You are on page 1of 56

PAKISTAN RAILWAYS

HEADQUARTERSOFFICE, LAHORE.

No.19/Spl-22/1-2017 Dated: -03-2017.

TENDER NOTICE
Sealed offers are invited against Tender Enquiries of Special Bulletin No. 22(R) on FOR
and FOB basis for the procurement of Spare Parts of Diesel Electric Locomotives of Pakistan
Railways:

Cost of Bidding
Bulletin No. Description Opening Dates Documents (non-
refundable)

Procurement of Spare As given in the Bulletin


Special Diesel
Parts of Diesel (1st opening start from Rs. 5000/-
Bulletin No. 22 (R)
Electric Locomotives 28-04-2018.

 The bids shall be submitted according to Single Stage-Two Envelop procedure of PPRA-
2004. All bids received shall be opened and evaluated in the manner prescribed in bidding
documents.
 The Special Diesel Bulletin No. 22 (R) will be dispatched to approved registered firms
who have deposited the annual subscription fee of Diesel Bulletin for financial year 2017-
18 whereas the un-registered firms can also purchase said Diesel Electric Bulletin on cash
payment from the offices of:
i. The Chief Controller of Purchase, Pakistan Railways, Headquarters Office, Lahore.
ii. The District Controller of Purchase (Inspection) Pakistan Railways, Reti Line, Karachi
Cantt.
iii. The Assistant Controller of Stores (Diesel), Pakistan Railways, Rawalpindi.

The completely filled bidding documents alongwith 2% earnest money (for unregistered firms)
of the offer shall be dropped in the tender box lying in Chief Controller of Purchase, Pakistan
Railways, Headquarters Office, Lahore at or before 09:30 AM on the opening date and will be
opened publically at 10:30 AM on the same date.

(Athar Riaz)
for CHIEF CONTROLLER OF PURCHASE, PAKISTAN RAILWAYS,
HEAD QUARTERS OFFICE, LAHORE.
Ph: No. (042)-99201694
Fax No. (042)-99203022
Cost Rs. 5000.00
(For Un-Registered Firms)

PAKISTAN RAILWAYS

SPECIAL DIESEL BULLETIN


NO.22 (Revised)

FOR DIESEL ELECTRIC LOCOMOTIVES


SPARES

(Athar Riaz)
FOR CHIEF CONTROLLER OF PURCHASE,
PAKISTAN RAILWAYS, HEAD QUARTERS OFFICE, LAHORE.
Ph: No. (042) 99204022 (042)-99201694
Fax No. (042)-99203022 (042)-99201760

Page 1 of 55
Cost Rs. 5000.00
(For Un-Registered Firms)

PAKISTAN RAILWAYS

SPECIAL DIESEL BULLETIN


NO. 22 (Revised)

FOR DIESEL ELECTRIC LOCOMOTIVES SPARES

(Athar Riaz)
FOR CHIEF CONTROLLER OF PURCHASE, PAKISTAN RAILWAYS,
HEAD QUARTERS OFFICE, LAHORE.
Fax No. (042)-99203022 (042)-99201760
Ph: No. (042) 99204022 (042)-99201694

Page 2 of 55
CONTENTS

S. No. Description Page No(s)


1. Instruction to the Bidder 04-17
2. Technical Proposal and its Annexures 18-23
3. Financial Proposal and its Annexures 24-28
4. Tender Opening Schedule 29
5. Tender Enquiries, Description and 30 to 64
Quantities

Note: For any clarification the eligible bidders are requested to contact the following:-

Phone No: (042)-99201694, (042)-99204022


Fax No: (042)-99203022, (042)-99201760
Email: dyccptech@gmail.com
ccphq2015@gmail.com

Page 3 of 55
INSTRUCTIONS TO THE BIDDERS
1. SUBMISSION OF TENDER
Tender should be submitted in sealed envelope inscribed "Tender Enquiry Number" with
"Opening date" and addressed to Chief Controller of Purchase, Pakistan Railways
Headquarters Office, Shahrah-e-Abdul Hamid Bin Badis, Lahore (Pakistan) so as to reach
this office or to be dropped in the Tender Box on or before 09-30 AM on the date of
opening of the Enquiry. Tender will be opened on the same date at 10-30 A.M. in public.

2. ALL DOCUMENTS SHOULD BE SUBMITTED IN ORIGINAL. NO BACK REFERENCE WILL BE


MADE FOR SUBMISSION OF ORIGINAL DOCUMENTS. OTHERWISE, THE OFFERS ARE
LIABLE TO BE IGNORED

3. ONLY COMPUTER/MACHINE TYPED OFFERS/DOCUMENTS WILL BE ENTERTAINED.

4. ELIGIBILITY FOR QUOTING/BID EVALUATION CRITERIA


The firms are allowed to quote for only LP approved local items in their favor on FOR and
only regular approved firms on FOB are allowed to participate in this Diesel Bulletin.
Without such approvals, the offers will be ignored. “NO TRIAL APPROVAL OF A FIRM WILL
BE CONSIDERED”

5. VALIDITY OF OFFER
Validity of the offer must be clearly indicated. This should be for a minimum period of 90
days from the opening date. Any time consumed in seeking clarifications of any sort will
automatically be adjusted in the validity of the offer. If quoted validity period is less than
90 days, it will be considered as 90 days as per tender condition.

6. Please submit the Tender as per columns of the Proforma shown below for the items
described in the list attached. For FOB items, Local Agents must submit Original Proforma
Invoice and Warranty Certificate from their Manufacturers at the time of Bidding, stating
“We hereby agree to abide by the terms and conditions mentioned in the
Bulletin Tender Enquiry No. _______ Dated______” Our quotation against tender
Enquiry No. due on ______ is as under:

F.O.B/
Local
Sr. Description Cat F.O.R Freight Delivery
Qty Unit Agent's
No. of Stores No. Unit Rate Period
Commission
Rate
1 2 3 4 5 6 7 8 9

Page 4 of 55
Tender conditions must be signed by the bidder or their local agent.
7. EARNEST MONEY/SECURITY DEPOSIT
a. Bidders who are not registered with Chief Controller of Purchase office shall have to
deposit earnest money @ 2% of the total bid value along with their bid/quotation.
b. The Registered firms are exempted from depositing 2% Earnest Money along with
their bid/quotation as per scales below (FOR/FOB basis) and 5% Security Money
against Purchase Order placed on FOR basis only.
Sr. Scale Extent of Standing Total bid value per quotation of a Tender Enquiry and
No. Security Money total value of a Purchase order for which exemption
Deposited from submission of 2% Earnest-Money and 5% Security
Money on FOR only, respectively, is admissible.
1 ‘A’ NO LIMIT FOR EARNEST MONEY.
Rs. 1.00 Million For Purchase Order on FOR basis valuing more than Rs.
10.00 Million the Contractor will be required to deposit
Security Money. For Purchase Order on FOR basis
Rs. 2.00 Million valuing more than Rs. 20.00 Million the Contractor will
be required to deposit Security Money. For Purchase
Order on FOR basis valuing more than Rs. 50.00 Million
Rs. 3.00 Million the Contractor will be required to deposit Security
Money.
2 ‘B’ Rs.500,000.00 Up to Rs. 5,000,000.00

3 ‘C’ Rs.200,000.00 Up to Rs. 3,000,000.00


4 ‘D’ Rs.100,000.00 Up to Rs. 2,000,000.00

5 ‘E’ Rs.50,000.00 Up to Rs. 1,000,000.00


6 ‘F’ Rs.10,000.00 Up to Rs. 200,000.00

NOTE
i. There shall be no exemption regarding Security Deposit for suppliers on FOB basis.
Bidders quoting on FOB basis are required to deposit 5% Security Money in the
shape of any Financial Instrument (except cross cheque) or Bank Guarantee from any
scheduled bank of Pakistan valid up to the warranty period of the supplies on every
individual Purchase Order before opening of Letter of Credit.

Page 5 of 55
ii. The contractors who have already deposited Standing Security, valuing more than Rs.
1.000 Million, can reduce their Standing Security with CCP office after due fulfillment of
procedural requirements.

iii. The offer/bid of an unregistered firm will liable to be rejected straight away if the total
bid value quoted exceed the limit of submission of 2% Earnest Money along with their
quotation or is submitted without earnest money. It can be submitted in the form of: 
Bank Guarantee Bond as per specimen attached  Call Deposit/ Pay Order/Bank Draft.
 Cash Receipt issued by Chief Cashier & Treasurer, P.R Lahore.
iv. Newly prequalified (LP declared, Local OR Regular approved foreign) manufacturing
firms are liable to furnish up to 10% Performance Bond in addition to 5% Security Money
against the Purchase Order placed on them before the opening of LC in case of FOB and
before issuance of Purchase order in case of contract on FOR basis.

v. Registered firms should indicate their Registration No. with Pakistan Railways, Income
Tax No. and Sales Tax No. in their bids.

8. WARRANTY CERTIFICATE as per Pakistan Railways requirement by the Manufacturer must be


signed and attached with the offers.

9. The suppliers are required to submit Original Proforma Invoice (rates can be
concealed/hidden) showing full breakup, i.e., FOB value, sea freight as well as commission to
be paid in Pak Currency separately and original Warranty Certificate from Manufacturer at
the time of quotation along with Technical Proposals for technical evaluation otherwise their
offers can be ignored straightway.

10. The suppliers are also required to submit Original Proforma Invoice and warranty certificates
of Manufacturer mentioning clearly the rates offered by them along with their Financial
Proposal otherwise their offers can be ignored straightway.

11. Firms are required to quote shortest delivery period but not more than 6 months on FOB
basis except in case of critical items where PR may allow longer delivery period on case to
case basis.

12. Any effort by a bidder to influence Pakistan Railways in the bid evaluation, bid comparison or
contract award decision may result in the rejection of its bid.

13. If any alternative material or superseded CAT No. is offered against floated part no., the
manufacturer must submit a CERTIFICATE conforming complete interchangeability, suitability
of parts mentioned same form, fit and function and guaranteeing free of cost replacement if
offered part is found unsuitable during fitment or working.
Page 6 of 55
14. In order to enable tender being decided without any delay, please give proper justification of
annual price increase on worldwide basis as compared with the last purchase rates. In case
rat es quoted against the tender are appearing in any price list, the reference to page No.
and year of price list may also be quoted. A certificate in this regard is required.

15. No import is permissible from Israel and similarly offer of goods of Israel origin from any
country will not be considered.

16. In case of acceptance of offer, bidders or their local agents are required to shoulder the
responsibility for cancellation at their cost and consequential loss of any sort
incurred by Pakistan Railways in case of failure to execute the Purchase Order.

17. The bidders should give the following information failing which their offer will liable to be
ignored:-
• Terms of delivery.
• Country of origin item wise.
• Name of manufacturer and principals.
• Time for shipment.
• Port of shipment.
• Bank details of manufacturer.
18. LIQUIDATED DAMAGE CHARGES (L.D. CHARGES)
The time given for delivery/dispatch of stores shall be counted from the date of
establishment of irrevocable letter of credit in case of items published on FOB basis and from
the date of placement of purchase order in the case of items purchased on FOR basis. The
rate and time of delivery/dispatch stipulated in the purchase order shall deem to be the
essence of the contract. If contactor fails to deliver the stores within the time prescribed in
the P/Order, the Purchaser shall be entitled to withhold payment until whole of the stores
has been supplied and to recover from the Contractor liquidated damages charges (LD
Charges) a sum of ½% (0.05) of the price of stores, up to a Max of 10% which the contractor
has failed to delivered for each and every week or a part of a week during which the delivery
or dispatch of such stores may be in arrears.

Upon 60 days after expiry of delivery period, the contract may be terminated with forfeiture
of 5% security money without any further correspondence.

Alternatively at the option of the purchaser, the purchaser shall be entitled to purchase
elsewhere on the account and risk of the contractor the stores or any consignment thereof
which the contractor has failed to deliver or dispatch as aforesaid or if not available the best
and nearest available substitute there for or to cancel the contract and the contractor shall

Page 7 of 55
be liable for any loss or damage which the purchaser may sustain by reason of such failure
on the part of the contractor.

The supply of stores shall be governed by the "Standard Direction to Tenderers for Sales to
the Railway" and the conditions referred to above are supplement to and not in supersession
of the standard directions.

Pakistan Railways shall be entitled to appropriate the payment of any amount due to the
Pakistan Railways by supplier in respect of any contract or any money.

A copy of the "Standard Direction to Bidders for Sale to the Railway" may be o b t a i n e d
from the Chief Controller of Purchase, Pakistan Railways on payment.

