TAMILNADU STATE STATE TRANSPORT CORPORATION (SALEM) LTD,
# 12, RAMAKRISHNA ROAD, SALEM - 636 007. PHONE #:2314391-93(3 Lines) Fax#: 0427-2317468 CONDITION FOR THE TENDER FOR THE SUPPLY OF AUTOMOBILE SPARES SUITABLE FOR ASHOK LEYLAND AND TATA VEHICLES, CANTEEN ITEMS, SHOE,CHAPPALS etc., Tenders are hereby invited for the supply of AUTOMOBILE SPARES SUITABLE FOR ASHOK LEYLAND AND TATA VEHICLES, CANTEEN ITEMS, SHOE,CHAPPALS etc. SUBMISSION OF TENDER The tenderer are requested to simultaneously submit two separate sealed cover. I. The first cover will contains
1) Proof of Original Equipment Manufacturer Status/Manufacturing evidence/ SSI unit status/Authorised dealer status.
2) D.D for EMD amount Drawn in favour of M/s Tamilnadu State Transport Corporation (Salem) Ltd, Salem payable at Salem / or furnish Undertaking in lieu of EMD Amount on non judicial stamp paper who are the SSI Units of Tamilnadu exempted from payment of EMD amount. 3) Any other information if the tenderer would like to state with proper evidence 4) The samples shall be supplied separately along with tender Cover I (One) for each items, if in case the samples is not supplied/not satisfactory, the tender will be summarily rejected. II. The second cover containing price quotation which will be opened only if the tenderer are found qualified to execute the tender Tenders should be sent in sealed cover and superscribed the name of the item and the last date and time for receipt of tender. The tender schedule shall reach the Managing Director, Tamilnadu State Transport Corporation (Salem) Ltd, 12, Ramakrishna Road, Salem - 636 007, before the time and the last date fixed for receipt of Tenders in this office. If it is sent by post, it should be Registered post/speed post/courier services. Those who submit tender in person at the office of the Tamil nadu State Transport Corporation (Salem) Ltd, should also sign on the tender cover mentioning the actual time of delivery and obtain acknowledgement to that effect from the concern person of despatch section. 1. Details and specification of materials required are given in the schedules attached. DESCRIPTION OF MATERIALS EMD TO BE
DEPOSITED LAST DATE FOR RECEIPT OF TENDER
VALIDITY PERIOD
1) GROUP (A) -- 23 ITEMS 2) GROUP (B) -- 6 ITEMS 3) GROUP (C) -- 8 ITEMS 4) GROUP (D) -- 1 ITEM
Rs.3,000.00 (Rupees Three thousand only) for each Item
20.09.2013 14.00 Hrs.
One year or till finalization of next tender whichever is later
3. Tender Cover - I will be opened in the office of the Managing Director at 15.00Hrs on 20.09.2013 in the presence of the Tenderers who wish to participate. 2
2 4. The Tenders should hold good for acceptance to the terms and conditions specified therein for a period of 12 months from the last date fixed for the receipt of the tender in this office. 5. E.M.D amount specified in clause(2) above should be deposited along with Tender. This amount will be forfeited if the tenderer withdraws his tender before selection. Failure to deposit the EMD may result in summarily rejection of the tender. 6. Price / Rates quoted should be firm and clearly indicated as Basic price, Excise duty, Sales Tax, Central Sales Tax, if any, surcharge and other charges separately. No 'C' or 'D' form will be issued. Rates should be quoted for F.O.R (SALEM/DHARMAPURI) Destination. All the freight charges should be borne by the supplier. 7. Price Variation: No price increase will be normally allowed during the tenure of the contract period including extended period except on Government levies and taxes. It is obligatory on the part of the supplier to intimate the Corporation as and when there is downward change in administrative prices and statutory levies during the pendency of the contract. 8. Payment Terms: The standard payment terms for the supply of spares and accessories to the Tamil nadu State Transport Corporation (Salem )Ltd, will be 45 days from the date of receipt of materials at the specific stores of our corporation (ie) the date acknowledged by the stores of our corporation. The date acknowledged by the stores mentioned in the purchase order of our corporation on the Invoice / Bill shall be the date of reckoning (or) Any other payment terms quoted which shall be more beneficial to our Corporation including those carrying attractive cash discount will be taken as alternative terms of payment. Bank commission / charges, if any will be borne by the firm. 9. The successful Tenderer shall deposit a security deposit of 2% of the value of the goods to be ordered in addition to the EMD. 10. The security deposit specified above, shall be in the form of Demand Draft / Bankers Cheque/specified small savings instruments or where the procuring entity deems fit, irrevocable bank guarantee in a prescribed form obtained from any one of the Nationalized Bank in favour of M/s Tamil nadu State Transport Corporation (Salem) Limited, Salem - 636 007 payable at Salem. 11. No interest will be paid on security deposit and EMD. 12. Exemption from payment of EMD. (a) The following categories of tenderers are exempted from payment of Earnest Money Deposits: i. Departments/Undertakings/Corporations of Govt.of Tamilnadu. ii) SSI Units holding valid SSI certificates for manufacturing the tendered items issued by the Govt.of Tamilnadu (individual items should be specified in the SSI certificate)
.. 3 ..
-: 3 :-
All the Tenderers who are exempted from payment of EMD shall furnish in lieu of Earnest Money Deposit an undertaking on non judicial stamp paper of value not less than Rs.100/- (Rupees One Hundrad only) in the form enclosed. 13. If the successful tenderer fails to provide the security deposit within the period specified, such failure will involve the forfeiture of the Earnest Money deposited by them and will also constitute to breach of the contract and the Managing Director shall be entitled to make other arrangements for obtaining these items at the risk and expense of the contractor. 14. The materials delivery schedule and the quantity indicated in the schedule of items are tentative. The Corporation reserves the right to increase/decrease the quantity based on actual requirements and may place repeat/cancel orders for the same quantity of materials finalized in the Tender at the same rate accepted by the Department during the currency of the order. i.e, within six months from the date of order or any extended period for which the order is placed. 15. The Corporation is not bound to accept the lowest (or) any other rates and reserves the right to reject any or all Tenders without assigning any reason what so ever. 16. Every Tender should be accompained by a declaration that the items would be supplied in whole or in part in each quantity as may be decided by the Managing Director, Tamilnadu Transport Corporation (Salem ) Limited, in accordance with the above terms and condition. 17. EMD will be refunded to all the unseccessful tenderers after finalizing the tender by cheque only.
18. EMD will be refunded to the succesful Tenderers only after the sucessful completion of the contract. The security deposit deposited as per the purchase order will be refunded only after successful completion of the purchase order placed with them. 19. The successful Tenderer should produce appropriate documentary evidance as may be prescribed to the satisfaction of Tamilnadu State Transport Corporation (Salem) Ltd, in having empowered to sign the contract and commit the organisation. The Corporation is empowered to deduct any statutory levies/Taxes from the payments to the successful Tenderer, existing and arising the period of contract. GENERAL CONDITION OF SUPPLY EXTENT OF CONTRACT: 1. EXTENT OF CONTRACT: The supplier shall during the period of contract supply to the Corporation at the accepted price and on terms and condition herein and in quantities and at places as may be specified in the purchase orders placed by the Corporation in respect of which his tender has been accepted by the Corporation. 2. FAILURE OF SUPPLY: i. If the supplier fails to supply the stores in accordance with the terms and conditions herein provided and those agreed with the corporation or fails to replace the stores as may be rejected by the Corporation, within the time stipulated, the Corporation shall at the risk and cost of supplier and without any notice or reference to him be entitled to purchase such stores in their sole discretion as it thinks fit and if such price exceed the rates set out in the contract, the supplier shall be liable to pay to the Corporation the difference between the price set out in the contract plus 10% overheads. In addition the EMD and security deposit paid by the contractor will be forfeited.
.. 4 ..
-: 4 :- The risk purchase and payment of difference with overheads in terms thereof shall not absolve the supplier from the liability to pay damage as may be suffered and claimed by the Corporation due to the failure of the supplier to make timely and proper delivery of the contracted stores. For any minor defects the Corporation has right to impose penalty and make deduction in the bill. ii. Provided, however, if such failure shall have arisen from an act of God for non supply in time as may be justified by the circumstance of the case, the corporation may forego the claim for any such loss or damage. iii. Liquidated Damages: If the Supplier fails to deliver the stores or any instalment thereof within the period fixed for such delivery or at any time repudiates the contract before the expiry of such period, the Corporation may without prejudice to the other rights of the purchaser to recover damages for breach of the contract, recover from the suppliers as agreed liquidated damages and not by way of penalty a sum equivalent to 10% of the price of any stores which the supplier has failed to deliver within the period fixed for delivery in the schedule for each month or part of a month during which the delivery of such store may be arrears. Where delivery of the stores thereof accepted after expiry of the period subject to the conditions that the damages to be calculated shall be limited to 10% of the value of delayed supplies. iv. In case of any dispute arising out of price variation or price revision, the decision of the Corporation shall be final.
Provided however, the pendency of any claim or dispute on the price variation or price revision shall not relieve the supplier from the obligation to supply the contracted stores in accordance with the delivery schedule at the existing prices and all terms, conditions and consequence as mentioned in para (i),(ii) & (iii) of this clause to the extent applicable, shall apply in full force and effect to any non-supply, withholding of supply and delayed supply by the supplier on the plea of pendency of a claim or dispute or price variation or revision. v. Delay in the supply of materials as per delivery schedule of this Corporation during the period of contract leading to the supplier supplying the same after the expiry of contract period, any increase in statutory levies will have to be borne by the supplier.
3. QUALITY OF STORES: i. The stores supplied shall strictly conform to the specifications laid down the approved samples, if any,
ii. In the event of repeated failure of random samples picked up from supplies made to the Corporation and tested at CIRT/IRT or other Laboratory specified by the Corporation, the Corporation will have right to take the following action. a. Suspend/terminate forthwith the Contract b. Any other remedial measures as it may think fit 4. PACKING AND DELIVERY OF STORES: The Supplier shall be responsible for proper packing and delivery of the stores and in the event of any loss, damage, breakage or leakage due to insufficient or defective packing the supplier shall replace the stores or make good the loss on receipt of intimation. The decision of the Corporation as to whether the loss, breakage, or leakage has been caused due to insufficient or defective packing shall be final and binding upon the supplier. The Corporation shall be at liberty to purchase such stores at the risk and cost of the Supplier in the event of his failure to replace the stores or make good heir loss within the specified time in the intimation and the provision of clause 2 above shall apply to such purchases. Delivery of the stores shall not be considered complete till they have been inspected, weighed, counted and passed by the Corporation.
.. 5 .. -: 5 :-
5. REJECTED STORES: If any stores are rejected by the corporation due to their not confirming to the prescribed specification or the approved samples, or for any other valid reason the supplier will be informed accordingly by the Corporation by Registered Letter within 15 days of the delivery of the stores and the supplier will be allowed 30 days from the receipt of this communication to replace the rejected stores. If the Stores are not replaced within this time, the Corporation shall return the rejected stores without any further intimation to the Supplier, freight stores without any further intimation to the supplier, freight to pay and through Bank and if advance payment has been made against demands and for value of actual advance payment plus packing forwarding, insurance and freight at the time of retuning the goods. The supplier will be bound to accept the documents sent through bank in such cases and its failure to do so shall constitute a breach of contract and will make the supplier liable for all costs and consequence and further remedial measures as may be taken by the Corporation. If the rejected stores are not re-placed by the supplier within the stipulated time, the Corporation will be entitled to charge interest at 20% on the net value of the rejected stores if payment has been made for such items and charge ground rent for storage at the rate equal to 1% of the net value of the rejected stores on suppliers failure to replace the rejected stores within the period stipulated above the Corporation shall free to purchase the stores from elsewhere, unless already purchased under clause 4 or clause 2 above and the terms of risk purchase contained in clause 2 shall apply to all such purchase, Should the supplier fail to replace/lift the rejected stores within 45 days of intimation of their rejection communication in writing, the Corporation shall have the right to sell the rejected stores by public auction with notice thereof given to the supplier and the sale proceeds after adjusting all dues, expenses and costs including costs involved in the auction shall be credited to the supplier and adjusted against advance if any made to him on the supplies. 6. TESTING OF RANDOM SAMPLES FROM SUPPLIES: Random samples from the consignments will be taken and tested either at I.R.T (Chennai) or C.I.R.T (Pune) or in Government Test House or any other recognized laboratory or Institute as may be selected by the corporation. The test charges and incidentals thereto shall be paid by the suppliers, where the test results are unsatisfactory. The Corporation may also without prejudice to their other rights of purchasers, take following action where the test results are unsatisfactory.
i. Reject the entire consignment from which the random samples taken had failed in the test and call upon the supplier to take back the rejected consignment as per the procedure prescribed above. ii. Purchase from elsewhere the supplies found defective without any notice on the account and at the risk of the supplier. I iii. The Corporation reserve the rights to levy penalty based on the shortfall in specifications, if any. 7. SUBLETTING OF CONTRACT: The supplier shall not assign or sublet the contract or any part thereof or any interest therein without the written permission of the corporation and on breach of this provision the Corporation forthwith terminate the contract and also take such remedial measures as it may think fit. 8. ARBITRATION CLAUSE: In case of any dispute connected with any matter covered by these condition and or the contract shall be referred to the sole Arbitration of the Corporation whose decision shall be final and binding on the parties. The provisions of the Arbitration Act shall apply to the adjudication of all such disputes.
.. 6 ..
-: 6 :- The agreement is subject to Salem Jurisdiction. Notwithstanding pendency of any dispute, the supplier shall subject to the Corporation concerned wanting him to do so continue to make the supplies as ordered. 9. SERVICE OF NOTICE: Notice requested to be given under any of the foregoing clauses or under the Contract shall be deemed to have been given and served if sent to the supplier by Registered post/Speed post at the address given in the tender form or at other address subsequently notified by the Supplier. 10. BREACH CONTRACT: The Corporation on breach of the provisions of the contract and/or on unsatisfactory performance of the contract by the supplier may forthwith terminate the contract and also take such remedial measures as it may think fit. SPECIAL CONDITIONS: 1. The commodity shall be as per specification given in the schedule. 2. The Submission of Samples: i. Any intending Tenderer should submit samples along with the Tender at their cost. ii. Where specifications have been prescribed, supply shall confirm to these specifications and submission of samples shall not entitle the supplier to vary the specifications. 3. The Materials shall meet the specification of the ASRTU Specification at the time of testing at IRT / CIRT. 4. The manufacturer shall agree to take back the materials immediately available quantity at our stores/works shop if the random of their sample do not meet the specification at IRT/ CIRT. 5. The contract will be in force for a period of one year/untill finalization of the next tender whichever is later from the date of communication of acceptance of tender. 6. Tenders received after the scheduled time and date will be summarily rejected. 7. The name of the manufacturer, brand name and state of manufacturers should be clearly indicated in the tender. 8. Lead Time: Minimum lead time required to commence the first supply from the date of receipt of purchase order should be quoted by the Tenderers in relation to the date of the order. Where specific Lead Time is not mentioned, it will be construed that supply can commence as per schedule that will be mentioned in the purchase order. MANGING DIRECTOR
DECLARATION To The Managing Director, Tamil Nadu State Transport Corporation (Salem) Ltd, 12, Ramakrishna Road, SALEM - 636 007 I/ We hereby offer to supply the State Transport Corporation in Tamil Nadu upon in accordance with
the General conditions of tender and the General conditions of supply hereto annexed apart from the
conditions as may be agreed to between he Corporation and the successful tenderers, at the price given by
me/us as per the terms in the schedule attached to the tender, only those items as you may specify in the
acceptance of the tender and within the Delivery period set for in the said schedule. I/We enclose the
Demand Draft/Pay order of Rs. (Rupees
only) being the Earnest Money Deposit. I/We have carefully read and understood the terms and conditions
and the specifications of the stores and other details/set out in the schedule and annexure. I am/we are fully
aware of the nature and specifications of the stores in accordance within your requirements. I/we agree to
hold this offer, I/We agree to the forfeiture of the Earnest money deposit of Rs. (Rupees
only). I/We declare that no other party will have any interest in the contract if this tender is
accepted. I/we agree that the corporation shall not be bound to recognize any person or persons other than
me/us as having any interest in the contract and will be at liberty to terminate the contract at any time if
shall appear that this declaration is not true in fact. Acceptance by our corporation of this tender within
prescribed time shall constitute a valid contract for the supply of the goods and stores according to the terms
and conditions and in accordance with the specifications and details referred to above. I/we further agree
to comply with the terms and conditions of the rate contract that may be awarded to me/us on the basis of this
offer and in the event of my/our failing to do so during the currency of the rate contract. I/we agree to the
forfeiture of the Earnest Money Deposit of Rs.
(Rupees only).
Date: Signature of the Tenderer Place: Name: Designation: Demand Draft/Pay order bearing No: Dt: drawn in favour of The Managing Director, Tamilnadu State Trans- port Corporation(Salem) Ltd,12,Ramakrishna Road, Salem - 636 007, payable at Salem.
SPECIMEN COPY OF UNDERTAKING IN LIEU OF E.M.D
ON NON-JUDICIAL STAMP PAPER OF EQUIVALENT VALUE OF Rs.100.00 THIS DEED OF UNDERTAKING EXECUTED AT ON THIS THE DAY OF TWO THOUSAND by M/s called the "TENDERER" (Which expression shall where the context so admits mean and include their Agents, Representatives, Successors-in-office and Assigns). TO AND FAVOUR OF M/s TAMIL NADU STATE TRANSPORT CORPORATION (SALEM) LTD. having its office at 12, Ramakrishna Road, Salem - 636 007, herein after called the "TNSTC" (which expression shall where the context so admits mean and include its successors in office and assigns). WHEREAS the Tenderers is exempted by the TNSTC from payment of Earnest Money Deposit subjected to the Tender execution and undertaking to the value of deposit specified to be paid to the TNSTC in the event of non-fulfillment or breach of any of the conditions of the said tender by the Tenderer as mentioned hereunder. 1. Withdrawing his tender before the expiry of the validity period, OR 2. Withdrawing his tender after acceptance, OR 3. Violating any of the conditions of the tender issued by the Competent Authority. NOW THIS Under taking witness that in pursuance of the said agreement the Tenderer hereby both convenient with the TSTC that in consideration of the TNSTC waiving the condition of payment of EMD in case in terms of the said Specification, the Tenderer has agreed to pay as in clause 12 to the TNSTC in the event of 1. Withdrawing his tender before the expiry of the validity period or 2. Withdrawing his tender after acceptance or 3. Violating any of the condition of the tender issued by the competent Authority. Now this condition of the above written undertaking is such that if the Tenderer shall duly and faithfully observe and perform the conditions specified as above then the above written undertaking shall be void, otherwise the same shall remain in full force.
SIGNATURE OF THE TENDERER IN WITNESS WHERE OF THIRU acting for and on behalf of the Tenderer has signed this deed on the day, month and year herein before first mentioned. In the presence of Witness: Signed and delivery by
on behalf of the Tenderer 1. 2. In the presence of Witness: Accepted for on behalf
the TNSTC 1 2
TAMIL NADU STATE TRANSPORT CORPORATION (SALEM) LTD, SALEM - 636 007.
TENDER PROFORMA (NOTE:This Tender proforma should be submitted in the Tender COVER-2 along with the Rate schedule) SUBMISSION OF TENDER The tenderer are requested to simultaneously submit two separate sealed cover.
I. The first cover will contains
1) Proof of Original Equipment Manufacturer Status/Manufacturing evidence/ SSI unit status/Authorised dealer status 2) D.D for EMD amount Drawn in favour of M/s Tamilnadu State Transport Corporation (Salem) Ltd, Salem payable at Salem / Undertaking in lieu of EMD Amount who are the SSI Units of Tamilnadu
exempted from payment of EMD amount. 3) Any other information if the tenderer would like to state with proper evidence II The second cover containing price quotation which will be opened only if the tenderer are found qualified to execute the tender. NOTE: Before proceeding to fill up the following tender documents, tenderers are requested to read the instructions given and all conditions of the tender with tender form. Proforma should be filled in Capital letters only. 1.(i) a. Name and address of : the Tenderer b. Telephone Numbers : c. Telegraph Code : d. E-Mail : e. Fax code : (ii) a. Factory/Works Address : b. Telephone Number : c. Telegraph code : d. E-Mail : e. Fax code : (iii) Full Address for placement purchase order : Contact Telephone Number : Fax : E-Mail : Contact Person : Incase, the purchase order to be placed and supply through sole selling agent/authorized distributor, the Declaration Regarding appointment of sole selling agent/Authorized Distributor form shall be submitted along with tender. Otherwise tender will be summarily rejected. (iv) a. Status of the manufacturers : 1. Small scale industry.
2. Medium scale industry. 3. Large scale industry.
-: 2 :-
Note: Incase, S.S.I. Unit registered in Tamilnadu shall enclose the copy attested by the Officer of respective District Industries Centre Original shall be submitted for verification at the time of tender opening and there after / whenever required for inspection. 2. (i) a. Supplies to vehicle : 1. Ashok Leyland : Yes / No manufacturers 2. Telco : Yes / No b. Evidence of supplies (enclose the proof) : Yes / No (ii) a. Supplies of O.E. Manufacturer : Yes / No b. Evidence of supplies : (enclose the proof) (iii) a. Supplies to STUs in India : Yes / No b. Evidence of supplies (enclose the proof) : (iv) Whether registered with DGS&D : Yes / No Evidence of the proof enclose : (v) Whether on rate contract with ASRTU? Evidence of the proof enclose : (vi) a)Whether the products offered has been tested : and certified and confirming to the prescribed specifications. b)copy of the latest test : certificate enclose (Test certificate must be enclosed along with tender for specific requirements). 3. GOVT LEVIES (a) EXCISE DUTY : If charged extra the firm shall submit the documentary evidence in regard to actually paid as applicable at the time of supply. i) Excise Duty Tariff : ii) Rate of duty with period : Note: 1. As the purchase order will be prepared as per the details of E.D, Basic rate etc, furnished in your tender. No pattern of billing should be changed at the time of supplying the materials. (b) SALES TAX Note: FORM C or D WILL NOT BE GIVEN BY THIS CORPORATION At present VAT 5% eligible for S.T.U's for which declaration form will be given as per Government order. Central Sales Tax No. : Tamil Nadu Sales Tax No.(TIN NO) : i) CST : ii) VAT : iii) Any other points on Sales Tax :
-: 3 :-
4. QUANTITY. a) Manufacturing capacity : per annum b) Maximum quantity/value : offered c) Minimum quantity/value : offered d) Minimum quantity/value : for single despatch (or) Any quantity/value as per : our requirement 5. MINIMUM DELIVERY PERIOD (from : the date of P.O. if executed) (or) Confirmation from our end 6. GUARANTEE : 7. QUANTITY DISCOUNT : Note: Please note that quantity discount are applicable with out the condition of minimum quantity/value, tendered quantity 8. F.O.R. : SALEM/DHARMAPURI 9. Samples should be sent along with the tender 10. PAYMENT : 45 DAYS CREDIT FROM THE DATE OF
ACCEPTANCE OF MATERIALS.
