Вы находитесь на странице: 1из 31

The enclosed booklet contains Bulletin tenders of field units (Depots & Divisions) of

East Coast Railway. Bidders are advised to send manual bids to respective units.
For COS/ECoR’s Head quarters Bulletin/Limited tenders please visit
www.ireps.gov.in and bid online. No manual offer will be accepted for Head
quarters Bulletin/Limited tender.

BT No. 23 Date of Issue:08 -09-2010

EAST COAST RAILWAY

WEEKLY STORES BULLETIN


( of Depots & Divisions of Stores Deptt. )

2010-11
Controller of Stores, East Coast Railway

Annexe Building (West)

Rail Vihar, Chandrasekharpur, Bhubaneswar-751023

Website: www.eastcoastrailway.gov.in

BSNL Fax : 0674-2300497

Railway Fax No.54556

Note

Tenderers are instructed to submit their offer in the Bulletin Tender Form with all columns
duly filled in and send the same in duly sealed envelope indicating the Bulletin No. with date of
issue and also the Tender No with opening date on top of the envelope.
East Coast Railway

WEEKLY STORES BULLETIN


Bulletin No.23 Date of Issue: 08-09-2010

CONTENTS
Section Description Page
1. Office Addresses of RDSO & RITES 3
2. Groups and Purchase Officers. 4-5
3. Notice 6
4. Instruction to Tenderers 7
5. Code Names of Consignees 11
6. Attention to Tenderers 11

7. Notice Regarding Subscription for Monthly


Store Bulletin 12
8. Depot Code Number, Controlling Officer
and Postal Address of all depots in E.Co.Rly. 13
9. List of Bulletin tenders 14
10. Bulletin Tender Form 29
11. EFT Mandate form 30

2
SECTION-1

Office Addresses of RDSO & RITES

RITES

1) Corporate Office : The Executive Directors, RITES Ltd., Quality Assurance Division,
Corporate Office, New Delhi, 27, Barakhamba Road, NewDelhi-110001, Phone No. : 011-
23354800, Fax : 23315286 E-mail : ritescqua@nda.vsnl.net.in

2) Western Region : General Manager ((Inspen.) RITES Ltd., Western Region, (2nd floor),
Churchgate Station Bldg. Annexe, Maharshi Karve Road, Mumbai-400020, Tele No. 022-
22012523,22015573, Fax No.22084155, E-mail : ritteswr@bom3.vsnl.net.in

3) Northern Region : General Manager ((Inspen.) RITES Ltd., Northern Region, C-1,
Commercial Centre, Safdarjung Development Area, New Delhi-110016, E-mail :
ritesnsi@nda.vsnl.net.in

4) Southern Region: General Manager ((Inspen.) RITES Ltd., Southern Region, Mount
th
Chambers, (4 floor), 758, Anna Salai, Chenaai-600002, Tele No.044-28523364, Fax : 033-
2234 8704 E-mail : riteser@cal.vsnl.net.in

5) Eastern Region : General Manager ((Inspen.) RITES Ltd., Eastern Region, 56, C.R.Avenue,
(3rd floor), Central Station Bldg., Kolkata-700012, Tele No.033-2234 8665,
22348729,22348730, Fax : 033-2234 8704 E-mail : riteser@cal.vsnl.net.in

RDSO

1) RDSO/MUMBAI: Jt. Director (Wagon)/ (I & L). Research Design and Standards Organizations, New
Annex B Building. (1st floor) W.Railway, Church Gate, Mumbai-20.

2) RDSO/DLI Jt. Director (Wagon)/ (I & L). Research Design and Standards Organizations, Room
No.501A,Rail Bhawan, New Delhi.

3) RDSO/MAS Jt. Director (Wagon)/ (I & L). Research Design and Standards Organizations, New Jt.
Office, Ayanavaram, S.Railway, Chennai-600023.

4) RDSO/LKO Director General (M&L), Research Design and Standards Organizations, Manak
Nagar, Lucknow-226011, Phone No.05522-458500.

5) RDSO/KOL Jt. Director (Wagon)/ (I & L). Research Design and Standards Organizations, 3
Koilaghat Street, Kolkata-700001.

6) DOI/KOL Director of Inspection, Director General of Supplies & Disposals, 1, Ganesh Chandra
Avenue, Kolkata-700013.

3
SECTION-2

Groups and Purchase Officers .


Purchase /Non-purchase AMM SMM Dy.CMM CMM Name Mobile Railway
Sections Umesh Singh
9437011516 54550
COS
P-01 (10-19) AMM-I SMM- Dy. CMM-I CMM-I N.D. Rao
IV 9437097025 54552
Diesel Loco Components. CMM-I
S-10 ( Firm Enlistment), A. Kapoor
9437481559 54554
M& P, Transport Contracts) CMM-II
P-02 (20-29) AMM-II SMM-I Dy. CMM-II CMM-II S. K. Patnaik
9437581534 54752
Electric Loco components Dy.CMM-Sys
B. K. Mohanty
P-03 ( 30-39) AMM-III SMM-III Dy. CMM- CMM-I 9437581535 54652
Dy. CMM-I
Carriage & Wagon III P. K. Patel
9437581533 54750
Components Dy.CMM-III
S- 6 ( Sales) Vikash Prasad
9437581537 54650
P-04 ( 40-49), ( With 52 Gr) AMM-II SMM-I Dy. CMM-II CMM-II Dy.CMM-IV
T. Mohapatra
General Electric Items, 9437581539 54656
SMM-I
Computers and
D. Sethi
Communication items, 9437581538 52256
SMM-II
Accessories, etc. G. S. Mohanty
P-05 ( 50-59) AMM- SMM-II Dy. CMM- CMM-II 9437581556 54556
SMM-III
( Except 52 Gr) IV IV M. K. Mohanty
52456
Signal & Telecom Components SMM-IV
P-06 (60-69) AMM-I SMM- Dy. CMM-I CMM-I S. K. Panda
9437581542 52552
Engg. Track Fittings IV Secy. to COS
AMM- SMM-II Dy. CMM- CMM-II J.N.Patnaik
P-07 (70-79) 9437581540 54756
IV IV AMM-I
Hardware, Furniture, Clothing I. Tirkey
items etc 9437551321 54558
AMM-II
P-08 (80-89) AMM- SMM-II Dy. CMM- CMM-II M.K.Ray
Fuels, Lubricants, drugs, IV IV 54758
AMM-III
Medical equipments etc S. K. Biswal
9437581541 54754
P-09 (90-99) AMM-I SMM- Dy. CMM-I CMM-I AMM-IV
Steel, Plywood, Non-Ferrous IV C. R. Sarkar
54156
items etc. AMM-V
Secy. to CMM-I DIVISION
S-1 ( Secret Cell)
COS M.L.Singh
9437584410 72204
Secy. to Dy. CMM- CMM-I Sr.DMM/KUR
S-2 & S-3 ( Gen.
COS Sys R.K.Sethi
Administration & 9490186105 82204
Sr.DMM/WAT
Establishment), D.Parida
S-4 ( Receipt & Despatch), 9437585370 62486
DMM-SBP
S-14 ( Progress Cell), DEPOTS
Local Purchase S.Hansdah
Dy. CMM- 9437094405 58460
S-7 & S-8 , (Tender Section) AMM-V CMM-I Dy.CMM/MCS
Sys S.K.Mishra 9490185107 82375
AMM/DLS/VSKP
S-5 ( Policy ), AMM- Dy. CMM- CMM-I
Ajay Singh 83064
S-9( Requisition Registration), Sys. Sys 9490184108
AMM/ELS/VSKP 84015
S-11 ( Budget), G.K.Gupta
9490186108 84348
S-12 ( Inventory Control), AMM/WSD/VSKP

4
S-13 ( MMIS & e- AMM- SMM-I Dy.CMM-II CMM-I P.K.Pradhan
9437039205 58462
Procurement) Sys. SMM/CRW/ MCS
J.Hasdah
9437584302 72910
AMM/GSD/ MCS
B.K.Barik
9437584411 75273
AMM/ELS/ANGL
1. JAG/SAG level officers looking after depots and divisions.
Depot/ Division Nodal Officers Territorial HOD
CRW/MCS Dy.CMM/III CMM-I
WSD/VSKP Dy.CMM/III CMM-I
DLS/VSKP Dy.CMM/I CMM-I
ELS/ANGL, ELS/VSKP Dy.CMM/II CMM-II
GSD/KUR Dy.CMM/IV CMM-II
KUR Division Dy.CMM/II CMM-II
SBP Division Dy.CMM/III CMM-I
VSKP Division Dy.CMM/I CMM-I

5
SECTION – 3

NOTICE

∗ All the Registered firms with E.Co. Rly. whose registration are going to expire, are hereby requested to renew
their registration with this Railway. Otherwise, despatch of Bulletin will be stopped from the date of expiry of
registration.