19. SHIPPING CONDITIONS


i. Please submit your quotation on the basis of C. F. R. Karachi giving break-up of the same
showing F.O.B. Value, Freight and Commission, etc., separately, supported with "freight
charges certificate" for Pakistan Railways, material issued by PNSC Karachi. Such
certificate may be obtained from the following addresses:
Karachi Address:
PNSC Building, Maulvi Tamiz-ud-Din Road, P.O. Box No. 5350, Karachi
Phone No: 021-99204054, 99204027

Lahore Address:
PNSC Regional representative at Lahore
Phone No: 042-35757028 Fax No. 042-35710225

The bidders should give complete information such as total F.O.B. value, weight and
measurement of the package(s) for freight assessments. etc., by the PNSC, Karachi.

ii. For offers from countries where PNSC is unable to lift the Cargo, "Inability Certificate"
may be obtained by the Bidder from PNSC Office, and attach the same with the freight
charges in the quotation based on shipping lines other than PNSC. The Certificate will
enable Pakistan Railways to obtain N.O.C. from "Standing Freight Committee" for the
shipment through Shipping Lines other than PNSC.

iii. The comparative evaluation of the offers will be done on C. F. R. Karachi basis but the
Purchase Order shall be placed on F.O.B. basis with the restriction to ship material
through PNSC vessels only on freight-to-pay basis which will be paid by District
Controller of Stores (Shipping), Pakistan Railways, Reti line, Karachi Cantt.

Page 8 of 55
iv. No F.O.B. contract will be finalized on ex-works terms as movement of goods from
Factory/Warehouse to port of shipment is on account of the seller.

v. If the shipment is to take place from a port other than supplier's own national port then
contract must have with the approval of competent authority, full postal address, Fax
No., etc., of actual shipper at the port of shipment. In case due to urgency it is not
possible to have this information provided in the contract then supplier will be
responsible to contact PNSC's port agent giving contract No. and cargo details 30 days
prior to Cargo's readiness.

vi. For Eastern European land locked countries like Hungry, Czechoslovakia, Austria,
Switzerland, etc., it is preferred that German port, viz., Hamburg/Bremen be specified
for shipping Goods to Pakistan as PNSC Cargo ship frequently touch these ports.

vii. The suppliers should give at least 30 days’ notice to the PNSC Agents in that port of
loading about Cargo readiness so that there is no difficulty in booking space in the next
available ship.

viii. Full set of "On Board" clean Bill of Lading evidencing shipment of goods per vessels
belonging to or chartered by M/s. Pakistan National Shipping Corporation Ltd Karachi
showing the amount of freight on "to-pay-basis" at destination by the consignee shall
be made out duly endorsed in favour of District Controller of Stores/Shipping, P.R.,
Karachi Cantt along with other shipping documents and the marking required, and not
to order of the bank.

ix. The Finance Bill 2016-17 has increased the fine on the importers in case the invoice is
not available in the container/ packages or pin with the consignment to Rs. 50,000/ -
from earlier Rs. 5000/- according to the amendment in section 156 of Custom Act- 1969
if any person / party contravenes the requirement of placement of invoice and packing
list inside the import container / package or consignment, such person / party shall be
liable to a penalty of Rs. 50,000/-. Moreover, if a person / party make an untrue
declaration relating to goods such person including the custodian / consignee, clearing
agent and inland carrier shall be liable to penalty twice of the value of the goods and
upon conviction by a Special Judge be further liable to higher penalty and imprisonment
for a term of 5 years. And the goods in respect of which such offence has been
committed shall also be confiscated.

x. The supplier should state a single definite port of shipment.

Page 9 of 55
20. WARRANTY CONDITIONS (FOR IMPORTED ITEMS)
a. The manufacturer warrants that materials will BRAND NEW and in accordance with
the particulars mentioned in this tender enquiry and free from defects in material and
workmanship.

b. The Manufacturer’s obligation under the warranties shall be limited to


replacement on Delivery Duty Paid (DDP) at Karachi Cantt. Free of cost stores which
at the time of receipt by the consignee or under normal use and at the time of
maintenance proved defective in material or workmanship or fail to comply with the
required performance in the normal course of service. The warranty shall be valid for
a period of 24 months from the date of receipt/shipment or 18 months from the date
of placement in service, whichever comes earlier.

Note: The Warranty Period for long life parts like all type of Axles, Wheels, Traction Motors,
Traction Motor Armatures, Diesel Engine Crank Shafts etc will be 42 months from the date
of shipment or 36 months from the date of placement in service whichever comes earlier.

21. CONDITIONS FOR QUOTATIONS SUBMITTED ON F.O.R. BASIS


i. Only computer/Machine typed documents will be entertained. No hand written bid will
be entertained.

ii. Only LP approved manufacturers/firms for local items are allowed to participate in
Diesel Bulletins as detailed in Para 4.

iii. The F.O.R. rates are to be quoted with free delivery to Storespura, Lahore or Pakistan
Railways Stores Depot, Karachi Cantt inclusive of all Government Taxes/Duties and all
other charges. The rate quoted shall be firm and final and not subject to any variation
whatsoever. In case of any increase or decrease in Government Taxes/Duties no
increase/decrease in rate shall be permissible. Clause 22 (a) of P.R.S. Conditions of
Contract shall be come applicable only if complete break-up of the rate quoted is called
for and accepted by the Pakistan Railways.

iv. Bidders should note that only one rate and one place of delivery should be quoted
against an item in the tender. Any discount offered conditionally will be treated as if
two rates have been quoted. In case of non-observance of any of these provisions the
offer can be ignored without making any back reference.

v. Firms are required to quote shortest delivery period but not more than 4 months on
FOR basis. For large quantities, bidder can offer breakup of delivery schedule but needs
to be accepted by Tender Committee.

Page 10 of 55
vi. The local firms who are approved as LP for certain items of D.E Loco Spares while
quoting against Tender Enquiry should invariably give reference of their approval and
enclose photo copy of the same with their quotation.

vii. Sale of goods against this tender shall be subject to the production of proof of
registration with sales tax department under Sale Tax Act, 1990. Bids without sales tax
registration No. will be ignored.

22. WARRANTY CONDITIONS (for LOCAL ITEMS)


i. The manufacturer warrants that the stores will be in accordance with the
particulars mentioned in the Purchase Order.

ii. The manufacturer warrants that the stores will be BRAND NEW and free from
defects in material & workmanship.

iii. The manufacturer’s obligation under the warranties expressed in sub-paragraphs (i) &
(ii) above shall be limited to replacement F.O.R. Storespura, Lahore free of cost stores
which at the time of receipt by the consignee or under normal use and
maintenance prove defective in material/workmanship or fails to comply with the
required performance in the normal course of service. This warranty shall be valid for a
period of 15 months from the date of receipt of material or 12 months from the date of
placement in service, whichever is earlier.

iv. The Purchaser would be entitled to retain 5% security deposit in the Purchase Order
until expiry of the warranty period or until receipt of satisfactory
completion/performance report from consumer whichever is earlier.

v. This warranty shall be in addition to the normal inspection.

23. WARRANTY REPLACEMENT AND SHORT SHIPPED MATERIAL


In case of warranty replacement, when the intimation of defective parts or consignment has
been made to the supplier or his local agent within the warranty period, or in case of making
good the shortage the Custom Duty, Sales Tax and Sea or Air Freight will be recovered from
the supplier or his local agent. In case of receipt of such goods under same purchase order or
any other purchase order, the proportional CD & ST and Freight shall be evaluated by
the DCOS/S/KC.

The appeal against the proportional amount worked out by DCOS/S/KC shall lie with the Dy.
CCS/KC and his decision in this regard will be final.

Page 11 of 55
However, if the amount involved as intimated by Pakistan Railways is not deposited by the
supplier or his local agent within 60 days from the date of issue of letter, the Railways will be
at liberty to deduct the same amount from any payment of firm due from Railways or through
encashment of Bank Guarantee/CDR or any other financial documents available with
Railways against security deposit, earnest money etc.

24. RESPONSIBILITIES OF LOCAL AGENT/REPRESENTATIVE/COORDINATOR.


It is not obligatory for a foreign firm to have a local agent. Tender can be submitted directly.
Where a local agent exists/is appointed he should be bound by the conditions of this clause.

i. Local agent must possess Power of Attorney issued in accordance with Law for
signing/executing of contract/opening of letter of credit on behalf of the foreign
principal.

ii. Local agent shall not only confine themselves to submitting/progressing/securing of tenders and
obtaining clarification from the contractors. Local agents shall be responsible for the fulfillment
of the contract according to specification and requirement. They shall be liable to legal action
besides being debarred/black listed in the event the contracts are frustrated due to the fault of
the contractor (principal/manufacturer) that they represent.

iii. Local Agents shall be held responsible in the event the irrevocable banker's guarantee
bonds for Earnest Money/Performance Bond/Security Deposit Bond are not encashed on
demand of the Purchaser. Local Agent shall, therefore exercise great caution in representing
the contractor (principal/manufacturer) and they shall satisfy themselves with regard to his
financial status, experience, reputation, performance etc.
iv. Commission in non-convertible Pak Currency at the rate of exchange prevailing on the
date of opening of tender shall be payable to local agent only on successful completion
of the entire contract and under no circumstances part payment shall be made. This
also includes supply of goods, services rendered, installation and commissioning of the
plants as a whole to full working conditions. The satisfactory completion of the contract
shall be certified by the consumer. Commission shall not be payable on conditional
certificate. The local agent shall submit bill for commission within six months of the issue
of the certificate (or Receipt Certificate applicable to contract for goods) failing which
his claim shall not be entertained.

v. The local agent/representative of foreign suppliers will be responsible for all kind of liabilities in
case of failure to execute the contract.

Page 12 of 55
25. DECLARATION OF FEES, COMMISSION & BROKERAGE ETC. PAYABLE BY THE SUPPLIERS OF
GOODS, SERVICES AND WORKS
The bidders are required to provide certificate duly signed and stamped, if the value exceed
Rs. 10.000 million, as reproduced below.

“The bidder/supplier hereby declares that it has not obtained or induced the
procurement of any contract, right, interest, privilege or other obligation or benefit from
Government of Pakistan or any administrative subdivision or agency thereof or any other entity
owned or controlled by it (Government of Pakistan) through any contract business practice.

Without limiting the generality of the foregoing, The Bidder/Supplier represents and
warrants that it has fully declared the brokerage, commission, fees etc, paid or payable to anyone
and not given or agreed to give and shall not give or agree to give to anyone within or outside
Pakistan either directly or indirectly through any natural or juridical person, including its affiliate,
agent, associate, broker, consultant, director, promoter, shareholder, sponsor, or subsidiary, any
commission, gratification, bride, finder’s fee or kickback, whether described as consultation fee
or otherwise, with the object of obtaining or including the procurement of a contract, right,
interest, privilege or other obligation or benefit in whatsoever from Government of Pakistan,
except that which has been expressly declared pursuant hereto.

The Bidder/Supplier certifies that it has made and will make full disclosure of all agreements
and arrangements with all persons in respect of or related to the transaction with Government
of Pakistan and has not taken any action or will not take any action to circumvent the above
declaration, representation or warranty.

The Bidder/Supplier accept full responsibility and strict liability for making any false
declaration, not making full disclosure, misrepresenting facts ore taking any action likely to
defeat the purpose of this declaration, representation and warranty. It agrees that any contract,
right, interest, privilege or other obligation or benefit obtained or procured as aforesaid shall,
without prejudice to any other right and remedies available to Government of Pakistan under
any law, contact or other instrument, be avoidable at the option of Government of Pakistan.

Notwithstanding any rights any remedies exercised by Government of Pakistan in this


regard, The Bidder/Supplier agrees to indemnity Government of Pakistan for any loss or damage
incurred by it own account of its corrupt business practices and further pay compensation to
Government of Pakistan in an amount equivalent to ten time the sum of any commission,
gratification, bride, finder’s fee or kickback given by, The Bidder/Supplier as aforesaid for the
purpose of obtaining or including the procurement of any contract, right, interest, privilege or
other obligation or benefit in whatsoever from Government of Pakistan.”

Page 13 of 55
26. PACKING CONDITIONS
i. The imported consignment must be securely packed with standard export
packing/adequate protection against attack by seawater and also to withstand rough
handling during sea-rail/road transit.
ii. The supplier is required to ensure correct packing/shipment of the material strictly
in accordance with the packing list/invoice failing which they will be responsible for
consequential extra/additional duties and charges on that account.
iii. Containerized FCL Cargo: The documents shall be placed on the inner side of the door
of container, in case of multiple containers in a consignment; each container shall have
such documents pertaining to goods inside it.
iv. Consolidated cargo and LCL Cargo: The documents shall be attached to the goods or
package at an obvious place. Each such container shall also have a consolidated packing
list pertaining to goods inside it, placed on the inner side of the door of container.
v. Break bulk or bulk Cargo: (Concerning with the export only): The documents will be
furnished to custom by the carrier on entry of conveyance into custom area.
All export cargo entered into Custom area for clearance shall be accompanied with a
copy of packing list, invoice and in case of containerized cargo, a consignment note. The
carrier will furnish these documents to customs at the time of pass in of goods for
export.
Liability of placing such documents vests with the owner of goods as well as on the carrier.
The owner of goods and the carrier will explicitly stipulate the requirement of placing
documents in the manner prescribed above as an obligatory condition to the person
packing or shipping the cargo.

27. MARKING
Purchase Order Number, date as well as letters “P.R” in large capitals should be printed on
the package and packing slips enclosed giving Purchase Order No. & Date with
description of material.

