tamilnadu tourism development … of opening of bids and : ttdc limited address for communication...

21
1 Document No. TENDER DOCUMENT FOR THE SUPPLY OF VOLVO OR EQUIVALENT BS-III 5700 mm to 6200 mm WB PASSENGER COACH TAMILNADU TOURISM DEVELOPMENT CORPORATION LIMITED, TAMILNADU TOURISM COMPLEX, No.2, Wallajah Road, Chennai-600 002 Telephone(s) : 25333850 to 54 Fax No.(044)25333385/25382772 E.Mail: [email protected] Web. http://www.tamilnadutourism.org

Upload: hoangdang

Post on 17-Apr-2018

217 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: TAMILNADU TOURISM DEVELOPMENT … OF OPENING OF BIDS AND : TTDC Limited ADDRESS FOR COMMUNICATION Tamilnadu Tourism Complex, 3 rd Floor, Near D1 Police Station, No.2, Wallajah Road,

1

Document No.

TENDER DOCUMENT

FOR THE SUPPLY OF VOLVO OR EQUIVALENT BS-III 5700 mm to 6200 mm WB PASSENGER COACH

TAMILNADU TOURISM DEVELOPMENT CORPORATION LIMITED,

TAMILNADU TOURISM COMPLEX, No.2, Wallajah Road, Chennai-600 002

Telephone(s) : 25333850 to 54 – Fax No.(044)25333385/25382772

E.Mail: [email protected] – Web. http://www.tamilnadutourism.org

Page 2: TAMILNADU TOURISM DEVELOPMENT … OF OPENING OF BIDS AND : TTDC Limited ADDRESS FOR COMMUNICATION Tamilnadu Tourism Complex, 3 rd Floor, Near D1 Police Station, No.2, Wallajah Road,

TAMILNADU TOURISM DEVELOPMENT CORPORATION

LIMITED, TAMILNADU TOURISM COMPLEX,

No.2, WALLAJAH ROAD, CHENNAI- 600 002.

Telephone No. 25333850 To 25333854, Fax.(044) 25382772/25333385

E-Mail: [email protected] Website: http:// www.tamilnadutourism.org

TENDER FOR THE SUPPLY OF VOLVO OR EQUIVALENT BS-III

5700 MM to 6200 MM WB PASSENGER COACH

BID REFERENCE : 2419/T3/2016

DATE : 30.08.2016

DATE OF COMMENCEMENT OF

SALE OF BIDDING DOCUMENT : From date of advertisement

LAST DATE FOR SALE OF BIDDING

DOCUMENT : 22.09.2016 upto 3.00 PM

LAST DATE & TIME

FOR RECEIPT OF BIDS : 23.09.2016 upto 3.00 P.M.

DATE & TIME OF OPENING OF

TECHNICAL BID : 23.09.2016 at 3.30 P.M

PLACE OF OPENING OF BIDS AND : TTDC Limited

ADDRESS FOR COMMUNICATION Tamilnadu Tourism Complex,

3 rd

Floor,

Near D1 Police Station,

No.2, Wallajah Road,

Chennai-600 002.

Page 3: TAMILNADU TOURISM DEVELOPMENT … OF OPENING OF BIDS AND : TTDC Limited ADDRESS FOR COMMUNICATION Tamilnadu Tourism Complex, 3 rd Floor, Near D1 Police Station, No.2, Wallajah Road,

CONTENTS

(1) INSTRUCTIONS AND CONDITIONS TO TENDERER

(2) ELIGIBILITY CRITERIA FOR THE TENDERERS (ANNEXURE-I)

(3) TECHNICAL SPECIFICATION (ANNEXURE-II)

(4) PRICE BID (ANNEXURE-III)

Page 4: TAMILNADU TOURISM DEVELOPMENT … OF OPENING OF BIDS AND : TTDC Limited ADDRESS FOR COMMUNICATION Tamilnadu Tourism Complex, 3 rd Floor, Near D1 Police Station, No.2, Wallajah Road,

4

TAMILNADU TOURISM DEVELOMENT CORPORATION LIMITED

Tamilnadu Tourism Complex, 2, Wallajah Road, Chennai-2.