* Offers.Bids not accompained by signed tender documents/forms/ Proforma Issued by E.Co. Railway authority
will be SUMMARILY REJECTED.

∗ Quotations / Offers received by FAX will not be entertained.

BY ORDER

All Regd. Firms are hereby advised to apply for renewal of their regn. along with the following documents before three
months of expiry of their regn., failing which their name will be automatically de-listed from the approved list without any
further notification.

1. Current and valid STCC.

2. Performance statement of this Railway and other Railways with complete despatch details.

3. Current and valid Dealership certificate for the stores they are regd. with this Rly. along with the
NSIC/RDSO/DGS & D regn. certificate (notarized).

4. NSIC's initial and amendment & permanent Regn. Certificate (duly notorised)/DGS & D/RDSO/ISO-9000/other
Rly's regn. certificate (notarized).

5. NSIC's review certificate (duly notarized).

6. Banker's certificate.

7. Profit and loss A/c. balance sheet for last two years.

8. Affidavit for the ownership of Plant and Machinery with quality control arrangement.

BY ORDER

6
SECTION – 4

Instructions to Tenderers
Abbreviations
(a) Ex-stock offers required for delivery within 21 days. Preference will be given to early delivery.
(b) Specification / Drawing to be seen in the respective office, whenever aplicable.
(c) Samples to be seen in the respective office, whenever applicable.
(d) Samples to be submitted failng which offer is liable to be ignored.
(e) Only RDSO approved sources should quote indicating the RDSO reference.
(f) Only ICF approved sources should quote indicating ICF reference.
(g) Only DLW approved sources should quote indicating DLW reference.
(h) Only CLW approved sources should quote indicating CLW reference.
(i) This is exclusively reserved for NSIC units. Tenderers should quote NSIC Registration on thier offer and the validity of such registration.
Failure to comply with this will result the firm being deemed as unregistered with NSIC and offers ignored.
(j) Past performance particulars for similar items supplied to railways and other public sector institutions must be submitted.
(k) Only BIS marked product will be procured.
(l) Tenderers to agree to Std. Rly. warranty terms of 30 months from the date of supply or 24 months from the date of placement in service,
whichever is earlier.

(m) Warranty Bank Guarantee @ 10% of store to be furnished in prescribed form to cover warranty period.

(n) Firms are requested to quote the item for which they are registered otherwise offer will be rejected.
(o) Firms are required to furnish their cell phone number in the quotation.

Clearly indicate deviations from tender specifications, especially when the item is of M. & P in nature.

Instructions

1. Sealed tenders are invited from the supplier registered with this department for the relevant trade group only. The offers received from
non-registered suppliers will be ignored. The tenderers are therefore advised to indicate the registration number, the trade groups for
which registered and the validity of their registration clearly in their offers.
2. The Opening schedule of the tenders included in this bulletin will be as per annexure enclosed.

3. The tenders must be submitted in covers duly marked with the tender, number and opening date on the face of the cover. The sealed
tenders must be deposited in tender box placed in the respective office of Depot/Divisions on the specified date or if posted must reach
the office by that time. Railway is not responsible for postal delays. In case, due date of opening of tender happens to be a holiday, the
date of opening of such tender will be next working day.
4. No erasures, alternations, or overwriting are permitted on the tender form. The tender with erasures, alteratins, or over wiriting is liable to
be invalidated.
5. The rate quoted should be stated both in words and figures. The units of rate shall be in metric system an as per tender specification.

6. The tenderers are requested to clearly indicate the name of manufacturers, country of origin and brand if any of the stores tendered for.

7. Where specified, the tenderers may see the sample/drg. in the office of the concern tender of Depot/Divisions upto 14.00 hrs. on working
days.

8. Where stipulated, Samples are required to be submitted duly sealed and labelled in the office of the concern tender of Depot/Divisions by
12.00 hrs. on the date of tender opening.

9. The tenderes who deposit samples with their offers are requested to collect the samples so offered with 6 months from the date of
opening of tenders. If the samples are not collected within six months, they will be disposed off and no claims whatsoever will be
entertained thereafter.
10. Exact rate of ED. and S.T. as applicable should be stated indicating the S. T. registration number. The MODVAT benefits where
applicable shall be passed on to the Railways.
11. 100% payment shall be admissible on consignee's receipt and acceptance.
12. Firm should quote on FOR or free to destination price. In case they quote ex. works godown price, they should invariably indicate the
total charges ex. their Work Godown to destination. Offers should be made on free delivery at destination basis as far as possible. In the
event any offers do not specifically record anything about the FOR condition in their offer it will be assumed that their offer is FOR
destination. This assumption will be final and binding on the offerer and will not be subject to any legal dispute or arbitration in future.

13. Unless otherwise stated for tenders over Rs. 1 lakh inspection shall be entrusted to RITES. Railway however reserves the right to
arrange inspection by its own representative.
14. IRS conditions of contract shall be applicable.
15. The tenders should be valid for acceptance for a period 90 days minimum from the date of opening of tender.

7
16. The purchaser reserves the option to give a purchase / price preference to the offers from public sector Untis and / or from small
scale/cottage industries. Unit registered with the prescribed authorities, over those from other firms in accordance with the policies of the
Govt. from time to time. The price preference above cannot, however, be taken for granted and every endeavour need be made by them
to bring down cost and achieve competitiveness.
17. Material should be despatched by Road Transport / Personal Courier service (wherever feasible), offers of firms quoting movement of
materials by Rail in Wagon as Small as Goods Traffic Rates their offers are liable to be ignored.
18. Offer not accompained by signed tender documents/ form/proforma issued by East Coast Railway authority will be summararily rejected
without assigning any reason.
19. All the firms doing business from / in Orissa are advised that they should submit. Current and valid O.S.T. Clearance certificate in form
alongwith their bill to admit payment.
20. Vital components used in Elec. Iocomotives like Gears, Pinions, Bearings, Brake items, Rubber items, Spring items, D J & Tap Charger
spares, VCB, Rubber bellows, Compressure spares, Exhauster spares, Pantograph & their spares should be embossed with name of the
manufacturer and year of manufacture.
21. The delivery stipulations in the tenderers offer should be clearly defined as to commence within ............... days/ months and completion
in ...........days/months of regular monthly/quarterly intervals.
22. "The Railways reserve the right to order entire or bulk quantity from approved firm, the status of the firm should be erckoned as on the
date of opening of thetender and not thereafter unless a case of down grading/removal/suspension/banning.
23. The Controller of Stores or any other Officer authorised on behalf of General Manager does not bind himself to accept the lowest or any
tender and reserves the right to cancel, reduce or divide the contract without assigning any reason for such action."
24. i. Offer received through FAX may be considered in case of procurement of items through proprietary article certificate & single tender only
subject to the firm submitting post confirmation copy on their letter head duly singed by the authorized person as per the tender
conditions within ten working days from the date of opening.
ii. However, for other type of tenders i.e. for Bulletin, Limited and Advertised/Open Tenders etc., offers received through FAX and found in
the tender box at the time of opening of Tenders and complete in all respects and duly signed by the authorized signatory should be
treated as in time offer subject to the firm/firms submitting post confirmation copy duly signed by the authorized person as per the tender
conditions within ten working days from the date of opening.
iii. All other offers received by FAX not covered in Para (i) & (ii) above shall be treated as invalid. The offers received by FAX as covered in
Para (ii) above shall be deemed as unresponsive in case the confirmation copy is not received within the time stipulated in Para (i)
above.
iv. No purchase order shall be issued against the FAX offers without receipt of the confirmation copy of the same.
v. It shall be the sole responsibility of tenderers to ensure that the offers submitted by FAX are dropped in appropriate tender box in sealed
cover/covers and within the prescribed time and date. The Railways shall not be responsible in any way for any delay in dropping the
FAX offers in the appropriate tender box.
25. The payment shall be made through electronic clearing service (Credit clearing) where such facilities exist. The mandate form is enclose
at Annexure-B. The firm should fill the same and send to FA&CAO/E. Co. Rly/Bhubaneswar along with the bill for payment.

