You are on page 1of 737

Tender Web Page 2

Tender Document 3
Additional Documents - Response to pre bid documents 160
Technical Document 410
Corrigendums Document 641
4/22/23, 3:33 PM Tenders Online - Government of Tamil Nadu

    

Latest Active Tenders by Closing Results of


Tenders | Date | Corrigendum | Tenders | Contacts | Feedback

  Complete details of the selected Tender

Back
Latest A ctive Tenders
Organisation Name : Institute of Road Transport

Department : Transport
Tenders by Closing Date Tender id : irt205138
C los ing Today   Tender Ref. No : 16/SF - Fully Built Bus/CP/IRT/2022
C los ing within 7 days
  Tender Title : D es ign manufac ture and s upply of 1 7 7 1 nos BS 6 dies el fully built non A C Bus es
C los ing within 1 4 days   Product Category : Bus Body C ons truc tion

Corrigendum Sub Category : P roc urement of Fully Built BS 6 D ies el Bus


Tender Value (INR if Rs Document
EMD : 77500000 17700
not mentioned): 8,85,00,00,000/- Cost :
  Tender Notices / Displays  
Tender Document : Download and View the Document *
  Tender Related Links   Corrigendum
Download and View the Document *
      Document :

Tenders by Classif ication


Technical Document : Download and View the Document *
A dditional
Buy   Documents :
Download and View the Document *
Works C ontrac t   Tender Type : Buy
Servic e C ontrac t   Location : C hennai
Sell   Tender   
1 0 - O c tober- 2 0 2 2  
A nnouncement Date :
A uc tion   Publication Date on
1 0 - O c tober- 2 0 2 2 A t : 3 :8 :1 0  P M  
E mpanelment/Regis tration   Portal:
Last Date of
Document 2 - M ay- 2 0 2 3 Up To : 3 :0 0 P M  
By Products/Services Downloading / Sale :  
Last date for  
C ivil W ork s,   Submission :
2 - M ay- 2 0 2 3 Up To : 3 :0 0 P M  
Equipm e nts, Machine ry,
Support Opening Date : 4 - M ay- 2 0 2 3 A t : 3 :3 0 P M  
Se rvice s... Work Description :
Design manufacture and supply of 1771 nos BSVI
Diesel fuel fully built Non AC Buses for various
Tenders by A gency
cities of Tamilnadu.
D epartment  
H O D s / D irec torates  
U ndertakings / Boards   Pre-Qualification :
As specified in tender document
L oc al Bodies  
Statutory O rganis ations  

Search
 
Tenders by L oc ation  
If you find any problem in display of this document, kindly send a message to the email
Tenders by D es c ription   address shown below with a copy to etender@tn.nic.in . Kindly mention the Tender ID
A dvanc ed Searc h   and the Tender Reference Number shown at the top of this page.
Tenders by V alue   For further Information kindly Contact:

Tenders by I D /Ref N o.   Tender Inviting


D I RE C T O R
A uthority :
E-Mail : irt_taramani@ yahoo.c om
Tenders Related Links
Phone Office : 2 2 5 4 1 7 2 3
  Feedback
Fax : 2 2 5 4 1 7 6 1

  A ddress :
Institute of Road Transport
100 feet road
Taramani
Chennai-113
City : C hennai

Back

he re

* - D oc uments are available in pdf format.    Download Adobe® Reader®

  Number of visitors to this tender page is : 5729

C onte nts owne d and m aintaine d by Site be st vie we d in 1024 x 768 pix e ls De signe d, De ve lope d and Hoste d by
conce rne d De partm e nts in coordination with National Inform atics C e ntre
Finance De partm e nt and
Disclaimer Em ail : etender@tn.nic.in
Inform ation Te chnology De partm e nt,
( c )  National Informatics Centre
Gove rnm e nt of Tam il Nadu

Tender Web Page


www.tenders.tn.gov.in/innerpage.asp?choice=tc5&tid=irt205138&work=1 1/22
INSTITUTE OF ROAD TRANSPORT
100 FEET ROAD, TARAMANI, CHENNAI – 600 113

INTERNATIONAL
COMPETITIVE
BIDDING (ICB)

Request for Proposal (RFP) for Design, Manufacture and


Supply of 1771 (nos.) BS VI, Diesel Fueled, fully built Non-
AC Buses for various cities of Tamil Nadu, India

IRT Tender no.: 16/SF-Fully Built Bus/CP/IRT/2022


KFW reference no.: BMZ209919234/KFW508859
RFP Issue Date: 10/10/2022

Tender Document 3
TABLE OF CONTENTS
PART A: DISCLAIMER ............................................................................................................. 1
PART B: NOTICE INVITING TENDER (NIT) ........................................................................... 2
PART C: RFP SUMMARY ........................................................................................................ 3
PART D: DEFINITIONS AND ABBREVIATIONS .................................................................. 18
PART E: INSTRUCTIONS TO BIDDERS ............................................................................... 25
PART F: FORMAT OF THE CONTRACT AND CONTRACT CONDITIONS ........................ 69
PART G: TECHNICAL BUS SPECIFICATION .................................................................... 121
PART H: ANNEXURE ........................................................................................................... 122

Tender Document 4
Climate Friendly Modernization of Bus Services in Major Cities of Tamil Nadu

PART A: DISCLAIMER
This RFP is being issued by Institute of Road Transport, Govt. of Tamil Nadu for inviting
tenders for Design, Manufacture and Supply of 1771 fully-built Non-AC Diesel buses
conforming to BS VI emission norms (hereinafter called “Buses”) on such terms and conditions
as set out in this RFP document, including but limited to the Technical Specifications set out
in Part G: Bus Specifications of this RFP document.

It is hereby clarified that this RFP is not an agreement and is not an offer or invitation by
Authority to any party hereunder. The purpose of this RFP is to provide the Bidder(s) with
information to assist in the formulation of their proposal submission. This RFP document does
not purport to contain all the information Bidders may require. This RFP document may not be
appropriate for all persons, and it is not possible for Authority to consider particular needs of
each Bidder. Each Bidder should conduct their own investigation and analysis, and should
check the accuracy, reliability and completeness of information in this RFP document and
obtain independent advice from appropriate sources. Authority and their advisors make no
representation or warranty and shall incur no liability financially or otherwise under any law,
statute, rules or regulations or otherwise as to the accuracy, reliability or completeness of the
RFP document.

Authority may in its absolute discretion, but without being under any obligation to do so,
update, amend or supplement the information in this RFP document.

The Authority reserves the right not to proceed with the Purchase or to change the process or
procedure to be applied. It also reserves the right to decline to discuss the process further with
any party submitting a proposal. No reimbursement of cost of any type shall be paid to
persons, entities, or consortiums submitting a proposal.

RFP for Design, Manufacture and Supply of 1771 (Nos.) BS VI Diesel Fueled Fully Built Buses 1

Tender Document 5
Climate Friendly Modernization of Bus Services in Major Cities of Tamil Nadu

PART B: NOTICE INVITING TENDER (NIT)

Institute of Road Transport


Regd. Office: 100 Feet Road, Taramani, Chennai 600113, Tamil Nadu, India

Request for Proposal (RFP) for Design, Manufacture and Supply of 1771 (nos.) BS
VI, Diesel Fueled, fully built Non-AC Buses for various cities of Tamil Nadu, India

International Competitive Bidding (ICB) through e- procurement

IRT Tender no. 16/SF-Fully Built Bus/CP/IRT/2022

KFW reference No: BMZ209919234/KFW508859

Institute of Road Transport (IRT), intends to purchase 1771 nos. of BSVI Diesel Non-
AC buses in various cities of Tamil Nadu. Bids are invited from reputed National and
International Vehicle Manufacturers with manufacturing facilities in India or abroad and
possessing relevant capabilities. The RFP Document can be downloaded from
www.tenders.tn.gov.in and www.mstcecommerce.com/eproc from 10/10/2022. The
bids shall be submitted online only with supporting documentary evidences as provided
in the Instruction to Bidder in the RFP by 05/12/2022 at
https://www.mstcecommerce.com/eproc/index.jsp by 3:00PM. Pre-bid meeting shall be
held online and physically on 31/10/2022 at 3:00 PM. The interested bidders are
requested to send queries if any to irttaramani@gmail.com and/or irtcpo@gmail.com
before 28/10/2022 by 3:00PM.

Director

RFP for Design, Manufacture and Supply of 1771 (Nos.) BS VI Diesel Fueled Fully Built Buses 2

Tender Document 6
Climate Friendly Modernization of Bus Services in Major Cities of Tamil Nadu

PART C: RFP SUMMARY


Sr. Key Feature of Provision/ Details
No. the RFP
1 Name of the Institute of Road Transport (IRT), Govt of Tamil Nadu
Authority
2 Quantity and Following types of BSVI, Non-AC Diesel Fully Built Buses shall be
Type of Buses procured through this RFP;
to be Purchased
Quantity
Sr.
Bus Type (number of
No.
Units)
1 11 mtr long 900 mm Floor Height Non- 1107
AC BSVI Diesel fueled Fully Built
buses – Type I
2 11 mtr long 1150 mm Floor Height 484
Non-AC BSVI Diesel fueled Fully Built
buses – Type II (NDX)
3 12 mtr long 1150 mm Floor Height 180
Non-AC BSVI Diesel fueled Fully Built
buses – Type II (DLX)
Total 1771

a) The Tendered Quantity of each type of buses shall be distributed


among the various State Transport Undertakings (STUs) of Tamil
Nadu in the manner as specified in the Table 1: Clause 1: Part E of
the RFP.

b) Authority may increase or decrease the order size by maximum


25% after issue of the Letter of Acceptance/ Work Order but prior
to 180 days of completion of delivery as per agreed delivery
schedule. Such increase or decrease in the order size shall be on
pro-rata basis in the ordered quantity of all the Bus Types as
specified above.

c) Detailed specifications of each of the above-mentioned Bus Types


is provided in the Part G of the RFP.

3 Bidding 1. The Bidders shall be permitted to bid for any or all of the following
Conditions Packages (“Package or Packages”):
(refer clause 4.1
of Part E) Package Particular
number
Package 1 Design, Manufacture and Supply of 1107
(Nos) 11 mtr long 900 mm Floor Height Non-
AC BSVI Diesel fuelled Fully Built – Type I

RFP for Design, Manufacture and Supply of 1771 (Nos.) BS VI Diesel Fueled Fully Built Buses 3

Tender Document 7
Climate Friendly Modernization of Bus Services in Major Cities of Tamil Nadu

Sr. Key Feature of Provision/ Details


No. the RFP
Package 2 Design, Manufacture and Supply of 484
(Nos) 11 mtr long 1150 mm Floor Height
Non-AC BSVI Diesel fuelled Fully Built
buses – Type II (NDX)
Package 3 Design, Manufacture and Supply of 180
(Nos) 12 mtr long 1150 mm Floor Height
Non-AC BSVI Diesel fuelled Fully Built
buses – Type II (DLX)

2. Bidders shall submit requisite RFP fee, Bid Security, and documents
as well as details to meet the Pre-qualification and Qualification
Criteria as per the requirements set forth in the RFP.

3. Bidding as Consortium/Joint Venture is not permitted.

4. The Bidder shall submit separate Price Bids for each of the Package
for which the Bid is Submitted, otherwise the bid will be summarily
rejected.

5. The Bids which are found to be Responsive as per pursuant to the


provision of the RFP and meeting Pre-qualification and Qualification
Criteria during the Technical Bid Evaluation shall be considered
eligible for Opening of Price Bids.

6. Price Bids for each Package shall be opened consecutively in the


numerical order (i.e., Price Bids for Package 1 shall be opened first).

4 Pre-Qualification 1. The Bidder should be legally competent to enter into a contract as


Criteria (refer per prevailing laws of India or abroad, and must be either:
clause 4.6.1 of (i) a company incorporated under the Companies Act, 1956 (as
Part E) amended or re-enacted or restated, and including the
Companies Act, 2013 as notified from time to time), or
(ii) an LLP incorporated under Limited Liability Partnership Act,
2008/Companies Act 2013, or
(iii) a registered partnership firm or
(iv) a registered proprietary firm in India or
(v) a Central or State Government -Owned Entity being legally
and financially independent and operate under commercial
law. or.
(vi) A company incorporated under the applicable law of any
other country.

RFP for Design, Manufacture and Supply of 1771 (Nos.) BS VI Diesel Fueled Fully Built Buses 4

Tender Document 8
Climate Friendly Modernization of Bus Services in Major Cities of Tamil Nadu

Sr. Key Feature of Provision/ Details


No. the RFP
2. Bidder shall have a Bus manufacturing facility in India or abroad. In
case of a Foreign Bidder, it shall be required to demonstrate
contractual relationship with an authorized
representative/agency/dealership who has been in the business of
after sales services of the similar vehicles for the last 5 years in India
preceding the bid due date.

3. Further, as a Pre-Qualification requirement, all the Bidders shall be


required to submit an undertaking on a stamp paper of relevant
value to set up after sale service network and spare parts inventory
space in Tamil Nadu at the time of delivery of first lot of contracted
buses to the Authority if a service network is not available in Tamil
Nadu.

4. The Bidder shall have obtained type approval certificate for at least
one BS VI Diesel fueled Bus variant from the authorized agencies
under CMVR 1989 in India or equivalent statutory provisions
abroad.

5. The Bidder shall have valid certificates complying in ISO 9001, ISO
14001 and OHSAS 18001/ ISO 45001 requirements as on Bid Due
Date.

6. The Bidder shall not have been blacklisted or barred from carrying
out its business by any Regulator /Government Authority/Court of
Law, or proved to have indulged in serious fraudulent practices by a
Court of Law or an independent Commission of Inquiry in India at
the time of Due Date of Submission. In this regard, a self-attested
Anti blacklisting certificate is required to be provided as per the
format prescribed in Annexure 6: Anti-Blacklisting Certificate

7. Bidder shall not have a conflict of interest (the “Conflict of Interest”)


as per the provisions of the RFP that affects the Bidding Process.
Any Bidder found to have a Conflict of Interest shall be disqualified.

8. Bidder shall not be under suspension by the purchaser and or any


Government Agency.

9. Bidder shall not have been bankrupt, being wound up or under


cease of business, are having their activities administered by courts,
have entered into receivership, or are in any such equivalent
situation;

10. The Bidder is not convicted by a final judgement or a final


administrative decision or subject to financial sanctions by the

RFP for Design, Manufacture and Supply of 1771 (Nos.) BS VI Diesel Fueled Fully Built Buses 5

Tender Document 9
Climate Friendly Modernization of Bus Services in Major Cities of Tamil Nadu

Sr. Key Feature of Provision/ Details


No. the RFP
United Nations or any other Competent Government globally for
involvement in a criminal organization, money laundering, terrorist-
related offences, child labour or trafficking in human beings; this
criterion of exclusion is also applicable to legal Persons, whose
majority of shares are held or factually controlled by natural or legal
Persons which themselves are subject to such convictions or
sanctions;

11. The Bidder is not convicted by a final court decision or a final


administrative decision by a court, globally or national authorities in
India or in Germany for Sanctionable Practice during any Tender
Process or the performance of a Contract or for an irregularity
affecting the EU’s financial interests, unless they provide supporting
information together with their Declaration of Undertaking (Form
available as Appendix to the Application/Offer which shows that this
conviction is not relevant in the context of this Contract and that
adequate compliance measures have been taken in reaction;

12. The Bidder shall have fulfilled applicable fiscal obligations regarding
payments of taxes either in the country where they are constituted
or in India.

13. The Bidder is not subject to an exclusion decision of the World Bank
or any other multilateral development bank and is listed in the
respective table with debarred and cross-debarred firms and
individual available on the World Bank’s website or any other
multilateral development bank in last 5 years unless they provide
supporting information together with their Declaration of
Undertaking which shows that this exclusion is not relevant in the
context of this Contract and that adequate compliance measures
have been taken in reaction.

14. Bidding by one or more entities forming a consortium is not


permitted. Bidders representing consortiums/ joint ventures are not
eligible for submitting their Bid in response to this RFP Document.
Furthermore, brokers, sub-contractors, dealers and intermediaries
are not permitted to submit any Bids on behalf of other entities.

15. The Bidder shall have submitted the undertaking complying with
KfW eligibility requirements as Annexure 11: Declaration of
Undertaking

RFP for Design, Manufacture and Supply of 1771 (Nos.) BS VI Diesel Fueled Fully Built Buses 6

Tender Document 10
Climate Friendly Modernization of Bus Services in Major Cities of Tamil Nadu

Sr. Key Feature of Provision/ Details


No. the RFP
5 Qualification 1. Technical Capacity/Similar Experience
Criteria
(refer clause Following shall be the Technical Capacity Criteria for each Package.
4.6.2 of Part E)
Packages Technical Capacity Criteria
(as per
Sr.no. 3 of
the RFP
Summary)
Package 1, Bidder shall be engaged in manufacture and
Package 2, supply of minimum Average 1700, having Floor
and Height > 400 mm Diesel Fueled Internal
Package 3 combustion (IC) Engine propelled Fully-built
Buses cumulatively in any three years of last 10
Financial Years preceding the bid date in India
or abroad.

For avoidance of any doubt, it is clarified that there is a single


Technical Capacity Criteria for Package 1, 2, and 3 even if the bid is
submitted for one package (out of Package 1,2, and 3) or all the three
packages together.

Bidder shall submit copies of Purchase Orders/ Letter of Awards/


Agreements along with Annexure 3: Format for Performance
Statement as documentary evidences, along with the technical Bid.
The Bidders are also required to submit a list of Bus Manufacturing
Plant(s) along with address and photographs. The above submission
shall be accompanied by a certificate from the Statutory Auditor
showing installed and utilized annual Bus manufacturing capacity
demonstrated by the Bidder for each year in last 10 Financial Years
preceding the due date of bid submission as per the format provided
in Annexure 2: General Information of the Bidder.

2. Financial Capacity

Following shall be the Financial Capacity Criteria for all the Three (3)
packages.

RFP for Design, Manufacture and Supply of 1771 (Nos.) BS VI Diesel Fueled Fully Built Buses 7

Tender Document 11
Climate Friendly Modernization of Bus Services in Major Cities of Tamil Nadu

Sr. Key Feature of Provision/ Details


No. the RFP
Packages (as per Financial Capacity Criteria
Sr.no. 3 of the
RFP Summary)
Package 1 i. Annual Average Turnover from vehicle
Package 2 and manufacturing only minimum INR 2,500
Package 3 Crore in last three financial years
starting from 2020-21. 2019-20, 2018-
19.

ii. A net-worth of minimum INR 300 Crores


as on the last day of the financial year
preceding the due date of submission of
Bid.

For the purposes of this RFP net worth


(the “Net Worth”) shall mean Equity
Capital + Reserve and Surplus -
Revaluation Reserve - Accumulated
losses - Intangible assets)

For avoidance of any doubt, it is clarified that there is single Financial


Capacity Criteria for all Packages even if the bid is submitted for one
package or all the three packages together.

The bidder must provide evidence of meeting the Financial


Capability/Qualification criteria in equivalent Indian Rupees certified
by a Chartered Accountant registered in India or Certification by
foreign based reputed chartered accountant firms.

6 Award Criteria The Bidder(s):


(refer clause 5.5
of Part E) (i) adjudged as responsive in terms of Clause 5.2.2,
(ii) meeting the Pre-Qualification and Qualification Criteria as provided
in Clause iv; and
(iii) whose price quote offered, on evaluation has been determined to
be the lowest (L-1) acceptable offer for respective Packages, shall
be considered as the "Preferred Bidder(s)" for the given
Package(s).

The Authority may hold further negotiation with the Preferred Bidder before
the assignment of Letter of Acceptance.

There shall be no split in the Contract within the Package for Design,
Manufacturing and Supply of buses.

RFP for Design, Manufacture and Supply of 1771 (Nos.) BS VI Diesel Fueled Fully Built Buses 8

Tender Document 12
Climate Friendly Modernization of Bus Services in Major Cities of Tamil Nadu

Sr. Key Feature of Provision/ Details


No. the RFP
7 Date of issue of 10/10/2022
RFP

8 Authority The Director, IRT


contact person, 100 Feet Road, Taramani, Chennai - 600113
and details for
/download of URL for downloading the RFP:
RFP Document,
seeking 1) www.tenders.tn.gov.in,
clarifications, 2) www.mstcecommerce.com/eproc
Submission and
Opening of Bids Email address for correspondence:
irttaramani@gmail.com and/or irtcpo@gmail.com
9 Last date and 28/10/2022 at 3:00 PM (IST) at irttaramani@gmail.com and/or
time for irtcpo@gmail.com.
submission of
queries/
clarifications

10 Date, Time and 31/10/2022 at 3:00 PM (IST)


place of Pre-Bid
Meeting Pre-Bid meeting will be held physically as well as online simultaneously.

The Pre-Bid meeting will be held offline / physically at:


Institute of Road Transport, 100 Feet Road, Taramani, Chennai – 600113

The prospective bidders those who want to participate online can submit
their authorized e-mail ID at irttaramani@gmail.com and/or
irtcpo@gmail.com through mail, requesting participation in the pre bid
meeting.
The authority will share the URL to the online platform with the interested
bidders 2 days prior to the pre bid meeting.

11 Last date & time Online Submission: The Technical Bid along with the scanned copy of
of Online the RFP Fees and EMD and Price Bid shall be submitted online on or
Submission of before 05/12/2022 at 3:00 PM (IST) at
Technical and https://www.mstcecommerce.com/eproc/index.jsp.
Price Bid

12 Last Date & Physical Submission: RFP Fee and EMD/Bid Security can be submitted
time of Physical physically on or before 07/12/2022 at 3:00 PM (IST) at the following
Submission of address:
RFP fee and
EMD/ Bid Institute of Road Transport, 100 Feet Road, Taramani, Chennai – 600113.
Security

RFP for Design, Manufacture and Supply of 1771 (Nos.) BS VI Diesel Fueled Fully Built Buses 9

Tender Document 13
Climate Friendly Modernization of Bus Services in Major Cities of Tamil Nadu

Sr. Key Feature of Provision/ Details


No. the RFP
The Physical submission can be made through RPAD/ Speed Post only
and shall be as per the instructions specified in Clause 4.19.1.

Submission of the Technical Bid and Price Bid in Physical Format shall be
treated as non-responsive and shall be summarily rejected.

13 Date & Time of 07/12/2022 at 3:30 PM (IST) at Institute of Road Transport, 100 Feet Road,
Online opening Taramani, Chennai – 600113.
of Technical Bid

14 Date and Time To be intimated later to the Bidders meeting the eligibility and qualification
of online criteria.
Opening of Price
Bid
15 Cost of RFP/RFP INR. 17,700/- (In words INR. Seventeen Thousand Seven Hundred Only)
Fees To be Submitted either through net-banking in the bank account
(refer clause designated in Sr. No. 16 below or in form of Demand Draft in favour of “The
4.5.1 of Part E) Director, IRT”, Chennai. The payment made towards cost of RFP is non-
refundable.

16 Bid Security Amount of Bid Security/EMD for each package shall be as follows;
Amount /
Earnest Money Package Amount of Bid Amount of Bid Security (In
Deposit (EMD) no. Security (In Words)
(refer clause Figures INR)
4.5.2 of Part E) Package 1 5,00,00,000/- INR Five Crore Only
Package 2 2,00,00,000/- INR Two Crore Only
Package 3 75,00,000/- INR Seventy-Five Lakh Only

The Bidder shall provide separate Bid Security for the respective
Package(s) for which the bid has been submitted.

The Bid Security/ EMD shall be submitted in form of Demand Draft (DD) in
favour of “The Director, IRT” from Nationalized or Scheduled Banks in
India, payable at Chennai (or) as Real Time Gross Settlement (RTGS)/
Net-banking on or before the due date of submission of bids. In the case
of RTGS/ Net-Banking, the amount has to be sent to following bank
account on or before the due date of submission of bids.

Name of the Account Holder: Institute of Road Transport


Bank Name: Canara Bank
Branch Name: Thiruvanmiyur Branch
Account Number: 2649101000360
IFSC Code: CNRB0002649

RFP for Design, Manufacture and Supply of 1771 (Nos.) BS VI Diesel Fueled Fully Built Buses 10

Tender Document 14
Climate Friendly Modernization of Bus Services in Major Cities of Tamil Nadu

Sr. Key Feature of Provision/ Details


No. the RFP
17 Performance 10% of the total Contract Value of Buses allotted to respective STUs under
Security each Package. The Performance Security shall be submitted in form of
(refer clause Bank Guarantee in favour of “Managing Directors of Respective STUs”
5.8.4 of Part E from Nationalized or Scheduled Banks in India, payable at Chennai.
and Clause 4 -
Schedule 2 of The bank guarantee towards Performance Security equal to 10% of total
Part F) Contract value shall be in force and valid till the expiry of Complete Bus
Warranty period for the Buses as specified in the (Sr. No. 21, Point A of
RFP Summary). The Contractor shall refurbish a fresh Performance
Security or reduce the security amount to 5% of the Contract value with
extended time period ending after 30 days of expiry of the Structure
Warranty as per Sr. No. 21, Point B of RFP Summary and as extended for
a suitable period by the Contractor in case of any extension of Contracted
Delivery Schedule.

In case, the availability of Bank Guarantee from the banks for the length of
the Contract is difficult to obtain, the initial Bank Guarantee maybe
submitted valid for a period of 2 (two) years, and which shall have to be
renewed for similar tenure, 45 (forty five) days before its expiry. The Bank
Guarantee towards Performance Security shall be renewed in above
manner up to the end of the time period provided in the para above.

18 General In case the Bank Guarantee or Demand Draft is issued by a foreign Bank
Instruction to outside India, confirmation of the same by a Nationalized or Scheduled
International bank shall be required. Such Bank Guarantee or Demand Draft shall be
Bidders with encashable at Chennai branch of the conforming Nationalized or
reference to Scheduled bank.
submission of
banking
instruments
towards RFP
fee, EMD and
Performance
security

19 Prototype Following shall be the schedule for Prototype Bus Inspection and Delivery
inspection and of 1771 (nos.) BSVI diesel buses.
Delivery
Schedule A. Prototype Bus Inspection Schedule
(refer clause 9
and 11 of Part F) i. Prototype Bus Inspection shall be carried out in stages as
specified in the Clause 9.1: Schedule 2: Part F of the RFP.

ii. The Prototype inspections shall be carried out in the ascending


numerical order of the Packages awarded to the Successful
Bidder(s).

RFP for Design, Manufacture and Supply of 1771 (Nos.) BS VI Diesel Fueled Fully Built Buses 11

Tender Document 15
Climate Friendly Modernization of Bus Services in Major Cities of Tamil Nadu

Sr. Key Feature of Provision/ Details


No. the RFP
iii. If a Contractor is awarded with Single Package.
o First Stage: The structure assembly inspection of the
Prototype Bus of the Bus Type specified under the awarded
Package shall be carried out within 30 days from the date
of Purchase Order.

o Second Stage: Inspection of Fully Built Prototype Bus of


the Bus Type specified under the awarded Package shall
be carried out within 30 days of the completion of Structure
Inspection (First Stage).

iv. If a Contractor is awarded with Multiple Packages.


o First Stage: The structure assembly inspection of the
Prototype Bus of the Bus Type specified under the awarded
Package which is being first in numerical order shall be
carried out within 30 days from the date of Purchase Order.

Structure assembly inspection of the Prototype Bus for next


Package in order shall be conducted after 10 days from the
completion of Structure inspection of the previous Package.
For example: Structure Inspection of Package 2 shall be
scheduled within 10 days of completion of Structure
Inspection for Package 1.

o Second Stage: Inspection of Fully Built Prototype Bus of


the Bus Type specified under the awarded Package which
is being first in numerical order shall be carried out within 30
days of the completion of Structure Inspection (First Stage).

Fully Built stage inspection of the Prototype Bus for next


Package in order shall be conducted after 10 days from the
completion of Fully Built inspection of the previous Package.
For example: Fully Built Prototype Bus Inspection of
Package 2 shall be scheduled within 10 days of completion
of Fully Built Inspection for Package 1.

Delivery Schedule

i. The Delivery shall commence after 30 th day from the date of


Approval of Prototype Bus for the respective Package awarded
to the Contractor(s).

ii. The Contractor(s) shall deliver Fully Built Buses awarded under
the respective Packages at the rate of 300 Buses per Month at
the Designated Locations of respective STUs of TNSTC as per
clause 11.2 of Part F of the RFP.

iii. In case of Contractor(s) winning multiple Packages, the monthly


contingent of 300 buses shall consist of Buses from all the
awarded Packages in proportion to the size of each Package.
For the avoidance of any doubt, following example can be

RFP for Design, Manufacture and Supply of 1771 (Nos.) BS VI Diesel Fueled Fully Built Buses 12

Tender Document 16
Climate Friendly Modernization of Bus Services in Major Cities of Tamil Nadu

Sr. Key Feature of Provision/ Details


No. the RFP
referred to understand above requirement assuming all the
packages are awarded to single bidder.

Example:
Proportion
of each
No. of Buses The buses to
Package in
under each be supplied
Packages total
Package per month
contracted
buses
1 1107 63% 188
2 484 27% 82
3 180 10% 30
Total 1771 100% 300

iv. In case of Contractor(s) winning single Package, the delivery


schedule (in terms of number of months and days) shall be
decided using following formula;

o Total Months required for Completion Delivery =


(Number of Buses per Package)/300 No. Buses per Month

o Total Days required for Completion Delivery = [(Number


of Buses per Package)/300 No.

20 Payment Terms A single payment of 100% of the Value of Buses delivered will be made
(refer clause 16 within 45 days from the date of Final Acceptance Certificate as per Clause
of Part F) 16 of GCC upon submission of the required documents and invoices by
the Contractor.

21 Warranty Period A. Complete Bus Warranty Period for any manufacturing Defect in
(refer clause 39 design, material, propulsion system, components, major
of Part F ) subsystems and workmanship of the Fully Built Buses, except the
Bus structure and the onboard ITS equipment (“Complete Bus
Warranty Period”) shall be as 24 calendar months or 2,50,000 Km
per Bus whichever is later from the issuance of the Final
Acceptance Certificate.

B. Additional Warranty for any manufacturing Defect in design,


material and workmanship of the Bus structure, structural
elements of the suspension and engine cradle of all Bus Types shall
be 9 years or 9,90,000 km per Bus whichever is later from the
issuance of the Final Acceptance Certificate (“Structure Warranty
Period”).

RFP for Design, Manufacture and Supply of 1771 (Nos.) BS VI Diesel Fueled Fully Built Buses 13

Tender Document 17
Climate Friendly Modernization of Bus Services in Major Cities of Tamil Nadu

Sr. Key Feature of Provision/ Details


No. the RFP
C. Additional Warranty for any manufacturing Defect in design,
material and workmanship in the onboard ITS equipment shall be 9
years (2 years warranty + 7 years of extended warranty) from the
issuance of the Final Acceptance Certificate as per the provision of
the RFP (“ITS equipment Warranty Period”).

22 Assured Fuel A. The Contractor shall be responsible in achieving minimum average


Efficiency fuel efficiency in terms of Km per Litre of Diesel/HSD oil which shall
During Warranty be determined for each Type of Bus during the Complete Bus
Period Warranty Period as per their respective operation conditions as per
(refer clause 40 provisions specified below; (“Assured Fuel Efficiency”);
of Part F)
Following are the values of minimum average fuel efficiency
derived based on empirical records available with TNSTC.

Minimum
Sr. Average Fuel
Bus Type
No. Efficiency
(Km/Liter)
11 mtr long 900 mm Floor Height
1 Non-AC BSVI Diesel fueled Fully 4.35
Built buses – Type I
11 mtr long 1150 mm Floor
Height Non-AC BSVI Diesel
2 5.25
fueled Fully Built buses – Type II
(NDX)
12 mtr long 1150 mm Floor
Height Non-AC BSVI Diesel
3 5.25
fueled Fully Built buses – Type II
(DLX)

B. In addition to above, the Contractor/Successful Bidder shall be


required to submit the test results for each type of Buses awarded
to it, carried out based on Indian Driving Cycle (IDC), published by
Ministry of Roads Transport and Highways (MoRTH), Govt of India
from ARAI, CIRT or another equivalent institute specified in the
CMVR to validate fuel efficiency of the Buses being offered under
this RFP by the Contractor. Such submission shall be made strictly
at the time of the Prototype Inspection of each package of buses
awarded to the Contractor(s) /Successful Bidder(s).
C. The Authority shall consider the assured fuel efficiency value as per
point (A) above or as per the IDC value submitted by the bidder as
per point (B) above, whichever is higher.

RFP for Design, Manufacture and Supply of 1771 (Nos.) BS VI Diesel Fueled Fully Built Buses 14

Tender Document 18
Climate Friendly Modernization of Bus Services in Major Cities of Tamil Nadu

Sr. Key Feature of Provision/ Details


No. the RFP
Upon non-submission of the IDC result, the Authority shall not
approve the Prototype Buses.

23 Liquidated Liquidated damages (LDs) for delay in completion of delivery:


Damages
i. If the Contractor fails to complete the Delivery of Buses within the
(refer clause 29.4
timeline provided in the Delivery Schedule(s) specified in the
of Part F for LDs
contract, the Authority shall, without prejudice to other remedies
on delay in
under the contract, levy/deduct pre-estimated liquidated damages
completion and
@ 0.5% per each week of delay or part thereof of the total value of
clause 39 and 40
the buses whose supply has been delayed (inclusive of duties &
of Part F for LDs
taxes), which the Contractor has failed to deliver within the period
for not meeting
fixed for the respective lot of buses in the delivery schedule.
warrantee
Condition and ii. The amount of pre estimated liquidated damages to be charged
assured fuel under the contract, in terms of Clause 29.4 of General Conditions
efficiency) of Contact (GCC) shall not exceed 10% of the total value of
contract.

iii. The LDs for delay in delivery of buses shall be deducted from the
payment due to the Contractor, as per the provision of the
Contract.

Liquidated Damages for not meeting Complete Bus Warranty


Conditions and Structure Warranty Conditions:

i. If the Contractor fails to adhere to the timelines for rectification of


defects as specified in the clause 39.3 and 39.4 of Part F, the
Authority shall, without prejudice to other remedies under the
contract, levy/deduct pre-estimated liquidated damages at 100%
of the Average Daily Revenue (for the last 30 days of operation)
per bus per day of delay in rectification of defect from the
Performance Security.

ii. If the Contractor fails to adhere the Service Levels Agreements and
performance parameters (SLA) as specified in the clause 39.4 of
Part F, the Authority shall, without prejudice to other remedies
under the contract, levy/deduct pre-estimated liquidated damages
from the Performance Security as follows:

Sr.
Component Liquidated Damages
No.
• Under Lower Performance
1 On-Bus AVLS
– a penalty of INR 200 and

RFP for Design, Manufacture and Supply of 1771 (Nos.) BS VI Diesel Fueled Fully Built Buses 15

Tender Document 19
Climate Friendly Modernization of Bus Services in Major Cities of Tamil Nadu

Sr. Key Feature of Provision/ Details


No. the RFP
• Under Critical Breach – a
penalty of INR 300 shall be
imposed.

AVLS OBU/SCU -
availability for all functions
which includes availability of Unavailability of any of the
all associated components listed component for the one
2
like BDC, Microphone, Bus month - a penalty of INR 100
PAS system (4G/GPRS shall be imposed.
connection availability is
excluded from this)
Delay in rectification of
defects as specified in the
On-Board AVLS Unit where
clause 39.4 of Part F, a
3 immediate corrective action
penalty of INR 1000 per
is required
device per day shall be
imposed.
PIS System - Display &
Announcement of the Route/
For every occurrence of
Next Stop Details in the On-
unavailability of any of the
Board AVL devices and
4 listed facility, a penalty of INR
Correctness of Display fields
100 per device shall be
- Line number & Destination,
imposed.
Via destination, Trip related
text message
Delay in rectification of
defects as specified in the
PIS display or its associated clause 39.4 of Part F, a
5
wiring harness penalty of INR 1000 per
device per day shall be
imposed.
For delay in every remaining
bus OBITS System firmware
update as specified in clause
39.4 of Part F,

Over the Air Updating – • Under Lower Performance -


6 Updating the Firmware Files a penalty of INR 200 per
to all installed OBUs device per day shall be
imposed

Under Critical Breach – a


penalty of INR 300 per device
per day shall be imposed

RFP for Design, Manufacture and Supply of 1771 (Nos.) BS VI Diesel Fueled Fully Built Buses 16

Tender Document 20
Climate Friendly Modernization of Bus Services in Major Cities of Tamil Nadu

Sr. Key Feature of Provision/ Details


No. the RFP
For delay in every remaining
bus OBITS System firmware
update as specified in clause
39.4 of Part F,

• Under Lower Under Lower


7 Route/ Route Part Updating Performance - a penalty of
INR 50 per device per day
shall be imposed

Under Critical Breach – a


penalty of INR 100 per device
per day shall be imposed

Liquidated Damages for not maintaining Assure Fuel Efficiency:

i. The Authority shall calculate average minimum Fuel Efficiency of


the entire fleet of each Type of Bus on every monthly anniversary
of the date of their Commissioning till expiry of the Warranty
Period.

ii. In case the collective average minimum Fuel Efficiency of entire


fleet of a particular Bus Type is found to be lower by 5% than the
Assured Fuel Efficiency, The Authority, without any prejudice to the
Contractor, shall recover amount equal to the excess fuel
consumed with respect to the provision above as Liquidated
Damages from the Performance Security by encashing the part of
the Bank Guarantee.

iii. The Contractor shall immediately replenish the bank guarantee for
Performance Security at its original limit by furnishing fresh Bank
Guarantee as per the provision of the RFP.

Liquidated Damages for failing to setup After Sales Network and


Spare Parts Inventory

Upon failing to setup of after sales network within the timeline specified in
Clause 9.7 of Part F of the RFP, the Authority shall provide a time period
of additional 30 days to the contractor as a remedial period to fulfill such
obligations. During the remedial period, the Authority shall collect 0.33%
of the Performance Security of the relevant Package on per day basis as
Liquidated Damages.

RFP for Design, Manufacture and Supply of 1771 (Nos.) BS VI Diesel Fueled Fully Built Buses 17

Tender Document 21
Climate Friendly Modernization of Bus Services in Major Cities of Tamil Nadu

PART D: DEFINITIONS AND ABBREVIATIONS


1. In this RFP, the following word(s), unless repugnant to the context or meaning thereof,
shall have the meaning(s) assigned to them herein below:

“Arbitration Tribunal” shall have meaning as ascribed in the clause 0 of Schedule 2:


Part of the RFP.

“ARAI” Automotive Research Association of India, Pune, India.

“Associate” shall mean in relation to the Bidder, a firm which controls the Bidder (i.e.,
Parent) or is controlled by the Bidder (i.e., subsidiary), or is under the common control
with the Bidder (i.e., sister concern). The expression “control” means, with respect to a
firm which is a company, cooperative or a corporation, the ownership, directly or
indirectly, of more than 50% (fifty per cent) of the voting shares of the firm in question.
In case of partnerships, the expression “control” shall mean, rights to at least 51% of the
profits of the partnership in question and with respect to a person which is not a company
or corporation, the power to direct the management and policies of such person by
operation of law.

“Assured Fuel Efficiency” shall mean the mileage in terms of km per liter as provided
in the clause 40 of Schedule 2: Part F of the RFP.

"Authority" means Officer In charge or authorized representatives appointed by any of


the following department, units and institutes of Govt of Tamil Nadu for the Project with
reference to execute the power, responsibilities and obligations of the Authority set forth
in the RFP.

Sr. Responsibilities and Obligations as per Authority


No. the RFP
1 Finalization and submission of Final draft Institute of Road Transport
RFP, Obtaining No-Objection approval from (IRT)
KfW, Issuance of the RFP, Conducting
Prebid meeting, carryout the bid evaluation,
selection of Successful Bidder, Conducting
Pre-award Discussion (if any) Issuance of
LOA and Coordination and contract
management.
2 Signing of Contract, issuance of Purchase Managing Director of the
Order and management and enforcement of respective STUs.
contract.
3 Payment to the Contractor against supply of Joint Managing Director,
Buses TamilNadu Transport
Development Finance
Corporation Ltd. (TDFC Ltd.)

RFP for Design, Manufacture and Supply of 1771 (Nos.) BS VI Diesel Fueled Fully Built Buses 18

Tender Document 22
Climate Friendly Modernization of Bus Services in Major Cities of Tamil Nadu

4 Dispute Resolution Managing Director of the


respective STUs and Institute
of Road Transport (IRT)

“Authority Website” means the following URL www.tenders.tn.gov.in.


www.mstcecommerce.com/eproc

“Authority’s Event of Default” shall have meaning as ascribed in the clause 43 of


Schedule 2: Part F of the RFP.

“Bid” or “Quote” means the proposals submitted by the Bidder(s) in response to this
RFP in accordance with the provisions hereof including the Technical proposal and
Financial proposal along with all other documents forming part and in support thereof.

“Bid Validity Period” shall mean the time period starting from the bid due date for which
the technical and price bids submitted by the Bidders shall be considered valid.

“Bidder” means a company/ Partnership/ Proprietary Firm registered in India or abroad,


engaged in the manufacture and supply of fully built buses and who has submitted a Bid
to the Authority in response to this RFP.

“Bidding Process” shall have meaning as ascribed in the clause 4.1 of Part E of the
RFP.

“BIS” Bureau of Indian Standards.

“Buses” for the purpose of this RFP shall have the meaning given in Clause 3.1.1 of
Part E (ITB).

“Bus Bodybuilding Facility” shall mean the plant, facility etc. owned by the Contractor
or its Associates which shall not only have in-house facility for building a complete bus
and its sub-assemblies or aggregates, but shall also have capability to design and
develop bus bodies.

“CIF” shall mean Cost, Insurance and Freight as specified in the prevailing
INCOTERMS

“CIRT” The Central Institute of Road Transport, Pune, India.

“Commissioning” shall mean successful testing of operable condition by the


Contractor of the delivered Contracted buses at the Designated Locations for Delivery
of Buses.

RFP for Design, Manufacture and Supply of 1771 (Nos.) BS VI Diesel Fueled Fully Built Buses 19

Tender Document 23
Climate Friendly Modernization of Bus Services in Major Cities of Tamil Nadu

“Conflict of Interest” shall have meaning as ascribed in the clause 4.9 of Part E of the
RFP.

“Contract” means collectively the cover agreement as provided in Part F along with all
Schedules thereto and the RFP Document.

“Contract Value / Contract Price” means sum total of the supply cost (inclusive of all
taxes, Insurance, transit cost and any other cost applicable for delivery of buses at
designated location) of Contracted Buses.

“Contracted Bus(es)” are total number of Buses to be supplied by the Contractor under
the Package(s) awarded to it as per the provisions of the RFP .

“Contractor” shall have meaning as ascribed in the recital of Part F of the RFP.

“Contractor’s Event of Default” shall have meaning as ascribed in the clause 42 of


Schedule 2: Part F of the RFP.

“DDP” shall mean ‘Delivered Duty Paid’ as specified in the prevailing INCOTERMS.

“Deadline for Submission of Bids/tenders” shall mean the last date and time for
receipt of Bids as set-forth in Part B of this RFP under the heading “ Notice Inviting
Tender” or such other date / time as may be decided by Authority in its sole discretion
and notified to the Bidders by dissemination of requisite information in this behalf on the
Authority Website www.tenders.tn.gov.in/ www.mstcecommerce.com/eproc and / or in
writing either by email or by facsimile or by registered post.

“Delivery of Buses” shall be deemed to take place only if buses are delivered in
accordance with the terms of the Contract/agreement, after approval by the Inspecting
Officer or Representative appointed by the Authority or Concerned Official of the
Authority if so, provided in the Contract to – The Authority at its premises/ site, or Where
so provided, the interim Authority at its premises;

“Delivery Schedule” shall have the meaning specified in the Sr. No. 19 of RFP
Summary and clause 11 of Schedule 2: Part F of the RFP.

“Designated Locations for Delivery/ Destination” shall be locations as specified in


the clause 11.2 of Schedule 2: Part F of the RFP for delivery of the Contracted Buses.

“Dispute” shall have meaning as ascribed in the clause 48 of Schedule 2: Part F of the
RFP.

RFP for Design, Manufacture and Supply of 1771 (Nos.) BS VI Diesel Fueled Fully Built Buses 20

Tender Document 24
Climate Friendly Modernization of Bus Services in Major Cities of Tamil Nadu

“Earnest Money Deposit/Bid Security” shall have the meaning ascribed to it in Clause
4.5.2 of Instructions to Bidders (ITB).

“Effective Date” of the Contract shall mean the date on which the ‘Letter of Acceptance’
(LOA) is dispatched by the Authority.

“Final Acceptance Certificate” shall have meaning as ascribed in the clause 15.1 of
Schedule 2: Part F of the RFP.

“Foreign Bidder” shall mean a company incorporated in a foreign country to India.

“Fully Built Bus(es)” shall mean a complete Bus, constituting chassis, structure
assembly, Interior and exterior paneling, sub systems, aggregates and critical
components of the Bus(es), designed, manufactured/assembled and tested at
Contractor’s or its Associates’ Vehicle manufacturing or Bus Bodybuilding facilities.

“Government” means the Government of Tamil Nadu (GoTN).

“I-CAT” International Centre for Automotive Technology, Manesar, India.

“Inspecting Officer” means the person(s), firm(s) or organization nominated by the


Authority from time to time for the purpose of inspection of buses, work in progress, or
any work under the Contract and includes its/ their authorized representative(s).

“Inspections” means as provided in the Clause 9 of GCC which forms Schedule 2 in


the Part F of the RFP Document.

“IRT” means Institute of Road Transport, Chennai.

“KFW” means Kreditanstalt Fuer Wiederaufbau, a German state-owned investment and


development bank, based in Frankfurt.

“Letter of Acceptance” (LOA) shall have meaning as ascribed in the clause 5.7 of Part
E of the RFP.

“Manufacturing Premises” means the manufacturing works of the Contractor at which


the buses shall be manufactured;

“Material” means anything used in the manufacture or fabrication of the buses.

“NABL” National Accreditation Board for Testing and Calibration Laboratories.

RFP for Design, Manufacture and Supply of 1771 (Nos.) BS VI Diesel Fueled Fully Built Buses 21

Tender Document 25
Climate Friendly Modernization of Bus Services in Major Cities of Tamil Nadu

“No Objection from KfW” shall mean notification/communication issued by KfW to the
PEA/Authority for the various stages of Bidding Process as provided in the clause 2.12
of Part E of the RFP.

“Officer In-charge” means the person duly authorized by the Authority to execute the
Bid Process and sign correspondence and the Contract on behalf of the Authority, The
Director IRT shall be the Officer In charge for the tender document

“Packages”/ “Package” shall mean the Bus Type wise packages as ascribed in Sr. No
3: Part C: RFP Summary.

“Party” when used as a singular word shall refer to either The Authority or the
Contractor while when used in plural form i.e., “Parties” it shall collectively refer to the
Authority and the Contractor.

“Particulars” include – (i) Technical Specifications; (ii) Drawings; (iii) “Proprietary Mark”
or “Brand” meaning the mark or brand of a product which is owned by an Industrial firm;
(iv) Any other details governing the construction, manufacture or supply of buses as may
be prescribed by the Contract.

“PEA” means Project Execution Agency which is Department of Transport, Govt of


Tamil Nadu with reference to the RFP

“Performance Security” shall have meaning as ascribed in the clause 5.8.4 of Part E
of the RFP and clause 4 of Schedule 2: Part F of the RFP.

“Period” shall mean the entire term of the agreement.

“PIS” means Passenger Information System whereby and where under passengers
shall be informed, inter alia, of approaching Bus stops and other details inside the
buses/on Bus stops waiting for a Bus.

“PIU” Project Implementation Unit created by PEA for implementation of Climate-friendly


Urban Mobility” programs through procurement of 2,213 Diesel buses and 500 Electric
buses.

“Preferred Bidder” shall have meaning as ascribed in the clause 5.5.1 of Part E of the
RFP.

“Price Bid” shall have meaning as ascribed in the clause 4.1.1 of Part E of the RFP.

RFP for Design, Manufacture and Supply of 1771 (Nos.) BS VI Diesel Fueled Fully Built Buses 22

Tender Document 26
Climate Friendly Modernization of Bus Services in Major Cities of Tamil Nadu

“Purchase Officer” means the official signing the “Letter of Acceptance” and includes
any officer who has authority to execute relevant Contract on behalf of the Authority.

“Purchase Order” shall be issued by respective STUs after signing of the Contract as
specified in the clause 5.8.4 of Part E of the RFP.

“Remedial Period” shall have meaning as ascribed in the clause 44.1 of Schedule 2:
Part F of the RFP.

“RFP” and/ or “RFP Document”/ and or tender/ Bid document means this RFP
document comprising of a number of Parts/ sections/ clauses etc. namely Disclaimer,
Brief Overview, Notice Inviting Tender (NIT) and Key Details, Definitions and
Abbreviations, Instructions to Bidders (ITB), General Conditions of Contract (GCC),
Schedule of Requirements (SOR), Technical Specifications (TS), Authority’s response
to Prebid Queries including Corrigendum or Addendum to the RFP, if any, Techno-
Commercial Evaluation Proformas (TCEP), Price Schedule (PS) and Bid Forms,
Annexures and other Formats and any applicable Schedules thereto, “Test” means
such test(s) as is/ are prescribed by the Authority or considered necessary by the
Inspecting Officer whether performed or carried out by the Inspecting Officer or any
agency acting under the direction of the Authority/ Inspecting Officer;

“Services” means services ancillary to the supply of the buses such as transportation
and insurance etc.;

“Signed” includes stamped.

“Site” means the place specified in the Contract at which any work is required to be
executed by the Contractor under the Contract or any other place approved by the
Authority for the purpose.

“STUs” shall mean the Tamil Nadu State Transport Undertakings providing services in
the cities of Chennai, Villupuram, Salem, Coimbatore, Kumbakonam, Madurai and
Tirunelveli

“Successful Bidder(s)” shall have meaning as ascribed in the clause 5.7.1 of Part E
of the RFP.

“Technical Bid” shall have meaning as ascribed in the clause 4.1.1 of Part E of the
RFP.

RFP for Design, Manufacture and Supply of 1771 (Nos.) BS VI Diesel Fueled Fully Built Buses 23

Tender Document 27
Climate Friendly Modernization of Bus Services in Major Cities of Tamil Nadu

“Types of Buses” means types of buses as ascribed in the Sr. No 2: Part C: RFP
Summary.

“Warranty” shall have meaning as ascribed in the clause 39 of Schedule 2: Part F of


the RFP.

“Writing” or “Written” includes matter, either in whole or in part, in manuscript, type


written, lithographed, photocopied, photographed or printed form under or over signature
or seal, as the case may be;

2. Any other term(s), not defined herein above but defined elsewhere in this RFP shall have
the meaning(s) ascribed to such term(s) therein and shall be deemed to have been
included in this Part.

RFP for Design, Manufacture and Supply of 1771 (Nos.) BS VI Diesel Fueled Fully Built Buses 24

Tender Document 28
Climate Friendly Modernization of Bus Services in Major Cities of Tamil Nadu

TABLE OF CONTENTS
PART E: INSTRUCTIONS TO BIDDERS
1. Background ..................................................................................................................... 27
2. Key terms of the RFP ..................................................................................................... 29
3. Scope of Work................................................................................................................. 31
4. Instructions for Bid Submissions................................................................................. 33
4.1 Brief Description of the Bidding Process ............................................................ 33
4.2 Bid Currency ............................................................................................................ 35
4.3 Schedule of Bidding Process ................................................................................ 35
4.4 Bid Due Date ............................................................................................................ 35
4.5 Cost of RFP Document and Bid Security/ Earnest Money Deposit .................. 36
4.6 Bid Evaluation Criteria............................................................................................ 38
4.7 Number of Bids........................................................................................................ 40
4.8 Cost of Bidding........................................................................................................ 40
4.9 Conflict of Interest .................................................................................................. 40
4.10 Verification of Information ..................................................................................... 41
4.11 Right to accept and reject any or all Bids ............................................................ 42
4.12 Verification and Disqualification ........................................................................... 43
4.13 Contents of the RFP................................................................................................ 44
4.14 Clarifications............................................................................................................ 44
4.15 Pre-Bid Meeting ....................................................................................................... 44
4.16 Amendment of RFP ................................................................................................. 45
4.17 Format and Signing of Bid ..................................................................................... 46
4.18 Language and Numbers ......................................................................................... 47
4.19 Sealing and Marking of Bids .................................................................................. 47
4.20 Online submission .................................................................................................. 50
4.21 Process of E-Tender ............................................................................................... 52
4.22 Contents of the Bid ................................................................................................. 57
4.23 Modifications/ Substitution/ Withdrawal of Bids ................................................. 57
4.24 Confidentiality ......................................................................................................... 57
4.25 Correspondence with the Bidder .......................................................................... 57
5. Evaluation of Bids .......................................................................................................... 58
5.1 Opening of Technical Bid ....................................................................................... 58
5.2 Evaluation of Technical Bid ................................................................................... 58
5.3 Opening of Price Bids............................................................................................. 61

RFP for Design, Manufacture and Supply of 1771 (Nos.) BS VI Diesel Fueled Fully Built Buses 25

Tender Document 29
Climate Friendly Modernization of Bus Services in Major Cities of Tamil Nadu

5.4 Evaluation of Price Bids ......................................................................................... 61


5.5 Selection of the Preferred Bidder.......................................................................... 62
5.6 Quantity Variation ................................................................................................... 63
5.7 Notification of Award to Successful Bidder......................................................... 63
5.8 Signing of Contract ................................................................................................. 63
5.9 Performance Security ............................................................................................. 64
5.10 Contacts during Evaluation ................................................................................... 65
6. Eligible Goods and Related Services ........................................................................... 65
7. Fraud and Corrupt Practices ......................................................................................... 65
8. Social and Environmental Responsibility ................................................................... 67
9. Miscellaneous ................................................................................................................. 68

RFP for Design, Manufacture and Supply of 1771 (Nos.) BS VI Diesel Fueled Fully Built Buses 26

Tender Document 30
Climate Friendly Modernization of Bus Services in Major Cities of Tamil Nadu

PART E: INSTRUCTIONS TO BIDDERS (ITB)


1. Background

1.1 Tamil Nadu is spread across a geographical area of 1.3 lakh square kilometres with a
population of ~72 million people as per 2011 census. The Tamil Nadu Transport
Department is responsible for regulating and operating intra-city bus transportation in
major cities as well as inter-city and rural transport services in some regions. The
Transport Department provides urban and mofussil bus services through seven State
Transport Undertakings (STUs), collectively known as the Tamil Nadu State Transport
Cooperation (“TNSTC”). Following is the organogram of TNSTC.

Figure 1 Organizational Structure of TNSTC

TNSTC moves more than 16.5 million


commuters per day in entire Tamil Nadu.
The STUs operates collective fleet of
21,000 diesel buses through 321 depots
and over 100 workshops/other facilities,
making it India’s largest bus operator.

In order to improve attractiveness, the


Government of Tamil Nadu has planned to
overhaul the state’s delivery of bus
transport by prioritising climate friendly
modernisation and improved service
quality of public bus services in major cities

RFP for Design, Manufacture and Supply of 1771 (Nos.) BS VI Diesel Fueled Fully Built Buses 27

Tender Document 31
Climate Friendly Modernization of Bus Services in Major Cities of Tamil Nadu

through fleet replacement and expansion, to cope with an increasing population and
travel demand in the state.

With this context, Government of Tamil Nadu has signed a project-specific loan and
grant financing agreement with the KfW and German Ministry for Economic Cooperation
and Development in August 2019. KfW is a German State owned investment and
development bank established in 1948 in Frankfurt, Germany. KfW is committed to
improve economic, social and environmental living conditions across the globe. KfW will
be providing the capital assistance to Govt of Tamil Nadu for procurement buses under
the financial cooperation agreement.

The financing agreement covers Inter-governmental Cooperation for “Climate-friendly


Urban Mobility” programs through procurement of around 2200 Diesel buses and 500
Electric buses over a period of two years. The KfW has also extended financial
assistance for development of depot infrastructure to support the modernised the bus
based public transport system.

As part of the Modernisation Plan, TNSTC has issued the second RFP for centralised
procurement of 1771 (nos.) Fully Built, Non AC, BSVI diesel fuelled, Buses as provided
in the Sr. No. 2: Part C: RFP Summary for Seven (7) STUs of Tamil Nadu as part of the
Phase 1 Procurement of 2213 BS VI diesel fuelled buses. The diesel buses are to be
supplied to the Seven (7) STUs in the following manner.

Table 1 STU wise supply of buses

11 mtr, 900 mm 11 mtr, 1150 mm 12 mtr, 1150 mm


Sr.
STUs Total Floor Height – Floor Height – Floor Height –
no.
Type I Type II (NDX) Type II (DLX)
1 MTC Chennai 402 402 0 0
2 Villupuram 347 150 137 60
3 Salem 303 140 103 60
4 Coimbatore 115 85 30 0
5 Kumbakonam 303 150 93 60
6 Madurai 251 150 101 0
7 Tirunelveli 50 30 20 0
Total 1771 1107 484 180

The Institute of Road Transport (IRT) was established in 1976 under the Control of
Government of Tamil Nadu and has been registered as a society under the Indian Societies

RFP for Design, Manufacture and Supply of 1771 (Nos.) BS VI Diesel Fueled Fully Built Buses 28

Tender Document 32
Climate Friendly Modernization of Bus Services in Major Cities of Tamil Nadu

Registration Act 1860. It functions as the institutional knowledge partner of the Transport
Department. With regard to this project, it will be in charge of the procurement process as a
procurement agency/ issuing agency on behalf of the Transport Department.

2. Key terms of the RFP

2.1 The RFP is for Design, Manufacture and Supply of 1771 (nos.) BSVI diesel Fully Built
buses through different Packages as per the bus specification provided in the Part G of
the RFP. The Authority shall adopt an online, single stage – Two Packets Bid System
(Viz. Technical Bid and Commercial Bid), International Competitive Bidding (ICB)
process. The interested and eligible bidders meeting pre-qualification and qualification
criteria set forth in the RFP are requested to submit their duly signed bids as per the
format and timeline specified in the RFP. Consortium is not permitted. The Bidders can
submit their queries and suggestion pertaining to the RFP documents before and during
the Pre-bid meeting.

2.2 The bidders can submit their bid for any or all of the Packages as provided in the Sr. no.
3 of Part C: RFP Summary.

2.3 The bidder quoting lowest cost for supply of bus (inclusive of all taxes, insurance and
transportation cost and any other cost applicable for the delivery of buses) for a package
shall be considered the Preferred Bidder for Award of the Contract for that entire
Package. For avoidance of any doubt it is clarified that possibly there can be separate
Preferred bidders for each package or single Preferred Bidder for all or multiple
Packages.

2.4 There shall be no split in the Contract within the Package for Design, Manufacturing and
Supply of buses.

2.5 The Letter of Acceptance (LOA) shall be issued by the Director IRT for the Buses to be
supplied to the respective STUs under each Package according to the Bus supply
distribution provided in the Table 1 in the Clause 1 above.

2.6 The Successful Bidder shall be required to submit Performance Security in form of Bank
Guarantee, separately in favour of Managing Directors of each STU, of the amount equal
to the Buses allotted to each STU.

2.7 Similarly, the Supply Contract will be signed between the Successful bidder for each
Package and Managing Directors of each STUs separately. After signing of the Supply

RFP for Design, Manufacture and Supply of 1771 (Nos.) BS VI Diesel Fueled Fully Built Buses 29

Tender Document 33
Climate Friendly Modernization of Bus Services in Major Cities of Tamil Nadu

Contract, the Managing Directors of the respective STUs shall issue the Purchase order
to the Successful Bidder(s) /Contractor(s).

2.8 For avoidance of any doubt, it is clarified that the contract period shall begin with signing
of the contract and expire with the end of warranty period for the Bus Structure as
specified in Sr. No. 21 of Part C RFP Summary and Clause 2.9 below.

2.9 Warranty period:

2.9.1 The Complete Bus Warranty Period, the Structure Warranty Period and the ITS
equipment Warranty Period shall be as per point no. 21 of the RFP Summary.

2.10 The buses shall be delivered at the Designated Locations for Delivery specified in the
clause 11 Part F (Schedule 2) of the RFP.

2.11 The Contractor(s) /Successful Bidder(s) shall be required to submit invoice as per the
payment terms provided in the Clause 16: Part F of the RFP towards supply of Buses to
the respective STUs. The STUs, after verification the Invoice amount and calculation of
deductible Liquidated Damages pursuant to the provisions of the RFP from the
submitted invoices, shall release the Payment Advisory to the PIU/TDFC in Chennai.
The payment shall be released to the Contractor(s)/Successful Bidder(s) by the
PIU/TDFC within the time period specified in the clause 16, Part F of the RFP after due
deduction of applicable Liquidated Damages and other applicable statutory deductions
notified by competent Authority from time to time such as Tax Deduction at Source or
Withholding Tax for a Foreign based Contractor etc.

2.12 The Authority shall be required to obtain “No Objection” approvals from KfW at following
stages of bidding process:

i. Issuance of Tender Notice

ii. Issuance of RFP

iii. Opening Technical and Price Bids

iv. Technical and Price Bid Evaluation Process

v. Bid Evaluation reports

vi. Request for pre-award discussions with the next ranked Bidder and for
cancellation of the Tender Process with appropriate justification and proposal for
further action.

RFP for Design, Manufacture and Supply of 1771 (Nos.) BS VI Diesel Fueled Fully Built Buses 30

Tender Document 34
Climate Friendly Modernization of Bus Services in Major Cities of Tamil Nadu

vii. Prior to Award of Contract, the draft Contract and

viii. If applicable, prior to its signature, any subsequent Contract amendments.

In order to obtain No Objection or comply with the “Guidelines for Procurement


Guidelines for the Procurement of Consulting Services, Works, Plant, Goods and Non-
Consulting Services in Financial Cooperation with Partners, 2021” published by KfW, the
Authority may take corrective actions including but not limited to rejection of Bid(s) fully
or part thereof and/or annul the award of contract to Successful Bidder(s) and/or annul
the bidding process fully or part thereof.

3. Scope of Work

3.1 The scope of the Project will broadly include the following;

3.1.1 Supply of Buses: Design, manufacture and supply 1771 number of diesel BS-
VI Non-AC buses as specified in the Sr. No 2 of the Part C: RFP Summary
above (hereinafter the “Buses”) to the TNSTC at locations in Tamil Nadu as
specified in the Table 1: Clause 1: Part E of the RFP strictly adhering to the
Delivery Schedule as provided in the RFP summary. All Bidders shall note that
the Authority reserves the right to reduce the number of Buses in accordance
with Clause 37.1 of the General Conditions of Contract in Schedule 2 to Part F
of the RFP Document.

3.1.2 Compliance with Technical Bus Specifications: The Buses required against
this RFP Document shall confirm to the Technical Bus Specifications provided
in the Part G of RFP Document and amendments therein, if any. The Bidder
shall obtain himself, at his own expense, all the latest specifications required for
design, manufacture and supply of Contracted Buses in accordance with
Contract terms. The Bidder shall be required to comply with all the latest
provisions of the Central Motor Vehicle Rules1989 (CMVR), Motor Vehicle Act
1988 (MVA), Bus Body Code (AIS052, AIS153 as applicable for fully built bus)
and the Tamil Nadu Motor Vehicles Rules 1989. The Bidder should also comply
with provisions of the Rights of Persons with Disabilities Act, 2016, Rights
of Persons with Disabilities Rules, 2017 and Harmonised Guidelines &
Standards for Universal Accessibility in India (2021) published by Ministry of
Housing and Urban Affairs as applicable and any and all amendments there in
and other statutory/ mandatory and legal requirements as applicable on the

RFP for Design, Manufacture and Supply of 1771 (Nos.) BS VI Diesel Fueled Fully Built Buses 31

Tender Document 35
Climate Friendly Modernization of Bus Services in Major Cities of Tamil Nadu

date of delivery/registration of Buses with Transport Commissionerate and


State Transport Authority.
3.1.3 Warranty: The Successful Bidder shall ensure a warranty period as specified
in the RFP summary, to ensure trouble free services and supply of components
of Buses. The Successful Bidder shall comply with the Terms of the Warranty
pursuant to the clause 39 of Part F of the RFP.

3.1.4 Spares and after sales service: The Bidder shall confirm adequate availability
of spare parts and after sales services in India for the Buses offered till 12 years
from the date of Commissioning of Buses in the bid by furnishing a notarized
undertaking or self- declaration certificate on their official letter head as part of
the Technical Bid Submission. In case of non-submission of such
undertaking the entire bid shall be summarily rejected.

3.1.5 Insurance:

a. Transit insurance:

i. Transit insurance, till delivery/acceptance of Buses at Authority’s


premises, shall be arranged by the Successful Bidder at its own cost in a
freely convertible currency. Insurance amount shall be equal to the Cost,
Insurance and Freight (CIF) basis, or for amount equal to appropriate
Contract Price plus additional 10 percent thereof whichever is higher.
Successful Bidder shall be responsible for any damages till the ordered
quantity of all Buses arrives in safe and sound condition at the Designated
Locations for Delivery as specified by the Authority, complying with all
statutory requirements. Insurance documents in original be submitted
along with other Bus delivery documents. Insurance charges shall be
clearly indicated separately in the break-up of prices.

ii. For the buses manufactured in India using imported aggregates, in the
case of DDP destination contract, marine insurance covering transit risk
up to ultimate destination in India shall be arranged and paid for by the
Successful Bidder.

iii. The Authority shall advise Successful Bidder within 30 days of arrival of
Buses at Designated Location for Delivery/ Destination, regarding any
loss/ damage etc. of Buses and it shall be the responsibility of Successful
Bidder to lodge necessary claim on the carrier and/ or insurer and pursue

RFP for Design, Manufacture and Supply of 1771 (Nos.) BS VI Diesel Fueled Fully Built Buses 32

Tender Document 36
Climate Friendly Modernization of Bus Services in Major Cities of Tamil Nadu

the same. The Successful Bidder shall, however, at his own cost replace/
rectify Buses that are lost/ damaged to the entire satisfaction of the
Authority, within 30 days from the date of dispatch of intimation from the
Authority, without waiting for settlement of the claim.

b. Insurance after Delivery at Designated Locations: On Final Acceptance


of the buses by the Authority, it shall arrange third party insurance at its own
cost. The Successful Bidder shall be required to arrange insurance of Buses
till they are delivered to and accepted by the Authority.
c. The Successful Bidder shall be entirely responsible for suitable packing
wherever required keeping in view the arduous conditions during
transportation, handling and storage in tropical conditions (including
monsoon) so as to eliminate damage/ deterioration of Buses during transit/
trans-shipment/ handling or storage.

4. Instructions for Bid Submissions

4.1 Brief Description of the Bidding Process

4.1.1 The Authority shall adopt an online single stage- Two Packet Bid System (Viz.
Technical Bid and Commercial Bid), International Competitive Bidding (ICB)
process with evaluation as per the RFP (referred to as the "Bidding Process")
for selection of the Successful Bidder for award of the Project. The Bidders shall
submit their Bids in accordance with this RFP. The Bidders need to offer bid
which conforms to the draft Contract provided as part of this RFP Document
and the Technical Specifications.

The online Bid submitted by each Bidder will contain the information and data
as stipulated in the clause 4.19 of this ITB.

(i) Scanned copy of the RFP Fee and Bid Security/ EMD

(ii) Technical Bid

(iii) Price Bid

4.1.2 Bidders must note that the online Price Bid of only such Bidders who submit
responsive bids and who meet the Pre-qualification and Qualification Criteria
and are determined to be ‘Eligible Bidders” in accordance with the provisions
of this RFP will be opened.

RFP for Design, Manufacture and Supply of 1771 (Nos.) BS VI Diesel Fueled Fully Built Buses 33

Tender Document 37
Climate Friendly Modernization of Bus Services in Major Cities of Tamil Nadu

4.1.3 This RFP is not transferable.

4.1.4 Bidding by one or more entities forming a consortium is not permitted. Bidders
representing consortiums/ joint ventures are not eligible for submitting their Bid
in response to this RFP Document. Furthermore, brokers, dealers and
intermediaries are not permitted to submit any Bids on behalf of other entities.

4.1.5 Bidder shall:

a. Bid for single or multiple or all Packages as specified in the RFP summary
b. offer only one model of each of the required type of Buses;
c. quote only one rate for the tendered quantity of each Bus Type;
d. offer Bid for the entire quantity of the Buses per Package being Bid for, as
mentioned in the RFP Summary;
e. assure that that the Buses offered shall comply with the bus specifications
as provided in the RFP.

It is clarified that Bids of those Bidders who offer more than one rate and/ or
offer more than one model shall be rejected. Conditional offers/ rates on any
account shall not be accepted.

4.1.6 The Bidders, other than the Successful Bidder(s), shall be kept in reserve till
expiry of bid validity period or signing of the Agreement whichever is earlier and
may, in accordance with the process specified in Clause 5.5.1 of this RFP, be
invited for Pre-Award Discussion in case the Successful Bidder withdraws or is
not selected for any reason. In the event no mutual agreement can be found
with the other bidders, the Authority may, after obtaining “No Objection” from
KfW, annul the Bidding Process.

4.1.7 Bidders are invited to examine the Project in greater detail, and to carry out, at
their cost, such studies as may be required for submitting their respective Bids
for the award of the Project.

4.1.8 Any queries or request for additional information concerning this RFP shall be
submitted in writing, through e-mail as provided in the Sr. No. 8 of the RFP
summary.

RFP for Design, Manufacture and Supply of 1771 (Nos.) BS VI Diesel Fueled Fully Built Buses 34

Tender Document 38
Climate Friendly Modernization of Bus Services in Major Cities of Tamil Nadu

4.2 Bid Currency

4.2.1 All prices quoted in the Bid shall be quoted in Indian National Rupee(s) (INR)
only.

4.3 Schedule of Bidding Process

4.3.1 The Authority shall endeavour to adhere to the following schedule:

Sr. Event Description Date Time Physical Address Website/Email


No. address
1 Date of Issue of 10/10/2022 - - www.tenders.tn.gov.in
RFP and
www.mstcecommerce.c
om/eproc
2 Last Date of 28/10/2022 3:00 PM - irttaramani@gmail.com
Receiving Queries and/or
irtcpo@gmail.com.
3 Pre-Bid Meeting 31/10/2022 3:00 PM Institute of Road -
Transport, 100 Feet
Road, Taramani,
Chennai – 600113.
4 Online Bid Due date 05/11/2022 3:00 PM - https://www.mstcecom
merce.com/eproc/index
.jsp
5 Date & Time of 07/11/2022 3:00 PM Institute of Road -
Physical Transport, 100 Feet
Submission of RFP Road, Taramani,
fee and EMD/Bid Chennai – 600113.
Security
6 Opening of 07/11/2022 3:30 PM Institute of Road -
Technical Bid Transport, 100 Feet
Road, Taramani,
Chennai – 600113.

4.4 Bid Due Date

4.4.1 The last date of submission of the Bids (“the “Bid Due Date”) shall be as specified
in table given in Clause 4.3.1 above. The Bid shall be valid for a period of not
less than 120 (one hundred and twenty) days from the Bid Due Date (“Bid
Validity Period”).

4.4.2 Bids should be submitted online before specified time limit on the Bid Due Date
at the specified website and in the manner and form as detailed in this RFP.

RFP for Design, Manufacture and Supply of 1771 (Nos.) BS VI Diesel Fueled Fully Built Buses 35

Tender Document 39
Climate Friendly Modernization of Bus Services in Major Cities of Tamil Nadu

4.4.3 The Authority may, in its sole discretion, extend the Bid Due Date by issuing an
Addendum uniformly for all Bidders.

4.4.4 Bids received by the Authority after the specified time limit on the Bid Due Date
shall not be eligible for consideration and shall be summarily rejected.

4.5 Cost of RFP Document and Bid Security/ Earnest Money Deposit

4.5.1 Cost of RFP Document

The RFP Document can be downloaded from the following website:


www.tenders.tn.gov.in and www.mstcecommerce.com/eproc. The fee for
purchase of this RFP document as specified in the RFP Summary, is payable by
Demand Draft drawn in favour of “The Director, IRT” payable at Chennai. The
RFP fee is non-refundable. Bids that are not accompanied by the RFP fees shall
be considered non- responsive and shall be summarily rejected.

4.5.2 Bid Security/Earnest Money Deposit

The Bidders are required to deposit, along with the Bid, an Earnest Money
Deposit of the amount specified in the RFP summary separately for each of the
Package for which the Bid is submitted. (“Bid Security/ Earnest Money
Deposit” or “EMD”), which shall be provided in the form of Demand Draft (DD)
Bank in favour of “The Director, IRT”, (or) Real Time Gross Settlement (RTGS)/
Net-banking on or before the due date of submission of bids. In the case of
RTGS/ Net-Banking, the amount has to be sent to bank account details provided
in Sr. No. 16 of RFP Summary on or before the due date of submission of bids.

4.5.3 The RFP Fees and EMD shall be submitted in Physical form in a sealed cover
through Speed Post/ RPAD only on or before the timeline specified in the RFP
Summary. The scanned copy of the RFP Fees and EMD shall also be uploaded
along with Technical Bid on https://www.mstcecommerce.com/eproc/index.jsp.

4.5.4 Any Bid not accompanied by the adequate Bid Security/ EMD shall be summarily
rejected by the Authority as non-responsive.

4.5.5 The Bid Security of unsuccessful Bidders will be returned by the Authority,
without any interest, as promptly as possible and latest by 30 th day of signing of
the Contract by the Successful Bidder or when the Authority cancels the Bidding
Process.

RFP for Design, Manufacture and Supply of 1771 (Nos.) BS VI Diesel Fueled Fully Built Buses 36

Tender Document 40
Climate Friendly Modernization of Bus Services in Major Cities of Tamil Nadu

4.5.6 Bid Security of the Successful Bidder(s) shall be returned only after submission
of adequate Performance Security as per the provisions of the RFP and
execution of the Contract.

4.5.7 The Authority shall be entitled to forfeit and appropriate the Bid Security inter alia
in any of the events specified in Clause 4.5.9 herein below. The Bidder, by
submitting its Bid pursuant to this RFP, shall be deemed to have acknowledged
and confirmed that the Authority will suffer loss and damage on account of
withdrawal of its Bid or for any other default by the Bidder during the Bid Validity
Period as specified in this RFP. No relaxation of any kind on EMD shall be given
to any Bidder.

4.5.8 The Bid Security shall be furnished in Indian Rupees only. No interest shall be
payable by the Authority on the Bid Security.

4.5.9 The Bid Security shall be forfeited and appropriated by the Authority without
prejudice to any other right or remedy that may be available to the Authority
hereunder or otherwise, under the following conditions:

a. If a Bidder submits a non-responsive Bid;

b. If a Bidder engages in a corrupt practice, fraudulent practice, coercive


practice, undesirable practice or restrictive practice as specified in Clause 7
of this ITB;

c. If a Bidder withdraws its Bid during the Bid Validity Period as specified in this
RFP and as extended by mutual consent of the respective Bidder(s) and the
Authority;

d. In the case of Successful Bidder, if it fails within the specified time limit –

i. to sign and return the duplicate copy of LOA (Letter of Acceptance) in


accordance with the terms thereof;

ii. to sign the Contract within the time specified by the Authority I.e.,
Managing Directors of Respective STUs; or

iii. to furnish the Performance Security within the period prescribed in the
Contract; or

RFP for Design, Manufacture and Supply of 1771 (Nos.) BS VI Diesel Fueled Fully Built Buses 37

Tender Document 41
Climate Friendly Modernization of Bus Services in Major Cities of Tamil Nadu

iv. In case the Successful Bidder, having signed the Contract, commits
any breach thereof prior to furnishing the Performance Security.

4.6 Bid Evaluation Criteria

4.6.1 Pre-Qualification Criteria

a. The Pre-qualification Criteria shall be as provided in the Sr. No. 4 Part C:


RFP Summary.

b. The Bidder shall submit copies of its certificate of incorporation and the
Memorandum and Articles of Association along with its Bid. A bidder being
Foreign Bidder shall also submit the constituent documents indicating the
legal status and place of Bidder along with the name of the Act under which
the entity is formed or incorporated. In case of Foreign Company,
incorporation documents other than English language should be
accompanied by a translation to English language only which is notarized
or Certified by a registered Chartered Accountant or equivalents who has
been vested in Statutory Powers by the competent Authority. .

c. Only the Bids of the Bidder meeting above Pre-Qualification Criteria shall
be considered for assessment of next stage of assessment of Qualification
Criteria.

4.6.2 Qualification Criteria

The Bidder’s qualification and capability will be established by the evaluation of


the qualification submissions on the following parameters:

a. Technical Capacity/ Similar Experience

i. Bidder shall have Technical Capacity specified in the RFP summary.

Bidder shall submit information as per format provided in the

Annexure 3: Format for Performance Statement along with the copies


of Purchase Orders/ Letter of Awards/ Agreements and invoices to
support the supply of buses to meet the technical capacity criteria as
documentary evidences. In case of Foreign Company, incorporation
documents other than English language should be accompanied by a
translation to English language only which is notarized or Certified by

RFP for Design, Manufacture and Supply of 1771 (Nos.) BS VI Diesel Fueled Fully Built Buses 38

Tender Document 42
Climate Friendly Modernization of Bus Services in Major Cities of Tamil Nadu

a registered Chartered Accountant or equivalents who has been


vested in Statutory Powers by the competent Authority.

ii. The Bidder shall be required to have adequate fully built Bus
manufacturing facilities located in India/ abroad.

Bidder shall submit documentary evidences such as factory license


certificate or similar documents showing accreditation as body builder
issued by competent Authority in India such as ARAI, CIRT or
equivalent in India or outside as per the applicable law. In case of
Foreign Company, incorporation documents other than English
language should be accompanied by a translation to English language
only which is notarized or Certified by a registered Chartered
Accountant or equivalents who has been vested in Statutory Powers
by the competent Authority.

b. Financial Capacity

i. The Bidder shall have minimum average annual turnover as specified


in the RFP Summary during last three financial years starting from
2019-20, 2020-21, 2021-22.

ii. Minimum net worth as specified in the RFP Summary as on or after


31st March 2021.

iii. Bidders are required to submit a certificate from registered Chartered


Accountant as per format provided in the Annexure 4: Format for
Financial Statement and copy of Audited Annual Reports for last three
years as applicable or as per Financial Years. In case a Foreign Firm
is a Bidder, then it must provide evidence of meeting the Financial
Capability/Qualification criteria in equivalent Indian Rupees certified by
a Chartered Accountant registered in India or Certification by foreign
based reputed chartered accountant firms.

iv. In case Foreign bidder, the exchange rate of its respective foreign
currency to Indian Currency as on the last date of the financial year as
available on the online archives of Reserve Bank of India at
https://rbi.org.in/home.aspx shall be considered to compute the
Turnover and Net worth in INR terms.

RFP for Design, Manufacture and Supply of 1771 (Nos.) BS VI Diesel Fueled Fully Built Buses 39

Tender Document 43
Climate Friendly Modernization of Bus Services in Major Cities of Tamil Nadu

4.7 Number of Bids

4.7.1 No Bidder shall submit more than one Bid for a particular Package pursuant to
this RFP.

4.8 Cost of Bidding

4.8.1 The Bidder shall also be responsible and shall bear all of the costs associated
with the preparation of its Bid and its participation in the Bidding Process. The
Authority will not be responsible or in any way liable for such costs, regardless of
the conduct or outcome of the Bid.

4.9 Conflict of Interest

4.9.1 A Bidder shall not have a conflict of interest (the “Conflict of Interest”) that affects
the Bidding Process. Any Bidder found to have such a Conflict of Interest shall
be disqualified. In the event of disqualification, the Authority shall forfeit and
appropriate the EMD or Performance Security, as the case may be, payable to
the Authority for, inter alia, the time, cost and effort of the Authority, including
consideration of such Bidder’s proposal, without prejudice to any other right or
remedy that may be available to the Authority hereunder or otherwise. Without
limiting the generality of the above, a Bidder shall be considered to have a
Conflict of Interest that affects the Bidding Process, if:

a. directly or indirectly controls, is controlled by or is under common control with


another Bidder; or

b. a constituent of such Bidder is also a constituent of another Bidder; or

c. such Bidder or any Associate thereof receives or has received any direct or
indirect subsidy, grant, concessional loan or subordinated debt from any other
Bidder or Associate, or has provided any such subsidy, grant, concessional
loan or subordinated debt to any other Bidder or any Associate thereof; or

d. such Bidder has the same legal representative for purposes of this Bid as any
other Bidder; or

e. such Bidder, or any Associate thereof, has a relationship with another Bidder,
or any Associate thereof, directly or through common third party/ parties, that

RFP for Design, Manufacture and Supply of 1771 (Nos.) BS VI Diesel Fueled Fully Built Buses 40

Tender Document 44
Climate Friendly Modernization of Bus Services in Major Cities of Tamil Nadu

puts either or both of them in a position to have access to each other’s


information about, or to influence the Bid of either or each other; or

f. such Bidder has participated as a consultant to the Authority in the preparation


of any documents, design or technical specifications of the Project

g. Any of its Associates has been hired (or is proposed to be hired) by the
Authority for the Contract implementation; or

h. Has a close business or family relationship with a professional staff of the


Authority (or of the project implementing agency, or of a recipient of a part of
the KfW funds) who: (i) are directly or indirectly involved in the preparation of
the bidding documents or specifications of the contract, and/or the bid
evaluation process of such contract; or (ii) would be involved in the
implementation or supervision of such contract unless the conflict stemming
from such relationship has been resolved in a manner acceptable to the KfW
throughout the procurement process and execution of the contract.

Notwithstanding anything stated herein a conflict-of-interest situation arising


at the pre-qualification stage will be considered to subsist only, as between
such applicants attracting conflict of interest provisions on account of
shareholdings, who submit bids under this document.

4.10 Verification of Information

4.10.1 The Bidders shall be deemed to have submitted their respective Bids after
verifying the information in relation to the Project including but not limited to
infrastructure, facilities, location, surroundings, climate, availability of power,
water and applicable laws and regulations, and any other matter considered
relevant by them.

4.10.2 The Bidders are encouraged to examine and familiarize themselves fully about
the nature of assignment/Project all instructions, forms, terms and conditions of
RFP, local condition and any other matters considered relevant by them before
submitting the Bid by paying a visit to the site and sending written queries to the
Authority during pre-bid meeting. Bidders are encouraged to submit their
respective Bids after visiting the respective cities where buses are to be
operational and ascertaining for themselves the availability and condition of
passenger traffic, location, availability of fuel, applicable laws and regulations,

RFP for Design, Manufacture and Supply of 1771 (Nos.) BS VI Diesel Fueled Fully Built Buses 41

Tender Document 45
Climate Friendly Modernization of Bus Services in Major Cities of Tamil Nadu

and any other matter considered relevant by them. The Bidder shall not attempt
to communicate informally or verbally with any concerned officials or consultants
or authorized representatives of the Authority during such site visits.

4.10.3 It shall be deemed that by submitting a Bid, the Bidder has:

a. made a complete and careful examination of the RFP;

b. received all relevant information requested from the Authority;

c. acknowledged and accepted the risk of inadequacy, error or mistake in the


information provided in the RFP or furnished by or on behalf of the Authority;

d. satisfied itself about all matters, things and information hereinabove


necessary and required for submitting an informed Bid, execution of the
Project in accordance with the RFP and performance of all of its obligations
there under;

e. acknowledged and agreed that inadequacy, lack of completeness or


incorrectness of information provided in the RFP or ignorance of any of the
matters in this RFP hereinabove shall not be a basis for any claim for
compensation, damages, extension of time for performance of its
obligations, loss of profits etc. from the Authority, or a ground for termination
of the Contract;

f. acknowledged that it does not have a Conflict of Interest; and

g. agreed to be bound by the undertakings provided by it under and in terms


thereof.

4.10.4 The Authority shall not be liable for any omission, mistake or error on the part of
the Bidders in respect of any of the above or on account of any matter or thing
arising out of or concerning or relating to RFP, or the Bidding Process, including
any error or mistake therein or in any information or data given by the Authority.

4.11 Right to accept and reject any or all Bids

4.11.1 Notwithstanding anything contained in this RFP, the Authority reserves the right
to accept or reject any Bid and to annul the Bidding Process and reject all Bids
at any time without any liability or any obligation for such acceptance, rejection
or annulment, and without assigning any reasons thereof.

RFP for Design, Manufacture and Supply of 1771 (Nos.) BS VI Diesel Fueled Fully Built Buses 42

Tender Document 46
Climate Friendly Modernization of Bus Services in Major Cities of Tamil Nadu

4.12 Verification and Disqualification

4.12.1 The Authority reserves the right to verify all statements, information and
documents submitted by the Bidder in response to the RFP and the Bidder shall,
when so required by the Authority during the Technical and Price Bid Evaluation,
make available all such information, clarifications, evidence and documents as
may be necessary for such verification. Any such verification or lack of such
verification, by the Authority shall not relieve the Bidder of its obligations or
liabilities hereunder nor will it affect any rights of the Authority there under.

4.12.2 The Authority reserves the right to reject any Bid and appropriate the EMD if:

a. at any time, a material misrepresentation is made or uncovered, or

b. the Bidder does not provide, within the time specified by the Authority, the
supplemental information sought by the Authority for evaluation of the Bid.

Such misrepresentation/ improper response shall lead to the disqualification


of the Bidder. If such disqualification/ rejection occurs after the Bids have
been opened and the lowest Bidder gets disqualified/rejected, then the
Authority reserves the right to:

i. invite the remaining Bidders to submit their Bids as per Clause 4.1.6; or

ii. take any such measure as may be deemed fit in the sole discretion of the
Authority, including annulment of the Bidding Process.

c. In case it is found during the evaluation of Bids or at any time before signing
of the Contract or after its execution and during the period of subsistence
thereof, that one or more of the pre-qualification conditions have not been
met by the Bidder, or the Bidder has made material misrepresentation or has
given any materially incorrect or false information, the Bidder shall be
disqualified forthwith if not yet appointed as the Contractor either by issue of
the LOA or entering into of the Contract, and if the Successful Bidder has
already been issued the LOA or has entered into the Contract, as the case
may be, the same shall, notwithstanding anything to the contrary contained
therein or in this RFP, be liable to be terminated, by a communication in
writing by the Authority to the Successful Bidder or the Contractor, as the
case may be, without the Authority being liable in any manner whatsoever to
the Successful Bidder or Contractor. In such an event, the Authority shall be

RFP for Design, Manufacture and Supply of 1771 (Nos.) BS VI Diesel Fueled Fully Built Buses 43

Tender Document 47
Climate Friendly Modernization of Bus Services in Major Cities of Tamil Nadu

entitled to forfeit and appropriate the EMD or Performance Security, as the


case may be, without prejudice to any other right or remedy that may be
available to the Authority under the RFP and/or the Contract.

4.13 Contents of the RFP

4.13.1 This RFP comprises the Disclaimer set forth hereinabove, the contents thereof,
and will additionally include any Addenda issued in accordance with Clause 4.16.

The draft Contract provided by the Authority as part of the Bid Documents shall
be deemed to be part of this RFP.

4.14 Clarifications

4.14.1 Bidders requiring any clarification on the RFP may notify the Authority in writing
or e-mail at the address provided in Clause 4.19.1 of this RFP. They should send
in their queries on or before the date mentioned in the Schedule of Bidding
Process specified in Clause 4.3. The Authority shall endeavour to respond to the
queries within the period specified in Clause 4.15.2. The responses will be sent
by e-mail by the Authority to the Bidders. The Authority may upload the queries
and its responses on the websites www.tenders.tn.gov.in and
www.mstcecommerce.com/eproc. The Authority shall endeavour to respond to
the all questions raised or clarifications sought by the Bidders. However, the
Authority reserves the right not to respond to any question or provide any
clarification, in its sole discretion, and nothing in this Clause shall be taken or
read as compelling or requiring the Authority to respond to any question or to
provide any clarification.

4.14.2 The Authority may also on its own motion, if deemed necessary, issue
interpretations and clarifications to all Bidders. All clarifications and
interpretations issued by the Authority shall be deemed to be part of the RFP.
Verbal clarifications and information given by Authority or its employees or
representatives shall not in any way or manner be binding on the Authority.

4.15 Pre-Bid Meeting

4.15.1 Pre-bid meeting of the Bidders shall be convened both offline and online
simultaneously as specified in the RFP Summary.

RFP for Design, Manufacture and Supply of 1771 (Nos.) BS VI Diesel Fueled Fully Built Buses 44

Tender Document 48
Climate Friendly Modernization of Bus Services in Major Cities of Tamil Nadu

4.15.2 During the course of Pre-bid Meeting(s) and beyond till on or before 20th day prior
to Bid Due Date, the Bidders will be free to seek clarifications and make
suggestions for consideration of the Authority. The Authority shall endeavour to
provide clarifications and such further information as it may, in its sole discretion,
consider appropriate for facilitating a fair, transparent and competitive Bidding
Process.

4.15.3 Details of proposed/ suggested variations/ deviations/ additions from the


Proposal specifications/ conditions, if any, should be clearly indicated while
sending queries before Pre-bid Meeting. No further suggestions for deviations/
variations/ additions shall be entertained after the Pre-bid Meeting.

4.15.4 The Authority may clarify on variations/ deviations, alternative proposals, which
ensure equal or higher quality/ performance to the Technical Specifications
during Pre-bid Meeting. However, the decision of the Authority in this regard shall
be final.

4.15.5 After incorporating amendments acceptable to Authority, RFP Document shall be


frozen through issuance of an Addendum(s). Only Addendum or Corrigendum to
the RFP Document shall be sent by e-mail to all prospective Proposers. The
Addendum or Corrigendum to the RFP Document can also be downloaded from
www.tenders.tn.gov.in and www.mstcecommerce.com/eproc.

4.15.6 Non-attendance at the Pre-bid meeting shall not be a cause for disqualification
of a Bidder. However, terms and conditions of the Addendum(s) shall be legally
binding on all the Bidders irrespective of their attendance at the Pre-bid Meeting.

4.16 Amendment of RFP

4.16.1 At any time but not later than 10 (Ten) calendar days prior to the Bid Due Date,
the Authority may, for any reason, whether at its own initiative or in response to
clarifications requested by a Bidder, modify the RFP by the issuance of Addenda

4.16.2 Any Addendum issued hereunder will be in writing and may be uploaded on the
Authority’s website: www.tenders.tn.gov.in and
www.mstcecommerce.com/eproc

4.16.3 In order to afford the Bidders a reasonable time for taking an Addendum into
account, or for any other reason, the Authority may, in its sole discretion, extend

RFP for Design, Manufacture and Supply of 1771 (Nos.) BS VI Diesel Fueled Fully Built Buses 45

Tender Document 49
Climate Friendly Modernization of Bus Services in Major Cities of Tamil Nadu

the Bid Due Date and issue a notification in this regard on www.tenders.tn.gov.in
and www.mstcecommerce.com/eproc

4.16.4 The Authority shall not be responsible for non-dispatch (through e-mail or Post
or courier) of the amendments in the RFP Document, if any, to the prospective
Bidders.