28. SHIPPING DOCUMENTS


i. The suppliers shall air mail through any established documents carrying agency, 3
sets of complete non-negotiable shipping documents, immediately after shipment direct
to District Controller of Stores (Shipping) Pakistan Railways, Reti Line Karachi Cantt. (Port
Consigned) i.e. 2 sets by first airmail and one set by next airmail. The supplier shall ensure
that the above documents have been delivered at least 10 days before arrival of vessel
carrying the goods. The suppliers shall also send FAX intimation of the shipping
documents to District Controller of Stores/ Shipping , Karachi Cantt at FAX No.
0092-21-99206134 (Inviting attention of DCOS/Shipping, KC) and to the Chief
Controller of Purchase at FAX No. 0092-42-99201760 & 99203022 (Inviting attention of
C.C.P) One set of shipping documents would comprise the following:

Page 14 of 55
a. Non negotiable copy of bill of lading (10 copies) evidencing shipment to Container
Freight Section/KC basis.
b. Invoice (16 copies duly signed and stamped by the principals of the suppliers 10 copies
for assessment and accountability by custom authorities and 6 copies for
DCOS/Shipping/KC).
c. Packing list (10 Copies).
d. Inspection Certificate (where required).
e. Insurance Policy/ Certificate (where required).
f. Warranty Certificate of O.E.M/manufacturer/authorized principal of manufacturer.
g. Literature/ Brochure/ Catalogue (3 copies) showing use and function of the material
for the purpose of assessment of the Bill of Entry and their accountability at
Customs House, Karachi.(where required)
h. Certificate of Origin.
i. Freight Receipt (where required).
j. Any other special documents required in the contract.
k. A copy of the LC/Amended LC will be given by the supplier to DCOS/Shipping/KC in
advance.

ii. In the event of delay in receipt of shipping documents by the District Controller of Stores
(Shipping) P.R. Karachi Cant, the seller shall be responsible for any additional demurrage,
handling charges or other charges arising from the late delivery.

iii. Letters “P.R”, Purchase Order No, Date and description of material shall be printed in
large capital words on the packages and packing slips enclosed.

iv. In case of C.I.F/ Karachi quotations where material has not been insured by the seller, in
the vent of general average being payable, the amount will be recovered from the
supplier’s bill.

v. The Railways will be responsible for customs and port charges on accepted quantity only
and not on the invoiced quantity.

vi. “CY-CFS” (Container Yard- Container Freight Section) or “FCL-LCL” (Full container Load –
Less Container Load) besides, a copy of Letter of Credit (LC) be sent along with shipping
documents to DCOS/Shipping/KC for clearance purpose.

vii. Cargo Declaration: In the sub-chapter, unless there is anything repugnant in the subject
or context:-

viii. “Owner” means importer in case of import cargo and exporter in case export cargo.

Page 15 of 55
ix. “Carrier” means shipping line or shipping agent filling the Import General Manifest (IGM)
to Customs in case of import cargo and transporter bringing export cargo to Custom area
in case of export cargo.

x. “FCL Cargo” means Full container load.

xi. “LCL Cargo” means less than container load.

xii. “Consignment Note” means a document issued by the shipper in case of FCL Cargo or the
person packing the container in case of consolidated cargo in the format given below:-

CONSIGNMENT NOTE Date …………

Custom CRN or Custom Machine Number Container No. Seal No.


Certificate
I/we hereby certify that goods mentioned in the accompanied packing list have been placed
inside the container and the container has been sealed by me/us.

Name & Signature of Shipper/


Consolidator with Stamp.

29. Methods of procurement.


i. Open competitive bidding process will be used for the procurement of goods as per
PPRA Rule-2004.
ii. Single stage Two envelops procedure under PPRA Rule-2004 will be used for submission
of bids.
iii. Each bid shall comprise two envelopes containing Technical and Financial proposal in
one large envelop duly sealed and stamped by the bidder. All bids received shall be
opened and evaluated in the manner prescribed in the bidding documents.

30. REJECTION OF BIDS


i. The Chief Controller of Purchase (Procuring Agency) may reject all bids or proposals at
any time prior to the acceptance of a bid or proposal. The grounds for rejection of all
bids or proposals may be communicated to a bidder upon written request. (procuring
agency is not required to justify the grounds of rejection)

ii. The procuring agency shall incur no liability, solely by virtue of its invoking sub rule (i)
above towards suppliers or contractors who have submitted bids or proposals.

Page 16 of 55
31. SPECIFICATIONS
Goods/services offered shall be Brand New according to the specifications, description and
requirements of Pakistan Railways. Bidder shall therefore take full care while quoting
against an item and must have understood Railway's Specifications/Requirements given in
the description before submitting bid.

In accordance with PPRA Rule-10, specification shall govern the supply of goods/services
therefore no sample shall be called/accepted for evaluation of the bid. However in the case
of paper, cloth and certain specific items etc. bidder can examine stock/ standard sample
to understand/comprehend Railway requirement in respect of feel, finish & shade only
before submitting bid. Bidders desirous to see/examine sample shall contact Senior Scale
Officers of Store Depot/ Consuming Branch in this regard. Senior Scale Officers of Purchase
Branch shall coordinate.

32. PAYMENT
i. FOB BASIS: 100% FOB value of the order shall be paid to the Manufacturer/OEM
only through a confirmed and irrevocable Letter of Credit (to be opened by the
Purchaser). However, in some special cases, the Letter of Credit may be opened in
the name of Authorized Principal of Manufacturer only on the recommendation of
Tender Committee after certain confirmations. The letter of credit shall not normally
require confirmation by a Foreign Bank. However, if confirmation is considered /
required, the confirmation charges will be on supplier’s account.
ii. FOR BASIS: 100% payment will be made to the seller in Pak Rupees by the Senior
Accounts Officer/ Stores, Pakistan Railways, Headquarters Office Lahore on
presentation of bill accompanied with Material Receipt Note to be issued by the
District Controller of Purchase/Inspection, Pakistan Railways, Storespura, Lahore/Reti
Line Karachi Cantt after the material has been received, inspected and accepted by him
as well as by the consumer.

33. INSPECTION OF MATERIAL


Inspection of the material will be carried out by District Controller of Purchase (Inspection),
Pakistan Railways, Moghalpura or District Controller of Purchase (Inspection), Pakistan
Railways, Reti Line Karachi Cantt. as per the purchase order clause. The material will have to
be delivered by the supplier with his own arrangements and expenses. (FOR basis only)

34. INTEGRITY PACT


Procurements exceeding Rs. 10 Million shall be subject to integrity pact as per Annexure–VII
which must be duly signed by the supplier while submitting quotation.

Page 17 of 55
35. Misc. GENERAL CONDITIONS
i. TENDER BULLETIN WILL BE FINALIZED AS PER PPRA RULES 2004 updated from time to
time.
ii. PRICE PREFERENCE WILL BE GIVEN AS PER PPRA CLAUSE 24(2) AND MINISTRY OF
COMMERCE SRO NO. 827 (1) 2001 DATED 03-12-2001.
iii. If payment is desired by a successful bidder through a letter of credit, it shall not
normally require any confirmation by a supplier’s bank. However, if confirmation is
considered necessary by the supplier, the confirmation charges shall be on supplier’s
account. (FOB basis only)
iv. The bidders are informed that offers would be compared on CFR basis, but the purchase
orders shall be placed on FOB basis, with restriction to ship material through
vessels owned or chartered by PNSC only on “Freight to Pay” basis which would be paid
by DCOS/Shipping Karachi in Pakistani currency on arrival of vessel at Karachi port. The
firm shall enclose PNSC certificate regarding sea freight for railway material failing which
their offer may be ignored. (FOB basis only)
v. Contractors are required to quote for full tendered quantity. Quantity variation by the
contractors will make the offer liable to be ignored.
vi. P.R has the right to decrease the quantity of the tendered item as per requirement at
the time of tender committee with the consent of lowest responsive bidder.
vii. The bidders must supply / furnish the following documents/information along with
technical proposal. (FOB basis only)

a. PNSC’s Freight Certificate for Railway material.


b. Authority letter (in original) from the Principal and manufacturer in favor of the
bidder to quote against this tender.
c. Warranty Certificate (in original) from the manufacturer.
d. Authority letter (in original) from the manufacturer in favor of the Principal to
quote against this tender.
e. Warranty Certificate (in terms of performance warranty indicated in
the specification, if any) (in original) from the manufacturer.
f. Port of shipment.
g. Expected Date of shipment.
h. Weight, Volume and dimensions and other details of the consignment/
shipment.

viii. Only GST and Income Tax Registered Firms/ bidders who are also listed in Active
Taxpayer list of FBR are eligible to take part in this tender Bulletin.

ix. If it is a gazetted holiday on any of the above fixed opening dates, the next working day
will be considered as opening date.

Page 18 of 55
x. The Bidders are required to submit the proof that they have deposited the subscription
of diesel bulletin; otherwise their offer can be ignored.

Annexure – I

PAKISTAN RAILWAYS
CHIEF CONTROLLER OF PURCHASE
PAKISTAN RAILWAYS HEADQUARTERS OFFICE LAHORE

TECHNICAL PROPOSAL
Competitive bidding

Page 19 of 55
Purchase Order.
Annexure - II
3. BID SECURITY (EARNEST MONEY)
i. We a r e un-registered firm and have attached/submitted herewith bid security of Rs.
Financial instrument No. dated Issuing Bank __________________.
Type of financial instrument____________________. OR
We are registered with CCP office under Registration No. having valid standing security.
ii. I/We will not claim any interest on bid security while it is in your custody and which shall be
returned to me/us if my/our tender is not accepted.
iii. I/We understand that if:
a) I/We fail to make the security deposits as mentioned in clause-3 of Pakistan Railways
Standard Conditions of Contract No. (A-3-90) within 14 days after written acceptance of
tender is communicated to me/us.
b) I/We fail to accept the purchase order containing terms and conditions of the contract
within seven days after being called upon to do so.
iv. Such failure shall constitute a breach of the contract and purchaser shall be entitled to cancel the
purchase order with forfeiture of bid/security deposit.
v. I/We further understand that it is not open to me/us to withdraw or modify the offer made by
me/us after opening of the tender and before the expiry of the tender validity period, as
indicated by me/us against clause (ix) below, exception to the later being only those modifications
which are acceptable to the Railway.
vi. I/We further agree to comply with all orders placed on me/us by the Pakistan Railway after written
notice of acceptance of my/our tender has been posted to me/us and the purchase order so
placed shall be governed by all the terms and conditions of the contract.
vii. Any amount recoverable from me/us in addition to the standing security deposited already with
the Pakistan Railways may be deducted from any amount lying at my/our credit, or the same will
be remitted by me/us in cash on demand.
viii. I/We accept to abide by all the tender conditions enclosed with this tender.
ix. The quotations hold good for Ninety (90) days after the due date of tender opening. I/We further
agree that an acceptance issued by letter, fax or messenger within this validity period would be
bidding on me/us regardless of the date of its actual receipt by me/us.
CERTIFICATE REGARDING CONFIRMATION OF PAKISTAN RAILWAYS SPECIFICATIONS /
REQUIREMENTS I/We hereby confirm that we have read the
specifications/requirements/description of the goods/services floated/mentioned in this tender and
after having understood them fully, undertake as under:
• To supply goods/service exactly as per Railways Specification/ Requirement/ Description of
this tender.
• Those goods will be Brand New.
N.B: Evaluation Report/Result shall be announced by exhibiting it on the Notice Board of C.C.P office at
least 10 days prior to award of Procurement Contract, as per bid evaluation criteria enclosed herewith
(which is an integral part of the bidding documents).

Signature --------------------------------

Page 20 of 55
Name of Signatory---------------------
Stamp & Date --------------------------
Annexure – III
Tender Enquiry No.: ___________ Opening Date: __________

(FOR/FOB BASIS)

TECHNICAL PROPOSAL (CB)

1 2 3 4 5 6 7 8 9 10
11

Signature --------------------------------
Name of Signatory---------------------
Page 21 of 55
Stamp & Date ---------------------------

Page 22 of 55
Annexure – IV
BID EVALUATION CRITERIA
(FOR/FOB)
All the bids shall be evaluated as per following criteria in line with Rule 23(2) of the Public
Procurement Rues 2004.

1. Criteria for technical evaluation shall be technical suitability/acceptability of the bid. It


shall be based on reliability and durability of the offered item, performance record of the
previous supply, approval of the Chief Mechanical Engineer/Loco (pre-qualification) after
successful test & trial. Any supplier/firm claiming to be equivalent will have to provide
proof for the same in terms of certificates and performance reports etc.

2. Offer by firm other than OEM, or not approved by OEM, or not prequalified/approved by
Chief Mechanical Engineer/Loco PR Head Quarter Lahore for item, after successful test &
trial may lead to disqualification of bid.