ADDITIONAL SPECIAL CONDITIONS


1. In case of item is procurable from sources approved by RDSO/CLW/ICF etc. Tenderers must submit the valid and current approval
certificate for the particular item alongwith their offer failing which their offer is liable to be ignored. Exception can, however, be made only
in case the tenderer's name appears in the approval list etc. If and as available with the purchaser. Tenderers may, however note that :-
a) In case all or most of the approved firms quote equal rates and cartel formation is suspected. Railways reserve the right to place order on
one or more firms with exclusion of the restwithout assigning any reasons thereof.
b) Wherever cartel formation is suspected, Railway reserves the right to place orders on any firms for any quantity without assigning any
reason thereof.
c) Firms are expected to quote for a quantity not less than 50% of tendered quantity. Offers for quantity less than 50% to tendered quantity
will be considered unresponsive and liable to be rejected in case cartel formation is suspected. Railways, however, reserves the right to
place order on one or more firms any quantity.
d) The firms who quote in cartel should note that their names are likely to be deleted from the list of approved source.

WARRANTY
1. Seller / Contractors shall warrant that everythig to be furnished hereunder shall be from all defects and faults in material workmanship
and manufacture and shall be of the highest grade and consistent with the established and generally accepted standard for materials of
the type ordered and in full conformity with the contact specification, drawings or samples if any and shall if operable, operate properly.

2. This warranty shall service Inspection or payment for and acceptance of the goods, but shall expire 30 months after their delivery at
ultimate destination in India, or 24 months from the date of placing in service at ultimate destination in India, whichever shall be earlier
except in respect of complaints defects and or claims notified to the Seller/Contractor within 2/4 months of such date. Any approval of
acceptance by the Buyer of the stores or of the materials, incorporated herein shall not if any way limit the Sellers/ Contractors' liability.

8
3. The sellers / Contractors' liabilityt in this respect of any complain defect and or claim shall be limited to the furnish in and installaton of the
replacement parts free of any charge or the repair are attributable to or arise from faulty workmanship or material or design in the
manufacture of the stores provided defects are brought to the notice of Sellers/ Contractors with 2/3 months of their being date of expiry
of warranty period or at the option of the buyer to the payment of the value expenditure and damage as hereafter mentioned.

4. The Sellers/Contractores shall if required replace or repair of the goods or such portion theereof as is rejected by the buyer free of cost at
the ultimate destination or at the option of the buyer to the Sellers/ Contractors shall pay to the buyer value thereof at the contract price
and such other expenditure and damages as may arise reason of the breach of the condition herein specified.

5. All replacement and repairs that the buyer shall call upon the Sellers/Contractors to delivery of perform under this warranty shall be
delivered and performed by the Sellers/Contractors as desire/desires the required parts can be taken over by them/him or their this
representative in India for disposal as they be do so fit within a period of three months from the date of placement of good parts. At the
expiry of this period no claim whatsoever shall lie on the Buyer.

6. The warranty herein contained shall not apply to any material which shall have been repair or alter by the buyer or on his behalf if any
without the consent of the Sellers/Contractors so as to affect its strength, performance or reliability or to any part due to misure
negligence or evident.

7. The decision of the Controller of Stores in regard to dealers/Contractors liability and the amount if any payable under this warranty by
final conclusive.

Special Terms & Condition for M&P Items


1. Tenderers not registered with this railway shall submit earnest money as specified along with the tender. Successful tenderer shall
security deposit @ 5% before placement of order also have to deposit and @ 10% for general items and @ 10% for safety items.
2. Name of manufacturer and their Brand to be indicated supported with the original leaflets. Xerox copies will not to be accepted.
3. The tenderers should clearly confirm that their offer confirm to the tender specificatin fully in case of any deviations, the same should be
brought out under heading deviation from tender specification.
4. If the product offered is other than own make, copy of Agency certificate or authorisation from the manufacturer/Principal to be furnished.
5. For imported equipments the offerer must submit their offer both on FOB basis and or FOR destination basis and must be accompained
by the quotation from the Principals including the amount of Agency Commission included therein. For the offer on FOR basis, price
break up should be furnished indicating the FOB/CIF value (supported by Principal's proforma invoice), custom duty and other charges
clearly.
6. For imported equipment, the tenderer must submit the following documents : a) Country of origin certificate. b) Airway Bill/Bill of entry &
Bill of lading. c) OEMs test certificate & guarantee certificate. d) Export/Import code no. issued by competent authority.
7. Excise duty, sales tax, packing & forwarding charge if applicable should be claimed extra clearly specifying the rates applicable for each
item.
8. Where E.D. is claimed, the MODVAT benefits should be passed on to the Railway.
9. Erections / commissioning should be free and if quoted lumpsum amount to be specified separately.
10. In all cases when the contract, provided for test on site, the purchaser except where otherwise specified, shall provide free of charges
such labour, materials, fuel stores apparatus and instruments as may be required at site from time to time adn as any reasonably by
demand, efficiently to carry out such test of the plants and machinery or workmanship etc. in accordance with the contract.
11. Direct delivery to consignee should be quoted and in case the price is offered on FOR destination basis, the break up of price like basis
ED. S.T., packing & forwarding and freight charges included in the said price to be furnished.
12. Any fittings or accessories which may not be specifically mentioned in the specifications but which are usually necessary for satisfactory
performance of the equipment are to be provided by the contractor without extra charges and the plant must be completed in all details.

13. The stores offered should be guaranted as per Rly.standard warranty clause for a period of 24 months from the date of commissioning or
30 months from the date of despatch which ever is earlier. To cover the gurantee period, bank gurantee to the extent of 10% of the value
of the order shall be furnished along with their 1st bill for payment. The Railways standard warranty proforma is enclosed herewith which
may be returned duly signed with the official seal along with the quotation as a token of acceptance.
14. Stores to be inspected at manufacturer's works before despatch by RITES unless otherwise specified. Inspection shall include
performance test, load test and other tests as required as per the specification to the satisfaction of the inspecting agency to confirm the
material to the tender specification.
15. Details of orders executed for same or identical stores from this Railway, other Railways or Govt. Institutions should be furnished along
with performance report, failure to do so will render the offer liable to be ignored.
16. Printed terms and conditions on your quotation not in line with the above requirements should be invariably deleted.
17. Successful tenderer shall submit foundation drawing where applicable to the consignee within 45 days of the receipt of purchase order so
that the same is available well in advance of the receipt of the machine by the consignee and the foundation is kept ready.

9
NOTES

1. Please note that General & Special conditions of Bulletin Tender of E.Co. Rly. for supply contract have been revised.
2. All tenderers are advised to read the tender conditions (Revised) carefully before filling in the Tender Form.
3. Evaluation criterion has been specified in the Tender Form Itself.

4. Offers should be submitted for delivery to direct consignee only, otherwise they are likely to be rejected.
5. This office undertakes no responsibility for any postal dalays.
6. Samples where called for, should be sent duly sealed, separately to the Reception Counter or Sample Section of concerned tender of
Depot/Divisions office before the date and time of opening of Tender. These should not be enclosed with Tender Quotation.
7. Offers not accompanied by signed tender documents/forms issued by E.Co. Rly authority will be summarily rejected without assigning
any reason.
8. Current and valid O.S.T. clearance certificate inform to be submitted by the firms alongwith their tender/bill to admit payment.
9. The Controller of Stores or any other officer authorised on behalf of General Manager does not bind himself to accept the lowest or any
tender and reserves the right to cancel, reduce of divide the contract without assigning any reason for such action.
10. Tender documents can be downloaded from E.Co. Rly. Website www.eastcoastrailway.gov.in
11. If the tenders can not be opened on due date of opening due to some unavoidable circumstances beyond the control of Rly. or being
declared as closed holiday, the same will be opened on the next working day at same time.

Controller of Stores
East Coast Railway

10
SECTION-5
CODE NAME OF CONSIGNEES

Code Name Full Name Code Name Full Name


1. KUR KURDA ROAD 8. TLHR Talcher
2. MCS MANCHESWAR 9. PRDP Paradeep
3. BBS Bhubaneswar 10. PUI PURI
4. SBP Sambalpur 11. BAM Berhampur
5. VSKP Visakhapatna 12. PSA Palasa
6. WAT Waltair 13. CTC Cuttack
7. JJKR Jajpur Keonjhar 14. BHC Bhadrak
Road 15. CSPur Chandrasekharpur

SECTION-6
ATTENTION TO TENDERERS

1. Separate quotation for each tender


2. Separate envelope for each quotation.
3. Rates must be quoted both in figures & words.
4. Correct tender No. and date of opening must be written on the top of envelop containing tender form.
5. Firms quoting in BT/LT should give their FAX No. Tele No. & contact person for chasing of supplies.
6. The tender form enclosed in this booklet to be used for giving the offer. In case more forms are
required they are to be copied.

11
SECTION-7

SUBSCRIPTION RATES

Subscription of Bulletin for one year or any part thereof is Rs 1000/- by e-mail.

The Subscription amount should be deposited with the Chief Cashier E.Co.Rly. CS Pur, Bhubaneswar under
allocation No.Z-652/COS/E.Co.Rly. The original money receipt should be produced to the Enlistment
section/ COS office for enlistment as subscriber.