4.17 Format and Signing of Bid

4.17.1 The Bidder shall provide all the information sought under this RFP.

4.17.2 The Bid and its copy shall be typed or written in indelible ink and signed by the
authorized signatory of the Bidder who shall also initial each page, in blue ink. In
case of printed and published documents, only the cover shall be initialled. All
the alterations, omissions, additions or any other amendments made to the Bid
shall be initialled by the person(s) signing the Bid.

4.17.3 The original copy of the bid along with the addendums (if any) shall be typed or
written neatly in indelible ink and shall be signed by the Bidder through a person
duly authorized to bind the Bidder to the Contract. The authorization to the said
person shall be substantiated by a Power-of-Attorney accompanying the Bid. In
case of the Bidder being Company incorporated under Indian Companies Act
1956/2013 or applicable similar statutory requirements of the country of origin in
case of Foreign Bidder, the Power of Attorney shall be supported by a Board
Resolution in favour of the person vesting power to the person signing the Bid.
The person or persons so authorized for signing the bid/bids shall initial all pages
of the bid/bids including printed literature. Each page of the Bid shall be
numbered at the right-hand top corner.

4.17.4 The Bid shall contain no interlineations, erasures or overwriting except as


necessary to correct errors made by the Bidder, in which case, such corrections
shall be initialled by the person or persons signing the Bid.

4.17.5 All prices and other information having a bearing on Price shall be written both in
figures and words. In case of discrepancy, price given in words shall be
considered.

RFP for Design, Manufacture and Supply of 1771 (Nos.) BS VI Diesel Fueled Fully Built Buses 46

Tender Document 50
Climate Friendly Modernization of Bus Services in Major Cities of Tamil Nadu

4.18 Language and Numbers

4.18.1 The Bid and all related correspondence and documents in relation to the Bidding
Process shall be in English language. All supporting documents and printed
literature furnished by the Bidders including Foreign Bidders with the Bid may be
in any other language provided that they are accompanied by translations in the
English language, duly authenticated by chartered accountant or a notary or any
person/entity which has statutory powers as per the applicable laws in India or
abroad and self-certified by the Bidder. All supporting materials, which are not
translated into English, may not be considered for bid evaluation. For the purpose
of interpretation and evaluation of the Bid, the English language translation shall
prevail.

4.18.2 The Bidders shall ensure that any number mentioned in the Bid shall be followed
by words in relation to such numerical format of the number, and in the event
there is a conflict in the numerical and the word format of the number, the number
provided in words shall prevail.

4.19 Sealing and Marking of Bids

4.19.1 The Bidder shall submit RFP Fees and EMD either online or physically and
Technical bid and Price bid online only. Physical submission shall be done at the
address specified in Sr. No. 12 of RFP Summary and online submission shall be
at the designated space on https://www.mstcecommerce.com/eproc/index.jsp.
The bid shall be submitted in the following manner.

Sr. Submission Submission Envelope to Annexures to Documents to be attached


No. Type be titled as be submitted along with the submission
1 RFP fee and Online RFP Fees • In case of Online
Bid through Net- and EMD Payment, scanned copy of
Security/ Banking/ the receipt of RFP fee and
EMD RTGS or requisite Bid Security/ EMD
physically for each Package for which
through Bid is submitted as per Sr.
Demand No. 15 and 16 of RFP
Draft (DD) Summary shall be submitted
along with the Technical Bid
online.
• In case of Physical
Payment, Demand Draft
(DD) for RFP Fee and
requisite Bid Security/ EMD

RFP for Design, Manufacture and Supply of 1771 (Nos.) BS VI Diesel Fueled Fully Built Buses 47

Tender Document 51
Climate Friendly Modernization of Bus Services in Major Cities of Tamil Nadu

Sr. Submission Submission Envelope to Annexures to Documents to be attached


No. Type be titled as be submitted along with the submission
for each Package for which
Bid is submitted shall be
submitted physically at
through RPAD/ Speed Post
only. In addition to above, a
scanned copy of the
Demand Draft (DD) for RFP
Fee and requisite Bid
Security shall be submitted
along with Technical Bid
online.
2 Technical Online Only Not Annexure 1 to • One scanned copy of RFP
Bid applicable 8 and document, Agreement and
Annexure 11, Addendum, if any, signed
and Scanned sealed by the authorized
Copy of the representative
RFP and • Annexure 1: Cover Letter
Addendum • Annexure 2: General
signed thereto. Information of the Bidder
• Annexure 3: Format for
Performance Statement
• A certificate from Chartered
Accountant showing annual
installed and utilized Bus
Manufacturing capacity of
each plant of the Bidder in
last 10 financial years
preceding due date of bid
submission.
• Annexure 4: Format for
Financial Statement along
with Audited Annual
accounts for last three
years.
• Annexure 5: Format of
power of attorney
• Annexure 6: Anti-
Blacklisting Certificate
• Annexure 7: Undertaking for
the availability of spare
parts and after sale service
• Annexure 8: Information on
Key Bus and ICT
Aggregates
• Annexure 11: Declaration of

RFP for Design, Manufacture and Supply of 1771 (Nos.) BS VI Diesel Fueled Fully Built Buses 48

Tender Document 52
Climate Friendly Modernization of Bus Services in Major Cities of Tamil Nadu

Sr. Submission Submission Envelope to Annexures to Documents to be attached


No. Type be titled as be submitted along with the submission
Undertaking
• Undertaking to setup
service network in Tamil
Nadu as per Pre-
Qualification requirements.
• Any other documents
required as per the RFP
terms.

(The Price Bid / prices should not be


mentioned anywhere in Technical
Bid. If the Price bid/Prices are
provided in the Technical Bid, the bid
shall be summarily rejected)

3 Price Bid Online Only Not Annexure 12 Separate Price Bid to be


applicable of the RFP submitted fir each Package
as per Annexure 12: Format
of Price Bid

For the purpose of Physical Submission, the original banking instruments i.e. DD
for RFP Fees and EMD shall be inserted in a single envelope. The Envelope
shall be sealed properly and superscripted as:

Request for Proposal (RFP) for Design, Manufacture and Supply


of 1771 (nos.) BS VI, Diesel fuelled, fully built Non AC Buses for
various cities of Tamil Nadu – India

International Competitive Bidding (ICB)

IRT Tender No: 16/SF-Fully Built Bus/CP/IRT/2022

KFW reference No: BMZ209919234/KFW508859

RFP Fees and EMD

Physical Submission may be made by Speed Post or RAPD and shall be


addressed to:

RFP for Design, Manufacture and Supply of 1771 (Nos.) BS VI Diesel Fueled Fully Built Buses 49

Tender Document 53
Climate Friendly Modernization of Bus Services in Major Cities of Tamil Nadu

The Director,
Institute of Road Transport
100 Feet Road, Taramani,
Chennai – 600113
E-MAIL ADDRESS: irttaramani@gmail.com and/or irtcpo@gmail.com

Authority shall not be responsible for and shall not take any cognizance of
delay/loss in transit. Submission made through courier and in person/hand
delivery shall not accepted by the Authority.

4.19.2 Each page of the original documents to be uploaded as part of the Technical Bid
shall be self-attested and colour scanned. All stampings etc. shall be displayed
clearly. The documents shall be scanned in JPEG or any other data light but
visible formats available.

4.20 Online submission

4.20.1 The bidder shall submit online the requirements under qualification criteria and
Technical document required and commercial bid as prescribed in the tender
document. All the documents are required to be signed digitally by the bidder.
After electronic online bid submission, the system generates a unique bid
reference number which is time stamped. This shall be treated as
acknowledgement of bid submission.

4.20.2 Bidder should log into the site well in advance for bid submission so that they can
upload the bid in time i.e. on or before the bid submission time. Bidder will be
responsible for any delay due to other issues

4.20.3 The bidder has to digitally sign and upload the required bid document one by one
as indicated in the tender document.

4.20.4 Bidder has to select the payment option as “offline” to pay the Tender document
cost, Factory inspection fee and EMD amount through RTGS/ Net-Banking.

4.20.5 The Scanned copy of payment made through RTGS/ Net-Banking or Demand
Draft for RFP Fees, and EMD amount has to be uploaded. IRT shall not be
responsible for any delay in uploading the proof for the payment of RFP Fee and
EMD amount. Failing which their tender will be summarily rejected.

RFP for Design, Manufacture and Supply of 1771 (Nos.) BS VI Diesel Fueled Fully Built Buses 50

Tender Document 54
Climate Friendly Modernization of Bus Services in Major Cities of Tamil Nadu

4.20.6 Format for the Price bid is provided with the RFP document. Bidders are
requested to note that they should necessarily submit their Price bids in the file,
open it and completed the coloured (Unprotected) cells with their respective price
quotes and other details (such as name of the bidder). No other cells should be
changed. Once the details have been completed, the bidder should save it and
submit it online, without changing the file name. If the file is found to be modified
by the bidder, the bid will be rejected.

4.20.7 The Server time (which is displayed on the bidders dashboard) will be considered
as the standard time for referencing the deadlines for submission of the bids by
the bidders, opening of bids etc. The bidders should follow this time during bid
submission

4.20.8 All the documents being submitted by the bidders would be encrypted using PKI
encryption techniques to ensure the secrecy of the data. The data entered cannot
be viewed by unauthorized persons until the time of bid opening. The
confidentiality of the bids is maintained using the secured Socket Layer 128 bit
encryption technology. Data Storage encryption of sensitive fields is done. Any
bid document that is uploaded to the server is subjected to symmetric encryption
using buyers/ bid openers public keys.

4.20.9 The uploaded tender documents become readable only after the tender opening
by the authorized bid openers

4.20.10 Upon the Successful and timely submission of bids (i.e. after clicking “ Freeze
Bid submission “ in the portal) the portal will give a successful bid submission
message & a bid summary will be displayed with the bid no. and the date & time
of submission of the bid with other relevant details.

4.20.11 IRT or MSTC (Service provider) is not responsible for any failure such as a bad
internet connection or power failure outside of their control. The bidder is
responsible to ensure they have sufficient time to submit an electronic bid prior
to closing date and time including the payment of any fees and getting e- receipt.
In case of failure in the system within the control of the service provider that may
affect a bidding process, the contracting authority on his sole discretion will
postpone the closing time at least 24 hours from the time of system recovery to
allow bidders sufficient time to submit their bids.

RFP for Design, Manufacture and Supply of 1771 (Nos.) BS VI Diesel Fueled Fully Built Buses 51

Tender Document 55
Climate Friendly Modernization of Bus Services in Major Cities of Tamil Nadu

4.20.12 IRT may, as its discretion , extend the deadline for the submission of bids by
amending the bidding document, In which case all rights and obligations of IRT
and bidders subject to the previous deadline shall thereafter be subject to the
deadline extended

4.20.13 The technical bid documents should be self-attested by the bidder in all pages.
Otherwise tender will summarily rejected

4.21 Process of E-Tender

4.21.1 Registration: The process involves vendor’s registration with MSTC e-


procurement portal which is free of cost. Only after registration, the vendor(s) can
submit his/ their bids electronically. Electronic Bidding for submission of
Technical Bid as well as Price Bid will be done over the internet. The Vendor
should possess a valid Class III signing type digital signature certificate. Vendors
are to make their own arrangement for bidding from a computer connected with
Internet. MSTC is not responsible for making such arrangement. (Bids will not be
recorded without Digital Signature).

SPECIAL NOTE: THE TECHNICAL BID AND PRICE BID HAVE TO BE


SUBMITTED ON-LINE AT www.mstcecommerce.com/eproc

4.21.2 Vendors are required to register themselves online with


https://www.mstcecommerce.com/eproc/index.jsp → Register (Filling up
details and creating own user id and password) → Submit. Please follow the
‘Registration Guide’ available in the Registration link before proceeding.
4.21.3 Vendors will receive a system generated mail confirming their registration in their
email which has been provided during filling the registration form.

The Vendors shall have to subscribe to the buyers and categories in order to
receive system generated mails. In order to subscribe, a vendor has to login and
click on ‘My Subscription’ followed by ‘Add Subscription’. On successful
subscription, a system generated mail shall be forwarded to the vendor. Please
follow the guide for ‘Subscription’ of ‘Download Guides’ available in the
Dashboard before proceeding.

In case of any clarification, please contact IRT/MSTC, (before the scheduled time
of the e-tender).

RFP for Design, Manufacture and Supply of 1771 (Nos.) BS VI Diesel Fueled Fully Built Buses 52

Tender Document 56
Climate Friendly Modernization of Bus Services in Major Cities of Tamil Nadu

Contact person (IRT):


1. Mr. M.Umamaheswaran – Assistant Director - 9176051472 –
e-mail irtcpo@gmail.com
Contact person (MSTC Ltd):

1) J DAMODARAN, Regional Manager, 2) E BABITHARANI, Chief


Mobile : +919841002253 Manager
Email: rmsromstc@mstcindia.in/ Mobile: 9444976359
jdamodaran@mstcindia.co.in Email: babitha@mstcindia.co.in

For Technical Support:


+91-9499054101 / 102 / 103 / 104 / 033-35013220/3221 /3222

4.21.4 System Requirement:

a. Operating System - Windows 7 and above


b. Web Browser – Preferred IE-8 and above
c. Signing type – Digital signature
d. Latest updated JRE 8 (x86 Offline) software to be downloaded and installed in
the system. To disable “Protected Mode” for DSC to appear in the signer box
following settings may be applied.

I. Tools → Internet Options → Security → Disable protected Mode If


enabled – (i.e., Remove the tick from the tick box mentioning “Enable
Protected Mode”)
II. Tools → Internet Options → Security → Custom Level →

• Active X control & Plug-ins: Enable all Active X Controls


• Scripting: Enable “Allow Status Bar Update Via Script”
• Disable “Use Pop-up Blocker”

e. Java – JRE 8 Latest Update


f. Other Settings:
I. View → Toolbars →” Tick” Status Bar
II. Tools → Internet Options → General → Click on settings under “Browsing
History/ Delete Browsing History” → Temporary Internet Files → Activate
“Every time I Visit the Webpage”

g. For new Version of IE or other “Active –X Filtering” under Tools should not be
ticked.

h. Tools → Internet Options → Security → Selected Trusted Sites → Add Website

RFP for Design, Manufacture and Supply of 1771 (Nos.) BS VI Diesel Fueled Fully Built Buses 53

Tender Document 57
Climate Friendly Modernization of Bus Services in Major Cities of Tamil Nadu

https://www.mstcecommerce.com.
4.21.5 Bids will be opened electronically on specified date and time as given in the RFP.

4.21.6 All formats/ information requires as per the RFP should be entered in online
Technical & Price Formats without any ambiguity.

4.21.7 Special Note towards Transaction fee: The vendors shall pay the transaction fee,
over and above the RFP Fee as mentioned in the RFP Summary, using
“Transaction Fee Payment” Link under “My Menu” in the vendor login. The
vendors have to select the particular tender from the event dropdown box. The
vendor shall have the facility of making the payment either through Net-Banking
or Online Payment. On selecting Net-Banking, the vendor shall generate a
challan by filling up a form. The vendor shall remit the transaction fee amount as
per the details printed on the challan without making change in the same. On
selecting Online Payment, the vendor shall have the provision of making payment
using its Credit/ Debit Card/ Net Banking. Once the payment gets credited to
MSTC’s designated bank account, the transaction fee shall be auto authorized
and the vendor shall be receiving a system. Generated mail. Transaction fee is
non-refundable. A vendor will not have the access to online e-tender without
making the payment towards transaction fee. NOTE Bidders are advised to remit
the transaction fee well in advance before the closing time of the event so as to
give themselves sufficient time to submit the bid.

4.21.8 All notices and correspondence to the vendors shall be sent by email only during
the process till finalization of tender by MSTC. Hence the vendors are required
to ensure that their official email I.D. provided is valid and updated at the time of
registration of vendor with MSTC (i.e., Service Provider). Vendors are also
requested to ensure validity of their DSC (Digital Signature Certificate).

4.21.9 E-tender cannot be accessed after the due date and time mentioned in NIT.

4.21.10 Bidding in E-Tendering:

a. The process involves Electronic Bidding for submission of Bid.


b. The vendor(s) can submit their bid through internet in MSTC Website –
www.mstcecommerce.com/eproc
c. The NIT/ documents shall be available for download in the event catalogue
available in ‘Event Details’ of the Event.

RFP for Design, Manufacture and Supply of 1771 (Nos.) BS VI Diesel Fueled Fully Built Buses 54

Tender Document 58
Climate Friendly Modernization of Bus Services in Major Cities of Tamil Nadu

d. Please follow the guides for ‘Uploading encryption public key’ and ‘Bidding’
under ‘Download Guides’ available in the Dashboard before proceeding to
submit bid.
e. The vendor(s) who have submitted transaction fee can only submit their
Technical Bid and Price Bid through internet in MSTC website
www.mstcecommerce.com/eproc → e-procurement → Common Portal →
Login → My menu → Auction Floor Manager→ live event → Selection of
the live event.
f. The bidders may upload the bidding related documents in the link ‘My
Documents’. The documents uploaded here shall be available for attaching
with this event in the Bid Floor.
g. The vendor should allow running JAVA application. This exercise has to be
done immediately after opening of Bid floor.
h. In order to submit bid, a vendor has to go to ‘Events’ from the menu and
select ‘Bid Floor’. The vendor has to select the buyer ‘MSTC Limited’ from
the buyer list in order to view the live events list. The correct event has to
be selected from the event list for participation. A vendor has to submit
‘Event wise bid details’ that may consist of ‘Common Terms’ and/ or
‘Document Attach’. A vendor has to save the Common Terms and/ or
attach documents by clicking the respective buttons. Once the event
specific bids are saved, the status is updated in ‘Event specific bid status’
and the ‘Item specific bid’ button appears on the bid floor. Thereafter
vendor has to click button under ‘Technical Cover’ in order to save the
technical bid for specific lots. Once the technical bid is saved, the ‘Price
Cover’ button appears on the screen for respective lots. Once price bid is
saved, the vendor has to click on ‘Final Submit’. On final submission of bid,
the status of the bid submission shall display ‘Bid submitted’ under ‘Item
specific bid status’. A vendor shall receive system generated mail.

Note: The bid cannot be revised once the Final Submit button has been
clicked by the vendor. However, if the vendor wishes to change his/ her
bids, then he may delete the bid and re-submit the same.
i. Vendors are instructed to use Attach Doc button to upload documents.
Multiple documents can be uploaded.
j. In all cases, vendor should use their own ID and Password along with
Digital Signature at the time of submission of their bid.

RFP for Design, Manufacture and Supply of 1771 (Nos.) BS VI Diesel Fueled Fully Built Buses 55

Tender Document 59
Climate Friendly Modernization of Bus Services in Major Cities of Tamil Nadu

k. During the entire e-tender process, the vendors will remain completely
anonymous to one another and also to everybody else.
l. The e-tender floor shall remain open from the pre-announced date & time
and for as much duration as mentioned above.
m. All electronic bids submitted during the e-tender process shall be legally
binding on the vendor. Any bid will be considered as the valid bid offered
by that vendor and acceptance of the same by the Buyer will form a binding
contract between Buyer and the Vendor.
n. It is mandatory that all the bids are submitted with digital signature
certificate class III, otherwise the same will not be accepted by the system.
o. Buyer reserves the right to cancel or reject or accept or withdraw or extend
the tender in full or part as the case may be without assigning any reason
thereof.
p. No deviation of the terms and conditions of the tender document is
acceptable. Submission of bid in the e-tender floor by any vendor confirms
his acceptance of terms & conditions for the tender.
q. Unit of Measure (UOM) is indicated in the e-tender floor. Rate to be quoted
should be in Indian Rupee (INR) as per UOM indicated in the e-tender floor/
RFP.
4.21.11 Any order resulting from this RFP shall be governed by the terms and conditions
mentioned therein.

4.21.12 No deviation to the technical and commercial terms & conditions are allowed.

4.21.13 The RFP inviting authority has the right to cancel this e-tender or extend the
due date of receipt of bid(s) without assigning any reason thereof.

4.21.14 Vendors are requested to read the vendor guide and see the video in the page
www.mstcecommerce.com/eproc to familiarize them with the system before
bidding.

4.21.15 The online tender should be submitted strictly as per the terms and conditions
and procedures laid down in the website
https://www.mstcecommerce.com/eproc/index.jsp of MSTC Ltd.

4.21.16 The bidders should upload all the documents required (if any) as per terms of
RFP. Any other document which is not required as per the terms of the RFP
shall not be considered.

RFP for Design, Manufacture and Supply of 1771 (Nos.) BS VI Diesel Fueled Fully Built Buses 56

Tender Document 60
Climate Friendly Modernization of Bus Services in Major Cities of Tamil Nadu

4.21.17 The bid will be evaluated based on the filled-in Price bid formats.

4.21.18 Canvassing in any form in connection with the Tender is strictly prohibited and
the bids submitted by the bidders who resort to canvassing are liable to be
rejected.

4.22 Contents of the Bid

4.22.1 The contents of the Bid and the opening of Bids and acceptance thereof shall be
substantially in accordance with this RFP.

4.23 Modifications/ Substitution/ Withdrawal of Bids

4.23.1 The Bidder may modify, substitute or withdraw its Bid after online submission. No
Bid shall be permitted to be modified, substituted or withdrawn by the Bidder on
or after the Bid Due Date.

4.23.2 Any alteration/ modification in the Bid or additional information supplied


subsequent to the Bid Due Date, unless the same has been expressly sought for
by the Authority, shall be disregarded.

4.24 Confidentiality

4.24.1 Information relating to the examination, clarification, evaluation and


recommendation for both the Parties shall not be disclosed to any person who is
not officially concerned with the process or is not a retained professional advisor
advising the Authority in relation to, or matters arising out of, or concerning the
Bidding Process. Both Parties will treat all information, submitted as part of the
Bid, in confidence and will require all those who have access to such material to
treat the same in confidence. Both the Parties shall not divulge any such
information unless it is directed to do so by any statutory entity that has the power
under law to require its disclosure or is to enforce or assert any right or privilege
of the statutory entity and/ or the Authority or as may be required by law or in
connection with any legal process.

4.25 Correspondence with the Bidder

4.25.1 Save and except as provided in this RFP, the Authority shall not entertain any
correspondence with any Bidder in relation to acceptance or rejection of any Bid.

RFP for Design, Manufacture and Supply of 1771 (Nos.) BS VI Diesel Fueled Fully Built Buses 57

Tender Document 61
Climate Friendly Modernization of Bus Services in Major Cities of Tamil Nadu

5. Evaluation of Bids

5.1 Opening of Technical Bid

5.1.1 The Authority shall open the Technical Bids received to this RFP, at time and
date specified in the RFP at the place specified in RFP and in the presence of
the Bidders who choose to attend. The Bidders’ representatives who are present
at such opening shall sign a register evidencing their attendance as a witness to
the Bid opening process. Only one representative shall be allowed to participate
in the opening of Technical and Price Bid. The Bidder’s representative attending
opening of Technical Bid and Price Bid shall carry an authorization letter from the
Authorized signatory for the RFP.

5.1.2 The bids for which the price bid is not submitted shall be considered Non
responsive and shall not be considered for further evaluation.

5.1.3 Bids for which a notice of withdrawal has been submitted in accordance with RFP
shall not be opened.

5.1.4 The Bidder’s names, the presence or absence of requisite RFP Fees, Bid
Security and such other details as Authority in its sole discretion may consider
appropriate, shall be announced at the opening of Technical Bid.

5.1.5 The Authority will subsequently examine and evaluate Technical Bid in
accordance with the provisions set out hereunder in this RFP.

5.2 Evaluation of Technical Bid

5.2.1 The Bidders would be required to submit documents as listed in the clause 4.19.1
of Part E of the RFP along with supporting documents.

5.2.2 The Authority shall examine and evaluate the Bid as per the evaluation steps
specified below.

a. Step 1: Test of Responsiveness for RFP Fee, Timely and proper


Submission

Prior to evaluation of Bids, the Authority shall determine whether each Bid is
responsive to the requirements of the RFP. A Bid shall be considered
responsive only if:

RFP for Design, Manufacture and Supply of 1771 (Nos.) BS VI Diesel Fueled Fully Built Buses 58

Tender Document 62
Climate Friendly Modernization of Bus Services in Major Cities of Tamil Nadu

i. it is received as per the format specified in RFP;

ii. it is received by the Bid Due Date including any extension thereof as
specified therein

iii. The Technical Bid is signed, stamped and submitted online only as
specified therein; for the avoidance of any doubt, Technical Bid submitted
physically shall be summarily rejected.

iv. The Price bid is submitted online only as per the format specified therein;
for the avoidance of any doubt, Price Bid submitted physically shall be
summarily rejected.

v. The RFP Fee and Bid Security/ EMD are either submitted through online
payment or submitted physically through valid Demand Draft (DD) within
the timeline and address specified in the RFP Summary;

vi. it contains all the information in accordance with Key Submissions as


provided in clause 4.19.1 comprising the RFP fee and EMD submission
(complete in all respects) as requested in this RFP (in formats same as
those specified); and it is accompanied by Technical Bid and Price Bid;

vii. it does not contain any conditionality in pre-qualification criteria,


Qualification criteria, Contract Conditions, Bus Specifications and any
other provision of the RFP.

viii. it is not non-responsive in terms hereof and any other conditions specified
elsewhere in RFP.

The Authority reserves the right to reject any Bid which is non-responsive
and no request for alteration, modification, substitution or withdrawal shall
be entertained by the Authority in respect of such Bid.

Evaluation of Pre-Qualification Criteria of only those Bidders shall be carried


out who’s Bids determined to be responsive.

RFP for Design, Manufacture and Supply of 1771 (Nos.) BS VI Diesel Fueled Fully Built Buses 59

Tender Document 63
Climate Friendly Modernization of Bus Services in Major Cities of Tamil Nadu

b. Step 2: Assessment of Pre-Qualification Criteria.

i. The Authority shall examine and evaluate the Pre-qualification of each


Bid upon determining its responsiveness as per sub clause 5.2.2 (a)
above.

ii. The Bidder must meet Pre-Qualification Criteria specified in the clause
4.6.1 of Part E of the RFP and have submitted all documents in order to
qualify for next stage of assessment.

iii. In case the bidder is not able to submit the documents required to
demonstrate capability to meet the Pre-qualification criteria and/or the
bidder is not able to satisfy the Authority with regards to clarifications/
information/ confirmations sought from the bidder, the Authority, at its sole
discretion, can consider such bids ineligible for next stage of technical bid
evaluation. Assessment of Qualification Criteria of only those Bidders
shall be carried out whose Bids are meeting Pre- Qualification Criteria and
who have provided copies of all required documents pursuant to sub
clause (ii) above.

c. Step 3: Assessment of Qualification Criteria

i. The Authority shall examine and evaluate the qualification of each Bid as
per clause 4.6.2 of Part E of the RFP upon determining its eligibility as
per sub clause 5.2.2 (b) above.

ii. The Bidder must meet Qualification Criteria in order to qualify for Price
Bid Opening Stage.

iii. The Technical Bids of the Bidder determined to be responsive, meeting


Eligibility and Qualification Criteria shall be declared Eligible and Qualified
Bids (the “Eligible and Qualified Bids”/ “Eligible and Qualified Bidder”).

iv. In case the bidder is not able to submit the documents required to
demonstrate Qualification as per RFP and/or the bidder is not able to
satisfy the Authority with regards to clarifications/ information/
confirmations sought, the Authority, at its sole discretion, can consider
such bids ineligible for next stage of opening of price bid.

RFP for Design, Manufacture and Supply of 1771 (Nos.) BS VI Diesel Fueled Fully Built Buses 60

Tender Document 64
Climate Friendly Modernization of Bus Services in Major Cities of Tamil Nadu

v. Price bids of the bidders only those who are meeting Pre-Qualification
and Qualification criteria shall be opened.

5.3 Opening of Price Bids

5.3.1 After the evaluation of Technical Bid has been completed, Authority shall open
the Price Bids of only those Bidders who’s Bid determined to be responsive and
meeting Pre-qualification criteria and Qualification Criteria.

5.3.2 The Price Bid of only the Bidder who qualify in accordance with Clause iv, and is
declared “Qualified Bidders”, shall be opened in the presence of such of the
Bidders and/or their authorized representatives who choose to attend. The
Bidder’s representatives who are present at such opening of Price Bids shall sign
a register evidencing their attendance as a witness to the Bids opening process.

5.3.3 The Price Bids for each Package shall be opened consecutively in the ascending
order (i.e., Price Bids for Package 1 shall be opened first and Package 2 next
and so on)

5.3.4 The Lowest Bidder for each Package along with the prices quoted by it shall be
announced at such opening.

5.4 Evaluation of Price Bids

5.4.1 The Total Destination Price/ Landed Cost for all Buses under each Package
quoted by the Bidder shall be the bid parameter which shall be used for the
purpose of evaluation of the Bids and selection of the Successful Bidder for each
Package in accordance with the terms and conditions of this RFP documents.
The Price Bid shall be provided by the Bidder in the format as specified in
Annexure 12: Format of Price Bid to this RFP. All the bidders are required to
quote the prices in Indian Rupees only.

5.4.2 Bidders are required to quote bus price inclusive of all taxes, insurance and
transit cost for final delivery at designated locations in TNSTC. Bidders shall
quote prices on DDP (Delivery Duty Paid) at designated locations. The terms
DDP shall mean as defined in prevailing INCOTERMS. The foreign bidder shall
bear risk of any change in taxes in the country of its origin along with foreign
exchange risk at the time of bidding and during the Contract Period.

RFP for Design, Manufacture and Supply of 1771 (Nos.) BS VI Diesel Fueled Fully Built Buses 61

Tender Document 65
Climate Friendly Modernization of Bus Services in Major Cities of Tamil Nadu

5.4.3 Bidder is required to indicate breakup of duties and taxes payable by them in
their Price Schedule in respect of Price of Bus. For the supplies of buses made
as per the Contracted Delivery Schedule, the statutory levies as applicable on
the date of supply shall be reimbursed to the Contractor at actual.

5.4.4 The prices quoted for Bus shall be firm and not subject to any upward variation.

5.4.5 The bidder is also required to indicate the price for Package 1 Buses (11 mtr long
900 mm Floor Height Non-AC BSVI Diesel fuelled Fully Built buses – Type I) with
automatic transmission as per the format provided in the Annexure 12: Format of
Price Bid. Kindly note that the prices of Package 1 Buses (11 mtr long 900 mm
Floor Height Non-AC BSVI Diesel fuelled Fully Built buses – Type I) buses with
automatic transmission will not be considered for Price Bid Evaluation. However,
it is being solicited for future reference only.

5.5 Selection of the Preferred Bidder

5.5.1 The Bidder(s): (i) adjudged as responsive in terms of Clause 5.2.2 (a), (ii)
meeting the Pre-Qualification and Qualification Criteria as provided in Clauses
4.6.1 and 4.6.2; and (iii) whose price quote offered, on evaluation has been
determined to be the lowest (L-1) acceptable offer for respective Packages, shall
be considered as the "Preferred Bidder(s)" for the given Package(s). The
Authority may hold further pre-award discussion/negotiation with the Preferred
Bidder before the assignment of Letter of Acceptance in accordance with the
Article 2.5.12 of KfW Guidelines.

In the event of the Preferred Bidder withdraws or fails to submit Performance


Security or Sign the Agreement or in the breach of any representation and
warranty or any breach of the terms of the RFP by the Preferred Bidder which
may result in to rejection of Its Bid, the Authority, at its sole discretion, may call
the Second Lowest Bidder and so on for pre-award discussions. The process will
continue till list of Qualified Bidders gets exhausted.

The Bidders, other than the Preferred Bidder, shall be kept in reserve till expiry of
bid validity period or signing of the Agreement whichever is earlier. In the event
no mutual agreement can be found with the other bidders, the Authority may, after
obtaining “No Objection” from KfW annul the Bidding Process.

RFP for Design, Manufacture and Supply of 1771 (Nos.) BS VI Diesel Fueled Fully Built Buses 62

Tender Document 66
Climate Friendly Modernization of Bus Services in Major Cities of Tamil Nadu

5.6 Quantity Variation

5.6.1 Authority may increase or decrease the order size by the percentage specified in
the point 2(b) of the RFP summary after issue of the Letter of Acceptance/Work
Order but prior to 180 days of completion of delivery as per agreed delivery
schedule. Such increase or decrease in the order size shall be on pro-rata basis
in the ordered quantity of all the Bus Types as specified in the RFP summary.

5.7 Notification of Award to Successful Bidder

5.7.1 Upon successful completion of the pre-award discussions/Negotiations, if any,


the Authority shall inform all Bidders on the result of the Tender Process in
writing. The information sent to the Bidders shall contain the name and the
Contract amount of the Preferred Bidder.

Prior to expiry of the Bid Validity Period and after the pre-award discussions/
negotiation, the Authority shall notify the Preferred Bidder(s) for each Package
as the “Successful Bidder(s)” through email to be confirmed in writing by
Registered/ Speed Post that its Bid has been accepted. This letter (“Letter of
Acceptance”) shall be in the format specified in Annexure 10: Format of Letter
of Acceptance, and shall specify the sum which the Authority shall pay to the
Contractor in consideration of completing the Project.

5.7.2 Upon receipt of the Letter of Acceptance (LOA), the Successful Bidder(s) shall
return two copies of the LOA duly signed and stamped by his authorised
signatory within 15 days from the date of dispatch of LOA. However, Contract
shall be deemed to be concluded on the date of issuance and dispatch of the
LOA by the Authority, which shall indicate the acceptance of the Bid by the
Authority.

5.8 Signing of Contract

5.8.1 Upon return of LOA and submission of adequate and valid Performance Security
for each awarded Package from the Successful Bidder(s), the Contract in
accordance with the form of agreement prescribed with RFP Document, would
be signed by the Managing Directors of respective STUs and the Successful
Bidder(s) within fifteen (15) days after date of submission of Performance
Security. The Successful Bidder(s) shall not be entitled to seek any deviation,

RFP for Design, Manufacture and Supply of 1771 (Nos.) BS VI Diesel Fueled Fully Built Buses 63

Tender Document 67
Climate Friendly Modernization of Bus Services in Major Cities of Tamil Nadu

modification or amendment in the Contract as provided in this RFP nor shall it


seek any amendment to the Contract.

5.8.2 The Successful Bidder(s) shall get correct amount of Stamp Duty adjudicated, at
Chennai in accordance with applicable law, and submit the same in two copies
duly stamped and singed Contract within fifteen (15) days from the date of
submission of Performance Security. The Authority shall return one copy of the
Contract duly sealed and signed as a token of acceptance of the Contract.

5.8.3 Stamp Duty, and any other charges as may be levied under applicable law, shall
be paid by the Successful Bidder.

5.8.4 Within seven (7) days of signing of Contract and submission of requisite
Performance Security, as specified below, by the Contractor, the Authority i.e.
Managing Directors of respective STUs shall issue Purchase Order (“Purchase
Order”) to the Contractor. The Contractor shall acknowledge the signed copy of
the Purchase Order within seven (7) days of its receipt.

5.9 Performance Security

Within 45 days of dispatch of the Letter of Acceptance from Authority and before signing
of the Contract, the Successful Bidder shall furnish to Authority the Performance
Security(ies) in form of irrevocable, unconditional bank guarantee issued by a
Nationalised or Scheduled Bank in India in favour of “ Managing Directors of Respective
STUs” for an amount specified in the RFP summary in accordance with the Contract as
per the format provided in the Annexure 9: Format of Bank Guarantee Towards
Performance Security of the RFP. The bank guarantee towards Performance Security
equal to 10% of total Contract value shall be in force and valid till the expiry of the
Complete Bus Warranty period as specified in the (Sr. No. 21, Point A of RFP Summary).
The Contractor shall refurbish a fresh Performance Security or reduce the security
amount to 5% of the Contract value with extended time period ending after 30 days of
expiry of the Structure Warranty Period as per Sr. No. 21, Point B of RFP Summary and
as extended for a suitable period by the Contractor in case of any extension of
Contracted Delivery Schedule.

In case, the availability of Bank Guarantee from the banks for the length of the Contract
is difficult to obtain, the initial Bank Guarantee maybe submitted valid for a period of 2
(two) years, and which shall have to be renewed for similar tenure, 45 (forty-five) days
before its expiry. The Bank Guarantee towards Performance Security shall be renewed

RFP for Design, Manufacture and Supply of 1771 (Nos.) BS VI Diesel Fueled Fully Built Buses 64

Tender Document 68
Climate Friendly Modernization of Bus Services in Major Cities of Tamil Nadu

in above manner up to the end of the time period provided in the para above. The
Successful Bidder shall submit either separate Bank Guarantees for each awarded
Package or single Bank Guarantee of the amount equal to sum of requisite Performance
Security for all awarded Packages.

5.10 Contacts during Evaluation

5.10.1 Bids shall be deemed to be under consideration immediately after they are
opened and until such time the Authority makes official intimation of award/
rejection to the Bidders. While the Bids are under consideration, Bidders and/or
their representatives or other interested parties are advised to refrain, save and
except as required under RFP, from contacting by any means, except a written
official communication, the Authority and/or their employees/ representatives on
matters related to the Bids under consideration.

6. Eligible Goods and Related Services

6.1 All the goods, materials, equipment and related services to be supplied/provided under
this contract are eligible for KfW financing regardless of the country of origin of the
Contractors (including Subcontractors and suppliers for the execution of the Contract),
except where an international embargo or sanction by the United Nations, the European
Union or the German Government applies.

6.2 For purposes of this Clause, the term “goods” includes commodities, raw material,
machinery, equipment, and industrial plants; and “related services” includes services
such as insurance, installation, training, and initial maintenance.

6.3 The term “origin” means the country where the goods have been mined, grown,
cultivated, produced, manufactured or processed; or, through manufacture, processing,
or assembly, another commercially recognized article results that differs substantially in
its basic characteristics from its components.

7. Fraud and Corrupt Practices

7.1 The Authority/PEA and the Contractor must observe the highest standard of ethics
during the Tender Process and performance of the Contract.

7.2 By signing the Declaration of Undertaking the Contractor declare that (i) it did not and
will not engage in any Sanctionable Practice likely to influence the Tender Process and

RFP for Design, Manufacture and Supply of 1771 (Nos.) BS VI Diesel Fueled Fully Built Buses 65

Tender Document 69
Climate Friendly Modernization of Bus Services in Major Cities of Tamil Nadu

the corresponding Award of Contract to the Authority/PEA’s detriment, and that (ii) in
case of being awarded a Contract they will not engage in any Sanctionable Practice.

7.3 Contractor must permit KfW and in case of financing by the European Union also to
European institutions having competence under European law to inspect the respective
accounts, records and documents relating to the Tender Process and the performance
of the Contract , and to have them audited by auditors appointed by KfW.

7.4 KfW reserves the right to take any action it deems appropriate to check that these ethics
rules are observed and reserves, in particular, the rights to:

i. reject an Offer for Award of Contract if during the Tender Process the Bidder who is
recommended for the Award of Contract has engaged in Sanctionable Practice,
directly or by means of an agent in view of being awarded the Contract;

ii. declare mis-procurement and exercise its rights on the ground of the Funding
Agreement with the Authority/PEA relating to suspension of disbursements, early
repayment and termination if, at any time, the Authority/PEA, Contractors or their
legal representatives or Subcontractors have engaged in Sanctionable Practice
during the Tender Process or performance of the Contract without the Authority/PEA
having taken appropriate action in due time satisfactory to KfW to remedy the
situation, including by failing to inform KfW at the time they knew of such practices.

For the purposes of this provision, the terms set forth below as follows:

Coercive The impairing or harming, or threatening to impair or harm, directly


Practice
or indirectly, any person or the property of the person with a view
to influencing improperly the actions of a person.

Collusive An arrangement between two or more persons designed to


Practice
achieve an improper purpose, including influencing improperly the
actions of another person.

Corrupt The promising, offering, giving, making, insisting on, receiving,


Practice
accepting or soliciting, directly or indirectly, of any illegal payment
or undue advantage of any nature, to or by any person, with the
intention of influencing the actions of any person or causing any
person to refrain from any action.

RFP for Design, Manufacture and Supply of 1771 (Nos.) BS VI Diesel Fueled Fully Built Buses 66

Tender Document 70
Climate Friendly Modernization of Bus Services in Major Cities of Tamil Nadu

Fraudulent Any action or omission, including misrepresentation that


Practice
knowingly or recklessly misleads, or attempts to mislead, a person
to obtain a financial benefit or to avoid an obligation.

Obstructive Means (i) deliberately destroying, falsifying, altering or concealing


Practice
evidence material to the investigation or the making of false
statements to investigators, in order to materially impede an
official investigation into allegations of a Corrupt Practice,
Fraudulent Practice, Coercive Practice or Collusive Practice, or
threatening, harassing or intimidating any Person to prevent them
from disclosing their knowledge of matters relevant to the
investigation or from pursuing the investigation, or (ii) any act
intended to materially impede the exercise of KfW's access to
contractually required information in connection with an official
investigation into allegations of a Corrupt Practice, Fraudulent
Practice, Coercive Practice or Collusive Practice.

Sanctionable Any Coercive Practice, Collusive Practice, Corrupt Practice,


Practice
Fraudulent Practice or Obstructive Practice (as such terms are
defined herein) which is unlawful under the Financing Agreement.

8. Social and Environmental Responsibility

8.1 Projects financed in whole or partly in the framework of Financial Cooperation have to
ensure compliance with international Environmental, Social, Health and Safety (ESHS)
standards (including issues of sexual exploitation and abuse and gender based violence)
Contractors in KfW-financed projects shall consequently undertake in the respective
Contracts to:

a) comply with and ensure that all their Subcontractors and major suppliers, i.e. for major
supply items comply with international environmental and labour standards,
consistent with applicable law and regulations in the country of implementation of the
respective Contract and the fundamental conventions of the International Labour
Organization (ILO) and international environmental treaties and;
b) implement any environmental and social risks mitigation measures, as identified in
the environmental and social impact assessment (ESIA) and further detailed in the
environmental and social management plan (ESMP) as far as these measures are

RFP for Design, Manufacture and Supply of 1771 (Nos.) BS VI Diesel Fueled Fully Built Buses 67

Tender Document 71
Climate Friendly Modernization of Bus Services in Major Cities of Tamil Nadu

relevant to the Contract and implement measures for the prevention of sexual
exploitation and abuse and gender-based violence.

9. Miscellaneous

9.1 The Bidding Process shall be governed by, and construed in accordance with Guidelines
for the Procurement of Consulting Services, Works, Plant, Goods and Non-Consulting
Services in Financial Cooperation with Partners published by KfW (Version 2021) and
the laws of India and the Courts at Chennai shall have exclusive jurisdiction over all
disputes arising under, pursuant to and/ or in connection with the Bidding Process.

9.2 The Authority, in its sole discretion and without incurring any obligation or liability,
reserves the right, at any time, to;

i. suspend and/ or cancel the Bidding Process and/ or amend and/ or supplement the
Bidding Process or modify the dates or other terms and conditions relating thereto;

ii. consult with any Bidder in order to receive clarification or further information;

iii. retain any information and/ or evidence submitted to the Authority by, on behalf of,
and/ or in relation to any Bidder; and/ or

iv. independently verify, disqualify, reject and/ or accept any and all submissions or other
information and/ or evidence submitted by or on behalf of any Bidder.

9.3 It shall be deemed that by submitting the Bid, the Bidder agrees and releases the
Authority, its employees, agents and advisors, irrevocably, unconditionally, fully and
finally from any and all liability for claims, losses, damages, costs, expenses or liabilities
in any way related to or arising from the exercise of any rights and/ or performance of
any obligations hereunder, pursuant hereto and/ or in connection with the Bidding
Process and waives, to the fullest extent permitted by applicable laws, any and all rights
and/or claims it may have in this respect, whether actual or contingent, whether present
or in future.

RFP for Design, Manufacture and Supply of 1771 (Nos.) BS VI Diesel Fueled Fully Built Buses 68

Tender Document 72
Climate Friendly Modernization of Bus Services in Major Cities of Tamil Nadu

TABLE OF CONTENTS
PART F: FORMAT OF THE CONTRACT AND CONTRACT CONDITIONS
Schedules to the Contract .................................................................................................... 74
Schedule 1: Quantity of Buses to be Procured Under This Contract .......................... 74
Schedule 2: General Conditions of Contract (GCC) ...................................................... 75
1. Interpretations ......................................................................................................... 75
2. Parties to the Contract and their Obligations ...................................................... 75
3. Contract .................................................................................................................... 76
4. Performance Security ............................................................................................. 77
5. Contractor's Responsibility ................................................................................... 79
6. Submission of Design ............................................................................................ 79
7. Quality Assurance Plan and quality of Material .................................................. 80
8. Manufacturing of Fully Built Buses ...................................................................... 81
9. Inspection of Buses and Testing of material during inspection ....................... 82
10. Alteration, Addition/ Deletion, Deviation, Defects/ Deficiencies: ...................... 84
11. Delivery..................................................................................................................... 85
12. Inspection of Buses at Destination Station ......................................................... 88
13. Provisional Receipt Certificate .............................................................................. 88
14. Removal and Replacement of Rejected Buses ................................................... 88
15. Final Acceptance Certificate .................................................................................. 89
16. Payment Terms........................................................................................................ 89
17. Payment Procedure ................................................................................................ 90
18. Submission of Drawings ........................................................................................ 90
19. Service Engineering................................................................................................ 91
20. Service Manuals, Spare Parts Catalogues and After Sales Network ................ 91
21. Training .................................................................................................................... 92
22. Environmental conditions ...................................................................................... 93
23. Environmental, Social, Health and Safety (ESHS) Requirements ..................... 93
24. Technical Requirements ........................................................................................ 94
25. Use of Authority Plant and Equipment ................................................................. 95
26. Duties & Taxes......................................................................................................... 95
27. Amendments............................................................................................................ 95
28. Authority Address ................................................................................................... 96
29. Delays in Contractor's Performance ..................................................................... 96
30. Liquidated Damages for delay in delivery of Buses ........................................... 97
31. Acceptance of Buses received after the expiry of Delivery Period .................. 97
32. Progress Reports .................................................................................................... 98

RFP for Design, Manufacture and Supply of 1771 (Nos.) BS VI Diesel Fueled Fully Built Buses 69

Tender Document 73
Climate Friendly Modernization of Bus Services in Major Cities of Tamil Nadu

33. Inspections and Audit by the KfW ........................................................................ 98


34. Indemnity.................................................................................................................. 98
35. Safety Measures ...................................................................................................... 99
36. Consequence of Rejection ................................................................................... 100
37. Quantity Variation ................................................................................................. 100
38. Corrupt practices .................................................................................................. 101
39. Warranty ................................................................................................................. 101
40. Assured Fuel Efficiency ....................................................................................... 105
41. Insolvency and Breach of Contract .................................................................... 105
42. Contractor Events of Default ............................................................................... 106
43. Authority Events of Default.................................................................................. 107
44. Termination for Default......................................................................................... 108
45. Force Majeure ........................................................................................................ 109
46. Laws Governing the Contract .............................................................................. 110
47. Change in Law ....................................................................................................... 112
48. Settlement of Dispute and Arbitration ................................................................ 112
49. Secrecy ................................................................................................................... 114
50. Miscellaneous ........................................................................................................ 114

Schedule 3: Format of Provisional Receipt Certificate ............................................... 119


Schedule 4: Format of Final Acceptance Certificate ................................................... 120

RFP for Design, Manufacture and Supply of 1771 (Nos.) BS VI Diesel Fueled Fully Built Buses 70

Tender Document 74
Climate Friendly Modernization of Bus Services in Major Cities of Tamil Nadu

PART F: FORMAT OF THE CONTRACT AND CONTRACT


CONDITIONS
(To be signed between Managing Director of the concerned STU of TNSTC and the
Successful Bidder for the buses to be supplied under each Package)

(On a Non-Judicial Stamp Paper of appropriate value)

THIS BUS SUPPLY CONTRACT is made on the _____________ [Insert contract number]
______ [Date of signing of Contract] between _______________ [Name of the Signing
Authority] having principal place of business at Chennai hereinafter called “the Authority” of
the one part and M/s. ____________ [Name of the Contractor] having its principal place of
business at ______________ [Registered address of the Contractor] hereinafter called “the
Contractor” of the other part.

WHEREAS:
1. The Authority is desirous to procure the Buses and services during the warranty period
to be provided by the Contractor, viz. Design, Manufacture and Supply of
_______1(nos.) BSVI Diesel Buses in the manner prescribed in Schedule 1: Quantity
of Buses to be Procured Under This Contract and as per Bus Specifications provided
in Part G: Bus Specifications including prescribed warranty period specified in the
clause 39 of the Schedule 2 of the Contract and has accepted the Bid submitted by
the Contractor for the said Buses in the sum of [Insert Contract Price in words and
figures, expressed in the Contract currency(ies) inclusive of all taxes and duties]

2. The Contractor has been selected pursuant to a competitive bid process and has
agreed and undertaken to discharge the scope of services in consideration of the Price
Bid submitted by it and has submitted the Performance Security as required pursuant
to the RFP Document.

NOW THIS CONTRACT WITNESSETH as follows:

1. In this Contract words and expression shall have the same meaning as are respectively
assigned to them in the Conditions of Contract hereinafter referred to.

2. The Contract comprises of the following documents:

i. This cover agreement;

ii. Schedules to the Contract, including the General Conditions of Contract;

1
The quantity of buses to be inserted as per LOA issued to the Successful Bidder.

RFP for Design, Manufacture and Supply of 1771 (Nos.) BS VI Diesel Fueled Fully Built Buses 71

Tender Document 75
Climate Friendly Modernization of Bus Services in Major Cities of Tamil Nadu

iii. RFP document dated {________} in its entirety

iv. Addendum and Response to Queries dated { _______________}

v. Contractor’s Bid dated {______________}

vi. Minutes of Meeting for Pre-Award Discussions/Negotiations, If any.

vii. LOA dated {_______________}.

viii. Bank Guarantee towards Performance Security dated______ bearing no.______

ix. Signed Declaration of Undertaking as per the format provided Annexure 112.

x. Any amendment or clarifications agreed to between the Parties whether by way of


letters or agreements.

3. In consideration of the payments to be made by the Authority to the Contractor as


hereinafter mentioned, the Contractor hereby covenants with the Authority to
discharge the scope of work as provided in Clause 3 of Part E of the RFP Documents,
including delivery of the Buses and providing the spares and after sales services, and
guarantees the same to be in conformity in all respects with the provisions of the
Contract.

4. The Authority hereby covenants to pay the Contractor in consideration of the provision
of buses and services and guarantee of the same, the Contract Price at the times and
in manner prescribed by the Contract.

5. The Contractor agrees that essence of Contract and other contractual obligation shall
become effective from the date of Letter of Acceptance i.e., LOA. The Contractor
further agrees that pre estimated damages mentioned in RFP Document, are fair and
genuine pre-estimate and not by way of penalty. The Contractor shall not dispute the
same in future in any manner.

IN WITNESS WHEREOF the parties here have caused their respective Common Seals to be
hereunto affixed (or have hereunto set their respective hands and seals) the day and year first
above written.

SIGNED, SEALED AND DELIVERED

2
The Successful Bidder shall re-submit the declaration of undertaking on the date of signing
of the contract.

RFP for Design, Manufacture and Supply of 1771 (Nos.) BS VI Diesel Fueled Fully Built Buses 72

Tender Document 76
Climate Friendly Modernization of Bus Services in Major Cities of Tamil Nadu

By the said By the said

Name ………………………………… Name………………………………

On behalf of the Contractor On behalf of the Authority

In the presence of In the presence of

Witness ….……………………………… Witness


….……………………………

Name ……………………………………. Name………………………


Address……………………………. Address……………………………

RFP for Design, Manufacture and Supply of 1771 (Nos.) BS VI Diesel Fueled Fully Built Buses 73

Tender Document 77
Climate Friendly Modernization of Bus Services in Major Cities of Tamil Nadu

Schedules to the Contract

Schedule 1: Quantity of Buses to be Procured Under This Contract

Sr. No. Type of Bus Units of Buses (No.)3

3The type of bus and quantity of buses for respective STUs to be inserted as per LOA issued to the
Successful bidder.

RFP for Design, Manufacture and Supply of 1771 (Nos.) BS VI Diesel Fueled Fully Built Buses 74

Tender Document 78
Climate Friendly Modernization of Bus Services in Major Cities of Tamil Nadu

Schedule 2: General Conditions of Contract (GCC)

1. Interpretations

In the contract, unless the context otherwise requires:

1.1 Words in the singular include the plural and vice-versa.

1.2 Words importing masculine gender shall be taken to include feminine gender and words
importing persons shall include any company or association or body of individuals,
whether incorporated or not.

1.3 Heading of these conditions shall not affect the interpretation or construction thereof of
the Clause.

1.4 Terms and expression not herein defined shall have the meanings assigned to them in
the Indian Sale of Goods Act, 1930 (as amended) or the Indian Contract Act, 1872 (as
amended) or the General Clauses Act, 1897 (as amended) as the case may be.

1.5 Wherever Date& Period are specified in RFP Document for completing some formalities/
tasks/ documentations etc., the commencement of the period prescribed for the said
completion shall be reckoned from the date of dispatch of the communication by
Authority, even if mentioned otherwise anywhere else.

2. Parties to the Contract and their Obligations

2.1 The parties to the contract are the Contractor and the Authority, as defined in the recital
of Contract Part F.

2.2 A person signing the Bid or any other document in respect of the contract on behalf of
Contractor without disclosing his authority to do so, shall be deemed to have the authority
to bind the Contractor to fulfil his obligations as mentioned in such Bid or document. If it
is discovered at any time that the person so signing has no authority to do so, Authority
may, without prejudice to any other right or remedy of the Authority, cancel the contract
and make or authorize making of a purchase of buses at the risk and cost of such person
and hold such person liable to Authority for all costs and damages arising from
cancellation of contract including any loss which Authority may sustain on account of
such purchase.

2.3 Any approval that may be given by Authority or Inspecting Officer on behalf of Authority
shall only be deemed to be approval in principle. Notwithstanding such approval,

RFP for Design, Manufacture and Supply of 1771 (Nos.) BS VI Diesel Fueled Fully Built Buses 75

Tender Document 79
Climate Friendly Modernization of Bus Services in Major Cities of Tamil Nadu

Contractor shall be fully and totally responsible for the satisfactory performance and
compliance with contract specifications.

2.4 In case of any inter-se conflict between any provisions/ stipulations in Bid Document or
in Contract Document, decision of Authority for interpretation/ application would be final
and binding.

2.5 Contractor shall be absolutely liable for technical design and manufacture of buses as
per the design and final drawings approved by the Authority. It shall not be open to
Contractor to contend at a later stage that a particular change/ deviation in technical
parameters/ drawings is not compatible with the overall design of the Bus or affects
performance. Any losses, whatsoever, which are occasioned on account of the design/
technical failure of the Bus shall be borne by the Contractor.

3. Contract

3.1 The contract shall be for supply Design, Manufacture and Supply of the number of Buses
specified in Schedule 1: Quantity of Buses to be Procured Under This Contract, as per
the specifications set forth in the Contract at the Designated Locations for Delivery and
as per the Delivery Schedule specified in the contract herein further and to provide
warranty as per the conditions provided in the Contract. For avoidance of any doubt, it
is clarified that the contract period shall begin with signing of the contract and expire with
the end of warranty period for the Bus Structure as specified in Sr. No. 21 of Part C RFP
Summary and Clause 2.8 of Part E.

3.2 Unless otherwise specified, Buses shall be entirely brand new (The chassis used for
fabrication of fully built Bus should be new (not manufactured earlier than 12 months
from the date of Purchase Order of fully built Bus) and of the best quality and
workmanship to the satisfaction of Inspecting officer and Authority.

3.3 The whole contract is to be executed in the approved, substantial and workmanlike
manner, to entire satisfaction of Authority, who both personally and by its any person
acting through or under Authority, shall have full power, at every stage of progress, to
inspect the Buses /chassis/items at such times as he may deem fit and to reject any of
the Bus/ item, which he may disapprove, and his decision thereon, and on any question
of the true intent and meaning of the specifications shall be final and conclusive.

RFP for Design, Manufacture and Supply of 1771 (Nos.) BS VI Diesel Fueled Fully Built Buses 76

Tender Document 80
Climate Friendly Modernization of Bus Services in Major Cities of Tamil Nadu

4. Performance Security

4.1 Contractor shall furnish Performance Security encashable at Chennai in the form of a
Bank Guarantee in Proforma prescribed in RFP document (Annexure 9: Format of Bank
Guarantee Towards Performance Security) within 45 days from the date of dispatch of
the ‘Letter of Acceptance’ of the Bid by the Authority, for the following amount:

Sr. Name of the Nos. of buses Amount of


No. Package allotted to (name of Performance Security
the STU) under the (INR)4
Package.

The Bank Guarantee/ should be from any Indian nationalized or Scheduled bank. Bank
Guarantee should be drawn in favour of “MDs of Respective STUs”, payable at Chennai.
The total value of contract inclusive of duties and taxes shall be taken into account for
calculation of amount of Performance Security. The bank guarantee towards
Performance Security equal to 10% of total Contract value shall be in force and valid till
the expiry of the Complete Bus Warranty period for the Buses as specified in the (Sr.
No. 21, Point A of RFP Summary). The Contractor shall refurbish a fresh Performance
Security or reduce the security amount to 5% of the Contract value with extended time
period ending after 30 days of expiry of the Structure Warranty Period as per Sr. No. 21,
Point B of RFP Summary and as extended for a suitable period by the Contractor in
case of any extension of Contracted Delivery Schedule.

In case, the availability of Bank Guarantee from the banks for the length of the Contract
is difficult to obtain, the initial Bank Guarantee maybe submitted valid for a period of 2
(two) years, and which shall have to be renewed for similar tenure, 45 (forty five) days
before its expiry. The Bank Guarantee towards Performance Security shall be renewed
in above manner up to the end of the time period provided in the para above.

4.2 In case furnishing of Performance Security is delayed by the Contractor beyond the
period provided in preceding sub-clause 4.1 and Performance Security so submitted is
accepted by Authority, penalty as per Sub Clause 4.4 hereinafter shall be levied for the
period of delay, beyond 30 days allowed as per preceding sub Clause 4.1, in submission
of Performance Security.

4
Amount for Performance Security to be inserted as per the LOA issued to the Successful Bidder for
the respective Package

RFP for Design, Manufacture and Supply of 1771 (Nos.) BS VI Diesel Fueled Fully Built Buses 77

Tender Document 81
Climate Friendly Modernization of Bus Services in Major Cities of Tamil Nadu

4.3 If Bidder, having been called upon by Authority to furnish Performance Security, fails to
furnish the same, it shall be lawful for the Authority:

i. to recover from the Contractor the amount of Performance Security by deducting


the amount from the pending bills of the Contractor under any contract with the
Authority or the Government or

ii. to levy Liquidated Damages in terms of clause 4.4 of GCC or

iii. to forfeit the EMD and Terminate the contract or any part thereof and to purchase
or authorise the purchase of the buses at the risk and cost of the Contractor.

4.4 In case of delay in submission of Performance Security, Authority shall, without prejudice
to other remedies under the contract, levy/ deduct liquidated damages @ 0.5% of total
value of the Contract inclusive of duties & taxes for delay of each week or part thereof.
The decision of Authority shall be final in this regard. The Contractor agrees that
liquidated damages are fair and genuine pre-estimate of the loss that would be
occasioned by Authority and it shall not dispute the same in any manner. The liquidated
damages shall be recovered from EMD and/ or from any bill of the Contractor submitted
against any contract.

4.5 Authority shall be entitled and it shall be lawful on his part to forfeit amount of
Performance Security in whole or in part in event of any default, failure or neglect on part
of Contractor in fulfilment or performance in any manner whatsoever of Contractor’s
obligations under the contract under reference or any part thereof to satisfaction of the
Authority. Authority shall also be entitled to deduct from the amount of Performance
Security any loss or pre-estimated Liquidated damages for the events included in the
clause 30, 39 and 40 of Part F and as mentioned elsewhere in the Contract_which
Authority may suffer or be put to by reason of or due to any act or other default,
recoverable by Authority from the Contractor in respect of the contract under reference
and in either of the events aforesaid to call upon the Contractor to maintain the amount
of performance security at its original limit by furnishing fresh Bank Guarantee of
additional amount, provided further that the Authority shall be entitled to recover any
such claim from any sum then due or which at any time thereafter may become due to
the Contractor under this or any other Contracts with the Authority.

4.6 The Bank Guarantee shall remain in full force and effect during the period that would be
taken for satisfactory performance and fulfilment in all respects of the contract i.e., till

RFP for Design, Manufacture and Supply of 1771 (Nos.) BS VI Diesel Fueled Fully Built Buses 78

Tender Document 82
Climate Friendly Modernization of Bus Services in Major Cities of Tamil Nadu

satisfactory commissioning of the buses at Authority’s works and thereafter successful


completion of Warranty Period as Specified in the Clause 39 of GCC.

4.7 As and when, an amendment is issued to the contract, having an impact on amount and
validity of Performance Security, Contractor shall, within fifteen days of receipt of such
an amendment furnish to Authority an amendment to Bank Guarantee rendering the
same valid for the contract as amended.

4.8 The Bank Guarantee and or any amendment thereto shall be executed on a stamp paper
of requisite money value in accordance with the laws applicable in India by the party
competent to do so.

4.9 Fresh Performance Security: In the event of encashment of Performance Security by


Authority pursuant to an Encashment Notice issued, Contractor shall within 30 (thirty)
days of Encashment Notice furnish to Authority fresh Performance Security. The
provisions set forth in above shall apply mutatis mutandis to such fresh Performance
Security.

5. Contractor's Responsibility

5.1 The Contractor shall be entirely responsible for execution of The Contract strictly in
accordance with the terms of Technical Specification and General Conditions of
Contract, Instruction to Bidder and other conditions of contract.

5.2 Contractor shall be responsible for taking all necessary approvals and permissions from
the Government of India and from the Government of Tamil Nadu as the case may be
and shall be responsible and liable for payment of all statutory and non-statutory dues
during the performance of its obligations under the contract.

6. Submission of Design

6.1 Bus design shall be developed based on requirements given in the Technical
Specification & sound engineering practices. The detailed design of bus body including
scalable design and dimensions of exterior and interior structural members and
panelling, elevations of RHS and LHS, front and rear facia, service doors, driver doors
and driver doors, saloon area, stanchions, electric diagram, window and glass
specifications, all the aggregates and sub systems shall be submitted by the successful
Contractor with supporting technical data to Authority for the purpose of inspection
during proto type approval. However, Contractor shall be required to obtain Type

RFP for Design, Manufacture and Supply of 1771 (Nos.) BS VI Diesel Fueled Fully Built Buses 79

Tender Document 83
Climate Friendly Modernization of Bus Services in Major Cities of Tamil Nadu

Approval for buses and Conformity of Production (COP) as per prevalent CMVR from
the authorized agencies as per CMVR. In addition, Finite Element Analysis (FEA) using
Computer Aided Engineering (CAE) Techniques for required loads/ performance
requirements approval shall be obtained from the authorized test agencies as per
CMVR. The Contractor remains liable for ensuring adequacy and safety of the design of
the Buses. The design shall be developed in S.I. Units.

6.2 Notwithstanding the approval, Contractor shall be wholly and completely responsible for
satisfactory design, manufacture, supply & performance of these Buses offered during
the contract period.

7. Quality Assurance Plan and quality of Material

7.1 The materials to be used in manufacturing of buses shall conform to the specified Bureau
of Indian Standards (BIS)/ Automotive Industry Standards (AIS) surpassing the
performance & other requirements as given in the Bus Code AIS 052. In absence of
above specifications, Association of State Road Transport Undertakings (ASRTU)
Specifications could be followed. Wherever Indian standards are not available,
internationally acceptable standards may be referred/indicated such as ECE, JIS, DIN,
ASTM, ISO etc. for quality assurance of material. Indian and International standards
wherever indicated in Technical Specification shall be conforming to the Standards as
amended up to date/ or latest. Wherever the standards of any item have not been notified
as International/ National Standard etc. the Bidder shall provide actual specifications of
that item along with the drawings of the items indicating all relevant details. In this case
the Bidder shall also submit the certificate for non- availability of International/National
standard etc. The Bidder shall be required to satisfy about all the relevant standards for
the material to be used in manufacturing of buses before submitting their Bids.

7.2 The Contractor can use materials out of the lot, which has been approved by a lab. It is
necessary to furnish latest Lab Test Reports from CIRT, Pune/ARAI, Pune/ ICAT,
Manesar/ BIS approved Labs/NABL approved Labs to the Authority for the Material used
in the Manufacturing of the buses during any stage of factory inspections provided in the
Contact.

7.3 Random samples of items as per list (Annexure 8: Information on Key Bus and ICT
Aggregates ) shall be picked up by Authority’s representative and the manufacturer
jointly and sealed for onward transmission by the manufacturer to the lab for inspection
as per the required specification/ standards. ‘ISI’ or ‘E’ marked items of the concerned

RFP for Design, Manufacture and Supply of 1771 (Nos.) BS VI Diesel Fueled Fully Built Buses 80

Tender Document 84
Climate Friendly Modernization of Bus Services in Major Cities of Tamil Nadu

country used in manufacturing of Bus need no testing except flammability test and
testing of all type of fuses.

7.4 Vehicle Manufacturers shall be required to obtain type approval of all safety critical items/
materials from the authorized testing agencies before use. The Vehicle Manufacturers
shall be required to provide a list of such items along with their Certificates to the
Authority.

7.5 The cost of all tests, analysis, and patent rights shall be borne by the Manufacturer.

7.6 Contractor shall formulate a Quality Assurance Plan (QAP) to ensure quality product
conforming with Part G of the RFP. QAP shall cover quality assurance procedures to be
followed during all stages of design, planning, procurement, manufacture, supply and
commissioning. QAP shall be submitted by the Contractor to Authority within two weeks
of signing of Contract.

8. Manufacturing of Fully Built Buses

8.1 The Contractor shall manufacture the Chassis of the Fully Built Bus at fully owned
inhouse manufacturing facility only.

8.2 The Contractor shall construct the Bus Body of the Fully Built Bus at fully owned inhouse
Bus Body Building/manufacturing facility or at the Bus Body Building Facility owned by
its Associates.

8.3 For the purpose hereof, the word “Associate” shall mean, in relation to the Contractor, a
firm which controls the Contractor (i.e. Parent/Holding Company) or is controlled by the
Contractor (i.e. subsidiary), or is under the common control with the Contractor (i.e. sister
concern).

As used here, the expression “control” means, with respect to Contractor which is a
company, (i) the ownership of common shareholders, directly or indirectly (i.e. together
with one or more of its subsidiary/Holding companies), of at least 50%of the voting
shares/shareholding of the firm in question OR (ii) the right to appoint majority of the
directors or to control the management or policy decisions exercisable by a person or
persons acting individually or in concert, directly or indirectly, including by virtue of their
shareholding or management rights or shareholders agreements or voting agreements
or in any other manner.

RFP for Design, Manufacture and Supply of 1771 (Nos.) BS VI Diesel Fueled Fully Built Buses 81

Tender Document 85
Climate Friendly Modernization of Bus Services in Major Cities of Tamil Nadu

(In the event of any ambiguity or dispute, the provisions of Companies Act 2013,
appropriately applied in context, shall prevail)

9. Inspection of Buses and Testing of material during inspection

9.1 Authority or representative authorized by the Authority may carry out inspection of
Prototype and other buses at any of the following stages before pre-dispatch stage at
Contractor’s manufacturing premises -

i. Stage 1: Structural assembly stage before panelling on buses as per the


specifications provided in the Part G.

ii. Stage 2: Fully Built Bus Stage after Final completion of interior and exterior panelling,
and fully equipping of buses as per the specifications provided in the Part G.

9.2 The Authority shall inspect the buses other than Prototype buses at abovementioned
stages through random sampling of available lot of Buses. The Authority at its sole
discretion shall decide the percentage of sample size for each available lot of buses
based on its assessment of quality of material used in the bus and the workmanship.

9.3 For any Deficiency noted by the Authority during any stage of the inspection, the
Contractor shall initiate immediate remedial actions for the same as advised by the
Authority. The Authority or Representative of the Authority shall not be entitled to suggest
changes or modification which are not part of the mutually agreed Bus specifications.

9.4 The inspection and factory acceptance testing of the buses shall be carried out at either
at the Vehicle Manufacturer’s premises or at a location with adequate testing facilities
that is nominated by the Vehicle Manufacturer. The inspection of the final acceptance of
the buses shall be carried out at the Authority’s premises including transit damages,
dimension checks, built quality and commissioning work.

9.5 All the costs associated with the inspection of Prototype bus and other buses at
Contractor’s premises in India or abroad and at Designated Locations for Delivery
including travelling and conveyance expenses of Officials and representatives of the
Authority shall be borne by the Contractor.

9.6 The Authority shall not conduct any laboratory test if the material procurement
certificates are submitted by the Contractor at the time of inspection of buses.
Notwithstanding with above, if found necessary, the Authority may conduct material test
at any stage for prototype or any other buses, at its own cost. If the material fails the test,

RFP for Design, Manufacture and Supply of 1771 (Nos.) BS VI Diesel Fueled Fully Built Buses 82

Tender Document 86
Climate Friendly Modernization of Bus Services in Major Cities of Tamil Nadu

entire cost of testing shall have to be borne by the Contractor. The Authority might
conduct lab testing mostly for following material.

Sr.No. Items to be tested Specifications


1 CR Tubular sections BIS:4923-1997 (or latest) of Grade Yst. -240
BIS:3618-1966 (or latest) Class A-2 for
Phosphating & BIS:277-2003 or latest - 120 gsm for
Galvanizing (Zinc Coating) and two weeks (336
Phosphating / hours) Salt Spray Test for both in accordance with
2
Galvanizing ASTM procedure B117 with no structural
detrimental effect to normally visible surfaces & no
weight loss of over 1%.

As per AIS 085


3 EPDM Rubber
BIS: 2553 (Part-2)-1992 (or latest) Float Glass,
Front ‘AA’ Grade Glass, PVB Film in Laminated
4 Glasses Laminated
Glass.

IS:733-1974 (or latest) for Solid Part, IS:1285-1975


or latest for Extruded Round Tube &Hallow Part
5 Aluminum Parts and IS:738-1977 or latest for Drawn Tubes, Alloy
63400, tempering WP.

PU Paint as per relevant IS: 13213:1991 (or latest)


& any other relevant BIS Standards. For Matt Black
6 Paint
Paint the Gloss Value is up to 30 units.

BIS: 2465-1984(or latest). DIN 72551- Dimensional


Test JIS C 3406- Spark, Immersion & Conductor
7 LT Wire Resistance Test’ SAE recommended J 1127 & J
1128

BIS:737-1986(or latest), Aluminium Alloy H-2/31000


8 Aluminium Sheet
BIS:513-2008(or latest)
9 CR sheets
BIS:277-2003 (or latest), Class-VIII Medium
10 GI Sheets Coating of Zinc Nominal Weight120 grams/M2.

Passenger Seat As per AIS-023, Bus Code & BIS Standards


11
Assembly
BIS: 710-1976 (or latest) IS:5509-2000 (or latest)
Marine Board / other
12 for Flammability.
floor material

The Authority shall issue Pre-Dispatch Inspection Certificate within seven days of
satisfactory inspection of Fully Built buses. Contractor shall dispatch buses only after
attending defects/ deficiencies observed during Pre- Dispatch Inspection.

RFP for Design, Manufacture and Supply of 1771 (Nos.) BS VI Diesel Fueled Fully Built Buses 83

Tender Document 87
Climate Friendly Modernization of Bus Services in Major Cities of Tamil Nadu

9.7 The Contractor shall set up the after-sales network along with the required spare parts,
aggregates and sub-systems within 30 days from the date of Prototype Acceptance of
all the prototype of the Package awarded to the Contractor.

10. Alteration, Addition/ Deletion, Deviation, Defects/ Deficiencies:

10.1 The Contractor shall manufacture the Bus strictly in accordance with the technical
specifications of the contract. Contractor is not allowed to make any alteration, addition/
deletion, and deviation or leave any defect/ deficiency in the manufacturing of the Bus.

10.2 The Contractor shall note that the Bus shall be manufactured and supplied to the
Authority with zero defects. In case, any defects/ deficiencies/ discrepancies are brought
to the notice of the Contractor during inspection at various stages, the same shall be
immediately removed in all the buses under manufacturing before clearance is given by
the Authority. In case, any defects/ deficiencies observed at various stages and not
rectified by the Contractor before the commissioning of the completed buses at
Designated Locations for Delivery Contractor shall be solely responsible for any mishap/
mis-happening and liable for levy of damages/ compensation for the damages caused
and the same shall be recovered from the outstanding payments/ performance security
etc.

10.3 The Contractor shall note that in case of defects/ deficiencies not attended/ rectified by
him at his works during Bus manufacturing, the same shall result in delay in releasing
the payment for the Bus in order to enable the Authority to work out the cost of recovery
to be made from his bills.

10.4 However, in case any alteration/ addition/ deletion/ deviation, defects/ deficiencies in any
manner are found or detected in the Bus at the time of commissioning of the Bus,
Authority shall have the right to recover full cost of the material/ fitment etc. with 25% of
the cost of the material/ fitment etc. as compensation/ damages from bills of Contractor
towards rectifications at his cost. The Authority shall also have a right to make recovery
as determined by the MD of the respective STUs of TNSTC or his authorized
representative after costing for defects/ deficiencies, deviations, alterations etc.

10.5 For purpose of recovery of compensation and damages, no notice shall be required to
be issued to Contractor. However, after cost is assessed and evaluated as per joint
inspection carried out in presence of Contractor’s representative, The Contractor shall
be sent a statement in respect of recovery/ deductions made with details of defects &
deficiencies etc. Assessment of the cost of material fitment etc shall be made by the MD

RFP for Design, Manufacture and Supply of 1771 (Nos.) BS VI Diesel Fueled Fully Built Buses 84

Tender Document 88
Climate Friendly Modernization of Bus Services in Major Cities of Tamil Nadu

of the respective STUs of TNSTC or his authorized representative, which shall be final
and binding upon the Contractor.

11. Delivery

11.1 Delivery Period: Delivery of prototype Bus and thereafter other buses is to be
completed as per the Delivery Schedule specified in the RFP summary.

11.2 Contractor shall deliver buses to the respective STUs at the following places not later
than the dates/schedule specified in the contract (“Designated Locations for Delivery”)
along with all the documents required for registration of vehicle at the time of delivery at
designated locations as specified below:

Sr. Name of the Address of the Stores region wise


No. STUs
1. MTC Limited - Works Manager,
Chennai Central Work Shop,
MTC Limited,
Chrompet, Chennai – 600 044

2. TNSTC – 1) VILLUPURAM REGION


Villupuram
The Assistant Manager (Store),
TamilNadu State Transport Corporation (Villupuram) Limited,
Villupuram Region,
3/137 Salamedu, Valuthareddy Post,
Villupuram – 605602
Mobile No.: 9445456011.
E- Mail: tnstcvpmcws@gmail.com

2) VELLORE REGION,

The Deputy Manager (Store), TamilNadu State Transport


Corporation (Villupuram) Limited,
Vellore Region,
Arcot Main Road,
Rangapuram, Vellore - 632009.
Mobile No.: 9445021305.
E- Mail: stovlr10@yahoo.in

3) KANCHEEPURAM REGION

The Deputy Manager (Materials),


TamilNadu State Transport Corporation (Villupuram) Limited,
Kancheepuram Region,
Orikkai, Kancheepuram – 631501.
Ph No: 044 27237482.
E- Mail: tnstckpm@gmail.com

RFP for Design, Manufacture and Supply of 1771 (Nos.) BS VI Diesel Fueled Fully Built Buses 85

Tender Document 89
Climate Friendly Modernization of Bus Services in Major Cities of Tamil Nadu

3. TNSTC – 1) SALEM REGION


Salem
The Managing Director
TamilNadu State Transport Corporation (Salem) Ltd.,
Central Stores, Head Office,
12, Ramakrishna Road, Salem – 636 007

2) DHARMAPURI REGION

The Managing Director


TamilNadu State Transport Corporation (Salem) Ltd.,
A. Jettyhalli (Post),
AdiyamanKottai, Dharmapuri – 636 807.

4. TNSTC – 1) COIMBATORE REGION:


Coimbatore
The Managing Director,
TamilNadu State Transport Corporation (Coimbatore) Ltd
Central Store, 4-A, Good shed Road,
Pollachi – 642 001

2) ERODE REGION

The Managing Director,


TamilNadu State Transport Corporation (Coimbatore) Ltd,
C.P.S., IRTT Complex, Vasavi College (Post),
Chithode, Erode - 638 316.

TNSTC - 1) KUMBAKONAM REGION


5. Kumbakonam
The Assistant Manager (Stores)
TamilNadu State Transport Corporation (Kumbakonam) Ltd,
27, New Railway Road, Kumbakonam-1

2) TRICHY REGION
The Assistant Manager (Stores)
TamilNadu State Transport Corporation (Kumbakonam) Ltd, (Trichy
Region)
Central Store, Thuvakudi, Trichy-15.

3) KARAIKUDI REGION
The Assistant Manager (Stores)
TamilNadu State Transport Corporation (Kumbakonam) Ltd,
(Karaikudi Region)
Ram Nagar, Devakottai-3

4) PUDUKKOTTAI REGION
The Assistant Manager (Stores)
TamilNadu State Transport Corporation (Kumbakonam) Ltd,
(Pudukkottai Region)
51/1 A, Pillai Thanneer Pandal, Thirumayam Road, Pudukkottai-1

RFP for Design, Manufacture and Supply of 1771 (Nos.) BS VI Diesel Fueled Fully Built Buses 86

Tender Document 90
Climate Friendly Modernization of Bus Services in Major Cities of Tamil Nadu

6. TNSTC – 1) MADURAI REGION


Madurai
The Deputy Manager (Stores)
TamilNadu State Transport Corporation (Madurai) Ltd, (Madurai
Region Stores)
Pasumalai RC Unit, GST Road,
Pasumalai, Madurai - 625 009.

2) DINDIGUL REGION

The Deputy Manager (Stores)


Central Stores Department
TamilNadu State Transport Corporation (Madurai) Ltd., (Dindigul
Region Office)
Collectorate Bye Pass,
Chettynaikken Patty, Dindigul – 624 004

3) VIRUDHUNAGAR REGION

The Assistant Manager (Stores)


Central Stores Department
TamilNadu State Transport Corporation (Madurai) Ltd,
(Virudhunagar Region Office)
Madurai Road, Virudhunagar - 626001

7. TNSTC – 1) TIRUNELVELI REGION


Tirunelveli
The Asst. Manager (Stores)
TamilNadu State Transport Corporation (Tirunelveli) ltd., (Tirunelveli
Region)
No.19 Trivandrum Road.,
Vannar Pettai, Tirunelveli 627 003

2) NAGERCOIL REGION

The Asst. Manager (Stores)


TamilNadu State Transport Corporation (Tirunelveli) ltd., (Nagercoil
Region)
Rani Thottam, Nesamani Nagar,
Nagercoil - 629 001

11.3 Authority shall be entitled to levy damages as per clause 30 of Schedule 2: General
Conditions of Contract to the Contractor upon failing to perform as per Clause 11.1 and
11.2 above.

11.4 Notwithstanding any inspection and approval by the Inspecting Officer, ownership of the
buses shall not pass on to Authority until the buses have been received, inspected and
accepted by the Authority at his end at Designated Locations for Delivery.

RFP for Design, Manufacture and Supply of 1771 (Nos.) BS VI Diesel Fueled Fully Built Buses 87

Tender Document 91
Climate Friendly Modernization of Bus Services in Major Cities of Tamil Nadu

11.5 Failure to comply with stipulated delivery schedule shall attract pre-defined liquidated
damages, risk purchase & other provisions of the contract.

11.6 Contractor shall intimate Authority at least 15 days prior to any inspection at Contractor
premises failing which Authority shall not be liable for delay in inspection and supplies
of buses. Authority shall conduct inspection within 15 days from the day of receipt of
request for inspection from Contractor. Delay in delivery of buses on account of late
inspection and delay in submission of inspection report by the Authority for the affected
quantity shall be entirely attributable to the Authority.

12. Inspection of Buses at Destination Station

12.1 On receipt of Buses at the place of delivery, these shall be jointly inspected by the
Contractor and the Authority for completeness and satisfactory condition of all
equipment/ components. Damages, defects and deficiencies, if any, shall be noted and
the Contractor shall initiate immediate action for making good the same under advice
from Authority within mutually agreed time period. Any delay commissioning of these
buses due to any such reason shall be to Contractor’s account and shall be dealt with
by the Authority as per Conditions of the Contract.

13. Provisional Receipt Certificate

13.1 Only upon receipt of documentary evidences of the after sales network and spare parts
inventory in Tamil Nadu, the Authority shall, through a joint inspection with the Contractor
or representative of the Contractor, issue Provisional Receipt Certificate as per the
format provided in Schedule 3 of the contract within three working days of receipt of Bus
(es) in good conditions along with valid required documents at Designated Locations for
Delivery. The Provisional Receipt Certificate issued by the Authority shall not be
considered the Acceptance of the Buses received.

14. Removal and Replacement of Rejected Buses

14.1 On rejection of any Bus, subjected to inspection or assessment of performance during


commissioning at Authority’s premises, such buses shall be removed and replaced by
Contractor at his own cost subject as hereinafter stipulated, within 21 days of the date
of intimation of such rejection. If the concerned communication is addressed and posted
to Contractor at the address mentioned in contract, it shall be deemed to have been
served on him at the time when such communication would in course of ordinary post
reach Contractor, provided that where price or part thereof has been paid, the Authority

RFP for Design, Manufacture and Supply of 1771 (Nos.) BS VI Diesel Fueled Fully Built Buses 88

Tender Document 92
Climate Friendly Modernization of Bus Services in Major Cities of Tamil Nadu

is entitled without prejudice to his other rights to retain rejected buses till either price paid
for the rejected buses is refunded by the Contractor or the same quantity of buses are
replaced by the Contractor, save that such retention shall not in any circumstances be
deemed to be acceptance of buses or waiver of rejection thereof.

14.2 All rejected buses shall in any event and circumstances remain and always be at the risk
of the Contractor immediately on such rejection. If such buses are not removed by
Contractor within the period aforementioned, Inspecting Officer/ Authority may remove
the rejected buses and either return same to the Contractor at the risk and cost of the
Contractor by such mode of transport as Authority or Inspecting Officer may decide, or
dispose of such buses at Contractor's risk and on his account and retain such portion of
proceeds, if any, from such disposal as may be necessary to recover any expense
incurred in connection with such disposals and any price refundable by Contractor as a
consequence of such rejection. Authority shall, in addition, be entitled to recover from
the Contractor handling and storage charges @ 0.5% of the price of buses per week or
part thereof on the rejected buses after expiry of the time-limit mentioned above.

15. Final Acceptance Certificate

15.1 Contractor shall inform the Authority about rectification/ removal of defects/ deficiencies
observed during Joint Inspection carried out during issuance of Provisional Receipt
Certificate within 07 days from date of such inspection. Thereafter, Final Acceptance
Certificate as per the format provided in the Schedule 4 of the Part F shall be issued by
Authority within 15 days after final inspection, satisfactory rectification of deficiencies
observed during the join inspection as per clause 13.1 above and satisfactory
commissioning of buses at Designated Locations for Delivery or any other Place
mentioned in the Contract. (“Final Acceptance Certificate”)

16. Payment Terms

16.1 Payment to the Contractor shall be made subject to recoveries, if any, by way of
liquidated damages or any other charges, deductions or adjustments as per terms &
conditions of contract in the manner specified in the Sr. No. 20 of the RFP summary.

16.2 For any delay in payment beyond the time stipulated in 15.1 above, the Contractor shall
be entitled to claim interest on the delayed payment from the Authority at an annual rate
equal to 3% above the Bank Rate of which is published by the Reserve Bank of India on
time to time basis, provided such delay is not attributable to any breach of any
requirements or obligations of the Contractor as arising from the Purchase Contract

RFP for Design, Manufacture and Supply of 1771 (Nos.) BS VI Diesel Fueled Fully Built Buses 89

Tender Document 93
Climate Friendly Modernization of Bus Services in Major Cities of Tamil Nadu

signed pursuant to this RFP. The Contractor shall be entitled to this payment without
formal notice or certification, and without prejudice to any other right or remedy.

16.3 The Contractor shall raise invoice for total cost of Supply of Buses as per contract terms
for each lot of buses delivered as per the Delivery Schedule at the time of delivery and
after issuance of Provisional Acceptance Certificate and Final Acceptance Certificate as
of that particular lot in accordance with clause 16.1 above after deduction of Liquidated
Damages pursuant to the provisions of the Contract.

16.4 The Contractor shall bear all the risks pertaining to foreign exchange during the contract
period.

17. Payment Procedure

17.1 Payment as per the payment schedule shall be made in Indian Rupees against
bills/invoices submitted by the Contractor.

17.2 The Contractor(s) /Successful Bidder(s) shall be required to submit invoice as per the
payment terms provided in the Clause 16: Part F of the RFP towards supply of Buses to
the respective STUs. The STUs, after verification the Invoice amount and calculation of
deductable Liquidated Damages pursuant to the provisions of the RFP from the
submitted invoices, shall release the Payment Advisory to the PIU/TDFC in Chennai.
The payment shall be released to the Contractor(s)/ Successful Bidder(s) by the
PIU/TDFC within the time period specified in the clause 16 of the Contract after due
deduction of applicable Liquidated Damages and other applicable statutory deductions
notified by competent Authority from time to time such as Tax Deduction at Source or
Withholding Tax for a Foreign based Contractor etc.

18. Submission of Drawings

18.1 Contractor shall provide two sets of general drawings in soft copy comprising of
elevations – sides, front &rear ends along with main dimensions, isometric views,
exterior & interior details, seating layouts, specified colour scheme, bill of materials and
their sizes and specifications, etc. The above-mentioned general drawings along with
other documents as specified in Part G of the RFP shall be supplied by Contractor to
Authority in advance of dispatch of Prototype Bus from Manufacturer's Premises.

RFP for Design, Manufacture and Supply of 1771 (Nos.) BS VI Diesel Fueled Fully Built Buses 90

Tender Document 94
Climate Friendly Modernization of Bus Services in Major Cities of Tamil Nadu

19. Service Engineering

19.1 Contractor shall furnish information on maintenance practices to be followed for these
Buses manufactured to confirm to Technical Specification or similar to those offered
against the tender, clearly spelling out the following:

i. Maintenance standards including clearances and tolerances at various locations and


permissible limits of wear for good riding comfort, performance and operation.

ii. Inspection procedure & periodicity of various preventive schedules in detail including
gauging practices.

iii. Maintenance procedures in detail including preventive maintenance schedules

iv. Facilities required for maintenance, giving detailed information on the following:

a. Plant & Machinery required for maintenance.

b. Gauges, Jigs and Fixtures and Tools required during maintenance

c. Space requirements for maintenance facilities.

d. Any other details necessary for development of said facilities.

20. Service Manuals, Spare Parts Catalogues and After Sales Network

20.1 Detailed Maintenance & Service Manuals, Spare Parts Catalogues, Price List etc. shall
be specially prepared for Buses and at least 5 sets of each for every 100 buses or part
thereof of the same shall be supplied without any extra charge, along with the first supply.
Detailed spare parts catalogue listing all components manufactured or purchased (five
copies for every 100 buses or part thereof) shall be supplied without any extra charge.
All manuals shall be sent to Authority in advance of dispatch of buses from
manufacturer’s works.

20.2 Contractor shall also furnish printed price list (valid for the warranty period) giving cost
of all components/ assemblies of the Bus for applicable spares parts/ aggregates/
consumables etc. along with maximum discount allowed to Authority on purchase of
such items as per prices in the price list during life of the Bus. The Contractor shall give
an undertaking along with the Bid that the rates of parts/ discounts etc. quoted by them
in the price lists are reasonable and do not exceed rates at which these parts are made
available on DGS&D/ ASRTU Rate Contract (RC) / to any other Government
Department/ Public Sector Undertaking/ Authorized Dealers, etc. The rates of spare

RFP for Design, Manufacture and Supply of 1771 (Nos.) BS VI Diesel Fueled Fully Built Buses 91

Tender Document 95
Climate Friendly Modernization of Bus Services in Major Cities of Tamil Nadu

parts shall be valid for the warranty period from date of submission of printed price list
and the price variation will be limited to relevant price index of the Government of India.

20.3 Contractor shall additionally ensure the setting up of after sales network along with the
required spare parts, aggregates and sub-systems as per the timeline specified in
Clause 9.7 of Part F of the RFP. The Contractor shall submit documentary evidences
showcasing locations of the service networks and the spare parts inventories.

20.4 Upon failing to setup, the after sales network within the timeline specified in Clause 9.7
of GCC, the Authority shall provide a time period of additional 30 days to the contractor
as a remedial period to fulfill such obligations. During the remedial period, the Authority
shall collect 0.33% of the Performance Security of the relevant Package on per day basis
as Liquidated Damages.

20.5 Non-fulfilment of the obligation with respect to Clause 20.3 above by the Contractor after
the expiry of the remedial period as mentioned in Clause 20.4 above shall be considered
as Contractor’s Event of Default.

20.6 The Authority shall be entitled at its own discretion to not accept any lot of buses at its
premises until the Contractor sets up the after sales network and spare parts inventory
in Tamil Nadu as per the requirement of the RFP.

21. Training

21.1 The Contractor, at its own cost, shall “Train the Trainers” on 1) BS VI technology and 2)
on board ITS equipment to at least 25 Driving Instructors and 15 Maintenance Instructors
per TNSTC STU. This shall also include training the Depot Managers and Engineers.
The Contractor shall provide adequate material and resources required for the training.

21.2 The Contractor shall submit the training content, Manuals and list of resources to the
Authority within 10 days from the date of issue of Letter of Acceptance/ Work Order. The
training content shall be reviewed by the Authority or representatives of the Authority in
light of larger capacity building program proposed under the Bus Modernisation Plan. on
The Contractor shall immediately commence the training pursuant to clause 21.1 above
after incorporating the suggestions/modifications provided by the Authority or its
representatives. The Contractor shall make available the finalised training manuals in
English and Tamil languages for the purpose of imparting better understanding of the
training content to the trainees.

RFP for Design, Manufacture and Supply of 1771 (Nos.) BS VI Diesel Fueled Fully Built Buses 92

Tender Document 96
Climate Friendly Modernization of Bus Services in Major Cities of Tamil Nadu

21.3 The training shall be provided at regional training centres of the Authority/IRT. The
Contractor shall provide minimum 3 (nos.) of training bus or simulator or similar
adequate infrastructure for the purpose of Physical Training based on the requirement.
The Contractor can also arrange such Physical Training at its own premises/facility at its
own cost.