3. Purchase Order/Contract will be awarded to the first lowest responsive bidder.

4. Detailed check list is attached as Annex-V to facilitate the bidders.

Page 23 of 55
Annexure – V

CHECK LIST FOR BID EVALUATION


(FOR/FOB)
Tender Enquiry No. _____________________ Opening date ______________

S. No. CRITERION YES/ NO REMARKS


1 2 3 4
1 Has the bidder attached/enclosed bid security valuing
Rs. (Correct in all respects as per para-7) as
stipulated in this tender? (along with Technical Proposal
for un-registered firms only)
2 Has the bidder confirmed Railway Specifications
/ Requirements/ Descriptions as stipulated in
this tender?
3 Is the bid validity according to the tender clause i.e.,
Ninety (90) days from the date of opening of tender?
4 Has the bidder confirmed delivery period /
schedule as stipulated in this tender?
5 Has the bidder confirmed delivery terms of the tender?
6 Has the bidder confirmed single place of delivery as
stipulated in this tender?
7 Is the offer un-conditional?
8 Has the bidder indicated country of origin? Goods of
Israeli origin are not acceptable. (Indicate name of
country in the remarks column)
9 Has the bidder indicated the name of manufacturer?
10 Has the bidder indicated brand name?
11 Has the bidder indicated its Sales Tax Registration
Number?
12 Has the bidder indicated its National Tax
Number?
13 Has the bidder indicated Registration Number of
its being registered with CCPs Office? (only in the
case of firms registered with CCP)
14 Is the bid computer/Machined typed?
15 Is the bid free from overwriting, erasing and corrections?
16 Is the offer complete?
Page 24 of 55
17 Has the bidder furnished PNSCs Freight For FOB bids only, write NA
Certificate for Railway material? in column – 3 in case of FOR.
18 Has the bidder indicated weight, volume and For FOB bids only, write NA
dimensions of the consignment? in column – 3 in case of FOR.
19 Has the bidder attached Proforma invoice (in original) of For FOB bids only, write NA
both their Manufacturer/Principal? in column – 3 in case of FOR.
20 Has the bidder attached authority letter (in original) For FOB bids only, write NA
from their Manufacturer/Principal in favor of the bidder in column – 3 in case of FOR.
to quote against this tender?
21 Has the bidder attached warranty certificate (in original) For FOB bids only, write NA
from the Manufacturer? in column – 3 in case of FOR.
22 Has the bidder submitted authority letter from the For FOB bids only, write NA
manufacturer in favor of the Principal to quote against in column – 3 in case of FOR.
this tender?
23 Is the bid from OEM or local agent of OEM or in case of
local material has the bidder attached LP declared letter
from CME/Loco for supply the same
24 Has the bidder quoted for full quantity? (However,
variation in quantity on account of standard packing
shall be permissible)
25 Does the bid contain complete bidding documents
(Prescribed) i.e. having all the pages of prescribed/duly
approved bidding documents and which are duly filled,
signed and stamped (N.B:- Literature, Annexure, letters
etc attached with the prescribed documents must be
duly stamped and signed by the bidder(s).

NOTE: I/We hereby confirm that i/we have read and understood fully the Evaluation Criteria for
this tender.

Name of Signatory---------------------------------
- Stamp & Date -------------------------------------
---

Page 25 of 55
Annexure – VI

PAKISTAN RAILWAYS
CHIEF CONTROLLER OF PURCHASE
PAKISTAN RAILWAYS HEADQUARTERS OFFICE LAHORE

FINANCIAL PROPOSAL
(FOR/FOB BASIS)
TENDER ENQUIRY NO--------------------- OPENING DATE --------------------

Name of Bidder Name of the contact


Person

Postal Address
Office Address
Works/Factory Address
Telephone No. Mobile No.
Fax No. E. Mail
Web Site National Tax No.
Sales Tax Registration No. CCP’s Registration No (if
registered)

COMPETITIVE BIDDING

Stock Total
Item Code Description of Cat: No Qty Unit Rate in Unit Rate Amount
Enq: No No No. Goods/Services Unit Figures in words (Rs)

1 2 3 4 5 6 7 8 9

Name & Signature: --------------------------------


Stamp & Date: -------------------------------------
Page 26 of 55
Annexure – VII
INTEGRITY PACT
Declaration of Fees, Commission & brokerage etc: Payable by the suppliers of goods, Services &
Works in Contract worth Rs. 10 Millions or more
Contract No.: Dated __________________
Contract Value:
Contract Title:
[Name of Supplier] hereby declares that it has not obtained or induced
the procurement of any contract, right, interest, privilege or other obligation or benefit from
Government of Pakistan or any administrative sub-division or agency thereof or any other entity owned
or controlled by Government of Pakistan through any corrupt business practice.

Without limiting the generality of the foregoing, [Name of Supplier]


represents and warrants that it has fully declared the brokerage, commission, fees etc. paid or payable to
anyone and not given or agreed to give and shall not give or agree to give anyone within or outside
Pakistan either directly or indirectly through any natural; or juridical person, including its affiliate,
agent, associate, broker, consultant, director, promoter, shareholder, sponsor or subsidiary, any
commission, gratification, bribe, finder's fee or kickback, whether described as consultation fee or
otherwise, with the object of obtaining or including the procurement of a contract, right, interest,
privilege or other obligation or benefit in whatsoever form from Government of Pakistan, except that
which has been expressly declared pursuant hereto.

[Name of Supplier] certifies that it has made and will make full disclosure of all
agreements and arrangements with all persons in respect of or related to the transaction with
Government of Pakistan and has not taken any action or will not take any action to circumvent the above
declaration, representation or warranty.

[Name of Supplier] accepts full responsibility and strict liability for making any
false declaration, not making full disclosure, misrepresenting facts or taking any action likely to defeat the
purpose of this declaration, representation and warranty. It agrees that any contract, right, interest,
privilege or other obligation or benefit obtained or procured as aforesaid shall, without prejudice to any
other right and remedies available to Government of Pakistan under any law, contract or other
instrument, be avoidable at the option of Government of Pakistan.

Notwithstanding any rights and remedies exercised by Government of Pakistan in this regard,
[Name of Supplier] agrees to indemnify Government of Pakistan for any loss or damage incurred by it on
account of its corrupt business practices and further pay compensation to Government of Pakistan in an
amount equivalent to ten time the sum of any commission, gratification, bribe, finder's fee or
kickback given by
[Name of Supplier] as aforesaid for the purpose of obtaining or inducing
the procurement of any contract, right, interest, privilege or other obligation or benefit in whatsoever
form from Government of Pakistan.

Buyer Seller / Supplier


Page 27 of 55
Annexure – VIII

WARRANTY CERTIFICATE FOR IMPORTED ITEMS

This should be on the following Proforma:

WARRANTY CERTIFICATE

Pakistan Railways Tender Enquiry No. Item No.

i. The manufacturer warrants that material will be in accordance with the particulars
mentioned in this Tender Enquiry.

ii. The manufacturer warrants that material will be free from defects in material and
workmanship.

iii. The manufacturer certifies that the material will be Brand New.

iv. The manufacturer’s obligation under the warranties expressed, in sub-paragraphs (i), (ii)
& (iii) above shall be limited to replacement F.O.R. Karachi Cantt. Free of cost stores
which at the time of receipt by the consignee or under normal use and at the time of
maintenance prove defective in material or fail to comply with the required performance
in the normal course of service. The warranty shall be valid, for a period of 24 months
from the date of receipt/shipment or 18 months from the date of placement in service,
whichever comes earlier. (Except for certain items mentioned in clause 20).

v. The Purchaser would be entitled to retain 5% security in the shape of any banking
instrument submitted by the seller/supplier until expiry of the warranty period.

vi. This warranty shall be in addition to the normal inspection.

Name of Signatory
(Manufacturer)----------------------------------
Stamp & Date -----------------------------------

Page 28 of 55
Annexure – IX

WARRANTY CERTIFICATE FOR LOCAL ITEMS

This should be on the following Proforma:

WARRANTY CERTIFICATE

Pakistan Railways Tender Enquiry No. Item No.

i. The manufacturer/seller warrants that material will be in accordance with the


particulars mentioned in this Tender Enquiry.

ii. The manufacturer/seller warrants that material will be free from defects in
material and workmanship.

iii. The manufacturer/seller’s obligation under the warranties expressed, in


subparagraphs (i) & (ii) above shall be limited to replacement F.O.R. Karachi Cantt.
Free of costs, stores which at the time of receipt by the consignee or under normal
use and at the time of maintenance prove defective in material or fail to comply
with the required performance in the normal course of service. The warranty shall
be valid, for a period of 15 months from the date of receipt/shipment or 12
months from the date of placement in service, whichever comes earlier.

iv. The Purchaser would be entitled to retain 5% security deposit of the Purchase
Order value out of supplier’s standing security until expiry of the warranty period.

v. This warranty shall be in addition to the normal inspection.

Name of Signatory----------------------------
Stamp & Date ----------------------------------

Page 29 of 55
Annexure-X
SPECIMEN FORM OF GUARANTEE BOND FOR BID SECURITY

The Chief Controller of Purchase,


Pakistan Railways, Headquarters Office,
Lahore.

In consideration of your having waived the deposit by M/s _________________of Rs.


as Bid Security (earnest money) which they are required to make with their tender against your
tender enquiry No. due on for the supply of ______________. We hereby
undertake on behalf of the said firm to pay on demand the sum of Rs. in case they
subsequently withdraw or modify their offer after the tender is opened and before expiry of the
validity period. In case their tender is accepted by you and they failed to make the security
deposit as mentioned in clause 3 of the Pakistan Railways, Standard Conditions of the Contract
(No. A-3-90) within fourteen days after written acceptance of tender has been communicated to
them or fail to accept the order containing terms and conditions of the contract within seven
days after being called upon to do so, such a failure shall constitute a breach of the contract and
you shall be entitled to purchase the stores elsewhere at their risk and expenses, which we
hereby undertake to indemnify on behalf of the said firm up to the extent of the aforesaid
amount in part payment of the total additional expenditure incurred by the Railway
administration on account of repurchase without any question or objection. We further agree
to pay the aforesaid amount on demand at any stage the currency of this guarantee for
adjustment against payment due to you from the said firm.

This guarantee is valid up to (Here fill in the date, which should


not be less than 24 months from the issue of this Guarantee Bond)

Signature_ ___________
Name_ ___________
Full Address ___________
Telephone/ Fax No. _____
G. S. T No. ___________

NOTE: THE GUARANTEE MUST BE FROM A SCHEDULE BANK ON NON-JUDICIAL STAMP PAPER
OF REQUISITE VALUE

Page 30 of 55
Annexure – XI
Tender opening schedule of Special Diesel Bulletin No.22 (Revised)

ENQUIRY NO. OPENING DATE


SPL-22-01-R TO SPL-22-10-R 28-04-2018 (Sat)

SPL-22-11-R TO SPL-22-20-R 30-04-2018 (Mon)

SPL-22-21-R TO SPL-22-30-R 02-05-2018 (Wed)

SPL-22-31-R TO SPL-22-40-R 03-05-2018 (Thu)

SPL-22-41-R TO SPL-22-50-R 05-05-2018 (Sat)

SPL-22-51-R TO SPL-22-60-R 07-05-2018 (Mon)

SPL-22-61-R TO SPL-22-70-R 08-05-2018 (Tue)

SPL-22-71-R TO SPL-22-80-R 09-05-2018 (Wed)

SPL-22-81-R TO SPL-22-90-R 10-05-2018 (Thu)

SPL-22-91-R TO SPL-22-100-R 12-05-2018 (Sat)

SPL-22-101-R TO SPL-22-110-R 14-05-2018 (Mon)

SPL-22-111-R TO SPL-22-115-R 15-05-2018 (Tue)

Note:- The opening schedule of Financial Bids will be announced


on case to case basis after the financial evaluation.
NOTE:
1. Bidders can also download tender bulletin from PR website www.pakrail.gov.com subject to
depositing cost of tender Rs. 5000/- with CCP office, PR Headquarters office, Lahore by
obtaining cash receipt, attach photocopy of the same along with their offer(s) & to be
dropped in tender box of CCP office, PR Headquarters office, Lahore.

2. Bidders are advised to submit the bids complete in all respect to avoid any kind of back
references.

Page 31 of 55
Enquiry Item Stock Full Description of the Cat Qty.
DRP No Unit
No. No. Code No. Material No. Req.

Spl-22-01-R 1 179-Spl Cable 22 Cound AWG 20 40028096 E-150 400 ft Ft


2 179-Spl Cable 325/24 9094888 E-150 3000 ft Ft
3 179-Spl cale 37/24 9094884 E-150 1000 ft Ft
4 179-Spl Cable 4 Conductor Shield 40023377 E-150 400 ft Ft
5 179-Spl Cable 550/24 9094889 E-150 2000 ft Ft
Cable No. 7 AWG 22
Spl-22-02-R 1 179-Spl 40049878 E-150 50 ft Ft
Conductor
Cable 5 conducter No. 16
2 179-Spl 9513207 E-150 600 ft Ft
shield
3 179-Spl Lug terminal No. 11/0 Cable 8408418 E-150 1000 .do.
Lug temrinal 775/24 Cable
4 179-Spl 8301523 E-150 1000 .do.
13/32 Hole
Lug Terminal 225/24 Cable
5 179-Spl 8228544 E-150 1000 .do.
1/2 hole
Spl-22-03-R 1 179-Spl Screw HWtt 10-24 9419645 E-150 500 .do.
2 179-Spl Screw HWtt 10-24 9424783 E-150 500 .do.
3 179-Spl Seal O Ring 8082586 F-134 50 .do.
4 179-Spl Seal O Ring 8082587 F-134 50 .do.
5 179-Spl Connector Clasp 1325/24 9583736 E-150 1000 .do.
Spl-22-04-R 1 179-Spl Air Compressor Assembly 9523465 2 .do.
Seal Water Manifold Insert
2 179-Spl 8433272 F-144 48 .do.
Applied to 3.370
3 179-Spl Gasket Chamber to Adopter 8358834 F-172 54 .do.
4 179-Spl hex HD Bolt M-12 x 45 518314 72 .do.