NOTE : Please note that from 16.12.09, we are uploading the field units Weekly Stores
Bulletins on website and are sending the same to registered firms by e-mail. But some
firms are yet to furnish their E-Mail Addresses or they have furnished incorrect/invalid
addresses. They are requested to please furnish the current/valid E-Mail Addresses
without any further delay.

12
SECTION-8

Depot Code Number, Controlling Officer


And Postal Address of all Depots in East Coast Railway

Sl. Depot Controlling Officer Postal Address BSNL Fax No.


No. Code
1. 41 SMM/ELS/VSKP Sr.Materials (0891)-2727490
Manager (ELS)
Electric Loco Shed,
P.O.-N.A.D.
VSKP-530009
2. 48 SMM/DLS/VSKP Sr. Material (0891)-2727916
Manager (Diesel)
Diesel Loco Shed,
P.O.-
Kancharapalam,
Dist- VSKP-530008
3. 92 Dy.CMM/CRW/MCS Dy. Chief Materials (0674)2743205
Manager, (0674)2743205
Carriage Repair
Workshop
East Coast Railway,
Mancheswar-751017
4. 90 GSD/MCS AMM/GSD/ MCS at
KUR
5. 42 Wagon Depot/VSKP AMM/WSD/VSKP Rly:82507
PO: Kancharapalam 9490186108
Dist: Visakhapatnam
Pin:530 008.
6 93 AMM/ELS/ANGL Asst. Materials Rly:75277 06764-230544
Manager, Electric 06764- 06764-230544
Loco Shed, Near 211327
Angul Railway 09437584411
Station, Ranigoda,
PO:-Turang, Dist-
Angul (Orissa)
759123.

13
SECTION-9

LIST OF BULLETIN TENDERS


Limited/Bulletin Tenders of Depot / Divisions only.
BULLETIN BOOK No.23 Dated- 08.09.2010

Sr.DMM/ KHURDA
The under mentioned tender are Sr.DMM/KUR’s Tender. The tender are to be dropped their quotation in the
office of the Sr.DMM/KUR’s Tender Box Closing of tender box at 15.00 hrs and Opening of tender at 15.30
hrs.
Sl Tender No & P.L Description of Stores and Total Unit Place of Delivery of Opening
No. No. and Trade Drg.& Specification Qty quantity Date
Group
1. 47/10/0329/KUR 1. Inverter Compressor 3 01 01 SE (EL)/ HQ/ M/ 21.09.10
P.L. Non-Stock phase, 60Hz, 256V whose Bhubaneswar
T.G.4705 load capacity vary from
10% to 130%, frequency
varies from 30 to 120Hz
with rhermal insulation
suitable for R-22 Gas
similar to make of LG
2. Inverter IPM PCB 01
urethane coated suitable for No.
In Put voltage 315V-440V
and Out Put voltage 200V-
415V similar to Make of
M/s LG
2. 45/09/0327/KUR Modified IV Power Coupler 04 01 SSEE/ AC&TL/ 21.09.10
P.L . Non-Stock as per RCF specification Nos. Bhubaneswar
T.G. 4532 No. RCF/EL/AC/57 (Rev-
A) Materials should be
supplied by any RDSO
approved sources only
03. 78/10/0043/KUR Utensils item as per below Crew Controller / 21.09.10
P.L. Non-Stock Sl Description QTY (Electrical)/
T.G. 7805, 7820 No. PALASA
1. Degchi with Cover 18” 12nos.
(Stainless steel)
2. Degchi with Cover 14” 12nos.
(Stainless steel)
3. Degchi with Cover 12” 12nos.
(Stainless steel)
4. Degchi with Cover 10” 16nos.
(Stainless steel)
5. Degchi with Cover 8” 16nos.
(Stainless steel)
6. Karrahi iron 16” 16nos.
7. Karrahi iron 14” 16nos.

14
8. Frying pan 12” Non 16nos.
Stick
9. Frying pan 9” Non Stick 16nos.
10. Frying pan 6” Non stick 16nos.
11. Thava iron 12” 8nos.
12. Thava iron 9” 8nos.
13. Perforated Kneading four 8nos.
18”
14. Thali to cover parata 18” 20nos.
(Stainless steel)
15. Pounee with handle for 12nos.
frying karahi perforated
ladle
16. Karahi with ladle 12nos.
17. Meat Knife 10nos.
18. Vegetable Knife 10nos.
19. Basin Brass 4” 20nos.
20. Lotas 18nos.
21. Buckets 12” stainless 20nos.
steel
22. Serving Dishes (Big size) 20nos.
stainless steel 12”
23. Serving Dishes (Big size) 20nos.
stainless steel 9”
24. Mixture Grinder (Bajaj) 2nos.
04. 45/10/0304/KUR Twin Beam Head light assly 04 01 SSE/ TRD (RRD- 21.09.10
P.L Non-Stock complete as per RDSO Nos. PSI)/ Khurda Road
T.G. 4508 Spec. NO. ELRS/SPEC/PR
/0024 (Rev-1) of Sep. 04
Make-SIGNOTRON or
similar
05. 45/10/0334/KUR Fluorescent light fitting 50 01 SSEE/ AC/ PURI 21.09.10
P.L Non-Stock W/O Tube & Ballast Nos.
T.G. 4579 (Double) Drg No. Spec No.
ICF/WGFAC/7-6-204
Make-Kavery/DR
06. 46/10/0305/KUR Pneumatic Grease gun, 02 01 SSE/ TRD (RRD- 21.09.10
P.L Non-Stock Capacity-50Kg, Block Nos. PSI)/ Khurda Road
T.G. 4642 pressure 425 Kgf/Cm²
Pump working Ratio: 50:1,
Make-AVM
07. 46/10/0352/KUR 1. Stainless Steel Nut, bolt 500 01 SSE/ TRD (RRD- 21.09.10
P.L Non-Stock with flat Washer & spring Nos. PSI)/ Khurda Road
T.G.4606 washer, Half Thread, Size-
60x10mm
2. Stainless Steel Nut, bolt 500
with flat washer & spring Nos.
washer, full Thread, Size-
70x10mm

15
08. 43/10/0353/KUR Digital Earth Resistance 15 01 SSE/ TRD (RRD- 21.09.10
P.L. Non-Stock Tester, Model- ERT-1501R, Nos. PSI)/ Khurda Road
T.G.4305,4380 Range:0-10/100/1000Ώ, 4
Terminal with testing kit
and cable in hard carrying
case with rechargeable
Battery and Battery charger,
Make-Metravi or similar
(specification as per below-
General & Techinal specification of Digital Earth resistance meter:-
a)Earth Resistance Range 0-10/100/1000Ώ
b) Display- Large Backlit LCD with dual display,
c) Multimeter function range-200KΏ, 750 AC V, 1000 DC V,
d) Sampling Rate- 2.5 times per sec.
e) Zero Adjustment- Automatic
f) Over range indicator – no 1 of highest digit is displayed
g) Low battery indication- The is indicated when the battery voltage drop below optg voltage.
h) Date hold- To freeze the displayed data.
i) Lock facility- for continuous hand free operation.
j) Operating temperature- ºc to 40ºc (14ºf to 104ºf) <80%RH.
k) Storage temperature -10ºC to 80ºC (14ºf to 140ºf) <70%RH.
l) Power source- DC 9V (6x1.5V AA battery or equalent).
m) Dimensions- 200(L) x 90(W) x 50(H)mm
n) Weight- Approx 700gms incl battery.
o) Accessories- 4set test kits, 4pcs iron rods, 6pcs battery, hard carrying case, manual,
p) Optional accessories- Rechargeable battery and battery charger.
q) Electrical specifications- Accuracies are specified in the way + (…% of reading +..digits)
09. 43/10/0354/KUR 1. Digital Insulation 08 01 SSE/ TRD (RRD- 21.09.10
P.L. Non-Stock Resistance Tester, Model- Nos. PSI)/ Khurda Road
T.G.4305,4380 DIT-914, Battery cum
mains operated with facility
to measure AC voltage, low
resistance continuity 500V/
2000M Ώ, 1000V/2000M
Ώ, 2500V/20G Ώ,
5000V/20G Ώ
(Specification as per below)
Make-Metravi or similar
2. Digital Leakage current 05
Tester, Model- 4671, 3-¾ Nos.
digit Analog Bargarh, LCD,
data hold, Max/Min record,
30mm Jaw size, AC
voltage, AC current,
Resistance, Has low pass
filter to filter out noise.
(Specification as per below)
Make-Metravi or similar