21.4 The Contractor shall make available such infrastructure for Physical Training, till arrival
of first lot of buses in each STU, for the purpose of Training by the Trainers to the other
staff

21.5 The Training for all the required staff as provided in the clause 21.1 above shall be
completed before completion of Prototype Inspection of all the Bus Types .

21.6 The Contractor shall have to certify the trainees for the said training programs and a
satisfactory note to be issued by trainees at the end of training program.

22. Environmental conditions

22.1 The environmental conditions given in Technical Specification of RFP Document if any
are for general guidance of the Manufacturer/ Contractor. Further specific information, if
any required, shall be ascertained from Authority.

23. Environmental, Social, Health and Safety (ESHS) Requirements

23.1.1 The Contractor shall demonstrate the existence of an Environmental and Occupational
Health & Safety Policy and shall demonstrate adequate organizational and quality
staffing for environmental, Social and Occupational Health and safety management
(including ESHS supervisors and managers) especially due to manufacturing and
maintenance processes. The Contractor shall demonstrate the existence of a
declaration on ethical business principles or similar declaration (Code of Conduct). All
Contractor's Personnel, subcontractors and temporary workforce shall be made aware
and acknowledge their understanding of the rules of procedure and the associated
provisions.

23.1.2 The Contractor must identify and comply with all applicable laws, permits and
regulations in relation to the protection of the environment (water, air, soils, noise,
vibration, vegetation, fauna, flora, waste, groundwater) and shall take the necessary
measures to ensure that – due to manufacturing and maintenance processes - pollution
to air, water or land is prevented or, where this is not possible, reduced and mitigated

RFP for Design, Manufacture and Supply of 1771 (Nos.) BS VI Diesel Fueled Fully Built Buses 93

Tender Document 97
Climate Friendly Modernization of Bus Services in Major Cities of Tamil Nadu

as far as practicable regarding waste, liquid effluents, air emissions, noise and vibration
and fuel, oil and chemical storage and handling

23.1.3 The Contractor shall demonstrate the existence of a Health and Safety Plan, pursuant
to its Health and Safety Management system, including prevention and protection
measures to control risks related to the execution of the works, by differentiating, where
necessary, measures concerning the protection of women and men (e.g. Personal
Protective Equipment, health and safety meetings/trainings etc.).

23.1.4 The Contractor shall demonstrate the existence of an Emergency Plan including
emergency response measures regarding fire or explosion, safety incidents or
malicious act, etc. and shall have adequate incident / accident reporting procedures in
place.

23.1.5 The Contractor ensures a minimum of first-aid provisions on any work site, including:
suitably stocked first-aid kits; a person, respectively an adequate number of staff
appointed and trained to take charge of first-aid arrangements and ensure that staff
and workers are informed about first-aid arrangements.

23.1.6 The Contractor shall comply with and ensure that all its Subcontractors and major
suppliers, i.e., for major supply items comply with international environmental and
labour standards, consistent with applicable law and regulations in the country of
implementation of the respective Contract and the fundamental conventions of the
International Labour Organization5 (ILO) and international environmental treaties.

23.1.7 The Contractor shall respect and facilitate workers' rights to organize and provide a
Worker Grievance Mechanism for all workers, including the workers of subcontractors,
shall receive an induction on their rights and on the Worker Grievance Mechanism.

24. Technical Requirements

24.1 Vehicle Manufacturers / Contractor is expected to provide all items required for proper
functioning of Buses in accordance with the best current international practices whether
included in the specifications as Part G of the RFP or otherwise.

5In case ILO conventions have not been fully ratified or implemented in the Employer’s country the
Applicant/Bidder/Contractor shall, to the satisfaction of the Employer and KfW, propose and implement appropriate
measures in the spirit of the said ILO conventions with respect to a) workers grievances on working conditions and
terms of employment, b) child labour, c) forced labour, d) worker’s organizations and e) non-discrimination.

RFP for Design, Manufacture and Supply of 1771 (Nos.) BS VI Diesel Fueled Fully Built Buses 94

Tender Document 98
Climate Friendly Modernization of Bus Services in Major Cities of Tamil Nadu

25. Use of Authority Plant and Equipment

25.1 In case Contractor considers use of Authority plant and equipment during commissioning
or for rectification of minor defects, their use, responsibility for wear and tear and
damages, the rental to be paid for by Contractor shall be laid down by Authority at that
time.

26. Duties & Taxes

26.1 The Contractor is required to indicate breakup of duties and taxes payable by them in
their Price Schedule in respect of Price of Bus. For the supplies of buses made as per
the Delivery Schedule, the statutory levies, except those are applicable on imported Fully
Built Buses, shall be reimbursed to the Contractor at actual as applicable on the date of
supply.

26.2 For supplies of buses made beyond the Delivery Schedule specified in the Clause 11 of
Part F (Schedule 2), if the delay is not on account of the Authority, any additional taxes
and duties beyond those prevailing at the scheduled delivery time as per the Delivery
Schedule shall be to the account of the Contractor. In no case, Contractor shall be
entitled to any increase in duties and levies imposed after expiry of Delivery Schedule
provided in the Contract.

26.3 Notwithstanding above, in case of the reasons for delay in the delivery of buses are
attributable to the Contractor, any downward revision in the statutory levies shall be
payable as per actual.

26.4 In case the Contractor, manufactures the Buses at destination outside India, the
Authority shall, in no circumstances, be liable to pay any upward changes in the taxes
or statutory levies applicable at such location outside India.

27. Amendments

27.1 Authority, without prejudice, can make amendments, and/ or modifications in Contract in
writing in mutual agreement with the Contractor and the record of any such change shall
be duly appended to the main contract document forthwith and be read as part of the
Contract.

RFP for Design, Manufacture and Supply of 1771 (Nos.) BS VI Diesel Fueled Fully Built Buses 95

Tender Document 99
Climate Friendly Modernization of Bus Services in Major Cities of Tamil Nadu

28. Authority Address

28.1 The list of addresses to which correspondence/ notices and documents relating to the
Contract should be sent is as under:

i. For all Policy, Contractual and Commercial matters: The Director, IRT

ii. Prior to the award of the Contract: The Director, IRT

iii. For matters relating to design and drawings: The Director, IRT

iv. For matters relating to progressing of testing and commissioning, measurements and
billing of Buses: Managing Directors of the respective STUs.

29. Delays in Contractor's Performance

29.1 Delivery to be affected without time over-run: The time allowed for and the date
specified in the contract or as extended or modified, for delivery & commissioning of
buses shall be the essence of the contract and delivery must be completed not later than
the date(s) so specified or extended.

29.2 Progress of deliveries: Contractor shall allow reasonable facilities and free access to
his works and records to Inspecting Officer or such other Officer as may be nominated
by Authority for the purpose of ascertaining the progress of deliveries, etc. under the
contract.

29.3 A failure or delay by Contractor in performance of his obligations for delivery and
commissioning of buses, Authority at his discretion may take following actions:

i. Extend delivery period for unsupplied/ non-commissioned quantity of buses with


imposition of pre-estimated liquidated damages as per Clause 30 of GCC and/or

ii. Forfeit the Performance Guarantee in case of further delay in the supply of reaming
quantity of buses; and/ or

iii. Terminate the contract for unsupplied quantity of buses as per the provision set forth
in Clause 42 of GCC; and

iv. Effect purchases at the Contractor’s risk and cost for unsupplied quantity of the
Contracted Buses.

RFP for Design, Manufacture and Supply of 1771 (Nos.) BS VI Diesel Fueled Fully Built Buses 96

Tender Document 100


Climate Friendly Modernization of Bus Services in Major Cities of Tamil Nadu

29.4 If at any time during performance of Contract, Contractor encounters conditions beyond
its control impeding timely delivery and Commissioning of buses, the Contractor shall
promptly notify the Authority in writing of the fact of delay, its likely duration and its
cause(s). As soon as practicable after receipt of the Contractor's notice, Authority may
evaluate the situation and may, at his discretion, extend Contractor's time for
performance, in which case, the extension shall be ratified by the parties by
amendment of the Contract. The extension, if any, shall not affect condition of time
being of the essence of the Contract.

30. Liquidated Damages for delay in delivery of Buses

30.1 Subject to Clause 29 above, if the Contractor fails to complete the commissioning of
same within the delivery period (s) specified in the contract, the Authority shall, without
prejudice to other remedies under the contract, levy/deduct pre-estimated liquidated
damages as Specified in the RFP Summary of the total value of the unsupplied buses
inclusive of duties & taxes which the Contractor has failed to deliver/commission within
the period fixed for delivery/commission for delay of each week or part thereof.

30.2 The amount of pre estimated liquidated damages to be charged under the contract, in
terms of preceding clause 30.1 shall not exceed as the cap provided in the RFP
Summary.

30.3 Contractor agrees that pre-estimated damages mentioned at clauses 30.1, & 30.2 are
fair and genuine pre-estimate and not by way of penalty. Contractor also agrees that
he shall not dispute the same in any manner.

31. Acceptance of Buses received after the expiry of Delivery Period

31.1 Contractor is required to complete supplies within stipulated delivery period. In case
Contractor fails to complete the entire/ part quantity of supplies within stipulated
delivery period, Authority, at its discretion, may grant extension in delivery period for
unsupplied quantity. Such extension in delivery if granted shall be subject to following
conditions:

i. Contractor shall pay and Authority shall recover pre-estimated liquidated damages
from Contractor as per clause 30 on buses which the Contractor has failed to deliver
within the period fixed for delivery.

RFP for Design, Manufacture and Supply of 1771 (Nos.) BS VI Diesel Fueled Fully Built Buses 97

Tender Document 101


Climate Friendly Modernization of Bus Services in Major Cities of Tamil Nadu

ii. All Government Taxes/ Levies, as applicable, on the date of invoicing of the buses
shall be payable to the Contractor

iii. Notwithstanding any stipulation in contract for increase in price on any other ground,
no such increase in Government taxes / levies etc which takes place after delivery
date stipulated in the contract shall be admissible on such of the said buses as are
delivered after the said date.

iv. Authority shall be entitled to benefit of any decrease in price on account of reduction
in statutory levies, Custom Duty, GST and duties or on account of any other ground
which takes place during the currency of the contract and/ or after expiry of the
delivery date stipulated in contract. Contractor shall allow said benefit in his bills and
in absence thereof shall certify that no decrease in price on account of any of these
factors has taken place.

32. Progress Reports

32.1 The Contractor shall, on monthly basis, render reports concerning progress of the
contract and/ or supply of the buses in the Format acceptable to the Authority.

32.2 The submission, receipt and acceptance of such reports shall not prejudice the rights
of Authority under the contract, nor shall operate as estoppels against Authority merely
by reason of the fact that it has not taken notice of/ or subjected to test any information
contained in such report.

33. Inspections and Audit by the KfW

33.1 The Contractor shall keep, and shall make all reasonable efforts to keep accurate and
systematic accounts and records, in respect of the Goods in such form and details as
will clearly identify relevant time changes and costs.

The Contractor shall permit, and shall the KfW and/or persons appointed by the KfW
to inspect the Supplier’s offices and all accounts and records relating to the
performance of the Contract and the submission of the bid, and to have such accounts
and records audited by auditors appointed by the KfW if requested by the KfW.

34. Indemnity

34.1 The prices stated are to include all rights (if any) of patent, registered design or trade
mark and the Contractor shall at all times indemnify Authority against all claims which

RFP for Design, Manufacture and Supply of 1771 (Nos.) BS VI Diesel Fueled Fully Built Buses 98

Tender Document 102


Climate Friendly Modernization of Bus Services in Major Cities of Tamil Nadu

may be made in respect of buses for infringement of any right protected by patent,
registration of designs or trade mark; provided always that in the event of any claim in
respect of alleged breach of a patent, registered design or trade mark being made
against the Authority, Authority shall notify the Contractor of the same and Contractor,
shall at his own expense and responsibility, either settle any such dispute or conduct
any litigation that may arise there from.

35. Safety Measures

35.1 Contractor should take all precautionary measures in order to ensure protection of his
own personnel moving about or working on the premises of Authority i.e., Authority.

35.2 Contractor should abide by and conform to all rules and regulations of Authority in force
from time to time and ensure that the same are followed by his representatives, agents,
sub-Contractor or workmen working in the premises of Authority.

35.3 Contractor should ensure that while working in the premises of Authority, unauthorized,
careless or inadvertent operation of installed equipment which may result in accident
to staff and/ or damage to equipment, does not occur.

35.4 The Contractor shall take prevention and protection measures to control risks related
to the execution of the manufacturing works, by differentiating, where necessary,
measures concerning the protection of its employees and visitors for example ensuring
that, where appropriate, PPE shall be provided und must be worn by all personnel,
visitors or third parties entering a manufacturing area. Further the Contractor shall take
prevention, protection and emergency response measures regarding fire or explosion,
safety incidents etc. in manufacturing and maintenance areas.

35.5 Contractor should indemnify and keep the Authority indemnified and harmless against
all actions, suits, claims, demands, costs, charges or expenses arising in connection
with any accident, death or injury, sustained by any person or persons within the
premises of Authority and any loss or damage to property of Authority sustained due
to the acts or omissions of Contractor irrespective of whether such liability arises under
Workman's Compensation Act or the Fatal Accidents Act or any other statute in force
from time to time.

RFP for Design, Manufacture and Supply of 1771 (Nos.) BS VI Diesel Fueled Fully Built Buses 99

Tender Document 103


Climate Friendly Modernization of Bus Services in Major Cities of Tamil Nadu

36. Consequence of Rejection

36.1 If any consignment of buses is rejected by Inspecting Officer or by Authority during


testing, trials and commissioning and Contractor fails to rectify rejected Bus(es) within
21 days of rejection, Authority shall be at liberty to:

i. require the Contractor to replace rejected buses forthwith but in any event not later
than a period of 30 days from the date of expiry of the rectification period and
Contractor shall bear all costs of such replacement including freight and insurance
etc., if any, on such replacement and shall not be entitled to any extra payment on
that or any other account; or

ii. purchase or authorize purchase of quantity of buses rejected of same or similar


description (when buses exactly complying with "particulars" are not in opinion of
Authority, which shall be final, readily available) without notice to Contractor at his
risk and cost and without affecting Contractor's liability as regards supply of any
further instalments due under the contract; or

iii. cancel contract and purchase or authorise purchase of buses of same or similar
description (when buses exactly complying with particulars are not in the opinion of
Authority, which shall be final, readily available) at the risk and cost of Contractor.
In the event of action being taken under sub clause (ii) above or under this sub-
clause (iii), the provisions pertaining to timeline of replacement of buses set forth in
the preceding sub clause (i) above shall apply as far as applicable.

37. Quantity Variation

37.1 The Authority reserves the right to increase or reduce the number of Contracted Buses
as specified in the point 2B of the RFP summary after issuance of LOA however before
180 days of completion of delivery of all buses as per the contracted delivery schedule
without any change in Unit Price or other Terms & Conditions. Such increase or
decrease in the order size shall be on pro-rata basis in the ordered quantity of all the
Bus Types as specified in the RFP summary.

37.2 The Price Bid of the Bidder will be used to determine the per Bus cost, and in the event
of reduction of number of Buses pursuant to Clause 37.1 above, the total Contract price
shall be reduced accordingly.

RFP for Design, Manufacture and Supply of 1771 (Nos.) BS VI Diesel Fueled Fully Built Buses 100

Tender Document 104


Climate Friendly Modernization of Bus Services in Major Cities of Tamil Nadu

38. Corrupt practices

38.1 Bidder/ Contractor shall not offer or give or agree to give to any person in employment
of Authority or working under the orders of the Authority any gift or consideration of any
kind as an inducement or reward for doing or forbearing to do or having done or
forborne to do any act in relation to obtaining or execution of contract or any other
contract with Authority or for showing any favour or forbearing to show disfavour to any
person in relation to the contract or any other contract with the Authority and shall
comply with KfW’s policy for corrupt and fraudulent practices as set forth in Appendix
A to the Contract. Any breach of the aforesaid condition by Bidder/ Contractor, or any
one employed by him or acting on his behalf, under chapter IX of the Indian Penal
Code,1860 or Prevention of Corruption Act,1947 or any other act enacted for the
prevention of corruption by public servants, shall entitle the Authority to cancel the
contract and all or any other contracts with the Contractor and to recover from the
Contractor the amount of any loss arising from such cancellation in accordance with
the provisions of rejection of buses and termination of contract provided in the Contract
as applicable.

38.2 Any dispute or difference in respect of either interpretation, effect or application of


above sub-clause or of amount recoverable there under by Authority from the Bidder/
Contractor, shall be decided by Authority, whose decision thereon shall be final and
binding on Bidder/ Contractor.

39. Warranty

39.1 Contractor shall be responsible for any defect or failure of Buses or equipment provided
in these buses due to defective design, material or workmanship, for the Complete Bus
Warranty Period, Structure Warranty Period and ITS Equipment Warranty Period
Specified in the RFP Summary individually for each Bus from the date of issuance of
Final Acceptance Certificate by the Authority. The rectification/ replacement of failed
components/ equipment shall have to be undertaken by Contractor free of charge at
Authority’s workshop/ depot. Contractor shall collect failed & defective components/
equipment from Authority site and send them to the works of the Contractors at his cost
and responsibility. This shall be arranged directly by the Contractor or his
representative. Further, should any design modification be required to be made in any
assemblies/ sub- assemblies such as engine, catalytic converter, self- starter &
alternator, transmission, air suspension, front axle, rear axle, steering, electronic ITS
equipment’s of the buses, pneumatically operated doors etc.,

RFP for Design, Manufacture and Supply of 1771 (Nos.) BS VI Diesel Fueled Fully Built Buses 101

Tender Document 105


Climate Friendly Modernization of Bus Services in Major Cities of Tamil Nadu

39.2 Contractor shall be required to station required number of competent engineers/


supervisors along with necessary spare parts during commissioning of Buses at his
cost. However, at least one competent engineer shall necessarily be stationed during
the entire Complete Bus Warranty period for evaluation of performance of Buses &
keeping liaison with the Authority. Necessary technical personnel shall also be deputed
by the Contractor at his cost for investigating defects and failures and carrying out
modifications as and when required during the warranty period.

39.3 Contractor shall assure the repair of Bus with the timelines as per the Table below.

Repair or
Sr. No Nature of Repair or Replacement Replacement time
in number of days
All minor repair, defect& replacement of
aggregates like- Air Compressor, Intercooler,
1 Clutch plate, Alternator, Injectors, AC-compressor, 3
Retarder etc.

All major repair, defect& replacement of


aggregates like-Engine, Gear Box, Rear Axle,
2 7
Front Axle, etc.

Any minor defect/deficiency in the any member of


the bus structure assembly which can resolved
3 7
through wielding, replacement of defected
members without disturbing entire structure.
Any defect/deficiency in the any member of the
4 bus structure assembly which leads to major 15
replacement of structural members.

The above timeline shall be considered from the date of intimation from the Authority
about requirement of such repair or replacement in the Contracted buses.

39.4 Contractor shall observe following service levels for the on board ITS equipment during
the Warranty Period.

S. Module Service Measu Baseli Lower Critica Definition Liquidated Damages


Level ring ne Perfor l
No. Baseline Lower Critical
Description Durati Minim mance Breac
on um h Performa Performa Breach
nce nce

1 AVLS Availability of Daily 99.90 99.89 <99% AVLS unit a) For every For every
on-bus AVLS % % to is deemed Accurate On On
device for 99.00 to be KM Board- Board-
operational % operational Reports AVL AVL
purpose when it is from on devices devices
able to On-Board under the under the
provide/
Lower Critical
send GPS

RFP for Design, Manufacture and Supply of 1771 (Nos.) BS VI Diesel Fueled Fully Built Buses 102

Tender Document 106


Climate Friendly Modernization of Bus Services in Major Cities of Tamil Nadu

data to AVL Performa breach, a


server with Devices nce, a penalty of
time stamp penalty of INR 300
b) Hourly INR 200 shall be
Data shall be imposed.
Packets imposed.

2 AVLS AVLS Per - - - AVL OBU Physical For every


OBU/SCU occurr Availability incidents occurrenc
availability ence is defined recorded e of
for all as the at OCC unavailabi
functions proper through lity of any
which functioning ground of the
includes of the OBU
staff of listed
availability of with all its
operator compone
all features &
associated functions nt for the
components along with one
like BDC, required month, a
Microphone, hardware & penalty of
Bus PAS software as INR 100
system per the shall be
(4G/GPRS functional & imposed.
connection technical
availability is specificatio
excluded ns defined
from this) in the
bidding
documents
3 AVLS Replacement Per 1 day A device is Date and For every
Time of occurr reported to Timestam On
Malfunction ence be p of Issue Board-
AVLS Unit Malfunction logged at AVL
where after initial OCC Device
Immediate attempt of helpdesk. beyond
corrective fixing is
the
action is done by
baseline
required Bus ITS
service performan
provider ce, a
and now penalty of
has to INR 1000
undergone per
replacemen device
t of major per day
part shall be
replacemen imposed.
t
4. PIS Display & Per - - - Display of Physical For every
Announceme occurr additional incidents occurrenc
nt of the ence text recorded e of
Route/ Next message at OCC unavailabi
Stop Details means that through lity of any
in the On- the ground of the
Board AVL message to
staff of listed
devices and asked by
operator. facility, a
Correctness authority in
of Display writing to penalty of
fields - Line display on INR 100

RFP for Design, Manufacture and Supply of 1771 (Nos.) BS VI Diesel Fueled Fully Built Buses 103

Tender Document 107


Climate Friendly Modernization of Bus Services in Major Cities of Tamil Nadu

number & fleet of per


Destination, respective device
Via STU via shall be
destination, over the air imposed.
Trip related configuratio
text message n on bus
PIS display
5. On-bus Replacement Per 1 day - - Malfunction Physical For every
PIS Time of occurr PIS is incidents PIS
Malfunction ence defined as recorded device
PIS display the PIS at OCC beyond
or its which is not through the
associated able to ground baseline
wiring power-on
staff of performan
harness or
operator ce, a
frequently
getting penalty of
faulty due INR 1000
to any per
abrupt device
behaviour per day
of other shall be
associated imposed.
component
s or fault in
wiring
harness
which
requires
immediate
replacemen
t of items to
perform as
per
operational
requiremen
t.
6. Over the Updating the Per <1 >1 >3 Updating For every For every
Air Firmware Occurr Day Day to Days the remaining remaining
Updatin Files to all ence/ <3 Firmware bus bus
g installed Directi Days Files is OBITS OBITS
OBUs on defined as system system
Given the firmware firmware,
firmware
by the Updating updating
Updating to
STUs a penalty a penalty
the OBU
from the of INR of INR
date of 200 per 300 per
direction device device
given by per day per day
the shall be shall be
respective imposed. imposed
STUs.
7. Route/ Updating of Per <2 >2 >5 Updating For every For every
Route Route/ Route Occurr Day Day to Days the Route remaining remaining
Part Part to all ence/ <5 Files is bus bus
Updatin OBUs Directi Days defined as OBITS OBITS
g on the route system system

RFP for Design, Manufacture and Supply of 1771 (Nos.) BS VI Diesel Fueled Fully Built Buses 104

Tender Document 108


Climate Friendly Modernization of Bus Services in Major Cities of Tamil Nadu

Given hex files firmware firmware


by the Updating to Updating Updating
STUs the OBU a penalty a penalty
from the of INR 50 of INR
date of per 100 per
direction device device
given by
per day per day
the
shall be shall be
respective
STUs. imposed. imposed.

39.5 If the Contractor fails to adhere to the timelines for rectification of defects and/or service
levels for ITS equipment as specified in the clause 39.3 and 39.4 above, the Authority
shall, without prejudice to other remedies under the contract, levy/deduct pre-estimated
liquidated damages as provided in the RFP summary.

39.6 The Liquidated Damages pursuant to clause 39.5 above shall be calculated based on
records registered in the official books of accounts of the Authority.

40. Assured Fuel Efficiency

40.1 The Contractor shall be responsible for maintaining minimum average Fuel Efficiency
for each Type of the Bus as specified in the RFP summary during the Warranty Period.

40.2 The Authority shall, without any prejudice to the Contractor, collect the Liquidated
Damages from the Contractor of the amount provided in the RFP summary for not
meeting the requirements for Assured Fuel Efficiency.

41. Insolvency and Breach of Contract

41.1 Authority may at any time, by notice in writing summarily determine the contract without
compensation to the Bidder/ Contractor in any of the following events, if the Bidder/
Contractor:

i. being an individual or if a firm, any partner thereof, shall at any time, be adjudged
insolvent or shall have a receiving order or order for administration of his estate
made against him or shall take any proceeding for composition under any
Insolvency Act for the time being in force or make any conveyance or assignment
of his effects or enter into any assignment or composition with his creditors or
suspend payment or if the firm be dissolved under the Partnership Act, or

RFP for Design, Manufacture and Supply of 1771 (Nos.) BS VI Diesel Fueled Fully Built Buses 105

Tender Document 109


Climate Friendly Modernization of Bus Services in Major Cities of Tamil Nadu

ii. being a company is wound up voluntarily or by the order of a Court or a Receiver,


Liquidator, or Manager on behalf of the Debenture holders is appointed, or
circumstances shall have arisen which entitle the Court or Debenture holders to
appoint a Receiver, Liquidator or Manager, or

iii. commits any breach of the contract not herein specifically provided for.

Provided always that such determination shall not prejudice any right of action or
remedy which shall have accrued or shall accrue thereafter to Authority and provided
also the Contractor shall be liable to pay to the Authority any extra expenditure he is
thereby put to and the Bidder/ Contractor shall, under no circumstances, be entitled to
any gain on repurchase.

42. Contractor Events of Default

42.1 Following events shall constitute an Event of Default by Contractor (Contractor’s Event
of Default) unless such event has occurred as a result of a Force Majeure Event:

i.if Contractor fails to deliver any or all of the buses or fails to commission the
same within the delivery schedule(s) specified in contract or any extension
thereof granted by Authority pursuant to clause 11 of this schedule.

ii.if Contractor fails to setup after sales network and spare parts inventory in
Tamil Nadu within the timeline specified in Clause 9.7 of Schedule 2 GCC and
after the expiry of the remedial period provided in Clause 20.4,

iii.If the Contractor outsource or sublet Chassis Manufacturing to any sub-


contractor and Bus Body Building activity to a sub-contractor who is not its
Associate as per the definition provided in the Agreement.

iv.In case of pre-decided Liquidated Damages exceeds the limit specified in the
clause 30.2.

v.Contractor is in breach of any of its obligations under this Contract and the
same has not been remedied for more than 60 (sixty) days.

vi.A resolution for voluntary winding up has been passed by the shareholders of
the Contractor.

vii.Any petition for winding up of Contractor has been admitted and liquidator or
provisional liquidator has been appointed or Operator has been ordered to be
wound up by Court of competent jurisdiction, except for the purpose of

RFP for Design, Manufacture and Supply of 1771 (Nos.) BS VI Diesel Fueled Fully Built Buses 106

Tender Document 110


Climate Friendly Modernization of Bus Services in Major Cities of Tamil Nadu

amalgamation or reconstruction, provided that, as part of such amalgamation


or reconstruction the amalgamated or reconstructed entity has unconditionally
assumed all surviving obligations of the Contractor under this Contract;

viii.Contractor fails to comply with the Applicable laws, rules and regulations.

ix.Any representation made or warranties given by the Contractor under this


Contract or under the RFP document is found to be false or misleading.

x.Contractor fails to maintain/ refurbish/ replenish the Performance security as


per terms of this Contract.

xi.Contractor suspends or abandons the Delivery of the Contracted Buses or


Service during Warranty Period without the prior consent of Authority,
provided that the Contractor shall be deemed not to have suspended/
abandoned Delivery of Buses or Services during Warranty Period if such
suspension/ abandonment was (i) as a result of Force Majeure Event and is
only for the period such Force Majeure is continuing, or (ii) is on account of a
breach of its obligations under this Contract by the Authority.

xii.The Contractor repudiates this Agreement or otherwise evidences an


intention not to be bound by this Contract.

xiii.The Contractor failed to make any payments/damages/damages due to


Authority within period specified in this Contractor or indicated by Authority
without any valid reason.

xiv.The Contractor failed to perform any of the Contractor’s obligations, which has
a Material Adverse Effect on the Contract.

xv.Contractor creates an Encumbrance over the Contracted Buses.

xvi.Contractor fails to adhere to the timelines set forth in the Contract for
performance of Contractor’s obligations thereunder.

xvii.Any other default/breach of its obligation by the Contractor, for which


default/breach termination has been prescribed in terms of this Contract.

43. Authority Events of Default

43.1 Following events shall constitute an Event of Default by Authority (Authority’s Event of
Default) unless such event has occurred as a result of a Force Majeure Event:

RFP for Design, Manufacture and Supply of 1771 (Nos.) BS VI Diesel Fueled Fully Built Buses 107

Tender Document 111


Climate Friendly Modernization of Bus Services in Major Cities of Tamil Nadu

i. The Authority is in Material breach of any of its obligations under this Contract and
has failed to cure such breach within sixty (60) days of occurrence thereof

ii. The Authority has unlawfully repudiated this Contract or otherwise expressed its
intention not to be bound by this Contract.

iii. Performa any other obligations under the Contract

44. Termination for Default

44.1 Without prejudice to any other right or remedies which the Authority may have under
this Contract, upon occurrence of an Contractor Event of Default, the Authority shall be
entitled to terminate this Contract by issuing a Termination Notice to the Contractor;
provided that before issuing the Termination Notice, the Authority shall by a notice
inform the Contractor of its intention to issue such Termination Notice and grant 15
(fifteen) days or reasonable period at sole discretion of Authority to the Contractor to
remedy the default (“Remedial Period”) and/or make representations, and may after
the expiry of such Remedial Period on non-remedy of breach/default at the satisfaction
of the Authority, whether or not it is in receipt of such representation, issue Termination
Notice and then terminate the Contract.

44.2 In the event of termination due to Contractor Event of Default, Authority shall have the
right to;

i. invoke and retain the Performance Guarantee amount in full

ii. Authority shall not be liable to pay any termination payment to the Contractor in
respect of such termination, except the payment to be made for the buses delivered
by the Contractor and to which the Final Acceptance Certificate has been issued by
the Authority.

44.3 In the event the Authority terminates the contract in whole or in part, pursuant to sub-
clause 44.1, Authority may enter into fresh contract with any other Contractor for
completing unfulfilled portion of contract and Contractor (whose Contract is terminated)
shall be liable to Authority for any excess costs for such buses, their commissioning for
Warranty However, Contractor shall continue performance of the contract to the extent
not terminated.

44.4 Without prejudice to any other right or remedies which the Contractor may have under
this Contract, upon occurrence of an Authority Event of Default, the Contractor shall be

RFP for Design, Manufacture and Supply of 1771 (Nos.) BS VI Diesel Fueled Fully Built Buses 108

Tender Document 112


Climate Friendly Modernization of Bus Services in Major Cities of Tamil Nadu

entitled to terminate this Contract by issuing a Termination Notice to the Authority;


provided that before issuing the Termination Notice, the Contractor shall by a notice
inform the Authority of its intention to issue such Termination Notice and grant 15
(fifteen) days or reasonable period to the Authority to remedy the default (“Remedial
Period”) and/or make representations, and may after the expiry of such Remedial
Period on non-remedy of breach/default at the satisfaction of the Contractor, whether
or not it is in receipt of such representation, issue Termination Notice and then
terminate the Contract.

In the event of termination due to Authority Event of Default, Authority shall;

i. Refund the Performance Guarantee amount in full after deduction of any due
payable by the Contractor

ii. Authority shall not be liable to pay any termination payment to the Contractor in
respect of such termination, except the payment to be made for the buses delivered
by the Contractor and to which the Final Acceptance Certificate has been issued by
the Authority.

45. Force Majeure

45.1 For purposes of this contract, Force Majeure means an event beyond the control of the
parties to contract and not involving either party's fault or negligence and not
foreseeable.

45.2 If, at any time during the existence of the contract, either party is unable to perform in
whole or in part any obligation under this contract because of an event rendering
performance of obligations impossible which include acts of God, war, revolutions,
hostility, civil commotions, strikes, floods, earthquake, epidemics, quarantine
restrictions, freight embargoes or explosions, then the date of fulfilment of contract shall
be postponed during the period when such circumstances are operative.

45.3 The party which is unable to perform its obligations under the present contract shall,
within seven (07) days of occurrence of Force Majeure event, inform other party with
suitable documentary evidence. Non-availability of any component etc. or any price
escalation or change in any duty, tax, levy, charge etc. shall not be an excuse for the
Contractor for not performing his obligations under this clause/ contract.

45.4 Any waiver/ extension of time in respect of the delivery of any instalment or
commissioning of buses shall not be deemed to be a waiver/ extension of time in

RFP for Design, Manufacture and Supply of 1771 (Nos.) BS VI Diesel Fueled Fully Built Buses 109

Tender Document 113


Climate Friendly Modernization of Bus Services in Major Cities of Tamil Nadu

respect of remaining deliveries or commissioning of buses or completing balance


portion of work.

45.5 If such inability on account of force majeure to perform continues for a period of more
than three (3) months, each party shall have the right to be released from further
performance of the contract, in which case, neither party shall have the right to claim
damages from the other. All prior performance shall be subject to contract terms.

45.6 Contractor shall not be liable for forfeiture of his performance security, pre-estimated
liquidated damages or termination if and to the extent that delay in performance or
other failure to perform its obligations under the contract is the result of Force Majeure.

45.7 In the event of termination due to Force Majeure Event of Default, Authority shall;

i. Refund the Performance Guarantee amount in full after deduction of any due
payable by the Contractor

ii. Authority shall not be liable to pay any termination payment to the Contractor in
respect of such termination, except the payment to be made for the buses delivered
by the Contractor and to which the Final Acceptance Certificate has been issued,
to Contractor.

46. Laws Governing the Contract

46.1 This contract shall be governed and interpreted in accordance with the laws of India.

46.2 Irrespective of the place of delivery and the place of payment under the contract,
contract shall be deemed to have been made in Chennai from where the ‘Letter of
Acceptance’ of the Bid has been issued and where the contract is to be performed by
supplying, commissioning and maintaining the buses.

46.3 Jurisdiction of Courts. - The Courts of Chennai, Tamil Nadu, the place from where the
‘Letter of Acceptance’ of the Bid has been issued) and where the contract is to be
performed by supplying and commissioning of the buses, alone shall have exclusive
jurisdiction to decide any dispute arising out of or in respect of the contract.

46.4 Compliance with provisions of Contract Labor (Regulation and Abolition) Act, 1970.

46.4.1 The Contractor shall:

RFP for Design, Manufacture and Supply of 1771 (Nos.) BS VI Diesel Fueled Fully Built Buses 110

Tender Document 114


Climate Friendly Modernization of Bus Services in Major Cities of Tamil Nadu

a. comply with the provisions of the Contract Labour (Regulation and Abolition)
Act,1970 and Contract Labour (Regulation and Abolition) Central Rules,
1971, as modified from time to time, wherever applicable or as per labour
laws applicable in the country of origin of the Contractor and shall also
indemnify Authority from and against any claims under the aforesaid Act and
the Rules.

b. obtain a valid license under the aforesaid Act as modified from time to time
before commencement of the contract and continue to have a valid Licence
until completion of contract. Any failure to fulfil this requirement resulting in
non-execution of the contract shall attract penal provisions of the contract.

c. Pay to labour employed by it directly or through his authorized network/


Service Provider the wages as per provisions of the aforesaid Act and Rules
wherever applicable. The Contractor, shall notwithstanding provisions of
contract to the contrary, cause to be paid wages to labour indirectly engaged
on the contract including any engaged by his authorized network/ Service
Provider in connection with said contract, as if the labour had been
immediately employed by him.

d. comply with or cause to be complied with provisions of aforesaid Act and


Rules wherever applicable in respect of all labour directly or indirectly
employed in the contract for performance of the Contractor's part of contract,
Contractor.

46.4.2 In every case in which, by virtue of provisions of aforesaid Act or Rules, Authority is
obliged to pay any amount of wages to a workman employed by the Contractor or his
authorized network/ Service Provider in execution of the contract or to incur any
expenditure in providing welfare and health amenities required to be provided under
the aforesaid Act and the Rules or to incur any expenditure on account of contingent
liability of the Authority due to the Contractor's failure to fulfil his statutory obligations
under the aforesaid Act or the Rules, Authority shall recover from the Contractor, the
amount of wages so paid or the amount of expenditure so incurred, and without
prejudice to the rights of the Authority under sub-Part (2) of Part 20, and sub-Part (4)
of Part 21, of the aforesaid Act, Authority shall be at liberty to recover such amount or
part thereof by deducting it from the amount of Performance Guarantee Bond and/or
from any sum due by the Authority to the Contractor whether under the contract or
otherwise. Authority shall not be bound to contest any claim made against him under

RFP for Design, Manufacture and Supply of 1771 (Nos.) BS VI Diesel Fueled Fully Built Buses 111

Tender Document 115


Climate Friendly Modernization of Bus Services in Major Cities of Tamil Nadu

sub- Part 2 of Part 20 and sub-Part 4 of Part 21 of the aforesaid Act except on the
written request of the Contractor and upon his giving to the Authority full security for all
costs for which Authority might become liable in contesting such claim. The decision of
the Authority regarding the amount actually recoverable from the Contractor as stated
above, shall be final and binding on the Contractor.

47. Change in Law

47.1 Unless otherwise specified in the Contract, if after the date of twenty-eight (28) days
prior to date of Bid submission, any law, regulation, ordinance, order or bylaw having
the force of law is enacted, promulgated, abrogated, or changed in India or Tamil Nadu
that subsequently affects the Delivery Date and/or the Contract Price, then such
Delivery Date and/or Contract Price shall be correspondingly increased or decreased,
to the extent that the Contractor has thereby been affected in the performance of any
of its obligations under the Contract. Notwithstanding the foregoing, such additional or
reduced cost shall not be separately paid or credited.

48. Settlement of Dispute and Arbitration

48.1 Amicable Resolution

48.1.1 Save where expressly stated otherwise in this Contract, any dispute, difference
or controversy of whatever nature howsoever arising under, out of or in relation
to this Contract between the Parties and so notified in writing by either Party to
the other (the "Dispute") in the first instance shall be attempted to be resolved
amicably by the Parties and failing such resolution of the same, in accordance
with the procedure set forth in sub-clause 48.1.2 below.

48.1.2 Either Party may require the Dispute to be referred to The Director IRT, for
amicable settlement. Upon such reference, both the Parties and the Director
IRT, “Authority” or his nominee (who can be an employee of Authority dealing
with the Contract or otherwise) shall meet at the earliest mutual convenience
and in any event within 15 (fifteen) days of such reference to discuss and
attempt to amicably resolve the Dispute. If the Dispute is not amicably resolved
within 15 (fifteen) days of such meeting, either Party may refer the Dispute to
arbitration in accordance with the provisions given below.

RFP for Design, Manufacture and Supply of 1771 (Nos.) BS VI Diesel Fueled Fully Built Buses 112

Tender Document 116


Climate Friendly Modernization of Bus Services in Major Cities of Tamil Nadu

48.2 Arbitration

48.2.1 Arbitrators

Any Dispute which is not resolved amicably as provided in Clause 48.1 shall be
finally settled by binding arbitration under the Arbitration and Conciliation
(Amendment) Act, 2019. The Arbitration shall be conducted by an Arbitration
Tribunal consisting of three arbitrators, one to be appointed by each Party and
the third arbitrator being appointed by the two arbitrators so appointed
(“Arbitration Tribunal”). In case of any difficulties in appointment of Arbitration
Tribunal, the provisions of the Arbitration and Conciliation (Amendment) Act,
2019 shall prevail. The decision of the Arbitration Tribunal shall be final and
binding.

48.2.2 Place of Arbitration

The place of arbitration shall be Chennai.

48.2.3 Language

The request for arbitration, the answer to the request, the terms of reference,
any written submissions, any orders and rulings shall be in English and, if oral
hearings take place, English shall be the language to be used in the hearings.

48.2.4 Procedure

The procedure to be followed in the arbitration by the Sole Arbitrator shall be in


accordance with the Arbitration and Conciliation (Amendment) Act, 2019and as
may be decided by the Arbitration Tribunal.

48.2.5 Enforcement of Award

Any decision or award resulting from arbitration shall be final and binding upon
the Parties. The Parties hereto hereby waive, to the extent permitted by law,
any rights to appeal or to review of such award by any Court or Tribunal. The
Parties hereto agree that the arbitral award may be enforced against the Parties
to the arbitration proceedings or their assets wherever they may be found and
that a judgment upon the arbitral award may be entered in any Court having
jurisdiction thereof.

RFP for Design, Manufacture and Supply of 1771 (Nos.) BS VI Diesel Fueled Fully Built Buses 113

Tender Document 117


Climate Friendly Modernization of Bus Services in Major Cities of Tamil Nadu

48.2.6 Fees and Expenses

The fees and expenses of the Arbitration Tribunal and all other expenses of the
arbitration shall be initially borne and paid by the respective Parties equally
subject to determination by the Arbitration Tribunal. The Arbitration Tribunal
may provide in the arbitral award for the reimbursement to the prevailing party
of its costs and expenses in bringing or defending the arbitration claim,
including legal fees and expenses incurred by the said Party.

48.2.7 Performance during Arbitration

Pending the submission of and/ or decision on a dispute, difference or claim or


until the arbitral award is published; the Parties shall continue to perform all of
their obligations under this Contract without prejudice to a final adjustment in
accordance with such award

49. Secrecy

49.1 Any information obtained in the course of the execution of the contract by the
Contractor, his servants or agents or any person so employed, as to any matter
whatsoever, which would or might be directly or indirectly, of use to any enemy of India,
must be treated secret and shall not at any time be communicated to any person.

49.2 Any breach of the aforesaid conditions shall entitle Authority to cancel the contract and
to purchase or authorize purchase of buses at the risk and cost of the Contractor in
accordance with Clause 0 thereof as applicable.

50. Miscellaneous

50.1 Notices

50.1.1 Unless otherwise stated, notices to be given under this Contract shall be in
writing and shall be given by hand delivery/ recognized international courier,
mail, and delivered or transmitted to the Parties at their respective addresses
set forth below:

If to Authority 6

6
The address of the Authority and the Contractor shall be inserted at the time of signing of
the Contract

RFP for Design, Manufacture and Supply of 1771 (Nos.) BS VI Diesel Fueled Fully Built Buses 114

Tender Document 118


Climate Friendly Modernization of Bus Services in Major Cities of Tamil Nadu

______

If to the Contractor.

50.1.2 The Contract as well as all correspondence and documents relating to the
Contract exchanged by the Contractor and the Authority, shall be written in the
English language in Supporting documents and printed literature that are part
of the Contract may be in another language provided they are accompanied by
an accurate translation of the relevant passages in the language specified, in
which case, for purposes of interpretation of the Contract, this translation shall
govern.

50.1.3 The Contractor shall bear all costs of translation to the governing language and
all risks of the accuracy of such translation, for documents provided by the
Authority.

50.2 Counterparts

50.2.1 This Contract may be executed in two counterparts, each of which when
executed and delivered shall constitute an original of this Contract but shall
together constitute one and only one Contract.

50.3 Assignment

50.3.1 No assignment of this Contract, or any rights or duties hereunder shall be made
in whole or in part by any Party at any point of time during the Total Contract
Period.

Provided, further that, under no circumstances shall the Contractor be absolved


of his rights, duties, obligations under the terms and conditions of this Contract,
and the Contractor shall be solely and exclusively responsible for the
implementation of this Contract.

50.4 No Partnership

50.4.1 Nothing herein contained shall be construed to constitute a partnership


between Authority and the Contractor, or to constitute either party as the agent
of the other and neither party shall hold itself out as such.

RFP for Design, Manufacture and Supply of 1771 (Nos.) BS VI Diesel Fueled Fully Built Buses 115

Tender Document 119


Climate Friendly Modernization of Bus Services in Major Cities of Tamil Nadu

50.5 Severability

50.5.1 If any provision of this Contract shall be declared illegal, void or unenforceable,
the same shall not affect the other provisions herein which shall be considered
severable from such provision and shall remain in full force and effect.

50.6 Exclusion of Consequential Losses

50.6.1 Notwithstanding anything to the contrary contained in this Contract, the


indemnities herein provided shall not include any claim or recovery in respect
of; any cost, expense, loss or damage of an indirect, incidental or consequential
nature, including loss of profit, except as expressly provided in this Contract.

RFP for Design, Manufacture and Supply of 1771 (Nos.) BS VI Diesel Fueled Fully Built Buses 116

Tender Document 120


Climate Friendly Modernization of Bus Services in Major Cities of Tamil Nadu

Appendix A: KfW Policy –Sanctionable Practice

Sanctionable Practice

The Authority/PEA and the Contractors must observe the highest standard of ethics during
the Tender Process and performance of the Contract.

By signing the Declaration of Undertaking the Contractors declare that (i) they did not and will
not engage in any Sanctionable Practice likely to influence the Tender Process and the
corresponding Award of Contract to the PEA’s detriment, and that (ii) in case of being awarded
a Contract they will not engage in any Sanctionable Practice.

Moreover, KfW requires to include in the Contracts a provision pursuant to which Contractors
must permit KfW and in case of financing by the European Union also to European institutions
having competence under European law to inspect the respective accounts, records and
documents relating to the Tender Process and the performance of the Contract, and to have
them audited by auditors appointed by KfW.

KfW reserves the right to take any action it deems appropriate to check that these ethics rules
are observed and reserves, in particular, the rights to:

(a) reject an Offer for Award of Contract if during the Tender Process the Bidder who is
recommended for the Award of Contract has engaged in Sanctionable Practice, directly
or by means of an agent in view of being awarded the Contract;

(b) declare mis-procurement and exercise its rights on the ground of the Funding Agreement
with the PEA relating to suspension of disbursements, early repayment and termination
if, at any time, the PEA, Contractors or their legal representatives or Subcontractors have
engaged in Sanctionable Practice during the Tender Process or performance of the
Contract without the PEA having taken appropriate action in due time satisfactory to KfW
to remedy the situation, including by failing to inform KfW at the time they knew of such
practices.

KfW defines, for the purposes of this provision, the terms set forth below as follows:

Coercive Practice The impairing or harming, or threatening to impair or harm, directly


or indirectly, any person or the property of the person with a view to
influencing improperly the actions of a person.

RFP for Design, Manufacture and Supply of 1771 (Nos.) BS VI Diesel Fueled Fully Built Buses 117

Tender Document 121


Climate Friendly Modernization of Bus Services in Major Cities of Tamil Nadu

Collusive Practice An arrangement between two or more persons designed to achieve


an improper purpose, including influencing improperly the actions
of another person.

Corrupt Practice The promising, offering, giving, making, insisting on, receiving,
accepting or soliciting, directly or indirectly, of any illegal payment
or undue advantage of any nature, to or by any person, with the
intention of influencing the actions of any person or causing any
person to refrain from any action.

Fraudulent Practice Any action or omission, including misrepresentation that knowingly


or recklessly misleads, or attempts to mislead, a person to obtain a
financial benefit or to avoid an obligation.

Obstructive Practice Means (i) deliberately destroying, falsifying, altering or concealing


evidence material to the investigation or the making of false
statements to investigators, in order to materially impede an official
investigation into allegations of a Corrupt Practice, Fraudulent
Practice, Coercive Practice or Collusive Practice, or threatening,
harassing or intimidating any Person to prevent them from
disclosing their knowledge of matters relevant to the investigation
or from pursuing the investigation, or (ii) any act intended to
materially impede the exercise of KfW's access to contractually
required information in connection with an official investigation into
allegations of a Corrupt Practice, Fraudulent Practice, Coercive
Practice or Collusive Practice.

Sanctionable Practice Any Coercive Practice, Collusive Practice, Corrupt Practice,


Fraudulent Practice or Obstructive Practice (as such terms are
defined herein) which is unlawful under the Financing Agreement.

RFP for Design, Manufacture and Supply of 1771 (Nos.) BS VI Diesel Fueled Fully Built Buses 118

Tender Document 122


Climate Friendly Modernization of Bus Services in Major Cities of Tamil Nadu

Schedule 3: Format of Provisional Receipt Certificate

1. Name of the Vehicle Manufacturers:


2. Reference Contract:
3. Reference document(s):
4. Chassis No. List of chassis number of the inspected buses to be placed as
annexure.
5. Type of Bus:

Dated: _______
Place of Final Inspection: ____________
Engine No. _________________________

As per above referred joint inspection report ____(nos.) Buses received and jointly
inspected. Following deficiencies are observed at the time of Inspection

Sr. No. Deficiencies Observed at the time of Provisional Acceptance

The Provisional Receipt Certificate for the buses listed in the Annexure is being issued
subject to rectification of above deficiencies as per timeline specified in the Contract. Final
Acceptance Certificate will be issued only after removal of above deficiencies.

Authorized Signatory

RFP for Design, Manufacture and Supply of 1771 (Nos.) BS VI Diesel Fueled Fully Built Buses 119

Tender Document 123


Climate Friendly Modernization of Bus Services in Major Cities of Tamil Nadu

Schedule 4: Format of Final Acceptance Certificate

1. Name of the Vehicle Manufacturers:


2. Reference Contract:
3. Reference document(s):
4. Chassis No. List of chassis number of the inspected buses to be placed as annexure
5. Type of Bus:

Dated: _______
Place of Final Inspection: ____________
Engine No. _________________________

As per above referred joint inspection report ____(nos.) Buses inspected, are Finally
accepted. Following is the status of rectifications of the deficiencies observed at the time
of Provisional Acceptance.

Deficiencies Observed at the time of


Sr. No. Status as on date
Provisional Acceptance

The Buses having chassis no, listed in the Annexure are accepted after complete removal
of all the deficiencies.

Authorized Signatory

RFP for Design, Manufacture and Supply of 1771 (Nos.) BS VI Diesel Fueled Fully Built Buses 120

Tender Document 124


Climate Friendly Modernization of Bus Services in Major Cities of Tamil Nadu

PART G: TECHNICAL BUS SPECIFICATION

Attached Separately

RFP for Design, Manufacture and Supply of 1771 (Nos.) BS VI Diesel Fueled Fully Built Buses 121

Tender Document 125


Climate Friendly Modernization of Bus Services in Major Cities of Tamil Nadu

TABLE OF CONTENTS
PART H: ANNEXURE
Annexure 1: Cover Letter ................................................................................................ 123
Annexure 2: General Information of the Bidder ........................................................... 125
Annexure 3: Format for Performance Statement ......................................................... 129
Annexure 4: Format for Financial Statement ................................................................ 130
Annexure 5: Format of power of attorney ..................................................................... 131
Annexure 6: Anti-Blacklisting Certificate ...................................................................... 133
Annexure 7: Undertaking for the availability of spare parts and after sale service 134
Annexure 8: Information on Key Bus and ICT Aggregates ......................................... 135
Annexure 9: Format of Bank Guarantee Towards Performance Security ................. 139
Annexure 10: Format of Letter of Acceptance ............................................................. 141
Annexure 11: Declaration of Undertaking ..................................................................... 145
Annexure 12: Format of Price Bid .................................................................................. 149

RFP for Design, Manufacture and Supply of 1771 (Nos.) BS VI Diesel Fueled Fully Built Buses 122

Tender Document 126


Climate Friendly Modernization of Bus Services in Major Cities of Tamil Nadu

PART H: ANNEXURE
Annexure 1: Cover Letter

(On bidder’s letterhead/ Lead Member in case Bidder is a Consortium)

(Bidders are required to fill up all the blank spaces in this Bid Proforma and its enclosures)

Date: (On or before Last Date of Submission)

The Director,
Institute of Road Transport
100 Feet Road, Taramani,
Chennai - 600113

Subject: Submission of Bid for Request for Proposal (RFP) for Manufacture and Supply
of 1771 (nos.) BS VI, Diesel fueled, fully built Non-AC Buses for various cities of Tamil
Nadu, India - International Competitive Bidding (ICB)

IRT Tender no. 16/SF-Fully Built Bus/CP/IRT/2022

KFW reference No: BMZ209919234/KFW508859

1. We are bidding for the following Packages(s):

Insert [√] against the


Package Package details Packages for which
the bid is submitted.
11 mtr long 900 mm Floor Height Non-AC BSVI
1
Diesel fueled Fully Built buses – Type I
11 mtr long 1150 mm Floor Height Non-AC
2 BSVI Diesel fueled Fully Built buses – Type II
(NDX)
12 mtr long 1150 mm Floor Height Non-AC
3 BSVI Diesel fueled Fully Built buses – Type II
(DLX)

2. We have examined the ‘Instructions to Bidder’ ‘General Conditions of Contract’,


‘Technical Specifications’ and Annexure for the above Bid, we the undersigned, offer to
design, manufacture, supply, test and commission and Guarantee the whole of the said
Scope of Work in conformity with the said Conditions of Contract and Technical
Specifications for the sum mentioned in the Price Bid of the bid submitted separately, or
such other sum as may be ascertained in accordance with the conditions.

3. We acknowledge that this Annexure forms an integral part of the Bid. We also confirm
acceptance of Proformas/ Annexure given in the RFP Document.

RFP for Design, Manufacture and Supply of 1771 (Nos.) BS VI Diesel Fueled Fully Built Buses 123

Tender Document 127


Climate Friendly Modernization of Bus Services in Major Cities of Tamil Nadu

4. We undertake, if our Bid is accepted, we shall commence manufacturing of Buses as


per delivery schedule offered by us to complete manufacturing, Supply and
Commissioning of Buses and to guarantee satisfactory working of the buses/ fulfil our
obligations under the Warranty for the period as per RFP Document.

5. If our Bid is accepted, we shall furnish a Bank Guarantee for Performance as Security
for due performance of the Contract. The amount and form of such guarantee shall be
in accordance with ‘General Conditions of Contract’.

6. We have independently considered the amount shown in ‘General Conditions of


Contract’ as pre-estimated liquidated damages and damages and agree that they
represent a fair estimate of the damages likely to be suffered by you in the event of the
work not being completed in time.

7. We agree to Bid by this Bid for a minimum period of 120 days from the date of Last date
of Submission of Bid and it shall remain binding upon us and may be accepted at any
time before the expiration of that period or any extended period mutually agreed to.

8. This Bid, together with any further clarification/ confirmation given by us and your written
acceptance thereof, shall constitute a binding contract between us.

9. We understand that you are not bound to accept the lowest or any offer you may receive
against this Bid.

10. If our Bid is accepted, we understand that we are to be held solely responsible for the
due performance of the Contract.

Date: dd/mm/yyyy
Signature & Name: _________

In the capacity of duly authorized to sign Tenders for and on behalf of ________

Address

Witness:

Signature:

Name:

Address:

RFP for Design, Manufacture and Supply of 1771 (Nos.) BS VI Diesel Fueled Fully Built Buses 124

Tender Document 128


Climate Friendly Modernization of Bus Services in Major Cities of Tamil Nadu

Annexure 2: General Information of the Bidder

Sr. To be filled in by the Documents to be submitted by


Details
No. Bidder the Bidder

Name of the Firm&


1 Registered Office
Address
2 Address:
Registration Certificate of Factory
Factory with Telephone
(a) and License for manufacturing
& FAX No.
Buses
Office with Telephone &
(b)
FAX No.
3 Status of the Firm

Proprietorship Certificate,
Proprietary/ Partnership Partnership Deed/ Company
(a) / Company/ Incorporation Certificate along with
Corporation. Memorandum of Association and
Articles of Association

Name of the person


4 authorized to sign
Tender Document

Contact Details
(a)
(Ph. No. and E-mail ID)

Bus Design &


5
Evaluation Facilities:

In house facilities (Yes


(a)
or No)

If no, then Name &


Address of the Firm to
(b)
carry out the work Out-
sourced

Confirmation of being
(c) an authorized agency Certificate of authorization
under CMVR
1) Address of the Plant
A certificate from the statutory
2) Photographs of the
auditor of the bidder shall be
plant
submitted showcasing detailed year
3) Installed Bus
Vehicle Manufacturing wise certificate for
6 Manufacturing Capacity
Capacity 1. Installed Capacity
for the last 10 financial
2. Utilized Capacity
years.
For Bus Manufacturing for the last
4) Utilized Capacity for
10 financial years.
the last 10 financial years.

RFP for Design, Manufacture and Supply of 1771 (Nos.) BS VI Diesel Fueled Fully Built Buses 125

Tender Document 129


Climate Friendly Modernization of Bus Services in Major Cities of Tamil Nadu

Sr. To be filled in by the Documents to be submitted by


Details
No. Bidder the Bidder

Design Collaboration –
7 Address & other details
- Proof of Collaboration

Manufacturing
Collaboration – Address
8
& other details
- Proof of Collaboration

Quality Certificate (from


reputed/ recognized
9 Copies of Certificates.
Firm) - Certificate No. -
Date of Validity

Details of Safety Critical


Items with their Type
10 Approval Certificate No. Copies of Certificates.
and Date (wherever
applicable)

11 Details of
Quality Management
(a) System Certification Copies of Certificates.
(e.g., ISO: 9001-2000)
Quality System
(b) Certification (e.g., ISO: Copies of Certificates.
16949-1999)
Environment
Management
(c) Copies of Certificates.
Certification
(ISO:14001-1996)
Occupational Health
and Safety Certification
(d) Copies of Certificates.
(OHSAS 18001/ISO
45001)
(e) Others, if any Copies of Certificates.

Name:

Address: _____________

Mobile No: _______________

Signature with Date & Name of Authorized Person signing (NAME OF THE FIRM & SEAL)

RFP for Design, Manufacture and Supply of 1771 (Nos.) BS VI Diesel Fueled Fully Built Buses 126

Tender Document 130


Climate Friendly Modernization of Bus Services in Major Cities of Tamil Nadu

Appendix 1: Format for showcasing Vehicle Manufacturing Capacity

Installed Capacity of Utilised Capacity of


Sr. No. Financial Year
Fully Built ICE Buses Fully Built ICE Buses
1 FY 2021-22
2 FY 2020-21
3 FY 2019-20
4 FY 2018-19
5 FY 2017-18
6 FY 2016-17
7 FY 2015-16
8 FY 2014-15
9 FY 2013-14
10 FY 2012-13

Appendix 2: List of Documents/ Items required along with Annexure 2

(Documents shall be submitted duly signed attested by the authorized person of the Bidder)

1. Registration Certificates of the Factory.

2. License for Manufacturing Buses.

3. Proprietorship Certificate/ Partnership Deed/ Company incorporation Certificate


along with Memorandum of Association and Article of Association

4. Complete list of Instruments/ Equipment required for Inspection at Receipt Stage, In-
process Stage and Final Stage.

5. Copies of Type Approval of Complete Bus, Aggregates/ Safety Critical Items as


applicable.

6. Copies of Documents in respect to Design Collaboration.

7. Copies of Documents in respect to the Manufacturing Collaboration.

8. Copies of Quality Management System Certificates

9. Copies of Quality System Certificates.

10. Copies of Environment Management System Certificates

11. Submission of item wise / parameter wise details of offered Bus Design Vs UBS II in
same format

RFP for Design, Manufacture and Supply of 1771 (Nos.) BS VI Diesel Fueled Fully Built Buses 127

Tender Document 131


Climate Friendly Modernization of Bus Services in Major Cities of Tamil Nadu

12. Copies of the production capacities of buses – installed and production levels
achieved during last three years –year wise.

13. Submission of the General schematic Drawings, Bus Layout, Front, Rear and Both
Side Views of the offered design of the Bus.

14. List of documents to be submitted for registration of buses

Note: Copies of Certificates cited above are to be enclosed

RFP for Design, Manufacture and Supply of 1771 (Nos.) BS VI Diesel Fueled Fully Built Buses 128

Tender Document 132


Climate Friendly Modernization of Bus Services in Major Cities of Tamil Nadu

Annexure 3: Format for Performance Statement

1. Details are to be furnished for the supplies made by the Bidder or its principal in three
years of any last 10 financial years preceding the bid due date prior to the year in which
the date of Opening of Bid falls.

Technical Capacity:

Documentary
evidences
(Purchase
Contract Date of
Value of Order/ Letter
placed by Description Quantity of Completion
Sr. Contract No. Contract of Award /
(full name & of Buses Buses of Delivery
No. & Date (In INR Bus Purchase
Address of Supplied Supplied (as per
terms) Agreement/
Authority) Contract)
work
Completion
certificate)
(A) (B) (C) (D) (E) (F) (G)

Note:

i. In case Foreign bidder, the exchange rate of its respective foreign currency to Indian
Currency as on the date of work order/agreement/purchase order as available on the
online archives of Reserve Bank of India at https://rbi.org.in/home.aspx shall be
considered to compute the value of Contract in INR terms.
ii. Copy of the documentary evidences, signed by the Authorized Signatory shall be
attached.

SIGNATURE AND SEAL OF THE BIDDER

RFP for Design, Manufacture and Supply of 1771 (Nos.) BS VI Diesel Fueled Fully Built Buses 129

Tender Document 133


Climate Friendly Modernization of Bus Services in Major Cities of Tamil Nadu

Annexure 4: Format for Financial Statement

(On Statutory Auditor’s letterhead)

I hereby declare that I have scrutinized and audited the financial statement of M/s_________.
The annual turnover of the Company/ firm for the last three years from ________is as follows;

Year Annual Turnover (Rs. Crore) 7

2019-20

2020-21

2021-22
Average of above
(Applicable for Annual Turnover only)

i. The above turnover includes income only from transportation service business. Other
incomes such as interest, dividend and trade income are excluded from the above-
mentioned turnover.

ii. The Net worth* of the bidder (name of the Bidder) as on 31st March, 2021 is Rs.
________________

(* for the purpose of Net worth Calculation, it is defined: Net worth*: = Equity Capital +
Reserve and Surplus - Revaluation Reserve - Accumulated losses - Intangible assets)

__________________

(Signed and Sealed by the statutory auditor)

iii. Note: In case Foreign bidder, the exchange rate of its respective foreign currency to
Indian Currency as on last date of the financial year as available on the online archives
of Reserve Bank of India at https://rbi.org.in/home.aspx shall be considered to compute
the Turnover and Net worth in INR terms.

ENCL

1. Copy of Audited annual reports for the Last three years (As Specified by Authority)

7
In case of foreign firms, millions may be used instead of crore (1 million = 1,000,000)

RFP for Design, Manufacture and Supply of 1771 (Nos.) BS VI Diesel Fueled Fully Built Buses 130

Tender Document 134


Climate Friendly Modernization of Bus Services in Major Cities of Tamil Nadu

Annexure 5: Format of power of attorney

(Applicable only in case where the signatory to the Bid is not authorized directly by the
Bidder firm through Board Resolution or Partners’ resolution and is signing on behalf of the
Authorized Signatory. The Power of Attorney is not required for a firm being Proprietary
Concern)
(On Requisite Stamp Paper)

KNOW ALL MEN by these presents that we, ________ [name of the Company/partnership
firm], a company incorporated under the Companies Act 1956, / Firm having partnership deed
as per partnership act and having its Registered Office/ office at ___________ [Address of the
Company/partnership firm] (hereinafter referred to as “Company/firm”):

WHEREAS in response to the RFP for Purchase of Buses _____ [Title of the RFP], ______
[“Project”], the Company/ firm is submitting Bid Comprising Technical and Price Bids for the
project in _______to [Name of the Purchase], and is desirous of appointing an attorney for the
purpose thereof.

WHEREAS the Company deems it expedient to appoint Mr. ___________ son of _________
resident of _________, holding the post of _____________ as the Attorney of the
Company/firm.

NOW KNOW WE ALL BY THESE PRESENTS, THAT _______ [name of the company/firm]
do hereby nominate, constitute and appoint _______________ [name & designation of the
person] as its true and lawful Attorney of the Company/ firm to do and execute all or any of
the following acts, deeds and things for the Company/ firm in its name and on its behalf, that
is to say:

To act as the Company’s/ firm’s official representative for submitting the Bid comprising
Technical Bid and Price Bid for the said project and other relevant documents in connection
therewith;

To sign all the necessary documents, papers, testimonials, applications, representations and
correspondence necessary and proper for the purpose aforesaid;

RFP for Design, Manufacture and Supply of 1771 (Nos.) BS VI Diesel Fueled Fully Built Buses 131

Tender Document 135


Climate Friendly Modernization of Bus Services in Major Cities of Tamil Nadu

To tender/bid documents, receive and make inquiries, make the necessary corrections and
clarifications to the Bid and other documents, as may be necessary;

To do all such acts, deeds and things in the name and on behalf of the Company as necessary
for the purpose aforesaid.

The common seal of [name of the company/firm]


was here unto affixed pursuant to a resolution --------------------------------------------
passed at the meeting of Committee of Directors/ [name & designation of the person]
Partners held on ____ Day of _______, 20__ in
the presence of [name & designation of the
person] and countersigned by [name & --------------------------------------------
designation of the person] of the Company/firm [name & designation of the person]
of [name of the company]

RFP for Design, Manufacture and Supply of 1771 (Nos.) BS VI Diesel Fueled Fully Built Buses 132

Tender Document 136


Climate Friendly Modernization of Bus Services in Major Cities of Tamil Nadu

Annexure 6: Anti-Blacklisting Certificate

(Self-Attestation is required)

Format of self-certificate stating that the Entity/ Promoter/s / Director/s of Entity are
not blacklisted

Anti-Blacklisting Certificate

M/s. ____________ [Name of the Bidder], [the names and addresses of the registered office]
hereby certify and confirm that we or any of our promoter/s / director/s are not barred by any
Regulator /Government Authority/ Court of Law, in India from participating in Project/s, either
individually or as member of a Consortium and not proved to have indulged in serious
fraudulent practices by a Court of Law or an independent Commission of Inquiry in India as
on the _______ [Last date of submission of Bid].

We further confirm that we are aware that our Application for the captioned Project would be
liable for rejection in case any material misrepresentation is made or discovered with regard
to the requirements of this RFP at any stage of the Bidding Process or thereafter during the
agreement period. Dated this _______ Day of __________, 20__.

Name of the Bidder:

Signature of the Authorized person:

Name of the Authorized Person:

RFP for Design, Manufacture and Supply of 1771 (Nos.) BS VI Diesel Fueled Fully Built Buses 133

Tender Document 137


Climate Friendly Modernization of Bus Services in Major Cities of Tamil Nadu

Annexure 7: Undertaking for the availability of spare parts and after sale
service

(On Bidders Letterhead)

Date: (Last Date of Submission)

To,

The Director,
Institute of Road Transport,
100 Feet Road, Taramani, Chennai 600113,
Tamil Nadu

Subject: Undertaking for the availability of Spare Parts and After Sale Service throughout the
Supply and Commissioning of Buses and, the Complete Bus Warranty Period pursuant to the
provisions of the RFP and the period for availability of original spare parts in India set-forth in
the clause 3.1.4 – Part E of the RFP.

Hereby we Confirm that, with pursuant to the RFP document, we shall, for all the time as and
when required, endeavor to provide original Spare Parts and other Aggregates of the Buses
and After Sale Service at the destination specified by __________________ [Name of
Authority].

Name of the Bidder:

Sign of the Authorized Signatory:

Name of the Authorized Signatory:

RFP for Design, Manufacture and Supply of 1771 (Nos.) BS VI Diesel Fueled Fully Built Buses 134

Tender Document 138


Climate Friendly Modernization of Bus Services in Major Cities of Tamil Nadu

Annexure 8: Information on Key Bus and ICT Aggregates

A) Statement Life of Some of The Bus Aggregates:

Aggregate life in
Sr. Life in km for each Ex- Factory price in Rs
Item km before re-
No. re- conditioning per unit
conditioning

1 Engine

2 Oil filter

3 Air filter
Manual
4
Transmission
Auto
5
Transmission
Any other
6
details
7 Front axle

8 Rear axle

9 Steering

10 Air suspension

11 Battery

12 Alternator

13 Self-starter
Pneumatic door
14
cylinder
Catalytic
15 converter, if
fitted
16 Others

The guaranteed life of the Bus: ________ Years ____________ Kms.

RFP for Design, Manufacture and Supply of 1771 (Nos.) BS VI Diesel Fueled Fully Built Buses 135

Tender Document 139


Climate Friendly Modernization of Bus Services in Major Cities of Tamil Nadu

B) Capital Cost for ICT Aggregates

S.No. Particular Item Quantity Unit of Unit Unit Total


Measurement Price in Price Tax Price in
INR in INR INR

A B C D E F G=CX
(E+F)

I. Hardware Component
1. Bus PIS Unit; includes PIS sign Nos.
boards (front) with wiring
harness for all types of buses.
2. Bus PIS Unit; includes PIS sign Nos.
boards (Rear) with wiring
harness for all types of buses.

3. Bus PIS Unit; includes PIS sign Nos.


boards (Side) with wiring
harness for all types of buses.

4. Bus PIS Unit; includes PIS sign Nos.


boards (Inner) with wiring
harness for all types of buses.

5. Bus PAS Unit (Includes set of 6 Sets.


speakers in each bus)

6. SCU Unit for Buses: (1 unit Sets.


includes -SCU with SSD; built in
Amplifier, 4G and above
modem, Combine Antenna
along with installation material
and accessories including
telematics functionalities)
7. BDC Unit for Buses: (1 unit Sets.
includes - Bus Driver Console
(BDC) with emergency button
feature, Microphone, SOS
buttons along with installation
material and accessories)

8. Telematics Interface Sets.

9. Wiring Provision for two Sets.


surveillance cameras in each
bus to monitor bus interiors

RFP for Design, Manufacture and Supply of 1771 (Nos.) BS VI Diesel Fueled Fully Built Buses 136

Tender Document 140


Climate Friendly Modernization of Bus Services in Major Cities of Tamil Nadu

(doors, driver zone, ticketing


zone etc.) and one
reversing surveillance camera.

II. Additional Warranty


10. Extended Warranty for 3rd Year 1 Year
from date of delivery of Buses

11. Extended Warranty for 4th Year 1 Year


from date of delivery of Buses

12. Extended Warranty for 5th Year 1 Year


from date of delivery of Buses

13. Extended Warranty for 6th Year 1 Year


from date of delivery of Buses

14. Extended Warranty for 7th Year 1 Year


from date of delivery of Buses

15. Extended Warranty for 8th Year 1 Year


from date of delivery of Buses

16. Extended Warranty for 9th Year 1 Year


from date of delivery of Buses

III. Training
17. Training and capacity building 1 Lumpsum
for MTC as specified in the RFP

18. Training and capacity building 1 Lumpsum


for TNSTC Coimbatore as
specified in the RFP

19. Training and capacity building 1 Lumpsum


for TNSTC Madurai as specified
in the RFP

IV. Integration
20. Integration with Backend 1 Lumpsum
Systems

21. Integration Telematics Hardware 3 Lumpsum


(CAN2.0/ J1939) with backend
systems per STU for all buses

Total CAPEX (I+II+III+IV)

RFP for Design, Manufacture and Supply of 1771 (Nos.) BS VI Diesel Fueled Fully Built Buses 137

Tender Document 141


Climate Friendly Modernization of Bus Services in Major Cities of Tamil Nadu

C) Price Discovery of ICT Aggregates*

S.No. Particular Item Quantity Unit of Unit Price in Unit Price Total Price
Measurement INR Tax in INR in INR

A B C D E F G=CX
(E+F)

1. Any requirement for 1 Man-days


development of
customized interface
required for integration
2. De-installation of the 1 Bus
OBITS System from
Buses and handover to
designated location of
STU
3. Any requirement for 1 Man-days
development of
customized interface
required for integration

4. Refresher Training and 1 Lumpsum


Capacity building for
MTC

5. Refresher Training and 1 Lumpsum


Capacity building for
TNSTC Coimbatore

6. Refresher Training and 1 Lumpsum


Capacity building for
TNSTC Madurai

*The above prices are obtained for the purpose of price discovery only. None of the Party i.e.,
the Bidder and the Authority, shall be liable to adhere or to provide service or to call for the
service of maintenance of ITS Equipment at the above quoted rates. However, the Authority
may, at its sole discretion, enter into a separate arrangement with the bidder either as part of
this Contract or as a separate Maintenance Contract for ITS Equipment in mutual consultation
with the Bidder.

RFP for Design, Manufacture and Supply of 1771 (Nos.) BS VI Diesel Fueled Fully Built Buses 138

Tender Document 142


Climate Friendly Modernization of Bus Services in Major Cities of Tamil Nadu

Annexure 9: Format of Bank Guarantee Towards Performance Security

Beneficiary: ___________________ [Insert name and Address of Authority]


Date: _________________________ [Insert date of issue]
PERFORMANCE GUARANTEE No.: __________ [Insert guarantee reference number]
Guarantor/Bank: ________________________________________ [Insert name and
address of place of issue, unless indicated in the letterhead]

We have been informed that ___________ [Insert name and address of Contractor,]
(hereinafter called “the Applicant”) has received Letter of Acceptance no. _____________
[Insert reference number of the LOA] dated _______________ [Insert LOA date] with the
Beneficiary, for the supply of ___________ [Insert Package number and brief details of Buses
to be supplied under the awarded package] (hereinafter called “the Contract”). Furthermore,
we understand that, according to the conditions of the RFP/Contract, a performance guarantee
is required for 10% of the Contract Price.

Waiving all objections and defenses, we, as Guarantor, hereby irrevocably and independently
undertake to pay the Beneficiary, any sum or sums not exceeding in total an amount of
______________________ [Insert guarantee amount and currency in words and figures]8
upon receipt by use of the Beneficiary’s first demand, supported by the Beneficiary’s
statement, whether in the demand itself or a separate signed document accompanying or
identifying the demand, stating that the Applicant is in breach of its obligation(s) under the
Contract, without the Beneficiary needing to prove or to show grounds for the demand or the
sum specified therein.

In the event of any claim under this guarantee, payment shall be effected to, for the account
of _______________________ [Insert details of the (Managing Director of respective STUs)].
The guarantee shall be encashable at ________ Branch in__________, Tamil Nadu.

This guarantee shall expire not later than ______________ [Insert expiry date]9.

By this date we must have received any claims for payment by letter or encoded
telecommunication.

It is understood that you will return this guarantee to us on expiry or after payment of the total
amount to be claimed hereunder.

8 This guarantee shall be issued in the contract currency only.

RFP for Design, Manufacture and Supply of 1771 (Nos.) BS VI Diesel Fueled Fully Built Buses 139

Tender Document 143


Climate Friendly Modernization of Bus Services in Major Cities of Tamil Nadu

[As preferred option regarding guarantee rules insert10: This guarantee is subject to the
Uniform Rules for Demand Guarantees (URDG) 2010 Revision, ICC Publication No. 758,
except that the supporting statement under Article 15(a) is hereby excluded.]

Place, date Guarantor’s authorized signature(s)

10 In the case the issuing bank will not add the preferred option, the following must be added instead: This
guarantee is governed by the laws of India Note: the country of jurisdiction shall be the country where the
bank’s branch issuing the guarantee is physically located.

RFP for Design, Manufacture and Supply of 1771 (Nos.) BS VI Diesel Fueled Fully Built Buses 140

Tender Document 144


Climate Friendly Modernization of Bus Services in Major Cities of Tamil Nadu

Annexure 10: Format of Letter of Acceptance

(On the letterhead of the Authority)


To:
_______________________
_______________________
_______________________

Date: ___________

Kind Attention: _______________________

Subject: Letter of Acceptance for Design, Manufacture and Supply of _____ (nos.) BS
VI, Diesel fuelled, fully built Non-AC Buses for various cities of Tamil Nadu,
India. (“Project”)

Dear Sir,

This is to notify you, ___________________________ [Please insert name of


Successful Bidder] that your bid dated _____ [please insert the date] submitted pursuant
to Request for Proposal for Design, Manufacture and Supply of ________ (nos.) BS VI,
Diesel fuelled, fully built, Non-AC Buses for various cities of Tamil Nadu, India.
(“Project”) No. ________ dated _______ [Please date on which the document is
issued] (“RFP”), the following price of offered in your Price Bid from amongst the bids
submitted and is hereby accepted by the Authority:

Sr. Bus Type 11 Units Destination Total Total


No. (As per (Nos of Price per Destination Destination
Table 1: Buses) Unit in INR Price in INR Price In INR
Clause 1.1: (Inclusive of (In figures) (in words)
Part E of the all taxes and
RFP) duties)
(A) (B) (C) (D) = (B) x (C) (E)

Detailed breakup of the accepted prices as per Bus Type is appended as Annexure 1 to
this LOA.

11
Details to be inserted after selection of successful bidder for each package.

RFP for Design, Manufacture and Supply of 1771 (Nos.) BS VI Diesel Fueled Fully Built Buses 141

Tender Document 145


Climate Friendly Modernization of Bus Services in Major Cities of Tamil Nadu

Pursuant to the provisions of the RFP, you are hereby required to undertake the
following:

1. Countersign this letter of acceptance at the place indicated below to indicate your
acknowledgment of the award of the Project by the Institute of Road Transport to you
and return it to the office of ____________ [Address of the administrative office of
respective STU] within a period of ______ [Please insert the number of days] days from
the date of this letter;

2. Submit a bank guarantee in favour of “_______” for an amount of Rs. [ ________]


Rupees _______ only) [Please insert amount] in the format specified in Annexure 9 of
the RFP, at the time of execution of the Contract on the date specified below.

3. You are required to send your duly authorised representative (with the proof of due
authorisation in the form of power of attorney or a Board Resolution) to execute the
Contract (which shall be executed without any deviation from the Contract at [_____]
[am/pm] [insert time] on [____] [insert date] at the office of Managing Director,
____________ [Name of the Concerned STU].

4. With pursuant to Sr. No. 19 of Part C and Clause 11 of Part F of the RFP, you shall
adhere to the Delivery Schedule of the Buses awarded to you under Package no.
__________ at Designated Locations of Delivery as specified in the Annexure 2 of this
LOA.

_____________
(Authorized Signatory)

Managing Director,

[Name of the Concerned STU]

Acknowledged and Accepted by ______________________

Name of the Authorized Person:

(person authorized under the Bid process and who has a Power of Attorney as required under
the RFP)
Designation of the Authorized Person

Seal of the Company

RFP for Design, Manufacture and Supply of 1771 (Nos.) BS VI Diesel Fueled Fully Built Buses 142

Tender Document 146


Climate Friendly Modernization of Bus Services in Major Cities of Tamil Nadu

Date:

Annexure 1: Detailed Break of Prices (In INR)

11 mtr long 900 mm


11 mtr long 1150 mm 12 mtr long 1150 mm
Floor Height Non-
Sr. Floor Height Non-AC Floor Height Non-AC
Particular AC BSVI Diesel
No. BSVI Diesel fueled BSVI Diesel fueled
fueled buses –
buses – Type II (NDX) buses – Type II (DLX)
Type I

1 No. of Buses

INR
2 Basic Price

Packing
3
Charges, if any

Custom and any


4 other ad
valorem duties

Central Excise
5
Duty
6 Other levies
7 GST
Forwarding
8
Charges
Insurance
9
Charges
Freight to
10
Destination
Any other
11
Charges

Total
Destination
price/Landed
12
Price (Sum of
Sr. No. 2 to Sr.
No 11)

Annexure 2: Bus Delivery Schedule

RFP for Design, Manufacture and Supply of 1771 (Nos.) BS VI Diesel Fueled Fully Built Buses 143

Tender Document 147


Climate Friendly Modernization of Bus Services in Major Cities of Tamil Nadu

11 mtr long 1150 12 mtr long 1150


11 mtr long 900
mm Floor Height mm Floor Height
mm Floor Height
Non-AC BSVI Non-AC BSVI
Sr. No. Timeline Non-AC BSVI
Diesel fuelled Diesel fuelled
Diesel fuelled
buses – Type II buses – Type II
buses – Type I
(NDX) (DLX)

Date of Prototype
0 Bus Approval + No. of buses to be delivered
30 days (“T”)

1 T+ within 30 days

2 T+ within 60 days

3 T+ within 90 days

T+ within 120
4
days
T+ within 150
5
days
T+ within 180
6
days

RFP for Design, Manufacture and Supply of 1771 (Nos.) BS VI Diesel Fueled Fully Built Buses 144

Tender Document 148


Climate Friendly Modernization of Bus Services in Major Cities of Tamil Nadu

Annexure 11: Declaration of Undertaking

Date: ____________ (Last Date of Submission)

The Director,
Institute of Road Transport
100 Feet Road, Taramani,
Chennai - 600113

Subject: Declaration of Undertaking

1. We recognize and accept that KfW only finances projects of the Project Executing Agency
(“PEA”) subject to its own conditions which are set out in the Funding Agreement it has
entered into with the PEA. As a matter of consequence, no legal relationship exists
between KfW and our company, our Joint Venture or our Subcontractors under the
Contract. The PEA retains exclusive responsibility for the preparation and implementation
of the Tender Process and the performance of the Contract.

2. We hereby certify that neither we nor any of our board members or legal representatives
nor any other member of our Joint Venture including Subcontractors under the Contract
are in any of the following situations:

2.1. being bankrupt, wound up or ceasing our activities, having our activities administered
by courts, having entered into receivership, reorganization or being in any analogous
situation;

2.2. convicted by a final judgement or a final administrative decision or subject to financial


sanctions by the United Nations, the European Union or Germany for involvement in
a criminal organization, money laundering, terrorist-related offences, child labour or
trafficking in human beings; this criterion of exclusion is also applicable to legal
Persons, whose majority of shares are held or factually controlled by natural or legal
Persons which themselves are subject to such convictions or sanctions;

2.3. having been convicted by a final court decision or a final administrative decision by a
court, the European Union, national authorities in the Partner Country or in Germany
for Sanctionable Practice in connection with a Tender Process or the performance of
a Contract or for an irregularity affecting the EU’s financial interests (in the event of
such a conviction, the Applicant or Bidder shall attach to this Declaration of
Undertaking supporting information showing that this conviction is not relevant in the
context of this Contract and that adequate compliance measures have been taken in
reaction);

RFP for Design, Manufacture and Supply of 1771 (Nos.) BS VI Diesel Fueled Fully Built Buses 145

Tender Document 149


Climate Friendly Modernization of Bus Services in Major Cities of Tamil Nadu

2.4. having been subject within the past five years to a Contract termination fully settled
against us for significant or persistent failure to comply with our contractual
obligations during such Contract performance, unless this termination was
challenged and dispute resolution is still pending or has not confirmed a full
settlement against us;

2.5. not having fulfilled applicable fiscal obligations regarding payments of taxes either
in the country where we are constituted or the PEA's country;

2.6. being subject to an exclusion decision of the World Bank or any other multilateral
development bank and being listed on the website http://www.worldbank.org/debarr
or respectively on the relevant list of any other multilateral development bank (in the
event of such exclusion, the Applicant or Bidder shall attach to this Declaration of
Undertaking supporting information showing that this exclusion is not relevant in the
context of this Contract and that adequate compliance measures have been taken
in reaction); or

2.7. being guilty of misrepresentation in supplying the information required as a condition


of participation in the Tender.

3. We hereby certify that neither we, nor any of the members of our Joint Venture or any
of our Subcontractors under the Contract are in any of the following situations of conflict
of interest:

3.1. being an affiliate controlled by the PEA or a shareholder controlling the PEA, unless
the stemming conflict of interest has been brought to the attention of KfW and
resolved to its satisfaction;

3.2. having a business or family relationship with a PEA's staff involved in the Tender
Process or the supervision of the resulting Contract, unless the stemming conflict of
interest has been brought to the attention of KfW and resolved to its satisfaction;

3.3. being controlled by or controlling another Applicant or Bidder, or being under


common control with another Applicant or Bidder, or receiving from or granting
subsidies directly or indirectly to another Applicant or Bidder, having the same legal
representative as another Applicant or Bidder, maintaining direct or indirect contacts
with another Applicant or Bidder which allows us to have or give access to
information contained in the respective Applications or Offers, influencing them or
influencing decisions of the PEA;

RFP for Design, Manufacture and Supply of 1771 (Nos.) BS VI Diesel Fueled Fully Built Buses 146

Tender Document 150


Climate Friendly Modernization of Bus Services in Major Cities of Tamil Nadu

3.4. being engaged in a Consulting Services activity, which, by its nature, may be in
conflict with the assignments that we would carry out for the PEA;

3.5. in the case of procurement of Works, Plant or Goods:

i. having prepared or having been associated with a Person who prepared


specifications, drawings, calculations and other documentation to be used in the
Tender Process of this Contract;

ii. having been recruited (or being proposed to be recruited) ourselves or any of our
affiliates, to carry out works supervision or inspection for this Contract;

4. If we are a state-owned entity, and compete in a Tender Process, we certify that we


have legal and financial autonomy and that we operate under commercial laws and
regulations.

5. We undertake to bring to the attention of the PEA, which will inform KfW, any change in
situation with regard to points 2 to 4 here above.

6. In the context of the Tender Process and performance of the corresponding Contract:

6.1. neither we nor any of the members of our Joint Venture nor any of our
Subcontractors under the Contract have engaged or will engage in any
Sanctionable Practice during the Tender Process and in the case of being awarded
a Contract will engage in any Sanctionable Practice during the performance of the
Contract;

6.2. neither we nor any of the members of our Joint Venture or any of our Subcontractors
under the Contract shall acquire or supply any equipment nor operate in any sectors
under an embargo of the United Nations, the European Union or Germany; and

6.3. we commit ourselves, our staff, to complying with and ensuring that our local agent,
Subcontractors and major suppliers under the Contract comply with international
environmental and labour standards, consistent with laws and regulations
applicable in the country of implementation of the Contract and the fundamental
conventions of the International Labour Organization (ILO) and international
environmental treaties. Moreover, we shall implement environmental and social
risks mitigation measures when specified in the relevant environmental and social
management plans or other similar documents provided by the PEA and, in any
case, implement measures to prevent sexual exploitation and abuse and gender-
based violence.

RFP for Design, Manufacture and Supply of 1771 (Nos.) BS VI Diesel Fueled Fully Built Buses 147

Tender Document 151


Climate Friendly Modernization of Bus Services in Major Cities of Tamil Nadu

7. In the case of being awarded a Contract, we, as well as all members of our Joint Venture
partners and Subcontractors under the Contract will, (i) upon request, provide
information relating to the Tender Process and the performance of the Contract and (ii)
permit the PEA and KfW or an agent appointed by either of them, and in the case of
financing by the European Union also to European institutions having competence under
European Union law, to inspect the respective accounts, records and documents, to
permit on-the-spot checks and to ensure access to sites and the respective project.

8. In the case of being awarded a Contract, we, as well as all our Joint Venture partners
and Subcontractors under the Contract undertake to preserve above mentioned records
and documents in accordance with applicable law, but in any case, for at least six years
from the date of fulfillment or termination of the Contract. Our financial transactions and
financial statements shall be subject to auditing procedures in accordance with
applicable law. Furthermore, we accept that our data (including personal data)
generated in connection with the preparation and implementation of the Tender Process
and the performance of the Contract are stored and processed according to the
applicable law by the PEA and KfW.

Name: _________________________________

In the capacity of: ________________

Duly empowered to sign in the name and on behalf of: ____________________________

Signature:

Dated:

RFP for Design, Manufacture and Supply of 1771 (Nos.) BS VI Diesel Fueled Fully Built Buses 148

Tender Document 152


Climate Friendly Modernization of Bus Services in Major Cities of Tamil Nadu

Annexure 12: Format of Price Bid

Note: The price bid for each Package is to be submitted online only at
https://www.mstcecommerce.com/eproc/index.jsp. Price bid submitted physically and/
or combined price bid for all Packages or for entire tendered quantity of Buses shall be
summarily rejected.

PRICE BID FOR PACKAGE 1


Design, Manufacture and Supply of 1107 (Nos.) 11 mtr long 900 mm Floor
Height Non-AC BSVI Diesel fuelled Fully Built buses – Type I
A: Break-up of Price for Buses with Manual Transmission

INR Per Total (INR) Total (INR)


Sr. Particular Unit
Bus (In Figures) (In Words)
No.
(A) (B) (C) (D) = (B) X (C) (E)
1 Basic Price 1107

Packing Charges,
2 1107
if any

Custom and any other


3 1107
ad valorem duties

4 Central Excise Duty 1107

5 Other levies 1107

6 GST 1107
7 Forwarding Charges 1107

8 Insurance Charges 1107

9 Freight to Destination 1107

10 Any other Charges 1107


Total Destination
price/Landed Price
11 1107
(Sum of Sr. No. 1 to Sr.
No 10)

B: Details of Taxes and Duties

Sr. Applicable rate as


Taxes and Duties Basis of Taxes and Duties.
No. on Bid Due Date
Custom and any other
1
ad valorem duties
2 Central Excise Duty
3 Other levies
4 GST

RFP for Design, Manufacture and Supply of 1771 (Nos.) BS VI Diesel Fueled Fully Built Buses 149

Tender Document 153


Climate Friendly Modernization of Bus Services in Major Cities of Tamil Nadu

1. It is hereby certified that we have understood Instructions to Bidders, General


Conditions of Contract (including Option Clause thereof), Technical Specification,
RFP Summary and all terms and conditions given in the RFP Document and have
thoroughly examined the Specification given in RFP Document. We are fully aware
of the type of Buses required and our offer is to supply Buses strictly in accordance
with requirements and according to the terms of RFP Document. We agree to abide
by the conditions of the RFP Document.
2. We hereby offer to supply Buses detailed above or such portion thereof as Authority
may specify in the Letter of Acceptance/ Contract at the price quoted and agree to
hold this offer open for acceptance for a period of 120 days from the Last Date of
Submission of Bid.
C: Break-up of Price for Buses with Automatic Transmission

INR Per Total (INR) Total (INR)


Particular Unit
Sr. Bus (In Figures) (In Words)
No.
(A) (B) (C) (D) = (B) X (C) (E)

1 Basic Price 1107

Packing Charges,
2 1107
if any

Custom and any other


3 1107
ad valorem duties

4 Central Excise Duty 1107

5 Other levies 1107

6 GST 1107
7 Forwarding Charges 1107

8 Insurance Charges 1107

9 Freight to Destination 1107

10 Any other Charges 1107


Total Destination
price/Landed Price
11 1107
(Sum of Sr. No. 1 to Sr.
No 10)

NOTE:

i. Prices provided in the Cell no. D11 in the price TABLE: A: Break-up of Price for
Buses with Manual Transmission above shall only be considered for the

RFP for Design, Manufacture and Supply of 1771 (Nos.) BS VI Diesel Fueled Fully Built Buses 150

Tender Document 154


Climate Friendly Modernization of Bus Services in Major Cities of Tamil Nadu

evaluation. The Bidder quoting Lowest Price for any of the given category shall be
considered preferred Bidder.
ii. Prices for buses for automatic transmission (TABLE: C Break-up of Price for
Buses with Automatic Transmission) shall not be considered for evaluation and
award of the contract in any circumstances.
iii. The Foreign Bidders shall quote the price in INR (Indian Rupees) terms only. Any
risk of change in taxes in the country of origin and foreign exchange risk shall
entirely be borne by the Foreign Bidder.
iv. In case of discrepancy between Unit Price and Total Price, Price as favourable to
the Authority shall prevail.
v. In case of difference between Price in figures & words, Price quoted in words shall
prevail.
vi. Bidder shall clearly indicate breakup of prices in their Bids for Bus Price including
government taxes/ levies etc. as applicable at the time of filling their Bids.

