eprocurement.synise.com · Web viewTENDER NOTICE EXTENTION NO.2 Tenders are invited by Thane...

45
THANE MUNICIPAL TRANSPORT Administrative Building. Road No.27 & 34, Wagle Depot, Wagle Estate, Thane (W) 400 604. E-mail add: [email protected] / [email protected] Tel.No. 022-25837939 E TENDER FORM Name of work: - SUPPLY OF SPARE PARTS FOR TATA LPO 1613-55 WB 697 CNG BS III BUSES OF T.M.T. Year : 2015-16 (Store & Purchase Department)

Transcript of eprocurement.synise.com · Web viewTENDER NOTICE EXTENTION NO.2 Tenders are invited by Thane...

THANE MUNICIPAL TRANSPORTAdministrative Building. Road No.27 & 34,

Wagle Depot, Wagle Estate, Thane (W) 400 604.E-mail add: [email protected] / [email protected]

Tel.No. 022-25837939

E TENDER FORM

Name of work:-

SUPPLY OF SPARE PARTS FOR TATA LPO 1613-55 WB 697 CNG BS III BUSES OF T.M.T.

Year : 2015-16(Store & Purchase Department)

Total Cost of Tender form: Rs. 11,346/- (Non Refundable)

THANE MUNICIPAL TRANSPORT UNDERTAKING, THANE

INDEX NAME OF WORK: Supply of Spare Parts for TATA LPO 1613-55 WB 697 CNG BS III Buses

of T.M.T.

ChapterNo.

Brief Description of contentsPage No.

From ToI. Notice Inviting Tender 3 5II. Detailed Tender Notice 6 11

III. General Conditions of Contract 12 14

IV. Formats 15 18V. Declaration of Tenderer 19 20VI. Schedule-B 21 35

Sd/- Transport ManagerThane Municipal Transport Undertaking, Thane

2

Chapter – I

Notice Inviting Tender

3

Chapter – ITHANE MUNICIPAL TRANSPORT UNDERTAKING, THANE.

TENDER NOTICE EXTENTION NO.2

Tenders are invited by Thane Municipal Transport Undertaking, (TMT)

Thane, from original manufacturer or there authorized dealer/distributors for Supply of Spare

Parts for TATA LPO 1613-55 WB 697 CNG BS III Busesof T.M.T. in two envelope system by

“E” Tendering Procedure. Blank tender forms can be downloaded from the websites of

T.M.C. www.thanecity.gov.in OR https://eprocurement.synise.com/tmc

The tenders will be available on www.thanecity.gov.in OR

https://eprocurement.synise.com/tmc websites from dt.23/03/2016 to dt.02/04/2016 up to

16.00 hrs. The tender has to be submitted till dt. 02/04/2016 upto 16.00 hrs by 'E' Tendering

procedure and will be opened on dt. 02/04/2016 up to 17.00 hrs if possible.

1) Name of work : Supply of Spare Parts for TATA LPO 1613-55 WB 697

CNG BS III Buses of T.M.T.(80 Nos. Buses)

2) Registration : Original Vehicle Manufacturer or his Authorized dealer.

3) Estimated Cost : Rs 2,04,40,000/-

4) Cost of blank tender form : Rs. 11,346/- (Non Refundable)

( Cost of Tender form Rs.10,000/- + Rs.1,250/- (12.5%

Vat) + Rs.96/- E-tender Department Charges)

5) Earnest Money Deposit (EMD) Rs.2,04,400/-

6) Mode of Payment : Amount Payable In the name of Thane Municipal

Transport Undertaking, Thane A/C No.

320104011026001 Bank Name – Union Bank of India

or Demand Draft drawn on Thane Municipal Transport

Undertaking, Thane.

7) Security deposit : 5 % of the Awarded cost.

8) Tender Validity period - Tender Validity period will be 120 days from the date

of opening of tender.

9) Original Manufacturer or there Authorized dealer/distributors shall submit – Self

attested copy of Document showing –

i) Registration under shop & Establishment Act./Factory license.

ii) Authorized dealer Certificate (Not applicable for Original Manufacturer)

4

iii) Supply of similar items to Govt./Semi Govt./ Municipal Transport

Undertaking/ State Transport Unit Undertakings.

iv) Vat Certificate.

v) Income tax paid for the year 2014-15 or I.T. return certificate

vi) Original manufacturer have to submit Certificate of Tax consultant showing

average annual turnover of last year should not be less than twice the total cost

put to tender of each work. In case of authorized dealer turnover for last year

should be the total cost put to tender of each work.

10) The tender document can be downloaded from the website of T.M.C.,

www.thanemahapalika.com. The applicant has to ensure that all pages are completely

downloaded. In this case, the tenderer has to submit the price of blank tender

document through separate D.D. while submission of tender.

11) Transport Manager, T.M.T., Thane reserves the rights to accept the tender in full or in

part or reject any or all tenders without assigning any reason.

12) If any queries regarding tender contact in the office of Transport Manager T.M.T.

Thane.

Name of Tenderer Signature of Tendere Seal.

Sd/- Transport ManagerThane Municipal Transport Undertaking, Thane

5

Chapter – II

Detailed Tender Notice

6

CHAPTER – II

Detailed Tender Notice1. Name of work : Supply of Spare Parts for TATA LPO 1613-55 WB 697

CNG BS III Buses of T.M.T. 2. INVITATION : 2.1 Tenders hereunder are being invited in accordance with competitive bidding

procedures of Thane Municipal Transport Undertaking, Thane.2.2 All bidders are cautioned that tenders containing any deviation from the contractual

terms and conditions specifications or other requirements are liable to be rejected as non-responsive.

2.3 All tenderers should submit a written request in at the office of Transport Manager, Thane Municipal Transport Undertaking, Thane on matters where clarification or additional information is desired well in advance.

2.4 All bidders are requested to quote as per Specification of Supply of Spare Parts given by Thane Municipal Transport Undertaking, Thane.

3. DESCRIPTION OF PROJECT:1) Name of work : Supply of Spare Parts for TATA LPO 1613-55 WB 697

CNG BS III Buses of T.M.T. 3.1 ELIGIBILITY AND QUALIFICATION REQUIREMENTS:

Original Manufacturer or there Authorized dealer/distributors shall submit – Self

attested copy of Document showing –

i) Registration under shop & Establishment Act./Factory license.

ii) Authorized dealer Certificate (Not applicable for Original Manufacturer)

iii) Supply of similar items to Govt./Semi Govt./ Municipal Transport

Undertaking/ State Transport Unit Undertakings.

iv) Vat Certificate.

v) Income tax paid for the year 2014-15 or I.T. return certificate

vi) Original manufacturer have to submit Certificate of Tax consultant showing

average annual turnover of last year should not be less than twice the total cost

put to tender of each work. In case of authorized dealer turnover for last year

should be the total cost put to tender of each work.

