Bangalore Tender SCH

You might also like

Download as pdf or txt
Download as pdf or txt
You are on page 1of 126

SOUTH WESTERN RAILWAY

CONTRACT SECTION,
Office of the Senior Divisional Electrical Engineer,
Electrical Branch,
Divisional Railway Manager’s Office (2rd Floor),
Bangalore – 560 023.

E-mail: srdeesbc@gmail.com.

Tender Notice No: B-E-TLAC-Power Car-2023-OT.

Tender Document for the work of;

“MAINTENANCE CONTRACT FOR DIESEL


ENGINE, ALTERNATOR, POWER PANEL,
CONTROL AND DISTRIBUTION SYSTEM, PANEL
FILTER & VENTILLATION/EXHAUST FAN
RADIATOR FAN & MOTOR AND OTHER
ACCESSORIES IN THE POWER CARS OF SBC
DIVISION FOR A PERIOD OF 3 YEARS”.

Two-Packet system

(E-Tendering only)

Signature Not
Verified
Digitally signed by N
ARUN KUMAR
Date: 2023.06.02
22:32:38 IST
Reason: IREPS-CRIS
Location: New Delhi
SOUTH WESTERN RAILWAY

ELECTRICAL BRANCH BANGALORE DIVISION

TENDER NO: B-E-TLAC-Powercar-2023-OT

Name of work: Maintenance contract for Diesel Engine, Alternator, Power Panel, control
and distribution system, panel filter & ventilation / exhaust fan and radiator, radiator fan &
motor and other accessories in the power cars of SBC division for a period of 3 years.

TYPE OF TENDER
Two Packet Open Tender

APPROX. COST OF THE WORK ₹3,70,78,418.50 inclusive of GST

COMPLETION PERIOD OF THE WORK 3 years


INDEX

SN Page No.

1. Instructions to Tenderers 1-4

2. General Conditions of Contract 5-29

3. Scope of Work and Special Conditions 30-39

4. Explanatory Notes for Maintenance schedules 40-51

5 List of items in ‘B’ &’C’ check kits 52-59

Tender Schedule

List of spares for Cummins make Engines 63-75

List of spares for Greaves make Engines 76-100

6 List of spares for Kirloskar make Engines 101-109 60-111

List of spares for Alternators 110

Radiator motors, Ventilation motors, Self starter 111


motor ACB etc.

7 Undertaking for Downloaded tender document Annexure-1 112


Format for furnishing bank account details Annexure 2
8. 113
Manpower With Competency For Working On Voltages Above 750v
9. Annexure-3 114

10. FORMAT for Bank Guarantee Annexure-4 115-116

FORMAT for Affidavit to be uploaded along with tender


11. 117-118
Annexure-5
Bid Form for Submission of Offer
12. 119-122
Annexure-6
Format for Agreement
13. 123
Annexure-7
I. INSTRUCTIONS TO TENDERERS
1. The Title (Work) :
Maintenance contract for Diesel Engine, Alternator, Power Panel, control and
distribution system, panel filter & ventilation / exhaust fan and radiator, radiator fan &
motor and other accessories in the power cars of SBC division for a period of 3 years
2. Definitions :
● The “Railway” shall mean the President of the Republic of India or the Administrative Officers of
the Railway or of the Successor Railway authorised to deal with any matters, which these presents
are concerned on this behalf.
● “Sr.Divisional Electrical Engineer” shall mean the Officer-in-Charge of the Electrical Department
of the Division
● “Engineer” shall mean the Sr.Divisional Electrical Engineer, Divisional Electrical Engineer
● The “Railway Administration” means Indian Railways, South Western Railway acting through
Senior Divisional Electrical Engineer, Bangalore Division, South Western Railway, Bangalore-23,
on behalf of the President of India.
● The “Inspecting officer”/“Inspector” means the official, firm or department nominated by the
“Railway Administration” to inspect the work on his behalf and the deputies of the inspecting
officer so nominated.
● The “Contractor” shall mean the Person or the Firm or the Cooperative Society or the Company
whether incorporated or not, who enters into the contract with the Railway and shall include their
executors, administrators, successors and permitted assignees.
● Bidder shall mean the person/ the firm/ co-operative or company whether incorporated or not
who Bids for the services with a view to execute the works on contract with the Railway and shall
include their personal representatives, successors and permitted assignees.
● Limited Bids shall mean bids invited from all or some contractors on the approved or select list of
Contractors with the Railway.
● Open Bids shall mean the bids invited in open and public manner and with adequate notice.
● Works shall mean the works contemplated for delivery of services as per drawings and schedules
set forth in the Bid forms and required to be executed according to the specifications.
● Service means any subject matter of procurement other than goods or works, except those
incidental or consequential to the service, and includes physical, maintenance, housekeeping,
professional, intellectual, training, consultancy and advisory services or any other service
classified or declared as such by a procuring entity but does not include appointment of an
individual made under any law, rules, regulations or order issued in this behalf.
● Schedule of Rates of the Railway (SOR) shall mean the Schedule of Rates issued under the
competent authority from time to time.
● Drawings shall mean the maps, drawings, plans, tracings or prints thereof annexed to the contract
and shall include any modifications of such drawings and further drawings as may be issued by
the Manager from time to time.
● Tools and plants shall mean all appliances or things of whatsoever nature required for the
execution, completion or maintenance of the services.
● "Temporary Works" shall mean all temporary works of every kind required for the execution
completion and/or maintenance of the services.
● Site shall mean the lands, spaces, trains and other places on, under, in or through which the
services are to be carried out and any other lands or places provided by the Railway for the
purpose of the contract.
● Period of Maintenance shall mean the specified period of maintenance from the date of
completion of the works, as certified by the Manager.
● Headings and Marginal Headings: The headings and marginal headings in these general
conditions are solely for the purpose of facilitating reference and shall not be deemed to be part
thereof or be taken into consideration in the interpretation or construction thereof or the contract.
● “Specification” shall mean specification for materials and works, Indian Railways issued under
the authority of Sr. Divisional ELectrical Engineer or as amplified, added to or suppressed by
special specifications, if any, appended to the tender form.
● “GCC” shall mean General Conditions of Contract for Services issued by South Western Railway
in the year 2018 and later, if any along with all amendments / corrections as on date.
● “Equipment” means the material/part/component proposed to be used during the contract (the
required material will not be provided by the “Railway Administration”). It shall also include spare
parts for the purpose, which will not be provided by the “Railway Administration”.

Page 1 of 123
● Singular and Plural: Words imparting the singular number shall also include plural and vice
versa where the context requires.
3. Mode of tendering: Only E-tendering mode is allowed and manual tenders are not allowed.
Any manual tender received will not be accepted
4. The Tenderer(s) shall quote his / their rates in rupees for each item of tender schedule.
5. The works are required to be completed within a period of 12 months as mentioned in
website from the date of issue of acceptance letter or from the stipulated date of
commencement as mentioned in the acceptance letter.
6. Payment of EMD and TDC:
a. Payment of Earnest Money Deposit (EMD) & Tender Document Cost (TDC) in respect of
E-tendering should be accepted through net banking or payment gateway only.

Note: Fixed Deposit Receipt (FDR) will not be accepted as EMD for tenders invited on IREPS (E- tender
portal). For service contracts, MSEs registered with District industries Centres, Khadi and
Village industries Commission, Khadi and Village industries Board, Coir Board, National Small
industries Corporation, Directorate of Handi craft and Hand loom, Any other body specified by
Ministry of MSME, shall be exempted from payment of minimum EMD and cost of tender form.

b. The Tenderer(s) shall keep the offer open for a minimum period of 90 days from the date of
opening of the Tender. It is understood that the tender documents have been sold/issued to
the Tenderer(s) and the Tenderer(s), is / are permitted to tender in consideration of the
stipulation on his / their part that after submitting his / their tender subject to the period
being extended further, if required by mutual agreement from time to time, he will not resale
from his offer or modify the terms and conditions thereof in a manner not acceptable to the
Sr.Divisional Electrical Engineer of SW Railway, Bangalore Should the tenderer fail to
observe or comply with the foregoing stipulation, the amount deposited as Earnest Money
for the due performance of the above stipulation, shall be forfeited to the Railway.

c. If the Bid is accepted, this earnest money mentioned above will be returned to the
successful bidder after the submission and verification of the Performance Guarantees as
per clause 4.10 of this General Conditions of Contract for services.

7. Rights Of The Railway To Deal With Tender: The authority for the acceptance of the tender
will rest with the Railway. It shall not be obligatory on the said authority to accept the lowest
tender or any other tender and no tenderers(s) shall demand any explanation for the cause of
rejection of his/their tender nor the Railway to assign reasons for declining to consider or
reject any particular tender or tenders.
8. If the tenderer(s) expires after the submission of his / their tender or after the acceptance of
his their tender, the Railway shall deem such tender cancelled. If a partner of a firm expires
after the submission of their tender or after the acceptance of their tender, the Railway shall
deem such tender as cancelled, unless the firm retains its character.
9. Tenderer’s Credentials: Documents testifying tenderer’s previous experience and financial
status should be produced along with the tender. Once tender is opened, tenderer shall not
be allowed to submit fresh document.
10. Non-compliance with any of the conditions set forth therein above is liable to result in the
tender being rejected.
11. Execution Of Contract Documents: The successful Tenderer(s) shall be required to execute
an agreement with the President of India acting through the Sr.DEE/Bangalore Division,
South Western Railway, for carrying out the work according to General Conditions of
Contract, Special Conditions / Specifications and Scope of Work.

12. Partnership Deeds, Power Of Attorney Etc.: The tenderer shall clearly specify whether the
tender is submitted on his own or on behalf of a partnership concern. If the tender is
submitted on behalf of a partnership concern, he should submit the certified copy of
partnership deed along with the tender and authorization to sign the tender documents on
behalf of partnership firm. If these documents are not enclosed along with tender, the tender
will be treated as having been submitted by individual signing the tender documents. The
Railway will not be bound by any power of attorney granted by the tenderer or by changes in
the composition of the firm made subsequent to the execution of the contract. It may,
however, recognize such power of attorney and changes after obtaining proper legal advice,
the cost of which will be chargeable to the contractor.
13. The tenderer whether sole proprietor, a limited company or a partnership firm if they want to
act through agent or individual partner(s) should submit along with the tender or at a later
stage, a power of attorney duly stamped and authenticated by a Notary Public or by
Magistrate in favour of the specific person whether he/they be partner(s) of the firm or any
other person specifically authorizing him/them to submit the tender, sign the agreement,

Page 2 of 123
receive money, witness measurements, sign measurement books, compromise, settle,
relinquish any claim(s) preferred by the firm and sign "No Claim Certificate" and refer all or
any disputes to arbitration.
14. Employment/Partnership Etc. Of Retired Railway Employees :
a) Should a tenderer be a retired engineer of the Gazetted rank or any other Gazetted officer
working before his retirement, whether in the executive or administrative capacity or whether
holding a pensionable post or not, in the Electrical or any other department of any of the
railways owned and administered by the President of India for the time being, or should a
tenderer being partnership firm have as one of its partners a retired engineer or retired
Gazetted Officer as aforesaid, or should a tenderer being an incorporated company have any
such retired engineer or retired officer as one of its Directors or should a tenderer have in his
employment any retired Engineer or retired Gazetted Officer as aforesaid, the full information
as to the date of retirement of such Engineer or Gazetted Officer from the said service and in
case where such Engineer or Officer had not retired from Government service at least One
year prior to the date of submission of the tender as to whether permission for taking such
contract, or if the contractor be a partnership firm or an incorporated company, to become a
partner or Director as the case may be, or to take the employment under the contractor, has
been obtained by the tenderer or the Engineer or Officer, as the case may be from the
President of India or any officer, duly authorized by him in this behalf, shall be clearly stated
in writing at the time of submitting the tender. Tenders without the information above
referred to or a statement to the effect that no such retired Engineer or retired Gazetted
Officer is so associated with the tenderer, as the case may be, shall be rejected.
15. The responsibility of submitting the correct documents as required lies with the tenderers. In
case, the documents are found manipulated/forged, the offers of such tenderers will not be
considered and such tenderers are liable to be debarred to participate for future works duly
forfeiting their Earnest Money and the tenderer/contractor shall have no claims whatsoever in
this regard. Railway reserves the right to determine/rescind the contract entered into in case
of such false certificates/documents at any stage of the contract treating it as default of the
contractor.
16. Tender cost is not transferable and the amount once paid is non-refundable.
17. The tenderers shall not add any conditions on their own. Any such conditions if stated and if
are in violation of the Railway’s tender conditions, may lead to summary rejection of the offer.
Railway reserves the right to reject such tenders summarily without assigning any reasons
whatsoever
18. No post tender correspondence will be permitted and the tender shall be decided based on the
documents enclosed with the offer only.
19. Even for the working contractors of this railway, the onus of establishing the credentials of
the tender(s) from the office records or otherwise does not lie with the railway. Railway shall
evaluate the offer only from the certificates/ documents submitted along with the offer.
20. Along with tender, tenderers shall upload requisite documentary proof in support of their
eligibility as per the criteria laid down in the tender.
21. Omissions & Discrepancies: Should a tenderer find discrepancies in or omissions from the
drawings or any of the Tender Forms or should he be in doubt as to their meaning, he should
at once notify the authority inviting tenders who may send a written instruction to all
tenderers. It shall be understood that every endeavour has been made to avoid any error
which can materially affect the basis of tender and successful tenderer shall take upon
himself and provide for the risk of any error which may subsequently be discovered and shall
make no subsequent claim on account thereof.
22. Care In Submission Of Tenders:
22.1 Before submitting a tender, the tenderer will be deemed to have satisfied himself by actual
inspection of the site and locality of the works, that all conditions liable to be encountered
during the execution of the works are taken into account and that the rates he enters in the
tender forms are adequate and all inclusive to accord with the provisions of the General
Conditions of Contract for services 2018 for the completion of works to the entire
satisfaction of the Engineer.
22.2 When work is tendered for by a firm or company of contractors, the tender shall be signed
by the individual legally authorized to enter into commitments on their behalf
22.3 The Railway will not be bound by any power of attorney granted by the tenderer or by
changes in the composition of the firm made subsequent to the execution of the contract. It
may, however, recognize such power of attorney and changes after obtaining proper legal
advice, the cost of which will be chargeable to the contractor.

Page 3 of 123
23. CONTRACT DOCUMENTS
23.1.Execution of Contract Agreement: The Tenderer whose tender is accepted shall be required
to appear in person at the office of Sr. Divisional Electrical Engineer, or if a firm or
corporation, a duly authorized representative shall so appear and execute the contract
documents within 7 days after notice that the contract has been awarded to him. Failure to do
so shall constitute a breach of the agreement affected by the acceptance of the tender in
which case the full value of the earnest money accompanying the tender shall stand forfeited
without prejudice to any other rights or remedies.
23.2.In the event of any tenderer whose tender is accepted shall refuse to execute the contract
document as here in before provided, the Railway may determine that such tenderer has
abandoned the contract and there upon his tender and acceptance thereof shall be treated as
cancelled and the Railway shall be entitled to forfeit the full amount of the Earnest Money and
to recover the damages for such default.
24. Method of quoting rates: The rates, rebates and/or other financial terms, if any, quoted by
the tenderers in the relevant fields of the Financial Bid page will only be the ruling terms for
deciding the inter-se ranking, and any such condition having financial repercussions, if
quoted by tenderers anywhere else including attached documents shall not be considered for
deciding inter-se ranking. However, Railways shall have the right to incorporate any such
condition quoted by tenderers, in the contract, at their discretion.

25. 'Single Packet System' of tendering is resorted to for this tender.

26. Effect and validity of offer :


a. The offer shall be kept valid for a minimum period of 90 calendar days from the date
of closing of tender, within which the tenderer will not be entitled to rescind or
withdraw his offer. Notwithstanding this if the tenderer rescinds his offer within the
period stipulated above, the earnest money deposited by him along with the tender
shall be liable for forfeiture at the sole discretion of the Senior Divisional Electrical
Engineer, Bangalore Division, South Western Railway, Bangalore–560 023 and in that
case the tenderer shall have no further claim on the amount deposited by him as
earnest money.
b. The submission of any offer connected with the specifications and documents shall
constitute an Agreement that the tenderer shall have no cause of action or claim
against the “Railways” for rejection of his offer. The “Railways” shall always be at
liberty to reject or accept any offer or offers at its sole discretion and any such action
will not be called into question and the tenderer shall have no claim in that regard
against the “Railways”.
c. Offers shall be deemed to be under consideration immediately after they are opened
and until the official intimation of award of contract is made by the Railways to the
tenderer. If necessary, the “Railways” will obtain clarification on the offers by
requesting for such information from any or all the tenderer, in writing as may be
considered necessary. Tenderer will not be permitted to change the substance of their
offers after the offers have been opened.

27. The Standard General conditions of contract for Services - Jan 2018 (issued by Ministry of
Railways) with latest correction slips issued from time to time shall be applicable for the
contract.
*************

Page 4 of 123
GENERAL CONDITIONS OF CONTRACT
1. On behalf of the President of India, Senior Divisional Electrical Engineer, Bangalore Division,
South Western Railway, Bangalore – 560023 (hereinafter referred to as “Railways”) invites
tenders from established and proven contractors/tenderers.
2. All offers shall be submitted (through E-Tender) before the time and date fixed for the receipt of
the offers as set forth in the tender notification and corrigendum, if any. Offers received after the
stipulated time and date are liable to be rejected.
3. IMPORTANT:
Tenderers can remit the tender document cost online using their own valid debit/credit card or
internet banking in lieu of cash, through the payment Gateway Option provided on the website
by filling and submitting the required data about amount, Bank, Debit card details in proper
screens.
4. Signing of Electronic Tender:
The Tenderer shall digitally sign the tender while quoting the electronic bid, as an expression of
acceptance of all the terms and conditions of this Tender, uploaded in IREPS portal. Deviations
if any should be brought out and specified clearly by the Tenderer and attached to the electronic
bid.
5. Communications to be In Writing: All notices, communications, reference and complaints
made by the Railway or the Engineer or the Engineer's Representative or the Contractor inter-se
concerning the works shall be in writing and no notice, communication, reference or complaint
not in writing shall be recognized.

II. ELIGIBILITY OF BIDDERS AND BID EVALUATION


2.1 Elements of Service Contracts and Procedures thereof

2.1.1 Essential elements of a Service Contract: Service contracts are generally defined by scope,
(e.g., services expressed in terms of functions, processes, activities, or projects), governance (e.g.,
decision powers, roles and responsibilities), operations (e.g., day-to-day operating procedures),
financial arrangements (e.g., fee structures, settlement arrangements), performance (e.g., expected
outputs, levels of service, reporting) and implementation (e.g., activities, timelines, level of effort).
Quality of services and timely availability of services is essential for the satisfactory performance of a
Service Contract. Bids/ Tenders have to be framed in such a manner in which these basic elements
are ensured.

2.1.2 Eligibility Criteria

“‘The firm should have experience of maintenance (including AMC & CMC) / repair /
rehabilitation / manufacture of minimum 500 KVA DA sets. The firm should have
repaired / rehabilitated / manufactured at least 50 DA sets of minimum 500 KVA
capacity or should have successfully executed maintenance work (including AMC &
CMC) of DA sets of minimum 500 KVA capacity for minimum 1200 units (calculated as
- DA sets x months) during last five years and should have manpower with
competency for working on voltages above 750V”

2.2 Disqualification of Bidders:

2.2.1 Employment I Partnership etc. of Retired Railway Employees

2.2.1.1

(a) Should a Bidder be a retired Manager of the Gazetted rank or any other Gazetted Officer
working before her retirement, whether in the executive or administrative capacity or whether
holding a pensionable post or not, in any department of any of the railways owned and
administered by the President of India for the time being, or
(b) Should a Bidder being partnership firm have as one of its partners a retired Manager or
retired Gazetted Officer as aforesaid, or
(c) Should a Bidder being an incorporated company have any such retired Manager or retired
officer as one of its Directors or

Page 5 of 123
(d) Should a Bidder have in her employment any retired Manager or retired Gazetted Officer as
aforesaid, thenthe full information as to the date of retirement of such Manager or Gazetted
Officer from the said service and in case where such Manager or Officer had not retired from
Government service at least one year prior to the date of submission of the Bid as to whether
permission for taking such contract, or if the contractor be a partnership firm or an
incorporated company, to become a partner or Director as the case may be, or to take the
employment under the contractor, has been obtained by the Bidder or the Manager or Officer,
as the case may be from the President of India or any officer, duly authorised by her in this
behalf, shall be clearly stated in writing at the time of submitting the Bid.
Bids without the information above referred to or a statement to the effect that no such retired
Manager or retired Gazetted Officer is so associated with the Bidder, as the case may be, shall be
rejected.

2.2.2 Should a Bidder or contractor being an individual on the list of approved Contractors, have a
relative(s) or in the case of partnership firm or company of contractors one or more of her
shareholder(s) or a relative(s) of the shareholder(s) employed in gazette capacity in any department of
Indian Railway, the authority inviting bids shall be informed of the fact at the time of submission of
Bid, failing which the bid may be disqualified/rejected or if such fact subsequently comes to light, the
contract may be rescinded in accordance with the provision in Clause 7.4 of the General Conditions of
Contract.

2.3.2.1 If the bidder or any of its constituents has been levied with a penalty for violation of labour
laws for three times in the last two years (from the date of opening of tender) by the appropriate
enforcing agency like the Labour Commissioner etc.

2.3.2.2 The contractor shall be disqualified from participating in the bidding for services in a Railway
division,

(i) if any previous contract of the bidder or any of its constituents had been terminated under clause
7.4 in that Railway division, with in the previous 2 years from date of submission of bids.
(ii) In that Railway division, the bidder or any of its constituents has been imposed a penalty
equivalent to the maximum penalty that can be imposed under a previous contract, such a figure
being specified, with in the previous 2 years from date of submission of bids. (Period of 2 years
shall be reckoned from the date on which the total accrued amount of penalties has reached the
maximum penalty that can be imposed under the contract, as specified by the Competent
Authority)
The declaration to this effect shall be furnished by the contractor as a part of his bid document.
A format in this regard shall be made a part of the tender document. In case this declaration is
found to be false, process for banning of business' against the bidder/contractor shall be
initiated as per extent rules.

2.3 Right of Railway to Deal with Bids

The Railway reserves the right of not to invite bids for any of railway service/s and when Bids are
called to accept a Bid in whole or in part or reject any Bid or all Bids without assigning reasons for
any such action. The authority for the acceptance of the Bid will rest with the Railway. It shall not be
obligatory on the said authority to accept the lowest Bid or any other Bid and no Bidders(s) shall
demand any explanation for the cause of rejection of their Bid nor the Railway to assign reasons for
declining to consider or reject any particular Bid/s.

2.3.1 If the bidder(s) deliberately gives / give wrong information in her I their tender or creates /
create circumstances for the acceptance of her / their tender, the Railway reserves the right to reject
such tender at any stage.

2.3.2 If the bidder(s) expire(s) after the submission of her / their tender or after the acceptance of her
/ their tender, the Railway shall deem such tender cancelled. If a partner of a firm expires after the
submission of their tender or after the acceptance of their tender, the Railway shall deem such tender
as cancelled, unless the firm retains its character.

2.3.3 If the bidder, whose bid has been found to be the lowest evaluated bid withdraws or whose bid
has been accepted, falls to sign the procurement contract as may be required, or falls to provide the
security as may be required for the performance of the contract or otherwise withdraws from the
procurement process, the Procuring Entity shall cancel the procurement process. Provided that the
Procuring Entity, on being satisfied that it is not a case of cartelization and the integrity of the

Page 6 of 123
procurement process has been maintained, may, for cogent reasons to be recorded in writing, offer the
next successful bidder an opportunity to match the financial bid of the first successful bidder, and if
the offer is accepted, award the contract to the next successful bidder at the price bid of the first
successful bidder. This clause shall not be applicable to consultancy contact.

2.4 Bidder's Credentials:


2.4.1 The bidder shall submit along with the Bid document, documents in support of their claim
to fulfill the minimum eligibility criteria as mentioned in the bid.
2.4.2 Each page of the copy of documents / certificates in support of credentials, submitted by
the bidder, shall be self-attested by the bidder or authorized representative of the bidding firm.
Self-attestation shall include signature, stamp and date (on each page). Only, those documents will
be considered for evaluating bid, which are duly self-attested as above.
2.4.3 The bidders shall be required to submit an undertaking certifying the truthfulness of all the
documents submitted uploaded along with the tender. This shall be mandatory for all the bidders.
In case of failure of the bidder to submit the undertaking, their offer shall be summarily
rejected.
After opening the financial bid, the tender committee shall verify the credentials of the bidder who
is declared as the lowest bidder (L1) for their authenticity. In case the credentials of L1 are not
found to be in order, her bid shall be treated as technically unresponsive and thus invalid. The
process shall be repeated for the next higher bidder till the valid Li is established. If any document
(or copy thereof) submitted by a bidder is found to be false / forged:
(a) The bidder / each partner / member of the bidding firm shall be liable to legal actions apart from
punitive actions, as decided by competent authority of Railways. In such an eventuality, the bid
(bid) shall also be summarily rejected.
(b) If the contract has already been awarded, or Letter of Acceptance (LOA) has been issued and in the
event of any failure to comply with the above, the contract shall be terminated, irrespective of the
stage of progress in execution of the work. In such an eventuality, Security Deposit (SD),
Performance Guarantee (PG) and partial / full payments otherwise due to the contractor, in
respect of the partial / full work executed by the contractor, shall be forfeited by the Railways.
(c) Other punitive actions, like banning the bidder and partners / members of the biding firm for
future dealings with Indian Railways and I or the Government of India may also be taken by the
Railway / Govt. of India authorities.

III. BID DOCUMENTATION


3.1 Bid (Tender) Form
Bid (Tender) Forms shall embody the contents of the contract documents either directly or by
reference and shall be as per specimen form, Annexure 6.

MSEs registered with District Industries Centres, Khadi and Village Industries Commission, Khadi
and Village Industries Board, Coir Board, National Small Industries Corporation, Directorate of
Handicraft and Handloom, any other body specified by Ministry of MSME or Startups as recognised by
Department of Industrial policy &Promotion shall be supplied such Bid documents free of cost on
confirmation (photocopy/ Xerox copy) of their evidence to this effect.

3.2 Omissions & Discrepancies


Should a Bidder find discrepancies in or omissions from the drawings or any of the Bid Forms or
should she be in doubt as to their meaning, she should at once notify the authority inviting Bidders
who may send a written instruction to all the Bidders. It shall be understood that every endeavour has
been made to avoid any error which can materially affect the basis of tender and successful Bidder
shall take upon herself and provide for the risk of any error which may subsequently be discovered
and shall make no subsequent claim on account thereof.

3.3 Earnest Money

3.3.1 The Bidder shall be required to deposit earnest money with the Bid for the due performance
with the stipulation to keep the offer open till such date as specified in the Bid, under the
conditions of Bid. The earnest money shall be as under—

Value Of The Work Earnest Money Deposit (EMD)


A. For works estimated to cost up to Rs. 1 crore 2% of the estimated cost of the work
B. For works estimated to cost more than Rs. 1 Rs. 2 lakh plus ½% (half percent) of the
crore excess of the estimated cost of work
beyond Rs.1 crore subject to a maximum
of Rs. 1 crore

Page 7 of 123
Note:
● The earnest money shall be rounded to the nearest Rs.1O. This earnest money shall be
applicable for all modes of Bidding.
● MSEs registered with District Industries Centres, Khadi and Village Industries Commission,
Khadi and Village Industries Board, Coir Board, National Small Industries Corporation,
Directorate of Handicraft and Handloom, any other body specified by Ministry of MSME or
Startups as recognised by Department of Industrial policy & Promotion shall be exempted from
payment of minimum EMD detailed in the bid.

3.3.2 It shall be understood that the Bid documents have been sold/issued to the Bidder and
The Bidder is permitted to bid in consideration of stipulation on their part, that after submitting her
Bid she will not resile from her/ their offer or modify the terms and conditions thereof in a manner
not acceptable to the Manager. Should the Bidder fail to observe or comply with the said stipulation,
the aforesaid amount shall be liable to be forfeited to the Railway.

3.3.3 If her Bid is accepted, this earnest money mentioned in sub clause 3.3.1above will be returned
to the successful bidder after the submission and verification of the Performance Guarantees as per
clause 4.10 of this General Conditions of Contract. The Earnest Money of other Bidders shall, save as
herein before provided, be returned to them, but the Railway shall not be responsible for any loss or
depreciation that may happen thereto while in their possession, nor be liable to pay interest thereon.

3.3.4 The Earnest Money should be demanded in the form and manner as per the latest instructions
issued by the Railway Board from time to time.

3.4 Care in Submission of Bids

3.4.1 Before submitting a Bid, the Bidder shall be deemed to have satisfied herself by actual
inspection of the site and locality of the services, that all conditions liable to be encountered during
the delivery of the services are taken into account and that the rates she enters in the Bid forms are
adequate and all-inclusive to accord with the provisions in Clause — 4.42 of the General Conditions
of Contract for the delivery of services to the entire satisfaction of the Manager.

3.4.2 When the service is bidded for, by a firm or a company of contractors,the Bid shall be signed by
the individual legally authorized to enter into commitments on their behalf.

3.4.3 Railway shall not be bound by any power of attorney granted by the Bidder or by changes in the
composition of the firm made subsequent to the execution of the contract. It may, however, recognize
such power of attorney and changes after obtaining proper legal advice, the cost of which will be
chargeable to the contractor.

3.5 Execution of Contract Document

The Bidder whose bid is accepted shall be required to appear in person at the office of concerned
Manager, as the case may be, or if a firm or corporation, a duly authorized representative shall so
appear and execute the contract document within 7 days after receipt of notice issued by the Railway
that such documents are ready; and failure to do so shall constitute a breach of the agreement
affected by the acceptance of the bid in which case the Railway may determine that such Bidder has
abandoned the contract and there upon her bid and acceptance thereof shall be treated as cancelled
and the Railway shall be entitled to forfeit the full amount of the Earnest Money of the bid and
performance guarantees for the bid available with the Railway.

3.6 Form of Contract Document


Every contract shall be complete in respect of the document it shall so constitute. Not less than 3
copies of the contract document shall be signed by the competent authority and the contractor — one
copy given to the contractor, one copy for the finance department and one copy for the contract
manager. The form of contract document shall be provided in the tender/bid documents for every
individual work.

Specimen Bid and Agreement forms are placed as Annexures 6 and 7

Page 8 of 123
IV. GENERAL OBLIGATIONS

4.1 Execution Co-Relation and Intent of Contract Documents

The contract documents shall be signed in triplicate by the Railway and the Contractor. The contract
documents are complementary and what is called for by anyone shall be as binding as if called for by
all, the intention of the documents is to include all labour and materials, equipment and
transportation necessary for proper execution of the services. Materials or works/services not covered
by or properly inferable from any heading or class of the specifications shall not be supplied by the
Railway to the contractors unless distinctly specified in the contract documents. Materials or
works/services described in words which so applied have a well-known technical or trade meaning
shall be held to refer to such recognized standards.

4.1.1 If a service is transferred from the jurisdiction of one Railway to another Railway or to a Project
authority or vice versa while contract is in subsistence, the contract shall be binding on the
Contractor and the Successor Railway/Project in the same manner & take effect in all respects as if
the Contractor and the Successor Railway/Project were parties thereto from the inception and the
corresponding officer or the Competent Authority in the Successor Railway/Project will exercise the
same powers and enjoy the same authority as conferred to the Predecessor Railway/Project under the
original contract/agreement entered into.

4.1.2 If for administrative or other reasons the contract is transferred to the Successor Railway, the
contract shall, notwithstanding any things contained herein contrary there to, be binding on the
Contractor and the Successor Railway in the same manner and take effect in all respects as if the
Contractor and the Successor Railway had been parties thereto from the date of this contract.

4.2 Law Governing the Contract


The contract shall be governed by the law for the time being in force in the Republic of India.

4.2.1 Compliance to Regulations and Bye-Laws


The Contractor shall conform to the provision of any statute relating to the services and regulations
and bye-laws of any local authority and of any water, drainage and lighting companies or
undertakings, with whose system the services are proposed to be provided and shall before making
any variation from the drawings or the specifications that may be necessitated by so confirming give
to the Manager notice specifying the variation proposed to be made and the reason for making the
variation and shall not carry out such variation until she has received instructions from the Manager
in respect thereof. The Contractor shall be bound to give all notices required by statute, regulations
or bye-laws as aforesaid and to pay all fees and taxes payable to any authority in respect thereof.

4.2.2 Communications to be in Writing


All notices, communication, reference and complaints made by the Railway or the Manager or the
Manager's Representative or the Contractor inter se concerning the works/ services shall be in writing
and no notice, communication, reference or complaint not in writing shall be recognized.

4.3 Service of Notices on Contractors


The Contractor shall furnish to the Manager the name, designation and address of her authorized
agent and all complaints, notices, communications and references shall be deemed to have been duly
given to the Contractor, if delivered to the Contractor or her authorized agent or left at or posted to
the address so given and shall be deemed to have been so given in the case of posting on day on
which they would have reached such address in the ordinary course of post or on the day on which
they were so delivered or left. In the case of contract by partners, any change in the constitution of
the firm shall be forthwith notified by the Contractor to the Manager.

4.4 Occupation and Use of Land


No land belonging to or in the possession of the Railway shall be occupied by the Contractor without
the permission of the Railway. The Contractor shall not use, or allow to be used, the site for any
purposes other than that of executing, or in relation to the execution of the services.

4.5 Assignment or Subletting of Contract


The Contractor shall not assign or sublet the contract or any part thereof or allow any person to
become interested therein in any manner whatsoever without the special permission in writing of the
Railway. Any breach of this condition shall entitle the Railway to rescind the contract under Clause
7.4 of these Conditions and also render the contractor liable for payment to the Railway in respect of
any loss or damage arising or ensuing from such cancellation. The permitted subletting of services by

Page 9 of 123
the Contractor shall not establish any contractual relationship between the sub-contractor and the
Railway and shall not relieve the Contractor of any responsibility under the Contract.

4.6 Railway Passes


No free Railway passes shall be issued by the Railway to the Contractor or any of her employees/
workers. Wherever required 'authority for entering restricted area' or 'authority for on board services'
shall be provided.

4.7 Representation on Site


The Contractor shall, when she is not personally present on the site of the work place, keep a
responsible agent during working hours who shall on receiving reasonable notice, present herself to
the Manager, and orders given by the Manager or the Manager's representative to the agent shall be
deemed to have the same force as if they had been given to the Contractor. Before absenting herself,
the Contractor shall furnish the name and address of her agent for the purpose of this clause and
failure on the part of the Contractor to comply with this provision at any time will entitle the Railway
to rescind the contract under Clause 7.4 ofGCC .

4.8 Relics, Treasures, Lost and Found


All gold, silver, oil and other minerals of any description and all precious stones, coins, treasures,
relics antiquities, lost and found etc. which shall be found in or upon the site shall be the property
of the Railway and the Contractor shall duly preserve the same to the satisfaction of the Railway and
shall from time to time deliver the same to such person or persons as the Railway may appoint to
receive the same.

4.9 Indemnity by Contractors


The Contractor shall indemnify and save harmless the Railway, from and against, all actions, suit
proceedings, losses, costs, damages, charges, claims and demands of every nature and description
brought or recovered against the Railways by reason of any act or omission of the Contractor, her
agents or employees, in the execution of the services/works wherever applicable or in her guarding
of the same. All sums payable by way of compensation under any of these conditions shall be
considered as reasonable compensation to be applied to the actual loss or damage sustained, and
whether or not any damage shall have been sustained.

4.10 Performance Guarantee

4.10.1 Performance guarantee at a rate of 3% of the contractual value shall be deposited by the
successful bidder. The successful bidder shall have to submit a Performance Guarantee (PG)
valuing 3% of the contract value in four separate parts of 0.75 % each of the contract value, within
30 (thirty) days from the date of issue of Letter of Acceptance (LOA). Extension of time for
submission of PG beyond 30 (thirty) days and upto the date of submission of PG from the date of
issue of LOA may be given by the Authority who is competent to sign the contract agreement.
However, a penal interest of 15% per annum shall be charged for the delay beyond 30 (thirty days,
i.e. from 31st day after the date of issue of LOA. In case the contractor fails to submit the requisite
PG after 60 days from the date of issue of LOA, a notice shall be served to the contractor to deposit
the PG immediately however not exceeding 90 days from the date of issue of LOA). In case the
contractor fails to submit the requisite PG even after 90 days from the date of issue of LOA, the
contract shall be terminated duly forfeiting EMD and other dues, if any payable against that
contract. The failed contractor shall be debarred from participating in re-tender for that work. In
case 60th day is a bank holiday or office closure next working day should be considered as the last
day for submission of the PGs. Decision of Authority competent to sign the Contract Agreement
would be final in case of any dispute.

4.10.2 The value of PG to be submitted by the, contractor will not change for variation upto 25%
(either increase or decrease). In case during the course of execution, value of the contract increases
by more than 25% of the original contract value, an additional Performance Guarantee amounting
to 3% (three percent) for the excess value over the original contract value shall be deposited in four
equal parts by the contractor. On the other hand, if the value of Contract decreases by more than
25% of the original contract value, Performance guarantee amounting to 3% of the decrease in the
contract value shall be returned to contractor. The PG amount in excess of required PG for
decreased contract value, available with railways shall be returned to the contractor duly
safeguarding the interest of Railways.

4.10.3 The applicable Performance Guarantee shall be calculated as per the revised value of the
contract covering all variations upto the determination of the contract.

Page 10 of 123
4.10.4 If the penalty imposed exceeds 50% of the applicable maximum penalty (as per the revised
value of the contract), a PG equivalent to 25% of the applicable PG shall be forfeited. If the penalty
imposed exceeds 75% of the applicable maximum penalty, a PG equivalent to 50% of the applicable
PG shall be forfeited. The PGs shall be encashed after the completion of the contract.

4.10.5 The successful bidder shall submit the Performance Guarantees (PG) in any of the following
forms, amounting to 3% of the contract value —
a) A deposit of cash;
b) Irrevocable Bank Guarantee;
c) Government Securities including State Loan Bonds at 5% below the market value;
d) Deposit Receipts, Pay Orders, Demand Drafts and Guarantee Bonds. These forms of Performance
Guarantee could be either of the State Bank of India or of any of the Nationalized Banks;
e) Guarantee Bonds executed or Deposits Receipts tendered by all Scheduled Banks;
f) A Deposit in the Post Office Saving Bank;
g) A Deposit in the National Savings Certificates;
h) Twelve years National Defence Certificates;
i) Ten years Defence Deposits;
j) National Defence Bonds and
k) Unit Trust Certificates at 5% below market value or at the face value whichever is less. Also, FDR
in favour of FA&CAO (free from any encumbrance) may be accepted.

Note - The instruments as listed above will also be acceptable for Guarantees in case of Mobilization
Advance.

4.10.6 The Performance Guarantees shall be submitted by the successful bidder after the Letter of
Acceptance (LOA) has been issued, but before signing of the contract agreement. These PGs shall be
initially valid up to the stipulated date of completion and maintenance period, if any plus 60 days
beyond that. In case, the time for completion of service gets extended, the contractor shall get the
validity of PGs extended to cover such extended time for completion and maintenance period, if any of
service plus 60 days.

4.10.7 The Performance Guarantees (PGs) shall be released after physical completion of the work/
service delivery based on 'Completion Certificate' issued by the competent authority stating that
the contractor has completed the assigned services in all respects satisfactorily and passing of final
bill based on "No Claims Certificate" from the contractor. In case any contract provides for
warranty/ maintenance clause then 25 % of the Performance Guarantee would be retained till the
warranty/ maintenance period is over and a certificate to that effect is issued by the Manager.

4.10.8 Whenever the contract is rescinded, the Performance Guarantees shall be encashed/
forfeited. The balance work or services for the same shall be got done independently without risk &
cost of the failed contractor. The failed contractor shall be debarred for a period of 2 years from the
date of such rescindment from participating in the bid which includes delivery of balance services
of failed contract. If the failed contractor is a Partnership firm, then every member/ partner of
such a firm shall be debarred for a period of 2 years from the date of such rescindment from
participating in the bid which includes delivery of balance services of failed contract in his/her
individual capacity.

4.10.9 The Manager shall not make a claim under the Performance Guarantee except for amounts to
which the President of India is entitled under the contract (not withstanding and/or without prejudice
to any other provisions in the contract agreement) in the event of —

(a) Failure by the contractor to extend the validity of the Performance Guarantee as described herein
above, in which event the Manager may claim the full amount of the Performance Guarantee.
(b) Failure by the contractor to pay President of India any amount due, either as agreed by the
contractor or determined under any of the Clauses/Conditions of the Agreement, within 30 days of
the service of notice to this effect by Manager.
(c) The Contract being determined or rescinded under provision of the GCC, the Performance
Guarantee shall be forfeited in full and shall be absolutely at the disposal of the President of India.

4.11 Force Majeure


If at any time, during the continuance of this contract, the performance in whole or in part by either
party of any obligation under this contract shall be prevented or delayed by reason of any war,
hostility, acts of public enemy, civil commotion, sabotage, serious loss or damage by fire, explosions,
epidemics, strikes, lockouts or acts of God (hereinafter, referred to events) provided, notice of the
happening of any such event is given by either party to the other within 7 days from the date of

Page 11 of 123
occurrence thereof, neither party shall by reason of such event, be entitled to terminate this contract
nor shall either party have any claim for damages against the other in respect of such
nonperformance or delay in performance, and works/ services under the contract shall be resumed as
soon as practicable after such event has come to an end or ceased to exist, and the decision of the
Manager as to whether the works/ services have been so resumed or not shall be final and conclusive,
PROVIDED FURTHER that if the performance in whole or in part of any obligation under this contract
is prevented or delayed by reason of any such event for a period exceeding 120 days, either party may
at its option terminate the contract by giving notice to the other party.

4.12 Illegal Gratification

4.12.1 Any bribe, commission, gift or advantage given, promised or offered by or on behalf to the
Contractor or her partner, agent or servant or, anyone on her behalf, to any officer or employee of the
Railway, or to any person on her behalf in relation to obtaining or execution of this or any other
contract with the Railway shall, in addition to any criminal liability which she may incur, subject
contractor to the rescission of the contract and all other contracts with the Railway and to the
payment of any loss or damage resulting from such decision and the Railway shall be entitled to
deduct the amounts so payable from any moneys due to the Contractor(s) under this contract or any
other contracts with the Railway.

4.12.2 The Contractor shall not lend or borrow from or have or enter into any monetary dealings or
transactions either directly or indirectly with any employee of the Railway and if she shall do so, the
Railway shall be entitled forthwith to rescind the contract and all other contracts with the Railway.
Any question or dispute as to the commission or any such offence or compensation payable to the
Railway under this Clause shall be settled by the General Manager of the Railway, in such a manner
as s he shall consider fit & sufficient and her decision shall be final & conclusive. In the event of
rescission of the contract under this Clause, the Contractor will not be paid any compensation
whatsoever except payments for the work/ services rendered upto the date of rescission.

4.13 Contractor's Understanding


It is understood and agreed that the Contractor has, by careful examination, satisfied herself as to the
nature, scope and location of the services, the type I character of equipment and facilities needed
preliminary to, and during the progress of the services, the general and local conditions, the labour
conditions prevailing therein and all other matters which can in any way affect the services under the
contract.

4.14 Commencement of Services


The Contractor shall commence the services within 15 days (unless specified otherwise) after the
receipt by her of an order in writing to this effect from the Manager or as directed by the Manager and
shall proceed with the same with due expedition and without delay.

4.15 Accepted Programme


The Contractor shall submit schedule of delivery of services, the details of organization (in terms of
labour and supervisors) plant and machinery that she intends to utilize (from time to time) for
execution of the services. The programme of delivery of services amended as necessary by discussions
with the Manager, shall be treated as the agreed programme of the delivery of services for the purpose
of this contract and the contractor shall Endeavour to fulfil this programme of delivery of services. The
progress of delivery of services shall be watched accordingly.

4.16 Compliance to Manager's instructions


The Manager shall direct the order in which the several components of the services shall
be provided and the Contractor shall execute without delay all orders given by theManager from time
to time; but the Contractor shall not be relieved thereby from responsibility for the due performance of
the services in all respects.

4.16.1 In cases, where performance or/and quality of services is/are found to be dissatisfactory,
Manager or his representatives shall impose penalty as mentioned in bid document, subject to
cumulative penalty for such dissatisfactory performance or/and quality of services does not exceeds
10% of original contract value or as prescribed in the bid document.

Page 12 of 123
4.17 Alterations to be Authorized
No alterations in or additions to or omissions or abandonment of any part of the services shall be
deemed authorized, except under instructions from the Manager, and the Contractor shall be
responsible to obtain such instructions in each and every case in writing from the Manager.

4.18 Extra Services


Should services over and above those included in the contract require to be provided at the site, the
contractor shall have no right to be entrusted with the execution of such works/services which may
be carried out by another contractor or contractors or by other means at the option of the Railway.

4.19 Separate Contracts in Connection with Services


The Railway shall have the right to let other contracts in connection with the works/services. The
Contractor shall afford other contractors reasonable opportunity for the storage of their materials and
the execution of their works/services and shall properly connect and coordinate her work/services
with theirs. If any part of the Contractor’s works/services depends for proper execution or result upon
the works/services of another contractor(s), the Contractor shall inspect and promptly report to the
Manager any defects in such works/ services that render it unsuitable for such proper execution and
results. The Contractor's failure so to inspect and report shall constitute an acceptance of the other
contractor's work as fit and proper for the reception of her services, except as to defects which may
develop in the other contractor's work after the execution of her work.