IMPORTANT NOTE ON PAYMENT : NO ADVANCE PAYMENT WILL BE GIVEN FOR THE SUPPLY OF MATERIALS.
11. ACCEPTANCE: We have thoroughly read the terms and conditions mentioned by the Corporation. We hereby agree the terms and conditions for the supply of above materials. We/I agree to supply the above items at the rates noted against each on F. O. R. Destination ie., SALEM/DHARMAPURI as per your requirements. STATION: SIGNATURE OF THE TENDERER DATE WITH OFFICE SEAL EMD PARTICULARS.
1. NAME AND ADDRESS OF THE FIRM 2. D.D. AMOUNT: Rs. 3. D.D. No. : DATED: 4. NAME OF THE BANK:
DECLARATION OF ACCEPTANCE OF FIRM PRICE To The Managing Director, Tamil Nadu State Transport Corporation (Salem) Ltd, 12, Ramakrishna Road, SALEM - 636 007 Sir,
I / We hereby accept that the price quoted by me/us in the tender is firm for one year from the date of acceptance of tender. Date: Signature of the Tenderer Place: Name: Designation: Office Seal
TAMILNADU STATE TRANSPORT CORPORATION (SALEM) LTD, SALEM-636 007 SCHEDULE FOR SUPPLY OF: ENGINE VALVES A(1) NOTE: This Rate schedule should be submitted in the Tender COVER -2 along with the schedule proforma – 3 Pages.
SL. NO
ITEM CODE
ITEM DESCRIPTION UOM QTY.REQD RATE/UNIT REMARKS
1 VHE3459 HINO/BS II VALVE INLET F4 231 511
NO 1200
2 VHE3488 HINO/BS II VALVE EXHAUST F4231 611
NO 1200
3 VZE3472 HINO /BS II VALVE GUIDE F0 531 422 / P8100 105 1 Set = 12 Nos
ST 1200
4 EZE9311 CUM VALVE INLET 278601999926
NO 240
5 EZE9324 CUM VALVE EXHAUST 278601999928
NO 240
6 HINO/BS III VALVE INLET X4201911
NO 300
7 HINO/BS III VALVE EXHAUST F4231 911
NO 300
8 HINO /BS III VALVE GUIDE 1 Set = 12 Nos
ST 300
9 CUM BSIII VALVE INLET NO 120 10 CUM BSIII VALVE
EXHAUST NO 120
Note: 1. Test certificate from CIRT/IRT (or) Other Standard Institute to meet the specifications if tendered. 2. The above materials will be required in Full qty/part there of,as case may be from time to time within contract period. 3. Enclose proof of O.E.M. supply evidence of Ashok Leyland/Telco along with tender, otherwise tender
will be summarily rejected. 4. The samples shall be supplied separately along with tender Cover I (One) for each items, if in case the samples is not supplied/not satisfactory, the tender will be summarily rejected. ACCEPTANCE: We have throughly read the terms and conditions mentioned by the Corporation. We hereby agree the terms and conditions for the supply of above materials. I/We agree to supply the above items at the rates noted against each on F.O. R. Destination ie., SALEM as per your requirements. STATION: SIGNATURE OF THE TENDERER DATE: WITH OFFICE SEAL EMD PARTICULARS. 1. NAME AND ADDRESS OF THE FIRM 2. D.D. AMOUNT: Rs. 3. D.D. No. : DATED: 4.NAME OF THE BANK:
TAMILNADU STATE TRANSPORT CORPORATION (SALEM ) LTD, SALEM – 636 007
SCHEDULE FOR SUPPLY OF: THINWALLED BEARINGS A (2)
NOTE: This Rate schedule should be submitted in the Tender COVER -2 along with the schedule proforma – 3 Pages).
SL. NO
ITEM CODE
ITEM DESCRIPTION UOM QTY/ REQD/
Rate/Unit Remarks
1 VHE9618 HINO ENGINE CON. ROD BUSH STD X0 502 130
NO 5000
2 VHE9801 P8102102 CON-ROD BEARING STD P3 112 002
ST 200
3 VZE1700 P8102202 CON-ROD BEARING IO/S P3 112 102
ST 100
4 VWE7215 6D MAIN BEARING STD P8101802 P3 111 502
ST 200
5 VZE9144 6D MAIN BEARING 0.25 P8101902 P3 111 602
ST 100
6 LC0959 P8100249 M.BEARING THR.WAS.STD P0 915 251
ST 300
7 CWE9728 P8100549 M.BR.THR.WASHER IO/S P0 915 351
ST 100
8 EZE8873 CUM.CONROD BUSH STD 3901085 ST 200
9 TC0765 MAIN BEARING THR.WASHER STD (TATA)
ST 50
10 EZE8784 CUM.CON.ROD BEARING STD 92516 ST 100
11 EZE9950 3102516 CUM CON BRG IstO/S ST 50
12 EZE8779 CUM.MAINBEARING STD 3802070 ST 100
13 EZE9930 3802071 CUM M/BRG Ist O/S ST 50
14 3802071 CUM M/BRG IInd O/S ST 25
15 3102516 CUM CON BRG IInd O/S ST 25
16 HINOBSIII ENGINE CON. ROD BUSH STD P0 990 951
NO 2500
17 HINO BSIIIENGINE MAIN BEARING STD P0 928 851
ST 100
18 HINO BSIIIENGINE CON. BEARING STD P0 951 551
ST 100
19 HINO BSIII M.BEARING THR.WAS.STD P0 990 951
ST 100
20 CUM.BSIII MAINBEARING STD 2786 0199 9801
ST 100
21 CUM.BSIII CON.ROD BEARING STD 2786 0399 9980
ST 100
22 CUM.BSIII CONROD BUSH STD 2786 1599 9923
ST 100
.. 2 ..
-: 2 :- Note: 1. Test certificate from CIRT/IRT (or) Other Standard Institute to meet the specifications if tendered. 2. The above materials will be required in Full qty/part there of, as case may be from time to time
within contract period. 3. Enclose proof of O.E.M. supply evidence of Ashok Leyland/Telco along with tender, otherwise
tender will be summarily rejected.
4. The samples shall be supplied separately along with tender Cover I (One) for each items, if in case the samples is not supplied/not satisfactory, the tender will be summarily rejected. ACCEPTANCE: We have thoroughly read the terms and conditions mentioned by the Corporation. We hereby agree the terms and conditions for the supply of above materials. We/I agree to supply the above items at the rates noted against each on F. O. R. Destination ie., SALEM as per your requirements. Station : Date : SIGNATURE OF THE TENDERER
WITH OFFICE SEAL EMD PARTICULARS. 1. NAME AND ADDRESS OF THE FIRM 2. D.D. AMOUNT: Rs. 3. D.D. No. : DATE: 4. NAME OF THE BANK:
TAMILNADU STATE TRANSPORT CORPORATION(SALEM) LTD,SALEM - 7
SCHEDULE FOR SUPPLY OF : RADIATOR HOSE A(3) NOTE: This Rate schedule should be submitted in the Tender COVER -2 along with the schedule proforma – 3 Pages.
SL NO
ITEM CODE
ITEM DESCRIPTION UOM QTY. REQD.
Rate/ UNIT
REMARKS
1 CWE7647 RADIATOR TOP HOSE L TYPE 150X250 MM 3 PLY /F1923250
NO 6000
2 VZE9432 LEY.RADIATOR BOTTOM HOSE 200X300MM 3 PLY F1933550
NO 10000
3 VHE9972 HINO ENGINE HOSE LENGTH 635X609MM 3PLY F1902450 /F1974150
NO 800
4 VHE6465 HINO RADIATOR DE-AERATION 3/8” 23” LONG F1941150 /1925150
NO 3000
5 LC1659 HINO HOSE 1”X1 FEET F1973850
NO 1000
6 LC1848 BS II ELBOW HOSE F1924450 3 PLY
NO 1000
7 LC1849 BS II ELBOW HOSE F1923250 3PLY
NO 1000
8 LC1850 BS II MAKE UP LINE HOSE F1973150 /F1916450 3 PLY
NO 1500
9 LC1851 BS II DE AERATION HOSE F1926150
NO 1500
10 LC1939 BS II STRAIGHT HOSE 3 PLY X1917750
NO 1000
11 LC1859 BS II STRAIGHT HOSE 3 PLY X1912150
NO 1000
12 VHE9433 BS II ELBOW HOSE 3PLY F1923550/X1913350
NO 1000
13 LC2359
BS II INTER COOLER INLET HOSE F8605250 3PLY
NO 800
14 LC2360 BS II INTER COOLER OUTLET HOSE F1915950
NO 800
15 LC2183 BS II OIL RETURN HOSE X1904450
NO 3000
16 CWP4572 LEY BSII C.JOINT RUBBER BED P4500326
NO 20000
17 EZP4109 TATA CUM. C.JOINT RUBBER BED LATEST
NO 1000
18 TATA 1312 C.JOINT RUBBER BED OLD TYPE (INNER SIDE METAL SLEEVE )
NO 1500
19 CUM. RADIATOR HOSE (RADIATOR TO ENGINE) 278650105886/278650105851
NO 500
SL NO
ITEM CODE
ITEM DESCRIPTION UOM QTY. REQD.
Rate/ UNIT
REMARKS
20 CUM. RADIATOR HOSE(FROM ENGINE OUT LET)278650105840
NO 500
21 RADIATOR HOSE INLET 278650105872/278650105835
NO 500
22 RADIATOR HOSE (20ID 50X50 ) 278650105848
NO 300
23 RADIATOR HOSE (20ID X110 ) 278550105803
NO 300
24 HINO BSIII RADIATOR OUT LET HOSE (F8P09858)
NO 1000
25 HINO BSIII RADIATOR OUT LET HOSE (F1923350)
NO 1000
26 HINO BSIII DAT MAKEUP HOSE F8P00854
NO 500
27 HINO BSIII RADIATOR HOSE INLET F8P13858
NO 500
28 HINO BSIII RADIATOR HOSE F1992750
NO 500
29 HINO BSIII RADIATOR OUT LET HOSE (F8P08758)
NO 500
. Note: 1. Test certificate from CIRT / IRT (or) Other standard institute to meet the specifications if tendered. 2. The above materials will be required in full qty/part therof, as case may be from time to time within
contract period. 3. The samples shall be supplied separately along with tender Cover I (One) for each items, if in case the samples is not supplied/not satisfactory, the tender will be summarily rejected. ACCEPTANCE: We have thoroughly read the terms and conditions mentioned by the Corporation. We hereby agree the terms and conditions for the supply of above materials. I/We agree to supply the above items at the rates noted against each on F. O. R. Destination ie., SALEM as per your requirements. STATION: SIGNATURE OF THE TENDERER DATE WITH OFFICE SEAL EMD PARTICULARS. 1. NAME AND ADDRESS OF THE FIRM 2. D.D. AMOUNT: Rs. 3. D.D. No. : Dated: 4. NAME OF THE BANK:
TAMILNADU STATE TRANSPORT CORPORATION (SALEM) LTD, SALEM – 636 007
SCHEDULE FOR SUPPLY OF : LEYLAND AIR FILTERS A(4) NOTE: This Rate schedule should be submitted in the Tender COVER -2 along with the schedule proforma – 3 Pages.
SL NO
ITEM CODE
ITEM DESCRIPTION UOM QTY. REQD.
RATE PER UNIT
REMARKS
1 VZE6011 BS II PRIMARY FILTER F8221200
NO 6000
2 VHE3476 BS II SAFETY FILTER F8221300 NO 4000
3 LC2303 AIR FILTER ELEMENT P3102640 FOR DRY TYPE AIR FILTER ( Retro fitment )
NO 1000
4 LC2305 BSIII AIR FILTER PRIMARY F8211200
NO 4000
5 LC2306 BSIII AIR FILTER SAFETY F8211300
NO 2000
6 BSIII CUMMINS AIR FILTER PRIMARY (278609139908)
NO 2000
7 BSIII CUMMINS AIR FILTER SAFETY (278609139909)
NO 1000
Note: 1. Test certificate from CIRT/IRT (or) Other standard institute to meet the specifications if tendered. 2. The above materials will be required in full qty/part thereof, as case may be from time to time within
contract period. 3. The samples shall be supplied separately along with tender Cover I (One) for each items, if in case the samples is not supplied/not satisfactory, the tender will be summarily rejected.
ACCEPTANCE: We have thoroughly read the terms and conditions mentioned by the Corporation. We hereby agree the terms and conditions for the supply of above materials. I/We agree to supply the above items at the rates noted against each on F. O. R. Destination ie., SALEM as per your requirements. STATION : SIGNATURE OF THE TENDERER DATE : WITH OFFICE SEAL EMD PARTICULARS. 1. NAME AND ADDRESS OF THE FIRM 2. D.D. AMOUNT: Rs. 3. D.D. No. : Dated: 4. NAME OF THE BANK:
TAMILNADU STATE TRANSPORT CORPORATION (SALEM) LTD, SALEM – 636 007
SCHEDULE FOR SUPPLY OF : FAN BELT A(5) NOTE: This Rate schedule should be submitted in the Tender COVER -2 along with the schedule proforma – 3 Pages. SL. NO
ITEM CODE
ITEM DESCRIPTION UOM QTY. REQD.
RATE PER UNIT
REMARKS
1 VHE9424 TN1325 HINO FAN BELT LATEST F0331250
NO 6000
2 LC2409 BSIII HINO FAN BELT X0301650
NO 2000
3 EZE8260 T/CUM 3911557 FANBELT C3935335(278615996302)
NO 2000
Note: 1. Test certificate from CIRT/IRT (or) Other Standard Institute to meet the specifications if tendered.
2. The above materials will be required in Full qty/part there of, as case may be from time to time within contract period.
3. Enclose proof of O.E.M. supply evidence of Ashok Leyland/Telco along with tender, otherwise
Tender will be summarily rejected.
4. The samples shall be supplied separately along with tender Cover I (One) for each items, if in case the samples is not supplied/not satisfactory, the tender will be summarily rejected. ACCEPTANCE: We have thoroughly read the terms and conditions mentioned by the Corporation. We hereby agree the terms and conditions for the supply of above materials. We/I agree to supply the above items at the rates noted against each on F. O. R. Destination ie., SALEM as per your requirements. Station : SIGNATURE OF THE TENDERER Date : WITH OFFICE SEAL EMD PARTICULARS. 1. NAME AND ADDRESS OF THE FIRM 2. D.D. AMOUNT: Rs. 3. D.D. No. : DATE: 4. NAME OF THE BANK:
TAMILNADU STATE TRANSPORT CORPORATION (SALEM ) LTD, SALEM – 636 007 SCHEDULE FOR SUPPLY OF : HINO CYLINDER LINERS A(6) NOTE: This Rate schedule should be submitted in the Tender COVER -2 along with the schedule proforma – 3 Pages). I. MILD INTERFERENCE FIT CYLINDER LINERS
Sl. NO
ITEM CODE
ITEM DESCRIPTION UOM QTY REQD.
RATE PER UNIT
REMARKS
1 VWE7509 HINO CYLINDER LINER X (X3404322)
NO 4000
2 VWE7510 HINO CYLINDER LINER ‘ Y’ (X3404422)
NO 4000
3 VWE7508 HINO CYLINDER LINER ‘‘W’ (X3404222)
NO 2000
4 VWE7511 HINO CYLINDER LINER ‘Z’ (X3404522)
NO 4000
Note: 1. Test certificate from CIRT/IRT (or) Other Standard Institute to meet the specifications if tendered. 2. The above materials will be required in Full qty / part there of,as case may be from time to time within
contract period. 3. Enclose proof of O.E.M. supply evidence of Ashok Leyland/Telco along with tender, otherwise tender
will be summarily rejected.
4. The samples shall be supplied separately along with tender Cover I (One) for each items, if in case the samples is not supplied/not satisfactory, the tender will be summarily rejected. ACCEPTANCE: We have thoroughly read the terms and conditions mentioned by the Corporation. We hereby agree the terms and conditions for the supply of above materials. I/We agree to supply the above items at the rates noted against each on F. O. R. Destination ie., SALEM as per your requirements. Station : SIGNATURE OF THE TENDERER Date : WITH OFFICE SEAL. EMD PARTICULARS. 1. NAME AND ADDRESS OF THE FIRM 2. D.D. AMOUNT: Rs. 3. D.D. No. : DATE: 4. NAME OF THE BANK:
TAMILNADU STATE TRANSPORT CORPORATION (SALEM ) LTD, SALEM – 636 007 SCHEDULE FOR SUPPLY OF : MAJOR GASKETS A (7) NOTE: This Rate schedule should be submitted in the Tender COVER -2 along with the schedule proforma – 3 Pages. SL NO
ITEM CODE
ITEM DESCRIPTION UOM QTY. REQD.
RATE PER UNIT
REMARKS
1 EZE8757 CUM. UPPER GASKET 885401012516
NO 200
2 EZE8522 CUM. VALVE DOOR GASKET 278605999928
NO 2400
3 EZE8763 CUM.LOWER ENGINE GASKET 27860199 9993
NO 200
4 VZE9435 HINO MULTI LAYER STEEL GASKET X1700813 BSII & BSIII
NO 2000
5 EZE8810 CUMMINS CYLINDER HEAD GASKET 278601999931
NO 100
6 BSIII CUMMINS CYLINDER HEAD GASKET (2786 0198 9906)
NO 100
7 CUM. BSIII UPPER GASKET TATA (TATA 00000130 )
NO 100
8 CUM.BSIII LOWER ENGINE GASKET (TATA 00000131)
NO 100
NOTE: 1.Test certificate from CIRT/IRT (or) Other Standard Institute to meet the specifications if tendered. 2.The above materials will be required in Full qty/part there of,as case may be from time to time within contract period. 3.Enclose proof of O.E.M. supply evidence of Ashok Leyland/Telco along with tender, otherwise tender will be summarily rejected.
4. The samples shall be supplied separately along with tender Cover I (One) for each items, if in case the samples is not supplied/not satisfactory, the tender will be summarily rejected. ACCEPTANCE: We have thoroughly read the terms and conditions mentioned by the Corporation. We hereby agree the terms and conditions for the supply of above materials. We/I agree to supply the above items at the rates noted against each on F. O. R. Destination ie., SALEM as per your requirements. Station : SIGNATURE OF THE TENDERER Date : WITH OFFICE SEAL EMD PARTICULARS. 1. NAME AND ADDRESS OF THE FIRM 2. D.D. AMOUNT: Rs. 3. D.D. No. : DATE: 4. NAME OF THE BANK:
TAMILNADU STATE TRANSPORT CORPORATION (SALEM ) LTD, SALEM – 636 007 SCHEDULE FOR SUPPLY OF: OIL SEALES A(8) NOTE: This Rate schedule should be submitted in the Tender COVER -2 along with the schedule proforma – 3 Pages.
SL. NO
ITEM CODE
ITEM DESCRIPTION UOM QTY/ Reqd.
Rate/Unit Remarks
1 CWR6188 REAR INNER OIL SEAL F2730200/300
NO 16000
2 CWR6167 REAR OUTER OIL SEAL F2730400/500
NO 16000
3 CWP4159 C.J.OIL SEAL F2731700/800
NO 2500
4 CWR4505 PINION OIL SEAL F2730110
NO 3000
5 LC0129 GEAR BOX OIL SEAL F2731100
NO 1000
6 LC0589 P8100627 TIMING CASE OIL SEAL F2749100
NO 400
7 VHE9445 VALVE GUIDE OIL SEAL F2749400 X2706400 BSIII
NO 12000
8 LC1889 FA90 MAIN AXLE OIL SEAL F2754200 BSIII
NO 1000
9 DANA AXLE PINION OIL SEAL P4900127
NO 2000
10 LC2277 ZFG/B OIL SEAL FRONT F2717600
NO 1000
11 LC2278 ZFG/B OIL SEAL REAR F2717500
NO 1000
12 VHE9430 P8101527 RR. END OIL SEAL F2749000
NO 400
13 EZF5420 1510 FR. WHEEL OIL SEAL 257633407801
NO 500
14 EZR6075 REAR OUTER OIL SEAL 266835607703
NO 2500
15 EZR7669 REAR INNER OIL SEAL 266835607705
NO 2500
16 TC0083 PINION OIL SEAL 257335307705
NO 1000
17 EZG6020 GEAR BOX OIL SEAL REAR 250526207802
NO 500
18 EZE8962 CUM.R/END OILSEAL C3925529(278618999914)
NO 100
19 EZE8957 CUM.T/CASE OIL SEAL C3900709(278618999965)
NO 100
20 EZP4203 TATA C.J.OIL SEAL 263241307801
NO 800
SL. NO
ITEM CODE
ITEM DESCRIPTION UOM QTY/ Reqd.
Rate/Unit Remarks
21 EZE9030 TATA GB TOP GEAR SHAFT OIL SEAL (LATEST)(250726257801)
NO 1200
22 HINO BSIII REAREND OIL SEAL (X2705100)
NO 200
23 HINO BSIII T/CASE OIL SEAL (X 270 6700)
NO 200
Note: 1. Test certificate from CIRT/IRT (or) Other Standard Institute to meet the specifications if tendered. 2. The above materials will be required in Full qty/part there of, as case may be from time to time
within contract period. 3. Enclose proof of O.E.M. supply evidence of Ashok Leyland/Telco along with tender, otherwise
tender will be summarily rejected.
4. The samples shall be supplied separately along with tender Cover I (One) for each items, if in case the samples is not supplied/not satisfactory, the tender will be summarily rejected. ACCEPTANCE: We have thoroughly read the terms and conditions mentioned by the Corporation. We hereby agree the terms and conditions for the supply of above materials. We/I agree to supply the above items at the rates noted against each on F. O. R. Destination ie., SALEM as per your requirements. Station : SIGNATURE OF THE TENDERER Date: WITH OFFICE SEAL EMD PARTICULARS. 1. NAME AND ADDRESS OF THE FIRM 2. D.D. AMOUNT: Rs. 3. D.D. No. : DATE: 4. NAME OF THE BANK:
TAMILNADU STATE TRANSPORT CORPORATION (SALEM ) LTD, SALEM – 636 007 SCHEDULE FOR SUPPLY OF : ENGINE OIL FILTERS A(9) NOTE: This Rate schedule should be submitted in the Tender COVER -2 along with the schedule proforma – 3 Pages.
SL. NO
ITEM CODE
ITEM DESCRIPTION UOM Qty. Reqd.
Rate/ Unit
Remarks
1 VZE6007 HINO ENGINE OIL FILTER ELEMENT WITH ‘O’ RING P3101540
NO 4800
2 VHE3482 BS II ENGINE OIL FILTER WITH ‘O’ RING X4001000
NO 16000
3 HINO BSIII ENGINE OIL FILTER WITH ‘O’ RING F7A01500
NO 8000
4 EZE8263 CUM.E.OIL FILTER WITH ‘O’ RING C3908615/278618139902
NO 2400
5 CUM BSIII E.OIL FILTER WITH ‘O’ RING 252718130145
NO 2000
Note: 1. Test certificate from CIRT/IRT (or) Other Standard Institute to meet the specifications if tendered. 2. The above materials will be required in Full qty/part there of, as case may be from time to time within contract period. 3. Enclose proof of O.E.M. supply evidence of Ashok Leyland/Telco along with tender, otherwise
tender will be summarily rejected.