5 179-Spl Fuel Pump Motor 40122943 10 .do.


(Lube Oil Motor) Sock Back
Spl-22-05-R 1 179-Spl 4082032 10 .do.
Pump Motor
2 179-Spl Reverser Motor 8453176 10 .do.

3 179-Spl Pulse Generator 5-8600-014/B-1 10 .do.

4 179-Spl Compressor Wires 2804049 DPG 2806700 5 .do.

5 179-Spl Blower Housing 2804212 DPG 2806700 8 .do.

Spl-22-06-R 1 179-Spl Condenser Fan 2804215 DPG 2806700 8 .do.

2 179-Spl Switch, Low Pressure 2804843 DPG 2806700 15 .do.

3 179-Spl Blower Housing Ring 2805509 DPG 2806700 16 .do.

4 179-Spl Blower Wheel, Right 2805502 DPG 2806700 15 .do.

5 179-Spl Blower Wheel, Left 2805503 DPG 2806700 15 .do.

Spl-22-07-R 1 179-Spl Cup Washer 2805514 DPG 2806700 1728 .do.


Condensor Board Assembly
2 179-Spl 2805575 DPG 2806700 15 .do.
& Heat Plate
Evaporator Board Assembly
3 179-Spl 2805576 DPG 2806700 15 .do.
& Heat Plate

Page 32 of 55
Selector Switch & Harness
4 179-Spl 2805582 DPG 2806700 3 .do.
Assembly
5 179-Spl Cover, Conduit 2806624 DPG 2806700 2 .do.

Spl-22-08-R 1 179-Spl Solenoid Coil Assembly 2806652 DPG 2806700 27 .do.

2 179-Spl OAT Switch Wire Assembly 2806763 DPG 2806700 15 .do.


Handle Assy, Selector
3 179-Spl 2808376 DPG 2806700 27 .do.
Switch
4 179-Spl CRAT Senor Wire Assembly 2810884 DPG 2806700 27 .do.
Wire Assembly High
5 179-Spl 2811471 DPG 2806700 8 .do.
Pressure Switch
Spl-22-09-R 1 179-Spl Compressor 2811472 DPG 2806700 8 .do.

2 179-Spl Diode 2812256 DPG 2806700 27 .do.


Motor / Blower Assembly
3 179-Spl 2814357 DPG 2806700 3 .do.
(Includes 2814865)
4 179-Spl Condenser Coil Assembly 2814542 DPG 2806700 6 .do.

5 179-Spl Evaporator Coil 2814543 DPG 2806700 10 .do.

Spl-22-10-R 1 179-Spl Refrigerant Expansion Valve 2814666 DPG 2806700 27 .do.


Compressor Service Valve,
2 179-Spl 2814667 DPG 2806700 27 .do.
Discharge
3 179-Spl Motor, Evaporator 2814865 DPG 2806700 5 .do.

4 179-Spl Motor, Condenser 2814866 DPG 2806700 5 .do.

5 179-Spl Condenser Filter 2814899 DPG 2806700 108 .do.

Spl-22-11-R 1 179-Spl Choke 22108350 DPG 2806700 5 .do.

2 179-Spl Capacitor 22108429 DPG 2806700 30 .do.

3 179-Spl Black, Terminal Block 22109620 DPG 2806700 30 .do.

4 179-Spl Red, Terminal Block 22109621 DPG 2806700 15 .do.

5 179-Spl Interface board Assembly 22109767 DPG 2806700 5 .do.

Spl-22-12-R 1 179-Spl Crankcase Heater 22109831 DPG 2806700 5 .do.


Compressor Service Valve,
2 179-Spl P21876 DPG 2806700 15 .do.
Suction
3 179-Spl Filter Drier P33147 DPG 2806700 27 .do.
Service Valve Gasket,
4 179-Spl S2808116 DPG 2806700 27 .do.
Discharge
Service Valve Gasket,
5 179-Spl S2808117 DPG 2806700 27 .do.
Suction
Spl-22-13-R 1 179-Spl Drain Pan Assembly Kit S2815005 DPG 2806700 2 .do.
Neoprene Rubber Edge
2 179-Spl S98098062 DPG 2806700 140 ft Ft
Trim
3 179-Spl Switch Knife 8429192 3244E/67/P2 10 Each

4 179-Spl FCT 8365307 3244E 10 .do.


Spl-22-14-R 1 179-Spl Speed Indicator 40071195 N/A 4 .do.
2 179-Spl Weather Strip U008-205-356 335-424-01-00 2000 ft Ft
3 179-Spl Weather Strip U008-205-665 335-424-01-00 2000 ft .do.
4 179-Spl Weather Strip U008-205-357 335-424-01-00 2000 ft .do.

Page 33 of 55
Spl-22-15-R 1 181-15420 Hub Cover NBR3376003 AA371203 6 Each

2 181-19600 V-Belt T794-342-A C21 80 .do.

3 181-27500 Housing 3B101629-1 AA1201 4 .do.

4 181-27530 Housing 3B101630-1 AA1201 1 .do.

5 181-28630 V-Belt 3C200638M A4800L/19 90 .do.

Spl-22-16-R 1 181-31890 Relay 12 Volt 3D402092D BE07BA2 6 .do.

Printed circuit board


2 181-33130 3D437254A BB07C10 6 .do.
(BVC-2)
Printed circuit board (PSC-
3 181-33360 3D437649A BB07C11 6 .do.
3)

4 181-37620 Stop valve 3/4" 3C203072D/6165660A A771007 15 .do.

5 181-Spl E.F Contactor 3D439279E BC19 4 .do.

Hex Head Screw M14x65


Spl-22-17-R 1 183-13740 515276 335-140-01-00 432 .do.
(Shock Absorber Vertical)

Hex Head Bolt M16 x 50


2 183-13750 515427 335-140-01-00 432 .do.
(Shock Absorber Horizontal)

3 183-13790 hex HD Bolt M-16 x 50 0515-427 335-140-01-00 72 .do.

Hex Head Bolt M12x28


4 183-14340 518315 335-140-01-00 432 .do.
(Shock Absorber Vertical)

Hex Head Bolt M16 x 40


5 183-14350 518319 335-116-01-00 480 .do.
(Axle Box Cover)

Spl-22-18-R 1 183-14600 Hex Nut M-16 531017 335-140-01-00 1296 .do.

(Shock Absorber Vertical)


2 183-14950 557116 335-130-01-00 240 .do.
Washer 25

Spring Washer 14 (Shock


3 183-15070 557371 335-140-01-00 432 .do.
Absorber Vertical)

Spring Washer 16 (Lock


4 183-15170 557446 335-116-01-00 480 .do.
Plate of Axle Box)

Hex Head Bolt M24x305


5 183-15610 697224 335-140-01-00 96 .do.
(Axle Guide)

Page 34 of 55
Spl-22-19-R 1 183-15840 Cotter Pin (Brake Pull Rod) 598628 335-130-01-00 240 .do.

Straight Roller Bearing (SKF


2 183-16100 641153 335-116-01-00 120 .do.
Germany)

Straight Roller Bearing(SKF


3 183-16110 641154 335-116-01-00 120 .do.
Germany)

4 183-16390 Castle Nut M-24 647185 335-130-01-00 900 .do.

Hex Head Bolt M16 x80


5 183-17820 683650 335-140-01-00 864 .do.
(Shock Absorber Vertical)

Hex Head Bolt M16x90


Spl-22-20-R 1 183-18210 690622 335-140-01-00 432 .do.
(Shock Absorber Vertical)

2 183-18240 Hex Head Bolt M8x90 693489 335-130-01-00 96 .do.

3 183-18320 Hex Nut M24 (Axle Guide) 694028 335-140-01-00 192 .do.

hex Head Bolt M12 x 40


4 183-18720 699181 335-116-01-00 360 .do.
(Lock Plate of Axle Box)

5 183-19160 Brake Cylinder Fastening 335-131-01-00 335-130-01-00 24 .do.

(O Type Ring R-265-3 (Axle


Spl-22-21-R 1 183-19680 910052 335-116-01-00 288 .do.
Box Cover)

Spherical Block M110x80


2 183-20530 960991 335-119-01-00 1296 .do.
Axle Guide

2B-68463
3 183-20690 Magnet Valve Complete 963722 6 .do.
I/82555/072

4 183-21180 Shock Absorber Vertical 964124 335-140-01-00 40 .do.

Shock Absorber
5 183-21260 964150 335-140-01-00 32 .do.
Horizontal

Spl-22-22-R 1 183-21270 Shokc Absorber 964151 335-140-01-00 48 .do.

2 183-23680 Axle Shaft 335-111-01-01 335-116-01-00 36 .do.

3 183-24780 Pin (Track Rod) 335-130-01-25 335-130-01-00 120 .do.

4 183-24790 Pin (Hanger) 335-130-01-26 335-130-01-00 120 .do.

Page 35 of 55
Spl-22-23-R 1 183-24820 Pin (Fish Plate to Hanger) 335-130-01-30 335-130-01-00 480 .do.

2 183-24830 Pin (Brake pull rod front) 335-130-01-31 335-130-01-00 120 .do.

Pin (Brake pull rod back


3 183-24840 335-130-01-32 335-130-01-00 120 .do.
Side)

4 183-24870 Truck Rod Suspension 335-130-03-00 335-130-01-00 12 .do.

5 183-24880 Hanger Complete 335-130-04-00 335-130-01-00 48 .do.


Spl-22-24-R 1 183-25220 Turn Bukle (left) 335-137-01-00 335-130-01-00 30 .do.

2 183-25260 Turn Bukle (Right) 335-137-02-00 335-130-01-00 30 .do.

3 183-25300 Brake Pull Rod 335-137-03-00 335-130-01-00 120 .do.

4 183-27110 Rubber Type Spring 639-140-51-51 335-140-01-00 40 .do.

5 183-28840 Window Pan (Door) 335-423-01-04 335-423-01-00 60 .do.

Spl-22-25-R 1 183-28950 Window Pane ESG 8-11 335-426-01-01 335-426-01-00 60 .do.

2 183-28960 Window Pane ESGS-11 335-426-01-02 335-426-01-00 60 .do.

3 183-36630 Spacer (Axle Bearing) 637-116-01-04 335-116-01-00 96 .do.

4 183-36640 Axle Guide 333-119-01-00 335-140-01-00 24 .do.

Labyrinth Ring (Axle


5 183-36900 639-116-11-06 335-116-01-00 96 .do.
Bearing)

Spl-22-26-R 1 183-36960 Sliding Plate 635-121-52-10 639-155-53-00 32 .do.

Hex Head Bolt M8x-100 with


2 183-37040 639-130-04-50 335-130-01-00 96 .do.
Pin Hole

3 183-37090 Pin (Axle Suspension) 639-140-01-18 335-140-01-00 216 .do.

Necked Down Bolt M24


4 183-37100 639-140-12-00 335-140-01-00 48 .do.
x105 (Axle Guide)

5 183-37110 Stop (Cussin) 645-169-02-10 335-140-01-00 20 .do.

Spl-22-27-R 1 183-37160 Ring 639-155-01-02 639-155-53-00 20 .do.

2 183-37180 Bush 639-155-11-01 639-155-53-00 20 .do.

Page 36 of 55
3 183-37190 Locking Plate 639-155-11-05 639-155-53-00 20 .do.

4 183-37200 Disc 639-155-13-03 639-155-53-00 20 .do.

5 183-37210 Pivot Bush 639-155-14-06 639-155-53-00 20 .do.

Spl-22-28-R 1 183-38640 O Ring 4A47412 W501 913813 50 .do.

2 183-38670 O Ring Auto Drain Valve 4B38885 W501 917 391 50 .do.

3 183-38680 K.K Ring 454944 0917393/1 120 .do.

4 183-39280 O Ring B76835 W502 963 719 50 .do.

O Ring isolating Cock Relay


5 183-39310 4A53363 W502 993 256 50 .do.
Valve

Sealing Ring (Distributer


Spl-22-29-R 1 183-39320 4A27763/9 W502 963 724 30 .do.
Valve)

Grooved Ring (Press


2 183-39380 4A18294/37 W502 963 830 30 .do.
Transmeter)

3 183-39390 Sealing Ring 4B-47381 0963837/2 20 .do.

4 183-39470 O Ring Piston Valve 4A91150 W502 964 078 50 .do.

5 183-39540 Piston Packing Cup 3A63087/503.905.029 --- 400 .do.

Spl-22-30-R 1 183-39550 Diaphragm (Single Horn) S.I 1725/5 W503 907 739 50 .do.

O Ring Check Valve RV-


2 183-39590 4A40125/11 W503 912 750 50 .do.
19-T

3 183-39610 O Ring 4A40125/1 W503 913003 50 .do.

4 183-39700 K.K Ring 460899 0963721/3 60 .do.

5 183-39960 K.K Ring 454948 W503 964078 50 .do.

Spl-22-31-R 1 183-40050 Sealing Ring 1/76581 0909831/4 20 .do.