4.20 Instructions of Manager's Representative


Any instructions or approval given by the Manager's representative to Contractor in connection with
the services shall bind the Contractor as though it had been given by the Manager provided always as
follows —
(a) Failure of the Manager's representative to disapprove any work/ services or materials shall not
prejudice the power of the Manager thereafter to disapprove such services or material and to
order the rectification thereof.
(b) If the Contractor shall be dissatisfied by reason of any decision of the Manager's representative,
she shall be entitled to refer the matter to the Manager who shall there upon confirm or vary
such decision.

4.21 Adherence to Specifications and Drawings


The whole of the works/ services shall be executed in perfect conformity with the specifications and
procedures (and drawings, wherever applicable) of the contract. If Contractor performs any act in a
manner contrary to the specifications or drawings or any of them and without such reference to the
Manager, she shall bear all the costs arising or ensuing there from and shall be responsible for all loss
to the Railway.

4.21.1 Drawings and Specifications of the Works: The Contractor shall keep one copy of
procedures and Specifications at the site, in good order, and such contract documents as may be
necessary, available to the Manager or the Manager's Representative.

4.22.2 Ownership of Proprietary Information and Specifications: All procedures, documents,


drawings, processes and specifications and copies thereof furnished by the Railway to the Contractor
are deemed to be the property/ proprietary information of the Railway. They shall not be copied,
distributed, published, used in any form o r on other services. With the exception of the signed
contract set, all such documentation in hard copy or soft copy format and other material, shall be
returned by the Contractor to the Railway, on completion/ termination of the Contract.

4.21.3 Compliance with Contractor's Request for Details: The Manager shall furnish with
reasonable promptness, after receipt by her of the Contractor's request for the same, additional
instructions by means of procedures, specifications or otherwise, necessary for the proper execution
of the services or any part thereof. All such procedures, specifications and instructions shall be
consistent with the Contract Documents and reasonably inferable therefrom.

4.21.4 Meaning and Intent of Specification and Drawings: If any ambiguity arises as to the
meaning and intent of any portion of the procedures, specifications and drawings or as to execution or
quality of any services or material, or as to the measurements of the services the decision of the
Manager thereon shall be final subject to the appeal (within 7 days of such decision being intimated to
the Contractor) to the Chief Manager who shall have the power to correct any errors, omissions, or
discrepancies in aforementioned items and whose decision in the matter in dispute or doubt shall be
final and conclusive.

Page 13 of 123
4.22 Working Timings
The Contractor shall have to carry out any required services round the clock as per directions of the
Manager/ Manager's representative.

4.23 Damage to Railway Property or Private Life and Property


The Contractor shall be responsible for all risk involved in the services rendered and for trespass and
shall make good at her own expense all loss or damage whether to the works/services themselves or
to any other property of the Railway or the lives, persons or property of others from whatsoever cause
in connection with the and this although all reasonable and proper precautions may have been taken
by the Contractor, and in case the Railway shall be called upon to make good any costs, loss or
damages, or to pay any compensation, including that payable under the provisions of the Workmen's
Compensation Act or any statutory amendments thereof to any person or persons sustaining
damages as aforesaid by reason of any act, or any negligence or omissions on the part of the
Contractor; the amount of any costs or charges including costs and charges in connection with legal
proceedings, which the Railway may incur in reference thereto, shall be charged to the Contractor.
The Railway shall have the power and right to pay or to defend or compromise any claim of threatened
legal proceedings or in anticipation of legal proceedings being instituted consequent on the action or
default of the Contractor, to take such steps as may be considered necessary or desirable to ward off
or mitigate the effect of such proceedings, charging to Contractor, as aforesaid, any sum or sums of
money which may be paid and any expenses whether for reinstatement or otherwise which may be
incurred and the propriety of any such payment, defence or compromise, and the incurring of any
such expenses shall not be called in question by the Contractor.

4.24 Provision of Efficient and Competent Staff at Sites by the Contractor.

4.24.1 The Contractor shall maintain efficient and competent staff to give the necessary directions
to his workers and to see that they provide their services in proper and desirable manner and shall
employ only such supervisors, workers labour in or about the execution of any of these services as
are careful and skilled in the various trades. Daily record of such supervisors and labour shall be
maintained.

4.24.2 The Contractor shall at once remove from the site any agents, permitted subcontractor,
supervisor, worker or labour who shall be objected to by the Manager. If and whenever required by
the Manager, he shall submit a correct return showing the names of all staff and workers employed
by him.

4.24.3 In the event of the Manager being of the opinion that the Contractor is not employing on the
services a sufficient number of staff and workers as is specified or otherwise for proper execution of
the services within the prescribed procedure and time, the Contractor shall forthwith on receiving
intimation to this effect deploy the additional number of staff and labour as specified by the
Manager immediately and failure on the part of the Contractor to comply with such instructions
will entitle the Railway to rescind/ penalise the contract under suitable clauses of these/special
conditions.

4.24.4 Deployment of Qualified Supervisors by the Contractor

(a) The contractor shall also employ qualified supervisors based on value of the contract and the
extent of services as prescribed in the Bid documents as 'Special Conditions of Contract' by the
Tender Inviting Authority.

(b) In case the contractor fails to employ the supervisor, as aforesaid in the above paragraph, she shall
be liable to pay penalty at the rates, as may be prescribed by the Ministry of Railways through
separate instructions from time to time for the default period for the provisions, as contained in
this section .or as provided for in the bid document.

(c) Number of qualified supervisors required to be deployed by the Contractor for various activities
contained in the service contract shall be specified in the tender documents by the tender inviting
authority.

4.30 Provision of Access to Premises

During progress of services in any street or thoroughfare, the Contractor shall make adequate
provision for the passage of traffic, for securing safe access to all premises approached from such
street or thoroughfare and for any drainage, water supply or means of lighting which may be
interrupted by reasons of the execution of the services and shall react and maintain at her own cost

Page 14 of 123
barriers, lights and other safeguards as prescribed by the Manager, for the regulation of the traffic,
and provide watchers necessary to prevent accidents.

4.40 Safety of Public


The Contractor shall be responsible to take all precautions to ensure the safety of the public whether
on public or Railway property and shall post such look out, such persons as may, in the opinion of
the Manager, be required to comply with regulations pertaining to the service.

4.41 Suspension of Services

4.41.1 The Contractor shall on the order of the Manager, suspend the progress of the services or any
part thereof for such time or times and in such manner as the Manager may consider necessary, and
shall during such suspension, properly protect and secure the work so far as is necessary in the
opinion of the Manager.

If such suspension is —
i. Provided for in the contract, or
ii. Necessary for the proper execution of the services or by the reason of extraneous conditions or by
some default on the part of the Contractor, and or
iii. Necessary for the safety of the services or any part thereof.

4.41.2 The Contractor shall not be entitled to the extra costs, if any, incurred by her during the
period of suspension of the service, but in the event of any suspension ordered by the Manager for
reasons other than aforementioned and when each such period of suspension exceeds 14 days, the
Manager shall extend the time of service for completion of the services as the Manager may consider
proper, having regard to the period or periods of such suspensions and to such compensations as the
Manager may consider reasonable in respect of salaries or wages paid by the Contractor to her
employees/ workers during the periods of such suspension.

4.41.3 Suspension Lasting More Than 3 Months: If the progress of the services or any part thereof
is suspended on the order of the Manager for more than three months at a time, the Contractor may
serve a written notice on the Manager requiring permission within 15 days from the receipt thereof to
proceed with the service or that part thereof in regard to which progress is suspended and if such
permission is not granted within that time the Contractor by further written notice so served may, but
is not bound to, elect to treat the suspension where it affects part only of the service as an omission of
such part or where it affects the whole of the services, as an abandonment of the contract by the
Railway.
4.42 Rates for Items of Services
The rates, entered in the accepted Schedule of Rates of the Contract are intended to provide for
services duly and properly completed in accordance with the General and Special (if any) Conditions
of the Contract and the Specifications/ procedures specified in the contract document including
drawings wherever applicable along with all labour, materials, tools, and plants etc.

4.42.1 Rates for Extra Items of Services: Any additional item of work carried out by the Contractor
on the instructions of the Manager which is not included in the accepted Schedules of Rates shall be
executed at the rate agreed upon between the Manager and the Contractor before the execution of
such items of work.

The Contractors shall be bound to notify the Manager at least seven days before the necessity arises
for the execution of such items of works that the accepted Schedule of Rates does not include rate or
rates for the extra work involved.

The rates payable for such items shall be decided at the meeting to be held between the Manager and
Contractor, in as short a period as possible after the need for the special item has come to the notice.
In case the Contractor fails to attend the meeting after being notified to do so or in the event of no
settlement being arrived at, the Railway shall be entitled to execute the extra works by other means
and the Contractor shall have no claim for loss or damage that may result from such procedure.

4.42.2 Provided that if the Contractor commences work or incurs any expenditure in regard thereto
before the rates as determined and agreed upon as lastly heretofore -mentioned, then and in such a
case the Contractor shall only be entitled to be paid in respect of the services carried out or
expenditure incurred by her prior to the date of determination of the rates as aforesaid according to
the rates as shall be fixed by the Manager. However, if the Contractor is not satisfied with the
decision of the Manager in this respect, she may appeal to the Chief Manager within 30 days of

Page 15 of 123
getting the decision of the Manager, supported by analysis of the rates claimed. The Chief Manager's
decision after hearing both the parties in the matter would be final and binding on the Contractor
and the Railway.

4.43 Clearance of Site on Completion


On completion of the services, the Contractor shall clear away and remove from the site all tools
/plants and surplus materials, rubbish and temporary works of every kind and leave the whole of the
site clean to the satisfaction of the Manager. No final payment in settlement of the accounts for the
services shall be paid, held to be due or shall be made to the, Contractor till, in addition to any other
condition necessary for final payment, site clearance shall have been affected by her, and such
clearance may be made by the Manager at the expense of the Contractor in the event of her failure to
comply with this provision within 7 days after receiving notice to that effect.Should it become
necessary for the Manager to have the site cleared at the expenses of the Contractor, the Railway
shall not be held liable for any loss or damage to such of the Contractor's property as may be on the
site and due to such removal, there from which removal may be affected by means of public sales of
such materials and property or in such a way as deemed fit and convenient to the Manager.

4.44 Environmental Requirements


The Contractor shall, when working on the Premises, perform its obligations under the Contract in
accordance with the Indian Railways environmental policy, which is to conserve energy, water, wood,
paper and other resources, reduce waste and phase out the use of ozone depleting substances and
minimize the release of greenhouse gases, volatile organic compounds and other substances
damaging to health and the environment.

4.45 Data Protection

4.45.1 Where the Contractor is processing Personal Data, as a Data Processor for the Indian
Railways, the Contractor shall:
(a) Process the Personal Data only in accordance with instructions from Indian Railways (which may
be specific instructions or instructions of a general nature) as set out in this Contract or as
otherwise notified by Indian Railways;
(b) Comply with all applicable laws;
(c) Process the Personal Data only to the extent; and in such manner as is necessary for the provision
of the Provider's obligations under this Contract or as is required by Law or any Regulatory Body;
(d) Implement appropriate technical and organizational measures to protect the Personal Data against
unauthorized or unlawful Processing and against accidental loss, destruction, damage, alteration
or disclosure. These measures shall be appropriate to the harm which might result from any
unauthorized or unlawful Processing, accidental loss, destruction or damage to the Personal Data
and having regard to the nature of the Personal Data which is to be protected;
(e) Take reasonable steps to ensure the reliability of its staff and agents who may have access to the
Personal Data;
(f) Obtain prior written consent from the Authority in order to transfer the Personal Data to any
sub-contractor for the provision of the Services;
(g) Not cause or permit the Personal Data to be transferred, stored, accessed, viewed or processed
outside of India without the prior written consent of the Indian Railways
(h) Ensure that all staff and agents required to access the Personal Data are informed of the
confidential nature of the Personal Data and comply with the obligations set out in this clause
(i) Ensure that none of the staff and agents publish disclose or divulge any of the Personal Data to
any third parties unless directed in writing to do so by the Railways
(j) Not disclose Personal Data to any third parties in any circumstances other than with the written
consent of the Railways or in compliance with a legal obligation imposed upon the Railways; and

4.45.2 Notify the Indian Railways (within five Working Days) if it receives:
a) a request from a Data Subject to have access to that person's Personal Data; or
b) a complaint or request relating to the Indian Railways' obligations under the law;

4.45.3 The provision of this clause 4.46 shall apply during the Contract Period and indefinitely after
its expiry.

4.46 Intellectual Property Rights

4.46.1 All Intellectual Property Rights in any guidance, specifications, instructions, toolkits, plans,
data, drawings, databases, software, patents, patterns, models, designs or other material (the "IP
Materials"):

Page 16 of 123
(a) Furnished to or made available to the Contractor by or on behalf of the Railway Shall remain the
property of the Railways; and
(b) prepared by or for the Contractor on behalf of the Railways for use, or intended use in relation to
the performance by the Contractor of its obligations under the Contract shall belong to the
Railways;and the Contractor shall not, and shall ensure that the Staff shall not, (except when
necessary for the performance of the Contract) without prior Approval, use or disclose any
Intellectual Property Rights in the IP Materials.

4.46.2 The Contractor hereby assigns to the Railways, with full title guarantee, all Intellectual
Property Rights which may subsist in the IP Materials prepared in accordance with clause 4.47.1 (b)
of GCC-Services 2018. This assignment shall take effect on the date of the Contract or as a present
assignment of future rights that will take effect immediately on the coming into existence of the
Intellectual Property Rights produced by the Contractor. The Contractor shall execute all
documentation necessary to execute this assignment.

4.46.3 The Contractor shall waive or procure a waiver of any moral rights subsisting in copyright
produced by the Contract or the performance of the Contract.

4.46.4 The Contractor shall ensure that the third-party owner of any Intellectual Property Rights
that are or which may be used to perform the Contract, grants to the Railways a non-exclusive
licence or, if itself a licensee of those rights, shall grant to the Railways an authorized sub-licence, to
use, reproduce, modify, develop and maintain the Intellectual Property Rights in the same. Such
licence or sub-licence shall be non-exclusive, perpetual, royalty free and irrevocable and shall include
the right for the Railways to sublicense, transfer, novate or assign to other Contracting Authorities,
the Replacement Contractor or to any other third party supplying services to the Railways.

This is particularly relevant to any digital contract management system developed for Indian
Railways as per clause 4.44 of GCC for Services 2018.

4.46.5 The Contractor shall not infringe any Intellectual Property Rights of any third party in
supplying the Services and the Contractor shall, during and after the Contract Period, indemnify and
keep indemnified and hold the Railways harmless from and against all actions, suits, claims,
demands, losses, charges, damages, costs and expenses and other liabilities which the Railways may
suffer or incur as a result of or in connection with any breach of this clause.

4.46.6 The Railways shall notify the Contractor in writing of any claim or demand brought against
the Railways for infringement or alleged infringement of any Intellectual Property Right in materials
supplied or licensed by the Contractor.

4.46.7 The Contractor shall at its own expense conduct all negotiations and any litigation arising in
connection with any claim for breach of Intellectual Property Rights in materials supplied or licensed
by the Contractor, provided always that the Contractor:
(a) shall consult the Railways on all substantive issues which arise during the conduct
of such litigation and negotiations;
(b) shall take due and proper account of the interests of the Railways; and
(c) shall not settle or compromise any claim without the Railways' prior written consent
(not to be unreasonably withheld or delayed).

4.46.8 The Railways shall at the request of the Contractor afford to the Contractor all reasonable
assistance for the purpose of contesting any claim or demand made or action brought against the
Railways or the Contractor by a third party for infringement or alleged infringement of any third party
Intellectual Property Rights in connection with the performance of the Contractor's obligations under
the Contract and the Contractor shall indemnify the Railways for all costs and expenses (including,
but not limited to, legal costs and disbursements) incurred in doing so.

4.46.9 If a claim, demand or action for infringement or alleged infringement of any Intellectual
Property Right is made in connection with the Contract or in the reasonable opinion of the Contractor
is likely to be made, the Contractor shall notify the Railways and, at its own expense and subject to
the consent of the Railways (not to be unreasonably withheld or delayed), use its best endeavours to:
(a) modify any or all of the Services without reducing the performance or functionality of the same, or
substitute alternative Services of equivalent performance and functionality, so as to avoid the
infringement or the alleged infringement, provided that the provisions herein shall apply mutates
mutandis to such modified Services or to the substitute Services; or
(b) procure a licence to use and supply the Services, which are the subject of the alleged infringement,
on terms which are acceptable to the Railways, and in the event that the Contractor is unable to

Page 17 of 123
comply with sub-clauses (a) or (b) above within twenty Working Days of receipt of the Contractor's
notification the Railways may terminate the Contract with immediate effect by notice in writing.

4.46.10 The Contractor grants to the Railways a royalty-free, irrevocable and non-exclusive license
(with a right to sub-license) to use any Intellectual Property Rights that the Contractor owned or
developed prior to the Commencement Date and which the Railways reasonably requires in order
exercise its rights and take the benefit of this Contract including the Services provided.

V. VARIATIONS, MEASUREMENT AND PAYMENTS


5.1 Extension of Time
Subject to any requirement in the contract as to completion of any portions or portions of the works
before completion of the whole, the contractor shall fully and finally complete the whole of the works
comprised in the contract (with such modifications as may be directed under conditions of this
contract) by the date entered in the contract or extended date in terms of the following clauses.
However, care may be taken to ensure that the extension in service contracts (other than
Consultancy contracts) is on the ground that new contract has not been finalized.

5.1.1 Extension Due to Modification


If any modifications have been ordered which in the opinion of the Manager have materially increased
the magnitude of the services, then such extension of the contracted date of completion may be
granted as shall appear to the Manager to be reasonable in the circumstances, provided moreover that
the Contractor shall be responsible for requesting such extension of the date as may be considered
necessary as soon as the cause thereof shall arise and in any case not less than one month before the
expiry of the date fixed for completion of the services.

5.1.2 Extension for Delay Not Due to Railways or Contractor


If in the opinion of the Manager, the progress of services has any time been delayed by any act or
neglect of Railway's employees or by other contractor employed by the Railway under Clause 4.20 of
GCC or in executing the work/service not forming part of the contract but on which contractor's
performance necessarily depends or by reason of proceeding taken or threatened by or dispute with
adjoining or to neighbouring owners or public authority arising otherwise through the Contractor's
own default etc. or by the delay authorized by the Manager pending arbitration or in consequences of
the contractor not having received in due time necessary instructions from the Railway for which she
shall have specially applied in writing to the Manager or her authorized representative then upon
happening of any such event causing delay, the Contractor shall immediately give notice thereof in
writing to the Manager within 15 days of such happening, but shall nevertheless make constantly her
best endeavours to bring down or make good the services and shall do all that may be reasonably
required of her to the satisfaction of the Manager to proceed with the services.

The contractor may also indicate the period for which the services are likely to be delayed and shall be
bound to ask for necessary extension of time. The Manager on receipt of such request from the
contractor shall consider the same and shall grant such extension of time as in her opinion is
reasonable having regard to the nature and period of delay andthe type and quantum of work affected
thereby. No other compensation shall be payable for works so carried forward to the extended period
of time, the same rates, terms and conditions of contract being applicable as if such extended period
of time was originally provided in the original contract itself.

5.1.3 Extension for Delay Due to Railways


In the event of any failure or delay by the Railway, to hand over the Contractor possession of the site
necessary for the execution of the services, or to give the necessary notice to commence the services,
or to provide the necessary drawings or instructions or any other delay caused by the Railway due to
any other cause whatsoever, then such failure or delay shall in no way affect or vitiate the contract or
alter the character thereof or entitle the contractor to damages or compensation therefore, but in any
such case, the Railway may grant such extension or extensions of the completion date as may be
considered reasonable.

5.2 Extension of Time for Delay Due to Contractor

5.2.1The time and uninterrupted delivery of services shall be deemed to be the essence of the contract
and the service must be completed not later than the date(s) as specified in the contract. If the
contractor fails to complete the services within the time/manner as specified in the contract for the
reasons other than the reasons specified in Clause 5:1, the Railway may, if satisfied that the service
delivery can be completed by the contractor within reasonable short time thereafter, allow the
contractor for further extension of time as the Manager may decide. On such extension, the Railway

Page 18 of 123
will be entitled without prejudice to any other right and remedy available on that behalf, to recover
from the contractor as agreed damages and not by way of penalty a sum equivalent to 0.10% of the
contract value of the service for each week or part of the week_

5.2.2For the purpose of this clause, the contract value of the services shall be taken as value as per
contract agreement including any supplementary contract agreement issued. Provided also, that the
total amount of liquidated damages under this condition, shall not exceed 5% In lieu, competent
authority while granting extension to the currency of contract under Clause 5.2 of GCC may also
consider levy of token penalty, as deemed fit based on the merit of the case of total value of the
contract.

This section does not limit Indian Railways from imposing any penalties under other provisions and
such penalties will be applicable concurrently.

Provided further, that if the Railway is not satisfied that the service can be completed by the
Contractor and in the event of failure on the part of the contractor to complete the service within
further extension of time allowed as aforesaid, the Railway shall be entitled without prejudice to any
other right or remedy available in that behalf, to appropriate the contractor's Performance Guarantee
and rescind the contract under Clause 7.4 of these Conditions, whether or not actual damage is
caused by such default.

5.3 Modification to Contract to be in Writing


In the event of any of the provisions of the contract requiring to be modified after the contract
documents have been signed, the modifications shall be made in writing and signed by the Railway
and the Contractor and no service shall proceed under such modifications until this has been done.
Any verbal or written arrangement abandoning, modifying, extending, reducing or supplementing the
contract or any of the terms thereof shall be deemed conditional and shall not be binding on the
Railway unless and until the same is incorporated in a formal instrument and signed by the Railway
and the Contractor, and till then the Railway shall have the right to repudiate such arrangements.

5.3.1 Powers of Modification To Contract: The Manager on behalf of the Railway shall be entitled
by order in writing to enlarge or extend, diminish or reduce the services or make any alterations in
their design, character position, site, quantities, dimensions or in the method of their execution or in
the combination and use of materials for the execution thereof or to order any additional service to be
done or any services not to be done and the contractor will not be entitled, to any compensation for
any increase/reduction in the quantities of work but will be paid only for the actual amount of work
done and for approved materials supplied against a specific order.

5.3.2 Unless otherwise specified in the special conditions of the contract, the accepted variation in
quantity of each individual item of the contract would be upto 25% of the quantity originally
contracted. The contractor shall be bound to carry out the service at the agreed rates and shall not be
entitled to any claim or any compensation whatsoever upto the limit of 25% variation in quantity of
individual item of services.

5.3.3 Valuation of Variations: The variation referred to in Sub-Clause 5.3.2 of this Clause shall in
no degree affect the validity of the contract; but shall be performed by the Contractor as provided
therein and be subject to the same conditions, stipulations and obligations as if they had been
originally and expressively included and provided for in the Specifications and Drawings and the
amounts to be paid therefore shall be calculated in accordance with the accepted Schedule of Rates.
Any extra items/quantities of work falling outside the purview of the provisions of Sub-Clause 5.3.2
above shall be paid for at the rates determined under Clause — 4.42.1 of GCC

5.3.4 Variations in Quantities During Execution of Service Contracts

The procedure detailed below shall be adopted for dealing with variations in quantities during
execution of service contracts —
1. Individual NS items in contracts shall be operated with variation of plus or minus 25% and
payment would be made as per the agreement rate. For this, no finance concurrence would be
required.
2. In case an increase in quantity of an individual item by more than 25% of the agreement quantity
is considered unavoidable, the same shall be got executed by floating a fresh tender. If floating a
fresh tender for operating that item is considered not practicable, quantity of that item may be
operated in excess of 125% of the agreement quantity subject to the following conditions:

Page 19 of 123
(a) Operation of an item by more than 125% of the agreement quantity needs the approval of an
officer of the rank not less than S.A. Grade;
(i) Quantities operated in excess of 125% but upto 140% of the agreement quantity of the
concerned item, shall be paid at 98% of the rate awarded for that item in that particular tender;
(ii) Quantities operated in excess of 140% but upto 150% of the agreement quantity of the
concerned item shall be paid at 96% of the rate awarded for that item in that particular tender;
Variation in quantities of individual items beyond 150% will be prohibited and would be
permitted only in exceptional unavoidable circumstances with the concurrence of associate
finance and shall be paid at 96% of the rate awarded for that item in that particular tender.

(b) The variation in quantities as per the above formula will apply only to the Individual items of the
contract and not on the overall contract value.

(c) Execution of quantities beyond 150% of the overall agreement value should not be permitted and,
if found necessary, should be only through fresh tenders or by negotiating with existing contractor,
with prior personal concurrence of FA&CAO / FA&CAO(C) and approval of General Manager.

3. In cases where decrease is involved during execution of contract —

(a) The contract signing authority can decrease the items upto 25% of individual item without
finance concurrence.
(b) For decrease beyond 25% for individual items or 25% of contract agreement value, the approval
of an officer not less than rank of S.A. Grade may be taken, after obtaining No Claim Certificate'
from the contractor and with finance concurrence, giving detailed reasons for each such decrease
in the quantities.
(c) It should be certified that the work proposed to be reduced will not be required in the same work.

4. The limit for varying quantities for minor value items shall be 100% (as against25% prescribed for
other items). A minor value item for this purpose is defined as an item whose original agreement value
is less than 1 % of the total original agreement value.

5. As far as SOR items are concerned, the limit of 25% would apply to the value ofSOR schedule as a
whole and not on individual SOR items. However, in case of NS items, the limit of 25% would apply
on the individual items irrespective of the manner of quoting the rate (single percentage rate or
individual item rate).

6. For tenders accepted by General Manager, variations upto 125% of the original agreement value
may be accepted by General Manager.

7. The aspect of vitiation of tender with respect to variation in quantities should be checked and
avoided. In case of vitiation of the tender (both for increase as well as decrease of value of contract
agreement, the vitiation shall be on the contractor's account (payment shall be restricted to the
lowest calculated value of all valid offers).

5.4 Claims

5.4.1 Monthly Statement of Claims


The Contractor shall prepare and furnish to the Manager once in every month an account giving full
and detailed particulars of all claims for any additional expenses to which the Contractor may
consider herself entitled to and of all extra or additional works ordered by the Manager which she has
executed during the preceding month and no claim for payment for and such work will be considered
which has not been included in such particulars.

5.4.2Signing Of "No Claim" Certificate


The Contractor shall not be entitled to make any claim whatsoever against the Railway under or by
virtue of or arising out of this contract, nor shall the Railway entertain or consider any such claim, if
made by the Contractor, after she shall have signed a "No Claim" Certificate in favour of the Railway
in such form as shall be required by the Railway after the works are finally measured up. The
Contactor shall be debarred from disputing the correctness of the items covered by "No Claim"
Certificate or demanding a clearance to arbitration in respect thereof.

Page 20 of 123
5.5 MEASUREMENTS

5.5.1 Quantities in Schedule Annexed to Contract


The quantities set out in the accepted Schedule of Rates with items of works quantified are the
estimated quantities of the services and they shall not be taken as the actual and correct quantities
of the work to be executed by the Contractor in fulfillment of her obligations under the contract.

5.5.2 Measurement of Services/ Works

(a) Measurements shall be recorded on the basis of day to day records maintained by way of check list
or any other methodology provided in the Bid documents.
(b) The Contractor shall be paid for the works/services at the rates in the accepted Schedule of Rates
and for extra services at rates determined under Clause 4.42.1 of GCC on the measurements taken
by the Manager or the Manager's representative in accordance with the rules prescribed for the
purpose by the Railway. The quantities for items the unit of which in the accepted Schedule of
Rates is 100 or 1000 shall be calculated to the nearest whole number, any fraction below half
being dropped and half and above being taken as one; for items, the unit of which in the accepted
Schedule of Rates is single, the quantities shall be calculated to two places of decimals. Such
measurements will be taken of the work in progress from time to time and at such intervals as in
the opinion of the Manager shall be proper having regard to the progress of work. The date and
time on which 'on account' or 'final' measurements are to be made shall be communicated to the
Contractor who shall be present at the site and shall sign the results of the measurements (which
shall also be signed by the Manager or the Manager's representative) recorded in the official
measurements book as an acknowledgement of her acceptance of the accuracy of the
measurements.
(c) Failing the Contractor's attendance, the service may be measured up in her absence and such
measurements shall, notwithstanding such absence, be binding upon the Contractor whether or
not s he shall have signed the measurement books provided always that any objection made by her
to measurement shall be duly investigated and considered in the manner set out as following:

It shall be open to the Contractor to take specific objection to any recorded measurements or
Classification on any ground within seven days of the date of such measurements. Any
re-measurement taken by the Manager or the Manager's representative in the presence of the
Contractor or in her absence after due notice has been given to her in consequence of objection
made by the Contractor shall be final and binding on the Contractor and no claim whatsoever
shall thereafter be entertained regarding the accuracy and classification of the measurements.

If an objection raised by the Contractor is found by the Manager to be incorrect, then the
contractor shall be liable to pay the actual expenses incurred in measurements.

5.6 PAYMENTS

5.6.1"On-Account" Payments

The Contractor shall be entitled to be paid from time to time by way of "On-Account" payment only for
such works as in the opinion of the Manager she has executed in terms of the contract. All payments
due on the Manager's or the Manager's Representative's certificates of measurements shall be subject
to any deductions which may be made under these presents provided always that the Manager may
by any certificate make any correction or modification in any previous certificate which shall have
been issued by her and that the Manager may withhold any certificate, if the services or any part
thereof are not being carried out to her satisfaction.

5.6.2 Rounding of Amounts

The total amount due on each certificate shall be rounded off to the nearest rupee, i.e. sum less than
50 paise shall be omitted and sums of 50 paise and more upto Rs.1 will be reckoned as Rs. 1.

5.6.3 On Account Payments Not Prejudicial to Final Settlement

"On-Account" payments made to the Contractor shall be without prejudice to the final making up of
the accounts (except where measurements are specifically noted in the Measurement Book as "Final
Measurements" and as such have been signed by the Contractor) and shall in no respect be
considered or used as evidence of any facts stated in or to be inferred from such accounts nor of any
particular quantity of service having been executed nor of the manner of its execution being
satisfactory.

Page 21 of 123
5.6.4 Manner of Payment: The payments would be released in the manner as specified by the
Railway Board from time to time.

5.6.5. Points to be ensured while Passing the Bills


(a) Railways shall ensure that all relevant records are to be certified by the contractor and the
employee nominated by Principal Employer, before passing the bills of the contractor including
but not limited to those provided in the Annexures III — Xl of GCC.
(b) Railways shall ensure that Gross Minimum wages including ESI, PF etc. is paid as per the
actuals by the contractor to all workers. In case, if the Contractor fails to pay the gross
minimum wages, the same shall be informed to Regional Labour Commissioner.
(c) Railways shall ensure that all the relevant records related to statutory obligations and
agreement conditions are submitted by the contractor for claiming monthly bills.
Railways shall upload the details of the contractor online on the Employees' Provident Fund
Organization (EPFO) portal. Every month, Railways may, if required, cross —verify the contractor's
monthly statements regarding PF and other contributions from the EPFO’s records online.
The contractor is required to provide documentary evidence to show the coverage of all her workers or
labour under the schemes mentioned in Clause 6.17of GCC on an annual basis. Upon verification of
the records by Railways, payments can be released to the contractor.

5.7 Maintenance of Works contemplated in the Services


Service contracts may have an element of work included to provide services. In such cases the content
of this para shall be applicable —

The Contractor shall at all times during the progress and continuance of the service and also for the
period of maintenance of Works contemplated in the Service specified, if any in the Bid Form after
the date of passing of the certificate of completion by the Manager or any other earlier date
subsequent to the completion of the work that may be fixed by the Manager be responsible for and
effectively maintain and uphold in good substantial, sound and perfect condition all and every part of
the work and shall make good from time to time and at all times as often as the Manager shall
require, any damage or defect that may during the above period arise in or be discovered or be in any
way connected with the work, provided that such damage or defect is not directly caused by errors in
the contract documents, act of providence or insurrection or civil riot, and the Contractor shall be
liable for and shall pay and make good to the Railway or other persons legally entitled thereto
whenever required by the Manager so to do, all losses, damages, costs and expenses they or any of
them mayincur or be put or be liable to by reasons or in consequence of the operations of the
Contractor or of her failure in any respect.

5.7.1 Certificate of Completion of Works contemplated in Service: As soon as in the opinion of


the Manager, the work has been completed and has satisfactorily passed any final test or tests that
may be prescribed, the Manager shall issue a certificate of completion duly indicating the date of
completion in respect of the work and the period of maintenance of the work, if applicable, shall
commence from the date of completion mentioned in such certificate. The Manager may also issue
such a certificate indicating date of completion with respect to any part of the work (before the
completion of the whole of work), which has been both completed to the satisfaction of the Manager
and occupied or used by t he Rail way. When any such certificate is given in respect of part of a
work, such part shall be considered as completed and the period of maintenance, if any shall
commence from the date of completion mentioned in the completion certificate issued for that part of
the work.

5.7.2 Maintenance Certificate: In case maintenance period is specified in the contract, for any part
the Contract, it shall not be considered as completed until a Maintenance Certificate shall have been
signed by the Manager stating that the works have been completed and maintained to her
satisfaction. The maintenance Certificate shall be given by the Manager upon the expiration of the
period of maintenance or as soon thereafter as any works ordered during such period pursuant to
Clause 5.7.1 of these Conditions shall have been completed to the satisfaction of the Manager and
full effect shall be given to this Clause notwithstanding the taking possession of or using the works/
services or any part thereof by the Railway.

5.7.3 Contractor Not Absolved By Completion Certificate: The Certificate of Completion in respect
of the works referred to in Sub-Clause 5.7.1 of this Clause shall not absolve the Contractor from her
liability to make good any defects imperfections, shrinkages o r faults which may appear during the
period of maintenance specified in the Bid arising in the opinion of the Manager from materials or
quality of workers not in accordance with the drawings or specifications or instruction of the
Manager, which defects, imperfections, shrinkages or faults shall upon the direction i in writing of
the Manager be a mended and made good by the Contractor at her own cost; and in case of default

Page 22 of 123
on the part of Contractor , the Manager may employ about and materials or appoint another
Contractor to a mend and make good such defects, imperfections, shrinkages and faults and all
expenses consequent thereon and incidental thereto shall be borne by the Contractor and shall be
recoverable from any moneys due to her under the contract.

5.7.4 Approval Only by Maintenance Certificate: No certificate other than Maintenance certificate
referred to in Clause 5.7.3 of the Conditions shall be deemed to constitute approval of any work or
other matter in respect of which it is issued or shall be taken as an admission of the due
performance of the contract or any part thereof or of the accuracy of any claim or demand made by
the Contractor or of additional varied work having been ordered by the Manager nor shall any other
certificate conclude or prejudice any of the powers of the Manager.

5.8 Certificate of Completion of Services:


As soon as in the opinion of the Manager, the service has been completed and has satisfactorily
passed any final test or tests that may be prescribed, the Manager shall issue a certificate of
completion duly indicating the date of completion. The Manager may also issue such a certificate
indicating date of completion with respect to any part of the service (before the completion of the
whole of service), which has been completed to the satisfaction of the Manager. When any such
certificate is given in respect of part of a service, such part shall be considered as completed.

5.8.1 Approval Only by Completion Certificate: No certificate other than completion certificate
referred to in Clause 5.8 of the Conditions shall be deemed to constitute approval of any service or
other matter in respect of which it is issued or shall be taken as an admission of the due
performance of the contract or any part thereof or of the accuracy of any claim or demand made by
the Contractor or of additional varied work having been ordered by the Manager nor shall any other
certificate conclude or prejudice any of the powers of the Manager.

5.9 Cessation of Railway's Liability: The Railway shall not be liable to the Contractor for any matter
arising out of or in connection with the contract of the execution of the works/ services unless the
Contractor shall have made a claim in writing in respect thereof before the issue of the Completion
Certificate for service / Maintenance Certificate for works contemplated in service, as the case may
be under this clause.

5.10 UnfulfilledObligations: Notwithstanding the issue of CompletionCertificate for service /


Maintenance Certificate for works contemplated in service as the case may be the Contractor and
(subject to Clause 5.9) the Railway shall remain liable for the fulfillment of any obligation incurred
under the provision of the contract prior to the issue of the Completion Certificate for service /
Maintenance Certificate for works contemplated in service which remains unperformed at the time
such certificate is issued and for the purposes of determining the nature and extent of any such
obligations, the contract shall be deemed to remain in force between the parties thereto.

5.11 Final Payment

On the Manager's certificate of completion in respect of the services, adjustment shall be made and
the balance of account based on the Manager or the Manager's representative's certified
measurements of the total quantity of service executed by the Contractor upto the date of completion
and on the accepted schedule of rates and for extra works on rates determined under Clause 4.42.1
of GCC Conditions shall be paid to the Contractor, subject always to any deduction which may be
made under these presents, and further subject to the Contractor having delivered to the Manager
either a full account in detail of all claims she may have on the Railway in respect of the works or
having delivered "No Claim Certificate" and the Manager having after the receipt of such account
given a certificate in writing that such claims are correct, that the whole of the works to be done
under the provisions of the Contracts have been completed, that they have been inspected by her
since their completion and found to be in good and substantial order, that all properties, works and
things, removed, disturbed or injured in consequence of the services have been properly replaced and
made good and all expenses and demands incurred by or made upon the Railway for or in the
respect of damage or loss by from or in consequence of the services, have been satisfied agreeably
and in conformity with the contract.

5.11.1 Post Payment Audit: It is an agreed term of contract that the Railway
reserves to itself the right to carry out a post-payment audit and I or technical
examination of the works / services and the final bill including all supporting vouchers, abstracts
etc. and to make a claim on the contractor for the refund of any excess amount paid to her, if as a
result of such examination any over-payment to her is discovered to have been made in respect of
any services done or alleged to have been done by her under the contract.

Page 23 of 123
5.11.2 Production of Vouchers etc. by the Contractor: For a contract of more than Rs 2 crore, the
contractor shall, whenever required, produce or cause to be produced for examination by the
Manager any quotation, invoice, cost or other account, book of accounts, voucher, receipt, letter,
memorandum, paper of writing or any copy of or extract from any such document and also furnish
information and returns verified in such manner as may be required in any way relating to the
execution of this contract or relevant for verifying or ascertaining cost of execution of this contract
(the decision of the Manager on the question of relevancy of any documents, information or return
being final and binding on the parties). The contractor shall similarly produce vouchers etc., if
required to prove to the Manager, that materials supplied by her, are in accordance with the
specifications laid down in the contract.

5.11.3 If any portion of the service in a contract of value more than Rs 2 crore be carried out by a
sub-contractor or any subsidiary or allied firm or company (as per Clause 4.5 of the General
Conditions of Contract), the Manager shall have power to secure the books of such sub-contract or
any subsidiary or allied firm or company, through the contractor, and such books shall be open to
her inspection.

5.11.4 The obligations imposed by Sub Clause 5.11.2 & 5.11.2of GCC is without prejudice to the
obligations of the contractor under any statute, rules or orders binding on the contractor.

5.11.5 Signature on Receipts for Amounts: Every receipt for money which may become payable or
for any security which may become transferable to the Contractors under these presents, shall, if
signed in the partnership name by any one of the partners of a Contractor's firm be a good and
sufficient discharge to the Railway in respect of the moneys or security purported to be acknowledged
thereby and in the event of death of any of the Contractor, partners during the pendency of the
contract, it is hereby expressly agreed that every receipt by anyone of the surviving Contractor
partners shall if so signed as aforesaid be good and sufficient discharge as aforesaid provided that
nothing in this Clause contained shall be deemed to prejudice or effect any claim which the Railway
may hereafter have against the legal representative of any contractor partner so dying for or in
respect to any breach of any of the conditions of the contract, provided also that nothing in this
clause contained shall be deemed to prejudice or effect the respective rights or obligations of the
Contractor Partners and of the legal representatives of any deceased contractors interse.

VI. LABOUR LAWS AND RELATED OBLIGATIONS

6.1 Legal Obligations


The contractor shall be responsible for carrying out all legal obligations as may be required by the law.
Broadly they are as under:
● ContractLabour (Regulation and Abolition) Act, 1970
● Minimum Wages Act, 1948
● Payment of Wages Act, 1936
● The Workman's Compensation Act, 1923
● Provisions of Employees Provident Fund and Miscellaneous Provisions Act, 1952
● Employees' State Insurance Act, 1948
● Employees' Pension Scheme, 1995
● Factories Act, 194.
● Enforcement of Employment of manual Scavengers and construction of Dry Latrines (Prohibitions)
Act, 1993
● Child Labour Act, 1986
● Apprentices Act, 1961
● Equal Remuneration Act , 1976
● SafaiKaramcharis Act, 1993
● Industrial Disputes Act, 1947
● Maternity Benefit Act, 1961
● Trade Unions Act, 1926
● Payment of Bonus Act, 1965
● Payment of Gratuity Act, 1972
● Industrial Employment (Standing Orders) Act, 1946
● Sexual Harassment of Women at Workplace (Prevention, Prohibition and Redressal) Act, 2013

Page 24 of 123
VII. DETERMINATION OF CONTRACT

7.1 Right of Railway to Determine the Contract


The Railway shall be entitled to determine and terminate the contract at any time should, in the
Railway's opinion, the cessation of work becomes necessary owing to paucity of funds or from any
other cause whatever, in which case the value of approved materials at site and/ or of work done to
date by the Contractor will be paid for in full at the rate specified in the contract. Notice in writing
from the Railway of such determination and the reasons therefore shall be conclusive evidence
thereof.

7.2 Payment on Determination of Contract


Should the contract be determined under clause 7.1 and the Contractor claims payment for
expenditure incurred by her in the expectation of completing the whole of the work, the Railways shall
admit and consider such claims as are deemed reasonable and are supported by vouchers to the
satisfaction of the Manager. The Railway's decision on the necessity and propriety of such expenditure
shall be final and conclusive.

7.3 No Claim on Compensation


The Contractor shall have no claim to any payment of compensation or otherwise, howsoever on
account of any profit or advantage which she might have derived from the execution of the work in full
but which she did not derive in consequence of determination of contract.

7.4 Determination of Contract Owing to Default of Contractor


If the Contractor should —
(a) Become bankrupt or insolvent, or
(b) Make an arrangement with of assignment in favour of her creditors, or agree to carry out the
contract under a Committee of Inspection of her creditors, or
(c) Being a Company or Corporation, go into liquidation (other than a voluntary liquidation for the
purposes of amalgamation or reconstruction), or
(d) Have an execution levied on her goods or property on the services, or
(e) Assign the contract or any part thereof otherwise than as provided in Clause 4.5 of these
Conditions, or
(f) Abandon the contract, or
(g) Persistently disregard the instructions of the Manager, or contravene any provisions of the
contract, or
(h) Fail to adhere to the agreed programme of work by a margin of 10% of the stipulated period, or
(i) Have been imposed with maximum cumulative penalty as per Clause 4.17.1,of GCC or
(j) Fail to remove materials from the site or to pull down and rectify service wherever applicable after
receiving from the Manager notice to the effect that the said materials or works
(k) have been condemned or rejected under Clause 4.25, 4.27 and 4.28 of GCC, or
(l) Fail to take steps to employ competent or additional staff and labour as required under Clause
4.26 ofGCC, or
(m) Fail to afford the Manager or Manager's representative proper facilities for inspecting the services
or any part thereof as required under Clause 4.29 of the GCC, or
(n) Promise, offer or give any bribe, commission, gift or advantage either herself or
through her partner, agent or servant to any officer or employee of the Railway or to any person
on her or on their behalf in relation to the execution of this or any other contract with this
Railway.
(o) At any time after the Bid relating to the contract, has been signed and submitted
by the Contractor, being a partnership firm admits as one of its partners or employees under it,
or being an incorporated company elect or nominate or allow to act as one of its directors or
employee under it in any capacity whatsoever, any retired officer of the Gazetted rank or any
other retired Gazetted officer working before her retirement, whether in the executive or
administrative capacity, or whether holding any pensionable post or not, in the Railways for the
time being owned and administered by the President of India before the expiry of one year from
the date of retirement from the said service of such officer, unless such officer has obtained
permission from the President of India or any officer duly authorized by her in this behalf, to
become a partner or a director or to take employment under the contract as the case may be, or

(p) Fail to give at the time of submitting the said bid:


(i) The correct information as to the date of retirement of such retired officer from the said
service, or as to whether any such retired officer was under the employment of the Contractor
at the time of submitting the said Bid, or

Page 25 of 123
(ii) The correct information as to such officers obtaining permission to take employment under
the Contractor, or
(iii) Being a partnership firm, the correct information as to, whether any of its partners was such
a retired officer, or
(iv) Being in incorporated company, correct information as to whether any of its directors was
such a retired officer, or
(v) Being such a retired officer suppress and not disclose at the time of submitting the said Bid
the fact of her being such a retired officer or make at the time of submitting the said Bid a
wrong statement in relation to her obtaining permission to take the contract or if the
Contractor be a partnership firm or an incorporated company to be a partner or director of
such firm or company as the case may be or to seek employment under the Contractor.

Then and in any of the said clause, the Manager on behalf of the Railway may serve the Contractor
with notices stipulated in the clauses 7.4.1, 7.4.2 & 7.4.3.of GCC

7.4.1. Performance Notice

(a) In the event of the above and in any of the said clauses, the Manager on behalf of the Railway may
serve the Contractor with a Performance notice as per Annexure-XlI GCCServices 2018 in writing
to the effect to make good the default as well as initiation of bidding process for the balance
service.

(b) Railways reserves the right to float a new tender and invite bids for the delivery of services to
replace the contractor put on notice, from the date on which this notice is served. The existing
contractor shall not be allowed to participate in any bid which includes delivery of balance
services of subject contract. However, in case the existing contractor’s performance has improved
to the satisfaction of the Manager, then Railways may terminate the bid proceedings, at any
stage of the bid process.