4.The samples shall be supplied separately along with tender Cover I (One) for each items, if in case the samples is not supplied/not satisfactory, the tender will be summarily rejected. ACCEPTANCE: We have thoroughly read the terms and conditions mentioned by the Corporation. We hereby agree the terms and conditions for the supply of above materials. We/I agree to supply the above items at the rates notd against each on F. O. R. Destination ie., SALEM as per your requirements. Station : SIGNATURE OF THE TENDERER Date : WITH OFFICE SEAL. EMD PARTICULARS. 1. NAME AND ADDRESS OF THE FIRM 2. D.D. AMOUNT: Rs. 3. D.D. No. : DATE: 4.NAME OF THE BANK
TAMILNADU STATE TRANSPORT CORPORATION (SALEM ) LTD, SALEM – 636 007 SCHEDULE FOR SUPPLY OF DIESEL FILTERS A(10) NOTE: This Rate schedule should be submitted in the Tender COVER -2 along with the schedule proforma – 3 Pages. SL NO
ITEM CODE
ITEM DESCRIPTION UOM QTY REQD.
RATE PER UNIT
REMARKS
1 CWD0057 DIESEL PRE FILTER ELEMENT 1.1 LIT F4 000 700
NO 10000
2 CWD0062 DIESEL MICRO FILTER 1.1 Llt F4 000 800
NO 10000
3 EZE8208 CUMMINS DIESEL MICRO FILTER 2786 0911 9904
NO 4000
4 EZE9832 CUMMINS DIESEL PRE FILTER 278607989916
NO 4000
5 VHE9468 BS II FLEET GUARD DIESEL FILTER F8835100
NO 10000
6 VHE3585 BS II DIESEL FILTER STRAINER F8824500
NO 6000
7 CUMM. BSII DIESEL STRAINER 278609999920
NO 4000
Note: 1. Test certificate from CIRT/IRT (or) Other Standard Institute to meet the specifications if tendered. 2. The above materials will be required in Full qty/part there of, as case may be from time to time within contract period. 3. Enclose proof of O.E.M. supply evidence of Ashok Leyland/Telco along with tender, otherwise tender will be summarily rejected.
4.The samples shall be supplied separately along with tender Cover I (One) for each items, if in case the samples is not supplied/not satisfactory, the tender will be summarily rejected.
ACCEPTANCE: We have thoroughly read the terms and conditions mentioned by the Corporation. We hereby agree the terms and conditions for the supply of above materials. We/I agree to supply the above items at the rates noted against each on F. O. R. Destination ie., SALEM as per your requirements. Station : SIGNATURE OF THE TENDERER Date : WITH OFFICE SEAL. EMD PARTICULARS. 1. NAME AND ADDRESS OF THE FIRM 2. D.D. AMOUNT: Rs. 3. D.D. No. : DATE: 4. NAME OF THE BANK:
TAMILNADU STATE TRANSPORT CORPORATION (SALEM) LIMITED., SALEM - 7 SCHEDULE FOR THE SUPPLY OF: WHEEL BOLTS AND H.T FASTENERS A(11)
NOTE: This Rate schedule should be submitted in the Tender COVER -2 along with the schedule
proforma – 3 Pages.
SL. ITEM ITEM DESCRIPTION UOM Qty Rate/Unit Remarks
NO. CODE Reqd.
1 VYM8329 SPI ROUGH WHEEL NUT M22x2.5 F3569510
NO 1000
2 CWR6209 REAR AXLE STUD STD F37321151
NO 25000
3 CWR7421 REAR AXLE STUD I O/S NO 5000
4 VZF7176 VIK. FRONT HANGER BOLT M14X1.5X45
NO 10000
5 CWR7265 VIK. NUT FOR HANGER BOLT M14X1.5
NO 20000
6 CWR7286 HANGER BOLT LONG M14X1.5X60
NO 10000
7 CWP4170 LEY.C.J.BOLT 1 1/2 X1/2 NO 10000
8 LC0102 3/8 x 7/8 BSF FR.ENG.BED BOLT NO 5000
9 LC0183 GEAR BOX MOUNTING BOLT 1 1/4X3/8
NO 10000
10 LC0087 BRAKE DRUM BOLT M12 X 1.75 X 25
NO 3000
11 LC1137 6MM BOLT NO 5000
12 CWP4185 1/2 B.S.F.NUT NO 40000
13 CWP4227 1/2" BSF SELF LOCK NUT NO 15000
14 CWP4269 M12x7.5x75 SPG.FR.CARR.PL.BOLT
NO 1000
15 LC0280 1 3/4"x3/8" TIE ROD END SOCKET BOLT
NO 10000
16
CWR7270 COTTER BOLT ½ X2 ¾ BSF NO 15000
17 LC1372 M10 X1.5 6D EX-MA FOLD ST.NUT NO 5000
18 LC0040 3/8 NUT NO 10000
19 LC0189 5/16 NUT NO 10000
20 LC0390 1 X 3/8 BSF BOLT NO 5000
21 DYP4180 M10 X 1 X 30 C.J.BOLT NO 5000
-: 2 :-
SL. NO.
ITEM CODE
ITEM DESCRIPTION
UOM
Qty Reqd.
Rate/Unit
Remarks
22 M10 X 1.5 NUT FOR HANGER BOLT NO 2500
23 LCO183 M30 X 10 (4 FINGER FLY WHEEL BOLT) NO 8000
24 LC0390 ¾ X 3/8 BOLT FLY WHEEL BOLT NO 8000
25 LC1342 TATA FLY WHEEL BOLT 1 ¼ x 5/16 NO 5000
26 TATA FRONT HANGER BOLT M14 X 1.5 X 45 NO 5000
27 TATA RR HANGER BOLT M14 X 1.5 X 50
NO
2500
28 LC2362 LEY COVER ASSLY FINGER BOLT 1 ½ X 5/16
NO 10000
29 TC1193 TATA COVER ASSLY FINGER BOLT 2 ¼ X 5/16
NO 6000
Note 1. The above materials are to be supplied confirming ASRTU Specifications / Equivalent IS Specifications
2 Test certificate from CIRT/IRT (or) Other Standard Institute to meet the specifications if tendered.
3 The above materials will be required in Full qty/part "here of," as case may be from time to time
within contract period.
4 Enclose proof of O.E.M. supply evidence of Ashok Leyland/Telco "along with tender, otherwise tender will be summarily rejected.
5. The samples shall be supplied separately along with tender Cover I (One) for each items, if in case the samples is not supplied/not satisfactory, the tender will be summarily rejected. ACCEPTANCE : We have thoroughly read the terms and conditions mentioned by the Corporation. We hereby agree the terms and conditions for the supply of above materials. We/I agree to supply the above items at the rates noted against each on F. O. R. "Destination ie., SALEM as per your requirements.
Station : SIGNATURE OF THE TENDERER Date : WITH OFFICE SEAL. EMD PARTICULARS. 1. NAME AND ADDRESS OF THE FIRM 2. D.D. AMOUNT: Rs. 3. D.D. No. : DATED: 4. NAME OF THE BANK:
TAMILNADU STATE TRANSPORT CORPORATION (SALEM ) LTD, SALEM – 636 007 SCHEDULE FOR SUPPLY OF : HINO & BS II ENGINE SPARES A (12) NOTE: This Rate schedule should be submitted in the Tender COVER -2 along with the schedule proforma – 3 Pages.
SL. No.
ITEM CODE
ITEM DESCRIPTION UOM QTY./ REQD
Rate/ Unit
Remarks
1 VWE7468 BS II RADIATOR ASSLY.WITH INTER COOLER B1123804 NO 200
2 BS II RADIATOR ASSLY.WITH OUT INTER COOLER B1123804 NO 200
3 VHE9550 BS II RADIATOR INTER COOLER X7463200 NO 200
4 LC0010 REAR END OIL SLEEVE F3424915 NO 400
5 LC0875 6D VALVE ROCKER ARM LHP8100124 / F3 210 322
NO 1200
6 VHE3462 P8100224 VALVE ROCKERARM RH F3 210 422 NO 1200
7 LC0839 6D VALVE ADJ. SCREW X3507615 NO 2000
8 LC1522 8x1 ROCKER ARM SCREW NUT F3 586 215 NO 3000
9 LC0198 ENGINE OIL FLEXIBLE TUBE F1 932 250 NO 3000
10 LC1713 F3438515 HINO VALVE SPLIT CONE NO 1000
11 VHE9982 BS II FAN LEAF ASSLY. X7000200 NO 200
12 LC1696 HINO VALVE TAPPET BUSH F4330722 ST 80
13 CWE9932 B7015001/B7015004 VALVE PUSH ROD NO 1000
14 VHE9707 6D ENGINE CAMBUSH KIT P0915451 ST 100
15 LC1824 BS II THERMOSTAT VALVE X7468900 NO 600
16 VHE3548 BS II SILENCER MUFFLER BIG B5102106 NO 100
.. 2 ..
-: 2 :-
SL. No.
ITEM CODE
ITEM DESCRIPTION UOM QTY./ REQD
Rate/ Unit
Remarks
17 CWR4458 DIFF.THRUST WASHER SET P3101749 NO 600
18 LC2142 BS II ALTERNATOR BED F7103622 NO 50
19 LC2143 TURBO STUD F3769515 NO 1000
20 LC2144 TURBO STUD NUT F3568615 NO 2000
21 LC2199 OIL PIPE TURBO INLET B8746901 NO 100
22 LC2200 OIL PIPE TURBO OUTLET X1965810 NO 100
23 VHE9723 6D AIR VENT.HOSE B7015701 NO 1000
24 EZE9362 TATA CUM RADIATOR ASSLY (2786 5010 0337) NO 200
25 EZE0224 TATA INTER COOLER ONLY (2786 1460 9938) NO 200
26 LC2293 ZF SYN G/BOX FR .FLANGE F7100922 NO 100
27 VZG4258 ZF SYN G/BOX. MAIN SHAFT F3309611 NO 100
28 VZG4264 ZF SYN G/BOX. TOP GEAR SHAFT F3347011 NO 200
29 LC2378 ZF SYN G/BOX. TOP GEAR SHAFT F3307511 NO 100
30 4F CLUTCH RELEASER ASSLY B140220201 NO 300
31 CYG3327 G/B MAIN SHAFT FLANGE F1431022 NO 200
32 VZG4419 G/B MAIN SHAFT TOP FLANGE F0430722 NO 200
33 VZG4246 G/B 13 TOP GEAR SHAFT F3345011 NO 200
34 HINO BSIII RADIATOR WITH INTERCOOLER (B1V02402) NO 200
35 HINO BSIII RADIATOR ONLY (FD000444) NO 200
36 HINO BSIII INTER COOLER ONLY (F8K00300) NO 200
37 HINO BSIII TOP TANK NO 200 38 HINO BSIII DEAIRATION TANK NO 200
39 TATA BSIII INTER COOLER ONLY (2786 1460 9910 ) NO 100
40 TATA BSIII RADIATOR ONLY (2786 5010 0375) NO 100
-3-
3
SL. No.
ITEM CODE
ITEM DESCRIPTION UOM QTY./ REQD
Rate/ Unit
Remarks
41 HINO BSII RADIATOR TOP TANK ALKRAFT MAKE BANCO MAKE TATA TOYO MAKE NO
EACH 200
42 TATA BSIII RADIATOR TANK ALKRAFT MAKE BANCO MAKE TATA TOYO MAKE NO
EACH 200
43 HINO BSII RADIATOR DEAIRATION TANK NO 100
44 TATA BSIII RADIATOR DEAIRATION TANK NO 100
Note:
1. Test certificate from CIRT/IRT (or) Other Standard Institute to meet the specifications if tendered. 2. The above materials will be required in Full qty/part there of, as case may be from time to time within
contract period. 3. Enclose proof of O.E.M. supply evidence of Ashok Leyland/Telco along with tender, otherwise tender
will be summarily rejected.
4. The samples shall be supplied separately along with tender Cover I (One) for each items, if in case the samples is not supplied/not satisfactory, the tender will be summarily rejected.
ACCEPTANCE: We have throughly read the terms and conditions mentioned by the Corporation. We hereby agree the terms and conditions for the supply of above materials. We/I agree to supply the above items at the rates noted against each on F. O. R. Destination ie., SALEM/DHARMAPURI as per your requirements. Station : SIGNATURE OF THE TENDERER Date : WITH OFFICE SEAL.
EMD PARTICULARS. 1. NAME AND ADDRESS OF THE FIRM 2. D.D. AMOUNT: Rs. 3. D.D. No. : DATED: 4. NAME OF THE BANK:
TAMIL NADU STATE TRANSPORT CORPORATION (SALEM) LTD., SALEM - 636 007. SCHEDULE FOR SUPPLY OF : BRAKE LININGS, CLUTCH FACINGS
A(13) NOTE: This Rate schedule should be submitted in the Tender COVER -2 along with the schedule proforma – 3 Pages).
SL NO
ITEM CODE
ITEM DESCRIPTION UOM QTY. REQD
RATE/ UNIT
REMARKS
1 VYB5548 FRONT STD 10 HOLES TVS/ALRF/5/1&2 ST 1500
2 VYB5526 FRONT I O/S.10 HOLES TVS/ALRF/5/1& ST 1500
3 VYB5560 FRONT IIO/S.10 HOLES TVS/ALRF/5/1& ST 1200
4 VYB5564 FRONT III O/S10 HOLES TVS/ALRF/5/1 ST 1000
5 VYB6515 REAR STD 10 HOLES TVS/ALRF/7/1&2 ST 1800
6 VYB6358 REAR I O/S. 10 HOLES TVS/ALRF/7/1& ST 1800
7 VYB6667 REAR II O/S.10 HOLES TVS/ALRF/7/1& ST 1400
8 VYB6673 REAR III O/S10 HOLES TVS/ALRF/7/1& ST 1000
9 EZB5172 FRONT STD 257342130124 / TT/TP/SM/STD ST 400
10 EZB6160 FRONT I O/S.257342130125/TT/TP/SM/1 1MM
ST 500
11 EZB6180 FRONT II O/S.257342130126/TT/TP/SM/ 2MM ST 300
12 TATA FR BR. LINING III O/S TT/TP/SM/1 3 MM
ST 300
13 EZB6140 REAR STD 257342330124/TT/TP/SM/2 ST ST 400
14 EZB6176 REAR I O/S.257342330125/TT/TP/SM/2 1MM ST 400
15 EZB6186 REAR II O/S.257342330126/TT/TP/SM/2 2MM ST 300
16 TATA RR BR LINING III O/S TT/TP/SM/2 3 MM
ST 300
17 VYB6363 BRASS RIVETS L10 LONG LENGTH (80Nos./Set
ST 20000
18 VZC1030 LEYLAND VIKING 14" CLUTCH FACING 40 HOLES P1700114
ST 3000
19 LC1112 ALUMINIUM RIVETS FOR CLUTCH FACING 40 HOLES (SUITABLE FOR ABOVE CLUTCH FACING)
ST 3000
20 TATA 330 DIA CLUTCH FACING CERAMIC WITH RIVETS
ST 1200
21 LC2369 LEYLAND FRONT BRAKE LINING 6” STD LATEST P1609354
ST 1000
22 LEYLAND FRONT BRAKE LININGS I st O/s 6” LATEST P1609454
ST 1000
23 FRONT BR.LIINING 2nd O/S 6” LATEST P1609554
ST 1000
24 FRONT BR.LIINING 3rd O/S 6” LATEST P1609654
ST 1000
25 LEYLAND BSIII FRONT BRAKE LINING STD 7” (P3616751)
ST 1000
SL NO
ITEM CODE
ITEM DESCRIPTION UOM QTY. REQD
RATE/ UNIT
REMARKS
26 LEYLAND BSIII FRONT BRAKE LINING I O/S 7” (P3616851)
ST 1000
27 LEYLAND BSIII FRONT BRAKE LINING II O/S 7” (P3616951)
ST 1000
28 LEYLAND BSIII REAR BRAKE LINING STD 8” (P3617151)
ST 1000
29 LEYLAND BSIII REAR BRAKE LINING I O/S 8” (P3617251)
ST 1000
30 LEYLAND BSIII REAR BRAKE LINING II O/S 8” (P3617351)
ST 1000
31 CERAMIC PAD WITH RIVET FOR TATA 352MM CLUTCH DISC
ST 1000
Note: 1. The above materials are to be supplied confirming ASRTU Specifications / Equivalent IS
speciations. 2. Test certificate from CIRT/IRT (or) Other Standard Institute to meet specifications if tendered. 3. The above materials will be required in Full qty/part there of, as case may be from time to time
within contract period. 4. Enclose proof of O.E.M. supply evidence of Ashok Leyland/Telco along with tender, otherwise tender
will be summarily rejected.
5. The samples shall be supplied separately along with tender Cover I (One) for each items, if in case the samples is not supplied/not satisfactory, the tender will be summarily rejected. ACCEPTANCE: We have thoroughly read the terms and conditions mentioned by the Corporation. We hereby agree the terms and conditions for the supply of above materials. We/I agree to supply the above items at the rates noted against each on F. O. R. Destination ie., SALEM as per your requirements. Station : SIGNATURE OF THE TERNDERER WITH OFFICE SEAL. DATE : EMD PARTICULARS. 1. NAME AND ADDRESS OF THE FIRM 2. D.D. AMOUNT: Rs. 3. D.D. No. : DATE: 4. NAME OF THE BANK:
TAMIL NADU STATE TRANSPORT CORPORATION (SALEM) LTD., SALEM - 636 007. SCHEDULE FOR SUPPLY OF : CLUTCH DISCS A(14) NOTE: This Rate schedule should be submitted in the Tender COVER -2 along with the schedule proforma – 3 Pages).
SL NO
ITEM CODE
ITEM DESCRIPTION UOM QTY. REQD
RATE/ UNIT
REMARKS
1 VZC1019 LEYLAND VIKING 14" CLUTCH PLATE B1300206 (6 COIL SPRING)
NO 2000
2 LEYLAND VIKING 14" CLUTCH PLATE B1300210 (8 COIL SPRING)
NO 2000
3 VZC1200 R/DES B1301503S/A OF W/DR PLATE (4 FINGER W/D PAD)
NO 2000
4 HINO BSIII CLUTCH DISC NO 1500
5 EZC7770 TATA CLUTCH DISC ASSEMBLY 330 DIA (276325200116) CERAMIC
NO 1200
6 CUMMINS BSIII CLUTCH DISC 352MM 2752 2520 0106
NO 1000
7 EZC7740 TATA CLUTCH COIL SPRING KIT 272425408704
NO 1000
8 CWC2528 HINO 4FIN.CLUTCH MAJOR KIT P0941651 (WITH COIL SPRING)
NO 1000
9 HINO 4 FIN. CLUTCH PRESSURE PLATE F3032422
NO 1000
10 HINO 4 FIN. CLUTCH FACE PLATE F7202322
NO 1000
11 HINO 4 FIN. CLUTCH SPRING F3646910
NO 1000
12 HINO 4 FIN. CLUTCH RETAINER SPRING B1301504
NO 1000
13 TATA CUM.CLUTCH FIN.KIT 2724 2540 0111
NO 1000
14 TATA CUM.CLUTCH COLLECTOR RING 2724 2540 8601
NO 1000
15 TATA CUM.CLUTCH PRESSURE PLATE 2724 2540 0109
NO 1000
16 TATA CUM.CLUTCH FACE PLATE NO 1000
17 TATA CUM.352MM CLUTCH PRESSURE PLATE 2754 2540 0114
NO 1000
18 TATA CUM.352MM CLUTCH FIN.KIT 2754 2540 0110
NO 1000
19 TATA CUM.352MM CLUTCH SPRING KIT 2754 2540 0111
NO 1000
20 TATA CUM.352MM CLUTCH COLLECTOR RING
NO 1000
21 HINO FLY WHEEL STARTER RING F0741922
NO 600
22 CUM.FLY WHEEL STARTER RING 278603999989
NO 600
Note: 1. The above materials are to be supplied confirming ASRTU Specifications / Equivalent IS
speciations.
2. Test certificate from CIRT/IRT (or) Other Standard Institute to meet specifications if tendered. 3. The above materials will be required in Full qty/part there of, as case may be from time to time
within contract period. 4. Enclose proof of O.E.M. supply evidence of Ashok Leyland/Telco along with tender, otherwise tender
will be summarily rejected.
5. The samples shall be supplied separately along with tender Cover I (One) for each items, if in case the samples is not supplied/not satisfactory, the tender will be summarily rejected. ACCEPTANCE: We have thoroughly read the terms and conditions mentioned by the Corporation. We hereby agree the terms and conditions for the supply of above materials. We/I agree to supply the above items at the rates noted against each on F. O. R. Destination ie., SALEM as per your requirements. Station : SIGNATURE OF THE TERNDERER WITH OFFICE SEAL. DATE : EMD PARTICULARS. 1. NAME AND ADDRESS OF THE FIRM 2. D.D. AMOUNT: Rs. 3. D.D. No. : DATE: 4. NAME OF THE BANK:
TAMIL NADU STATE TRANSPORT CORPORATION (SALEM) LTD SALEM - 636 007. SCHEDULE FOR SUPPLY OF : BALL & ROLLER BEARINGS. A(15) NOTE: This Rate schedule should be submitted in the Tender COVER -2 along with the schedule proforma – 3 Pages.