Nature of work : Supply of Volvo or equivalent BS-III,

5700 mm to 6200 mm WB Passenger Coach

INSTRUCTIONS AND CONDITIONS TO TENDERER

1. Sealed tenders are invited from the leading reputed manufacturers of

buses for Volvo or equivalent BS-III, 5700 mm to 6200 mm WB

Passenger coach with proven track record or manufacturer of bus

bodies, for Supply of one number Volvo or equivalent BS-III, 5700

mm 6200 mm WB Passenger coach by the Tamilnadu Tourism

Development Corporation Limited, Chennai upto 3.00 P.M. on

23.09.2016.

2. Tenders should be in the prescribed original form obtained from the

above address or through website and it should be sent in two

separate sealed covers superscribed as “TECHNICAL BID for

Supply of Volvo or equivalent BS-III, 5700 mm to 6200 mm WB

Passenger Coach” and "PRICE BID for Supply of Volvo or

equivalent BS-III, 5700 mm to 6200 mm WB Passenger Coach” to

the Managing Director, Tamilnadu Tourism Development Corporation

Limited, Chennai-2 by designation. (Technical Bid and Price Bid in

separate sealed envelopes and the sealed envelopes shall then be put

together in another envelope) Sealed tenders can be submitted or sent

by post to the following address:

Registered Office:

The Managing Director

Tamilnadu Tourism Development Corporation Limited,

Tamilnadu Tourism Complex, 3rd

Floor,

Near D1 Police Station,

No.2, Wallajah Road, Chennai-600 002

The tenders not in the prescribed original form will be summarily

rejected.

3. The Technical Bid must be accompanied by an Earnest Money

Deposit of Rs.1,00,000/-(Rupees One Lakh only) Payable by Crossed

Demand Draft on any one of the Scheduled Banks having its office at

Chennai. The Demand Draft should be drawn in favour of

“Tamilnadu Tourism Development Corporation Limited”. No other

form of Earnest Money Deposit will be accepted.

Page 5: TAMILNADU TOURISM DEVELOPMENT … OF OPENING OF BIDS AND : TTDC Limited ADDRESS FOR COMMUNICATION Tamilnadu Tourism Complex, 3 rd Floor, Near D1 Police Station, No.2, Wallajah Road,

5

4. The Eligibility Criteria of the tenderer is at Annexure I. Tenders

received without Earnest Money Deposit along with Technical Bid

will not be accepted and the same will be summarily rejected.

5. The successful bidder shall be intimated on his selection for the award

of contract.

6. The successful tenderer should furnish bid security equivalent to 5%

of tender value either by DD or by Bank Guarantee from a

Nationalised Bank/Scheduled Bank valid for one year and two months

within one week from the date of receipt of letter from TTDC

intimating the selection of the bidder for award of contract. The

successful tenderer shall also execute the agreement in the proforma

prescribed by the TTDC along with the Bid security.

7. Earnest Money Deposit of the successful bidder shall be forfeited in

the event of withdrawal of his bid, before the bid validity period or in

the event of the failure of successful bidder to furnish the bid security

or to execute the agreement within the specified period. In addition to

the forfeiture of Earnest Money Deposit, steps will be taken to

blacklist the defaulter.

8. The tenderer (Authorised signatory of the Company) should sign at

the bottom space of all the pages of this tender document and to be

submitted along with the Technical Bid.

9. The rates tendered shall be inclusive of Sales Tax and other taxes if

any, that may be levied by the appropriate authorities. The breakup

details such as Basic price, Sales Tax, Insurance, Transportation and

other charges if any, etc. should be indicated separately in the

Annexure to the Price Bid Schedule. The price bid is at

Annexure III.

Page 6: TAMILNADU TOURISM DEVELOPMENT … OF OPENING OF BIDS AND : TTDC Limited ADDRESS FOR COMMUNICATION Tamilnadu Tourism Complex, 3 rd Floor, Near D1 Police Station, No.2, Wallajah Road,

6

10. The Technical Bids will be opened at the Registered Office of

TAMILNADU TOURISM DEVELOPMENT CORPORATION Ltd.,

III Floor, Tamil Nadu Tourism Complex, No.2,Wallajah Road,

Chennai-2 on 23.09.2016 at 3.30 P.M. The qualified tenderer's Price

Bid will be opened on a date and time which will be intimated to

the technically qualified tenderers. Both the Bids will be opened in

the presence of tenderers or their authorised representative who

choose to be present at that time.

Evaluation of Bids:-

11. (i) The Technical bids will be evaluated with reference to the eligibility

criteria specified in the technical bid. The price bids of only the

qualified bidders will be opened on a specified date to be intimated to

all successful tenderers.