(c) Notwithstanding Railway’s initiation of the bidding process, the financial bids shall be opened
only after the termination of the subject contract.

(d) After the issue of this notice, the performance of contractor shall be assessed on a weekly basis
by the manager. Manager, if satisfied with the improvement in the performance of contractor,
may issue a letter of revocation of the performance notice as per Annexure-X111of GCCServices
2018. If the performance is found unsatisfactory after the first week or thereafter, then Railways
will be at liberty to issue the 7-day notice, which will be governed by Section 7.4.2 of GCC.

7.4.2. Seven Days’ Notice


After delivery of the performance notice to the contractor, if she does not proceed to make good her
default and carry on the services or comply with such directions as aforesaid, to the entire
satisfaction of the Manager, the Railway shall be entitled to serve 7 days’ notice as per
Annexure-XIV of GCC Services 2018, further in writing to either commence the service or improve
quality of services to the prescribed standard. The failure to do so shall entail a termination notice
being served under the hand of the Manager, to rescind the contract as a whole or in part or parts
(as may be specified in such notice).

7.4.3. Termination Notice


If no action to commence the service or improve the quality thereof is taken by the contractor with in
the 7 days notice period, then a final termination notice as per Annexure — XVof GCCServices
2018shall be issued.

7.5 Right Of Railway After Rescission Of Contract Owing To Default Of Contractor

In the event of any or several of the courses, referred to in clause 7.4.3, of GCC being adopted:

7.5.1. The Contractor shall have no claim to compensation for any loss sustained by her by reason
of her having purchased or procured any materials or entered into any commitments or made any
advances on account of or with a view to the delivery of the services wherever applicable or the
performance of the contract and Contractor shall not be entitled to recover or be paid any sum for
the services wherever applicable thereto actually performed under the contract unless and until the
Manager shall have certified the performance of such services wherever applicable and the value
payable in respect thereof and the Contractor shall only be entitled to be paid the value so certified.

Page 26 of 123
7.5.2. The Manager or the Manager's Representative shall be entitled to take possession of any
materials, tools, implements, machinery and buildings on the services wherever applicable or on the
property on which these are being or ought to have been executed, and to retain and employ the same
in the further execution of the services wherever applicable or any part thereof until the completion of
the services without the Contractor being entitled to any compensation for the use and employment
thereof or for wear and tear or destruction thereof.

7.5.3. The Manager shall as soon as may be practicable after removal of the Contractor fix and
determine ex parte or by or after reference to the parties or after such investigation or enquiries as
she may consider fit to make or institute and shall certify what amount (if any) had at the time of
rescission of the contract been reasonably earned by or would reasonably accrue to the Contractor in
respect of the services then actually done by her under the contract and what was the value of any
unused, or partially used materials, any tools and plants and any temporary works upon the site. The
legitimate amount due to the contractor after making necessary deductions and certified by the
Manager should be released expeditiously.

VIII. SETTLEMENT OF DISPUTES -INDIAN RAILWAY ARBITRATION


RULES
8.1 Matters Finally Determined by the Railways

All disputes and differences of any kind whatsoever arising out of or in connection with the contract,
whether during the progress of the work or after its completion and whether before or after the
determination of the contract, shall be referred by the contractor to the GM and the GM shall, within
120 days after receipt of the contractor's representation, make and notify decisions on all matters
referred to by the contractor in writing provided that matters for which provision has been made in
Clauses 3.5, 4.13, 4.22.4, 4.41.1, 5.4.2, 5.5.2. (c), 7.1, 7.2, and 7.4 and sub clauses thereof of
General Conditions of Contract for Services or in any Clause of the Special Conditions of the Contract
shall be deemed as 'excepted matters' (matters not abatable) and decisions of the Railway authority,
thereon shall be final and binding on the contractor; provided further that 'excepted matters' shall
stand specifically excluded from the purview of the Arbitration Clause.

8.2 Demand for Arbitration

8.2.1 In the event of any dispute or difference between the parties hereto as to the construction or
operation of this contract, or the respective rights and liabilities of the parties on any matter in
question, dispute or difference on any account or as to the withholding by the Railway of any
certificate to which the contractor may claim to be entitled to, or if the Railway fails to make a
decision within 120 days, then and in any such case, but except in any of the "excepted matters"
referred to in Clause 63 of these Conditions, the contractor, after 120 days but within 180 days of his
presenting his final claim on disputed matters shall demand in writing that the dispute or difference
be referred to arbitration.

8.2.1.1(a) The demand for arbitration shall specify the matters which are inquestion, or subject of the
dispute or difference as also the amount of claim item-wise. Only such dispute or difference, in
respect of which the demand has been made, together with counter claims or set off, given by the
Railway, shall be referred to arbitration and other matters shall not be included in the reference.

(b) The parties may waive off the applicability of sub-section 12(5) GCCof Arbitration and Conciliation
(Amendment) Act 2015, if they agree for such waiver, in writing, after dispute having arisen between
them, in the format given under Annexure XII of GCC Services 2018.

8.2.2 (a) The Arbitration proceedings shall be assumed to have commenced from the day, a written
and valid demand for arbitration is received by the Railway.

(b) The claimant shall submit his claim stating the facts supporting the claims alongwith all the
relevant documents and the relief or remedy sought against each claim within a period of 30
days from the date of appointment of the Arbitral Tribunal.

(c) The Railway shall submit its defence statement and counter claim(s), if any, within a period of
60 days of receipt of copy of claims from Tribunal thereafter, unless otherwise extension has
been granted by Tribunal.

Page 27 of 123
(d) Place of Arbitration : The place of arbitration would be within the geographical limits of the
Division of the Railway where the cause of action arose or the Headquarters of the concerned
Railway or any other place with the written consent of both the parties.

8.2.3 No new claim shall be added during proceedings by either party. However, a party may amend
or supplement the original claim or defence thereof during the course of arbitration proceedings
subject to acceptance by Tribunal having due regard to the delay in making it.

8.2.4 If the contractor(s) does/do not prefer her/their specific and final claims in writing, within a
period of 9❑ days of receiving the intimation from the Railways that the final bill is ready for payment,
She/they will be deemed to have waived her/their claim(s) and the Railway shall be discharged and
released of all liabilities under the contract in respect of these claims.

8.3 Obligation during Pendency of Arbitration


8.3.1 Work under the contract shall, unless otherwise directed by the Engineer, continue during the
arbitration proceedings, and no payment due or payable by the Railway shall be withheld on account
of such proceedings, provided, however, it shall be open for Arbitral Tribunal to consider and decide
whether or not such work should continue during arbitration proceedings.

8.4 Appointment of Arbitrator :


8.4.1 Appointment of Arbitrator where applicability of section 12 (5) GCC of Arbitration and
Conciliation Act has been waived off.
(a) In cases where the total value of all claims in question added together does not exceed Rs.
1,00,00,000/- (Rupees One Crore only), the Arbitral Tribunal shall consist of a Sole Arbitrator who
shall be a Gazetted Officer of Railway not below JA Grade, nominated by the General Manager. The
sole arbitrator shall be appointed within 60 days from the day when a written and valid demand for
arbitration is received by GM.
(b) In cases not covered by the Clause 8.4.1 (a), the Arbitral Tribunal shall consist of a Panel of three
Gazetted Railway Officers not below JA Grade or 2 Railway GazettedOfficers not below JA Grade and a
retired Railway Officer, retired not below the rank of SAG Officer, as the arbitrators. For this purpose,
the Railway will send a panel of at least four (4) names of Gazetted Railway Officers of one or more
departments of the Railway which may also include the name(s) of retired Railway Officer(s)
empanelled to work as Railway Arbitrator to the contractor within 60 days from the day when a
written and valid demand for arbitration is received by the GM. Contractor will be asked to suggest to
General Manager at least 2 names out of the panel for appointment as contractor's nominee within 30
days from the date of dispatch of the request by Railway. The General Manager shall appoint at least
one out of them as the contractor's nominee and will, also simultaneously appoint the balance
number of arbitrators either from the panel or from outside the panel, duly indicating the 'presiding
arbitrator' from amongst the 3 arbitrators so appointed. GM shall complete this exercise of appointing
the Arbitral Tribunal within 30 days from the receipt of the names of contractor's nominees. While
nominating the arbitrators, it will be necessary to ensure that one of them is from the Accounts
Department. An officer of Selection Grade of the Accounts Department shall be considered of equal
status to the officers in SA grade of other departments of the Railway for the purpose of appointment
of arbitrator.

8.4.2 Appointment of Arbitrator where applicability of section 12 (5) ofGCC A&C Act has not been
waived off : The Arbitral Tribunal shall consist of a Panel of three (3) retired Railway Officer, retired
not below the rank of SAG Officer, as the arbitrators. For this purpose, the Railway will send a panel
of at least four (4) names of retired Railway Officer(s) empanelled to work as Railway Arbitrator duly
indicating their retirement date to the contractor within 60 days from the day when a written and
valid demand for arbitration is received by the GM. Contractor will be asked to suggest to General
Manager at least 2 names out of the panel for appointment as contractor's nominee within 30 days
from the date of dispatch of the request by Railway. The General Manager shall appoint at least one
out of them as the contractor's nominee and will, also simultaneously appoint the balance number of
arbitrators either from the panel or from outside the panel, duly indicating the 'presiding arbitrator'
from amongst the 3 arbitrators so appointed. GM shall complete this exercise of appointing the
Arbitral Tribunal within 30 days from the receipt of the names of contractor's nominees. While
nominating the arbitrators, it will be necessary to ensure that one of them has served in the Accounts
Department.

8.4.3 (a) : If one or more of the arbitrators appointed as above refuses to act as arbitrator, withdraws
from his office as arbitrator, or vacates her/their office/offices or is/are unable or unwilling to
perform her functions as arbitrator for any reason whatsoever or dies or in the opinion of the General

Page 28 of 123
Manager fails to act without undue delay, the General Manager shall appoint new
arbitrator/arbitrators to act in her/their place in the same manner in which the earlier
arbitrator/arbitrators had been appointed. Such re-constituted Tribunal may, at its discretion,
proceed with the reference from the stage at which it was left by the previous arbitrator (s).

8.4.3.1 (a) The Arbitral Tribunal shall have power to call for such evidence by way of affidavits or
otherwise as the Arbitral Tribunal shall think proper, and it shall be the duty of the parties hereto to
do or cause to be done all such things as may be necessary to enable the Arbitral Tribunal to make
the award without any delay. The proceedings shall normally be conducted on the basis of documents
and written statements.
(b) Before proceeding into the merits of any dispute, the Arbitral Tribunal shall first decide and pass
its orders over any plea submitted/objections raised by any party, if any, regarding appointment of
Arbitral Tribunal, validity of arbitration agreement, jurisdiction and scope of the Tribunal to deal with
the dispute (s) submitted to arbitration, applicability of time 'limitation' to any dispute, any violation
of agreed procedure regarding conduct of the arbitral proceedings or plea for interim measures of
protection and record its orders in day to day proceedings. A copy of the proceedings duly signed by
all the members of tribunal should be provided to both the parties.
(c) Qualification of Arbitrator(s): (a) Serving Gazetted Railway Officers of not below JA Grade level. (b)
Retired Railway Officers not below SA Grade level, three years after his date of retirement. (c) Age of
arbitrator at the time of appointment shall be below 70 years. (i) An arbitrator may be appointed
notwithstanding the total number of arbitration cases in which he has been appointed in the past. (ii)
While appointing arbitrator(s) under Sub-Clause 8.4.1 (a), 8.4.1 (b) and 8.4.2of GCC above, due care
shall be taken that she/they is/are not the one/those who had an opportunity to deal with the matters
to which the contract relates or who in the course of her/their duties as Railway servant(s) expressed
views on all or any of the matters under dispute or differences. The proceedings of the Arbitral
Tribunal or the award made by such Tribunal will, however, not be invalid merely for the reason that
one or more arbitrator had, in the course of his service, opportunity to deal with the matters to which
the contract relates or who in the course of her/their duties expressed views on all or any of the
matters under dispute.
(d) (i) The arbitral award shall state item wise, the sum and reasons upon which it is based. The
analysis and reasons shall be detailed enough so that the award could be inferred there from. (ii) A
party may apply for corrections of any computational errors, any typographical or clerical errors or any
other error of similar nature occurring in the award of a Tribunal and interpretation of a specific point
of award to Tribunal within 60 days of receipt of the award. (iii) A party may apply to Tribunal within
60 days of receipt of award to make an additional award as to claims presented in the arbitral
proceedings but omitted from the arbitral award.

8.4.4 in case of the Tribunal, comprising of three Members, any ruling on award shall be made by a
majority of Members of Tribunal. In the absence of such a majority, the views of the Presiding
Arbitrator shall prevail.

8.4.5 Where the arbitral award is for the payment of money, no interest shall be payable on whole or
any part of the money for any period till the date on which the award is made.

8.4.6 (a) The cost of arbitration shall be borne by the respective parties. The cost shall interalia include
fee of the arbitrator(s), as per the rates fixed by Railway Board from time to time and the fee shall be
borne equally by both the parties, provided parties sign an agreement in the prescribed format after/
while referring these disputes to Arbitration. Further, the fee payable to the arbitrator(s) would be
governed by the instructions issued on the subject by Railway Board from time to time irrespective of
the fact whether the arbitrator(s) is/are appointed by the Railway Administration or by the court of law
unless specifically directed by Hon'ble court otherwise on the matter.
(b) (i) Sole Arbitrator shall be entitled for 25% extra fee over the fee prescribed by Railway Board from
time to time. (ii) Arbitrator tribunal shall be entitled to 50% extra fee if Award is decided within six
months.

8.4.7 Subject to the provisions of the aforesaid Arbitration and Conciliation Act 1996 and the rules
there under and relevant para of General Conditions of Contract (GCC) and any statutory
modifications thereof shall apply to the appointment of arbitrators and arbitration proceedings under
this clause.

*******

Page 29 of 123
IX. SCOPE OF WORK AND SPECIAL CONDITIONS
1. SPECIAL CONDITIONS OF CONTRACT :

1. The Contract is for ‘B’ & ‘C’ check maintenance and breakdown attention of 500KVA DG
sets provided in power cars including the list of spares listed in the tender document.
Power car is used to feed the power supply requirement of the entire rake of the train.
The output voltage of the alternator is 750 V 3Ǿ AC and this voltage is fed to the
individual coaches in two different feeders coupled from coach to coach with IV couplers.
The entire electrical system as well as the DG set is protected by various safety relays to
ensure that there is uninterrupted power supply and also safety of the passengers on
trains is taken care off. Hence intending contractor may study the system and its working
before submitting their offer so that there is no confusion at a later stage.

2. The contractors shall ensure to carry out continuous maintenance/breakdown works on


DA sets and associated electrical equipment/wiring and Switch board cabinet of 500 KVA
DG set,Starter Battery charger as per the schedules/works recommended by OEM/RDSO
from time to time.

3. The contractor shall depute adequate manpower round the clock for maintenance
/breakdown works of DA sets and their associated electrical equipment.

4. The B & C checks should be rigorously followed as per the time schedule and all the must
change items as prescribed by the OEM/RDSO should invariably be replaced during the
maintenance schedule.

5. All the spares that are required to replace should be procured from OEMs only and a copy
of invoice for the material procured shall be submitted to the depot supervisor/ADEE/Sr.
DEE. ‘B’ & ‘C’ check kits (must change items) shall be supplied by Railways.

6. The equipment to be maintained are Diesel Engine sets with associated switch gears,
power panel along with safety relays, alternators, ACBs, ventilator fans and all the
associated equipment connected with DG set. All the safety relays/devices should be kept
in working order. Safety relays/devices should never be bypassed under any
circumstances.

7. The Power car should be maintained neat and clean and there should be no spillage of
diesel/lube oil in the power car. Whenever there is leakage, it should be brought to the
notice of the depot incharge and should be arrested immediately.

8. The contractors shall maintain the logbook for the maintenance carried out in the Depot
and activities, replacements/repairs should be recorded in the logbook.

9. Rates : The rates are inclusive of GST. The quoted rates shall hold good for the items of
the work done during night also.

10. No conditions are to be quoted along with offer. Conditional offer is not considered. Only
offer will be considered even though conditions are specified.

11. The required diesel oil will be filled up into fuel tank by railways from time to time.

Page 30 of 123
12. Breakdown Clause : For breakdown calls, a dedicated phone number should be made
available by the contractor prior to the commencement of the contract, for breakdown calls
or enroute assistance.

Contractor / contractor’s representative should report within 6 hours from the time of
breakdown call and should report by 09 am if the breakdown call is given at night between
10 pm to 06 am. Any delay in reporting will attract a penalty in terms of Penalty clause 4 (xi).
The contractor shall repair / attend the minor failure within 4 hours and any delay beyond 6
hrs will attract penalty in terms of penalty clause 4 (xi). Similarly, major failure should be
attended within 2 days from the time the power car is made available to the contractor and
major failures involving internal parts replacement should be attended within 7 days from the
time of sick. Failure to attend the breakdown within the stipulated time will attract penalty as
per penalty clause 4 (xi).

13 The contractor’s staff shall be issued a photo Identity card duly signed by the contractor
and these should be carried by the staff while on duty. All outsourced staff must have an
Identity Card issued by Contractor and authenticated by Railway.

14. The contractor shall observe all procedures, perform all acts and abide by all the
provisions contained in the prevailing labour laws.

15. The contractor shall take all precautionary measures in order to safe guard his staff
safety and will be responsible for all actions, suits, claims, demands, charges and expenses
arising in connection with him in the Railway premises.

16. In case, any DA Sets is / are found uneconomical for under taking repairs, the same will
be withdrawn from the Contract, for which payment will not be made.

17. The works must be carried out most carefully without any infringement to the Indian Rly
Act ‘OR’ the General and Subsidiary rules in force on Railways.

18. Before quoting, the tenderers are advised to ascertain the quantum of work involved, if
required, site inspection can be under taken.

19. All the works should be carried out as per the instructions and planning of SSE of
concerned depot.

20. The ownership of the released materials shall be of railway administration except in the
following case.
If the replacement is on account of failure in maintenance/faulty workmanship by contractor,
in which case all such repair and replacement shall be executed by contractor on his own
cost and the released material shall be collected back by the contractor.

21. Shramik Kalyan Portal


(i) Contractor is to abide by the provisions of various labour laws in terms of relevant
clauses of Indian Railways Standard General Conditions of Contract for services. In order
to ensure the same, an application has been developed and hosted on
website ‘www.shramikkalyan.indianrailways.gov.in’. Contractor shall register his
firm/company etc. and upload requisite details of labour and their payment in this
portal. These details shall be available in public domain. The registration / updation in
Portal shall be done as under:

Page 31 of 123
(a) Contractor shall apply for onetime registration of his company/firm etc. in the
Shramik Kalyan portal with requisite details subsequent to issue of Letter of
Acceptance. Engineer shall approve the contractor’s registration in the portal within 7 days of
receipt of such request.
(b) Contractor once approved by any Engineer, can create password with login ID
(PAN No.) for subsequent use of portal for all Letter of Acceptances (LoAs) issued in his
favour.
(c) The contractor once registered on the portal, shall provide details of his Letter of
Acceptances (LoAs) / Contract Agreements on shramikkalyan portal within 15 days of issue
of any LoA for approval of concerned Engineer. Engineer shall update (if required) and
approve the details of LoA filled by contractor within 7 days of receipt of such request.
(d) After approval of LoA by Engineer, contractor shall fill the salient details of contract
labours engaged in the contract and ensure updating of each wage payment to them on
shramikkalyan portal on monthly basis.
(e) It shall be mandatory upon the contractor to ensure correct and prompt uploading of all
salient details of engaged contractual labour & payments made thereof after each wage
period.

2. SCOPE OF WORK :

Name of the work : Maintenance contract for Diesel Engine, Alternator, Power Panel,
control and distribution system, panel filter & ventilation / exhaust fan and radiator, radiator
fan & motor and other accessories in the power cars of SBC division for a period of 3 years.

1. The entire work shall be carried out under direct supervision of Railway Supervising official.

The scope of work involves – B & C check schedule maintenance and breakdown attention
of 450-500KVA, 3Ǿ 750V DG sets of Cummins, Greaves and Kirloskar engine make fitted in
the Power cars including LSLRD of SBC division for a period of three years. The scope of
work shall include maintenance of entire electrical, mechanical installations/power
distribution system in power cars.

The contractor shall carryout prescribed maintenance schedules as per OEM/RDSO


guidelines/breakdown works on DA sets and associated electrical equipment for their trouble
free working.

2. The contractor is to be fully equipped with skilled manpower with technical expertise in the
field of maintenance of DG sets (including troubleshooting) and carrying out prescribed
maintenance schedules as per OEM/RDSO guidelines for their trouble free working.
Minimum qualification of staff engaged shall be ITI or equivalent. Educational qualification
may be relaxed by ADEE or Sr.DEE/G/SBC, if satisfied that the staff is skilled enough for DA
set maintenance.

3. The maintenance is to be carried out during the stabling period in SBC, YPR & SMVB
Depots or any other depot / station in Bangalore division. The B & C checks should be
rigorously followed as per the time schedule and all the must change items as prescribed by
OEM/RDSO should invariably be replaced during the maintenance schedule. ‘B’ & ‘C’
check kits shall be supplied by Railways.

Page 32 of 123
4. Fixing of Spare parts - All the spares that are required to be replaced should be procured
from OEMs only and copy of invoice for the material procured shall be submitted to the
depot supervisor/ADEE/Sr. DEE. Every effort has been made by the Railways to cover all
the items required for executing the work. These items might have either been covered
explicitly or implicitly in the specification, scope of work and tender schedules and the
tenderer shall provide free of cost all such associated accessories that may be required for
proper execution. However during the period of contract if any spares are required other
than those mentioned in schedule such spares will be provided by the Railways. In case, the
contractor is asked to supply such spares, payment will be made as a non schedule item.

5. The above repair and replacement is to be done based on the joint inspections of both
contractor’s representative and representative of Railways. If in the joint inspection such
repair and replacement is on account of failure in maintenance/faulty workmanship by
contractor, in which case all such repair and replacement shall be executed by contractor
only on his own cost. The decision of Sr.DEE/G/SBC, whether the cause of repair/failure is
due to the contractor or not, is final and binding on the contractor.

6. The schedule activities shall be carried out in conformity with the latest installation,
troubleshooting and maintenance manual and all the spares to be replaced as
recommended by OEMs / RDSO.

7. Maintenance will not cover the failure due to extraneous factors such as fire, accident,
explosion, flood, theft and other acts of God. Notwithstanding the above, the performance of
the entire Power Car shall conform to the latest OEMs specifications, SMIs etc.

9. Time allotted for B & C check Schedules:

The following time check schedules for different type of maintenance activities have been
provided under scope of maintenance.

a B check and D2 Schedule : 4 – 6 Hours.


b C check and D3 Schedule : 3 days

10. The execution of work shall be carried out in conformity with latest instructions and
maintenance manuals of Railways with the approval of Railways nominated supervisor.

11. The contactor should depute adequate staff so as to undertake the work as per Railways
Scope of Work and within the stipulated schedule timings.

12. Material required for execution: The contractor shall not use any other material during
execution other than that approved by OEM/RDSO.

13. Place of work for Maintenance:

(i) KSR Bengaluru, Yeswanthpur, Sir M Visvesvaraya Terminal Bengaluru and any other
coaching depot to come up subsequently in SBC.

14. Officer Incharge Maintenance schedules:-

Senior Divisional Electrical Engineer /General Service/Bengaluru Division


Divisional Electrical Engineer or Assistant Divisional Electrical Engineer of SBC Division

Page 33 of 123
15. Nominated Supervisors:-

SSE- Air Conditioning of SBC,YPR & SMVB

16. Duration of Contract Period:

The contract shall be in force for a period of 3 years. The actual date of commencement of
the contract period will start within 15 days from the date of issue of letter of acceptance or
as mentioned in the Letter of Acceptance. The payment will be made only after actual work
starts as per the scope of work. If during the course of contract, the administration feels that
it is not necessary to continue the contract due to administrative reasons, the contract stands
foreclosed with immediate effect without assigning any reasons.

17. Contractor shall comply with all safety rules, industrial and labour regulations and Railway
will not be responsible for any injury caused to Contractor’s men while performing duties or
in case of their negligence during working. It shall be the sole responsibility of the Contractor
to get their employees covered under Security Insurance at their own expense.

3. RESPONSIBILITIES OF PARTIES:
A) FIRM:

i) The contractor should submit the following documents to the Railway supervisor incharge,
pertaining to the staff before commencement of the contract or within 30 days from the date
of LOA. He also should ensure for the changed employees during the currency of the
contract. Railway supervisor should produce as and when demanded by the officer incharge
for verification.
Documents list : (a) Full names of the staff, (b) Pass port size of Photograph, (c) Permanent
& Temporary Residential address with telephone No. if any, (d) Copies of educational
qualifications duly self attested, (e) Copies of certificates of age, experience, (f) Fitness
certificates issued by Govt., Civil Hospital, (g) Police verification certificates for each
employee who are proposed to be engaged. (h) Valid Labour License

ii) The Firm shall be equipped with required software for the controllers used in Cummins,
Greaves and Kirloskar make engines. Also shall keep all the necessary tools, testing
equipment including laptop, Engine controller software and adequate cleaning materials, in
the Firm’s premises at the station of maintenance nearest to the maintenance depot.

iii) All the works pertaining to B & C checks and breakdown activities shall be carried out on the
stable conditions on the washing line/Pit line/IOH Shed/Nominated place.

iv) The service engineer nominated for the repair and maintenance shall observe all safety and
security rules prevailing at the place of the work.

v) The contractor’s staff shall not carry or display or exhibit any kind of advertisement on his
person or in the coach.

vi) Before appointing the service staff, firm should check thoroughly their character and
antecedents of the person. Frequent changes of the service staff should not be done, Firm’s
service Engineers should wear proper uniform with company label and necessary identity
card (even if temporary) for their entry on the platform and other Railway premises. However
this Identity Card is not a travel authority. ID card to be issued by the contractor.

Page 34 of 123
vii) Railway administration will not take any responsibility to pay compensation towards loss of
materials and personal injuries to Contractor’s staff.

viii) Work at night: Trains are maintained day and as well as at night and hence staff to be
planned and arranged accordingly.

ix) The Firm shall depute the adequate technicians/service engineers to carry out the
maintenance schedules along with the breakdown calls at the nominated stations of SBC
division.

x) The Firms staff working with the Railway installations / coaches should be covered under
group insurance scheme / ESIC. It is the sole responsibility of firm to observe and abide by
the factory Act, Provision of Labour Act, Workman compensation Act, Provident fund Act,
Minimum wages Act, Payment of wages Act, contribution towards EPF. Gratuity Act and
other regulations framed by the Govt. and revised time to time. Railway will not be
responsible for any violation of the act of regulation by the firm.

xi) Firm should issue a copy of agreed standard maintenance schedule and operation
instruction of power cars to their service staff.

xii) Firm should issue competency certificate to their service personnel as per Railway Format
the format will be given to the successful tenderer.

xiii) The contractor & his staff shall report to the depot in-charge/Railway representative for
taking over the power car for maintenance, one hour before placement of the power car /
rake on maintenance pitlines.

xiv) All the materials used for repair / replacement shall be of RDSO / OEM approved make
which shall be got repaired / purchased from OEMs or their authorized dealers.
For proof of repair/purchase, delivery challan / invoice from OEM or their authorized dealers
shall be submitted. In case of purchase from authorized dealer, attested copy of authorized
dealership certificate shall be submitted.

xv) Firm shall submit the service reports for the work done immediately after the work completed
duly taking signature of nominated Railway rake incharge and shall submit to nominated
Railway supervisor incharge for the work.

xvi) If the payment from the Railway is delayed due to some reasons, the contractor shall
arrange payment to his employees from his own sources.

xvii) Contractor has to plan and position adequate stock of items to meet the spares
requirement from time to time. However, payment will be made only for the actual quantity
executed during the billing period. Spares such as Fuel pump, water pump, actuators,
sensors AVR, OVR etc which are consumed frequently should be readily available.

B) RAILWAY:

i) B and C check kits including Lube oil shall be supplied by railways.

ii) The necessary space for keeping of materials will be provided free of cost but covered
accommodation will be given subject to availability. In case open land space is given,

Page 35 of 123
contractor to erect temporary shelters as per Railway standards with his own cost for stores
and staff rooms.

iii) Compressed air, Crane & other handling equipment available with Railway can be utilized by
the contractor. Treated water for topping up will be provided by the Railway at nearest
available place. Contractor to make arrangements to carry water to the place of work.

iii) Arrange for the disposal in a safe and lawful manner of all effluent, waste products and used
items resulting from the operation and maintenance of the installation without any limitations;
such as oil, antifreeze, filters and other consumable items.

iv) Provide fuel of right grade as per manufacturer’s recommendations.

v) Railway nominated incharge shall ensure test check / verified all the replaced / repaired
items during B & C checks, as per the conditions stipulated, invariably and also ensure that
service reports for the work done shall be received duly signed by the firms service engineer
as well as Railway nominated rake incharge immediately after completion of the work.

vi) In addition to the general certifications the following are to be taken into consideration.

Wherever lumpsum provision for the procurement of condition based


spares/consumables/repairs has been made in the tender schedule, Railway nominated
incharge is to ensure that payment to be made on basis for actual procurement /
replacements only and to this effect, certification to be made while forwarding work done
statement/ measurement to Sr.DEE/G/SBC office as “It is certified that the actual used
spares/consumables/repairs have been recorded for arranging payment to the contractor”

4. PENALTIES:

i) Any incidence of failure of DG sets while on run affecting the working of train/AC coaches,
and if it is established by the SSE/Inchargethe failure is due to improper maintenance i.e., ‘B’
& ‘C’ schedule, a penalty of Rs.5,000/- will be recovered for each incidence of failure of DG
set.

ii) If both the DG set in a power car fail while on run and leads to detention or loss of punctuality
due to poor workmanship of the contractor, a penalty of Rs.50000/-.

iii) Each Power Car is normally provided with 2 DG sets and LDSLRA coaches are provided
with single DG. It should be ensured that both the DG sets of the power car are sent in
working conditions from Primary Maintenance depot, before departure of the train.
Whenever it is noticed that any one DG set in the Power Car / LDSLRA is sent in defective
condition a penalty of Rs.10,000/- will be recovered for each incidence.

iv) Any service / component failure covered in contract occurring within 1 month of the service /
repair / replacement will attract a penalty of Rs.1,000/- per item per trip.

v) The Power Cars are to be maintained in the maintenance pit line including B Check within
the stipulated schedule time which is about 4-6 hours. Any delay in releasing the Power car
from the maintenance pit line which leads to late start /detention of the train will attract a
penalty of Rs. 5,000/- for every incidence.

Page 36 of 123
vi) The Maintenance schedule such as C check which involves a lot of attention and time and
these are to be completed within stipulated time period (as detailed under Scope of work).
Delay in releasing the power car will attract a penalty of Rs.2,000/- for each day of delay.

vii) Contractor’s staff shall not consume any Alcoholic drinks or narcotic drugs while performing
duty. If any staff are found to have consumed narcotic drugs or alcoholic drinks, a penalty of
Rs.5000/- per staff shall be recovered from the contractor’s bill and such staff will not be
permitted for work with the same contractor as well as with any other contractor in future
under S.W.Rly. The staff will be dealt with according to Railway Laws in force from time to
time.

viii) Pilferage of oils on the part of the contract staff will be viewed seriously and penalty of
Rs.5000/- for each case plus value of oils pilfered will be recovered from the contractor.

ix) If any schedules D2 & D3 or part thereof is not done, the rate/amount payable for that
schedule item shall be imposed as penalty if skipping of schedule is on account of the
contractor.

x) B and C checks/engine schedules have to be carried out immediately when the DA set is due
for schedule maintenance as per the Instructions/official intimation from the concerned depot
incharge. Any delay will attract a penalty of Rs 250/- per day per engine.

xi) Contractor / contractor’s representative should report within 6 hours from the time of
breakdown call and should report by 09 am if the breakdown call is given at night between
10 pm to 06 am. Any delay by the Contractor in reporting within the stipulated time as
specified above, a penalty of Rs.1000/- for every delay six hours or part thereof will be
imposed.

The contractor should attend to the failure within the quickest reasonable time and set right
the defective equipment within 04 hrs for minor failure from handing over power car to
contractor’s representative at site and any delay in repairing beyond 6 hours, a penalty of
Rs. 1000/- per day or part thereof shall be imposed on the contractor. Major failure should be
attended within 2 days except for failures involving replacement of internal parts of the
engine. Failures which requires replacement of internal parts of the engine must be attended
within 7 days. If contractor fails to attend major failure within the stipulated time, a penalty of
Rs.2000/- per engine per day or part thereof. Any repair which requires power car to be
marked sick and withdrawn from service will be termed as major repair. Major or minor
failure and whether requires internal parts replacement will be decided by SSE/Incharge of
depot and in case of dispute, decision of Sr.DEE/G/SBC shall be final in deciding a failure as
major or minor. If the contractor fails to attend minor failure and the power car had to be
marked sick, a penalty of Rs.1000/- per engine per day or part thereof will be imposed.

xii) Safety item bypassed / Gauges & meters defective /Fuel tank caps not provided / use of
non standard fuses related to DA set, a penalty of Rs.250/- will be imposed Per trip per item
separately.

xiii) Any damage during the execution of the work, the cost of the damage will be recovered
and should be repaired by the contractor free of cost. Cost of the damage will be as decided
by the SSE incharge of the depot.

Page 37 of 123
xiv) Any other error on part of the contractor or his employee and not specified above will be
penalised suitably as decided by Sr.DEE/G/SBC, on case to case basis.

xv) If there is no loss/ inconvenience to railways due to lapse on the part of the contractor, then
the penalty may be waived off in such case / cases at sole discretion of Sr.DEE/G/SBC.

5. WORK CERTIFICATION AND PAYMENT :

(i) The payment shall be made on a quarterly basis for the actual work done during the period
of 3 months.

(ii) The Contractor should submit the bill once in 3 months only for the actual work carried out to
SSE / nominated Railway’s representatives along with supporting documents. Along with the
bill , the documentary proof for payment of wages, EPF & ESI, entry in shramik kalyan, wage
register and other statutory /executive/legal requirements for the bill period to the contractual
staff shall be submitted.

(iii) Concerned depot in charge / nominated supervisor shall certify the claim of the contractor for
the work done. These bills duly counter signed by AEE/DEE/Chg concerned shall be
submitted to Sr.DEE/G/SBC who will in turn forward to the paying authority Sr.DFM/SBC.

(iv) Sr. DEE/G/SBC shall be the bill passing authority and Sr. DFM/SBC shall be the bill paying
authority.

(iv) Payment will be made as per the finance procedures of Railway Administration.

(vi) Contractor to give consent in a mandate form for receipt of payment through ECS/EFT.

(vii) As per central Board of indirect Taxes and customs (CBIC) notification No. 50/2018-central
tax dtd 13 September 2018 and Railway board letter dtd.No.2018/AC-II/I/46 dtd.17.8.2018
TDS @ 2%(i.e 2% IGST) will be deducted from the bills.

(viii) Conservancy charges: As per Railway Board letter No.F(X)I/95/I/1 Dated:07.09.2021,


"Conservancy cess charges" will be deducted at the rates given below from the contractor’s
bills based on the average number of labourers/workmen employed per day by the contractor
for the work.

6. INSURANCE :
The Contractor shall take out and keep in force a policy or policies of insurance against all
liabilities of the Contractor or the Railway at common law or under any statute in respect of
accidents to persons who shall be employed by the Contractor in or about the site of work or
the Contractor’s offices for the purpose of carrying out the works on the site.

7. QUALITY ASSURANCE OF MATERIALS :

All the material, required for this work shall be subject to inspection to ensure that the work is
done in accordance with specification, drawings and is of the best quality suitable for the
purpose. Following inspection schedule shall be followed.

a) Inspection of material :-

i) Consignee inspection:-
For the list of Items given in the tender Document, consignee inspection shall be done by the
Railways representative. Firm shall submit the test reports. For the material to be inspected

Page 38 of 123
by Consignee, the contractor shall submit the details of the material being offered before
actual delivery. If required, inspection can be arranged at the manufacturer’s premises.
Where RITES inspection is required as per the applicable policy of Railway at the time of
material replacement, the cost of RITES inspection will be borne by the contractor. Hence
Contractor therefore shall ensure that the material offered for inspection at proper stage,
when it is ready for inspection as per the valid policy of Railway.

ii) After Receipt of material: - Inspection of other items shall be done at the depot / site by
Railway Engineer’s representative. Contractor shall produce all the test reports, done at
factory, delivery challans, authorized dealership certificates etc. during inspection to the
Railways inspecting authority.

iii) All the defects / discrepancies, if any, pointed out during the inspection should be
attended by the contractor immediately.

b) Stage inspection of work: - Stage inspection shall be carried out by the Railway Engineer's
representative from time to time during execution of the work at site. All the shortcomings
noticed during stage inspection shall be attended by the contractor.

c) Final Inspections: - After completion of whole or part of work, contractor shall offer it for final
inspection and testing. All the shortcomings noticed during final inspection shall be attended
by the contractor immediately and a joint inspection shall be carried out by Railway
Engineer's Representative and by Contractor representative after completion of the entire
work and a joint inspection / measurement report shall be made. The joint measurements /
inspection report shall be signed by the contractors’ representative, Railway's authorized
Engineer for that work. Any defect /shortcomings noticed shall be attended by the contractor
immediately before claiming the bill.

8. WARRANTY:

Service / repair carried out will be under warranty for a period of 6 months and the spares /
material replaced will be under warranty for a period of 24 months. Defective equipment
during warranty period either due to materials or workmanship shall be replaced by the
contractor. If defective equipment are not replaced in a reasonable time as decided by the
Railway, the same may be replaced by Railway and in such cases; recoveries will be made
from the contractor's bills or any other bills / SD with this unit or any unit of Indian Railway.

9. USE OF REJECTED EQUIPMENT:

In the event of such rejection as aforesaid, the Railway shall, without prejudice to his other
rights and remedies and in particular without prejudice to his rights under the clause just
preceding, be entitled to the use of the rejected equipment for a time reasonable sufficient to
enable him to obtain other replacement equipment. During such period, if the rejected
equipment is used commercially the Contractor shall not be entitled to the payment on
energisation until such rejected equipment is rectified and / or replaced, but the Railway shall
not be entitled to claim any damages arising out of rejected equipment in respect of such
period.

10. EXCLUDED FROM THE CONTRACT

IV coupler, 60 KVA transformer, RMPU unit, Switch Board cabinet for RMPU unit, lights,
Smoke detector, FDSS, toilet exhaust and 70AH battery and other electrical fittings in the
underframe are excluded from the scope of the contract.

Page 39 of 123
11. EXPLANATORY NOTES
MAINTENANCE SCHEDULES OF DA SETS

Periodicity of schedule maintenance of DA sets shall be in terms of Railway Board letter


No.2006/Elect (G)/138/1pt dated 11.01.2023 or as revised by Railway Board from time to
time.

SN Engine Make Periodicity

B check C check

1 M/s.Greaves Cotton 12 months & 500 hrs 36 months & 1500 Hrs

2 M/s.Cummins India Ltd 12 months & 500 hrs 36 months & 1500 Hrs

3 M/s.Kirloskar Engines Ltd 12 months & 600 hrs 24 months & 1200 hrs
(KOEL)
Note:

● Running hours/months whichever is earlier.)


● The Schedule of Alternator shall also be same as that of Diesel Engine.
● Intake and Exhaust Valve clearance of M/s.Kirloskar make engine should be adjusted
every 12 months & 600 hrs.

Sch B-I (1) ‘B’ CHECK SCHEDULE OF GREAVES MAKE ENGINES (12 months & 500
hrs)

a) Lube Oil System

i) Check for oil leaks and arrest leakage, if any.

ii) Check oil pressure & temperature gauges for proper working.

iii) Check the condition of existing oil filter for metal particles due to wear & tear of the
internal engine parts.

iv) Check the lube oil level in sump

v) Change centrifugal filter paper element

vi) Change Lube oil spin on filter (As required)

vii) Change Lube oil

b) Fuel System

i) Check for any Fuel leaks and arrest leakage, if any.

ii) Check Fuel level in tank.

Page 40 of 123
iii) Drain sediments from water separator

iv) Clean water separator (As required)

v) Change Fuel filter cartridge (As required)

vi) Change Vertical FTP carbon brush

vii) Change Mico Bosch coarse fuel filter (As required)

c) Cooling System

i) Check for any coolant leaks and arrest, if any.

ii) Check coolant level in Radiator.

iv) Check coolant level & Temperature gauges

v) Check belt tension

vii) Check & Top up coolant additive

d) Air System

i) Check for Air leaks and arrest air leakage, if any.

ii) Check Air cleaner restriction (Vacuum indicator)

iii) Check & Change Air filter Element (Max life of Big Filter is 2000 Hrs / 1 year whichever is
earlier)

e) Exhaust system

i) Check exhaust leaks

f) Electrical system

i) Check the condition of the battery, Specific Gravity of the Battery and Battery power cable
leads

Sch B-I (2) ‘C’ CHECK SCHEDULE OF GREAVES MAKE ENGINES (36 months & 1500
hrs)

C-check schedule shall include all works mentioned above in B check schedule that must be
carried out in addition to carrying out following additional works:

i) Check Actuator Linkage (Link Rod Ball Joint)

ii) Clean injector nozzles & spray if necessary (only perform if black smoke / not taking load
related problem persists)

iii) Clean Fuel tank

iv) Check Radiator motor, Fan, Hub & Bearing Assembly

Page 41 of 123
v) Clean Radiator fins

vi) Change Radiator cap & Rubber Ring

vii) Change coolant water & Additive

viii) Change water pump belt (As required)

ix) Check Turbocharger - Axial & Radial play (0.2 mm)

x) Check exhaust bellows & change if necessary

xi) Check Retorqued - Turbo Turbine side clamp

xii) Clean exhaust silencer

xiii) Check Tappet Clearance & Set if necessary

xiii) External Fasteners Torque & do If Necessary

xiv) Check alternator greasing

xv) Check Tappet cover gasket

xvi) Check & correct -Panel wiring

xv) Check EPS & Alarms

xvi) Clean Magnetic pick up unit

Sch A-I (1) ‘B’ CHECK SCHEDULE FOR CUMMINS MAKE ENGINES (12 months & 500
hrs)

i) Check all Engine safeties for their proper functioning. Replace, if found defective.

ii) Check condition of coupling nut bolts and their tightness. Attend them, if required.

iii) Check vacuum indicator and clean air cleaner element at 4.22 kg/cm2 (60 PSI) air
pressure, Check air restriction and ensure that it does not exceed 635 mm (25”) of water
column.

iv) Check lube oil level and condition of lube oil. See reason of less oil and top up/refill, if
required.

v) Check governor oil level. Top up/refill, if required.

vi) Check leakage of fuel, lubricating oil and coolant. Attend, if required EOG Power Car
Maintenance Manual for LHB Coaches.

vii) Check all hoses, pipes for any leakage. Arrest all leakages immediately to make
Generator Car free from oil & water tracing.

viii) Check and ensure proper condition of safety nut bolts of fuel tank.

ix) Check and clean engine & its oil tray to make it free from any oil traces & dust.

Page 42 of 123
x) Drain water from fuel water separator through drain valve.

xi) Check and ensure proper condition of mounting bolts and various vibration dampers/ anti
vibration pads etc.

xii) Check and ensure proper cleaning of floor, wall etc in engine room.

a) Air system

i) Check condition of element for chocking/ torn sealing and attend same,

ii) Check and ensure proper condition of Pre-Cleaner,

iii) Check and change Air cleaner element if required,

iv) Check and ensure proper condition of air hose,

v) Check and clean breather and

vi) Inspect exhaust line and rectify leakage, if any.

b) Fuel system

i) Change fuel filter,

ii) Check hose condition: fuel supply & drain line,

iii) Check & clean the tank and Non Return Valve and attend the same, if required.

iv) Inspect fuel system and attend same, if required.

c) Lubricating system:

i) Change lube oil filters,

ii) Change lube oil,

iii) Change super by pass filters,

iv) Check Lube Oil Pressure (LOP) Gauge,

v) Check Lube Oil Temperature (LOT) Gauge,

vi) Check the filter for any metal particles due to wear and tear of any part inside engine,

vii) Change Governor oil

d) Cooling System:

i) Check and ensure proper coolant Ph value,

ii) Check and ensure proper coolant concentration,

iii) Check and ensure proper Cleaning of Breather,

iv) Check and ensure proper Water Temp. Gauge and

Page 43 of 123
v) Check and ensure proper Radiator inlet & out let water temperature difference. If, found
less, then radiator should be cleaned with OGR & ID27.

A-I (2) ‘C’ CHECK SCHEDULE FOR CUMMINS MAKE ENGINES (36 months & 1500 hrs)

C-check schedule shall include all works mentioned above in B check schedule that must be
carried out in addition to carrying out following additional works:

i) Replacement of air filter (inner & outer).

ii) Replacement of tappet cover gasket.

iii) Proper tappet setting.

iv) Check and ensure proper condition of Alternator terminal connection.

v) Clean trench by compressed air without disturbing cable dressing.

vi) Check and ensure proper condition of accessories drive, Turbo charger and crankshaft
end play.

vii) Check and ensure proper Greasing of Alternator.

viii) Take blow by on full load as per manufacturer‟s guidelines.

ix) Check and ensure proper setting of injector.

x) Check and ensure proper cleaning of turbocharger‟s compressor wheel & diffuser.

xi) Carry out BOROSCOPIC inspection to check condition of cylinder components

Sch C-I (1) ‘B’ CHECK SCHEDULE FOR KIRLOSKAR MAKE ENGINES (12 months &
600 hrs)

a) Intake System & Exhaust System

i) Check the intercooler for any leakage.

ii) Check air cleaner vacuum indicator, if it is red, replace outer element.

iii) Visually inspect the exhaust gas leakages in exhaust line & check turbo diffuser joint at
exhaust manifold.

iv) Ensure heat shield & Cladding material is intact.

v) Check the air inlet hoses & clamps.

vi) Adjust intake / Exhaust Valve clearance.

vii) Replace the air cleaner outer element (Primary).

viii) Check visually the exhaust bellow condition.

ix) Check panel filter and clean if required.