SIGNATURE AND SEAL OF THE BIDDER

RFP for Design, Manufacture and Supply of 1771 (Nos.) BS VI Diesel Fueled Fully Built Buses 151

Tender Document 155


Climate Friendly Modernization of Bus Services in Major Cities of Tamil Nadu

PRICE BID FOR PACKAGE 2


Design, Manufacture and Supply of 484 (Nos.) 11 mtr long 1150 mm Floor
Height Non-AC BSVI Diesel fuelled Fully Built buses – Type II (NDX)
A: Break-up of Price

INR Per Total (INR) Total (INR)


Particular Unit
Sr. Bus (In Figures) (In Words)
No.
(A) (B) (C) (D) = (B) X (C) (E)

1 Basic Price 484

Packing Charges,
2 484
if any

Custom and any other


3 484
ad valorem duties

4 Central Excise Duty 484

5 Other levies 484

6 GST 484
7 Forwarding Charges 484

8 Insurance Charges 484

9 Freight to Destination 484

10 Any other Charges 484


Total Destination
price/Landed Price
11 484
(Sum of Sr. No. 1 to Sr.
No 10)

B: Details of Taxes and Duties

Sr. Applicable rate as


Taxes and Duties Basis of Taxes and Duties.
No. on Bid Due Date
Custom and any other
1
ad valorem duties
2 Central Excise Duty
3 Other levies
4 GST

1. It is hereby certified that we have understood Instructions to Bidders, General


Conditions of Contract (including Option Clause thereof), Technical Specification,
RFP Summary and all terms and conditions given in the RFP Document and have
thoroughly examined the Specification given in RFP Document. We are fully aware

RFP for Design, Manufacture and Supply of 1771 (Nos.) BS VI Diesel Fueled Fully Built Buses 152

Tender Document 156


Climate Friendly Modernization of Bus Services in Major Cities of Tamil Nadu

of the type of Buses required and our offer is to supply Buses strictly in accordance
with requirements and according to the terms of RFP Document. We agree to abide
by the conditions of the RFP Document.
2. We hereby offer to supply Buses detailed above or such portion thereof as Authority
may specify in the Letter of Acceptance/ Contract at the price quoted and agree to
hold this offer open for acceptance for a period of 120 days from the Last Date of
Submission of Bid.

NOTE:

i. Prices provided in the Cell no. D11 in the price table shall be considered for the
evaluation. The Bidder quoting Lowest Price for any of the given category shall be
considered preferred Bidder.
ii. The Foreign Bidders shall quote the price in INR (Indian Rupees) terms only. Any
risk of change in taxes in the country of origin and foreign exchange risk shall
entirely be borne by the Foreign Bidder.
iii. In case of discrepancy between Unit Price and Total Price, Price as favourable to
the Authority shall prevail.
iv. In case of difference between Price in figures & words, Price quoted in words shall
prevail.
v. Bidder shall clearly indicate breakup of prices in their Bids for Bus Price including
government taxes/ levies etc. as applicable at the time of filling their Bids.

SIGNATURE AND SEAL OF THE BIDDER

RFP for Design, Manufacture and Supply of 1771 (Nos.) BS VI Diesel Fueled Fully Built Buses 153

Tender Document 157


Climate Friendly Modernization of Bus Services in Major Cities of Tamil Nadu

PRICE BID FOR PACKAGE 3


Design, Manufacture and Supply of 180 (Nos.) 12 mtr long 1150 mm Floor
Height Non-AC BSVI Diesel fuelled Fully Built buses – Type II (DLX)
A: Break-up of Price

INR Per Total (INR) Total (INR)


Particular Unit
Sr. Bus (In Figures) (In Words)
No.
(A) (B) (C) (D) = (B) X (C) (E)

1 Basic Price 180

Packing Charges,
2 180
if any

Custom and any other


3 180
ad valorem duties

4 Central Excise Duty 180

5 Other levies 180

6 GST 180
7 Forwarding Charges 180

8 Insurance Charges 180

9 Freight to Destination 180

10 Any other Charges 180


Total Destination
price/Landed Price
11 180
(Sum of Sr. No. 1 to Sr.
No 10)

B: Details of Taxes and Duties

Sr. Applicable rate as


Taxes and Duties Basis of Taxes and Duties.
No. on Bid Due Date
Custom and any other
1
ad valorem duties
2 Central Excise Duty
3 Other levies
4 GST

1. It is hereby certified that we have understood Instructions to Bidders, General


Conditions of Contract (including Option Clause thereof), Technical Specification,
RFP Summary and all terms and conditions given in the RFP Document and have
thoroughly examined the Specification given in RFP Document. We are fully aware

RFP for Design, Manufacture and Supply of 1771 (Nos.) BS VI Diesel Fueled Fully Built Buses 154

Tender Document 158


Climate Friendly Modernization of Bus Services in Major Cities of Tamil Nadu

of the type of Buses required and our offer is to supply Buses strictly in accordance
with requirements and according to the terms of RFP Document. We agree to abide
by the conditions of the RFP Document.
2. We hereby offer to supply Buses detailed above or such portion thereof as Authority
may specify in the Letter of Acceptance/ Contract at the price quoted and agree to
hold this offer open for acceptance for a period of 120 days from the Last Date of
Submission of Bid.

NOTE:

i. Prices provided in the Cell no. D11 in the price table shall be considered for the
evaluation. The Bidder quoting Lowest Price for any of the given category shall be
considered preferred Bidder.
ii. The Foreign Bidders shall quote the price in INR (Indian Rupees) terms only. Any
risk of change in taxes in the country of origin and foreign exchange risk shall
entirely be borne by the Foreign Bidder.
iii. In case of discrepancy between Unit Price and Total Price, Price as favourable to
the Authority shall prevail.
iv. In case of difference between Price in figures & words, Price quoted in words shall
prevail.
v. Bidder shall clearly indicate breakup of prices in their Bids for Bus Price including
government taxes/ levies etc. as applicable at the time of filling their Bids.

SIGNATURE AND SEAL OF THE BIDDER

RFP for Design, Manufacture and Supply of 1771 (Nos.) BS VI Diesel Fueled Fully Built Buses 155

Tender Document 159


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-Ac Buses For
various cities Of Tamil Nadu, India

REQUEST FOR PROPOSAL (RFP) FOR DESIGN, MANUFACTURE AND SUPPLY OF 1771
(NOS.) BS VI, DIESEL FUELED, FULLY BUILT NON-AC BUSES FOR VARIOUS CITIES OF
TAMIL NADU, INDIA

IRT Reference No.: 16/SF-Fully Built Bus/CP/IRT/2022

KFW Reference No.: BMZ209919234/KFW508859

Response to Queries

Date: 24/03/2023

Issuing Authority: Institute of Road Transport, Chennai

Additional Documents - Response to pre bid documents 160


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

Important Notes:
1. This response to pre-bid queries to the captioned RFP issued by the Institute of Road Transport (IRT) on behalf of Tamil Nadu
State Transport Corporation (TNSTC) in October 2022. This response to pre-bid queries shall constitute as part of the RFP
document along with Corrigendum 1 issued on 31/10/2022, Corrigendum 2 issued on 30/11/2022, Corrigendum 3 issued on
21/12/2022, Corrigendum 4 issued on 11/01/2023, Corrigendum 5 issued on 27/01/2023, Corrigendum 6 published on
20/02/2023, Corrigendum 7 published on 09/03/2023, and Corrigendum 8 issued simultaneous to it on 24/03/2023.

2. This document is the response to queries received during the Pre-Bid Meeting stage and is considered important in the
context of the RFP process. IRT on behalf of TNSTC has endeavoured to respond to all queries it had received during pre-
bid. For any unanswered queries, the provisions of the RFP remain unchanged. The Response to Pre-bid Queries is
segregated into mainly two parts as follows;
• Part 1: Response to queries pertaining to Part A – Part F and Part H of the RFP (Commercial/ Non-Technical
Provisions)
• Part 2: Response to queries pertaining to Part G of the RFP i.e., Technical Specifications

Additional Documents - Response to pre bid documents 161


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

Part 1: Response to queries pertaining to Part A – Part F and Part H of the RFP (Commercial/ Non-Technical Provisions)

S.No RFP Clause RFP Provision Queries/ deviation requested by the Response to queries
Reference Participants
No.

1 RFP Bidding as Consortium/Joint Venture is not Relaxation to OEM for supply of chassis only RfP provision remains unchanged
Summary: Sr. permitted. sale
No. 3 (point 3)

2 RFP The Bidder shall have obtained type approval Tender should seek type approval certificate RfP provision remains unchanged
Summary: Sr. certificate for at least one BS VI Diesel fueled of the relevant bus base model that is being
No. 4 (Point 4) Bus variant from the authorized agencies quoted for each respective package 1,2 & 3.
under CMVR 1989 in India or equivalent Any BS VI diesel bus variant will not be a pre-
statutory provisions abroad. qualification criterion since bidders have to
demonstrate capability and knowhow of
design and type approval of specific diesel BS
VI fully built buses as required under RFP.

3 RFP The Bidder shall have valid certificates We shall produce and submit the below valid Kindly refer point no. 1 of Part 1 of
Summary: Sr. complying in ISO 9001, ISO 14001 and certifications as part of our bid : Corrigendum 8.
No. 4 (point 5) OHSAS 18001/ ISO 45001 requirements as IATF 16949:2016 IATS for Quality
on Bid Due Date. management system.
ISO 14001 for Environmental management
systems.
ISO 45001 or OHSAS 18001 for Occupational
health safety and assessment system.

4 RFP (Table) Bidder shall be engaged in manufacture and RfP provision remains unchanged
Summary: Sr. Bidder shall be engaged in manufacture and supply of minimum Average 2000 nos., having
No. 5 (Point 1) supply of minimum Average 1700, having Floor Height > 400 mm Diesel Fueled Internal
Floor Height > 400 mm Diesel Fueled Internal combustion (IC) Engine propelled Fully-built
combustion (IC) Engine propelled Fully-built Buses under operations with State transport
Buses cumulatively in any three years of last corporations, cumulatively in any three years
10 Financial Years preceding the bid date in of last 5 Financial Years preceding the bid
India or abroad. date in India or abroad.

Additional Documents - Response to pre bid documents 162


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S.No RFP Clause RFP Provision Queries/ deviation requested by the Response to queries
Reference Participants
No.

5 RFP (Para 2) Request to kindly modify / delete this clause. RfP provision remains unchanged
Summary: Sr. The Bidders are also required to submit a list Relevant information such as photographs,
No. 5 of Bus Manufacturing Plant(s) along with company profile, Manufacturing and factory
address and photographs. The above license shall be provide and duly signed by
submission shall be accompanied by a Power of Attorney
certificate from the Statutory Auditor showing
installed and utilized annual Bus
manufacturing cap demonstrated by the
Bidder for each year in last 10 Financial Y
preceding the due date of bid submission as
per the format pro in Annexure 2: General
Information of the Bidder.

6 RFP The Physical submission can be made Request to accept physical submission Kindly refer point no. 4 of Part 1 of
Summary: Sr. through RPAD/ Speed Post only and shall be through hand delivery also. Corrigendum 8.
No. 12 as per the instructions specified in Clause
4.19.1.

7 RFP Bid Security Amount / EMD (Clause 4.5.2 of Request Authority to reduce EMD to 50 Lakhs Kindly refer point no. 5 of Part 1 of
Summary: Sr. Part E) per package Corrigendum 8.
No. 16 Package 1 – INR Five Crore only
Package 2 – INR Two Crore only EMD in form of Bank guarantee also required
Package 3 – INR Seventy Five Lakhs only in place of DD.
A Bid Security/ EMD shall be submitted in form
of Demand Draft (DD) in favour of “The
Director, IRT” from Nationalized or Scheduled
Banks in India, payable at Chennai (or) as
Real Time Gross Settlement (RTGS)/ Net-
banking on or before the due date of
submission of bids. In the case of RTGS/ Net-
Banking, the amount has to be sent to
following bank account on or before the due
date of submission of bids.

Additional Documents - Response to pre bid documents 163


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S.No RFP Clause RFP Provision Queries/ deviation requested by the Response to queries
Reference Participants
No.

8 RFP Bid Security Amount / EMD (Clause 4.5.2 of Package 1 - Product not available The value of Bid Security Amount/ EMD
Summary: Sr. Part E) Package 2 - EMD id too high , request to remains unchanged. However, Bank
No. 16 Package 1 – INR Five Crore only reduce upto 20 Lakh Guarantee is allowed for payment of the Bid
Package 2 – INR Two Crore only Package 3 - EMD is too high , request to Security Amount/ EMD.
Package 3 – INR Seventy Five Lakhs only reduce upto 7.5 Lakh
A Bid Security/ EMD shall be submitted in form
of Demand Draft (DD) in favour of “The
Director, IRT” from Nationalized or Scheduled
Banks in India, payable at Chennai (or) as
Real Time Gross Settlement (RTGS)/ Net-
banking on or before the due date of
submission of bids. In the case of RTGS/ Net-
Banking, the amount has to be sent to
following bank account on or before the due
date of submission of bids.

9 RFP The Bid Security/ EMD shall be submitted in Request to accept EMD in the form of Bank
Summary: Sr. form of Demand Draft (in favour of “The guarantee
No. 16 Director, IRT” from Nationalized or Scheduled
Banks.

10 RFP 10% of the total Contract Value of Buses Performance bank guarantee to be limited to Kindly refer point no. 5 of Part 1 of
Summary: Sr. allotted to respective Three STUs. The 3% of contract value considering the overall Corrigendum 8.
No. 17 Performance Security shall be submitted in value of this contract.
form of Bank Guarantee in favour of
“Managing Directors of Respective Three Performance bank guarantee to be restricted
STUs” from Nationalized or Scheduled Banks to standard complete warranty tenure of Sr.
in India, payable at Chennai, Coimbatore and No. 21 A of RFP summary and should not be
Madurai respectively. linked to additional warranty or guarantees for
specific items / parts or aggregates of the bus.
The bank guarantee towards Performance
Security equal to 10% of total Contract value
shall be in force and valid till the expiry of
Complete Bus Warranty period for the Buses

Additional Documents - Response to pre bid documents 164


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S.No RFP Clause RFP Provision Queries/ deviation requested by the Response to queries
Reference Participants
No.

as specified in the (Sr. No. 21, Point A of RFP


Summary). The Contractor shall refurbish a
fresh Performance Security or reduce the
security amount to 5% of the Contract value
with extended time period ending after 30
days of expiry of the Structure Warranty as per
Sr. No. 21, Point B of RFP Summary and as
extended for a suitable period by the
Contractor in case of any extension of
Contracted Delivery Schedule.

11 RFP Following shall be the schedule for Prototype Prototype bus will be requiring minimum 120 Kindly refer point no. 5 of Part 1 of
Summary: Sr. Bus Inspection and Delivery of 1771 (nos.) days from date of PO since the bus has to be Corrigendum 8.
No. 19 BSVI diesel buses. exclusively designed and manufactured to
A. Prototype Bus Inspection Schedule specific requirements of this RFP including
i. Prototype Bus Inspection shall be carried out type approval certification.
in stages as specified in the Clause 9.1: A.(ii) – Prototype inspections shall be carried
Schedule 2: Part F of the RFP. out in case of multiple packages awarded to
ii. The Prototype inspections shall be carried single bidder, as per mutually agreed time
out in the ascending numerical order of the schedule since the body builders will be
Packages awarded to the Successful different for different packages and prototype
Bidder(s). readiness will be different depending on the
iii. If a Contractor is awarded with Single model and hence ascending schedule of
Package. prototype inspection to be removed.
o First Stage: The structure assembly A.(iii) & (Iv) – for respective packages
inspection .... within 30 days from the date of First Stage: The structure assembly
Purchase Order. inspection of the Prototype Bus shall be
o Second Stage: Inspection of Fully Built carried out within 90 days from the date of
Prototype Bus .... within 30 days of the Purchase Order.
completion of Structure Inspection (First Second Stage: Inspection of Fully Built
Stage). Prototype Bus shall be carried out within 120
iv. If a Contractor is awarded with Multiple days of the completion of Structure Inspection
Packages. (First Stage).
o First Stage: The structure assembly Delivery Schedule:

Additional Documents - Response to pre bid documents 165


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S.No RFP Clause RFP Provision Queries/ deviation requested by the Response to queries
Reference Participants
No.

inspection ..... within 30 days from the date of i) The Delivery shall commence after 60th day
Purchase Order. from the date of Approval of Prototype Bus to
Structure assembly inspection ........ Package accommodate and tool up all the changes
1. requested during prototype inspection.
o Second Stage: Inspection of Fully Built ii) The detailed month wise delivery schedule
Prototype Bus ..... within 30 days of the will be mutually discussed and agreed for
completion of Structure Inspection (First respective packages post Letter of Award and
Stage). before receipt of PO. The entire order will be
Fully Built stage inspection ...... Package 1. executed within 240 days from the date of
prototype approval for each package.
Delivery Schedule
i. The Delivery shall commence after 30th day
from the date of Approval of Prototype Bus for
the respective Package awarded to the
Contractor(s).
ii. The Contractor(s) shall deliver Fully Built
Buses awarded under the respective
Packages at the rate of 300 Buses per Month
..... Part F of the RFP.
iii. In case of Contractor(s) winning multiple
Packages, the monthly contingent of 300
buses ...... awarded to single bidder.

12 RFP Following shall be the schedule for Prototype There are changes/ revision in CMVR norms Kindly refer point no. 6 of Part 1 of
Summary: Sr. Bus Inspection and Delivery of 1771 (nos.) from 01st Apr’2023, which calls for re- Corrigendum 8.
No. 19 BSVI diesel buses. certification and new type approvals for fully
A. Prototype Bus Inspection Schedule built buses. Therefore,
i. Prototype Bus Inspection shall be carried out i.Prototype Bus will be delivered within 120
in stages as specified in the Clause 9.1: days from date of PO.
Schedule 2: Part F of the RFP. ii.Fully Built Buses shall be delivered at the
ii. The Prototype inspections shall be carried rate of 150 buses per month after prototype
out in the ascending numerical order of the approval.
Packages awarded to the Successful
Bidder(s).

Additional Documents - Response to pre bid documents 166


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S.No RFP Clause RFP Provision Queries/ deviation requested by the Response to queries
Reference Participants
No.

iii. If a Contractor is awarded with Single


Package.
o First Stage: The structure assembly
inspection .... within 30 days from the date of
Purchase Order.
o Second Stage: Inspection of Fully Built
Prototype Bus .... within 30 days of the
completion of Structure Inspection (First
Stage).
iv. If a Contractor is awarded with Multiple
Packages.
o First Stage: The structure assembly
inspection ..... within 30 days from the date of
Purchase Order.
Structure assembly inspection ........ Package
1.
o Second Stage: Inspection of Fully Built
Prototype Bus ..... within 30 days of the
completion of Structure Inspection (First
Stage).
Fully Built stage inspection ...... Package 1.

Delivery Schedule
i. The Delivery shall commence after 30th day
from the date of Approval of Prototype Bus for
the respective Package awarded to the
Contractor(s).
ii. The Contractor(s) shall deliver Fully Built
Buses awarded under the respective
Packages at the rate of 300 Buses per Month
..... Part F of the RFP.
iii. In case of Contractor(s) winning multiple
Packages, the monthly contingent of 300
buses ...... awarded to single bidder.

Additional Documents - Response to pre bid documents 167


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S.No RFP Clause RFP Provision Queries/ deviation requested by the Response to queries
Reference Participants
No.

13 RFP Following shall be the schedule for Prototype Proto inspection minimum min 60 day for RfP provision remains unchanged
Summary: Sr. Bus Inspection and Delivery of 1771 (nos.) structure & 120 days fully builtup
No. 19 BSVI diesel buses.
A. Prototype Bus Inspection Schedule
i. Prototype Bus Inspection shall be carried out
in stages as specified in the Clause 9.1:
Schedule 2: Part F of the RFP.
ii. The Prototype inspections shall be carried
out in the ascending numerical order of the
Packages awarded to the Successful
Bidder(s).
iii. If a Contractor is awarded with Single
Package.
o First Stage: The structure assembly
inspection .... within 30 days from the date of
Purchase Order.
o Second Stage: Inspection of Fully Built
Prototype Bus .... within 30 days of the
completion of Structure Inspection (First
Stage).
iv. If a Contractor is awarded with Multiple
Packages.
o First Stage: The structure assembly
inspection ..... within 30 days from the date of
Purchase Order.
Structure assembly inspection ........ Package
1.
o Second Stage: Inspection of Fully Built
Prototype Bus ..... within 30 days of the
completion of Structure Inspection (First
Stage).
Fully Built stage inspection ...... Package 1.

Additional Documents - Response to pre bid documents 168


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S.No RFP Clause RFP Provision Queries/ deviation requested by the Response to queries
Reference Participants
No.

14 RFP Delivery Schedule Total 45 busses per month after proto RfP provision remains unchanged
Summary: Sr. i. The Delivery shall commence after 30th day approval for package 2 & 3
No. 19 from the date of Approval of Prototype Bus for
the respective Package awarded to the
Contractor(s).
ii. The Contractor(s) shall deliver Fully Built
Buses awarded under the respective
Packages at the rate of 300 Buses per Month
at the Designated Locations of respective
STUs of TNSTC as per clause 11.2 of Part F
of the RFP.
iii. In case of Contractor(s) winning multiple
Packages, the monthly contingent of 300
buses shall consist of Buses from all the
awarded Packages in proportion to the size of
each Package. For the avoidance of any
doubt, following example can be referred to
understand above requirement assuming all
the packages are awarded to single bidder.

15 RFP A single payment of 100% of the Value of Considering the very high cost of capital RfP provision remains unchanged
Summary: Sr. Buses delivered will be made within 45 days involved for this specialized bus, we request
No. 20 from the date of Final Acceptance Certificate the below payment terms to be considered.
as per Clause 16 of GCC upon submission of
the required documents and invoices by the 60% upon completion of chassis and
Contractor. movement to body building within 7 days with
provisional acceptance certificate of chassis.
40% upon completion of fully built bus and
Final Acceptance certificate within 30 days.

16 RFP Point A. Complete Bus Warranty ………… 24 A. Warranty will only cover manufacturing RfP provision remains unchanged
Summary: Sr. calendar months or 2,50,000 Km per Bus defects and faults for intended functionality
No. 21 whichever is later from the issuance of the and will be offered for fully built bus comprising
Final Acceptance Certificate. chassis and bus body for a period of 2 years

Additional Documents - Response to pre bid documents 169


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S.No RFP Clause RFP Provision Queries/ deviation requested by the Response to queries
Reference Participants
No.

or 2,00,000 kms whichever is earlier. Typical


Point B. Additional Warranty ………… 9 operation is for 250 kms per day (or)
years or 9,90,000 km per Bus whichever is approximately 1 Lakh KMS per year.
later from the issuance of the Final Wear and tear items such as battery, tyres,
Acceptance Certificate (“Structure Warranty seat covers, rubber parts etc., will have
Period”). differential warranty of min. 1 year for the
purpose of ensuring no manufacturing defects
Point C. Additional Warranty …………. 9 at time of supply & commissioning.
years (2 years warranty + 7 years of extended B. Bus structure life is dependent on nature of
warranty) from the issuance of the Final operations, road conditions prevailing at time
Acceptance Certificate as per the provision of of operations, other conditions such as
the RFP (“ITS equipment Warranty Period”). environmental conditions, periodic
maintenance and natural aging of materials
used in construction which is already defined
under the tender. Tender also defines many
quality and material aspects of structure
materials used, welding methods and anti-
corrosive protections to be given by
manufacturer which also determines the life of
the structure which include material test
reports from NABL labs used in
manufacturing.
Manufacturing defects for design, material or
workmanship such as premature failures (or)
faults will usually surface within 02 years of
operation which is typically being offered to all
STU’s.
C. The warranty for the ICT aggregates will be
for manufacturing defects / faults and
applicable for 02 years (or) 2 L Kms.
Warranty cannot be extended beyond 02
years for electronic items and continuous on-
site support will be restricted to attention of

10

Additional Documents - Response to pre bid documents 170


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S.No RFP Clause RFP Provision Queries/ deviation requested by the Response to queries
Reference Participants
No.

manufacturing defects / faults during warranty


period.

17 RFP A. Complete Bus Warranty ………… 24 Comment on A. 24 calendar months or RfP provision remains unchanged
Summary: Sr. calendar months or 2,50,000 Km per Bus 2,50,000 Km per Bus whichever is earlier
No. 21 whichever is later from the issuance of the from the date of invoice since it is a fully built
Final Acceptance Certificate. bus

B. Additional Warranty ………… 9 years or


9,90,000 km per Bus whichever is later from For clause 21B. Warranty shall be as per
the issuance of the Final Acceptance clasue no. 21 A of the tender document.
Certificate (“Structure Warranty Period”).

C. Additional Warranty …………. 9 years (2


years warranty + 7 years of extended
warranty) from the issuance of the Final
Acceptance Certificate as per the provision of
the RFP (“ITS equipment Warranty Period”).

18 RFP A. Complete Bus Warranty Period for any Request to accept whichever is earlier Kindly refer point no. 7 of Part 1 of
Summary: Sr. manufacturing Defect in design, material, because component life are designed for Corrigendum 8.
No. 21 (Point propulsion system, components, major number of cycle/years
A) subsystems and workmanship of the Fully
Built Buses, except the Bus structure and the
on board ITS equipment (“Complete Bus
Warranty Period”) shall be as 24 calendar
months or 2,50,000 Km per Bus whichever is
later from the issuance of the Final
Acceptance Certificate.

19 RFP B. Additional Warranty for any manufacturing Clause to be deleted and a separate SLA be Kindly refer point no. 7 of Part 1 of
Summary: Sr. Defect in design, material and workmanship of entered into for AMC Corrigendum 8.
No. 21 (Point the Bus structure, structural elements of the
B) suspension and engine cradle of all Bus

11

Additional Documents - Response to pre bid documents 171


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S.No RFP Clause RFP Provision Queries/ deviation requested by the Response to queries
Reference Participants
No.

Types shall be 9 years or 9,90,000 km per Bus


whichever is later from the issuance of the
Final Acceptance Certificate (“Structure
Warranty Period”).

20 RFP A. The Contractor shall be responsible in A. Minimum average fuel efficiency can be Kindly refer point no. 7 of Part 1 of
Summary: Sr. achieving minimum average fuel efficiency in ascertained only post KMPL trials on specific Corrigendum 8.
No. 22 terms of Km per Litre of Diesel/HSD oil which test route, conditions and test parameters to
shall be determined for each Type of Bus establish and declare fuel consumption. There
during the Complete Bus Warranty Period as is no precedent of any data on BS VI buses of
per their respective operation conditions as such buses (nor) any correlation that is
per provisions specified below; (“Assured Fuel established against IDC cycle.
Efficiency”); B. Test result can be published only on
Following are the values of minimum average specific test route, conditions and test
fuel efficiency derived based on empirical parameters that will be shared by Authority.
records available with TNSTC. We cannot declare test results on IDC cycle or
Package 1 -Type 1 Buses - 4.35 any other assumption based fuel KMPL.
Package 2 - Type II (NDX) Buses - 5.25 C. Assured fuel efficiency value should be only
Package 3 - Type II (DLX) Buses - 5.25 basis KMPL value determined from trials
conducted on test route and mutually agreed
B. In addition to above, the between Authority and Manufacturer.
Contractor/Successful Bidder shall be Contractor shall not be responsible for
required to submit the test results for each maintaining records for fuel efficiency during
type of Buses awarded to it, carried out based warranty period since the bus operations and
on Indian Driving Cycle (IDC), published by records are not in scope of the contractor.
Ministry of Roads Transport and Highways CSFC test report certified by ARAI will be
(MoRTH), Govt of India from ARAI, CIRT or submitted.
another equivalent institute specified in the For SFC, Authority to share specific test route,
CMVR to validate fuel efficiency of the Buses conditions and test parameters to establish
being offered under this RFP by the and declare fuel consumption
Contractor. Such submission shall be made
strictly at the time of the Prototype Inspection
of each package of buses awarded to the
Contractor(s) /Successful Bidder(s).

12

Additional Documents - Response to pre bid documents 172


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S.No RFP Clause RFP Provision Queries/ deviation requested by the Response to queries
Reference Participants
No.

C. The Authority shall consider the assured


fuel efficiency value as per point (A) above or
as per the IDC value submitted by the bidder
as per point (B) above, whichever is higher.

21 RFP A. The Contractor shall be responsible in For Package 2 and 3: Fuel Efficency AS per Kindly refer point no. 7 of Part 1 of
Summary: Sr. achieving minimum average fuel efficiency in CMVR norms & test certification Corrigendum 8.
No. 22 terms of Km per Litre of Diesel/HSD oil which
shall be determined for each Type of Bus
during the Complete Bus Warranty Period as
per their respective operation conditions as
per provisions specified below; (“Assured Fuel
Efficiency”);
Following are the values of minimum average
fuel efficiency derived based on empirical
records available with TNSTC.
Package 1 -Type 1 Buses - 4.35
Package 2 - Type II (NDX) Buses - 5.25
Package 3 - Type II (DLX) Buses - 5.25

B. In addition to above, the


Contractor/Successful Bidder shall be
required to submit the test results for each
type of Buses awarded to it, carried out based
on Indian Driving Cycle (IDC), published by
Ministry of Roads Transport and Highways
(MoRTH), Govt of India from ARAI, CIRT or
another equivalent institute specified in the
CMVR to validate fuel efficiency of the Buses
being offered under this RFP by the
Contractor. Such submission shall be made
strictly at the time of the Prototype Inspection
of each package of buses awarded to the

13

Additional Documents - Response to pre bid documents 173


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S.No RFP Clause RFP Provision Queries/ deviation requested by the Response to queries
Reference Participants
No.

Contractor(s) /Successful Bidder(s).

C. The Authority shall consider the assured


fuel efficiency value as per point (A) above or
as per the IDC value submitted by the bidder
as per point (B) above, whichever is higher.

22 RFP A. The Contractor shall be responsible in KMPL Target setting Kindly refer point no. 8 of Part 1 of
Summary: Sr. achieving minimum average fuel efficiency in A.1) Instead of KMPL Target setting, we Corrigendum 8.
No. 22 terms of Km per Litre of Diesel/HSD oil which propose to fix it for each year individually. For
shall be determined for each Type of Bus this last 3 Months KMPL performance Data of
during the Complete Bus Warranty Period as Min & Max KMPL achieved for the division, to
per their respective operation conditions as be considered jointly by IRT and OEM for
per provisions specified below; (“Assured Fuel fixing the target. Average KMPL for the last 3
Efficiency”); months to be calculated for each division and
Following are the values of minimum average Average KMPL with more than 10% Variation
fuel efficiency derived based on empirical vehicles to be considered as Low KMPL
records available with TNSTC. buses.
Package 1 -Type 1 Buses - 4.35 Also, for KMPL calculation we need to finalize
Package 2 - Type II (NDX) Buses - 5.25 one fixed route and the vehicles which are
Package 3 - Type II (DLX) Buses - 5.25 having low KMPL need to be tested on this
fixed route only for each division. Instead of
B. In addition to above, the KMPL guarantee on entire fleet, OEM to prove
Contractor/Successful Bidder shall be the average KMPL for the each region/division
required to submit the test results for each on one fixed route and joint trial can be
type of Buses awarded to it, carried out based conducted for the same.
on Indian Driving Cycle (IDC), published by A.2) KMPL depends upon the road condition,
Ministry of Roads Transport and Highways Load condition, idle time of vehicle during trip,
(MoRTH), Govt of India from ARAI, CIRT or number of start stop operations, driving habits,
another equivalent institute specified in the duty cycle, Tyre maintenance as per OEMs
CMVR to validate fuel efficiency of the Buses recommendations, usage of genuine oils and
being offered under this RFP by the lubricants & maintenance to be done with
Contractor. Such submission shall be made skilled/trained manpower.
strictly at the time of the Prototype Inspection However, routine checks & maintenance to be

14

Additional Documents - Response to pre bid documents 174


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S.No RFP Clause RFP Provision Queries/ deviation requested by the Response to queries
Reference Participants
No.

of each package of buses awarded to the confirmed by each depot & TML team to Audit
Contractor(s) /Successful Bidder(s). for compliance & will share the gaps to ensure
desired KMPL of the fleet.
C. The Authority shall consider the assured
fuel efficiency value as per point (A) above or
as per the IDC value submitted by the bidder
as per point (B) above, whichever is higher.

23 RFP Liquidated damages (LDs) for delay in Being very specific vehicle requirements and Kindly refer point no. 8 of Part 1 of
Summary: Sr. completion of delivery: high cost of bus, we request authority to kindly Corrigendum 8.
No. 23 (Para ii. The amount of pre estimated liquidated limit the late delivery penalty to not exceed 1%
1) damages to be charged under the contract, in of the total value of contract.
terms of Clause 29.4 of General Conditions of
Contact (GCC) shall not exceed 10% of the
total value of contract.

24 RFP Liquidated Damages for not meeting We shall not be able to undertake any Kindly refer point no. 8 of Part 1 of
Summary: Sr. Complete Bus Warranty Conditions and liquidated damages on account of repair and Corrigendum 8.
No. 23 (Para Structure Warranty Conditions: restoration time since they are dependent on
2) the nature of the job.
i. If the Contractor fails to adhere to the
timelines for rectification of defects as On board AVLS – Lower performance penalty
specified in the clause 39.3 and 39.4 of Part is not acceptable, since we use only those
F, the Authority shall, without prejudice to components that have been type approved by
other remedies under the contract, certifying agency as per CMVR standards.
levy/deduct pre-estimated liquidated The standards define performance of the
damages at 100% of the Average Daily system.
Revenue (for the last 30 days of operation) per
bus per day of delay in rectification of defect
from the Performance Security.

ii. If the Contractor fails to adhere the Service


Levels Agreements and performance
parameters (SLA) as specified in the clause

15

Additional Documents - Response to pre bid documents 175


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S.No RFP Clause RFP Provision Queries/ deviation requested by the Response to queries
Reference Participants
No.

39.4 of Part F, the Authority shall, without


prejudice to other remedies under the
contract, levy/deduct pre-estimated liquidated
damages from the Performance Security as
follows:

25 RFP Liquidated Damages for not meeting Request to delete this clause as this is too RfP provision remains unchanged
Summary: Sr. Complete Bus Warranty Conditions and dificult to monitor
No. 23 (Para Structure Warranty Conditions:
2)

26 RFP Liquidated Damages for not maintaining Fuel efficiency will be determined on a test RfP provision remains unchanged
Summary: Sr. Assure Fuel Efficiency: route as specified by Authority with test
No. 23 (Para conditions.
3) i. The Authority shall calculate average
minimum Fuel Efficiency of the entire fleet on Entire fleet average of a particular bus type will
every monthly anniversary of the date of their be the determining basis for lower average
Commissioning till expiry of the Warranty and those buses will be jointly tested by
Period. manufacturer and authority on the test route to
re-ascertain the mileage for further action.
ii. In case the collective average minimum
Fuel Efficiency of entire fleet is found to be Unilateral penalty is not agreeable.
lower by 5% than the Assured Fuel Efficiency,
The Authority, without any prejudice to the
Contractor, shall recover amount equal to the
excess fuel consumed with respect to the
provision above as Liquidated Damages from
the Performance Security by encashing the
part of the Bank Guarantee.

iii. The Contractor shall immediately replenish


the bank guarantee for Performance Security
at its original limit by furnishing fresh Bank
Guarantee as per the provision of the RFP.

16

Additional Documents - Response to pre bid documents 176


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S.No RFP Clause RFP Provision Queries/ deviation requested by the Response to queries
Reference Participants
No.

27 Part E: Spares and after sales service: Spare parts will be available in authorized RfP provision remains unchanged
Clause 3.1.4 network.
The Bidder shall confirm adequate availability
of spare parts and after sales services in India After sales support can be guaranteed only for
for the Buses offered till 12 years from the date maximum 9 years from the Date of sale as per
of Commissioning of Buses in the bid by currently valid mutually binding agreements
furnishing a notarized undertaking or self- between OE and proprietary Tier – I vendors.
declaration certificate on their official letter
head as part of the Technical Bid Submission.
In case of non-submission of such
undertaking the entire bid shall be summarily
rejected.

28 Part E: a. transit insurance : i. / ii. Transit insurance will be taken by RfP provision remains unchanged
Clause 3.1.5 i.Transit insurance......Contract Price plus successful bidder as per company policy
additional 10 percent thereof whichever is
higher iii. The authority shall advice the successful
ii. For the buses manufactured in India using bidder within 72 hours of arrival of buses at
imported aggregates.....marine insurance designation location regarding any
covering transit risk up to ultimate destination loss/damage etc., of buses in order to have
in India time limitation for insurance claims.
iii. The Authority shall advise Successful
Bidder within 30 days of arrival of Buses at
Designated Location for Delivery/ Destination,
regarding any loss/ damage etc. of Buses

29 Part E: A certificate from Chartered Accountant Request to kindly modify/ delete the clause to Kindly refer point no. 10 of Part 1 of
Clause showing annual installed and utilized Bus certification of current capacities as 10 year Corrigendum 8.
4.19.1.2 (Sr. Manufacturing capacity of each plant of the data might not be available.
No. 2 in Bidder in last 10 financial years preceding due
Table) date of bid submission.

30 Part E: Undertaking to setup service network in Tamil Exemption to those who already have their RfP provision remains unchanged
Clause Nadu as per Pre-Qualification requirements. service network in Tamil Nadu.

17

Additional Documents - Response to pre bid documents 177


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S.No RFP Clause RFP Provision Queries/ deviation requested by the Response to queries
Reference Participants
No.

4.19.1.2 (Sr.
No. 2 in
Table)

31 Part F: Clause The Contractor shall construct the Bus Body Word “Associate” shall also include RfP provision remains unchanged
8.2 of the Fully Built Bus at fully owned inhouse “Authorized bus body builder” wholly owned
Bus Body Building/manufacturing facility or at by 3rd party and not under direct/common
the Bus Body Building Facility owned by its control of the contractor/bidder.
Associates. The authorized body builder will be
constructing the bus body as per OE fully built
certificate / design and quality controls of
OEM.
Without this inclusion, we shall not be able to
meet the delivery schedule of the tender
considering that the tendered quantity is very
large and beyond the capacity of OE owned/
controlled body manufacturing units.

32 Part F: Clause For the purpose hereof, the word “Associate” Word “Associate” shall also include The bidder can showcase documentary
8.3 shall mean, in relation to the Contractor, a firm “Authorized bus body builder” wholly owned evidences such as shops and establishment
which controls the Contractor (i.e. by 3rd party and not under direct/common certificate, property tax receipt, GST
Parent/Holding Company) or is controlled by control of the contractor/bidder. registration, PPF registration etc to
the Contractor (i.e. subsidiary), or is under the The authorized body builder will be demonstrate existing service network in Tamil
common control with the Contractor (i.e. sister constructing the bus body as per OE fully built Nadu.
concern). certificate / design and quality controls of
OEM.
Without this inclusion, we shall not be able to
meet the delivery schedule of the tender
considering that the tendered quantity is very
large and beyond the capacity of OE owned/
controlled body manufacturing units.

33 Part F: Clause 8.1 The Contractor shall manufacture the Tender calls for customized bus body design RfP provision remains unchanged
8 Chassis of the Fully Built Bus at fully owned in with specific delivery timelines along with in

18

Additional Documents - Response to pre bid documents 178


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S.No RFP Clause RFP Provision Queries/ deviation requested by the Response to queries
Reference Participants
No.

house manufacturing facility only. house body builders. TML shall be able
8.2 The Contractor shall construct the Bus comply with sufficient time given for
Body of the Fully Built Bus at fully owned in incorporating TNSTC design requirements in
house Bus Body Building/manufacturing owned body building facilities.
facility or at the Bus Body Building Facility We can also have an option to make the bus
owned by its Associates. body as per tender specifications with OEM
8.3 For the purpose hereof, the word Design validation and in tie-up with accredited
“Associate” shall mean, in relation to the third party bus body builders.
Contractor, a firm which controls the
Contractor (i.e. Parent/Holding Company) or
is controlled by the Contractor (i.e.
subsidiary), or is under the common control
with the Contractor (i.e. sister concern). As
used here, the expression “control” means,
with respect to Contractor which is a
company, (i) the ownership of common
shareholders, directly or indirectly (i.e.
together with one or more of its
subsidiary/Holding companies), of at least
50%of the voting shares/shareholding of the
firm in question OR (ii) the right to appoint
majority of the directors or to control the
management or policy decisions exercisable
by a person or persons acting individually or in
concert, directly or indirectly, including by
virtue of their shareholding or management
rights or shareholders agreements or voting
agreements or in any other manner.

34 Part F: Clause For purpose of recovery of compensation and Notice for recovery of compensation and RfP provision remains unchanged
10.5 damages, no notice shall be required to be damages shall be issued to contractor and
issued to Contractor. However, after cost is contractor will be given an opportunity to place
assessed and evaluated as per joint facts before the appointed committee before
inspection carried out in presence of ascertain of costs for compensation/damages.

19

Additional Documents - Response to pre bid documents 179


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S.No RFP Clause RFP Provision Queries/ deviation requested by the Response to queries
Reference Participants
No.

Contractor’s representative, The Contractor


shall be sent a statement in respect of
recovery/ deductions made with details of
defects & deficiencies etc. Assessment of the
cost of material fitment etc shall be made by
the MD of the respective STUs of TNSTC or
his authorized representative, which shall be
final and binding upon the Contractor.

35 Part F: Clause Removal and Replacement of Rejected Buses In the unlikely event of rejection, we shall be RfP provision remains unchanged
14.1 given opportunity to rectify the defect on the
same bus/buses at our cost.

36 Part F: Clause Contractor shall also furnish printed price list Authority can refer Pricelist from ASRTU. RfP provision remains unchanged
20.2 (valid for the warranty period) giving cost of all
components/ assemblies of the Bus for Revision of pricing will be based on list shared
applicable spares parts/ aggregates/ with ASRTU and published in ASRTU portal.
consumables etc. along with maximum
discount allowed to Authority on purchase of
such items as per prices in the price list during
life of the Bus. The Contractor shall give an
undertaking along with the Bid that the rates
of parts/ discounts etc. quoted by them in the
price lists are reasonable and do not exceed
rates at which these parts are made available
on DGS&D/ ASRTU Rate Contract (RC) / to
any other Government Department/ Public
Sector Undertaking/ Authorized Dealers, etc.
The rates of spare parts shall be valid for the
warranty period from date of submission of
printed price list and the price variation will be
limited to relevant price index of the
Government of India.

20

Additional Documents - Response to pre bid documents 180


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S.No RFP Clause RFP Provision Queries/ deviation requested by the Response to queries
Reference Participants
No.

37 Part F: Clause The Contractor, at its own cost, shall “Train the Other depot staff and engineers details not Kindly refer point no. 14 of Part 1 of
21.1 Trainers” on 1) BSVI technology and 2) on- given which are required to be trained. Corrigendum 8.
board ITS equipment to at least 25 Driving
Instructors and 15 Maintenance Instructors
per TNSTC STU. This shall also include
training the Depot Managers and Engineers.
The Contractor shall provide adequate
material and resources required for the
training.

38 Part F: Clause The Contractor shall submit the training The training will be designed by Manufacturer RfP provision remains unchanged
21.2 content, Manuals and list of resources to the at own cost meeting customer expectations.
Authority within 10 days from the date of issue
of Letter of Acceptance/ Work Order. The The training modules, design and nature will
training content shall be reviewed by the be decided by OEM and will shared with
Authority or representatives of the Authority in authority basis mutual consultations.
light of larger capacity building program
proposed under the Bus Modernisation Plan. There is no standardized training module
on The Contractor shall immediately since each STU requirements are unique and
commence the training pursuant to clause hence a 10 days time frame from date of issue
21.1 above after incorporating the of LOA to submit training content is not
suggestions/modifications provided by the feasible.
Authority or its representatives. The
Contractor shall make available the finalised
training manuals in English and Tamil
languages for the purpose of imparting better
understanding of the training content to the
trainees.

39 Part F: Clause The training shall be provided at regional The training will be designed by Manufacturer Kindly refer point no. 15 of Part 1 of
21.3 training centres of the Authority/IRT. The at own cost meeting customer expectations. Corrigendum 8.
Contractor shall provide minimum 3 (nos.) of The training modules, design and nature will
training bus or simulator or similar adequate be decided by OEM and will shared with
infrastructure for the purpose of Physical authority basis mutual consultations.

21

Additional Documents - Response to pre bid documents 181


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S.No RFP Clause RFP Provision Queries/ deviation requested by the Response to queries
Reference Participants
No.

Training based on the requirement. The


Contractor can also arrange such Physical
Training at its own premises/facility at its own
cost.

40 Part F: Clause The Contractor shall keep, and shall make all We need more clarity on scope of audit by Kindly refer point no. 16 of Part 1 of
33.1 reasonable efforts to keep accurate and KfW including documents and records which Corrigendum 8.
systematic accounts and records, in respect of needs to be maintained by us.
the Goods in such form and details as will
clearly identify relevant time changes and
costs.

The Contractor shall permit, and shall the KfW


and/or persons appointed by the KfW to
inspect the Supplier’s offices and all accounts
and records relating to the performance of the
Contract and the submission of the bid, and to
have such accounts and records audited by
auditors appointed by the KfW if requested by
the KfW.

41 Part F: Clause Warranty Refer our remarks listed under Clause 21 of Kindly refer point no. 17 of Part 1 of
39.1 RFP summary and same is applicable for this Corrigendum 8.
clause as well.

42 Part F: Clause Contractor shall be required to station Any Service support or coordination will be The scope may vary based on the given
39.2 required number of competent engineers/ handled by our Ashok Leyland service instance, but audit will entail documents and
supervisors along with necessary spare parts engineer in coordination with the authorized records related to the bid and contract
during commissioning of Buses at his cost. service centres / dealership executives execution as per the existing legal
However, at least one competent engineer empaneled by the company to offer such requirements for companies regarding
shall necessarily be stationed during the entire services. retention periods for documents and records.
Complete Bus Warranty period for evaluation Furthermore, documents pertaining to
of performance of Buses & keeping liaison Dedicated personnel shall not be deputed at accounting/record keeping and operation of
with the Authority. Necessary technical our cost during warranty tenure at site. business may be requested.

22

Additional Documents - Response to pre bid documents 182


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S.No RFP Clause RFP Provision Queries/ deviation requested by the Response to queries
Reference Participants
No.

personnel shall also be deputed by the


Contractor at his cost for investigating defects
and failures and carrying out modifications as
and when required during the warranty period.

43 Part F: Clause Contractor shall assure the repair of Bus with Repair and replacement times cannot be RfP provision remains unchanged
39.3 the timelines as per the Table below defined and depends on the nature of the job
and circumstances.

At an outer limit, Ashok Leyland will endeavor


to address the repair and replacement time
within a maximum 15 days’ time limit of
occurrence of event.

44 Part F: Clause Contractor shall assure the repair of Bus with 1. Vehicle will be attended as per TML Kindly refer point no. 19 of Part 1 of
39.3 the timelines as per the Table below warranty Policy. Corrigendum 8.
2. Any vehicle off-road to be registered
through TML CAC (Customer assistance
Centre) for easy monitoring.
3. Regular review of vehicle off- road/
Performance to be monitored jointly based on
warranty/Paid repair to avoid any further
dispute on Penalty. Any issues, needs to be
sorted out jointly after discussions. Joint
system to be developed for vehicle off-road
monitoring.
4. Vehicles which are beyond warranty repair
needs to be attended on paid basis in which
approval is required from Authority.
5. Penalty clause is not acceptable

45 Part F: Clause Contractor shall observe following service This needs more detailed deliberations with all RfP provision remains unchanged
39.4 levels for the on board ITS equipment during stakeholders including empaneled vendors
the Warranty Period. since this is not a OEM specific item and

23

Additional Documents - Response to pre bid documents 183


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S.No RFP Clause RFP Provision Queries/ deviation requested by the Response to queries
Reference Participants
No.

OEM’s are at mercy of the vendors.

Authority can alternatively suggest their


approved vendors who meet their service
levels expectation to OEM’s for integration in
buses.

46 Part F: Clause Contractor shall observe following service Request to delete this clause as this is too RfP provision remains unchanged
39.4 levels for the on board ITS equipment during dificult to monitor
the Warranty Period.

47 Part F: Clause Contractor shall observe following service Back to back SLA with ITS supplier to be done RfP provision remains unchanged
39.4 levels for the on board ITS equipment during for the uptime of 99.90%
the Warranty Period.

48 Part F: Clause The Contractor shall be responsible for Minimum average fuel efficiency can be RfP provision remains unchanged
40.1 maintaining minimum average Fuel Efficiency ascertained only post KMPL trials on specific
for each Type of the Bus as specified in the test route, conditions and test parameters to
RFP summary during the Warranty Period. establish and declare fuel consumption. There
is no precedent of any data on BS VI buses of
such buses (nor) any correlation that is
established against IDC cycle.

Test result can be published only on specific


test route, conditions and test parameters that
will be shared by Authority. We cannot declare
test results on IDC cycle or any other
assumption based fuel KMPL.

Contractor shall not be responsible for


maintaining records for fuel efficiency during
warranty period since the bus operations and
records are not in scope of the contractor.

24

Additional Documents - Response to pre bid documents 184


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

Part 2: Response to queries pertaining to Part G of the RFP i.e., Technical Specifications

Table 1 Response to queries pertaining to Part G of RfP Package 1

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
1 Part G - I, 1 End-use requirement- oriented Request to accept the bus of 11 meter with RfP provision remains unchanged
specifications, with maximum make / model 1150 +/- 50mm floor height bus, similar to
neutrality, for fully built diesel fuelled Internal other STUs with city bus operation of Type-I.
Combustion Engine (ICE) propelled Bharat
Stage VI (BS VI) compliant non-air- In the tender, lift mechanism for wheel chair
conditioned (non-AC) 900 mm floor height is not mentioned which shall be required for
11-metre-long buses for Public Transport both 900mm and 1150 mm floor height
(PT) System in urban areas of TNSTC are buses, for buses to be compliant to Persons
brought out here. Non-AC 11-metre-long with Disabilities (PwDs).
type I NDX buses are proposed to be Kindly confirm if Lift mechanism is required
deployed for intra-city PT services. Bus for wheel chair.
Manufacturer would furnish technical details
for assemblies / sub-assemblies/ systems/
equipment as per Technical Specification of
this Section in appropriate formats.
2 Part G - I, 1 The specifications cover end-use-based Request to accept the bus of 11 meter with Kindly refer point no. 1 of Part 2, Table 1 of
design, evaluation, fabrication & testing 1150 +/- 50mm floor height bus. Corrigendum 8
features of diesel fuelled non-AC 11-metre- In the tender, lift mechanism for wheel chair
long buses for PT operations for is not mentioned which shall be required for
transportation of passengers mainly in both 900mm and 1150 mm floor height
TNSTC urban areas. The bus design should buses, for buses to be compliant to Persons
be modern, energy efficient, environment with Disabilities (PwDs).
friendly, safe, efficient and reliable besides Kindly confirm if Lift mechanism is required
meeting all statutory, regulatory, legal and for wheel chair.
other requirements, as also those related to Bus will be as per AIS 052- Type 1

25

Additional Documents - Response to pre bid documents 185


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
easy passenger accessibility including for
Persons with Disabilities (PwDs), passenger
comfort, driver’s workplace, internal and
external aesthetics, ease of repair and
maintenance etc.
3 Part G - I, 1 Specifications would comply with all Bus will be as per AIS 052- Type 1 Kindly refer point no. 2 of Part 2, Table 1 of
applicable Central, State and local laws Corrigendum 8
(including Acts, Rules & Regulations). These
would include, but not be limited to, the
provisions of Disability Act 1995 as amended
till date as well as state and local
accessibility, safety, emission and other
requirements. The bus would meet or exceed
the Central Motor Vehicles Rules (CMVR) of
India/ Safety Norms, Emission, Noise& other
norms applicable at the time of supply. In the
event of any conflict between requirements
emanating from this specification and those
as per any statutory/legal, etc. in force, the
superior/ higher requirements/Standards
would prevail.
4 Part G - I, 1 The word “Bus” or “Buses” wherever used in Overall length of bus will be 11000 ± Kindly refer point no. 3 of Part 2, Table 1 of
the specification means the “11000+200 mm 300 mm Corrigendum 8
long diesel fuelled BS VI compliant non-air-
conditioned 11-metre-long standard floor bus
of 900 mm + 10 mm floor height” as per
specifications given in this document.
5 Part G - I, 1 The word “Bus” or “Buses” wherever used in Request to consider 11m 1150 +/-50mm floor Kindly refer point no. 3 of Part 2, Table 1 of
the specification means the “11000+200 mm height bus. Corrigendum 8
long diesel fuelled BS VI compliant non-air- Length = 11000+250mm FH = 1100 +/-50mm
conditioned 11-metre-long standard floor bus
of 900 mm + 10 mm floor height” as per
specifications given in this document.

26

Additional Documents - Response to pre bid documents 186


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
6 Part G - I , 1 For PT operations in urban areas of TNSTC, Vehicle is not certified as per UBS-II. The Type approval needs to comply with
a fully built bus as per specs detailed in this Vehicle shall be provided as per AIS052/AIS relevant bus body codes such as AIS
document and those of AIS 052 / AIS 153/ 153 / CMVR only 052/AIS 053 and others. However, where
UBS II / CMVR / TNMVR, BIS Standards, etc. applicable provisions pertaining to UBS II
is envisaged. specifications need to be adhered to
7 Part G - I , 1 The vehicle manufacturer shall ensure to Buses supplied shall be in compliance to Kindly refer point no. 4 of Part 2, Table 1 of
meet the requirements as given in……… and Harmonised Guidelines except for clause no. Corrigendum 8
also comply with 11.7.1.2 which is applicable to low floor
“Harmonised Guidelines and Space buses and door width, for which Authority to
Standards for Barrier-Free Built Environment grant deviation against specified clause.
for persons with Disability and Elderly
Persons – as applicable to Public Transport”
……
8 Part G - I , 1 The vehicle manufacturer shall ensure to Highlighted std is not known. Kindly refer point no. 4 of Part 2, Table 1 of
meet the requirements as given in......... and Kindly provide the complete details of the Corrigendum 8
also comply with “Harmonised Guidelines same
and Space Standards for Barrier-Free Built
Environment for persons with Dis comply
with harmonized guidelines applicable for
various floor heights of bus variants as per
amendments and other statutory / mandatory
provisions as on date, issued by the
Government, at the time of submission of
tender.
9 Part G - I , 2.1 Fully built type I NDX buses would generally Vehicle is not certified as per UBS-II. The Type approval needs to comply with
be designed and manufactured in Vehicle shall be provided as per AIS052/AIS relevant bus body codes such as AIS
accordance with the Urban Bus Specification 153 / CMVR only 052/AIS 053 and others. However, where
(UBS II) & ‘Code of Practice for Bus Body applicable provisions pertaining to UBS II
Design and Approval’ (AIS 052)- hereinafter specifications need to be adhered to
referred to as Bus Code; as applicable to
buses in India /CMVR rules/Tamil Nadu
Motor Vehicle Rules (TNMVR) whichever is
superior. Details of relevant standard
followed would be indicated against each
item.

27

Additional Documents - Response to pre bid documents 187


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
10 Part G - I , 2.3 Bus would be designed to carry commuters Request to accept the bus of 11 meter with Kindly refer point no. 5 of Part 2, Table 1 of
in TNSTC with ease of boarding and alighting 1150 +/- 50mm floor height bus. Corrigendum 8
especially for ladies, senior citizens and In the tender, lift mechanism for wheel chair
PwDs. is not mentioned which shall be required for
both 900mm and 1150 mm floor height
buses, for buses to be compliant to Persons
with Disabilities (PwDs).
Kindly confirm if Lift mechanism is required
for wheel chair.
11 Part G - I , 2.7 Bus design should meet all statutory TNSTC satutory requirement required. RfP provision remains unchanged. Bidder is
requirements applicable to TNSTC in all requested to carry out due diligence on the
respects. various statutory requirements of TNSTC
12 Part G - I , 2.8, Clause 2.8 As per CMVR / AIS052 & Annexure 3 of UBS Kindly refer point no. 6 of Part 2, Table 1 of
vi The bus structure would meet II, Corrigendum 8
requirements……for at least the following
main static and dynamic loads including Front impact loads are not applicable for City
those as per annexure 3 of UBS II: buses. hence request authority to remove
this requirement from RFP.
vi. Front impact loads
13 Part G - I , 2.8, The bus structure would meet Request authority to provide size of speed Bidder is advised to carry out market
viii requirements……for at least the following breaker, vehicle speed, number of speed research based on the cities of operation
main static and dynamic loads including breakers to simulate the requirements for
those as per annexure 3 of UBS II: below clause

viii. Speed breaker induced loads


14 Part G - I, 2.10, Minimum required performance values/ data Request authority to consider tolerance of Kindly refer point no. 7 of Part 2, Table 1 of
i for above load conditions may be considered ±12% for Factor of safety. Corrigendum 8
as follows: i. Strength (Factor of safety): minimum of
i. Strength (Factor of safety): minimum of 1.35 (tolerance ±12%) i.e. design stress
1.35 (tolerance ±10%) i.e. design stress would be 1/1.35th of yield stress.
would be 1/1.35th of yield stress.
15 Part G - I , Minimum required performance values/ data As per CMVR / AIS052 & Annexure 3 of UBS Kindly refer point no. 8 of Part 2, Table 1 of
2.10, iv for above load conditions may be considered II, Corrigendum 8
as follows: …
iv. Frontal Impact: Front impact loads are not applicable for City

28

Additional Documents - Response to pre bid documents 188


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
buses. hence request authority to remove
this requirement from RFP.
16 Part G - I , 3.1 Diesel fuelled engine would have appropriate We strongly recommend for Min. rated RfP provision remains unchanged
horsepower to obtain desired performance in engine HP of
respect of its adequacy of power, 145kw(195HP) to be developed between
acceleration levels, emission norms, specific 1800-2400 RPM and Min. engine peak
fuel consumption etc. torque of 700 Nm to be developed between
1200-1900 RPM for adequate
engine performance for TN STC duty cycle
requirements.
17 Part G - I ,3.2 Performance data/curves and other details of Performance data/curves, details of engine Kindly refer point no. 9 of Part 2, Table 1 of
the engine have to be supplied. A detailed set and calculations are proprietary property of Corrigendum 8
of calculations indicating adequacy of said OEM and cannot be shared.
engine for proposed urban bus be provided
along with all performance parameters of Self-Certification from OEM will be submitted
selected engine. indicating adequacy of said engine for
proposed urban bus meeting all performance
parameters of RFP
18 Part G - I , 3.4 Engine compartment would be insulated…… We meet Indian standards specified under Kindly refer point no. 10 of Part 2, Table 1 of
The firewalls shall satisfy the requirements IS15061 flammability standard and duly Corrigendum 8
defined in Federal Transit followed by Indian CMVR.
Administration (FTA) of United States
standard Docket 90, dated October 20,1993 Reference to other countries standards to be
or equivalent standards. removed from RFP and will not be made
available.
19 Part G - I , 3.7 Specific fuel consumption of diesel per KW CSFC test report certified by ARAI will be Kindly refer point no. 11 of Part 2, Table 1 of
hour at Standard conditions (e.g., Delhi submitted. Corrigendum 8
Urban Driving Cycle and or any other
equivalent or better followed by test For guaranteed fuel consumption, Authority
agencies) would be indicated along with to share specific test route of typical
guaranteed fuel consumption level operating condition in Tamil Nadu along with
(kilometres per liter of diesel) under GVW test parameters to establish and declare fuel
and the standard urban operational consumption.
conditions / cycle

29

Additional Documents - Response to pre bid documents 189


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
20 Part G - I ,5.1 Heavy duty Synchromesh Manual We strongly recommend to use transmission RfP provision remains unchanged
transmission system having minimum 5 system with clutch pedal less gearshift to
forward and one reverse gear would be driver which will greatly reduce driver fatigue,
provided. improve passenger experience and enable
consistent mileage by removing driver skill as
a variable.
21 Part G - I ,5.2 Transmission system be fitted with a This can be met only when gear shift is RfP provision remains unchanged
mechanism which makes it possible to automated instead of mechanical gear
engage reverse gear only when vehicle is shifting.
stationary.
22 Part G - I , 5.4 Mechanical Clutch system using single dry Single dry plate push type clutch will be Kindly refer point no. 12 of Part 2, Table 1 of
plate push type clutching system would be offered. Clutch actuation with only air Corrigendum 8
provided. assisted hydraulic booster will be offered.
23 Part G - I , 6.2 The suspension system shall permit a For Front suspension: Jounce - 65mm / Kindly refer point no. 13 of Part 2, Table 1 of
minimum wheel travel of 90 mm jounce- Rebound - Corrigendum 8
upward travel of a wheel when the bus hits a 81mm will be provided
bump (speed breaker), and 75 mm rebound
downward travel when the bus comes off a Air Suspension is offered only in rear, fitted
bump and the wheels fall relative to the body. with Pneumatically controlled levelling
Rebound travel may be limited hydraulically valves, for automatic height adjustment
within the shock absorbers. Suspension within range of 15mm from centerline of
system shall incorporate appropriate devices wheels.
for automatic height control so that
regardless of load the bus height relative to Front mechanical suspension will not have
the centreline of the wheels does not change automatic height adjustment provision.
more than 12 mm at any point from the
required height.
24 Part G - I , 6.2 Clause 6.2 Rear Air Suspension chassis shall be Kindly refer point no. 13 of Part 2, Table 1 of
The suspension system shall permit a provided. Corrigendum 8
minimum wheel travel of 90 mm jounce- Automatic height control and Vertical
upward travel of a wheel when the bus hits a damping cannot be provided.
bump (speed breaker), and 75 mm rebound
downward travel when the bus comes off a
bump and the wheels fall relative to the body.
Rebound travel may be limited hydraulically

30

Additional Documents - Response to pre bid documents 190


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
within the shock absorbers. Suspension
system shall incorporate appropriate devices
for automatic height control so that
regardless of load the bus height relative to
the centreline of the wheels does not change
more than 12 mm at any point from the
required height.
25 Part G - I , 6.3 Clause 6.3 Rear Air Suspension chassis shall be RfP provision remains unchanged
Vertical damping of the suspension system provided.
shall be accomplished by hydraulic shock Automatic height control and Vertical
absorbers mounted to the suspension arms damping cannot be provided.
or axles and attached to an appropriate
location on the chassis. Damping shall be
sufficient to control bus motion to 3 cycles or
less after hitting road perturbations.
26 Part G - I , 8.1 The braking system would be full pneumatic Request to consider Front & Rear drum RfP provision remains unchanged
type with fail-safe dual circuit having four- brakes.
way protection valve, auto slack adjuster, In case of Disc brake at front, Product
disc brakes in front and drum brakes at rear, development, testing and certification time
with non-asbestos brake pads / linings shall be additionally required apart from the
having temperature and wear characteristics tender timelines. (approx. 12 months)
suitable for harsh urban operations. Brake
squeal would be absent under normal
conditions of operation. An air
compressor/dryer which minimizes oil carry
over would be fitted. Braking system would
be fitted with air dryer and oil/ water separator
system. Buses would also be provided with
hand operated pneumatic flick valve type
parking brakes at rear wheels. Air pressure
line would be treated for corrosion
resistance.
27 Part G - I , 8.2 In the event of failure of engine and or loss of In the event of energy source failure, RfP provision remains unchanged
air in system, adequate provision be made reservoir capacity will support to meet brake
for obtaining effectiveness of service brake applications with Secondary Brake

31

Additional Documents - Response to pre bid documents 191


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
system and or for deactivating the spring performance.
actuated brakes. SBA winding screw can be used for
deactivating the Spring brake.
28 Part G - I , 9.1 The bus would be fitted with steel radial tubed Only tubeless tyres can be offered because Kindly refer point no. 14 of Part 2, Table 1 of
tyres of optimal size and design conforming front disc brake is mandatory as per tender Corrigendum 8
to AIS-044 Part I with wheel rims of specification.
corresponding size conforming to AIS/ BIS:
10694 (part 3)-1991 or latest. Also tubeless tyres will have better air
clearance between brake drum and wheel
thereby improving overall tyre life.
29 Part G - I , 9.1 The bus would be fitted with steel radial tubed 10R20 size tyres shall be offered. Kindly refer point no. 14 of Part 2, Table 1 of
tyres of optimal size and design conforming Corrigendum 8
to AIS-044 Part I with wheel rims of
corresponding size conforming to AIS/ BIS:
10694 (part 3)-1991 or latest.

The bus would be supplied with 7 sets of


tyres (two on front and four on rear wheels)
fitted on the bus plus one set as spare
stepney.
30 Part G - I , 9.4 Splash aprons of minimum 6.50mm Splash aprons of minimum 6.00mm Kindly refer point no. 15 of Part 2, Table 1 of
thickness…. thickness with tolerance of ± 1 mm will be Corrigendum 8
provided.
31 Part G - I , 10.1 Solid beam front axle & grease type front We shall be providing front axle with unitized Kindly refer point no. 16 of Part 2, Table 1 of
bearings & seals of reliable &….. selfsealed for life bearings for front disc Corrigendum 8
brake.

Hence grease type front bearings cannot be


provided.
32 Part G - I , 10.2 The bus would...Lubricant drain plug would Drain plug with Internal hexagon/square Kindly refer point no. 17 of Part 2, Table 1 of
be magnetic type, external hex head. socket will be provided. Corrigendum 8
33 Part G - I , 11.2 Diesel tank of requisite capacity (165 litres) Kindly consider min 160 or higher capacity RfP provision remains unchanged
would be appropriately mounted on to the fuel tank
bus keeping in mind convenience of diesel

32

Additional Documents - Response to pre bid documents 192


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
filling, safety of system and its
maintainability, operation in the urban areas.
34 Part G - I , 11.3 Capacity of the diesel tank (165 litres) be Kindly consider min 160 or higher capacity Kindly refer point no. 18 of Part 2, Table 1 of
adequate for over 300 kms of bus running fuel tank Corrigendum 8
without refilling.
35 Part G - I , 11.4 Diesel tank and other components of diesel- Request authority to accept conformity for Kindly refer point no. 19 of Part 2, Table 1 of
fuelled vehicles should conform to applicable fuel tank only as per Indian Standard (BIS Corrigendum 8
AIS / BIS standards or 15547) and CMVR regulations.
International Specs / standards in absence of
AIS /BIS specs. Additionally, requirement of Reference to UN/ECE R34 standards and
UN/ECE R34 for prevention of fires be compliance to be removed from RFP.
satisfied.
36 Part G - I , During structural assembly operations, a Drills and welding’s during structural assy. Kindly refer point no. 20 of Part 2, Table 1 of
12.11 number of holes are drilled and or weldments will be treated with zinc rich primer coating. Corrigendum 8
made after the corrosion prevention
treatment of components/structural Drilling done after structure stage (wire
items/members causing loss of such routing, other trim items fitment etc.) cannot
treatment and exposing these items to be treated. Authority to clarify for drillings
corrosion. Manufacturer would take sufficient done on structure post structure completion
care to carry out corrosion prevention of stage.
items so exposed to effectively prevent
corrosion.
37 Part G - I , 13.1 Bus exterior side panels would be fitted with FRP panels will be provided for Exterior front "RfP provision remains unchanged. Kindly
stretched steel sheet at waist level. and rear as per Part II of detailed refer to the relevant detailed specifications as
specification table, clause 15.2 b. per 15.2 b. Part G-II “
The exterior front-end panelling would be of
steel sheet while roof, rear, sides & skirt Roof panelling will be GI sheet as per OEM
panelling would be of aluminium. design and meeting AIS 052

All interior panelling would be of Acrylonitrile Interior panelling will be pre-painted GI sheet
Butadiene Styrene (ABS) conforming to as per OEM design and meeting AIS 052.
relevant National or International Standards -
equivalent or better. Side stretch panel will be GI and skirt panels
will be aluminum as per OEM

33

Additional Documents - Response to pre bid documents 193


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
38 Part G - I , 13.1 Bus exterior side panels would be fitted with Exterior paneling: Front & Rear face will be of "RfP provision remains unchanged. Kindly
stretched steel sheet at waist level. FRP. refer to the relevant detailed specifications as
Stretch panel = GI sheet per 15.2 b. Part G-II “
The exterior front-end panelling would be of Roof panel = GI
steel sheet while roof, rear, sides & skirt Interior Panel = Roof & Sides = PVC coated
panelling would be of aluminium. GI

All interior panelling would be of Acrylonitrile


Butadiene Styrene (ABS) conforming to
relevant National or International Standards -
equivalent or better.
39 Part G - I , 13.4 All side skirt panels below stretch panel be of Side structure will meet SUPD requirements Kindly refer point no. 21 of Part 2, Table 1 of
such design as would facilitate quick as per Bus body code AIS 153. Corrigendum 8
replacement of any damaged panel(s) with
pre-painted panels. The side skirt would be Rear impact not applicable as per AIS 153
able to withstand side impact as per Bus body code / UBS II.
provisions of BIS: 14682-1999 or latest.
Similarly rear end would be able to withstand
rear impact as per the provisions of BIS:
14812-2000 or latest
40 Part G - I , 13.5 Anti-drumming compound would be applied We use thermocol on inner side of entire "
on inner side (enclosed surfaces) of entire panelling for anti-drumming.
panelling.
We will not use any specific anti-drumming
compound on inner side of entire panelling
and cannot be offered. Authority to clarify.
41 Part G - I , 13.6 Roof structure would be thermally insulated We shall provide FR Grade thermocol for roof RfP provision remains unchanged
with flame retardant Polyurethane or glass and sides as defined under clause 13.1 of
wool of minimum 40 kgs/m3 density. The Part G meeting AIS 052 / CMVR standard
specifications/ BIS Standards for aforesaid and as per OEM design.
insulating material would be supplied.
42 Part G - I , 13.7 Metal Inert Gas (MIG) welding for fabrication Tungsten Inert Gas (TIG) welding for Kindly refer point no. 22 of Part 2, Table 1 of
of aluminium components would be used. fabrication of aluminium components being Corrigendum 8
used.

34

Additional Documents - Response to pre bid documents 194


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
43 Part G - I , 13.8 Rain gutters would be provided to prevent Rain gutters are part of exterior roof shoulder RfP provision remains unchanged
water flowing from the roof onto the panel as per OEM design and We cannot
passenger doors, driver’s side window, and provide rain gutters for exterior mirrors which
exterior mirrors. is not technically feasible.
44 Part G - I , 16.1 Two service doors (passenger entry / exit) Request to consider option of Front door RfP provision remains unchanged
with steps, one on rear side of the front axle ahead of Front axle & rear door either ahead
and the other behind / ahead of rear axle as or behind Rear axle
indicated in summarized specs in part II,
would be provided on near side (on kerb side
wall).
45 Part G - I , 16.3 Doors would be Jack-Knife (JK) type. The Door flaps and brushes used in bottom RfP provision remains unchanged
door flaps shall be so designed as to provide portion of JK type door JK type door will not
positive sealing against ingress of water in prevent 100 % water entry in foot step area
the bus particularly during any water logging during water logging / flooding conditions.
/ flooding on roads.
We provide drain holes in foot step area for
water draining.

This is a technical limitation.


46 Part G - I , 16.5 Door operating mechanisms, brackets etc. Our doors are tested and validated for 10 Kindly refer point no. 23 of Part 2, Table 1 of
would be maintenance free and designed Lakh open close cycles for durability. We Corrigendum 8
with lifetime durability of minimum 9 years or cannot test or validate durability for Kms /
12,00,000 Kms. whichever is earlier. years.

Doors require periodic maintenance as per


manufacturers recommendation and
schedule.
47 Part G - I , 16.9 A red sign indicating “Door Closing / opening” A red LED light will be installed above exit Kindly refer point no. 24 of Part 2, Table 1 of
would be installed above the entry-exit gates. doors and marked with “Door Closing” Corrigendum 8
The sign will blink when doors are closing or stickers above it.
opening.
LED Light will blink during door closing
operation.
48 Part G - I , Service Doors’ operation would be controlled Master control switch not provided for Kindly refer point no. 25 of Part 2, Table 1 of
16.11 with help of separate push buttons and one conductor to avoid mis-use by passengers Corrigendum 8

35

Additional Documents - Response to pre bid documents 195


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
switch for each door mounted over the doors. while bus is in motion and to prevent any
One each red master button to close all mishap / safety hazard. We strongly
entrance and exit doors at same time would recommend to provide this control only to
also be provided on driver dash-board and driver for safety of passengers and other
the conductor seat. road users.
49 Part G - I , All buttons and switches would be labelled on All buttons and switches would be on right Kindly refer point no. 26 of Part 2, Table 1 of
16.12 a panel to right side of the driver. side of the driver except for Passenger door Corrigendum 8
access switches which are provided on left
side of the driver considering safety and
accessibility by occupants during emergency
evacuation requirements.

In case of right side location to driver, the


occupants might not be access the door
controls in case of emergency evacuation.
50 Part G - I , Photo-cell controlled opening / closing Request to include Electro-pneumatically Kindly refer point no. 27 of Part 2, Table 1 of
16.15 functions of doors and a “sensitive edge” controlled back pressure sensor also for Corrigendum 8
made for safe entry-exit be fitted. sensitive edge which is a commonly available
with Indian vendors.
51 Part G - I , 18.3 Details of window design; fitment etc. would Will be submitted at time of prototype RfP provision remains unchanged
be supplied by the bidder along with the bid. inspection only and cannot be submitted
along with bid since tender specific design
and layouts will be undertaken post bid
opening and result.
52 Part G - I , 20.1 Emergency exits would be provided in bus as As per bus body code Type 1 bus Emergency RfP provision remains unchanged
per the provisions of Bus Code – AIS 052/ door is not required, so only emergency exits
CMVR. Possibility of using passenger will be provided.
entry/exit gates on near side for said purpose
would be explored by manufacturer and
confirmed. Details of Emergency exits
including their numbers, locations, sizes,
markings etc. would be supplied.
53 Part G - I , 21.1 In addition to emergency exits, at least two Escape hatches for Type 1 City bus is not RfP provision remains unchanged
escape hatches (one each in front and rear mandated as per CMVR, AIS 153 standard
half of bus) would be provided in roof as per and AIS 052 Bus Code.

36

Additional Documents - Response to pre bid documents 196


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
bus code. A number of additional hatches
may also be provided for facilitating In City bus, side windows will be designated
ventilation inside bus. for emergency exit. No escape hatches shall
be provided.
54 Part G - I , 23.2 Floor height of the bus would be 900 ±10mm Request to consider 1150 +/50mm floor RfP provision remains unchanged
from ground level. height
55 Part G - I , 23.5 Floor would be fitted with fire retardant 15mm We shall be providing 12mm thick plywood RfP provision remains unchanged
thickness phenolic resin bonded densified meeting CMVR / bus code.
laminated compressed wooden floor board....
15mm thick plywood is non-standard size
and cannot be sourced / homologated.
56 Part G - I , 23.5 Floor would be fitted with fire retardant 15mm Kindly consider High density plywood of min RfP provision remains unchanged
thickness phenolic resin bonded densified 12mm thickness.
laminated compressed wooden floor board
(both side plain surface) having density of 1.2
gms/cc conforming to IS 3513(Part-3): type
VI 1989 or latest. The flooring should also be
boiling water resistant as for marine board
BIS: 710-1976/ latest and fire retardant as
per BIS: 5509-2000 (IS15061:2002)
57 Part G - I , 23.6 The said floor would be covered with anti- 3 mm thick anti-skid type silicon grains ISO RfP provision remains unchanged
skid type silicon grain material of minimum 877/76 for colour, IS 15061 for fire retardancy
3mm thickness meeting Indian/ International
Standards (to be indicated by the bus
manufacturer in the bid), ISO 877/76 for
colour, IS5509 for fire retardancy.
58 Part G - I , 23.6 The said floor would be covered with anti- Vinyl Will be provided of 3mm thickness. RfP provision remains unchanged
skid type silicon grain material of minimum
3mm thickness meeting Indian/ International
Standards (to be indicated by the bus
manufacturer in the bid), ISO 877/76 for
colour, IS5509 for fire retardancy. Adequate
sealing would be provided in the floor to
prevent ingress of dust, gases, water etc.

37

Additional Documents - Response to pre bid documents 197


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
Provision of draining of water if any on bus
floor would be made.
59 Part G - I , 24.1 Gangway-from front entry/exit gate walls Front door entrance gangway will be 450 mm RfP provision remains unchanged
through the entire bus length, would have as per AIS 052 & other gangways will be 650
clear space of minimum 650 mm for mm.
passenger movement and would be
generally as per the provisions of the Bus
Code (AIS 052)/ UBS II and meet statutory
requirements. The clear space requirement
would be minimum 850mm for wheel chair
accessibility through the designated gate.
60 Part G - I , 25.2 All handrails would be of aluminium tubing of Stanchions and Handrails with MS tube and RfP provision remains unchanged
32 mm dia and 3 mm thick. PVC sleeves will be provided as per OEM
design and CMVR.

Steel tube will be 28mm ID + 2mm thick. OD


will be 32mm.

PVC Sleeve: 2mm thick slip resistant sleeve


will be provided.
61 Part G - I , 26.1 Stanchions would be of 40.0 mm dia and 3.15 Stanchions and Handrails with MS tube and RfP provision remains unchanged
mm thick aluminium tubing PVC sleeves will be provided as per OEM
design and CMVR.

Steel tube will be 28mm ID + 2mm thick. OD


will be 32mm.

PVC Sleeve: 2mm thick slip resistant sleeve


will be provided.
62 Part G - I , 26.2 Stanchion pipes and the handrails would be Stanchion pipes and the handrails with Kindly refer point no. 28 of Part 2, Table 1 of
painted in cannery yellow colour while the provided with protective PVC sleeve in yellow Corrigendum 8
joining brackets be painted in grey colour color with joining brackets of NYLON 6
generally matching with inner panelling. material with yellow color.
63 Part G - I , 26.2 Stanchion pipes and the handrails would be PVC sleeves will be provided Kindly refer point no. 28 of Part 2, Table 1 of
painted in cannery yellow colour while the Corrigendum 8

38

Additional Documents - Response to pre bid documents 198


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
joining brackets be painted in grey colour
generally matching with inner panelling.
64 Part G - I , 26.3 A suitable device, such as high visibility bell "Next Stop Request" Switch will be provided RfP provision remains unchanged
pushes, for convenience of passengers to in stanchions as per AIS 052 and UBS II
request for stopping bus be provided at
appropriate locations.
65 Part G - I , 26.3 A suitable device, such as high visibility bell High visibility bell pushes is not usable in city RfP provision remains unchanged
pushes, for convenience of passengers to application.
request for stopping bus be provided at
appropriate locations.
66 Part G - I , 27.1 Passenger seats would be…. ‘PPLD/LDPE’ We use HDPE for passenger seats meeting Kindly refer point no. 29 of Part 2, Table 1 of
(Polypropylene/Polyethylene Low Density) AIS 023 and AIS 052 which has higher Corrigendum 8
moulded construction…. abrasion and tear resistance than LDPE,
along with higher tensile and shear strength.
67 Part G - I , 27.2 Similarly, ‘PPLD/LDPE’ moulded seat We use HDPE for passenger seats meeting Kindly refer point no. 30 of Part 2, Table 1 of
backrest… for seated passengers. AIS 023 and AIS 052 which has higher Corrigendum 8
abrasion and tear resistance than LDPE,
along with higher tensile and shear strength.
68 Part G - I , 27.3 Seat pitch would be maintained at 700 mm Seat pitch will be as per AIS 052 with leg Kindly refer point no. 31 of Part 2, Table 1 of
(minimum) (against 686 mm as per AIS 052 space of 280 mm Corrigendum 8
rounded off to 700mm) for non-AC buses.
69 Part G - I , 27.5 Seating capacity would be minimum 40 pax Seating capacity will be 35 seats + Driver + 1 RfP provision remains unchanged
plus the driver plus one wheel chair Wheel chair space with anchorage as per
passenger, etc…. . Seating and standee AIS 052 and CMVR norms.
capacity of bus would be minimum 60 for 11-
metre-long bus (worked out as per AIS 052).
70 Part G - I , 28.1 Seat belts would be provided for the seats as Seat belts will be provided for rear Seat at RfP provision remains unchanged
per the provisions of CMVR & Bus Code (AIS rear end of bus/seats in center (facing the
052). Any seats provided at rear end of gangway).
bus/seats in centre (facing the gangway)
would necessarily be provided with seat Passenger seat belt anchorage test (AIS 005
belts. Seat belts and its anchorages would and AIS 015) not mandatory for CMVR and
conform to the requirements of AIS 005 and bus code and hence not available.
AIS 015

39

Additional Documents - Response to pre bid documents 199


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
71 Part G - I , 29.1 A driver door of not less than 1600 mm height Driver Door with 1400mm height X 950mm RfP provision remains unchanged
and 650 mm width and with requisite steps width will be provided meeting AIS 052 as per
would be provided for entry and exit to OEM deisgn.
driver’s work area.
72 Part G - I , 29.1 A driver door of not less than 1600 mm height Door height will be 1400 x 800 mm meeting RfP provision remains unchanged
and 650 mm width and with requisite steps AIS 052
would be provided for entry and exit to
driver’s work area.
73 Part G - I , Bus would have dash board with full Battery voltage instead of battery charging RfP provision remains unchanged
29.6. ii instrumentation panel containing meters and current shall be displayed in cluster.
gauges to indicate important parameters like
air pressure, coolant temperature, battery Low pressure of transmission oil not
charging current, fuel level, side indicators, available which is applicable only for
head lights, hand brakes engagement, automatic transmission.
engine oil pressure, status of entry-exit
gates, etc. In addition, warning lights for low
engine oil pressure, high cooling system
temperature & low coolant level, low
pressure and high temperature of
transmission oil, low fuel level, if any, low air
, battery weak, would be provided at the
driver’s dash board. All the dashboard
controls and instrumentation system would
be as per the bus code.
74 Part G - I , Bus would have dash board with full Tell tail wrt battery malfunctioing(not RfP provision remains unchanged
29.6. ii instrumentation panel containing meters and charging) shall be offered. Kindly accept.
gauges to indicate important parameters like Request to delete requirement of low
air pressure, coolant temperature, battery pressure & high temperature of transmission
charging current, fuel level, side indicators, oil.
head lights, hand brakes engagement,
engine oil pressure, status of entry-exit
gates, etc. In addition, warning lights for low
engine oil pressure, high cooling system
temperature & low coolant level, low
pressure and high temperature of

40

Additional Documents - Response to pre bid documents 200


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
transmission oil, low fuel level, if any, low air
, battery weak, would be provided at the
driver’s dash board. All the dashboard
controls and instrumentation system would
be as per the bus code.
75 Part G - I , 30.2 CCTV camera and a buzzer would be 2 no's camera inside the bus meeting as per Kindly refer point no. 32 of Part 2, Table 1 of
provided at rear end of the bus along with IS 16833. Corrigendum 8
audio video facility at driver dash board. DVR can store the footage upto 15 days (12
hours operation/ day)
76 Part G - I , 31.1 Adjustable sun visors would be provided for Sun visor will be provided in front of driver Kindly refer point no. 33 of Part 2, Table 1 of
windshield & driver’s side window. Visors only. On driver door sun visor will not be Corrigendum 8
would be shaped to minimize light leakage provided considering the access to driver
between visors & windshield. Adjustment of door
visors would be made easily by hand with
positive locking & releasing devices and
would not be subject to damage by over-
tightening. Sun visor construction & material
would be strong enough to resist breakage
during adjustment. Visors may be
transparent but would not allow a visible light
transmittance in excess of 10%. Visors
where deployed would be effective in driver’s
field of view at angles more than 5o above
horizontal.
77 Part G - I , 32.1 The ICT aggregates to be provided by the The warranty for the ICT aggregates will be Kindly refer point no. 34 of Part 2, Table 1 of
bidder shall have two (2) year default for manufacturing defects / faults and Corrigendum 8
warranty and shall be extendable for a further applicable for 02 years (or) 2 L Kms.
period of 7 years. The warranty shall include
continuous onsite support for the respective Warranty cannot be extended beyond 02
site locations. years for electronic items and continuous on-
site support will be restricted to attention of
manufacturing defects / faults during
warranty period.
78 Part G - I , 32.1 The ICT aggregates to be provided by the Kindly consider AMC option for ITMS units Kindly refer point no. 34 of Part 2, Table 1 of
bidder shall have two (2) year default post Std warranty Corrigendum 8

41

Additional Documents - Response to pre bid documents 201


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
warranty and shall be extendable for a further
period of 7 years. The warranty shall include
continuous onsite support for the respective
site locations.
79 Part G - I , 32.1 The bidder shall have to provide the required Required protocol shall be provided along The required protocol document and SDKs
protocol document and SDKs for the with route details for the preparation the route configuration
preparation the route configuration files to files to each STUs shall have to provided by
each STUs. the Bidder. However, route creation activities
will be cater by the STUs.
80 Part G - I , 32.1 The system shall build redundancy so that On SCU failure, PIS destination board shall RfP provision remains unchanged
bus PIS boards can be functional in case of remember and continue displaying the last
SCU(OBU) GPS outage. route/ message. There is no redundant
controller. In the event of GPS failure, the bus
stop announcement shall be made possible
via manual intervention on BDC.
81 Part G - I , i. All On-Bus Intelligent Transport Systems, We shall support for supply and integration of RfP provision remains unchanged
32.1.i ‘OBITS’, (which includes SCU(OBU), BDC, ICT / IT systems for due commissioning of
PIS boards, PA system, Reverse parking buses.
camera panic button, Telematics system,
Wiring and harness) equipment to be Backend communication protocol document
procured for diesel shall be integrated with shall be shared at time of PO release for
one another and shall be capable of deciding architecture before prototype build
integration with the backend systems to be for integration with the backend systems
procured by the Purchaser in future.
Maintenance of the same will not be in our
scope (or) a separate AMC contract to be
specified with terms and conditions of
maintenance for which quote will be given
separately
82 Part G - I , The bidder shall support the operations, We shall support for supply and integration of Kindly refer point no. 35 of Part 2, Table 1 of
32.1.iii maintenance and integration of all supplied ICT / IT systems for due commissioning of Corrigendum 8
and installed ICT/ ITS systems on buses for buses.
a Contract Period of 9 years from the date of
delivery & acceptance of each bus by Backend communication protocol document
authority. shall be shared at time of PO release for

42

Additional Documents - Response to pre bid documents 202


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
deciding architecture before prototype build
for integration with the backend systems

Maintenance of the same will not be in our


scope (or) a separate AMC contract to be
specified with terms and conditions of
maintenance for which quote will be given
separately
83 Part G - I , All the component/sub-component of the Separate box will be provided for AIS 140 RfP provision remains unchanged
32.1.iv OBITS system shall be internally integrated unit, CCTV system and LED controller
and single compact-box solution with easy to system since they are separately defined
install and maintain. under AIS 140, IS 16833 and IS 16490
CMVR standards. However systems can
communicate with each other for achieving
the functionality)
84 Part G - I , All the component/sub-component of the Kindly clarify meaning of “Single compact RfP is self-explanatory."All the
32.1.iv OBITS system shall be internally integrated box” component/sub-component of the OBITS
and single compact-box solution with easy to system shall be internally integrated and
install and maintain. single compact-box solution with easy to
install and maintain."
85 Part G - I , Bidder shall have to maintain the Hardware Maintenance of the systems will not be in our RfP provision remains unchanged
32.1.v.a Unit during the contract period as per scope (or) a separate AMC contract to be
instruction of Purchaser specified with terms and conditions of
maintenance for which quote will be given
separately.
86 Part G - I , Bidder shall have to maintain the Hardware Kindly consider AMC option for ITMS units RfP is self-explanatory."All the
32.1.v.a Unit during the contract period as per post Std warranty. component/sub-component of the OBITS
instruction of Purchaser system shall be internally integrated and
single compact-box solution with easy to
install and maintain."
87 Part G - I , 32.2 Fitment of all on bus devices shall be as per Fitment of ITMS equipment’s will be as per RfP provision remains unchanged.
UBS- II or equivalent international guidelines CMVR standards defined under AIS 140 and
- Chapter 10 – 17.8.7 or equivalent AIS 153 (CCTV system – IS 16833 and LED
international guidelines: / PIS controller system - IS 16490).
All On Bus Intelligent Transport Systems,

43

Additional Documents - Response to pre bid documents 203


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
‘OBITS’, (which includes SCU(OBU), BDC,
PIS boards, PA system, reverse parking
sensor, panic button, Telematics system)
equipment including wiring harness,
antennas to be original factory fitment.
88 Part G - I , 32.2 SCU(OBU), recorder, amplifier: secured and Will be provided suitably in driver RfP provision remains unchanged
ventilated compartment right above the driver compartment as per OEM design and in
compliance to AIS 153 / AIS 052 standards.
89 Part G - I , 32.3 Integration of ICT aggregate with respective Upgradation of any nature by backend Noted
backend software shall be joint responsibility towards advanced features, firmware
of bidder and the backend System Integrator. versions etc to be mutually basis with bidder
To that effect, the bidder shall be responsible so as to minimise unforeseen cost, time
for firmware modification, expose protocols/ impact thereby resulting in downtime of ITMS
APIs as required to the backend SI and so on monitoring.
for integration purposes. In case of dispute,
the Authority's decision shall be final, and
both the parties will have to abide.
90 Part G - I , 32.3 Integration of ICT aggregate with respective Ok. Noted, The signoff and synergy procedures
backend software shall be joint responsibility communication protocol documents need to will be finalise at implementation stage with
of bidder and the backend System Integrator. be signed off for all data requirements the Successful Bidder.
To that effect, the bidder shall be responsible
for firmware modification, expose protocols/
APIs as required to the backend SI and so on
for integration purposes. In case of dispute,
the Authority's decision shall be final, and
both the parties will have to abide.
91 Part G - I , 32.3 Integration of ICT aggregate with respective Upgradation of any nature by backend Noted
backend software shall be joint responsibility towards advanced features, firmware
of bidder and the backend System Integrator. versions etc to be mutually basis with bidder
To that effect, the bidder shall be responsible so as to minimise unforeseen cost, time
for firmware modification, expose protocols/ impact thereby resulting in downtime of ITMS
APIs as required to the backend SI and so on monitoring.
for integration purposes. In case of dispute,
the Authority's decision shall be final, and
both the parties will have to abide.