(ii) The evaluation of price bids shall include all duties and taxes. In a

tender where tenderers are both from the State of Tamilnadu as well as

from outside the State of Tamilnadu, the sales tax /Vat under the

TNGSTI/Vat Act shall be excluded from evaluation of price.

(iii) 15% price preference for domestic small scale industrial units and

10% price preference for Public Sector Undertakings of Tamilnadu

Government in respect of products manufactured by them shall be

given.

12. The Earnest Money Deposit of unsuccessful tenderers will be

refunded after a decision is taken on the tender. For the successful

tenderer Earnest Money Deposit will be refunded after delivery of the

built coach in good condition as per the specifications and remittance

of bid security.

13. The amount deposited as Earnest Money Deposit as required in

Clause 3 above will not carry any interest.

14. Successful tenderer will be intimated about the acceptance. Hence no

enquiry in this regard need be made.

Page 7: TAMILNADU TOURISM DEVELOPMENT … OF OPENING OF BIDS AND : TTDC Limited ADDRESS FOR COMMUNICATION Tamilnadu Tourism Complex, 3 rd Floor, Near D1 Police Station, No.2, Wallajah Road,

7

15. All columns in the tender schedule shall be duly, properly and

exhaustively filled in ink. The rate shall be entered in words also

underneath the figures. No alteration in the description of the schedule

shall be permitted. All corrections should be authenticated under the full

signature of the tenderer. In case of variations in the rate quoted in

words and in figures, the rate quoted in words only will be taken into

consideration.

16. The tender shall be valid for 120 days from the date of opening of Price

Bid.

17. The supply should be effected as per specifications furnished in

Annexure II and as per the delivery schedule.

18. Delivery Schedule:

The built coach should be supplied within 60 days from the date of

receipt of supply order.

19. Delay in supply will lead to penalty @ 1% of the value of tender for

every week of delay or part thereof. (i.e. exceeding three days will be

calculated as one week)

20.If delay in supply exceeds 30 days from the delivery schedule, the

acceptance order will be liable for cancellation, liquidated damages will

be levied to the extent of 10% of the total value of supply order in

addition to the levy of penalty.

21. If it is found that the built coach so supplied is not as per supply order

specifications, the supply made will be rejected and the supplier will be

black listed with forfeiture of Earnest Money Deposit and Bid Security.

22. The built coach should give a minimum guarantee period of one year for

structural stability, general workmanship, corrosion to body parts, etc.

and chassis aggregates from the date of delivery at TAMILNADU

TOURISM DEVELOPMENT CORPORATION Garage, Chennai.

23. The audited balance sheet should be produced along with the technical

bid.

Page 8: TAMILNADU TOURISM DEVELOPMENT … OF OPENING OF BIDS AND : TTDC Limited ADDRESS FOR COMMUNICATION Tamilnadu Tourism Complex, 3 rd Floor, Near D1 Police Station, No.2, Wallajah Road,

8

24. The tenderer shall be solely responsible for the payment of Sales Tax

and other taxes, if any levied by the Government and other local bodies.

TTDC will issue Form- „C‟ against CST .

25. The Technical Bid and Price bid should be submitted along with a

covering letter in a separate sealed cover and the sealed envelope shall

be put together in another envelope as detailed in the bidding

documents.

26. The tenderer should enclose previous copies of indent orders for the

supply of the built coach with similar technical specifications received

from various customers and their certificate of performance, etc. along

with the Technical bid.

27. Fixed Price: Prices quoted by the Bidder shall be fixed during the

Bidder‟s performance of the contract and not subject to variation on any

account. A bid submitted with an adjustable price quotation will be

treated as non-responsive and rejected.

28. The Bidder shall furnish, as part of its bid, documents establishing the

conformity to the bidding documents of all goods and services which

the bidder proposed to supply under the contract.

29. In exceptional circumstances, the TTDC may solicit the bidders

consent to an extension of the period of validity. The request and the

responses thereto shall be made in writing (or by fax). The bid security

provided shall be suitably extended. A bidder may refuse the request

without forfeiting its bid security. A bidder granting the request is not

required or permitted to modify his bid.

30. Bids must be received by the TTDC at the address specified not later

than the time and date specified in the Invitation of Bids. In the event of

the specified date for the submission of bids being declared a holiday for

the TTDC, the bids will be received upto the appointed time on the next

working day.