3.2 ISSUE OF BLANK TENDER FORMSi) Blank tender will be available on website www.thanecity.gov.in OR

https://eprocurement.synise.com/tmcii) All tenders are cautioned that the tenders containing any deviation from the

contractual terms and conditions, specifications and other requirements and conditional tenders will be rejected.

iii) Tender form fee must be submitted in the form of demand draft drawn on any Nationalized or Indian Scheduled bank encashable in Mumbai in the name of Thane Municipal Transport Undertaking, Thane.

7

3.3 PERIOD OF WORK:The period of completion shall be 12 (Twelve) calendar months including monsoon from the date of order to proceed with the work.

3.4 EARNEST MONEY:i) The amount of Earnest Money as 1 % estimated cost of work as mentioned earlier should be in the shape of receipted challan of Union Bank of India payable in A/C No. 320104011026001 or demand draft drawn on any Nationalised or Indian Scheduled bank encashable in Mumbai in the name of Thane Municipal Transport Undertaking, Thane.ii) Earnest Money in the form of Cheque or any other Mode than prescribed above will not be accepted. Tenders of those Tenderers who do not deposit Earnest Money in one of the above-accepted form shall be summarily rejected. Tender not accompanied by an Earnest Money Deposit are liable to be rejected as non-responsive. If during the tender validity period, the tenderer withdraws his tender, the Earnest money deposit shall be forfeited and the tenderer may be disqualified from tendering for further works in the Thane Municipal Transport Undertaking, Thane for the period of three year.iii) The Earnest Money Deposit will be returned to the unsuccessful tenderers immediately after issue of work order to successful tenderer or at expiry of validity period if tenderer do not wish to extend validity period.iv) Within ten days from the date of receipt by him of the letter of having acceptance of his tender, the successful tenderer shall furnish the required initial Security Deposit and attend the office of the Transport Manager, Thane Municipal Transport Undertaking, Wagle TMT Depot Thane for execution of the contract document. If the successful tenderer fails to furnish Security Deposit or to execute the contract, his earnest money deposit shall be forfeited and the tenderer may be disqualified from, tendering for further works in the Thane Municipal Transport Undertaking, Thane.

3.5 LANGUAGE OF TENDER:The tenders shall be submitted in the prescribed forms in “English” language only. Language for communication may be Marathi.

3.6 TENDER VALIDITY PERIOD:Validity of the offer will be 120 days from the date of opening of tender price bid (Envelop II) documents. The tender shall Not withdraw his offer within the validity period. If he does so, EMD paid will be absolutely forfeited.

3.7 OPENING OF TENDERS:The Transport Manager, Thane Municipal Transport Undertaking, will open tenders. in E-tender Department, 1st Floor T.M.C., Main administrative building, Chandanwadi, Pachpakhadi, Thane (w) will open tenders. In the presence of tenderers or their representatives of Tenderer who choose to remain present if possible. The tenderer or their representatives, who are present, shall sign the register in token of their attendance.

3.8 WHOM TO CONTACT:The Transport Manager, Thane Municipal Transport Undertaking, Thane may be contacted for any further information on the tender.

3.9 Supplier will have to make an agreement within 7 days of time after acceptance of letter issued to him.

8

3.10 THE TENDER ACCEPTING AUTHORITY:The acceptance of tender vests with the Transport Manager of Thane Municipal Transport Undertaking, Thane who reserves the right to reject any or all tender without assigning any reason thereof. The award of the contract shall be at the discretion of the tender accepting Authority, T.M.T. Also reserved right in case, if felt necessary to make parts / distribute works among other tenderer.

3.11 SECURITY DEPOSIT:The security deposit which is 5 % of accepted tender amount cost for 1 year should be deposited by successful tenderer in form of D.D. in favour of Thane Municipal Transport Undertaking, Thane.

3.12 Refund Security deposit will be returned without interest, after contract is fulfilled by successful tenderer but will however be forfeited by T.M.T. if the tenderer - a) Withdraws his offers after entering into the contract and signing the agreement even after the offer submitted. b) Modifies the delivery period or other conditions of the contract and the agreement.

ORc) Fails to execute the terms and conditions of the contact agreement.

4.0 TENDER DOCUMENTS:4.1 Contents of Tender Documents

A set of tender documents issued for the purpose of tendering shall comprise ofI) Notice Inviting TenderII) Detailed Tender Notice.III) General Conditions of Contract.IV) Formats.V) Declaration of Tenderer.VI) Schedule – B

4.2 The tenderer is deemed to have examined carefully all instructions, conditions, forms, terms, technical specifications, in the tender documents. Failure to comply with the requirements of tender submission shall be at the tenderer’s own risk. Tenders who are not substantially responsive to the requirement of the tender documents are liable to be summarily rejected.

4.3 The tenderer shall submit only an unconditional offer, which complies fully with the requirements of the tender documents.

4.4 All tenderers are cautioned that no alternative or conditional offers, variations or deviations by the tenderers in respect of any item proposed by the tenderers (including advance loan for mobilization for timely completion, etc.) shall be entertained or considered further in the process of tender evaluation.

4.5 The data furnished in the tender documents are only by way of general information and the department will not entertain any claims due to variation from this data or for any expenses incurred by the tenderer in this connection. The tenderer shall himself obtain all necessary information as to risk and costs and other circumstances, which may affect or influence this tender. No extra charges consequent on any misunderstanding or, otherwise shall be allowed.

5. MANNER OF SUBMISSION OF TENDER AND ITS ACCOMPAINMENT:5.1 Copy of Challan or D.D, of Tender is to be submitted in two envelopes System.

9

The tenderer shall submit the following documents in Envelope No.1 (TECHNICAL BID)

5.1.1 Copy of Challan or D.D.of Tender Form fee and Earnest money deposits as specified above in 3.4

5.1.2 Original Manufacturer or there Authorized dealer/distributors shall submit – Self attested copy of Document showing –

i) Registration under shop & Establishment Act./Factory license.ii) Authorized dealer Certificate (Not applicable for Original Manufacturer)

iii) Supply of similar items to Govt./Semi Govt./ Municipal Transport Undertaking/ State Transport Unit Undertakings.

iv) Vat Certificate.v) Income tax paid for the year 2014-15 or I.T. return certificate

vi) Original manufacturer have to submit Certificate of Tax consultant showing average annual turnover of last year should not be less than twice the total cost put to tender of each work. In case of authorized dealer turnover for last year should be the total cost put to tender of each work.

Note: Tenderer should stamp & sign each page of tender document, Scanned copy of all the pages stamped & signed. should be submitted in Env.No.1 which means tenderer agrees, to all terms & conditions etc mentioned in tender document.