44

Additional Documents - Response to pre bid documents 204


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
92 Part G - I , 32.3 ICT aggregate equipment’s fitted in Diesel Detailed communication protocol documents Noted, The signoff and synergy procedures
Buses should provide required need to be signed off for all data will be finalise at implementation stage with
data/information to backend system installed requirements the Successful Bidder.
by the Authority appointed System Integrator
so as to provide MIS reports such as Trip
summary, Schedule adherence of Bus with
respect to Trip, Real time information
pertaining to "off route" (detour), Trip
information with start and end destination,
driver details, speed, missed stop, Bus
details, driver behaviour and CAN
parameters etc. It should also provide
information so that Operations Centre is able
to check whether on-board devices are alive
and monitoring capability of PIS health
(which PIS is working).
93 Part G - I , 32.3 Bidder is required to provide above Ok. Provided authority provides info in Noted
functionalities with scalability to integrate with advance along with necessary support.
third party systems through standard Active
Programming Interfaces (APIs) such as
ICT/ITS backend system, city traffic
management systems, journey planner app
etc.
94 Part G - I , 33.1 A suitable device for the convenience of For PwD priority seats will be provided as per RfP provision remains unchanged
passengers including PwDs to request for customer specific requirement. Provision will
stopping bus be provided at appropriate be given for keeping the crutches and stop
locations inside the bus on stanchions in a request will be provided as per AIS 052
manner as to prevent un-intentional
operation, deliberate attempts by children,
etc.
95 Part G - I , 35.1 Heavy-duty ring type towing devices would Test certificate not available. Kindly refer point no. 36 of Part 2, Table 1 of
be provided in front and rear bumper area Corrigendum 8
with load transfer to bus structural members.
Capacity of each towing device would be 1.2
times (minimum) the kerb weight of the bus

45

Additional Documents - Response to pre bid documents 205


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
within 30 degrees of longitudinal axis of the
bus. The manufacturer would supply a copy
of the test certificate of the towing devices
96 Part G - I , 35.1 Heavy-duty ring type towing devices would Only Front towing device shall be provided. Kindly refer point no. 36 of Part 2, Table 1 of
be provided in front and rear bumper area Corrigendum 8
with load transfer to bus structural members.
Capacity of each towing device would be 1.2
times (minimum) the kerb weight of the bus
within 30 degrees of longitudinal axis of the
bus. The manufacturer would supply a copy
of the test certificate of the towing devices
97 Part G - I , 36.1 Rear windscreen …of thickness of 5.5 mm ± Rear windscreen glass of thickness of 5.0 Kindly refer point no. 37 of Part 2, Table 1 of
0.5mm. mm ± 0.5mm will be provided Corrigendum 8
98 Part G - I , 36.1 Front wind screen in the bus would be in Windshield will be as per OE design meeting Kindly refer point no. 37 of Part 2, Table 1 of
single piece design, plain/ flat with curved AIS 052. Corrigendum 8
corners, intervening PVB film laminated Front windshield thickness = 7.76 mm
safety glass of minimum thickness of 8.76
mm. Rear windscreen would also be in single Rear windshield thickness = 4 mm
piece design, flat in centre and curved on
corners toughened glass of thickness of 5.5
mm + 0.5mm. Windscreen glasses would
meet the requirements of BIS 2553: Part II-
1992 or latest and that of CMVR and Bus
code (AIS 052). The glazing used for fitment
of glasses would be Ethylene Propylene Dien
Monomer (EPDM) rubber of black colour or
pasted with adhesive material conforming to
Indian/ International Standards to be
specified by the manufacturer. A grab handle
and suitable handles on the outside of
windshield centre at waist level would be
provided to facilitate manual cleaning of the
windscreens.
99 Part G - I , 36.2 The windshield shall permit an operator's We meet Indian standards specified under as Kindly refer point no. 38 of Part 2, Table 1 of
field of view as referenced in SAE per AIS 052 as per OE design windshield. Corrigendum 8

46

Additional Documents - Response to pre bid documents 206


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
recommended practice J1050. The vertically
upward view shall be a minimum of 15
degrees, measured above the horizontal and
excluding any shaded band. The vertically
downward view shall permit detection of an
object 1.35-metre-high no more than 600 mm
in front of the bus.
The horizontal view shall be a minimum of 90
degrees above the line of sight.
100 Part G - I , 36.2 The windshield shall permit an operator's OE design to be accepted. Kindly refer point no. 38 of Part 2, Table 1 of
field of view as referenced in SAE Corrigendum 8
recommended practice J1050. The vertically
upward view shall be a minimum of 15
degrees, measured above the horizontal and
excluding any shaded band. The vertically
downward view shall permit detection of an
object 1.35-metre-high no more than 600 mm
in front of the bus.
The horizontal view shall be a minimum of 90
degrees above the line of sight.
101 Part G - I , 36.3 The windshield shall be easily replaceable by Bonded(pasted) windshield will be provided Kindly refer point no. 39 of Part 2, Table 1 of
removing ziplocks from the windshield for Front and Rear as per Part I - detailed Corrigendum 8
retaining mouldings. Bonded-inplace specification table under clause 36.1.
windshield shall not be used.
We cannot provide rubber mounted
windscreen glass for this class of product.
102 Part G - I , 36.3 The windshield shall be easily replaceable by OE design to be accepted. Kindly refer point no. 39 of Part 2, Table 1 of
removing ziplocks from the windshield Corrigendum 8
retaining mouldings. Bonded-inplace
windshield shall not be used. The windshield
glazing material shall have 8.76mm nominal
thickness double laminated safety glass
conforming with the requirements of ANSI
Z26.1 Test Grouping 1A and the

47

Additional Documents - Response to pre bid documents 207


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
recommended practices defined in SAE
J673.
103 Part G - I , 37.1 Electrically operated windscreen wiper Wiper system meeting RFP and AIS 011 will RfP provision remains unchanged
system…. with fitment of time delay relay as be provided without time delay relay.
per AIS 011
104 Part G - I , 37.1 Electrically operated windscreen wiper Wiper will be provided as per AIS 011 RfP provision remains unchanged
system having two wiper arms with blades
would be provided. Wiper motor would be
heavy-duty steel body for minimum of two-
speed operations. Wiper arms would rest
horizontally when not in use. The sweep
angle would be sufficiently wide for clear view
during rainy days. Windscreen wiping system
would be 24V, having speed control with
fitment of time delay relay as per AIS 011.
Windshield washer system would spray
washing fluid on windshield & when used
with the wipers, would evenly & completely
wet the entire wiped area. Windshield washer
system would have a minimum of 3 litres
capacity tank suitably located for easy
refilling from inside the bus and two nozzles
at suitable location for proper spray of fluid.
Reservoir pumps, lines & fittings would be
corrosion resistant & reservoir itself would be
translucent for easy determination of fluid
level. The windscreen wiping system would
be in accordance with CMVR/ BIS: 7827
Part1, 2, 3 (section 1, 2) or latest.
105 Part G - I , 39.1 First aid kit complete with items, medicines, First aid kit shall be as per CMVR/AIS 052 RfP provision remains unchanged
bandages etc. would be provided as per
provisions of CMVR fitted near driver seat at
appropriate position and level on side with
proper reinforcement.

48

Additional Documents - Response to pre bid documents 208


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
106 Part G - I , 40.1 The manufacturer would provide for ease of Buses supplied shall be in compliance to Kindly refer point no. 40 of Part 2, Table 1 of
accessibility, guidance, anchorage of one Harmonised Guidelines except for clause no. Corrigendum 8
wheel chair on-board, positioning of aids etc. 11.7.1.2 which is applicable to low floor
system for PwDs that meets the buses and door width, for which Authority to
requirements as given in the Bus Code, AIS grant deviation against specified clause.
153 and CMVR and “Harmonized Guidelines
and Space Standards for Barrier-Free Built
Environment for persons with Disability and
Elderly Persons – as applicable to Public
Transport”.
107 Part G - I , 40.1 The manufacturer would provide for ease of Wheel chair cannot be provided Kindly refer point no. 40 of Part 2, Table 1 of
accessibility, guidance, anchorage of one Corrigendum 8
wheel chair on-board, positioning of aids etc.
system for PwDs that meets the
requirements as given in the Bus Code, AIS
153 and CMVR and “Harmonized Guidelines
and Space Standards for Barrier-Free Built
Environment for persons with Disability and
Elderly Persons – as applicable to Public
Transport”.
108 Part G - I , 41.1 Battery system would be 24V of minimum 24 V 165 Amps-hour battery shall be RfP provision remains unchanged
180 Amps-hour capacity, low maintenance provided with
type lead acid batteries. Batteries would be 85 amps alternator
well secured to a hinged/ pivoted or slide out
type carrier for ease of access for repair & Battery box will be permanently located on
maintenance, replacement and suitably chassis
ventilated for escape of fumes but insulated FSM and shall be provided behind wheel
against ingress of dust and moisture. Battery base door .
box would be mounted near/ next to engine
compartment and would be well secured,
easily accessible & ventilated.
Performance requirements of batteries would
conform to BIS: 7372-1995 (or latest).
109 Part G - I , 41.1 Battery system would be 24V of minimum Request to consider battery system of 24V RfP provision remains unchanged
180 Amps-hour capacity, low maintenance with min. 150 Ah or higher capacity.

49

Additional Documents - Response to pre bid documents 209


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
type lead acid batteries. Batteries would be
well secured to a hinged/ pivoted or slide out Battery box shall be as per OE design. (Fixed
type carrier for ease of access for repair & type battery with ease of accessibility)
maintenance, replacement and suitably
ventilated for escape of fumes but insulated
against ingress of dust and moisture. Battery
box would be mounted near/ next to engine
compartment and would be well secured,
easily accessible & ventilated.
Performance requirements of batteries would
conform to BIS: 7372-1995 (or latest).
110 Part G - I , 41.3 Each battery cable would be covered with Battery cable with flame retardant Black Kindly refer point no. 41 of Part 2, Table 1 of
flame retardant Grey colour corrugated Color will be provided. Corrigendum 8
flexible pipe and would be properly encased
& clamped.
111 Part G - I , 42.2 An adequate capacity alternator of 24V DC, 85A Alternator will be provided for Non AC RfP provision remains unchanged
minimum 150A rating with consistent output city bus application, which is sufficient to
to take care of high idling periods of city meet the electrical loads specified in the
operation, would be provided and so located Tender
as to minimize ingress of oil or rain water into
it.
112 Part G - I , 42.2 An adequate capacity alternator of 24V DC, 24V as per OE design approved in CMVR RfP provision remains unchanged
minimum 150A rating with consistent output
to take care of high idling periods of city
operation, would be provided and so located
as to minimize ingress of oil or rain water into
it.
113 Part G - I , 42.3 A pre-engaged type 24V DC Self-starter of Starter motor capacity 4.5Kw will be Kindly refer point no. 42 of Part 2, Table 1 of
adequate capacity (minimum 180Ah) with provided. Starter motor not specified in Ah. Corrigendum 8
relay would be fitted in bus and so located as
to minimise ingress of oil or rain water into it.
114 Part G - I , 42.3 A pre-engaged type 24V DC Self-starter of 24V Self starter of min 180 Ah or as per OE Kindly refer point no. 42 of Part 2, Table 1 of
adequate capacity (minimum 180Ah) with design approved by CMVR shall be Corrigendum 8
relay would be fitted in bus and so located as acceptable. Kindly consider
to minimise ingress of oil or rain water into it.

50

Additional Documents - Response to pre bid documents 210


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
115 Part G - I , 42.5 Electrical equipment and wiring ….would be Wiring harness shall be provided as per AIS Kindly refer point no. 43 of Part 2, Table 1 of
multiplex system, flame proof, ISI marked 153 / AIS-052 Corrigendum 8
conforming to BIS: 2465-1984 or latest…..
Wire specification as per ISO6722
116 Part G - I , Alternator over voltage output protection 150 A alternator will be provided with spike RfP provision remains unchanged
42.17 would be provided. voltage protection only.

Continuous overvoltage protection not


available.
117 Part G - I , AC (Alternating Current) out-let of 220V, as USB type charger to be provided on dash RfP provision remains unchanged
42.23 required in UBS II if any, be provided at panel for ETM/Mobile charging for
suitable location for charging of Conductor/Driver
electrical/electronic equipment, etc.
118 Part G - I , 43.1 Interior saloon lighting would be sunken type Interior Lamps shall be provided as per OEM Kindly refer point no. 44 of Part 2, Table 1 of
light assembly fitted with LED lights and design and meeting AIS 052 requirement Corrigendum 8
mounted in staggered formation for uniform
lighting in two separate circuits. First row of
lamps provided in driver’s cabin should be
fitted with amber internal filter to reduce glare
to driver at night. Overall bus lighting system
would comply with CMVR provisions where
ever falls short of it.
119 Part G - I , 43.1 Interior saloon lighting would be sunken type Lamps will be provided as per OE design Kindly refer point no. 44 of Part 2, Table 1 of
light assembly fitted with LED lights and meeting lux requriement as per AIS 052 Corrigendum 8
mounted in staggered formation for uniform
lighting in two separate circuits. First row of
lamps provided in driver’s cabin should be
fitted with amber internal filter to reduce glare
to driver at night. Overall bus lighting system
would comply with CMVR provisions where
ever falls short of it.
120 Part G - I , 43.2 Modern rectangular type headlamps with Modern and stylish round head lamps as per Kindly refer point no. 45 of Part 2, Table 1 of
relay and side light etc. would be suitably OEM styling will be provided meeting AIS Corrigendum 8
styled into front-end construction. 008 standard.

51

Additional Documents - Response to pre bid documents 211


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
121 Part G - I , 43.3 White and Red marker lights of 5 Watt each Roof marker lamps will be provided as per Kindly refer point no. 46 of Part 2, Table 1 of
would be fitted at both top side corners of the OEM design meeting AIS 052. Corrigendum 8
front and rear panel of the bus respectively.
122 Part G - I , 43.3 White and Red marker lights of 5 Watt each Wattage requirement will be as per OE Kindly refer point no. 46 of Part 2, Table 1 of
would be fitted at both top side corners of the design meeting AIS 052 Corrigendum 8
front and rear panel of the bus respectively.
123 Part G - I , 43.4 Identical signal lights of 15 Watts would be Kindly refer point no. 47 of Part 2, Table 1 of
fitted for interchangeability in each side i.e.; Corrigendum 8
front, rear and side respectively
124 Part G - I , 43.5 Brake lights (15 W) and taillights (10W) Round LED type integrated Brake & Tail Kindly refer point no. 48 of Part 2, Table 1 of
would be two separate lights to reduce heat lamps meeting AIS 008 shall be provided as Corrigendum 8
generation. per OEM design.
125 Part G - I , 43.6 Reverse light of 25W, square lamps with Round LED type white lamps meeting AIS Kindly refer point no. 49 of Part 2, Table 1 of
white covers would be provided. 008 shall be provided as per OEM design Corrigendum 8
meeting AIS 018
126 Part G - I , Lights provided for illuminating exit/entrance Illumination lights for entrance/exit doors will Kindly refer point no. 50 of Part 2, Table 1 of
43.10.i door area, lights would illuminate outside be provided as per AIS 052, clause 4.1.2.3.3 Corrigendum 8
area up to at least one metre when
door/doors is/are opened.
127 Part G - I , No Electrical fittings would be mounted on RPAS sensors are fitted on rear bumper as Kindly refer point no. 51 of Part 2, Table 1 of
43.12 front and rear bumpers. per CMVR norms. Corrigendum 8

these should be fitted at rear most part of


vehicle operational efficiency and
compliance to regulations.
128 Part G - I , No Electrical fittings would be mounted on Fog lamp will be provided on the bumpers as Kindly refer point no. 51 of Part 2, Table 1 of
43.12 front and rear bumpers. per AIS 052 Corrigendum 8
129 Part G - I , Switches would be fitted on right hand side of Only door switches will be located on Left Kindly refer point no. 52 of Part 2, Table 1 of
43.13 instrument panel through evenly loaded side of driver for better safety in emergency Corrigendum 8
circuits & fuses as per bus code. evacuation condition as mentioned against
our remarks for clause 16.12 for Part 1 –
technical specifications.
130 Part G - I , Switches would be fitted on right hand side of Switches will be on right and left hand side of Kindly refer point no. 52 of Part 2, Table 1 of
43.13 instrument panel through evenly loaded driver with easy accessibility Corrigendum 8
circuits & fuses as per bus code.

52

Additional Documents - Response to pre bid documents 212


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
131 Part G - I , A suitable light would also be provided in Only required for rear engine buses. RfP provision remains unchanged
43.15 engine compartment for ease of
maintenance/ emergency repairing. For front engine buses, Driver area interior
roof lamp will be sufficient to illuminate the
engine area when the bonnet is open.
132 Part G - I , 45.3 Power Point presentation material on a DVD Power point presentation on DVD for offered Kindly refer point no. 53 of Part 2, Table 1 of
for offered design of bus (indicative) and model will be submitted during prototype Corrigendum 8
minimum 1:15 scaled Model (indicative & evaluation since many finer aspects of body
non-working)) duly furnished/ painted in including colour theme, touch & feel,
environmentally friendly colour scheme as positions etc., will be jointly decided between
given by TNSTC would be submitted along- Vendor and Authority during that time.
with the bid. The presentation will cover
elevations –sides, front & rear ends along- Scaled model requirement not understood.
with main dimensions, isometric views, Request authority to clarify on intent and
exterior & interior details, seating layouts, pieces. Scaled models are subject to a
colour scheme etc. minimum order quantity by most vendors and
subject to cost agreement by STU,
133 Part G - I , 47.1 At least 2 hard bound copies and 2 soft All manuals will be supplied in soft copies Kindly refer point no. 54 of Part 2, Table 1 of
copies, for every 25 buses or part thereof, of either on DVD or USB drive as needed. Corrigendum 8
operation and maintenance manual
containing essential technical information Hard bound copies are not environment
required for satisfactory operation, inspection friendly and not preferred by many state
and maintenance would be supplied by bus authorities.
manufacturers.
Request Authority to take a considerate view
ii)Chassis lubrication and brake system – considering environment friendly aspects
Wall chart adopted by state government of Tamil Nadu.

ii ) chassis lubrication and brake system wall


chart not available.
134 Part G - I , 47.1 At least 2 hard bound copies and 2 soft Soft copy of Operation and maintenance Kindly refer point no. 54 of Part 2, Table 1 of
copies, for every 25 buses or part thereof, of manual shall be provided. Hard copy will not Corrigendum 8
operation and maintenance manual be provided.
containing essential technical information
required for satisfactory operation, inspection

53

Additional Documents - Response to pre bid documents 213


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
and maintenance would be supplied by bus
manufacturers.
135 Part G - I , 48.3 The training shall be provided at regional The training will be designed by Kindly refer point no. 55 of Part 2, Table 1 of
training centres of the Authority/IRT. The Manufacturer at own cost meeting customer Corrigendum 8
Bidder shall provide minimum 3 (nos) of expectations. The training modules, design
training bus or simulator or similar adequate and nature will be decided by OEM.
infrastructure for the purpose of Physical
Training based on the requirement. The
Bidder can also arrange such Physical
Training at its own premises/facility at its own
cost.
136 Part G - I , 51.1 Bus manufacturer would provide details of Spare Parts catalogue will be given in soft RfP provision remains unchanged
components/spares required for copy.
maintenance of vehicle for twelve months’
operation taking daily utilisation of bus of up
to 300 Kms.
137 Part G - I , 51.2 Manufacturer would also provide complete Complete details of vendors cannot be Kindly refer point no. 56 of Part 2, Table 1 of
details of vendors, for every component / shared for those vendors who are non- Corrigendum 8
spare for complete bus and the spare parts proprietary in nature.
catalogue (hard as well as soft copies) in 2
sets for every 25 buses or part thereof. as a policy can change their vendors as per
need and hence cannot be shared
138 Part G - I , 53.1 Fully built bus would be covered under Warranty will only cover manufacturing RfP provision remains unchanged
Warranty/ Guarantee for up to 2,50,000 Kms defects and faults for intended functionality
or 24 months whichever is later from the date and will be offered for fully built bus
of putting bus into operation after registration. comprising chassis and bus body for a period
All assemblies, sub-assemblies, fitments, of 2 years or 2,00,000 kms whichever is
components would be covered under earlier. Typical city operation is for 250 kms
Warranty Period as per commitment of bus per day
manufacturer at the time of supply of bus. (or) approximately 1 Lakh KMS per year

Clause provided by OEM Wear and tear items such as battery, tyres,
Fully built bus would be covered under seat covers, rubber parts etc., will have
Warranty/ Guarantee for up to 4,00,000 Kms differential warranty of min. 1 year for the
or 48 months whichever is later from the date

54

Additional Documents - Response to pre bid documents 214


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
of putting bus into operation after registration. purpose of ensuring no manufacturing
All assemblies, sub-assemblies, fitments, defects at time of supply & commissioning.
components would be covered under
Warranty Period as per commitment of bus
manufacturer at the time of supply of bus.
139 Part G - I , 53.1 Fully built bus would be covered under 1. Standard Warranty for 2 yrs/2.5 lakh kms - RfP provision remains unchanged
Warranty/ Guarantee for up to 2,50,000 Kms OK.
or 24 months whichever is later from the date Vehicles will be attended as per TML
of putting bus into operation after registration. warranty guidelines.
All assemblies, sub-assemblies, fitments,
components would be covered under
Warranty Period as per commitment of bus
manufacturer at the time of supply of bus.
140 Part G - I , 53.2 Special Warranty Period, for any Bus structure life is dependent on nature of Kindly refer point no. 57 of Part 2, Table 1 of
manufacturing Defect in design, material and operations, road conditions prevailing at time Corrigendum 8
workmanship of Bus structure shall be 9 of operations, other conditions such as
years or 9,90,000 km per Bus whichever is environmental conditions, periodic
later from the date of putting bus into maintenance and natural aging of materials
operation after registration. used in construction which is already defined
under the tender. Tender also defines many
quality and material aspects of structure
materials uses, welding methods and anti-
corrosive protections to be given by
manufacturer which also determines the life
of the structure.

The buses are accepted by authority after


thorough inspection of all aspects which
includes workmanship employed by vendor
and quality of materials used in construction
in compliance to various specifications laid
down by authority.

Manufacturing defects for design, material or


workmanship such as premature failures (or)
faults will usually surface within 02 years of

55

Additional Documents - Response to pre bid documents 215


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
operation which is typically being offered to
all STU’s.

Requesting authority to review this


requirement to avoid very high cost
escalation and burden on exchequer on
pricing for warranty coverage for the tenure
expected.
141 Part G - I , All the rivet and bolt holes would be jig drilled Closed drilled hole during panel and trim Noted. RfP provision remains unchanged
54.2.vii as far as possible. The rivet holes should be stage cannot be treated.
drilled before the corrosion treatment. Holes
drilled after the corrosion treatment be
suitably treated with anti-corrosion materials.
Rivet heads neatly formed and each bolt/
rivet would be tightened after full mating of
the surfaces to be fastened.
142 Part G - I , Continuous length piano type hinges and Aluminum/steel based swivel locks will be RfP provision remains unchanged
54.2.iX tower bolts of stainless steel would be used provided for service access flaps as per OE
as per relevant Indian Standards. design.
143 Part G - I , All miscellaneous M.S pipes would be Superior Galvanized Iron tubes with coating Kindly refer point no. 58 of Part 2, Table 1 of
54.2.xii phosphated with the coating of 2.16 to 2.70 thickness of 120GSM will be provided. Corrigendum 8
gm/m2 or by any other pre-treatment process
conforming to Indian/ international Standards
(to be specified by the manufacturer).
Samples of all materials & components
would withstand a two weeks (336 hours)
Salt Spray test in accordance with ASTM
procedure B117 with no structural
detrimental effect to normally visible surfaces
& no weight loss of over 1%.
144 Part G - I , All M.S pipes used in the bus would be ERW All rectangular / Square hollow steel tubes Kindly refer point no. 59 of Part 2, Table 1 of
54.2.xiv conforming to BIS 3601:1984 or latest, of confirming to IS 4923:1997 (or Latest) Grade Corrigendum 8
grade WT –160. YST 240 or higher shall be provided.
145 Part G - I , Advertising frames would protrude no more Advertising frames will not be provided since RfP provision remains unchanged
54.2.xx than 22mm from the body surface it is specific to the advertising content and to

56

Additional Documents - Response to pre bid documents 216


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
be in scope of advertiser in contract with
authority.
146 Part G - I , EPDM rub rail of aesthetic profile would be Rub rail will be provided of Aluminium RfP provision remains unchanged
54.2.xvi fitted in anodized extruded aluminium
channel between stretch panel and skirt rail
longitudinally at the widest portion of the bus.
The quality of EPDM material would be as
per the Indian/ International Standards to be
specified by the Bidder.
147 Part G - I , Hydraulic Grease Nipples would be provided Grease nipple will be provided for required Kindly refer point no. 60 of Part 2, Table 1 of
54.2.xxi for ease of proper lubrication & maintenance. systems, Manual greasing can only be done. Corrigendum 8
148 Part G - I , 56.1 Bus manufacturer would ensure that all OE self certificate explaining key aggregate RfP provision remains unchanged
statutory requirements in respect of each and type/ make/ model shall be provided
every item of bus are fully met. Manufacturer
would also obtain type approval certificates
etc. for bus & any other items from testing
agencies specified in the CMVR namely
Vehicle Research & Development
Establishment, Ahmednagar of the Ministry
of Defence of Government of India or
Automotive Research Association of India,
Pune or Indian Institute of Petroleum,
Dehradun, Central Institute of Road
Transport, Pune; ICAT Manesar, Gurugram;
and or any other agencies as specified by the
Central Government on date of testing/ type
approval or any other agency specified by
competent authority. A certificate showing
details of make/type/model of various units
like engine, gear box/transmission system,
clutch assembly, propeller shafts, rear axle,
radiator, alternator, starter, regulator,
batteries, tyres, steering, system,
instruments on the panel, air compressor,

57

Additional Documents - Response to pre bid documents 217


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
shock absorbers, suspension system items,
etc. would be furnished.
149 Part G - I , All cross and or T or X-joints of structural Suitable reinforcements shall be provided as RfP provision remains unchanged
59.2.i elements of bus body structure (Front, rear, per OEM design and validation to meet the
sides, roof, floor, etc.) be provided with MS durability requirement.
gussets of min 2.5mm thickness. All
Weldments / structural sub elements be
properly cleaned and treated for corrosion
prevention
150 Part G - I , Stanchion pipes and grab rails to be of Stanchion pipes and the handrails with Kindly refer point no. 61 of Part 2, Table 1 of
59.2.iv Aluminium tubing of appropriate specs, size / protective PVC sleeve in yellow colour will be Corrigendum 8
wall thickness etc. Handholds supporting provided.
hand rails and the stanchion pipes be painted
in cannery yellow colour, Brackets be of grey Joining brackets material is NYLON 6 with
colour matching the colour of the inner yellow colour will be provided.
paneling. Brackets however need to be of
proper size and shape to ensure perfect
fittings. No redundant fastening holes be
provided on bracket
151 Part G - I , Stop buzzers may be provided as one in "Next Stop Request" Switch will be provided RfP provision remains unchanged
59.2.vii frontal area, one in middle and one in the rear in stanchions as per CMVR / UBS II
area on stanchions at reasonable height requirements.
ensuring easy accessibility as well as
preventing unnecessary usage. Design of Buzzer (audio warning device ) will be
buzzer switch be sturdy, long lasting and provided near driver area only.
sunk-in type to avoid undesirable /
inadvertent operation.
152 Part G - I , Tail lamps be covered with metallic grill in a Metallic grills are not provided in tail lamps as Kindly refer point no. 62 of Part 2, Table 1 of
59.2.ix manner that not only protects the tail lamps OEM fitment. Corrigendum 8
but also facilitates easy lamp replacement
etc.
153 Part G - I , Tail lamps be covered with metallic grill in a Lamps will be fitted in the cavity of rear face. Kindly refer point no. 62 of Part 2, Table 1 of
59.2.ix manner that not only protects the tail lamps So no requirement of metallic grills Corrigendum 8
but also facilitates easy lamp replacement
etc.

58

Additional Documents - Response to pre bid documents 218


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
154 Part G - I , 60 FIRE DETECTION AND SUPPRESSION FDSS as per AIS 135 of reputed make shall Kindly refer point no. 63,64 and 65 of Part 2
SYSTEM (FDSS) - Entire Clause be offered of Corrigendum 8
155 Part G - I , 60.2 FDSS provision is to be made in the bus at FDSS will be provided as per OEM design Kindly refer point no. 63 of Part 2, Table 1 of
appropriate location(s) for detection, and layout only in engine compartment area Corrigendum 8
alarming and suppression about any likely in rear which is required to meet CMVR AIS
fire at all fire prone systems/sub-systems 153 norms.
(bus supplier to identify such fire prone
systems /sub-systems and make above A detailed test report duly certified by ARAI
provisions) shall be submitted by bidder during
inspection meeting the currently in vogue
standards prescribing the definition and
location of this system under AIS 153
standard.
156 Part G - I , 60.8 An analysis shall be conducted prior to the FDSS will be provided as per OEM design Kindly refer point no. 64 of Part 2, Table 1 of
installation in order to determine the location and layout only in engine compartment area Corrigendum 8
of fire detectors and alarm system. Potential in rear which is required to meet CMVR AIS
fire hazards at possible fire prone areas shall 153 norms.
be identified and the fire detectors and
suppression systems shall be so positioned A detailed test report duly certified by ARAI
as to commence suppression of the fire shall be submitted by bidder during
hazard immediately. The system shall also inspection meeting the currently in vogue
be ensured to work promptly and effectively standards prescribing the definition and
regardless of the vehicle’s attitude, road location of this system under AIS 153
conditions etc., standard.
157 Part G - I , 60.9 Fire hazards to be taken into account in the FDSS will be provided as per OEM design Kindly refer point no. 65 of Part 2, Table 1 of
analysis shall at least consist of the following: and layout only in engine compartment area Corrigendum 8
Components whose surface may reach in rear which is required to meet CMVR AIS
temperatures above the autoignition 153 norms.
temperature for fluids, gases or substances
that are present in the fire prone areas and A detailed test report duly certified by ARAI
electrical components and cables with a shall be submitted by bidder during
current or voltage high enough for an ignition inspection meeting the currently in vogue
to occur as well as hoses and containers with standards prescribing the definition and
flammable liquid or gas (in particular if those location of this system under AIS 153
standard.

59

Additional Documents - Response to pre bid documents 219


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
are pressurized). The analysis shall be fully
documented.
158 Part G - II , 1 900±10 mm, shall be uniform inside the Bus Kindly consider 1150 +/-50mm RfP provision remains unchanged
generally as per AIS 052
159 Part G - II , 1 900±10 mm, shall be uniform inside the Bus Increase to min 950mm RfP provision remains unchanged
generally as per AIS 052
160 Part G - II , i. Rated HP at low rpm and Maximum engine We strongly recommend for Min. rated Kindly refer point no. 66 of Part 2, Table 1 of
3.1.f torque required at lower range of RPM and engine HP of 145kw(195HP) to be developed Corrigendum 8
spread over a wider range of RPM between 1800-2400 RPM and Min. engine
2. Engine Power: Min. 140kW @ 1800-2400 peak torque of 700 Nm to be developed
RPM between 1200-1900 RPM for adequate
3. Engine torque: Min. 700 Nm @ 1100 -2000 engine performance for TN STC duty cycle
RPM requirements.
Subject to meeting specified performance.
161 Part G - II , i. Rated HP at low rpm and Maximum engine Kindly consider Engine Power min 132kW. Kindly refer point no. 66 of Part 2, Table 1 of
3.1.f torque required at lower range of RPM and Engine Torque Min 590 Nm. Corrigendum 8
spread over a wider range of RPM
2. Engine Power: Min. 140kW @ 1800-2400
RPM
3. Engine torque: Min. 700 Nm @ 1100 -2000
RPM
Subject to meeting specified performance.
162 Part G - II , 3.6 Heavy duty Synchromesh transmission with We strongly recommend to only use RfP provision remains unchanged
minimum 5 forward and one reverse speed. transmission system with clutch pedal less
Additionally, quote for Automatic gearshift to driver which will greatly reduce
transmission, be provided for price discovery driver fatigue, improve passenger experience
and for further necessary action as deemed and enable consistent mileage by removing
fit. driver skill as a variable.
Neutral during stops
163 Part G - II , Transmission system to be fitted with a This can be met only when gear shift is RfP provision remains unchanged
3.6.1 mechanism which makes it possible to automated instead of mechanical gear
engage reverse gear only when vehicle is shifting.
stationary.
164 Part G - II , Transmission system to be fitted with a Option to be made as not mandatory RfP provision remains unchanged
3.6.1 mechanism which makes it possible to

60

Additional Documents - Response to pre bid documents 220


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
engage reverse gear only when vehicle is
stationary.
165 Part G - II , 4 Mechanical Clutch system using single plate Single dry plate push type clutch will be RfP provision remains unchanged
push type dry clutching with asbestos free offered.
material lining
Clutch actuation with only air assisted
hydraulic booster will be offered.

Lining - ORGANIC WITH F510


166 Part G - II , 5.2 Heavy duty reverse Elliot type axle suitable Drag link and Track rod only with Sealed ball Kindly refer point no. 67 of Part 2, Table 1 of
for bus floor height, track rod with joints will be provided which require no Corrigendum 8
replaceable ball joints at both ends. greasing for life .
167 Part G - II , 8 Disc Brakes in front and drum brakes at rear Include Drum brake in option Kindly refer point no. 68 of Part 2, Table 1 of
wheels. Graduated hand controlled, spring Corrigendum 8
actuated parking brakes acting on rear
wheels. Asbestos free brake Pads / linings at
all places.
168 Part G - II , 9.1 Low maintenance type lead acid batteries for Authority to accept min. 24V 165 Ah battery RfP provision remains unchanged
24 V system- performances as per BIS: for non AC buses with 85 A alternator which
14257-1995(latest). 2*12V maintenance free is sufficient for city bus duty cycle.
batteries of 180Ah rating.
169 Part G - II , 9.2 24V, 180 Ah Starter motor capacity 4.5Kw will be Kindly refer point no. 69 of Part 2, Table 1 of
provided. Corrigendum 8
Starter motor not specified in Ah.
170 Part G - II , 9.2 24V, 180 Ah 24V as per OE design approved in CMVR Kindly refer point no. 69 of Part 2, Table 1 of
Corrigendum 8
171 Part G - II , 9.3 24V, 150 A. Authority to accept 24V 85A alternator which RfP provision remains unchanged
are sufficient for required application and
duty cycle.
172 Part G - II , 9.3 24V, 150 A. Include 100A as minimum requirement RfP provision remains unchanged
173 Part G - II , 9.3 24V, 150 A. 24V as per OE design approved in CMVR RfP provision remains unchanged
174 Part G - II , 11 Steel radial tubed tyres– size and ply rating Only tubeless tyres can be offered because Kindly refer point no. 70 of Part 2, Table 1 of
for urban operations as per CMVR Standards front disc brake is mandatory as per tender Corrigendum 8
preferably 10.00*20 as per AIS 044 part 3. specification.

61

Additional Documents - Response to pre bid documents 221


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
Also tubeless tyres will have better air
clearance between brake drum and wheel
thereby improving overall tyre life.
175 Part G - II , 11 Steel radial tubed tyres– size and ply rating Include 295/80 R22.5 Radial Tubeless Tyre Kindly refer point no. 70 of Part 2, Table 1 of
for urban operations as per CMVR Standards in option Corrigendum 8
preferably 10.00*20 as per AIS 044 part 3.
176 Part G - II , 11 Steel radial tubed tyres– size and ply rating This is conflicting. Kindly clarify if Kindly refer point no. 70 of Part 2, Table 1 of
for urban operations as per CMVR Standards requirement is 10R20 or 10x20 or Radial Corrigendum 8
preferably 10.00*20 as per AIS 044 part 3. tubeless of suitable capacity
177 Part G - II , >10800 mm provided that the maximum Request STC for a clarity on up to 12000 as Kindly refer point no. 71 of Part 2, Table 1 of
13.1. a number of seats and seat spacing are met as max Corrigendum 8
per AIS 052
178 Part G - II , <60% (preferably about 50%) of wheel base Increase rear overhang limit to max 3560mm RfP provision remains unchanged
13.1. d. ii limited 3200 ±200mm
179 Part G - II , 900 ± 10 mm Kindly consider 1150 +/-50mm RfP provision remains unchanged
13.3
180 Part G - II , Not less than 8.5 degrees will provide model with 8.2 degrees angle of RfP provision remains unchanged
13.5. b departure.
181 Part G - II , Double jack-knife (JK) type, 2 doors on near Double JK type doors will be provided. RfP provision remains unchanged
14.1 side. The door flaps shall be so designed as
to provide positive sealing against ingress of Door flaps and brushes used in bottom
water in the bus particularly during any water portion of JK type door JK type door will not
logging / flooding on roads prevent 100 % water entry in foot step area
during water logging / flooding conditions.

We provide drain holes in foot step area for


water draining.

This is a technical limitation.


182 Part G - II , Mandatory Can be provided only if gear shift can be RfP provision remains unchanged
14.2 automated so that gearbox ECU can take
door signal and communicate with engine
ECU.
183 Part G - II , Mandatory Option to be made as not mandatory RfP provision remains unchanged
14.2

62

Additional Documents - Response to pre bid documents 222


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
184 Part G - II , Front gate behind front axle., and Rear gate Rear gate behind rear axle will be provided Kindly refer point no. 72 of Part 2, Table 1 of
14.3 behind of rear axle such that distance such that distance between front edge of the Corrigendum 8
between front edge of the gate and Centre gate and Centre Line of rear axle is 1135 mm
Line of rear axle is1500 mm. as per certified bus design and angle of
departure of 8.2 degrees.
185 Part G - II , Front gate behind front axle., and Rear gate Kindly consider Front door ahead of front Kindly refer point no. 72 of Part 2, Table 1 of
14.3 behind of rear axle such that distance axle & Rear door either ahead or behind rear Corrigendum 8
between front edge of the gate and Centre axle.
Line of rear axle is1500 mm. Rear door position shall meet AIS 052
186 Part G - II , 1200 mm as per AIS 052 Kindly consider min 720mm door aperture RfP provision remains unchanged
14.3. a
187 Part G - II , 1000 ± 50 mm as per AIS 052. Kindly consider min 720mm door aperture RfP provision remains unchanged
14.3. b
188 Part G - II , Sunken type wrap over (manually operated) Double folded manual Ramp not feasible for Kindly refer point no. 73 of Part 2, Table 1 of
14.6 ramp, for wheel chair of PwDs, fitted on floor 900mm floor height bus. Corrigendum 8
at gate (preferably at the gate in front of
wheel- chair space/PwD seat anchorage). Only Double arm type Wheel chair lift can be
provided, to enable PwDs to get access into
Suitable design mechanism (e.g. double bus from ground level as per slope angle
folding manually operated ramp) for 900mm defined under AIS 153.
floor ht bus considering that floor level of bus
stops at <400mm. Confirm Type, Size, Lift along with wheel chair space will reduce
Dimensions, Material, Specs, Load carrying the seating capacity from 39+Driver to
capacity-- kgs m 35+Driver + wheel chair Space.
189 Part G - II , Sunken type wrap over (manually operated) Manual ramp for 900 floor height shall not Kindly refer point no. 73 of Part 2, Table 1 of
14.6 ramp, for wheel chair of PwDs, fitted on floor meet ramp angle requirements. Disabled Corrigendum 8
at gate (preferably at the gate in front of friendly lift will have to be offered. Kindly
wheel- chair space/PwD seat anchorage). confirm

Suitable design mechanism (e.g. double


folding manually operated ramp) for 900mm
floor ht bus considering that floor level of bus
stops at <400mm. Confirm Type, Size,
Dimensions, Material, Specs, Load carrying
capacity-- kgs m

63

Additional Documents - Response to pre bid documents 223


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
190 Part G - II , Width ≥ 900 mm As per OE design Kindly refer point no. 74 of Part 2, Table 1 of
14.6. a Corrigendum 8
191 Part G - II , Design type approval as per Annexure-3 of Buses supplied shall be in compliance to Kindly refer point no. 75 of Part 2, Table 1 of
15.1 UBS Harmonised Guidelines except for clause no. Corrigendum 8
II/ AIS 052/ AIS 153 as applicable, 11.7.1.2 which is applicable to low floor
“Harmonised buses and door width, for which Authority to
Guidelines and Space Standards for Barrier- grant deviation against specified clause.
Free Built Environment for persons with
Disability and Elderly Persons – as
applicable to Public Transport” and the data
given in this doc whichever is superior. The
fully completed bus be type approved as per
approved design.
192 Part G - II , Bus exterior side panels fitted with stretched FRP panels will be provided for Exterior front RfP provision remains unchanged
15.3 GI sheet at waist level. The exterior front-end and rear as per Part II of detailed
panelling be of GI sheet while roof, rear, specification table, clause 15.2 b.
sides & skirt panelling be of aluminium. All
interior panelling be of Acrylonitrile Roof panelling will be GI sheet as per OEM
Butadiene Styrene (ABS) conforming design and meeting AIS 052

Interior panelling will be pre-painted GI sheet


as per OEM design and meeting AIS 052.

Side stretch panel will be GI and skirt panels


will be aluminum as per OEM
193 Part G - II , Bus exterior side panels fitted with stretched Exterior paneling: RfP provision remains unchanged
15.3 GI sheet at waist level. The exterior front-end Front & Rear face will be of FRP.
panelling be of GI sheet while roof, rear, Stretch panel = GI sheet
sides & skirt panelling be of aluminium. All Roof panel = GI
interior panelling be of Acrylonitrile Interior Panel = Roof & Sides = PVC coated
Butadiene Styrene (ABS) conforming GI
194 Part G - II , Aluminium extrusion IS 733/1983 or better Will be provided as per OEM design meeting RfP provision remains unchanged
15.4. h AIS 052 / CMVR with Nylon 6 material which
is superior to metal extrusions.

64

Additional Documents - Response to pre bid documents 224


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
195 Part G - II , Uniform floor inside bus without steps. Projections at wheel housing RfP provision remains unchanged
15.5. a
196 Part G - II , 15mm thickness phenolic resin bonded 12mm thick phenolic resin bonded densified RfP provision remains unchanged
15.5. d densified laminated compressed wooden laminated compressed wooden floor board
floor board (both side plain surface) having will be provided with density of 1.2 gms/cc as
density of 1.2 gms/cc conforming to IS per IS 3513, BIS 710 and BIS 5509
3513(Part-3): type VI 1989 or latest. The standards.
flooring should also be Boiling Water
Resistant (BRW) as for marine board
BIS:710-1976/ latest and fire retardant as per
BIS:5509-2000(IS15061:2002)
197 Part G - II , 15mm thickness phenolic resin bonded Kindly consider min 12mm thickness of RfP provision remains unchanged
15.5. d densified laminated compressed wooden wooden floor board
floor board (both side plain surface) having
density of 1.2 gms/cc conforming to IS
3513(Part-3): type VI 1989 or latest. The
flooring should also be Boiling Water
Resistant (BRW) as for marine board
BIS:710-1976/ latest and fire retardant as per
BIS:5509-2000(IS15061:2002)
198 Part G - II , 3 mm thick anti-skid type silicon grains ISO 3 mm thick anti-skid type silicon grains ISO RfP provision remains unchanged
15.5. e 877/76 for colour, IS5509 for fire retardancy 877/76 for colour, IS 15061 for fire retardancy
199 Part G - II , Full width single piece laminated safety Windshield will be as per OE design meeting RfP provision remains unchanged
15.6. a glass, plain, flat / curved with curved corners AIS 052.
with intervening Poly Vinyl Butyral (PVB) film
IS 2553 (Part-2)-1992 / latest. Standard
designs (Refer Annexure 1to UBS II) for
11metre long buses to be followed
200 Part G - II , Size 2200mm width*1500mm height plain / Design and size will as per OE design and RfP provision remains unchanged
15.6. a flat curved at corners*8.76mm thick AIS 052
201 Part G - II , Size 2200mm width*1500mm height plain / Front windshield thickness = 7.76 mm RfP provision remains unchanged
15.6. a flat curved at corners*8.76mm thick
202 Part G - II , Single piece flat/curved toughened glass- Shall be as per OE design RfP provision remains unchanged
15.6. b plain/flat/curved at centre & curved at corners
IS 2553(Part-2)– 1992/latest

65

Additional Documents - Response to pre bid documents 225


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
203 Part G - II , Size : 1900mm width * 950mm height Design and size will as per OE design and Kindly refer point no. 76 of Part 2, Table 1 of
15.6. b (minimum) * 5.5 + 0.5mm thickness AIS 052 Corrigendum 8
204 Part G - II , Size : 1900mm width * 950mm height Rear windshield thickness = 4 mm Kindly refer point no. 76 of Part 2, Table 1 of
15.6. b (minimum) * 5.5 + 0.5mm thickness Corrigendum 8
205 Part G - II , 4.8-5.3mm Shall be as per OE design RfP provision remains unchanged
15.6. d
206 Part G - II , 400*350 as per AIS 052 Fixed high back seats will be provided Noted. RfP provision remains unchanged
15.7.1. c
207 Part G - II , 700 mm (686 mm in non-AC buses as per As per AIS 052 keeping minimum leg space RfP provision remains unchanged
15.7.1. d AIS 052 rounded off to 700mm.) of 280 mm
208 Part G - II , ‘Poly Propylene Low Density / Low density We use HDPE for passenger seats meeting Kindly refer point no. 77 of Part 2, Table 1 of
15.7.1. g Poly Ethylene (PPLD/LDPE’) moulded. AIS 023 and AIS 052 which has higher Corrigendum 8
abrasion and tear resistance than LDPE,
Ref AIS:023 & bus code for performance along with higher tensile and shear strength.

HDPE confirming to AIS 023 & AIS 052


will be provided
209 Part G - II , Minimum 40 Seating capacity will be 35 seats + Driver + 1 RfP provision remains unchanged
15.7.1. n Wheel chair space with anchorage as per
AIS 052 and CMVR norms.
210 Part G - II , Not necessary except diver seat & wheel Only Driver seat belt and wheel chair belt will RfP provision remains unchanged
15.7. 1. r __ chair and those facing aisle (performance meet the anchorage test as per AIS 005 and
etc. as per AIS 052) AIS 015.
211 Part G - II , Minimum 650 mm (Refer figure-1 in UBS Will meet as per Figure 1 of UBS2 excluding RfP provision remains unchanged
15.7.2.c II/AIS 052) excluding armrests (armrests are stanchions.
not required) and including stanchions- will
be measured from seat edge to seat edge,
minimum 850 mm for wheel-chair movement
if planned through the aisle.
212 Part G - II , All holes drilled and weldments will be treated Noted. RfP provision remains unchanged
15.8. a All structural members be treated for post structure completion.
corrosion prevention internally as well as
externally and painted using Polyurethane Closed drilled holes during panel and trim
(PU) painting-based spray paint Details of stage cannot be treated.
paints used, surface treatment & preparation,

66

Additional Documents - Response to pre bid documents 226


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
corrosion prevention treatment, base primer
coatings, number of paint coats to be applied
etc would be supplied.
213 Part G - II , BIS marked, copper conductors with fire Meets the requirement as per CMVR Noted. RfP provision remains unchanged
16.1 retardant as per IS/ISO: 6722:2006 as per standards and AIS-052 Amendment No 11
appropriate class. Conductor cross-section (09/2019).
varying as per circuit requirements, minimum
cross-section 0.5 sq mm. Quality marking
may also be as per equivalent or better
European, Japanese, US standards.
214 Part G - II , As above and suitable to carry rated current Meets the requirement as per CMVR Kindly refer point no. 78 of Part 2, Table 1 of
16.2 (Japanese auto Standard JASO D0609-75 standards and AIS-052 Amendment No 11 Corrigendum 8
AV) (09/2019).
215 Part G - II , As per AIS 052 /UBS II Meets the requirement as per CMVR RfP provision remains unchanged
16.3 standards and AIS-052 Amendment No 11
(09/2019).
216 Part G - II , As per AIS 052 /UBS II As per AIS 052 RfP provision remains unchanged
16.3
217 Part G - II , As per AIS 052 - fuse of rated current 1.5 As per AIS 052 RfP provision remains unchanged
16.3. a times the load current of electrical
equipment. Necessary in every electrical
circuit
218 Part G - II , As per AIS 052- Isolation switch required for As per AIS 052 RfP provision remains unchanged
16.3. b each such circuit
219 Part G - II , As per AIS 052- Required for each such As per AIS 052 RfP provision remains unchanged
16.3. c circuit
220 Part G - II , As per AIS 052 - Required for all items. As per AIS 052 RfP provision remains unchanged
16.3. d
221 Part G - II , As per AIS 052 As per AIS 052 RfP provision remains unchanged
16.3. e
222 Part G - II , Heavy-duty type capable of carrying & As per OE Approved RfP provision remains unchanged
16.3. f interrupting total circuit load --1 each near
battery/driver
223 Part G - II , Electrically operated with two wiper arms & Wiper will be provided as per AIS 011 RfP provision remains unchanged
16.4 blades, wiper motor heavy duty steel body

67

Additional Documents - Response to pre bid documents 227


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
with minimum 2-Speed operation wiping
system as per CMVR/BIS 7827 part-1,
2,3(Sec.1 & 2)/latest. As per AIS 011
224 Part G - II , Speed control with time delay relay as per Wiper motor will be as per AIS 011 and time RfP provision remains unchanged
16.4. a AIS 011. delay relay will not be provided
225 Part G - II , Speed control with time delay relay as per Wiper will be provided as per AIS 011 RfP provision remains unchanged
16.4. a AIS 011.
226 Part G - II , AIS011 /AIS 052 Wiper will be provided as per AIS 011 RfP provision remains unchanged
16.4. b
227 Part G - II , As per AIS 052 / AIS 012 Meet the requirement as per AIS 052 RfP provision remains unchanged
16.7 (a-c)
228 Part G - II , As per AIS 052 with illumination level of ≥ 100 Will meet as per AIS 052 Amendment No 11 Kindly refer point no. 79 of Part 2, Table 1 of
16.7. b lux &≤ 200 lux (09/2019), the illumination of the lamps shall Corrigendum 8
not be less than 30lux and shall not be more
than 150 Lux. Amendment No 11 (09/2019)
229 Part G - II , As per AIS 052 with illumination level of ≥ 100 Will meet as per AIS 052 Amendment No 11 Kindly refer point no. 80 of Part 2, Table 1 of
16.7. c lux and ≤ 150 lux (09/2019), the illumination of the lamps shall Corrigendum 8
not be less than 30lux and shall not be more
than 150 Lux. Amendment No 11 (09/2019)
230 Part G - II , 17 As specified separately under ITS chapter of ITS will be provided as per OEM spec Kindly refer point no. 81 of Part 2, Table 1 of
UBS II specifications /and or by ITS meeting UBS II specifications and certified Corrigendum 8
Consultant and generally as brought out at under IS 16833 for CCTV , IS 16490 for LED
Para 32 in Part I. destination board and PIS and AIS 140 for
GPS and panic buttons will be offered.
231 Part G - II , 18 As per AIS 052 RfP provision remains unchanged
232 Part G - II , Adjustable type driver seat with seat belt ELR 3 point mounting for driver seat will be RfP provision remains unchanged
18.1 recoil type, 3-point mounting as per CMVR & provided.
AIS 052 conforming to AIS: 005& 015.
Driver seat belt anchorage test (AIS 005 and
AIS 015) not mandatory for CMVR and bus
code, Hence not type approval certificate
cannot be made available.
233 Part G - II , Adjustable type driver seat with seat belt ELR OE approved RfP provision remains unchanged
18.1 recoil type, 3-point mounting as per CMVR &
AIS 052 conforming to AIS: 005& 015.

68

Additional Documents - Response to pre bid documents 228


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
234 Part G - II , Not necessary except diver seat, for seats As per AIS 052 RfP provision remains unchanged
18.2 & 18.3 facing gangway if any and the wheel chair
passenger (performance etc. as per AIS 052)
235 Part G - II , As per AIS 052 As per AIS 052 RfP provision remains unchanged
18.4
236 Part G - II , 1 number, as per provision of CMVR As per AIS 052 RfP provision remains unchanged
18.5
237 Part G - II , Colour contrasting and slip resistant of Stanchions and Handrails with MS tube and RfP provision remains unchanged
18.6 aluminium tubing 32 mm dia, 3 mm thick. PVC sleeves will be provided as per OEM
design and CMVR.

Steel tube will be 28mm ID + 2mm thick.


OD will be 32mm.

PVC Sleeve: 2mm thick slip resistant sleeve


will be provided.
238 Part G - II , Colour contrasting and slip resistant of MS tubing with slip resistant PVC sleeve will RfP provision remains unchanged
18.6 aluminium tubing 32 mm dia, 3 mm thick. be provided as per AIS 052
239 Part G - II , Vertically fitted, with attachment to bus floor Stanchions and Handrails with MS tube and RfP provision remains unchanged
18.8 and to roof, aluminium tubing with Colour PVC sleeves will be provided as per OEM
contrasting and slip resistant. 40 mm dia. & design and CMVR.
3.15 mm thick. Rest As per AIS 052.
Steel tube will be 28mm ID + 2mm thick.
OD will be 32mm.

PVC Sleeve: 2mm thick slip resistant sleeve


will be provided.
240 Part G - II , Vertically fitted, with attachment to bus floor MS tubing with slip resistant PVC sleeve will RfP provision remains unchanged
18.8 and to roof, aluminium tubing with Colour be provided as per AIS 052
contrasting and slip resistant. 40 mm dia. &
3.15 mm thick. Rest As per AIS 052.
241 Part G - II , High visibility bell pushes shall be fitted at a "Next Stop Request" Switch will be provided RfP provision remains unchanged
18.9 suitable height (≥1.2 metre on all/ in stanchions as per AIS 052 and UBS II
alternate/convenient stanchions keeping in
view convenience of passengers and

69

Additional Documents - Response to pre bid documents 229


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
avoidance of un-necessary/ inadvertent
operation by passengers. These would assist
PwDs and all other passengers
242 Part G - II , High visibility bell pushes shall be fitted at a As per AIS 052 RfP provision remains unchanged
18.9 suitable height (≥1.2 metre on all/
alternate/convenient stanchions keeping in
view convenience of passengers and
avoidance of un-necessary/ inadvertent
operation by passengers. These would assist
PwDs and all other passengers
243 Part G - II , As per AIS 052 As per AIS 052 RfP provision remains unchanged
18.11
244 Part G - II , 800 mm minimum height extending ≥ 100 As per AIS 052 RfP provision remains unchanged
18.12 mm more than centre line of sitting position
of the Passenger.
245 Part G - II , As per AIS 052/CMVR As per AIS 052 RfP provision remains unchanged
18.13
246 Part G - II , Heavy duty for loads of 1.2 times (minimum) Tow hook only at front shall be provided Kindly refer point no. 83 of Part 2, Table 1 of
18.16 the kerb weight of the bus within 30o of the Corrigendum 8
longitudinal axis of the bus. As per CMVR &
IS 9760 - ring type
247 Part G - II , As per AIS 052/CMVR Reflective tapes will be provided RfP provision remains unchanged
18.17
248 Part G - II , Both made of Steel or impact resistant As per AIS 052 RfP provision remains unchanged
18.18 polymer or combination of both meeting
requirement of an energy absorbing system.
Impact strength as per AIS 052
249 Part G - II , Meet requirements of Para 6.3.1 of AIS 052. Impact Strength for Bumpers- Para 6.3.1 of RfP provision remains unchanged
18.18 AIS 052 - Not yet notified by CMVR and
hence cannot be provided.
250 Part G - II , Meet requirements of Para 6.3.1 of AIS 052. As per AIS 052 RfP provision remains unchanged
18.18
251 Part G - II , Meet the requirement as per AIS 052 RfP provision remains unchanged
19.1

70

Additional Documents - Response to pre bid documents 230


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
252 Part G - II , 9 years or 12,00,000 km, which-ever is More clarity required from STC here Query not clear
19.3 earlier.
253 Part G - II , An air passage/duct/roof hatch to be Driver door window available for air RfP provision remains unchanged
20.a provided in driver area at a suitable location ventilation inside driver cabin.
for proper inflow of air inside the driver cab
Roof hatch will not be provided.
254 Part G - II , An air passage/duct/roof hatch to be Roof hatch will be provided as per AIS 052 RfP provision remains unchanged
20.a provided in driver area at a suitable location
for proper inflow of air inside the driver cab
255 Part G - II , Driver’s work area to be provided with a 200 200mm diameter 24 V fan shall be provided RfP provision remains unchanged
20.a mm diameter 24 V fan to ensure proper for driver work with single speed control.
ventilation. The fan to have 3 – speed
adjustment
256 Part G - II , 21. 81dba Will meet 85 dba as per CMVR norm under RfP provision remains unchanged
a AIS 153.
257 Part G - II , 21. Vibration levels / Noise, vibration and AIS 153 is updated Indian regulation for Kindly refer point no. 84 of Part 2, Table 1 of
b harshness (NVH) levels (interior): NVH. Corrigendum 8
- Noise level in saloon from drive axle, etc.:
Nil - Dominant frequencies to fall outside the NVH will be meet as per AIS 153.
ranges of: 0.5-1 Hz, 5-7 Hz and 18-20 Hz ·
Transient vibration level in seating area
maximum:1g
· Transient vibration level at driver seat
maximum:0.1g
· Vibration levels at driver/Pax seats
(metre/sec²) ≤ 0.5
· Vibration level in gangway (metre/sec²) ≤ 1
258 Part G - II , 22 An automatic fire detection & Suppression FDSS provided for engine area only as per Kindly refer point no. 85 of Part 2, Table 1 of
system be essentially provided for engine AIS 135 in engine compartment. Corrigendum 8
and other fire sensitive areas of the bus.
Possibility of provision of FDSS for entire bus Possibility of providing in other locations will
including but not limited to engine area, drive not be possible considering current
line, fuel tanks, fuel filling point and fuel regulations and standards which have not
distribution lines/cluster, wheel wells, defined the same.
electrical systems etc.

71

Additional Documents - Response to pre bid documents 231


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
Additional fire extinguishers as per AIS 052
be provided
259 Part G - II , 22 An automatic fire detection & Suppression FDSS as per AIS 135 of reputed make shall Kindly refer point no. 85 of Part 2, Table 1 of
system be essentially provided for engine be provided shall be provided in Engine Corrigendum 8
and other fire sensitive areas of the bus. compartment.
Possibility of provision of FDSS for entire bus
including but not limited to engine area, drive
line, fuel tanks, fuel filling point and fuel
distribution lines/cluster, wheel wells,
electrical systems etc.
Additional fire extinguishers as per AIS 052
be provided
260 Part G - II , 22. Pneumatic Electronic Linear fire detector with Linear Heat Sensing cable is used for Kindly refer point no. 86 of Part 2, Table 1 of
a stainless steel tube with suitable diameter detection in place of Stainless steel tube, Corrigendum 8
which meets AIS 135 requirements and is
type approved
261 Part G - II , 22. Detector operating on rate of rise with Fixed temperature short circuit principle used Kindly refer point no. 87 of Part 2, Table 1 of
b. i Advanced Built in Test Module. for fire detection, As per AIS135 & it is type Corrigendum 8
approved.
262 Part G - II , 22. Stainless steel Tube sensor with suitable Linear Heat Sensing cable is used for RFP provision remains unchanged. Refer to
b. ii diameter and should be rodent free detection in place of Stainless steel tube, RfP document for clarity
which meets AIS 135 requirements and is
type approved
263 Part G - II , 22. Detector should operate with Rate of Rise Fixed temperature short circuit principle used RFP provision remains unchanged. Refer to
c along with advanced Built-in Test Module for fire detection, As per AIS135 & it is type RfP document for clarity
that indicates failure in the event of approved.
reduced performance over the entire range of
sensor tube.
264 Part G - II , 22. IP67 IP54 as per AIS 135 will be provided Kindly refer point no. 88 of Part 2, Table 1 of
c. i Corrigendum 8
265 Part G - II , 22. Aluminium Enclosure not available. Kindly refer point no. 89 of Part 2, Table 1 of
c. ii Corrigendum 8
266 Part G - II , 22. -40°C to +125°C 0°C to +120°C as per AIS135 Kindly refer point no. 90 of Part 2, Table 1 of
c. iii Corrigendum 8

72

Additional Documents - Response to pre bid documents 232


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
267 Part G - II , 22. Should comply to: Will be meeting AIS 135 Kindly refer point no. 91 of Part 2, Table 1 of
c. iv BS EN 61373, Table 1,2,3 Corrigendum 8
MIL STD- 810:501.4, 516.5.4.
268 Part G - II , 22. 1 Mtr. to 100 Mtr. in length. Stainless Linear Heat Sensing cable diameter- 4mm Noted. RfP provision remains unchanged
c. v steel material with suitable diameter.
269 Part G - II , 22. 40mA 75mA Kindly refer point no. 92 of Part 2, Table 1 of
c. vii Corrigendum 8
270 Part G - BIS: 2465-1984(or latest). DIN 72551- As per As per UBS-II addendum letter No.K- RfP provision remains unchanged
Annexure III , 7 Dimensional Test 14011/39/2007 – UT (vol.II) dated 7th Nov
JIS C 3406- Spark, Immersion & Conductor 2013.
Resistance
Test’ SAE recommended J 1127 & J 1128
271 Part G - BIS:277-2003 (or latest), Class-VIII Medium IS 277 GRADE 120 GSM RfP provision remains unchanged
Annexure III , Coating of Zinc Nominal Weight120
10 grams/M2.
272 Part G - The Controller Unit shall have a time-of day GPS based data and time will be provided RfP provision remains unchanged
Annexure IV , clock and calendar. The time and date shall
1 be synchronized as per IP based timing
protocol (configurable) with the central
software time.
273 Part G - Local Battery backup for minimum half hour To be deleted. Not applicable for SCU as RfP provision remains unchanged
Annexure IV , for the smart start and shutdown of SCU direct Battery supply is provided to
1 controller/SCU.
274 Part G - All driver related route information to be Meet requirement Noted
Annexure IV , displayed on BDC
1
275 Part G - In-built light sensor with continuously variable Not available cannot be provided. RfP provision remains unchanged
Annexure IV , brightness control to enable the display
1 intensity to change based on ambient light
conditions.
276 Part G - The display systems shall have in-built test Can be mentioned as RfP provision remains unchanged
Annexure IV , facility, able to carry out self- check at Sign should be able to store 'diagnostic
2 periodic intervals, carry out exchange of trouble codes' (DTC)’,'parameters identifiers
diagnostic information with the central control (PID) as per UBS2

73

Additional Documents - Response to pre bid documents 233


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
stations including power availability, its
current status etc
277 Part G - The display system shall support settings Can be mentioned as RfP provision remains unchanged
Annexure IV , such as display intensity, time The inner sign board shall able to display
2 synchronization etc. GPS based time as per UBS2.
278 Part G - The current stop announcement should be The current stop announcement correct to 10 RfP provision remains unchanged
Annexure IV , correct to 5 meters. meters as per UBS 2 shall be provided
3
279 Part G - Inner sign should be able to display text and Can be mentioned as RfP provision remains unchanged
Annexure IV , customized graphics and announce pre- Inner sign should be able to display text and
3 recorded messages on SCU(OBU) display customized graphics and announce upto
panel of the controller. prerecorded messages by driver selecting
1~9 on BDC display panel of the controller as
per UBS2.
280 Part G - Sign should be able to store 'diagnostic can be mentioned as RFP provision remains unchanged. Refer to
Annexure IV , trouble codes' (DTC)’,'parameters identifiers Sign should be able to store 'diagnostic RfP document for clarity
3 (PID) and with retrievable data trouble codes' (DTC)’,'parameters identifiers
(PID) defined in UBS2.
281 Part G - The system should be capable of raising Alarm notification can be implemented if RfP provision remains unchanged
Annexure IV , alarms based on vehicle statistics (engine signal details will available on CAN
3 overheating, low fuel, etc.)
282 Part G - All SCUs (OBU) should connect in realtime to can mentioned as RFP provision remains unchanged. All the
Annexure IV , the central system via GPRS, 4G and above, All SCUs (OBU) should connect in real-time minimum options should be available as
3 Wi-Fi, etc to the central system via GPRS, 4G and stipulated in the RFP document.
above etc
283 Part G - All firmware updates to the OBU should be can be mentioned as RFP provision remains unchanged. All the
Annexure IV , via USB, Ethernet, W-Fi and OTA All firmware updates to the OBU should be minimum options should be available as
3 via USB or Ethernet or W-Fi and OTA stipulated in the RFP document.
284 Part G - The SCU shall have the capacity to store SCU shall store the routes. PIS boards shall RfP provision remains unchanged
Annexure IV , static information in the display controller display the selected route. The route
3 (including schedules), which shall be shown selection is possible via Remote/ on board
if the communication link is lost and after real-
time information expires

74

Additional Documents - Response to pre bid documents 234


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
285 Part G - • The proposed hardware should be able to Thesearebackend- based features Proposed ITS component shall have packet
Annexure IV , provide backend software capability to generation capability on continiual mode to
3 o Assess the status of a running vehicle in support the functionality at backend.
terms of on-time, delayed and early arrival by
comparing with schedule
• Generate Reports in terms of
o
GPSoutage,lossofconnectivityandtheirfreque
nciesanddurations
o Missedtrips,missedstops,routeviolation,un-
scheduledstoppage, late start, etc. for
performance analysis.
Driving patterns, over-speeding, harsh
braking, etc.
286 Part G - 64 bit low power Industrial grade outdoor 32/ 64 Bit as per UBS 2 RfP provision remains unchanged
Annexure IV , processing unit
ITS - I. 12
287 Part G - Combi antenna using RG174 cable. The Can be mentioned as Combi antenna using RfP provision remains unchanged
Annexure IV, I. connectors on Combi antenna will be RG174 cable. Shall be provided as per UBS
16 preferably SMA(M) ST plug type for GPS and 2
FME(F) jack type 1/4"-36UNS-2B for 4G and
above
288 Part G - Power to SCU (OBU) and BDC will be Power to SCU and BDC will be supplied RfP provision remains unchanged
Annexure IV , supplied through power back external battery through vehicle battery as per UBS -2
I. 19 and subsequent bus multiplexing wiring
system
289 Part G - 10g Test procedure shall be as per UBS2 RfP provision remains unchanged
Annexure IV ,
II. 7
290 Part G - Full colour graphic TFT - Min 640 x 480 dots, Can be mentioned as Full colour graphic TFT RfP provision remains unchanged
Annexure IV , Display Size Min. 8'' - Min 640 x 480 dots, Display Size Min. 7'' as
II. 8 per UBS 2
291 Part G - Full colour graphic TFT - Min 640 x 480 dots, Meet requirement(7 inch) RfP provision remains unchanged
Annexure IV , Display Size Min. 8''
II. 8

75

Additional Documents - Response to pre bid documents 235


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
292 Part G - 60 H / 70 (right/left) / 60 V / 70 (up/down) Can be mentioned as 70 H / 70 (right/left) / Kindly refer point no. 93 of Part 2, Table 1 of
Annexure IV , 60 V / 60 (up/down) as per UBS 2 with latest Corrigendum 8
II. 9 amendments
293 Part G - II , III. 22 tracking/66 acquisition minimum This shall be deleted inline with UBS 2 Kindly refer point no. 94 of Part 2, Table 1 of
1 amendments Corrigendum 8
294 Part G - II , III. 1. Update rate I Hz (configurable to 10 Hz) Can be mentioned as RfP provision remains unchanged
4 2. Time to first fix cold acquisition 35 seconds 1. Update rate I Hz (configurable to 10 Hz)
typ 2. Time to first fix cold acquisition 35 - 42
3. Hot acquisition 1 second typ. seconds typ
4. Navigation accuracy 3M horizontal 3. Hot acquisition 1- 2 second typ.
4. Navigation accuracy 3M horizontal
As per UBS 2 with latest amendments
295 Part G - AMPS 850MHz, GSM900MHz, ISM868MHz, Can be mentioned as Kindly refer point no. 95 of Part 2, Table 1 of
Annexure IV , DCS1800MHz, PCS1900MHz, 4G UMTS Corrigendum 8
V. 1 2.1GHz, Wi-Fi /Blue Tooth (2.4 GHz), GPS AMPS 850MHz, GSM900MHz,
(1575.42MHz). Separate WLAN antenna DCS1800MHz,
may be provided if necessary. PCS1900MHz, 4G UMTS 2.1GHz, Wi-Fi
/Blue
Tooth (2.4 GHz), GPS (1575.42MHz).
Separate WLAN antenna may be provided if
necessary as per UBS 2 with latest
amendments
296 Part G - 1. Impedance 50 Ohm 1. Impedance 50 Ohm RfP provision remains unchanged
Annexure IV , 2. Radiation pattern Omni-directional 2. Polarization linear (vertical) as per UBS 2
V. 2 3. Polarization linear (vertical) with latest amendments
297 Part G - Firmware update and version check through Can be mentioned as RfP provision remains unchanged
Annexure IV , controller The firmware version check shall be possible
I. 11 through controller or PC based application
298 Part G - Single colour (Amber, can vary) Amber as per IS16490 standard Kindly refer point no. 96 of Part 2, Table 1 of
Annexure IV , Corrigendum 8
I. 12
299 Part G - 200 – 8000 Hz 200 - 6000 Hz minimum RfP provision remains unchanged
Annexure IV ,
III. A. 1

76

Additional Documents - Response to pre bid documents 236


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
300 Part G - 500Ω 5000 Ω RfP provision remains unchanged
Annexure IV ,
III. A. 3
301 Part G - 1.8 – 2.5 m 1.8 m minimum RfP provision remains unchanged
Annexure IV ,
III. A. 4
302 Part G - 3.7 ohms micro level spec can be deleted RfP provision remains unchanged
Annexure IV ,
III. B. 2
303 Part G - 170 Hz ± 20% micro level spec can be deleted RfP provision remains unchanged
Annexure IV ,
III. B. 3
304 Part G - Fo~ 20KHz micro level spec can be deleted RfP provision remains unchanged
Annexure IV ,
III. B. 4
305 Part G - 90dB ± 2dB @300,400,500,600Hz micro level spec can be deleted RfP provision remains unchanged
Annexure IV ,
III. B. 5
306 Part G - 6.99 V micro level spec can be deleted RfP provision remains unchanged
Annexure IV ,
III. B. 6
307 Part G - 15 Watt, Maximum Input: 20 Watt micro level spec can be deleted RfP provision remains unchanged
Annexure IV ,
III. B. 7
308 Part G - POE through BDC. Should be automatically Can be mentioned as RfP provision remains unchanged
Annexure IV , switched on with engine and power down on Power to be provided from BDC / MNVR.
I. 1 ignition OFF
309 Part G - POE through BDC. Should be automatically Can be mentioned as RfP provision remains unchanged
Annexure IV , switched on with engine and power down on Power to be provided from BDC / MNVR.
I. 1 ignition OFF
310 Part G - 1/3" 2 Megapixel progressive scan Aptina Can be RfP provision remains unchanged
Annexure IV , CMOS 1/3" CMOS type sensor
I. 5

77

Additional Documents - Response to pre bid documents 237


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
311 Part G - Min 30 m Max 12 m distance RfP provision remains unchanged
Annexure IV ,
I. 6
312 Part G - Min 30 m 10m Noted
Annexure IV ,
I. 6
313 Part G - DWDR, Day/ Night (ICR), 3DNT, AWB, AGC, Only BLC can be mentioned RfP provision remains unchanged
Annexure IV , BLC
I. 7
314 Part G - Rugged, vibration, shock and tamper proof AS per IS 16833 standard RfP provision remains unchanged
Annexure IV , Metal housing, Aviation Connectors
I. 12 Installation: Anti Vibration with Adjust Angle;
• Horizontal: 0~355 degree with 3-point
locking
• Vertical:0~90 degree with 2-point locking
315 Part G - Camera should engage with the reverse gear Reverse display shall be provided. Alert to RfP provision remains unchanged
Annexure IV , engage on buses and display the back view the driver will not be provided
I. 13 of the bus on BDC display to the driver.
Camera should make alert to the driver
based on the distance from the objects while
reverse the bus
316 Part G - As per UBS II guidelines, the data from Can be mentioned as Kindly refer point no. 97 of Part 2, Table 1 of
Annexure IV , multiplexing nodes, on a CAN 2.0 / OBD II Multiplexing system shall be provided as per Corrigendum 8
1 Interface, should include parameters from: AIS153 with amendements.
1. Vehicle electrical system powered through As per UBS II guidelines, the data from
multiplexing nodes multiplexing nodes, on a CAN 2.0 should
2. Vehicle safety and performance features include parameters from:
3. Engine and transmission 1. Multiplexing node
4. Diesel bus electronics data 2. Vehicle safety and performance features
3. Transmission (in case of AT)
4. Engine (for diesel/CNG vehicles)
6. for motor controller (for EV)
317 Part G - As per UBS II guidelines, the data from The following parameters of UBS II shall be RfP provision remains unchanged
Annexure IV , multiplexing nodes, on a CAN 2.0 / OBD II available for these buses, which are mostly
1 Interface, should include parameters from: required for city bus applications.

78

Additional Documents - Response to pre bid documents 238


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
1. Vehicle electrical system powered through
multiplexing nodes
2. Vehicle safety and performance features
3. Engine and transmission
4. Diesel bus electronics data
318 Part G - • Fuel /Oil level/ Pressure To be mentioned as RfP provision remains unchanged
Annexure IV , • Fuel Level Indicator System (in Litres) - VHMD parameter list (List is indicative and
1. b Display in Dashboard for guidance. To be finalized by respective
• Braking pedal position purchasers / operator) as per UBS2
• Accelerator pedal position and kick down addendum
• Brake pad condition and brake pedal
temperature (in case of electronically
controlled disc brakes)
• Door interlock
• Kneeling interlock (wherever provided) •
Gas leakage detection (wherever provided)
• Fire detection/suppression (wherever
provided)
• Tyre Pressure Monitoring System (To
ensure Tyre Air Pressure and Tyre
Temperature in each wheel)
• Tubeless Tyre -Parameters { like
Pressure, skid indicators)
• Battery Health condition monitoring System
319 Part G - • Fuel /Oil level/ Pressure Fuel – Yes , RfP provision remains unchanged
Annexure IV , Oil Level – No ,
1. b Oil pressure - Yes
320 Part G - Fuel Level Indicator System (in Litres) - Yes RfP provision remains unchanged
Annexure IV , Display in Dashboard
1. b
321 Part G - Braking pedal position Not available RfP provision remains unchanged
Annexure IV ,
1. b

79

Additional Documents - Response to pre bid documents 239


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
322 Part G - Accelerator pedal position and kick down Yes RfP provision remains unchanged
Annexure IV ,
1. b
323 Part G - Brake pad condition and brake pedal N.A We are seeking deviation for front RfP provision remains unchanged
Annexure IV , temperature (in case of electronically disc/rear disc Vs Drum brakes which we will
1. b controlled disc brakes) offer
324 Part G - Door interlock Not available RfP provision remains unchanged
Annexure IV ,
1. b
325 Part G - Kneeling interlock (wherever provided) NA RfP provision remains unchanged
Annexure IV ,
1. b
326 Part G - Gas leakage detection (wherever provided) NA RfP provision remains unchanged
Annexure IV ,
1. b
327 Part G - Fire detection/suppression (wherever Separate indicator provided not as VHMD RfP provision remains unchanged
Annexure IV , provided) Parameter
1. b
328 Part G - Tyre Pressure Monitoring System (To ensure NA RfP provision remains unchanged
Annexure IV , Tyre Air Pressure and Tyre Temperature in
1. b each wheel)
329 Part G - Tyre Pressure Monitoring System (To ensure NA RfP provision remains unchanged
Annexure IV , Tyre Air Pressure and Tyre Temperature in
1. b each wheel)
330 Part G - Battery Health condition monitoring System Display of Battery Voltage & Malfunctioning Noted
Annexure IV , avl on cluster
1. b
331 Part G - II , • Engine CAN status To be mentioned as RfP provision remains unchanged
Annexure IV , • Engine oil pressure VHMD parameter list (List is indicative and
1. c • Engine coolant temperature for guidance. To be finalized by respective
• Engine speed in RPM purchasers / operator) as per UBS2
• Vehicle speed (torque) addendum
• Diagnostic message (engine specific)

80

Additional Documents - Response to pre bid documents 240


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
332 Part G - • Transmission CAN status To be mentioned as RfP provision remains unchanged
Annexure IV , • Transmission output shaft speed VHMD parameter list (List is indicative and
II , 1.d • Transmission input shaft speed for guidance. To be finalized by respective
• Transmission current gear purchasers / operator) as per UBS2
• Transmission oil filter restriction switch addendum
• Transmission oil life remaining
• Transmission service indicator
• Transmission sump oil temperature
• Transmission oil level high / low
• Hydraulic retarder oil temperature
• Accelerator pedal
• Diagnostic message (transmission specific)
333 Part G - II , • Engine CAN status • Engine CAN status - Yes Noted
Annexure IV , • Engine oil pressure • Engine oil pressure - Yes
1. c • Engine coolant temperature • Engine coolant temperature - Yes
• Engine speed in RPM • Engine speed in RPM - Yes
• Vehicle speed (torque) • Vehicle speed (torque) - Yes
• Diagnostic message (engine specific) • Diagnostic message (engine specific) - Yes
334 Part G - • Transmission CAN status • Transmission CAN status - Not Available RfP provision remains unchanged
Annexure IV , • Transmission output shaft speed • Transmission output shaft speed - Yes
II , 1.d • Transmission input shaft speed • Transmission input shaft speed - Yes
• Transmission current gear • Transmission current gear - Yes
• Transmission oil filter restriction switch • Transmission oil filter restriction switch - Not
• Transmission oil life remaining Available
• Transmission service indicator • Transmission oil life remaining - Not
• Transmission sump oil temperature Available
• Transmission oil level high / low • Transmission service indicator - Not
• Hydraulic retarder oil temperature Available
• Accelerator pedal • Transmission sump oil temperature - Not
• Diagnostic message (transmission specific) Available
• Transmission oil level high / low - Not
Available
• Hydraulic retarder oil temperature - NA
• Accelerator pedal - NA
• Diagnostic message (transmission specific)
- - Not Available

81

Additional Documents - Response to pre bid documents 241


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
335 Part G - II , • Drivers demand of engine torque To be mentioned as RfP provision remains unchanged
Annexure IV , percentage VHMD parameter list (List is indicative and
1. e • Actual engine torque percentage for guidance. To be finalized by respective
• Engine and retarder torque purchasers / operator) as per UBS2
• Engine speed addendum
• Source address controlling device
• Engine starter mode
• Engine demand torque percentage
• Accelerator pedal 2 low Idle switch
• Road speed limit status
• Accelerator pedal kick down switch
• Accelerator pedal low Idle Switch
• Accelerator pedal position
• Percent load at current speed
• Remote accelerator pedal position
• Accelerator pedal position 2
• Vehicle acceleration rate limit status
• Engine temperature
336 Part G - II , • Engine coolant temperature To be mentioned as RfP provision remains unchanged
Annexure IV , • Fuel temperature VHMD parameter list (List is indicative and
1. e • Engine oil temperature for guidance. To be finalized by respective
• Turbo oil temperature purchasers / operator) as per UBS2
• Engine intercooler temperature addendum
• Engine intercooler thermostat opening
• Engine fluid level pressure
• Fuel delivery pressure
• Extended crankcase blow by pressure
• Engine oil level
• Engine oil pressure
• Crankcase pressure
• Coolant pressure
337 Part G - II , • Coolant level, Coolant Condition (% of To be mentioned as RfP provision remains unchanged
Annexure IV , Ethylene Glycol) VHMD parameter list (List is indicative and
1. e • Alternator (Volt) Output monitoring System for guidance. To be finalized by respective
purchasers / operator) as per UBS2
addendum

82

Additional Documents - Response to pre bid documents 242


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
338 Part G - II , • Drivers demand of engine torque • Drivers demand of engine torque RfP provision remains unchanged
Annexure IV , percentage percentage - Not Available
1. e • Actual engine torque percentage • Actual engine torque percentage - Not
• Engine and retarder torque Available
• Engine speed • Engine and retarder torque - NA
• Source address controlling device • Engine speed - Yes
• Engine starter mode • Source address controlling device - Not
• Engine demand torque percentage Available
• Accelerator pedal 2 low Idle switch • Engine starter mode - Not Available
• Road speed limit status • Engine demand torque percentage - Not
• Accelerator pedal kick down switch Available
• Accelerator pedal low Idle Switch • Accelerator pedal 2 low Idle switch - Not
• Accelerator pedal position Available
• Percent load at current speed • Road speed limit status - Not Available
• Remote accelerator pedal position • Accelerator pedal kick down switch - Not
• Accelerator pedal position 2 Available
• Vehicle acceleration rate limit status • Accelerator pedal low Idle Switch - Not
• Engine temperature Available
• Accelerator pedal position - Yes
• Percent load at current speed - Not
Available
• Remote accelerator pedal position - Not
Available
• Accelerator pedal position 2 - Not Available
• Vehicle acceleration rate limit status - Not
Available
• Engine temperature - Yes
339 Part G - II , • Engine coolant temperature • Engine coolant temperature - Yes RfP provision remains unchanged
Annexure IV , • Fuel temperature • Fuel temperature - Not Available
1. e • Engine oil temperature • Engine oil temperature - Yes
• Turbo oil temperature • Turbo oil temperature - Not Available
• Engine intercooler temperature • Engine intercooler temperature - Not
• Engine intercooler thermostat opening Available
• Engine fluid level pressure • Engine intercooler thermostat opening - Not
• Fuel delivery pressure Available
• Extended crankcase blow by pressure • Engine fluid level pressure - Not Available

83

Additional Documents - Response to pre bid documents 243


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
• Engine oil level • Fuel delivery pressure - Yes
• Engine oil pressure • Extended crankcase blow by pressure - Not
• Crankcase pressure Available
• Coolant pressure • Engine oil level - Yes
• Engine oil pressure - Yes
• Crankcase pressure - Not Available
• Coolant pressure - Not Available
340 Part G - II , • Coolant level, Coolant Condition (% of • Coolant level, Coolant Condition (% of RfP provision remains unchanged
Annexure IV , Ethylene Glycol) Ethylene Glycol) - Not Available
1. e • Alternator (Volt) Output monitoring System • Alternator (Volt) Output monitoring System
- Yes
341 Part G - II , CAN 2.0 (J1939 Connector) / OBD-II Yes RfP provision remains unchanged
Annexure IV , Connector
1. f
342 Part G - II , Telematics System (VHMD) real time Yes RfP provision remains unchanged
Annexure IV , warning to CCC
1. g o Open public communications network
services (4G and above) and download
compatibility
Telematics System (VHMD) end of the day
to depot
• IEEE 802.11 Wireless LAN (Wi-Fi) via 'Back
haul' at depot
343 Part G - II , Nine points, tri temperature/tri voltage- 18V, As per UBS2 addendum vide letter RfP provision remains unchanged
Annexure IV , 27V, 32V,-25°C, room temperature, +85°C No.K14011/39/2007-UT(Vol.II) dated 7th
1 test. At each test point the system will be Nov 2013
powered on and shut down 5 times as per the Can be mentioned as
supplier’s designated procedure and
thereafter evaluated for malfunction if any Nine points, tri temperature/tri voltage- 18V,
27V, 32V,-25°C, room temperature, +80°C
test. At each test point the system will be
powered on and shut down 5 times as per the
supplier’s designated procedure and
thereafter evaluated for malfunction if any

84

Additional Documents - Response to pre bid documents 244


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
344 Part G - II , IS 9000 (Part II/Sec 4)-1977 (reaffirmed As per UBS2 addendum vide letter RfP provision remains unchanged
Annexure IV , 2004) at -25⁰C for 2 hours in ‘on’ condition No.K14011/39/2007-UT(Vol.II) dated 7th
2 Nov 2013
Can be mentioned as
IS 9000 (Part II/Sec 4)-1977 (reaffirmed
2004) at -15⁰C for 2 hours in ‘on’ condition
345 Part G - II , • Frequency 5~50Hz and return to 5Hz at a as per UBS2 addendum vide letter RfP provision remains unchanged
Annexure IV , linear sweep period of 1 No.K14011/39/2007-UT(Vol.II) dated 7th
5 minute/complete sweep cycle and 10g at Nov 2013
maximum frequency
Excursion -1.6 mm peak to peak over the • Frequency 5~55Hz and return to 5Hz at a
specified frequency range linear sweep period of 1 minute/complete
Test duration 60 minutes sweep cycle and 10G at maximum frequency
• Direction of vibration –X, Y, Z axis of Excursion -1.65 mm peak to peak over the
device as it is mounted on the vehicle. specified frequency range
Test duration 60 minutes
• Direction of vibration –X, Y, Z axis of device
as it is mounted on the vehicle.
346 Part G - II , IS /IEC 60947-1:2004 in conjunction with as per UBS2 RfP provision remains unchanged
Annexure IV , IS/IEC 60529:2001– ‘PIS signs’ IP66, IS /IEC 60947-1:2004 in conjunction with
6 ‘SCU’(OBU) IP 66, ‘BDC’ IP66, ‘nodes’ IP54 IS/IEC 60529:2001– ‘PIS signs’ IP66,
‘SCU’(OBU) IP 65, ‘BDC’ IP65, ‘nodes’ IP54
347 Part G - II , AIS -012 As per UBS2 addendum vide letter RfP provision remains unchanged
Annexure IV , No.K14011/39/2007-UT(Vol.II) dated 7th
17 Nov 2013
AIS 010, (Part 5), (Rev 1), 2010
348 Part G - II , Limit towards green: y ≤ x-0.120 As per UBS2 addendum vide letter RfP provision remains unchanged
Annexure IV , Limit towards red: y ≥ 0.390 No.K14011/39/2007-UT(Vol.II) dated 7th
18 Limit towards white: y ≥ 0.790-0.670x Nov 2013
In accordance with CIE 127 condition B
Limit towards green: y ≤ x-0.120
Limit towards red: y ≥ 0.390
Limit towards white: y ≥ 0.790-0.670x
Reference to AIS 010, (Part 5), (Rev 1), 2010

85

Additional Documents - Response to pre bid documents 245


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
349 Part G - II , Annexure V – Indicative List of Data Types Shall be mentioned as RfP provision remains unchanged
Annexure V and Packet Format for Onboard ITS for VTS/Telematics shall be certified for AIS140
Integration with Backend Systems as all packet structures are defined in
standard.
350 Part G - II , 1. Start Character - $ 1. VTS and ITS; two separate device will be RfP provision remains unchanged
Annexure V 2. Header - The header of the packet/ provided for backend integration.
identifier 2. VTS will be integrated with Govt. server
3. Vendor ID - Vendor identification header only as per AIS 140 protocol and ITS will be
4. Firmware Version - Version details of the integrated with customer server.
Firmware used in EX.1.0.0 3. Details mentioned Annexure 5 will be
5. Packet Type - Specify the packet type transferred via VTS
• NR = Normal
• EA = Emergency Alert
• TA = Tamper Alert (Optional)
• HP = Health Packet
• IN = Ignition On
• IF = Ignition Off
• BD = Vehicle Battery Disconnect
• BR = Vehicle Battery Reconnect
• BL = Internal Battery Low
351 Miscellaneous Proposed ITS system as per UBS II Deviation Required Query not clear
(Excluding Pole validator)
352 Miscellaneous FDAS/ FDSS is Proposed in engine area Deviation Required Query not clear
against FDSS in complete saloon area
353 Miscellaneous Telematics standard VECV offering will be Deviation Required Query not clear
provided
354 Miscellaneous Homologation document will be submitted at Deviation Required Query not clear
time Fully buitup inspection (120 days of PO)
355 Miscellaneous Drum brakes against Disc brakes Deviation Required Query not clear
356 Miscellaneous Waveller suspension against air suspension Deviation Required Query not clear
357 Miscellaneous As vehicle level Homologation certification to Deviation Required Query not clear
be given- So part level/Component level, test
report/Certification limits to as min as
possible.

86

Additional Documents - Response to pre bid documents 246


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

Table 2 Response to queries pertaining to Part G of RfP Package 2

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
1 Part G - I, 1 The specifications cover end-use-based Kindly clarify this requirement in the context Kindly refer point no. 2 of Part 2 of
design, evaluation, fabrication & testing of 1300mm floor height buses as such Corrigendum 8
features of diesel fuelled 11-metre- long category buses are not mandated with
type II NDX buses for transportation of provisions for PWDs
passengers mainly in TNSTC’s designated
PT operational areas. The bus design
should be modern, energy efficient,
environment friendly, safe, efficient and
reliable besides meeting all statutory,
regulatory, legal and other requirements, as
also those related to easy passenger
accessibility including for Persons with
Disabilities (PwDs); passenger comfort,
driver’s work place, internal and external
aesthetics, ease of repair and maintenance
etc.
2 Part G - I, 1 Specifications would comply with all Kindly clarify this requirement in the context Kindly refer point no. 3 of Part 2 of
applicable Central, State and local laws of 1300mm floor height buses as such Corrigendum 8
(including Acts, Rules & Regulations). category buses are not mandated with
These would include, but not be limited to, provisions for PWDs
the provisions of Disability Act 1995 as
amended till date as well as state and local
accessibility, safety, emission and other
requirements. The bus would meet or
exceed the Central Motor Vehicles Rules
(CMVR) of India/ Safety Norms, Emission,
Noise& other norms applicable at the time of
supply. In the event of any conflict between
requirements emanating from this
specification and those as per any
statutory/legal, etc. in force, the superior/
higher requirements/Standards would
prevail.

87

Additional Documents - Response to pre bid documents 247


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
3 Part G - I, 1 Specifications would comply with all Will not meet provisions of disability act Kindly refer point no. 3 of Part 2 of
applicable Central, State and local laws 1995 for type II mofussil bus with higher Corrigendum 8
(including Acts, Rules & Regulations). floor height.
These would include, but not be limited to,
the provisions of Disability Act 1995 as
amended till date....
4 Part G - I, 1 The word “Bus” or “Buses” wherever used in We shall be supplying bus which will meet Kindly refer point no. 4 of Part 2 of
the specification means the “> 10800 mm floor height of 1130 mm ± 10 mm. Corrigendum 8
long diesel fuelled BS VI compliant non-air-
conditioned 11-metre-long standard floor
bus with 1150 mm ± 10 mm floor height”
as per specifications given in this document.
The type II NDX buses would have right
hand drive.
5 Part G - I, 1 The bus design should be modern, energy Type II Mofussil bus with higher floor height Kindly refer point no. 5 of Part 2, Table 2 of
efficient, environment friendly, safe, efficient will not meet accessibility for PwD’s. Corrigendum 8
and reliable besides meeting all statutory,
regulatory, legal and other requirements, as
also those related to easy passenger
accessibility including for Persons with
Disabilities (PwDs); passenger comfort,
driver’s work place, internal and external
aesthetics, ease of repair and maintenance
etc.
6 Part G - I, 1 For PT operations in designated areas of Bus will be provided meeting CMVR Kindly refer point no. 6 of Part 2, Table 2 of
TNSTC, a fully built type II NDX bus as per including AIS 052 & AIS 153. Corrigendum 8. The Type approval needs to
specs detailed in this document and those UBS II not applicable for Type II buses and comply with relevant bus body codes such
of AIS 052/ AIS 153 / UBS II / CMVR / cannot be provided. as AIS 052/AIS 053 and others. However,
TNMVR, BIS Standards, etc is envisaged. where applicable provisions pertaining to
UBS II specifications need to be adhered to
7 Part G - I, 1 For PT operations in designated areas of AIS 052/ AIS 153 / / CMVR / TNMVR, BIS Kindly refer point no. 6 of Part 2, Table 2 of
TNSTC, a fully built type II NDX bus as per Standards, etc. is envisaged. except UBS II Corrigendum 8. The Type approval needs to
specs detailed in this document and those comply with relevant bus body codes such
of AIS 052/ AIS 153 / UBS II / CMVR / as AIS 052/AIS 053 and others. However,
TNMVR, BIS Standards, etc is envisaged.