SL NO
ITEM CODE
ITEM DESCRIPTION UOM QTY. REQD
RATE/ UNIT
REMARKS
1 CWR6036 REAR WHEEL INNER BEARING F0230110
NO 1800
2 CWR6020 REAR WHEEL OUTER BEARING F0230310
NO 1800
3 CYG3285 G/BOX MAIN SHAFT BALL BEARING F0230810
NO 1500
4 CYG4142 G/BOX COUNTER SHAFT BALL BEARING F0230610
NO 1000
5 VYF5512 FRONT OUTER BEARING 5 TON F0232810
NO 1500
6 VYF5507 FRONT INNER BEARING 5 TON F0232910
NO 1000
7 CWR4395 PINION PILOT BEARING F0231610
NO 1000
8 CYG3306 G/BOX SPIGOTTED BEARING F0230910
NO 1000
9 LC1195 HINO FLY WHEEL BEARING (6203 2RS)F0245410
NO 1500
10 CWR4348 PINION ROLLER BEARING F0230010
NO 500
11 LC1569 CLUTCH RELEASER BEARING(4FINGER)F0253510
NO 1000
12 CWP4580 BS II C.J BEARING ASSLY (P4501139) LATEST
NO 3000
13 EZF5016 FRONT WHEEL OUTER BEARING 257633403103
NO 200
14 DYF5432 FRONT WHEEL INNER BEARING 257633403101
NO 200
15 EZR7327 REAR WHEEL OUTER BEARING1312 257335603103
NO 200
16 EZR7332 REAR WHEEL INNER BEARING 1312 25763560310
NO 200
17 EZP4114 CENTRE JOINT BEARING 257441303105
NO 500
18 DYC2150 CLUTCH RELEASER BEARING 257525603103
NO 600
19 EZR7572 CROWN SIDE BEARING 257335303104
NO 150
20 EZR7391 PINION SIDE BEARING 206035303101
NO 150
SL NO
ITEM CODE
ITEM DESCRIPTION UOM QTY. REQD
RATE/ UNIT
REMARKS
21 EZR7482 PINION PILOT BEARING 257335303109
NO 150
22 EZG3844 G/B MAIN SHAFT BALL BEARING 250526203106 (QJ309)
NO 300
23 EZG3850 G/B MAIN SHAFT ROLLER BEARING 250526203105/0009811201
NO 300
24 EZG4020 G/B C/S ROLLER BEARING 250526303104
NO 300
25 DYG2041 G/B DRIVE SHAFT SPICOT BEARING 2505 2625 3108
NO 300
26 TC1067
G/B ROLLER BEARING 250526203129/NUP309N
NO 300
27
TC1049
G/B SPIGOT BEARING 250526253118 NO 300
28 TC1080 TATA CENTRE JOINT BEARING LATEST 263241300105
NO 300
29 EZG3865 TATA GB4 GEAR NEEDLE BEARING 2505 2620 3123
NO 300
30 EZG3886 TATA GBII & III GEAR NEEDLE BEARING 2505 2620 3103
NO 300
31 XYL5285 DYNAMO BEARING 9030-1690 (6202)
NO 300
32 XYL5332
ALTERNATOR BEARING 9030-1689
NO 600
33
EC1099
DE BEARING 26215148 NO 150
34 XYL9968 DE BEARING 26211092 NO 300
35 EC1094 SRE BALL BEARING 26211364
NO 180
36 TC0946 TATA CUM FLY WHEEL BEARING (2786 0399 9945)
NO 400
37 VZG4515 ZFT/G SHAFT ROLLER BEARING F0242610
NO 300
38 LC2261 ZF5TH NEEDLE ROLLER BEARING F0254910
NO 300
39 LC2344 ZFM/S 3RD NEEDLE ROLLER BEARINGF0254810
NO 300
40 LC2262 ZF T/G SPIGOT BEARINGF0242510 NO 300
SL NO
ITEM CODE
ITEM DESCRIPTION UOM QTY. REQD
RATE/ UNIT
REMARKS
41 LC2358 ZFC/S TAPPER ROLLER BEARING F0248610
NO 300
42 TATA CUM CJ BEARING BSIII (TATA 00000668)
NO 250
43 CUM BSIII CLUTCH RELEASER BEARING(2752 2540 0110)
NO 200
44 CUM BSII TOPGEAR SHAFT BEARING (2691 2620 3103/2691 2625 3105)
NO 200
Note: 1. The above materials are to be supplied confirming ASRTU Specifications / Equivalent IS
Specifications. 2. Test certificate from CIRT/IRT (or) Other Standard Institute to meet the specifications if tendered. 3. The above materials will be required in Full qty/part there of, as case may be from time to time
within contract period. 4. Enclose proof of O.E.M. supply evidence of Ashok Leyland/Telco along with tender, otherwise
tender will be summarily rejected.
5. The samples shall be supplied separately along with tender Cover I (One) for each items, if in case the samples is not supplied/not satisfactory, the tender will be summarily rejected. ACCEPTANCE: We have thoroughly read the terms and conditions mentioned by the Corporation. We hereby agree the terms and conditions for the supply of above materials. We/I agree to supply the above items at the rates noted against each on F. O. R. Destination ie., SALEM as per your requirements. Station : SIGNATURE OF THE TENDERER Date : WITH OFFICE SEAL. EMD PARTICULARS. 1. NAME AND ADDRESS OF THE FIRM 2. D.D. AMOUNT: Rs. 3. D.D. No. : DATED: 4. NAME OF THE BANK:
MIL NADU STATE TRANSPORT CORPORATION (SALEM) LTD SALEM - 636 007. SCHEDULE FOR SUPPLY OF : TIE ROD END & DRAG LINK ASSEMBLY, REPAIR KIT & SPARES. A(16) NOTE: This Rate schedule should be submitted in the Tender COVER -2 along with the schedule proforma – 3 Pages). SL NO
ITEM CODE
ITEM DESCRIPTION UOM REQD. QTY
RATE/ UNIT
REMARKS
LEYLAND FA90 FRONT AXLE ASSLY BS II
1 LC2041 END SOCKET LH (P2409639) NO 100
2 LC2040 END SOCKET RH (P2409539) NO 100
3 CWS2770 TIE ROD END REPAIR KIT P2406551
NO 1200
4 CWS2771 PULL AND PUSH ROD REPAIR KIT P2405051
NO 1200
TATA FRONT AXLE
5 EZS0029 TIE ROD END REPAIR KIT 000 3300 003J
NO 600
6 EZS2141 DRAG LINK REPAIR KIT 260846000121
NO 600
7
CUM BSIII TIE ROD END REPAIR KIT
NO 300
8 CUM BSIII DRAG LINK REPAIR KIT
NO 300
9 TIE ROD END SOCKET LH
NO 100
10 TIE ROD END SOCKET RH
NO 100
.. 2 ..
-: 2 :-
Note: 1. Test certificate from CIRT/IRT (or) Other Standard Institute to meet the specifications if tendered.
2.The above materials will be required in Full qty/part there of, as case may be from time to time within contract period. 3. Enclose proof of O.E.M. supply evidence of Ashok Leyland/Telco along with tender, otherwise 4.The samples shall be supplied separately along with tender Cover I (One) for each items, if in case the samples is not supplied/not satisfactory, the tender will be summarily rejected.
ACCEPTANCE: We have thoroughly read the terms and conditions mentioned by the Corporation. We hereby agree the terms and conditions for the supply of above materials. We/I agree to supply the above items at the rates noted against each on F. O. R. Destination ie., SALEM as per your requirements. Station : SIGNATURE OF THE TENDERER
WITH OFFICE SEAL Date : EMD PARTICULARS. 1. NAME AND ADDRESS OF THE FIRM 2. D.D. AMOUNT: Rs. 3. D.D. No. : DATE: 4. NAME OF THE BANK:
TAMIL NADU STATE TRANSPORT CORPORATION (SALEM) LIMITED, SALEM - 636 007
SCHEDULE FOR SUPPLY OF: PROPELLER SHAFT COMPONENTS & U.J.KITS A(17) NOTE: This Rate schedule should be submitted in the Tender COVER -2 along with the schedule proforma – 3 Pages.
SL NO
ITEM CODE
ITEM DESCRIPTION UOM QTY. REQD.
RATE/ UNIT
REMARKS
1 VYP4228 U.J. KIT F4130211 NO 3600
2 LC2091 FLANGE YOKE BS II (P4501932) NO 500
3 CWP4560 SLIP YOKE ASSLY BS II (P4503139)
NO 500
4 LC2096 C.J. TUBE YOKE BS II (P4500432) NO 500
5 LC2167 LEY.CENTRE JOINT U.J CROSS SPIDER CUP WITH NEEDLE BEARING SUITABLE FOR F4130211 U.J KIT
NO 12000
6 LC2168 CIRCLIP SUITABLE FOR F4130211 U.J KIT (1SET=4Nos.)
ST 12000
7 LC2296 BS II MILLING TEETH 3 1 /2” (P4502433)
NO 200
8 LC2297 BS II BEARING SHAFT 3 1 /2” (P4502533)
NO 200
9 LC2318 BEARING SHAFT NUT (P4500835)
NO 250
10 CWP4390 COMPANION FLANGE (P4500514)
NO 100
11 TATA.C.J.SPIDER KIT885441211612
NO 200
Note: 1. The above materials are to be supplied confirming ASRTU Specifications / Equivalent IS Specifications.
2. Test certificate from CIRT/IRT (or) Other Standard Institute to meet the specifications if tendered. 3. The above materials will be required in Full qty/part there of, as case may be from time to time
within contract period. 4. Enclose proof of O.E.M. supply evidence of Ashok Leyland/Telco along with tender, otherwise
tender will be summarily rejected. 5. The samples shall be supplied separately along with tender Cover I (One) for each items, if in case the samples is not supplied/not satisfactory, the tender will be summarily rejected.
ACCEPTANCE: We have thoroughly read the terms and conditions mentioned by the Corporation. We hereby agree the terms and conditions for the supply of above materials.
We/I agree to supply the above items at the rates noted against each on F. O. R. Destination ie., SALEM as per your requirements. Station : SIGNATURE OF THE TENDERER
WITH OFFICE SEAL. Date : EMD PARTICULARS. 1. NAME AND ADDRESS OF THE FIRM 2.D.D.AMOUNT:Rs. 3. D.D.No: DATE: 4. NAME OF THE BANK:
TAMIL NADU STATE TRANSPORT CORPORATION (SALEM) LIMITED, SALEM - 636 007 SCHEDULE FOR SUPPLY OF : BRAKE DRUMS A(18) NOTE: This Rate schedule should be submitted in the Tender COVER -2 along with the schedule proforma – 3 Pages. SL NO
ITEM CODE
ITEM DESCRIPTION UOM QTY. REQD.
RATE/ UNIT
REMARKS
1 VYB6625 LEYLAND SPIGOTTED FRONT BRAKE DRUM F1869222
NO 1000
2 VYB6520 LEYLAND SPIGOTTED REAR BRAKE DRUM F1869022
NO 1200
3 EZB6663 TATA 1312 CUMMINS BRAKE DRUM 257542303705
NO` 600
4 LEY BRAKEDRUM FRONT LATEST (F1875722)
NO 600
5 LEY BSIII FRONT BRAKE DRUM(F1869022)
NO 800
6 LEY BSIII REAR BRAKE DRUM(F1879722)
NO 800
Note: 1. The above materials are to be supplied confirming latest SRTU Specifications / Equivalent IS
Specifications AS:18:66:JUN:2003.
2. Test certificate from CIRT/IRT (or) Other Standard Institute to meet The specifications if tendered. 3. The above materials will be required in Full qty/part there of, as case may be from time to time
within contract period. 4. Enclose proof of O.E.M. along with tender. 5. The samples shall be supplied separately along with tender Cover I (One) for each items, if in case the samples is not supplied/not satisfactory, the tender will be summarily rejected.
ACEPTANCE: We have thoroughly read the terms and conditions mentioned by the Corporation. We hereby agree the terms and conditions for the supply of above materials. Station : SIGNATURE OF THE TENDERER
WITH OFFICE SEAL. Date : EMD PARTICULARS: 1. NAME AND ADDRESS OF THE FIRM 2. D.D. Amount : Rs. 3. D.D.No. : Dated: 4. Name of the Bank:
TAMIL NADU STATE TRANSPORT CORPORATION (SALEM) LIMITED. SALEM - 636 007. SCHEDULE FOR SUPPLY OF : POWER STEERING ITEMS A(19)
NOTE: This Rate schedule should be submitted in the Tender COVER -2 along with the schedule proforma – 3 Pages.
SL NO
ITEM CODE
ITEM DESCRIPTION UOM REQD. QTY
RATE/ UNIT
REMARKS
1 CWS2474
POWER STEERING SIDE COVER 42100104/114
NO 200
2 CWS2521 THRUST BEARING KIT 69053204/03
NO 100
3 CWS2427
ROLLER BEARING 69015101
NO 50
4 LC1964 PUMP SEAL KIT 30220106 NO 200
5 CWS2812 FILTER LATEST 42200007 NO 5000
6 CWS2783
CATRIDGE ASSLY 41320702/07
NO 50
7 EZS2225 MAJOR KIT 42100107 NO 10
8 CWS2233 STEERING U.J ASSY. 3 /4 “X 3 /4” 30320001
NO 200
9 CWS2301 POWER STEERING FILTER SHORT 41200006
NO 4000
10 CWS2814 MINOR SEAL KIT 42100115 NO 500
Note: 1. Test certificate from CIRT/IRT (or) Other Standard Institute to meet the specifications if tendered.
2. The above materials will be required in Full qty/part there of, as case may be from time to time within contract period.
3. Enclose proof of O.E.M. supply evidence of Ashok Leyland/Telco along with tender, otherwise Tender will be summarily rejected.
The samples shall be supplied separately along with tender Cover I (One) for each items, if in case the samples is not supplied/not satisfactory, the tender will be summarily rejected.
ACCEPTANCE: We have thoroughly read the terms and conditions mentioned by the Corporation. We hereby agree the terms and conditions for the supply of above materials. We/I agree to supply the above items at the rates noted against each on F. O. R. Destination ie., SALEM as per your requirements. Station : SIGNATURE OF THE TENDERER
WITH OFFICE SEAL Date : EMD PARTICULARS. 1. NAME AND ADDRESS OF THE FIRM 2. D.D. AMOUNT: Rs. 3. D.D. No. : DATE: 4. NAME OF THE BANK
TAMIL NADU STATE TRANSPORT CORPORATION (SALEM) LIMITED. SALEM - 7
SCHEDULE FOR SUPPLY OF : AUTOMOTIVE BATTERIES A(20) NOTE: This Rate schedule should be submitted in the Tender COVER -2 along with the schedule
proforma – 3 Pages)
SL NO
ITEM CODE
ITEM DESCRIPTION UOM QTY. REQ
RATE/ UNIT
REMARKS
1 BVX068 12V 21 PLATE 150 AH NEW BATTERY MULTI LID
NO 3000
2 12V 21 PLATE 150 AH NEW BATTERY MONO LID
NO 3000
3 BVX081 12V 25 PLATE 180 AH NEW BATTERY MULTI LID
NO 3000
4 12V 25 PLATE 180 AH NEW BATTERY MONO LID
NO 3000
5 BVX078 12V 11 PLATE 75 AH NEW BATTERY MULTI LID
NO 100
6 12V 11 PLATE 75 AH NEW BATTERY MONO LID
NO 100
7 BVX048 12V 13 PLATE 90 AH NEW BATTERY MULTI LID
NO 50
8 12V 13 PLATE 90 AH NEW BATTERY MONO LID
NO 50
Note: 1.The above materials are to be supplied confirming ASRTU Specifications / Equivalent IS Specifications.
2. Test certificate from CIRT/IRT (or) Other Standard Institute to meet the specifications if tendered. 3. The above materials will be required in Full qty/part there of, as case may be from time to time within contract period. 4. Enclose proof of O.E.M. supply evidence of Ashok Leyland/Telco along with tender, otherwise tender will be summarily rejected.
5. The quoted rate are to be fixed rate for one year. This should be specified in the Cover I itself. ACCEPTANCE: We have thoroughly read the terms and conditions mentioned by the Corporation. We hereby agree the terms and conditions for the supply of above materials. We/I agree to supply the above items at the rates noted against each on F. O. R. Destination ie., SALEM as per your requirements. Station : Date : SIGNATURE OF THE TENDERER
WITH OFFICE SEAL. EMD PARTICULARS. 1. NAME AND ADDRESS OF THE FIRM 2. D.D.AMOUNT:Rs. 3. D.D.No: DATE: 4. NAME OF THE BANK:
TAMILNADU STATE TRANSPORT CORPORATION (SALEM) LTD, SALEM-636 007 SCHEDULE FOR SUPPLY OF WATER PUMP ASSEMBLY AND SPARES(For Leyland,Hino and Tata)
A(21)
NOTE: This Rate schedule should be submitted in the Tender COVER -2 along with the schedule proforma – 3 Pages.
SL. NO
ITEM CODE
ITEM DESCRIPTION UOM QTY. REQD.
RATE PER UNIT
REMARKS
1 VHE9432 BS II ENGINE WATER PUMP ASSLY. B7016011
NO 300
2 VHE9975 BS II W.P MAJOR KIT P2606751
NO 2000
3 EZE8386 CUM.WATER PUMP ASSLY.3928396/278620999959
NO 200
4 EZE9352 CUM.W/P REP.KIT MAJOR 3802632
NO 500
5 HINO BSIII WATER PUMP KIT(WK722)
NO 400
6 CUM. BSIII W/P REP.KIT MAJOR (WK451WB)
NO 200
7 HINO BSIII WATER PUMP ASSLY. (B8760406)
NO 200
8 HINO BSIII WATER PUMP ASSLY (ECU)VEHICLE (B8763401)
NO 100
9 TATA BSIII WATER PUMP ASSLY
NO 100
10 EZE9348 CUM.FAN BELT TENSIONER 278615999902
NO 300
Note: 1. The above materials are to be supplied confirming latest ASRTU Specifications/ Equivalent IS Specification. 2. Test certificate from CIRT/IRT (or) Other standard institute to meet the specifications if tendered. 3. The above materials will be required in full qty/part therof, as case may be from time to time within contract period. 4. Samples should be enclosed along with the tender
ACCEPTANCE: We have thoroughly read the terms and conditions mentioned by the Corporation. We/I hereby agree the terms and conditions for the supply of above materials. I / We agree to supply the above items at the rates noted against each on F. O. R. Destination ie., SALEM as per your requirements. STATION: SIGNATURE OF THE TENDERER DATE: WITH OFFICE SEAL EMD PARTICULARS. 1. NAME AND ADDRESS OF THE FIRM 2. D.D. AMOUNT: Rs. 3. D.D. No. : Date: 4. NAME OF THE BANK:
TAMILNADU STATE TRANSPORT CORPORATION (SALEM) LIMITED, SALEM- 7
SCHEDULE FOR SUPPLY OF: HEAD LIGHT ASSLY/HEAD LIGHT SEALED BEAM
UNIT A(22)
NOTE: This Rate schedule should be submitted in the Tender COVER -2 along with the schedule
proforma – 3 Pages). Sl NO
ITEM CODE
ITEM DESCRIPTION UOM QTY. REQD.
RATE PER UNIT
REMARKS
1 CWL8000 HEAD LIGHT ASSLY LUCAS TYPE F2340200/B7813904
NO 650
2 CWL8021 HEAD LIGHT REFLECTOR SUITABLE FOR HALOGEN BULBS P36T,P45T,P43T 82075360033
NO 5000
Note:1. The above materials are to be supplied confirming ASRTU Specifications / Equivalent IS
Specifications. 2. Test certificate from CIRT/IRT (or) Other Standard Institute to meet the specifications if tendered. 3. The above materials will be required in Full qty/part there of, as case may be from time to time within
contract period. 4. Enclose proof of O.E.M. supply evidence of Ashok Leyland/Telco along with tender, otherwise tender
will be summarily rejected.
5. The samples shall be supplied separately along with tender Cover I (One) for each items, if in case
ACCEPTANCE: We have thoroughly read the terms and conditions mentioned by the Corporation. We hereby agree the terms and conditions for the supply of above materials. We/I agree to supply the above items at the rates noted against each on F. O. R. Destination ie., SALEM as per your requirements. Station : Date : SIGNATURE OF THE TENDERER
WITH OFFICE SEAL. EMD PARTICULARS. 1. NAME AND ADDRESS OF THE FIRM 2. D.D. AMOUNT: Rs. 3. D.D. No. : DATE: 4.NAME OF THE BANK:
TAMIL NADU STATE TRANSPORT CORPORATION (SALEM) LIMITED, SALEM - 7
SCHEDULE FOR SUPPLY OF : AUTO SWITCHES A(23)
NOTE: This Rate schedule should be submitted in the Tender COVER -2 along with the schedule
proforma – 3 Pages). SL NO
ITEM CODE
DESCRIPTION UOM QTY. REQD.
RATE/ UNIT
REMARKS
1 XYL9012 24V HEAD LIGHT SWITCH F7875100 NO 8000
2 XYL9028 24V DIPPER SWITCH F2230700 NO 8000
3 XYL9075 24V SELF STARTER SWITCH F2230500
NO 5000
Note: 1. The above materials are to be supplied conforming ASRTU Specifications / Equivalent IS Specifications.
2. The samples shall be supplied separately along with tender Cover I (One) for each items, if in case the samples is not supplied/not satisfactory, the tender will be summarily rejected.
3. Test certificate from CIRT/IRT (or) Other Standard Institute to meet the specifications shall be enclosed. 4. The above materials will be required in Full qty/part there of, as case may be from time to time
within contract period.
5. Enclose proof of O.E.M. supply evidence of Ashok Leyland/Telco along with tender, otherwise tender will be summarily rejected.
ACCEPTANCE: We have thoroughly read the terms and conditions mentioned by the Corporation. We hereby agree the terms and conditions for the supply of above materials. We/I agree to supply the above items at the rates noted against each on F. O. R. Destination ie., SALEM as per your requirements. Station : Date : SIGNATURE OF THE TENDERER
WITH OFFICE SEAL. EMD PARTICULARS. 1. NAME AND ADDRESS OF THE FIRM 2.D.D.AMOUNT:Rs. 3.D.D.No: DATE: 4.NAME OF THE BANK:
TAMILNADU STATE TRANSPORT CORPORATION (SALEM) LTD SALEM –636 007
SCHEDULE FOR SUPPLY OF : FUEL AND OIL HOSES , RUBBER ‘O’ RINGS ETC., B (1)
NOTE: This Rate schedule should be submitted in the Tender COVER -2 along with the schedule
proforma – 3 Pages SL NO
ITEM CODE
ITEM DESCRIPTION UOM QTY. REQD.
RATE/ UNIT
REMARKS
1 LC0069 RADIATOR RUBBER BED F0530150
NO 3600
2 LC0830 NOZZLE RUBBER PACKING HINOF1761300
NO 12000
3 BS II GEAR SHIFTING RUBBER F1135650
NO 500
4 VHE9466 6D VAL.DOOR RUB.GASKET F1760900
NO 5000
5 VWF7275 4” WEVELLER RUBBER ELEMENT F0130350
NO 1000
6 VHE9419 HINO- ENGINE O-RING KIT(22NOS) (SILICON)
NO 1800
7 LC1627 HINO A/COMPRESSOR O RING NO 300
8 LC0871 6D OIL COOL BT.O RING F2749700
NO 300
9 LC0317 LEY.G.B SHIFTING LEVER O RING F2731300
NO 10000
10 CWB4150 BRAKE CAMSHAFT ‘O’ RING F2702450
NO 52000
11 LC0591 F2702450 FIP MOUNTING O RING HINO
NO 300
12 LC2198 HINO THERMOSTATE O RING F1761400/P8100627
NO 250
13 CWD0460 DIESEL MAIN TUBE 5.1 MTR LONG
NO 600
14 CWD0172 DIESEL FLEXIBLE HOSE 24” LONG
NO 1000
15 LC1417 DIESEL OVERFLOW TUBE (3/8 X 1/8)
MT 2000
16 DIESEL FLEXIBLE HOSE 24” LATEST(16mm&19mm BANJOBOLT)
NO 2500
.. 2 ..
-: 2 :- Note: 1. The above materials are to be supplied confirming latest ASRTU Specifications.
2. The above materials will be required in full qty/part therof, as case may be from time to time within contract period.
3. Samples should be sent along with the tender. ACCEPTANCE: We have thoroughly read the terms and conditions mentioned by the Corporation. We hereby agree the terms and conditions for the supply of above materials. We/I agree to supply the above items at the rates noted against each on F. O. R. Destination ie., SALEM as per your requirements. STATION : SIGNATURE OF THE TENDERER DATE WITH OFFICE SEAL EMD PARTICULARS. 1. NAME AND ADDRESS OF THE FIRM 2. D.D. AMOUNT: Rs. 3. D.D. No. : Dated: 4. NAME OF THE BANK:
TAMILNADU STATE TRANSPORT CORPORATION (SALEM) LTD SALEM –636 007 SCHEDULE FOR SUPPLY OF MINOR GASKETS B(2) NOTE: This Rate schedule should be submitted in the Tender COVER -2 along with the schedule proforma – 3 Pages SL NO
ITEM CODE
ITEM DESCRIPTION UOM Qty Reqd.