5.2 The tenderer shall submit the following documents in Envelope No.2 (PRICE BID)The tenderer should quote his offer as prescribed at appropriate place Schedule –B Chapter No. VI clearly.

5.3 The Transport Manager, Thane Municipal Transport Undertaking, Thane may at his discretion extend the deadline for the submission of tenders by issuing an amendment.

5.4 OPENING OF TENDERS:On due date and specified time following procedure will be adopted for opening of the tender.

5.5 Technical Bid:First Envelope will be opened and all documents including Demand draft of required amount of Tender form fee and Earnest Money OR challan will be verified as per tender requirements.If the required documents do not meet the tender requirements, it will be recorded accordingly by the tender opening authority and the said tenderer’s Price-Bid will not be considered/opened for further action and the reason will be recorded.

5.6 The tenders are liable to reject out right, if while submitting-5.7 The tenderer proposes any alteration in the work specified in the tender.5.8 Income Tax & Service tax or any taxes at the rate in force will be recovered from the

gross amount of each bill, whether for measured or advance payment of each bill, and/or secured advance.

5.9 The tenderer should quote his rate in percentage above / below of estimated cost of rate per unit.

5.10 i) The Tenderer should particularly note the units on which the rates are based. In case, any difference noticed in the unit shown in the column of Unit the Tenderer should approach the Transport Manager well in advance before submission of the tender and get the discrepancy set right. If any discrepancy

10

not pointed out by the Tenderer is noticed, later on the Transport Manager, decision will be final and binding on the tenderer.ii) No addition or alterations in the form of the tender or in the tender and no additions in the shape of special stipulation etc. are permitted. The tenders, which do not fulfill all or any of the above conditions or are incomplete in any respect, are laible for summary rejection.iii) All pages of tender documents, Conditions, etc. shall be initialed at lower left hand corner and signed where required in the tender papers by the tenderer, all partners in case of partnership firms or person holding a power of attorney authorizing him to sign on behalf of the partnership firms or person holding a power of attorney authorizing him to sign on behalf of the partnership before submission of the tender.iv) The Transport Manager, Thane Municipal Transport Undertaking, Thane shall have the right to revise or to amend the contract documents prior to the date of receipt or opening of the tenders.

6. SCOPE OF WORKName of work : Supply of Spare Parts for TATA LPO 1613-55 WB 697

CNG BS III Buses of T.M.T. 7. PENALTY FOR DELAY:-

In any case, delay in supply is not permissible. Delay in supply will be charged as follows and will be recovered through running bills.Sr.No

. Total Amount of Work Order Amount of Penalty per day.

1 Up to Rs. 2,000/- Rs. 10/-2 Rs. 2001 to Rs. 6,000/- Rs. 20/-3 Rs. 6001 to Rs. 10,000/- Rs. 30/-4 Rs. 10,001 to Rs. 20,000/- Rs. 40/-5 Rs. 20,001 to Rs. 50,000/- Rs. 75/-6 Rs. 50,001 to Rs. 1,00,000/- Rs. 150/-7 Rs. 100,001 to Rs. 3,00,000/- Rs. 300/-8 Above Rs. 3,00,001 Rs. 500/-

Name of Tenderer Signature of Tendere Seal.

Sd/- Transport ManagerThane Municipal Transport Undertaking, Thane

11

Chapter – III

General Conditions of Contract

12

Chapter – IIIGeneral Conditions of Contract

1) Supplier will have to Supply of material as per Work order as and when asked

within 7 days throughout time limit of contract.

2) Supplier has to supply required material to main stores department Wagle/Kalwa

Depot as per TMTU requirement.

3) Supplier should quote all his rates inclusive of VAT, L.B.T./Octroi and any other

taxes.

4) Supplier has to supply all good quality material. It will be discretionary power of

in charge to accept any items, which he feels not good to use, or of substandard

quality.

5) After work order or purchase order, supplier has to supply required items of

mentioned quantity within 7 days of time.

6) TMTU will not pay any charge/bill on the rejected items.

7) Supplier should immediately take rejected items back within 7 days, else rent at a

rate of Rs. 50/- per day will be charged.

8) Any violation of above condition may lead to termination of contract and

forfeiting of security deposit and blacklisting of agency for next 3 years.

9) In case of discrepancy between rate quoted in figures and words, the lower of the

two will be considered for acceptance of the tender.

10) In all cases of omissions and/or doubts for any items or specification, a reference

shall be made to the Transport Manager, Thane Municipal Transport Undertaking,

Thane whose elucidation, elaboration or decision shall be considered as authentic.

The Tenderer shall be held responsible for any errors that may occur in the work

through lack of such reference and through lack of such precaution.

11) Payments: The supplier must understand clearly that the rates quoted are for

completed work and include all costs due to labour, supervision, transportation

charges, L.B.T./octroi duties, Vat, work contract tax and any other tax as and

when enforced by State/Central Govt. and no claim for additional payment beyond

the prices or rates quoted will be entertained. Supplier should note that after claim

of bill in above respective manner payment will be made positively within 30 to

45 days. No delay in start or continuation of further work shall be accepted due to

lack of fund or delay in payment to the Tenderer.

13

12) Penalty: Performance of subjected work is the essence of contract. Hence, delay in

quality, supply and delivering service is not accepted. TMT will fine as mentioned

in Chapter-II, Penalty for delay.

13) Supplier will have to make agreement with T.M.T. after issue of Intimation letter

of acceptance of tender within 7 days of time.

14) Whatever the rate accepted will be accepted will be fixed and applicable for

complete contract period.

15) Part no. mentioned in the Annexure ‘A’ may get differ from the original part no.

as part list may get revised or whatever the reason, but its tenderer’s responsibility

to check and provide the correct part/material as per requirement of TMTU depot

(Wagle/Kalwa) at his own expense.

Name of Tenderer Signature of Tendere Seal.

Sd/- Transport ManagerThane Municipal Transport Undertaking, Thane

14

CHAPTER - IV

FORMATS

1. Form of Agreement

2. No Demand Certificate

15

FORM NO.1 FORM OF AGREEMENT

THIS AGREEMENT is made on the dt. / /20 between Thane Municipal Transport Undertaking constituted under the BPMC act 1949 Thane hereinafter called "the Employer" of the One Part and M/s. ------------------------------------------------- Registered under the companies act/shop & establishment act having its registered ------------------------------------------------------------------------------------- -----------------."the Contractor" of the other part.