88

Additional Documents - Response to pre bid documents 248


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
where applicable provisions pertaining to
UBS II specifications need to be adhered to
8 Part G - I , 1 The vehicle manufacturer shall ensure to Type II mofussil buses with higher floor Kindly refer point no. 7 of Part 2, Table 2 of
meet the requirements as given in......... and height supplied shall not be in compliance to Corrigendum 8
also comply with “Harmonised Guidelines Harmonised Guidelines.
and Space Standards for Barrier-Free Built
Environment for persons with Dis comply
with harmonized guidelines applicable for
various floor heights of bus variants as per
amendments and other statutory /
mandatory provisions as on date, issued by
the Government, at the time of submission
of tender.
9 Part G - I , 2.1 Fully built buses would generally be Bus will be provided meeting CMVR The Type approval needs to comply with
designed and manufactured in accordance including AIS 052 & AIS 153. relevant bus body codes such as AIS
with the applicable aspects of urban Bus UBS II not applicable for Type II buses and 052/AIS 053 and others. However, where
Specification (UBS II) & ‘Code of Practice cannot be provided. applicable provisions pertaining to UBS II
for Bus Body Design and Approval’ (AIS specifications need to be adhered to
052)- hereinafter referred to as Bus Code;
as applicable to buses in India /CMVR
rules/Tamil Nadu Motor Vehicle Rules
(TNMVR) whichever is superior. Details of
relevant standard followed would be
indicated against each item.
10 Part G - I , 2.1 Fully built buses would generally be Kindly clarify this requirement in the context The Type approval needs to comply with
designed and manufactured in accordance of 1300mm floor height buses as such relevant bus body codes such as AIS
with the applicable aspects of urban Bus category buses are not mandated to meet 052/AIS 053 and others. However, where
Specification (UBS II) & ‘Code of Practice UBS II requirements. applicable provisions pertaining to UBS II
for Bus Body Design and Approval’ (AIS specifications need to be adhered to
052)- hereinafter referred to as Bus Code;
as applicable to buses in India /CMVR
rules/Tamil Nadu Motor Vehicle Rules
(TNMVR) whichever is superior. Details of
relevant standard followed would be
indicated against each item.

89

Additional Documents - Response to pre bid documents 249


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
11 Part G - I , 2.3 Bus would be designed to carry commuters Kindly clarify this requirement in the context Kindly refer point no. 8 of Part 2, Table 2 of
in TNSTC with ease of boarding and of 1300mm floor height buses as such Corrigendum 8
alighting especially for ladies, senior category buses are not mandatedto meet
citizens and PwDs. UBS II requirements.
12 Part G - I , 2.3 Bus would be designed to carry commuters Type II mofussil bus with higher floor height Kindly refer point no. 8 of Part 2, Table 2 of
in TNSTC with ease of boarding and may not be suited for boarding/alighting Corrigendum 8
alighting especially for ladies, senior requirements of PwD’s.
citizens and PwDs.
13 Part G - I , 2.4 Bus design would be suitable for daily Max. attainable speed will be limited to RfP provision remains unchanged
operation of 10 to 12 hours in TNSTC with 80kmph through ECU.
peak loading of more than 52 passengers in
11-metre-long buses (each passenger As per GSR 290(E) issued by MoRTH dated
weighing 68 Kgs on an average and 15th April 2015, under CMV rule 118 the
carrying a load of 25 kgs each), average vehicle manufacturer shall limit the
journey speed of about 45 Kms per hour maximum speed to 80kmph for the transport
with frequent starts/stops, say, after every Category vehicles through SLD/SLF to 80
1500 to 2500 metres. The minimum max kmph confirming to AIS : 018/2001
attainable speed of the bus would be in
range of 80 kmph with cruising speeds of
about 60 kms per hour.
14 Part G - I , 2.7 Bus design should meet all statutory Meets CMVR ,AIS 052 AIS 153 RfP provision remains unchanged. The
requirements applicable to TNSTC in all requirements. Type approval needs to comply with
respects. relevant bus body codes such as AIS
052/AIS 053 and others. Bidder is
requested to carry out due diligence on the
various statutory requirements of TNSTC
15 Part G - I , 2.8, The bus structure would meet requirements Kindly clarify this requirement in the context Kindly refer point no. 9 of Part 2, Table 2 of
vi of structural strength, stability, deflection, of 1300mm floor height buses as such Corrigendum 8
vibration, crashworthiness, roll over category buses are not mandatedto meet
protection etc. amongst others for at least UBS II requirements
the following main static and dynamic loads
including those as per annexure 3 of UBS II:
vi. Front impact loads
16 Part G - I , 2.8, The bus structure would meet Bus will be provided meeting CMVR Kindly refer point no. 9 of Part 2, Table 2 of
viii requirements......for at least the following including AIS 052 & AIS 153. Corrigendum 8

90

Additional Documents - Response to pre bid documents 250


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
main static and dynamic loads including UBS II not applicable for Type II buses and
those as per annexure 3 of UBS II: cannot be provided.

viii. Speed breaker induced loads


17 Part G - I, 2.10 Minimum required performance values/ Kindly clarify this requirement in the context Kindly refer point no. 10 of Part 2, Table 2 of
data for above load conditions may be of 1300mm floor height buses as such Corrigendum 8
considered as follows…. category buses are not mandatedto meet
UBS II requirements
18 Part G - I, 2.10 Minimum required performance values….. Bus will be provided meeting CMVR Kindly refer point no. 10 of Part 2, Table 2 of
including AIS 052 & AIS 153. Corrigendum 8

UBS II not applicable for Type II buses and


cannot be provided.
19 Part G - I, 2.10, Minimum required performance values/ Request authority to consider tolerance of Kindly refer point no. 11 of Part 2, Table 2 of
i data for above load conditions may be ±12% for Factor of safety. Corrigendum 8
considered as follows: i. Strength (Factor of safety): minimum of
i. Strength (Factor of safety): minimum of 1.35 (tolerance ±12%) i.e. design stress
1.35 (tolerance ±10%) i.e. design stress would be 1/1.35th of yield stress.
would be 1/1.35th of yield stress.
20 Part G - I, 2.11 The bus, loaded to Gross Vehicle Weight Will meet requirement for GVW and Crush RfP provision remains unchanged
(GVW), with crush load and under static load of 64 Passengers considering GVW of
conditions, would not exhibit deflection or the vehicle. (each passenger weighing 68
deformation that impairs the operation of Kgs on an average and carrying a load of
steering mechanism, doors, windows, 25kgs each) in which case total 5952 kgs
passenger escape mechanisms and service will be passenger payload.
doors, etc.
21 Part G - I, 2.12 Manufacturer’s certificate supported by Type Approval ARAI Certificate shall be Kindly refer point no. 12 of Part 2, Table 2 of
testing and type approval agency’s provided. Corrigendum 8
certificates along with the bus as also
technical specifications/drawings required
for inspection, performance assessment as
above to be supplied along with the bus.
Besides meeting the statutory
requirements, the type II NDX bus would be
designed with respect to its body and

91

Additional Documents - Response to pre bid documents 251


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
different aggregates/systems /sub systems
to operate satisfactorily in designated
transport services for at least 9 years or 12,
00,000Kms whichever is earlier.
22 Part G - I, 2.15 Material used in construction of buses would Type Approval ARAI Certificate shall be RfP provision remains unchanged
be as per Bureau of Indian Standards (BIS)/ provided.
Automotive Industry Standards (AIS)/
specifications and/or other international
specifications meeting/ surpassing
performance & other requirements as given
in the Bus Code. In absence of above
specifications, Association of State Road
Transport Undertakings (ASRTU)
specifications could be followed. Wherever
Indian Standards are not available,
internationally acceptable Standards may
be referred. Specifications/ Standards
followed would conform to
Specification/Standards as amended /up
dated/ or the latest published by the
concerned agencies. Wherever no
specifications of any item have been notified
as International/ National Standards etc.
actual specifications of that item used be
mentioned. Guaranteed life of the bus and
its other aggregates be indicated item by
item. Periodical maintenance schedule for
obtaining the said life of the bus be also
indicated.
23 Part G - I , 3.1 Diesel fuelled engine would have We strongly recommend for Min. rated RfP provision remains unchanged
appropriate horsepower to obtain desired engine HP of
performance in respect of its adequacy of 145kw(195HP) to be developed between
power, acceleration levels, emission norms, 1800-2400 RPM and Min. engine peak
specific fuel consumption etc. torque of 700 Nm to be developed between
1200-1900 RPM for adequate

92

Additional Documents - Response to pre bid documents 252


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
engine performance for TN STC duty cycle
requirements.
24 Part G - I ,3.2 Performance data/curves and other details Performance data/curves, details of engine Kindly refer point no. 13 of Part 2, Table 2 of
of the engine have to be supplied. A and calculations are proprietary property of Corrigendum 8
detailed set of calculations indicating OEM and cannot be shared.
adequacy of said engine for proposed type
II NDX bus be provided along with all Self-Certification from OEM will be
performance parameters of selected engine submitted indicating adequacy of said
engine for proposed urban bus meeting all
performance parameters of RFP
25 Part G - I , 3.4 Engine compartment would be We meet Indian standards specified under Kindly refer point no. 14 of Part 2, Table 2 of
insulated…… The firewalls shall satisfy the IS15061 flammability standard and duly Corrigendum 8
requirements defined in Federal Transit followed by Indian CMVR.
Administration (FTA) of United States
standard Docket 90, dated October 20,1993 Reference to other countries standards to
or equivalent standards. be removed from RFP and will not be made
available.
26 Part G - I , 3.6 Engine noise and emission levels must We will meet CMVR / AIS 153 norms. Kindly refer point no. 15 of Part 2, Table 2 of
conform to the Central Motor Vehicle Rules UBS II not applicable for Type II mofussil Corrigendum 8
(CMVR)/ UBSII /AIS 052 any other Indian buses and cannot be provided.
Standards, adopting the most superior one.
27 Part G - I , 3.6 Engine noise and emission levels must For Type-II application, it is not mandatory Kindly refer point no. 15 of Part 2, Table 2 of
conform to the Central Motor Vehicle Rules to follow UBS-II norms. Vehicle is meeting Corrigendum 8
(CMVR)/ UBSII /AIS 052 any other Indian the CMVR/AIS 052 & AIS 153 regulatory
Standards, adopting the most superior one. requirement
28 Part G - I , 3.7 Specific fuel consumption of diesel per KW CSFC test report certified by ARAI will be Kindly refer point no. 16 of Part 2, Table 2 of
hour at Standard conditions (e.g., an Indian submitted. Corrigendum 8
/ ECE’s Highway Driving Cycle and or any For guaranteed fuel consumption, Authority
other equivalent or better followed by the to share specific test route of typical
test agencies) would be indicated along with operating condition in Tamil Nadu along
guaranteed fuel consumption level with test parameters to establish and
(kilometres per litre of diesel) under GVW declare fuel consumption.
and the standard operational conditions /
cycle of type II NDX buses.

93

Additional Documents - Response to pre bid documents 253


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
29 Part G - I , 3.10 Details of make / model etc. of various items ARAI Certificate shall be provided. RfP provision remains unchanged
of engine system and its subsystems would
be provided as part of bid.
30 Part G - I ,5.1 Heavy duty Synchromesh Manual We strongly recommend to use RfP provision remains unchanged
transmission system having minimum 5 transmission system with clutch pedal less
forward and one reverse gear would be gearshift to driver which will greatly reduce
provided. driver fatigue, improve passenger
experience and enable consistent mileage
by removing driver skill as a variable.
31 Part G - I ,5.2 Transmission system be fitted with a This can be met only when gear shift is RfP provision remains unchanged
mechanism which makes it possible to automated instead of mechanical gear
engage reverse gear only when vehicle is shifting.
stationary.
32 Part G - I ,5.3 Details of make / model etc. of various items ARAI Certificate shall be provided. RfP provision remains unchanged
of transmission system would be provided
as part of bid.
33 Part G - I , 5.4 Mechanical Clutch system using single dry Single dry plate push type clutch will be Kindly refer point no. 17 of Part 2, Table 2 of
plate push type clutching system would be offered. Clutch actuation with only air Corrigendum 8
provided. assisted hydraulic booster will be offered.
34 Part G - I , 6.1 The bus would be fitted with air suspension Front Semi -elliptic spring with Shock Kindly refer point no. 18 of Part 2, Table 2 of
system at rear axles and parabolic leaf absorber, without Anti roll bar will be Corrigendum 8
spring waveller type suspension at front. provided
35 Part G - I , 6.1 The bus would be fitted with air suspension Weveller + Rear Pneumatic suspension Kindly refer point no. 18 of Part 2, Table 2 of
system at rear axles and parabolic leaf Corrigendum 8
spring waveller type suspension at front.
The suspension system would be fitted with
shock absorbers, suitable for trouble free
operation and jerk free comfortable ride in
existing road conditions of TNSTC
operational areas.
36 Part G - I , 6.2 The suspension system shall permit a For Front suspension: Jounce - 69mm / Kindly refer point no. 19 of Part 2, Table 2 of
minimum wheel travel of 90 mm jounce- Rebound - 101mm will be provided Corrigendum 8
upward travel of a wheel when the bus hits
a bump (speed breaker), and 75 mm Air Suspension is offered only in rear, fitted
rebound downward travel when the bus with Pneumatically controlled levelling

94

Additional Documents - Response to pre bid documents 254


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
comes off a bump and the wheels fall valves, for automatic height adjustment
relative to the body. Rebound travel may be within range of 15mm from centerline of
limited hydraulically within the shock wheels.
absorbers. Suspension system shall
incorporate appropriate devices for Front mechanical suspension will not have
automatic height control so that regardless automatic height adjustment provision.
of load the bus height relative to the
centreline of the wheels does not change
more than 12 mm at any point from the
required height.
37 Part G - I , 6.2 The suspension system shall permit a Comply for Rear pneumatic suspension. Kindly refer point no. 19 of Part 2, Table 2 of
minimum wheel travel of 90 mm jounce- Corrigendum 8
upward travel of a wheel when the bus hits
a bump (speed breaker), and 75 mm
rebound downward travel when the bus
comes off a bump and the wheels fall
relative to the body. Rebound travel may be
limited hydraulically within the shock
absorbers. Suspension system shall
incorporate appropriate devices for
automatic height control so that regardless
of load the bus height relative to the
centreline of the wheels does not change
more than 12 mm at any point from the
required height.
38 Part G - I , 8.1 The braking system would be full pneumatic Request to consider Front & Rear drum Kindly refer point no. 20 of Part 2, Table 2 of
type with fail- safe dual circuit having four- brakes. Corrigendum 8
way protection valve, auto slack adjuster, In case of Disc brake at front, Product
disc brakes in front and drum brakes at rear, development, testing and certification time
with non-asbestos brake pads / linings shall be additionally required apart from the
having temperature and wear tender timelines. (approx. 12 months)
characteristics suitable for type II NDX bus
operations. Brake squeal would be absent
under normal conditions of operation. An air
compressor/dryer which minimizes oil carry
over would be fitted. Braking system would

95

Additional Documents - Response to pre bid documents 255


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
be fitted with air dryer and oil/ water
separator system. Buses would also be
provided with hand operated pneumatic flick
valve type parking brakes at rear wheels. Air
pressure line would be treated for corrosion
resistance.
39 Part G - I , 8.2 In the event of failure of engine and or loss In the event of energy source failure, RfP provision remains unchanged
of air in system, adequate provision be reservoir capacity will support to meet brake
made for obtaining effectiveness of service applications with Secondary Brake
brake system and or for deactivating the performance.
spring actuated brakes. SBA winding screw can be used for
deactivating the Spring brake.
40 Part G - I , 9.1 Thebuswouldbefittedwithsteelradialtubedtyr Only tubeless tyres can be offered because Kindly refer point no. 21 of Part 2, Table 2 of
esofoptimalsizeanddesignconforming to front disc brake is mandatory as per tender Corrigendum 8
AIS-044 Part III with wheel rims of specification.
corresponding size conforming to AIS/ BIS:
10694 (part 3)-1991 or latest. The bus would Also tubeless tyres will have better air
be supplied with 7 sets of tyres (two on front clearance between brake drum and wheel
and four on rear wheels) fitted on the bus thereby improving overall tyre life.
plus one set as spare Stepney on-board
complete with carrier system under the floor. FSM mounted Center mounted spare wheel
carrier will be provided.
41 Part G - I , 9.1 Thebuswouldbefittedwithsteelradialtubedtyr 10R20 size tyres shall be offered. Kindly refer point no. 21 of Part 2, Table 2 of
esofoptimalsizeanddesignconforming to Corrigendum 8
AIS-044 Part III with wheel rims of
corresponding size conforming to AIS/ BIS:
10694 (part 3)-1991 or latest. The bus would
be supplied with 7 sets of tyres (two on front
and four on rear wheels) fitted on the bus
plus one set as spare Stepney on-board
complete with carrier system under the floor.
42 Part G - I , 9.2 Details of type, specifications, capacity, ARAI Certificate shall be provided. RfP provision remains unchanged
make, model etc. of tyres/wheel rims would
be provided as part of the bid.

96

Additional Documents - Response to pre bid documents 256


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
43 Part G - I , 9.4 Splash aprons of minimum 6.50mm Splash aprons of minimum 6.00mm Kindly refer point no. 22 of Part 2, Table 2 of
thickness…. thickness with tolerance of ± 1 mm will be Corrigendum 8
provided.
44 Part G - I , 10.1 Solid beam front axle & grease type front We shall be providing front axle with unitized Kindly refer point no. 23 of Part 2, Table 2 of
bearings & seals of reliable &….. selfsealed for life bearings for front disc Corrigendum 8
brake.

Hence grease type front bearings cannot be


provided.
45 Part G - I , 10.1 Solid beam reverse Elliot I-beam section Meet the requirement Kindly refer point no. 23 of Part 2, Table 2 of
type front axle & grease type front bearings ARAI Certificate shall be provided. Corrigendum 8
& seals of reliable & proven design of
adequate capacity to take care of maximum
Gross Vehicle Weight (GVW) & crush
loading expected during life span of the bus
of minimum 9 years or 12, 00,000 Kms.
whichever is earlier, complete with track rod
with replaceable ball joints at both ends,
would be provided.
46 Part G - I , 10.2 Lubricant drain plug would be magnetic Drain plug with Internal hexagon/square Kindly refer point no. 24 of Part 2, Table 2 of
type, external hex head. socket will be provided. Corrigendum 8
47 Part G - I , 10.2 The bus would be driven by a single heavy- Meet the requirement Kindly refer point no. 24 of Part 2, Table 2 of
duty rear axle of proven design, single ARAI Certificate shall be provided. Corrigendum 8
reduction, hypoid gears, full floating axle
shafts with optimal gear ratios suitable for
type II NDX bus operations with adequate
capacity to take care of maximum GVW &
crush loading expected during life span of
bus of minimum 9 years or 12,00,000 Kms.
whichever is earlier. Transfer of gear noise
to bus interior would be minimized.
Lubricant drain plug would be magnetic
type, external hex head. If a planetary gear
design is employed, oil level in the planetary

97

Additional Documents - Response to pre bid documents 257


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
gears would be easily checked through plug
or sight gauge.
48 Part G - I , 11.4 Diesel tank and other components of diesel- Request authority to accept conformity for Kindly refer point no. 27 of Part 2, Table 2 of
fuelled vehicles should conform to fuel tank only as per Indian Standard (BIS Corrigendum 8
applicable AIS / BIS standards or 15547) and CMVR regulations.
International Specs / standards in absence
of AIS /BIS specs. Additionally, requirement Reference to UN/ECE R34 standards and
of UN/ECE R34 for prevention of fires be compliance to be removed from RFP.
satisfied.
49 Part G - I , 12.1 The under frame and super structure would Dense Crush load to be updated as 64 RfP provision remains unchanged
be suitably designed to carry peak load of Passengers considering GVW of the
over 52 passengers and dense crush load vehicle. (each passenger weighing 68 Kgs
of about 80 passengers in 11-metre-long on an average and carrying a load of 25kgs
buses (each passenger weighing 68 Kgs on each) in which case total 5952 kgs will be
an average and carrying a load of 25kgs passenger payload.
each) consisting of mainly seated / standee
passengers; the superstructure of steel
tubing, bus tare weight, all other fitments
would meet performance requirements
under various loads indicated earlier.
50 Part G - I , 12.4 Samples of all materials & connections / ARAI Certificate shall be provided. RfP provision remains unchanged
joints would withstand a two weeks (336
hours) Salt Spray test in accordance with
ASTM procedure B117 with no structural
detrimental effect to normally visible
surfaces & no weight loss of over 1%.
Details of treatment provided with relevant
specification details be indicated along with
suitable calculations to reflect that the
corrosion prevention treatment meets the
requirements of minimum 9 years or
12,00,000 Kms. life whichever is earlier in
TNSTC’s operational environment. Details
of the system followed for corrosion
prevention of internal surfaces of structural

98

Additional Documents - Response to pre bid documents 258


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
tubing would be supplied. A certificate of
testing from an authorised test lab be
provided.
51 Part G - I , During structural assembly operations, a Drills and welding’s during structural assy. Kindly refer point no. 28 of Part 2, Table 2 of
12.11 number of holes are drilled and or will be treated with zinc rich primer coating. Corrigendum 8
weldments made after the corrosion
prevention treatment of Drilling done after structure stage (wire
components/structural items/members routing, other trim items fitment etc.) cannot
causing loss of such treatment and be treated. Authority to clarify for drillings
exposing these items to corrosion. done on structure post structure completion
Manufacturer would take sufficient care to stage.
carry out corrosion prevention of items so
exposed to effectively prevent corrosion.
52 Part G - I , 13.1 Bus exterior side panels would be fitted with FRP panels will be provided for Exterior RfP provision remains unchanged. Kindly
stretched steel sheet at waist level. front and rear as per Part II of detailed refer to the relevant detailed specifications
specification table, clause 15.2 b. as per 15.2 b. Part G-II
The exterior front-end panelling would be of
steel sheet while roof, rear, sides & skirt Roof panelling will be GI sheet as per OEM
panelling would be of aluminium. design and meeting AIS 052

All interior panelling would be of Acrylonitrile Interior panelling will be pre-painted GI


Butadiene Styrene (ABS) conforming to sheet as per OEM design and meeting AIS
relevant National or International Standards 052.
- equivalent or better.
Side stretch panel will be GI and skirt panels
will be aluminum as per OEM
53 Part G - I , 13.1 Bus exterior side panels would be fitted with Exterior paneling: Front & Rear face will be RfP provision remains unchanged. Kindly
stretched steel sheet at waist level. of FRP. refer to the relevant detailed specifications
Stretch panel = GI sheet as per 15.2 b. Part G-II
The exterior front-end panelling would be of Roof panel = GI
steel sheet while roof, rear, sides & skirt Interior Panel = Roof & Sides = PVC coated
panelling would be of aluminium. GI

All interior panelling would be of Acrylonitrile


Butadiene Styrene (ABS) conforming to

99

Additional Documents - Response to pre bid documents 259


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
relevant National or International Standards
- equivalent or better.
54 Part G - I , 13.4 All side skirt panels below stretch panel be Side structure will meet SUPD requirements Kindly refer point no. 29 of Part 2, Table 2 of
of such design as would facilitate quick as per Bus body code AIS 153. Corrigendum 8
replacement of any damaged panel(s) with
pre-painted panels. The side skirt would be Rear impact not applicable as per AIS 153
able to withstand side impact as per Bus body code / UBS II.
provisions of BIS: 14682-1999 or latest.
Similarly rear end would be able to
withstand rear impact as per the provisions
of BIS: 14812-2000 or latest
55 Part G - I , 13.5 Anti-drumming compound would be applied We use thermocol on inner side of entire RfP provision remains unchanged
on inner side (enclosed surfaces) of entire panelling for anti-drumming.
panelling.
We will not use any specific anti-drumming
compound on inner side of entire panelling
and cannot be offered. Authority to clarify.
56 Part G - I , 13.6 Roof structure would be thermally insulated We shall provide FR Grade thermocol for RfP provision remains unchanged
with flame retardant Polyurethane or glass roof and sides as defined under clause 13.1
wool of minimum 40 kgs/m3 density. The of Part G meeting AIS 052 / CMVR standard
specifications/ BIS Standards for aforesaid and as per OEM design.
insulating material would be supplied.
57 Part G - I , 13.7 Metal Inert Gas (MIG) welding for fabrication Tungsten Inert Gas (TIG) welding for Kindly refer point no. 30 of Part 2, Table 2 of
of aluminium components would be used. fabrication of aluminium components being Corrigendum 8
used.
58 Part G - I , 13.8 Rain gutters would be provided to prevent Rain gutters are part of exterior roof RfP provision remains unchanged
water flowing from the roof onto the shoulder panel as per OEM design and We
passenger doors, driver’s side window, and cannot provide rain gutters for exterior
exterior mirrors. mirrors which is not technically feasible.
59 Part G - I , 16.3 Doors would be Jack-Knife (JK) type. The Door flaps and brushes used in bottom RfP provision remains unchanged
door flaps shall be so designed as to provide portion of JK type door JK type door will not
positive sealing against ingress of water in prevent 100 % water entry in foot step area
the bus particularly during any water logging during water logging / flooding conditions.
/ flooding on roads.
We provide drain holes in foot step area for

100

Additional Documents - Response to pre bid documents 260


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
water draining.

This is a technical limitation.


60 Part G - I , 16.5 Door operating mechanisms, brackets etc. Our doors are tested and validated for 10 Kindly refer point no. 32 of Part 2, Table 2 of
would be maintenance free and designed Lakh open close cycles for durability. We Corrigendum 8
with lifetime durability of minimum 9 years or cannot test or validate durability for Kms /
12,00,000 Kms. whichever is earlier. years.

Doors require periodic maintenance as per


manufacturers recommendation and
schedule.
61 Part G - I , 16.9 A red “Door Closing” sign would be installed A red LED light will be installed above exit Kindly refer point no. 33 of Part 2, Table 2 of
above exit door. The sign will blink when doors and marked with “Door Closing” Corrigendum 8
door is closing. stickers above it.

LED Light will blink during door closing


operation.
62 Part G - I , A suitable device to prevent door from Can be provided with automated gearshift RfP provision remains unchanged
16.10 opening as long as bus is in motion would mechanism.
be provided.
63 Part G - I , Service Doors’ operation would be Master control switch not provided for Kindly refer point no. 34 of Part 2, Table 2 of
16.11 controlled with help of separate push conductor to avoid mis-use by passengers Corrigendum 8
buttons and one switch for each door while bus is in motion and to prevent any
mounted over the doors. One each red mishap / safety hazard. We strongly
master button to close all entrance and exit recommend to provide this control only to
doors at same time would also be provided driver for safety of passengers and other
on driver dash-board and the conductor road users.
seat.
64 Part G - I , All buttons and switches would be labelled All buttons and switches would be on right Kindly refer point no. 35 of Part 2, Table 2 of
16.12 on a panel to right side of the driver. side of the driver except for Passenger door Corrigendum 8
access switches which are provided on left
side of the driver considering safety and
accessibility by occupants during
emergency evacuation requirements.

101

Additional Documents - Response to pre bid documents 261


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
In case of right side location to driver, the
occupants might not be access the door
controls in case of emergency evacuation.
65 Part G - I , Photo-cell controlled opening / closing Request to include Electro-pneumatically Kindly refer point no. 36 of Part 2, Table 2 of
16.15 functions of doors and a “sensitive edge” controlled back pressure sensor also for Corrigendum 8
made for safe entry-exit be fitted. sensitive edge which is a commonly
available with Indian vendors.
66 Part G - I , 18.2 Windows would have provision of suitable Windows provided will meet and comply to Kindly refer point no. 37 of Part 2, Table 2 of
sealing to avoid ingress of dust and water AIS 052 UBS II not applicable for Type II Corrigendum 8
and would have proper/ efficient drainage mofussil buses
system as per AIS 052 /UBS II.
67 Part G - I , 18.3 Details of window design; fitment etc. would Will be submitted at time of prototype RfP provision remains unchanged
be supplied by the bidder along with the bid. inspection only and cannot be submitted
along with bid since tender specific design
and layouts will be undertaken post bid
opening and result.
68 Part G - I , 23.2 Floor height of the bus would be 1150 Floor height from ground will be 1130mm ± RfP provision remains unchanged
±10mm from ground level. 10mm
69 Part G - I , 23.2 Floor height of the bus would be 1150 1300 ± 50mm RfP provision remains unchanged
±10mm from ground level.
70 Part G - I , 23.5 Floor would be fitted with fire retardant We shall be providing 12mm thick plywood RfP provision remains unchanged
15mm thickness phenolic resin bonded meeting CMVR / bus code.
densified laminated compressed wooden
floor board (both side plain surface) having 15mm thick plywood is non-standard size
density of 1.2 gms/cc conforming to IS and cannot be sourced / homologated.
3513(Part-3): type VI 1989 or latest. The
flooring should also be boiling water
resistant as for marine board BIS:710-1976/
latest and fire retardant as per BIS:5509-
2000 (IS15061:2002)
71 Part G - I , 23.5 Floor would be fitted with fire retardant Kindly consider High density plywood of min RfP provision remains unchanged
15mm thickness phenolic resin bonded 12mm thickness.
densified laminated compressed wooden
floor board (both side plain surface) having
density of 1.2 gms/cc conforming to IS

102

Additional Documents - Response to pre bid documents 262


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
3513(Part-3): type VI 1989 or latest. The
flooring should also be boiling water
resistant as for marine board BIS:710-1976/
latest and fire retardant as per BIS:5509-
2000 (IS15061:2002)
72 Part G - I , 23.6 The said floor would be covered with anti- 3 mm thick anti-skid type silicon grains ISO RfP provision remains unchanged
skid type silicon grain material of minimum 877/76 for colour, IS 15061 for fire
3mm thickness meeting Indian/ retardancy
International Standards (to be indicated by
the bus manufacturer in the bid), ISO 877/76
for colour, IS5509 for fire retardancy.
73 Part G - I , 24.1 Gangway-from front entry/exit gate walls Minimum gangway clear space of 350 mm RfP provision remains unchanged
through the entire bus length, would have will be provided as per AIS 052 for 3x2 HHR
clear space of minimum 650 mm for seating layout.
passenger movement and would be
generally as per the provisions of the Bus UBS II not applicable for Type II mofussil
Code (AIS 052)/UBS II and meet statutory buses
requirements.
74 Part G - I , 24.1 Gangway-from front entry/exit gate walls Gangway will be 350 mm (min) as per AIS RfP provision remains unchanged
through the entire bus length, would have 052 –Type II bus.
clear space of minimum 650 mm for
passenger movement and would be For Type-II application, it is not mandatory
generally as per the provisions of the Bus to follow UBS-II
Code (AIS 052)/UBS II and meet statutory
requirements.
75 Part G - I , 25.1 Handrails and Handholds would be will meet and comply to AIS 052 Kindly refer point no. 38 of Part 2, Table 2 of
provided as per provision of bus code (AIS UBS II not applicable for Type II mofussil Corrigendum 8
052) / UBS II. buses
76 Part G - I , 25.2 All handrails would be of aluminium tubing Stanchions and Handrails with MS tube and RfP provision remains unchanged
of 32 mm dia and 3 mm thick. PVC sleeves will be provided as per OEM
design and CMVR.

Steel tube will be 28mm ID + 2mm thick. OD


will be 32mm.

103

Additional Documents - Response to pre bid documents 263


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
PVC Sleeve: 2mm thick slip resistant sleeve
will be provided.
77 Part G - I , 25.2 All handrails would be of aluminium tubing Handholds will be provided of MS tubing RfP provision remains unchanged
of 32 mm dia and 3 mm thick. Depending with slip resistant sleeves meeting AIS 052
upon the size of the bay (i.e., between two norms
consecutive roof hand rail brackets),
minimum 2 to 4 numbers handholds per bay
would be provided so that every standee
passengers, even during crush load is able
to grab a hand hold.
78 Part G - I , 26.1 Stanchions would be of 40.0 mm dia and Stanchions and Handrails with MS tube and RfP provision remains unchanged
3.15 mm thick aluminium tubing PVC sleeves will be provided as per OEM
design and CMVR.

Steel tube will be 28mm ID + 2mm thick. OD


will be 32mm.

PVC Sleeve: 2mm thick slip resistant sleeve


will be provided.
79 Part G - I , 26.1 Vertical stanchions would be so positioned Stanchions will be provided of MS tubing RfP provision remains unchanged
to facilitate access to seats for those with slip resistant sleeves meeting AIS 052
standing. Stanchions would be of 40.0 mm norms
dia. and 3.15 mm thick aluminium tubing
with surface of colour contrasting and slip
resistant and fitted vertically with
attachment to roof and floor of bus.
80 Part G - I , 26.2 Stanchion pipes and the handrails would be Stanchions will be provided of MS tubing Kindly refer point no. 39 of Part 2, Table 2 of
painted in cannery yellow colour while the with slip resistant sleeves meeting AIS 052 Corrigendum 8
joining brackets be painted in grey colour norms. Joinery brackets will be of grey
generally matching with inner panelling. colour metal inserted PVC
81 Part G - I , 26.2 Stanchion pipes and the handrails would be Stanchion pipes and the handrails with Kindly refer point no. 39 of Part 2, Table 2 of
painted in cannery yellow colour while the provided with protective PVC sleeve in Corrigendum 8
joining brackets be painted in grey colour yellow color with joining brackets of NYLON
generally matching with inner panelling. 6 material with yellow color.

104

Additional Documents - Response to pre bid documents 264


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
82 Part G - I , 26.3 A suitable device, such as high visibility bell "Next Stop Request" Switch not applicable RfP provision remains unchanged
pushes, for convenience of passengers to to Type II mofussil buses as per CMVR / AIS
request for stopping bus be provided at 052 and will not be provided.
appropriate locations.
83 Part G - I , 27.1 Passenger seats would be…. ‘PPLD/LDPE’ High backrest seats meeting AIS 023 and RfP provision remains unchanged. Bidders
(Polypropylene/Polyethylene Low Density) AIS 052 with PU foam shall be provided.. are advised to provide seats as per the
moulded construction…. relevant AIS codes stated in the clause
84 Part G - I , 27.1 Passenger seats would be front facing in High back seat with cushion will be provided RfP provision remains unchanged. Bidders
type II NDX buses, comfortable, durable & meeting Ty1 II requirement are advised to provide seats as per the
maintenance free of ‘PPLD/LDPE’ relevant AIS codes stated in the clause
(Polypropylene/Polyethylene Low Density)
moulded construction and or any other
suitable material for a fully built passenger
seat meeting performance requirements of
AIS023 and other requirements as per the
Bus Code (AIS 052). The ‘PPLD/LDPE’
moulded seat would be fitted on metal
frames and or any other material in a fully
built passenger seat.
85 Part G - I , 27.2 Similarly, ‘PPLD/LDPE’ moulded seat High backrest seats meeting AIS 023 and RfP provision remains unchanged
backrest… for seated passengers. AIS 052 with PU foam shall be provided..
86 Part G - I , 27.2 Similarly, ‘PPLD/LDPE’ moulded seat High back seat with cushion will be provided RfP provision remains unchanged
backrest and or any other material in fully meeting Ty1 II requirement
built passenger seat would be appropriately
fitted. Suitable integral type seat hand grab
rails would be provided one on top of
backrest & one at the back of backrest for
seated passengers.
87 Part G - I , 27.3 Seat pitch would be maintained at 700 mm Seat pitch will be as per AIS 052 with 280 RfP provision remains unchanged
(minimum) (as per AIS 052) for type II NDX mm (min) leg space
buses.
88 Part G - I , 27.5 Seating capacity would be more than 52 Seating capacity will be 51 seats + Driver RfP provision remains unchanged
plus the driver, etc. as required, etc. Seating meeting AIS 052 and CMVR norms.
capacity of bus would be more than 52

105

Additional Documents - Response to pre bid documents 265


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
passengers for 11-metre-long bus (worked
out as per AIS 052).
89 Part G - I , 27.5 Details of seating lay out, accommodating Meet the requirement as per AIS 052 RfP provision remains unchanged
maximum number of seats in 2x3 layouts in
11-metre-long type II NDX buses for
operations in designated areas, meeting
requirements of the bus code, would be
supplied. Seating capacity would be more
than 52 plus the driver, etc. as required, etc.
Seating capacity of bus would be more than
52 passengers for 11-metre-long bus
(worked out as per AIS 052).
90 Part G - I , 28.1 Seat belts would be provided for the seats Seat belts will be provided as per AIS 052. RfP provision remains unchanged
as per the provisions of CMVR & Bus Code
(AIS 052). Any seats provided at rear end of Passenger seat belt anchorage test (AIS
bus/seats in centre (facing the gangway) 005 and AIS 015) not mandatory for CMVR
would necessarily be provided with seat and bus code and hence not available.
belts. Seat belts and its anchorages would
conform to the requirements of AIS 005 and
AIS 015
91 Part G - I , 29.1 A driver door of not less than 1600 mm Driver Door with 1530mm height X 1050mm RfP provision remains unchanged
height and 650 mm width and with requisite width will be provided meeting AIS 052 as
steps would be provided for entry and exit to per OEM deisgn.
driver’s work area.
92 Part G - I , 29.1 A driver door of not less than 1600 mm Door height will be 1400 x 800 mm meeting RfP provision remains unchanged
height and 650 mm width and with requisite AIS 052
steps would be provided for entry and exit to
driver’s work area.
93 Part G - I , Bus would have dash board with full Battery voltage instead of battery charging RfP provision remains unchanged
29.6. ii instrumentation panel containing meters current shall be displayed in cluster.
and gauges to indicate important
parameters like air pressure, coolant Low pressure of transmission oil not
temperature, battery charging current, fuel available which is applicable only for
level, side indicators, head lights, hand automatic transmission.
brakes engagement, engine oil pressure,

106

Additional Documents - Response to pre bid documents 266


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
status of entry-exit gates, etc. In addition,
warning lights for low engine oil pressure,
high cooling system temperature & low
coolant level, low pressure and high
temperature of transmission oil, low fuel
level, if any, low air , battery weak, would be
provided at the driver’s dash board. All the
dashboard controls and instrumentation
system would be as per the bus code.
94 Part G - I , Bus would have dash board with full Tell tail wrt battery malfunctioing (not RfP provision remains unchanged
29.6. ii instrumentation panel containing meters charging) shall be offered. Kindly accept.
and gauges to indicate important Battery charging voltage shall be indicated.
parameters like air pressure, coolant Low coolant level indication on IC is not
temperature, battery charging current, fuel available however coolant tank is
level, side indicators, head lights, hand translucent type.
brakes engagement, engine oil pressure, Request to delete requirement of low
status of entry-exit gates, etc. In addition, pressure & high temperature of
warning lights for low engine oil pressure, transmission oil.
high cooling system temperature & low
coolant level, low pressure and high
temperature of transmission oil, low fuel
level, if any, low air , battery weak, would be
provided at the driver’s dash board. All the
dashboard controls and instrumentation
system would be as per the bus code.
95 Part G - I , On board electronic diagnostics system As per AIS 052/AIS 153 RfP provision remains unchanged
29.6. iii would be provided as per UBS II.
96 Part G - I , 30.2 CCTV camera and a buzzer would be 2 no's camera inside the bus meeting as per Kindly refer point no. 40 of Part 2, Table 2 of
provided at rear end of the bus along with IS 16833. Corrigendum 8
audio video facility at driver dash board. DVR can store the footage upto 15 days (12
hours operation/ day)
97 Part G - I , 31.1 Adjustable sun visors would be provided for Sun visor will be provided in front of driver Kindly refer point no. 41 of Part 2, Table 2 of
windshield & driver’s side window. Visors only. On driver door sun visor will not be Corrigendum 8
would be shaped to minimize light leakage provided considering the access to driver
between visors & windshield. Adjustment of door

107

Additional Documents - Response to pre bid documents 267


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
visors would be made easily by hand with
positive locking & releasing devices and
would not be subject to damage by over-
tightening. Sun visor construction & material
would be strong enough to resist breakage
during adjustment. Visors may be
transparent but would not allow a visible
light transmittance in excess of 10%. Visors
where deployed would be effective in
driver’s field of view at angles more than 5o
above horizontal.
98 Part G - I , 31.1 Adjustable sun visors would be provided for Adjustable sun visor would be provided only Kindly refer point no. 41 of Part 2, Table 2 of
windshield & driver’s side window. for windshield and sun visor for driver’s side Corrigendum 8
window will not be provided
99 Part G - I , 32.1 The ICT aggregates to be provided by the The warranty for the ICT aggregates will be Kindly refer point no. 42 of Part 2, Table 2 of
bidder shall have two (2) year default for manufacturing defects / faults and Corrigendum 8
warranty and shall be extendable for a applicable for 02 years (or) 2 L Kms.
further period of 7 years. The warranty shall
include continuous onsite support for the Warranty cannot be extended beyond 02
respective site locations. years for electronic items and continuous
on-site support will be restricted to attention
of manufacturing defects / faults during
warranty period.
100 Part G - I , 32.1 The bidder shall have to provide the Required protocol shall be provided along The required protocol document and SDKs
required protocol document and SDKs for with route details for the preparation the route configuration
the preparation the route configuration files files to each STUs shall have to provided by
to each STUs. the Bidder. However, route creation
activities will be cater by the STUs.
101 Part G - I , 32.1 The system shall build redundancy so that On SCU failure, PIS destination board shall RfP provision remains unchanged
bus PIS boards can be functional in case of remember and continue displaying the last
SCU(OBU) GPS outage. route/ message. There is no redundant
controller. In the event of GPS failure, the
bus stop announcement shall be made
possible via manual intervention on BDC.

108

Additional Documents - Response to pre bid documents 268


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
102 Part G - I , i. All On-Bus Intelligent Transport Systems, We shall support for supply and integration RfP provision remains unchanged
32.1.i ‘OBITS’, (which includes SCU(OBU), BDC, of ICT / IT systems for due commissioning
PIS boards, PA system, Reverse parking of buses.
camera panic button, Telematics system,
Wiring and harness) equipment to be Backend communication protocol document
procured for diesel shall be integrated with shall be shared at time of PO release for
one another and shall be capable of deciding architecture before prototype build
integration with the backend systems to be for integration with the backend systems
procured by the Purchaser in future.
Maintenance of the same will not be in our
scope (or) a separate AMC contract to be
specified with terms and conditions of
maintenance for which quote will be given
separately
103 Part G - I , The bidder shall support the operations, We shall support for supply and integration Kindly refer point no. 43 of Part 2, Table 2 of
32.1.iii maintenance and integration of all supplied of ICT / IT systems for due commissioning Corrigendum 8
and installed ICT/ ITS systems on buses for of buses.
a Contract Period of 9 years from the date
of delivery & acceptance of each bus by Backend communication protocol document
authority. shall be shared at time of PO release for
deciding architecture before prototype build
for integration with the backend systems

Maintenance of the same will not be in our


scope (or) a separate AMC contract to be
specified with terms and conditions of
maintenance for which quote will be given
separately
104 Part G - I , All the component/sub-component of the Separate box will be provided for AIS 140 RfP provision remains unchanged
32.1.iv OBITS system shall be internally integrated unit, CCTV system and LED controller
and single compact-box solution with easy system since they are separately defined
to install and maintain. under AIS 140, IS 16833 and IS 16490
CMVR standards. However systems can
communicate with each other for achieving
the functionality)

109

Additional Documents - Response to pre bid documents 269


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
105 Part G - I , Bidder shall have to maintain the Hardware Maintenance of the systems will not be in RfP provision remains unchanged
32.1.v.a Unit during the contract period as per our scope (or) a separate AMC contract to
instruction of Purchaser be specified with terms and conditions of
maintenance for which quote will be given
separately.
106 Part G - I , 32.2 Fitment of all on bus devices shall be as per Fitment of ITMS equipment’s will be as per RfP provision remains unchanged
UBS- II or equivalent international CMVR standards defined under AIS 140
guidelines - Chapter 10 – 17.8.7 or and AIS 153 (CCTV system – IS 16833 and
equivalent international guidelines: LED / PIS controller system - IS 16490).
All On Bus Intelligent Transport Systems,
‘OBITS’, (which includes SCU(OBU), BDC,
PIS boards, PA system, reverse parking
sensor, panic button, Telematics system)
equipment including wiring harness,
antennas to be original factory fitment.
107 Part G - I , 32.2 Others: Only front and rear will be provided for type Kindly refer point no. 44 of Part 2, Table 2 of
Front sign: central II mofussil buses. Corrigendum 8
Rear sign: central
Side sign: first window ahead of rear door Side and inner LED boards will not be
(central line of sign should coincide with provided for type II mofussil buses.
central line of window)
Inner sign: centralize along the width of bus
behind the driver's partition
108 Part G - I , 32.2 SCU(OBU), recorder, amplifier: secured Will be provided suitably in driver RfP provision remains unchanged
and ventilated compartment right above the compartment as per OEM design and in
driver compliance to AIS 153 / AIS 052 standards.
109 Part G - I , 32.3 Integration of ICT aggregate with respective Ok. Noted, The signoff and synergy procedures
backend software shall be joint communication protocol documents need to will be finalise at implementation stage with
responsibility of bidder and the backend be signed off for all data requirements the Successful Bidder.
System Integrator. To that effect, the bidder
shall be responsible for firmware
modification, expose protocols/ APIs as
required to the backend SI and so on for
integration purposes. In case of dispute, the

110

Additional Documents - Response to pre bid documents 270


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
Authority's decision shall be final, and both
the parties will have to abide.
110 Part G - I , 32.3 Integration of ICT aggregate with respective Upgradation of any nature by backend Noted
backend software shall be joint towards advanced features, firmware
responsibility of bidder and the backend versions etc to be mutually basis with bidder
System Integrator. To that effect, the bidder so as to minimise unforeseen cost, time
shall be responsible for firmware impact thereby resulting in downtime of
modification, expose protocols/ APIs as ITMS monitoring.
required to the backend SI and so on for
integration purposes. In case of dispute, the
Authority's decision shall be final, and both
the parties will have to abide.
111 Part G - I , 32.3 ICT aggregate equipment’s fitted in Diesel Detailed communication protocol Noted, The signoff and synergy procedures
Buses should provide required documents need to be signed off for all data will be finalise at implementation stage with
data/information to backend system requirements the Successful Bidder.
installed by the Authority appointed System
Integrator so as to provide MIS reports such
as Trip summary, Schedule adherence of
Bus with respect to Trip, Real time
information pertaining to "off route" (detour),
Trip information with start and end
destination, driver details, speed, missed
stop, Bus details, driver behaviour and CAN
parameters etc. It should also provide
information so that Operations Centre is
able to check whether on-board devices are
alive and monitoring capability of PIS health
(which PIS is working).
112 Part G - I , 32.3 Bidder is required to provide above Ok. Provided authority provides info in Noted
functionalities with scalability to integrate advance along with necessary support.
with third party systems through standard
Active Programming Interfaces (APIs) such
as ICT/ITS backend system, city traffic
management systems, journey planner app
etc.

111

Additional Documents - Response to pre bid documents 271


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
113 Part G - I , 33.1 A suitable device for the convenience of For PwD priority seats will be provided as Kindly refer point no. 45 of Part 2, Table 2 of
passengers including PwDs to request for per customer specific requirement. Corrigendum 8
stopping bus be provided at appropriate Provision will be given for keeping the
locations inside the bus on stanchions in a crutches and stop request will be provided
manner as to prevent un-intentional as per AIS 052
operation, deliberate attempts by children,
etc.
114 Part G - I , 33.1 A suitable device for the convenience of Will not be provided since it is not applicable Kindly refer point no. 45 of Part 2, Table 2 of
passengers including PwDs to request for floor type II buses and not practically Corrigendum 8
stopping bus be provided at appropriate feasible.
locations inside the bus on stanchions in a
manner as to prevent un-intentional
operation, deliberate attempts by children,
etc.
115 Part G - I , 35.1 Heavy-duty ring type towing devices would Only Front towing device shall be provided. Kindly refer point no. 46 of Part 2, Table 2 of
be provided in front and rear bumper area Corrigendum 8
with load transfer to bus structural
members. Capacity of each towing device
would be 1.2 times (minimum) the kerb
weight of the bus within 30 degrees of
longitudinal axis of the bus. The
manufacturer would supply a copy of the
test certificate of the towing devices
116 Part G - I , 35.1 Heavy-duty ring type towing devices would Tow pin only at front only will be provided. Kindly refer point no. 46 of Part 2, Table 2 of
be provided in front and rear bumper area Corrigendum 8
with load transfer to bus structural Test certificate not available.
members. Capacity of each towing device
would be 1.2 times (minimum) the kerb
weight of the bus within 30 degrees of
longitudinal axis of the bus. The
manufacturer would supply a copy of the
test certificate of the towing devices
117 Part G - I , 36.1 Front wind screen in the bus would be in Windshield will be as per OE design Kindly refer point no. 47 of Part 2, Table 2 of
single piece design, plain/ flat with curved meeting AIS 052. Corrigendum 8
corners, intervening PVB film laminated Front windshield thickness = 7.76 mm

112

Additional Documents - Response to pre bid documents 272


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
safety glass of minimum thickness of 8.76
mm. Rear windscreen would also be in Rear windshield thickness = 4 mm
single piece design, flat in centre and curved
on corners toughened glass of thickness of
5.5 mm + 0.5mm. Windscreen glasses
would meet the requirements of BIS 2553:
Part II- 1992 or latest and that of CMVR and
Bus code (AIS 052). The glazing used for
fitment of glasses would be Ethylene
Propylene Dien Monomer (EPDM) rubber of
black colour or pasted with adhesive
material conforming to Indian/ International
Standards to be specified by the
manufacturer. A grab handle and suitable
handles on the outside of windshield centre
at waist level would be provided to facilitate
manual cleaning of the windscreens.
118 Part G - I , 36.1 Front wind screen in the bus would be in Rear windscreen glass of thickness of 5.0 Kindly refer point no. 47 of Part 2, Table 2 of
single piece design, plain/ flat with curved mm ± 0.5mm will be provided Corrigendum 8
corners, intervening PVB film laminated
safety glass of minimum thickness of 8.76
mm. Rear windscreen would also be in
single piece design, flat in centre and curved
on corners toughened glass of thickness of
5.5 mm + 0.5mm. Windscreen glasses
would meet the requirements of BIS 2553:
Part II- 1992 or latest and that of CMVR and
Bus code (AIS 052). The glazing used for
fitment of glasses would be Ethylene
Propylene Dien Monomer (EPDM) rubber of
black colour or pasted with adhesive
material conforming to Indian/ International
Standards to be specified by the
manufacturer. A grab handle and suitable
handles on the outside of windshield centre

113

Additional Documents - Response to pre bid documents 273


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
at waist level would be provided to facilitate
manual cleaning of the windscreens.
119 Part G - I , 36.2 The windshield shall permit an operator's We meet Indian standards specified under Kindly refer point no. 48 of Part 2, Table 2 of
field of view as referenced in SAE as per AIS 052 as per OE design Corrigendum 8
recommended practice J1050. The windshield.
vertically upward view shall be a minimum
of 15 degrees, measured above the
horizontal and excluding any shaded band.
The vertically downward view shall permit
detection of an object 1.35-metre-high no
more than 600 mm in front of the bus.
The horizontal view shall be a minimum of
90 degrees above the line of sight.
120 Part G - I , 36.2 The windshield shall permit an operator's Shall be as per OE design approvied as per Kindly refer point no. 48 of Part 2, Table 2 of
field of view as referenced in SAE AIS 052. Kindly consider Corrigendum 8
recommended practice J1050. The
vertically upward view shall be a minimum
of 15 degrees, measured above the
horizontal and excluding any shaded band.
The vertically downward view shall permit
detection of an object 1.35-metre-high no
more than 600 mm in front of the bus.
The horizontal view shall be a minimum of
90 degrees above the line of sight.
121 Part G - I , 36.3 The windshield shall be easily replaceable Rubber mounted Wind shield will be Kindly refer point no. 49 of Part 2, Table 2 of
by removing ziplocks from the windshield provided for easy replacement Corrigendum 8
retaining mouldings. Bonded-inplace
windshield shall not be used. The
windshield glazing material shall have
8.76mm nominal thickness double
laminated safety glass conforming with the
requirements of ANSI Z26.1 Test Grouping
1A and the recommended practices defined
in SAE J673.

114

Additional Documents - Response to pre bid documents 274


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
122 Part G - I , 37.1 Electrically operated windscreen wiper Wiper system meeting RFP and AIS 011 will RfP provision remains unchanged
system…. with fitment of time delay relay as be provided without time delay relay.
per AIS 011
123 Part G - I , 37.1 Electrically operated windscreen wiper Wiper will be provided as per AIS 011 RfP provision remains unchanged
system having two wiper arms with blades
would be provided. Wiper motor would be
heavy-duty steel body for minimum of two-
speed operations. Wiper arms would rest
horizontally when not in use. The sweep
angle would be sufficiently wide for clear
view during rainy days. Windscreen wiping
system would be 24V, having speed control
with fitment of time delay relay as per AIS
011. Windshield washer system would
spray washing fluid on windshield & when
used with the wipers, would evenly &
completely wet the entire wiped area.
Windshield washer system would have a
minimum of 3 litres capacity tank suitably
located for easy refilling from inside the bus
and two nozzles at suitable location for
proper spray of fluid. Reservoir pumps, lines
& fittings would be corrosion resistant &
reservoir itself would be translucent for easy
determination of fluid level. The windscreen
wiping system would be in accordance with
CMVR/ BIS: 7827 Part1, 2, 3 (section 1, 2)
or latest.
124 Part G - I , 38.1 Multipurpose fire extinguishers would be ISI Meets requirements as per CMVR norms. RfP provision remains unchanged
marked conforming to BIS: 13849-1993 or UBS II not applicable for Type II mofussil
latest......UBS II. buses
125 Part G - I , 39.1 First aid kit complete with items, medicines, First aid box will be provided without RfP provision remains unchanged
bandages etc. would be provided as per medicines
provisions of CMVR fitted near driver seat at

115

Additional Documents - Response to pre bid documents 275


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
appropriate position and level on side with
proper reinforcement.
126 Part G - I , 40.1 The manufacturer would provide for ease of Type II mofussil buses with higher floor Kindly refer point no. 50 of Part 2, Table 2 of
accessibility, guidance, anchorage of one height supplied shall not be in compliance to Corrigendum 8
wheel chair on-board, positioning of aids Harmonised Guidelines.
etc. system for PwDs that meets the
requirements as given in the Bus Code, AIS
153 and CMVR and “Harmonized
Guidelines and Space Standards for
Barrier-Free Built Environment for persons
with Disability and Elderly Persons – as
applicable to Public Transport”.
127 Part G - I , 40.1 The manufacturer would provide for ease of Provision will be given for keeping the Kindly refer point no. 50 of Part 2, Table 2 of
accessibility, guidance, anchorage of one crutches and stop request will be provided Corrigendum 8
wheel chair on-board, positioning of aids as per AIS 052..
etc. system for PwDs that meets the Considering 1150 floor height wheel chair
requirements as given in the Bus Code, AIS anchorage cannot be given as per AIS 153
153 and CMVR and “Harmonized
Guidelines and Space Standards for
Barrier-Free Built Environment for persons
with Disability and Elderly Persons – as
applicable to Public Transport”.
128 Part G - I , 41.1 Battery system would be 24V of minimum 24 V 165 Amps-hour battery shall be RfP provision remains unchanged
180 Amps-hour capacity, low maintenance provided with
type lead acid batteries. Batteries would be 85 amps alternator
well secured to a hinged/ pivoted or slide out
type carrier for ease of access for repair & Battery box will be permanently located on
maintenance, replacement and suitably chassis
ventilated for escape of fumes but insulated FSM and shall be provided behind wheel
against ingress of dust and moisture. base door .
Battery box would be mounted near/ next to
engine compartment and would be well
secured, easily accessible & ventilated.
Performance requirements of batteries
would conform to BIS: 7372-1995 (or latest).

116

Additional Documents - Response to pre bid documents 276


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
129 Part G - I , 41.1 Battery system would be 24V of minimum Battery -->24V & 150AH will be provided RfP provision remains unchanged
180 Amps-hour capacity, low maintenance Battery box shall be as per OE design.
type lead acid batteries. Batteries would be (Fixed type battery with ease of
well secured to a hinged/ pivoted or slide out accessibility)
type carrier for ease of access for repair &
maintenance, replacement and suitably
ventilated for escape of fumes but insulated
against ingress of dust and moisture.
Battery box would be mounted near/ next to
engine compartment and would be well
secured, easily accessible & ventilated.
Performance requirements of batteries
would conform to BIS: 7372-1995 (or latest).
130 Part G - I , 41.2 Battery terminals with positive locking Battery without positive locking will be RfP provision remains unchanged
system (e.g., angle type terminal with provided.
provision for double bolting) duly protected
against all possible short circuit risk would
be provided.
131 Part G - I , 41.2 Battery terminals with positive locking Battery terminals with positive locking RfP provision remains unchanged
system (e.g., angle type terminal with system with single bolting.
provision for double bolting) duly protected
against all possible short circuit risk would
be provided.
132 Part G - I , 41.3 Each battery cable would be covered with Battery cable with flame retardant Black Kindly refer point no. 51 of Part 2, Table 2 of
flame retardant Grey colour corrugated Color will be provided. Corrigendum 8
flexible pipe and would be properly encased
& clamped.
133 Part G - I , 42.2 ELECTRICAL EQUIPMENT AND WIRING: As per CMVR,AIS-052 & AIS - 153 Kindly refer point no. 52 of Part 2, Table 2 of
As per details given in UBS II and generally Corrigendum 8
as under:
134 Part G - I , 42.2 An adequate capacity alternator of 24V DC, 85A Alternator will be provided for Non AC RfP provision remains unchanged
minimum 150A rating with consistent output city bus application, which is sufficient to
to take care of high idling periods of city meet the electrical loads specified in the
operation, would be provided and so located Tender

117

Additional Documents - Response to pre bid documents 277


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
as to minimize ingress of oil or rain water
into it.
135 Part G - I , 42.2 An adequate capacity alternator of 24V DC, 24V as per OE design approved in CMVR RfP provision remains unchanged
minimum 150A rating with consistent output
to take care of high idling periods of city
operation, would be provided and so located
as to minimize ingress of oil or rain water
into it.
136 Part G - I , 42.3 A pre-engaged type 24V DC Self-starter of Starter motor capacity 4.5Kw will be Kindly refer point no. 53 of Part 2, Table 2 of
adequate capacity (minimum 180Ah) with provided. Starter motor not specified in Ah. Corrigendum 8
relay would be fitted in bus and so located
as to minimise ingress of oil or rain water
into it.
137 Part G - I , 42.3 A pre-engaged type 24V DC Self-starter of 24V Self starter of min 180 Ah or as per OE Kindly refer point no. 53 of Part 2, Table 2 of
adequate capacity (minimum 180Ah) with design approved by CMVR shall be Corrigendum 8
relay would be fitted in bus and so located acceptable. Kindly consider
as to minimise ingress of oil or rain water
into it.
138 Part G - I , 42.5 Electrical equipment and wiring ….would be Wiring harness shall be provided as per AIS Kindly refer point no. 54 of Part 2, Table 2 of
multiplex system, flame proof, ISI marked 153 / AIS-052 Corrigendum 8
conforming to BIS: 2465-1984 or latest…..
Wire specification as per ISO6722
139 Part G - I , 42.5 Electrical equipment and wiring would Meets the requirement Wiring harness (ISO Kindly refer point no. 54 of Part 2, Table 2 of
conform to Indian/ international Standards, - 6722) Corrigendum 8
bus code and UBS II. All cabling would be UBS II is not applicable for type –II
as per provisions of Bus code / UBS II. The application.
wiring would be multiplex system, flame
proof, ISI marked conforming to BIS: 2465-
1984 or latest. As far as possible electrical
system would be 24V double pole multiplex
wiring system except in unavoidable
condition. However, in case of single pole
wiring all power & ground wiring would have
double electrical insulation, which would be
waterproof conforming to the Indian/

118

Additional Documents - Response to pre bid documents 278


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
International Standards. Wiring would be
grouped, numbered & colour coded. Wiring
harnesses would not contain wires of
different voltage classes unless all wires
within the harness or insulated for highest
voltage present in harness. Kinking,
grounding at multiple points, stretching &
exceeding minimum bend radius would be
prevented.
140 Part G - I , 42.7 All electrical fittings and lights would be fully ARAI Certificate shall be provided. RfP provision remains unchanged
wired up, running in flame retardant black
colour PVC sleeves as per applicable Indian
Standards (to be specified by the
manufacturer) and installed in a manner to
facilitate easy inspection/ rectification/
replacement etc. as & when required
without disturbing internal finish/ décor of
the bus. Whenever any wire or cable or PVC
sleeve carrying cable etc. passes through
holes in sheet metals/ structural member,
suitable rubber grommets/ Bakelite inserts
would be provided in these holes to avoid
direct contact between cables and sheet
metal causing damage to insulation coating.
141 Part G - I , 42.8 Bus manufacturer would furnish details of ARAI Certificate shall be provided. RfP provision remains unchanged
above wires/ cables and battery cables.
142 Part G - I , Alternator over voltage output protection 150 A alternator will be provided with spike RfP provision remains unchanged
42.17 would be provided. voltage protection only.

Continuous overvoltage protection not


available.
143 Part G - I , Circuit breakers or fuses would be sized to Fuse protection shall meet as per AIS 052 RfP provision remains unchanged
42.18 larger than total circuit load current as per requirement. UBS II not applicable for Type
UBS II/ AIS 052. II mofussil buses

119

Additional Documents - Response to pre bid documents 279


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
144 Part G - I , AC (Alternating Current) out-let of 220V, as USB type charger to be provided on dash RfP provision remains unchanged
42.23 required in UBS II if any, be provided at panel for ETM/Mobile charging for
suitable location for charging of Conductor/Driver.
electrical/electronic equipment, etc. UBS II not applicable for Type II mofussil
buses
145 Part G - I , 43.1 Interior saloon lighting would be sunken Interior Lamps shall be provided as per Kindly refer point no. 55 of Part 2, Table 2 of
type light assembly fitted with LED lights OEM design and meeting AIS 052 Corrigendum 8
and mounted in staggered formation for requirement
uniform lighting in two separate circuits.
First row of lamps provided in driver’s cabin
should be fitted with amber internal filter to
reduce glare to driver at night. Overall bus
lighting system would comply with CMVR
provisions where ever falls short of it.
146 Part G - I , 43.1 Interior saloon lighting would be sunken Lamps will be provided as per OE design Kindly refer point no. 55 of Part 2, Table 2 of
type light assembly fitted with LED lights meeting lux requriement as per AIS 052 Corrigendum 8
and mounted in staggered formation for
uniform lighting in two separate circuits.
First row of lamps provided in driver’s cabin
should be fitted with amber internal filter to
reduce glare to driver at night. Overall bus
lighting system would comply with CMVR
provisions where ever falls short of it.
147 Part G - I , 43.2 Modern rectangular type headlamps with Modern and stylish round head lamps as Kindly refer point no. 56 of Part 2, Table 2 of
relay and side light etc. would be suitably per OEM styling will be provided meeting Corrigendum 8
styled into front-end construction. AIS 008 standard.
148 Part G - I , 43.3 White and Red marker lights of 5 Watt each Roof marker lamps will be provided as per Kindly refer point no. 57 of Part 2, Table 2 of
would be fitted at both top side corners of OEM design meeting AIS 052. Corrigendum 8
the front and rear panel of the bus
respectively.
149 Part G - I , 43.3 White and Red marker lights of 5 Watt each Wattage requirment will be as per OE Kindly refer point no. 57 of Part 2, Table 2 of
would be fitted at both top side corners of design meeting AIS 052 Corrigendum 8
the front and rear panel of the bus
respectively.

120

Additional Documents - Response to pre bid documents 280


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
150 Part G - I , 43.4 Identical signal lights of 15 Watts would be Front Side LH & RH - Bulb shall be Kindly refer point no. 58 of Part 2, Table 2 of
fitted for interchangeability in each side i.e.; interchangeable Corrigendum 8
front, rear and side respectively
Rear LH & RH - Round LED lamps shall be
Interchangeable.

Signal lights as per CMVR requirements


would be fitted as per AIS 018. .
151 Part G - I , 43.5 Brake lights (15 W) and taillights (10W) Round LED type integrated Brake & Tail Kindly refer point no. 59 of Part 2, Table 2 of
would be two separate lights to reduce heat lamps meeting AIS 008 shall be provided as Corrigendum 8
generation. per OEM design.
152 Part G - I , 43.6 Reverse light of 25W, square lamps with Round LED type white lamps meeting AIS Kindly refer point no. 60 of Part 2, Table 2 of
white covers would be provided. 008 shall be provided as per OEM design Corrigendum 8
meeting AIS 018
153 Part G - I , Lights provided for illuminating exit/entrance Illumination lights for entrance/exit doors will Kindly refer point no. 60 of Part 2, Table 2 of
43.10.i door area, lights would illuminate outside be provided as per AIS 052, clause 4.1.2.3.3 Corrigendum 8
area up to at least one metre when
door/doors is/are opened.
154 Part G - I , No Electrical fittings would be mounted on RPAS sensors are fitted on rear bumper as Kindly refer point no. 61 of Part 2, Table 2 of
43.12 front and rear bumpers. per CMVR norms. Corrigendum 8

these should be fitted at rear most part of


vehicle operational efficiency and
compliance to regulations.
155 Part G - I , No Electrical fittings would be mounted on Fog lamp will be provided on the bumpers Kindly refer point no. 61 of Part 2, Table 2 of
43.12 front and rear bumpers. as per AIS 052 Corrigendum 8
156 Part G - I , Switches would be fitted on right hand side Only door switches will be located on Left Kindly refer point no. 62 of Part 2, Table 2 of
43.13 of instrument panel through evenly loaded side of driver for better safety in emergency Corrigendum 8
circuits & fuses as per bus code. evacuation condition as mentioned against
our remarks for clause 16.12 for Part 1 –
technical specifications.
157 Part G - I , Switches would be fitted on right hand side Switches will be on right and left hand side Kindly refer point no. 62 of Part 2, Table 2 of
43.13 of instrument panel through evenly loaded of driver with easy accessibility Corrigendum 8
circuits & fuses as per bus code.

121

Additional Documents - Response to pre bid documents 281


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
158 Part G - I , A suitable light would also be provided in Only required for rear engine buses.
43.15 engine compartment for ease of
maintenance/ emergency repairing. For front engine buses, Driver area interior RfP provision remains unchanged
roof lamp will be sufficient to illuminate the
engine area when the bonnet is open.
159 Part G - I , 45.3 Power Point presentation material on a DVD Power point presentation on DVD for Kindly refer point no. 63 of Part 2, Table 2 of
for offered design of bus (indicative) and offered model will be submitted during Corrigendum 8
minimum 1:15 scaled Model (indicative & prototype evaluation since many finer
non-working)) duly furnished/ painted in aspects of body including colour theme,
environmentally friendly colour scheme as touch & feel, positions etc., will be jointly
given by TNSTC would be submitted along- decided between Vendor and Authority
with the bid. The presentation will cover during that time.
elevations –sides, front & rear ends along-
with main dimensions, isometric views, Scaled model requirement not understood.
exterior & interior details, seating layouts, Request authority to clarify on intent and
colour scheme etc. pieces. Scaled models are subject to a
minimum order quantity by most vendors
and subject to cost agreement by STU,
160 Part G - I , 47.1 At least 2 hard bound copies and 2 soft All manuals will be supplied in soft copies Kindly refer point no. 64 of Part 2, Table 2 of
copies, for every 25 buses or part thereof, of either on DVD or USB drive as needed. Corrigendum 8
operation and maintenance manual
containing essential technical information Hard bound copies are not environment
required for satisfactory operation, friendly and not preferred by many state
inspection and maintenance would be authorities.
supplied by bus manufacturers.
Request Authority to take a considerate
ii)Chassis lubrication and brake system – view considering environment friendly
Wall chart aspects adopted by state government of
Tamil Nadu.

ii ) chassis lubrication and brake system wall


chart not available.
161 Part G - I , 47.1 At least 2 hard bound copies and 2 soft Soft copy of Operation and maintenance Kindly refer point no. 64 of Part 2, Table 2 of
copies, for every 25 buses or part thereof, of manual shall be provided. Hard copy will not Corrigendum 8
operation and maintenance manual be provided.

122

Additional Documents - Response to pre bid documents 282


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
containing essential technical information
required for satisfactory operation,
inspection and maintenance would be
supplied by bus manufacturers.
162 Part G - I , 48.3 The training shall be provided at regional The training will be designed by Kindly refer point no. 65 of Part 2, Table 2 of
training centres of the Authority/IRT. The Manufacturer at own cost meeting customer Corrigendum 8
Bidder shall provide minimum 3 (nos) of expectations. The training modules, design
training bus or simulator or similar adequate and nature will be decided by OEM.
infrastructure for the purpose of Physical
Training based on the requirement. The
Bidder can also arrange such Physical
Training at its own premises/facility at its
own cost.
163 Part G - I , 51.1 Bus manufacturer would provide details of Spare Parts catalogue will be given in soft RfP provision remains unchanged
components/spares required for copy.
maintenance of vehicle for twelve months’
operation taking daily utilisation of bus of up
to 300 Kms.
164 Part G - I , 51.2 Manufacturer would also provide complete Complete details of vendors cannot be Kindly refer point no. 66 of Part 2, Table 2 of
details of vendors, for every component / shared for those vendors who are non- Corrigendum 8
spare for complete bus and the spare parts proprietary in nature.
catalogue (hard as well as soft copies) in 2
sets for every 25 buses or part thereof. as a policy can change their vendors as per
need and hence cannot be shared
165 Part G - I , 53.1 Fully built bus would be covered under 1. Standard Warranty for 2 yrs/2.5 lakh kms RfP provision remains unchanged
Warranty/ Guarantee for up to 2,50,000 - OK.
Kms or 24 months whichever is later from Vehicles will be attended as per TML
the date of putting bus into operation after warranty guidelines.
registration. All assemblies, sub-
assemblies, fitments, components would be
covered under Warranty Period as per
commitment of bus manufacturer at the time
of supply of bus.
166 Part G - I , 53.1 Fully built bus would be covered under Warranty will only cover manufacturing RfP provision remains unchanged
Warranty/ Guarantee for up to 2,50,000 defects and faults for intended functionality

123

Additional Documents - Response to pre bid documents 283


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
Kms or 24 months whichever is later from and will be offered for fully built bus
the date of putting bus into operation after comprising chassis and bus body for a
registration. All assemblies, sub- period of 2 years or 2,00,000 kms whichever
assemblies, fitments, components would be is earlier. Typical city operation is for 250
covered under Warranty Period as per kms per day
commitment of bus manufacturer at the time (or) approximately 1 Lakh KMS per year
of supply of bus.
Wear and tear items such as battery, tyres,
Clause provided by OEM seat covers, rubber parts etc., will have
Fully built bus would be covered under differential warranty of min. 1 year for the
Warranty/ Guarantee for up to 4,00,000 purpose of ensuring no manufacturing
Kms or 48 months whichever is later from defects at time of supply & commissioning.
the date of putting bus into operation after
registration. All assemblies, sub-
assemblies, fitments, components would be
covered under Warranty Period as per
commitment of bus manufacturer at the time
of supply of bus.
167 Part G - I , 53.2 Special Warranty Period, for any Bus structure life is dependent on nature of Kindly refer point no. 67 of Part 2, Table 2 of
manufacturing Defect in design, material operations, road conditions prevailing at Corrigendum 8
and workmanship of Bus structure shall be time of operations, other conditions such as
9 years or 9,90,000 km per Bus whichever environmental conditions, periodic
is later from the date of putting bus into maintenance and natural aging of materials
operation after registration. used in construction which is already
defined under the tender. Tender also
defines many quality and material aspects
of structure materials uses, welding
methods and anti-corrosive protections to
be given by manufacturer which also
determines the life of the structure.

The buses are accepted by authority after


thorough inspection of all aspects which
includes workmanship employed by vendor
and quality of materials used in construction
in compliance to various specifications laid

124

Additional Documents - Response to pre bid documents 284


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
down by authority.

Manufacturing defects for design, material


or workmanship such as premature failures
(or) faults will usually surface within 02
years of operation which is typically being
offered to all STU’s.

Requesting authority to review this


requirement to avoid very high cost
escalation and burden on exchequer on
pricing for warranty coverage for the tenure
expected.
168 Part G - I , For electrical installations, flameproof battery terminals without positive locking RfP provision remains unchanged
54.2. ii cables would be used, especially positively only will be provided
locked battery terminals…
169 Part G - I , All the rivet and bolt holes would be jig Closed drilled hole during panel and trim Noted. RfP provision remains unchanged
54.2.vii drilled as far as possible. The rivet holes stage cannot be treated.
should be drilled before the corrosion
treatment. Holes drilled after the corrosion
treatment be suitably treated with anti-
corrosion materials. Rivet heads neatly
formed and each bolt/ rivet would be
tightened after full mating of the surfaces to
be fastened.
170 Part G - I , Continuous length piano type hinges and Aluminum/steel based swivel locks will be RfP provision remains unchanged
54.2.iX tower bolts of stainless steel would be used provided for service access flaps as per OE
as per relevant Indian Standards. design.
171 Part G - I , All miscellaneous M.S pipes would be Superior Galvanized Iron tubes with coating Kindly refer point no. 68 of Part 2, Table 2 of
54.2.xii phosphated with the coating of 2.16 to 2.70 thickness of 120GSM will be provided. Corrigendum 8
gm/m2 or by any other pre-treatment
process conforming to Indian/ international
Standards (to be specified by the
manufacturer). Samples of all materials &
components would withstand a two weeks

125

Additional Documents - Response to pre bid documents 285


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
(336 hours) Salt Spray test in accordance
with ASTM procedure B117 with no
structural detrimental effect to normally
visible surfaces & no weight loss of over 1%.
172 Part G - I , All M.S pipes used in the bus would be ERW All rectangular / Square hollow steel tubes Kindly refer point no. 69 of Part 2, Table 2 of
54.2.xiv conforming to BIS 3601:1984 or latest, of confirming to IS 4923:1997 (or Latest) Corrigendum 8
grade WT –160. Grade YST 240 or higher shall be provided.
173 Part G - I , Advertising frames would protrude no more Advertising frames will not be provided RfP provision remains unchanged
54.2.xx than 22mm from the body surface since it is specific to the advertising content
and to be in scope of advertiser in contract
with authority.
174 Part G - I , EPDM rub rail of aesthetic profile would be Rub rail will be provided of Aluminium RfP provision remains unchanged
54.2.xvi fitted in anodized extruded aluminium
channel between stretch panel and skirt rail
longitudinally at the widest portion of the
bus. The quality of EPDM material would be
as per the Indian/ International Standards to
be specified by the Bidder.
175 Part G - I , Hydraulic Grease Nipples would be Grease nipple will be provided for required Kindly refer point no. 70 of Part 2, Table 2 of
54.2.xxi provided for ease of proper lubrication & systems, Manual greasing can only be Corrigendum 8
maintenance. done.
176 Part G - I , 56.2 Bus Manufacture must make sure that the Meets requirements as per CMVR norms. Kindly refer point no. 71 of Part 2, Table 2 of
Fully built type II NDX bus complies with Corrigendum 8
standards and regulations for diesel fuelled UBS II not applicable for Type II mofussil
vehicle provided in the AIS-052, AIS buses
153,UBS II, harmonised guidelines and any
other standards as applicable; CMVR 1989 Type II mofussil buses with higher floor
as amended till date, CMVR 1989 and Tamil height supplied shall not be in compliance to
Nadu MVR and all amendments thereto. Harmonised Guidelines.
177 Part G - I , 56.2 The manufacturer would provide for ease of Type II mofussil buses with higher floor Kindly refer to the relevant clause as Part G-
accessibility, guidance, anchorage of one height supplied shall not be in compliance to 1 40.1
wheel chair on-board, positioning of aids Harmonised Guidelines.
etc. system for PwDs that meets the
requirements as given in the Bus Code, AIS
153 and CMVR and “Harmonized

126

Additional Documents - Response to pre bid documents 286


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
Guidelines and Space Standards for
Barrier-Free Built Environment for persons
with Disability and Elderly Persons – as
applicable to Public Transport”.
178 Part G - I , All cross and or T or X-joints of structural Suitable reinforcements shall be provided RfP provision remains unchanged
59.2.i elements of bus body structure (Front, rear, as per OEM design and validation to meet
sides, roof, floor, etc.) be provided with MS the durability requirement.
gussets of min 2.5mm thickness. All
Weldments / structural sub elements be
properly cleaned and treated for corrosion
prevention
179 Part G - I , Stanchion pipes and grab rails to be of Stanchion pipes and the handrails with Kindly refer point no. 72 of Part 2, Table 2 of
59.2.iv Aluminium tubing of appropriate specs, size protective PVC sleeve in yellow colour will Corrigendum 8
/ wall thickness etc. Handholds supporting be provided.
hand rails and the stanchion pipes be
painted in cannery yellow colour, Brackets Joining brackets material is NYLON 6 with
be of grey colour matching the colour of the yellow colour will be provided.
inner paneling. Brackets however need to
be of proper size and shape to ensure
perfect fittings. No redundant fastening
holes be provided on bracket
180 Part G - I , Stop buzzers may be provided as one in "Next Stop Request" Switch and buzzer not Kindly refer point no. 73 of Part 2, Table 2 of
59.2.vii frontal area, one in middle and one in the applicable to Type II mofussil buses as per Corrigendum 8
rear area on stanchions at reasonable CMVR / AIS 052 and will not be provided.
height ensuring easy accessibility as well as
preventing unnecessary usage. Design of
buzzer switch be sturdy, long lasting and
sunk-in type to avoid undesirable /
inadvertent operation.
181 Part G - I , Tail lamps be covered with metallic grill in a Metallic grills are not provided in tail lamps Kindly refer point no. 74 of Part 2, Table 2 of
59.2.ix manner that not only protects the tail lamps as OEM fitment. Corrigendum 8
but also facilitates easy lamp replacement
etc.
182 Part G - I , Tail lamps be covered with metallic grill in a Lamps will be fitted in the cavity of rear face. Kindly refer point no. 74 of Part 2, Table 2 of
59.2.ix manner that not only protects the tail lamps So no requirement of metallic grills Corrigendum 8

127

Additional Documents - Response to pre bid documents 287


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
but also facilitates easy lamp replacement
etc.
183 Part G - I , 60 FIRE DETECTION AND SUPPRESSION FDSS as per AIS 135 of reputed make shall Kindly refer point no. 75, 76 and 77 of Part
SYSTEM (FDSS) - Entire Clause be offered 2 of Corrigendum 8
184 Part G - I , 60 Make, model, specs etc. of various RAI Certificate shall be provided. RfP provision remains unchanged
components / sub- systems / system of
FDSS be clearly indicated for each item as
part of the offer. A detailed drawing of the
system details / specs be also provided for.
185 Part G - I , 60.2 FDSS provision is to be made in the bus at FDSS will be provided as per OEM design Kindly refer point no. 75 of Part 2, Table 2 of
appropriate location(s) for detection, and layout only in engine compartment area Corrigendum 8
alarming and suppression about any likely in rear which is required to meet CMVR AIS
fire at all fire prone systems/sub-systems 153 norms.
(bus supplier to identify such fire prone
systems /sub-systems and make above A detailed test report duly certified by ARAI
provisions) shall be submitted by bidder during
inspection meeting the currently in vogue
standards prescribing the definition and
location of this system under AIS 153
standard.
186 Part G - I , 60.8 An analysis shall be conducted prior to the FDSS will be provided as per OEM design Kindly refer point no. 76 of Part 2, Table 2 of
installation in order to determine the location and layout only in engine compartment area Corrigendum 8
of fire detectors and alarm system. Potential in rear which is required to meet CMVR AIS
fire hazards at possible fire prone areas 153 norms.
shall be identified and the fire detectors and
suppression systems shall be so positioned A detailed test report duly certified by ARAI
as to commence suppression of the fire shall be submitted by bidder during
hazard immediately. The system shall also inspection meeting the currently in vogue
be ensured to work promptly and effectively standards prescribing the definition and
regardless of the vehicle’s attitude, road location of this system under AIS 153
conditions etc., standard.
187 Part G - I , 60.9 Fire hazards to be taken into account in the FDSS will be provided as per OEM design Kindly refer point no. 77 of Part 2, Table 2 of
analysis shall at least consist of the and layout only in engine compartment area Corrigendum 8
following: Components whose surface may in rear which is required to meet CMVR AIS
reach temperatures above the autoignition 153 norms.

128

Additional Documents - Response to pre bid documents 288


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
temperature for fluids, gases or substances
that are present in the fire prone areas and A detailed test report duly certified by ARAI
electrical components and cables with a shall be submitted by bidder during
current or voltage high enough for an inspection meeting the currently in vogue
ignition to occur as well as hoses and standards prescribing the definition and
containers with flammable liquid or gas (in location of this system under AIS 153
particular if those are pressurized). The standard.
analysis shall be fully documented.
188 Part G - II , 1 1150 ±10 mm, shall be uniform inside the 1130mm ± 10mm will be met RfP provision remains unchanged
Bus generally as per AIS 052
189 Part G - II , 1 1150 ±10 mm, shall be uniform inside the Deviation Required Proposed 1230 mm+/- RfP provision remains unchanged
Bus generally as per AIS 052 30 mm against 1150 ±10 mm,
190 Part G - II , 1 1150 ±10 mm, shall be uniform inside the 1300 ±50 mm RfP provision remains unchanged
Bus generally as per AIS 052
191 Part G - II , 3.1 Make & model of engine----- Kindly consider Engine Power min 132kW. RfP provision remains unchanged
HP at Rpm-- Max torque ------ Engine Torque Min 590 Nm.
NM at rpm & rpm range------
192 Part G - II , Attain Geared minimum maximum speed of Max speed - 103KMPH RfP provision remains unchanged
3.1.a more than 80 kmph (without speed limiter) (80 KMPH @ RSL)
at GVW load and other systems operational.
There should be an in-built speed limiting
device to restrict speeds to specified limits.
193 Part G - II , ≥ 0.8 Acceleration (As per AIS:153) m/s^2 - RfP provision remains unchanged
3.1.b acceleration greater than 0.5 m/s2
194 Part G - II , ≤10.5 Achieve speed from 0 to 30 kmph within RfP provision remains unchanged
3.1.c 14s.
195 Part G - II , Geared Minimum maximum speed without Max speed - 103KMPH (80 KMPH @ RSL) RfP provision remains unchanged
3.1.d speed limiter to be more than 80 kmph as at
3.1. a
196 Part G - II , i. Rated HP at low rpm and Maximum We strongly recommend for Min. rated Kindly refer point no. 78 of Part 2, Table 2 of
3.1.f engine torque required at lower range of engine HP of 145kw(195HP) to be Corrigendum 8
RPM and spread over a wider range of RPM developed between 1800-2400 RPM and
2. Engine Power: Min. 140kW @ 1800-2400 Min. engine peak torque of 700 Nm to be
RPM developed between 1200-1900 RPM for
3. Engine torque: Min. 700 Nm @ 1100 -

129

Additional Documents - Response to pre bid documents 289


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
2000 RPM adequate engine performance for TN STC
Subject to meeting specified performance. duty cycle requirements.
197 Part G - II , i. Rated HP at low rpm and Maximum Kindly consider Engine Power min 132kW. Kindly refer point no. 78 of Part 2, Table 2 of
3.1.f engine torque required at lower range of Engine Torque Min 590 Nm. Corrigendum 8
RPM and spread over a wider range of RPM
2. Engine Power: Min. 140kW @ 1800-2400
RPM
3. Engine torque: Min. 700 Nm @ 1100 -
2000 RPM
Subject to meeting specified performance.
198 Part G - II , Required to be provided by bus engine More Clarity required on the requirement. Bidder is advised to carry out due diligence
3.1.g based on the list of IT/ICT components and
their components
199 Part G - II , 3.2 BS VI/latest as applicable BSVI RfP provision remains unchanged
200 Part G - II , 3.3 Engine oil pressure, engine coolant As per CMVR Kindly refer point no. 79 of Part 2, Table 2 of
temperature, engine speed in RPM, vehicle Corrigendum 8
speed, engine % load (torque), diagnostic
message (engine specific) generally as per
UBS II
201 Part G - II , 3.4 Engine should be able to operate efficiently As per CMVR Kindly refer point no. 79 of Part 2, Table 2 of
at ambient temperatures / environmental Corrigendum 8
conditions of TNSTC generally operating in
the semi-arid & humid zone prevailing in the
area as indicated in above sections
202 Part G - II , 3.5 Front Front RfP provision remains unchanged
203 Part G - II , 3.6 Heavy duty Synchromesh manual We strongly recommend to only use RfP provision remains unchanged
transmission with minimum 5 forward and 1 transmission system with clutch pedal less
reverse speed. gearshift to driver which will greatly reduce
Neutral during stops driver fatigue, improve passenger
experience and enable consistent mileage
by removing driver skill as a variable.
204 Part G - II , 3.6 Heavy duty Synchromesh manual – G750 6F + 1R RfP provision remains unchanged
transmission with minimum 5 forward and 1
reverse speed.
Neutral during stops

130

Additional Documents - Response to pre bid documents 290


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
205 Part G - II , Transmission system to be fitted with a This can be met only when gear shift is RfP provision remains unchanged
3.6.1 mechanism which makes it possible to automated instead of mechanical gear
engage reverse gear only when vehicle is shifting.
stationary.
206 Part G - II , Transmission system to be fitted with a Option to be made as not mandatory RfP provision remains unchanged
3.6.1 mechanism which makes it possible to
engage reverse gear only when vehicle is
stationary.
207 Part G - II , 4 Mechanical Clutch system using single Single dry plate push type clutch will be RfP provision remains unchanged
plate push type dry clutching with asbestos offered.
free material lining
Clutch actuation with only air assisted
hydraulic booster will be offered.

Lining - ORGANIC WITH F510


208 Part G - II , 5.1 Single reduction, hypoid gears, full floating Rear axle – 1085 Kindly refer point no. 80 of Part 2, Table 2 of
axle shafts with optimal gear ratios suitable Gear ratio = 37/7 Corrigendum 8
for type II NDX operations in designated
areas
209 Part G - II , 5.2 Heavy duty reverse Elliot I-section beam Drag link and Track rod only with Sealed ball Kindly refer point no. 81 of Part 2, Table 2 of
type axle suitable for bus floor height, track joints will be provided which require no Corrigendum 8
rod with replaceable ball joints at both ends. greasing for life .
210 Part G - II , 5.2 Heavy duty reverse Elliot I-section beam Front axle – 6T Heavy duty reverse Elliot I- Kindly refer point no. 81 of Part 2, Table 2 of
type axle suitable for bus floor height, track section beam type Corrigendum 8
rod with replaceable ball joints at both ends.
211 Part G - II , 6 Hydraulic power steering with height and Rane GB ratio = 26.4 RfP provision remains unchanged
angle adjustments
212 Part G - II , 7 Parabolic leaf spring (waveller type) Front Semi -elliptic spring with Shock Kindly refer point no. 82 of Part 2, Table 2 of
suspension at front axle and air suspension absorber, without Anti roll bar will be Corrigendum 8
at rear axle complete with Anti-roll provided
stabilisers & heavy duty hydraulic double
acting Shock Absorbers at both axles
213 Part G - II , 7 Parabolic leaf spring (waveller type) Clarity required it is parabolic or waveller, Kindly refer point no. 82 of Part 2, Table 2 of
suspension at front axle and air suspension waveller will be provided Corrigendum 8
at rear axle complete with Anti-roll

131

Additional Documents - Response to pre bid documents 291


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
stabilisers & heavy duty hydraulic double
acting Shock Absorbers at both axles
214 Part G - II , 7 Parabolic leaf spring (waveller type) Weveller + Rear pneumatic suspension Kindly refer point no. 82 of Part 2, Table 2 of
suspension at front axle and air suspension Corrigendum 8
at rear axle complete with Anti-roll
stabilisers & heavy duty hydraulic double
acting Shock Absorbers at both axles
215 Part G - II , 7.1 Parabolic leaf spring (waveller type) Front Semi -elliptic spring with Shock Kindly refer point no. 83 of Part 2, Table 2 of
suspension system absorber, without Anti roll bar will be Corrigendum 8
provided
216 Part G - II , 7.1 Parabolic leaf spring (waveller type) Clarity required it is parabolic or waveller, Kindly refer point no. 83 of Part 2, Table 2 of
suspension system waveller will be provided Corrigendum 8
217 Part G - II , 7.1 Parabolic leaf spring (waveller type) OE Make Kindly refer point no. 83 of Part 2, Table 2 of
suspension system Corrigendum 8
218 Part G - II , 7.2 Air suspension system WIL Query not clear
219 Part G - II , 7.3 Both front and rear Anti-roll bars only at rear will be provided RfP provision remains unchanged
220 Part G - II , 7.3 Both front and rear Front only RfP provision remains unchanged
221 Part G - II , 7.4 Hydraulic double acting minimum 2 each at OE approved / WIL / Gabriel Query not clear
front & rear
222 Part G - II , 8 Disc Brakes in front and drum brakes at rear Include Drum brake in option Kindly refer point no. 84 of Part 2, Table 2 of
wheels. Graduated hand controlled, spring Corrigendum 8
actuated parking brakes acting on rear
wheels. Asbestos free brake Pads / linings
at all places.

i. fitment of drum brakes at Rear


ii. Disc brakes at front
iii. Hand brakes
iv. Asbestos free pads/ linings
v. Provide Make - ----, model , specs of
brake system and its subsystems
223 Part G - II , 8 Disc Brakes in front and drum brakes at rear Deviation Required, Proposed drum brake Kindly refer point no. 84 of Part 2, Table 2 of
wheels. Graduated hand controlled, spring in front against disc brake Corrigendum 8
actuated parking brakes acting on rear
wheels. Asbestos free brake Pads / linings

132

Additional Documents - Response to pre bid documents 292


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
at all places.

i. fitment of drum brakes at Rear


ii. Disc brakes at front
iii. Hand brakes
iv. Asbestos free pads/ linings
v. Provide Make - ----, model , specs of
brake system and its subsystems
224 Part G - II , 8 Disc Brakes in front and drum brakes at rear Drum in front & rear Kindly refer point no. 84 of Part 2, Table 2 of
wheels. Graduated hand controlled, spring Corrigendum 8
actuated parking brakes acting on rear i. fitment of drum brakes at Rear - Okay
wheels. Asbestos free brake Pads / linings ii. Disc brakes at front - Drum in front
at all places. iii. Hand brakes - Yes
iv. Asbestos free pads/ linings - Yes
i. fitment of drum brakes at Rear v. Provide Make - ----, model , specs of
ii. Disc brakes at front brake system and its subsystems - OE
iii. Hand brakes approved /Wabco/KB Make
iv. Asbestos free pads/ linings
v. Provide Make - ----, model , specs of
brake system and its subsystems
225 Part G - II , 8.1 Required Clarity required Electromagnetic retarder is Kindly refer point no. 85 of Part 2, Table 2 of
required or not Corrigendum 8
226 Part G - II , 8.1 Required Wabco/KB Make Kindly refer point no. 85 of Part 2, Table 2 of
Corrigendum 8
227 Part G - II , 9 24-volt DC 24V RfP provision remains unchanged
228 Part G - II , 9.1 Low maintenance type lead acid batteries Authority to accept min. 24V 165 Ah battery RfP provision remains unchanged
for 24 V system- performances as per BIS: for non AC buses with 85 A alternator which
14257-1995(latest). 2*12V maintenance is sufficient for city bus duty cycle.
free batteries of 180Ah rating.
229 Part G - II , 9.1 Low maintenance type lead acid batteries Battery - 24V & 150AH RfP provision remains unchanged
for 24 V system- performances as per BIS: Tata Green/ Amaron /Exide / OE approved
14257-1995(latest). 2*12V maintenance
free batteries of 180Ah rating.