Page 44 of 123
b) Fuel System

i) Check the intactness of fire resistance sleeves on the pipes.

ii) Check the fuel quality and pressure reading on the controller.

iii) Drain the water in separator and ensure the diesel quality.

iv) Visually inspect the fuel inlet pipe adaptor connection on pump.

v) Ensure tightness of clamps on fuel pipes tightened on base plate.

vi) Check and arrest the leakage in fuel lines and connections. Ensure that drain opening of
V chamber is not blocked.

vii) Check the flexible fuel pipe/hoses conditions.

viii) Remove sediment from fuel tank.

ix) Check the functioning and condition of Fuel feed pump motors.

x) Replace fuel pre-filter cartridge (water separator)

xi) Replace filter cartridges FM 100 on feed pump.

xii) Servicing of centrifugal filter along with replacement of requisite parts.

c) Lubricating system

i) Check leakage of lubricating oil. Attend, if required.

ii) Replace Lube oil

iii) Replace Lube oil filter cartridge (both up & down element)

iv) Check the lube oil pipe adaptors on the Fuel pump.

v) Check the oil pipe adaptors on both the turbo chargers.

vi) Servicing of centrifugal filter & replace O ring.

d) Cooling system

i) Check leakage of coolant. Attend, if required.

ii) Check level and ensure proper coolant concentration, top up if required.

iii) Check and ensure proper coolant Ph value.

iv) Check & adjust the V belt tension & specify belt tension.

v) Check the radiator core earthing connection.

vi) Check residential voltage of engine coolant.

vii) Check water pump weep hole and coolant leakage.

Page 45 of 123
viii) Check the pressure cap of Radiator.

ix) Check radiator condition, clean air externally, if required.

x) Check the radiator & hoses.

e) Engine Operation

i) Check the state of exhaust gas.

ii) Check the battery charging.

iii) Check genset safety system.

iv) Adjust intake / exhaust valve clearance.

f) Electrical System

i) Check Specific gravity and electrolyte level in batteries.

ii) Check battery terminals & vent plug (to verify cracks if any).

iii) Earthing and Negative to be isolated or not to be checked.

iv) Check earthing connections.

v) Check and tighten all electrical connections.

g) Miscellaneous Items

i) Check turbo supply and drain pipe for tightness and leakage.

ii) Check the condition of Engine - Alternator coupling.

iii) Visually check all the AV mountings for nut bolt tightness and rubber condition.

Sch C-I (2) ‘C’ CHECK SCHEDULE FOR KIRLOSKAR MAKE ENGINES (36 months &
1200 hrs)

C-check schedule shall include all works mentioned above in B check schedule that must be
carried out in addition to carrying out following additional works:

i) Replace the Air cleaner inner element (Safety).

ii) Replace V belts.

iii) Check & Clean Radiator cooling fins

iv) Check and clean charge air cooler fins

v) Visually check assembly of Radiator fan, motor and hub for noise and vibration, Ensure
cleanliness inside closed cabin.

vi) Check and tighten all external fasteners.

Page 46 of 123
OTHER SCHEDULE OF POWER CAR DIESEL ENGINE INTERFACES FOR SCHEDULE:

Periodicity of D2 & D3 schedule for Alternator and other equipment is same as that of
Engines associated with.

Sch D-I (2) D2 SCHEDULE

Periodicity is same as ‘B’ check schedule of the Diesel Engine associated with
a) Alternator

i) Check and ensure proper condition and tightness of mounting bolts.

ii) Check and ensure proper tightness of all connections of alternator outgoing & control
cables.

iii) Check and ensure proper earthing connection.

iv) Check and ensure proper condition of coupling nut bolts and their tightness. Attend them,
if required.

v) Check alternator for any unusual sound and attend same.

vi) Check and ensure generation of proper voltage (750V, 50HZ).

vii) Ensure proper cleaning and tightness of connection of Excitation system. Use thermal
imaginer equipment to check temperature of cable nuts, connecting nut bolts etc. on load.

b) Side Body Filter

i) Check and ensure proper condition of mounting and fitment of side body filters.

ii) Ensure proper cleaning of side body filters by dry compressed air at a pressure of 1.75
kg/cm^2 (25psi) with the help of a portable compressor.

iii) Ensure proper cleaning of sidewalls and ceiling of engine room..

c) Starting Battery

i) Check and ensure proper condition of mounting of batteries on frame.

ii) Check and ensure proper condition of connection cables, terminal connection tightness
and application of petroleum jelly on it.

iii) Check and ensure proper condition of Air Vents of batteries.

iv) Check and ensure proper Specific Gravity (SPG) of batteries and its electrolyte level. Top
up with distilled water, if required.

v) Check and ensure proper battery voltage.

vi) Cleaning of Sulphation of batteries.

Page 47 of 123
d) Battery Charger

i) Check and ensure proper condition of mounting bolts and covers

ii) Check and ensure proper tightness of connections .

iii) Ensure proper cleaning by dry compressed air at a pressure of 1.75 kg/cm^2 (25psi) with
the help of a portable compressor.

iv) Check and ensure proper condition of electrical wires and attend them as and when
required.

v) Check operation of battery change over switch and replace if required.

vi) Check and ensure proper operation of battery charger.

e) Self starter motor

i) Check and ensure proper condition of mounting.

ii) Ensure its proper working. Replace starter motor, relay, switch gears, cables, terminals
etc., if found defective.

iii) Check and ensure proper condition of electrical wires and attend them as and when
required on condition basis.

f) Power Panel / Control Panel

i) Check and ensure proper condition of mounting bolts / anti vibration pads etc.

ii) Check and ensure proper condition of electrical wires /cables /connections and attend /
tighten / replace them, if required.

iii) Check and ensure proper cleaning of Power Panel, Control Panel by Vacuum Pump and
dry compressed air at a pressure 1.75 kg/cm^2 (25psi) with the help of a portable
compressor.

iv) Check and ensure proper working of indication lamps, Push Buttons, Switches and Fuses
and Replace them, if required.

v) Check and ensure proper working of instruments provided on the instrument panel.

vi) Check and ensure proper working of DC control & Panel Wiring System and attend, if
required.

vii) Check and ensure proper working of different measuring meters- Ammeter, Volt meter,
kW meter, frequency meter, R.P.M. meter and replace, if required.

vi) Checking of the working of Contactors (C1,C2,C3,C4), Feeder Contactors and bus
coupler contactors.

vii) Ensure cleaning and tightness of connections of power panel / control panel. Use thermal
imager equipment to check temperature of cable lugs, connecting nut bolt, contactors etc.,
on load.

Page 48 of 123
viii) Ensure tightness of Busbars.

g) Radiator, Radiator Pipeline and Radiator Chamber

i) Check and ensure proper condition of mounting bolts and anti vibration pads etc.

ii) Check and ensure proper cleaning of radiators. Clean by water jet machine 4.9-5.6
kg/cm^2 (70-80 psi) with OGR and ID-27 or any other suitable cleaning agent.

iii) Check Radiator water level and top up with distilled water, if required.

iv) Check filling cap and condition of radiator fan bolts for tightness and attend, if required.

v) Check condition of radiator pipeline, clamp & water leakage and attend, if required-

vi) Check condition of radiator chamber, doors, hinges, latches etc and attend the same to
ensure proper condition.

vii) Ensure proper doors, latches, ceiling and intactness of baffles etc. for radiator chamber.

h) Radiator Motor and Starter

i) Check and ensure proper condition of mounting bolts.

ii) Check and ensure proper condition of condition of electrical cables / wires and attend
them as when required on condition basis.

iii) Ensure cleaning and checking of connection tightness of starters of radiator motors. Use
thermal imager equipment to check temperature of cable lugs, connecting nut bolts etc. on
load to find out loose connection. Check IR.

iv) Ensure Checking of condition of Radiator Motor, connection and its tightness.

v) Ensure Checking of condition of Radiator Motor Fans and its tightness and attend the
defects. Replace motor, if found defective.

iv) Check and ensure proper working of Starter of Radiator motor and Replace defective
contactor/overload relay if required.

i) Roof Exhaust Fans and Motors

i) Check and ensure proper condition of mounting bolts.

ii) Check and ensure proper condition of electrical cables/wires and attend them as and
when required on condition basis.

ii) Ensure Checking of condition of Roof Exhaust Motor Fans and its tightness and attend the
defects. Replace motor, if found defective.

iii) Check and ensure proper working of Starter of Roof Exhaust motor and Replace
defective contactor/overload relay if required.

iv) Check and ensure proper working of Starter of Roof exhaust motor and replace defective
contactor/overload relay if required.

Page 49 of 123
j) Cables and Trenches

i) Check and ensure proper condition/ securing of fixing bolts and covers of all trenches.

k) Fuel Tank
i) Check and ensure proper condition of all mounting nuts/ bolts and mounting
brackets/clamps etc.

ii) Ensure proper Cleaning of fuel tank externally.

iii) Check Condition of diesel filling cap and Fuel Gauge/ diesel leakage and attend, if
required.

j) Safety System

The following circuits have to be checked during D2 schedule

i) AEL (Alternator Earth Leakage

ii) FEL (Feeder Earth Leakage)

iii) FOL (Feeder Overload relay)

iv) OVR (Over Voltage relay

v) UVR (Under Voltage relay)

vi) HWT (High Water temperature)

vii) LLOP (Low Lube Oil Pressure)

viii) OSR ( Over Speed Relay)

ix) LWL (Low Water Level)

Sch D-I (3) D3 SCHEDULE

Periodicity is same as ‘C’ check schedule of the Diesel Engine associated with

D3 check schedule shall include all works mentioned above in D2 check schedule that must
be carried out in addition to carrying out following additional works:

i) Check and ensure proper cleaning of Self starter motor by blower/ vacuum pump and
replace the carbon brush, if required.

ii) Check and ensure proper closing of main breaker (ACB) contactor in the panel and
Attend, if required.

iii) Ensure Cleaning and checking of connection tightness of starters of radiator motors. Use
thermal imager equipment to check temperature of cable lugs, connecting nut bolts etc. on
load to find out loose connection.

Page 50 of 123
iv) Ensure Cleaning and checking of connection tightness of starters of Roof Exhaust
motors. Use thermal imager equipment to check temperature of cable lugs, connecting nut
bolts etc. on load to find out loose connection.

v) Ensure Checking of condition of Roof Exhaust Motor, connection and its tightness.

vi) Check and ensure proper cleaning of all trenches by brush, jute/cotton waste etc.

vii) Check and ensure proper condition of cables and attend/replace them, if required.

viii) Ensure proper securing of cables against any rubbing, sharp edges.

Condition based spares :

Schedule rates are for supply and replacement of spares. The quantities of items listed are
only indicative and may increase / decrease as per the requirement during the course of
contract. Contractor has to plan and position adequate stock of items to meet the spares
requirement from time to time. Payment will be made only for the actual quantity executed
during the billing period.

However during the period of contract if any spares are required other than those mentioned
in schedule such spares will be provided by the Railways and contractor has to replace the
spares and no payment will be made for replacement.. In case, contactor is asked to supply
such spares, payment will be made as a non schedule item for the supply portion only.

Page 51 of 123
ANNEXURE A-1

'B' Check kit, Suitable for 500 KVA, 750 V, DG set of Make:
Greaves cotton (CPCB-I Engine), Model No.TBD41V12.

SN Item Description Part No Qty

1 Lub oil Filter 605412970039 01 No

2 Fuel filter primary 001200240911 01 No

3 Fuel filter secondary 001200240912 01 No

4 Paper insert centrifuge 106908740006 01 No

5 O' Ring Centrifuge 604931061582 01 No

6 O' Ring Centrifuge 604931301123 01 No

7 Coolant 5 Ltr 12320019518 01 No

8 Pre filter 5 Lr 105413100062 01 No

9 'O' Ring 106900000033 01 No

10 'O' Ring 001200240901 02 Nos

Page 52 of 123
ANNEXURE A-2

‘C' Check kit, Suitable for 500 KVA, 750 V, DG set of Make:
Greaves cotton (CPCB-I Engine), Model No.TBD41V12.

SN Item Description Part No Qty

1 Lub oil Filter 605412970039 01 No

2 Fuel filter primary 001200240911 01 No

3 Fuel filter secondary 001200240912 01 No

4 Paper insert centrifuge 106908740006 01 No

5 O' Ring Centrifuge 604931061582 01 No

6 O' Ring Centrifuge 604931301123 01 No

7 Coolant 5 Ltr 12320019518 01 No

8 Pre filter 5 Lr 105413100062 01 No

9 'O' Ring 106900000033 01 No

10 'O' Ring 001200240901 02 Nos

11 Setting screw 623203580044 24 Nos

12 sealing washer 623408550044 12 Nos

13 Injector 'O' Ring 604961040203 12 Nos

14 Banjo Screw 604043350613 12 Nos

15 Air filter Element outer 105413100154 01 No

16 Air Filter Element inner 105413100155 01 No

17 RC Gasket 623408530084 12 Nos

18 Set of sealing Ring 123400191268 01 No

Page 53 of 123
ANNEXURE A-3

'B' Check kit, Suitable for 500 KVA, 750 V, DG set of Make:
Greaves cotton (CPCB-II Complaint Engine), Model
No.12V14TAG23

SN Item Description Part No Qty

1 Lub oil Filter 605412970039 01 No

2 Fuel filter primary 001200240911 02 Nos

3 Fuel filter secondary 001200240912 02 Nos

4 Pre Mix coolant 10 Ltrs Pack 141100195038 01 No

5 Spinon Assembly Kit 141102400044 01 No

ANNEXURE A-4

‘C' Check kit, Suitable for 500 KVA, 750 V, DG set of Make:
Greaves cotton (CPCB-II Complaint Engine), Model
No.12V14TAG23

SN Item Description Part No Qty

1 Lub oil Filter 605412970039 01 No

2 Fuel filter primary 001200240911 02 Nos

3 Fuel filter secondary 001200240912 02 Nos

4 Pre Mix coolant 10 Ltrs Pack 141100195038 01 No

5 RC Gasket 141102400044 12 Nos

6 Spinon Assembly Kit 141102400044 01 No

7 Air filter outer 105413100154 02 Nos

8 Air Filter inner 105413100155 02 Nos

Page 54 of 123
ANNEXURE A-5

'B' Check kit, for Cummins, model No KTA -19G4/KTA-19G5

SN Item Description Part No Qty

1 Element Lube Oil Filter 3238024 02 Nos

2 Kit, Fuel Filter & Ring 3238493 02 Nos

Kit, Super Bypass Filter


3 Element 3879488 01 No

4 Seal''O' Ring 3010937 02 Nos

5 Strip Test 4912590 01 No

6 Inhibitor, Corrosion 3167217 01 No

ANNEXURE A-6

‘C' Check kit, for Cummins, Model No.KTA-19G4/KTA -19G5

SN Item Description Part No Qty

1 Element Lube Oil Filter 3238024 02 Nos

2 Kit, Fuel Filter & Ring 3238493 02 Nos

3 Kit, Super Bypass Filter Element 3879488 01 No

4 Seal''O' Ring 3010937 02 Nos

5 Strip Test 4912590 01 No

6 Inhibitor, Corrosion 3167217 01 No

Gasket, Rocket Lever Cover 3629140 06 Nos

7 Element Air Cleaner 4020551 01 No

8 Element Air Cleaner 4020552 01 No

Page 55 of 123
ANNEXURE A-7

'B' Check kit, for Cummins, model No KTAA -19-G10

SN Item Description Part No Qty

1 Element Lube Oil Filter (Qty Per Set) 3889310 02 Nos

2 Element , Oil bypass Filter (Qty Per Set) 3889311 01 No

3 Separator, Fuel/Water (Qty Per Set) 3329289 02 Nos

4 Inhibitor, Corrosion(5 Ltr capacity) (Qty Per Set) 4926654 01 No

5 Element, CRN Resistor (Qty Per Set) 4072352 01 No

ANNEXURE A-8

'C' Check kit, for Cummins, model No KTAA -19-G10

SN Item Description Part No Qty

1 Element Lube Oil Filter (Qty Per Set) 3889310 02 Nos

2 Element , Oil bypass Filter (Qty Per Set) 3889311 01 No

3 Separator, Fuel/Water (Qty Per Set) 3329289 02 Nos

4 Inhibitor, Corrosion(5 Ltr capacity) (Qty Per Set) 4926654 01 No

5 Element, CRN Resistor (Qty Per Set) 4072352 01 No

6 Element Air Cleaner (Outer) (Qty Per Set) 4020551 01 No

7 Element Air Cleaner( Inner) (Qty Per Set) 4020552 01 No

8 Gasket, Rocker Lever Cover (Qty Per Set) 3629140 06 Nos

Page 56 of 123
ANNEXURE A-9

'B' Check kit, for Kirloskar, model No DV10TAG1 (App code 9027)

SN Item Description Part No Qty

KOEL care premium Genuine Oil 50


1 Litres Can 82.060.10.0.50 01 No

KOEL care premium Genuine Oil 13


2 Litres Can 82.060.10.0.13 01 No

3 Lube oil filter DVO 014.11.0.00 01 No

4 Lube oil filter DVO 014.27.0.00 01 No

5 Centrifugal Filter service kit for DV DVO 999.40.0.00 01 No

6 Pre filter cartridge D16.507.03.0.00 01 No

7 Final Filter cartridge (FM 100) DVB 072.108.08.00 02 Nos

8 Air Cleaner Primary Element F6.404.27.0.00 2 Nos

ANNEXURE A-10

‘C' Check kit for Kirloskar, model No DV10TAG1 (App code 9027)

SN Item Description Part No Qty

KOEL care premium Genuine Oil 50


1 Litres Can 82.060.10.0.50 1 No

KOEL care premium Genuine Oil 13


2 Litres Can 82.060.10.0.13 1 No

3 Lube oil filter DVO 014.11.0.00 1 No

4 Lube oil filter DVO 014.27.0.00 1 No

5 Air Cleaner Primary Element F6.404.27.0.00 2 Nos

6 Centrifugal filter service Kit 4 DB DVO 999.40.0.00 1 No

Page 57 of 123
7 Pre Filter Cartridge D16.507.03.0.00 1 No

8 Fian Filter cartridge (FM 100) DV6 .072.105.0.00 2 Nos

KOEL care Genuine coolant pre mix


9 25 Ltrs CAN 62.020.35.1.26 1 No

10 Conical Copper Washer DV2.069.07.0.00 10 Nos

11 Copper Washer (6x10) 50.505.04.000 10 Nos

12 Joint rocker cover metallic DV0.009.05.0.00 10 Nos

13 Air cleaner safety element F6.404.28.0.00 2 Nos

14 V belt BX58 Pitch 1520 long DVO .015.08.0.00 1 No

ANNEXURE A-11

'B' Check kit, for Kirloskar, model No DV10TAG1 (App code 9026)

SN Item Description Part No Qty

KOEL care premium Genuine Oil 50


1 Litres Can 82.060.10.0.50 01 No

KOEL care premium Genuine Oil 13


2 Litres Can 82.060.10.0.13 01 No

3 Lube oil filter DVO 014.11.0.00 01 No

4 Lube oil filter DVO 014.27.0.00 01 No

5 Centrifugal Filter service kit for DV DVO 999.40.0.00 01 No

6 Pre filter cartridge D16.507.03.0.00 01 No

7 Final Filter cartridge (FM 100) DVB 072.108.08.00 02 Nos

8 Air Filter primary D16.505.41.0.00 01 No

Page 58 of 123
ANNEXURE A-12

‘C' Check kit, for Kirloskar, model No DV10TAG1 (App code 9026)

KOEL care premium Genuine Oil 50


1 Litres Can 82.060.10.0.50 1 No

KOEL care premium Genuine Oil 13


2 Litres Can 82.060.10.0.13 1 No

3 Lube oil filter DVO 014.11.0.00 1 No

4 Lube oil filter DVO 014.27.0.00 1 No

5 Air Filter primary D16.505.41.0.00 2 Nos

6 Centrifugal filter service Kit 4 DB DVO 999.40.0.00 1 No

7 Pre Filter Cartridge D16.507.03.0.00 1 No

8 Fian Filter cartridge (FM 100) DV6 .072.105.0.00 2 Nos

KOEL care Genuine coolant pre mix


9 25 Ltrs CAN 62.020.35.1.26 1 No

10 Conical Copper Washer DV2.069.07.0.00 10 Nos

11 Copper Washer (6x10) 50.505.04.000 10 Nos

12 Joint rocker cover metallic DV0.009.05.0.00 10 Nos

13 Air filter safety DV0.999.40.0.00 2 Nos

14 V belt BX58 Pitch 1520 long DVO .015.08.0.00 1 No

Page 59 of 123
TENDER SCHEDULE
Name of the Work: Maintenance contract for Diesel Engine, Alternator, Power Panel, control and
distribution system, panel filter & ventilation / exhaust fan and radiator, radiator fan & motor and
other accessories in the power cars of SBC division for a period of 3 years
Sch A-I B and C check schedules of Cummins make Engines
S No Description of Item Unit Qty Rate Amount
B-check schedule maintenance of
1 Set 313 4202.80 1315476.40
cummins Engine as per scope of work
C-check schedule maintenance of
2 Set 94 5918.64 556352.16
cummins Engine as per scope of work
Schedule Total 1871828.56
Cummins- Condition basis spares/consumables/repairs during B & C checks and
Sch A-II
Break down
S No Description of Item Unit Qty Rate Amount

Supply and fixing of items on Condition


basis spares/consumables/repairs during
1 B & C checks and Break down for Eng Lumpsum 1 10550548 10550548
model No.KTA-19-G5 & Eng model No.
KTA-19-G10 CPCB Pegging cost @ 50%

Schedule Total 10550548


Sch B-I B and C check schedules of Greaves make Engines
S No Description of Item Unit Qty Rate Amount

1 B-check (M1) schedule maintenance of Set 153 4052.70 620063.10


Greaves Engine as per scope of work

2 C-check (M2/M3) schedule maintenance Set 46 4280.85 196919.10


of Greaves Engine as per scope of work
Schedule Total 816982.20
Greaves - Condition basis spares/consumables/repairs during B, & C checks and
Sch B-II
Break down
S No Description of Item Unit Qty Rate Amount

Supply and fixing of items on Condition


basis spares/consumables/repairs during
1 B & C checks and Break down for Lumpsum 1 4744210 4744210
TBD4IV12 model Greaves cotton engine.
Pegging Cost @ 50%

Supply and fixing of items on Condition


basis spares/consumables/repairs during
2 B & C checks and Break down for Lumpsum 1 1647245 1647245
12VI4TAG23 model Greaves cotton
engine. Pegging Cost @ 50%

Schedule Total 6391455


Sch C-I B and C check schedules of Kirloskar make Engines
S No Description of Item Unit Qty Rate Amount

Page 60 of 123
B check schedule maintenance of KOEL
1 Set 50 6825.00 341250.00
make engines as per scope of work

2 C check schedule maintenance of KOEL Set 15 9450.00 141750.00


make engines as per scope of work
Schedule Total 483000.00
Kirloskar - Condition basis spares/consumables/repairs during B & C checks and
Sch C-II
Break down
S No Description of Item Unit Qty Rate Amount
Supply and fixing of items on Condition
basis spares/consumables/repairs during
1.00 B & C checks and Break down for Eng Lumpsum 1 2694482 2694482.00
model No.DV0.9026 / DV0.9027
Pegging Cost @ 50%
Schedule Total 2694482.00
Maintenance of 500 KVA alternator, control & distribution system, panel filter &
Sch D-I ventillation /exhaust fan and radiator, radiator fan & motor etc. associated with
Greaves, Cummins and KOEL make Engines.
S No Description of Item Unit Qty Rate Amount
"Supply, Fixing & Commissioning of
Cladding work for turbo charger exhaust
manifold, turbo charger and connection
flexible exhaust for silencer. The exhaust
pipe lines shall be the thermally insulated
1 and cladded with aluminium sheet and Job 36 36000.00 1296000.00
firmly secured so as to ensure that there
is no excessive heat in the engine room.
Supply, fitment & commissioning of new
cladding with material (provision of
aluminium steel of 28 SWG and Glass
Wool) for Cladding work as per the site
requirement
Maintenanceper engine. " Side body
of Alternator,
filter, Starting Battery, Battery Charger,
Selt starter motor,Power panel, Control
2 panel, Radiator, Radiator pipe line, Numbers 516 1665.00 859140.00
Radiator chamber ,Radiator motor &
starter, Roof exhaust fans and motor,
Cables and trenches, Fuel tank, safety
system of car as per D2 check guideline.
Frequency - Same as B check for Engine

Maintenance of Alternator, Side body


fiIter, Starting Battery, Battery Charger,
Selfstarter motor, Power Panel, Control
panel, Radiator, Radiator pipeline,
3 Radiator chamber, Radiator motor & Numbers 155 2220.00 344100.00
starter, Roof exhaust fans and motor,
Cables and trenches, Fuel tank, safety
system of power car as per D3 check
guideline.
Frequency - Same as C check for Engine.
Schedule Total 2499240.00
Sch D-II Supply and Provision of Alternator Spares on Condition basis

Page 61 of 123
S No Description of Item Unit Qty Rate Amount
Supply and provision of Alternator spares
1 on condition basis of KEC, KEL, CGL, Lumpsum 1 4714622.94 4714622.94
Stamford, leroysommer make
Schedule Total 4714622.94
Sch D-III Supply and servicing of motors & ACBs (for DG set) required on condition basis
Amount
S No Unit Qty Rate
Description of Item (Qty X Rate)
Supply and servicing of motors & ACBs
1 Lumpsum 1 5338828.80 5338828.80
(for DG set) required on condition basis
Schedule Total 5338828.80
Data Entry Operator for maintenaning statistical data / failure history / sick
Sch D-IV
analysis
S No Description of Item Unit Qty Rate Amount
Hiring of Data entry operator for
1 maintenaning statistical data / failure Man-Days 1878 914.50 1717431.00
history / sick analysis.
Schedule Total 1717431.00
Grand Total incl. of Taxes (Schedule A-I + Schedule A-II + Schedule B-I +
Schedule B-II + Schedule C-I + Schedule C-II + Schedule D-I + Schedule D-II + 37078418.50
Schedule D-III + Schedule D-IV)
Totalvalue of work is Three Crore Seventy Lakh Seventy Eight Thousand Four Hundred and
Eighteen Rupees and Fifty Paise only inclusive of GST.

Page 62 of 123
Schedule A-II
Condition basis spares/consumables/repairs for Cummins make Engines
Unit Price
SN Item (Part no.) Description Qty Inclusive Quote Unit Rate
GST(Rs.)
1 4912117 CAMSHAFT 1 194094.00 30 252322.20
2 3330601 ACTUATOR,ETR FUEL CONTROL 1 89591.00 30 116468.30
3 4071944 HOUSING,ACTUATOR 1 10226.00 30 13293.80
4 4083935 PANEL,CONTROL 1 32600.00 30 42380.00
5 4910355 CORE,AFTERCOOLER 1 376682.00 30 489686.60
6 3074273 GOVERNOR,WOODWARD 1 787419.00 30 1023644.70
7 124507 GEAR,FLYWHEEL RING 1 37142.00 30 48284.60
8 4912939 MOTOR,STARTING 1 122287.00 30 158973.10
9 3095773 INJECTOR 1 163914.00 30 213088.20
10 3646323 HEAD,CYLINDER 1 155119.00 30 201654.70
11 4950317 PUMP,WATER 1 58829.00 30 76477.70
12 4033442 TURBOCHARGER,AFTERMARKE 1 212697.00 30 276506.10
13 3413428KE363 PUMP,FUEL 1 252446.00 30 328179.80
14 5277822 RADIATOR 1 684673.00 30 890074.90
15 5277823 RADIATOR 1 388174.00 30 504626.20
16 5277820 RADIATOR 1 660270.00 30 858351.00
17 3811995 ROD,ENGINE CONNECTING 1 65876.00 30 85638.80
18 3023079 CORE COOLER 1 31516.00 30 40970.80
19 4371769 KIT,LINER 1 17681.00 30 22985.30
20 KIT3238277 KiT,PISTON & RINGS 1 59612.00 30 77495.60
21 205840 BEARING,CONNECTING ROD 1 2118.00 30 2753.40
22 3034243 PUMP,GEAR FUEL 1 51483.00 30 66927.90
23 A034Z167 PANEL,CONTROL BOX 1 68764.00 30 89393.20
24 4084367 SWITCH,FLUID LEVEL 1 20402.00 30 26522.60
25 4347124 HARNESS,WIRING 1 56379.00 30 73292.70
26 4347576 LOGGER,DATA 1 200594.00 30 260772.20
27 3039164 LEVER,CAM FOLLOWER 1 11257.00 30 14634.10
28 3642503 MVER,CAM FOLLOWER 1 11459.00 30 14896.70
29 3201119 PUMP,LUBRICATING OIL 1 92394.00 30 120112.20
30 4084655 MOTOR,ELECTRIC 1 697659.00 30 906956.70
31 3202198 HOUSING,ROCKER LEVER 1 11746.00 30 15269.80
32 3177713 HOUSING,ROCKER LEVER 1 14175.00 30 18427.50
33 205129 DOWEL RING 1 38.00 30 49.40
34 3007971 BEARING,CAMSHAFT THRUST 1 6884.00 30 8949.20
35 3052820 VALVE,INTAKE 1 4608.00 30 5990.40
36 3088389 VALVE,EXHAUST 1 6723.00 30 8739.90
37 3086192 INSERT,VALVE 1 1418.00 30 1843.40
38 3086193 INSERT,VALVE 1 4532.00 30 5891.60
39 3202210 GUIDE,VALVE STEM 1 1039.00 30 1350.70
40 205094 RETAINER,VALVE SPRING 1 805.00 30 1046.50
41 3640315 ROTATOR,VALVE 1 1700.00 30 2210.00
42 3643725 SPRING,VALVE 1 2497.00 30 3246.10

Page 63 of 123
Schedule A-II
Condition basis spares/consumables/repairs for Cummins make Engines
Unit Price
SN Item (Part no.) Description Qty Inclusive Quote Unit Rate
GST(Rs.)
43 3042827 SHAFT,WATER PUMP 1 3737.00 30 4858.10
44 206948 SEAL,OIL 1 2027.00 30 2635.10
45 205243 IMPELLER,WATER PUMP 1 2456.00 30 3192.80
46 205258 RING,RETAINING 1 265.00 30 344.50
47 3202283 GASKET,WATER PUMP 1 410.00 30 533.00
48 S 16002 BEARING,BALL 1 717.00 30 932.10
49 S 16069 BEARING,BALL 1 1130.00 30 1469.00
50 70183 RING,RETAJNING 1 1673.00 30 2174.90
51 3414753 CAP,AIR CLEANER 1 4197.00 30 5456.10
52 3030778 HOSE,ELBOW 1 10351.00 30 13456.30
53 3030768 HOSE,HUMP 1 1194.00 30 1552.20
54 3030792 HOSE,HUMP 1 1421.00 30 1847.30
55 3175623 CLAMP,T BOLT 1 288.00 30 374.40
56 3627206 CLAMP,T BOLT 1 493.00 30 640.90
57 125741 CLAMP,T BOLT 1 318.00 30 413.40
58 125742 CLAMP,T BOLT 1 348.00 30 452.40
59 3016142 HOSE,PLAIN 1 1727.00 30 2245.10
60 140315 CLAMP,T BOLT 1 312.00 30 405.60
61 206277 GASKET,INTAKE MANIFOLD 1 199.00 30 258.70
62 3872813 INDICATOR,RESTRICTION 1 532.00 30 691.60
63 3032161 GASKET,CONNECTION 1 2457.00 30 3194.10
64 3016787 SEAL OIL 1 5718.00 30 7433.40
65 3628895 SEAL OIL 1 1139.00 30 1480.70
66 3016791 SEAL OIL 1 1699.00 30 2208.70
67 3042590 GASKET OIL PAN 1 10281.00 30 13365.30
68 2884976 GASKET ADAPTOR COVER 1 1437.00 30 1868.10
69 3040721 GASKET CAMFOLLWER COVER 1 308.00 30 400.40
70 107981 CAP,FILLER 1 709.00 30 921.70
71 3017961 ROD,PUSH 1 5749.00 30 7473.70
72 3057139 ROD,PUSH 1 4386.00 30 5701.80
73 4352578 Upper Engine Gasket Set 1 81399.00 30 105818.70
74 3028372 MAIN DRIVE ASSEMBLY 1 9405.00 30 12226.50
75 3042542 SEAL,O RING 1 520.00 30 676.00
76 3865398 SEAL,O RING 1 570.00 30 741.00
77 3024991 CARRIER,GOVERNOR WEIGHT 1 37215.00 30 48379.50
78 3803615 KIT,SEAL 1 7962.00 30 10350.60
79 3879346 GOVERNOR BARREL & PLUNGER 1 8316.00 30 10810.80
80 146483 SCREEN,FILTER 1 287.00 30 373.10
81 212613 HUB,JAW COUPLING 1 759.00 30 986.70
82 3015665 SHAFT,TACHOMETER DRIVE 1 2169.00 30 2819.70
83 3240573 VALVE,SOLENDID 1 13609.00 30 17691.70
84 4958410 VALVE,SHUTOFF ASSEMBLY 1 16998.00 30 22097.40

Page 64 of 123
Schedule A-II
Condition basis spares/consumables/repairs for Cummins make Engines
Unit Price
SN Item (Part no.) Description Qty Inclusive Quote Unit Rate
GST(Rs.)
85 3038743 VALVE,CHECK 1 6410.00 30 8333.00
86 3175318 HOSE,FLEXIBLE 1 816.00 30 1060.80
87 3035580 HOSE,FLEXIBLE 1 1962.00 30 2550.60
88 2897695 SWITCH,PRESSURE 1 9046.00 30 11759.80
89 3054609 SOLENOID 1 2129.00 30 2767.70
90 BM68356 GASKET GOVERNOR SET 1 3788.00 30 4924.40
91 BM33876 DRIVE, TACHOMETER 1 12384.00 30 16099.20
92 BM74083 SHAFT,THROTTLE 1 4313.00 30 5606.90
93 138982 PLUNGER,PRS REGULATOR 1 1937.00 30 2518.10
94 KIT3238196 KIT BARREL PLUNGER & CUP 1 55040.00 30 71552.00
95 3279720 CUP,INJECTOR 1 6034.00 30 7844.20
96 3075381 TAPPET,HYD VAR TIMING 1 11577.00 30 15050.10
97 3068859 CAP,TAPPET TOP STOP 1 453.00 30 588.90
98 3068860 NUT,LOCK 1 383.00 30 497.90
99 3042430 RETAINER,INJECTOR CUP 1 2897.00 30 3766.10
100 3279821 SCREW,INJECTOR STOP 1 1182.00 30 1536.60
101 3629341 CONNECTION,OILTRANSFER 1 16884.00 30 21949.20
102 167157 BALL, CHECK 1 286.00 30 371.80
103 3408560 SENSOR,PRESSURE 1 39397.00 30 51216.10
DISPLAY-CONTROL (HMI 320
104 0300-6315-02 Operator 1 79881.00 30 103845.30
Panel)
105 3240088 CHECK VALVE FUEL FILTER 1 1597.00 30 2076.10
106 3874152 VALVE,CHECK 1 1305.00 30 1696.50
107 3874153 VALVE,CHECK 1 1251.00 30 1626.30
108 4954905 SENSOR,TEMPERATURE 1 1404.00 30 1825.20
109 3875360 PICKUP,MAGNETIC 1 7856.00 30 10212.80
110 2865519 SWITCH,MAGNETIC 1 1609.00 30 2091.70
111 2897692 SWITCH,PRESSURE 1 8293.00 30 10780.90
112 2897691 SWITCH,PRESSURE 1 13643.00 30 17735.90
113 500289 SWITCH,OVERSPEED 1 14410.00 30 18733.00
114 201989 CLAMP,V BAND 1 1805.00 30 2346.50
115 3545647 KIT,TURBO REPAIR HC5A 1 17503.00 30 22753.90
116 206576 GASKET,TURBOCHARGER 1 484.00 30 629.20
117 3878230 CONNECTION EXHAUST OUTLET 1 14086.00 30 18311.80
118 3414590 HOSE, LEXIBLE 1 4579.00 30 5952.70
AK16013
119 HOSE, LEXIBLE 1 3526.00 30 4583.80
46MS
120 3872258 CONNECTOR,PIPE 1 3368.00 30 4378.40
121 3872294 CONNECTOR,PIPE 1 6503.00 30 8453.90
122 3872252 CONNECTOR,PIPE 1 900.00 30 1170.00
123 135675 THERMOSTAT 1 2577.00 30 3350.10

Page 65 of 123
Schedule A-II
Condition basis spares/consumables/repairs for Cummins make Engines
Unit Price
SN Item (Part no.) Description Qty Inclusive Quote Unit Rate
GST(Rs.)
124 186780 SEAL,THERMOSTAT 1 558.00 30 725.40
125 AK 4012 MS HOSE,FLEXIBLE 1 1044.00 30 1357.20
126 3228915 GAUGE,SIGHT 1 7731.00 30 10050.30
127 3872278 CONNECTOR,PIPE 1 822.00 30 1068.60
128 3872284 CONNECTOR,PIPE 1 1044.00 30 1357.20
129 3872268 CONNECTOR,PIPE 1 8254.00 30 10730.20
130 3872299 CONNECTOR,PIPE 1 9876.00 30 12838.80
131 2879451 CAP,RADIATOR 1 5103.00 30 6633.90
132 3167226 KIT,COOLANT TEST 1 387.00 30 503.10
133 3167218 Coolant 1 5086.00 30 6611.80
134 AX1013359 Radiwash 1 3283.00 30 4267.90
135 190397 SLEEVE,WEAR 1 911.00 30 1184.30
136 AK10031 SS HOSE,FLEXIBLE 1 2522.00 30 3278.60
137 AK10050 SS HOSE,FLEXIBLE 1 3221.00 30 4187.30
138 AK10050 MS HOSE,FLEXIBLE 1 3397.00 30 4416.10
139 AK10048 MS HOSE,FLEXIBLE 1 2887.00 30 3753.10
140 AK 5120 SS HOSE,FLEXIBLE 1 3929.00 30 5107.70
141 AK 8090 MS HOSE,FLEXIBLE 1 4554.00 30 5920.20
142 AK 8065 MS HOSE,FLEXIBLE 1 3535.00 30 4595.50
143 AK 6058 SS HOSE,FLEXIBLE 1 2873.00 30 3734.90
144 3001340 SEAL,O RING 1 396.00 30 514.80
145 3231787 SEPARATOR,FUEL WATER 1 8280.00 30 10764.00
146 129859 ELBOW,MALE UNION 1 723.00 30 939.90
147 4056345 ELBOW,MALE ADAPTER 1 922.00 30 1198.60
148 4071912 HOSE,FLEXIBLE 1 1664.00 30 2163.20
149 3043097 GASKET,EXHAUST MANIFOLD 1 306.00 30 397.80
150 3066498 SCREW,HEX FLANGE HEAD CAP 1 175.00 30 227.50
151 4084138 CONNECTION,EXHAUST OUTLET 1 15699.00 30 20408.70
152 2880039 GASKET,EXH OUT CONNECTION 1 585.00 30 760.50
153 S 112 C SCREW,HEXAGON HEAD CAP 1 342.00 30 444.60
154 3065790 GASKET LO COOLER HOUSING 1 2286.00 30 2971.80
155 3874265 GAUGE,TEMPERATURE 1 1725.00 30 2242.50
156 3874266 GAUGE,TEMPERATURE 1 1866.00 30 2425.80
157 3873989 GAUGE,PRESSURE 1 1223.00 30 1589.90
158 502881 AMMETER 1 1338.00 30 1739.40
159 501151 HOURMETER 1 4943.00 30 6425.90
160 503473 CABLE,FLEXIBLE DRIVE 1 353.00 30 458.90
161 4053654 SWITCH,RELAY 1 7270.00 30 9451.00
162 3413390 SWITCH,PUSH BUTTON 1 4063.00 30 5281.90
163 4971772 GAUGE TEMPERATURE 1 4327.00 30 5625.10
164 500109 GAUGE PRESSURE 1 1171.00 30 1522.30
165 500108 G GAUGE TEMPERATURE 1 2859.00 30 3716.70

Page 66 of 123
Schedule A-II
Condition basis spares/consumables/repairs for Cummins make Engines
Unit Price
SN Item (Part no.) Description Qty Inclusive Quote Unit Rate
GST(Rs.)
166 100835 CLAMP,T BOLT 1 226.00 30 293.80
167 140314 CLAMP,T BOLT 1 286.00 30 371.80
168 3167186 HOSE,PLAIN 1 177.00 30 230.10
169 3235704 HOSE,PLAIN 1 491.00 30 638.30
170 3086362 CROSSHEAD, VALVE 1 20809.00 30 27051.70
171 3880812 NOZZLE,PISTON COOLING 1 1010.00 30 1313.00
172 168306 SCREW,SLOTTED SET 1 822.00 30 1068.60
173 3084539 SEAL,O RING 1 393.00 30 510.90
174 3053477 LEVER,ROCKER 1 3964.00 30 5153.20
175 3053478 LEVER,ROCKER 1 5897.00 30 7666.10
176 3053476 LEVER,ROCKER 1 3692.00 30 4799.60
177 207226 BUSHING 1 374.00 30 486.20
178 207233 TUBE,WATER TRANSFER 1 1759.00 30 2286.70
179 AK 4023 MS HOSE,FLEXIBLE 1 1172.00 30 1523.60
180 3005886 SEAL,OIL 1 10463.00 30 13601.90
181 2865465 VALVE,SHUT OFF ASSEMBLY 1 14961.00 30 19449.30
AK16019
182 HOSE, FLEXIBLE 1 2769.00 30 3599.70
46MC
183 4920076 GASKET ROCKER LEVER COVER 1 2170.00 30 2821.00
184 205091 COLLET,VALVE 1 42.00 30 54.60
185 145623 SEAL,O RING 1 66.00 30 85.80
186 205289 GASKET,WTR TRF CONNECTION 1 28.00 30 36.40
187 2884938 GASKET,WATER PUMP SUPPORT 1 40.00 30 52.00
188 3014304 SEAL,RECTANGULAR RING 1 15.00 30 19.50
189 3008403 GASKET,OIL SUC CONNECTION 1 23.00 30 29.90
190 154087 SEAL,RECTANGULAR RING 1 18.00 30 23.40
191 212668 KEY,SQUARE 1 58.00 30 75.40
192 157088 CAP,FUEL PUMP FILTER 1 156.00 30 202.80
193 126333 SEAL,O RING 1 42.00 30 54.60
194 3179021 SCREW,BANJO CONNECTOR 1 168.00 30 218.40
195 173086 GASKET,INJECTOR 1 20.00 30 26.00
196 3045012 PLUG,INJECTOR ORIFICE 1 152.00 30 197.60
197 3054999 SCREEN,FILTER 1 46.00 30 59.80
198 207244 SEAL,INJECTOR 1 125.00 30 162.50
199 193736 SEAL,O RING 1 82.00 30 106.60
200 210753 CLAMP,HOSE 1 96.00 30 124.80
201 201048 GASKET,CONNECTION 1 32.00 30 41.60
202 201049 GASKET,CONNECTION 1 28.00 30 36.40
203 70624 SEAL,O RING 1 57.00 30 74.10
204 195866 GASKET,WATER OUTLET CONNE 1 28.00 30 36.40
205 207056 GASKET,CONNECTION 1 16.00 30 20.80
206 207058 GASKET,THERMOSTAT HOUSING 1 96.00 30 124.80