2 183-40550 O Ring Auto Drain Valve 4A78503 W505 909 831 50 .do.

3 183-40600 Sealing Ring 1/76748 0913003/5 20 .do.

Page 37 of 55
4 183-40730 Cup Diaphragm 4A30487 0963724/41 35 .do.

5 183-40760 O Ring (Piston Valve) B76923 W505 963 719 50 .do.

Spl-22-32-R 1 183-40780 O Ring Magnet Valve 4A70316 W505 963 722 80 .do.

O Ring Intermeddiate
2 183-41050 4B25322 W506 909 814 50 .do.
Flange

3 183-41060 O Ring Isolating Cock 4B48657 W506 909 831 50 .do.

4B-51562
4 183-41100 K.K Ring 0912754/6 60 .do.
New B51562C

5 183-41230 O Ring (Air Flow Indicator) 463074 W506 963 713 30 .do.

Spl-22-33-R 1 183-41280 O Ring Piston Valve B76832 W506 963 719 50 .do.

2 183-41550 O Ring 4B43723/3 W507 909 815 80 .do.

3 183-41560 K.K Ring 455030 0909831/7 100 .do.

4 183-41640 O Ring A469700 W507 960612 50 .do.

5 183-41750 O Ring Oil Bath Air Filter 4B67066 W507 963 717 50 .do.

Valve Seal Pressure


Spl-22-34-R 1 183-41860 3B58852/12 W507 963 830 50 .do.
Tranmitter

2 183-41910 O Ring (Piston Valve) 4B21616 W507 964 078 50 .do.

O Ring Isolating Cock


3 183-42020 4-462631 W508 912 754 50 .do.
Double Check Valve

4 183-42120 K.K Ring 461627 0917393/8 100 .do.

5 183-42230 O Ring (Piston Valve) B76922 W508 963 719 50 .do.

Spl-22-35-R 1 183-42250 K.K Ring 458611 W508 963 722 100 .do.

O Ring Relay Valve


2 183-42490 462631/B73372 W509 909 815 30 .do.
Intermediate

3 183-42530 K.K Ring 460501 W509 913003 100 .do.

4 183-42590 O Ring Differential Valve 4A38577 W509 917 393 50 .do.

Page 38 of 55
5 183-42640 O Ring (Vacuum Governor) 4A43411 W509 963 712 30 .do.

Spl-22-36-R 1 183-42960 O Ring 4B43723/4 W510 912 754 80 .do.

2 183-43000 O Ring Air Filter 4A40125/10 W510 915 923 50 .do.

Flat Sealing Ring


3 183-43240 4A31340/15 W510 963 830 30 .do.
(Distributer)

4 183-43460 K.K Ring 462402 --- 10 .do.

5 183-43530 Sealing Ring 4A-95031 0963717/11 50 .do.

Spl-22-37-R 1 183-43830 “O” Ring 4A-40125/13/12 917391 70 .do.

2 183-43940 Diaphragm B-76919 0963719/12 40 .do.

3 183-44250 Diaphragm 4B-55072/1 0963713/13 40 .do.

4 183-44280 Sealing Ring 4A-95030 0963717/13 20 .do.

5 183-44380 O Ring (Press Tranmeter 4A27763/23 W513 963 830 50 .do.

Spl-22-38-R 1 183-44870 O Ring B76917 W515 963 719 50 .do.

Valve Seal Pressure


2 183-45200 3B58852/7 W516 963 830 50 .do.
Tranmitter

O Ring Air flow indicator


3 183-45320 462677 W517 963 713 30 .do.
Switch

4 183-45560 Gasket B-76914 0963719/18 20 .do.

5 183-45590 O Ring plimintrry Valve 5A33349 W523 963 829 50 .do.

Spl-22-39-R 1 183-45700 O Ring Auto Drain Valve 4A64261 W519 917 391 50 .do.

2 183-45830 Cup Diaphragm 4A-38266 0963830/19 15 .do.

3 183-45870 Sealing Ring 4B-49360 0913003/15 20 .do.

Rolling Diaphragm (Vacuum


4 183-46110 4A36269 W521 963 712 30 .do.
Grooved Relay Valve)

5 183-46120 O Ring Air Flow Indicator 4A56283/ B48655 W521 963 713 50 .do.

Page 39 of 55
Spl-22-40-R 1 183-46280 K.K Ring 461629 913003 10 .do.

O Ring Air Conductor


2 183-46360 4A53497 W522 963 720 50 .do.
Vacuum

3 183-46550 K.K Ring 461488 0963720/23 10 .do.

4 183-46710 Cup Diaphragm 5A-35755 0963829/3 40 .do.

5 183-46720 K.K Ring 455003 0963720/24 50 .do.

Spl-22-41-R 1 183-46770 Grooved Ring 4A18294/3 W524 963 830 30 .do.

O Ring Air Cont Valve relay


2 183-47040 4A47996/ A83371 W526 963 720 50 .do.
Valve

3 183-47120 O Ring Auto Drain Valve 5A28511 W527 917 391 50 .do.

4 183-47260 O Ring Auto Drain Valve 4B24036 W528 917 395 50 .do.

5 183-47270 Packing Seal 5A38704 W528 917 395 50 .do.

Spl-22-42-R 1 183-47400 Diaphragm 4B-67380 963713/29 50 .do.

2 183-47420 K.K Ring 4B58531/1 0963720/29 50 .do.

3 183-47500 O Ring Air Flow Switch 4B30654 W530 963 713 50 .do.

Sealing Ring (Deadman


4 183-48100 4A18294/5 W535 912 732 30 .do.
Valve)

5 183-48110 Sealing Ring 4B-51447 0917391/435 20 .do.

Spl-22-43-R 1 183-48290 Sealing Ring (Air Floating) 453808 W537 963 713 30 .do.

2 183-48380 O Ring (Auto Drain Valve) 4A27763/34 W539 917 391 50 .do.

3 183-48500 K.K Ring 454936 W541 963797 100 .do.

5A36692
4 183-48890 O Ring 0963797/45 10 .do.
New B44174

5 183-48940 O Ring (Cont Valve) 4A43321 W546 963 715 50 .do.

Spl-22-44-R 1 183-48950 K.K Ring 461482 0963797/46 10 .do.

Page 40 of 55
2 183-49070 K.K Ring 454923 W548 912732 80 .do.

Sealing Ring (Distributer


3 183-49190 4A27763/7 W552 963 724 50 .do.
Valve)

Grooved Ring Distributer


4 183-49410 4A18294/8 W557 917 395 30 .do.
Valve

5 183-49690 Diaphragm 5A30179 0917395/67 100 .do.

Spl-22-45-R 1 183-49710 Gasket 5A30225 W568 917395 10 .do.

Double Valve Cone


2 183-49750 4A45699 W571 917 395 30 .do.
Automatic Brake Valve

3 183-49760 Cup Diaphragm 3A-30507 0963724/71 10 .do.

4 183-50060 O Ring (Distributer Valve) 4A27763/4 W586 963 724 50 .do.

5 183-50250 O Ring Auto Brake Valve 5A33356/ B21930 W597 917 395 50 .do.

Diaphragm Distribution
Spl-22-46-R 1 183-50280 4B67908 W598 963 724 30 .do.
Valve

2 183-50420 K.K Ring 459675 W605 963 724 50 .do.

3 183-50450 Cup Diaphragm 4A-26918 0963724/181 10 .do.

4 183-50620 K.K Ring 455019 W623 917395 100 .do.

Flat Sealing Ring


5 183-50630 4A31340/3 W623 963 724 30 .do.
(Distributer)

Spl-22-47-R 1 183-50640 O Ring Auto Brake Valve 4A97451 W624 917 395 50 .do.

2 183-50700 K.K Ring 454918 0963769/ W627 917395 80 .do.

O Ring Automatic Brake


3 183-50740 4A52865 W631 917 3953 50 .do.
Valve

Flat Sealing Ring


4 183-50870 4A31340/2 W637 963 724 30 .do.
(Distributer)

5 183-51000 Roller Diaphragm 4B35944/2 W647 917 395 50 .do.

Double Grooved Ring Auto


Spl-22-48-R 1 183-51060 4A41986 W652 917 395 50 .do.
Brake Valve

Page 41 of 55
2 183-51140 Grooved Ring 4A18294/26 0963797/50 10 .do.

Grooved Ring (Auto Brake


3 183-51160 4A18294/25 W657 917 395 30 .do.
Valve)

4 183-51170 O Ring Distributer Valve 4A49275 W657 963 724 50 .do.

5 183-51270 Diaphragm 4B35235 W663 963 724 30 .do.

Flat Sealing Ring


Spl-22-49-R 1 183-51510 4A31340/12 W689 963 724 30 .do.
(Distributer)

2 183-51540 Cup Diaphragm 4A-30711 0963724/192 10 .do.

3 183-51570 O Ring Distributer Valve 4A62851 W695 963 724 50 .do.

4 183-51600 K.K Ring 458416 W698 963724 50 .do.

5 183-51620 O Ring Distributer Valve 4B33742 W700 963 724 50 .do.

Grooved Ring Distributer


Spl-22-50-R 1 183-51890 4A18294/17 W745 963 724 30 .do.
Indicator Brake Valve

2 183-55590 O Ring Air Filter relay Valve 4A40125/8 W512 963 770 50 .do.

3 183-55850 O Ring (Relay Valve) 4A42805 W652 917 395 50 .do.

4 183-57270 O Ring Relay Valve RH-4 4B48048 W501 917 391 50 .do.

5 183-57530 Cup Diaphragm 4B57571 W573 963 713 30 .do.

Spl-22-51-R 1 183-58680 K.K Ring 454931 W548 912732 100 .do.

2 183-58690 K.K Ring 454935 W548 912732 100 .do.

3 183-58710 K.K Ring 454957 W503 964078 100 .do.

4 183-58890 K.K Ring 457353 W507 909831 100 .do.

5 183-60100 Ring 4B64802 0963797/51 10 .do.

Spl-22-52-R 1 183-Spl “O” Ring 4B-48656 0913003/13 20 .do.

2 183-Spl Compression Spring 455434/4 0963797/43 10 .do.

3 183-Spl Compression Spring 4A-45118 0963797/75 10 .do.

Page 42 of 55
4 183-Spl Washer 4B-64801 0963797/44 10 .do.

5 183-Spl Valve Head 4B-20452 0963797/52 10 .do.

Spl-22-53-R 1 183-Spl Compression Spring 455482 0963797/42 10 .do.


1/25025
2 183-Spl Valve Head 0963721/42 10 .do.
New C62817
3 183-Spl Valve Head 4A70211 0963828/44 20 .do.

4 183-Spl Sealing Ring I/86353 0963711/13 20 .do.

5 183-spl Valve Head 4B-53866 0912754/9 10 .do.

6 183-Spl Valve Cone 8.000.0.461.001.4 8.000.0.769.002.7 10 .do.

7 183-Spl Pantograph Arm 10667424 - 20 .do.

Spl-22-54-R 1 184-10300 Rewinding Kit R815-750 - 60 .do.

2 184-18870 Rubber Bushing T703-783-B ZC121 8 .do.

3 184-21170 Radiator Core Assy 1017-015-106 AA3711 10 .do.

4 184-21980 Relay Panel Assembly 3B411806A BF11 1 .do.

5 184-22130 Rubber cushion 3C104581A AA344007 20 .do.

Spl-22-55-R 1 184-22210 V-Belt 3C200638Z AA480030 150 .do.

2 184-22820 V-Belt C82 3C202319B AA480128 200 .do.

3 184-22830 V-Belt B81 3C202319C AA480031 50 .do.

4 184-23620 Air Pressure Switch 3C439770E AA8261 4 .do.

AX1135
5 185-20560 Fuel Oil Pressure Sensor 131D250000 1 .do.
7131825000065

Spl-22-56-R 1 185-21740 Part of Contacts 22050030 131D070000 6 .do.

Contact Spring (Power


2 185-22180 20060043 131D070000 5 .do.
Contactor)

3 185-22310 Hook 9112302000034 131Z000000 6 .do.

8-273-2-421-700-9/09- EN (rev-
4 185-23120 O Ring Cylinder 8.273.0.855.705.4 25 .do.
01)

Spl-22-57-R 1 N.S Kit Con Rod Bearing

B-107
i. Bearing (Upper Con Rod) 8354118
E-150
120 Set
Page 43 of 55
B-107
ii. Bearing (Lower Con Rod) 8136114
E-150
120 .do.

2 N.S Power Pack set for 645 E3C

Power Pack (Fortk)


i. 9551207 A-109 40 Set
(Chrome Plated Liner bore)
Power Pack (Blade) 9551208/
ii. A-109 40 .do.
(Chrome Plated Liner 9578785
Spl-22-58-R 1 N.S Side Cover Plan 552657 - 24 .do.
2 N.S Kit Bolt (for Basket & Rod) 8409745 A109 240 .do.
3 N.S Retaining (Bearing Insert) 40039257 - 480 .do.
4 N.S Bolt (Spcial) 40039256 - 480 .do.
5 N.S Adjuster Asembly (Lash) 40145726 - 960 .do.
Spl-22-59-R 1 N.S Valve Bridge 40145929 - 480 .do.
40140140/
2 N.S Spring Seat (Valve Brige) 480
40165280
Bolt Buffer Assembly with
3 N.S 70312120 - 500 .do.
Nut
4 N.S PCB Board (FCFP) 41A25355G5 PB-11908-003 4 .do.