133

Additional Documents - Response to pre bid documents 293


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
230 Part G - II , 9.2 24V, 180 Ah Starter motor capacity 4.5Kw will be Kindly refer point no. 86 of Part 2, Table 2 of
provided. Corrigendum 8
Starter motor not specified in Ah.
231 Part G - II , 9.2 24V, 180 Ah 24V Self starter of min 180 Ah or as per OE Kindly refer point no. 86 of Part 2, Table 2 of
design approved by CMVR shall be Corrigendum 8
acceptable. Kindly consider
232 Part G - II , 9.3 24V, 150 A. Authority to accept 24V 85A alternator RfP provision remains unchanged
which are sufficient for required application
and duty cycle.
233 Part G - II , 9.3 24V, 150 A. Include 100A as minimum requirement RfP provision remains unchanged
234 Part G - II , 9.3 24V, 150 A. Proposed 24V 90 A, clarity required on RfP provision remains unchanged
purpose /requirement 150A for NAC
application
235 Part G - II , 9.3 24V, 150 A. 24V as per OE design approved in CMVR RfP provision remains unchanged
236 Part G - II , 9.4 Multiplexing type -- As specified Proposed Design & ceritificate as per RfP provision remains unchanged
separately under ITS specifications regular OE Supply will meet regulatory
requirement
237 Part G - II , 9.4 Multiplexing type -- As specified Multiplexing as per AIS 052 shall be RfP provision remains unchanged
separately under ITS specifications provided.
238 Part G - II , 10 Electronic type duly approved /certified as ECU controlled. RfP provision remains unchanged
per AIS – 018/2001 or latest, tamper proof
and be adjusted to applicable speed limit.
Vehicle manufacturer shall facilitate the
Speed Limiting Device Serial number to be
incorporated with MORTH by ensuring that
requisite data is invariably added to the
details submitted to STA at the time of
registration of bus.
239 Part G - II , 11 Steel radial tubed tyres– size and ply rating Only tubeless tyres can be offered because Kindly refer point no. 87 of Part 2, Table 2 of
for type II NDX bus operations, as per front disc brake is mandatory as per tender Corrigendum 8
CMVR Standards preferably 10.00*20 as specification.
per AIS 044 part 3.
Also tubeless tyres will have better air
clearance between brake drum and wheel
thereby improving overall tyre life.

134

Additional Documents - Response to pre bid documents 294


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
240 Part G - II , 11 Steel radial tubed tyres– size and ply rating Include 295/80 R22.5 Radial Tubeless Tyre Kindly refer point no. 87 of Part 2, Table 2 of
for type II NDX bus operations, as per in option Corrigendum 8
CMVR Standards preferably 10.00*20 as
per AIS 044 part 3.
241 Part G - II , 11 Steel radial tubed tyres– size and ply rating Proposed 295/80R 22.5 16PR Radial Kindly refer point no. 87 of Part 2, Table 2 of
for type II NDX bus operations, as per tubeless tyres Corrigendum 8
CMVR Standards preferably 10.00*20 as
per AIS 044 part 3.
242 Part G - II , 11 Steel radial tubed tyres– size and ply rating OE approved. (10R20) Kindly refer point no. 87 of Part 2, Table 2 of
for type II NDX bus operations, as per Corrigendum 8
CMVR Standards preferably 10.00*20 as
per AIS 044 part 3.
243 Part G - II , >10800 mm provided that the maximum Request STC for a clarity on up to 12000 as Kindly refer point no. 89 of Part 2, Table 2 of
13.1. a number of seats and seat spacing are met max Corrigendum 8
as per AIS 052
244 Part G - II , <60% (preferably about 50%) of wheel base Increase rear overhang limit to max RfP provision remains unchanged
13.1. d. ii limited 3200 ±200mm 3560mm
245 Part G - II , <60% (preferably about 50%) of wheel base Will be meeting CMVR norm of ≤ 60% of RfP provision remains unchanged
13.1. d. ii limited 3200 ±200mm wheel base.
246 Part G - II , Overall length be maintained as > 10800- FOH = 2100 Kindly refer point no. 90 of Part 2, Table 2 of
13.1. d. iii mm by adjusting tolerances appropriately Wheel base = 5700 Corrigendum 8
on various dimensions such as wheel ROH = 3700
bases, overhangs, etc.
247 Part G - II , 11000±200 mm / 14000±200 mm / TCD & TCCD meets requirements Kindly refer point no. 91 of Part 2, Table 2 of
13.2 7000±200 mm Clarity required from authority for rear Corrigendum 8
overhang inner corner which is not defined
under CMVR norms.
248 Part G - II , 11000±200 mm / 14000±200 mm / Turning circle radius is less than 12m. Kindly refer point no. 91 of Part 2, Table 2 of
13.2 7000±200 mm Corrigendum 8
249 Part G - II , 1150 ± 10 mm 1130 mm ±10 mm will be provided. RfP provision remains unchanged
13.3
250 Part G - II , 1150 ± 10 mm 1300± 50 mm RfP provision remains unchanged
13.3

135

Additional Documents - Response to pre bid documents 295


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
251 Part G - II , Within the wheelbase ≥ 400mm Deviation Required Proposed 240mm RfP provision remains unchanged. Bidder is
13.4. c against 400mm and clarity required why this advised to refer to breakover angle
much required or applcation/Purpose of the requirement
same
252 Part G - II , Double jack-knife (JK) type, 1 door on near Clarity Required No of Doors Required Kindly refer point no. 92 of Part 2, Table 2 of
14.1 (left) side. The door flaps shall be so single Door or Double Door Corrigendum 8
designed as to provide positive sealing
against ingress of water in the bus
particularly during any water logging /
flooding on roads.
253 Part G - II , Double jack-knife (JK) type, 1 door on near Clearance will be provided for JK door Kindly refer point no. 92 of Part 2, Table 2 of
14.1 (left) side. The door flaps shall be so operation and drain holes will be provided Corrigendum 8
designed as to provide positive sealing on 1st step.
against ingress of water in the bus
particularly during any water logging /
flooding on roads.
254 Part G - II , Double jack-knife (JK) type, 1 door on near Double JK type doors will be provided. Kindly refer point no. 92 of Part 2, Table 2 of
14.1 (left) side. The door flaps shall be so Corrigendum 8
designed as to provide positive sealing Door flaps and brushes used in bottom
against ingress of water in the bus portion of JK type door JK type door will not
particularly during any water logging / prevent 100 % water entry in foot step area
flooding on roads. during water logging / flooding conditions.

We provide drain holes in foot step area for


water draining.

This is a technical limitation.


255 Part G - II , Mandatory Can be provided only if gear shift can be Kindly refer point no. 93 of Part 2, Table 2 of
14.2 automated so that gearbox ECU can take Corrigendum 8
door signal and communicate with engine
ECU.
256 Part G - II , Mandatory Option to be made as not mandatory Kindly refer point no. 93 of Part 2, Table 2 of
14.2 Corrigendum 8
257 Part G - II , Front gate behind front axle., and Rear gate Rear gate behind rear axle will be provided Kindly refer point no. 94 of Part 2, Table 2 of
14.3 behind of rear axle such that distance such that distance between front edge of the Corrigendum 8

136

Additional Documents - Response to pre bid documents 296


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
between front edge of the gate and Centre gate and Centre Line of rear axle is 958 mm
Line of rear axle is1500 mm. as per certified bus design and meeting
angle of departure requirements.
258 Part G - II , Front gate behind front axle., and Rear gate Deviation Required, Proposed Front gate Kindly refer point no. 94 of Part 2, Table 2 of
14.3 behind of rear axle such that distance ((LPO) ahead of front axle and clarity Corrigendum 8
between front edge of the gate and Centre required on rear door required or not
Line of rear axle is1500 mm.
259 Part G - II , Front gate behind front axle., and Rear gate Kindly consider Front door ahead of front Kindly refer point no. 94 of Part 2, Table 2 of
14.3 behind of rear axle such that distance axle. Corrigendum 8
between front edge of the gate and Centre Rear door position shall meet AIS 052
Line of rear axle is1500 mm.
260 Part G - II , >850mm as per AIS 052 800mm meeting AIS 052 will be provided. RfP provision remains unchanged
14.3. a
261 Part G - II , >850mm as per AIS 052 Deviation Required, Proposed as per AIS RfP provision remains unchanged
14.3. a 052,
262 Part G - II , >850mm as per AIS 052 Front & Rear = 720 mm as per AIS 052 RfP provision remains unchanged
14.3. a
263 Part G - II , > 650 mm as per AIS 052 550 mm as per AIS 052 RfP provision remains unchanged
14.3. b
264 Part G - II , ≤ 400 mm Deviation Required, Proposed as per AIS RfP provision remains unchanged
14.3. d 052,
265 Part G - II , ≤ 400 mm Deviation Required, Proposed as per AIS RfP provision remains unchanged
14.3. d 052,
266 Part G - II , Not Required Cannot be provided for type II mofussil Kindly refer point no. 95 of Part 2, Table 2 of
14.6 buses. Corrigendum 8
Required for sub clause f, h,i,k
Authority to remove requirement towards
14.2 and its sub clause a,b,c,d, e,f,g,h,i,k
267 Part G - II , Meets CMVR , AIS 052 AIS 153 RfP provision remains unchanged
15.1 requirements.
268 Part G - II , Design type approval as per Annexure-3 of Bus will be provided meeting CMVR Kindly refer point no. 96 of Part 2, Table 2 of
15.1 UBS II/ AIS 052/ AIS 153 as applicable, including AIS 052 & AIS 153. Corrigendum 8
“Harmonised Guidelines and Space
Standards for Barrier..... UBS II not applicable for Type II buses and
cannot be provided.

137

Additional Documents - Response to pre bid documents 297


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.

Type II mofussil buses with higher floor


height supplied shall not be in compliance to
Harmonised Guidelines.
269 Part G - II , Design type approval as per Annexure-3 of Kindly clarify this requirement Kindly refer point no. 96 of Part 2, Table 2 of
15.1 UBS II/ AIS 052/ AIS 153 / harmonised in the context of 1300mm floor height buses Corrigendum 8
guidelines as applicable and the data given as such category buses are not mandatedto
in this doc whichever is superior. The fully meet UBS II requirements
completed bus be type approved as per
approved design.
270 Part G - II , The under frame and super structure Nominal load of 51 passengers + 1 driver RfP provision remains unchanged
15.2. a suitably designed to carry nominal load of will be the seating layout.
over 52 passengers (assuming an average
weight of 68 kg per passenger and hand Crush load to be updated as 64 Passengers
luggage of 25kgs each) and crush load of 80 considering GVW of the vehicle. (each
pax. passenger weighing 68 Kgs on an average
and carrying a load of 25kgs each) in which
The superstructure of the bus fabricated case total 5952 kgs will be passenger
using Galvanised Steel Material (GC/ GP) payload.
tubing (ERW- Rectangular / Square Hollow
Sections) of grade Yst –240 for the bus body UBS II not applicable for Type II buses and
to be weld integrated /welded to the chassis cannot be provided.
frame depending upon the chassis design.
Material size to be decided by the
manufacturer. Material should fulfil
structural strength etc. requirements
indicated under Annexure-3 of UBS II and
those in Part I above. Other requirements as
per bus body code.
271 Part G - II , The under frame and super structure Bus Superstructure & Load carring capacity RfP provision remains unchanged
15.2. a suitably designed to carry nominal load of as per Bus body Code , AIS 052 meeting
over 52 passengers (assuming an average regulatory requirement, as per AIS 052 68
weight of 68 kg per passenger and hand kg per passenger and hand luggage of 7
luggage of 25kgs each) and crush load of 80 kgs each) Is alllowed , crush load of 80 pax
pax. is not feasible

138

Additional Documents - Response to pre bid documents 298


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.

The superstructure of the bus fabricated


using Galvanised Steel Material (GC/ GP)
tubing (ERW- Rectangular / Square Hollow
Sections) of grade Yst –240 for the bus body
to be weld integrated /welded to the chassis
frame depending upon the chassis design.
Material size to be decided by the
manufacturer. Material should fulfil
structural strength etc. requirements
indicated under Annexure-3 of UBS II and
those in Part I above. Other requirements as
per bus body code.
272 Part G - II , The under frame and super structure Kindly clarify this requirement RfP provision remains unchanged
15.2. a suitably designed to carry nominal load of in the context of 1300mm floor height buses
over 52 passengers (assuming an average as such category buses are not mandatedto
weight of 68 kg per passenger and hand meet UBS II requirements
luggage of 25kgs each) and crush load of 80
pax.

The superstructure of the bus fabricated


using Galvanised Steel Material (GC/ GP)
tubing (ERW- Rectangular / Square Hollow
Sections) of grade Yst –240 for the bus body
to be weld integrated /welded to the chassis
frame depending upon the chassis design.
Material size to be decided by the
manufacturer. Material should fulfil
structural strength etc. requirements
indicated under Annexure-3 of UBS II and
those in Part I above. Other requirements as
per bus body code.
273 Part G - II , Bus exterior side panels fitted with stretched FRP panels will be provided for Exterior RfP provision remains unchanged
15.3 GS sheet at waist level. The exterior front- front and rear as per Part II of detailed
end panelling be of GS sheet while roof, specification table, clause 15.2 b.
rear, sides & skirt panelling be of aluminium.

139

Additional Documents - Response to pre bid documents 299


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
Roof panelling will be GI sheet as per OEM
design and meeting AIS 052

Interior panelling will be pre-painted GI


sheet as per OEM design and meeting AIS
052.

Side stretch panel will be GI and skirt panels


will be aluminum as per OEM
274 Part G - II , Bus exterior side panels fitted with stretched Clarity Required on front end paneling & RfP provision remains unchanged
15.3 GS sheet at waist level. The exterior front- rear paneling as FRP front show , Front
end panelling be of GS sheet while roof, bumper and rear show, rear Bumper will be
rear, sides & skirt panelling be of aluminium. provide already mentioned in 15.2.b
275 Part G - II , Bus exterior side panels fitted with stretched Exterior paneling: Front & Rear face will be RfP provision remains unchanged
15.3 GS sheet at waist level. The exterior front- of FRP.
end panelling be of GS sheet while roof, Stretch panel = GI sheet
rear, sides & skirt panelling be of aluminium. Roof panel = GI
Interior Panel =
Roof & Sides = PVC coated GI
276 Part G - II , Aluminium extrusion IS 733/1983 or better Will be provided as per OEM design RfP provision remains unchanged
15.4. h meeting AIS 052 / CMVR with Nylon 6
material which is superior to metal
extrusions.
277 Part G - II , Uniform floor inside bus without steps. Projections at wheel housing RfP provision remains unchanged
15.5. a
278 Part G - II , 15mm thickness phenolic resin 12mm thick phenolic resin bonded densified RfP provision remains unchanged
15.5. d bonded densified laminated compressed laminated compressed wooden floor board
wooden floor board (both side plain surface) will be provided with density of 1.2 gms/cc
having density of 1.2 gms/cc conforming as per IS 3513, BIS 710 and BIS 5509
to IS 3513(Part-3): type VI 1989 or latest. standards.
The flooring should also be Boiling
Water Resistant (BRW) as for marine
board BIS:710-1976/ latest and fire
retardant as per BIS:5509-
2000(IS15061:2002)

140

Additional Documents - Response to pre bid documents 300


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
279 Part G - II , 15mm thickness phenolic resin Kindly consider min 12mm thickness of RfP provision remains unchanged
15.5. d bonded densified laminated compressed wooden floor board
wooden floor board (both side plain surface)
having density of 1.2 gms/cc conforming
to IS 3513(Part-3): type VI 1989 or latest.
The flooring should also be Boiling
Water Resistant (BRW) as for marine
board BIS:710-1976/ latest and fire
retardant as per BIS:5509-
2000(IS15061:2002)
280 Part G - II , 15mm thickness phenolic resin Part G - II , 15.5. d Floor surface material RfP provision remains unchanged
15.5. d bonded densified laminated compressed 15mm thickness phenolic resin
wooden floor board (both side plain surface) bonded densified laminated compressed
having density of 1.2 gms/cc conforming wooden floor board (both side plain surface)
to IS 3513(Part-3): type VI 1989 or latest. having density of 1.2 gms/cc conforming
The flooring should also be Boiling to IS 3513(Part-3): type VI 1989 or latest.
Water Resistant (BRW) as for marine The flooring should also be Boiling
board BIS:710-1976/ latest and fire Water Resistant (BRW) as for marine
retardant as per BIS:5509- board BIS:710-1976/ latest and fire
2000(IS15061:2002) retardant as per BIS:5509-
2000(IS15061:2002)
281 Part G - II , 3 mm thick anti-skid type silicon grains ISO 3 mm thick anti-skid type silicon grains ISO RfP provision remains unchanged
15.5. e 877/76 for colour, IS5509 for fire retardancy 877/76 for colour, IS 15061 for fire
retardancy
282 Part G - II , Full width single piece laminated safety Windshield will be as per OE design RfP provision remains unchanged
15.6. a glass, plain, flat / curved with curved corners meeting AIS 052.
with intervening Poly Vinyl Butyral (PVB)
film IS 2553 (Part-2)-1992 / latest. Standard
designs (Refer Annexure 1to UBS II) for
12metre long buses to be followed
283 Part G - II , Size 2200mm width*1500mm height plain / Design and size will as per OE design and RfP provision remains unchanged
15.6. a flat curved at corners*8.76mm thick AIS 052
284 Part G - II , Size 2200mm width*1500mm height plain / Front windshield thickness = 7.76 mm RfP provision remains unchanged
15.6. a flat curved at corners*8.76mm thick

141

Additional Documents - Response to pre bid documents 301


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
285 Part G - II , Single piece flat/curved toughened glass- Shall be as per OE design Kindly refer point no. 97 of Part 2, Table 2 of
15.6. b plain/flat/curved at centre & curved at Corrigendum 8
corners IS 2553(Part-2)– 1992/latest
286 Part G - II , Size : 1900mm width * 950mm height Design and size will as per OE design and Kindly refer point no. 97 of Part 2, Table 2 of
15.6. b (minimum) * 5.5 + 0.5mm thickness AIS 052 Corrigendum 8
287 Part G - II , Size : 1900mm width * 950mm height Rear windshield thickness = 4 mm Kindly refer point no. 97 of Part 2, Table 2 of
15.6. b (minimum) * 5.5 + 0.5mm thickness Corrigendum 8
288 Part G - II , Size : 1900mm width * 950mm height Deviation Required Proposed 1916mm Kindly refer point no. 97 of Part 2, Table 2 of
15.6. b (minimum) * 5.5 + 0.5mm thickness width , 733 mm with 5 mm thickness Corrigendum 8
289 Part G - II , Flat, 2-piece design-top fixed toughened OK, Window radius as per bus carline , one RfP provision remains unchanged
15.6. c glass IS 2553 (Part-2)-1992/latest window having top fixed portion below twol
sliding glass.
290 Foot Note on 1 IRT suggested laminated clear curved Deviation Required Proposed OE Design Kindly refer point no. 98 of Part 2, Table 2 of
Pg. 126 and Glass 99 * 61 i.e. 2515mm*1550mm inches meeting Regulatory & functional Corrigendum 8
204 size with 8.76 mm thickness. It may be requirement
difficult to accommodate the said width of
2515mm within the bus width of 2600-50mm
unless the glass is wrapped around, that
would significantly increase cost and
proneness to damage. Hence, IC suggested
that the specified dimensions be maintained
as size given by IC is generally as per UBS
II to facilitate standardisation and thus ease
of availability at minimum cost for
replacement.
2 IRT suggested Single toughened grey
curved glass of 96 * 42 inches i.e.
2439mm*1067mm with 6 mm thickness.
The suggested size is a non- standard size.
Whereas, size given by IC is generally as
per UBS II to facilitate standardisation and
thus ease of availability at minimum cost for
replacement.
291 Part G - II , 700 mm as per AIS 052 for Type II NDX As per AIS 052 keeping minimum leg Kindly refer point no. 99 of Part 2, Table 2 of
15.7.1. d buses Corrigendum 8

142

Additional Documents - Response to pre bid documents 302


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
292 Part G - II , ‘Poly Propylene Low Density / Low density High backrest seats (HHR) meeting AIS 023 Noted. RfP provision remains unchanged
15.7.1. g Poly Ethylene (PPLD/LDPE’) moulded. and AIS 052 with PU foam shall be
provided..
Ref AIS:023 & bus code for performance
293 Part G - II , ‘Poly Propylene Low Density / Low density High back seat with cushion Noted. RfP provision remains unchanged
15.7.1. g Poly Ethylene (PPLD/LDPE’) moulded and
or any other seat material for fully-built
ready to install cushioned and upholstered
finished seats complete with all the requisite
features called for in this doc. Ref AIS:023
& bus code for performance. Passenger
seat frames behind rear right mudguard be
provided with additional reinforcement
294 Part G - II , Seat cushion required as Polyurethane Polyurethane foam seat cushion meeting Noted. RfP provision remains unchanged
15.7.1. k Foam, minimum thickness of front / rear AIS 052 and as per OE design will be
ends of seat cushion/padding as 130/100 provided.
mm respectively; minimum thickness of
back rest Foam cushion as 75mm; Upholstery – As per OEM design will be
Upholstery – pile fabric / Jaccard of more provided meeting AIS 052 with either rexin
than 0.7-1mm thickness. All above as per or fabric.
AIS 052 / UBS II
UBS II not applicable for Type II buses
295 Part G - II , Minimum 52 Seating capacity will be 51 passenger seats RfP provision remains unchanged
15.7. 1. n + 1 Driver as per AIS 052 and CMVR norms.
296 Part G - II , Minimum 52 52+1+D with LPO Door RfP provision remains unchanged
15.7. 1. n
297 Part G - II , Minimum 52 52HB +1D can be provided RfP provision remains unchanged
15.7. 1. n
298 Part G - II , >52, No standees, with crush loading of 80 Crush load to be updated as 64 Passengers RfP provision remains unchanged
15.7.1. p passengers considering GVW of the vehicle. (each
passenger weighing 68 Kgs on an average
and carrying a load of 25kgs each) in which
case total 5952 kgs will be passenger
payload.

143

Additional Documents - Response to pre bid documents 303


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
299 Part G - II , >52, No standees, with crush loading of 80 Clarity Required for crush loading of 80 RfP provision remains unchanged
15.7.1. p passengers passenger, loading as per AIS 052
300 Part G - II , Not necessary except diver seat & wheel Only Driver seat belt and wheel chair belt RfP provision remains unchanged
15.7. 1. r __ chair and those facing aisle (performance will meet the anchorage test as per AIS 005
etc. as per AIS 052) and AIS 015.
301 Part G - II , As per AIS 023 Meeting Functional & Regulatory RfP provision remains unchanged
15.7.1. s. i Requirement,Dimension & specs detail will
be shared after tender allotment
302 Part G - II , 1900 mm including that in the rear Meeting Functional & Regulatory RfP provision remains unchanged
15.7.2.a overhang area as per AIS 052. Requirement,Dimension & specs detail will
be shared after tender allotment
303 Part G - II , As per AIS 052 Meeting Functional & Regulatory RfP provision remains unchanged
15.7.2.a.i Requirement,Dimension & specs detail will
be shared after tender allotment
304 Part G - II , As per AIS 052 Meeting Functional & Regulatory RfP provision remains unchanged
15.7.2.a.ii Requirement,Dimension & specs detail will
be shared after tender allotment
305 Part G - II , As per AIS 052 Meeting Functional & Regulatory RfP provision remains unchanged
15.7.2.a.iii Requirement,Dimension & specs detail will
be shared after tender allotment
306 Part G - II , Minimum 650 mm (Refer figure-1 of UBS Minimum 350 mm will be provided as per RfP provision remains unchanged
15.7.2.b II/AIS 052) for front gate AIS 052 with 3x2 HHR seating layout

UBS II not applicable for Type II buses


307 Part G - II , Minimum 650 mm (Refer figure-1 of UBS Gangway will be of 350 mm meeting AIS RfP provision remains unchanged
15.7.2.b II/AIS 052) for front gate 052
308 Part G - II , Minimum 650 mm (Refer figure-1 of UBS Deviation Required will be provided as per RfP provision remains unchanged
15.7.2.b II/AIS 052) for front gate AIS 052
309 Part G - II , Minimum 650 mm (Refer figure-1 in UBS Minimum 350 mm will be provided as per RfP provision remains unchanged
15.7.2.c II/AIS 052) excluding armrests (armrests AIS 052 with 3x2 HHR seating layout
are not required) and including stanchions-
will be measured from seat edge to seat UBS II not applicable for Type II buses
edge.
310 Part G - II , Minimum 650 mm (Refer figure-1 in UBS Gangway will be of 350 mm meeting AIS RfP provision remains unchanged
15.7.2.c II/AIS 052) excluding armrests (armrests 052

144

Additional Documents - Response to pre bid documents 304


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
are not required) and including stanchions-
will be measured from seat edge to seat
edge.
311 Part G - II , As per AIS 052 Meeting Functional & Regulatory RfP provision remains unchanged
15.7.2.d Requirement,Dimension & specs detail will
be shared after tender allotment
312 Part G - II , As per AIS 023 & AIS 052 Meeting Functional & Regulatory RfP provision remains unchanged
15.7.2.d Requirement,Dimension & specs detail will
be shared after tender allotment
313 Part G - II , All holes drilled and weldments will be Noted. RfP provision remains unchanged
15.8. a All structural members be treated for treated post structure completion.
corrosion prevention internally as well as
externally and painted using Polyurethane Closed drilled holes during panel and trim
(PU) painting-based spray paint Details of stage cannot be treated.
paints used, surface treatment &
preparation, corrosion prevention treatment,
base primer coatings, number of paint coats
to be applied etc would be supplied.
314 Part G - II , 16 Multiplexing provision for electrical circuitry Meet the requirements. RfP provision remains unchanged
315 Part G - II , BIS marked, copper conductors with fire Meets the requirement as per CMVR Noted. RfP provision remains unchanged
16.1 retardant as per IS/ISO: 6722:2006 as per standards and AIS-052 Amendment No 11
appropriate class. Conductor cross-section (09/2019)
varying as per circuit requirements,
minimum cross-section 0.5 sq mm. Quality UBS II not applicable for Type II buses
marking may also be as per equivalent or
better European, Japanese, US standards.
316 Part G - II , BIS marked, copper conductors with fire Wiring harness (ISO - 6722). Noted. RfP provision remains unchanged
16.1 retardant as per IS/ISO: 6722:2006 as per As per OE approved .
appropriate class. Conductor cross-section
varying as per circuit requirements,
minimum cross-section 0.5 sq mm. Quality
marking may also be as per equivalent or
better European, Japanese, US standards.

145

Additional Documents - Response to pre bid documents 305


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
317 Part G - II , As above and suitable to carry rated current Meets the requirement as per CMVR Kindly refer point no. 100 of Part 2, Table 2
16.2 (Japanese auto Standard JASO D0609-75 standards and AIS-052 Amendment No 11 of Corrigendum 8
AV) (09/2019)

UBS II not applicable for Type II buses


318 Part G - II , As above and suitable to carry rated current As per OE approved . Kindly refer point no. 100 of Part 2, Table 2
16.2 (Japanese auto Standard JASO D0609-75 of Corrigendum 8
AV)
319 Part G - II , As per AIS 052 /UBS II As per AIS 052 RfP provision remains unchanged
16.3
320 Part G - II , As per AIS 052 - fuse of rated current 1.5 As per AIS 052 RfP provision remains unchanged
16.3. a times the load current of electrical
equipment. Necessary in every electrical
circuit
321 Part G - II , As per AIS 052- Isolation switch required for As per AIS 052 RfP provision remains unchanged
16.3. b each such circuit
322 Part G - II , As per AIS 052- Required for each such As per AIS 052 RfP provision remains unchanged
16.3. c circuit
323 Part G - II , As per AIS 052 - Required for all items. As per AIS 052 RfP provision remains unchanged
16.3. d
324 Part G - II , As per AIS 052 As per AIS 052 RfP provision remains unchanged
16.3. e
325 Part G - II , Heavy-duty type capable of carrying & As per OE Approved RfP provision remains unchanged
16.3. f interrupting total circuit load --1 each near
battery/driver
326 Part G - II , As per AIS 052 /UBS II Meets the requirement as per CMVR RfP provision remains unchanged
16.3 standards and AIS-052 Amendment No 11
(09/2019)

UBS II not applicable for Type II buses


327 Part G - II , Electrically operated with two wiper arms & Wiper will be provided as per AIS 011 RfP provision remains unchanged
16.4 blades, wiper motor heavy duty steel body
with minimum 2-Speed operation wiping
system as per CMVR/BIS 7827 part-1,
2,3(Sec.1 & 2)/latest. As per AIS 011

146

Additional Documents - Response to pre bid documents 306


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
328 Part G - II , Speed control with time delay relay as per Wiper motor will be as per AIS 011 and time RfP provision remains unchanged
16.4. a AIS 011. delay relay will not be provided
329 Part G - II , Speed control with time delay relay as per Wiper will be provided as per AIS 011 RfP provision remains unchanged
16.4. a AIS 011.
330 Part G - II , AIS011 /AIS 052 Wiper will be provided as per AIS 011 RfP provision remains unchanged
16.4. b
331 Part G - II , As per AIS 052 / AIS 012 Meet the requirement as per AIS 052 RfP provision remains unchanged
16.7 (a-c)
332 Part G - II , As per AIS 052 with illumination level of ≥ Will meet as per AIS 052 Amendment No 11 Kindly refer point no. 101 of Part 2, Table 2
16.7. b 100 lux &≤ 200 lux (09/2019), the illumination of the lamps shall of Corrigendum 8
not be less than 30lux and shall not be more
than 150 Lux. Amendment No 11 (09/2019)
333 Part G - II , As per AIS 052 with illumination level of ≥ Will meet as per AIS 052 Amendment No 11 Kindly refer point no. 102 of Part 2, Table 2
16.7. c 100 lux and ≤ 150 lux (09/2019), the illumination of the lamps shall of Corrigendum 8
not be less than 30lux and shall not be more
than 150 Lux. Amendment No 11 (09/2019)
334 Part G - II , 17 As specified separately under ITS chapter of ITS will be provided as per OEM spec Kindly refer point no. 103 of Part 2, Table 2
UBS II specifications /and or by ITS meeting UBS II specifications and certified of Corrigendum 8
Consultant and generally as brought out at under IS 16833 for CCTV , IS 16490 for LED
Para 32 in Part I. destination board and PIS and AIS 140 for
GPS and panic buttons will be offered.

UBS II not applicable for Type II buses


335 Part G - II , 17 As specified separately under ITS chapter of ITS will be provided as per UBS II , Clarity Kindly refer point no. 103 of Part 2, Table 2
UBS II specifications /and or by ITS required on Additionally Mobile / lap-top / of Corrigendum 8
Consultant and generally as brought out at ETVM chargers be provided at conductor
Para 32 in Part I. seat and at every passenger seat.
GPS and Vehicle tracking system
336 Part G - II , 17 As specified separately under ITS chapter of ITS as per AIS 052 shall be provided not as Kindly refer point no. 103 of Part 2, Table 2
UBS II specifications /and or by ITS per UBS II. of Corrigendum 8
Consultant and generally as brought out at
Para 32 in Part I.
337 Part G - II , 18 As per AIS 052 RfP provision remains unchanged
338 Part G - II , Adjustable type driver seat with seat belt 3 point mounting for driver seat will be RfP provision remains unchanged
18.1 ELR recoil type, 3-point mounting as per provided.

147

Additional Documents - Response to pre bid documents 307


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
CMVR & AIS 052 conforming to AIS: 005&
015. Driver seat belt anchorage test (AIS 005 and
AIS 015) not mandatory for CMVR and bus
code, Hence not type approval certificate
cannot be made available.
339 Part G - II , Adjustable type driver seat with seat belt OE approved RfP provision remains unchanged
18.1 ELR recoil type, 3-point mounting as per
CMVR & AIS 052 conforming to AIS: 005&
015.
340 Part G - II , Not necessary except diver seat, for seats As per AIS 052 RfP provision remains unchanged
18.2 & 18.3 facing gangway if any and the wheel chair
passenger (performance etc. as per AIS
052)
341 Part G - II , As per AIS 052 As per AIS 052 RfP provision remains unchanged
18.4
342 Part G - II , 1 number, as per provision of CMVR As per AIS 052 RfP provision remains unchanged
18.5
343 Part G - II , Colour contrasting and slip resistant of Stanchions and Handrails with MS tube and RfP provision remains unchanged
18.6 aluminium tubing 32 mm dia, 3 mm thick. PVC sleeves will be provided as per OEM
design and CMVR.

Steel tube will be 28mm ID + 2mm thick.


OD will be 32mm.

PVC Sleeve: 2mm thick slip resistant sleeve


will be provided.
344 Part G - II , Colour contrasting and slip resistant of MS tubing with slip resistant PVC sleeve will RfP provision remains unchanged
18.6 aluminium tubing 32 mm dia, 3 mm thick. be provided as per AIS 052
345 Part G - II , Colour contrasting and slip resistant of This are the requirement of TYPE I bus and RfP provision remains unchanged
18.6 aluminium tubing 32 mm dia, 3 mm thick. vehiele is asked in TYPE II so requirement
& specs is contradicting with each other ,
this is not feasible in this type ii bus
346 Part G - II , Colour contrasting and slip resistant. 2 to 4 This are the requirement of TYPE I bus and RfP provision remains unchanged
18.7 Numbers. hand holds per bay of poly- vehiele is asked in TYPE II so requirement

148

Additional Documents - Response to pre bid documents 308


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
carbonate transparent with provision & specs is contradicting with each other ,
for advertisements this is not feasible in this type ii bus
347 Part G - II , Vertically fitted, with attachment to bus floor Stanchions and Handrails with MS tube and RfP provision remains unchanged
18.8 and to roof, aluminium tubing with Colour PVC sleeves will be provided as per OEM
contrasting and slip resistant. 40 mm dia. & design and CMVR.
3.15 mm thick. Rest As per AIS 052.
Steel tube will be 28mm ID + 2mm thick.
OD will be 32mm.

PVC Sleeve: 2mm thick slip resistant sleeve


will be provided.
348 Part G - II , Vertically fitted, with attachment to bus floor MS tubing with slip resistant PVC sleeve will RfP provision remains unchanged
18.8 and to roof, aluminium tubing with Colour be provided as per AIS 052
contrasting and slip resistant. 40 mm dia. &
3.15 mm thick. Rest As per AIS 052.
349 Part G - II , Vertically fitted, with attachment to bus floor This are the requirement of TYPE I bus and RfP provision remains unchanged
18.8 and to roof, aluminium tubing with Colour vehiele is asked in TYPE II so requirement
contrasting and slip resistant. 40 mm dia. & & specs is contradicting with each other ,
3.15 mm thick. Rest As per AIS 052. this is not feasible in this type ii bus
350 Part G - II , High visibility bell pushes shall be fitted at a As per AIS 052 Kindly refer point no. 104 of Part 2, Table 2
18.9 suitable height (≥1.2 metre on all/ of Corrigendum 8
alternate/convenient stanchions keeping in
view convenience of passengers and
avoidance of un-necessary/ inadvertent
operation by passengers. These would
assist PwDs and all other passengers
351 Part G - II , High visibility bell pushes shall be fitted at a "Next Stop Request" Switch and buzzer not Kindly refer point no. 104 of Part 2, Table 2
18.9 suitable height (≥1.2 metre on all/ applicable to Type II mofussil buses as per of Corrigendum 8
alternate/convenient stanchions keeping in CMVR / AIS 052 and will not be provided.
view convenience of passengers and
avoidance of un-necessary/ inadvertent
operation by passengers. These would
assist PwDs and all other passengers
352 Part G - II , High visibility bell pushes shall be fitted at a This are the requirement of TYPE I bus and Kindly refer point no. 104 of Part 2, Table 2
18.9 suitable height (≥1.2 metre on all/ vehiele is asked in TYPE II so requirement of Corrigendum 8

149

Additional Documents - Response to pre bid documents 309


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
alternate/convenient stanchions keeping in & specs is contradicting with each other ,
view convenience of passengers and this is not feasible in this type ii bus
avoidance of un-necessary/ inadvertent
operation by passengers. These would
assist PwDs and all other passengers
353 Part G - II , One rear camera for bus reversing and at Meeting performance & Regulatory Kindly refer point no. 105 of Part 2, Table 2
18.10 least two cameras in the passenger cabin Requirement , specs,size ,make will be of Corrigendum 8
area as per the specifications / supplies shared after tender allotment
made by the ITMS service provider.
One more camera in front of Driver to
capture vehicle front side blind spots
coverages
354 Part G - II , One rear camera for bus reversing and at As per AIS 052 Kindly refer point no. 105 of Part 2, Table 2
18.10 least two cameras in the passenger cabin of Corrigendum 8
area as per the specifications / supplies
made by the ITMS service provider.
One more camera in front of Driver to
capture vehicle front side blind spots
coverages
355 Part G - II , As per AIS 052 As per AIS 052 RfP provision remains unchanged
18.11
356 Part G - II , 800 mm minimum height extending ≥ 100 As per AIS 052 RfP provision remains unchanged
18.12 mm more than centre line of sitting position
of the Passenger.
357 Part G - II , As per AIS 052/CMVR As per AIS 052 RfP provision remains unchanged
18.13
358 Part G - II , Heavy duty for loads of 1.2 times (minimum) Tow hook only at front shall be provided Kindly refer point no. 106 of Part 2, Table 2
18.16 the kerb weight of the bus within 30o of the of Corrigendum 8
longitudinal axis of the bus. As per CMVR &
IS 9760 - ring type
359 Part G - II , Heavy duty for loads of 1.2 times (minimum) Tow pin only at front only will be provided. Kindly refer point no. 106 of Part 2, Table 2
18.16 the kerb weight of the bus within 30o of the of Corrigendum 8
longitudinal axis of the bus. As per CMVR &
IS 9760 - ring type

150

Additional Documents - Response to pre bid documents 310


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
360 Part G - II , As per AIS 052/CMVR Reflective tapes will be provided RfP provision remains unchanged
18.17
361 Part G - II , Both made of Steel or impact resistant As per AIS 052 RfP provision remains unchanged
18.18 polymer or combination of both meeting
requirement of an energy absorbing system.
Impact strength as per AIS 052
362 Part G - II , Meet requirements of Para 6.3.1 of AIS 052. Impact Strength for Bumpers- Para 6.3.1 of RfP provision remains unchanged
18.18 AIS 052 - Not yet notified by CMVR and
hence cannot be provided.
363 Part G - II , Meet requirements of Para 6.3.1 of AIS 052. As per AIS 052 RfP provision remains unchanged
18.18
364 Part G - II , 19 As per AIS 052 RfP provision remains unchanged
365 Part G - II , Meet the requirement as per AIS 052 RfP provision remains unchanged
19.1
366 Part G - II , Windows - two piece in buses, where top Meeting performance & Regulatory RfP provision remains unchanged
19.1. a portion, would be fixed and bottom portion Requirement , specs,size ,make will be
would have sliding glasses. Minimum shared after tender allotment
window glass/aperture area (main windows)
in cm2 14000. Toughened Glass of
thickness 4.8-5.3 mm
367 Part G - II , Cabin luggage racks (350 width from side Deviation Required Side dickey will be RfP provision remains unchanged
19.2 wall*250 mm height) on both side walls. provided with 0.1 cubic meter ,rear dickey is
Additionally luggage carrying space be not feasible.
provided under the chassis on sides as also
at the rear end of the bus with adequate
access
368 Part G - II , Cabin luggage racks (350 width from side As per AIS 052 RfP provision remains unchanged
19.2 wall*250 mm height) on both side walls.
Additionally luggage carrying space be
provided under the chassis on sides as also
at the rear end of the bus with adequate
access
369 Part G - II , 9 years or 12,00,000 km, which-ever is More clarity required from STC here Query not clear
19.3 earlier.

151

Additional Documents - Response to pre bid documents 311


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
370 Part G - II , 9 years or 12,00,000 km, which-ever is Proposed 7 year or 9 lakh km RfP provision remains unchanged
19.3 earlier.
371 Part G - II , An air passage/duct/roof hatch to be Driver door window available for air RfP provision remains unchanged
20.a provided in driver area at a suitable location ventilation inside driver cabin.
for proper inflow of air inside the driver cab
Roof hatch will not be provided.
372 Part G - II , An air passage/duct/roof hatch to be Roof hatch will be provided as per AIS 052 RfP provision remains unchanged
20.a provided in driver area at a suitable location
for proper inflow of air inside the driver cab
373 Part G - II , Driver’s work area to be provided with a 200 200mm diameter 24 V fan shall be provided RfP provision remains unchanged
20.a mm diameter 24 V fan to ensure proper for driver work with single speed control.
ventilation. The fan to have 3 – speed
adjustment
374 Part G - II , 21. 81dba Will meet 85 dba as per CMVR norm under RfP provision remains unchanged
a AIS 153.
375 Part G - II , 21. 81dba We will provide as per CMVR/AIS - 052 & RfP provision remains unchanged
a AIS - 153.
376 Part G - II , 21. Vibration levels / Noise, vibration and AIS 153 is updated Indian regulation for Kindly refer point no. 107 of Part 2, Table 2
b harshness (NVH) levels (interior): NVH. of Corrigendum 8
- Noise level in saloon from drive axle, etc.:
Nil - Dominant frequencies to fall outside NVH will be meet as per AIS 153.
the ranges of: 0.5-1 Hz, 5-7 Hz and 18-20
Hz · Transient vibration level in seating area
maximum:1g
· Transient vibration level at driver seat
maximum:0.1g
· Vibration levels at driver/Pax seats
(metre/sec²) ≤ 0.5
· Vibration level in gangway (metre/sec²) ≤ 1
377 Part G - II , 21. Vibration levels / Noise, vibration and Deviation Required , Provided as per Bus Kindly refer point no. 107 of Part 2, Table 2
b harshness (NVH) levels (interior): body code & Type approval Requirement of Corrigendum 8
- Noise level in saloon from drive axle, etc.:
Nil - Dominant frequencies to fall outside
the ranges of: 0.5-1 Hz, 5-7 Hz and 18-20
Hz · Transient vibration level in seating area

152

Additional Documents - Response to pre bid documents 312


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
maximum:1g
· Transient vibration level at driver seat
maximum:0.1g
· Vibration levels at driver/Pax seats
(metre/sec²) ≤ 0.5
· Vibration level in gangway (metre/sec²) ≤ 1
378 Part G - II , 22 An automatic fire detection & Suppression FDSS provided for engine area only as per Kindly refer point no. 108 of Part 2, Table 2
system be essentially provided for engine AIS 135 in engine compartment. of Corrigendum 8
and other fire sensitive areas of the bus.
Possibility of provision of FDSS for entire Possibility of providing in other locations will
bus including but not limited to engine area, not be possible considering current
drive line, fuel tanks, fuel filling point and regulations and standards which have not
fuel distribution lines/cluster, wheel wells, defined the same.
electrical systems etc.
Additional fire extinguishers as per AIS 052
be provided
379 Part G - II , 22 An automatic fire detection & Suppression FDSS will be provided Kindly refer point no. 108 of Part 2, Table 2
system be essentially provided for engine of Corrigendum 8
and other fire sensitive areas of the bus.
Possibility of provision of FDSS for entire
bus including but not limited to engine area,
drive line, fuel tanks, fuel filling point and
fuel distribution lines/cluster, wheel wells,
electrical systems etc.
Additional fire extinguishers as per AIS 052
be provided
380 Part G - II , 22. Pneumatic Electronic Linear fire detector Linear Heat Sensing cable is used for Kindly refer point no. 109 of Part 2, Table 2
a with stainless steel tube with suitable detection in place of Stainless steel tube, of Corrigendum 8
diameter which meets AIS 135 requirements and is
type approved
381 Part G - II , 22. Detector operating on rate of rise with Fixed temperature short circuit principle Kindly refer point no. 110 of Part 2, Table 2
b. i Advanced Built in Test Module. used for fire detection, As per AIS135 & it is of Corrigendum 8
type approved.
382 Part G - II , 22. Stainless steel Tube sensor with suitable Linear Heat Sensing cable is used for RFP provision remains unchanged. Refer to
b. ii diameter and should be rodent free detection in place of Stainless steel tube, RfP document for clarity

153

Additional Documents - Response to pre bid documents 313


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
which meets AIS 135 requirements and is
type approved
383 Part G - II , 22. Detector should operate with Rate of Fixed temperature short circuit principle RFP provision remains unchanged. Refer to
c Rise along with advanced Built-in Test used for fire detection, As per AIS135 & it is RfP document for clarity
Module that indicates failure in the event type approved.
of reduced performance over the entire
range of sensor tube.
384 Part G - II , 22. IP67 IP54 as per AIS 135 will be provided Kindly refer point no. 111 of Part 2, Table 2
c. i of Corrigendum 8
385 Part G - II , 22. Aluminium Enclosure not available. Kindly refer point no. 112 of Part 2, Table 2
c. ii of Corrigendum 8
386 Part G - II , 22. -40°C to +125°C 0°C to +120°C as per AIS135 Kindly refer point no. 113 of Part 2, Table 2
c. iii of Corrigendum 8
387 Part G - II , 22. Should comply to: Will be meeting AIS 135 Kindly refer point no. 114 of Part 2, Table 2
c. iv BS EN 61373, Table 1,2,3 of Corrigendum 8
MIL STD- 810:501.4, 516.5.4.
388 Part G - II , 22. 1 Mtr. to 100 Mtr. in length. Stainless Linear Heat Sensing cable diameter- 4mm Noted. RfP provision remains unchanged
c. v steel material with suitable diameter.
389 Part G - II , 22. 40mA 75mA Kindly refer point no. 115 of Part 2, Table 2
c. vii of Corrigendum 8
390 Part G - II , 23 General Deviation Required FDAS is required as per Refer to detailed specifications as per
category and type approval, if not ok for Clause 60 Part G- 1
All provisions Under Clause 22 (a - d) FDAS, FDSS Can be provided For Engine
Area only as per AIS 135 and cannot be
provided in saloon area
391 Part G - BIS: 2465-1984(or latest). DIN 72551- As per As per UBS-II addendum letter No.K- RfP provision remains unchanged
Annexure III , 7 Dimensional Test 14011/39/2007 – UT (vol.II) dated 7th Nov
JIS C 3406- Spark, Immersion & Conductor 2013.
Resistance
Test’ SAE recommended J 1127 & J 1128
392 Part G - BIS:277-2003 (or latest), Class-VIII Medium IS 277 GRADE 120 GSM RfP provision remains unchanged
Annexure III , Coating of Zinc Nominal Weight120
10 grams/M2.

154

Additional Documents - Response to pre bid documents 314


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
393 Part G - Annexure IV – Specifications for Intelligent Deviation Required, Proposed ITS System RfP provision remains unchanged
Annexure IV Transport System (ITS) meeting & certified UBS II requirement
(Excluding Pole validator)
Entire Annexure Except Functional &
Technical Specifications for Telematics
System
394 Part G - Annexure IV - Specifications for Intelligent Deviation Required Standard OE offering RfP provision remains unchanged
Annexure IV Transport System (ITS) Telematics will be proivided meeting
regulatory requirement
Only Functional & Technical
Specifications for Telematics System
395 Part G - The Controller Unit shall have a time-of day GPS based data and time will be provided RfP provision remains unchanged
Annexure IV , clock and calendar. The time and date shall
1 be synchronized as per IP based timing
protocol (configurable) with the central
software time.
396 Part G - Local Battery backup for minimum half hour To be deleted. Not applicable for SCU as RfP provision remains unchanged
Annexure IV , for the smart start and shutdown of SCU direct Battery supply is provided to
1 controller/SCU.
397 Part G - All driver related route information to be Meet requirement Noted
Annexure IV , displayed on BDC
1
398 Part G - In-built light sensor with continuously Not available cannot be provided. RfP provision remains unchanged
Annexure IV , variable brightness control to enable the
1 display intensity to change based on
ambient light conditions.
399 Part G - The display systems shall have in-built test Can be mentioned as RfP provision remains unchanged
Annexure IV , facility, able to carry out self- check at Sign should be able to store 'diagnostic
2 periodic intervals, carry out exchange of trouble codes' (DTC)’,'parameters
diagnostic information with the central identifiers (PID) as per UBS2
control stations including power availability,
its current status etc
400 Part G - The display system shall support settings Can be mentioned as RfP provision remains unchanged
Annexure IV , such as display intensity, time The inner sign board shall able to display
2 synchronization etc. GPS based time as per UBS2.

155

Additional Documents - Response to pre bid documents 315


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
401 Part G - The current stop announcement should be The current stop announcement correct to RfP provision remains unchanged
Annexure IV , correct to 5 meters. 10 meters as per UBS 2 shall be provided
3
402 Part G - Inner sign should be able to display text and Can be mentioned as RfP provision remains unchanged
Annexure IV , customized graphics and announce pre- Inner sign should be able to display text and
3 recorded messages on SCU(OBU) display customized graphics and announce upto
panel of the controller. prerecorded messages by driver selecting
1~9 on BDC display panel of the controller
as per UBS2.
403 Part G - Sign should be able to store 'diagnostic can be mentioned as RFP provision remains unchanged. Refer to
Annexure IV , trouble codes' (DTC)’,'parameters Sign should be able to store 'diagnostic RfP document for clarity
3 identifiers (PID) and with retrievable data trouble codes' (DTC)’,'parameters
identifiers (PID) defined in UBS2.
404 Part G - The system should be capable of raising Alarm notification can be implemented if RfP provision remains unchanged
Annexure IV , alarms based on vehicle statistics (engine signal details will available on CAN
3 overheating, low fuel, etc.)
405 Part G - All SCUs (OBU) should connect in realtime can mentioned as RFP provision remains unchanged. All the
Annexure IV , to the central system via GPRS, 4G and All SCUs (OBU) should connect in real-time minimum options should be available as
3 above, Wi-Fi, etc to the central system via GPRS, 4G and stipulated in the RFP document.
above etc
406 Part G - All firmware updates to the OBU should be can be mentioned as RFP provision remains unchanged. All the
Annexure IV , via USB, Ethernet, W-Fi and OTA All firmware updates to the OBU should be minimum options should be available as
3 via USB or Ethernet or W-Fi and OTA stipulated in the RFP document.
407 Part G - The SCU shall have the capacity to store SCU shall store the routes. PIS boards shall RfP provision remains unchanged
Annexure IV , static information in the display controller display the selected route. The route
3 (including schedules), which shall be shown selection is possible via Remote/ on board
if the communication link is lost and after
real-time information expires
408 Part G - • The proposed hardware should be able to Thesearebackend- based features Proposed ITS component shall have packet
Annexure IV , provide backend software capability to generation capability on continiual mode to
3 o Assess the status of a running vehicle in support the functionality at backend.
terms of on-time, delayed and early arrival
by comparing with schedule
• Generate Reports in terms of
o

156

Additional Documents - Response to pre bid documents 316


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
GPSoutage,lossofconnectivityandtheirfrequ
enciesanddurations
o
Missedtrips,missedstops,routeviolation,un-
scheduledstoppage, late start, etc. for
performance analysis.
Driving patterns, over-speeding, harsh
braking, etc.
409 Part G - 64 bit low power Industrial grade outdoor 32/ 64 Bit as per UBS 2 RfP provision remains unchanged
Annexure IV , processing unit
ITS - I. 12
410 Part G - Combi antenna using RG174 cable. The Can be mentioned as Combi antenna using RfP provision remains unchanged
Annexure IV, I. connectors on Combi antenna will be RG174 cable. Shall be provided as per UBS
16 preferably SMA(M) ST plug type for GPS 2
and FME(F) jack type 1/4"-36UNS-2B for
4G and above
411 Part G - Power to SCU (OBU) and BDC will be Power to SCU and BDC will be supplied RfP provision remains unchanged
Annexure IV , supplied through power back external through vehicle battery as per UBS -2
I. 19 battery and subsequent bus multiplexing
wiring system
412 Part G - 10g Test procedure shall be as per UBS2 RfP provision remains unchanged
Annexure IV ,
II. 7
413 Part G - Full colour graphic TFT - Min 640 x 480 Can be mentioned as Full colour graphic RfP provision remains unchanged
Annexure IV , dots, Display Size Min. 8'' TFT - Min 640 x 480 dots, Display Size Min.
II. 8 7'' as per UBS 2
414 Part G - Full colour graphic TFT - Min 640 x 480 Meet requirement(7 inch) RfP provision remains unchanged
Annexure IV , dots, Display Size Min. 8''
II. 8
415 Part G - 60 H / 70 (right/left) / 60 V / 70 (up/down) Can be mentioned as 70 H / 70 (right/left) /
Kindly refer point no. 116 of Part 2, Table 2
Annexure IV , 60 V / 60 (up/down) as per UBS 2 with latest
of Corrigendum 8
II. 9 amendments
416 Part G - II , III. 22 tracking/66 acquisition minimum This shall be deleted inline with UBS 2 Kindly refer point no. 117 of Part 2, Table 2
1 amendments of Corrigendum 8

157

Additional Documents - Response to pre bid documents 317


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
417 Part G - II , III. 1. Update rate I Hz (configurable to 10 Hz) Can be mentioned as
4 2. Time to first fix cold acquisition 35 1. Update rate I Hz (configurable to 10 Hz)
seconds typ 2. Time to first fix cold acquisition 35 - 42
3. Hot acquisition 1 second typ. seconds typ RfP provision remains unchanged
4. Navigation accuracy 3M horizontal 3. Hot acquisition 1- 2 second typ.
4. Navigation accuracy 3M horizontal
As per UBS 2 with latest amendments
418 Part G - AMPS 850MHz, GSM900MHz, Can be mentioned as Kindly refer point no. 118 of Part 2, Table 2
Annexure IV , ISM868MHz, DCS1800MHz, of Corrigendum 8
V. 1 PCS1900MHz, 4G UMTS 2.1GHz, Wi-Fi AMPS 850MHz, GSM900MHz,
/Blue Tooth (2.4 GHz), GPS (1575.42MHz). DCS1800MHz,
Separate WLAN antenna may be provided PCS1900MHz, 4G UMTS 2.1GHz, Wi-Fi
if necessary. /Blue
Tooth (2.4 GHz), GPS (1575.42MHz).
Separate WLAN antenna may be provided
if necessary as per UBS 2 with latest
amendments
419 Part G - 1. Impedance 50 Ohm 1. Impedance 50 Ohm RfP provision remains unchanged
Annexure IV , 2. Radiation pattern Omni-directional 2. Polarization linear (vertical) as per UBS 2
V. 2 3. Polarization linear (vertical) with latest amendments
420 Part G - Firmware update and version check through Can be mentioned as RfP provision remains unchanged
Annexure IV , controller The firmware version check shall be
I. 11 possible through controller or PC based
application
421 Part G - Single colour (Amber, can vary) Amber as per IS16490 standard Kindly refer point no. 119 of Part 2, Table 2
Annexure IV , of Corrigendum 8
I. 12
422 Part G - 200 – 8000 Hz 200 - 6000 Hz minimum RfP provision remains unchanged
Annexure IV ,
III. A. 1
423 Part G - 500Ω 5000 Ω RfP provision remains unchanged
Annexure IV ,
III. A. 3

158

Additional Documents - Response to pre bid documents 318


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
424 Part G - 1.8 – 2.5 m 1.8 m minimum RfP provision remains unchanged
Annexure IV ,
III. A. 4
425 Part G - 3.7 ohms micro level spec can be deleted RfP provision remains unchanged
Annexure IV ,
III. B. 2
426 Part G - 170 Hz ± 20% micro level spec can be deleted RfP provision remains unchanged
Annexure IV ,
III. B. 3
427 Part G - Fo~ 20KHz micro level spec can be deleted RfP provision remains unchanged
Annexure IV ,
III. B. 4
428 Part G - 90dB ± 2dB @300,400,500,600Hz micro level spec can be deleted RfP provision remains unchanged
Annexure IV ,
III. B. 5
429 Part G - 6.99 V micro level spec can be deleted RfP provision remains unchanged
Annexure IV ,
III. B. 6
430 Part G - 15 Watt, Maximum Input: 20 Watt micro level spec can be deleted RfP provision remains unchanged
Annexure IV ,
III. B. 7
431 Part G - POE through BDC. Should be automatically Can be mentioned as RfP provision remains unchanged
Annexure IV , switched on with engine and power down on Power to be provided from BDC / MNVR.
I. 1 ignition OFF
432 Part G - 1/3" 2 Megapixel progressive scan Aptina Can be RfP provision remains unchanged
Annexure IV , CMOS 1/3" CMOS type sensor
I. 5
433 Part G - Min 30 m Max 12 m distance RfP provision remains unchanged
Annexure IV ,
I. 6
434 Part G - Min 30 m 10m RfP provision remains unchanged
Annexure IV ,
I. 6

159

Additional Documents - Response to pre bid documents 319


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
435 Part G - DWDR, Day/ Night (ICR), 3DNT, AWB, Only BLC can be mentioned RfP provision remains unchanged
Annexure IV , AGC, BLC
I. 7
436 Part G - DWDR, Day/ Night (ICR), 3DNT, AWB, Only BLC can be mentioned RfP provision remains unchanged
Annexure IV , AGC, BLC
I. 7
437 Part G - Rugged, vibration, shock and tamper proof AS per IS 16833 standard RfP provision remains unchanged
Annexure IV , Metal housing, Aviation Connectors
I. 12 Installation: Anti Vibration with Adjust Angle;
• Horizontal: 0~355 degree with 3-point
locking
• Vertical:0~90 degree with 2-point locking
438 Part G - Camera should engage with the reverse Reverse display shall be provided. Alert to Noted
Annexure IV , gear engage on buses and display the back the driver will not be provided
I. 13 view of the bus on BDC display to the driver.
Camera should make alert to the driver
based on the distance from the objects while
reverse the bus
439 Part G - As per UBS II guidelines, the data from Can be mentioned as Kindly refer point no. 120 of Part 2, Table 2
Annexure IV , multiplexing nodes, on a CAN 2.0 / OBD II Multiplexing system shall be provided as per of Corrigendum 8
1 Interface, should include parameters from: AIS153 with amendements.
1. Vehicle electrical system powered As per UBS II guidelines, the data from
through multiplexing nodes multiplexing nodes, on a CAN 2.0 should
2. Vehicle safety and performance features include parameters from:
3. Engine and transmission 1. Multiplexing node
4. Diesel bus electronics data 2. Vehicle safety and performance features
3. Transmission (in case of AT)
4. Engine (for diesel/CNG vehicles)
6. for motor controller (for EV)
440 Part G - As per UBS II guidelines, the data from The following parameters of UBS II shall be RfP provision remains unchanged
Annexure IV , multiplexing nodes, on a CAN 2.0 / OBD II available for these buses, which are mostly
1 Interface, should include parameters from: required for city bus applications.
1. Vehicle electrical system powered
through multiplexing nodes
2. Vehicle safety and performance features

160

Additional Documents - Response to pre bid documents 320


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
3. Engine and transmission
4. Diesel bus electronics data
441 Part G - • Fuel /Oil level/ Pressure To be mentioned as RfP provision remains unchanged
Annexure IV , • Fuel Level Indicator System (in Litres) - VHMD parameter list (List is indicative and
1. b Display in Dashboard for guidance. To be finalized by respective
• Braking pedal position purchasers / operator) as per UBS2
• Accelerator pedal position and kick down addendum
• Brake pad condition and brake pedal
temperature (in case of electronically
controlled disc brakes)
• Door interlock
• Kneeling interlock (wherever provided) •
Gas leakage detection (wherever provided)
• Fire detection/suppression (wherever
provided)
• Tyre Pressure Monitoring System (To
ensure Tyre Air Pressure and Tyre
Temperature in each wheel)
• Tubeless Tyre -Parameters { like
Pressure, skid indicators)
• Battery Health condition monitoring
System
442 Part G - • Fuel /Oil level/ Pressure Fuel – Yes , RfP provision remains unchanged
Annexure IV , Oil Level – No ,
1. b Oil pressure - Yes
443 Part G - Fuel Level Indicator System (in Litres) - Yes RfP provision remains unchanged
Annexure IV , Display in Dashboard
1. b
444 Part G - Braking pedal position Not available RfP provision remains unchanged
Annexure IV ,
1. b
445 Part G - Accelerator pedal position and kick down Yes RfP provision remains unchanged
Annexure IV ,
1. b

161

Additional Documents - Response to pre bid documents 321


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
446 Part G - Brake pad condition and brake pedal N.A We are seeking deviation for front RfP provision remains unchanged
Annexure IV , temperature (in case of electronically disc/rear disc Vs Drum brakes which we will
1. b controlled disc brakes) offer
447 Part G - Door interlock Not available RfP provision remains unchanged
Annexure IV ,
1. b
448 Part G - Kneeling interlock (wherever provided) NA RfP provision remains unchanged
Annexure IV ,
1. b
449 Part G - Gas leakage detection (wherever provided) NA RfP provision remains unchanged
Annexure IV ,
1. b
450 Part G - Fire detection/suppression (wherever Separate indicator provided not as VHMD RfP provision remains unchanged
Annexure IV , provided) Parameter
1. b
451 Part G - Tyre Pressure Monitoring System (To NA RfP provision remains unchanged
Annexure IV , ensure Tyre Air Pressure and Tyre
1. b Temperature in each wheel)
452 Part G - Tyre Pressure Monitoring System (To NA RfP provision remains unchanged
Annexure IV , ensure Tyre Air Pressure and Tyre
1. b Temperature in each wheel)
453 Part G - Battery Health condition monitoring System Display of Battery Voltage & Malfunctioning RfP provision remains unchanged
Annexure IV , avl on cluster
1. b
454 Part G - II , • Engine CAN status To be mentioned as RfP provision remains unchanged
Annexure IV , • Engine oil pressure VHMD parameter list (List is indicative and
1. c • Engine coolant temperature for guidance. To be finalized by respective
• Engine speed in RPM purchasers / operator) as per UBS2
• Vehicle speed (torque) addendum
• Diagnostic message (engine specific)
455 Part G - • Transmission CAN status To be mentioned as RfP provision remains unchanged
Annexure IV , • Transmission output shaft speed VHMD parameter list (List is indicative and
II , 1.d • Transmission input shaft speed for guidance. To be finalized by respective
• Transmission current gear purchasers / operator) as per UBS2
• Transmission oil filter restriction switch addendum

162

Additional Documents - Response to pre bid documents 322


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
• Transmission oil life remaining
• Transmission service indicator
• Transmission sump oil temperature
• Transmission oil level high / low
• Hydraulic retarder oil temperature
• Accelerator pedal
• Diagnostic message (transmission
specific)
456 Part G - II , • Engine CAN status • Engine CAN status - Yes Kindly refer point no. 121 of Part 2, Table 2
Annexure IV , • Engine oil pressure • Engine oil pressure - Yes of Corrigendum 8
1. c • Engine coolant temperature • Engine coolant temperature - Yes
• Engine speed in RPM • Engine speed in RPM - Yes
• Vehicle speed (torque) • Vehicle speed (torque) - Yes
• Diagnostic message (engine specific) • Diagnostic message (engine specific) -
Yes
457 Part G - • Transmission CAN status • Transmission CAN status - Not Available RfP provision remains unchanged
Annexure IV , • Transmission output shaft speed • Transmission output shaft speed - Yes
II , 1.d • Transmission input shaft speed • Transmission input shaft speed - Yes
• Transmission current gear • Transmission current gear - Yes
• Transmission oil filter restriction switch • Transmission oil filter restriction switch -
• Transmission oil life remaining Not Available
• Transmission service indicator • Transmission oil life remaining - Not
• Transmission sump oil temperature Available
• Transmission oil level high / low • Transmission service indicator - Not
• Hydraulic retarder oil temperature Available
• Accelerator pedal • Transmission sump oil temperature - Not
• Diagnostic message (transmission Available
specific) • Transmission oil level high / low - Not
Available
• Hydraulic retarder oil temperature - NA
• Accelerator pedal - NA
• Diagnostic message (transmission
specific) - - Not Available

163

Additional Documents - Response to pre bid documents 323


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
458 Part G - II , • Drivers demand of engine torque To be mentioned as RfP provision remains unchanged
Annexure IV , percentage VHMD parameter list (List is indicative and
1. e • Actual engine torque percentage for guidance. To be finalized by respective
• Engine and retarder torque purchasers / operator) as per UBS2
• Engine speed addendum
• Source address controlling device
• Engine starter mode
• Engine demand torque percentage
• Accelerator pedal 2 low Idle switch
• Road speed limit status
• Accelerator pedal kick down switch
• Accelerator pedal low Idle Switch
• Accelerator pedal position
• Percent load at current speed
• Remote accelerator pedal position
• Accelerator pedal position 2
• Vehicle acceleration rate limit status
• Engine temperature
459 Part G - II , • Engine coolant temperature To be mentioned as RfP provision remains unchanged
Annexure IV , • Fuel temperature VHMD parameter list (List is indicative and
1. e • Engine oil temperature for guidance. To be finalized by respective
• Turbo oil temperature purchasers / operator) as per UBS2
• Engine intercooler temperature addendum
• Engine intercooler thermostat opening
• Engine fluid level pressure
• Fuel delivery pressure
• Extended crankcase blow by pressure
• Engine oil level
• Engine oil pressure
• Crankcase pressure
• Coolant pressure
460 Part G - II , • Coolant level, Coolant Condition (% of To be mentioned as RfP provision remains unchanged
Annexure IV , Ethylene Glycol) VHMD parameter list (List is indicative and
1. e • Alternator (Volt) Output monitoring System for guidance. To be finalized by respective
purchasers / operator) as per UBS2
addendum

164

Additional Documents - Response to pre bid documents 324


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
461 Part G - II , • Drivers demand of engine torque • Drivers demand of engine torque RfP provision remains unchanged
Annexure IV , percentage percentage - Not Available
1. e • Actual engine torque percentage • Actual engine torque percentage - Not
• Engine and retarder torque Available
• Engine speed • Engine and retarder torque - NA
• Source address controlling device • Engine speed - Yes
• Engine starter mode • Source address controlling device - Not
• Engine demand torque percentage Available
• Accelerator pedal 2 low Idle switch • Engine starter mode - Not Available
• Road speed limit status • Engine demand torque percentage - Not
• Accelerator pedal kick down switch Available
• Accelerator pedal low Idle Switch • Accelerator pedal 2 low Idle switch - Not
• Accelerator pedal position Available
• Percent load at current speed • Road speed limit status - Not Available
• Remote accelerator pedal position • Accelerator pedal kick down switch - Not
• Accelerator pedal position 2 Available
• Vehicle acceleration rate limit status • Accelerator pedal low Idle Switch - Not
• Engine temperature Available
• Accelerator pedal position - Yes
• Percent load at current speed - Not
Available
• Remote accelerator pedal position - Not
Available
• Accelerator pedal position 2 - Not
Available
• Vehicle acceleration rate limit status - Not
Available
• Engine temperature - Yes
462 Part G - II , • Engine coolant temperature • Engine coolant temperature - Yes RfP provision remains unchanged
Annexure IV , • Fuel temperature • Fuel temperature - Not Available
1. e • Engine oil temperature • Engine oil temperature - Yes
• Turbo oil temperature • Turbo oil temperature - Not Available
• Engine intercooler temperature • Engine intercooler temperature - Not
• Engine intercooler thermostat opening Available
• Engine fluid level pressure • Engine intercooler thermostat opening -
• Fuel delivery pressure Not Available

165

Additional Documents - Response to pre bid documents 325


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
• Extended crankcase blow by pressure • Engine fluid level pressure - Not Available
• Engine oil level • Fuel delivery pressure - Yes
• Engine oil pressure • Extended crankcase blow by pressure -
• Crankcase pressure Not Available
• Coolant pressure • Engine oil level - Yes
• Engine oil pressure - Yes
• Crankcase pressure - Not Available
• Coolant pressure - Not Available
463 Part G - II , • Coolant level, Coolant Condition (% of • Coolant level, Coolant Condition (% of RfP provision remains unchanged
Annexure IV , Ethylene Glycol) Ethylene Glycol) - Not Available
1. e • Alternator (Volt) Output monitoring System • Alternator (Volt) Output monitoring System
- Yes
464 Part G - II , CAN 2.0 (J1939 Connector) / OBD-II Yes RfP provision remains unchanged
Annexure IV , Connector
1. f
465 Part G - II , Telematics System (VHMD) real time Yes RfP provision remains unchanged
Annexure IV , warning to CCC
1. g o Open public communications network
services (4G and above) and download
compatibility
Telematics System (VHMD) end of the
day to depot
• IEEE 802.11 Wireless LAN (Wi-Fi) via
'Back haul' at depot
466 Part G - II , Nine points, tri temperature/tri voltage- 18V, As per UBS2 addendum vide letter RfP provision remains unchanged
Annexure IV , 27V, 32V,-25°C, room temperature, +85°C No.K14011/39/2007-UT(Vol.II) dated 7th
1 test. At each test point the system will be Nov 2013
powered on and shut down 5 times as per Can be mentioned as
the supplier’s designated procedure and
thereafter evaluated for malfunction if any Nine points, tri temperature/tri voltage- 18V,
27V, 32V,-25°C, room temperature, +80°C
test. At each test point the system will be
powered on and shut down 5 times as per
the supplier’s designated procedure and
thereafter evaluated for malfunction if any

166

Additional Documents - Response to pre bid documents 326


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
467 Part G - II , IS 9000 (Part II/Sec 4)-1977 (reaffirmed As per UBS2 addendum vide letter RfP provision remains unchanged
Annexure IV , 2004) at -25⁰C for 2 hours in ‘on’ condition No.K14011/39/2007-UT(Vol.II) dated 7th
2 Nov 2013
Can be mentioned as
IS 9000 (Part II/Sec 4)-1977 (reaffirmed
2004) at -15⁰C for 2 hours in ‘on’ condition
468 Part G - II , • Frequency 5~50Hz and return to 5Hz at a as per UBS2 addendum vide letter RfP provision remains unchanged
Annexure IV , linear sweep period of 1 No.K14011/39/2007-UT(Vol.II) dated 7th
5 minute/complete sweep cycle and 10g at Nov 2013
maximum frequency
Excursion -1.6 mm peak to peak over the • Frequency 5~55Hz and return to 5Hz at a
specified frequency range linear sweep period of 1 minute/complete
Test duration 60 minutes sweep cycle and 10G at maximum
• Direction of vibration –X, Y, Z axis of frequency Excursion -1.65 mm peak to peak
device as it is mounted on the vehicle. over the
specified frequency range
Test duration 60 minutes
• Direction of vibration –X, Y, Z axis of
device as it is mounted on the vehicle.
469 Part G - II , IS /IEC 60947-1:2004 in conjunction with as per UBS2 RfP provision remains unchanged
Annexure IV , IS/IEC 60529:2001– ‘PIS signs’ IP66, IS /IEC 60947-1:2004 in conjunction with
6 ‘SCU’(OBU) IP 66, ‘BDC’ IP66, ‘nodes’ IP54 IS/IEC 60529:2001– ‘PIS signs’ IP66,
‘SCU’(OBU) IP 65, ‘BDC’ IP65, ‘nodes’ IP54
470 Part G - II , AIS -012 As per UBS2 addendum vide letter Noted
Annexure IV , No.K14011/39/2007-UT(Vol.II) dated 7th
17 Nov 2013
AIS 010, (Part 5), (Rev 1), 2010
471 Part G - II , Limit towards green: y ≤ x-0.120 As per UBS2 addendum vide letter RfP provision remains unchanged
Annexure IV , Limit towards red: y ≥ 0.390 No.K14011/39/2007-UT(Vol.II) dated 7th
18 Limit towards white: y ≥ 0.790-0.670x Nov 2013
In accordance with CIE 127 condition B
Limit towards green: y ≤ x-0.120
Limit towards red: y ≥ 0.390
Limit towards white: y ≥ 0.790-0.670x

167

Additional Documents - Response to pre bid documents 327


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
Reference to AIS 010, (Part 5), (Rev 1),
2010
472 Part G - II , Annexure V – Indicative List of Data Types Deviation Required, Proposed ITS System RfP provision remains unchanged
Annexure V and Packet Format for Onboard ITS for meeting & certified UBS II requirement
Integration with Backend Systems (Excluding Pole validator)
473 Part G - II , Annexure V – Indicative List of Data Types Shall be mentioned as RfP provision remains unchanged
Annexure V and Packet Format for Onboard ITS for VTS/Telematics shall be certified for AIS140
Integration with Backend Systems as all packet structures are defined in
standard.
474 Part G - II , 1. Start Character - $ 1. VTS and ITS; two separate device will be RfP provision remains unchanged
Annexure V 2. Header - The header of the packet/ provided for backend integration.
identifier 2. VTS will be integrated with Govt. server
3. Vendor ID - Vendor identification header only as per AIS 140 protocol and ITS will be
4. Firmware Version - Version details of the integrated with customer server.
Firmware used in EX.1.0.0 3. Details mentioned Annexure 5 will be
5. Packet Type - Specify the packet type transferred via VTS
• NR = Normal
• EA = Emergency Alert
• TA = Tamper Alert (Optional)
• HP = Health Packet
• IN = Ignition On
• IF = Ignition Off
• BD = Vehicle Battery Disconnect
• BR = Vehicle Battery Reconnect
• BL = Internal Battery Low
475 Proposed ITS system as per UBS II Deviation Required Query not clear
(Excluding Pole validator)
476 FDAS/ FDSS is Proposed in engine area Deviation Required Query not clear
against FDSS in complete saloon area
477 Telematics standard VECV offering will be Deviation Required Query not clear
provided
478 Homologation document will be submitted Deviation Required Query not clear
at time Fully buitup inspection (120 days of
PO)
479 Drum brakes against Disc brakes Deviation Required Query not clear

168

Additional Documents - Response to pre bid documents 328


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
480 Waveller suspension against air suspension Deviation Required Query not clear
481 As vehicle level Homologation certification Deviation Required Query not clear
to be given- So part level/Component level,
test report/Certification limits to as min as
possible.

169

Additional Documents - Response to pre bid documents 329


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

Table 3 Response to queries pertaining to Part G of RfP Package 3

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
1 Part G - I, 1 End-use requirement- oriented Floor height will be 1300 mm RfP provision remains unchanged
specifications, with maximum make / model
neutrality, for fully built diesel fuelled Internal
Combustion Engine (ICE) propelled Bharat
Stage VI (BS VI) compliant non-air-
conditioned (non-AC) Standard 12-metre-
long, 1150 mm floor height type II deluxe
(Type II DLX) buses for Public Transport
(PT) System of TNSTC are brought out here.
Non-AC 12-metre-long type II deluxe buses
are proposed to be deployed for PT
operations in urban, peri-urban and the
contiguous areas (designated areas). Bus
Manufacturer would furnish technical details
for assemblies / sub- assemblies/ systems/
equipment as per Technical Specification of
this Section in appropriate formats.
2 Part G - I, 1 The specifications cover end-use-based Kindly clarify this requirement in the context Kindly refer point no. 1 of Part 2, Table 3 of
design, evaluation, fabrication & testing of 1300mm mm floor height buses as such Corrigendum 8
features of diesel fuelled non-AC 12-metre- category buses are not mandated with
long type II DLX buses for transportation of provisions for PWDs
passengers mainly in TNSTC’s designated
PT operational areas. The bus design
should be modern, energy efficient,
environment friendly, safe, efficient and
reliable besides meeting all statutory, legal
and other requirements, as also those
related to easy passenger accessibility
including for Persons with Disabilities
(PwDs), passenger comfort, driver’s work
place, internal and external aesthetics, ease
of repair and maintenance etc.

170

Additional Documents - Response to pre bid documents 330


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
3 Part G - I, 1 Specifications would comply with all Kindly clarify this requirement in the context Kindly refer point no. 2 of Part 2, Table 3 of
applicable Central, State and local laws of 1300mm floor height buses as such Corrigendum 8
(including Acts, Rules & Regulations). These category buses are not mandated with
would include, but not be limited to, the provisions for PWDs
provisions of Disability Act 1995 as
amended till date as well as state and local
accessibility, safety, emission and other
requirements. The bus would meet or
exceed the Central Motor Vehicles Rules
(CMVR) of India/ Safety Norms, Emission,
Noise& other norms applicable at the time of
supply. In the event of any conflict between
requirements emanating from this
specification and those as per any
statutory/legal, etc. in force, the superior/
higher requirements/Standards would
prevail.
4 Part G - I, 1 Specifications would comply with all Will not meet provisions of disability act 1995 Kindly refer point no. 2 of Part 2, Table 3 of
applicable Central, State and local laws for type II mofussil bus with higher floor Corrigendum 8
(including Acts, Rules & Regulations). These height.
would include, but not be limited to, the
provisions of Disability Act 1995 as
amended till date....
5 Part G - I, 1 The word “Bus” or “Buses” wherever used in We shall be supplying bus which will meet RfP provision remains unchanged
the specification means the “12000 mm – floor height of 1130 mm + 10 mm.
200mm long diesel fuelled BS VI compliant
non-air-conditioned 12-metre-long standard
floor bus with “1150 mm + 10 mm floor
height” as per specifications given in this
document. The type II NDX buses would
have right hand drive.
6 Part G - I, 1 The word “Bus” or “Buses” wherever used in Meets the requirements.Refer Deviation RfP provision remains unchanged
the specification means the “12000 - 200 points mapped against each points.
mm long diesel fuelled BS VI compliant non-
air-conditioned 12-metre-long standard floor

171

Additional Documents - Response to pre bid documents 331


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
bus with 1150 mm + 10 mm floor height” as
per specifications given in this document.
The type II DLX buses would have right hand
drive.
7 Part G - I, 1 The bus design should be modern, energy Type II Mofussil bus with higher floor height Kindly refer point no. 3 of Part 2, Table 3 of
efficient, environment friendly, safe, efficient will not meet accessibility for PwD’s. Corrigendum 8
and reliable besides meeting all statutory,
regulatory, legal and other requirements, as
also those related to easy passenger
accessibility including for Persons with
Disabilities (PwDs); passenger comfort,
driver’s work place, internal and external
aesthetics, ease of repair and maintenance
etc.
8 Part G - I, 1 For PT operations in designated areas of Bus will be provided meeting CMVR The Type approval needs to comply with
TNSTC, a fully built type II DLX bus as per including AIS 052 & AIS 153. relevant bus body codes such as AIS
specs detailed in this document and those of UBS II not applicable for Type II buses and 052/AIS 053 and others. However, where
AIS 052 / AIS 153 / UBS II / CMVR / TNMVR cannot be provided. applicable provisions pertaining to UBS II
etc. is envisaged. specifications need to be adhered to
9 Part G - I, 1 For PT operations in designated areas of AIS 052/ AIS 153 / / CMVR / TNMVR, BIS The Type approval needs to comply with
TNSTC, a fully built type II DLX bus as per Standards, etc. is envisaged. relevant bus body codes such as AIS
specs detailed in this document and those of UBS II not required, shall not be provided as 052/AIS 053 and others. However, where
AIS 052 / AIS 153 / UBS II / CMVR / TNMVR per Type II Bus Norms. applicable provisions pertaining to UBS II
etc. is envisaged. specifications need to be adhered to
10 Part G - I , 1 The vehicle manufacturer shall ensure to Type II mofussil buses with higher floor Kindly refer point no. 4 of Part 2, Table 3 of
meet the requirements as given in......... and height supplied shall not be in compliance to Corrigendum 8
also comply with “Harmonised Guidelines Harmonised Guidelines.
and Space Standards for Barrier-Free Built
Environment for persons with Dis comply
with harmonized guidelines applicable for
various floor heights of bus variants as per
amendments and other statutory /
mandatory provisions as on date, issued by
the Government, at the time of submission
of tender.

172

Additional Documents - Response to pre bid documents 332


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
11 Part G - I , 2.1 Fully built buses would generally be Bus will be provided meeting CMVR The Type approval needs to comply with
designed and manufactured in accordance including AIS 052 & AIS 153. relevant bus body codes such as AIS
with the applicable aspects of urban Bus UBS II not applicable for Type II buses and 052/AIS 053 and others. However, where
Specification (UBS II) & ‘Code of Practice for cannot be provided. applicable provisions pertaining to UBS II
Bus Body Design and Approval’ (AIS 052)- specifications need to be adhered to
hereinafter referred to as Bus Code; as
applicable to buses in India /CMVR
rules/Tamil Nadu Motor Vehicle Rules
(TNMVR) whichever is superior. Details of
relevant standard followed would be
indicated against each item.
12 Part G - I , 2.1 Fully built buses would generally be Kindly clarify this requirement in the context The Type approval needs to comply with
designed and manufactured in accordance of 1300mm floor height buses as such relevant bus body codes such as AIS
with the applicable aspects of urban Bus category buses are not mandated to meet 052/AIS 053 and others. However, where
Specification (UBS II) & ‘Code of Practice for UBS II requirements. applicable provisions pertaining to UBS II
Bus Body Design and Approval’ (AIS 052)- specifications need to be adhered to
hereinafter referred to as Bus Code; as
applicable to buses in India /CMVR
rules/Tamil Nadu Motor Vehicle Rules
(TNMVR) whichever is superior. Details of
relevant standard followed would be
indicated against each item.
13 Part G - I , 2.3 Bus would be designed to carry commuters Kindly clarify this requirement in the context Kindly refer point no. 5 of Part 2, Table 3 of
in TNSTC with ease of boarding and of 1300mm floor height buses as such Corrigendum 8
alighting especially for ladies, senior citizens category buses are not mandatedto meet
and PwDs. UBS II requirements.
14 Part G - I , 2.3 Bus would be designed to carry commuters Type II mofussil bus with higher floor height Kindly refer point no. 5 of Part 2, Table 3 of
in TNSTC with ease of boarding and may not be suited for boarding/alighting Corrigendum 8
alighting especially for ladies, senior citizens requirements of PwD’s.
and PwDs.
15 Part G - I , 2.4 Bus design would be suitable for daily Max. attainable speed will be limited to Kindly refer point no. 6 of Part 2, Table 3 of
operation of 10 to 12 hours in TNSTC with 80kmph through ECU. Corrigendum 8
peak loading of over 44 passengers in 12-
metre-long buses (each passenger weighing As per GSR 290(E) issued by MoRTH dated
68 Kgs on an average and carrying a load of 15th April 2015, under CMV rule 118 the

173

Additional Documents - Response to pre bid documents 333


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
25 kgs each), average journey speed of vehicle manufacturer shall limit the
about 45 Kms per hour with frequent maximum speed to 80kmph for the transport
starts/stops, say, after every 1500 to 2500 Category vehicles through SLD/SLF to 80
metres. The minimum max attainable speed kmph confirming to AIS : 018/2001
of the bus would be in range of 90 kmph with
cruising speeds of about 60 kms per hour.
16 Part G - I , 2.7 Bus design should meet all statutory Meets CMVR ,AIS 052 AIS 153 RfP provision remains unchanged. The
requirements applicable to TNSTC in all requirements. Type approval needs to comply with relevant
respects. bus body codes such as AIS 052/AIS 053
and others. Bidder is requested to carry out
due diligence on the various statutory
requirements of TNSTC
17 Part G - I , 2.8, The bus structure would meet Bus will be provided meeting CMVR Kindly refer point no. 7 of Part 2, Table 3 of
viii requirements......for at least the following including AIS 052 & AIS 153. Corrigendum 8
main static and dynamic loads including UBS II not applicable for Type II buses and
those as per annexure 3 of UBS II: cannot be provided.

viii. Speed breaker induced loads


18 Part G - I, 2.10 Clause 2.10 Bus will be provided meeting CMVR Kindly refer point no. 8 of Part 2, Table 3 of
Minimum required performance values….. including AIS 052 & AIS 153. Corrigendum 8

UBS II not applicable for Type II buses and


cannot be provided.
19 Part G - I, 2.10 Minimum required performance values/ data Kindly clarify this requirement in the context Kindly refer point no. 8 of Part 2, Table 3 of
for above load conditions may be considered of 1300mm floor height buses as such Corrigendum 8
as follows: category buses are not mandatedto meet
UBS II requirements
20 Part G - I, 2.11 The bus, loaded to Gross Vehicle Weight Will meet requirement for GVW and Crush RfP provision remains unchanged
(GVW), with crush load and under static load of 64 Passengers considering GVW of
conditions, would not exhibit deflection or the vehicle. (each passenger weighing 68
deformation that impairs the operation of Kgs on an average and carrying a load of
steering mechanism, doors, windows, 25kgs each) in which case total 5952 kgs will
passenger escape mechanisms and service be passenger payload.
doors, etc.

174

Additional Documents - Response to pre bid documents 334


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
21 Part G - I, 2.12 Manufacturer’s certificate supported by ARAI certificate shall be provided. RfP provision remains unchanged
testing and type approval agency’s
certificates along with the bus as also
technical specifications/drawings required
for inspection, performance assessment as
above to be supplied along with the bus.
Besides meeting the statutory requirements,
the type II DLX bus would be designed with
respect to its body and different
aggregates/systems /sub systems to
operate satisfactorily in designated transport
service for at least 9 years or 12, 00,000Kms
whichever is earlier.
22 Part G - I, 2.15 Material used in construction of buses would ARAI certificate shall be provided. RfP provision remains unchanged
be as per Bureau of Indian Standards (BIS)/
Automotive Industry Standards (AIS)/
specifications and/or other international
specifications meeting/ surpassing
performance & other requirements as given
in the Bus Code. In absence of above
specifications, Association of State Road
Transport Undertakings (ASRTU)
specifications could be followed. Wherever
Indian Standards are not available,
internationally acceptable Standards may be
referred. Specifications/ Standards followed
would conform to Specification/Standards as
amended /up dated/ or the latest published
by the concerned agencies. Wherever no
specifications of any item have been notified
as International/ National Standards etc.
actual specifications of that item used be
mentioned. Guaranteed life of the bus and
its other aggregates be indicated item by
item. Periodical maintenance schedule for

175

Additional Documents - Response to pre bid documents 335


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
obtaining the said life of the bus be also
indicated.
23 Part G - I , 3.1 Diesel fuelled engine would have We strongly recommend for Min. rated RfP provision remains unchanged
appropriate horsepower to obtain desired engine HP of
performance in respect of its adequacy of 145kw(195HP) to be developed between
power, acceleration levels, emission norms, 1800-2400 RPM and Min. engine peak
specific fuel consumption etc. torque of 700 Nm to be developed between
1200-1900 RPM for adequate
engine performance for TN STC duty cycle
requirements.
24 Part G - I ,3.2 Performance data/curves and other details Performance data/curves, details of engine Kindly refer point no. 9 of Part 2, Table 3 of
of the engine have to be supplied. A detailed and calculations are proprietary property of Corrigendum 8
set of calculations indicating adequacy of OEM and cannot be shared.
said engine for proposed type II deluxe bus
be provided along with all performance Self-Certification from OEM will be
parameters of selected engine. submitted indicating adequacy of said
engine for proposed urban bus meeting all
performance parameters of RFP
25 Part G - I , 3.4 Engine compartment would be We meet Indian standards specified under Kindly refer point no. 10 of Part 2, Table 3 of
insulated…… The firewalls shall satisfy the IS15061 flammability standard and duly Corrigendum 8
requirements defined in Federal Transit followed by Indian CMVR.
Administration (FTA) of United States
standard Docket 90, dated October 20,1993 Reference to other countries standards to be
or equivalent standards. removed from RFP and will not be made
available.
26 Part G - I , 3.6 Engine noise and emission levels must We will meet CMVR / AIS 153 norms. Kindly refer point no. 11 of Part 2, Table 3 of
conform to the Central Motor Vehicle Rules UBS II not applicable for Type II mofussil Corrigendum 8
(CMVR)/ UBSII /AIS 052 any other Indian buses and cannot be provided.
Standards, adopting the most superior one.
27 Part G - I , 3.6 Engine noise and emission levels must For Type-II application, it is not mandatory to Kindly refer point no. 11 of Part 2, Table 3 of
conform to the Central Motor Vehicle Rules follow UBS-II norms. Vehicle is meeting the Corrigendum 8
(CMVR)/ UBSII /AIS 052 any other Indian CMVR/AIS 052 & AIS 153 regulatory
Standards, adopting the most superior one. requirement
28 Part G - I , 3.7 Specific fuel consumption of diesel per KW CSFC test report certified by ARAI will be Kindly refer point no. 12 of Part 2, Table 3 of
hour at Standard conditions (e.g., an Indian submitted. Corrigendum 8

176

Additional Documents - Response to pre bid documents 336


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
/ ECE’s Highway Driving Cycle and or any For guaranteed fuel consumption, Authority
other equivalent or better followed by the test to share specific test route of typical
agencies) would be indicated along with operating condition in Tamil Nadu along with
guaranteed fuel consumption level test parameters to establish and declare fuel
(kilometres per litre of diesel) under GVW consumption.
and the standard operational conditions /
cycle of type II DLX buses.
29 Part G - I ,5.1 Heavy duty Synchromesh Manual We strongly recommend to use transmission RfP provision remains unchanged
transmission system having minimum 5 system with clutch pedal less gearshift to
forward and one reverse gear would be driver which will greatly reduce driver
provided. fatigue, improve passenger experience and
enable consistent mileage by removing
driver skill as a variable.
30 Part G - I ,5.2 Transmission system be fitted with a This can be met only when gear shift is RfP provision remains unchanged
mechanism which makes it possible to automated instead of mechanical gear
engage reverse gear only when vehicle is shifting.
stationary.
31 Part G - I , 5.4 Mechanical Clutch system using single dry Single dry plate push type clutch will be Kindly refer point no. 13 of Part 2, Table 3 of
plate push type clutching system would be offered. Clutch actuation with only air Corrigendum 8
provided. assisted hydraulic booster will be offered.
32 Part G - I , 6.1 The bus would be fitted with air suspension Front Semi -elliptic spring with Shock Kindly refer point no. 14 of Part 2, Table 3 of
system at rear axles and parabolic leaf absorber, without Anti roll bar will be Corrigendum 8
spring waveller type suspension at front. provided
33 Part G - I , 6.1 The bus would be fitted with air suspension Weveller + Rear Pneumatic suspension Kindly refer point no. 14 of Part 2, Table 3 of
system at rear axles and parabolic leaf Corrigendum 8
spring waveller type suspension at front. The
suspension system would be fitted with
shock absorbers, suitable for trouble free
operation and jerk free comfortable ride in
existing road conditions of TNSTC
operational areas.
34 Part G - I , 6.2 The suspension system shall permit a For Front suspension: Jounce - 79mm / Kindly refer point no. 15 of Part 2, Table 3 of
minimum wheel travel of 90 mm jounce- Rebound - 99mm will be provided Corrigendum 8
upward travel of a wheel when the bus hits a
bump (speed breaker), and 75 mm rebound Air Suspension is offered only in rear, fitted

177

Additional Documents - Response to pre bid documents 337


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
downward travel when the bus comes off a with Pneumatically controlled levelling
bump and the wheels fall relative to the valves, for automatic height adjustment
body. Rebound travel may be limited within range of 15mm from centerline of
hydraulically within the shock absorbers. wheels.
Suspension system shall incorporate
appropriate devices for automatic height Front mechanical suspension will not have
control so that regardless of load the bus automatic height adjustment provision.
height relative to the centreline of the wheels
does not change more than 12 mm at any
point from the required height.
35 Part G - I , 8.1 The braking system would be full pneumatic Request to consider Front & Rear drum Kindly refer point no. 15 of Part 2, Table 3 of
type with fail-safe dual circuit having four- brakes. Corrigendum 8
way protection valve, auto slack adjuster, In case of Disc brake at front, Product
disc brakes in front and drum brakes at rear, development, testing and certification time
with non-asbestos brake pads / linings shall be additionally required apart from the
having temperature and wear characteristics tender timelines. (approx. 12 months)
suitable for type II DLX bus operations.
Brake squeal would be absent under normal
conditions of operation. An air
compressor/dryer which minimizes oil carry
over would be fitted. Braking system would
be fitted with air dryer and oil/ water
separator system. Buses would also be
provided with hand operated pneumatic flick
valve type parking brakes at rear wheels. Air
pressure line would be treated for corrosion
resistance.
36 Part G - I , 8.2 In the event of failure of engine and or loss In the event of energy source failure, RfP provision remains unchanged
of air in system, adequate provision be made reservoir capacity will support to meet brake
for obtaining effectiveness of service brake applications with Secondary Brake
system and or for deactivating the spring performance.
actuated brakes. SBA winding screw can be used for
deactivating the Spring brake.
37 Part G - I , 9.1 Thebuswouldbefittedwithsteelradialtubedtyr Only tubeless tyres can be offered because Kindly refer point no. 16 of Part 2, Table 3 of
esofoptimalsizeanddesignconforming to front disc brake is mandatory as per tender Corrigendum 8

178

Additional Documents - Response to pre bid documents 338


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
AIS-044 Part III with wheel rims of specification.
corresponding size conforming to AIS/ BIS:
10694 (part 3)-1991 or latest. The bus would Also tubeless tyres will have better air
be supplied with 7 sets of tyres (two on front clearance between brake drum and wheel
and four on rear wheels) fitted on the bus thereby improving overall tyre life.
plus one set as spare Stepney on-board
complete with carrier system under the floor. FSM mounted Center mounted spare wheel
carrier will be provided.
38 Part G - I , 9.1 Thebuswouldbefittedwithsteelradialtubedtyr 10R20 size tyres shall be offered. Kindly refer point no. 16 of Part 2, Table 3 of
esofoptimalsizeanddesignconforming to Corrigendum 8
AIS-044 Part III with wheel rims of
corresponding size conforming to AIS/ BIS:
10694 (part 3)-1991 or latest. The bus would
be supplied with 7 sets of tyres (two on front
and four on rear wheels) fitted on the bus
plus one set as spare Stepney on-board
complete with carrier system under the floor.
39 Part G - I , 9.2 Details of type, specifications, capacity, ARAI Certificate shall be provided. RfP provision remains unchanged
make, model etc. of tyres/wheel rims would
be provided as part of the bid.
40 Part G - I , 9.4 Splash aprons of minimum 6.50mm Splash aprons of minimum 6.00mm Kindly refer point no. 17 of Part 2, Table 3 of
thickness…. thickness with tolerance of ± 1 mm will be Corrigendum 8
provided.
41 Part G - I , Solid beam front axle & grease type front We shall be providing front axle with unitized Kindly refer point no. 18 of Part 2, Table 3 of
10.1 bearings & seals of reliable &….. selfsealed for life bearings for front disc Corrigendum 8
brake.