Page 67 of 123
Schedule A-II
Condition basis spares/consumables/repairs for Cummins make Engines
Unit Price
SN Item (Part no.) Description Qty Inclusive Quote Unit Rate
GST(Rs.)
207 205288 GASKET,WTR TRF CONNECTION 1 33.00 30 42.90
208 131026 SEAL, O RING 1 64.00 30 83.20
209 3046201 SEAL, O RING 1 78.00 30 101.40
210 3230453 GASKET LO FILTER 1 134.00 30 174.20
211 2885029 GASKET FILTER HEAD 1 36.00 30 46.80
212 3088317 LOCKPLATE 1 95.00 30 123.50
213 206973 GASKET LO COOLER 1 20.00 30 26.00
214 3028291 SEAL,O RING 1 68.00 30 88.40
215 3904230 CLAMP,SPRlNG HOSE 1 14.00 30 18.20
216 S 212 NUT,REGULAR HEXAGON 1 19.00 30 24.70
217 68139 ELBOW,MALE ADAPTER 1 113.00 30 146.90
218 3040817 SEAL,O RING 1 36.00 30 46.80
219 64998 C HOSE,PLAIN 1 1019.00 30 1324.70
220 4084411 SENSOR, PRESSURE 1 27654.00 30 35950.20
221 4327021 SWITCH TEMPERATURE 1 11658.00 30 15155.40
222 4327022 SWITCH TEMPERATURE 1 6197.00 30 8056.10
223 4926975 SENSOR, TEMPERATURE 1 334.00 30 434.20
224 500184 CABLE,FLEXIBLE DRIVE 1 414.00 30 538.20
225 3021420 SOLENOID 1 10609.00 30 13791.70
226 70802 TEE, FEMALE PIPE 1 295.00 30 383.50
227 5277821 RADIATOR LTAA 1 376091.00 30 488918.30
228 3872283 BOLT , CARRIAGE 1 146.00 30 189.80
229 143950 CONNECTOR, MALE 1 136.00 30 176.80
230 116936 ELBOW , MAM ADAPTER 1 140.00 30 182.00
231 116935 CONNECTOR , MALE 1 63.00 30 81.90
232 4084654 FAN ENGINE 1 271776.00 30 353308.80
233 0327-1601-01 PCC3300 Controller 1 214779.00 30 279212.70
234 0327-1507 Aux 104 PCB Assy (Dynamo Gov) 1 13777.00 30 17910.10
235 0300-6366-02 HMI 114 ( Bar graph ) 1 36122.00 30 46958.60
236 A028T766 CARD,CONTROL (AUX105) 1 46527.00 30 60485.10
237 4085824 Magnetic Pickup 1 11711.00 30 15224.30
238 A034X426 Harness AC (Common) 1 31300.00 30 40690.00
239 3017993 Rapid Start Fuel Shutoff valve 1 40214.00 30 52278.20
240 0193-0529-02 Sender - Temperature 1 3728.00 30 4846.40
241 A028X493 Sender - Pressure 1 8753.00 30 11378.90
242 3050692 Solenoid (Magnetic Switch) 1 8940.00 30 11622.00
243 A035C915 Coolant LVL SW Harness K19, K1150 1 586.00 30 761.80
244 A034Y731 Harness Engine K19 1 62148.00 30 80792.40
245 0302-2057-31 CT (1419/1) V1710, K19 G4 500 KVA 1 7344.00 30 9547.20
246 A054J968 CARD, CONTROL 1 215862.00 30 280620.60
247 4089902 KIT, Rear Crank Seal 1 39254.00 30 51030.20
248 RO3646323 Reconditioned Head, Cylinder 1 72975.00 30 94867.50

Page 68 of 123
Schedule A-II
Condition basis spares/consumables/repairs for Cummins make Engines
Unit Price
SN Item (Part no.) Description Qty Inclusive Quote Unit Rate
GST(Rs.)
249 RO4345890 RECON Injector 1 67204.00 30 87365.20
250 RO4950317 Water pump K6 RECON 1 29481.00 30 38325.30
251 4371892 Seal, Rectangular Strip 1 887.00 30 1153.10
252 4345959 Pump, Fuel TLN 1 250427.00 30 325555.10
253 4959089 GASKET CYLINDER HEAD 1 1340.00 30 1742.00
254 205247 SEAL, O RING 1 573.00 30 744.90
255 3096260 SEAL,RECTANGULAR RING 1 670.00 30 871.00
256 5275971 INDICATOR , RESTRICTION 1 3759.00 30 4886.70
257 5275973 LAMP, INDICATOR 1 2869.00 30 3729.70
258 4971802 ISOLATOR,VIBRATION 1 5116.00 30 6650.80
259 3201783 GASKET, CONNECTION 1 53.00 30 68.90
260 3874079 BRACKET, MUFFLER 1 1962.00 30 2550.60
261 3636821 MOTOR, STARTING 1 139333.00 30 181132.90
262 4395554 MUFFLER 1 69193.00 30 89950.90
263 4912299 TUBE,FUEL SUPPLY 1 1053.00 30 1368.90
264 3040232 MANIFOLD,OIL 1 14255.00 30 18531.50
265 3096460 PAN,OIL 1 100143.00 30 130185.90
266 207306 COVER,OIL PAN ADAPTER 1 119250.00 30 155025.00
267 3073213 GASKET, ADAPTER 1 8940.00 30 11622.00
268 3055069 PLUG THREADED 1 2086.00 30 2711.80
269 3035624 SCREW, CAPTIVE WASHER CAP 1 256.00 30 332.80
270 4932801 RING,OIL PISTON 1 335.00 30 435.50
271 4095009 PIN, PISTON 1 10982.00 30 14276.60
272 205269 RING, RETAINING 1 88.00 30 114.40
273 2870342 HOSE, FLEXIBLE 1 1497.00 30 1946.10
274 4084238 TUBE, FUEL DRAIN 1 254.00 30 330.20
275 3236202 TUBE FUEL TRANSFER 1 4715.00 30 6129.50
276 3201388 GASKET, FLANGE 1 1402.00 30 1822.60
277 3046942 PLUG, THREADED 1 10197.00 30 13256.10
278 3201583 PLUG, THREADED 1 791.00 30 1028.30
279 4053490 ADAPTER O RING 1 242.00 30 314.60
280 3046202 PLUG THREADED 1 883.00 30 1147.90
281 3088214 CONNECTOR, FEMALE 1 10316.00 30 13410.80
282 3408324 ACTUATOR,ETR FUEL CONTROL 1 186851.00 30 242906.30
283 3025885 SHAFT,WATER PUMP 1 19568.00 30 25438.40
284 3874240 CONNECTION,WATER OUTLET 1 4321.00 30 5617.30
285 3594134 TURBOCHARGER 1 354725.00 30 461142.50
286 3010915 STUD, DOUBLEENDPLAIN 1 1863.00 30 2421.90
287 3056158 NUT, HEXAGON FLANGE 1 936.00 30 1216.80
288 AK10048MS COUPLING PLAIN HOSE 1 2887.00 30 3753.10
289 3875965 TUBE OIL FILLER 1 600.00 30 780.00
290 4337584 MANIFOLD, AIR INTAKE 1 213164.00 30 277113.20

Page 69 of 123
Schedule A-II
Condition basis spares/consumables/repairs for Cummins make Engines
Unit Price
SN Item (Part no.) Description Qty Inclusive Quote Unit Rate
GST(Rs.)
291 3066497 SCREW, HEX FLANGE HEAD CAP 1 192.00 30 249.60
292 3046286 SPACER, MOUNTING 1 50.00 30 65.00
293 3080980 MANIFOLD ,EXHAUST 1 15452.00 30 20087.60
294 3037824 MANIFOLD ,EXHAUST 1 6637.00 30 8628.10
295 3035310 WASHER, PLAIN 1 270.00 30 351.00
296 3011076 SEAL, D RING 1 231.00 30 300.30
297 3081489 SEAL, OIL 1 408.00 30 530.40
298 3014668 SEAL, D RING 1 958.00 30 1245.40
299 4950343 KIT CYLINDER BLOCK 1 961677.00 30 1250180.10
300 3881131 CRANK SHAFT KIT 1 805316.00 30 1046910.80
301 4000504 SEAL, RECTANGULAR RING 1 1748.00 30 2272.40
302 3642502 LEVER, CAM FOLLOWER 1 16193.00 30 21050.90
303 3873677 BREATHER, CRANKCASE 1 820.00 30 1066.00
304 219065 BAFFLE, BREATHER 1 1132.00 30 1471.60
305 3000528 NUT, SPRING 1 590.00 30 767.00
306 3065950 SCREW, CAPTIVE WASHER CAP 1 1588.00 30 2064.40
307 3010388 COVER, ROCKER LEVER 1 5791.00 30 7528.30
308 3007114 COVER, ROCKER ARM HSG 1 21939.00 30 28520.70
309 4344275 CAMSHAFT 1 195834.00 30 254584.20
310 207248 GEAR,CAMSHAFT 1 26933.00 30 35012.90
311 200711 KEY,OFFSETWOODRUFF 1 164.00 30 213.20
312 109319 LOCKPLATE 1 8.00 30 10.40
313 4020943 CLEANER, AIR 1 60002.00 30 78002.60
314 3063809 CLAMP, T BOLT 1 490.00 30 637.00
315 3636437 HOSE, HUMP 1 15203.00 30 19763.90
316 3064321 SCREW, CAPTIVE WASHER CAP 1 660.00 30 858.00
317 3226087 FLANGE WELD 1 3416.00 30 4440.80
318 3060912 GASKET,CONNECTION 1 154.00 30 200.20
319 4926654 INHIBITOR ,COR 1 3286.00 30 4271.80
320 3816986 INHIBITOR ,CORROSION 1 1698.00 30 2207.40
321 4095097 CORE, COOLER 1 11523.00 30 14979.90
322 3065791 GASKET, TOR CNV OIL COOLER 1 4728.00 30 6146.40
323 3040838 SCREW, CAPTIVE WASHER CAP 1 655.00 30 851.50
324 3068533 SCREW, CAPTIVE 1 1113.00 30 1446.90
325 3001318 GASKET, GEAR COVER 1 1729.00 30 2247.70
326 212013 HEAD, FUEL FILTER 1 14355.00 30 18661.50
327 3010596 SCREW, CAPTIVE WASHER CAP 1 360.00 30 468.00
328 3300910 ADAPTER , FILTER HEAD 1 10008.00 30 13010.40
329 3229860 HEAD, LUB OIL FILTER 1 29222.00 30 37988.60
330 3889381 DECAL 1 31.00 30 40.30
331 3881427 ASSEMBLY, LUB OIL FIL HEAD 1 72389.00 30 94105.70
332 68645 ELBOW, MALE ADAPTER 1 283.00 30 367.90

Page 70 of 123
Schedule A-II
Condition basis spares/consumables/repairs for Cummins make Engines
Unit Price
SN Item (Part no.) Description Qty Inclusive Quote Unit Rate
GST(Rs.)
333 3304173 HEAD, LUB OIL FILTER 1 5175.00 30 6727.50
334 5279257 DIPSTICK 1 1633.00 30 2122.90
335 3246458 DIPSTICK ASSEMBLY 1 5828.00 30 7576.40
336 3329289 SEPARATOR,FUEL WATER 1 3764.00 30 4893.20
337 4959090 GASKET, RKR LEVER HOUSING 1 761.00 30 989.30
338 4020551 ELEMENT, AIR FILTER 1 15605.00 30 20286.50
339 4020552 ELEMENT, AIR FILTER 1 5031.00 30 6540.30
340 3637396 GASKET, INTAKE MANIFOLD 1 1923.00 30 2499.90
341 4958277 VALVE,CHECK 1 2235.00 30 2905.50
342 4347107 HARNESS,WIRING 1 8673.00 30 11274.90
343 4348292 SWITCH, EMERGE 1 2262.00 30 2940.60
344 3803257 KIT, TURBO REPAIR 1 29540.00 30 38402.00
345 A040J512 RELAY,CONTROL 1 7305.00 30 9496.50
346 0307-3191 RELAY-CONTROL 1 6125.00 30 7962.50
347 4054843 ELBOW, MALE UNION 1 758.00 30 985.40
348 3804747 KIT, ENGINE PISTON 1 60714.00 30 78928.20
349 4955975 SET, PISTON RING 1 14802.00 30 19242.60
350 255183 ELEMENT,BREATHER 1 2769.00 30 3599.70
351 3088298 RING LINER SEAL 1 1301.00 30 1691.30
352 KIT2865146 KIT,PISTON RINGS 1 14368.00 30 18678.40
353 3916981 INHIBITOR CORROSION 205Ltr 1 30 0.00
354 4345890 INJECTOR 1 159346.59 30 207150.56
SR-SC-PV-
SERVICE CHARGES TOWARDS
355 SITE VISIT- 1 6490.00 30 8437.00
CALIBRATION OF PT PUMP
37ZG
SR-SC-PV- SERVICE CHARGES TOWARS
356 1 5310.00 30 6903.00
MAINT-INJ CALIBRATION OF INJECTORS
SR-SP-MC- SERVICE CHARGES TOWARDS
357 1 6490.00 30 8437.00
M02- 003C CALIBRATION OF TURBO CHARGER
358 3875359 HARNESS,WIRING 1 946.27 30 1230.15
359 4347579 HARNESS,WIRING 1 163164.81 30 212114.25
360 3631248 SET PISTON RING 1 10775.79 30 14008.53
361 2885618 CONNECTION,OIL TRANSFER 1 363.89 30 473.06
362 4033439 TURBOCHARGER,AFTERMARKET 1 186954.76 30 243041.19
363 4376512 KIT,LOWER ENGINE GASKET 1 96861.65 30 125920.14
364 3011884 INSERT,LINER 1 615.81 30 800.55
365 2884941 GASKET,OIL PAN 1 2667.43 30 3467.65
366 3079754 GASKET,OIL SUC CONNECTION 1 281.49 30 365.94
367 172648 SEAL,RECTANGULAR RING 1 27.22 30 35.39
368 153518 SEAL,RECTANGULAR RING 1 31.93 30 41.51
369 4345014 GASKET,ROCKER LEVER COVER 1 1401.23 30 1821.59
370 4026171 GASKET,FUEL PUMP 1 1016.29 30 1321.17
371 5462276 SWITCH,PRESSURE 1 7841.11 30 10193.45

Page 71 of 123
Schedule A-II
Condition basis spares/consumables/repairs for Cummins make Engines
Unit Price
SN Item (Part no.) Description Qty Inclusive Quote Unit Rate
GST(Rs.)
372 4055975 SET, PISTON RING 1 15808.19 30 20550.65
RO3413428KE
373 RECON PUMP,FUEL WITH CAL CODE 1 89304.29 30 116095.58
363
374 RO4037935 RECON TURBO 1 172563.55 30 224332.61
375 RO3095773 INJECTOR STC RECON 1 67280.27 30 87464.35
376 3042586 GASKET,HAND HOLE 1 414.81 30 539.25
377 4359612 SWITCH,PRESSURE 4643.36 30 6036.37
Service charges towards Valve clearance
378 NA of Cummins make Engine model KTA-19- 1 7670.00 30 9971.00
G5 and KTAA-19-G10
RO2879732KH
379 RECON PUMP FUEL 1 110972.45 30 144264.19
54
Service charges towards calibration of
Engine controller of Cummins make
380 1 7670.00 30 9971.00
Engine model KTA-19-G5 and KTAA-19-
G10
381 RO3594134 RECON TURBOCHARGER 1 166815.01 30 216859.51
382 3010396 COVER,ROCKER LEVER 1 7953.43 30 10339.46
383 3203694 ADAPTER,CRANKSHAFT 1 23190.00 30 30147.00
384 210028 SCREW,TWELVE POINT CAP 1 362.00 30 470.60
387 206881 SCREW,TWELVE POINT CAP 1 719.00 30 934.70
388 207279 PUMP,LUBRICATING OIL 1 69608.00 30 90490.40
389 205057 BODY,LUBRICATING OIL PUMP 1 71073.00 30 92394.90
390 207252 GEAR,LUBRICATING OIL PUMP 1 6291.00 30 8178.30
391 70760 DOWEL,PIN 1 203.00 30 263.90
392 107948 DOWEL,DIAMOND 1 50.00 30 65.00
393 205898 SEAL,O RING 1 149.00 30 193.70
394 4308682 SEAL,RECTANGULAR RING 1 1196.00 30 1554.80
395 3227453 ADAPTER,OIL PAN 1 122086.00 30 158711.80
396 3040810 PLUG,THREADED 1 155.00 30 201.50
397 3401970 GASKET,OIL PAN ADAPTER 1 15742.00 30 20464.60
398 69621 SCREW,HEXAGON HEAD CAP 1 96.00 30 124.80
399 118977 SCREW,HEXAGON HEAD CAP 1 31.00 30 40.30
400 4346288 HOSE,REDUCING 1 134.00 30 174.20
401 3229058 COVER,HAND HOLE 1 8863.00 30 11521.90
402 4969139 MANIFOLD,AIR INTAKE 1 93951.00 30 122136.30
403 3046283 SCREW,HEX FLANGE HEAD CAP 1 2562.00 30 3330.60
404 4950340 BLOCK,CYLINDER 1 762779.00 30 991612.70
405 4950373 TUBE,LUB OIL TRANSFER 1 134.00 30 174.20
406 3025482 SCREW,TWELVE POINT CAP 1 2000.00 30 2600.00
407 3002834 BUSHING 1 786.00 30 1021.80
408 3008470 PLUG,PIPE 1 388.00 30 504.40
409 67211 DOWEL,PIN 1 57.00 30 74.10

Page 72 of 123
Schedule A-II
Condition basis spares/consumables/repairs for Cummins make Engines
Unit Price
SN Item (Part no.) Description Qty Inclusive Quote Unit Rate
GST(Rs.)
410 205021 CAP,MAIN BEARING 1 10779.00 30 14012.70
411 205075 CAP,MAIN BEARING 1 10748.00 30 13972.40
412 205023 CAP,MAIN BEARING 1 11394.00 30 14812.20
413 205022 CAP,MAIN BEARING 1 9388.00 30 12204.40
414 3096362 CRANKSHAFT,ENGINE 1 774746.00 30 1007169.80
415 206904 KEY,PLAIN WOODRUFF 1 194.00 30 252.20
416 3878269 NOZZLE,PISTON COOLING 1 331.00 30 430.30
417 2888695 BEARING,THRUST 1 12152.00 30 15797.60
418 205140 BEARING,MAIN 1 2270.00 30 2951.00
419 AR12270 SHELL,MAIN BEARING STD 1 60891.00 30 79158.30
420 205150 BEARING,MAIN 1 1933.00 30 2512.90
421 3007632 PLUG,EXPANSION 1 71.00 30 92.30
422 69901 PLUG,PIPE 1 50.00 30 65.00
423 124921 DOWEL,PIN 1 35.00 30 45.50
424 207117 GASKET,AIR COMPRESSOR 1 12.00 30 15.60
425 68445 PIN,GROOVE 1 26.00 30 33.80
426 3410141 GASKET,COVER PLATE 1 12236.00 30 15906.80
427 3002993 DOWEL,RING 1 40.00 30 52.00
428 4020535 HOUSING,GEAR 1 84541.00 30 109903.30
429 3078218 SHAFT,CAM FOLLOWER 1 1347.00 30 1751.10
430 205439 RING,RETAINING 1 61.00 30 79.30
431 127362 WASHER,PLAIN 1 12.00 30 15.60
432 3002886 SCREW,CAM FOLLOWER SHAFT 1 110.00 30 143.00
433 60408 L DOWEL,PIN 1 66.00 30 85.80
434 205366 DOWEL,DIAMOND 1 227.00 30 295.10
435 206217 STUD,DOUBLE END PLAIN 1 159.00 30 206.70
436 206218 STUD,DOUBLE END PLAIN 1 234.00 30 304.20
437 130083 BEARING,THRUST 1 1959.00 30 2546.70
438 3004686 BUSHING 1 462.00 30 600.60
439 4953331 GEAR,IDLER 1 167383.00 30 217597.90
440 207527 SCREW,TWELVE POINT CAP 1 4895.00 30 6363.50
441 4080938 CONNECTION,AIR TRANSFER 1 49990.00 30 64987.00
442 4345343 BRACE,CONNECTION 1 1694.00 30 2202.20
443 2880040 GASKET,EXH OUT CONNECTION 1 873.00 30 1134.90
444 S 195 B SCREW,HEXAGON HEAD CAP 1 320.00 30 416.00
445 S 103 D SCREW,HEXAGON HEAD CAP 1 15.00 30 19.50
446 S 604 WASHER,LOCK 1 4.00 30 5.20
447 S 915 A PLUG,PIPE 1 101.00 30 131.30
448 2885802 CAP,RAIN 1 432.00 30 561.60
449 3014212 CONNECTION,WATER INLET 1 21742.00 30 28264.60
450 4345326 CONNECTION,WATER OUTLET 1 8290.00 30 10777.00
451 3816985 KIT,COOLANT TEST 1 1221.00 30 1587.30

Page 73 of 123
Schedule A-II
Condition basis spares/consumables/repairs for Cummins make Engines
Unit Price
SN Item (Part no.) Description Qty Inclusive Quote Unit Rate
GST(Rs.)
452 2865108 BUSHING,REDUCING PIPE 1 364.00 30 473.20
453 S 112 SCREW,HEXAGON HEAD CAP 1 16.00 30 20.80
454 S 923 E DRAINCOCK 1 134.00 30 174.20
455 S 102 D SCREW,HEXAGON HEAD CAP 1 24.00 30 31.20
456 4020392 COVER,LUB OIL COOLER 1 10623.00 30 13809.90
457 203518 WASHER,PLAIN 1 14.00 30 18.20
458 103271 SCREW,HEXAGON HEAD CAP 1 214.00 30 278.20
459 3628755 COVER,CAMSHAFT 1 1785.00 30 2320.50
460 3628756 COVER,CAMSHAFT 1 1710.00 30 2223.00
461 3233101 COVER,GEAR 1 90203.00 30 117263.90
462 S 126 SCREW,HEXAGON HEAD CAP 1 44.00 30 57.20
463 132770 BUSHING 1 339.00 30 440.70
464 3232525 COVER,HAND HOLE 1 5929.00 30 7707.70
465 108707 SCREW,HEXAGON HEAD CAP 1 19.00 30 24.70
466 3044413 SCREW,CAPTIVE WASHER CAP 1 663.00 30 861.90
467 3201740 DRIVE,ENGINE BARRING 1 19080.00 30 24804.00
468 S 116 SCREW,HEXAGON HEAD CAP 1 59.00 30 76.70
469 206093 HOUSING,ENGINE BARRING 1 2340.00 30 3042.00
470 206091 GEAR,BARRING DRIVE 1 11620.00 30 15106.00
471 206092 SPRING,COMPRESSION 1 757.00 30 984.10
472 116391 BUSHING 1 294.00 30 382.20
473 3875900 SHAFT,ACCESSORY DRIVE 1 6804.00 30 8845.20
474 S 104 SCREW,HEXAGON HEAD CAP 1 23.00 30 29.90
475 3229861 ADAPTER,FILTER HEAD 1 23237.00 30 30208.10
476 3200977 GASKET,LUB OIL FIL COVER 1 318.00 30 413.40
477 3874320 GASKET,FILTER 1 63.00 30 81.90
478 S 962 PLUG,PIPE 1 134.00 30 174.20
479 108601 SCREW,HEXAGON HEAD CAP 1 73.00 30 94.90
480 S 608 WASHER,LOCK 1 6.00 30 7.80
481 3634307 HOSE,FLEXIBLE 1 10034.00 30 13044.20
482 70084 BUSHING,REDUCING PIPE 1 483.00 30 627.90
483 2865885 FLYWHEEL 1 106077.00 30 137900.10
484 200861 WASHER,PLAIN 1 20.00 30 26.00
485 207386 SCREW,HEAD LOCKING 1 150.00 30 195.00
486 3025100 WASHER,PLAIN 1 25.00 30 32.50
487 3635250 PIN,GROOVE 1 33.00 30 42.90
488 4986317 VALVE,INTAKE 1 3862.00 30 5020.60
489 3032633 SCREW,FRACTURE RESISTANT 1 4649.00 30 6043.70
490 205059 WASHER,PLAIN 1 101.00 30 131.30
491 4922215 SCREW,HEXAGON HEAD CAP 1 199.00 30 258.70
492 S 631 WASHER,PLAIN 1 3.00 30 3.90
493 S 144 SCREW,HEXAGON HEAD CAP 1 90.00 30 117.00

Page 74 of 123
Schedule A-II
Condition basis spares/consumables/repairs for Cummins make Engines
Unit Price
SN Item (Part no.) Description Qty Inclusive Quote Unit Rate
GST(Rs.)
494 207376 GASKET,OIL DRAIN 1 76.00 30 98.80
495 3006485 COVER,FLYWHEEL HOUSING 1 1230.00 30 1599.00
496 3021735 GASKET,FLYWHEEL HOUSING 1 27.00 30 35.10
497 70657 COVER,ACCESS HOLE 1 245.00 30 318.50
498 S 167 A SCREW,HEXAGON HEAD CAP 1 8.00 30 10.40
499 3233055 BRACKET,THM HOUSING 1 224.00 30 291.20
500 3233056 BRACKET,THM HOUSING 1 228.00 30 296.40
501 3872844 CONNECTION,WATER BYPASS 1 10930.00 30 14209.00
502 3004794 HOUSING,THERMOSTAT 1 13919.00 30 18094.70
503 207059 SUPPORT,THM HOUSING 1 9191.00 30 11948.30
504 207378 TUBE,WATER TRANSFER 1 1648.00 30 2142.40
505 205354 SCREW,TWELVE POINT CAP 1 240.00 30 312.00
506 69102 SCREW,HEXAGON HEAD CAP 1 431.00 30 560.30
507 3010593 SCREW,CAPTIVE WASHER CAP 1 579.00 30 752.70
508 S 199 B SCREW,HEXAGON HEAD CAP 1 52.00 30 67.60
509 255815 GASKET,BREATHER 1 604.00 30 785.20
510 3083834 WASHER,SEALING 1 998.00 30 1297.40
SERVICE CHARGES TOWARDS
SR-SC-PV-
TAPPET SETTINGS IN THE ENGINE
511 SITE VISIT- 1 11800.00 30 15340.00
MODEL NO. KTA-19-G5,KTA-19-G5-I,
70H
KTAA-19-G10
Total Amount 16231611.61 21101095.09
Pegging Cost @50% 10550548
Note : The quantities of the above items are indicative but not
exhaustive. During the course of execution, the quantities may be changed (due to operating constraint).

Page 75 of 123
Schedule B-II (1)
LIST OF SPARE PARTS FOR TBD4IV12 MODEL GREAVES COTTON ENGINE
Condition basis spares/consumables/repairs during B & C checks and Break downs for TBD4IV12 model
Greaves cotton engine
SN PART DESCRIPTION Base
Qty Quote Unit Rate
NUMBER Rate
1 623203100014 Dowel Pin 1 18.00 5 18.90
2 623203100024 Dowel Pin 1 16.00 5 16.80
3 623203300224 Bush For FIP Location 1 66.00 5 69.30
4 602000181856 Hexagon Screw (BM18X165 DIN931M12.9) 1 570.00 5 598.50
5 623404320012 Bearing Bush 1 1,519.00 5 1594.95
6 602150611851 Washer 1 101.00 5 106.05
7 623404320022 Bearing Bush 1 2,271.00 5 2384.55
8 632413270014 STOPPER 10X11 ALUM PLUG 1 14.00 5 14.70
9 620513270014 Plug Aluminum (12DIA X 10MM Long) 1 16.00 5 16.80
10 632413270024 Plug Aluminum (14MM X 15MM Long) 1 16.00 5 16.80
11 P23504650015 Nozzle for cooling oil 1 508.00 5 533.40
12 602000100845 Hexagon screw (M8X45 DIN931-8.8) 1 21.00 5 22.05
13 602160310080 BELEVI WASHER B TYPE M8 1 11.00 5 11.55
14 623203300154 Sleeve 1 49.00 5 51.45
15 123203300184 Sleeve 1 405.00 5 425.25
Brass Cap on Main Lub oil Gallery (25 DIN 1 5
117.60
16 620609760024 443 XCRM017) 112.00
17 620609760014 CAP BRASS 1 137.00 5 143.85
18 602060501215 Screw Plug ( AM12X1.5 DIN7604.5.8) 1 82.00 5 86.10
19 604920101218 Copper Washer ( A12X18 DIN7603-Cu) 1 11.00 5 11.55
20 602000500815 Hexagon Screw (M8X16 DIN 933-8.8) 1 22.00 5 23.10
21 602032100612 Countersunk screw (AM6X12 DIN963-5.8) 1 11.00 5 11.55
22 602201500408 Clamping Sleeve ( 4X8 DIN 1481) 1 13.00 5 13.65
23 602100540080 Hexagon nut (M8 DIN934 M10) 1 14.00 5 14.70
24 602201001024 SOLID DOWEL PIN M10X24MM 1 12.00 5 12.60
25 602011010811 Stud (M8X110 DIN939-5.8) 1 24.00 5 25.20
26 623208530154 Shaped gasket 1 424.00 5 445.20
27 602000500820 HEX_BOLT_M8X20 1 14.00 5 14.70
28 602032100815 CSK-SCREW-M8X16-4.8-A4C 1 18.00 5 18.90
29 623403460014 Valve insert 1 1,310.00 5 1375.50
30 623403420024 Spring plate 1 181.00 5 190.05
31 603251100024 Ball (3/4" Ill DIN 5401) 1 359.00 5 376.95
32 604931303501 O' Ring (35X4) 1 196.00 5 205.80
33 604931301401 O' Ring (14X3) 1 59.00 5 61.95
34 623406370114 Bracket 1 298.00 5 312.90
35 602000502040 Hexagon screw (M20X40 DIN933M-8.8) 1 141.00 5 148.05
36 602150100210 Plain washer (27Ǿx37x3thk.) 1 12.00 5 12.60
Main bearing bush, Compl. Series - 1 5
Alternative to 4978.05
37 123404300017 623404300017 4,741.00

Page 76 of 123
Schedule B-II (1)
LIST OF SPARE PARTS FOR TBD4IV12 MODEL GREAVES COTTON ENGINE
Condition basis spares/consumables/repairs during B & C checks and Break downs for TBD4IV12 model
Greaves cotton engine
SN PART DESCRIPTION Base
Qty Quote Unit Rate
NUMBER Rate
38 123501320044 Cylinder liner for D4IV12 with modified 1 6,098.00 5
6402.90
honing
39 604931314601 O' Ring (142X4,5 DIN3770) 1 843.00 5 885.15
Main bearing bush, compl. Repair stage I. 1 5
(104, 692-104, 23919.00
40 623484300037 714mm) 22,780.00
Main Bearing in pair - Repair Stage – II 1 5
(104.442 - 104.464 25937.10
41 623484300057 mm) 24,702.00
42 602011041235 Stud (M12X35 DIN939-12.9) 1 122.00 5 128.10
43 604960650951 Oil seal 1 1,197.00 5 1256.85
44 623208530094 Shaped gasket 1 455.00 5 477.75
45 602000100860 Hexagon Screw (M8X60 DIN931-8.8) 1 25.00 5 26.25
46 602000100870 Hexagon Screw (M8X70 DIN931-8.8) 1 19.00 5 19.95
47 602000100885 Hexagon Screw (M8X85 DIN931-8.8) 1 49.00 5 51.45
48 602000110813 Hexagon Screw (M8X130 DIN931-8.8) 1 113.00 5 118.65
49 602000111013 Hexagon Screw (M10X130 DIN931-8.8) 1 142.00 5 149.10
50 602160100100 SPRING WASHER M-10 1 8.00 5 8.40
51 602060501415 Screw Plug ( AM12X1.5 DIN7604.5.8) 1 49.00 5 51.45
52 604920101418 COPPER_WASHER 1 8.00 5 8.40
53 623209760034 Cover 1 171.00 5 179.55
54 604931041003 O' ring 1 38.00 5 39.90
55 623206500494 Bracket 1 152.00 5 159.60
56 602000100895 Hexagon screw (M8X95 DIN931-8.8) 1 60.00 5 63.00
57 623407870094 Cover 1 416.00 5 436.80
58 604931041243 O' ring 1 14.00 5 14.70
59 123409420615 Vent pipe 1 2,150.00 5 2257.50
60 604931000204 O' ring 1 12.00 5 12.60
61 604021002415 Pipe clip 1 31.00 5 32.55
62 602160100060 SPRING WASHER M-6 1 11.00 5 11.55
63 602100540060 Hexagon Nut for pipe clip (M6 DIN-934m - 1 9.00 5
9.45
10)
64 123404320034 Cam bush 1 306.00 5 321.30
65 602201500610 Dowel pin (6X10 DIN 1481) 1 13.00 5 13.65
66 604931040905 O' ring 1 41.00 5 43.05
67 602007001030 Allen screw (M10X30 DIN912-10.9) 1 72.00 5 75.60
68 602150611051 DISC D/234 1 80.00 5 84.00
69 602201000824 Solid dowel (8m 6X24 DIN7) 1 27.00 5 28.35
70 623409740304 Shim (0,1 mm thick) 1 15.00 5 15.75
71 623409740314 Shim (0,3 mm thick) 1 21.00 5 22.05
72 623409740324 Shim (0,5 mm thick) 1 33.00 5 34.65
73 602007011216 Allen screw (M12X160 DIN912-10.9) 1 649.00 5 681.45

Page 77 of 123
Schedule B-II (1)
LIST OF SPARE PARTS FOR TBD4IV12 MODEL GREAVES COTTON ENGINE
Condition basis spares/consumables/repairs during B & C checks and Break downs for TBD4IV12 model
Greaves cotton engine
SN PART DESCRIPTION Base
Qty Quote Unit Rate
NUMBER Rate
74 602150611251 DISC 1 68.00 5 71.40
75 602100540120 HEX. NUT M12 DIN 934M-10 1 25.00 5 26.25
76 604960651332 Oil Seal Flywheel side 1 2,169.00 5 2277.45
77 623408530094 Shaped Gasket 1 331.00 5 347.55
78 623403710354 Crank Gear 1 17,047.00 5 17899.35
79 123403710104 Front gear wheel 1 11,718.00 5 12303.90
80 602007001690 Allen screw (M16X90 DIN912-10.9) 1 461.00 5 484.05
81 602201500614 Spring dowel (6X14 DIN 1481) 1 21.00 5 22.05
82 623403400184 Washer 1 36.00 5 37.80
83 602007141680 Allen screw (M16X1,5X80 DIN912) 1 557.00 5 584.85
84 632403400384 Washer 1 30.00 5 31.50
85 123401450104 Flywheel with out ring gear (SAE-1) 1 19,737.00 5 20723.85
86 123203750054 Starter ring (For SAE - 1 Flywheel) 1 11,769.00 5 12357.45
87 623403810984 Crankshaft Pulley 1 12,848.00 5 13490.40
88 623407030074 Tor. vibration damper 1 122,710.00 5 128845.50
89 623403400214 Ring Half 1 16.00 5 16.80
90 602007000820 Allen screw (M8X20 DIN933m-13.8) 1 15.00 5 15.75
91 602150610841 Plain washer (B8) 1 38.00 5 39.90
92 602007001665 Allen screw (M16X65 DIN912-10.9) 1 117.00 5 122.85
93 E23401600036 E-Piston assembly W/O/R TBD4-I 1 16,425.00 5 17246.25
94 123400191357 Piston ring Set 1 5,298.00 5 5562.90
95 603050200050 Locking Ring (50X2 DIN 472) 1 52.00 5 54.60
96 123501500017 Connecting rod, Compl. 1 17,424.00 5 18295.20
97 623404310014 Connecting rod bush (Small End) 1 1,528.00 5 1604.40
98 602201500420 Clamping sleeve (4X20 DIN1481) 1 14.00 5 14.70
99 123404306007 Connecting rod bearing bush compl., series 1 2,860.00 5 3003.00
100 623484306027 Connecting rod bearing bush compl., Repair 1 9,545.00 5
10022.25
stage I
101 623484306047 Connecting rod bearing bush compl., Repair 1 8,997.00 5
9446.85
stage II
102 123401700065 Cam shaft 1 107,870.00 5 113263.50
103 123403710024 Gear 1 10,319.00 5 10834.95
104 123403710014 Gear 1 14,774.00 5 15512.70
105 623404330014 Thrust Ring 1 869.00 5 912.45
106 123406100016 Rocker Arm Bracket 1 1,670.00 5 1753.50
107 623406100014 Bracket Rocker Arm 1 1,075.00 5 1128.75
108 623406450014 Rocker Arm Lever - Bare 1 748.00 5 785.40
109 623403400034 Washer 1 10.00 5 10.50
110 603050100022 Locking ring (22X1,2 DIN 471) 1 15.00 5 15.75
111 623203580024 Setting screw 1 168.00 5 176.40
112 123409420315 Guard tube 1 430.00 5 451.50

Page 78 of 123
Schedule B-II (1)
LIST OF SPARE PARTS FOR TBD4IV12 MODEL GREAVES COTTON ENGINE
Condition basis spares/consumables/repairs during B & C checks and Break downs for TBD4IV12 model
Greaves cotton engine
SN PART DESCRIPTION Base
Qty Quote Unit Rate
NUMBER Rate
113 623203210034 Push Rod 1 338.00 5 354.90
114 623403250014 Mushroom-shaped tappet 1 416.00 5 436.80
115 123400191658 Set of O rings for TBD4IV12 1 32,408.00 5 34028.40
116 123400190748 Set of gaskets*TBD4-V12RC 1 9,370.00 5 9838.50
117 123400191268 Set-Sealing rings TBD4V12 1 1,000.00 5 1050.00
118 123501800036 CYL HEAD D4I +VALVE GUIDE (Spares) 1 48,185.00 5 50594.25
119 E23403510034 Injector Stud 1 80.00 5 84.00
120 623404600064 Valve (Inlet) 1 928.00 5 974.40
121 P23304600014 Valve ( Exhaust) 1 1,659.00 5 1741.95
122 623403420014 Spring Cap 1 159.00 5 166.95
123 623404620014 Valve Collets 1 13.00 5 13.65
124 602403701220 Valve Spring (Outer) 1 314.00 5 329.70
125 602402701130 Valve Spring (Inner) 1 107.00 5 112.35
126 104961500008 Seal 1 381.00 5 400.05
127 104961500009 Seal 1 542.00 5 569.10
128 623403400174 Ring 1 12.00 5 12.60
129 623403300044 Injector Sleeve 1 702.00 5 737.10
130 623403600014 Grooved Nut 1 108.00 5 113.40
131 604931301001 O' ring Viton (Valve Guide) 1 80.00 5 84.00
132 123403450042 Valve Seat Insert (inlet) 1 276.00 5 289.80
133 123403450032 Valve Seat Insert (Exhaust) 1 2,439.00 5 2560.95
134 623403329014 Valve Guide with out 'O' ring 1 372.00 5 390.60
135 604931302404 Injector 'O' ring (24X5.5 MM) 1 130.00 5 136.50
136 623407960034 Cylinder Head Cover 1 1,622.00 5 1703.10
137 P23408530084 Cyl. Head cover Gasket 1 183.00 5 192.15
138 604920100814 Copper Washer (A8X 14 DIN -7603 - Cu) 1 11.00 5 11.55
139 P23408550024 Cylinder Head Gasket 1 1,071.00 5 1124.55
140 623403500044 Cylinder Head Bolt (M18X 180L - 10.9 CL) 1 345.00 5 362.25
141 P23408530114 Cyl. Head cover Gasket 1 125.00 5 131.25
142 123403000054 Shaft 1 6,058.00 5 6360.90
143 602352006010 Key (6X10 DIN 6888) 1 51.00 5 53.55
144 603221012007 Taper roll bearing (32007XDIN720) 1 4,891.00 5 5135.55
145 603221012009 Taper roll bearing (32009XDIN720) 1 6,770.00 5 7108.50
146 604931303301 O ring 1 168.00 5 176.40
147 623403400944 Ring 1 483.00 5 507.15
148 604961290452 Oil seal 1 1,942.00 5 2039.10
149 623403600074 Clamping nut 1 362.00 5 380.10
150 602007000625 Allen screw (M6X25 DIN912-10.9) 1 35.00 5 36.75
151 623409720224 Plate 1 16.00 5 16.80
152 602000500510 Hex screw (M5X10 DIN933-8.8) 1 24.00 5 25.20
153 604931308502 O ring 1 215.00 5 225.75

Page 79 of 123
Schedule B-II (1)
LIST OF SPARE PARTS FOR TBD4IV12 MODEL GREAVES COTTON ENGINE
Condition basis spares/consumables/repairs during B & C checks and Break downs for TBD4IV12 model
Greaves cotton engine
SN PART DESCRIPTION Base
Qty Quote Unit Rate
NUMBER Rate
154 623403710264 Gear fuel pump drive 1 25,451.00 5 26723.55
155 602007041030 Allen screw (M10X30 DIN933-10.9) 1 23.00 5 24.15
156 123400330037 FIP Drive assembly 1 11,643.00 5 12225.15
157 123400330017 Coupling parts 1 29,937.00 5 31433.85
158 123400330027 Coupling parts 1 15,424.00 5 16195.20
159 123403010025 Flanged shaft 1 4,096.00 5 4300.80
160 602000121255 Hexagon screw (M12X55 DIN933-10.9) 1 34.00 5 35.70
161 602101701211 Hexagon nut (M12 DIN 931m-10) 1 103.00 5 108.15
162 602160100120 SPRING WASHER M-12 1 11.00 5 11.55
163 603050200062 Locking Ring 1 79.00 5 82.95
164 106900000033 O' ring 1 174.00 5 182.70
165 105413100062 Filter Element 1 796.00 5 835.80
166 1200243950 Water Separator 1 1,948.00 5 2045.40
167 100099391874 FLEXIBLE PIPE-350 MM LONG 1 613.00 5 643.65
168 604043200008 Banjo Bolt 1 76.00 5 79.80
169 123407253266 FUEL INJECTION PUMP 1 474,202.00 5 497912.10
170 623409010205 Pipe 1 663.00 5 696.15
171 623206500294 Bracket 1 16.00 5 16.80
172 631349770014 Pipe clip half 1 10.00 5 10.50
173 632449770124 Pipe clip half 1 11.00 5 11.55
174 602000500630 Hexagon Screw (M6X30 DIN933-8.8) 1 14.00 5 14.70
175 600099775194 Pipe clip 1 36.00 5 37.80
176 604920101420 Copper washer (A14X20 DIN7603-Cu) 1 14.00 5 14.70
177 123499390075 Drain Pipe 1 374.00 5 392.70
178 623203300234 Bush 1 36.00 5 37.80
179 602000501230 Hex screw (M12x30 DIN 933-8.8) 1 47.00 5 49.35
180 602160310120 Spring washer (B12- DIN 137) 1 8.00 5 8.40
181 604021091420 Pipe clip 1 35.00 5 36.75
182 1200240911 Filter Element - Pre 1 232.00 5 243.60
183 1200240912 Filter Element - Fine 1 198.00 5 207.90
184 E05302000050 Fuel injector assly. 1 5,548.00 5 5825.40
185 623406530034 Bracket 1 1,163.00 5 1221.15
186 623408550044 Sealing ring 1 19.00 5 19.95
187 604931040203 O' Ring (20 X 3 DIN 3770) 1 12.00 5 12.60
188 123409390044 Injector Overflow Pipe - Metallic 1 1,061.00 5 1114.05
189 604920100610 Copper Washer 1 8.00 5 8.40
190 604043350613 Banjo Screw 1 45.00 5 47.25
191 623203308024 Bush 1 25.00 5 26.25
192 623409060165 High pressure pipe Cyl. A1 1 7,500.00 5 7875.00
193 623409060175 High pressure pipe Cyl. A2 1 7,724.00 5 8110.20
194 623409060185 High pressure pipe Cyl. A3 1 7,724.00 5 8110.20

Page 80 of 123
Schedule B-II (1)
LIST OF SPARE PARTS FOR TBD4IV12 MODEL GREAVES COTTON ENGINE
Condition basis spares/consumables/repairs during B & C checks and Break downs for TBD4IV12 model
Greaves cotton engine
SN PART DESCRIPTION Base
Qty Quote Unit Rate
NUMBER Rate
195 623409060195 High pressure pipe Cyl. A4 1 4,914.00 5 5159.70
196 623409060215 High pressure pipe Cyl. A6 1 6,473.00 5 6796.65
197 623409060245 High pressure pipe Cyl. B3 1 7,727.00 5 8113.35
198 623409060255 High pressure pipe Cyl. B4 1 8,158.00 5 8565.90
199 623409060265 High pressure pipe Cyl. B5 1 7,374.00 5 7742.70
200 623409060275 High pressure pipe Cyl. B6 1 3,957.00 5 4154.85
201 606907241109 Pipe clip 1 83.00 5 87.15
202 606907241108 Pipe clip 1 86.00 5 90.30
203 606907241107 Pipe clip 1 80.00 5 84.00
204 623209060285 Fuel pressure pipe 1 478.00 5 501.90
205 623209060295 Fuel pressure pipe 1 523.00 5 549.15
206 623203500074 Banjo screw 1 105.00 5 110.25
207 623206500254 Bracket 1 35.00 5 36.75
208 632109390304 Flexible pipe 1 376.00 5 394.80
209 623409050067 Set of H.P. Pipes 1 9,159.00 5 9616.95
210 623207220216 Fine Speed adjusting device compl. 1 1,870.00 5 1963.50
211 623206320014 Bracket 1 285.00 5 299.25
212 623206400084 Lever 1 240.00 5 252.00
213 623203300164 Bush 1 17.00 5 17.85
214 602150100084 Washer 1 8.00 5 8.40
215 602000100835 Hex screw (M8X35 DIN931-8.8) 1 14.00 5 14.70
216 623203120015 Threaded spindle 1 376.00 5 394.80
217 612613020634 Hand wheel 1 123.00 5 129.15
218 623206500384 Bracket 1 108.00 5 113.40
219 623203200154 Threaded rod (240 mm Length) 1 64.00 5 67.20
220 602701011010 Angular joint (AS10 Li DIN71802) 1 116.00 5 121.80
221 602701010010 Angular joint (AS10 DIN71802) 1 113.00 5 118.65
222 623206500244 Bracket 1 82.00 5 86.10
223 632403300234 Bush 1 99.00 5 103.95
224 602000500625 Hex screw (M6X25 DIN933-8.8) 1 15.00 5 15.75
225 123208520094 Gasket 1 33.00 5 34.65
226 602012020820 Stud (M8X20 DIN853-8.8) 1 21.00 5 22.05
227 123208530146 Shaped gasket 1 1,703.00 5 1788.15
228 602060501815 Screw plug (AM18X1,5 DIN7604) 1 90.00 5 94.50
229 604931000324 O' Ring 1 14.00 5 14.70
230 604922500051 Copper washer 1 8.00 5 8.40
231 123407300076 Gear type oil pump (Supplied as assly.) 1 64,849.00 5 68091.45
232 604931302202 O' Ring 1 141.00 5 148.05
233 123409010075 Lubricating oil pipe 1 1,937.00 5 2033.85
234 604931060353 O' Ring 1 17.00 5 17.85
235 623206500055 Bracket 1 191.00 5 200.55