31. The TTDC may, at its discretion, extend the deadline for submission

of bids by amending the bid documents. In which case all rights and

obligations of the TTDC and bidders previously subject to the deadline

will thereafter be subject to the deadline as extended.

Page 9: TAMILNADU TOURISM DEVELOPMENT … OF OPENING OF BIDS AND : TTDC Limited ADDRESS FOR COMMUNICATION Tamilnadu Tourism Complex, 3 rd Floor, Near D1 Police Station, No.2, Wallajah Road,

9

32. During evaluation of bids, the TTDC may, at its discretion, ask the

bidder for clarification of its bid. The request for clarification and the

response shall be in writing.

33. The TTDC will scrutinise the bids to determine whether they are

complete, whether any computational errors have been made, whether

required sureties have been furnished, whether the documents have been

properly signed, and whether the bids are generally in order. Bids from

Representatives, without proper authorisation from the manufacturer

shall be treated as non-responsive.

34.No bidder shall contact the TTDC on any matter relating to its bid, from

the time of bid opening till the contract is awarded.

35.Any effort by a bidder to influence the TTDC in the TTDC‟s bid

evaluation, bid comparison or contract award decisions may result in

rejection of the bidders bid.

36.As TTDC proposes to register the coach in Tamilnadu, entry tax liability

for TTDC (if any) may be mentioned in the price bid by tenderers

participating outside Tamilnadu.

37.At any time after issue of bid documents and before the opening of the

bid, TTDC may make any changes, modification or amendments to the

bid documents and shall send intimation of such change to all those who

have purchased the original bid and shall be uploaded in the net. The bid

shall be furnished taking into account the amendments if any and any

failure will lead to rejection of bid.

38.The TTDC reserves the right at the time of award of contract to increase

or decrease the quantity of goods and services originally specified in the

schedule of requirements without any change in unit price or other terms

and conditions.

39.The notification of award will constitute the formation of the contract.

Page 10: TAMILNADU TOURISM DEVELOPMENT … OF OPENING OF BIDS AND : TTDC Limited ADDRESS FOR COMMUNICATION Tamilnadu Tourism Complex, 3 rd Floor, Near D1 Police Station, No.2, Wallajah Road,

10

40.In the event the TTDC terminating the Contract in whole or in part, for

non supply of goods as per delivery schedule the TTDC may procure,

upon such terms and in such manner as it deems appropriate. Goods or

Services similar to those undelivered, and the Supplier shall be liable to

the TTDC for any excess costs for such similar Goods. However, the

Supplier shall continue the performance of the Contract to the extent not

terminated.

41.The Tenders beyond the date and time fixed shall not be received and

accepted.

42. Any postal delay or loss/damage in transit will not bind TTDC Ltd.

43.The Managing Director, Tamilnadu Tourism Development Corporation

Ltd., reserves the right either to accept or reject any or all the tenders at

any time prior to award of contract.

44.Evaluation of tenders would be in accordance with the provisions of

Tamil Nadu Transparency in Tenders act 1998.

45.Disputes if any arises, will be subject to Chennai Jurisdiction.

Terms of Payment:

46. No advance payment will be made. 100% payment will be made only

after effecting delivery of the coach and verification of the quality as per

the tendered specification.

SIGNATURE OF TENDERER

MANAGING DIRECTOR

DATE:

Page 11: TAMILNADU TOURISM DEVELOPMENT … OF OPENING OF BIDS AND : TTDC Limited ADDRESS FOR COMMUNICATION Tamilnadu Tourism Complex, 3 rd Floor, Near D1 Police Station, No.2, Wallajah Road,

11

ANNEXURE I

TAMILNADU TOURISM DEVELOPMENT CORPORATION

LIMITED CHENNAI-2

TECHNICAL BID

Eligibility Criteria for the tenderer: (proof for every criteria to be

attached)

1. (a) Bidder should be registered as a company incorporated under

companies act.

(b) Bidder should be Manufacturers of super luxury coaches‟ with

minimum experience of 10 years. (Proof of experience to be

enclosed).

2. Bidder should have sold / delivered minimum of 50 buses in a year to

the Institutional customers (STUs, Tourism departments /Public

Limited Companies) consistently in the past three financial years

(copy of the invoices to be enclosed).(2013-14, 2014-15, 2015-16)

3. Bidder should have an average annual turnover of Rs. 50 Crores in

the past three financial years (2013-14, 2014-15, and 2015-16). (Copy

of audited annual report for all the three years to be enclosed). If audit

is not completed for 2015-16, draft audit report / financial statement

on turnover certified by the statutory auditors to be enclosed.