Rate/ Unit
Remarks
1 LC0008 G/B PACKING KIT P2602217
NO 1500
2 CWR6193 AXLE PACKING (1.5MM THICK) F1730200
NO 36000
3 CWR7462 WIDER DIFF. ALIED COVER PACKING F1755700 (1 MM THICK)
NO 4000
4 LC0092 FRONT HUB CUP PACKING F1731400
NO 7000
5 VHE9948 P8101217 EXH. GASKET F1761100
NO 2200
6 VHE9952 HINO EXHAUST MANI FOLD GASKET F1761000
NO 6000
7 EZR7461 TATA1312 DIFF.COVER PACKING 257335115302
NO 500
8 LC1273 HINO OIL PUMP PACKING NO 250
9 EZR6190 TATA AXLE PACKING 6 HOLES NO 2000
10 LC1988 HINO TIMING CASE PACKING NO 200
11 LC2196 BS II TURBO MOUNTING PACKING X1702500
NO 2000
12 LC2129 BS II EX.MAINIFOLD SQUARE PACKING F1760400
NO 2000
13 LC2116 TURBO SILENCER PACKING
NO 2000
14 HINO OIL COOLER PACKING NO 500
15 CUM BSIII REAR AXLE PACKING(2576 3560 5301)
NO 3000
.. 2 ..
-: 2 :- Note: 1. The above materials are to be supplied confirming latest ASRTU Specifications. 2. The above materials will be required in Full qty/part there of, as case may be from time to time
within contract period. 3.The samples shall be supplied separately along with tender Cover I (One) for each items, if in case the samples is not supplied/not satisfactory, the tender will be summarily rejected. ACCEPTANCE: We have thoroughly read the terms and conditions mentioned by the Corporation. We hereby agree the terms and conditions for the supply of above materials. We/I agree to supply the above items at the rates noted against each on F. O. R. Destination ie., SALEM as per your requirements. STATION : SIGNATURE OF THE TENDERER DATE WITH OFFICE SEAL
EMD PARTICULARS. 1. NAME AND ADDRESS OF THE FIRM 2. D.D. AMOUNT: Rs. 3. D.D. No. : DATE: 4. NAME OF THE BANK:
TAMILNADU STATE TRANSPORT CORPORATION (SALEM) LTD SALEM –636 007 SCHEDULE FOR SUPPLY OF : 'C' CLASS SPARES (LEY&TATA) B ( 3 ) NOTE: This Rate schedule should be submitted in the Tender COVER -2 along with the schedule proforma – 3 Pages).
SL. NO
ITEM CODE
ITEM DESCRIPTION UOM Qty/ Reqd.
Rate/ Unit
Remarks
1 LC0082 BANJO WASHER ALUMINIUM F4932940
NO 50000
2 LC0019 BANJO BOLT F3131415 NO 3000
3 LC1371 HINO EX.MANIFOLD STUD NO 1000
4 LC0827 P810117 NOZZLE SEATING WASHER (HINO) F1761300
NO 10000
5 LC0594 HINO SHAFT WASHER F4922000 NO 5000
6 LC2021 RADIATOR CAP FOR BS-II TURBO ENGINE (0.9KSC) P2608839
NO 2000
7 LC1866 BS -II E.OIL SUMP DRAIN PLUG NO 600
8 LC1867 BS -II E.OIL SUMP DRAIN PLUG WASHER
NO 3000
9 LC1372 NUT FOR HINO EX-MANIFOLD NUT M10X1.5 BRASS F3568615
NO 5000
10 VHE9623 HINO EXHAUST MANIFOLD STUD DISTANCE PIECE F1200410
NO 2000
11 CWM2132 DIESEL TANK DRAIN PLUG W/STRAINER LATEST
NO 500
12 LC0411 CLUTCH PEDAL SPRING F3630910 NO 800
13 LC0410 ACC. SPRING LEY F3604310 NO 2000
14 LC0001 RR.HUB LOCK COTTER BOLT W/NUT
NO 5000
15 CWR7291 HANGER BUSH CAST IRON(ID:25.4MM OD 32.2MM LENGTH: 25.5MM, THICK: 3.2MM
NO 7000
16 LC1952 HANGER BUSH ID 25.4MM OD 32.2MM HT: 30MM
NO 800
17 LC0223 M.S WASHER (FORK ADJUSTMENT WASHER - ID 20.0MM,OD 57.5MM THICK 2.0 MM
NO 5000
18 LC1987 BS II ACC.BALL JOINT DIA 10MM
NO 3000
19 LC2255 BS II ACC.BALL JOINT DIA 13MM
NO 3000
20 CWC2512 HINO FLYWHEEL SHIM (THICK) NO 5000
21 LC0864 HINO FLYWHEEL SHIM (THIN) NO 5000
.. 2 ..
-: 2 :-
SL. NO
ITEM CODE
ITEM DESCRIPTION UOM Qty/ Reqd.
Rate/ Unit
Remarks
22 LC0643 LEY.GB13 G.BOX BALL SPRING NO 500
23 LC0235 G.BOX BALL LEYLAND NO 500
24 LC1441 C.J.DUST CAP LEYLAND NO 500
25 LC1656 3/8" SPRING WASHER (FLAT TYPE)
NO 3000
26 LC1657 1/2" SPRING WASHER (FLAT TYPE)
NO 16000
27 LC0478 9/16" SPRING WASHER (FLAT TYPE)
NO 10000
28 LC0323 CONNECTING ROD SPLIT PIN 1 1/2"X1 1/8"
NO 10000
29 VYB7021 STUB AXLE SPLIT PIN 3" X ¼" NO 25000
30 LC0377 TIE ROD END SPLIT PIN 2 1/2" X 5/32"
NO 10000
31 LC0948 C.J.SPLIT PIN 2 1/2" X 1 1/8" NO 10000
32 LC0336 G.BOX TENSION PLATE (SPRING STEEL MATERIAL)
NO 1000
33 CYE8073 ACC.BALL JOINT BIG H/D LEYLAND
NO 2000
34 TC1081 ACC.BALL JOINT SMALL TATA NO 2000
35 EZP4156 TATA 1312 C.J.STEEL BRACKET ONLY 2576 4130 3301
NO 200
36 EZR7519 TATA1312 RR.HUB TEETH WASHER 2573 3560 8203 TATA CUMMINS
NO 1800
37 LC2144 BS II TURBO MOUNTING STUD NUT F3568615
NO 1000
38 LC2143 BS II TURBO MOUNTING STUD NUT
NO 1000
39 LC1663 HINO OIL PIPE BOLT COPPER WASHER
NO 5000
40 LC1479 8MM ALUMINIUM WASHER NO 25000
41 LC0475 1 3/4" HOSE CLIP NO 3000
42 LC1722 1/2" HOSE CLIP NO 2000
43 VHE9246 1" HOSE CLIP NO 2000
.. 3 ..
-: 3 :-
SL. NO
ITEM CODE
ITEM DESCRIPTION UOM Qty/ Reqd.
Rate/ Unit
Remarks
44 LC1858 BS II T BOLT CLAMP X3900310 NO 600
45 LC2256 BS II T BOLT CLAMP X3900410 NO 600
46 CWE7673 HINO RADIATOR CAP 2 PIN TYPE HEAVY DUTY
NO 1000
47 CWR7312 NYLON SPRING BUSH – LEYLAND NO 8000
48 TC1081 TATA CUMMINS LATEST ACC.BALL JOINT LENGTH LH
NO 1000
49 DYM3125 TATA CUMMINS LATEST ACC.BALL JOINT SHORT RH
NO 1000
50 CWF7200 LEY.SPRING BUSH STEEL F0530530
NO 50000
51 DYF7136 TATA SPRING BUSH STEEL 206032023401 FRONT
NO 6000
52 DYR7150 TATA REAR SPRING BUSH STEEL 3523250150
NO 6000
53 LC0271 LEY.REAR HUB SHIM THICK NO 1000
54 LC2307 LEY.REAR HUB SHIM THIN NO 1000
55 VYB7058 5TON STUB AXLE SHIM THIN NO 1000
56 LC1422 5TON STUB AXLE SHIM THICK NO 1000
57 FA 90 AXLE STUB AXLE SHIM THIN NO 1000
58 FA 90 AXLE STUB AXLE SHIM THICK
NO 1000
59 LC2370 LEY. SPRING SIDE WASHER 2 MM THICK
NO 10000
60 LC2371 LEY. SPRING SIDE WASHER 3 MM THICK
NO 10000
61 TC1017 TATA SPRING SIDE WASHER NO 2000
62 EZE9023 TATA NOZZLE SEATING WASHER NO 2000
63 EZE8412 TATA INJECTOR OVERFLOW WASHER
NO 2000
64 LC2257 LEY.BS II CLUTCH ROD SOCKET LATEST
NO 2500
65 VZG4382 BS II ZF GEAR BOX SPEED CHANGE LEVER BODY
NO 600
66 LC0256 HINO VALVE DOOR CAP NO 2000
..4 ..
-: 4 :-
SL. NO
ITEM CODE
ITEM DESCRIPTION UOM Qty/ Reqd.
Rate/ Unit
Remarks
67 LC1852 BS II HOSE CLIP F8201010 NO 500
68 LC1853 BS II HOSE CLIP X3900610
NO 500
69 LC1857 BS II HOSE CLIP X3900410
NO 500
70 LC2364 LEY SPRING CENTRE BOLT W/NUT 7.5”
NO 15000
71 LC2364 LEY SPRING CEN.BOLT W/NUT 8.5” NO 40000
72 CWF7257 FR.CAM DISTANCE PIECE LEY (29191152) NYLON
NO 3000
73 EZR7578 TATA FR SPRING COTTER BOLT W/NUT
NO 1000
74 TATA REAR SPRING COTTER BOLT W/NUT
NO 1000
75 LCO265 REAR YOKE (BRAKE CHAMBER) LEY
NO 100
76 LC0271 REAR WHEEL ADJ.SLIM NO 500 77 LCO298 AIR GUAGE TUBE LEY NO 500
78 LC2204 STUB AXLE DISTANCE PIECE LEY FA FOR 90 AXLE
NO 100
79 LC1030 HINO DIESEL TANK BELT NO 200
80 LC1208 20 MM MS CAM SHAFT WASHER NO 1000
81 LC1335 P4300236 BR.SHOE SPRING LEY NO 1000
82 VYB7064 29370722 SPLIT TYPE SHOE SPRING LEY
NO 1000
83 LC1417 DIESEL O/F TUBE PVC NO 500 84 LC1544 MS WASHER ID 22.00 X 57 X 2MM
THICK NO 500
85 TC0128 TATA ACCELERATOR SPRING LATEST
NO 100
86 TC0182 TIE ROD END GREASE NIPPLE TATA
NO 500
87 EZB6152 TATA REAR AXLE PLAIN WASHER NO 200
88 TC0629 TATA CLUTCH FORK BEARING (OR) CONE
NO 200
89 TC0824 TATA STEERING COLUMN BUSH NO 200
90 TC1082 CUM BRAKE PIPE SLEEVE 002 NO 100 91 TC1086 CUM BRAKE PIPE SLEEVE 001 NO 100
92 TC1088 ACC BALL JOINT LENGTH TATA NO 300
93 TC1090 TATA LATEST ACCELERATOR ROD NO 100
94 TC1114 TATA FRONT HUB SHIM THICK NO 200
95 TC1115 TATA FRONT HUB SHIM THIN NO 200
96 TC1117 TATA STUB AXLE WASHER NO 200
97 TC1194 TATA CLUTCH PEDAL BUSH NO 100 98 LEY GBTENSION PLATE SLEEVE NO 1000
99 CWC2423 LEY GBTENSION PLATE CIRCLIP NO 1000 100 LC2324 LEY GBTENSION PLATE KIT
(Set of Tension plate sleeve & circlip) NO 1000
-: 5 : -
SL. NO
ITEM CODE
ITEM DESCRIPTION UOM Qty/ Reqd.
Rate/ Unit
Remarks
101 TC1129 TATA STUB AXLE LOCK NUT NO 50 102 TC1130 TATA CLUTCH PATTI SET WITH
CONE NO 150
103 TC1137 TATA 1312 REAR HUB INNER SPACER
NO 50
104 TC1138 TATA 1312 HUB OUTER SPACER NO 50
105 TC1139 TATA CUM STUB AXLE DISTANCE PIECE
NO 100
106 TC0889 TATA BR. SHOE SPRING BIG NO 200
107 TC0888 TATA BR. SHOE SPRING SMALL NO 200
108 CWB6368 LEY FR. CAM BUSH NYLON NO 4000
109 CWB6224 LEY REAR CAM BUSH NYLON NO 4000 110 EZR7568 TATA REAR HUB MILLING TEETH NO 1000
111 TC1148 TATA G/BOX SHIM THCK NO 100 112 TC1195 TATA G/BOX SHIM THIN NO 100
113 LC2143 BSII EX.MANIFOLD STUD WITH NUT
NO 500
114 TC1163 TATA G.BOX MAN SHAFT NUT NO 100
115 TC1198 TATA TOP GEAR SHAFT NUT NO 100
116 LC0436 LEY G.BOX MAIN SHAFT NUT NO 200
117 TC1066 TATA C.JOINT NUT NO 200 118 LC2318 BSII TURBO C.JOINT NUT NO 300
119 TC1155 TATA FRONT SPRING CEN BOLT LONG HEAD WITH NUT 10.5”
NO 4000
120 TATA REAR SPRING CENTRE BOLT W/NUT 15” (BIG HEAD-21.5MM)
NO 4000
121 TC0970 CUM G/B BALL JOINT LH 264126800225
NO 400
122 TC0968 CUM G/B BALL JOINT RH 264126800224
NO 400
123 EZS2237 CUM.G/B BALL SOCKET BIG 250726700152
NO 250
124 EZG3145 GEAR SHIFT BLOCK 276326800110
NO 100
125 GB13 GEAR BOX SHIFTING LEVER ASSLY
NO 1000
126 LEY ZF GEAR BOX BALL JOINT RH
NO 1000
127 LEY ZF GEAR BOX BALL JOINT LH NO 1000
Note: 1. The above materials are to be supplied are to be supplied confirming latest ASRTU Specifications/ Equivalent IS Specification 2. Test certificate from CIRT/IRT (or) Other Standard Institute to meet the specifications if tendered. 3. The above materials will be required in Full qty/part there of,as case may be from time to time within contract period.
The samples shall be supplied separately along with tender Cover I (One) for each items, if in case the samples is not supplied/not satisfactory, the tender will be summarily rejected.
ACCEPTANCE: We have throughly read the terms and conditions mentioned by the Corporation. We hereby agree the terms and conditions for the supply of above materials. I/We agree to supply the above items at the rates noted against each on F. O. R. Destination ie., SALEM as per your requirements. Station : SIGNATURE OF THE TENDERER Date : WITH OFFICE SEAL EMD PARTICULARS. 1. NAME AND ADDRESS OF THE FIRM 2. D.D. AMOUNT: Rs. 3. D.D. No. : DATED: 4. NAME OF THE BANK:
TAMIL NADU STATE TRANSPORT CORPORATION (SALEM) LTD SALEM - 636 007 SCHEDULE FOR SUPPLY OF : GASKET SILICON SEALANT B(4)
NOTE: This Rate schedule should be submitted in the Tender COVER -2 along with the schedule proforma – 3 Pages. SL NO
ITEM CODE
ITEM DESCRIPTION UOM QTY. Reqd.
Rate/ Unit
Remarks
1 VZE9260 GASKET SILICON SEALANT 350 GRAM (ANABOND 673)
NO 1000
2 LC1557 GASKET SILICON SEALANT 150 GRAM (ANABOND 673)
NO 1000
3 VZE9265 GASKET SILICON SEALANT 150 GRAM (ANABOND 666)
NO 600
4 VZE9194 THREAD LOCKER LOCTITE 270 / ANABOND 115 -50ML
NO 400
5 LC1601 LOCTITE 638 50ML NO 400
6 LC1689 LOCTITE 262 50ML NO 200
7 LC1690 LOCTITE 587 95 GRAM NO 100
8 VWE7403 LOCTITE 290 50ML NO 100
9 ADFAST 440 RESIN & HARDNER 100+80GRM
ST 200
10 BONDTITE KG 100
11 ARALDITE200GM PACK NO 200
Note: 1. The above materials are to be supplied of good quality 2. The above materials will be required in Full qty/part there of, as case may be from time to time
within contract period. 3. The samples shall be supplied separately along with tender Cover I (One) for each items, if in case the samples is not supplied/not satisfactory, the tender will be summarily rejected. ACCEPTANCE: We have throughly read the terms and conditions mentioned by the Corporation. We hereby agree the terms and conditions for the supply of above materials. We/I agree to supply the above items at the rates noted against each on F. O. R. Destination ie., SALEM/DHARMAPURI as per your requirements. Station : SIGNATURE OF THE TENDERER
WITH OFFICE SEAL. Date : EMD PARTICULARS. 1. NAME OF THE FIRM AND ADDRESS 2. D.D.AMOUNT:Rs. 3. D.D.No: DATED: 4. NAME OF THE BANK :
TAMILNADU STATE TRANSPORT CORPORATION (SALEM) LTD, SALEM – 636 007
SCHEDULE FOR SUPPLY OF: 9.00x20 TYRE FLAPS B(5)
NOTE: This Rate schedule should be submitted in the Tender COVER -2 along with the schedule
proforma – 3 Pages). SL NO
ITEM CODE
ITEM DESCRIPTION UOM QTY. REQD.
Rate Per unit
Remarks
1 RFX042 9.00 x 20 EPDM FLAP (AS PER ASRTU SPECIFICATION)
NO 35000
Note: 1. The above materials are to be supplied confirming latest ASRTU Specifications/ Equivalent IS
Specification. 2. Test certificate from CIRT/IRT (or) Other standard institute to meet the specifications if tendered. 3. The above materials will be required in full qty/part therof, as case may be from time to time within
contract period.
4.The samples shall be supplied separately along with tender Cover I (One) for each items 3 Nos, if in case the samples is not supplied/not satisfactory, the tender will be summarily rejected. ACCEPTANCE: We have thoroughly read the terms and conditions mentioned by the Corporation. We hereby agree the terms and conditions for the supply of above materials. I/We agree to supply the above items at the rates noted against each on F. O. R. Destination ie., SALEM as per your requirements. Station: SIGNATURE OF THE TENDERER Date : WITH OFFICE SEAL EMD PARTICULARS. 1. NAME AND ADDRESS OF THE FIRM 2. D.D. AMOUNT: Rs. 3. D.D. No. : DATE: 4. NAME OF THE BANK:
TAMIL NADU STATE TRANSPORT CORPORATION (SALEM) LIMITED. SALEM - 636 007. SCHEDULE FOR SUPPLY OF : RADIATOR COOLANTS. B( 6 ) NOTE: This Rate schedule should be submitted in the Tender COVER -2 along with the schedule proforma – 3 Pages). SL NO
ITEM CODE
DESCRIPTION UOM QTY. REQD.
Rate/ Unit
Remarks
1
LNM184
RADIATOR COOLANT 20% CONCENT-RATION CHANGE IN INTERVAL 75,,000 Kms(for ASHOK LEYLAND/TATA VEHICLES)
LT 40,000
2 LNM202
RADIATOR COOLANT 20% CONCENT-RATION CHANGE IN INTERVAL 2,00,,000 Kms(for ASHOK LEYLAND/TATA VEHICLES)
LT 30,000
Note: 1. The above materials are to be supplied confirming ASRTU Specifications / Equivalent IS Specification. 2. Test certificate from CIRT/IRT (or) Other Standard Institute to meet the specifications if tendered. 3. The above materials will be required in Full qty/part there of, as case may be from time to time
within contract period. 4. The samples shall be supplied separately along with tender Cover I (One) for each items, if in case the samples is not supplied/not satisfactory, the tender will be summarily rejected. ACCEPTANCE: We have throughly read the terms and conditions mentioned by the Corporation. We hereby agree the terms and conditions for the supply of above materials. We/I agree to supply the above items at the rates noted against each on F. O. R. Destination ie., SALEM as per your requirements. Station : Date : SIGNATURE OF THE TENDERER WITH OFFICE SEAL. EMD PARTICULARS. 1. NAME AND ADDRESS OF THE FIRM 2. D.D.AMOUNT:Rs. 3. D.D.No: DATED: 4. NAME OF THE BANK:
TAMILNADU STATE TRANSPORT CORPORATION (SALEM) LTD, SALEM – 636 007
SCHEDULE FOR SUPPLY OF : RICE (PONNI RICE) C (1)
NOTE: This Rate schedule should be submitted in the Tender COVER -2 along with the schedule
proforma – 3 Pages). SL.NO
ITEM CODE
ITEM DESCRIPTION UOM REQD. QTY
RATE PER UNIT
REMARKS
1
R003
BOILED RICE PONNI (WITH BAG)
KG 3,00,000
(or)
IR 20 RICE (WITH BAG) KG 3,00,000
2
RAW RICE PONNI(WITH BAG)
KG
1,000
Note: 1. The above items will be required in Full qty/part there of, as case may be from time to time within contract period. 2. The above materials will be supplied as per our required packing.
3.The samples shall be supplied separately along with tender Cover I (One) for each items for a minimum quantity of 2 Kgs., if in case the samples is not supplied/not satisfactory, the tender will be summarily rejected. ACCEPTANCE: I/We have thoroughly read the terms and conditions mentioned by the Corporation. I / We hereby agree for the terms and conditions for the supply of the above materials. Station: SIGNATURE OF THE TENDERER Date : WITH OFFICE SEAL EMD PARTICULARS 1. NAME AND ADDRESS OF THE FIRM 2. D.D. AMOUNT: Rs. 3. D.D. No. : Date:
TAMIL NADU STATE TRANSPORT CORPORATION (SALEM) LIMITED SALEM - 636 007 SCHEDULE FOR SUPPLY OF : SUPPLY OF CANTEEN ITEMS ( OIL, SUPER DUST TEA &
GROCERIES) C(2)
NOTE: This Rate schedule should be submitted in the Tender COVER -2 along with the schedule
proforma – 3 Pages).
SL. NO
ITEM
CODE
ITEM DESCRIPTION UOM REQD. QTY.