16
Item No.1 Specification- General & Technical specification of Digital Insulation Resistance Meter:-
a) Display- 75x35mm, backlit LCD with annunciator,
b) Maximum reading- 1999 counts
c) Over range indicator- LCD show “1”
d) Power source- DC9V (6x1.5V AA battery or equlvalent) or 230 volts AC.
e) Low battery indication- The symbol “battery” appears.
f) Power consumption- static <10mA Max< 300mA(median)
g) Short circuit current- >2mA (250V~1000V), >1mA (2500V)
h) Work condition- Temperature 0ºC~40ºC, relative humidity <85%RH
i) Storage condition- 10ºC-40VºC, relative humidity <85%RH
j) Dimension- 95x148 x 85 mm,
k) Weight- 850gm (Including battery)
l) Accessories- 1 pair of test lines, one pair crocodile clips, 6 pcs battery Mains adopter, Manual
m) Low power consumption data hold- To freeze the displayed data.
Item No.2 Specification- General specification of Digital leakage current tester:-
a) Conductor Size- 30mm Max, Battery Type- Two 1.5 SUM-3
b) Display -3 ¾ LCD with 40 segment bar graph
c) Range Selection- Manual
d) Overload indication- Left most digit blank
e) Power consumption- 10 mA appox
f) Low battery indicated sampling- 2 times/ sec (display) 20 times/sec (bar graph)
g) Operating temp- 40 degree Celsius to 50 degree Celsius
h) Operating Humidity- less than 85% relative
i) Storage temp- 20 degree Celsius to 60 degree Celsius
j) Storage humidity- less than 85% relative
k) Dimention- 210mm (L) x 62mm (W) x 35.6” (H) x 83” (L) 2.4” (W)
l) Weight- 200gms (battery included)
m) Accessories- Carrying bag, User manual, Battery 1.5V 2nos.
10. 43/10/355/KUR Motor Operated Oil Testing 02 01 SSE/ TRD (RRD- 21.09.10
P.L. Non-Stock Kit for 100KV, Model- Nos. PSI)/ Khurda Road
T.G.4305, 4381 MOTS-100 (as per
specification below)
Make-Metravi or similar
Technical specification of Motor Operated Oils Testing Kit for 100KV
1. Type- Motor operated to uniformly increase the out put voltage between 0 to 0 to 50KV or 60KV or
75KV or 90 KV or 100 KV or 120KV with the help of continuously variable Auto Transformer at 2
KV/Sec Approx.
a) Input- 230/240V AC 50 HZ single phase AC supply.
b) Output- 0-50KV or 60 KV or 70KV or 80 KV or 90 KV or 100KV or 120KV with centre lap earthed
infinitely variable.
2. Frequency- 50HZ
3. Max. generated test voltage- a) Between transformer- 50KV or 80 KV or 70KV or 75KV or 80 KV or
90 KV or 100KV or 120KV, b) Between Transforms- 25 KV or 30KV or 35KV or 37.5KV or 40KV or
45KV or 50KV or 60KVRms.
4. Capacity- 500VA or 600VA or 700VA or 750 VA or 800VA or 900VA or 1000VA or 1200VA
intermittent.
5. ISS reference- IS:6792/1972 latest.
6. Indication- Mains ON and HT ON Indication NEON Lamps.
7. Metering – Volt meter panel meter marked 0-50KV or 0-60KV 60KV or 70KV or 75KV or 80KV or
90KV or 100KV or 120KV should indicate the applier voltage to liquid dielectric and also have memory

17
effect.
8. Aux- The unit will have necessary switches fusses indicating lamps Push button operated contactor etc.
for efficient operation of unit.
9. Accessories- GO/ON Go gauge of stainless steel connecting cable 3 core of 3mm, length 5 Amp
capacity of 3 pin plug for input supply spare test cell without electocodes
10. INTERLOCKING- a) Zero start interlocking, b) HT chamber door interlocking, c) Low level and
high level interlocking for drive motor.
SAFETY MEASURES
11. a) Zero interlocking arrangement before energizing transformer after each test.
b) A transparent protective hood on the test cup with a interlocking micro switch for operator safety so
that the HV transformers cannot be energized or remain energized when the transparent protective hood is
opened.
12. Test Cell- Methyl Methacrylate cell having effective volume between 300 to 500ml.
13. Brass polished spherical electrodes 12.5 to 13 mm diameter mounted on a horizontal axis which can
be set to a gap of 2.4mm
14. Transformer- Resin encapsulated HT transformer.
15. Construction- Naturally air cooled. Portable sheet metal casting provided with handles consisting of
control section and HT transformer in single cubicles.
11. 43/10/0356/KUR 1. Transformer Turn Ratio 01 01 SSE/ TRD (RRD- 21.09.10
P.L. Non-Stock Meter, Model TTRS-100, No. PSI)/ Khurda Road
T.G.4305,4380 (Transforms Turn Ratio set
to measure ration in the
Range of 0.800 to 2021 &
for phase deviation
measurements)
Specification as per below)
Make-Metravi or similar
2. Digital AC/DC clamp 15
Meter, 3-1/2 digit, LCD, Nos.
Data hold, 30mm Jaw size
AC/DC, voltage, AC/DC
current upto 600A,
Resistance, Temperature &
continuity Test (Confirming
features & specification as
per below),Make-Metravi or
similar
Item No.1 Technical Specification-
Measuring Range:- Transformer ratio measurement are carried out in 10 ranges. Arranged in a 1, 2,5,10
sequence. For TTRS-100 the measuring span has a range of ratios from 0.800 to 2021. The ratio & Phase
deviation measurements are carried out in two ranges . Namely 5.5 cent radians (1 CR= 34 Minutes)
Accuracy:- + 0.1% of reading
Course balancing:- By venire potentiometer provided on panel.
Fine Balancing:- By selector switches provided panel.
Excitation:- The measured value of transformer ratio varies slightly with the magnitude of excitation
voltage applied to the transformer under test. This meter provided 1.2V 12V & 120 volts excitation
voltage. This voltage is isolated from the mains supply for operator’s safety it is preferable to take reading
on 120volts whenever possible.
Direct Ratio Error measurement range:- ±0.1% of the range with a resolution of 0.02%
Direct Ratio Error measurement accuracy:- ±0.25% of the reading

18
Null Detector: The solid state, synchronous and phase sensitive null detector with adjustable gain control
provided high sensitivity for both ratio and phase balance.
Protection:- Over load/ Short circuit it & H.T/L.T reversal Polarity Check. Provided.
Power Supply Input:- 230 volts ±10% single phase, 50Hz AC
Construction:- The ratio meter is housed in a sturdy metal case and is built with the operator’s safety and
convenience in view. All functionally similar control are groped together for ease of operation.
Connections between the transformer under test and the instrument are made at clearly identified binding
posts, All ratio dials and ratio multiplier selector switch and dial are similarly grouped. Null detector
sensitively control is adjacent to the null detector. The Zero centre null indicators are coordinated with the
ratio and phase dials such that the rotation of dials in a direction opposite to the deflection of the null
indicator brings closer to balance.
Item No.2- General & Technical specification of Digital AC/DC clamp meter:-
Accurate AC/DC Digital Clamp meter for current measurement.
100 MA high resolution on 200A AC/DC range
One touch Zero adjustment for DC current measurement.
300m diameter jaw: Large 3 ½ digits LCD:2-3 times per sec for transient observation.
Data hold function: Easy single rotary switch.
Auto power off meter automatically shut down after approx 15 minutes of inactivity.
With temperature & capacitance measuring facility.
Data hold to freeze the displayed data.
Data hold- HOLD is indicated expect in Ώ range.
Power: 9V battery of Eveready type 216. or equivalent.
Battery life: 100 hours (typically) Low battery: Indicated: Over range “1” is indicated
Weight 290 gms Approx.
Accessories: Supplied with a pair of test leades, Carrying case, Battery filled in, K Type bead Jaw
Opening: 30mm max.
Safety standard: meet the requirement for double isolation to IEC 1010-2032, IEC 1010-1 (1995) EN
61010-1 (1995)
EMC standard: Meets EN 5008-1 and EN 50082-1 (1992)
12. 46/10/0357/KUR 1. Stainless Steel Nut, bolt 500 01 SSE/ TRD (RRD- 21.09.10
P.L. Non-Stock with flat Washer & spring Nos. PSI)/ Khurda Road
T.G.4606 Washer, full Thread, Size-
80x10mm
2. Different types of copper As
split pins per
a) Copper Split Pins, Size- desc-
2.5x25mm – 2000 Nos. ript-
b) Copper Split Pins, Size- ion
3.2x25mm – 2000 Nos.
c) Copper Split Pins, Size-
4.0x36mm – 2000 Nos.
d) Copper Split Pins, Size
5.0x 40mm – 2000 Nos.
13. 46/10/0358/KUR 1. Copper Swivel Clip Pins, 5000 01 SSE/ TRD (RRD- 21.09.10
P.L. Non-Stock R.I No.1222 Nos. PSI)/ Khurda Road
T.G.4642 2. Bimetallic sheets, 50
Thickness 01mm, Size- Nos.
300mm x 300mm