4. Should have supplied such state of the art ready built coaches of 5700

mm to 6200 mm WB to State Tourism Development Corporations of

other State or other State Government Undertakings or Public Limited

Companies in the past two financial years.

SIGNATURE OF THE TENDERER

DATE AND SEAL:

Page 12: TAMILNADU TOURISM DEVELOPMENT … OF OPENING OF BIDS AND : TTDC Limited ADDRESS FOR COMMUNICATION Tamilnadu Tourism Complex, 3 rd Floor, Near D1 Police Station, No.2, Wallajah Road,

12

TAMILNADU TOURISM DEVELOPMENT CORPORATION LTD, CHENNAI

GARAGE

TECHNICAL SPECIFICATIONS FOR PURCHASE OF VOLVO OR

EQUIVALENT 43 SEATER COACH

1. The coach should be most up to date and ultra modern and should

conform to the modern trend in design in the automobile coach building

line.

2. The Coach should have very attractive and elegant look and should be a

streamlined one incorporating maximum luxury comfort and facilities to

tourists.

3. The coach body construction should comply in all respects with the

Central motor vehicle rules and Tamilnadu Motor Vehicle Rules and

Act and other prevailing statutory provisions.

4. All the materials used in the Bus body fabrication should conform to IS,

BIS and ASRTU specifications and they should be manufactured by

reputed companies.

5. The bus to fully comply with the latest bus body AIS-052 with approval

from CIRT/ARAI.

6. Bus body to be roll-over complaint as per AIS-031.

7. The bus should have STA approval from Tamil nadu and the same has to

be submitted.

1. DIMENSIONS

a) Wheel base – 5700 to 6200mm approx

b) Overall width - 2600mm approx

c) Overall length - 12000mm approx

d) Overall height - 3600mm approx

e) Minimum Ground Clearance - 190 mm Min

f) Chassis Frame - All steel ladder type

g) Turning radius - 9 to 10.5m approx

Page 13: TAMILNADU TOURISM DEVELOPMENT … OF OPENING OF BIDS AND : TTDC Limited ADDRESS FOR COMMUNICATION Tamilnadu Tourism Complex, 3 rd Floor, Near D1 Police Station, No.2, Wallajah Road,

13

2. Engine

BS III or BS IV Compliant and electronically controlled. The

engine should offer a broad torque range as well as low fuel

consumption and long service life.

a) Type - Diesel, Direct injection

(CRDI) fitted at rear side,

b) No of Cylinder - 6

c) Maximum Power - 240 to 290 HP

3. TRANSMISSION

Synchromesh manual gearbox with in-built hydro dynamic retarder

having long service life and lower maintenance costs thereby

improving driver comfort and passenger safety.

a) No of gears - 6 forward and 1 reverse

3. SUSPENSION

Full air suspension that electronically controls, the air pressure in

the bellows, to provide extremely precise regulation of the ride

height. Anti-roll bar should be available in the rear and front

suspension.

a) Type - Full Air Suspension

b) Front - 2 Air bellows

c) Rear - 4 Air bellows

d) Shock Absorbers - Telescopic type

hydraulic on

front & Rear

4. WHEELS & TYRES

Radial tubeless tyres – dual mounted at rear single mounted at

front.

a) Tyre Size - 295/80R 22.5 16PR

Preferably

7 Nos. (6 +1 Spare)

Page 14: TAMILNADU TOURISM DEVELOPMENT … OF OPENING OF BIDS AND : TTDC Limited ADDRESS FOR COMMUNICATION Tamilnadu Tourism Complex, 3 rd Floor, Near D1 Police Station, No.2, Wallajah Road,

14

5. STEERING

Integral Progressive type hydraulic power assisted steering with

tilt and telescopic movement for driver comfort.

a) Steering wheel diameter - 500mm approx

6. WEIGHTS

a) GVW, 16200 Kg approx.

b) FAW, (legal) 6000 Kg approx.

c) RAW, (legal) 10200 Kg approx.

7. BODY SPECIFICATIONS

a) Body Type

Galvanized lron steel of square / rectangular section suitably

reinforced for structure at stress concentric points to be of min

thickness 3mm tubular structure Re-enforcement in the roof

structure to be provided to withstand weight of A/C unit. The

complete Structure should be applied with Epoxy primer before

paneling for prevention of rust.

b) Doors

1 at the front of approximately 700mm width, In-Swing Type.