RATE/ UNIT
REMARKS
1 M001 SUGAR KG 45000
2 M002 PULI KG 9000
3 M003 VARA MILAKAI KG 2500
4 M004 APPALAM (NO:4) (120 GRAM/PKT) NO 25000
5 M005 MALLI KG 1000
6 M006 MANJA THUL (AGMARK) KG 1000
7 M007 PERUNGAYAM POWDER LG 50 GRAM NO 5000
8 M008 MILAKAI THUL (AGMARK) KG 1000
9 M009 SAMBAR PODI (AGMARK) KG 1000
10 M010 MALLI THUL (AGMARK) KG 1000
11 M011 MILAKU KG 900
12 M012 SEERAGAM KG 1000
13 M013 KADUKU KG 800
14 M014 VENDHIYAM KG 400
15 M015 POONDU KG 4000
16 M016 SOMBU KG 100
17 M017 PATTAI KG 60
18 M018 LAVANGAM KG 60
19 M019 ELAKKAI 50 GRAM PKT KG 100
20 M020 SEMIA ANIL BRAND KG 1500
21 M021 JAVVARISI (SMALL) KG 1300
22 M022 RAVAI KG 1000
.. 2 ..
-: 2 :-
SL. NO
ITEM CODE
ITEM DESCRIPTION UOM QTY REQD.
RATE/ UNIT
REMARKS
23 M023 SALT 1KG PKT KG 10000
24 M024 POWDER SALT - IODIZED 1Kg PKT KG 5000
25 M025 CLEANING POWDER - 1Kg PKT KG 10000
26 M026 VELLAM - WHITE KG 1500
27 M027 MEALMAKER KG 300
28 M028 KADALAI MAVU (SANKAR BRAND/EQUIVALENT) KG 5000
29 M029 RICE POWDER KG 50
30 M030 SAMAIYAL SODAPOWDER KG 50
31 M031 WASHING SODA POWDER 1KG PKT KG 500
32 M032 NIRMA POWDER (or /EQUIVALENT) 1KG PKT KG 500
33 M033 SUNDAVATHAL 100GRAM PKT KG 100
34 M034 BLEACHING POWDER 1KG PKT KG 1500
35 M035 KASA KASA 50GRAM PKT KG 50
36 M036 SUPER DUST TEA THOOL 250 GRAM PKT KG 4000
37 P001 THUVARAMPARUPU KG 20000
38 P002 KADALAI PARUPU KG 10000
39 P003 ULUTHAMPARUPU WHITE KG 2500
40 P004 PASI PARUPU KG 5000
41 P005 POTTU KADALAI KG 1000
42 P006 PATTANI PARUPU KG 1500
43 P007 MOOKU KADALAI KG 3000
44 SA0095 CLEANING ACID KG 1500
45 P008 PATCHAI PATTANI KG 2000
46 M041 MUNDHIRI 100GRAM PKT KG 100 47 E001 SUN FLOWER OIL (USHA
BRAND/EQUIVALENT) (15Kg TIN ONLY) – WITHOUT TIN
KG
25000
48 E003 DALDA 500 GRAM PKT (LSP or EQUIVALENT BRAND) KG 500
-3-
3
SL. NO
ITEM CODE
ITEM DESCRIPTION UOM QTY REQD.
RATE/ UNIT
REMARKS
49 M091 THIRATCHAI 100GRAM PKT KG 100
50 M123 12 X 12 SIZE PLASTIC PAPER KG 1500
51 M096 NILAKADALAI KG 20
52 M094 AVAL KG 10
53 M044 DIAMOND KALKANDU KG 20
54 M040 ROSE ESSENCE KG 5
Note: 1. The above materials will be required in Full qty/part there of, as case may be from time to time within
contract period. 2. The above materials will be supplied as per our required packing.
3. As the finalisation of rates will be approved based on the quality, free samples should be supplied for each item along with the tender. On approval of the rates, the quality should be maintained as per the samples submitted.
ACCEPTANCE: We have thoroughly read the terms and conditions mentioned by the Corporation. We hereby agree the terms and conditions for the supply of above materials. We/I agree to supply the above items at the rates noted against each on F. O. R. Destination ie., SALEM as per your requirements. Station : Date : SIGNATURE OF THE TENDERER
WITH OFFICE SEAL. EMD PARTICULARS. 1. NAME AND ADDRESS OF THE FIRM 2. D.D.AMOUNT:Rs. 3. D.D.No: DATE: 4. NAME OF THE BANK:
TAMIL NADU STATE TRANSPORT CORPORATION (SALEM) LIMITED.
SALEM - 636 007
SCHEDULE FOR SUPPLY OF : COTTON YARN WASTE & BANIAN WASTE C(3)
NOTE: This Rate schedule should be submitted in the Tender COVER -2 along with the schedule
proforma – 3 Pages). SL.NO
ITEM CODE
ITEM DESCRIPTION UOM REQD.QTY
RATE PER UNIT
REMARKS
1 SA0186 COLOUR COTTON YARN WASTE(Ist QUALITY)
KG 40000
2 SA0754 BANIAN WASTE (COTTON) (SIZE:LENGTH 18" BREADTH:5")
KG 1000
Note: 1. The above materials are to be supplied as per our requirements with good quality suitable for our works.
2.i) Samples of 1kg of the above items should be sent along with tender, if in case the samples is not supplied /not satisfactory, the tender will be summarily rejected.
ii)The quoted rate will be evaluated on considering the quality of sample given. iii)The material shall be supplied as per sample given. 3. The above materials will be required in Full qty/part there of, as case may be from time to time
within contract period. ACCEPTANCE: We have throughly read the terms and conditions mentioned by the Corporation. We hereby agree the terms and conditions for the supply of above materials. We/I agree to supply the above items at the rates noted against each on F. O. R. Destination ie., SALEM/DHARMAPURI as per your requirements. Station : Date : SIGNATURE WITH OFFICE SEAL. EMD PARTICULARS. 1. NAME OF THE FIRM AND ADDRESS 2. D.D. AMOUNT: Rs. 3. D.D. No. : DATED: 4. NAME OF THE BANK:
TAMIL NADU STATE TRANSPORT CORPORATION (SALEM) LIMITED, SALEM - 636 007 SCHEDULE FOR SUPPLY OF : WINDING WIRES (C4) NOTE: This Rate schedule should be submitted in the Tender COVER -2 along with the schedule proforma – 3 Pages.
SL NO
ITEM CODE
ITEM DESCRIPTION UOM Qty. Reqd.
Rate/ Unit
Remarks
1 XYL7079 18G WINDING COPPER WIRE KG 220
2 XYL7058 14G WINDING COPPER WIRE KG 320
3 XYL9782 17SWG WINDING COPPER WIRE KG 100
4 XYL9710 16G WINDING COPPER WIRE KG 30
5 XYL9714 18.5G WINDING COPPER WIRE KG 150
6 XYL9711 26G WINDING COPPER WIRE KG 60
7 XYL9709 19G WINDING COPPER WIRE KG 150
8 XYL9611 21G WINDING COPPER WIRE KG 150
9 XYL7063 22G WINDING COPPER WIRE KG 80
10 XYL8417 23G WINDING COPPER WIRE KG 120
11 XYL9548 20G WINDING COPPER WIRE KG 120
12 XYL9712 25G WINDING COPPER WIRE KG 30
13 XYL9935
21.5G WINDING COPPER WIRE KG 20
14 XYL9966 16.5G WINDING COPPER WIRE KG 20
15 XYL8418 24G WINDING COPPER WIRE KG 30
16 XYL7130 SOLDERING LEAD 60:40 WIRE KG 50
17 EC0718 ELMOLUT VARNISH LT 80
18 EC0601 1MM FIBRE GLASS SLEEVE NO 400
19 EC0078 2MM FIBRE GLASS SLEEVE NO 400
20 EC0240 3MM EMPIRE SLEEVE NO 200
21 EC0711 4MM FIBRE GLASS SLEEVE NO 180
.. 2 ..
-: 2 :-
SL NO
ITEM CODE
ITEM DESCRIPTION UOM Qty. Reqd.
Rate/ Unit
Remarks
22 EC0043 SAFETY COVER
NO 10
23 EC0936 FIBRE SHEET RED 10 MM KG 10
24 EC0989 10G WINDING WIRE KG 100
25 EC1216 7MM RED FIBRE SHEET KG 10
26 EC0715 5 MM FIBRE GLASS SLEEVE NO 150 27 EC0928 6 MM FIBRE GLASS SLEEVE NO 100
28 EC0038 7 MM PLASTIC PAPER
KG 40
29 XYL7330 10MM PLASTIC PAPER KG 25
30 EC0909 1” SILK TAPE NO 100 31 EC0033 ½” COTTON TAPE NO 200
32 XYL9559 7MM LEATHER AID SHEET
NO 50
33 EC0101 10 MM LEATHER AID SHEET
NO 100
34 XYL4496 ALTERNATOR COIL BOBBIN NO 300
35 EC0 843 ARMATURE FIBRE NO 250
36 EC0 661 SOLDERING PASTE KG 10
37 EC1034 TWIN NO 100
38 EC0717 SOLDERING FLUX 50 GMS NO 120
39 XYL1343 37 SEG SELF MOTOR COMMUDATOR
NO 300
40 XYL1344 23 SEG COMMUDATOR NO 150 41 EC0916 28 SWG COPPER WIRE KG 30
42 EC0800 13 SWG WINDING WIRE KG 100
Note:1. The above materials are to be supplied conforming ASRTU Specifications / Equivalent IS Specifications.
2. The samples shall be supplied separately along with tender Cover I (One) for each items, if in case the samples is not supplied/not satisfactory, the tender will be summarily rejected. 3. The above materials will be required in Full qty/part there of, as case may be from time to time within contract period. ACCEPTANCE: We have thoroughly read the terms and conditions mentioned by the Corporation. We hereby agree the terms and conditions for the supply of above materials. We/I agree to supply the above items at the rates noted against each on F. O. R. Destination ie., SALEM as per your requirements. Station : Date : SIGNATURE OF THE TENDERER
WITH OFFICE SEAL. EMD PARTICULARS. 1. NAME AND ADDRESS OF THE TENDERER 2. D.D. AMOUNT: Rs. 3. D.D. No. : DATED: 4. NAME OF THE BANK:
TAMILNADU STATE TRANSPORT CORPORATION (SALEM) LTD, SALEM – 636 007
SCHEDULE FOR SUPPLY OF : MECHANICAL SCREW JACK WITH LEVER, WHEEL NUT C(5) SPANNER WITH LEVERAGE PIPES
NOTE: This Rate schedule should be submitted in the Tender COVER -2 along with the schedule proforma – 3 Pages. SL NO
ITEM CODE
ITEM DESCRIPTION UOM QTY. REQD.
RATE/ UNIT
REMARKS
1 ETP011 LEYLAND SPECIAL TYPE FRONT "I"BOLT BOX SPANNER
NO 100
2 ETP026 LEYLAND SPECIAL TYPE REAR "U"CLAMP BOX SPANNER
NO 100
3
ETP570 LEYLAND SPECIAL TYPE FRONT "I"BOLT BOX AND "U" CLAMP BOX SPANNER
NO 100
4 ETP560 TATA SPECIAL TYPE FRONT & REAR "U"CLAMP BOX SPANNER 30MM (1510)
NO 10
5 ETP010 LEYLAND SPECIAL TYPE FRONT HUB NUT SPANNER
NO 30
6 ETP308 LEYLAND SPECIAL TYPE REAR HUB NUT SPANNER
NO 10
7 ETP559 TATA FRONT HUB NUT SPANNER NO 10
8 ETP548 TATA REAR HUB NUT SPANNER NO 10
9 ETP549 TATA FRONT HUB PULLER NO 10
10 SPECIAL TYPE MECHANICAL JACK FOR FRONT SPRING USE
NO 30
11 ETJ0570 SPECIAL TYPE MECHANICAL JACK FOR REAR SPRING USE
NO 30
12 ETJ0571 SPECIAL TYPE MECHANICAL JACK FOR MULTI PURPOSE
NO 30
13 ETJ003 8 TON CAPACITY MECHANICAL SCREW JACK WITH LEVER
NO 500
14 ETJ0572 GEAR BOX TROLLEY JACK SUITABLE FOR LEYLAND AND TATA GEAR BOX LIFTING USE (CATALOGE WITH SPECIFICATIONS SHALL BE ENCLOSED)
NO 30
15 ETJ100 10 TON CAPACITY MECHANICAL SCREW JACK WITH LEVER
NO 500
16 ETJ555 LEY. WHEEL NUT SPANNER WITH LEVER 33X33 LENGTH 400 MM
NO 700
17 ETP571 TATA WHEEL NUT SPANNER WITH LEVER 32X32 LENGTH 410 MM
NO 90
18 ETJ088 10TON HYDRAULIC TROLLEY JACK (‘U’ CAL TYPE)
NO 20
.. 2 ..
NOTE:1.The above shall be supplied as per standard specifications to meet the requirements of good quality.
2.The samples shall be supplied separately along with tender Cover I (One) for each items, if in case the samples is not supplied/not satisfactory, the tender will be summarily rejected. 3. Test certificate from Standard institute has to be furnished. 4. pamphlets and technical details of products shall be enclosed. 5. Warranty has to be mentioned. 6. Engravements of our name in each tools with Sl.no./year has to be made as per our requirement. ACCEPTANCE: We have throughly read the terms and conditions mentioned by the Corporation. We hereby agree the terms and conditions for the supply of above materials. We/I agree to supply the above items at the rates noted against each on F. O. R. Destination ie., SALEM/DHARMAPURI as per your requirements. Station : SIGNATURE OF THE TENDERER Date : WITH OFFICE SEAL. EMD PARTICULARS. 1.D.D.AMOUNT:Rs. 2.D.D.No: DATED: 3.NAME OF THE BANK:
TAMILNADU STATE TRANSPORT CORPORATION (SALEM) LTD, SALEM – 636 007
SCHEDULE FOR SUPPLY OF : TYRE PLANT MACHINE SPARES C(6)
NOTE: This Rate schedule should be submitted in the Tender COVER -2 along with the schedule proforma – 3 Pages. SL NO
ITEM CODE
ITEM DESCRIPTION UOM QTY. REQD.
RATE/ UNIT
REMARKS
1 EDB 106 6308 SHIELD BEARING
NO 10
2 EDF 019 FLEXIBLE SHAFT 12x2000mm
NO 5
3
EMA 037 ¾” SAFETY VALVE NO 5
4 EMA043 STAPLER MACHINE
NO 5
5 EMA049 NON RETURN VALVE ASSY, 1 ½”
NO 5
6 EMA052 STICHER NO 5
7 EMA 099 ½” SAFETY VALVE ASSY NO 6
8 EMT 051 CURTAIN SPRING – LONG SIZE FOR BUILDING MACHINE
NO 15
9 EMT053 STEM WITIH LOCK
NO 100
10 EMT054 STEM WITHOUT LOCK
NO 100
11 EMT071 ¼ X 1000 PTFE HOSE
NO 20
12 EMT073 ¼ X 2000 PTFE HOSE
NO 16
13 EMT074 ¼ X 1600 PTFE HOSE NO 16
14 EMT075 ¼ X 1300 PTFE HOSE
NO 16
15 EMT076 ¼ X 2600 PTFE HOSE
NO 16
16 EMT099 “U” SEAL FOR ELECTRIC CHAMBER
NO 10
17 EMT110 ¼” QUICK COUPLER
NO 20
18 EMT117 TROLLEY MONORALL
NO 15
19 EMT134 RUBBER SPIDER FOR LOVE – JOY COUPLING
NO 10
20 EMT147 PRECURED BUFFNG MACHINE BAND ASSY RASP HEAD
NO 2
21 EMT153 HOSE CLIP ¼”
NO 10
22 EMT171 FLOW CONTROL VALVE ½”
4
-2-
.. 2 ..
SL NO
ITEM CODE
ITEM DESCRIPTION UOM QTY. REQD.
RATE/ UNIT
REMARKS
23 EMT178 O RING FLAT FOR EXPANDABLE HUB
NO 6
24 EMT 209 DUCT HOSE 4”
MTR 12
25 EMT237 9.00 X 20 SEALING FLANGE
NO 10
26 EMT248 BUSH STITCHING ROLLER
ST 4
27 EMT258 SPACER (RASP HEAD) 4 MM
NO 20
28 EMT275 20” RIM ASSY FLAP
NO 4
29 EMT350 RADIX CONTROLLER FOR EL. CHAMBER
NO 5
30 EMT379 ¼” HAND OPERATED VALVE
NO 6
31 EMT389 ½” AIR REGULATOR
NO 6
32 EMT395 GLAND PACKING STYLE 103 8 MM
SET 10
33 EMT413 8 MM SPACER
NO 30
34 EMT414 CHAMBER DOOR JACKEY KIT
SET 2
35 EMT468 ¼” NON RETURN VALVE FOR 7 TYRE ELE.CHAMBER
NO 10
36 EMT469 “U” SEAL FOR TWO TYRE CHAMBER 50”
NO 12
37 EMT490 INSPECTION SPREADER AIR JACK KIT
NO 4
38 EMT677 BUFFING M/C EXPANDABLE HUB ‘O’ RING
NO 4
39 EMT678 BUFFING M/C EXPANDABLE HUB CONE O-RING SMALL
NO 4
40 EMT492 BUILDING M/C AIR JACK O RING KIT
SET 2
41 EMT493 9.00 X 20 CURING RIM
SET 15
42 EMT494 CUP RASP 75 MM
NO 30
43 EMT529 LOVE JOY COUPLING METAL (110)
NO 2
44
EMT616 ¼” AIR REGULATOR NO 6
45 EMT679 TERMINAL ADOPTER HYLEM FOR 7 TYRE ELE. CHAMBER
NO 12
46 ETL021 B – 47 V BELT
NO 10
47 ETL069 B – 82 V BELT
NO 10
48 HMM119 AIR HOSE 6 MM
MTR 30
49 EMC123 AIR COMPRESSOR BREATHER ASSY
NO 4
50 EMC144 AIR COMPRESSOR BREATHER WASHER
NO 10
-3-
..3..
SL NO
ITEM CODE
ITEM DESCRIPTION UOM QTY. REQD.
RATE/ UNIT
REMARKS
51 EMC149 AIR COMPRESSOR NON RETURN VALVE ASSEMBLY ¾”
NO 10
52 EMT507 AIR COMPRESSOR NON RETURN VALVE RUBBER WASHER - 1 ½”
NO 10
53 EMT320 AIR GUAGE 1 – 150 KG/CM2
NO 8
54 EC0928 FIBRE GLASS SLEEVE 6 MM
MTR 25
55 RMO338 TEFLON TAPE
NO 10
56 EMT681 TEST LAMP TRANSFORMER 12 – 0 –12 – 5A
NO 6
57 EMT364 ¼” MS UNION
NO 10
58 EMA083 TUBE MOUTH ADOPTER
NO 20
59 EMT552 BUFFING MACHINE HUB CONE NO 3
60 EMT569 HIGH SPEED COUPLING GRINDING
NO 4
61 EMC039 PRESSUR SWITCH ASSLY (AIRCOM)
NO 4
62 EMT682 MAIN BUFFING BAND ASSEMBLY
NO 10
63 STRAIGHT CHAMBER RAIL 2.4 Mtr
NO 2
64 EMT685 GLAND PACKING FOR 2 TYRE CHAMBER
NO 4
65 EMT505 1 ½” NRV SPINDLE ST 4
66 EMT718 1 ½” NRV GUIDE NO 4
67 EMT719 1 ½” NRV SPRING NO 4
68 EDB 105 6307 BEARING (NBC) NO 4
69 EDB010 6306 BEARING NO 4
70 EMT087 SOLINOID VALVE 26 020600100 NO 3
71 EMT502 HYLEM ADOPTER FOR 2 TYRE CHAMBER
NO 4
72 EMT394 BLOWER FAN FOR 2 TYRE CHAMBEREMT
NO 2
73 EMT258 SPACER (RASP HEAD) NO 15
-4-
4 SL NO
ITEM CODE
ITEM DESCRIPTION UOM QTY. REQD.
RATE/ UNIT
REMARKS
74 EMT147 PRE BUFFING BAND ASSL RASP HEAD
NO 2
75 EMT276 PRESSURE GAUGE 2 ½” 0-150 PSI
NO 4
76 EMT673 BLOWER FAN FOR 7 TYRE NO 1
77 EMT511 EXPANDING HUB 10 SEG MAKE : ELGI
NO 1
78 EMA030 12” KNIFE NO 60
NOTE:1.The above shall be supplied as per standard specifications to meet the requirements of good
quality. 2. The samples shall be supplied separately along with tender Cover I (One) at your cost for each items, if in case the samples is not supplied/not satisfactory, the tender will be summarily rejected. 3. As per our requirements/samples available with us, may be inspected. 4. Test certificate from Standard institute has to be furnished. 5. pamphlets and technical details of products shall be enclosed. 6. Warranty has to be mentioned. 7. Engravements of our name in each tools with Sl.no./year has to be made as per our requirement. ACCEPTANCE: We have throughly read the terms and conditions mentioned by the Corporation. We
hereby agree the terms and conditions for the supply of above materials.
We/I agree to supply the above items at the rates noted against each on F. O. R. Destination ie.,
SALEM/DHARMAPURI as per your requirements.
Station : SIGNATURE OF THE TENDERER Date : WITH OFFICE SEAL. EMD PARTICULARS. 1.D.D.AMOUNT:Rs. 2.D.D.No: DATED: 3.NAME OF THE BANK:
TAMILNADU STATE TRANSPORT CORPORATION (SALEM) LTD, SALEM – 636 007
SCHEDULE FOR SUPPLY OF : AC ELECTRICAL (SPARES) C(7) NOTE: This Rate schedule should be submitted in the Tender COVER -2 along with the schedule proforma – 3 Pages. SL NO
ITEM CODE
ITEM DESCRIPTION UOM QTY. REQD.
RATE/ UNIT
REMARKS
1 AEB027 4” TUBE LIGHT BULB 36W 72709507097
NO 5000
2 AEL081 40W CHOKE 18/20W 72709702097
NO 1000
3 AEL120 40 WATTS TUBE LIGHT STARTER 72709550097
NO 4000
4 AEB012 60W BULB
NO 100
5 AEL 024 4’ 40W TL FITTING (With choke and starter)
NO 150
6 AEW024 1/18 COPPER WIRE COIL Finolex
NO 40
7 AEW039 3/20 COPPER WIRE COIL Finolex
NO 35
8 AEW043 7/20 COPPER WIRE COIL Finolex
NO 15
9 ACC0638 7/16 COPPER WIRE COIL Finolex
NO 5
10 ACC0429 HEAVY DUTY 3 CORE WIRE COIL Finolex
NO 15
11 ACC0822 100A 3 PHASE MAIN SWITCH Gem
NO 4
12 ACC0373 63A 3 PHASE MAIN SWITCH Gem
NO 15
13 ACC0792 32A 3 PHASE MAIN SWITCH Gem Iron gland
NO 20
14 ACC0791 16A 3 PHASE MAIN SWITCH Gem
NO 10
15 ACC0756 62.5 KVA ALTERNATOR RECTIFIER (KIRLOSKAR)
NO 10
16 ACC0308 62.5 KVA ALTERNATOR CARBON BRUSH
NO 64
17 AEE329 GENERATOR TYRE COUPLER Fenner F110
NO 10
18 ACC1011 (Generator) 62.5 KVA ALTERNATOR CARBON BRUSH HOLDER
ST 40
19 ACC0593 63A 3 PHASE MAIN FUSE WITH TOP (Gem)
NO 50
20 ACC0360 63A 3 PHASE SQUARD ROD ASSLY (Gem)
NO 50
21 ACC0350 32A 3 PHASE MAIN FUSE WITH TOP (Gem)
NO 125
22 ACC0351 32A 3 PHASE SQUARE ROD ASSLY (Gem)
NO 65
23 63A 4 POLE MCB SWITCH ( L & T )
NO 10
24 ACC0832 32A 4 POLE MCB SWITCH ( L & T )
NO 16
25 25A 2 POLE MCB SWITCH ( L & T )
NO 25
26 25A 1 POLE MCB SWITCH ( L & T )
NO 40
27 AEE025 ¾ PVC WIRING PIPE
NO 300
28 AEE294 ¾ PVC WIRING BEND
NO 300
SL NO
ITEM CODE
ITEM DESCRIPTION UOM QTY. REQD.