19
14. 46/10/0359/KUR Colours Light Signaling 03 01 SSEE/ CUTTACK 21.09.10
P.L. Non-Stock Panel with Auto charge Nos.
T.G. 4605 over facility for 5KVA (30
Amps) 240V AC, 3 source
system as per RDSO specn
No.TI/Spc/PSI/CLS/0023
with A/C Slipat 1,2,3 make-
JAPS or similar
15. 43/10/0360/KUR 1.5 Ton Rotary Compressor, 05 01 SSEE/ CUTTACK 21.09.10
P.L Non-Stock Make-Mitsubushi Marked Nos.
T.G.4315 by Blue star or similar
16. 65/10/0361/KUR Synchronized Continuous 01 01 Sr. DEN/ Co/ 21.09.10
P.L Non-Stock Ammonia Printing Machine No. Khurda Road
T.G. 6557 built in chamber: Model K-
6 or similar, havinf 6 tube
of 140 watts with printing
speed 1 Mtrs. Per minute.
Light source 6x140 watts
Philips Holland Make.
Glass Cylinder: Heat
resistance Borosill make.
Cooling device:: Exhaust
fan provided at both sides
and also at the back. Lowers
provided for natural
cooling. Motor:1-24 volts
DC motor controlled with
electronic circuit for smooth
drive and excellent contact.
Body made of CRC sheet
20 gauge and oxidized &
spray painted. Belts:
Convey belts carry the
drawing paper with
excellent contact for perfect
printing (Warranty & AMC
with 3 years).
17. 52/10/0362/KUR 1. Link Runner Pro 01 01 SSE/Tele/CNL/ 21.09.10
P.L Non-Stock Network multimeter with all No. Khurda Road
T.G 5279, 5215 accessories like software
data cable ,Clipset,
Interllitone probe, Wireview
cable etc. Make-Fluke LR
PRO-KIT or Better
2.Micro Scanner 2 Cable
verifier with main wiremap 02 01
adapter ,user guide, Nos.
batteries & Carry pouch
Make- FlukeMS2-100 or
Better

20
18. 83/10/0363/KUR RICOH Automatic master 01 01 Sr.DPO/ 21.09.10
P.L Non-Stock printing model Digital No. Khurda Road
T.G 8337 (Duplicator) Model-
GESTETNER DX-2430 or
Similar
NB :Suppliers to note that
1. Inspection clause: - by Consignee before/after Receipt of Materials.
2. Mode of payment:-100% payment against acceptance of materials in good condition by Consignee.
3. FOR: - Destination basis.
4. Guarantee/Warranty of the product to be quoted.
5. Firms to submit technical literature/coloured leaflet of the product, which they intend to supply.
6. Maker’s/brand name of the product to be quoted.
7. Delivery Period:- Within 2(Two) months of the date of placement of order.
8. Firm should quote their VAT registration no. in the Quotations. For the states in which the VAT has not yet been
introduced, the existing system of sales tax shall continue.
9. Other terms and conditions as per weekly Stores bulletin.
10. Octri duty/Entry tax will be borne by the supplier.
11. The tenderer should quote the exact % ( percentage) of VAT, which will be charging extra.
12. The firms who are not registered with ECoR/BBS. should submit EMD @ 2% of quoted value along with their offer. The
EMD should be made in the shape of DD/FDR on any nationalized bank in India payable at Khurda Road drawn in
favour of Sr.DFM/ECoR/KUR. Tenders/quotation received without EMD will be summarily rejected.
13. One envelope should contain one Quotation only.
14. Quotation to be addressed to: - Sr, Divl. Materials Manager, E. Co. Rly, Khurda Road, PO-JATNI, Distt.-KHURDA.
PIN-752050, (Orissa)
15. Materials to be delivered directly to consignee on door delivery basis or by road on door delivery basis.
16. It should be clearly indicated in special condition that offers not conforming to this tender condition shall be
considered unresponsive and will be passed over.
17. Payment terms obviously shall accordingly stand suitably modified depending on value.
N.B- A) Special Terms & Conditions:-
1. Tenderers to give consent in a mandate form receipt of payment through ECS/EFT.
2. Tenderers to provide the details of bank Account in line with RBI guidelines for the same. These details will include Bank
name, Branch name & address, Account type, Bank A/C No. and Branch code as appearing on MICR cheque issued by bank.
3. Tenderers to attach certificate from their bank certifying the correctness of all above mentioned information (as mentioned in
Para (2) above).
4. In case of non payment through ECS/EFT or where ECS/EFT facility is not available, payment will be released through
cheque.
B) The purchase order should contain the following details:-
Account No. (Type)
Bank Name & address.
C) Branch Name & Address
D) Whether payment is through ECS/EFT or cheque.
E) Application for ECS/EFT in FORM NO. E-5 Annexure-B is published in Bulletin.

Sr.DMM/KUR
***************.

21
\

BULLETIN BOOK NO.23 Dated. 08-09-2010

Sr.DMM/WAT
The under-mentioned tenders are Sr.DMM/WAT’s Tenders. The Tenderers are to drop their quotation in the Office of the Sr. DMM/WAT
Tender Box . Closing of tender Box at 15-00 Hrs. and Opening of tender at 15-30 Hrs

SL Case No. & Complete Description of Item Total Place of Opening date
N0 Date Qty. Unit Delivery of
quantity
1 Sr.DMM/ Overhauling Kit for double acting air 50 Nos 01 SSE/(C&W) 28.09.2010
WAT/30/2 cylinder for DOM of BOBRN Wagon. OEC/VSKP
010/0041 (Consisting of 10 items as detailed
Overhauling Kit) :-
1)“O” ring piston -Nitrile rubber-01No
2)Piston Seal - Nitrile rubber-02 Nos
3) “O” ring piston seal-Nitrile rubber-
02Nos
4)Nylon ring nut piston – Nylon 6 -
01Nos
5) “O” ring for end cover - Nitrile rubber-
02 Nos
6) “U” ring front cover - Nitrile rubber-
02 Nos
7) “O”ring“U”ring front cover - Nitrile
rubber-01No
8)Wiper Seal - Nitrile rubber-01No
9)Ring wiper seal -Nylon 6 -01No
10)Strip -Bronze filled PTFE -01 No
NB:- Tenderer other than
manufacturer to
quote with valid authorization.
2 Sr.DMM/ Compressor along with suction strainer 28.09.2010
WAT/2010 and suction & discharge stoop valves duly 02 Nos 01 SSE/AC-
/0325 fitted as per specification No. RRD/WAT
RDSO/SPEC/EL/AC/12/CS -2 Type-1
ACCEL model: SMC-4-65 or similar
1).Inspection by RITES.
2) Tenderers other than manufacturers
to quote with valid authorization.
3 Sr.DMM/ Fly Catcher similar to Make: Pest-O- 10 Nos 01 SSE/ELG/S/ 28.09.2010
WAT/43/2 Flash WAT
010/0364 model LLC with 02 nos. of 24” tubes,
power consumption: 65 watts. Make:
PCI/LLC or Similar.

Sr.DMM/WAT
**************.

22
BULLETIN BOOK NO.23 Dated. 08-09-2010

AMM/ DLS/ VSKP


The under mentioned tenders are AMM/DLS/VSKP’sTender. The Tenderers are to drop their quotations in the office
of the AMM/DLS/VSKP tender box, closing of tender box at 15.00 hrs. and opening of tenders at 15.30 hrs.