Emergency door opening switch to be provided from inside and

outside the bus as per AIS-052

Page 15: TAMILNADU TOURISM DEVELOPMENT … OF OPENING OF BIDS AND : TTDC Limited ADDRESS FOR COMMUNICATION Tamilnadu Tourism Complex, 3 rd Floor, Near D1 Police Station, No.2, Wallajah Road,

15

c) Interior flooring

Minimum 12mm and upto 25mm Boiling Water proof plywood as

per the floor design requirement with antiskid vinyl flooring of

minimum 2 mm thickness.

d) Panels

Exterior Paneling:

External sides stretched panels should be of min 1.00 mm thickness

GI/SS sheet and bottom flap panels & door lids should be fabricated

with GI/Aluminum sheet of minimum 1 mm thickness.

Protective beading of Aluminum extruded section to be provided

above luggage flap doors to prevent ingress of water into the luggage

compartment.

Wheel arch panels shall be of GI sheets of minimum 1 mm thickness.

Exterior roof panels shall be of min 1 mm. The front and rear panels

should be of aesthetically designed molded FRP having aerodynamic

features.

Interior Paneling:

Truss panel paneling should be of BWR plywood sheet with vinyl mat

of minimum thickness 2 mm of a superior quality.

Hatrack should be of GI sheet of minimum 1 mm thickness with good

quality Fabric.

Roof ceiling with thermocol and covered with good quality Fabric.

BWR plywood pasted with vinyl or aluminum chequered sheet in

luggage compartment along with luggage guard to prevent luggage

from hitting the luggage flap doors.

Page 16: TAMILNADU TOURISM DEVELOPMENT … OF OPENING OF BIDS AND : TTDC Limited ADDRESS FOR COMMUNICATION Tamilnadu Tourism Complex, 3 rd Floor, Near D1 Police Station, No.2, Wallajah Road,

16

e) AC Duct

Individual AC vents to be provided for all seats.

f) Gangway & Seat Pitch:

Gangway width to be of minimum 400mm and seat pitch to be as per

regulatory norms.

g) Front Windshield

Laminated single piece glass conforming to CMVR.

h) Side window glass

Single light tinted of 5 mm thickness as per CMVR.

i) Air Condition:

Preferably main engine driven of Carrier make or equivalent. Cooling

capacity of A/C unit shall be of minimum 32 KW, suitable for cooling

the Bus with 43 passengers.

j) Roof ventilators

One at front and one at rear as per AIS-052.

8. FUEL TANK

a) Capacity - Minimum 300 litres

9. SEATS

a) Passenger reclinable seats - 43 Nos Haritha make or

equivalent without calf

support. All seats P.U.

foam & upholstery shall

conforms to IS - 15061

b) Guide Seat – Foldable - 1 No

Page 17: TAMILNADU TOURISM DEVELOPMENT … OF OPENING OF BIDS AND : TTDC Limited ADDRESS FOR COMMUNICATION Tamilnadu Tourism Complex, 3 rd Floor, Near D1 Police Station, No.2, Wallajah Road,

17

10. BODY ELECTRICALS

EXTERNAL LIGHTING

a) Head lights - 2 Nos

b) Front marker lights - 2 Nos

c) Fog lamps and indicators - 2 Nos

d) Break lights - 2 Nos

e) Side blinkers - 2 Nos

EXTERNAL ELECTRICAL EQUIPMENT

a) Electrical horn - 1 set

b) System Voltage - 24 V

c) Battery - 2 x 12 V

Minimum 165 AH

d) Inverter - Minimum 1000 KVA

EMERGENCY EXIT:-

The bus to have a rear emergency exit on the driver side with

approval from CIRT/ARAI and comply with the bus body code

AIS-052.

