Professional Documents
Culture Documents
HEADQUARTERSOFFICE, LAHORE.
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)
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
(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
(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
Note: For any clarification the eligible bidders are requested to contact the following:-
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.
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
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.
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.
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.
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.
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.
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.
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.
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.
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.
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.
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.
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:-
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.
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)
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)
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.
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.
Page 23 of 55
Annexure – V
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 --------------------
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 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.
WARRANTY CERTIFICATE
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.
Name of Signatory
(Manufacturer)----------------------------------
Stamp & Date -----------------------------------
Page 28 of 55
Annexure – IX
WARRANTY CERTIFICATE
ii. The manufacturer/seller warrants that material will be free from defects in
material and workmanship.
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.
Name of Signatory----------------------------
Stamp & Date ----------------------------------
Page 29 of 55
Annexure-X
SPECIMEN FORM OF GUARANTEE BOND FOR BID SECURITY
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)
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.
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.
Page 33 of 55
Spl-22-15-R 1 181-15420 Hub Cover NBR3376003 AA371203 6 Each
Page 34 of 55
Spl-22-19-R 1 183-15840 Cotter Pin (Brake Pull Rod) 598628 335-130-01-00 240 .do.
3 183-18320 Hex Nut M24 (Axle Guide) 694028 335-140-01-00 192 .do.
2B-68463
3 183-20690 Magnet Valve Complete 963722 6 .do.
I/82555/072
Shock Absorber
5 183-21260 964150 335-140-01-00 32 .do.
Horizontal
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.
Page 36 of 55
3 183-37190 Locking Plate 639-155-11-05 639-155-53-00 20 .do.
2 183-38670 O Ring Auto Drain Valve 4B38885 W501 917 391 50 .do.
Spl-22-30-R 1 183-39550 Diaphragm (Single Horn) S.I 1725/5 W503 907 739 50 .do.
2 183-40550 O Ring Auto Drain Valve 4A78503 W505 909 831 50 .do.
Page 37 of 55
4 183-40730 Cup Diaphragm 4A30487 0963724/41 35 .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
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.
5 183-41750 O Ring Oil Bath Air Filter 4B67066 W507 963 717 50 .do.
Spl-22-35-R 1 183-42250 K.K Ring 458611 W508 963 722 100 .do.
Page 38 of 55
5 183-42640 O Ring (Vacuum Governor) 4A43411 W509 963 712 30 .do.
Spl-22-39-R 1 183-45700 O Ring Auto Drain Valve 4A64261 W519 917 391 50 .do.
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.
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.
3 183-47500 O Ring Air Flow Switch 4B30654 W530 963 713 50 .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.
5A36692
4 183-48890 O Ring 0963797/45 10 .do.
New B44174
Page 40 of 55
2 183-49070 K.K Ring 454923 W548 912732 80 .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
Spl-22-47-R 1 183-50640 O Ring Auto Brake Valve 4A97451 W624 917 395 50 .do.
Page 41 of 55
2 183-51140 Grooved Ring 4A18294/26 0963797/50 10 .do.
2 183-55590 O Ring Air Filter relay Valve 4A40125/8 W512 963 770 50 .do.
4 183-57270 O Ring Relay Valve RH-4 4B48048 W501 917 391 50 .do.
Page 42 of 55
4 183-Spl Washer 4B-64801 0963797/44 10 .do.
AX1135
5 185-20560 Fuel Oil Pressure Sensor 131D250000 1 .do.
7131825000065
8-273-2-421-700-9/09- EN (rev-
4 185-23120 O Ring Cylinder 8.273.0.855.705.4 25 .do.
01)
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.
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
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
Page 55 of 55