Page 81 of 123
Schedule B-II (1)
LIST OF SPARE PARTS FOR TBD4IV12 MODEL GREAVES COTTON ENGINE
Condition basis spares/consumables/repairs during B & C checks and Break downs for TBD4IV12 model
Greaves cotton engine
SN PART DESCRIPTION Base
Qty Quote Unit Rate
NUMBER Rate
236 602000500812 Hexagon screw (M8X12 DIN933-8.8) 1 16.00 5 16.80
237 623209770104 Pipe clip 1 33.00 5 34.65
238 623409010715 Oil pipe 1 1,934.00 5 2030.70
239 602000100855 Hexagon screw (M8X55 DIN931-8.8) 1 25.00 5 26.25
240 123407400224 Lub oil filter head 1 13,947.00 5 14644.35
241 605412970039 Filter cartridge 1 4,547.00 5 4774.35
242 623406520384 Adaptor 1 3,340.00 5 3507.00
243 604043200010 Banjo screw (M16X1.5) 1 90.00 5 94.50
244 604920101620 Copper washer (A16X20 DIN7603-Cu) 1 13.00 5 13.65
245 604931060243 O' Ring 1 18.00 5 18.90
246 602007001060 Allen Screw (M10 X 60) 1 149.00 5 156.45
247 604920102429 Sealing ring 1 65.00 5 68.25
248 602060402415 Screw Plug (M24 x 1.5) 1 85.00 5 89.25
249 123403550184 Adaptor for L.O.Filter 1 343.00 5 360.15
250 123407880084 Plate 1 65,769.00 5 69057.45
251 123409400064 Insert 1 92,643.00 5 97275.15
252 123408530124 Gasket 1 483.00 5 507.15
253 123408530104 Oval gasket 1 50.00 5 52.50
254 623403100144 Pressure bolt 1 85.00 5 89.25
255 603251000220 Ball (v) 1 316.00 5 331.80
256 602060420034 Screw plug (R3/4" DIN910-5.8) 1 125.00 5 131.25
257 604920600262 Copper washer 1 11.00 5 11.55
258 602007040840 Allen screw (M8X40 DIN912-10.9) 1 21.00 5 22.05
259 602060420100 Screw plug (R1" DIN910-5.8) 1 433.00 5 454.65
260 602060403015 Screw plug (M30X1,5 DIN910-5.8) 1 280.00 5 294.00
261 604920600331 Copper washer 1 11.00 5 11.55
262 604920103036 Copper washer (9A30X36 DIN7603-Cu) 1 55.00 5 57.75
263 602011021070 Stud (M10X70 DIN912-10.9) 1 69.00 5 72.45
264 623403000064 Shaft 1 531.00 5 557.55
265 604961550001 Mechanical Seal 1 7,430.00 5 7801.50
266 623403400074 Ring - Heat Treated 1 36.00 5 37.80
267 602151842251 Washer (52 X 42 X 2.5 MM) 1 170.00 5 178.50
268 623203300254 Bush Heat Treated 1 102.00 5 107.10
269 603200736304 Ball Bearing (6304 RS-C3 DIN 625) 1 674.00 5 707.70
270 603050510520 Circlip Intl. (52 X 2 MM) 1 155.00 5 162.75
271 602101701611 MLD Grip Locknut (M 16 X 1.5) 1 72.00 5 75.60
272 604931051014 O' ring NBR (101 X 4.5 MM) 1 30.00 5 31.50
273 623409520094 Elbow Water Pump 1 2,482.00 5 2606.10
274 602160310060 Beveled Washer (B6 DIN 137) 1 10.00 5 10.50
275 602000500620 Hexagon Bolt (M6 X 20 DIN 933 - 8.8) 1 14.00 5 14.70
276 602000100680 Hexagon Screw (M6 X 80 DIN931 – 8.8 ) 1 12.00 5 12.60

Page 82 of 123
Schedule B-II (1)
LIST OF SPARE PARTS FOR TBD4IV12 MODEL GREAVES COTTON ENGINE
Condition basis spares/consumables/repairs during B & C checks and Break downs for TBD4IV12 model
Greaves cotton engine
SN PART DESCRIPTION Base
Qty Quote Unit Rate
NUMBER Rate
277 602000100840 Hexagon Screw (M8 ×40 DIN-931 - 8.8) 1 15.00 5 15.75
278 602000110816 Hexagon Bolt (M8 ×160 DIN-931- 8.8) 1 125.00 5 131.25
279 103460211016 Cogged Belt AX - 40 1 377.00 5 395.85
280 123406230094 Elbow 1 5,158.00 5 5415.90
281 123208530234 Gasket - Lub oil Centrifuge 1 60.00 5 63.00
282 602012021025 Stud (M10 X 25) 1 23.00 5 24.15
283 602000110815 Hexagon bolt (M8 X 150- 8.8 CL) 1 243.00 5 255.15
284 604920101824 Copper Washer (1.5 MM) 1 13.00 5 13.65
285 123406500084 Fish plate 1 28.00 5 29.40
286 602100500050 Hex Nut (M5) 1 8.00 5 8.40
287 602160100050 Spring washer (B-8) 1 14.00 5 14.70
288 123409010575 Pipe Lub oil supply to centrifuge 1 1,798.00 5 1887.90
289 123409122895 Pipe 1 1,956.00 5 2053.80
290 123409120405 Cooling water pipe 1 6,110.00 5 6415.50
291 604911004615 Gasket 1 33.00 5 34.65
292 604931304501 O ring 1 308.00 5 323.40
293 602000501020 Hex screw (M10X20) 1 24.00 5 25.20
294 602000501045 Hex screw (M10X45 DIN931-8.8) 1 47.00 5 49.35
295 623209120105 Cooling water pipe 1 3,512.00 5 3687.60
296 604911004015 Gasket (40DIN71511 - Itoe) 1 26.00 5 27.30
297 602000501025 Hex screw (M10X25 DIN933-8.8) 1 25.00 5 26.25
298 623208610284 Piece of hose 1 139.00 5 145.95
299 604015300320 Hose clip 1 144.00 5 151.20
300 123400520314 Radiator 1 1,129,856.00 5 1186348.80
301 604022310461 U CLAMPS FOR 40 DIA 1 39.00 5 40.95
302 604022310821 U CLAMPS FOR 76 DIA 1 69.00 5 72.45
303 604015360380 HOSE CLIP40-60(2X)9THK. 1 85.00 5 89.25
304 604015300850 HOSECLIP 80-100/4X 1 164.00 5 172.20
305 123203410026 Pulley idler sub. assly 1 13,740.00 5 14427.00
306 602360102206 Locking Ring 1 295.00 5 309.75
307 602160100140 Spring washer 1 8.00 5 8.40
308 602000101460 Hexagon screw M 14x60 1 135.00 5 141.75
309 603200746204 Grooved ball bearing 1 711.00 5 746.55
310 123203300034 Bush 1 27.00 5 28.35
311 623203400174 Ring 1 39.00 5 40.95
312 623203400314 Washer 1 34.00 5 35.70
313 602000121240 Screw M 12 x 40 1 74.00 5 77.70
314 603050200047 Cir clip internal 47 mm 1 49.00 5 51.45
315 123206371444 Bracket for tension roller 1 725.00 5 761.25
316 623409200364 Intake manifold 1 120,421.00 5 126442.05
317 623408530064 Gasket 1 49.00 5 51.45

Page 83 of 123
Schedule B-II (1)
LIST OF SPARE PARTS FOR TBD4IV12 MODEL GREAVES COTTON ENGINE
Condition basis spares/consumables/repairs during B & C checks and Break downs for TBD4IV12 model
Greaves cotton engine
SN PART DESCRIPTION Base
Qty Quote Unit Rate
NUMBER Rate
318 604911005015 Gasket (50 DIN 71511) 1 33.00 5 34.65
319 602000501040 Hex screw (M10X40 DIN933-8.8 CL) 1 46.00 5 48.30
320 602160310100 Beveled Washer (B 10 DIN 137) 1 10.00 5 10.50
321 623408510034 Square gasket 1 38.00 5 39.90
322 623409520044 Elbow 1 2,065.00 5 2168.25
323 604010106065 Hose piece (60X5Px65 DIN73411) 1 253.00 5 265.65
324 604015120072 Hose clip 1 92.00 5 96.60
325 623409500274 Oval flange 1 293.00 5 307.65
326 112062100001 Zinc anode 1/2" BSP assy 1 437.00 5 458.85
327 123203510224 Stud (M8 X 22 SS-304) 1 156.00 5 163.80
328 123203510264 Stud (M10 X 30 –SS) 1 219.00 5 229.95
329 123408520024 Oval gasket 1 102.00 5 107.10
330 602007051015 Allen screw 9M10X115DIN9) 1 208.00 5 218.40
331 623403400494 Washer (12.9 X5 Ni) 1 123.00 5 129.15
332 123406520015 Flanged elbow 1 2,991.00 5 3140.55
333 602101920800 Hex Nut (M8 DIN934m-10-C2A) 1 900.00 5 945.00
334 123408530344 GASKET-EXH.M'FOLD TO ELOB 1 173.00 5 181.65
335 123408530354 SECT.GASKET-ELBOW TO T/C 1 341.00 5 358.05
336 123408530364 Gasket 1 176.00 5 184.80
337 P23403300204 Sleeve 1 483.00 5 507.15
338 123409310015 Exh. elbow 1 4,755.00 5 4992.75
339 602060420012 Screw plug (G1/2 DIN910) 1 156.00 5 163.80
340 604920102227 Copper washer (A22X27 DIN7603-Cu) 1 14.00 5 14.70
341 623208500104 Round gasket 1 117.00 5 122.85
342 602101921000 Hexagon nut (M10 DIN 70615.8 A3B) 1 1,345.00 5 1412.25
343 623409340165 Exh. Manifold cover 'B' Bank 1 5,475.00 5 5748.75
344 623406370104 Bracket 1 27.00 5 28.35
345 623406370144 Bracket 1 21.00 5 22.05
346 602000500610 Hexagon screw (M6X8 DIN933-8.8) 1 13.00 5 13.65
347 123409340035 Exh. Manifold cover 'A' Bank 1 4,860.00 5 5103.00
348 105292000073 Turbocharger 1 92,182.00 5 96791.10
349 106972100014 T/c repair kit for above T/c 1 29,378.00 5 30846.90
350 123309010085 Lubricating oil pipe ('A' Bank) 1 1,498.00 5 1572.90
351 123309010095 Lubricating oil pipe ('B' Bank) 1 1,365.00 5 1433.25
352 604931302403 O' Ring (24 X 3.5) 1 132.00 5 138.60
353 604043930120 Screw connection (OL112 DIN2353-St) 1 605.00 5 635.25
354 604043913121 Screw connection (KL12 DIN2353-St) 1 574.00 5 602.70
355 123409010275 Lube oil pipe 1 371.00 5 389.55
356 623409010474 Lube oil pipe ('A' Bank) 1 289.00 5 303.45
357 623409010484 Lube oil pipe ('B' Bank) 1 289.00 5 303.45
358 123409010085 Lube oil pipe 1 825.00 5 866.25

Page 84 of 123
Schedule B-II (1)
LIST OF SPARE PARTS FOR TBD4IV12 MODEL GREAVES COTTON ENGINE
Condition basis spares/consumables/repairs during B & C checks and Break downs for TBD4IV12 model
Greaves cotton engine
SN PART DESCRIPTION Base
Qty Quote Unit Rate
NUMBER Rate
359 123408520044 Oval gasket 1 22.00 5 23.10
360 602007040825 Allen screw (M8X25 DIN912-10.9) 1 19.00 5 19.95
361 123409210024 Elbow 'A' bank 1 2,411.00 5 2531.55
362 123409210034 Elbow 'B' bank 1 3,035.00 5 3186.75
363 623409740204 Fastening plate 1 306.00 5 321.30
364 623408613014 Hose piece (76 DIA X 70 MM L) 1 1,219.00 5 1279.95
365 604015310701 Hose clip (70-90/4) 1 101.00 5 106.05
366 623408613024 Hose piece 1 1,738.00 5 1824.90
367 604015310901 Hose clip (90-110/5) 1 135.00 5 141.75
368 602011001025 Stud bolt (M10X25 DIN939.5.5) 1 24.00 5 25.20
369 623408510014 Square gasket 1 173.00 5 181.65
370 602007000890 Allen screw M8X90 DIN912.10.9 1 198.00 5 207.90
371 602150100105 Washer A10,5 DIN1125.St 1 11.00 5 11.55
372 123208612084 Hose piece - elbow to air pipe 1 1,474.00 5 1547.70
373 123409420455 Pipe 1 3,291.00 5 3455.55
374 623408510024 Square gasket 1 24.00 5 25.20
375 623407520055 Housing 1 6,525.00 5 6851.25
376 623409210034 Elbow 1 3,242.00 5 3404.10
377 623409450044 After cooler 1 144,622.00 5 151853.10
378 623409860045 Cladding 1 2,498.00 5 2622.90
379 623203300114 Bush 1 14.00 5 14.70
380 620703300034 Bush 1 22.00 5 23.10
381 602011000615 Stud M6X16 DIN939-5.8 1 13.00 5 13.65
382 602000500612 Hex screw M6X12 DIN933-8,8 1 16.00 5 16.80
383 602150100064 Washer A6,4 DIN 125-St 1 8.00 5 8.40
384 623409740084 Plate 1 21.00 5 22.05
385 123409720014 Guard 'A' Bank 1 250.00 5 262.50
386 123409720024 Guard 'B' Bank 1 250.00 5 262.50
387 123406220014 AFTER COOLER BKT MOD. 1 5,614.00 5 5894.70
388 123406220024 AFTER COOLER BKT MODIFIED 1 3,997.00 5 4196.85
389 623409710014 INTERMEDIATE PLATE 1 317.00 5 332.85
390 602000111018 HEXBOLT=M10X1.5X180 8.8CL 1 213.00 5 223.65
391 602000121065 HEXBOLT=M10X1.5X65 10.9CL 1 63.00 5 66.15
392 602011031018 STUD M10X180X8.8 1 84.00 5 88.20
393 602000101080 HEXBOLT=M10X1.5X80 8.8/CL 1 80.00 5 84.00
394 602000101060 HEX BOLT M10X60 931 8.8 1 24.00 5 25.20
395 604911114651 GASKET 2 MM CAF/9 1 71.00 5 74.55
396 106900000014 Outer element 1 5,500.00 5 5775.00
397 106900000015 Inner element 1 2,781.00 5 2920.05
398 123206230824 Holder clamp 1 760.00 5 798.00
399 105761010002 Restriction indicator 1 1,605.00 5 1685.25

Page 85 of 123
Schedule B-II (1)
LIST OF SPARE PARTS FOR TBD4IV12 MODEL GREAVES COTTON ENGINE
Condition basis spares/consumables/repairs during B & C checks and Break downs for TBD4IV12 model
Greaves cotton engine
SN PART DESCRIPTION Base
Qty Quote Unit Rate
NUMBER Rate
400 602011001020 Stud (M10 x 20) 1 22.00 5 23.10
401 123409200030 Casting air intake junction 1 3,514.00 5 3689.70
402 123408610094 Hose pipe 86I.D.X 45LONG. 1 447.00 5 469.35
403 604015342101 Hose clip (210-230mm size) 1 154.00 5 161.70
404 606500100006 AV Mounting A2T/4030B 1 356.00 5 373.80
405 604015343001 Hose clip (300 - 325) 1 221.00 5 232.05
406 604910121250 Gasket for above Silencer 1 107.00 5 112.35
407 602000501645 Hex. Screw (M16X45 DIN933-8.8) 1 148.00 5 155.40
408 602100540160 Hex. Nut (M16X DIN 934) 1 72.00 5 75.60
409 123408530334 Gasket for exhaust bend (NW125) 1 76.00 5 79.80
410 604910121500 Gasket for exhaust silencer 1 111.00 5 116.55
411 123406019014 Engine foot 1 1,077.00 5 1130.85
412 123406010494 Engine foot 1 1,125.00 5 1181.25
413 602007041440 Allen screw M14X40 DIN912-12.9 1 93.00 5 97.65
414 623403400344 Washer 1 68.00 5 71.40
415 602201500824 Tension sleeve 8X24 DIN1481 1 24.00 5 25.20
416 602160100160 Spring Washer 1 10.00 5 10.50
417 602000101680 Hex. bolt (M16 x 80 lg.) 1 91.00 5 95.55
418 100099391014 FLEX.FUEL PIPE 1000L SAE- 1 1,770.00 5 1858.50
419 100099391144 FLEXIBLE PIPE 700MM LG 1 1,435.00 5 1506.75
420 100099391084 FLEX FUEL PIPE 1 1,937.00 5 2033.85
1000MM/L 1 5
328.65
421 632149390254 FLEX PIPE 700 MM LG 313.00
422 632109390324 FLEX PIPE-F PUMP 580MM LG 1 362.00 5 380.10
423 100099391044 FLEX-PIPE 2000MM/LGTH 1 2,709.00 5 2844.45
424 100099390994 FLEXIBLE PIPE 600MM LONG 1 1,013.00 5 1063.65
425 100099390984 FLEX.PIPE-400mm LONG SAR100R5 1 758.00 5 795.90
426 100099391384 FLEX PIPE HOSE 500MM L 1 785.00 5 824.25
427 100099390744 FLEXIBLE PIPES 1500mmL 1 2,376.00 5 2494.80
428 600099395045 FLEX.TUBE=M12X1.5X600 LG. 1 309.00 5 324.45
429 123209500694 Flange 1 8,244.00 5 8656.20
430 105685000620 Water temp. gauge 1 1,052.00 5 1104.60
431 105612412501 Lub. oil pressure gauge 1 1,193.00 5 1252.65
432 630899280065 Pressure gauge pipe 1 512.00 5 537.60
433 604043200004 Banjo screw A4 DIN-7623 1 50.00 5 52.50
434 105782010018 Lub. oil pressure switch 1 2,208.00 5 2318.40
435 123403550364 Adaptor M10 x 1.5P 1 496.00 5 520.80
436 604920101014 Copper Washer (A10 X 14DIN 7603 Cu) 1 13.00 5 13.65
437 100007761193 Temp. sensor 120 Deg. 1 585.00 5 614.25
438 105685090027 Water temp. switch 96Deg.. 1 3,244.00 5 3406.20
439 123490320346 FLEX COUPLING-VULKAN 1 54,448.00 5 57170.40

Page 86 of 123
Schedule B-II (1)
LIST OF SPARE PARTS FOR TBD4IV12 MODEL GREAVES COTTON ENGINE
Condition basis spares/consumables/repairs during B & C checks and Break downs for TBD4IV12 model
Greaves cotton engine
SN PART DESCRIPTION Base
Qty Quote Unit Rate
NUMBER Rate
440 123490320342 Vulkan element 1 30,076.00 5 31579.80
441 602150100130 M S Washer 13 x 24 x 2.5 1 10.00 5 10.50
442 123207319217 Secondary water pump 1 14,706.00 5 15441.30
443 120603810184 Pulley 1 7,703.00 5 8088.15
444 623203270034 Plug 1 61.00 5 64.05
445 604010102435 Hose 1 64.00 5 67.20
446 604015300220 Clip 1 83.00 5 87.15
447 620708530034 Gasket 1 46.00 5 48.30
448 602000500835 Screw 1 21.00 5 22.05
449 602000501030 Screw 1 26.00 5 27.30
450 603450211350 V-belt (A 51) 1 357.00 5 374.85
451 620708610104 Hose bend 40 dia 1 311.00 5 326.55
452 623208610254 Hose 38 dia x 55 lg 1 104.00 5 109.20
453 623209770134 Pipe clip 1 95.00 5 99.75
454 604931000504 O ring NBR 1 15.00 5 15.75
455 602100540100 Hex nut (M10 DIN 934) 1 17.00 5 17.85
456 602000100820 Hex bolt (M8 x 20) 1 6.00 5 6.30
457 100099391404 Flex. Pipe 300 mm lg. 1 721.00 5 757.05
458 123203550504 Adaptor for injection 1 435.00 5 456.75
459 123209820094 Angle plate 1 54.00 5 56.70
460 602000501015 Hex screw (M10 x 15) 1 35.00 5 36.75
461 604043200023 Hex screw (M8 x 1) 1 55.00 5 57.75
462 106902090005 Actuator ADC 225 S 1 137,173.00 5 144031.65
Actuator (PED) - Alternative 1 5
49970.55
463 106902090057 to above 47,591.00
Magnetic Pick up (GAC) 1 5
23119.95
464 105652190001 MSP 6721 22,019.00
Magnetic Pick up (PED) - 1 5
4963.35
465 100007760793 Alternative to above 4,727.00
Electronic Control Unit ESD 1 5
135838.50
466 106902090002 5221 (GAC) 129,370.00
Electronic Control Unit 1 5
59189.55
467 106902090058 (PED) - Alternative to above 56,371.00
Bracket for Electronic 1 5
1272.60
468 123406370705 Governor 1,212.00
469 602000500825 Hex screw M8 x 1.25x25 - 8.8CL 1 17.00 5 17.85
470 602700550081 PSF Swivel Joint (PSFL-8-M6 X 1) 1 721.00 5 757.05
471 602700550082 PSF Swivel Joint (PSFL-8-M6 X 1) 1 707.00 5 742.35
472 602101000006 Hex nut (M6 L.H. CL/8) 1 8.00 5 8.40
473 602000500830 Hex screw (M8X 1.25 X 30 - 8.8C) 1 21.00 5 22.05
474 123203200334 Threaded rod 1 228.00 5 239.40
475 100099800996 Inst. panel box 1 3,418.00 5 3588.90

Page 87 of 123
Schedule B-II (1)
LIST OF SPARE PARTS FOR TBD4IV12 MODEL GREAVES COTTON ENGINE
Condition basis spares/consumables/repairs during B & C checks and Break downs for TBD4IV12 model
Greaves cotton engine
SN PART DESCRIPTION Base
Qty Quote Unit Rate
NUMBER Rate
Socket + 3CLP + SCRW for 1 5
879.90
476 127585019 Relay 838.00
Relay - OEN 24 V with NO & 1 5
2158.80
477 127585017 2 NC 2,056.00
str/stp/htr relay 1 5
3144.75
478 100007761217 =24v/35a=3module=OEN 2,995.00
479 123299810045 Bracket for Instrument Panel 1 1,011.00 5 1061.55
480 606500100210 Anti vibration mounts 1 81.00 5 85.05
481 602000501220 Hex screw (M12 X 1.75 X 20 - 8CL) 1 51.00 5 53.55
482 604021011820 Pipe clip 1 21.00 5 22.05
483 104980100004 Rubber grommet 1 69.00 5 72.45
484 107460100008 Micro push button "red" 1 398.00 5 417.90
485 100007760918 E.M.STOP P.B.,MUSHROOM RED+2NC 1 825.00 5 866.25
486 105681021034 LOT gauge 40/130deg 2445l 1 1,295.00 5 1359.75
487 100007761211 EMS936-ENGINE CONTROLLER 1 18,564.00 5 19492.20
488 105413100155 Secondary Element JJH-2002 1 4,907.67 5 5153.05
489 123049390916 INJECTOR 1 6,449.10 5 6771.56
490 123407310266 WATER PUMP ASSEMBLY D4/D4-I 1 36,280.32 5 38094.34
491 623203410086 TENSION ROLLER PULLEY ASSY 1 12,230.40 5 12841.92
492 103460211321 V- BELT AX-52 COGGED 1 531.00 5 557.55
493 123400190057 SET OF HOSES TBD 4 V12-RC 1 14,302.78 5 15017.92
494 123409390017 SET OF FLEXIBLE FUEL PIPE 1 5,504.47 5 5779.69
495 123207110036 FIP Drive 1 18,905.25 5 19850.51
496 123400190157 SET OF O RING * TBD 234V12 1 22,775.04 5 23913.79
497 P21109060017 HIGH PRESSURE PIPE SET 1 3,107.00 5 3262.35
498 105685010288 OIL PRESSURE SENSOR - HONEYWELL 1 5,043.00 5 5295.15
499 200604650017 OIL AND WATER TEMP SENSOR 1 285.00 5 299.25
CHECKING AND LAPPING, 1 5
ASSEMBLING OF
12600.00
ENGINE CYL. HEAD OF ENGINE
500 NA MODEL NO. TBD48V12 12,000.00
501 NA CHECK AND RE-CONDITIONING OF 1 5
TURBO CHARGER ENGINE MODEL NO. 31500.00
TBD 4IV12 30,000.00
502 NA CRANK SHAFT GRANDING OF ENGINE 1 5
68250.00
MODEL NO TBD4IV12 65,000.00
503 NA CAM SHAFT CHECKING AND FITTING 1 5
39900.00
OF ENGINE MODEL TBD4IV12 38,000.00
504 BEND AND TWIST CHECKING, SMALL 1 5
END BUSH & BIG END BORE OVALITY
CHECKING AND 52468.50
RECTIFICATION OF ENGINE MODEL
NA NO.TBD4IV12 49,970.00

Page 88 of 123
Schedule B-II (1)
LIST OF SPARE PARTS FOR TBD4IV12 MODEL GREAVES COTTON ENGINE
Condition basis spares/consumables/repairs during B & C checks and Break downs for TBD4IV12 model
Greaves cotton engine
SN PART DESCRIPTION Base
Qty Quote Unit Rate
NUMBER Rate
505 NA CRANK CASE REPAIR CAM BORE 1 5
CHECKING & MATCHING OF ENGINE 355904.85
MODEL NO. TBD4IV12 338,957.00
506 200601320014 LINER 1 4,453.00 5 4675.65
507 104932111185 O ring liner 1 243.00 5 255.15
508 141103400034 WASHER_M8X1.5 1 3.00 5 3.15
509 602060403620 SCREW PLUG M36X2 1 515.00 5 540.75
510 201203550094 DIPSTICK SLEEVE 1 414.00 5 434.70
511 200604320012 CAM BUSH 1 493.00 5 517.65
512 200604320022 CAM_BUSH 1 400.00 5 420.00
513 102201502114 HOLLOW DOWEL 1 50.00 5 52.50
514 200604650015 PISTON_COOLING_NOZ 1 618.00 5 648.90
515 201201400017 CRANKSHAFT ASSEMBLY 1 536,175.00 5 562983.75
516 201201700014 CAMSHAFT 1 77,939.00 5 81835.95
517 141103510825 FLANGED BOLT M8X1.25X25 8.8 1 8.00 5 8.40
518 602201000614 SOLID DOWEL PIN M6X14MM 1 11.00 5 11.55
519 604920103642 COPPER WASHER M36X42 1 98.00 5 102.90
520 201201100018 CRANKCASE ASSEMBLY 1 620,644.00 5 651676.20
521 200603500024 MB CAP BOLT M16 1 366.00 5 384.30
522 102201500808 DOWEL_PISTON_COL_NOZL 1 24.00 5 25.20
523 200603400014 THRUST WASHER TOP 1 346.00 5 363.30
524 200603400024 THRUST WASHER BOTTOM 1 346.00 5 363.30
525 200603400044 SPHERICAL WASHER FOR INJECTOR 1 49.00 5 51.45
526 200603710024 GEAR CAM SHAFT 1 12,162.00 5 12770.10
527 201206500174 COVER PLATE HOT WATER 5MM 1 1,139.00 5
1195.95
THICK
528 201208530214 GASKET HOT WATER COVER PLATE 1 22.00 5 23.10
529 201209420785 VENT TUBE HOT WATER 1 1,725.00 5 1811.25
530 200606730014 THRUST PLATE CAMSHAFT 1 462.00 5 485.10
531 201208530014 GASKET-FOR GEAR CASING 1 250.00 5 262.50
532 141109406015 OIL COOLER CARTRIDGE 10 PLATES 1 14,136.00 5 14842.80
533 201207880024 GEAR CASING INLINE FIP 1 45,185.00 5 47444.25
534 602000500840 HEX SCREW M8X40 8.8/CL 1 25.00 5 26.25
535 602000100865 HEX BOLT=M8X65 8.8/CL 1 21.00 5 22.05
536 P21108520014 GASKET OIL COOLER OVAL 1 104.00 5 109.20
537 602012021035 STUDBOLTS 1 31.00 5 32.55
538 201207520017 LUB OIL COOLER HEADER ASSEMBLY 1 25,489.00 5 26763.45
539 201208530114 GASKET-LUB OIL COOLER HEADER 1 61.00 5 64.05
540 201208530154 GASKET FILTER HEADER 1 14.00 5 14.70
541 102040502615 PLUG M26X1.5P TAPER 1 199.00 5 208.95
542 2200121121 TAPER PLUG M24 X 1.5 P 1 229.00 5 240.45

Page 89 of 123
Schedule B-II (1)
LIST OF SPARE PARTS FOR TBD4IV12 MODEL GREAVES COTTON ENGINE
Condition basis spares/consumables/repairs during B & C checks and Break downs for TBD4IV12 model
Greaves cotton engine
SN PART DESCRIPTION Base
Qty Quote Unit Rate
NUMBER Rate
543 P05250100002 THERMOSTAT ELEMENT 1 721.00 5 757.05
544 200607870014 PLASTIC CAP OIL FILLER 1 118.00 5 123.90
545 602000110810 HEX. BOLT M8X100 DIN 931 1 27.00 5 28.35
546 201207310016 WATER PUMP SUB ASSEMBLY 1 29,568.00 5 31046.40
547 201208530094 GASKET WATER PUMP OUTLET 1 21.00 5 22.05
548 201209010055 PIPE LOP TO CRANKCASE 1 1,154.00 5 1211.70
549 201209010015 SUCTION_STRAINER V12 1 1,813.00 5 1903.65
550 201209010025 SUCTION_STRAINER v12 1 1,813.00 5 1903.65
551 104932111224 'O'ring lop pipe to crankcase flange 1 16.00 5 16.80
552 201209420295 PIPE CENTRIFUGE OIL SUPPLY V12 1 1,553.00 5 1630.65
553 141103400044 PLAIN WASHER 1 6.00 5 6.30
554 104932111204 O RING LOP PIPE TO CRANKCASE 1 136.00 5 142.80
555 200608530084 GASKET FOR STRAINER 1 12.00 5 12.60
556 201203710016 IDLER GEAR BUSH ASSLY 1 2,750.00 5 2887.50
557 201203000014 SHAFT IDLER GEAR WATER PUMP 1 5,017.00 5 5267.85
558 200606500064 RETAINING PLATE 1 192.00 5 201.60
559 200603710016 BIG_INTERMEDIATE_ASSY 1 15,497.00 5 16271.85
560 200603710014 GEAR CRANKSHAFT 1 3,806.00 5 3996.30
561 200606500044 IDLER_GEAR_PLATE 1 653.00 5 685.65
562 602000101085 HEX BOLT M10X85 8.8 CL 1 103.00 5 108.15
563 P21107870094 PLASTIC SPOUT (CLOSED BREATHER 1 446.00 5
468.30
CONNECTIO
564 201207870306 PLASTIC SPOUT WITH ORING AND 1 683.00 5
717.15
ADAPTOR
565 104932111284 ORING FOR G SERIES PLASTIC CAP 1 59.00 5 61.95
566 201207870304 ADAPTOR FOR PLASTIC SPOUT 1 104.00 5 109.20
567 201203810034 CRANKSHAFT PULLEY PK SECTION 1 5,523.00 5 5799.15
568 123403400064 WASHER -FLYWHEEL 26.5MMOD 1 39.00 5 40.95
569 200807030014 DAMPER 1 95,723.00 5 100509.15
570 602007041660 ALLEN SCREW M16X60-12.9 1 184.00 5 193.20
571 105200246059 CONTROL CARD MOTORPAL FIP 1 56,978.00 5 59826.90
572 105200246049 FIP MOTORPAL V12 A BANK 1 179,322.00 5
188288.10
PP6M10U1I+GOV
573 105292001470 FIP MOTORPAL V12 B BANK 1 179,286.00 5 188250.30
574 201204110014 ADAPTOR MOTORPAL FIP 1 3,568.00 5 3746.40
575 201208530074 GASKET FIP COVER PLATE 1 81.00 5 85.05
576 200608530054 GASKET FIP INLINE PUMP 1 30.00 5 31.50
577 201206500044 FIP COVER PLATE 1 1,297.00 5 1361.85
578 201209066217 HPP SET A BANK MOTORPAL FIP 1 4,942.00 5 5189.10
579 201209066227 HPP SET B BANK MOTORPAL FIP 1 4,942.00 5 5189.10

Page 90 of 123
Schedule B-II (1)
LIST OF SPARE PARTS FOR TBD4IV12 MODEL GREAVES COTTON ENGINE
Condition basis spares/consumables/repairs during B & C checks and Break downs for TBD4IV12 model
Greaves cotton engine
SN PART DESCRIPTION Base
Qty Quote Unit Rate
NUMBER Rate
580 201209010285 FLEX PIPE CRANKCASE TO NRV(A+B 1 5,633.00 5
5914.65
BANK
581 201203550244 ADAPTOR M10 TO 1/2 BSP A/F 27 1 179.00 5 187.95
582 602000501235 HEXSCREW M12X1.75X35 8.8C 1 68.00 5 71.40
583 141103400054 PLAIN WASHER M12 200HV 1 5.00 5 5.25
584 1200240183 DB FILTER 028 1 3,275.00 5 3438.75
585 201209010325 FUEL FILTER1 TO SHUT-OFF VALVE 1 1 508.00 5 533.40
586 201209010345 FUEL HOSE FEED PUMP 2 TO FUEL 1 775.00 5
813.75
FILTER 2
587 201209010315 FUEL HOSE FEED PUMP 1 TO FUEL 1 1,391.00 5
1460.55
FILTER 1
588 201206370245 WATER SEPRATOR BRACKET 1 1,447.00 5 1519.35
589 200601600014 Water Separator w/o Priming 1 7,743.00 5 8130.15
590 201208530144 GASKET CENTRIFUGAL FILTER 1 12.00 5 12.60
591 602011020825 STUD=M8X1.25X25MM 8.8/CL 1 22.00 5 23.10
592 P21103530024 CON.ROD BOLT M12x1.25x67 1 116.00 5 121.80
593 603050100044 CIRCLIP PISTON DIN 472 NOM DIA 44 1 22.00 5 23.10
594 200604310014 BUSH SMALL END 1 409.00 5 429.45
595 201201500017 CON_ROD_AND_BUSH 1 5,766.00 5 6054.30
596 200601800016 CYLINDER HEAD SUB ASSEMBLY 1 40,834.00 5 42875.70
597 200604600014 INLET VALVE 1 328.00 5 344.40
598 200604600024 EXHAUST VALVE 1 445.00 5 467.25
599 200603420014 Spring Cap 1 160.00 5 168.00
600 200603300014 INJECTOR SLEEVE 1 513.00 5 538.65
601 102403101002 VALVE SPRING 1 133.00 5 139.65
602 P21104620014 VALVE COLLET 1 15.00 5 15.75
603 104932111194 O RING INJECTOR SLEEVE 1 18.00 5 18.90
604 602000120860 HEXBOLT=M8X1.25X60 10.9CL 1 34.00 5 35.70
605 105302000119 FUEL FEED TUBE HPC 1 3,534.00 5 3710.70
606 200603500014 CYLINDER HEAD BOLT 1 462.00 5 485.10
607 200603250014 TAPPET 1 342.00 5 359.10
608 602007000855 SHC SCREW-M8X55 1 18.00 5 18.90
609 200608540014 CYLINDER-HEAD GASKET 1 1,402.00 5 1472.10
610 200609200014 MANIFOLD AIR INLET 1 15,922.00 5 16718.10
611 200606500054 BLANKING PLATE INTAKE MANIFOLD 1 664.00 5 697.20
612 200608530274 GASKET BLANKING PLATE 1 19.00 5 19.95
613 602000101011 BOLT M10X110D/234-CL/10.9 1 93.00 5 97.65
614 200609310044 EXHAUST MANIFOLD FINISH 1 23,790.00 5 24979.50
615 200609310014 EXHAUST MANIFOLD FWE 1 21,146.00 5 22203.30
616 200608530024 GASKET_EXHAUST_MANIFOLD 1 54.00 5 56.70
617 105292001477 TURBO_HE300FG_B 1 70,043.00 5 73545.15

Page 91 of 123
Schedule B-II (1)
LIST OF SPARE PARTS FOR TBD4IV12 MODEL GREAVES COTTON ENGINE
Condition basis spares/consumables/repairs during B & C checks and Break downs for TBD4IV12 model
Greaves cotton engine
SN PART DESCRIPTION Base
Qty Quote Unit Rate
NUMBER Rate
618 105292001478 TURBO_HE300FG_A 1 69,381.00 5 72850.05
619 201209310014 bend between manifold & turbo 1 1,347.00 5 1414.35
620 201209310024 exhaust bend mach 1 3,786.00 5 3975.30
621 201209310034 BEND BETWEEN MANIFOLD & TURBO 1 1,928.00 5 2024.40
622 200607010014 FLYWHEEL_HSG_SAE1 1 37,814.00 5 39704.70
623 200608530014 GASKET_FLY_HSG 1 161.00 5 169.05
624 602000501240 HEX.SCREW M12X40 CL/8.8 1 53.00 5 55.65
625 602012021050 STUD 1 73.00 5 76.65
626 141103550064 Plug MPU - 5/8" - 18 UNF 1 28.00 5 29.40
627 123403600024 HEX NUT M10 FOR STARTER MOTOR 1 35.00 5 36.75
628 201201450016 FLYWHEEL WITH RING GEAR 1 24,501.00 5 25726.05
629 201201150025 LUB OIL SUMP FABRICATED 1 42,185.00 5 44294.25
630 201208530024 GASKET LUB OIL SUMP 1 758.00 5 795.90
631 604920101822 COPPER WASHER (1.5) 1 8.00 5 8.40
632 602060401815 PLUG SCREW 1 205.00 5 215.25
633 P21106010014 ENGINE FOOT (GEAR END) 1 1,668.00 5 1751.40
634 602000101250 HEXBOLT=M12X1.75X50 8.8/C 1 72.00 5 75.60
635 201209420895 VENT PIPE A BANK 1 1,497.00 5 1571.85
636 201203550014 adaptor m14 x m14 din 3107 1 308.00 5 323.40
637 201203300034 SPACER BETWN EXH MANIFOLD TO 1 117.00 5
122.85
HEAT SHILD
638 602100540081 HEXNUT COPR.PLATED M8 10G 1 15.00 5 15.75
639 105685010102 TEMPERATURE SENSOR(Murphy: 1 4,558.00 5
4785.90
10.09.0051)
640 105782010026 Pressure switch 1.5+2.2 1 2,404.00 5 2524.20
641 105685090068 W T.SWITCH 95+/-2DegCel 1 3,237.00 5 3398.85
642 201203550184 ADAPTOR MURPHY TEMP. SENSOR 1 168.00 5
176.40
M14X1.5 & 5/
643 100007762414 Duel O/P MPU with M-F connector 1 4,653.00 5 4885.65
644 100007762604 LOP SENSOR CUM SW=0-10BAR=MV 1 3,153.00 5 3310.65
645 201203550144 ADAPTOR FOR LOT SENSOR M24X1.5, 1 229.00 5
240.45
5/8-18 U
646 141103550274 PLUG FOR A F 1 BY 8 NPT 1 46.00 5 48.30
647 141103400074 PLAIN WASHER M16 200HV 1 7.00 5 7.35
648 602000501650 HEX HD SCREW-M16X50-8.8CL 1 136.00 5 142.80
649 201208530204 EXH GASKET(241 PCD,8HOLES) 1 2,244.00 5 2356.20
650 201208530194 EXH GASKET(200 PCD,8HOLES) 1 1,542.00 5 1619.10
651 100099322115 EXHAUST SILENCER 1 33,492.00 5 35166.60
652 602007011210 CAPSCREW=M12X1.75X100 /CL 1 90.00 5 94.50
653 105685010105 RADIATOR WATER LEVEL SWITCH 1 3,111.00 5 3266.55
654 100007762504 AIR SENSING SWITCH 1 16,310.00 5 17125.50

Page 92 of 123
Schedule B-II (1)
LIST OF SPARE PARTS FOR TBD4IV12 MODEL GREAVES COTTON ENGINE
Condition basis spares/consumables/repairs during B & C checks and Break downs for TBD4IV12 model
Greaves cotton engine
SN PART DESCRIPTION Base
Qty Quote Unit Rate
NUMBER Rate
655 105782010024 A/FILTER CHOKE SWITCH RICO MAKE 1 1,079.00 5 1132.95
656 100099802827 INST. PANEL+JUNCT.BOX RCF 1 106,454.00 5
111776.70
=DTK500 CNTLR
657 201290770046 ALTERNATOR CABLE HARNESS OF 1 12,157.00 5
12764.85
12V14TAG=RCF
658 123409421475 AIR SUCTION PIPE 1 14,164.00 5 14872.20
659 604015301650 HOSE CLIP 170MM 1 85.00 5 89.25
660 201208610194 AIR FILTER TO JUNCTION HOSE 1 1,600.00 5 1680.00
661 201200526064 RAD WITH CAC NEW D RCF (R.H.S) 1 1,260,823.00 5 1323864.15
662 104015150104 T bolt clamp TB104 1 110.00 5 115.50
663 201209420944 ENG TO RAD B P1 1 1,845.00 5 1937.25
664 201209420954 ENG TO RAD B P2 1 2,075.00 5 2178.75
665 104004500890 CAC PIPE HOSE 1 1,167.00 5 1225.35
666 201209421045 RAD TO ENGINE RHS 1 4,403.00 5 4623.15
667 104045000889 FLEX MASTER CONNECTOR-89 1 3,802.00 5 3992.10
668 201208610204 WATER HOSE FOR RCF 1 1,766.00 5 1854.30
669 104045000761 FLEX MASTER CONNECTOR-7 1 2,841.00 5 2983.05
670 201208530174 GASKET - CAC BEND 1 31.00 5 32.55
671 201209420934 ENG TO RAD A P2 1 1,151.00 5 1208.55
672 P04960650121 VALVE STEM SEAL 1 100.00 5 105.00
673 200603300014 INJECTOR SLEEVE 1 513.00 5 538.65
674 200606450054 VALVE BRIDGE 1 202.00 5 212.10
675 105302000191 INJECTOR MOTORPAL NEW D 1 6,156.00 5 6463.80
676 107120130019 FUEL SHTOFF VALVE PATN 24V, 1 6,364.00 5
6682.20
M14X1.5
677 105782010032 ELE P-SWITCH 1.5+2.2 NC 1 1,159.00 5 1216.95
678 105685090078 TEMP.SWITCH TWINTECH MAKE 1 3,041.00 5 3193.05
679 602100700100 HEX. NUT M10 CU. COATED 1 16.00 5 16.80
680 104932111234 'O'ring for plastic cap 1 126.00 5 132.30
681 123200198644 GREAVES LUB OIL CI4 -50 LTR PACK 1 18,042.00 5 18944.10
682 141102400044 SPINON ASSEMBLY KIT(RSE-18-S00257) 1 2,093.00 5 2197.65
683 105413100154 PRIMARY ELEMENT 1 18,794.00 5 19733.70
684 141100195038 RADIATOR PRE-MIX GREAVES kOOL 1 2,654.00 5
2786.70
10 LIT
685 100007760796 MAG.PICK UP-5/8"UNF 67mm 1 1,307.00 5 1372.35
686 100007762914 AIRFLOW SWITCH CUTOUT ELECTRAL 1 1,625.00 5
1706.25
MAKE
687 105685010286 OIL PRESSURE SENSOR FOR 16BAR 1 4,496.00 5 4720.80
688 141108616024 HOSE 100IDX100 L 1 910.00 5 955.50
689 141109770974 U Clamp 82mm 1 370.00 5 388.50
690 123408610124 HOSE PIPE 200ID*80LONG(SILICON) 1 1,398.00 5 1467.90

Page 93 of 123
Schedule B-II (1)
LIST OF SPARE PARTS FOR TBD4IV12 MODEL GREAVES COTTON ENGINE
Condition basis spares/consumables/repairs during B & C checks and Break downs for TBD4IV12 model
Greaves cotton engine
SN PART DESCRIPTION Base
Qty Quote Unit Rate
NUMBER Rate
691 123408610214 HOSE ID 256 x 150 1 4,998.00 5 5247.90
692 201200190327 SET OF GASKETS 12V14TAG RC 1 31,349.00 5 32916.45
693 201209010715 FUEL HOSE 5/8" ( FLOW METER IN) 1 1,602.00 5 1682.10
694 201209010725 FUEL HOSE 5/8" ( FLOW METER TO 1 1,910.00 5
2005.50
WATER SEP
695 100099392955 FLEX PIPE-1/2"BSP CPLG NUTS 1500MM 1 1,860.00 5 1953.00
696 123203520134 DRAIN PLUG FOR OIL SUMP 1 88.00 5 92.40
697 100099392624 FLEX PIPE-1/2"BSP CPLG NUTS 1 851.00 5 893.55
698 201200190337 SET OF HOSES 12V14TAG RC 1 11,509.00 5 12084.45
699 105761010005 RESTRICTION INDICATOR 40MBAR 1 479.00 5 502.95
700 105783010010 RAD. WATER LEVELSWITCH SAM114 1 1,980.00 5 2079.00
701 201269230014 VAC.SWITCH RCF RICO-40mBar 1 2,127.00 5 2233.35
702 201207230014 ACTUATOR (NEW D MOTORPAL) 1 79,741.00 5
83728.05
72099448
703 201209420905 VENT PIPE B BANK 1 1,815.00 5 1905.75
704 200601600027 PISTON ASSEMBLY ( 115 - IPL) 1 7,598.00 5 7977.90
705 200606450027 ROCKER LEVER ASSEMBLY 1 4,785.00 5 5024.25
706 105761010006 THERMOCOUPLE(KTYPECR-AL) 1 5,895.00 5
6189.75
6MMDIA+6MTRMB
707 106902090069 RTD sensor PT100 1 593.00 5 622.65
708 201209010255 FLEX PIPE CRANKCASE TO NRV(A+B 1 5,633.00 5
5914.65
BANK
709 123490850364 AVM FOR D.G SET 1 6,894.00 5 7238.70
710 623203600024 HEX NUT 5/8 std 1 97.00 5 101.85
711 123299330646 BELLOW EXH 125NW X220L ASSLY 1 12,081.00 5 12685.05
712 P21199635623 8V 290 AH RDSO approved battery 1 90,932.00 5 95478.60
713 105292001504 CHRA TC 105292001477/478 1 53,251.00 5 55913.55
714 604022110144 V BAND CLAMP 74MM DIA. 1 1,117.00 5 1172.85
715 106907210008 REPAIR KIT J92 CHINA 1 22,094.00 5 23198.70
716 623408520064 OVAL GASKET 1 51.00 5 53.55
717 123408520054 GASKET TURBO OIL DRAIN 1 15.00 5 15.75
718 623403400024 RING HALF BRONZE 1 970.00 5 1018.50
EM070710000 1 5
565.95
719 2 SLEEVE FOR CYLINDER HEAD 539.00
720 123407250004 Feed pump D4V12 CHINA FIP 1 4,618.00 5 4848.90
721 123409390084 PIPE FOR INJECTOR OVERFLOW TILL 1 777.00 5
815.85
JUNCTION
722 123409390116 FUEL O/F PIPE ASSLY.D4IV12 RCF 1 4,500.00 5 4725.00
723 106908740006 PAPER INSERT-OIL CENTRFUG 1 91.00 5 95.55
724 123400191378 D4 FLEX. PIPE SET 1 13,215.00 5 13875.75
725 123200190388 SET OF HOSE CLIPS TD/V12 1 6,477.00 5 6800.85
726 105685090028 W. TEMP SWITCH 96 DEG 12&24V. 1 3,175.00 5 3333.75