ADDITIONAL FEATURES

The Bus should be equipped with a state-of-the-art electrical

system ensuring better operating reliability

a) Fire extinguisher - 2 Nos (Total 10 kgs)

b) First Aid box - 1 No

c) Television - 26” LED TV /

28 “LED TV

d) DVD with provision for flash drive - 1 No

e) Amplifier - 1 No preferably

of Ahuja make

with mike

f) LED display board in the front - 1 No

Page 18: TAMILNADU TOURISM DEVELOPMENT … OF OPENING OF BIDS AND : TTDC Limited ADDRESS FOR COMMUNICATION Tamilnadu Tourism Complex, 3 rd Floor, Near D1 Police Station, No.2, Wallajah Road,

18

g) Safety seat belts to be provided for all

seats with locking facility - 1 each

h) Curtains to be provided with Aluminium

Channels for all windows - For all

windows

along with

one spare set

i) Sun control film to be fixed in the top portion of WS Glass

and TTDC‟s Logo and letters to be shown in the golden

letters

j) Left, right and back side stickers with Corporation name to

be posted as approved by TTDC

k) Head rest covers for all seats - 2 sets to be

Provided

l) Retro reflective conspicuity marking tapes as approved by

STA shall be pasted as per AIS 090

m) Additional safety system approved by test agency for frontal

impact system, side impact protection, rear underrun

protection system will be preferred.

n) Reverse camera : 1 no with display on a monitor in

dashboard.

o) CCTV camera to be provided inside the passenger cabin and

its controlling monitor to be fixed on the dashboard to have

a close watch by the driver.

p) Mobile charging points with mobile holder arrangement

(one for each pair of seats) to be provided.

q) Laminated Vinyl Digital Pictures should be pasted on three

sides of the coaches (Left, Right and Rear) based on the

digital pictures approved by TTDC.

r) A Wi-Fi arrangement to be provided.

Page 19: TAMILNADU TOURISM DEVELOPMENT … OF OPENING OF BIDS AND : TTDC Limited ADDRESS FOR COMMUNICATION Tamilnadu Tourism Complex, 3 rd Floor, Near D1 Police Station, No.2, Wallajah Road,

19

General Instructions:

1. Seat fabric, vinyl sheets, paint pattern, Curtains etc., should

be approved specifically by TTDC.

2. Free training should be arranged by the Manufacturer for

Drivers, Technical Staff & Supervisors for familiarisation of

new concepts.

3. Sun control film in the front Windscreen glass along with

TTDC umbrella & logo for apply 15” to be provided &

similar fleet graphic stickers on both sides and rear to be

done as approved by TTDC.

STAGE OF INSPECTION:

I. Stage : After completion of structure construction.

II Stage : After completion of Paneling

III.Stage : At the time of painting

IV.Stage : Final inspection

V. Stage : Delivery Ex- Chennai by Body builder.

Page 20: TAMILNADU TOURISM DEVELOPMENT … OF OPENING OF BIDS AND : TTDC Limited ADDRESS FOR COMMUNICATION Tamilnadu Tourism Complex, 3 rd Floor, Near D1 Police Station, No.2, Wallajah Road,

20

ANNEXURE III

Tamilnadu Tourism Development Corporation Limited, Chennai – 2

SUPPLY OF VOLVO OR EQUIVALENT BS-III

5700 mm to 6200 mm WB Passenger Coach

TENDER SCHEDULE – PRICE BID

S.No. Name of the Work Specification Quantity Unit Price (Nett)

1. Supply of Volvo or

Equivalent BS-III

5700 mm to 6200 mm

WB Passenger Coach

As enclosed in

the Annexure II

1 No. Rs.

(Rupees

SIGNATURE OF THE TENDERER

DATE AND SEAL

Page 21: TAMILNADU TOURISM DEVELOPMENT … OF OPENING OF BIDS AND : TTDC Limited ADDRESS FOR COMMUNICATION Tamilnadu Tourism Complex, 3 rd Floor, Near D1 Police Station, No.2, Wallajah Road,

21

TAMILNADU TOURISM DEVELOPMENT CORPORATION LTD.,CHENNAI-2 SUPPLY OF VOLVO OR EQUIVALENT BS-III, 5700 mm to 6200 mm WB Passenger Coach

PRICE BREAK UP DETAILS

Sl.

No.

Description of work Quantity

Rate per each

(Nett amount)

Model of bus (if any)

Break up details (Each)

Particulars Amount

1.

Supply of Volvo or

Equivalent BS-III, 5700

mm to 6200 mm WB

Passenger Coach

1 No. Rs.

(Rupees

1. Basic price

2. Excise Duty

3. Tax

4. Freight

5. Other charges

(if any)

6. Type of seat,

Model --------

(if any)

7. AC Unit

make _____

Model_____

8. Entry Tax

Total

Rs.

Rs.

Rs.

Rs.

Rs.

Rs.

Rs.

Rs.

Rs.

SIGNATURE OF THE TENDERER

DATE AND SEAL