RATE/ UNIT
REMARKS
29 AEE313 ¾ PVC WIRING ‘L’ BOW
NO 300
30 ACC0074 ¾ PVC J.BOX (1 WAY TO 4 WAY)
NO 300
31 ACC0266 12 X 8 HYLUM BOX
NO 40
32 AES 080 5A F/T SWITCH (Kundan)
NO 250
33 CXM909 ¾ CLAMP
NO 500
34 AEE275 5A 3 PIN SOCKET (Kundan)
NO 150
35 AEE280 5A 3 PIN TOP (Kundan)
NO 100
36 ACC0268 15A 3 PIN SOCKET (Kundan)
NO 40
37 ACC0267 15A 3 PIN TOP (Kundan)) NO 40 38 ACC0205 15 AMPS 5 IN ONE POWER
PLUG (Kundan) NO 5
39
ACC204 7/20 GI WIRE KG 15
40
ACC0319 ¾ PVC FLEXIBLE HOSE MTR 50
41
ACC0486 1” METAL FLEXIBLE HOSE MTR 50
42
ACC0248 CABLE SOCKET ALL SIZE NO 120
43
ACC0183 AL CAPE LEAD KG 10
44
ACC0262 SOLDERING PASTE BOX 5
45
ACC0168 100A FUSE WITH TOP (Gem) NO 15
46
AEB031 250W SV BULB ( Bajaj ) NO 100
47
ACC0034 250W SV CHOKE ( Bajaj ) NO 50
48
ACC0447 250W SV IGNATOR ( Bajaj)) NO 100
49 ACC0051 HALOGEN BULB 1000W (Philips)
NO 10
50
ACC0876 63A EARTH LEAKAGE SWITCH (Standard)
NO 5
51 ACC0551 32A 3 PHASE METAL SOCKET WITH TOP (Kundan)
NO 5
52 ACC0914 15W CFL BULB (Crompton) NO 200 53 20 PAIR TELEPHONE CABLE
COIL (Finolex) NO 4
54 10 PAIR TELEPHONE CABLE COIL (Finolex)
NO 4
55 ACC0501 2 PAIR TELEPHONE CABLE COIL (Finolex)
NO 10
56 ACC0787 25 KVA POWER SHUNT CAPACITOR 3 DIA (L & T)
NO 10
57 ACC0877 9 KVA POWER SHUNT CAPACITOR 3 DIA ( L & T)
NO 5
58 ACC0880 5 KVA POWER CAPACITOR STUNT 3 DIA ( L & T)
NO 20
59 ACC0734 2 KVA POWER SHUNT CAPACITOR 3 DIA (L & T)
NO 20
..3..
SL NO
ITEM CODE
ITEM DESCRIPTION UOM QTY. REQD.
RATE/ UNIT
REMARKS
60 ACC0733 1 KVA POWER CAPACITOR 3 DIA ( L & T)
NO 20
61 ACC0470 ELECTRONIC TYPE FAN REGULATOR (Kundan)
NO 25
62 ACC0355 ELECTRONIC 40W CHOKE (Philips)
NO 5
63 ACC0484 HT SHOCK PROOF HAND GLOUSE (22000 )VOLT
ST 3
64 ACC1014 4 KVA TIME DELAY VOLTAGE STABLISHER (Everest)
NO 10
65 ACC0685 2 CORE WIRE COIL ( Finolex)
MT 1200
66 ACC0265 PVC REEL INSULATOR
NO 400
67 ACC0101 TUBE LIGHT SIDE HOLDER (Crompton)
NO 200
68 TUBE LIGHT SIDE HOLDER STAND (Crompton)
NO 200
69 ACC0433 250 W SV HOLDER ( Crompton)
NO 12
70 ACC0180 DING DONG CALLING BELL (Kundan)
NO 3
71 ACC0376 ELECTRIC SHOCK PROOF RUBBER MAT 6’ X 3’
NO 12
72 ACC0881 4 X 50 SQ. MM U.G. CABLE (Finolex)
MTR 250
73 ACC0481 4 X 25 SQ. MM U.G. CABLE (Finolex)
MTR 600
74 ACC0867 48” CELING FAN ASSLY (Crompton)
NO 50
75 ACC0356 FAN REGULATOR (Crompton)
NO 100
76 250W SV FITTING WITH BULB (Crompton)
NO 20
77 ACC0548 GATE LIGHT FITTING WITH BULB (Crompton)
NO 20
78 ACC0646 TRANSFORMER LIGHTING ARESTER
NO 3
79 ¾ CASING PIPE
NO 10
80 ACC0522 BULK HEAD FITTING ( Crompton)
NO 5
81 ACC0081 25 X 8 ROWEL PLUG BOX (Kundan)
NO 50
82 32A DP SWITCH (Kundan)
NO 20
83 ACC0139 8 X 6 WOODEN HYLUM BOX
NO 20
-: 4 : - SL NO
ITEM CODE
ITEM DESCRIPTION UOM QTY. REQD.
RATE/ UNIT
REMARKS
84 ACC020 400W SODIUM VAPOUR CHOKE Bajaj
NO 9
85 ACC0136 400W SODIUM VAPOUR IGNITOR Bajaj
NO 16
86 ACC0377 400W SODIUM VAPOUR BULB
NO 16
87 ACC0581 70W SODIUM VAPIR CHOKE Bajaj
NO 4
88 ACC0387 70W SODIUM VAPOUR LAMP (1 VERSON_) Bajaj
NO 10
89 ACC0655 4 X 10 Sq.mm UG CABLE ISI
NO 200
90 400 W SODIUM VAPOUR FITTING
NO 6
91 ACC06656 2 X 10 Sq. mm UG CABLE ISI
MTR 500
92 ACC0810 GENERATOR TYRE COUPLER FENNER F120
NO 5
93 ACC0790 63A HRC FUSE (STANDARD)
NO 50
94 5 KVA TIME DELAY VOLTAGE STABILICER (EVEREST)
NO 3
95 ACC0370 32A HRC FUSE (STANDARD)
NO 125
96 63A 3 P 3 WAY DB (FUSE TYPE)
NO 2
97 HYLEM SHEET
KG 20
98 ACC0464 NO10 COPPER EARTH WIRE
KG 10
99 2 X 6 Sq.mm UG CABLE ISI
MTR 100
100 ACC1051 230V AC/13W LED STREET LIGHT
NO 20
101 ACC1050 230V AC/36W LED STREET LIGHT
NO 20
102 230V AC/72W LED STREET LIGHT
Note:1. The above materials are to be supplied conforming ASRTU Specifications / Equivalent IS Specifications.
2. The samples shall be supplied separately along with tender Cover I (One) for each items, if in case the samples is not supplied/not satisfactory, the tender will be summarily rejected. 3. The above materials will be required in Full qty/part there of, as case may be from time to time within contract period. ACCEPTANCE: We have thoroughly read the terms and conditions mentioned by the Corporation. We hereby agree the terms and conditions for the supply of above materials. We/I agree to supply the above items at the rates noted against each on F. O. R. Destination ie., SALEM as per your requirements. Station : Date : SIGNATURE OF THE TENDERER
WITH OFFICE SEAL. EMD PARTICULARS. 1. NAME AND ADDRESS OF THE FIRM 2.D.D.AMOUNT:Rs. 3.D.D.No: DATE:
TAMILNADU STATE TRANSPORT CORPORATION (SALEM) LTD, SALEM – 636 007
SCHEDULE FOR SUPPLY OF : SPECIAL WELDING ELECTRODES C(8)
NOTE: This Rate schedule should be submitted in the Tender COVER -2 along with the schedule
proforma – 3 Pages). SL.NO
ITEM CODE
ITEM DESCRIPTION UOM REQD. QTY
RATE PER UNIT
REMARKS
1 HEA162 2.24 ELECRIC WELDING ROD KG 125
2 HEA126 ALUMINIUM ROD(1301) KG 20
3 HEA302 145 FC ELECTRIC WELD ROD KG 50
4 HEA319 660 WELDING ROD 3.2MM KG 80
5 HEA124 680 WELDING ROD3.25 MM KG 70
6 HEA181 670 ELEC. WELDING ROD KG 70
7 HEA196 185 F.C ELEC WELDING ROD KG 60
8 HEG027 1/16 MS WELDING ROD KG 50
9 HEG012 1/8 MS WELDING ROD KG 50
10 HEG116 4MM CHAMPER ROD KG 30
Note: 1. The above items will be required in Full qty/part there of, as case may be from time to time within contract period.
2. The above materials will be supplied as per our required packing.
3.The samples shall be supplied separately along with tender Cover I (One) for each items for a minimum quantity ., if in case the samples is not supplied/not satisfactory, the tender will be summarily rejected.
ACCEPTANCE: I/We have thoroughly read the terms and conditions mentioned by the Corporation. I / We hereby agree for the terms and conditions for the supply of the above materials.
Station: SIGNATURE OF THE TENDERER Date : WITH OFFICE SEAL EMD PARTICULARS 1. NAME AND ADDRESS OF THE FIRM
2. D.D. AMOUNT: Rs.
3. D.D. No. : Date:
TAMILNADU STATE TRANSPORT CORPORATION (SALEM) LIMITED, 12, RAMAKRISHNA ROAD, SALEM - 636 007.
SCHEDULE FOR SUPPLY OF : SHOE, CHAPPAL & SOCKS D (1) NOTE: This Rate schedule should be submitted in the Tender COVER -2 along with the schedule proforma – 3 Pages. SL NO
ITEM CODE
ITEM DESCRIPTION UOM QTY. REQD.
RATE PER UNIT
REMARKS
1 6” to 11” LEATHER SHOE GOOD QUALITY (Colours specified by the STU’s)
PAIR 800
2 6” to 12” GENTS LEATHER CHAPPALS GOOD QUALITY (Colours specified by the STU’s)
PAIR 30000
3
6” to 11” LADIES LEATHER CHAPPALS GOOD QUALITY (Colours specified by the STU’s)
PAIR 300
4 SOCKS - BLUE COLOUR PAIR 800
5 SOCKS – KHAKI COLOUR PAIR 800
Note: 1. Samples has to be supplied alongwith good quality of leather top 2mm thick leather, bottom 3mm thick leather and Shalimar sole. One single sample quality shall be quoted for tender. 2. The above materials will be required in full qty/part thereof, as case may be from time to time within
contract period.
3. If the sampled are not supplied along with tender, the tender will be summarily rejected. ACCEPTANCE: We have thoroughly read the terms and conditions mentioned by the Corporation. We hereby agree the terms and conditions for the supply of above materials. I/We agree to supply the above items at the rates noted against each on F. O. R. Destination ie., SALEM as per your requirements. STATION : SIGNATURE OF THE TENDERER DATE : WITH OFFICE SEAL EMD PARTICULARS. 1. NAME AND ADDRESS OF THE FIRM 2. D.D. AMOUNT: Rs. 3. D.D. No. : Dated: NAME OF THE BANK:
TAMILNADU STATE TRANSPORT CORPORATION (SALEM ) LIMITED
12, RAMAKRISHNA ROAD, SALEM 636 007
CONDITIONS OF TENDER FOR THE SUPPLY AND LABOUR CHARGES FOR CITY CONVERSION. SUBMISSION OF TENDER The tenderer are requested to simultaneously submit two separate sealed cover. I The first cover will contains 1) Proof of Original Equipment Manufacturer Status/Manufacturing evidence/ SSI unit status/Authorised dealer status 2) D.D for EMD amount 3) Any other information if the tenderer would like to state with proper evidence II The second cover containing price quotation which will be opened only if the tenderer are found qualified to execute the tender.
1. Tender should be sent in a sealed cover and subscribed tender for Labour charges for city conversion suitably so as to reach the Deputy Manager (Materials), T.N.S.T.C (Salem ) Ltd, 12, Ramakrishna Road, Salem – 636 007 before 14.00 Hrs on the last date fixed for receipt of tenders in this office.
2. Details and specifications of materials required are given in the schedules attached.
Sl.NO
DESCRIPTION OF JOB EARNEST MONEY DEPOSIT
LAST DATE FOR RECEIPT OF TENDER
VALIDITY PERIOD
1 City conversion Rs.3000.00 20.09.2013 14.00 Hrs
ONE YEAR OR TILL FINALISATION OF THE NEXT TENDER
3) Tenders will be opened in the office of the Managing Director at 15.00 Hrs on 20.09.2013 in the presence of the tenderers who wish to participate. 4) Amount specified in clause (2) shall be deposited towards EMD alongwith tender. Failure to deposit the EMD may result in summarily rejection of the tender. 5) (a) Rate quoted should clearly indicate separately for each and every job. (b) Previous experience details may be furnished along with the tender. ..2..
2
6) 2% security deposit amount will be deducted from the each bill value at the time of passing payment.
7).The EMD amount specified above should be in the form of Demand Draft/ Bankers cheque obtained from any one of the Nationalised Bank in favour of The Managing Director, Tamil nadu State Transport Corporation (Salem ) Ltd, Salem, payable at Salem.
8).If the successful tenderer fails to provide the Security deposit within the period specified such failure will invlove the forfeiture of the EMD deposited by them and will also constitute breach of the contract and the Managing Director shall be entitled to make other arrangements for obtaining these works at the risk and expense of the contractors.
9).In case the contractor fails to complete the works or there is any delay in completion, the Managing Director, T.N.S.T.C (Salem) Ltd, will be entitled to complete elsewhere with such other contractors at the risk and liability of the contractor. The contractor shall be liable to pay to the Corporation the difference between the price set out in the contract plus 10% overheads. In addition the EMD and Security deposit paid by the contractor will be forfeited. 10).The Managing Director reserves the right to increase/de-crease the quantum of work based on the actual requirement and may repeat/cancel orders for the same quantity finalised in the tender at the same rate accepted by the corporation, during the currency of the order i.e, within one month from the date of order.
11) The Corporation does not bind themself to accept the lowest or any other and reserves the right to themselves to reject any or all tenders without assigning any reason therefor.
12) Every tender should be accompained by declaration that the work may be decided by the corporation in accordance with the above terms and conditions at no extra cost.
13) a) EMD will be refunded to the unsuccessful tenderers after finalising the tender through cheque only. b) EMD and security deposit will be refunded to the successful tenderers only after satisfactory completion of the contract period.
14) In case of any dispute, the decision of TNSTC (Salem) Ltd, Salem, shall be final.
15) The contract is subject to Salem juristiction. The Corporation is empowered to deduct any statutory levies/taxes from the payment to the successful tenderer.
..3..
3
16) The work should be as per our specifications and the specification is subject to alteration.
17) The Managing Director reserves the right to cancel, modify these conditions or to reduce the period of this agreement at any time without assigning any reason whatsover and without notice to
the Tenderer. 18) Postal delay will not be entertained. 19) The Tenderer should execute an Undertaking to the above conditions in a Non-Judicial stamp paper valued for Rs.100/- (Rupees Hundred only) along with tender. 20) All Specifications shall satisfy the M.V.Act and Rules. 21). The Contractor shall agree to provide performance guarantee free of any defects for a minimum period of one year from the date of completion of work. The defects/repairs noticed during theguarantee period, if any, should be rectified at free of cost without loss of time. The security Deposit of 2% will be refunded only after the guarantee period of one year. 22) Exemption from payment of EMD:- (a) The following categories of tenderers are exempted from payment of Earnest Money Deposits: i. Departments/ Undertakings/Corporations of Govt.of Tamil Nadu. ii. SSI unit holding valid SSI certificates for manufacturing the tendered items by the Govt.of Tamil
Nadu. (individual items should be specified in the SSI certificate). All the Tenderers who are exempted from payment of EMD shall furnish in lieu of Earnest Money Deposit an undertaking on non - judicial stamp paper of value not less than Rs. 100/- (Rupees Hundred only) in the form enclosed. MANAGING DIRECTOR
TAMILNADU STATE TRANSPORT CORPORATION(SALEM) LTD.,
SALEM-7.
(CITY�CONVERSI(CITY�CONVERSI(CITY�CONVERSI(CITY�CONVERSION)ON)ON)ON)����
����¿¸Ã�§ÀÕ󾡸�¯ÕÁ¡üÈõ�¦ºöÂ�§¾¨ÅôÀÎõ�«¨ÉòÐ�À½¢¸Ç¢ý�Å¢ÀÃõ¿¸Ã�§ÀÕ󾡸�¯ÕÁ¡üÈõ�¦ºöÂ�§¾¨ÅôÀÎõ�«¨ÉòÐ�À½¢¸Ç¢ý�Å¢ÀÃõ¿¸Ã�§ÀÕ󾡸�¯ÕÁ¡üÈõ�¦ºöÂ�§¾¨ÅôÀÎõ�«¨ÉòÐ�À½¢¸Ç¢ý�Å¢ÀÃõ¿¸Ã�§ÀÕ󾡸�¯ÕÁ¡üÈõ�¦ºöÂ�§¾¨ÅôÀÎõ�«¨ÉòÐ�À½¢¸Ç¢ý�Å¢ÀÃõ����
E ( 1 ) Å.�±ñ�
À½¢Â¢ý�Å¢ÀÃõ� ÜÄ¢�Å¢ÀÃõ�§ºÄõ� ¾ÕÁÒâ�ẢÒÃõ� ¸¢.¸¢Ã¢� ¾ÕÁÒâ�
1 ÅÄÐ� ÒÈõ� 3� pass� º£ð� À¢§Ãõ,� 2� Pass� º£ð�À¢§ÃÁ¡¸� ¬ø¼÷� ¦ºöžüÌõ� þ¼ÐÒÈõ�ÁüÚõ� À¢ýÒÈÓûÇ� þÕ쨸¸¨Ç� Á¡üÈõ�¦ºöÐ� «¾¢ø� ¯ûÇ� Seat� Cushion� ÁüÚõ�Back� rest� À¢¨Ç×ð¸¨Ç� ¸ð� ¦ºöÐ� º£ð�«¨Éò¨¾Ôõ� À¢§ÃÁ¢ø� ¦À¡Õò¾¢,� ҧǡâí�¦À¡Õò¾¢� ÁüÚõ� IGR� ¨Àô� ´ýÚ� ¾Â¡÷�¦ºöÐ� ¦À¡Õòоø,� ¦ºý¼÷� §À¡Šð¸û�þ¼Ð� ÁüÚõ� ÅÄÐ� ¦À¡Õòоø,� Ä째ˆ�§¸Ã¢Â÷,�¯ðÒÈ�Ä째ˆ�§¸Ã¢Â÷,�À¢ý�²½¢,�Ä째ˆ�²½¢�À¢Ã¢òÐ�±Îò¾ø.��
� � �
2 Town�Conversion� ¦ºöÂôÀÎõ�§ÀÕóиǢø�Foot� Board� alteration� À½¢� §Áü¦¸¡ûÙõ�§À¡Ð� Foot� Board� «¸Äò¨¾� Óý� ÁüÚõ�À¢ý�ÀÊì¸ðθ¨Ç�Plywood,�main�angle�and�partition� ¸¨Ç� À¢Ã¢òÐ� ±ÎòÐ� Å¢ðÎ�ÀÊì¸ðÎ� «ÇÅ¢¨É� «¸ÄôÀÎò¾¢� ÀĨ¸�¦À¡Õò¾¢� ÓÊòоÃ� (§ÀÕóÐ� ´ýÚìÌ)�ÁüÚõ� Foot� Board� Handle� 6� Nos.� alteration�¦ºöÐ�¾Ã���
� � �
3 À¢ý� ÀÊì¸ðÎ� ÁðÎõ� ¯ûÇ� §ÀÕóиǢø�ÓýÒÈ� ÀÊì¸ðÎ� Ò¾¢¾¡¸� ²üÀÎò¾¢ò� ¾Ã�(§¾¨ÅôÀÊý)��
� � �
4 ÅÄÐ� ÁüÚõ� þ¼Ð� ÒÈÓûÇ� ¾ûÙ�¸ñ½¡Ê¸Ç¢ø� ¦Åø¦Åð� §ºÉø�¦À¡Õò¾¢Ôõ�À¢§Ãõ¸¨Ç�ºÃ¢�¦ºöžüÌõ��
� � �
5 À¢ý� ¦ÀâÂ� ¸ñ½¡Ê¸¨Ç� ¸ÆüÈ¢� À¢§Ãõ�ºÃ¢¦ºöÐ� åð§À¡÷Î� ºÃ¢¦ºöÐ�¦À¡Õò¾¢ò¾Ã��
� � �
6 Óý� ¦ÀâÂ� ¸ñ½¡Ê¸¨Ç� ¸ÆüÈ¢� À¢§Ãõ�ºÃ¢¦ºöÐ� åð§À¡÷Î� ºÃ¢¦ºöÐ�¦À¡Õò¾¢ò¾Ã��
� � �
7 ãýÚ� À½¢¸û� þÕ쨸ìÌ� ¸£§Æ� ¯ûÇ�Battery� Box� ¸¨Ç� À¢Ã¢òÐ� ±ÎòÐÅ¢ðÎ�ÅÄÐÒÈõ�þÃñÎ�À½¢¸Ç¢ý�þÕ쨸¸û�þÃñÊüÌõ�¸£§Æ�þÃñÎ�Battery�Box�¸¨Ç�¾Â¡÷�¦ºöÐ�ÀĨ¸�¦À¡Õò¾¢ò�¾Ã��
� � �
..2..
Å.�±ñ�
À½¢Â¢ý�Å¢ÀÃõ� ÜÄ¢�Å¢ÀÃõ�§ºÄõ� ¾ÕÁÒâ�ẢÒÃõ� ¸¢.¸¢Ã¢� ¾ÕÁÒâ�
8 §º¾Á¨¼ó¾�À¨ÆÂ�¸×ø�ÀõÀ¨Ã�±ÎòÐ�Å¢ðÎ�Ò¾¢Â¾¡¸�¦Áð¼ø�¸×ø,�ÀõÀÕ¼ý�¾Â¡÷�¦ºöÐ�¦À¡Õò¾¢�¾Ã�
� � �
9 !!§º¾Á¨¼ó¾�À¨ÆÂ��ÀõÀ¨Ã�±ÎòÐ�Å¢ðÎ�����Ò¾¢Â¾¡¸����ÀõÀ÷�¾Â¡÷�¦ºöÐ�¦À¡Õò¾¢�¾Ã�!