WHEREAS the Employer is desirous that certain works should be executed viz., (Name of the contract) and has accepted a Tender by the Contractor for the execution, completion and guarantee of such works NOW THIS AGREEMENT WITNESSETH as follows :

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

2) The following documents shall be deemed to form and be read and construed as part of this Agreement, viz.,

a) All tender Documents as issued by the Employer for this work.

b) All amendments to the tender documents as issued by the Employer prior to

submission of the bids.

c) Acceptance letter issued by the Employer vide No. /20 dt.    / /20

and all correspondence exchanged between the Employer and the Contractor

upto the date of issue of acceptance letter as specifically referred to in the said

acceptance letter.

3) In consideration of the payment to be made by the Employer to the Contractor as hereinafter mentioned, the Contractor hereby covenants with the Employer to execute and complete the works in conformity in all respects with the provisions of the contract tender document.

4) Indemnity – The Tenderer to keep Thane Municipal Transport Undertaking, Thane indemnified on all these court for the acts done by the tenderers against any claim that may be made against the Thane Municipal Transport Undertaking, Thane by anyone against loss, cost, expenses incurred or suffered by the Thane Municipal Transport Undertaking, Thane by Reason of said agreement

5) Termination – If during the substance of this agreement it is observed or if the Thane Municipal Transport Undertaking, Thane has Reason to believe that the tenderers is not performing as per the terms of these presents, the Thane Municipal Transport Undertaking, Thane shall terminate these presents immediately without giving any notice or opportunity of hearing there of to the tenderer and his security deposit will be forfeited.

6) Force Majeure - Shall include acts of god, civil commotion, strike by Thane Municipal Transport employees, war, earthquake etc. Neither party shall have any liability to the other in respect of the termination of this contract as a result of an event of force majeure

16

7) Arbitration - If any dispute arises during the substance of this contract the Municipal Commissioner of Thane Municipal Corporation will be sole arbitrator and his decision will be final and binding on both the parties. The proceeding shall be as per Arbitration & Conciliation act 1996 at Thane.

8) Royalties etc - All Charges such as sale tax, royalties, octroi, Vat and other duties for materials supply shall be borne by the tenderer. All amounts due to this account shall be paid directly to the authorities concerned by the tenderer or if not paid will be recoverable from the money due to the tenderer if so required by the authorities. The tenderer will not be entitled to any refund on this account.

9) Replacement of defective material - The defective material should be replaced by the tenderer at his own cost. In case Tenderer fails to do so the Thane Municipal Transport Undertaking, Thane may deduct the cost of defective material from the bill of tenderer.

10) Expenses of Stamp duty & registration - for execution of this agreement shall be born by Tenderer.

11) The Employer hereby covenants to pay the Contractor in consideration of the execution, completion, of the Works the contract price at the times and in the manner prescribed by the Contract

IN THE WITNESS WHERE OF THE PARTIES HERE TO HAVE CAUSED THEIR RESPECTIVE COMMON SEALS TO BE HERE UNTO AFFIXED (OR HAVE COMMON SET THEIR RESPECTIVE HANDS AND SEALS) THE DAY AND YEAR FIRST ABOVE WRITTEN.

SIGNED SEALED AND DELIVERED

by the said.

----------------------------------------------- -------------------------------------------------Name --------------------------------------- Name -----------------------------------------

On behalf of Tenderer On behalf of the Employer In presence of in presence of

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

Name --------------------------------------- Name -----------------------------------------Address Address ----------------------------------------------- ------------------------------------------------------------------------------------------------ ------------------------------------------------------------------------------------------------ -----------------------------------------------------------------------------------------------------------------------------------------------------------------

17

Form No. 2No Demand Certificate

On Tenderer's Letterhead

To, Date _____________Transport Manager,Thane Municipal Transport Undertaking, Wagle Estate TMT depot, Thane

Subject: -... Name of work............................

We hereby confirm and assure in writing that we have no claim/demand of any amount from Thane Municipal Transport Undertaking, in respect of the above said work which was awarded on us vide work order No. ____________ dated _________________.

We indemnify Thane Municipal Transport Undertaking, against any claim/demand. Any matter arises in future in respect of this contract from our supplier, sub Tenderers or labours who have contributed their services directly/indirectly for this contract.

Authorised Signatory(__________________________Name__________)For _______________________Name of the Agency________

18

Chapter – V

Declaration of Tenderer

19

CHAPTER VDECLARATION OF THE SUPPLIER

I/We, hereby declare that I/We have made myself/ourself thoroughly conversant with nature of work to be done. & carefully studied and understood by me/us before submitting this tender. I/We undertake to use only the best materials approved by the Transport Manager, Thane Municipal Transport Undertaking, Thane of his duly authorized assistant before starting the work and to abide by his decision.

I/We have gone through all general conditions of contract document carefully.

Signature of Supplier.

20

Chapter –VI

Schedule-B

21

THANE MUNICIPAL TRANSPORT, UNDERTAKING,THANE

Chapter – VI …

SCHEDULE-B PRICE BID

Name of Tender – Supply of Spare Parts for TATA LPO 1613-55 WB 697

CNG BS III Buses of T.M.T. of T.M.T.

Name of Work :- -------------------------------------------------------------------------------------------

I/We ............................................................................. Hereby agree to execute

the above said supply of spare parts above/below at par in ................. % (percentage) of the

ESTIMATED COST of Rate per unit given by the Department and subject to the

terms and conditions stated in tender documents.

Yours faithfully,

Tendere’s Signature and Seal

with Address.

22

ANNEXTURE ‘A’

ESTIMATED COST OF Rate per Unit(TATA 1613 CNG BS III ENGINE)

SR.NO. Part No. Description MRP per unit (Rs.)

ENGINE & It's Spares

HALF BLOCK AND LONG BLOCK

1 252501990246 ASSY. HALF BLOCK 697 NA CNG BSIII 1 LONG BLOCK 182561.00

2 252501990247 ASSY.LONG BLOCK 697 NA CNG BS III 230859.00

ENGINE OVERHAULING GASKET KIT

1 252501990253 ENGINE OVERHAULING GASKET KIT BS III -

CYLINDER BLOCK

1 252501100298 ASSY CYL BLOCK WITHOUT CLUTCH 57000.00

2 252701103727 CYLINDER LINER :497 TC IC BS-III 252.00

3 3219970020 LOCKING COVER 40.00

4 252501130165 ASSY. OIL SUMP 2395.00

5 253401130111 MAGNETIC DRAIN PLUG 143.00

6 3520101980 ASSY. GASKET OIL SUMP 143.00

7 252501170219 ASSY. TUBE, DIPSTICK (1300 MM) 170.00

8 252501170212 ASSY. DIPSTICK (1545 MM) 90.00

9 252701140117 ASSY. TIMING GEAR HOUSING WITH BOTTOM COVER 2050.00

10 3120150580 GASKET (T.G..H.COVER) 70.00

11 253403107801 SEAL 230.00

12 252701145305 GASKET (T.G. HSG.) 100.00

13 252501146301 GASKET (P.R.C. COVER) 228.00

CYLINDER HEAD AND COVER

1 252501150203 ASSY CYLINDER HEAD WITH VALVES 21505.00

2 252501150204 ASSY CYLINDER HEAD WITHOUT VALVES 23685.00

3 253405159909 VALVE GUIDE SEAL (INLET) 60.00

4 253405159910 VALVE GUIDE SEAL (EXHAUST) 70.00

5 252505155102 LOCK RETAINER VALVE SPRING 32.00

6 3120530127 VALVE SPRING LOCK HALF 16.00

7 252501155336 GASKET (NON - RETORQUE) CYL. HEAD 1775.00

8 2525011555348 GASKET (CYLINDER HEAD COVER) 540.00

23

SR.NO. Part No. Description MRP per unit (Rs.)