5 N.S Filler Profile 4X1536 PB11637-042 250 Ft Ft


Clamping Profile Rubber
Spl-22-60-R 1 N.S 4X1539 PB11637-042 250 Ft .do.
MU-Schwarz
2 N.S Seal Round 4X0678 PB17867-002 500 Ft .do.

3 N.S Grommet T/Motor lead 8241557 D3904-E 200 Each

4 N.S Ammeter 84A213405P1 PB-12421-174 10 .do.


5 N.S Axle Suspension 333-140-01.10 335-140-01-00 108 .do.
133-
Spl-22-61-R 1 Fixing Cable 4x0148 PB30020-006 8 Each
12290
133-
2 Chain 4x0150 PB30020-006 18 .do.
12310
133-
3 Lock Pin 4x0151 PB30020-006 30 .do.
12320
133-
4 Brake Shoe 4x0198 PB30020-004 24 .do.
12510
133-
5 Thread Pin M24x312 4x0200 30020/005 450 .do.
12540
133-
Spl-22-62-R 1 Thread Pin M36x342 4x0201 30020/004 180 .do.
12560
133-
2 Thread Pin M24X122 4X0202 PB30020-004 120 .do.
12590
133-
3 Pin M-30 X 257 4x0203 PB-30020-004-19 180 .do.
12600
133-
4 Hex Screw 4x0204 30020/004 144 .do.
12610
133-
5 Locking Nut M-24 4x0209 540 .do.
12660
133-
Spl-22-63-R 1 Self Locking Nut M36 4x0210 30020/004 96 .do.
12670

Page 44 of 55
133-
2 Locking Nut 4x0211 30020/004 48 .do.
12680
133-
3 Bolt 4X0214 PB30020-004 100 .do.
12710
133-
4 Hex Head Screw 4X0239 PB30020-005 36 .do.
12980
133-
5 Detent Edget Ring 4x0241 PB30020-005 56 .do.
13000
133-
Spl-22-64-R 1 Hex head screw 4x0308 PB17352-001 60 .do.
13740
133-
2 Bearing Hand Wheel 4X0313 PB11469-009/3 1 .do.
13790
133-
3 Castle Nut 4X0320 PB11469-009/10 3 .do.
13880
133-
4 Bushing 4X0329 PB11469-009/23 2 .do.
13980
133-
5 Chain Roller 4X0330 PB11469-009/24 4 .do.
13990
133-
Spl-22-65-R 1 Buffer Assy 4x0349 PB17352-001 6 .do.
14170
133-
2 Draw Bar Hook 4X0350 PB17352-001/3 6 .do.
14180
133-
3 Screw coupling 4x0352 PB17352-001 10 .do.
14210
133-
4 Hex head screw 4x0354 PB17352-001 36 .do.
14240
133-
5 Hex head screw 4x0355 PB17352-001 24 .do.
14250
133-
Spl-22-66-R 1 Hex nut 4x0356 PB17352-001 48 .do.
14270
133-
2 Elbow Connection 4x0405 PB30020-003 60 .do.
14850
133-
3 Speed indicator 4X0425 PB11009-003 16 .do.
15090
133-
4 Bulb 80V 40W E27 4x0431 PB11009-003 400 .do.
15150
133- Guage lamp E27
5 4x0433 PB11009-003 84 .do.
15180 (Holder)
133-
Spl-22-67-R 1 Indication Light 4X0463 PB12416-010 9 .do.
15520
133-
2 Brake Cyl: Gauge 4x0471 PB12416-010 5 .do.
15600
133-
3 Pressure Gauge- MAR 4x0472 PB12416-010 10 .do.
15610
4 132-Spl Battery volt meter A701-AW PB10395 20 .do.
5 133-Spl Bolt 4x0687 PB-17867-002 1000 .do.
Spl-22-68-R 1 133-Spl Hose flexanorm 4x0680 PB-17867-001A 15 .do.
2 133-Spl Rapid lock clip 4x0681 PB-17867-001A 30 .do.
3 133-Spl Foot Switch 4x0476 PB12416-010 10 .do.
Page 45 of 55
Piston Large Dia
4 134-Spl 528211 PB-25405-000A/13 100 .do.
Pharam
134- Side Cover (Gauge
Spl-22-69-R 1 572862 - 24 .do.
4500 side)
135-
2 Card 1347 (FV) 17FD1347A1 PB-73284-013 2 .do.
13260
135-
3 Card 1429(MP) 17FD1429A1 PB-73286-026 4 .do.
13310
135-
4 Card 1547 (PR) 17FD1547A1 PB-73286-026 2 .do.
13370
Control Power Filter
Spl-22-70-R 1 135- Spl 4X1487 PB-11800-093 3 .do.
(CPF)
2 135-Spl Sliding Window (Sash) 84D204567P110 PB11637-026A 24 .do.
PCB Card No.19
3 135-Spl (EXC- AUX-CAB 17FE171 PB11801-003 12 .do.
Controller)
PCB Card # 20 (EXC-
4 135-Spl 17FE138 PB11801-003 10 .do.
AUX Controller)
PCB Card # 20 (Cab
5 135-Spl 17FE133 PB11801-003 6 .do.
Controller)
Grid Protection Panel
Spl-22-71-R 1 135-Spl 17FM519D1 PB11802-009 3 .do.
(GPP)
2 135-Spl Resistor Panel (R-75) 8867566G1 PB-11802-009 10 .do.
3 135-Spl Cable High Circuit H8491801 PB85000A 2700 .do.
136-
Spl-22-72-R 1 Pressure cap 41B517789P1 PB16531-008A 6 .do.
14550
136-
2 Gauge BC-BP 41D77390P7 PB20001-004/ 212 30 .do.
18840
136- Commutator- Crank
3 425B317AAP8 GEG30093 20 .do.
19440 Case Motor 1/3 HP
136-
4 Traction Blower Motor 5GDY76K1 PB16671-017 6 .do.
33350
136- Blower Motor SGY
5 5GY19T1 PB14425 3 .do.
33530 19T1
138-
6 Ball Bearing 8864950P135 PB41001-004 10 .do.
36290
141- Adjuster Sleve long
Spl-22-73-R 1 12011874 4287 12 .do.
11440 end
143- Con Rod Bearing Shell
2 21710226 16082 120 .do.
11980 Upper
149-
3 Oil Seal 182171 14899D 9 .do.
13060
149-
4 Diaphragm (big) 1390-153 14899D 12 .do.
14260
168- Ball Bearing Impeller 908168/
5 F146 60 .do.
16610 End 908415
168- Ball bearing 6312 for 908486
Spl-22-74-R 1 4123E 20 .do.
16660 Aux Gen 907786

Page 46 of 55
168- 908169/
2 Ball Bearing Gear End F146 60 .do.
16810 908410
169-
3 Bearing Assy 7450248 D3904E 100 .do.
12820
169- Body Assembly Pump
4 8029460 F-140 3 .do.
16250 Rear
169- Body Assembly Pump 8029512
5 F-140 3 .do.
16480 Front 9533173
169-
Spl-22-75-R 1 Gear Drive 8029529 F-140 20 .do.
16540
169-
2 Gear Drive Front 8029547 F-140 20 .do.
16600
169- Spring (Button A113
3 8031925 240 .do.
16780 Retaining) E-150
169-
4 Bushing Water Pump 8052224 F146 40 .do.
20230
169- Roots blower Assy 8369677/
5 F185 1 .do.
23750 Lt.side 8069433
169- 8069492
Spl-22-76-R 1 Roots Blower R/Side F185 5 .do.
23800 8369676
169-
2 Link Assy 8070027 A115 30 .do.
23980
169-
3 Valve Assy 8077201 F134 4 .do.
24760
169- Collar Thrust O/S
4 8081195 A118 4 .do.
25780 0.015
169-
5 Flange Coupling 8081367 F162 10 .do.
26000
169- 40004235/
Spl-22-77-R 1 Water Pump Right F-146 22 .do.
50570 9530406
2 169-Spl Lube Oil pump 8252844 F138/P1 10 .do.
174-
3 Governor drive 114x1237 PB96010-003 2 .do.
14640
174-
4 Breather Valve 104251 25110-021 5
14890
179- Ball Bearing Blower
5 903310 C1210E 10 .do.
12270 Shaft
179- Ball Bearing Flange
Spl-22-78-R 1 903313 C1210E 10 .do.
12300 Side
179- Ball Bearing Spiral
2 954540 C1210E 10 .do.
12630 G/End
179-
3 Bearing Ball 964666 C1210E 30 .do.
12660
179- Housing assembly
4 3176597 C4123 10 .do.
13350 stator
Absorber Assembly
179-
5 Shock, Right & Left 3188696 1505-E, 28 60 .do.
13670
Side

Page 47 of 55
179-
Spl-22-79-R 1 Barrel Plunger 5229011 A111 240 .do.
14550
179- 5229335/
2 Injector Assembly Fuel A111 144 .do.
14670 40084725
179-
3 Fuel Injector Assembly 5229250 A111 3 .do.
14690
179- 5229275/
4 Tip Assembly A111 240 .do.
14700 40084694
179- 5229945/
5 Kit Repair A111 240 .do.
14770 40084765
179-
Spl-22-80-R 1 Bushing lube oil pump 8039667 F138/P1 10 .do.
23510
179-
2 Bushing lever 8055322 A113 36 .do.
24800

179-
3 Body cock Lower 8118871 A 544E 27 .do.
31110

179-
4 Lube oil strainer 8156776 F136 1 .do.
36160
179-
5 Rotor seal 8190533 1210E 14 .do.
36390
179-
Spl-22-81-R 1 Coupling Assy 8195996 C 3650E 48 .do.
37190
179- Cover Cable 1-3/8
2 8195959 C3913-E 8 .do.
37250 I.Dx3in.long
179-
3 Gauge Vacuum 8231325 D1805/1/P3 20 .do.
39950
179-
4 Shaft Drive 9330010 F-138 10 .do.
41690
179-
5 Shaft Pump Drive 8251762 F-140 10 .do.
41720
179-
Spl-22-82-R 1 Gear Drive Front 8252364 F-138 20 .do.
41900
179-
2 Piston Cooling Pump 9330012 F-134 16 .do.
41990
179- Scanvanging Pump
3 8262903 F-140 14 .do.
43790 Assembly
179-
4 Clip spring 8270009 A4522E 20 .do.
44340
179-
5 RE 36 1500 ohm 8289930 C3243E 4 .do.
46260
179- Lube Oil Sytem Valve
Spl-22-83-R 1 8292205 F-134 12 .do.
47100 asembly

179- Interpol assy(includes


2 8308451 C3310E 4 .do.
48900 coil) for D-25 T/Gen
179- Carbon Burshes Load
3 8310884 A4522E1 120 .do.
49220 Regulator

Page 48 of 55
179- Module Assembly DIO
4 40133976 E-150 12 .do.
51110 300
179-
5 Spring 8337141 500 .do.
52820
179-
Spl-22-84-R 1 Coupling Assy 3" 8468179 C543E 27 .do.
53990
179- Element Filter (Paper
2 8340000 F-134-Ref15-P20 300
54050 Type Filter)
179-
3 Water Pump Left 8347607 F-144 22 .do.
55160
179-
4 Rheostate RH-27 8363473 3244E 6 .do.
57800
179-
5 Locking Plate 8372012 D1556E 18 .do.
58690
179-
Spl-22-85-R 1 Current Transformer 8374003 E-150 2 .do.
59370
179-
2 Cup 8315689 B-175-S-5 72 .do.
59650
179- Radiator Fan
3 8379212 4123- R-1- P1 3 .do.
59740 Assembly
179-
4 Resister 8380922 B3317E 200 .do.
60000
179-
5 Resistor BC 8382209 6914E 3 .do.
60140
179-
Spl-22-86-R 1 Trip Assy Over Speed 8383745 D-128/2/P4 1 .do.
60410
179-
2 Rectifier CRGR 8385325 C3244 4 .do.
60560
179-
3 Capacitor CA-20 8394395 3244E-45P38 2 .do.
61430
179- 8487963
4 Head cover top deck F154 4 .do.
61520 8395609
179-
5 IDAC Panel 8397747 C3244P61/Ref13 1 .do.
61790
179-
Spl-22-87-R 1 Gauge Water Temp. 8398927 C1805E 20 .do.
61830
179- Wheel assy Aux:-
2 8403147 C3610E 4 .do.
62060 blower
179- Housing bearing
3 8408477 C3913-E 2 .do.
62420 C/End
179-
4 Brush Assembly 8409388 5377 49P2 8 .do.
62550
179- Holder Assembly D-
5 8413188 B3317 4 .do.
62880 14/D18
179-
Spl-22-88-R 1 RE-18 8416763 3244 2 .do.
63390
179- 3 way Valve Brake
2 8423394 E-1850/66 12 .do.
64030 Cylinder