Sl. Tender No. PLNO Description of stores Total Unit Date of


No. date quantity opening
01 48095007dt 7305N003 BOLT (HT) 3/8INCH X 1 1/2 LONG, 30MM 8000 Nos 01 23.09.2010
30.11.09 THREAD LENGTH, 16TPI GRADE 10.9
WITH SEALING HOLE ON HEAD OF 1.5MM
AS PER IS1367 & 1364, ROLLED
THREAD(TVS/UNBRAKO) OR SIMILAR
AUTHORISED DEALER TO SUPPLY
02 48105145 1008N002 A SET OF SHIMS FOR WOODWARD 200 Sets 03 23 .09.2010
dt 05.08.2010 GOVERNOR HOUSING TO CYLINDER
BLOCK TO DLW PART NO.10243689. SHIM
THICKNESS;1/32 INCH, 1/64 INCH, 1/128
INCH.
03 48105181 dt 6525N002 bolt head 24x160x65mm thred legth to 150 Nos 01 23.09.2010
02.09.2010 1364'grade 8.8 (make. unbrakoor similar)with
4.5mm drill hole 140mm from the bolt head
.nut 24mm to is 1367. split pin )( machine )
FOLD4MM X40MMTO IS 549174 & FLAT
WASHER. ID 25MM,OD 44MM,THICK 4MM
IS 1875.
04 48105182 7325N002 FLAT SPLIT COTTER 6MMX20MMX120MM 3000 01 23.09.2010
dt 02.09.2010 LONG (MATERIAL SPEC.IS 2638B)RDSO NOS
DRG NO.SKVL-139(ALT-7)REF NO.10.
Special terms & conditions: -
1. Inspection clause: - by Consignee before/after Receipt of Materials.
2. Mode of payment:-100% payment against acceptance of materials in good condition by Consignee.
3. FOR: - Destination basis.
4. Guarantee/Warranty of the product to be quoted.
5. Firms to submit technical literature/colored leaflet of the product, which they intend to supply.
6. Maker’s/brand name of the product to be quoted.
7. Delivery Period: - Within 01(One) month of the date of placement of order.
8. Firm should quote their VAT registration no. in the Quotations. For the states in which the VAT has not yet been introduced, the existing
system of sales tax shall continue.
9. Other terms and conditions as per weekly Stores bulletin.
10. Octroi duty/Entry tax will be borne by the supplier.
11. The tenderer should quote the exact % (percentage) of VAT, which will be charging extra.
12. One envelope should contain one Quotation only.
13. Quotation to be addressed to: - Asst. Materials Manager, Diesel Loco Shed, E.Co.Rly, Kancharapalem (Post), VISAKHAPATNAM, PIN-
530008.
14. Materials to be delivered dispatched to directly to AMM/D/VSKP on/by road on door delivery basis.
15. It should be clearly indicated in special condition that offers not conforming to this tender condition shall be considered unresponsive and
will be passed over.
16. Payment terms obviously, shall accordingly stand suitably modified depending on value.
N.B- A) Special Terms & Conditions:-
1. Tenderers to give consent in a mandate form receipt of payment through ECS/EFT.
2. Tenderers to provide the details of bank Account in line with RBI guidelines for the same. These details will include Bank name,
Branch name & address, Account type, Bank A/C No. and Branch code as appearing on MICR Cheque issued by bank.
3. Tenderers to attach certificate from their bank certifying the correctness of all above mentioned information (as mentioned in Para (2)
above).
4. In case of non payment through ECS/EFT or where ECS/EFT facility is not available, payment will be released through Cheque.
5. Application for ECS/EFT in FORM NO. E-5 Annexure-B is published in Bulletin.
6. Drawing can be seen at drawing cell of Sr.DME/D/VSKP office at Diesel Loco Shed, Visakhapatnam.

AMM/ DLS/ VSKP


************.

23
BULLETIN BOOK NO.23 Dated. 08-09-2010

AMM/ ELS/ WAT


The under-mentioned tenders are AMM/ELS/WAT’s Tenders. The Tenderers are to drop their quotation in the Office of the AMM/ELS/WAT
Tender Box . Closing of tender Box at 15-00 Hrs. and Opening of tender at 15-30 Hrs

Sl. Tender No Description of Stores and Drg. Total Unit Place of Opening
No Qty. delivery date

1. 41105034 Sling for lifting of Air Compressor 03 Nos. DMS/Receipt 28.09.2010


as per Drg.No.ELS/VSKP/2007/03 Nos. Under AMM/
ELS/WAT
of Usha Martin make or equivalent.
2. 41105053 Hook for bogie lifting slings as per 24 Nos. DMS/Receipt 28.09.2010
the drawing No.ELS/VSKP/2006/78 Nos. Under AMM/
ELS/WAT
(item No.3). Material specification
as per IS: 1875.
3. 41105054 Safety sling for traction motor as 12 Nos. DMS/Receipt 28.09.2010
Under AMM/
per the Drg.No.ELS/VSKP/97/29 Nos. ELS/WAT
(Item No.2).
4. 41105055 Standard GC Micro syringe of 08 Nos. DMS/Receipt 28.09.2010
range O-500 Micro Lts (Fixed Nos. Under AMM/
ELS/WAT
needle) Graduated of make SGE
Australia or Hamilton make or
equivalent. Specifications (1)
Tem:5-100 Degree centigrade (2)
Pressure:100 PSI (3) Volume
Accuracy:+/- 1%.
5. 41105056 Set of safety clamp for panto as 60 Sets DMS/Receipt 28.09.2010
per drawing No.ELS/VSKP/2010/04 Sets. . Under AMM/
ELS/WAT
(Item No.1 to 10).
6. 41105057 Set of pipe line clamps consisting 300 Sets DMS/Receipt 28.09.2010
of sizes Sets. . Under AMM/
ELS/WAT
(1) 1’’ with bolt & nut plain & spring
washer -01 No. as per drawing
No.ELS/VSKP/2010/11
(2) 1 1/4’’With bolt & nut, plain &
Spring washer-01 No. as per
drawing No.ELS/VSKP/2010/11.
Note:-
Special conditions for tenders of AMM/ELS/WAT:-

1) Tenderers are required to drop their quotations in the tender box kept at the office of
AMM/ELS/WAT before 15:00 hrs
On.28.09.2010
2) These items are urgently required. Offers with ex-stock delivery / earlier delivery will be
considered favorably.
3) Free delivery at our WAT Depot is required. Offers having other delivery conditions are likely
to be passed over.
4) Firm shall indicate all price components of their quoted price clearly and specifically work out

24
and indicate The FOR destination price. Failing this their offer may be evaluated in such
manner as deemed fit by the purchaser for inter-se ranking.
5) All taxes & duties like ED, ST/VAT, Entry Tax, octori etc., if claimed by firm are to be
mentioned clearly in %age and amount. In case not quoted specifically, it will be construed
that the same is included in the offered rate.
6) Inspection will be done by Consignee after receipt of materials.
7) 100% payment will be made after receipt & acceptance of materials.
8) Firm must quote along with latest registration certificate.
9) Sample/drawing can be seen from Vender cell of ELS/WAT.
10) Tenderers may attach last PO of ECoR or any other railway of item with their quotations.
11) Manufacturer’s Guarantee & Test (SWL) Certificate to be submitted along with the material
wherever applicable.
12) Offer of Firms not registered with E.Co.Rly may be considered after approval by competent
authority & subject to submission of SD as applicable. The firms not registered with
E.Co.Rly. are advised to apply for registration simultaneously.
13) (i) Tenderer to give consent in a mandate form for receipt of payment through ECS/EFT .
(ii) Tenderer to provide the details of Bank A/c in line with RBI guidelines for the same. These
details will Include Bank Name, Branch Name & address, Account type, Bank A/c No. and
Bank & Branch Code as appearing on MICR cheque issued by Bank.
(iii) Tenderer to attach certificate from their bank certifying the correctness of all above
mentioned information (as mentioned in para (ii) above).
(iv) In case of non-payment through ECS/EFT or where ECS/EFT facility is not available,
payment will be released through cheque. Other terms and condition as per weekly Stores
Bulletin & Indian Railway standard conditions of Contract; latest edition.

The above mentioned tenders are AMM/ELS/ECoR/WAT tender. The tenderers to drop their
quotation In the Office of the Asst. Materials Manager/ELS/ECoR/Post- NAD. Visakhapatnam-
530009 tender BOX. Closing of tender Box at 15.00 Hrs. and Opening of tender at 15.30 Hrs on
tender opening date as given above.

AMM/ELS/WAT

**************.

25
BULLETIN BOOK NO. 23 Dated.08-09-2010

ELS/DEPOT/ANGL

The under mentioned tenders are AMM/ELS/ANGL Tenders. The Tenderers are to drop their quotation in the office
of the AMM/ELS/ANGL Tender Box. Closing of tender box at 11-30 Hrs. and Opening of tender at 12.00 Hrs.