9 253401158808 HEX FLANGE BOLT (M8X147L) 35.00

10 252501158803 HEX.FLANGE BOLT (FOR AL COVER) 28.00

11 252501179909 OIL FILLING CAP ADAPTOR 338.00

12 252505990103 SET, INLET AND EXHAUST VALVE 2275.00

CYLINDER HEAD AND COVER

1 252501150148 SET OF VALVE SEAT RINGS (STD) 825.00

MOVING PARTS

1 252503107934 CRANK SHAFT STD (INTEGRAL TYPE) 21726.00

2 252503110139 ASSY FLYWHEEL WITH RING GEAR 697 CNG 5398.00

3 3520321105 RING GEAR 1150.00

4 3129900301 BOLT 32.00

5 3129940232 LOCKING PLATE 24.00

6 253403103102 BALL BEARING 180.00

7 3120310533 LOCKING RING (IN CRANKSHAFT TO FIX THE BEARING) 58.00

8 253405113702 CRANK SHAFT GEAR (REDUCED MODULE) 744.00

9 252503130130 ASSY. VIBRATION DAMPER 697 NA CNG BSIII 3468.00

10 252303133202 LOCK (V. DAMPER) 139.00

11 252503107801 SEALING RING HALF 112.00

12 885403702525 MAIN BEARING SET (STD) CONSISTING 1780.00

13 885403722525 MAIN BEARING SET (RS I) CONSISTING 1835.00

14 885403732525 MAIN BEARING SET (RS II) CONSISTING 2115.00

15 885403742525 MAIN BEARING SET (RS III) CONSISTING 2201.00

MOVING PARTS

1 885403762525 THRUST WASHER SET (STD) 265.00

2 885403772525 THRUST WASHER SET (RS I) CONSISTING 340.00

3 885403782525 THRUST WASHER SET (RS II) 256.00

4 252503141093 PISTON 2095.00

5 252503146704 PISTON PIN 316.00

6 252503144304 CIRCLIP 22.00

7 252503150125 ASSY. CON. ROD (STD) WITH BUSH 6 OPTIONAL 2075.00

8 252503150107 ASSY. CON. ROD SERRATED (STD) WITH 2085.00

9 885403682525 CON. ROD BUSH SET STD CONSISTING 375.00

SR.NO. Part No. Description MRP per unit (Rs.)

24

10 885403622525 BEARING SET FOR CON. ROD (STD) 1070.00

11 885403642525 BEARING SET FOR CON. ROD. RS I 1090.00

12 885403652525 BEARING SET FOR CON. ROD. RS II 1491.00

13 885403662525 BEARING SET FOR CON. ROD. RS III 1491.00

14 885403082525 KIT, CRANKSHAFT SEALING RING WITH LOCATING PINS CONSISTING 192.00

ENGINE TIMING (CAMSHAFT AND COMPONENTS)

1 252505107976 CAMSHAFT NORMAL 697 NA CNG BSIII 6378.00

2 885405042525 SET OF BEARINGS CAMSHAFT 895.00

3 253405139902 VALVE TAPPET 105.00

4 3520540205 PUSH ROD 100.00

5 252305140102 ASSY ROCKER ARM SHAFT WITH BUSH FRONT 1525.00

6 252305140103 ASSY ROCKER ARM SHAFT WITH BUSH REAR 1525.00

7 3520501033 ROCKER ARM LEFT WITH BUSH 190.00

8 3520500634 ROCKER ARM RIGHT WITH BUSH 190.00

9 3120550050 BUSH 39.00

10 3120500231 ROCKER ARM SHAFT 490.00

11 3120550171 BOLT (TO ROCKER ARM BRACKETS) 44.00

12 3129930025 SPRING CLIP (TO SPRINGS AND ROCKER ARM SHAFT) 0.00

13 3520510062 BUTTING RING (TIMER TO CAMSHAFT) 62.00

ENGINE TIMING (CAMSHAFT GEARS)

1 252305105901 PARALLEL KEY 17.00

2 252505115401 CAM SHAFT TIMING GEAR 2095.00

AIR FILTER

1 278609139910 FILTER CARTRIDGE PRIMARY 1415.00

2 278609139911 FILTER CARTRIDGE SAFETY 425.00

ALTERNATOR AND STARTER

1 261815240102 ALTERNATOR 24 V (DOUBLE GROOVE) 27457.00

2 252315140116 ASSY. BRACKET 390.00

3 253315144204 CLAMPING PIECE 171.00

4 252415146501 CLAMPING NUT 32.00

5 252515140144 ASSY. CLAMP ROD 172.00

6 3121550174 BOLT (FOR FIXING ALTERNATOR) 45.00

SR.NO. Part No. Description MRP per unit (Rs.)