� � ��
10 Óý§ÁøܨÃ�Mica,�beeding�ÀĨ¸¸û�ºÃ¢�¦ºöžüÌ�TV�Box�&�DVD�Box�¸ÆüȢŢðÎ�Mica�patch�À½¢¸û�¦ºöžüÌ��
� � �
11 «¨ÉòÐ�À½¢¸û�þÕ쨸�ÁüÚõ�º¡öÁ¡É�ÀĨ¸�ÁüÚõ�Foot�Board�Shutter,�Driver�Door�shutter�liner�À½¢¸û�¦ºöÐ�¾Ã���
� � �
12 ¯ðÒÈõ,�¦ÅÇ¢ôÒÈõ�Town�Bus�Pattern�Paint�«ÊòÐ�¾Ã��
� � �
13 ÅÄÐ�ÁüÚõ�þ¼ÐÒÈõ�À¢ýÒÈõ�À¡Ê�¾¸Î¸û�âô§À÷�ºÃ¢¦ºöÐ�Beeding�fit�¦ºöÐ�¾Ã��
� � �
14 µðο÷�¸¾×!ÁüÚõ�Partition�Plywood�repair�ºÃ¢¦ºöÐ!�sunmica�¦À¡Õò¾¢�¾Ã��
� � �
15 À¢Ç¡ðÀ¡÷õ�âô§À÷�À½¢�¦ºöÐ�¾Ã��
� � �
16 §ÀÕó¾¢ý�Üñ¨¼��«Êîºð¼ò¾¢Ä¢ÕóÐ�¾É¢Â¡¸�À¢Ã¢òÐ�±ÎòÐ,�«Êîºð¼ò¾¢üÌ��¦À¢ñð�«ÊòÐ�¾Ã�
� � �
ACCEPTANCE: We have thoroughly read the terms and conditions mentioned by the Corporation. We hereby agree the terms and conditions. Station : Date : SIGNATURE OF THE TENDERER
WITH OFFICE SEAL EMD PARTICULARS. 1. NAME AND ADDRESS OF TENDERER 2. D.D.AMOUNT:Rs. 3. D.D.No: DATED: 4. NAME OF THE BANK
TAMIL NADU STATE TRANSPORT CORPORATION (SALEM) LIMITED, E ( 2 ) 12, RAMAKRISHNA ROAD, SALEM - 636 007 CONDITIONS OF TENDER FOR THE VARIOUS RECONDITIONING WORKS AT CENTRAL WORKSHOP SALEM / DHARMAPURI SUBMISSION OF TENDER The tenderer are requested to simultaneously submit two Separate sealed cover. I The first cover will contains 1) Experience certificate 2) D.D for EMD amount 3) Any other information if the tenderer would like to state with proper evidence II The second cover containing price quotation which will be opened only if the tenderer are found qualified to execute the tender. COST OF TENDER FORM Rs.500.00 (RUPEES FIVE HUNDRED ONLY) 1) Tender should be sent in sealed cover superscribed tender for the labour charges for the Reconditioning work of unit / spares / items forLeyland / TATA Vehicles so as to reach the Managing Director, M/s.Tamilnadu State Transport Corporation (Salem) Limited, 12, Ramakrishna Road, Salem - 636 007, before 14.00 Hrs on the last date fixed for receipt of Tenders in this Office. 2) Details and specifications of works are given in the schedules attached.
Sl.NO
DESCRIPTION OF JOB EARNEST MONEY DEPOSIT
LAST DATE FOR RECEIPT OF TENDER
VALIDITY PERIOD
1 VARIOUS RE-CONDITIONING WORKS AT CENTRAL WORKSHOP SALEM AND DHARMAPURI
Rs. 3,000.00 20.09.2013 14.00 Hrs
ONE YEAR OR TILL FINALISATION OF THE NEXT TENDER
3) Tenders will be opened in the office of the Managing Director at 15.00 Hrs on 20.09.2013 in the presence of the tenderers who wish to participate. 4) Amount specified in clause (2) above should be deposited towards EMD along with Tender. Failure to deposit the EMD will result in summarily rejection of the tender. 5) Rate quoted should be clearly indicated separately for each and every work. 6) The successful tenderer should deposit a security deposit of 2% of the value of Reconditioning works to be ordered. 7) The EMD specified above should be in the form of demand draft obtained from any one of the Nationalised Banks in favour of Tamilnadu State Transport Corporation (Salem) Limited, Salem.
..2..
..2.. 8) The return of E.M.D Amount for the successful Tenderer will be issued by cheque after one year of the successfull completion of the tender period. The successful Tenderer fails to provide the security deposit within the period specified / withdraws the tender, such failure will involve the forfeiture of the E.M.D deposited by them and will also constitute breach of the contract and the Managing Director shall be entitled to make other arrangements for obtaining these works at the risk and expense of the tenderers. 9) In case the contractor fails/delays to complete the Reconditioning work with in the specified Period,the Managing Director Tamil Nadu State Tranport Corporation (Salem) Limited, will be entitled to complete elsewhere such other contractors at the risk and liability of the contractor 10) The Managing Director reserves the right to increase/decrease the quantum based on the actual requirement and may repeat/cancel orders for the same quantity of Reconditioning finalised in the tender at the same rate accepted by the Corporation. 11) The Corporation does not bind themselves to accept the lowest or any other and reserves the right to themselves to reject any or all tenders without assigning any reason therefor. 12) Every Tender should be accompanied by declaration that the Reconditioning process may be decided by the Corporation in accordance with the above terms and conditions. 13) EMD will be refunded to all the unsuccessful tenderer after finalising the tender by cheque only. 14) In case of any dispute, the decision of Tamil Nadu State Transport Corporation (Salem) Limited shall be final. 15) The contract is subject to Salem jurisdiction. The Corporation is empowered to deduct any statutory levies/taxes from the payment made to the successful tenderer. 16)The Reconditioning work should be as per our specification and that the specification is subject to alteration. 17) The Managing Director reserves the right to cancel, modify these conditions or to reduce the period of this agreement at any time without assigning any reason whatsoever and without notice to the Tenderer. 18) Postal delay will not be entertained. 19) The Managing Director, T.N.S.T.C.(Salem) Limited or his authorised representative can reject any Tender with or without any reason. 20) THE TENDERER SHOULD EXECUTE AN UNDERTAKING TO THE ABOVE CONDITIONS IN STAMPED PAPER VALUED FOR RS.100.00 (Rupees Hundred only) ALONGWITH THE TENDER. 21) All specifications shall satisfy the Corporation rules. 22) Tenderer is requested to indicate his rate for Reconditioning per unit or spares or items against each work. He can quote for all or any of the item given in the annexures. He should write the amount both in figures and in words against each items. If there is any difference in rates mentioned in words and figures, the lower rate alone will be taken into consideration.
..3..
..3.. 23) For the Reconditioning work consumable item will be supplied by the Corporation.Any damages caused to the property of the corporation during the execution of the job entrusted, the cost of the damages as fixed by the Management shall be recovered from the contractors/firms. 24) The Reconditioning process of the entrusted works are subject to changes of the Corporation. The contractor should follow the instructions regarding design aspects given by the Deputy Manager (Works), Salem/Dharmapuri in the jobs entrusted to them. 25) The Tenderer has to undertake the Reconditioning work at their premises for the Spares / Items / Parts delivered by this Corporation. At the time of taking the Reconditioned items by the Corporation all the old parts removed shall also handed over withoutfail. SPECIAL CONDITIONS. 1) The Contractor shall agree to provide performance guarantee free of any defects for a minimum period of three months from the date of fitment. The defects noticed during the guarantee period, if any,should be rectified at free of cost without loss of time. Otherwise the loss sustained in this regard will be adjusted in the SECURITY DEPOSIT / EMD with this Corporation. 2) If the Reconditioning work is delayed beyond the schedule, the loss if any, sustained by the Corporation will be recovered from the contractor.
MANAGING DIRECTOR.
SCHEDULE - A
TAMIL NADU STATE TRANSPORT CORPORATION (SALEM) LIMITED., 12, Ramakrishna Road, Salem - 636 007 1. Name of the party/Firm : 2. (a) Address for communication : (b) Workshop : (c) phone No/Cell No : (d) Telex No/ Fax : 3. Status (SSI/AUTHORISED- -WORKSHOP/AUTHORISED- -SERVICE CENTRE) : (Necessary certificate should be enclosed) 4. PAYMENT : 45 DAYS CREDIT (PAYMENT WILL BE ISSUED BY CHEQUE ONLY) 5. Work Experience (To Recondi- : -tion the above job) proof- -shall be enclosed. 6. Machineries available at your-: -workshop (Related to the- -job quoted)
7. Other information such as- : -financial status and - -capacity if any specify. 8. E.M.D Details : (i) Name of the party/Firm : (ii) D.D.Number and Dt : (iii)Value of D.D : (iv) Sender's Name and Address :
CERTIFICATE Certified that the above informations given by me / our firm are true to the best of our knowledge and I/We agree to abide by the terms and conditions specified in the contract.
Signature of tenderer Date : Name : Place : Seal :
SCHEDULE - B
TAMILNADU STATE TRANSPORT CORPORATION (SALEM) LTD., SALEM – 7
I. WORKS TO BE DONE IN OUR WORKSHOP BY OUTSIDE LABOUR Sl.
No
DESCRIPTION OF WORKS QTY
LABOUR CHARGES
SALEM WORKSHOP
DHARMAPURI WORKSHOP
1 A)
Reconditioning of Leyland & Tata Spring assemblies (Dismantling, cleaning, cambering, Assembling, Drilling / Clamp fabricated & fitting Completing of works)
Per assy
2 I) Nylon Tyre injury Repair works
A 1/2 “ x 1/2 “ Cut Repair Work 1 No. B 1” x 1” Cut Repair Work 1 No.
C 2”x1” Cut Repair Work 1 No. D 3”x1” Cut Repair Work 1 No.
E 4”x1” Cut Repair Work 1 No. F Spot Cut Repair (Any Size) 1 No.
G Shoulder Repair 1 No. H Loose Cord Repair work
(Full Round) 1 No.
I Old Patch Removal from the tyre
1 No.
II) Radial Tyre Injury Repair works
A Minimum Size up to 1” Cut Repair Work
1 No.
B Maximum Size 1” to 3” Cut Repair Work
1 No.
C Radial Crack full round Repair Work
1 No.
III) Tube Repair Works
A Tube Puncture Work 1 No.
B Tube Mouth Fixing Work 1 No.
IV) Heavy Repair in Risk Tyres
A More than 4 “ Cut Repair Work 1 No.
V) BELT CUTTING WORK
A Cutting and removing of usable Tread Belts from Old / Condemned Tyres
Per Tyre
VI) TYRE RETREADING WORKS
A Old Tyre Buffing work Per Tyre
B Tyre Building work Per Tyre
C Tyre Curing (Electric chamber) Per Tyre
SL.NO DESCRIPTION OF WORKS
QTY
LABOUR CHARGES
SALEM DPI
Slm FC Unit
Rpm FC Unit
Ski FC Unit
Dpi FC Unit
Kgi FC Unit
3
a)
b)
c)
d)
PAINTING of F.C Vehicles Town Buses (inside & outside)
Mofussil Buses (inside & outside)
U/D Buses (inside & outside)
Break Down Lorry (inside & outside)
Per Bus
Per Bus
Per Bus
Per Lorry
4 (i)
LINER WORKS of F.C Vehicles
Rexine stitching work only
a) One pass. seat
b) Two pass. Seat
c) Three pass. Seat
d) One pass Backrest
e) Two pass Backrest
f) Three pass Backrest
g) One pass. Backrest (Exp.type)
h) Exp.type Head rest cover
i) Bonnet cover
j) Foot board shutter
k) Driver door curtain (or) Side curtain
5
a)
b)
c)
d)
WHEEL SERVICE FOR F.C Vehicles
Wheel service only for
Front two wheels
Rear two wheels
Wheel service, Removing & Refitting of Cam shafts, Riveting of Brake linings Front two wheels
Rear two wheels
Sl.no
DESCRIPTION OF WORKS
QTY
LABOUR CHARGES
SALEM Workshop
DHARMAPURI Workshop
7 A
B C D E F G H I J K
Reconditioning of 24 V Alternator ( Dismantling, cleaning, Assembling & testing ) Reconditioning of 24V Self motor ( Dismantling, cleaning, Assembling & testing ) Reconditioning of Inverter Tube light assy ( Dismantling, cleaning, Assembling & testing ) Reconditioning of Pedestal / Ceiling / Wall Mounting Fan ( Rewinding and testing ) Reconditioning of Self motor Armature (Armature bend checking, fitting new commudator, Rewinding & testing) Reconditioning of Alternator Stator (Stator rewinding & testing) Reconditioning of Leyland & Tata Spring Hangers (Cleaning, new bush welding, Grinding & checking Spring pin fitment) Reconditioning of Leyland & Tata Spring Shackles (Cleaning, new bush welding, Grinding & checking Spring pin fitment) Wheel Disc wheel Bolt holes welding, grinding & drilling new holes Reconditioning of Leyland Rear Hub (Cleaning, wheel bolt & axle stud thread checking, Changing of damaged wheel Bolt & Axle stud Bearing seating area checking)
Condt…..4
SL. NO
DESCRIPTION OF WORKS
LABOUR CHARGES
SALEM REGION DHARMAPURI REGION
Salem Rasipuram Sankiri Dharmaprui Krishnagiri 6 TATA & Leyland Spring
Assemblies old removing & RC Fitting (Front & Rear) Four Assys. Per Bus In our FC Unit
4
L M N O P Q R S
Reconditioning of Leyland Axle shaft ( worn out stud holes welding & drilling ) Brake Drum truing in Drum lathe Front, Rear Brake shoes cleaning, removing worn out Linings, Holes ovality rectifying, new Lining Riveting Reconditioning of Leyland, Tata BS II Radiator ( Top / bottom tank removing, core cleaning, refitting leakage checking bracket welding& testing Reconditioning of Leyland, Tata BS II Radiator ( checking & rectifying leakages, testing) Reconditioning of Multilid 12 Volts ( 19 / 21 / 25 Plates) Batteries. (Replacing of damaged & dead cells with serviceable cell , cell connector / posts remolding, recharging and testing ) Reconditioning of Monolid 12 Volts ( 21 Plates) Batteries. (Replacing of damaged & dead cells with serviceable cell, cell connector / posts remolding, recharging and testing) Reconditioning of Leyland / Tata Front axle assy ( Dismantling, cleaning and assembling)
8
a)
b)
c)
Dismantling & Cleaning of old Engine assy
Dismantling & cleaning of old Gear Box assy
Dismantling & cleaning of old Propeller shaft assy
Per Unit
Per Unit
Per unit
9
a)
b)
c)
F.C VEHICLES
VELVET CHANNEL changing work
GLASS CUTTING & FITTING work
GRILL CORE Buffing & refitting work
Per Bus
Per No
Per Bus
Condt…..5
5
Sl.no
DESCRIPTION OF WORKS
QTY
SALEM Workshop
DHARMAPURI Workshop
10 ( i ) ( ii )
Condemned vehicles cannibalization works at Sankari condemned yard. Unloading of condemned assemblies from the Lorry / Stores & Loading of serviceable assemblies to Lorry / Stores
a) Removing and refitting of Engine assy
with Self motor , Alternator & Radiator b) Removing and refitting Gear box assy.
with Propeller shafts
c) Removing and refitting of Front & Rear Spring assys. With Hangers & shackles.
d) Removing and refitting of Front axle assembly
e) Removing and refitting of Rear axle assembly
Per Bus Per Bus Per Bus Per Bus Per Bus Per Bus
11 a) b)
Canning works of Conductor / Driver seat’s Bottom seat / Backrest Canning works of ‘S’ Type bottom seat / backrest
Per seat Per seat
Condt…..6
6
II . WORKS TO BE ENTRUSTED TO OUT SIDE FIRMS
SL.NO
DESCRIPTION OF WORKS
QTY
LABOUR + MATERIAL CHARGES
SALEM Workshop
Dharmapuri Workshop
1 a) Reconditioning of 10 Ton Hydraulic Trolley jack including replacement of worn out spares (minor works)
1 NO
b) Reconditioning of 10 Ton Hydraulic trolley Jack Major Works
1 NO
c) Reconditioning of hand rivet Gun including of Spares (Major Work)
1 NO
d) Reconditioning of 3HP Car washer Crankshaft and connecting rod assembly
1 NO
e) Reconditioning of Car washer balancing drum including replacement of worn out spares
1 NO
f) Reconditioning of 3HP Air compressor crank shaft and connecting rod assy.
1 NO
g) Reconditioning of 5HP Air compressor crank shaft and connecting rod assy.
1 NO
h) Reconditioning of 7.5HP Air compressor crank Shaft and connecting rod assy.
1 NO
i) Reconditioning of 10HP Air compressor crank shaft and connecting rod assy.
1 NO
2
a) b) c) d) e) f) g)
Reconditioning work of 5 KVA, 7KVA,12KVA (both air cooled and oil cooled) Welding Transformer Complete RC Without Oil Rewinding of primary coil only Rewinding of secondary coil only Rewinding of cooling fan only Replacement of output terminal Replacement of current adjustment core Replacement of ON/OFF Switch only
1 no 1 no 1 no 1 no 1 no 1 no 1 no
5 kva
7 kva
12 kva
5 kva
7 kva
12 kva
Condt…..7
7
SL.NO
DESCRIPTION OF WORKS
QTY
LABOUR + MATERIAL CHARGES
SALEM Workshop
DPI Workshop
3 i) ii)
Rewinding of 62.5 KVA Generator Alternator including rewinding of Armature winding, Booster Winding and replacement of worn out Slip ring, Bearings and other worn out parts Charges for complete RC
(a) Armature coil rewinding charges
(b) Slip Ring replacement charges
(c) Carbon Brush replacement charges
(d) Booster coil rewinding charges
(e) Brush Holder replacement charges
(f) Rectifier assy replacement charges
(g) Front Bearing replacement charges
(h) Rear Bearing replacement charges
(i) Cooling Fan replacement charges
1 No
1 No
1 No
1 No
1 No
1 No
1 No
1 No
1 No
1 No
4 Reconditioning work/ a) Complete RC work of
i) Ceiling Fans ii) Wall mounting fan iii) Air circulator fan iv) Exhaust Fan
Other Works:- b) Rewinding of coil only c) Charges for two bearings only d) Charges for capacitor only e) Charges for shaft & Bush only f) Charges for grill and Leaf only
1 No 1 No 1 No 1 No Per work Per work Per work Per work Per work
5 a)
b)
c) d)
e)
f)
Reconditioning & Rewinding of HINO Self Motor Auxiliary coil Reconditioning & Rewinding of HINO Self Motor Main field Coil Reconditioning of Hino Self Motor Pinion Reconditioning of Hino Alternator Regulator Reconditioning of TATA Cummins Bendex Drive pinion assembly. Reconditioning of TATA Cummins Self Motor Solenoid Switch.
Per work Per work Per work Per work Per work Per work
Condt…..8
8
SL.NO
DESCRIPTION OF WORKS
QTY
LABOUR + MATERIAL CHARGES
SALEM Workshop
Dharmapuri Workshop
6 Reconditioning of Freezers
Per work
7 Reconditioning of Gas Welding Regulators a) Oxygen Regulators b) Acetylene Regulators c) 2 HP Saffire Blow Pipe
Per work Per work Per work
8 Reconditioning of Sewing M/c Per work
9 Reconditioning of Wet Grinder 2 Lts. 5 Lts.
Per work Per work
10 a)
b)
c)
d)
e)
f)
g)
h)
Hino Engine Block -Cracked & ovality Cylinder BoreSTD Sleeve fitting Reboring and Honing work labour charges Including sleeve cost per cylinder bore Tata Cummins Engine Block- cracked /ovality Cylinder Bore STD Sleeve fitting Reboring, Honing and Piston matching work labour charges including sleeve cost per Cylinder Bore Tata Cummins Engine Block- Excess wear / ovality Cylinder Bore set to next O/S Reboring, Honing and Piston matching work labour charges per Engine Block (6 Bores) (Piston supplied by us) Surface grinding of HINO/ TATA Cummins cylinder heads Reconditioning of LMV Cylinder heads i) Surface Grinding only ii) Fully Reconditioning including cost of Materials Reconditioning of HINO Air Compressor Body with excess bore wear to set STD size including the cost of sleeve Reconditioning of TATA Air Compressor Body with excess Bore wear to set Standard size including of sleeve cost Reconditioning of TATA Gear Box Body at Top Gear shaft Bearing seating area with excess wear to set Standard size including of sleeve cost.
Per cyl.bore Per cyl.bore Per Cyl. Block Per work Per work Per work Per work Per Unit Per Unit
Condt…..9
9
SL.NO
DESCRIPTION OF WORKS
QTY
LABOUR + MATERIAL CHARGES
SALEM Workshop
Dharmapuri Workshop
11 a)
b)
c)
Reconditioning of Front Engine Bed
Reconditioning of Rear Engine Bed
Reconditioning of Hino Damper pulley
Per Unit
Per Unit
Per Unit
12 a)
b)
c)
d)
Reconditioning of Ley. Turbo charger (Major)
Reconditioning of Ley. Turbo charger (Minor)
Reconditioning of Tata Turbo charger (Major)
Reconditioning of Tata Turbo charger (Minor)
Per unit
Per unit
Per unit
Per unit
13 Power Steering Hose changing sleeve fitting and adopter fitting.
Per unit
14 TATA BSIII FI Pump Calibration only Per unit
15
TATA BSIII FI Pump Service & Calibration including spares cost
Per unit
16
LEY. BSIII FI Pump Calibration only
Per unit
17
LEY. BSIII FI Pump Service & Calibration including spares cost.
Per unit
18
TATA BSIII Nozzles Service & pressure testing (including spares cost)
Per unit
19
LEY. BSIII Nozzles Service & pressure testing (including spares cost)
Per unit
20 a) b)
Complete reconditioning of Leyland BS
II / BSIII Clutch plate Relining major
work Labour charges (Condemned
Clutch plate, New facing with rivet
supplied by us) Tata BS II/ BS III Clutch plate
Relining work Labour charges and Material cost.
(Condemned clutch plate only supplied by us)
Per unit Per unit
I / we undertake to abide by the Terms and Conditions as stipulated above
` CONTRACTOR SIGNATURE
TAMIL NADU STATE TRANSPORT CORPORATION (SALEM) LIMITED.
12, RAMAKRISHNA ROAD, SALEM - 636 007.
TELE FAX : 0427-2317468. TELEPHONE : 2314391 to 94 (4 LINES).
APPLICATION FOR THE REGISTRATION OF VENDORS. ( F )
Sl.No: DATED: 1. Name of the Supplier : 2. Address (a) Office : (b) Factory : Phone No : Telex No/Fax : 3. Status : GOVT./MFR/OES/ASRTU RC/SSI/DISTRIBUTOR/ AUTHORISED DEALER/DEALER. (Necessary certificate should be enclosed) 4. Name of the Group for which Registration is required Sl.No. Group Name. 5. Fees Remittance Particulars: (a) D.D.No. & Date : (b) Amount : Rs.2000.00 (Rupees Two Thousand only) (Non Refundable) (c) Bank & Drawn at : I/We hereby agree to your terms and conditions for the Registration of Vendor. Place : Date : Signature with office seal.