Page 94 of 123
Schedule B-II (1)
LIST OF SPARE PARTS FOR TBD4IV12 MODEL GREAVES COTTON ENGINE
Condition basis spares/consumables/repairs during B & C checks and Break downs for TBD4IV12 model
Greaves cotton engine
SN PART DESCRIPTION Base
Qty Quote Unit Rate
NUMBER Rate
727 105685000656 W.T.GAUGE 1500MM L CAPIL. 1 2,489.00 5 2613.45
728 105782010027 Pressure switch 2.5+3.2 1 2,259.00 5 2371.95
729 605616000006 LUB OIL PRESSURE SENSOR 0-10b 1 1,081.00 5 1135.05
730 123200198634 GREAVES LUB OIL CI4 -20 LTR PACK 1 7,225.00 5 7586.25
731 123403400044 DISC 1 168.00 5 176.40
732 623403400044 CRANK-SHAFT RING 1 5,990.00 5 6289.50
733 603200756209 BEARING SKF/6209 C3 1 1,322.00 5 1388.10
734 103250100002 BEARING NU/209 E ZVL 1 3,371.00 5 3539.55
735 123409390916 INJECTOR RCF with BRAZED ADAPTOR 1 7,341.00 5 7708.05
736 123407250001 PLUNGER BARREL ASSY D4V12 CHINA 1 4,361.00 5 4579.05
737 123407250002 Delivery valve D4V12 CHINA 1 2,991.00 5 3140.55
738 123407250006 Governor spring D4V12 CHINA FIP 1 412.00 5 432.60
739 123407250007 FLY WTS D4V12 CHINA FIP 1 11,372.00 5 11940.60
740 123290530267 FUEL TR.PUMP MOTORISED 1 117,946.00 5 123843.30
741 100090772436 C-HARNESS TBD4IV12= EMS936+EG 1 90,436.00 5 94957.80
742 123490770067 CABLE HARNESS TBD 234 V12 1 16,562.00 5 17390.10
743 604931061582 O RING SILICON 158 X 2.3 1 222.00 5 233.10
744 105652090167 DRPM+HC85DIA118H+OS24V= 1 11,414.00 5 11984.70
745 201290850034 ANTI VIBRATION MOUNTING 1 6,926.00 5 7272.30
746 606500100013 A V MOUNTING D/234 1 345.00 5 362.25
747 123203530014 CONN ROD BIG END BOLT 1 303.00 5 318.15
749 141108536074 GASKET TURBO HOLSET/TEL 6G11 1 1,470.28 5 1543.79
750 P21108530194 GASKET, T/C OIL DRAIN 1 34.22 5 35.93
751 201209420775 PIPE JUNCTION THERMOSTAT SIDE 1 5,893.12 5
6187.78
RCF
752 P21108530164 GASKET, THERMOSTAT COVER 1 20.06 5 21.06
753 141109234247 AIR FILTER ASSLY CPT 12" (XRB12) 1 11,979.36 5 12578.33
754 201209420925 ENG TO RAD A P1 1 2,122.24 5 2228.35
755 201209420965 TURBO TO CAC B P1 RHS 1 5,556.48 5 5834.30
756 201209420974 TURBO TO CAC B P2 RHS 1 4,136.96 5 4343.81
757 201209420654 TURBO TO CAC A P1 RHS 1 4,811.52 5 5052.10
758 201209420994 TURBO TO CAC A P2 RHS 1 5,603.84 5 5884.03
759 201209310044 BEND CAC TURBO SIDE 1 4,200.96 5 4411.01
760 201209421005 CAC TO INTK MANI B P1 RHS 1 6,222.08 5 6533.18
761 201209421014 CAC TO INTK MANI B P2 RHS 1 4,584.96 5 4814.21
762 201209421025 CAC TO INK MANI A P1 RHS 1 6,433.28 5 6754.94
763 201209421034 CAC TO INTK MANI A P2 RHS 1 2,914.56 5 3060.29
764 201208540024 GASKET CYLINDER HEAD 1 1894.00 5 1988.70
Total Amount 9036589.95 9488419.45
Pegging Cost @50% 4744210

Page 95 of 123
Schedule B-II (1)
LIST OF SPARE PARTS FOR TBD4IV12 MODEL GREAVES COTTON ENGINE
Condition basis spares/consumables/repairs during B & C checks and Break downs for TBD4IV12 model
Greaves cotton engine
SN PART DESCRIPTION Base
Qty Quote Unit Rate
NUMBER Rate

Note : The quantities of the above items are indicative but not exhaustive. During the
course of execution, the quantities may be changed due to operating constraint

Page 96 of 123
SCHEDULE B-II (2)
LIST OF SPARE PARTS FOR 12V14TAG23 MODEL GREAVES COTTON ENGINE

Condition basis spares/consumables/repairs during B & C checks and Break downs for 12V14TAG23 model
Greaves cotton engine
Sl. Item (Part no.) Description Qty Total Price Quote Unit Rate
No. (incl. GST)
1 200604320012 CAM BUSH 1 581.74 5 610.83
2 200604320022 CAM BUSH 1 472.00 5 495.60
3 200604650015 PISTON_COOLING_NOZZLE 1 791.04 5 830.59
4 200608530224 GASKET_FOR_PCN 1 8.26 5 8.67
5 102201500808 DOWEL_PISTON_COL_NOZL 1 28.32 5 29.74
6 141103510825 FLANGED BOLT M8X1.25X25 8.8 1 9.44 5 9.91
7 201209420785 VENT TUBE HOT WATER 1 2,208.00 5 2318.40
8 200601320014 LINER 1 5,699.84 5 5984.83
9 104932111185 O RING LINER 1 286.74 5 301.08
10 201208530214 GASKET HOT WATER COVER PLATE 1 25.96 5 27.26
11 201201700014 CAMSHAFT 1 99,761.92 5 104750.02
12 200603710024 GEAR CAM SHAFT 1 15,567.36 5 16345.73
13 602150610841 RING WASHER D/234 1 48.64 5 51.07
14 602007040825 CAPSCREW=M8X1.25X25 12.9 1 22.42 5 23.54
15 200606730014 THRUST PLATE CAMSHAFT 1 591.36 5 620.93
16 141103510825 FLANGED BOLT M8X1.25X25 8.8 1 9.44 5 9.91
17 602150610841 RING WASHER D/234 1 48.64 5 51.07
18 602201000614 SOLID DOWEL PIN M6X14MM 1 12.98 5 13.63
19 201208530014 GASKET-FOR GEAR CASING 1 295.00 5 309.75
20 604960650951 OIL SEAL-95-110-12V 1 1,532.16 5 1608.77
21 201208530154 GASKET FILTER HEADER 1 16.52 5 17.35
22 123403550184 ADAPTOR FOR L.O.FILTER 1 439.04 5 460.99
23 605412970039 LUB OIL FILTER 234 1 5,365.46 5 5633.73
24 102040502615 PLUG M26X1.5P TAPER 1 254.72 5 267.46
25 P05250100002 THERMOSTAT ELEMENT 1 850.78 5 893.32
26 200607870014 PLASTIC CAP OIL FILLER 1 151.04 5 158.59
27 104932111234 O RING FOR PLASTIC CAP 1 148.68 5 156.11
28 201207310016 WATER PUMP SUB ASSEMBLY 1 37,847.04 5 39739.39
29 201208530094 GASKET WATER PUMP OUTLET 1 24.78 5 26.02
30 201209010015 SUCTION_STRAINER V12 1 2,320.64 5 2436.67
31 201209010025 SUCTION_STRAINER V12 1 2,320.64 5 2436.67
32 200608530084 GASKET STRAINER 1 14.16 5 14.87
33 201209420295 PIPE CENTRIFUGE OIL SUPPLY V12 1 1,987.84 5 2087.23
34 604043200008 BANJO SCREW M14X1.5X31LG. 1 97.28 5 102.14
35 201209010055 Pipe lop to crankcase 1 1,477.12 5 1550.98
36 104932111224 O'ring lop pipe to crankcase flange 1 18.88 5 19.82
37 104932111204 O RING LOP PIPE TO C/CASE 1 160.48 5 168.50
FIP MOTORPAL V12 A BANK 5
241008.77
38 105200246049 PP6M10U1i+Gov 1 229,532.16
FIP MOTORPAL V12 B BANK 5
240960.38
39 105292001470 PP6M10U1I+GOV HT 1 229,486.08

Page 97 of 123
40 201204110014 ADAPTOR MOTORPAL FIP 1 4,567.04 5 4795.39
SPEED CONTROL CARD 5
76578.43
41 105200246059 MOTORPAL FIP (ECU- Cv93501-04) 1 72,931.84
42 200608530054 GASKET FIP INLINE PUMP 1 35.40 5 37.17
43 201206500044 FIP COVER PLATE 1 1,660.16 5 1743.17
44 201208530074 GASKET FIP COVER PLATE 1 95.58 5 100.36
45 602000500825 HEXSCREW=M8X1.25X25 CL8.8 1 20.06 5 21.06
46 141103400034 PLAIN WASHER M8 200HV 1 3.54 5 3.72
47 201209066217 HPP SET A BANK MOTORPAL FIP 1 6,325.76 5 6642.05
48 201209066227 HPP SET B BANK MOTORPAL FIP 1 6,325.76 5 6642.05
49 201209010255 Flex pipe crankcase to NRV(A+B) bank 1 7,210.24 5 7570.75
50 201203550244 ADAPTOR M10 TO 1/2 BSP A/F 27 1 229.12 5 240.58
51 141103400044 PLAIN WASHER M10 200HV 1 7.08 5 7.43
52 201203550224 ADAPTOR M14X1.5 A/F 19 1 144.64 5 151.87
FUEL HOSE FEED PUMP 1 TO FUEL 5
1869.50
53 201209010315 FILTER 1 1 1,780.48
54 201209010325 FUEL FILTER1 TO SHUT-OFF VALVE 1 1 650.24 5 682.75
FUEL HOSE FEED PUMP 2 TO FUEL 5
1041.60
55 201209010345 FILTER 2 1 992.00
56 201203550264 ADAPTOR M10 TO M12 1 108.80 5 114.24
57 141107400024 Water Separator w/o Priming 1 9,911.04 5 10406.59
ADAPTOR M14 TO 1/2 BSP 5
248.64
58 201203550234 A/F 27 1 236.80
59 141107406025 CENTRIFUGAL FILTER 1 9,795.84 5 10285.63
GASKET CENTRIFUGAL 5
14.87
60 201208530144 FILTER 1 14.16
61 603050100044 CIRCLIP PISTON DIN 472 NOM DIA 44 1 25.96 5 27.26
62 P21103530024 CON.ROD BOLT M12x1.25x674 1 136.88 5 143.72
63 200604310014 BUSH SMALL END 1 482.62 5 506.75
64 200601800016 CYLINDER HEAD SUB ASSEMBLY 1 52,267.52 5 54880.90
65 200604600014 INLET VALVE 1 419.84 5 440.83
66 200604600024 EXHAUST VALVE 1 569.60 5 598.08
67 102403101002 VALVE SPRING 1 170.24 5 178.75
68 200603420014 SPRING CAP 1 204.80 5 215.04
69 P21104620014 VALVE COLLET 1 19.20 5 20.16
70 P04960650121 VALVE STEM SEAL 1 118.00 5 123.90
71 200603300014 INJECTOR SLEEVE 1 656.64 5 689.47
72 104932111194 O RING INJECTOR SLEEVE 1 21.24 5 22.30
73 602042100506 GRUB SCREW M5X0.8PX6L 1 14.08 5 14.78
74 632413270014 STOPPER 10X11 ALUM PLUG 1 16.52 5 17.35
75 200606530014 INJECTOR CLAMP 1 847.36 5 889.73
76 200603400044 SPHERICAL WASHER FOR INJECTOR 1 57.82 5 60.71
77 602007000855 SHC SCREW-M8X55 1 23.04 5 24.19
FUEL FEED TUBE HPC MECH F00R.J02. 5
4749.70
78 105302000119 379-54P 1 4,523.52
79 201209770014 NUT FUEL FEED TUBE 1 161.28 5 169.34
80 200603500014 CYLINDER HEAD BOLT 1 545.16 5 572.42
81 200608540014 CYLINDER HEAD GASKET 1 1,654.36 5 1737.08

Page 98 of 123
82 200606450054 VALVE BRIDGE 1 258.56 5 271.49
83 200606450027 ROCKER LEVER ASSEMBLY 1 6,124.80 5 6431.04
84 623203580024 ADJ.SCREW=M10X1.5X39 LG. 1 215.04 5 225.79
85 602100540100 HEX. NUT M10 DIN 934M-10 1 20.06 5 21.06
86 141103400044 PLAIN WASHER M10 200HV 1 7.08 5 7.43
87 602000101011 BOLT M10X110D/234-CL/10.9 1 109.74 5 115.23
88 200608530104 GASKET ROCKER COVER 1 217.12 5 227.98
89 200607960014 ROCKER COVER 1 1,985.28 5 2084.54
90 141103400034 PLAIN WASHER M8 200HV 1 3.54 5 3.72
91 602000120860 HEXBOLT=M8X1.25X60 10.9CL 1 40.12 5 42.13
92 102011071060 STUD-M10X60L 10.9CL(CU COATED) 1 115.64 5 121.42
93 201203550014 adaptor m14 x m14 din 3107 1 394.24 5 413.95
94 604920101418 CU.WASHER=M14X18X1.5 1 9.44 5 9.91
95 102201500808 DOWEL_PISTON_COL_NOZL 1 28.32 5 29.74
96 200603250014 TAPPET 1 437.76 5 459.65
97 623203210034 PUSH ROD 1 432.64 5 454.27
98 200609200014 INTAKE MANIFOLD 1 20,380.16 5 21399.17
99 200608510014 GASKET INTAKE MANIFOLD 1 16.52 5 17.35
100 200606500054 BLANKING PLATE INTAKE MANIFOLD 1 849.92 5 892.42
101 200608530274 GASKET BLANKING PLATE 1 22.42 5 23.54
102 200609310044 EXHAUST MANIFOLD FINISH 1 30,451.20 5 31973.76
103 200609310014 EXHAUST MANIFOLD FWE 1 27,066.88 5 28420.22
104 200608530024 GASKET EXHAUST MANIFOLD 1 63.72 5 66.91
105 123406520015 FLANG BELLOW 1 3,828.48 5 4019.90
106 123408530364 SHAPED GASKET 1 207.68 5 218.06
107 123203510264 STUD-M10 1 258.42 5 271.34
108 123203510224 STUD-M8X22 (SS-304) 1 199.68 5 209.66
109 105292001477 TURBO CTT part No. 5325664: C 180 B Bank 1 82,650.74 5 86783.28
TURBO CTT part No. 5325663: 5
85963.06
110 105292001478 C 360 A Bank 1 81,869.58
111 141108536074 GASKET TURBO HOLSET/TEL 6G11 1 1,470.28 5 1543.79
112 P21108530194 GASKET, T/C OIL DRAIN 1 34.22 5 35.93
113 200608530014 GASKET_FLY_HSG 1 189.98 5 199.48
114 604960651332 OIL SEAL (FLYWHEEL SIDE) 1 2,776.32 5 2915.14
115 141103550064 Plug MPU - 5/8" - 18 UNF 1 35.84 5 37.63
116 201208530024 GASKET LUB OIL SUMP 1 894.44 5 939.16
117 P21106010014 ENGINE FOOT (GEAR END) 1 2,135.04 5 2241.79
118 201209420775 PIPE JUNCTION THERMOSTAT SIDE RCF 1 5,893.12 5 6187.78
119 P21108530164 GASKET, THERMOSTAT COVER 1 20.06 5 21.06
120 201209420895 Vent pipe A bank 1 1,916.16 5 2011.97
121 201209420905 Vent pipe B bank 1 2,323.20 5 2439.36
TEMPERATURE SENSOR(Murphy: 5
5647.36
122 105685010102 10.09.0051) 1 5,378.44
123 105782010026 Pressure switch 1.5+2.2 1 3,077.12 5 3230.98
124 105685090068 W T.SWITCH 95+/-2DegCel 1 4,143.36 5 4350.53
125 201203550184 Adaptor Murphy Temp. Sensor M14X1.5 & 5/ 1 215.04 5 225.79
126 100007762414 Duel O/P MPU with M-F connector 1 5,955.84 5 6253.63
127 100007762604 LOP SENSOR CUM SW=0- 10BAR=MVD 1 4,035.84 5 4237.63

Page 99 of 123
128 201203550144ADAPTOR for LOT sensor M24x1.5, 5/8-18 U 1 293.12 5 307.78
129 141103550274PLUG FOR A/F 1/8”NPT 1 58.88 5 61.82
130 123490850364AVM FOR DG SET 1 8,824.32 5 9265.54
131 105685010105RADIATOR WATER LEVEL SWITCH 1 3,982.08 5 4181.18
132 100007762504AIR SENSING SWITCH 1 20,876.80 5 21920.64
133 105782010024A/FILTER CHOKE SWITCH RICO MAKE 1 1,273.22 5 1336.88
INST. PANEL+JUNCT.BOX RCF =DTK500 5
131896.51
134 100099802827 CNTLR 1 125,615.72
135 141109234247 AIR FILTER ASSLY CPT 12" (XRB12) 1 11,979.36 5 12578.33
136 201200526064 RAD WITH CAC NEW D RCF (R.H.S) 1 1,613,853.44 5 1694546.11
137 201209421045 RAD TO ENGINE RHS 1 5,635.84 5 5917.63
138 104045000889 FLEX MASTER CONNECTOR-89 1 4,866.56 5 5109.89
139 104015150104 T bolt clamp TB104 1 129.80 5 136.29
140 201208610204 WATER HOSE FOR RCF 1 2,083.88 5 2188.07
141 201209420925 ENG TO RAD A P1 1 2,122.24 5 2228.35
142 201209420934 ENG TO RAD A P2 1 1,473.28 5 1546.94
143 201209420944 ENG TO RAD B P1 1 2,361.60 5 2479.68
144 201209420954 ENG TO RAD B P2 1 2,656.00 5 2788.80
145 104045000761 FLEX MASTER CONNECTOR-76 1 3,636.48 5 3818.30
146 201209420965 TURBO TO CAC B P1 RHS 1 5,556.48 5 5834.30
147 201209420974 TURBO TO CAC B P2 RHS 1 4,136.96 5 4343.81
148 201209420654 TURBO TO CAC A P1 RHS 1 4,811.52 5 5052.10
149 201209420994 TURBO TO CAC A P2 RHS 1 5,603.84 5 5884.03
150 201208530174 GASKET CAC BEND 1 36.58 5 38.41
151 104004500890 CAC PIPE HOSE 1 1,377.06 5 1445.91
152 201209310044 BEND CAC TURBO SIDE 1 4,200.96 5 4411.01
153 201209421005 CAC TO INTK MANI B P1 RHS 1 6,222.08 5 6533.18
154 201209421014 CAC TO INTK MANI B P2 RHS 1 4,584.96 5 4814.21
155 201209421025 CAC TO INK MANI A P1 RHS 1 6,433.28 5 6754.94
156 201209421034 CAC TO INTK MANI A P2 RHS 1 2,914.56 5 3060.29
157 201208530194 EXH GASKET(200 PCD,8HOLES) 1 1,819.56 5 1910.54
158 201208530204 EXH GASKET(241PCD,8HOLES) 1 2,647.92 5 2780.32
159 NA Patcon Valve 1 10,030.00 5 10531.50
160 105200246059 Control card MOTORPAL FIP 1 56,979.84 5 59828.83
161 201207230014 ACTUATOR (NEW D MOTORPAL 1 79,746.76 5 83734.10
162 141102400044 SPIN ON ASSEMBLY KIT 1 1636.00 5 1717.80
163 201208540024 GASKET CYLINDER HEAD 1 1894.00 5 1988.70
Total Amount 3137609.92 3294490.42
Pegging Cost @50% 1647245

Note : The quantities of the above items are indicative but not exhaustive. During the
course of execution, the quantities may be changed due to operating constraint

Page 100 of 123


SCHEDULE-C-II
CONDITIONAL SPARES FOR KIRLOSKAR ENGINE MODEL No.DV0.9026 & DV0.9027
Quote
SN Item Description Qty Base Rate in % Rate
1 DV0.006.30.0.00 PISTON ASSEMBLY 1 8753.00 25 10941.25
2 DV0.040.540.0.PR FIP- Fuel Injection Pump (DV0.9019, DV0.9021 Model) 1 385603.00 25 482003.75
3 DV0.001.03.0.00 BOLT (BEARING CAP) 1 273.00 25 341.25
NOZZLE BODY (FOR OIL SPARY
4 DV0.001.05.0.00 1 418.00 25 522.50
NOZZLE)
5 DV0.001.50.0.00 RELIEF VALVE ASSLY. 1 857.00 25 1071.25
6 DV0.001.32.0.00 PLUNGER (FOR RELIEF VALVE) 1 101.00 25 126.25
7 DV0.001.31.0.00 SPRING 1 124.00 25 155.00
8 DV0.001.06.0.00 SPECIAL BANJO BOLT(FOR OIL SPAY NOZZLE) 1 151.00 25 188.75
9 DV0.002.30.0.00 CYLINDER LINER ASSEMBLY 1 7388.00 25 9235.00
10 DV0.002.02.0.00 O RING (FOR CY LINER) 1 166.00 25 207.50
11 DV0.003.10.0.00 CRANKSHAFT SUB ASSLY. 1 237086.00 25 296357.50
12 DV0.003.12.0.00 CRANK PULLEY 1 7019.00 25 8773.75
13 DV0.003.14.0.00 CRANK PULLEY BOLT 1 267.00 25 333.75
14 DV8.004.03.0.PR CAM GEAR (FINISH) 1 9784.00 25 12230.00
15 DV0.004.03.0.00 THRUST PLATE FOR CAM SHAFT 1 363.00 25 453.75
CONNECTING ROD ASSLY.WITH SMALL END
16 DV0.005.20.0.00 1 9892.00 25 12365.00
BUSH
17 DV0.005.02.0.00 CONNECTING ROD BOLT 1 149.00 25 186.25
18 DV0.006.02.0.00 PISTON PIN 1 1158.00 25 1447.50
CYL HEAD SUB ASSEMBLY (WITH SPRING &
19 DV0.007.70.0.00 1 41413.00 25 51766.25
VALVE)
INLET VALVE SEAT INSERT
20 DV0.007.06.9.00 1 298.00 25 372.50
(SEMIFINISH)
EXHAUST VAVE SEAT INSERT
21 DV0.007.39.9.00 1 268.00 25 335.00
(SEMIFINISH)
22 DV0.007.82.9.00 VALVE GUIDE - SEMIFINISH 1 81.00 25 101.25
23 02.022.13.0.00 VALVE SPRING 1 64.00 25 80.00
24 DV0.007.60.0.00 ASSLY. ROCKER LEVER 1 4823.00 25 6028.75
25 DV0.007.33.0.00 NOZZLE CLAMP 1 1010.00 25 1262.50
26 DV0.007.42.0.00 CYLINDER HEAD GASKET (1 THK) 1 803.00 25 1003.75
27 DV0.007.02.0.00 CYLINDER HEAD BOLT 1 298.00 25 372.50
28 DV0.007.43.0.00 CYLINDER HEAD GASKET (1.15 THK) 1 870.00 25 1087.50
BOSCH INJECTOR - A 433 391 449
29 DV2.050.01.0.00 (7x0.268x146 - 1225 TO 1275 CC/30SEC THRO 1 7831.00 25 9788.75
FLOW)
30 DV0.009.07.0.00 ROCKER COVER 1 1878.00 25 2347.50
DOUBLE GEAR ASSLY (CRANK GEAR AND CAM
31 DV0.010.20.0.00 1 24699.00 25 30873.75
GEAR)
32 DV8.010.70.0.PR DOUBLE GEAR ASSEMBLY 1 17507.00 25 21883.75
33 2H.038.02.0.00 THRUST WASHER 1 276.00 25 345.00
THRUST WASHER (FOR INTERMEDIATE GEAR
34 DV0.010.04.0.00 1 233.00 25 291.25
SUPPORT)
35 DV0.010.03.0.00 RETAINER PATE (FOR GEAR SUPPORT) 1 282.00 25 352.50
36 DV0.012.01.0.00 OIL SEAL HOUSING 1 3175.00 25 3968.75
37 DV0.012.22.0.PR OIL SEAL PULLEY END 1 1142.00 25 1427.50
38 DV0.013.200.0.PR LUB OIL PUMP ASSEBLY 1 41500.00 25 51875.00
39 DV0.014.50.0.00 LUB OIL COOLER HEADER ASSLY 1 91086.00 25 113857.50
40 DV0.014.13.0.00 O RING (58 DIA) FOR L.O. HEADER 1 60.00 25 75.00
41 DV0.014.14.0.00 O RING (67 DIA) FOR L.O. HEADER 1 64.00 25 80.00
42 DV0.014.12.0.00 O RING (38 DIA)FOR L.O. HEADER 1 37.00 25 46.25
43 DV0.014.39.0.00 LUB OIL COOLER COVER (MACHINING) 1 6083.00 25 7603.75
44 DV0.014.01.0.00 LUB OIL COOLER (17 PLATES) 1 32162.00 25 40202.50

Page 101 of 123


SCHEDULE-C-II
CONDITIONAL SPARES FOR KIRLOSKAR ENGINE MODEL No.DV0.9026 & DV0.9027
Quote
SN Item Description Qty Base Rate in % Rate
O RING (DIA.29) FOR ELEMENT OIL
45 DV0.014.23.0.00 1 24.00 25 30.00
COOLER
46 DV0.014.08.0.00 SUCTION TUBE (WITH FLANGED ENDS) 1 3051.00 25 3813.75
47 DV0.044.11.0.00 STUD FOR ALTERNATOR 1 244.00 25 305.00
48 50.006.10.000. NUT - M10X1.5 - GR.8 1 13.00 25 16.25
49 50.002.10.140. SET BOLT - M10X1.5X140 - 8.8 1 70.00 25 87.50
LUB OIL FILTER HEADER ASSLY (WITH ADAPTOR
50 DV0.014.10.0.00 1 6501.00 25 8126.25
& CORE PLUG)
51 DV0.014.05.0.00 FILTER HEADER 1 5438.00 25 6797.50
52 DV0.014.11.0.00 LUB OIL FILTER 1 1699.00 25 2123.75
LUB OIL FILTER - WITH KIRLOSKAR LOGO
53 DV0.014.27.0.00 1 1699.00 25 2123.75
REVERSAL
54 DV0.014.51.0.00 JOINT FOR COOLER COVER (MODIFIED) 1 416.00 25 520.00
55 DV0.015.01.0.00 THERMOSTAT ELEMENT 1 1330.00 25 1662.50
56 DV0.015.02.0.00 THERMOSTAT HOUSING 1 3970.00 25 4962.50
57 DV0.016.60.0.00 WATER PUMP ASSEMBLY 1 16646.00 25 20807.50
58 DV0.016.08.0.00 BELT V SECTION (BX 58- PITCH LENGTH 1520) 1 3059.00 25 3823.75
59 DV0.016.21.0.00 WATER PUMP PULLEY (115 PCD) 1 1173.00 25 1466.25
60 DV0.017.80.0.00 DIPSTICK ASSLY 1 173.00 25 216.25
61 DV0.017.07.0.00 O RING FOR DIPSTICK PLUG 1 44.00 25 55.00
GASKET BETWEEN OIL SUMP AND CENTRIFUGE
62 DV0.041.07.0.00 1 22.00 25 27.50
ADAPTOR
63 DV0.042.05.0.00 O RING ( DIA. 36) FOR LUB.OIL DELIVERY TUBE 1 41.00 25 51.25
64 DV0.018.20.0.00 ASSLY PUSH ROD COVER TUBE 1 112.00 25 140.00
65 DV0.018.10.0.00 PUSH ROD ASSEMBLY 1 414.00 25 517.50
66 02.024.04.0.00 SPRING 1 24.00 25 30.00
67 DV0.018.01.0.00 TAPPET 1 157.00 25 196.25
68 DV0.019.11.0.00 FUEL PUMP CAP 1 1755.00 25 2193.75
69 DV8.072.01.00 FUEL FILTER FOR DV10 1 44280.00 25 55350.00
70 D16.507.10.0.00 FUEL PRE-FILTER 1 29297.00 25 36621.25
71 DV0.020.03.0.00 FUEL FILTER CARTRIDGE 1 3529.00 25 4411.25
72 DV0.033.63.0.00 FUEL FILTER MOUTING BRACKET 1 582.00 25 727.50
ASSEMBLY OF H.P.PIPE (INTEGRAL SLEEVE,
73 DV0.021.130.0.00 1 10499.00 25 13123.75
COMPLETE SET)
OIL DRAIN PIPE (FROM FIP TO CRANK
74 DV0.069.65.0.0 0 1 392.00 25 490.00
CASE)
OIL SUPPLY PIPE R.H. (FROM CRANKACSE TO
75 DV0.032.38.0.0 0 1 654.00 25 817.50
TURBOCHARGER)
OIL SUPPLY PIPE L.H. (FROM CRANKACSE TO
76 DV0.032.39.0.0 0 1 652.00 25 815.00
TURBOCHARGER)
77 DV0.022.76.0.0 0 FUEL PIPE FOR NOZZLE LEAK OFF (FLEXIBLE) 1 959.00 25 1198.75
78 DV0.069.47.0.0 0 ADAPTOR 1 124.00 25 155.00
OIL INLET PIPE (FROM CRANKCASE TO
79 DV0.041.46.0.0 0 1 610.00 25 762.50
CENTRIFUGE FILTER)
80 DV0.069.85.0.0 0 LEAK OFF PIPE ( UNIFLEX) 1 8877.00 25 11096.25
81 4H.031.30.0.00 CLAMP ASSEMBLY(WITHOUT RUBBER SLEEVE) 1 150.00 25 187.50
82 DV0.022.06.0.0 0 ELBOW CONNECTION (M16X1.5) 1 311.00 25 388.75
83 DV0.023.08.0.0 0 INLET MANIFOLD (RH / LH) 2 PORT 1 5773.00 25 7216.25
84 DV0.023.09.0.0 0 INLET MANIFOLD (RH / LH) 3 PORT 1 6219.00 25 7773.75
EXPANSION BELLOW FOR INLET
85 DV0.023.11.0.00 1 1854.00 25 2317.50
MANIFOLD
86 DV0.024.24.0.00 EXHAUST MANIFOLD (L.H. 3 PORT) 1 8309.00 25 10386.25

Page 102 of 123


SCHEDULE-C-II
CONDITIONAL SPARES FOR KIRLOSKAR ENGINE MODEL No.DV0.9026 & DV0.9027
Quote
SN Item Description Qty Base Rate in % Rate
EXPANSION BELLOW (FOR EXH.
87 DV0.024.05.0.00 1 2030.00 25 2537.50
MANIFOLD)
88 DV0.024.25.0.00 EXHAUST MANIFOLD (L.H. 2 PORT) 1 9057.00 25 11321.25
89 DV0.024.06.0.00 JOINT (BET.EXH.MANI. AND ADAPTOR) 1 429.00 25 536.25
90 DV0.024.27.0.00 EXHAUST MANIFOLD (R.H. 2 PORT) 1 7878.00 25 9847.50
91 F6.741.26.0.PR DUAL O/P MPU, MAKE-UNITECH 1 2683.00 25 3353.75
92 DV0.025.19.0.PR DEFLECTOR FOR FLYWHEEL END 1 421.00 25 526.25
93 DV0.025.14.0.00 GEAR COVER CUM BELL HOUSING 1 35809.00 25 44761.25
94 DV0.025.18.0.PR OIL SEAL FLYWHEEL END 1 1230.00 25 1537.50
95 DV0.025.05.0.00 SOCKET HEAD SCREW (M12 X 165) 1 527.00 25 658.75
96 DV0.032.46.0.00 ADAPTOR- M30X1.5 X BOTH SIDES 1 363.00 25 453.75
97 DV0.026.50.0.00 SUB ASSLY. OF FLYWHEEL AND STARTER RING) 1 33234.00 25 41542.50
98 F6.537.02.0.00 STARTER RING (T/C NO 68F6362360) 1 3057.00 25 3821.25
99 DV0.026.02.0.00 BOLT (FOR FLYWHEEL) 1 479.00 25 598.75
STARTER (DELCO REMY 50MT REIL SERIES R50
TYPE 400), RDSO SPECS - RDSO/PE/SPEC/AC/0084-
2008(Rev.01) / RDSO SPECS - ETI No 391
100 DV0.027.13.0.PR 1 109690.00 25 137112.50
COMPLIED,, INSULATION RESISTANCE (IR) :
MINIMUM 2 MEGA OHM AT 500V DC UNDER ALL
CONDITIONS
TURBO COMPRESSOR OUT PIPE ( LH VIEW FROM
101 DV8.033.34.0.00 1 1908.00 25 2385.00
FWE)
102 DV0.033.14.0.00 JOINT (BET.BEND TO AIR PIPE) 1 46.00 25 57.50
103 50.002.10.045. SET BOLT - M10X1.5X45 - 8.8 1 37.00 25 46.25
104 DV0.033.61.0.00 MAIN AIR PIPE ( HORIZONTAL CAC INLET) LM 25 1 7597.00 25 9496.25
TURBO COMPRESSOR OUT PIPE ( RH VIEW FROM
105 DV8.033.35.0.00 1 1923.00 25 2403.75
FWE)
106 F6.377.06.0.00 O RING FOR TURBO OUTLET 1 134.00 25 167.50
107 DV8.033.32.0.00 V-BAND CLAMP (77MM NOM.DIA.) 1 1401.00 25 1751.25
MAIN AIR PIPE ( HORIZONTAL CAC
108 DV0.033.75.0.00 1 11246.00 25 14057.50
OUT)
HOSE T BOLT CLAMP FOR OD 137MM
109 KV0.505.14.0.00 1 123.00 25 153.75
JUPITOR JT6 A20 137DN OR EQUIVALENT
110 DV0.030.09.0.00 DAMPER 1 37394.00 25 46742.50
111 50.052.12.045. SET BOLT-M12X45-10.9 1 54.00 25 67.50
112 DV8.032.18.0.00 TURBO ADAPTOR (R.H. FROM F.W. END) 1 3770.00 25 4712.50
113 DV8.032.33.0.00 TURBO ADAPTOR (LH FROM G.E.) 1 3434.00 25 4292.50
114 49.120.04.0.00 JOINT FOR TURBO INLET 1 132.00 25 165.00
115 50.002.12.160. SET BOLT - M12X1.75X160 - 8.8 1 169.00 25 211.25
116 DV8.032.05.0.00 BRACKET FOR TURBO ADAPTOR RH FROM G.E. 1 455.00 25 568.75
LEFT BANK TURBOCHARGER (VIEWED FROM
117 DV8.032.31.0.00 1 51914.00 25 64892.50
FLYWHEEL) FOR DV8 ENGINE
RIGHT BANK TURBOCHARGER (VIEWED FROM
118 DV8.032.32.0.00 1 52807.00 25 66008.75
FLYWHEEL) FOR DV8 ENGINE
119 4H.132.02.0.00 ADAPTOR (TURBOCHARGER SIDE) 1 294.00 25 367.50
120 DV2.032.37.0.00 TURBO DRAIN PIPE (RH) (FROM FLYWHEEL END) 1 1623.00 25 2028.75
121 DV2.032.38.0.00 TURBO DRAIN PIPE (LH) (FROM FLYWHEEL END) 1 1620.00 25 2025.00
INTERMEDIATE SUPPORT BEARING FOR CAM
122 DV0.040.06.0.00 1 3147.00 25 3933.75
SHAFT
123 DV0.040.08.0.00 OIL SEAL HOUSING 1 1799.00 25 2248.75
124 DV0.040.07.0.00 OIL SEAL FOR DRIVE END 1 303.00 25 378.75
125 DV0.040.09.0.00 O RING FOR OIL SEAL HOUSING 1 24.00 25 30.00
CORE PLUG FOR FUEL PUMP (BOTTOM
126 DV0.040.48.0.00 1 61.00 25 76.25
SIDE)

Page 103 of 123


SCHEDULE-C-II
CONDITIONAL SPARES FOR KIRLOSKAR ENGINE MODEL No.DV0.9026 & DV0.9027
Quote
SN Item Description Qty Base Rate in % Rate
127 DV0.040.30.0.00 ROLLER TAPPET ASSLY. 1 2002.00 25 2502.50
128 DV0.040.19.0.00 CONTROL ROD/CONTROL RACK 1 17585.00 25 21981.25
BOSCH PF33 PUMP WITH DUAL HELIX ELEMENT
129 DV8.040.22.0.00 1 13959.00 25 17448.75
(DWG NO E 041 268 000)
130 DV0.040.01.0.00 FEED PUMP 1 21268.00 25 26585.00
131 DV0.040.14.0.00 GOVERNOR MTG. PLATE 1 2859.00 25 3573.75
132 34.032.60.0.00 O F VALVE ASSLY 1 307.00 25 383.75
133 DV0.040.92.0.00 SPEED CONTROL UNIT ESD5550 1 37983.00 25 47478.75
134 DV0.040.93.0.00 ACTUATOR ADD175SA-24 V 1 48412.00 25 60515.00
135 DV0.040.91.0.00 HELICOIL (M14X1.5X14 mm LONG) 1 121.00 25 151.25
136 DV0.040.85.0.00 LINKAGE ASSLY FOR GOVERNOR 1 1149.00 25 1436.25
137 DV0.040.115.0.00 GEAR MOUNTING FLANGE (HUB) 1 2409.00 25 3011.25
138 DV0.040.116.0.00 FLAT SEAL FOR OIL SEAL HOUSING 1 519.00 25 648.75
139 DV8.019.03.0.P R FUEL PUMP GEAR (FINISH) 1 6184.00 25 7730.00
140 DV0.041.16.0.0 0 OIL FILLING PIPE 1 1686.00 25 2107.50
141 DV0.041.25.0.0 0 CENTRIFUGAL OIL CLEANER (BAND DESIGN) 1 5473.00 25 6841.25
142 DV0.041.17.0.0 0 `O' RING FOR OIL FILLING PIPE 1 102.00 25 127.50
GASKET (JOINT BETWEEN CENTRIFUGAL
143 DV0.041.04.0.0 0 1 28.00 25 35.00
ADAPTOR AND FILTER)
144 DV0.041.42.0.0 0 CENTRIFUGE ADAPTOR 1 1489.00 25 1861.25
145 P2.039.07.0.00 CAP ASSLY. (LOCKABLE) 1 139.00 25 173.75
146 DV0.042.10.0.0 0 DELIVERY TUBE (SUB ASSLY) 1 1597.00 25 1996.25
RUBBER BUSH(FOR OIL DELIVERY
147 DV0.042.09.0.0 0 1 466.00 25 582.50
TUBE)
148 DV0.043.10.0.00 SUCTION TUBE (SUB ASSLY) 1 1928.00 25 2410.00
ENGINE MTG. FOOT (ON GEAR CASING CUM BELL
149 DV0.034.02.0.00 1 3650.00 25 4562.50
HSG)
150 DV0.046.01.0.00 BREATHER PLATE 1 2427.00 25 3033.75
151 DV0.046.02.0.00 BREATHER ADAPTOR 1 807.00 25 1008.75
152 DV0.046.09.0.00 `O' RING 1 143.00 25 178.75
HEAT SHIELD SUB ASSEMBLY (RH SIDE) (FROM
153 DV0.051.60.0.PR 1 35536.00 25 44420.00
FWE END)
HEAT SUB ASSEMBLY (LH SIDE) (FROM FWE
154 DV0.051.70.0.PR 1 35536.00 25 44420.00
END)
155 DV2.903.06.0.00 ADAPTOR FOR GEMS LOP SENSOR 1 130.00 25 162.50
156 DV0.044.14.0.00 CHARGING ALTERNATOR BRACKET 1 955.00 25 1193.75
157 DV0.044.15.0.00 DOWEL BOLT FOR MICO ALTERNATOR 1 223.00 25 278.75
158 DV0.044.13.0.00 EYE BOLT (FOR ALTERNATOR) 1 309.00 25 386.25
159 DV0.044.08.0.00 ALTERNATOR PULLEY 1 823.00 25 1028.75
160 DV0.044.12.0.00 SWIVEL PIECE 1 319.00 25 398.75
ALTERNATOR,24V ( MICO- 24V, 45 AMP - W/O
161 F6.639.04.0.00 1 9029.00 25 11286.25
BLOCKING DIOD)
TEMPERATURE SENSOR TFW FOR 4K1080TAE
162 4H.508.08.0.00 (122.1kW @ 2500RPM) CEV3 (PART NO : 0 281 002 1 1108.00 25 1385.00
209 653)
163 DV8.064.01.0.00 JOINT FOR TURBO OUTLET DV8 1 539.00 25 673.75
ELECTROMAGNETIC VACUUM INDICATOR (
164 DV0.807.19.0.PR 1 2193.00 25 2741.25
EMVI) WITH CONNECTOR
165 DV0.505.02.0.00 HOSE CLAMP T BOLT 1 162.00 25 202.50
166 DV0.035.08.0.00 HOSE REDUCER ELBOW 1 1483.00 25 1853.75
167 KV8.505.28.0.00 HOSE T BOLT CLAMP 138 MM ID 1 163.00 25 203.75
168 F6.404.36.0.00 HOSE REDUCER 1 839.00 25 1048.75
169 F6.404.25.0.00 AIR CLEANER ASSLY 1 16323.00 25 20403.75

Page 104 of 123


SCHEDULE-C-II
CONDITIONAL SPARES FOR KIRLOSKAR ENGINE MODEL No.DV0.9026 & DV0.9027
Quote
SN Item Description Qty Base Rate in % Rate
170 F6.404.27.0.00 AIR FILTER PRIMARY 1 3999.00 25 4998.75
171 F6.404.28.0.00 AIR FILTER SAFETY 1 1480.00 25 1850.00
HOSE CLAMP , T BOLT ( FLEETGUARD , INDIA :
172 DV2.506.03.0.00 1 187.00 25 233.75
PART NO - 5002854 )
173 DV0.808.36.0.PR HOSE FOR AIR SUCTION PIPE 1 5125.00 25 6406.25
174 DV0.808.37.0.PR CLAMP FOR REDUCER HOSE 1 216.00 25 270.00
175 DV0.808.82.0.PR HOSE FOR AIR SUCTION PIPE 1 2487.00 25 3108.75
176 DV0.808.84.0.PR HOSE CLIP T BOLT TYPE 1 200.00 25 250.00
177 DV0.807.21.0.PR MATCHWELD COUPLINGS DIA 76.1 1 4945.00 25 6181.25
178 DV0.014.18.0.00 JOINT FOR SUCTION PIPE ASSLY 1 35.00 25 43.75
179 4H.486.01.0.00 ADAPTOR FOR FUEL INLET (BOTH END M14X1.5) 1 49.00 25 61.25
180 DV0.071.02.0.00 ELBOW CONNECTION SUBASSEMBLY 1 383.00 25 478.75
181 DV0.808.25.0.PR FLEXIBLE VENT PIPE FOR 500KVA RDSO PROJECT 1 1695.00 25 2118.75
182 DV0.031.03.0.00 HOSE, CAC 1 3311.00 25 4138.75
TUBULAR LEAD ACID BATTERY, 8V, 290AH, RDSO
APPROVED , IS: 7624 COMPLIANT , MAKE: EXIDE /
183 DV0.807.34.0.PR 1 60524.00 25 75655.00
MICROTEX
/ CELTEK
184 DV0.033.70.0.00 EXPANSION BELLOW 6 INCH ID 1 6699.00 25 8373.75
JUNCTION BOX FOR FUEL RETURN
185 DV0.807.98.0.PR 1 2089.00 25 2611.25
PIPES
186 D16.507.03.0.00 PRE-FILTER CARTRIDGE 1 7029.00 25 8786.25
DSE2157 DSENet OUTPUT EXPANSION MODULE
187 02.991.33.0.00 1 16694.00 25 20867.50
(MAKE: DEEPSEA PLC, UK)
GENSET CONTROLLER KG 745 TYPE-DSE 7320 MK
188 DV0.858.05.0.00 1 36835.00 25 46043.75
II (7320-A3)
189 DV0.807.26.0.PR FLEXIBLE COUPLING-VULKON 1 101600.00 25 127000.00
LUB. OIL DRAIN HAND PUMP
190 3H.345.10.0.00 1 2590.00 25 3237.50
ASSEMBLY (SAM INTEGRATION PVT. LTD, PUNE)
GENSET CONTROL PANEL ASSEMBLY WITH KG
191 DV0.868.10.0.PR 1 47982.00 25 59977.50
745 UNIT
RELAY BOARD 2.5 CHANEL UL MAKE 4O AMP.
192 F6.863.17.0.00 1 2259.00 25 2823.75
CAPACITY 24 V DC
193 F6.860.11.0.00 RELAY 24VDC,100A BAGLA MAKE 1 466.00 25 582.50
ON\OFF SELECTOR SWITCH WITH NO ELEMENT
194 6H.880.41.0.00 TEKNIC MAKE PLASTIC (P2AS2-2P + S1),ESBEE 1 665.00 25 831.25
MAKE PLASTIC (EMNCSR1 + EC1C)
EMG STOP WITH NC ELEMENT TEKNIC MAKE
195 6H.880.43.0.00 PLASTIC (P2AML4 + S2),ESBEE MAKE PLASTIC 1 413.00 25 516.25
(EMNRMH1 + EC2C)
MCB, 1POLE, 4 AMPS,PART NO-C60- A9N1P04C,
196 4H.5460.58.0.00 1 848.00 25 1060.00
MAKE-SCHNEIDER
ANTIVIBRATION MTG.-
197 48.213.08.0.00 1 349.00 25 436.25
BOTTOM,RADIATOR.
KOEL CARE Genuine Coolant Premix 26
198 82.020.35.1.26 1 4194.00 25 5242.50
Litres Can
199 DV0.808.128.0.PR HEAT SHIELD FOR PRIMARY SILENCER 1 107010.00 25 133762.50
200 DV0.999.40.0.SP RADIATOR MOTOR 1 154082.00 25 192602.50
201 DV0.999.73.0.SP VENTILATION BLOWER MOTOR 1 51046.00 25 63807.50
ENGINE WIRING HARNESS ASSEMBLY FOR DV10
202 DV0.918.70.0.PR ENGINE (WITH PKC CONDUIT 1 42656.00 25 53320.00
& T)
203 DV0.921.10.0.PR GENSET PANEL TO REMOTE PANEL HARNESS 1 21957.00 25 27446.25
204 DV0.921.20.0.PR ENGINE CONTROL ALTERNATOR C.T.HARNESS 1 7407.00 25 9258.75