Page 49 of 55
179-
3 Hot Oil Detector 8427032 F159 54 .do.
64170
179- Supression Assembly
4 40145957 E-150 2 .do.
84240 171V
179-
5 Bus Bar 40010563 E-150 2 .do.
84250
179-
Spl-22-89-R 1 Fuse & Switch 40162826 E-150 10 .do.
84310
179- Resister 5.7ohm /
2 40058373 E-150 5 .do.
84320 750W
179-
3 Resister 200 K 1% 40050264 E-150 5 .do.
84340
179- Cabinet Equipped
4 40156645 E-150 2 .do.
84350 "AC"
179-
5 Transducer 40114085 E-150 4 .do.
84380
179-
Spl-22-90-R 1 Bushing Male 1/2" 8292681 E-150 4 .do.
84390
179-
2 Bushing Female 1/2" 8038594 E-150 4 .do.
84400
179- Blt Hex Head 1/4-20 x
3 180018 E-150 6 .do.
84410 5/8
179-
4 Washer Flat 1/4 120386 E-150 6 .do.
84420
179- Horn (Start Alarm 24
5 40118396 E-150 6 .do.
84430 Volts)
179- Terminal Board Cage
Spl-22-91-R 1 40142924 E-150 2 .do.
84450 Clamp 30
179- ICE Bar Filter (AC
2 40041374 E-150 324 .do.
84460 Cabinet)
179- Resister 50 Ohm 50
3 8408939 E-150 4 .do.
84570 Watts
179-
4 Capacitor Filter GR 40034364 E-150 4 .do.
84580
179- Micro Computer
5 40164633 E-150 3 .do.
84650 Equipped
179-
Spl-22-92-R 1 Chassis Assembly 40102107 E-150 2 .do.
84660
179-
2 Power Supply 24 V 40049243 E-150 6 .do.
84670
179-
3 Controller 40103406 E-150 3 .do.
84680
179- Module Assembly
4 40098049 E-150 3 .do.
84690 (Motor)
179-
5 Bus Bar 40160761 E-150 2 .do.
84710
179-
Spl-22-93-R 1 Interface board 40109526 E-150 3 .do.
84720
179- Display Distribution
2 40043448 E-150 2 .do.
84730 Box
179-
3 Chopper Assembly 40182776 E-150 10 .do.
84740
Page 50 of 55
179-
4 Switch Pressure 8466230 E-150 4 .do.
84750
179-
5 Switch Pressure 8465021 E-150 4 .do.
84760
179-
Spl-22-94-R 1 Contactor 1/8 pt-1/4 Tf 40143964 E-150 3 .do.
84770
179-
2 Power Cable EM-2000 40157895 E-150 4 .do.
84780
179-
3 Panel Assembly 40164589 E-150 2 .do.
84790
179- Module Time TDP,
4 40046898 E-150 5 .do.
84800 PDP Delay
Transducer Battery
179-
5 Voltage Sensor 100 40109142 E-150 3 .do.
84820
Volts
179- Sensor Assembly
Spl-22-95-R 1 12569240 E-150 3 .do.
84830 Module
179- Supression Assembly
2 9581379 E-150 2 .do.
84920 DRC
179- Circuit Breaker-1
3 40156827 E-150 4 .do.
84940 Panel Assembly
Screw Circuit Breaker
179-
4 Mounting Pan Head 159240 E-150 200 .do.
85100
6.32x5/16
179- Module Assembly 69-6
5 40102141 E-150 .do.
85130 CPM 500 4
179- Module Assembly
Spl-22-96-R 1 40102146 E-150 6 .do.
85130 ADA307 Circuit
179- Module Assembly
2 40144995 E-150 6 .do.
85140 SCM300 Circuit
179- Module Assembly
3 40220539 E-150 6 .do.
85150 PSM305
179- Module Assembly
4 40220540 E-150 6 .do.
85160 PSM312
179- Module Assembly
5 40220541 E-150 6 .do.
85170 PSM315/320
179- Module Assembly
Spl-22-97-R 1 40081644 E-150 6 .do.
85180 PRG301
179- Plug & Cable
2 40149885 M-150 3 .do.
85190 Assembly
179-
3 Cable 20-2 40019324 M-150 800 .do.
85200
179-
4 Diode (-ve) 40029131 E-150 30 .do.
85230
179-
5 Indicator Diode Fuse 8386467 E-150/7-37/65-7 30 .do.
85240
179- Module Assembly
Spl-22-98-R 1 40042056 E-150 6 .do.
85250 (ASC300)
Battery Charging
179-
2 Ampare Sensor 40026391 E-150 10 .do.
85310
250Amp

Page 51 of 55
179- Pickup Power
3 8270383 E-150 6 .do.
85340 Magnatic
179-
4 RADAR Assembly 40081692 E-150 6 .do.
85350
179-
5 CAP (Radar Lense) 40048758 E-150 6 .do.
85360
179- Bracket Assembly
Spl-22-99-R 1 40112647 E-150 6 .do.
85370 (Radar Mounting)
179- Bracket Assembly
2 40185910 E-150 6 .do.
85380 (Radar Air Blow)
179- Battery Charging Volt
3 9321950 E-150 8 .do.
85390 Meter
179- Fuel / Lube Oil
4 40059731 E-150 8 .do.
85400 Pressure Sensor
179- Pulg Coupler (Sensor
5 9321340 E-150 3 .do.
85410 Cap)
179-
Spl-22-100-R 1 Hot Plate 40204187 E-150 4 .do.
85420
179-
2 Heater Footwell 9537892 E-150 2 .do.
85430
179- Cover Assembly Air
3 9098898 B3317E 6 .do.
85470 Duct (Generator)
Lug Temrinal 1100/24
4 179-Spl 8118062 E-150 1000 .do.
Cable
Lug Terminal 37/7
5 179-Spl 9334762 E-150 1000 .do.
Cable 3/8 Hole
Lug Terminal 37/7
Spl-22-101-R 1 179-Spl 8258878 E-150 500 .do.
Cable 3/8 Hole
Lug terminal Battery
2 179-Spl 8197509 E-150 500 .do.
13/32 hole
Lug terminal Battery
3 179-Spl 8183110 E-150 500 .do.
13/32 hole
Gasket Air Conditioner
4 179-Spl 8455765 E-150 6 .do.
Mounting - Rubber
Clamp Assembly
5 179-Spl 8108118 E-150 6 .do.
Conduit (Mcr 717280)
Conduit Assembly
Spl-22-102-R 1 179-Spl Flexible - 42 Inch 40192023 E-150 6 .do.
Length
Elbow.. 1/2t X 3/4pt -
2 179-Spl 8040343 E-150 12 .do.
Brass
Elbow.. 1/2t X 1/2 Fpt -
3 179-Spl 8040352 E-150 24 .do.
Brass
Bushing.. Insulating -
4 179-Spl 8038597 E-150 6 .do.
Female - 1-1/4
5 179-Spl Ampere Meter 9575137 E-150 4 .do.
Load Reset Box and Tool Catalog
Spl-22-103-R 1 179-Spl 40052125 2 .do.
cable for EM2000 Section 2 Page 30
EM Microprocessor
2 179-Spl 40027578 N/A 2 .do.
2000 Card Box
Page 52 of 55
Air Condition Power
3 179-Spl 40074422 N/A 4 .do.
supply (PSGTO)
Module Assembly
4 179-Spl 40141068 N/A 12 .do.
DVL301
5 179-Spl GFS-300 40116408 N/A 4 .do.
Dignostic Display
Spl-22-104-R 1 179-Spl 40052356 N/A 2 .do.
Screen
Traction Motor Load
2 179-Spl 40064643 N/A 6 .do.
Meter
3 179-Spl Ground Bus 40064686 N/A 3 .do.
4 179-Spl RV-Motor Module 40093019 N/A 3 .do.
Sock Back / Lube Oil
5 179-Spl 40108900 N/A 3 .do.
Pump Motor
Spl-22-105-R 1 179-Spl Fuel Oil Pump Motor 40095692 N/A 3 .do.
2 179-Spl Convertor DC-DC 10629933 N/A 3 .do.
Magent Sensor
3 179-Spl 8270303 N/A 3 .do.
(Engine PO)
Guage Booster
4 179-Spl 40227270 N/A 10 .do.
Pressure
Air Box Pressure
5 179-Spl Transmeter Sensor 0- 40227268 N/A 6 .do.
2.5 Bar
Transmeter 0-2.5 Bar-
Spl-22-106-R 1 179-Spl 40227269 N/A 6 .do.
1125
2 179-Spl Alarm DSD 40022367 N/A 6 .do.
Warrning Bell 75V/16
3 179-Spl 40045762 N/A 4 .do.
Amp
Circuit Breaker 125
4 179-Spl 40155606 N/A 7 .do.
Amp
5 179-Spl Switch Fuse Test Light 40121513 N/A 6 .do.
Switch Heater (3 Point
Spl-22-107-R 1 179-Spl 103902MN-11320 N/A 12 .do.
30Amp Multiple)
2 179-Spl Switch Lever 40105321 N/A 6 .do.
3 179-Spl Switch Speed Limit 8229458 N/A 6 .do.
Terminal Board (TB-9
4 179-Spl 40172932 N/A 4 .do.
TB-53 A, B, C, D)
Terminal Board (TB
5 179-Spl 40177795 N/A 4 .do.
83 A&B, 4 Nos)
Plug CPM 8A, 8B &
Spl-22-108-R 1 179-Spl 40013145 N/A 8 .do.
SCM 9B
Plug Conn 2, 3 & Plug
2 179-Spl 40028047 N/A 8 .do.
PWR 22C
3 179-Spl Plug PWR 25M 40042779 N/A 3 .do.
Plug BCA, IMGF, ITM
4 179-Spl 40026394 N/A 24 .do.
1 to 6
Plug Display
5 179-Spl 40041107 N/A 6 .do.
ASM/PWR
Spl-22-109-R 1 179-Spl Plug PD 1 to 7 9567175 N/A 20 .do.
Page 53 of 55
2 179-Spl Plug +ve & -ve 8004362 N/A 12 .do.
3 179-Spl Plug 2PT 8070133 N/A 4 .do.
REC 354C & REC
4 179-Spl 384A , B & C 40026573 N/A 12 .do.
Emphenol
5 179-Spl REC 3M4A Emphenol 40112997 N/A 4 .do.
Spl-22-110-R 1 179-Spl REV-TB 8478057 N/A 4 .do.
Resister Assembly
2 179-Spl 8425850 N/A 4 .do.
Head Light (RE 7,8)
Grid Shunt (61,62,) 32
3 179-Spl 9505727 N/A 18 .do.
Ohm
Bolt Bearing Cover &
4 179-Spl 8443734 N/A 36 .do.
Cap (1/2-13X6)
5 179-Spl Bolt Retain 8427680 N/A 36 .do.
Spl-22-111-R 1 179-Spl Axle Generator 4009060 N/A 6 .do.
Lube Oil Pressure
2 179-Spl 40227271 N/A 6 .do.
Guage 4/30mA
Fuel Oil Pressure
3 179-Spl 40227272 N/A 6 .do.
Guage 4/30mA
4 179-Spl Indication Light Pannel 10622773 N/A 6 .do.
Pressure Switch 0.5 to
5 179-Spl I/84649/010 N/A 4 .do.
1 bar (66/4)
Pressure Switch 3.2 to
Spl-22-112-R 1 179-Spl I/84649/03020 N/A 4 .do.
04 bar (66/2)
Support Housing
2 179-Spl 8329900 F146 10 .do.
Assembly
Body Assembly Pump
3 179-Spl 8251625 F-140 3 .do.
Center
4 179-Spl Cable 1325/24 40015786 E-150 1000 ft Ft
Screw Pan Head 10-
5 179-Spl 9420449 E-150 1000 .do.
24 x1/2 Lathc Mounts
Bolt Assembly Hex
Spl-22-113-R 1 179-Spl 9526748 E-150 1000 .do.
Head 3/8-16 x 1-1/4
2 179-Spl Screw 10-24 159929 E-150 1000 .do.
Screw Pan Head 10-
3 179-Spl 160046 E-150 500 .do.
32 x1/2
Screw Pan Head 6-32
4 179-Spl 159254 E-150 500 .do.
PCR
5 179-Spl Nut Brass 8478396 E-150 24 .do.
Spl-22-114-R 1 179-Spl Cable No. 14 8460546 E-150 1000 ft Ft
2 179-Spl Cable No. 14 E 8470754 E-150 200 ft Ft
3 179-Spl Cable No. 162 Cond 8077432 E-150 200 ft Ft
4 179-Spl Cable No. 18E 8466845 E-150 1000 ft Ft
5 179-Spl Cable No. 3 8376487 E-150 3000 ft Ft
6 179-Spl Cable 2109/30 Unilay 40056040 E-150 50 ft Ft

Page 54 of 55
Hex Head Bolt
183-
Spl-22-115-R 1 M16x90 (Shock 690622 335-140-01-00 432 .do.
18210
Absorber Vertical)
183-
2 Hex Head Bolt M8x90 693489 335-130-01-00 96 .do.
18240

183- Hex Nut M24 (Axle


3 694028 335-140-01-00 192 .do.
18320 Guide)
hex Head Bolt M12 x
183-
4 40 (Lock Plate of Axle 699181 335-116-01-00 360 .do.
18720
Box)

Page 55 of 55

You might also like