7 3129932801 SPRING ALTERNATOR 48.00

25

IGNITION SYSTEM

1 269915409945 CAM SENSOR 25372484-DELPHI 1150.00

2 277654209909 CIGAR COIL(WITH TOP CONN)-FEDERAL MOGUL 2485.00

3 277615408801 HEX STUD (CIGAR COIL MTG.)-697 CNG ENG. 44.00

4 277654209902 IGNITER G-S6,697 CGS BSIII ENG.-M/S.GILL 44325.00

5 282015409975 SPARK PLUG - FR6DC4 MICO 145.00

6 277654209903 EMS-ECU-MONOFUEL-FW-TT102170X1X-LAND1I-RA 15700.00

7 277654209922 RUBBER BOOT FOR CIGAR COIN 220.00

8 277654209923 SPRING FOR CIGAR COIL 59.00

OIL PUMP

1 252518100148 ASSY. OIL PUMP 3200.00

2 11342408283 SCREW M 8X28 13.00

ASSY. OIL FILTER

1 252518130124 ASSY F/FLOW OIL FILTER ELEMENT:LONG LIFE 425.00

OIL COOLER

1 252518170191 ASSY.OIL COOLER WITH PLATE TYPE HT.EXCH. 7010.00

2 3521880780 GASKET (OIL COOLER AN CYL. BLOCK) 258.00

3 252518170168 ASSY.PLATE TYPE HEAT EXCHANGER. 3665.00

4 265454509913 LOW OIL PR SWITCH 145.00

PISTON COOLING

1 252518170160 ASSY.NOZZLE (AL.CAST) WITH DOWEL PIN. 200.00

2 252518170150 ASSY.RELIEF VALVE. 115.00

3 252518179201 SEALING WASHER 13.00

4 252518179202 SEALING WASHER 13.00

WATER PUMP

1 252520100126 ASSY.WATER PUMP (BS-III) 4770.00

2 252520105301 GASKET 85.00

3 252520147014 PULLEY (FOR 13 CFM AIR COMPRESSOR) 759.00

4 252520140111 ASSY FAN (WITHOUT VISCOUS COUPLING) BS II 9075.00

5 252520156306 CIRCLIP A 28X2 (HUB LOCKING ON W/P SHAFT) 250.00

6 252520120183 V BELT COGGED 1325 LONG 850.00

SR.NO. Part No. Description MRP per unit (Rs.)

7 252520305808 HOSE CLIP TB 34 210.00

8 252520120211 HOSE CLAMP (56 DIA) 569.00

26

9 263254209903 WATER TEMP SENSOR M/S.MICO 135.00

10 253450005801 TEMP. TRANSDUCER 210.00

11 252550115804 RUBBER BELLOW (U.C. LINE TO THERMOSTAT) 245.00

12 254750104213 RUBBER HOSE (THERMOSTAT TO RADIATOR TOP) 72.00

13 252520100118 MINOR REPAIR KIT (WATER PUMP) 670.00

14 252520990107 MAJOR REPAIR KIT (WATER PUMP W/PLASTIC IMPELLER) 3331.00

ENGINE SUSPENSION

1 252522125105 ENGINE MOUNTING ARM, FRONT 450.00

2 252322123205 HEX. COLLER SCREW 103.00

3 252322123204 HEX. COLLER SCREW 105.00

POWER STEERING PUMP FITMENT

1 252523403704 BRACKET-STEERING PUMP (ON CYL.HEAD) 620.00

2 252523140113 ASSY.BRACKET (FOR 230 CC AIR COMP. MOUNTING 1435.00

3 252523146701 PIVOT PIN 391.00

4 252523110116 CLAMPING LEVER ASSEMBLY. 234.00

5 3141550228 CLAMPING PIECE 77.00

6 3521550272 CLAMPING NUT 45.00

7 252523146308 V BELT COGGED 1070 MM 280.00

8 252523146307 V BELT COGGED 1015 MM 275.00

9 252723400114 ASSY. CLAPING ROD 228.00

10 252523140112 ASSY.AIR COMP.WATER INLET LINE 380.00

11 252523145802 HOSE (WATER OUTLET A/C HEAD) 99.00

12 252520147014 PULLEY (FOR 13 CFM AIR COMPRESSOR) 759.00

13 252520156306 V BELT COGGED 1325 LONG 250.00

ACCELERATOR CONTROL

1 277630100121 ASSY. PULL ROD 245.00

2 277630100124 ASSY. PULL ROD 263.00

3 277630100118 ASSY. PULL ROD 245.00

FRAME

1 277832103701 FRONT SPRING BRACKET FRONT - LH 2897.00

SR.NO. Part No. Description MRP per unit (Rs.)

2 277832103703 FRONT SPRING BRACKET REAR - LH 3737.00

3 277832403708 REAR SPRING BKT. RH FRONT & LH REAR 2126.00

4 277832403707 REAR SPRING BKT. LH FRONT & RH REAR 2126.00

27

PROPELLER SHAFT (TML)

1 277841100104 ASSY. PROP.SHAFT WITH C.B.MIDDLE COMP 11765.00

2 280641120101 ASSY. PROP.SHAFT REAR COMP.(CLOSED=1741) 17288.00

3 257641115110 FLANGE YOKE (8 HOLES) 1460.00

4 263241300106 ASSY.CENTER BEARING BRACKET 2160.00

5 0423530172J HEX. NUT (MACHINED) 190.00

6 257641113201 BOLT 30.00

7 257641116101 LOCKING PLATE 32.00

8 885441211612 ASSY. CROSS KIT 1070.00

EXHAUST SYSTEM

1 277649100117 ASSY EXH. PIPE I 3829.00

2 277649100111 ASSY. SILENCER (NG4B)-CIRCULAR 2673.00

3 3124921080 SEALING FLANGE 70.00

4 252514110182 Catalytic Converter 89760.00

RADIATOR

1 278650100379 Assy. Radiator with S.S. Tank 18056.00

2 252520305808 Hose (Thermostare to Water Pump) 210.00

3 252550115804 Hose (Radiator to Thermostate) 245.00

4 278650116950 Water Filler Pipe 302.00

5 278550105803 Hose (20 ID x 110 L) II/III 106.00

6 278650115808 Reducer Hose (Radiator to Fill Pipe) II/III 85.00

7 278650105845 Hose (6 I.D x 55 Long) 41.00

8 254750104225 Hose Clamp (16 mm Dia) 45.00

INSTRUMENT CLUSTER

1 261854500101 ASSY. COMBI SWITCH 780.00

2 277654200106 ASSY.SUPPORT(INSTR.CLUSTER)-LPO1613 C1NG 141.00

3 277854200132 ASSY.BRACKET(CLUSTER EXTN)-LPO1510CNG 101.00

4 277854200135 ASSY.MTG.BKT (ABS-ECU & DIG.CONN) -1510 CNG 893.00

28

SR.NO. Part No. Description MRP per unit (Rs.)