Page 105 of 123


SCHEDULE-C-II
CONDITIONAL SPARES FOR KIRLOSKAR ENGINE MODEL No.DV0.9026 & DV0.9027
Quote
SN Item Description Qty Base Rate in % Rate
REMOTE PANEL TO RAILWAY MAIN PANEL
205 DV0.921.30.0.PR 1 11198.00 25 13997.50
HARNESS
GENSET PANEL TO EXPANSION MODULE-
206 DV0.921.40.0.PR DSE2157 COMMUNICATION 1 17866.00 25 22332.50
HARNESS
207 DV0.918.80.0.PR WIRING HARNESS FOR TEMP. SENSOR CONN. 1 17320.00 25 21650.00
208 DV0.808.224.0.PR DIGITAL FUEL FLOW METER 1 77170.00 25 96462.50
209 DV0.806.96.0.PR KENT FUEL FLOW METER 1 78377.00 25 97971.25
210 DV0.807.111.0.00 EXPANSION MODULE DG ROOM 1 36239.00 25 45298.75
211 DV0.861.14.0.P R RADIX SENSOR 1 10226.00 25 12782.50
212 DV0.921.70.0.P R PIGTAIL 1 1559.00 25 1948.75
213 DV0.861.13.0.P R DG COMPARTMENT TEMP SENSOR 1 11360.00 25 14200.00
214 DV0.807.48.0.P R AIR FLOW PADDLE SWITCH 1 29283.00 25 36603.75
215 DV0.022.155.0.PR FIP Supply in foot side 1 6526.00 25 8157.50
216 DV0.022.194.0.PR FIP Side in 1 7523.00 25 9403.75
217 DV0.022.196.0.PR FIP out 1 6582.00 25 8227.50
218 DV0.022.198.0.PR Leak off pipe & Fip out foot side 1 6402.00 25 8002.50
219 DV0.022.204.0.PR INJECTOR LEAK OF PIPE 1 15582.00 25 19477.50
220 DV0.807.52.0.P R Water Level/ Float type Level Sensor 1 1332.00 25 1665.00
FRESH AIR IN TEMPRATURE SENSOR (TYPE: RTD,
221 DV0.861.12.0.P R WITH MS 3102R 10SL-3P CONNECTOR, 1 8565.00 25 10706.25
ADJUSTABLE FITTING: M14x1.5 ), MAKE: RADIX
222 DV0.998.13.0.S P METERING CT ASSEMBLY 1 17207.00 25 21508.75
223 DV0.998.16.0.S P DIODE ASSEMBLY 1 28279.00 25 35348.75
224 DV0.998.17.0.S P METERING CT NEUTRAL 1 5256.00 25 6570.00
225 DV0.998.19.0.S P FUSE F1 1 6104.00 25 7630.00
226 DV0.998.20.0.S P BRIDGE RECTIFIER DIODE 1 18542.00 25 23177.50
227 DV0.998.23.0.S P CONTACTOR (K3) 24V 1 25485.00 25 31856.25
228 DV0.998.24.0.S P FUSE F2 1 6104.00 25 7630.00
229 DV0.998.01.0.S P AVR 1 226669.00 25 283336.25
230 DV0.998.02.0.S P Compounding Transformer 1 108418.00 25 135522.50
231 DV0.998.05.0.S P Rheostat 1 19568.00 25 24460.00
232 DV0.998.08.0.S P Relay 1 (K1) 1 28704.00 25 35880.00
233 DV0.998.09.0.S P Relay 2 (K2) 1 28704.00 25 35880.00
0.5 AMP SINGLE POLE MCB SCHINDER / ABB
234 2H.881.07.0.PR 1 1163.00 25 1453.75
MAKE
235 02.974.37.0.00 SINGLE POLE MCB 10A (A9N1P10C) 1 465.00 25 581.25
MCB, 1POLE, 20 AMPS, PART NO C60- A9N1P20C,
236 4H.5460.56.0.0 0 1 465.00 25 581.25
MAKE-SCHNEIDER
MCB, 2POLE, 2 AMPS, PART NO.A9N2P02C, MAKE-
237 3H.5960.33.0.0 0 1 1827.00 25 2283.75
SCHNEIDER
238 DV0.999.33.0.S P Exciter Stator 1 66107.00 25 82633.75
239 DV0.801.37.0.S P OVER VOLTAGE PROTECTION UNIT 1 135925.00 25 169906.25
4-20mA LUBE OIL PRESSURE SENSOR
240 DV0.812.11.0.00 1 2228.00 25 2785.00
GEMs MAKE 3100
241 DV0.802.52.0.PR FUEL PRESSURE SENSOR 1 2840.00 25 3550.00
242 DV0.861.11.0.PR EXHAUST TEMPERATURE SENSOR 1 7784.00 25 9730.00
243 DV0.918.10.0.PR ENGINE WIRNING HARNESS 1 32394.00 25 40492.50
ENGINE CONTROL PANEL TO
244 DV0.918.30.0.PR 1 7160.00 25 8950.00
ALTERNATOR CT HARNESS
GEN SET PANEL TO REMOTE PANEL
245 DV0.918.20.0.PR 1 24523.00 25 30653.75
HARNESS

Page 106 of 123


SCHEDULE-C-II
CONDITIONAL SPARES FOR KIRLOSKAR ENGINE MODEL No.DV0.9026 & DV0.9027
Quote
SN Item Description Qty Base Rate in % Rate
REMOTE PANEL TO RAILWAY MAIN PARNEL
246 DV0.918.40.0.PR 1 7378.00 25 9222.50
HARNESS
RELAY BOARD 1.5 CHANNEL UL MAKE
247 DV0.853.07.0.00 1 1328.00 25 1660.00
35AMPS CAPACITY 24V DC
23-PIN CONNECTOR ALLIED MAKE MS-
248 6H.902.25.0.00 1 2272.00 25 2840.00
3102-R-32-6-P
KRMS DEVICE SF RDSO PROJECT 9 FOR KG 745
249 DV2.858.31.0.PR 1 9243.00 25 11553.75
UNIT
250 DV0.013.30.0.00 LUBE OIL PUMP SUB ASSEMBLY 1 40203.00 25 50253.75
251 D16.505.41.0.00 AIR FILTER PRIMARY 1 6303.00 25 7878.75
252 D16.505.42.0.00 AIR FILTER SAFETY 1 2182.00 25 2727.50
253 DV2.067.48.0.00 O RING (FOR ROCKER BOX COVER 1 141.00 25 176.25
254 DV2.067.49.0.00 JOINT FOR ROCKER COVER 1 694.00 25 867.50
MULTIFUNCTION METER WITH USER
PROGRMABLE CT\PT RATIO 5A OR 1A CT INPUT
VOLTAGE 100-600V L-L, AUX SUPPLY 12-48V DC 3
255 NA 1 4128.80 25 5161.00
LINE 4 DIGITS LCD / LED SIZE 96X96MM FLUSH
MOUNTING AS PER RCF SPEC NO. EDTS-103, REV-
D, AM-4
UNDER VOLTAGE RELEASE 220V -240V 50H CAT
256 NA NO YU-1SDA038312R1 FOR ABB MAKE ACB 1 5398.50 25 6748.13
MODEL SACE - E2
UNDER VOLTAGE RELEASE TYPE - MV, 240V AC
CAT NO SL92720B000, SUITABLE FOR L&T MAKE
257 NA 1 3617.88 25 4522.35
ACB MODEL
NO CN-CS-800C
3POLE FIXED TYPE MANUAL DRAWN THERMAL
258 NA MAGNETITE, DN1, 800A ACB CAT NO.SL95482 L&T 1 68325.54 25 85406.93
MAKE MODEL NO.CN-CS800C
FULLY AUTOMATIC STAR DELTA STARTER IN
SHIELD STEEL ENCLOSURE WITH CONTRACTORS
259 NA 1 33630.00 25 42037.50
TIMERS WITH MBCP RANGE 45-63A 3PHASE 415V
AC AS PER RCF SPEC NO.EDTS114, REV-B
SET OF VOLTMETER DC 0-40V SIZE 72X72MM
AND AMMETER DC 0-75A, FSD-75MV SIZE
260 NA 1 796.50 25 995.63
72X72MM FOR STARTER
BATTERY CHARGER
SET OF 3LINE DIGITAL DISPLAY AC FREQUENCY
METER I/P 0-800V, 45-65HZ, AUX SUPPLY 12-48V
DC AND 3LINE DIGITAL DISPLAY AC AMMETER
261 NA 1 4010.82 25 5013.53
INPUT 1\5A, AUX SUPPLY 12-48V DC SIZE
96X96MM AS PER RCF SPEC NO EDTS
103REV D, AM-4 OR LATEST
1NC ADD ON BLOCK AS SIEMENS PART
262 NA 1 135.70 25 169.63
NO 3TX4001-2A
PUSH BUTTON RED WITH ELEMENT 1NC AS PER
263 NA 1 135.70 25 169.63
SIEMENS PART NO 3SB 5000- 0AC01+3SB5400-0C
PUSH BUTTON GREEN WITH ELEMENT 1NO AS
264 NA PER SIEMENS PART NO 3SB 1 135.70 25 169.63
5000-0AE01+3SB5400-0B
PR 121/ P-LSIG RELEASE, 3P/4P, W(MP),
265 NA 1SDA058195R1, SUITABLE FOR ABB MAKE ACB 1 33318.48 25 41648.10
1250A, 3P
NEUTRAL CONTACTOR 40A WITH 3POLES IN
266 NA PARELL AND COIL VOLTAGE 1 9322.00 25 11652.50
440V AS PER RCF SPEC NO EDTS 103 REV D, AM-4

Page 107 of 123


SCHEDULE-C-II
CONDITIONAL SPARES FOR KIRLOSKAR ENGINE MODEL No.DV0.9026 & DV0.9027
Quote
SN Item Description Qty Base Rate in % Rate
MOTOR PROTECTION CIRCUIT BREAKER, 3POLE
63A RATED VOLTAGE 415V TRIPPING RANGE 40-
267 NA 1 13452.00 25 16815.00
63A FOR RADIATOR MOTOR AS PER RCF SPEC NO.
EDTS 114/REV B OR LATEST
FEEDER OVER LOAD RELAY FOR FEDEER 1 & 2
FOR POWER CAR AS PER RCF SPEC NO.EDTS 103,
268 NA 1 16453.86 25 20567.33
REV-D, AM-4 OR
LATEST
EARTH LEAKAGE RELAY FOR FEEDER AND
ALTERNATOR FOR POWER CAR AS PER RCF SPEC
269 NA 1 8378.00 25 10472.50
NO.EDTS 103, REV-D, AM-
4 OR LATEST
FEEDER CONTACTOR 3POLE, 630A 3PH, 1 KV,
CONTROL VOLTAGE 440V PLUS OR MINUS 10%,
270 NA 50HZ WITH 4NO + 4NC MAKE ABB MODEL AF 750- 1 82010.00 25 102512.50
30-11 WITH 4AUXILLARY CONTACTS AS PER RCF
SPEC NO .EDTS 103, REV-D, AM-4 OR LATEST
CONTACTOR COIL SET 250-500V AC 50/60HZ,
SUITABLE FOR ABB MAKE CONTACTOR AF750-
271 NA 1 42320.70 25 52900.88
30-11 PART NO ZAF- 750-71 ORDER CODE 1SFN
156170R7106
ABB MAKE CONTACT KIT SUITABLE FOR
272 NA CONTACTOR TYPE AF750-30-11, CONTACT KIT 1 50976.00 25 63720.00
TYPE ZL750
ULTANIC TIMER STAR DELTA OF SIEMENS MAKE
ORDER NO 3RP1576- 1NP30-8K FOR STAR DELTA
273 NA 1 2011.90 25 2514.88
STARTER
FOR POWER CAR
EARTH FAULT RELEASE TYPE EF1(10%, 20% In)
CAT NO. SL913400000 SUITABLE FOR L&T MAKE
274 NA 1 3337.04 25 4171.30
ACB MODEL NO. CN-CS-
800C
DIGITAL VOLTMETER WITH LED DISPLAY SIZE
96X96 MM, 0-800V AC , CL1, AUX SUPPLY 12-48-V
275 NA AC/DC 4 DIGIT 3 LINE FOR POWER CAR AS PER 1 1633.08 25 2041.35
RCF SPEC NO .EDTS 103, REV-D, AM-4 OR
LATEST
CONTACTOR 12A, 3P, 1NO + 1NC, 415V AC
SIEMENS PART NO 3TF3110-0AP0 FOR POWER CAR
276 NA 1 844.88 25 1056.10
AS PER EDTS 114 REV
B
CONTACTOR 32A, 3P, 1NO + 1NC, 415V AC
SIEMENS PART NO 3TF3400-0AP0 FOR POWER CAR
277 NA 1 1888.00 25 2360.00
AS PER EDTS 114 REV
B
CONTACTOR 50A, 3P, 1NO + 1NC, 415V AC FOR
278 NA 1 3096.92 25 3871.15
POWER CAR AS PER EDTS 114 REV B
AUXILLARY CONTACTOR WITH DIODE FOR S2
K08, S2K09, ABB MAKE MODEL TKC6-22Z-F
279 NA 1 6608.00 25 8260.00
RC7/127 24V DCFOR POWER CAR AS PER RCF
SPEC NO. EDTS103, REV-D , AM-4 OR LATEST
AUXILLARY CONTACTOR WITH DIODE FOR S2
K15, S2K18, ABB MAKE MODEL TKC44E RC7/127
280 NA 1 6690.60 25 8363.25
24V DC FOR POWER CAR AS PER RCF SPEC NO.
EDTS103, REV-D , AM-4 OR LATEST
AUXILLARY CONTACTOR WITH DIODE FOR S2
K16, S2K19, ABB MAKE MODEL TCB 7-30-71,
281 NA 1 5746.60 25 7183.25
RC7/127 24V DC FOR POWER CAR AS PER RCF
SPEC NO. EDTS103, REV-D , AM-4 OR LATEST

Page 108 of 123


SCHEDULE-C-II
CONDITIONAL SPARES FOR KIRLOSKAR ENGINE MODEL No.DV0.9026 & DV0.9027
Quote
SN Item Description Qty Base Rate in % Rate
AUXILLARY CONTACTOR WITH DIODE FOR
SIEMENS PART NO. 3RH 2131- 1BB4024V DC FOR
282 NA POWER CAR AS PER RCF SPEC NO. EDTS103, REV- 1 1331.04 25 1663.80
D , AM-4 OR
LATEST
MAJOR REPAIRS TO ENGINE RADIATOR ON
283 NA 1 125000.00 25 156250.00
CONDITION BASIS
Service charges towards Valve clearance of Kirloskar
284 NA 1 8850.00 25 11062.50
make Engine model DV0.9026 and DV0.9027
285 NA Raidator internal cleaning using Radiwash 1 8260.00 25 10325.00
286 NA ALTERNATOR/FEEDER EARTH LEAKAGE RELAY 1 3570.51 25 4463.14
287 NA UNDER VOLTAGE RELAY 1 3570.51 25 4463.14
MOTOR PROTECTION CIRCUIT BREAKER, 3POLE
16A VENTILATION MOTOR SIEMENS PART NO.
288 NA 1 3658.00 25 4572.50
3VU1340- 0ML00 AS PER RCF SPEC NO. EDTS
114/REV B OR LATEST
HRC FUSE 6A, 80KA, 500V AC, NS TYPE
289 NA 1 31.86 25 39.83
CONFIRMING TO IS NO.13703
HRC FUSE 10A, 80KA, 500V AC, NS TYPE
290 NA 1 39.22 25 49.03
CONFIRMING TO IS NO.13703
PLANT SELECTOR SWITCH AS PER SALZER (L&T)
MODEL NO.16A-S16- 61121-B03-TDYR 16A, 440AC,
291 NA 1 698.56 25 873.20
4Pole
,4POSITION, 4 WAY, NO OFF ROTARY SWITCH
DC ISOLATING SWITCH 25A, 11OV DC, 2POLE ON
292 NA /OFF AS PER SALZER (L&T) MODEL NO. 1 421.26 25 526.58
61198CEB03FHYR
CONTACTOR 3POLE, 24V DC, 50A SUITABLE FOR
STARTER BATTERY CHARGING CONTROL PANEL
293 NA 1 7080.00 25 8850.00
IN POWER CAR AS PER RCF SPEC NO. EDTS -
116,REV A OR LATEST
STARING BATTERY CHARGER 24V DC, 50A
294 NA CONFIRMING TO RCF SPEC NO. EDTS- 106 OR 1 28084.00 25 35105.00
LATEST FOR POWER CAR
EMERGENCY PUSH BUTTON NON ILLUMINATED
295 NA STAY PUT MUSHROOM ACTUATOR WITH 1 NO + 1 295.00 25 368.75
INC
CONICAL COPPER WASHER- SPECIFIC TO POWER
296 DV2.069.07.0.00 1 16.52 25 20.65
CAR APPLICATION 9019
COPPER WASHER (6X10) - SPECIFIC TO POWER
297 50.508.04.000 1 15.34 25 19.18
CAR APPLICATION 9019
SERVICE CHARGES TOWARDS TAPPET SETTINGS
298 TAPPET SETTINGS 1 8260.00 25 10325.00
IN THE ENGINE MODEL NO. DV0.9019,9026,9027
TOTAL 4311171.02 5388963.78
Pegging Cost @50% 2694482

Note : The quantities of the above items are indicative but not
exhaustive. During the course of execution, the quantities may be changed (due to operating constraint).

Page 109 of 123


SCHEDULE D-II
Statement showing the CGL, KEC, BHEL & KEL make Alternator (for DG set) spares required on condition basis
SN Description Quantity Base Rate Quote Rate Amount

93086.66 5.00 97740.99 293222.98


1 Supply and provision of KEC make AVR 3
2 Supply and provision of RRA kit KEC make 3 19093.48 5.00 20048.15 60144.46
Supply and provision of CG make AVR-UVR
13051.23 5.00 13703.79 95926.54
3 (750V) Part No.361260013 7
Supply and provision of RRA kit (diode bord
11986.7 5.00 12586.04 88102.25
4 assembly) of CG make. Part No.60092495 7
5 Supply and provision of KEL make AVR unit 2 24823.11 5.00 26064.27 52128.53
Supply and provision of RRA kit (diode bord
10734.75 5.00 11271.49 22542.98
6 assembly) of KEL make. 2
Supply and provision of KEC make
Compounding transformer with 'H' & 'D' 122108.7 5.00 128214.14 384642.41
7 windings 3
Supply and provision of KEC make 3Ø Bridge
22823.9 5.00 23965.10 71895.29
8 rectifier, 25 Amps 1600 p14 3
Supply and provision of KEC make Control
18796.82 5.00 19736.66 59209.98
9 transformer 415/18V-0V-18V, 0-25V, 5VA 3
10 Supply and provision of CG make OVR 7 11987.65 5.00 12587.03 88109.23
11 Supply and provision of KEL make OVR 2 36948.24 5.00 38795.65 77591.30
12 Supply and provision of KEC make OVR 3 61625.28 5.00 64706.54 194119.63
Supply and provision of AVR of Stamford make
49031 5.00 51482.55 978168.45
13 (MX321) 19
MDL (Modular) OVM (Over Voltage Module) 3
Ph suitable for Stamford make 136566 5.00 143394.30 2724491.70
Alternator of 500 kVA 750 V LHB power car DA
14 set. 19
Isolation Transformer / BRKITASY for 500
28094 5.00 29498.70 560475.30
15 kVA 750 V 3-phase alternator in LHB power car 19
Supply and provision of AVR of Leroy Somer
make alternatior fitted in KOEL make DA set. 226670 5.00 238003.50 476007.00
16 AVR SD-02 (Nidec part no. AG418087) 2
Diode assembly (NIDEC PART NO. AG418099)
(RRA) for 500 kVA 750 V Leroy Somer make 28279 5.00 29692.95 59385.90
17 alternator in KOEL make DA set 2
Total Amount 6286163.92
Pegging cost @ 75% of total amount 4714622.94
Note : The quantities of the above items are indicative but not
exhaustive. During the course of execution, the quantities may be changed (due to operating constraint).

Page 110 of 123


SCHEDULE D-III
Statement showing the ABB, L&T Make motors, ACBs (For DG Set) Servicing required on condition
basis
SN Description Qty Rate Amount
Charges for Repair and rewinding of 30kw/40HP, 1470 RPM, AC
induction foot mounted motor of 3phase 415V, 50 Hz, ABB make, 54A,
Ax200m with F class insulation, providing fiber glass lead wires,
1a 20 29619.52 592390.40
Varnishing and baking providing lugs, providing final finishing varnish
becktol red complete cleaning, greasing, fitting, testing and painting etc.,
complete.
DE/NDE (both sides) sides bearing opening hydrulic machine and refixing
b 20 2227.72 44554.40
(OIL both type) oil including servicing for 40HP motor
c Replacement of new bearing (DE/NDE) sides for 40HP motor 20 3699.6 73992.00
Charges for Repair and rewinding of 5.5kw/7.5HP, 1440 RPM, AC
induction foot mounted motor of 3phase 415V, 50 Hz, ABB make, 10.2A,
Hx132SMC4 with F class insulation, providing fiber glass lead wires,
2a 30 7114.14 213424.20
Varnishing and baking providing lugs, providing final finishing varnish
becktol red complete cleaning, greasing, fitting, testing and painting etc.,
complete.
DE/NDE (both sides) sides bearing opening hydrulic machine and refixing
b 30 1423.01 42690.30
(OIL both type) oil including servicing for 7.5HP motor
c Replacement of new bearing (DE/NDE) sides for 7.5HP motor 30 2043.13 61293.90
3 Yearly Servicing/ overhauling of 800A ACB'S of ABB Make 300 4546.36 1363908.00
4 Yearly Servicing/ overhauling of 800A ACB'S of L&T Make 300 3984.43 1195329.00
Servicing/ overhauling of Self starter motor of Lucas TVS Make / REIL
5 20 954.74 19094.80
make
Rewinding, Servicing/ overhauling ofSelf starter motor of Lucas TVS
6 20 15175.74 303514.80
Make / REIL make
Rewinding of 500KVA alternators includes Main stator, Excitor stator,
7 20 160412.33 3208246.60
Excitor rotar with Main rotor servicing etc.
Total Amount 7118438.40
Pegging Cost @ 75% 5338828.80

Note : The quantities of the above items are indicative but not
exhaustive. During the course of execution, the quantities may be changed (due to operating constraint).

Page 111 of 123


Annexure-1

UNDERTAKING FOR DOWNLOADED TENDER DOCUMENT

We hereby confirm that, we have downloaded / read the complete set of tender
documents (as detailed in NIT Clause 1.3)/addendum/clarifications along with the set of
enclosures hosted on e-tendering portal http://www.ireps.gov.in/. We confirm that we
have gone through the bid documents, addendums and clarifications for this work
placed upto the date of opening of bids on the e-tendering portal
[http://www.ireps.gov.in/. We confirm our unconditional acceptance for the same and
have considered for these in the submission of our financial bid.

Stamp & Signature of authorized signatory

Page 112 of 123


Annexure-2

Format for furnishing Bank Account Details

E-Payment: Abiding by the changing policies of the Government, Indian Railways shall
arrange for the payments to the contractors through Electronic Clearing System. The
contractors shall necessarily furnish the information as per the prescribed format along
with their offers against tenders.

I/We ------------------------------------------ hereby express our consent for crediting all of the
payments that may become due to us towards the tendered work to Electrical Branch,
South western railway, Bangalore-23 directly to our following Bank Account through the
Electronic Clearing System.

Bank Account No: _________________________


Type of Account: __________________________
MICR No:/IFSC Code________________________
Name of the Bank:_________________________
PAN No: __________________________________

Company’s Seal and Signature of


Authorised Signatory with date

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

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

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

Note: Any changes in the above particulars if already furnished, shall also be
intimated.

Page 113 of 123


Annexure - 3

MANPOWER WITH COMPETENCY FOR WORKING ON VOLTAGES ABOVE 750V

Tenderer shall indicate the list of electrical licence held by the firm or firm’s employee

SN Licence details Details of the Issuing authority Validity


(Licence type & Person holding
Licence No., licence(Name &
Voltage level) Designation)

Name and Signature of the Tenderer


with the Seal and Date

Page 114 of 123


Annexure - 4

PERFORMANCE GUARANTEE BOND


(To be executed on contract being awarded)

BANK GUARANTEE NO:

AMOUNT RS.
VALIDITY FROM

VALID UPTO

LAST DATE FOR LODGEMENT OF CLAIM

1. In consideration of the President of India acting through the …………………………………………….,


Bangalore Division, South Western Railway, Bangalore – 560023 [give full address of the
Official/Department] (hereinafter referred to as ‘the Government’) having accepted vide letter No.
…………….. dated……….., the tender submitted by …………………… [give full address of the
Contractor] (hereinafter referred to as “the Contractor) and agreed to grant a contract for
………………………..[indicate the nature of contract works] (hereinafter called the Contract) and
whereas one of the terms agreed by the said contractor is that he should give a Performance
Guarantee in the form of an irrevocable bank guarantee amounting to 10% of the contract value
in four separate parts of 2.5 % each of the contract value,i.eRs…………………../- (Rupees
……………………………………...only) ) *(indicate PBG amount)* valid upto …………….. *(Indicate
date – Currency period + 60 days)*, by way of security for the due observance of the terms and
conditions, performance and fulfillment of the said contract, we……………………….., [indicate the
name and full address of the bank] (hereinafter referred to as ‘the Bank’) at the request of the
Contractor do hereby irrevocably and unconditionally guarantee to the Government that the
Contractor shall duly perform and discharge their obligations under the said contract to the full
satisfaction of the Government and render all necessary and efficient services which may be
required to be rendered by the Contractor in connection with and/or for the performance of the
works as per the specifications stipulated in the tender No…………….dated…………and letter of
acceptance No,…………..dated…………….within the time of …………..[upto the expiry of
maintenance period] reckoned from the date as per the letter of acceptance and further
guarantees that the works which shall be done by the Contractor shall be actually performed in
accordance with terms and conditions of the contract to the full satisfaction of the Governments.

2. We, the Bank, do hereby undertake to pay to the Government an amount not exceeding
Rs………….against any loss and / or damage caused to or suffered or would be caused to or
suffered by the Government by reason of any breach by the said Contractor(s) of any of the terms
and conditions contained in the said contract.

3. We, the Bank, do hereby undertake to pay the amounts due and payable under this Guarantee
without any demur, merely on a demand from the Government stating that the amount claimed
is due by way of loss and / or damage caused to or would be caused to or suffered by the
Government by reason of any breach by the said contractor (s) of any of the terms or conditions
contained in the said Agreement or by reason of the Contractor’s (s) failure to perform the said
Agreement. Any such demand made on the Bank shall be conclusive as regards the amount due
and payable by the Bank under this Guarantee. However, our liability under this Guarantee
shall be restricted to an amount not exceeding Rs……………………

4. We, the Bank, do hereby undertake to pay to the Government any money so demanded not
withstanding any dispute or disputes raised by the Contractor(s) in any suit or proceeding
pending before any Court, Tribunal or Arbitrator(s) relating thereto our liability under this
present being absolute and unequivocal. The payment so made by us under this Bond shall be a
valid discharge of our liability for payment there under and the contractor (s) shall have no claim
against us for making such payment.

5. We, the Bank, do further agree that the guarantee herein contained shall remain in full force and
effect during the period that would be taken for the performance of the said Agreement and that

Page 115 of 123


it shall continue to be enforceable till all the dues of the Government under or by virtue of the
said Agreement have been fully paid and its claims satisfied or discharged or till the Government
certifies that the terms and conditions of the said Agreement have been fully and properly carried
out by the said contractor(s) and accordingly discharges the Guarantee. Unless a demand or
claim under this Guarantee is made on us in writing on before the …………………………………..,
we shall be discharged from all liability under thus Guarantee thereafter.

6. We, the Bank, do further agree with the Government that the Government shall have the fullest
liberty without our consent and without affecting in any manner our obligations hereunder to
vary any of the terms and conditions of the said Agreement or to extend time of performance by
the said Contractor(s) from time to time or to postpone for any time or from time to time any of
the powers exercisable by the Government against the said Contractor(s) and to forbear or
enforce any of the terms and conditions relating to the said Agreement and we shall not be
relieved from out liability by reason of any such variation or extension being granted to the said
Contractor (s) or for any forbearance, act or omission on the part of the Government or any
indulgence by the Government to the said Contractor(s) or by any such matter or thing
whatsoever which under the law related to sureties would but for this provision have effect of so
relieving us.

7. The Guarantee will not be discharged due to the change in the constitution of the Bank or the
Contractor(s).

8. We, ……………………………………………………………..…………… [indicate the name of the Bank]


lastly undertake not to revoke this Guarantee during its currency except with the previous
consent of the Government in writing.

Dated the …………………………….day of ……………20…..


for…………………………………………………………
Seal & Signature(s) of the authorized Officer (s)
with designation

Note - Words appearing between [ ] Box Bracket marks are for guidance only
and not to be typed in the final / fair document of Bank Guarantee}*

Page 116 of 123


Annexure - 5

pg-1

Page 117 of 123


Annexure 5

pg-2

Page 118 of 123


ANNEXURE - 6

BID FORM (First Sheet)

SOUTH WESTERN RAILWAY

Tender No.

Name of the Work:

To,

The President of India,

Acting through the

South Western Railway

1. I/We have read the various conditions to the bid attached hereto and agree to abide by the
said conditions. I/We also agree to keep this bid open for acceptance for a period of ______
days from the date fixed for opening the same and in default thereof, I/we will be liable for forfeiture
of my/our "Earnest Money". I/We offer to do the work for Railway, at the rates quoted in the attached
schedule and hereby bind myself / ourselves to complete the work in all respects within
_______months from the date of issue of letter of acceptance of the Bid.

2. I/We also hereby agree to abide by the Indian Railways General Conditions of Contract for
Services, with all correction slips up-to-date and to carry out the work according to the Special
Conditions of Contract and Specifications of materials and works as laid down by Railway in the
annexed Special Conditions/Specifications, Schedule of Rates with all correction slips up-to-date for
the present contract.

3. A sum of Rs. is herewith forwarded as Earnest Money. Full value


of the Earnest Money shall stand forfeited without prejudice to any other right or remedies in case
my/our Bid is accepted and if:

a) I/We do not execute the contract documents within seven days after receipt of notice issued by
the Railway that such documents are ready; and

b) I/We do not commence the work within fifteen days after receipt of orders to that effect.

4. I/We am/are a Micro and Small Enterprise registered from (body approved by
Ministry of MSME) with registration No. and terminal validity up to ...... for similar
service contracts.

1. Until a formal agreement is prepared and executed, acceptance of this Bid shall
constitute a binding contract between us subject to modifications, as may be mutually agreed to
between us and indicated in the letter of acceptance of my/our offer for this work/ service.

Signature of Bidder/s Date


Address

Page 119 of 123


BID FORM (Second Sheet) (Annexure – 6 continuation)

1. Instructions to bidder and Conditions of bid: The following documents form part of
bid / Contract:
(a) Bid forms — First Sheet and Second Sheet
(b) Special Conditions/Specifications (enclosed)
(c) Schedule of approximate quantities (enclosed)
(d) Standard General Conditions of Contract and Standard Specifications for Materials and Works of
Indian Railway as amended/corrected upto latest Correction Slips, copies of which can be seen
in the office after obtained from the office of theChief Manager, _________________ Railway on
payment of prescribed charges.
(e) Schedule of Rates as amended / corrected upto latest Correction Slips, copies of which can be
seen in the office of_______________________________or obtained from the office of the
ChiefManager, Railway on payment of prescribed charges.
(f) All general and detailed drawings pertaining to this work which will be issued by the Manager or
her representatives (from time to time) with all changes and modifications.

2. Drawings for the Work: The drawings for the work can be seen in the office of the
and / or Chief Manager, Railway at any time during the office hours. The drawings are only for the
guidance of Bidder(s). Detailed working drawings (11 required) based generally on the drawing
mentioned above, will be given by the Manager or her representative from time to time.

3. The Bidder(s) shall quote her / their rates as a percentage above or below the Schedule
of Rates of Railway as applicable to Division except where she/they are required to quote item rates
and must tender for all the items shown in the Schedule of approximate quantities attached. The
quantities shown in the attached Schedule are given as a guide and are approximate only and are
subject to variation according to the needs of the Railway. The Railway does not guarantee work
under each item of the Schedule.

4. Tenders containing erasures and / or alterations of tender documents are liable to be


rejected. Any correction made by tender(s) in her/their entries must be attested by her / them.

5. The works are required to be completed within a period of months from the
date of issue of acceptance letter.

6. Earnest Money:

(a) The bid must be accompanied by a sum of Rs. as earnest money deposited in
cash or in any of the forms as specified, failing which the bid will not be considered. However,
registered MSEs in terms of Ministry of MSMEs notification No. 503 are exempted from Earnest
Money Deposit.

(b) The bidder(s) shall keep the offer open for a minimum period of 90 days from the
date of opening of the bid. It is understood that the bid documents have been sold/issued to the
bidder(s) and the bidder(s), is / are permitted to bid in consideration of the stipulation on her / their
part that after submitting her / their bid subject to the period being extended further, if required by
mutual agreement from time to time, s he will not resile from her offer or modify the terms and
conditions thereof in a manner not acceptable to the Chief Manager/Manager. Should the bidder fail
to observe or comply with the foregoing stipulation, the amount deposited as Earnest Money for the
due performance of the above stipulation, shall be forfeited to the Railway.

(c) If the bid is accepted, the amount of Earnest Money will be returned to the successful
bidder after the submission of the Performance Guarantees as per clause 4.11,of GCC for the due and
faithful fulfillment of the contract. This amount of EMD shall be forfeited, if the Bidder(s)/
Contractor(s) fail to execute the Contract Document within 7 days after receipt of notice issued by
Railway that such documents are ready or to commence the work within 15 days (unless otherwise
specified) after receipt of the order to that effect.

(d) Earnest Money of the unsuccessful Bidder(s) will, save as here-in-before provided,
be returned to the unsuccessful Bidder(s) within 15 days after finalization of the bid / negotiation, but
the Railway shall not be responsible for any loss or depreciation that may happen to the Security for
the due performance of the stipulation to keep the offer open for the period specified in the bid
documents or to the Earnest Money while in their possession nor be liable to pay interest thereon.

Page 120 of 123


BID FORM (Third Sheet) (Annexure – 6 continuation)
7. Rights of the Railway to Deal with Tender: The authority for the acceptance of the tender
will rest with the Railway. It shall not be obligatory on the said authority to accept the lowest tender
or any other tender and no bidder(s) shall demand any explanation for the cause of rejection of
her/their tender nor the Railway to assign reasons for declining to consider or reject any particular
tender or tenders.

8. If the bidder(s) deliberately gives / give wrong information in her / their tender or creates /
create circumstances for the acceptance of her / their tender, the Railway reserves the right to reject
such tender at any stage.

9. If the bidder(s) expire(s) after the submission of her / their tender or after the acceptance of
her / their tender, the Railway shall deem such tender cancelled. If a partner of a firm expires after
the submission of their tender or after the acceptance of their tender, the Railway shall deem such
tender as cancelled, unless the firm retains its character.

10. Bidder's Credentials: Bidder shall submit the documents as demanded under Bid Evaluation
criteria along with the bid.

11. For Manual Bidding:

Bid must be enclosed in a sealed cover, superscripted "Bid No. " and must be sent
by registered post to the address of Railway so as to reach
h e r /their office not later than Hours on the or deposited in
the special box allotted for the purpose in the office of Railway.
This Special box will be sealed at hours on . The Bid will be opened
at hours on the same day. The Bid papers will not be sold after hours
on ______________

13. For e- bidding: Relevant guidelines should be followed.

14. Non-compliance with any of the conditions set forth therein above is liable to result in the
tender being rejected.

15. Execution of Contract Documents: The successful bidder(s) shall be required to


execute an agreement with the President of India acting through the
Railway for carrying out the work according to Standard General Conditions of
Contract, Special Conditions / Specifications annexed to the tender and Specification for work and
materials of Railway as amended/corrected up to latest Correction Slips, mentioned in tender form
(First Sheet).

16. Partnership Deeds, Power of Attorney Etc.: The bidder shall clearly specify whether the bid
is submitted on her own or on behalf of a partnership concern. If the bid is submitted on behalf of a
partnership concern, she should submit the certified copy of partnership deed along with the tender
and authorization to sign the tender documents on behalf of partnership firm. If these documents are
not enclosed along with tender documents, the tender will be treated as having been submitted by
individual signing the tender documents. The Railway will not be bound by any power of attorney
granted by the bidder or by changes in the composition of the firm made subsequent to the execution
of the contract. It may, however, recognize such power of attorney and changes after obtaining proper
legal advice, the cost of which will be chargeable to the contractor.

17. The bidder whether sole proprietor, a limited company or a partnership firm if they want to
act through agent or individual partner(s) should submit along with the tender or at a later stage, a
power of attorney duly stamped and authenticated by a Notary Public or by Magistrate in favour of the
specific person whether she/they be partner(s) of the firm or any other person specifically authorising
her/them to submit the tender, sign the agreement, receive money, witness measurements, sign
measurement books, compromise, settle, relinquish any claim(s) preferred by the firm and sign "No
Claim Certificate" and refer all or any disputes to arbitration.

17.1 The bidder shall clearly specify whether the bid is submitted on her own or on behalf
of a Partnership Firm/Joint Venture (JV)/Society etc. The bidder(s) who is/are constituents of Firm,
Company, Association or Society shall enclose self-attested copies of the Constitution of their concern,
Partnership Deed and Power of Attorney along with their bid. Bid Documents in such cases shall to be
signed by such persons as may be legally competent, Association or Society, as the case may be.

Page 121 of 123


BID FORM (fourth Sheet) (Annexure – 6 continuation)

17.2 The bidder shall give full details of the constitution of the Firm/JV/Company/Society etc. and
shall also submit following documents (as applicable), in addition to documents mentioned above:

(a) Sole Proprietorship Firm: The bidder shall submit the notarized copy of the affidavit.
(b) Partnership Firm: The bidder shall submit self-attested copies of (i) registered/notarized
Partnership Deed and (ii) Power of Attorney duly authorizing one or more of the partners of the firm or
any other persons(s), authorized by all the partners to act on behalf of the firm and to submit & sign
the Bid, sign the agreement, witness measurements, sign Measurement Books, receive payment,
make correspondences, compromise/settle/relinquish any claim (s) preferred by the firm, sign No
Claim certificate', refer all or any dispute to arbitration and to take similar action in respect of all
Bids/contracts OR said Bid/contract.
(c) Joint Venture (JV): The Bidder shall submit documents as mentioned in Clause 2.4 to GCC
(d) Company registered under Companies Act-1956: The Bidder shall submit (I) the copies of
MOA (Memorandum of Association) and ACA (Articles of Association) of the Company; and (ii) Power of
Attorney duly registered/notarized by the company (backed by the resolution of Board of Directors) in
favour of the individual, signing the Bid on behalf of the Company.
(e) Society: The Bidder shall submit (i) self-attested copy of the Certificate of Registration, (ii)
Deed of Formation and (iii) Power of Attorney in favour of the Tender signatory.
17.3 If it is mentioned in the Bid that it is being submitted on behalf of/by a Sole
Proprietorship Firm/Partnership Firm/Joint Venture/Registered Company etc., the aforementioned
document/s (as applicable) should be enclosed along with Bid. If it is NOT mentioned in the Bid that
it is being submitted on behalf of/by a Sole Proprietorship Firm/Partnership Firs/Joint
Venture/Registered Company etc., then the Bid shall be treated as having been submitted by the
individual who has signed the Bid.
17.4 After opening of the Bid, any document pertaining to the Constitution of the Firm/JV/Society
etc. shall neither be asked nor be entertained/ considered.
17.5 A Bid from JV/Consortium/Partnership Firm etc. shall be considered only where permissible as
per the Bid/ Tender conditions

18. Employment/Partnership etc. of Retired Railway Employees:


(a) Should a bidder be a retired Manager of the Gazetted rank or any other Gazetted
Officer working before her retirement, whether in the executive or administrative capacity or whether
holding a pensionable post or not, in any department of any of the railways owned and administered
by the President of India for the time being, or should a bidder being a partnership firm have as one of
its partners a retired Manager or retired Gazetted Officer as aforesaid, or should a bidder being an
incorporated company have any such retired Manager or retired officer as one of its Directors or
should a bidder have in her employment any retired Manager or retired Gazetted Officer as aforesaid,
the full information as to the date of retirement of such Manager or Gazetted Officer from the said
service and in case where such Manager or Officer had not retired from Government service at least 2
years prior to the date of submission of the tender as to whether permission for taking such contract,
or if the contractor be a partnership firm or an incorporated company, to become a partner or Director
as the case may be, or to take the employment under the contractor, has been obtained by the bidder
or the Manager or Officer, as the case may be from the President of India or any officer, duly
authorised by her in this behalf, shall be clearly stated in writing at the time of submitting the bid.
Bids without the information above referred to or a statement to the effect that no such retired
Manager or retired Gazetted Officer is so associated with the bidder, as the case may be, shall be
rejected.
(b) Should a bidder or contractor being an individual on the list of approved Contractors,have a
relative(s) or in the case of partnership firm or company of contractors one or more of her
shareholder(s) or a relative(s) of the shareholder(s) employed in gazetted capacity in the any
department of the Railway, the authority inviting tenders shall be informed of the fact at the time of
submission of tender, failing which the tender may be disqualified/rejected or if such fact
subsequently comes to light, the contract may be rescinded in accordance with provision in Clause
7.4 of Standard General Conditions of Contract.

Signature of Bidder
Designation
Date

Page 122 of 123


ANNEXURE - 7

CONTRACT AGREEMENT OF SERVICES


SOUTH WESTERN RAILWAY

Contract Agreement No.

Dated

ARTICLES OF AGREEMENT made this day of 20 between President ofIndia acting through the
Railway Administration hereafter called the "Railway" of the one part and herein after called the
"Contractor" of other part.

WHEREAS the Contractor has agreed with the Railway for performance of the Services_(Name of
work)_set forth in the Schedule hereto annexed upon the General Conditions of Contract for Service
Contracts corrected up to latest Correction Slips here-into annexed AND WHEREAS the performance
of the said works is an act in which the public are interested.

NOW THIS INDENTURE WITNESSETH that in consideration to the payments to be made by


the Railways, the Contractors will duly perform the said Services in the said schedule set forth and
shall execute the same with great promptness, care and accuracy in a worker like manner to the
satisfaction of the Railway and will complete the same in accordance with the said specifications and
said drawings and said conditions of contract on or before the day of 20 and will observe, fulfill and
keep all the conditions therein mentioned (which shall be deemed and taken to be part of this
contract, as if the same have been fully set forth herein), AND the Railway, both hereby agree that if
the Contractor shall duly perform the said services in the manner aforesaid and observe and keep
the said terms and conditions, the Railway will pay or cause to be paid to the Contractor for the said
services on the final completion thereof the amount due in respect thereof at the rates specified in
the Schedule hereto annexed.

Signature ____________________ Signature ____________________

Contractor ___________________ Railway _____________________


Designation
[for President of India]

Date: Date:

Page 123 of 123

You might also like