SL. Tender Description of items, Drg. and Total Unit. Place of Opening
NO. No. Specification Qty. Delivery of date
quantity
01 93105031 Flat split cotter for compensating 120 Nos. Consignee 24-09-2010
beam/equalizer pin size- SE/TRS/ANGL.
6x20x150mm as per RDSO Drg
No-SKVL-139,Alt-10,Material to
be tested and approved I.O.Lab
test report to be submitted at the
time of supply of material.
Material as per IS:2062
Gr.E250(Fe 410W)
02 93105032 Flat split cotter for compensating 100 Nos. Consignee 24-09-2010
beam/equalizer pin size- SE/TRS/ANGL.
8x22x150mm, Drg No-SKVL-
139,Alt-10,Material to be tested
and approved I.O.Lab test report to
be submitted at the time of supply
of material. Material as per
IS:2062 Gr.E250(Fe 410W)
03 93105044 Cable cleat 400x100x30mm 50 Sets. Consignee 24-09-2010
(SRBGF) for thin walled SE/TRS/ANGL.
Elastomeric cable for WAG-7 loco
as per CLW Drg.No-
CLW/3W/9009.207/Sheet No-
07.Dt-2009.207-Alt-A.As per IS-
10192-1982 Grade up-1.
04 93105045 Cable cleat 174x88x30mm 25 Sets. Consignee 24-09-2010
(SRBGF) for thin walled SE/TRS/ANGL.
Elastomeric cable for WAG-7 loco
as per CLW Drg.No-CLW/3W-
9009.207/Sheet No-11, Alt-A. As
per IS-10192-1982 Grade up-1.
05 93105046 Cable cleat 245x60x30mm 100 Nos. Consignee 24-09-2010
(SRBGF) with packing for thin SE/TRS/ANGL.
walled Elastomeric cable for
WAG-7 loco as per CLW Drg.No-
CLW/3W.9009.207/Sheet No-08,
Alt-A. Drg. no-02. As per IS-
10192-1982 Grade up-1 and Drg
No-3W.9009.207/Sheet No-9 Drg
No-4.

26
06 93105047 Cable cleat 236x88x30mm 25 Sets. Consignee 24-09-2010
(SRBGF) for thin walled SE/TRS/ANGL.
Elastomeric cable for WAG-7 loco
as per CLW Drg.No-
CLW/3W.9009.207/Sheet No-12,
Alt-A. As per IS-10192-1982
Grade up-1.
07 93105048 Fuse 500AMP,1250V(SCD) 01 No. Consignee 24-09-2010
Make-Siemens Ordering No- SE/TRS/ANGL.
100753201 or Make-Ferraz,Type-
V300559.
08 93105049 Compact Fluorescent Lamp(CFL) 25 Sets. Consignee 24-09-2010
Fitting complete 110V DC 11 SE/TRS/ANGL.
Watt to Drg./specn.
No.CLW/ES/L-22/D(with
PHILIPS or OSRAM) or similar.
Note:
01) Tenderers are required to drop their quotation in the tender box kept at the office of AMM/ELS/ANGL before 11:30 hrs of
24.09.010.
02) These items are urgently required. Offers with ex-stock delivery / earlier delivery will be considered favorably.
03) Free delivery at our Angul Depot is required. Offers having other delivery conditions are likely to be passed over.
04) Firm shall indicate all price components of their quoted price clearly and specifically work out and indicate the FOR destination
price. Failing this offer may be evaluated in such manner as deemed fit by the purchaser for inter- se ranking.
All taxes and duties like ED, St/VAT, Entry Tax, octori etc, if claimed by firm are to be mentioned clearly in %age and amount.
In case not quoted specifically, it will be construed that the same is include in the offered rate.
1) Inspection will be by Consignee after receipt of materials.
2) 100% payment will be made after receipt and acceptance of materials.
3) Firm must quote along with latest registration certificate.
4) Tenderers may attach last PO of ECoR or any other railway of item with their quotations.
5) Manufacturer’s Guarantee & Test (SWL) Certificate to be submitted along with the material wherever applicable.
6) Quotations for except Tender No- 93105048 are restricted to only CLW’s Approved Source.
7) Other terms and condition as per weekly Stores Bulletin.
8) Indian Railway standard conditions of Contract; latest edition will be applicable.
9) (i) Tenderer to give consent in a mandate form for receipt of payment through ECS/EFT.
(ii) Tenderer to provide the details of Bank A/c in line with RBI guidelines for the same. These details will
include Bank Name, Branch Name & address, Account type, Bank A/c No. and Bank & Branch
Code as appearing on MICR Cheque issued by Bank.
(iii)Tenderer to attach certificate from their Bank certifying the correctness of all above mentioned information (as
mentioned in Para (ii) above.
(iv) In case of non- payment through ECS/EFT or where ECS/EFT facility is not available, payment will be released
through Cheque.
10) Address for communication shall be:
Assistant Material Manager,
Electric Loco Shed.
Near Railway station,
At: - Raniguda, PO: - Turanga.
Dist: - Angul (Orissa)-759123.
Phone No:- (06764)211327
Mobile No:- 09437584411
Fax No: - (06764) 230544 & 231364.
Email:-ammangul93@gmail.com

AMM/ELS/ANGL
**************.

27
1. CORRIGENDUM OF CRW/ MANCHESWAR DEPOT TENDER

Corrigendum to Bulletin Book No.22 Dtd.01-09-10 against Tender Sl.No.7, Tender No.92105037, TEFLON
WASHER etc. due on; 16-09-10 to be read as per below.

Tender No. Existing date of Opening To be read as:


92105037 16- 09-2010 Cancelled.

SMM/CRW/Mancheswar.

**********.

28
SECTION 10
Bulletin No.

East Coast Railway

BULLETIN TENDER FORM


Month.
To
The President of India M/s.
(Acting through) ________________________
The Dy. CMM/ SMM /AMM of Depot
and Sr.DMM/ DMM of Divisions _________________________
East Coast Railway . _______________________
__________________________

Tender No._________________to be opened on __________Opening Time 15.30/hours


(Please refer the attached conditions)

Sl. No. Description of Stores


Sl. No. Consignee and place Quantity Unit Factory rate(1) Basic/Ex. In fig.
Delivery In words

Discount(2)

Sales Tax (3)

Delivery Terms (for


etc.)

Freight (4)

Excise Duty (5)

Special Conditions Total rate In fig.


(sum of 1 to 5)

Delivery Period In words

Inspection by Rites/ RDSO Validity Offer is valid for 90 days

Note : (1) Consessional Sale tax be quoted as Railway will issue D form. (2) Ranking. Conditional discount (for early payment delivery at other
than specified location etc.) will not be considered for determining inter-se- ranking. We/I agree to supply the articles specified above in
accordance with the current IRS conditions of contract, instruction to tenderers, general conditions and special conditions of tender.

Name and signature of Tenderer

Address in Full with Phone/ Fax No


Cell Phone No…………….

29
Section 11

EFT Mandate
FORM NO.E-5 APPENDIX-VIII

ELECTRONIC CLEARING SERVICE (CREDIT CLEARING)


MODEL MANDATE FORM
(Investor /customer’s option to receive payments through Credit Clearing Mechanism)
Name of the scheme & the periodicity of payment
No: -

1) Investor/customer’s name:- .
2) Particulars of Bank Account
A. Name of the Bank :-
B.Name of the Branch :-
Address :-

Telephone No-
C. 9-digit code number of the bank & branch
Appearing on the MICR cheque issued by the Bank:-

D . Type of the Account (S.B , current or Cash credit)

With code (10/11/13):-


E Ledger & Ledger folio number:-

F. Account number ( as appearing on the cheque book):-

(in lieu of the bank certificate to be obtained as under, please attach a blank cancelled cheque or
photocopy of a cheque or front page of your savings bank passbook issued by your bank for
verification of the above particulars)

3. Date of effect:-

I hereby declare that the particulars given above are correct & complete. If the transaction is delayed or
not effected at all for reasons of incomplete or incorrect information, I would not hold the user institution
responsible. I have read the option invitation letter and agree to discharge the responsibility expected of
me as a participant under the scheme.

(……………………………………………………)
Signature of the investor/Customer
Date
Certified that the particulars furnished above are correct as per our records.

Bank’s stamp

Date:
(………………………………)

Signature of the authorized official of the Bank.

30
Annexure-IV

NATIONAL ELECTRONIC FUNDS TRANSFER MANDATE FORM

From : M/s. -------------------

To: Date :-------------


FA & CAO
East Coast Railway, Bhubaneswar.
Sub: NEFT payments.

We refer to the NEFT being set up by E. Co. Rly. for remittance of our payments using RBI's NEFT scheme,
Our payments may be made through the above scheme to our under noted account.
NATIONAL ELECTRONIC FUNDS TRANSFER MANDATE FORM

Name of City

Bank Code No.

Branch Code No.

Bank’s Name

Branch Address

Branch Telephone / Fax No.

Supplier’s Account No.

Type of Account

IFSC code for NEFT

IFSC code for RTGS

Supplier’s name as per Account

Telephone no. of supplier

Cell Phone Number of the Supplier to whom


details with regard to the status of bill
submitted to Accounts Office i.e. Co6, Co7 &
Cheque Purchase orders particulars can be
intimated through SMS.
Supplier’s E-mail ID

Confirmed by Bank Signature of supplier with Stamp and address


Enclose a copy of crossed cheque.

31

Вам также может понравиться