IGNITION CONTROL SYSTEM

1 277654209909 CIGAR COIL(WITH TOP CONN)-FEDERAL MOGUL 2485.00

2 277654209902 IGNITER G-S6,697 CGS BSIII ENG.-M/S.GILL 44325.00

3 277654209903 EMS-ECU-MONOFUEL-FW-TT102170X1X-LAND1I-RANZO 15700.00

4 277854200122 DC-DC CONVERTOR 13825.00

CLUTCH & CLUTCH SPARE PARTS

CLUTCH (330 DIA COIL TYPE)

1 276325400112 DIA. COVER ASSY.(COIL) 5800.00

2 276325200112 DIA. ASSY. CLUTCH DISC 3900.00

3 272425605106 CLUTCH RELEASE FORK (REINFORCED) 915.00

4 272425608209 BRACKET, INSIDE-RHD. 91.00

5 272425600103 ASSY. OUTER RACE 272.00

6 260825608701 LOCKING WIRE 12.00

7 272425607701 RUBBER BELLOW 99.00

8 272425600115 ASSY. BRACKET, OUTSIDE-RHD 85.00

9 252525103737 CLUTCH HOUSING (330 DIA.) 5805.00

CLUTCH CONTROLS

1 278229308701 SPRING 40.00

HYDRAULIC CLUTCH CONTROLS

1 220729100103 ASSY.CLUTCH FLUID RESERVIOR WITH CLAMP 275.00

2 277629100106 PIPE ASSY.-CLUTCH M/CYL. TO CL. BOOSTER 186.00

3 264129200112 ASSY.CLUTCH BOOSTER (90 DIA) M/S FUILLI 3060.00

4 269929100177 MAJOR REPAIR KIT, CLUTCH MASTER CYLINDER (BIL) 325.00

5 265129100148 MINOR REPAIR KIT, CLUTCH MASTER 120.00

GEARE BOX & GEAR BOX SPARE PARTS

GEARBOX HOUSING AND COVER

1 250626107203 MAGNETIC DRAIN PLUG 125.00

2 250526255301 GASKET (FR. COVER TOP TO HSG.) 9.00

3 250526253701 GEARBOX HOUSING COVER(FRONT TOP-NUP BRG) 990.00

4 250526207803 OIL SEAL 75.00

5 3212600846 ASSY. CHECK PLATE 390.00

SR.NO. Part No. Description MRP per unit (Rs.)

29

6 3212651202 SELECTOR FORK (2/3) 1555.00

7 250526515102 SELECTOR FORK (4/5) 1580.00

8 250526713756 COVER TOP (UPPER HALF) 1120.00

9 250526707908 SELECTOR AND SHIFTER SHAFT 455.00

10 250526706009 SHIFTING LEVER 510.00

GEAR SHAFT AND GEAR

1 250526257923 DRIVE SHAFT (NUP)(T=15)(697) 4944.00

2 3212620073 CLAMPING PLATE 131.00

3 250526203129 CYLINDRICAL ROLLER BEARING 1145.00

4 250526204302 SNAP RING 2.68 MM THICK 39.00

5 250526203106 FOUR POINT BALL BEARING 1355.00

6 250726258601 SPACER ON DRIVE SHAFT 228.00

7 3122621172 LOCK NUT LH THREAD 110.00

8 250526253112 ROLLER CAGE (D/CHAFT) (NRB) 930.00

9 250530157901 MAIN SHAFT 3720.00

10 3212622162 BUTTING RING 6.90 MM THICK 343.00

11 3222620134 SYNCHRONISING RING 1300.00

12 250530150105 ASSY. HELICAL GEAR 4TH SPEED 2960.00

13 250526203123 DOUBLE ROW NEEDLE CAGE 385.00

14 3222624050 COLLAR BUSHING 44.5 MM LONG (FOR THIRD SPEED GEAR) 1100.00

15 250526203124 DOUBLE ROW ROLLER CAGE 390.00

16 3222600644 ASSY. HELICAL GEAR 3RD SPEED 3040.00

17 3222620112 HELICAL GEAR 2ND SPEED (T = 32) 2750.00

18 250530153401 COLLAR BUSHING 47.2 MM LONG 1200.00

19 250530155412 GEAR WHEEL 1ST SPEED (T = 38) 3200.00

20 250526207902 SHAFT (SPEEDO DRIVE) 83.00

21 250526200158 SPEEDO PINION (NYLON) 131.00

22 250726205001 COUPLING FLANGE (8 HOLES) 860.00

23 3222620072 HEX. NUT 145.00

24 250526307902 COUNTER SHAFT W/O PTO PROV 5350.00

25 250526305412 2ND GEAR (t=17) COUNTER SHAFT 1275.00

26 250526305415 3RD GEAR COUNTER SHAFT 1575.00

SR.NO. Part No. Description MRP per unit (Rs.)

27 250530145401 4TH GEAR (ON COUNTER SHAFT) 2275.00

30

28 250530145406 CONSTANT MESH GEAR 2790.00

29 250526303104 TAPER ROLLER BEARING 750.00

30 3222600725 REVERSE IDLER GEAR WITH BUSH 1820.00

31 250530177901 REVERSE IDLER GEAR SHAFT 632.00

GEAR SHAFT LINKAGE

1 276326800110 ASSY HOUSING BLOCK 2525.00

2 277826809901 GEAR SHIFT LEVER (LPO1510CGS) 343.00

3 250726700152 SUB. ASSY. BALL AND SOCKET JOINT 390.00

4 264126800224 ASSY. BALL JOINT, RH THREADS 320.00

5 264126800225 ASSY. BALL JOINT, LH THREADS 350.00

6 250526706009 ASSY. SHIFTING LEVER 510.00

SUSPENSION (AIR & MANUAL) & Spares

FRONT SPRING (WEWELLER)

1 277832100108 ASSY. FRONT SPRING (WEWELLER) 14350.00

2 277832103705 FRONT SPRING BRACKET - LOWER CAP 1295.00

3 277832107701 WEWELLER RUBBER (FRONT SPRING) 415.00

4 257632203701 GUIDE PLATE 250.00

5 257532204204 U CLAMP FRONT 378.00

6 257532204205 U CLAMP FRONT 343.00

7 257632207701 RUBBER BUFFER 71.00

FRONT SHOCK ABSORBER

1 277832300102 ASSY. FRONT SHOCK ABSORBER (M.S GABRIEL) 2340.00

FRONT ANTI-ROLL BAR (LPO)

1 257132803401 BUSH HALF BOTTOM (SUB ASSY ANTI ROLL BAR TO CONNECTING LINK) 136.00

2 257132803402 BUSH HALF TOP (SUB ASSY ANTI ROLL BAR TO CONNECTING LINK) 256.00

FRONT AXLE, REAR AXLE, BRAKE etc.. And it's Spares

FRONT AXLE (1312 TYPE)

1 257533200125 ASSY STUB AXLE STD 9750.00

2 257633206709 KING PIN STD. 820.00

3 257533209203 THRUST WASHER UPPER STD 530.00

SR.NO. Part No. Description MRP per unit (Rs.)

4 257633203109 TAPERED ROLLER THRUST BEARING STD 505.00

5 3273300403 ASSY. TIE ROD 4100.00

31

6 0003382629 ASSY. BALL JOINT LH 1065.00

7 257533405104 WHEEL HUB (FRONT) 6095.00

8 257633403101 TAPER ROLLER BEARING, INNER 1670.00

9 257633408601 SPACER 58.00

10 257633407801 SEALING RING 95.00

11 263140106701 HUB BOLT (M22) 115.00

12 257333408602 SPACER TUBE 345.00

13 257542303705 BRAKE DRUM 8500.00

14 257333403703 FRONT HUB COVER 305.00

15 0003300003J TIE ROD REPAIR KIT CONSISTING 810.00

16 885433161612 KING PIN REPAIR KIT WITH MINOR KIT AND BUSH STD (38.25MM) 3255.00

REAR AXLE

1 266835600109 ASSY.REAR HUB W/PINS 8550.00

2 257635608601 SPACER RING 94.00

3 266835607703 OIL SEAL 120.00

4 257635603101 TAPER ROLLER BEARING (INNER) 3895.00

5 257535603110 TAPER ROLLER BEARING (OUTER) 1455.00

6 257535707902 REAR AXLE SHAFT 4050.00

7 257635605301 GASKET (COVER TO HUB) 90.00

8 257635604701 COVER (REAR HUB) 148.00

9 257535300105 DIFFERENTIAL HOUSING ASSY. 8800.00

10 257535305101 DIFFERENTIAL SPIDER 750.00

11 266835305440 DIFFERENTIAL BEVEL GEAR, WARM FORGED 733.00

12 266835305439 REAR AXLE SHAFT GEAR, WARM FORGED 1340.00

13 257335300122 ASSY.CROWN WHEEL & PINION (45/7 GLEASON) 7880.00

14 206035318306 SHIM 0.10 MM 94.00

15 206035013001 TAPER ROLLER BEARING 3275.00

16 3223530051 SPACER RING (TO DRIVE PINION) 353.00

17 3223530152 SPACER RING 10.28 MM THICK 439.00

18 266835306501 THREADED RING 391.00

SR.NO. Part No. Description MRP per unit (Rs.)

19 257335307705 OIL SEAL (PINION) 215.00

20 273235305003 COUPLING FLANGE 1075.00

21 0423530172J HEX. NUT (MACHINED) 190.00

32

22 257335115302 GASKET 150.00

23 257535608607 SPACER TUBE (BETWEEN HUB BEARINGS) 574.00

24 268335300185 DIFFERENTIAL GEAR AND SPIDER KIT RA 108 RR CONSISTING

WHEEL RIM AND SPARE WHEEL CARRIER

1 263140100107 ASSY. WHEEL NUT (M22, LEN = 33 MM) 95.00

FRONT WHEEL BRAKE(AAL)

1 257342100179 BRAKE SHOE LINING & ROLLER ASSY. 3970.00

2 257342108708 SPRING (BRAKE SHOE RETURN) 105.00

3 257342103401 BUSH (ANCHOR PIN) 98.00

4 257342106723 ANCHOR PIN (BRAKE SHOE) 200.00

5 261842107901 CAMSHAFT RH 1662.00

6 257342103402 BUSH (CAMSHAFT) 96.00

7 257342107903 ROLLER (BRAKE SHOE) 201.00

8 257342104301 RETAINER (BRAKE SHOE ROLLER) 22.00

9 257342100181 SPIDER BRAKE RH 3812.00

10 257342108007 CAP SCREW (CHAMBER BRACKET) 39.00

11 885442011616 SET OF BRAKE LININGS W/O RIVETS (WHEEL SET) 2216.00

REAR WHEEL BRAKE(AAL)

1 257342310148 BRAKE SHOE LINING & ROLLER ASSY. 3275.00

2 257342108708 SPRING (BRAKE SHOE RETURN) 105.00

3 257342103401 BUSH (ANCHOR PIN) 98.00

4 257342106723 ANCHOR PIN (BRAKE SHOE) 200.00

5 263242307902 CAMSHAFT LH 2142.00

6 257342303403 BUSH (CAMSHAFT) 100.00

7 257342107903 ROLLER (BRAKE SHOE) 201.00

8 257342104301 RETAINER (BRAKE SHOE ROLLER) 22.00

9 257342310149 SPIDER BRAKE LH/RH (COMMON) 3730.00

BRAKE COMPONENTS

1 278242100106 BRAKE CHAMBER (TYPE 24) 3400.00

SR.NO. Part No. Description MRP per unit (Rs.)

2 278243700145 BRAKE ACTUATOR (VOSS) 24/75 9590.00

3 277842301601 AUTO SLACK ADJUSTER STRIGHT OFFER 4815.00

4 257643790159 WATER DRAIN VALVE (BRASS VERSION) 187.00

5 277643700108 AIR DRIER WITH CTRL PORT W/R HEALTER (SCL) 12116.00

33

6 278243700123 DUAL TREADLE VALVE (SCL) 6977.00

7 278243700154 RG2 RELAY VALVE (SCL) 2188.00

REAR BRAKE ACTUATOR

1 278243700145 BRAKE ACTUATOR(VOSS)24/75 9590.00

2 261842300132 REPAIR KIT FOR SPRING BRAKE ACTUATOR REAR 765.00

SLACK ADJUSTER (FRONT AND REAR)

1 277842301601 SLACK ADJUSTER FRONT 4815.00

2 277842300168 MAJOR KIT-AUTO. SLACK ADJUSTER 3592.00

AIR DRIER WITH CTRL PORT W/O HEATER

1 277643700108 AIR DRIER WITH CTRL PORT W/O HEATER(SCL) 12116.00

HAND BRAKE VALVE

1 257342420115 GRADIATED HAND CONTROL VALVE 1680.00

2 257342420001 REPAIR KIT GRADUATED HAND BRAKE VALVE 295.00

RELAY VALVE

1 278243700154 RELAY VALVE (STD FITTINGS), SCL 2188.00

2 278243700106 REPAIR KIT RELAY VALVE 266.00

DUAL TREADLE VALVE

1 278243700123 DUAL TREADLE VAVLE (SCL) 6977.00

2 278243700107 REPAIR KIT DUAL BRAKE VALVE 1275.00

STEERING LINKAGES

1 257346400102 ASSY STEERING WHEEL (500 DIA) 1050.00

2 257346200106 ASSY. U.J. STEERING 1305.00

3 277846000101 ASSY. DRAG LINK 6381.00

4 257346200106 ASSY. U.J. STEERING 1305.00

POWER STEERING COMPONENTS

1 261846600101 ASSY. POWER STEERING PUMP (RANE) 7965.00

2 257323100101 ASSY. POWER STEERING PUMP (ZF) 9000.00

34

SR.NO. Part No. Description MRP per unit (Rs.)

POWER STEERING PUMP

1 257323100101 ASSY POWER STEERING PUMP (ZF) 9000.00

2 261846600101 ASSY POWER STEERING PUMP (RANE) 7965.00

3 261846600110 PUMP SEAL KIT 601.00

POWER STEERING HYDRAULIC TANK (ZF)

1 257344400128 FILTER ASSY. 195.00

Name of Tenderer Signature of Tendere Seal.

35