Hence grease type front bearings cannot be


provided.
42 Part G - I , Solid beam reverse Elliot I-beam section Meet the requirement RfP provision remains unchanged
10.1 type front axle & grease type front bearings ARAI Certificate shall be provided.
& seals of reliable & proven design of
adequate capacity to take care of maximum
Gross Vehicle Weight (GVW) & crush
loading expected during life span of the bus

179

Additional Documents - Response to pre bid documents 339


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
of minimum 9 years or 12, 00,000 Kms.
whichever is earlier, complete with track rod
with replaceable ball joints at both ends,
would be provided.
43 Part G - I , The bus would be driven by a single heavy- Drain plug with Internal hexagon/square Kindly refer point no. 19 of Part 2, Table 3 of
10.2 duty rear axle of proven design, single socket will be provided. Corrigendum 8
reduction, hypoid gears, full floating axle
shafts with optimal gear ratios suitable for
type II DLX bus operations with adequate
capacity to take care of maximum GVW &
crush loading expected during life span of
bus of minimum 9 years or 12,00,000 Kms.
whichever is earlier. Transfer of gear noise
to bus interior would be minimized. Lubricant
drain plug would be magnetic type, external
hex head. If a planetary gear design is
employed, oil level in the planetary gears
would be easily checked through plug or
sight gauge.
44 Part G - I , The bus would be driven by a single heavy- Meet the requirement Kindly refer point no. 19 of Part 2, Table 3 of
10.2 duty rear axle of proven design, single ARAI Certificate shall be provided. Corrigendum 8
reduction, hypoid gears, full floating axle
shafts with optimal gear ratios suitable for
type II DLX bus operations with adequate
capacity to take care of maximum GVW &
crush loading expected during life span of
bus of minimum 9 years or 12,00,000 Kms.
whichever is earlier. Transfer of gear noise
to bus interior would be minimized. Lubricant
drain plug would be magnetic type, external
hex head. If a planetary gear design is
employed, oil level in the planetary gears
would be easily checked through plug or
sight gauge.

180

Additional Documents - Response to pre bid documents 340


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
45 Part G - I , Details of type, specifications, capacity, ARAI certificate shall be provided. RfP provision remains unchanged
10.4 make, model etc. of Front& Rear Axles
would be provided at in the bid.
46 Part G - I , Diesel tank and other components of diesel- Request authority to accept conformity for Kindly refer point no. 22 of Part 2, Table 3 of
11.4 fuelled vehicles should conform to fuel tank only as per Indian Standard (BIS Corrigendum 8
applicable AIS / BIS standards or 15547) and CMVR regulations.
International Specs / standards in absence
of AIS /BIS specs. Additionally, requirement Reference to UN/ECE R34 standards and
of UN/ECE R34 for prevention of fires be compliance to be removed from RFP.
satisfied.
47 Part G - I , The under frame and super structure would Dense Crush load to be updated as 51 RfP provision remains unchanged
12.1 be suitably designed to carry peak load of 44 Passengers considering GVW of the vehicle.
passengers and dense crush load of about (each passenger weighing 68 Kgs on an
90 passengers in 12-metre-long buses average and carrying a load of 25kgs each)
(each passenger weighing 68 Kgs on an in which case total 4743 kgs will be
average and carrying a load of 25kgs each) passenger payload.
consisting of mainly seated / standee
passengers; the superstructure of steel
tubing, bus tare weight, all other fitments
would meet performance requirements
under various loads indicated earlier.
48 Part G - I , During structural assembly operations, a Drills and welding’s during structural assy. Kindly refer point no. 23 of Part 2, Table 3 of
12.11 number of holes are drilled and or will be treated with zinc rich primer coating. Corrigendum 8
weldments made after the corrosion
prevention treatment of Drilling done after structure stage (wire
components/structural items/members routing, other trim items fitment etc.) cannot
causing loss of such treatment and exposing be treated. Authority to clarify for drillings
these items to corrosion. Manufacturer done on structure post structure completion
would take sufficient care to carry out stage.
corrosion prevention of items so exposed to
effectively prevent corrosion.
49 Part G - I , Bus exterior side panels would be fitted with FRP panels will be provided for Exterior front RfP provision remains unchanged. Kindly
13.1 stretched steel sheet at waist level. and rear as per Part II of detailed refer to the relevant detailed specifications
specification table, clause 15.2 b. as per 15.2 b. Part G-II
The exterior front-end panelling would be of

181

Additional Documents - Response to pre bid documents 341


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
steel sheet while roof, rear, sides & skirt Roof panelling will be GI sheet as per OEM
panelling would be of aluminium. design and meeting AIS 052

All interior panelling would be of Acrylonitrile Interior panelling will be pre-painted GI sheet
Butadiene Styrene (ABS) conforming to as per OEM design and meeting AIS 052.
relevant National or International Standards
- equivalent or better. Side stretch panel will be GI and skirt panels
will be aluminum as per OEM
50 Part G - I , Bus exterior side panels would be fitted with Exterior paneling: Front & Rear face will be RfP provision remains unchanged. Kindly
13.1 stretched steel sheet at waist level. of FRP. refer to the relevant detailed specifications
Stretch panel = GI sheet as per 15.2 b. Part G-II
The exterior front-end panelling would be of Roof panel = GI
steel sheet while roof, rear, sides & skirt Interior Panel = Roof & Sides = PVC coated
panelling would be of aluminium. GI

All interior panelling would be of Acrylonitrile


Butadiene Styrene (ABS) conforming to
relevant National or International Standards
- equivalent or better.
51 Part G - I , All side skirt panels below stretch panel be Side structure will meet SUPD requirements Kindly refer point no. 24 of Part 2, Table 3 of
13.4 of such design as would facilitate quick as per Bus body code AIS 153. Corrigendum 8
replacement of any damaged panel(s) with
pre-painted panels. The side skirt would be Rear impact not applicable as per AIS 153
able to withstand side impact as per Bus body code / UBS II.
provisions of BIS: 14682-1999 or latest.
Similarly rear end would be able to withstand
rear impact as per the provisions of BIS:
14812-2000 or latest
52 Part G - I , Anti-drumming compound would be applied We use thermocol on inner side of entire RfP provision remains unchanged
13.5 on inner side (enclosed surfaces) of entire panelling for anti-drumming.
panelling.
We will not use any specific anti-drumming
compound on inner side of entire panelling
and cannot be offered. Authority to clarify.

182

Additional Documents - Response to pre bid documents 342


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
53 Part G - I , Roof structure would be thermally insulated We shall provide FR Grade thermocol for RfP provision remains unchanged
13.6 with flame retardant Polyurethane or glass roof and sides as defined under clause 13.1
wool of minimum 40 kgs/m3 density. The of Part G meeting AIS 052 / CMVR standard
specifications/ BIS Standards for aforesaid and as per OEM design.
insulating material would be supplied.
54 Part G - I , Metal Inert Gas (MIG) welding for fabrication Tungsten Inert Gas (TIG) welding for Kindly refer point no. 25 of Part 2, Table 3 of
13.7 of aluminium components would be used. fabrication of aluminium components being Corrigendum 8
used.
55 Part G - I , Rain gutters would be provided to prevent Rain gutters are part of exterior roof shoulder RfP provision remains unchanged
13.8 water flowing from the roof onto the panel as per OEM design and We cannot
passenger doors, driver’s side window, and provide rain gutters for exterior mirrors which
exterior mirrors. is not technically feasible.
56 Part G - I , One service door (passenger entry / exit) Request to consider Front door ahaed of Kindly refer point no. 26 of Part 2, Table 3 of
16.1 with steps, on rear side of the front axle as front axle Corrigendum 8
indicated in summarized specs in part II,
would be provided on near side (on kerb side
wall)
57 Part G - I , Doors would be Jack-Knife (JK) type. The Door flaps and brushes used in bottom RfP provision remains unchanged
16.3 door flaps shall be so designed as to provide portion of JK type door JK type door will not
positive sealing against ingress of water in prevent 100 % water entry in foot step area
the bus particularly during any water logging during water logging / flooding conditions.
/ flooding on roads.
We provide drain holes in foot step area for
water draining.

This is a technical limitation.


58 Part G - I , Door operating mechanisms, brackets etc. Our doors are tested and validated for 10 Kindly refer point no. 27 of Part 2, Table 3 of
16.5 would be maintenance free and designed Lakh open close cycles for durability. We Corrigendum 8
with lifetime durability of minimum 9 years or cannot test or validate durability for Kms /
12,00,000 Kms. whichever is earlier. years.

Doors require periodic maintenance as per


manufacturers recommendation and
schedule.

183

Additional Documents - Response to pre bid documents 343


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
59 Part G - I , A red “Door Closing” sign would be installed A red LED light will be installed above exit Kindly refer point no. 28 of Part 2, Table 3 of
16.9 above exit door. The sign will blink when doors and marked with “Door Closing” Corrigendum 8
door is closing. stickers above it.

LED Light will blink during door closing


operation.
60 Part G - I , A suitable device to prevent door from Can be provided with automated gearshift RfP provision remains unchanged
16.10 opening as long as bus is in motion would be mechanism.
provided.
61 Part G - I , Service Doors’ operation would be Master control switch not provided for Kindly refer point no. 29 of Part 2, Table 3 of
16.11 controlled with help of separate push buttons conductor to avoid mis-use by passengers Corrigendum 8
and one switch for each door mounted over while bus is in motion and to prevent any
the doors. One each red master button to mishap / safety hazard. We strongly
close all entrance and exit doors at same recommend to provide this control only to
time would also be provided on driver dash- driver for safety of passengers and other
board and the conductor seat. road users.
62 Part G - I , All buttons and switches would be labelled All buttons and switches would be on right Kindly refer point no. 30 of Part 2, Table 3 of
16.12 on a panel to right side of the driver. side of the driver except for Passenger door Corrigendum 8
access switches which are provided on left
side of the driver considering safety and
accessibility by occupants during
emergency evacuation requirements.

In case of right side location to driver, the


occupants might not be access the door
controls in case of emergency evacuation.
63 Part G - I , Photo-cell controlled opening / closing Request to include Electro-pneumatically Kindly refer point no. 31 of Part 2, Table 3 of
16.15 functions of doors and a “sensitive edge” controlled back pressure sensor also for Corrigendum 8
made for safe entry-exit be fitted. sensitive edge which is a commonly
available with Indian vendors.
64 Part G - I , Windows would be of large size for Shall be as per OE design meeting RfP provision remains unchanged
18.1 panoramic view. They would be in two/ specifications as per AIS 052
three-piece window glasses. Toughened
glass wherever used in bus body would be
4.8 mm to 5.3 mm thick for 12-metre-long

184

Additional Documents - Response to pre bid documents 344


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
buses– each aesthetically installed. Size
and shape of the glasses would enable even
the standees to have maximum outside view
without kneeling. General requirements of
windows would be as per the provisions of
bus code (AIS 052).
65 Part G - I , Windows would have provision of suitable Windows provided will meet and comply to Kindly refer point no. 32 of Part 2, Table 3 of
18.2 sealing to avoid ingress of dust and water AIS 052 UBS II not applicable for Type II Corrigendum 8
and would have proper/ efficient drainage mofussil buses
system as per AIS 052 /UBS II.
66 Part G - I , Details of window design; fitment etc. would Will be submitted at time of prototype RfP provision remains unchanged
18.3 be supplied by the bidder along with the bid. inspection only and cannot be submitted
along with bid since tender specific design
and layouts will be undertaken post bid
opening and result.
67 Part G - I , Floor height of the bus would be 1150 Floor height from ground will be 1130mm ± RfP provision remains unchanged
23.2 ±10mm from ground level. 10mm
68 Part G - I , Floor height of the bus would be 1150 1300 ± 50mm RfP provision remains unchanged
23.2 ±10mm from ground level.
69 Part G - I , Floor would be fitted with fire retardant We shall be providing 12mm thick plywood RfP provision remains unchanged
23.5 15mm thickness phenolic resin bonded meeting CMVR / bus code.
densified laminated compressed wooden
floor board.... 15mm thick plywood is non-standard size
and cannot be sourced / homologated.
70 Part G - I , Floor would be fitted with fire retardant High density plywood of 12 mm thick RfP provision remains unchanged
23.5 15mm thickness phenolic resin bonded meeting AIS 052
densified laminated compressed wooden
floor board (both side plain surface) having
density of 1.2 gms/cc conforming to IS
3513(Part-3): type VI 1989 or latest. The
flooring should also be boiling water
resistant as for marine board BIS: 710-1976/
latest and fire retardant as per BIS: 5509-
2000 (IS15061:2002)

185

Additional Documents - Response to pre bid documents 345


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
71 Part G - I , The said floor would be covered with anti- 3 mm thick anti-skid type silicon grains ISO RfP provision remains unchanged
23.6 skid type silicon grain material of minimum 877/76 for colour, IS 15061 for fire
3mm thickness meeting Indian/ International retardancy
Standards (to be indicated by the bus
manufacturer in the bid), ISO 877/76 for
colour, IS5509 for fire retardancy.
72 Part G - I , The said floor would be covered with anti- 3 mm Thick vinyl wil be provided RfP provision remains unchanged
23.6 skid type silicon grain material of minimum
3mm thickness meeting Indian/ International
Standards (to be indicated by the bus
manufacturer in the bid), ISO 877/76 for
colour, IS5509 for fire retardancy. Adequate
sealing would be provided in the floor to
prevent ingress of dust, gases, water etc.
Provision of draining of water if any on bus
floor would be made.
73 Part G - I , Gangway-from front entry/exit gate walls Shall be as per AIS 052 , gangway width will RfP provision remains unchanged
24.1 through the entire bus length, would have be 350 mm minimum
clear space of minimum 650 mm for
passenger movement and would be
generally as per the provisions of the Bus
Code (AIS 052)/UBS II and meet statutory
requirements.
74 Part G - I , Gangway-from front entry/exit gate walls Minimum gangway clear space of 400 mm RfP provision remains unchanged
24.1 through the entire bus length, would have will be provided as per AIS 052 for 2x2
clear space of minimum 650 mm for seating layout.
passenger movement and would be
generally as per the provisions of the Bus UBS II not applicable for Type II mofussil
Code (AIS 052)/UBS II and meet statutory buses
requirements.
75 Part G - I , Handrails and Handholds would be provided will meet and comply to AIS 052 Kindly refer point no. 33 of Part 2, Table 3 of
25.1 as per provision of bus code (AIS 052) / UBS UBS II not applicable for Type II mofussil Corrigendum 8
II. buses
76 Part G - I , All handrails would be of aluminium tubing of MS tubing with slip resistant PVC sleeve as RfP provision remains unchanged
25.2 32 mm dia and 3 mm thick. Depending upon per AIS 052 will be provided

186

Additional Documents - Response to pre bid documents 346


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
the size of the bay (i.e., between two
consecutive roof hand rail brackets),
minimum 2 to 4 numbers handholds per bay
would be provided so that every standee
passengers, even during crush load is able
to grab a hand hold.
77 Part G - I , All handrails would be of aluminium tubing of Handrails with MS tube and PVC sleeves will RfP provision remains unchanged
25.2 32 mm dia and 3 mm thick. be provided as per OEM design and CMVR.

Steel tube will be 28mm ID + 2mm thick. OD


will be 32mm.

PVC Sleeve: 2mm thick slip resistant sleeve


will be provided.

Vertical stanchions will not be provided for


12M reclining type of buses. Only handrails
will be provided for 2x2 seating with sunken
floor
78 Part G - I , Vertical stanchions would be so positioned MS tubing with slip resistant PVC sleeve as RfP provision remains unchanged
26.1 to facilitate access to seats for those per AIS 052 will be provided
standing. Stanchions would be of 40.0 mm
dia. and 3.15 mm thick aluminium tubing with
surface of colour contrasting and slip
resistant and fitted vertically with attachment
to roof and floor of bus.
79 Part G - I , Stanchions would be of 40.0 mm dia and Handrails with MS tube and PVC sleeves will RfP provision remains unchanged
26.1 3.15 mm thick aluminium tubing be provided as per OEM design and CMVR.

Steel tube will be 28mm ID + 2mm thick. OD


will be 32mm.

PVC Sleeve: 2mm thick slip resistant sleeve


will be provided.

187

Additional Documents - Response to pre bid documents 347


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
Vertical stanchions will not be provided for
12M reclining type of buses. Only handrails
will be provided for 2x2 seating with sunken
floor
80 Part G - I , Stanchion pipes and the handrails would be Stanchion pipes and the handrails with Kindly refer point no. 34 of Part 2, Table 3 of
26.2 painted in cannery yellow colour while the provided with protective PVC sleeve in Corrigendum 8
joining brackets be painted in grey colour yellow color with joining brackets of NYLON
generally matching with inner panelling. 6 material with yellow color.
81 Part G - I , Stanchion pipes and the handrails would be PVC sleeve will be provided on stanchion Kindly refer point no. 34 of Part 2, Table 3 of
26.2 painted in cannery yellow colour while the pipe & joinery brackets will be of Metal Corrigendum 8
joining brackets be painted in grey colour inserted PVC material
generally matching with inner panelling.
82 Part G - I , A suitable device, such as high visibility bell "Next Stop Request" Switch not applicable to RfP provision remains unchanged
26.3 pushes, for convenience of passengers to Type II mofussil buses as per CMVR / AIS
request for stopping bus be provided at 052 and will not be provided.
appropriate locations.
83 Part G - I , Passenger seats would be front facing in Kindly clarify Seat type requirement as DLX RfP provision remains unchanged. High
27.1 type II DLX buses, comfortable, durable & seats for Type II are usually High back backrest reclining type seats as applicable
maintenance free of ‘PPLD/LDPE’ reclining type under relevant AIS codes stated in the
(Polypropylene/Polyethylene Low Density) clause
moulded construction ad or any other
suitable material for a fully built adjustable,
reclining, etc. passenger seat meeting
performance requirements of AIS023 and
other requirements as per the Bus Code
(AIS 052). The ‘PPLD/LDPE’ moulded seat
would be fitted on metal frames and or any
other material in a fully built passenger seat.
84 Part G - I , Similarly, ‘PPLD/LDPE’ moulded seat High backrest seats meeting AIS 023 and RfP provision remains unchanged
27.2 backrest… for seated passengers. AIS 052 with PU foam shall be provided..
85 Part G - I , Seat pitch would be maintained at 825 mm Seat pitch of 820 mm (minimum) (as per AIS Kindly refer point no. 35 of Part 2, Table 3 of
27.3 (minimum) (as per AIS 052) for type II DLX 052) will be provided Corrigendum 8
buses.

188

Additional Documents - Response to pre bid documents 348


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
86 Part G - I , Seat pitch would be maintained at 825 mm For type II buses seat pitch is min 680mm.as Kindly refer point no. 35 of Part 2, Table 3 of
27.3 (minimum) (as per AIS 052) for type II DLX per AIS 052. kindly consider as 825mm shall Corrigendum 8
buses. impact no of seats.
87 Part G - I , Details of seating lay out, accommodating Ok provided Seat pitch as per AIS 052 for RfP provision remains unchanged
27.5 maximum number of seats in 2x2 layouts in Type II DLX is considered as min. 680mm
12-metre-long type II DLX buses, for
operations in designated areas, meeting
requirements of the bus code, would be
supplied. Seating capacity would be
minimum 44 plus the driver, etc. Seating
capacity of bus would be minimum 44
passengers for 12-metre-long bus (worked
out as per AIS 052).
88 Part G - I , Seating capacity would be minimum 44 plus Seating capacity will be 44 reclining high RfP provision remains unchanged
27.5 the driver, etc. Seating capacity of bus would back seats + Driver meeting AIS 052 and
be minimum 44 passengers for 12-metre- CMVR norms.
long bus (worked out as per AIS 052).
89 Part G - I , Seat belts would be provided for the seats as Seat belts will be provided as per AIS 052. RfP provision remains unchanged
28.1 per the provisions of CMVR & Bus Code
(AIS 052). Any seats provided at rear end of Passenger seat belt anchorage test (AIS
bus/seats in centre (facing the gangway) 005 and AIS 015) not mandatory for CMVR
would necessarily be provided with seat and bus code and hence not available.
belts. Seat belts and its anchorages would
conform to the requirements of AIS 005 and
AIS 015
90 Part G - I , A driver door of not less than 1600 mm Driver Door with 1530mm height X 1050mm RfP provision remains unchanged
29.1 height and 650 mm width and with requisite width will be provided meeting AIS 052 as
steps would be provided for entry and exit to per OEM deisgn.
driver’s work area.
91 Part G - I , A driver door of not less than 1600 mm Door size will be 1400 x 800 mm as per AIS RfP provision remains unchanged
29.1 height and 650 mm width and with requisite 052
steps would be provided for entry and exit to
driver’s work area.
92 Part G - I , Bus would have dash board with full Battery voltage instead of battery charging RfP provision remains unchanged
29.6. ii instrumentation panel containing meters and current shall be displayed in cluster.

189

Additional Documents - Response to pre bid documents 349


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
gauges to indicate important parameters like
air pressure, coolant temperature, battery Low pressure of transmission oil not
charging current, fuel level, side indicators, available which is applicable only for
head lights, hand brakes engagement, automatic transmission.
engine oil pressure, status of entry-exit
gates, etc. In addition, warning lights for low
engine oil pressure, high cooling system
temperature & low coolant level, low
pressure and high temperature of
transmission oil, low fuel level, if any, low air
, battery weak, would be provided at the
driver’s dash board. All the dashboard
controls and instrumentation system would
be as per the bus code.
93 Part G - I , Bus would have dash board with full Tell tail wrt battery malfunctioing (not RfP provision remains unchanged
29.6. ii instrumentation panel containing meters and charging) shall be offered. Kindly accept.
gauges to indicate important parameters like Battery charging voltage shall be indicated.
air pressure, coolant temperature, battery Low coolant level indication on IC is not
charging current, fuel level, side indicators, available however coolant tank is
head lights, hand brakes engagement, translucent type.
engine oil pressure, status of entry-exit Request to delete requirement of low
gates, etc. In addition, warning lights for low pressure & high temperature of transmission
engine oil pressure, high cooling system oil.
temperature & low coolant level, low
pressure and high temperature of
transmission oil, low fuel level, if any, low air
, battery weak, would be provided at the
driver’s dash board. All the dashboard
controls and instrumentation system would
be as per the bus code.
94 Part G - I , On board electronic diagnostics system As per CMVR/ AIS 052/AIS 153 RfP provision remains unchanged
29.6. iii would be provided as per UBS II.
95 Part G - I , CCTV camera and a buzzer would be 2 no's camera inside the bus meeting as per Kindly refer point no. 36 of Part 2, Table 3 of
30.2 provided at rear end of the bus along with IS 16833. Corrigendum 8
audio video facility at driver dash board.

190

Additional Documents - Response to pre bid documents 350


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
DVR can store the footage upto 15 days (12
hours operation/ day)
96 Part G - I , Adjustable sun visors would be provided for Adjustable sun visor would be provided only Kindly refer point no. 37 of Part 2, Table 3 of
31.1 windshield & driver’s side window. for windshield and sun visor for driver’s side Corrigendum 8
window will not be provided
97 Part G - I , Adjustable sun visors would be provided for Sunvisor will be provided in front of driver Kindly refer point no. 37 of Part 2, Table 3 of
31.1 windshield & driver’s side window. Visors only. Corrigendum 8
would be shaped to minimize light leakage Considering the access to driver door
between visors & windshield. Adjustment of sunvisor provision on driver door is not
visors would be made easily by hand with recommended
positive locking & releasing devices and
would not be subject to damage by over-
tightening. Sun visor construction & material
would be strong enough to resist breakage
during adjustment. Visors may be
transparent but would not allow a visible light
transmittance in excess of 10%. Visors
where deployed would be effective in
driver’s field of view at angles more than 5o
above horizontal.
98 Part G - I , The ICT aggregates to be provided by the The warranty for the ICT aggregates will be Kindly refer point no. 38 of Part 2, Table 3 of
32.1 bidder shall have two (2) year default for manufacturing defects / faults and Corrigendum 8
warranty and shall be extendable for a applicable for 02 years (or) 2 L Kms.
further period of 7 years. The warranty shall
include continuous onsite support for the Warranty cannot be extended beyond 02
respective site locations. years for electronic items and continuous
on-site support will be restricted to attention
of manufacturing defects / faults during
warranty period.
99 Part G - I , The bidder shall have to provide the required Required protocol shall be provided along The required protocol document and SDKs
32.1 protocol document and SDKs for the with route details for the preparation the route configuration
preparation the route configuration files to files to each STUs shall have to provided by
each STUs. the Bidder. However, route creation
activities will be cater by the STUs.

191

Additional Documents - Response to pre bid documents 351


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
100 Part G - I , The system shall build redundancy so that On SCU failure, PIS destination board shall RfP provision remains unchanged
32.1 bus PIS boards can be functional in case of remember and continue displaying the last
SCU(OBU) GPS outage. route/ message. There is no redundant
controller. In the event of GPS failure, the
bus stop announcement shall be made
possible via manual intervention on BDC.
101 Part G - I , i. All On-Bus Intelligent Transport Systems, We shall support for supply and integration RfP provision remains unchanged
32.1.i ‘OBITS’, (which includes SCU(OBU), BDC, of ICT / IT systems for due commissioning of
PIS boards, PA system, Reverse parking buses.
camera panic button, Telematics system,
Wiring and harness) equipment to be Backend communication protocol document
procured for diesel shall be integrated with shall be shared at time of PO release for
one another and shall be capable of deciding architecture before prototype build
integration with the backend systems to be for integration with the backend systems
procured by the Purchaser in future.
Maintenance of the same will not be in our
scope (or) a separate AMC contract to be
specified with terms and conditions of
maintenance for which quote will be given
separately
102 Part G - I , The bidder shall support the operations, We shall support for supply and integration Kindly refer point no. 39 of Part 2, Table 3 of
32.1.iii maintenance and integration of all supplied of ICT / IT systems for due commissioning of Corrigendum 8
and installed ICT/ ITS systems on buses for buses.
a Contract Period of 9 years from the date of
delivery & acceptance of each bus by Backend communication protocol document
authority. shall be shared at time of PO release for
deciding architecture before prototype build
for integration with the backend systems

Maintenance of the same will not be in our


scope (or) a separate AMC contract to be
specified with terms and conditions of
maintenance for which quote will be given
separately

192

Additional Documents - Response to pre bid documents 352


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
103 Part G - I , The bidder shall support the operations, Kindly consider AMC option for ITMS units Kindly refer point no. 39 of Part 2, Table 3 of
32.1.iii maintenance and integration of all supplied post Std warranty Corrigendum 8
and installed ICT/ ITS systems on buses for
a Contract Period of 9 years from the date of
delivery & acceptance of each bus by
authority.
104 Part G - I , All the component/sub-component of the Separate box will be provided for AIS 140 RfP provision remains unchanged
32.1.iv OBITS system shall be internally integrated unit, CCTV system and LED controller
and single compact-box solution with easy to system since they are separately defined
install and maintain. under AIS 140, IS 16833 and IS 16490
CMVR standards. However systems can
communicate with each other for achieving
the functionality)
105 Part G - I , All the component/sub-component of the Kindly clarify meaning of “Single compact RfP is self-explanatory."All the
32.1.iv OBITS system shall be internally integrated box” component/sub-component of the OBITS
and single compact-box solution with easy to system shall be internally integrated and
install and maintain. single compact-box solution with easy to
install and maintain."
106 Part G - I , Bidder shall have to maintain the Hardware Maintenance of the systems will not be in our RfP provision remains unchanged
32.1.v.a Unit during the contract period as per scope (or) a separate AMC contract to be
instruction of Purchaser specified with terms and conditions of
maintenance for which quote will be given
separately.
107 Part G - I , Fitment of all on bus devices shall be as per Fitment of ITMS equipment’s will be as per RfP provision remains unchanged
32.2 UBS- II or equivalent international guidelines CMVR standards defined under AIS 140 and
- Chapter 10 – 17.8.7 or equivalent AIS 153 (CCTV system – IS 16833 and LED
international guidelines: / PIS controller system - IS 16490).
All On Bus Intelligent Transport Systems,
‘OBITS’, (which includes SCU(OBU), BDC,
PIS boards, PA system, reverse parking
sensor, panic button, Telematics system)
equipment including wiring harness,
antennas to be original factory fitment.
108 Part G - I , Others: Only front and rear will be provided for type Kindly refer point no. 40 of Part 2, Table 3 of
32.2 Front sign: central II mofussil buses. Corrigendum 8

193

Additional Documents - Response to pre bid documents 353


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
Rear sign: central
Side sign: first window ahead of rear door Side and inner LED boards will not be
(central line of sign should coincide with provided for type II mofussil buses.
central line of window)
Inner sign: centralize along the width of bus
behind the driver's partition
109 Part G - I , SCU(OBU), recorder, amplifier: secured and Will be provided suitably in driver RfP provision remains unchanged
32.2 ventilated compartment right above the compartment as per OEM design and in
driver compliance to AIS 153 / AIS 052 standards.
110 Part G - I , Bidder shall mount ICT equipment’s as Upgradation of any nature by backend Noted
32.2 specified herein on Buses. towards advanced features, firmware
versions etc to be mutually basis with bidder
so as to minimise unforeseen cost, time
impact thereby resulting in downtime of
ITMS monitoring.
111 Part G - I , Bidder shall also ensure to supply Upgradation of any nature by backend Noted
32.2 equipment compatible with proposed towards advanced features, firmware
ICT/ITS System of Authority so as to enable versions etc to be mutually basis with bidder
smooth integration. so as to minimise unforeseen cost, time
impact thereby resulting in downtime of
ITMS monitoring.
112 Part G - I , Integration of ICT aggregate with respective Ok. Noted, The signoff and synergy procedures
32.3 backend software shall be joint responsibility communication protocol documents need to will be finalise at implementation stage with
of bidder and the backend System be signed off for all data requirements the Successful Bidder.
Integrator. To that effect, the bidder shall be
responsible for firmware modification,
expose protocols/ APIs as required to the
backend SI and so on for integration
purposes. In case of dispute, the Authority's
decision shall be final, and both the parties
will have to abide.
113 Part G - I , ICT aggregate equipment’s fitted in Diesel Ok. Authority to ensure sharing of right Noted, The signoff and synergy procedures
32.3 Buses should provide required protocol, access to backend & exact will be finalise at implementation stage with
data/information to backend system installed requirement of reports/data expected on the Successful Bidder.
by the Authority appointed System Integrator server.

194

Additional Documents - Response to pre bid documents 354


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
so as to provide MIS reports such as Trip
summary, Schedule adherence of Bus with
respect to Trip, Real time information
pertaining to "off route" (detour), Trip
information with start and end destination,
driver details, speed, missed stop, Bus
details, driver behaviour and CAN
parameters etc. It should also provide
information so that Operations Centre is able
to check whether on-board devices are alive
and monitoring capability of PIS health
(which PIS is working).
114 Part G - I , ICT aggregate equipment’s fitted in Diesel Detailed communication protocol documents Noted, The signoff and synergy procedures
32.3 Buses should provide required need to be signed off for all data will be finalise at implementation stage with
data/information to backend system installed requirements the Successful Bidder.
by the Authority appointed System Integrator
so as to provide MIS reports such as Trip
summary, Schedule adherence of Bus with
respect to Trip, Real time information
pertaining to "off route" (detour), Trip
information with start and end destination,
driver details, speed, missed stop, Bus
details, driver behaviour and CAN
parameters etc. It should also provide
information so that Operations Centre is able
to check whether on-board devices are alive
and monitoring capability of PIS health
(which PIS is working).
115 Part G - I , Bidder is required to provide above Ok. Provided authority provides info in Noted
32.3 functionalities with scalability to integrate advance along with necessary support.
with third party systems through standard
Active Programming Interfaces (APIs) such
as ICT/ITS backend system, city traffic
management systems, journey planner app
etc.

195

Additional Documents - Response to pre bid documents 355


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
116 Part G - I , Bidder and Authority shall agree to share Ok. Provided authority provides info in Noted
32.3 interfacing protocols and APIs with each advance along with necessary support.
other for smooth integration with other
ICT/ITS System as required by Authority.
117 Part G - I , A suitable device for the convenience of For PwD priority seats will be provided as Kindly refer point no. 41 of Part 2, Table 3 of
33.1 passengers including PwDs to request for per customer specific requirement. Provision Corrigendum 8
stopping bus be provided at appropriate will be given for keeping the crutches and
locations inside the bus on stanchions in a stop request will be provided as per AIS 052
manner as to prevent un-intentional
operation, deliberate attempts by children,
etc.
118 Part G - I , A suitable device for the convenience of Will not be provided since it is not applicable Kindly refer point no. 41 of Part 2, Table 3 of
33.1 passengers including PwDs to request for for 12M reclining type II buses and not Corrigendum 8
stopping bus be provided at appropriate practically feasible.
locations inside the bus on stanchions in a
manner as to prevent un-intentional
operation, deliberate attempts by children,
etc.
119 Part G - I , Heavy-duty ring type towing devices would Only Front towing device shall be provided. Kindly refer point no. 42 of Part 2, Table 3 of
35.1 be provided in front and rear bumper area Corrigendum 8
with load transfer to bus structural members.
Capacity of each towing device would be 1.2
times (minimum) the kerb weight of the bus
within 30 degrees of longitudinal axis of the
bus. The manufacturer would supply a copy
of the test certificate of the towing devices
120 Part G - I , Heavy-duty ring type towing devices would Tow pin only at front only will be provided. Kindly refer point no. 42 of Part 2, Table 3 of
35.1 be provided in front and rear bumper area Corrigendum 8
with load transfer to bus structural members. Test certificate not available.
Capacity of each towing device would be 1.2
times (minimum) the kerb weight of the bus
within 30 degrees of longitudinal axis of the
bus. The manufacturer would supply a copy
of the test certificate of the towing devices

196

Additional Documents - Response to pre bid documents 356


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
121 Part G - I , Rear windscreen …of thickness of 5.5 mm ± Rear windscreen glass of thickness of 5.0 Kindly refer point no. 43 of Part 2, Table 3 of
36.1 0.5mm. mm ± 0.5mm will be provided Corrigendum 8
122 Part G - I , Front wind screen in the bus would be in Shall be as per OE design meeting AIS Kindly refer point no. 43 of Part 2, Table 3 of
36.1 single piece design, plain/ flat with curved 052/CMVR. Kindly accept Corrigendum 8
corners, intervening PVB film laminated
safety glass of minimum thickness of 8.76
mm. Rear windscreen would also be in
single piece design, flat in centre and curved
on corners toughened glass of thickness of
5.5 mm + 0.5mm. Windscreen glasses
would meet the requirements of BIS 2553:
Part II-1992 or latest and that of CMVR and
Bus code (AIS 052). The glazing used for
fitment of glasses would be Ethylene
Propylene Dien Monomer (EPDM) rubber of
black colour or pasted with adhesive
material conforming to Indian/ International
Standards to be specified by the
manufacturer. A grab handle and suitable
handles on the outside of windshield centre
at waist level would be provided to facilitate
manual cleaning of the windscreens.
123 Part G - I , The windshield shall permit an operator's We meet Indian standards specified under Kindly refer point no. 44 of Part 2, Table 3 of
36.2 field of view as referenced in SAE as per AIS 052 as per OE design windshield. Corrigendum 8
recommended practice J1050. The vertically
upward view shall be a minimum of 15
degrees, measured above the horizontal
and excluding any shaded band. The
vertically downward view shall permit
detection of an object 1.35-metre-high no
more than 600 mm in front of the bus.
The horizontal view shall be a minimum of
90 degrees above the line of sight.
124 Part G - I , The windshield shall permit an operator's Shall be as per OE design meeting AIS Kindly refer point no. 44 of Part 2, Table 3 of
36.2 field of view as referenced in SAE 052/CMVR. Kindly accept Corrigendum 8

197

Additional Documents - Response to pre bid documents 357


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
recommended practice J1050. The vertically
upward view shall be a minimum of 15
degrees, measured above the horizontal
and excluding any shaded band. The
vertically downward view shall permit
detection of an object 1.35-metre-high no
more than 600 mm in front of the bus. The
horizontal view shall be a minimum of 90
degrees above the line of sight.
125 Part G - I , The windshield shall be easily replaceable Shall be as per OE design meeting AIS Kindly refer point no. 45 of Part 2, Table 3 of
36.3 by removing zip-locks from the windshield 052/CMVR. Kindly accept Corrigendum 8
retaining mouldings. Bonded-in-place
windshield shall not be used. The windshield
glazing material shall have 8.76mm nominal
thickness double laminated safety glass
conforming with the requirements of ANSI
Z26.1 Test Grouping 1A and the
recommended practices defined in SAE
J673.
126 Part G - I , Electrically operated windscreen wiper Wiper system meeting RFP and AIS 011 will RfP provision remains unchanged
37.1 system…. with fitment of time delay relay as be provided without time delay relay.
per AIS 011
127 Part G - I , Multipurpose fire extinguishers would be ISI Meets requirements as per CMVR norms. RfP provision remains unchanged
38.1 marked conforming to BIS: 13849-1993 or UBS II not applicable for Type II mofussil
latest......UBS II. buses
128 Part G - I , First aid kit complete with items, medicines, First aid kit as per AIS 052/CMVR shall be RfP provision remains unchanged
39.1 bandages etc. would be provided as per offered
provisions of CMVR fitted near driver seat at
appropriate position and level on side with
proper reinforcement.
129 Part G - I , The manufacturer would provide for ease of Type II mofussil buses with higher floor Kindly refer point no. 46 of Part 2, Table 3 of
40.1 accessibility, guidance, anchorage of one height supplied shall not be in compliance to Corrigendum 8
wheel chair on-board, positioning of aids etc. Harmonised Guidelines.
system for PwDs that meets the
requirements as given in the Bus Code, AIS

198

Additional Documents - Response to pre bid documents 358


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
153 and CMVR and “Harmonized Guidelines
and Space Standards for Barrier-Free Built
Environment for persons with Disability and
Elderly Persons – as applicable to Public
Transport”.
130 Part G - I , The manufacturer would provide for ease of Kindly clarify this requirement in the context Kindly refer point no. 46 of Part 2, Table 3 of
40.1 accessibility, guidance, etc. for persons with of 1300mm floor height buses as such Corrigendum 8
disabilities and of aids etc. that meets the category buses are not mandated with
requirements as given in the Bus Code, AIS provisions for PWDs
153 and CMVR and the harmonized
guidelines.
131 Part G - I , Battery system would be 24V of minimum 24 V 165 Amps-hour battery shall be RfP provision remains unchanged
41.1 180 Amps-hour capacity, low maintenance provided with
type lead acid batteries. Batteries would be 85 amps alternator
well secured to a hinged/ pivoted or slide out
type carrier for ease of access for repair & Battery box will be permanently located on
maintenance, replacement and suitably chassis
ventilated for escape of fumes but insulated FSM and shall be provided behind wheel
against ingress of dust and moisture. Battery base door .
box would be mounted near/ next to engine
compartment and would be well secured,
easily accessible & ventilated.
Performance requirements of batteries
would conform to BIS: 7372-1995 (or latest).
132 Part G - I , Battery system would be 24V of minimum Battery -->24V & 150AH will be provided RfP provision remains unchanged
41.1 180 Amps-hour capacity, low maintenance
type lead acid batteries. Batteries would be
well secured to a hinged/ pivoted or slide out
type carrier for ease of access for repair &
maintenance, replacement and suitably
ventilated for escape of fumes but insulated
against ingress of dust and moisture. Battery
box would be mounted near/ next to engine
compartment and would be well secured,
easily accessible & ventilated.

199

Additional Documents - Response to pre bid documents 359


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
Performance requirements of batteries
would conform to BIS: 7372-1995 (or latest).
133 Part G - I , Battery terminals with positive locking Battery without positive locking will be RfP provision remains unchanged
41.2 system (e.g., angle type terminal with provided.
provision for double bolting) duly protected
against all possible short circuit risk would be
provided.
134 Part G - I , Battery terminals with positive locking Battery terminals with positive locking RfP provision remains unchanged
41.2 system (e.g., angle type terminal with system with single bolting.
provision for double bolting) duly protected
against all possible short circuit risk would be
provided.
135 Part G - I , Each battery cable would be covered with Battery cable with flame retardant Black Kindly refer point no. 47 of Part 2, Table 3 of
41.3 flame retardant Grey colour corrugated Color will be provided. Corrigendum 8
flexible pipe and would be properly encased
& clamped.
136 Part G - I , ELECTRICAL EQUIPMENT AND WIRING: As per CMVR,AIS-052 & AIS - 153 Kindly refer point no. 48 of Part 2, Table 3 of
42.2 As per details given in UBS II and generally Corrigendum 8
as under:
137 Part G - I , An adequate capacity alternator of 24V DC, 85A Alternator will be provided for Non AC RfP provision remains unchanged
42.2 minimum 150A rating with consistent output city bus application, which is sufficient to
to take care of high idling periods of city meet the electrical loads specified in the
operation, would be provided and so located Tender
as to minimize ingress of oil or rain water into
it.
138 Part G - I , An adequate capacity alternator of 24V DC, 24V as per OE design approved in CMVR RfP provision remains unchanged
42.2 minimum 150A rating with consistent output
to take care of high idling periods of city
operation, would be provided and so located
as to minimize ingress of oil or rain water into
it.
139 Part G - I , A pre-engaged type 24V DC Self-starter of Starter motor capacity 4.5Kw will be Kindly refer point no. 49 of Part 2, Table 3 of
42.3 adequate capacity (minimum 180Ah) with provided. Starter motor not specified in Ah. Corrigendum 8
relay would be fitted in bus and so located as
to minimise ingress of oil or rain water into it.

200

Additional Documents - Response to pre bid documents 360


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
140 Part G - I , A pre-engaged type 24V DC Self-starter of 24V Self starter of min 180 Ah or as per OE Kindly refer point no. 49 of Part 2, Table 3 of
42.3 adequate capacity (minimum 180Ah) with design approved by CMVR shall be Corrigendum 8
relay would be fitted in bus and so located as acceptable. Kindly consider
to minimise ingress of oil or rain water into it.
141 Part G - I , Electrical equipment and wiring ….would be Wiring harness shall be provided as per AIS Kindly refer point no. 50 of Part 2, Table 3 of
42.5 multiplex system, flame proof, ISI marked 153 / AIS-052 Corrigendum 8
conforming to BIS: 2465-1984 or latest…..
Wire specification as per ISO6722
142 Part G - I , Electrical equipment and wiring would Meets the requirement Wiring harness (ISO Kindly refer point no. 50 of Part 2, Table 3 of
42.5 conform to Indian/ international Standards, - 6722) Corrigendum 8
bus code and UBS II. All cabling would be as UBS II is not applicable for type –II
per provisions of Bus code / UBS II. The application.
wiring would be multiplex system, flame
proof, ISI marked conforming to BIS: 2465-
1984 or latest. As far as possible electrical
system would be 24V double pole multiplex
wiring system except in unavoidable
condition. However, in case of single pole
wiring all power & ground wiring would have
double electrical insulation, which would be
waterproof conforming to the Indian/
International Standards. Wiring would be
grouped, numbered & colour coded. Wiring
harnesses would not contain wires of
different voltage classes unless all wires
within the harness or insulated for highest
voltage present in harness. Kinking,
grounding at multiple points, stretching &
exceeding minimum bend radius would be
prevented.
143 Part G - I , Alternator over voltage output protection 150 A alternator will be provided with spike RfP provision remains unchanged
42.17 would be provided. voltage protection only.

Continuous overvoltage protection not


available.

201

Additional Documents - Response to pre bid documents 361


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
144 Part G - I , Circuit breakers or fuses would be sized to Fuse protection shall meet as per AIS 052 RfP provision remains unchanged
42.18 larger than total circuit load current as per requirement. UBS II not applicable for Type
UBS II/ AIS 052. II mofussil buses
145 Part G - I , AC (Alternating Current) out-let of 220V, as USB type charger to be provided on dash RfP provision remains unchanged
42.23 required in UBS II if any, be provided at panel for ETM/Mobile charging for
suitable location for charging of Conductor/Driver.
electrical/electronic equipment, etc. UBS II not applicable for Type II mofussil
buses
146 Part G - I , Interior saloon lighting would be sunken type Interior Lamps shall be provided as per OEM Kindly refer point no. 51 of Part 2, Table 3 of
43.1 light assembly fitted with LED lights and design and meeting AIS 052 requirement Corrigendum 8
mounted in staggered formation for uniform
lighting in two separate circuits. First row of
lamps provided in driver’s cabin should be
fitted with amber internal filter to reduce
glare to driver at night. Overall bus lighting
system would comply with CMVR provisions
where ever falls short of it.
147 Part G - I , Interior saloon lighting would be sunken type Lamps will be provided as per OE design Kindly refer point no. 51 of Part 2, Table 3 of
43.1 light assembly fitted with LED lights and meeting lux requriement as per AIS 052 Corrigendum 8
mounted in staggered formation for uniform
lighting in two separate circuits. First row of
lamps provided in driver’s cabin should be
fitted with amber internal filter to reduce
glare to driver at night. Overall bus lighting
system would comply with CMVR provisions
where ever falls short of it.
148 Part G - I , Modern rectangular type headlamps with Modern and stylish round head lamps as per Kindly refer point no. 52 of Part 2, Table 3 of
43.2 relay and side light etc. would be suitably OEM styling will be provided meeting AIS Corrigendum 8
styled into front-end construction. 008 standard.
149 Part G - I , White and Red marker lights of 5 Watt each Wattage requirment will be as per OE design Kindly refer point no. 53 of Part 2, Table 3 of
43.3 would be fitted at both top side corners of the meeting AIS 052 Corrigendum 8
front and rear panel of the bus respectively.
150 Part G - I , White and Red marker lights of 5 Watt each Roof marker lamps will be provided as per Kindly refer point no. 53 of Part 2, Table 3 of
43.3 would be fitted at both top side corners of the OEM design meeting AIS 052. Corrigendum 8
front and rear panel of the bus respectively.

202

Additional Documents - Response to pre bid documents 362


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
151 Part G - I , Identical signal lights of 15 Watts would be Front Side LH & RH - Bulb shall be Kindly refer point no. 54 of Part 2, Table 3 of
43.4 fitted for interchangeability in each side i.e.; interchangeable Corrigendum 8
front, rear and side respectively
Rear LH & RH - Round LED lamps shall be
Interchangeable.

Signal lights as per CMVR requirements


would be fitted as per AIS 018. .
152 Part G - I , Brake lights (15 W) and taillights (10W) Round LED type integrated Brake & Tail Kindly refer point no. 55 of Part 2, Table 3 of
43.5 would be two separate lights to reduce heat lamps meeting AIS 008 shall be provided as Corrigendum 8
generation. per OEM design.
153 Part G - I , Reverse light of 25W, square lamps with Round LED type white lamps meeting AIS Kindly refer point no. 56 of Part 2, Table 3 of
43.6 white covers would be provided. 008 shall be provided as per OEM design Corrigendum 8
meeting AIS 018
154 Part G - I , Lights provided for illuminating exit/entrance Illumination lights for entrance/exit doors will Kindly refer point no. 56 of Part 2, Table 3 of
43.10.i door area, lights would illuminate outside be provided as per AIS 052, clause 4.1.2.3.3 Corrigendum 8
area up to at least one metre when
door/doors is/are opened.
155 Part G - I , No Electrical fittings would be mounted on RPAS sensors are fitted on rear bumper as Kindly refer point no. 57 of Part 2, Table 3 of
43.12 front and rear bumpers. per CMVR norms. Corrigendum 8

these should be fitted at rear most part of


vehicle operational efficiency and
compliance to regulations.
156 Part G - I , No Electrical fittings would be mounted on Fog lamp will be provided on the bumpers as Kindly refer point no. 57 of Part 2, Table 3 of
43.12 front and rear bumpers. per AIS 052 Corrigendum 8
157 Part G - I , Switches would be fitted on right hand side Only door switches will be located on Left Kindly refer point no. 58 of Part 2, Table 3 of
43.13 of instrument panel through evenly loaded side of driver for better safety in emergency Corrigendum 8
circuits & fuses as per bus code. evacuation condition as mentioned against
our remarks for clause 16.12 for Part 1 –
technical specifications.
158 Part G - I , Switches would be fitted on right hand side Switches will be on right and left hand side Kindly refer point no. 58 of Part 2, Table 3 of
43.13 of instrument panel through evenly loaded of driver with easy accessibility Corrigendum 8
circuits & fuses as per bus code.

203

Additional Documents - Response to pre bid documents 363


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
159 Part G - I , A suitable light would also be provided in Only required for rear engine buses. RfP provision remains unchanged
43.15 engine compartment for ease of
maintenance/ emergency repairing. For front engine buses, Driver area interior
roof lamp will be sufficient to illuminate the
engine area when the bonnet is open.
160 Part G - I , Power Point presentation material on a DVD Power point presentation on DVD for offered Kindly refer point no. 59 of Part 2, Table 3 of
45.3 for offered design of bus (indicative) and model will be submitted during prototype Corrigendum 8
minimum 1:15 scaled Model (indicative & evaluation since many finer aspects of body
non-working)) duly furnished/ painted in including colour theme, touch & feel,
environmentally friendly colour scheme as positions etc., will be jointly decided between
given by TNSTC would be submitted along- Vendor and Authority during that time.
with the bid. The presentation will cover
elevations –sides, front & rear ends along- Scaled model requirement not understood.
with main dimensions, isometric views, Request authority to clarify on intent and
exterior & interior details, seating layouts, pieces. Scaled models are subject to a
colour scheme etc. minimum order quantity by most vendors
and subject to cost agreement by STU,
161 Part G - I , At least 2 hard bound copies and 2 soft All manuals will be supplied in soft copies Kindly refer point no. 60 of Part 2, Table 3 of
47.1 copies, for every 25 buses or part thereof, of either on DVD or USB drive as needed. Corrigendum 8
operation and maintenance manual
containing essential technical information Hard bound copies are not environment
required for satisfactory operation, friendly and not preferred by many state
inspection and maintenance would be authorities.
supplied by bus manufacturers.
Request Authority to take a considerate view
ii)Chassis lubrication and brake system – considering environment friendly aspects
Wall chart adopted by state government of Tamil Nadu.

ii ) chassis lubrication and brake system wall


chart not available.
162 Part G - I , At least 2 hard bound copies and 2 soft Soft copy of Operation and maintenance Kindly refer point no. 60 of Part 2, Table 3 of
47.1 copies, for every 25 buses or part thereof, of manual shall be provided. Hard copy will not Corrigendum 8
operation and maintenance manual be provided.
containing essential technical information
required for satisfactory operation,

204

Additional Documents - Response to pre bid documents 364


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
inspection and maintenance would be
supplied by bus manufacturers.
163 Part G - I , The training shall be provided at regional The training will be designed by Kindly refer point no. 61 of Part 2, Table 3 of
48.3 training centres of the Authority/IRT. The Manufacturer at own cost meeting customer Corrigendum 8
Bidder shall provide minimum 3 (nos) of expectations. The training modules, design
training bus or simulator or similar adequate and nature will be decided by OEM.
infrastructure for the purpose of Physical
Training based on the requirement. The
Bidder can also arrange such Physical
Training at its own premises/facility at its
own cost.
164 Part G - I , Bus manufacturer would provide details of Spare Parts catalogue will be given in soft RfP provision remains unchanged
51.1 components/spares required for copy.
maintenance of vehicle for twelve months’
operation taking daily utilisation of bus of up
to 300 Kms.
165 Part G - I , Manufacturer would also provide complete Complete details of vendors cannot be Kindly refer point no. 62 of Part 2, Table 3 of
51.2 details of vendors, for every component / shared for those vendors who are non- Corrigendum 8
spare for complete bus and the spare parts proprietary in nature.
catalogue (hard as well as soft copies) in 2
sets for every 25 buses or part thereof. as a policy can change their vendors as per
need and hence cannot be shared
166 Part G - I , Fully built bus would be covered under 1. Standard Warranty for 2 yrs/2.5 lakh kms RfP provision remains unchanged
53.1 Warranty/ Guarantee for up to 2,50,000 Kms - OK.
or 24 months whichever is later from the date Vehicles will be attended as per TML
of putting bus into operation after warranty guidelines.
registration. All assemblies, sub-assemblies,
fitments, components would be covered
under Warranty Period as per commitment
of bus manufacturer at the time of supply of
bus.
167 Part G - I , Fully built bus would be covered under Warranty will only cover manufacturing RfP provision remains unchanged
53.1 Warranty/ Guarantee for up to 2,50,000 Kms defects and faults for intended functionality
or 24 months whichever is later from the date and will be offered for fully built bus
of putting bus into operation after comprising chassis and bus body for a

205

Additional Documents - Response to pre bid documents 365


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
registration. All assemblies, sub-assemblies, period of 2 years or 2,00,000 kms whichever
fitments, components would be covered is earlier. Typical city operation is for 250
under Warranty Period as per commitment kms per day
of bus manufacturer at the time of supply of (or) approximately 1 Lakh KMS per year
bus.
Wear and tear items such as battery, tyres,
Clause provided by OEM seat covers, rubber parts etc., will have
Fully built bus would be covered under differential warranty of min. 1 year for the
Warranty/ Guarantee for up to 4,00,000 Kms purpose of ensuring no manufacturing
or 48 months whichever is later from the date defects at time of supply & commissioning.
of putting bus into operation after
registration. All assemblies, sub-assemblies,
fitments, components would be covered
under Warranty Period as per commitment
of bus manufacturer at the time of supply of
bus.
168 Part G - I , Special Warranty Period, for any Bus structure life is dependent on nature of Kindly refer point no. 63 of Part 2, Table 3 of
53.2 manufacturing Defect in design, material operations, road conditions prevailing at Corrigendum 8
and workmanship of Bus structure shall be 9 time of operations, other conditions such as
years or 9,90,000 km per Bus whichever is environmental conditions, periodic
later from the date of putting bus into maintenance and natural aging of materials
operation after registration. used in construction which is already defined
under the tender. Tender also defines many
quality and material aspects of structure
materials uses, welding methods and anti-
corrosive protections to be given by
manufacturer which also determines the life
of the structure.

The buses are accepted by authority after


thorough inspection of all aspects which
includes workmanship employed by vendor
and quality of materials used in construction
in compliance to various specifications laid
down by authority.

206

Additional Documents - Response to pre bid documents 366


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
Manufacturing defects for design, material or
workmanship such as premature failures (or)
faults will usually surface within 02 years of
operation which is typically being offered to
all STU’s.

Requesting authority to review this


requirement to avoid very high cost
escalation and burden on exchequer on
pricing for warranty coverage for the tenure
expected.
169 Part G - I , For electrical installations, flameproof cables battery terminals without positive locking RfP provision remains unchanged
54.2. ii would be used, especially positively locked only will be provided
battery terminals…
170 Part G - I , All the rivet and bolt holes would be jig drilled Closed drilled hole during panel and trim Noted. RfP provision remains unchanged
54.2.vii as far as possible. The rivet holes should be stage cannot be treated.
drilled before the corrosion treatment. Holes
drilled after the corrosion treatment be
suitably treated with anti-corrosion
materials. Rivet heads neatly formed and
each bolt/ rivet would be tightened after full
mating of the surfaces to be fastened.
171 Part G - I , Continuous length piano type hinges and Aluminum/steel based swivel locks will be RfP provision remains unchanged
54.2.iX tower bolts of stainless steel would be used provided for service access flaps as per OE
as per relevant Indian Standards. design.
172 Part G - I , All miscellaneous M.S pipes would be Superior Galvanized Iron tubes with coating Kindly refer point no. 64 of Part 2, Table 3 of
54.2.xii phosphated with the coating of 2.16 to 2.70 thickness of 120GSM will be provided. Corrigendum 8
gm/m2 or by any other pre-treatment
process conforming to Indian/ international
Standards (to be specified by the
manufacturer). Samples of all materials &
components would withstand a two weeks
(336 hours) Salt Spray test in accordance
with ASTM procedure B117 with no

207

Additional Documents - Response to pre bid documents 367


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
structural detrimental effect to normally
visible surfaces & no weight loss of over 1%.
173 Part G - I , All M.S pipes used in the bus would be ERW All rectangular / Square hollow steel tubes Kindly refer point no. 65 of Part 2, Table 3 of
54.2.xiv conforming to BIS 3601:1984 or latest, of confirming to IS 4923:1997 (or Latest) Grade Corrigendum 8
grade WT –160. YST 240 or higher shall be provided.
174 Part G - I , Advertising frames would protrude no more Advertising frames will not be provided since RfP provision remains unchanged
54.2.xx than 22mm from the body surface it is specific to the advertising content and to
be in scope of advertiser in contract with
authority.
175 Part G - I , EPDM rub rail of aesthetic profile would be Rub rail will be provided of Aluminium RfP provision remains unchanged
54.2.xvi fitted in anodized extruded aluminium
channel between stretch panel and skirt rail
longitudinally at the widest portion of the bus.
The quality of EPDM material would be as
per the Indian/ International Standards to be
specified by the Bidder.
176 Part G - I , Hydraulic Grease Nipples would be provided Grease nipple will be provided for required Kindly refer point no. 66 of Part 2, Table 3 of
54.2.xxi for ease of proper lubrication & systems, Manual greasing can only be done. Corrigendum 8
maintenance.
177 Part G - I , Bus Manufacture must make sure that the Meets requirements as per CMVR norms. Kindly refer point no. 67 of Part 2, Table 3 of
56.2 Fully built type II DLX bus complies with Corrigendum 8
standards and regulations for diesel fuelled UBS II not applicable for Type II mofussil
vehicle provided in the AIS-052, AIS 153, buses
UBS II, harmonized guidelines and any other
standard as applicable; CMVR 1989 as Type II mofussil buses with higher floor
amended till date, CMVR 1989 and Tamil height supplied shall not be in compliance to
Nadu MVR and all amendments thereto Harmonised Guidelines.
178 Part G - I , The manufacturer would provide for ease of Type II mofussil buses with higher floor Bidder to refer to clause as per Part G-1,
56.2 accessibility, guidance, anchorage of one height supplied shall not be in compliance to Clause 40.1
wheel chair on-board, positioning of aids etc. Harmonised Guidelines.
system for PwDs that meets the
requirements as given in the Bus Code, AIS
153 and CMVR and “Harmonized Guidelines
and Space Standards for Barrier-Free Built
Environment for persons with Disability and

208

Additional Documents - Response to pre bid documents 368


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
Elderly Persons – as applicable to Public
Transport”.
179 Part G - I , All cross and or T or X-joints of structural Suitable reinforcements shall be provided as RfP provision remains unchanged
59.2.i elements of bus body structure (Front, rear, per OEM design and validation to meet the
sides, roof, floor, etc.) be provided with MS durability requirement.
gussets of min 2.5mm thickness. All
Weldments / structural sub elements be
properly cleaned and treated for corrosion
prevention
180 Part G - I , Stanchion pipes and grab rails to be of Stanchion pipes and the handrails with Kindly refer point no. 68 of Part 2, Table 3 of
59.2.iv Aluminium tubing of appropriate specs, size protective PVC sleeve in yellow colour will Corrigendum 8
/ wall thickness etc. Handholds supporting be provided.
hand rails and the stanchion pipes be
painted in cannery yellow colour, Brackets Joining brackets material is NYLON 6 with
be of grey colour matching the colour of the yellow colour will be provided.
inner paneling. Brackets however need to be
of proper size and shape to ensure perfect
fittings. No redundant fastening holes be
provided on bracket
181 Part G - I , Stop buzzers may be provided as one in "Next Stop Request" Switch and buzzer not Kindly refer point no. 69 of Part 2, Table 3 of
59.2.vii frontal area, one in middle and one in the applicable to Type II mofussil buses as per Corrigendum 8
rear area on stanchions at reasonable height CMVR / AIS 052 and will not be provided.
ensuring easy accessibility as well as
preventing unnecessary usage. Design of
buzzer switch be sturdy, long lasting and
sunk-in type to avoid undesirable /
inadvertent operation.
182 Part G - I , Tail lamps be covered with metallic grill in a Metallic grills are not provided in tail lamps Kindly refer point no. 70 of Part 2, Table 3 of
59.2.ix manner that not only protects the tail lamps as OEM fitment. Corrigendum 8
but also facilitates easy lamp replacement
etc.
183 Part G - I , Tail lamps be covered with metallic grill in a Lamps will be fitted in the cavity of rear face. Kindly refer point no. 70 of Part 2, Table 3 of
59.2.ix manner that not only protects the tail lamps So no requirement of metallic grills Corrigendum 8
but also facilitates easy lamp replacement
etc.

209

Additional Documents - Response to pre bid documents 369


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
184 Part G - I , 60 FIRE DETECTION AND SUPPRESSION FDSS as per AIS 135 of reputed make shall Kindly refer point no. 71, 72 and 73 of Part 2
SYSTEM (FDSS) - Entire Clause be offered of Corrigendum 8
185 Part G - I , FDSS provision is to be made in the bus at FDSS will be provided as per OEM design Kindly refer point no. 71 of Part 2, Table 3 of
60.2 appropriate location(s) for detection, and layout only in engine compartment area Corrigendum 8
alarming and suppression about any likely in rear which is required to meet CMVR AIS
fire at all fire prone systems/sub-systems 153 norms.
(bus supplier to identify such fire prone
systems /sub-systems and make above A detailed test report duly certified by ARAI
provisions) shall be submitted by bidder during
inspection meeting the currently in vogue
standards prescribing the definition and
location of this system under AIS 153
standard.
186 Part G - I , An analysis shall be conducted prior to the FDSS will be provided as per OEM design Kindly refer point no. 72 of Part 2, Table 3 of
60.8 installation in order to determine the location and layout only in engine compartment area Corrigendum 8
of fire detectors and alarm system. Potential in rear which is required to meet CMVR AIS
fire hazards at possible fire prone areas shall 153 norms.
be identified and the fire detectors and
suppression systems shall be so positioned A detailed test report duly certified by ARAI
as to commence suppression of the fire shall be submitted by bidder during
hazard immediately. The system shall also inspection meeting the currently in vogue
be ensured to work promptly and effectively standards prescribing the definition and
regardless of the vehicle’s attitude, road location of this system under AIS 153
conditions etc., standard.
187 Part G - I , Fire hazards to be taken into account in the FDSS will be provided as per OEM design Kindly refer point no. 73 of Part 2, Table 3 of
60.9 analysis shall at least consist of the and layout only in engine compartment area Corrigendum 8
following: Components whose surface may in rear which is required to meet CMVR AIS
reach temperatures above the autoignition 153 norms.
temperature for fluids, gases or substances
that are present in the fire prone areas and A detailed test report duly certified by ARAI
electrical components and cables with a shall be submitted by bidder during
current or voltage high enough for an ignition inspection meeting the currently in vogue
to occur as well as hoses and containers standards prescribing the definition and
with flammable liquid or gas (in particular if location of this system under AIS 153
standard.

210

Additional Documents - Response to pre bid documents 370


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
those are pressurized). The analysis shall be
fully documented.
188 Part G - II , 1 1150 ±10 mm, shall be uniform inside the 1130mm ± 10mm will be met RfP provision remains unchanged
Bus generally as per AIS 052
189 Part G - II , 1 1150 ±10 mm, shall be uniform inside the Deviation Required Proposed 1230 mm+/- RfP provision remains unchanged
Bus generally as per AIS 052 30 mm against 1150 ±10 mm,
190 Part G - II , 1 1150 ±10 mm, shall be uniform inside the 1300 ±50 mm RfP provision remains unchanged
Bus generally as per AIS 052
191 Part G - II , 3.1 Make & model of engine----- Make & model of engine-Cummins & 5.6L RfP provision remains unchanged
HP at Rpm-- Max torque ------ Engine
NM at rpm & rpm range------ HP at Rpm – 139KW @2300 rpm
Max torque ------ 850 @ 1000-1600 rpm
192 Part G - II , Attain Geared minimum maximum speed of Max speed - 103KMPH Kindly refer point no. 74 of Part 2, Table 3 of
3.1.a 90 kmph (without speed limiter) at GVW load (80 KMPH @ SLD) Corrigendum 8
and other systems operational. There should
be an in-built speed limiting device to restrict
speeds to specified limits.
193 Part G - II , Attain Geared minimum maximum speed of Max. attainable speed will be limited to Kindly refer point no. 74 of Part 2, Table 3 of
3.1.a 90 kmph (without speed limiter) at GVW load 80kmph through ECU. Corrigendum 8
and other systems operational. There should
be an in-built speed limiting device to restrict As per GSR 290(E) issued by MoRTH dated
speeds to specified limits. 15th April 2015, under CMV rule 118 the
vehicle manufacturer shall limit the
maximum speed to 80kmph for the transport
Category vehicles through SLD/SLF to 80
kmph confirming to AIS : 018/2001
194 Part G - II , ≥ 0.8 Acceleration (As per AIS:153) m/s^2 - RfP provision remains unchanged
3.1.b acceleration greater than 0.5 m/s2
195 Part G - II , ≤10.5 Achieve speed from 0 to 30 kmph within 14s. RfP provision remains unchanged
3.1.c
196 Part G - II , Geared Minimum maximum speed without Max speed - 103KMPH RfP provision remains unchanged
3.1.d speed limiter to be more than 80 kmph as at (80 KMPH @ SLD)
3.1. a
197 Part G - II , Geared Minimum maximum speed without As per CMVR max speed is 80 kmph Kindly refer point no. 75 of Part 2, Table 3 of
3.1.d speed limiter to be 90 kmph as at 3.1. a Corrigendum 8

211

Additional Documents - Response to pre bid documents 371


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
198 Part G - II , i. Rated HP at low rpm and Maximum engine We strongly recommend for Min. rated Kindly refer point no. 76 of Part 2, Table 3 of
3.1.f torque required at lower range of RPM and engine HP of 145kw(195HP) to be Corrigendum 8
spread over a wider range of RPM developed between 1800-2400 RPM and
2. Engine Power: Min. 140kW @ 1800-2400 Min. engine peak torque of 700 Nm to be
RPM developed between 1200-1900 RPM for
3. Engine torque: Min. 700 Nm @ 1100 - adequate engine performance for TN STC
2000 RPM duty cycle requirements.
Subject to meeting specified performance.
199 Part G - II , i. Rated HP at low rpm and Maximum engine HP at Rpm – 139KW @2300 rpm Kindly refer point no. 76 of Part 2, Table 3 of
3.1.f torque required at lower range of RPM and Max torque ------ 850 @ 1000-1600 rpm Corrigendum 8
spread over a wider range of RPM
2. Engine Power: Min. 140kW @ 1800-2400
RPM
3. Engine torque: Min. 700 Nm @ 1100 -
2000 RPM
Subject to meeting specified performance.
200 Part G - II , Required to be provided by bus engine More Clarity required on the requirement. Bidder is advised to carry out due diligence
3.1.g based on the list of IT/ICT components and
their components
201 Part G - II , 3.2 BS VI/latest as applicable BSVI RfP provision remains unchanged
202 Part G - II , 3.3 Engine oil pressure, engine coolant As per CMVR Kindly refer point no. 77 of Part 2, Table 3 of
temperature, engine speed in RPM, vehicle Corrigendum 8
speed, engine % load (torque), diagnostic
message (engine specific) generally as per
UBS II
203 Part G - II , 3.4 Engine should be able to operate efficiently As per CMVR Kindly refer point no. 77 of Part 2, Table 3 of
at ambient temperatures / environmental Corrigendum 8
conditions of TNSTC generally operating in
the semi-arid & humid zone prevailing in the
area as indicated in above sections
204 Part G - II , 3.5 Front Front RfP provision remains unchanged
205 Part G - II , 3.6 Heavy duty Synchromesh manual We strongly recommend to only use RfP provision remains unchanged
transmission with minimum 5 forward and 1 transmission system with clutch pedal less
reverse speed. gearshift to driver which will greatly reduce
Neutral during stops driver fatigue, improve passenger

212

Additional Documents - Response to pre bid documents 372


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
experience and enable consistent mileage
by removing driver skill as a variable.
206 Part G - II , 3.6 Heavy duty Synchromesh manual – G750 6F + 1R RfP provision remains unchanged
transmission with minimum 5 forward and 1
reverse speed.
Neutral during stops
207 Part G - II , Transmission system to be fitted with a This can be met only when gear shift is RfP provision remains unchanged
3.6.1 mechanism which makes it possible to automated instead of mechanical gear
engage reverse gear only when vehicle is shifting.
stationary.
208 ` Transmission system to be fitted with a Option to be made as not mandatory RfP provision remains unchanged
mechanism which makes it possible to
engage reverse gear only when vehicle is
stationary.
209 Part G - II , 4 Mechanical Clutch system using single plate Single dry plate push type clutch will be RfP provision remains unchanged
push type dry clutching with asbestos free offered.
material lining
Clutch actuation with only air assisted
hydraulic booster will be offered.

Lining - ORGANIC WITH F510


210 Part G - II , 5.1 Single reduction, hypoid gears, full floating Rear axle – 109 RfP provision remains unchanged
axle shafts with optimal gear ratios suitable Gear ratio = 37/7
for type II DLX bus operations in designated
areas
211 Part G - II , 5.2 Heavy duty reverse Elliot I-section beam Front axle – 7T Kindly refer point no. 78 of Part 2, Table 3 of
type axle suitable for bus floor height, track Heavy duty reverse Elliot I- section beam Corrigendum 8
rod with replaceable ball joints at both ends. type
212 Part G - II , 5.2 Heavy duty reverse Elliot I-section beam Drag link and Track rod only with Sealed ball Kindly refer point no. 78 of Part 2, Table 3 of
type axle suitable for bus floor height, track joints will be provided which require no Corrigendum 8
rod with replaceable ball joints at both ends. greasing for life .
213 Part G - II , 6 Hydraulic power steering with height and Rane GB ratio = 26.4 RfP provision remains unchanged
angle adjustments

213

Additional Documents - Response to pre bid documents 373


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
214 Part G - II , 7 Parabolic leaf spring (waveller type) Front Semi -elliptic spring with Shock Kindly refer point no. 79 of Part 2, Table 3 of
suspension at front axle and air suspension absorber, without Anti roll bar will be Corrigendum 8
at rear axle complete with Anti-roll stabilisers provided
& heavy duty hydraulic double acting Shock
Absorbers at both axles
215 Part G - II , 7 Parabolic leaf spring (waveller type) Clarity required it is parabolic or waveller, Kindly refer point no. 79 of Part 2, Table 3 of
suspension at front axle and air suspension waveller will be provided Corrigendum 8
at rear axle complete with Anti-roll stabilisers
& heavy duty hydraulic double acting Shock
Absorbers at both axles
216 Part G - II , 7 Parabolic leaf spring (waveller type) Weveller + Rear pneumatic suspension Kindly refer point no. 79 of Part 2, Table 3 of
suspension at front axle and air suspension Corrigendum 8
at rear axle complete with Anti-roll stabilisers
& heavy duty hydraulic double acting Shock
Absorbers at both axles
217 Part G - II , 7.1 Parabolic leaf spring (waveller type) Front Semi -elliptic spring with Shock Kindly refer point no. 80 of Part 2, Table 3 of
suspension system absorber, without Anti roll bar will be Corrigendum 8
provided
218 Part G - II , 7.1 Parabolic leaf spring (waveller type) Clarity required it is parabolic or waveller, Kindly refer point no. 80 of Part 2, Table 3 of
suspension system waveller will be provided Corrigendum 8
219 Part G - II , 7.1 Parabolic leaf spring (waveller type) OE Make Kindly refer point no. 80 of Part 2, Table 3 of
suspension system Corrigendum 8
220 Part G - II , 7.2 Air suspension system WIL Query not clear
221 Part G - II , 7.3 Both front and rear Anti-roll bars only at rear will be provided RfP provision remains unchanged
222 Part G - II , 7.3 Both front and rear Front only RfP provision remains unchanged
223 Part G - II , 7.3 Both front and rear Provided Only in Rear with Air suspension RfP provision remains unchanged
224 Part G - II , 7.4 Hydraulic double acting minimum 2 each at OE approved / WIL / Gabriel Query not clear
front & rear
225 Part G - II , 8 Disc Brakes in front and drum brakes at rear Include Drum brake in option Kindly refer point no. 81 of Part 2, Table 3 of
wheels. Graduated hand controlled, spring Corrigendum 8
actuated parking brakes acting on rear
wheels. Asbestos free brake Pads / linings
at all places.
226 Part G - II , 8 Disc Brakes in front and drum brakes at rear Deviation Required, Proposed drum brake in Kindly refer point no. 81 of Part 2, Table 3 of
wheels. Graduated hand controlled, spring front against disc brake Corrigendum 8

214

Additional Documents - Response to pre bid documents 374


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
actuated parking brakes acting on rear
wheels. Asbestos free brake Pads / linings
at all places.
227 Part G - II , 8 Disc Brakes in front and drum brakes at rear Drum in front & rear Kindly refer point no. 81 of Part 2, Table 3 of
wheels. Graduated hand controlled, spring Corrigendum 8
actuated parking brakes acting on rear i. fitment of drum brakes at Rear - Okay
wheels. Asbestos free brake Pads / linings ii. Disc brakes at front - Drum in front
at all places. iii. Hand brakes - Yes
iv. Asbestos free pads/ linings - Yes
i. fitment of drum brakes at Rear v. Provide Make - ----, model , specs of brake
ii. Disc brakes at front system and its subsystems - OE approved
iii. Hand brakes /Wabco/KB Make
iv. Asbestos free pads/ linings
v. Provide Make - ----, model , specs of brake
system and its subsystems
228 Part G - II , 8.1 Required Clarity required Electromagnetic retarder is Kindly refer point no. 82 of Part 2, Table 3 of
required or not Corrigendum 8
229 Part G - II , 8.1 Required Wabco/KB Make Kindly refer point no. 82 of Part 2, Table 3 of
Corrigendum 8
230 Part G - II , 9 24-volt DC 24V RfP provision remains unchanged
231 Part G - II , 9.1 Low maintenance type lead acid batteries for Battery - 24V & 150AH RfP provision remains unchanged
24 V system- performances as per BIS: Tata Green/ Amaron /Exide / OE approved
14257-1995(latest). 2*12V maintenance free
batteries of 180Ah rating.
232 Part G - II , 9.1 Low maintenance type lead acid batteries for Authority to accept min. 24V 165 Ah battery RfP provision remains unchanged
24 V system- performances as per BIS: for non AC buses with 85 A alternator which
14257-1995(latest). 2*12V maintenance free is sufficient for city bus duty cycle.
batteries of 180Ah rating.
233 Part G - II , 9.2 24V, 180 Ah 24V Self starter of min 180 Ah or as per OE Kindly refer point no. 83 of Part 2, Table 3 of
design approved by CMVR shall be Corrigendum 8
acceptable. Kindly consider
234 Part G - II , 9.2 24V, 180 Ah Starter motor capacity 4.5Kw will be Kindly refer point no. 83 of Part 2, Table 3 of
provided. Corrigendum 8
Starter motor not specified in Ah.

215

Additional Documents - Response to pre bid documents 375


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
235 Part G - II , 9.3 24V, 150 A. Authority to accept 24V 85A alternator RfP provision remains unchanged
which are sufficient for required application
and duty cycle.
236 Part G - II , 9.3 24V, 150 A. Include 100A as minimum requirement RfP provision remains unchanged
237 Part G - II , 9.3 24V, 150 A. Proposed 24V 90 A, clarity required on RfP provision remains unchanged
purpose /requirement 150A for NAC
application
238 Part G - II , 9.3 24V, 150 A. 24V as per OE design approved in CMVR RfP provision remains unchanged
239 Part G - II , 9.4 Multiplexing type -- As specified Proposed Design & ceritificate as per regular RfP provision remains unchanged
separately under ITS specifications OE Supply will meet regulatory requirement
240 Part G - II , 9.4 Multiplexing type -- As specified ITS as per AIS 052 RfP provision remains unchanged
separately under ITS specifications
241 Part G - II , 10 Electronic type duly approved /certified as ECU controlled. RfP provision remains unchanged
per AIS – 018/2001 or latest, tamper proof
and be adjusted to applicable speed limit.
Vehicle manufacturer shall facilitate the
Speed Limiting Device Serial number to be
incorporated with MORTH by ensuring that
requisite data is invariably added to the
details submitted to STA at the time of
registration of bus.
242 Part G - II , 11 Steel radial tubed tyres,– size and ply rating Only tubeless tyres can be offered because Kindly refer point no. 84 of Part 2, Table 3 of
for type II DLX bus operations, as per CMVR front disc brake is mandatory as per tender Corrigendum 8
Standards preferably 10.00*20 as per AIS specification.
044 part 3.
Also tubeless tyres will have better air
clearance between brake drum and wheel
thereby improving overall tyre life.
243 Part G - II , 11 Steel radial tubed tyres,– size and ply rating Include 295/80 R22.5 Radial Tubeless Tyre Kindly refer point no. 84 of Part 2, Table 3 of
for type II DLX bus operations, as per CMVR in option Corrigendum 8
Standards preferably 10.00*20 as per AIS
044 part 3.
244 Part G - II , 11 Steel radial tubed tyres,– size and ply rating Proposed 295/80R 22.5 16PR Radial Kindly refer point no. 84 of Part 2, Table 3 of
for type II DLX bus operations, as per CMVR tubeless tyres Corrigendum 8

216

Additional Documents - Response to pre bid documents 376


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
Standards preferably 10.00*20 as per AIS
044 part 3.
245 Part G - II , 11 Steel radial tubed tyres,– size and ply rating Kindly consider 295/80R22.5 sized radial Kindly refer point no. 84 of Part 2, Table 3 of
for type II DLX bus operations, as per CMVR tubeless tyres Corrigendum 8
Standards preferably 10.00*20 as per AIS
044 part 3.
246 Part G - II , > 32% of wheel base limited to RfP provision remains unchanged
13.1. d. i 2400±200mm
247 Part G - II , <60% (preferably about 50%) of wheel base Will be meeting CMVR norm of ≤ 60% of RfP provision remains unchanged
13.1. d. ii limited 3200 ±200mm wheel base.
248 Part G - II , <60% (preferably about 50%) of wheel base Increase rear overhang limit to max 3560mm RfP provision remains unchanged
13.1. d. ii limited 3200 ±200mm
249 Part G - II , <60% (preferably about 50%) of wheel base 3380 mm RfP provision remains unchanged
13.1. d. ii limited 3200 ±200mm
250 Part G - II , Overall length be maintained as 11800- 12000 +/- 100 Kindly refer point no. 86 of Part 2, Table 3 of
13.1. d. iii 12000 mm by adjusting tolerances Corrigendum 8
appropriately on various dimensions such as
wheel bases, overhangs, etc.
251 Part G - II , 11000±200 mm / 14000±200 mm / TCD & TCCD meets requirements Kindly refer point no. 87 of Part 2, Table 3 of
13.2 7000±200 mm Clarity required from authority for rear Corrigendum 8
overhang inner corner which is not defined
under CMVR norms.
252 Part G - II , 11000±200 mm / 14000±200 mm / Turning circle radius is less than 12m. Kindly refer point no. 87 of Part 2, Table 3 of
13.2 7000±200 mm Corrigendum 8
253 Part G - II , 1150 ± 10 mm 1130 mm ±10 mm will be provided. RfP provision remains unchanged
13.3
254 Part G - II , 1150 ± 10 mm 1300± 50 mm RfP provision remains unchanged
13.3
255 Part G - II , 1150 ± 10 mm Deviation Required Proposed 1230 mm+/- RfP provision remains unchanged
13.3 30 mm against 1150 ±10 mm,
256 Part G - II , Within the wheelbase ≥ 400mm Deviation Required Proposed 240mm RfP provision remains unchanged. Bidder is
13.4. c against 400mm and clarity required why this advised to refer to breakover angle
much required or applcation/Purpose of the requirement
same
257 Part G - II , 14 Meet the requirement RfP provision remains unchanged

217

Additional Documents - Response to pre bid documents 377


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
258 Part G - II , Double jack-knife (JK) type, 1 door on near Clarity Required No of Doors Required Bidder is advised to refer to the RfP
14.1 (left) side. The door flaps shall be so single Door or Double Door document.
designed as to provide positive sealing
against ingress of water in the bus
particularly during any water logging /
flooding on roads.
259 Part G - II , Double jack-knife (JK) type, 1 door on near Double JK type doors will be provided. RfP provision remains unchanged
14.1 (left) side. The door flaps shall be so
designed as to provide positive sealing Door flaps and brushes used in bottom
against ingress of water in the bus portion of JK type door JK type door will not
particularly during any water logging / prevent 100 % water entry in foot step area
flooding on roads. during water logging / flooding conditions.

We provide drain holes in foot step area for


water draining.

This is a technical limitation.


260 Part G - II , Mandatory Can be provided only if gear shift can be Kindly refer point no. 88 of Part 2, Table 3 of
14.2 automated so that gearbox ECU can take Corrigendum 8
door signal and communicate with engine
ECU.
261 Part G - II , Mandatory Option to be made as not mandatory Kindly refer point no. 88 of Part 2, Table 3 of
14.2 Corrigendum 8
262 Part G - II , Front gate behind front axle., and Rear gate Kindly consider Front door ahead of front Kindly refer point no. 89 of Part 2, Table 3 of
14.3 behind of rear axle such that distance axle Corrigendum 8
between front edge of the gate and Centre
Line of rear axle is1500 mm.
263 Part G - II , Front gate behind front axle. The gate Front gate ahead of front axle will be Kindly refer point no. 89 of Part 2, Table 3 of
14.3 location, aperture and depth of steps be provided. The gate aperture and depth of Corrigendum 8
suitable for facilitating smooth entry / exit of steps be suitable for facilitating smooth entry
passenger with disabilities, without causing / exit of passenger without disabilities,
any safety hazard. without causing any safety hazard.
264 Part G - II , Front gate behind front axle. The gate Deviation Required, Proposed Front gate Kindly refer point no. 89 of Part 2, Table 3 of
14.3 location, aperture and depth of steps be ahead of front axle & clarity required on rear Corrigendum 8
suitable for facilitating smooth entry / exit of door requirement

218

Additional Documents - Response to pre bid documents 378


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
passenger with disabilities, without causing
any safety hazard.
265 Part G - II , 850 mm as per AIS 052 800mm meeting AIS 052 will be provided. RfP provision remains unchanged
14.3. a
266 Part G - II , 850 mm as per AIS 052 Deviation Required, Proposed as per AIS RfP provision remains unchanged
14.3. a 052,
267 Part G - II , 850 mm as per AIS 052 800 mm as per AIS 052 RfP provision remains unchanged
14.3. a
268 Part G - II , > 650 mm as per AIS 052 600 mm as per AIS 052 RfP provision remains unchanged
14.3. b
269 Part G - II , ≤ 250 mm Deviation Required, Proposed as per AIS RfP provision remains unchanged
14.3. e 052,
270 Part G - II , ≤ 250 mm Deviation Required, Proposed as per AIS RfP provision remains unchanged
14.3. e 052,
271 Part G - II , Not Required Cannot be provided for type II mofussil Kindly refer point no. 90 of Part 2, Table 3 of
14.6 buses. Corrigendum 8
Required for sub clause f, h,i,k
Authority to remove requirement towards
14.2 and its sub clause a,b,c,d, e,f,g,h,i,k
272 Part G - II , Mandatory Kindly delete this requirement for Type II Kindly refer point no. 91 of Part 2, Table 3 of
14.6. k buses Corrigendum 8
273 Part G - II , Meet the requirement as per AIS 052/AIS RfP provision remains unchanged
15.1 153 –Type II bus . bus .
UBS II not applicable
274 Part G - II , Design type approval as per Annexure-3 of Bus will be provided meeting CMVR Kindly refer point no. 92 of Part 2, Table 3 of
15.1 UBS II/ AIS 052/ AIS 153 as applicable, including AIS 052 & AIS 153. Corrigendum 8
“Harmonised Guidelines and Space
Standards for Barrier..... UBS II not applicable for Type II buses and
cannot be provided.

Type II mofussil buses with higher floor


height supplied shall not be in compliance to
Harmonised Guidelines.
275 Part G - II , The under frame and super structure Nominal load of 44 passengers + 1 driver will RfP provision remains unchanged
15.2. a suitably designed to carry nominal load of be the seating layout.

219

Additional Documents - Response to pre bid documents 379


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
over 44 passengers (assuming an average
weight of 68 kg per passenger and hand Crush load to be updated as 51 Passengers
luggage of 25kgs each) and crush load of 90 considering GVW of the vehicle. (each
pax.. ..... passenger weighing 68 Kgs on an average
Material should fulfil structural strength etc. and carrying a load of 25kgs each) in which
requirements indicated under Annexure-3 of case total 4743 kgs will be passenger
UBS II and those in Part I above. Other payload.
requirements as per bus body code.
UBS II not applicable for Type II buses and
cannot be provided.
276 Part G - II , The under frame and super structure Bus Superstructure & Load carring capacity RfP provision remains unchanged
15.2. a suitably designed to carry nominal load of as per Bus body Code , AIS 052 meeting
over 44 passengers (assuming an average regulatory requirement,as per bus body
weight of 68 kg per passenger and hand code 68+7 kg for luggage need to
luggage of 25kgs each) and crush load of 90 consider,standee load as per ais 052, 90
pax.. ..... crush load is not feasible
Material should fulfil structural strength etc.
requirements indicated under Annexure-3 of
UBS II and those in Part I above. Other
requirements as per bus body code.
277 Part G - II , Bus exterior side panels fitted with stretched Exterior paneling: RfP provision remains unchanged
15.3 GI sheet at waist level. The exterior front-end Front & Rear face will be of FRP.
panelling be of GI sheet while roof, rear, Stretch panel = GI sheet
sides & skirt panelling be of aluminium. All Roof panel = GI
interior panelling be of Acrylonitrile Interior Panel = Roof & Sides = PVC coated
Butadiene Styrene (ABS) conforming GI
278 Part G - II , Bus exterior side panels fitted with stretched FRP panels will be provided for Exterior front RfP provision remains unchanged
15.3 GI sheet at waist level. The exterior front-end and rear as per Part II of detailed
panelling be of GI sheet while roof, rear, specification table, clause 15.2 b.
sides & skirt panelling be of aluminium. All
interior panelling be of Acrylonitrile Roof panelling will be GI sheet as per OEM
Butadiene Styrene (ABS) conforming design and meeting AIS 052

Interior panelling will be pre-painted GI sheet


as per OEM design and meeting AIS 052.

220

Additional Documents - Response to pre bid documents 380


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.

Side stretch panel will be GI and skirt panels


will be aluminum as per OEM
279 Part G - II , Bus exterior side panels fitted with stretched Clarity Required on front end paneling & rear RfP provision remains unchanged
15.3 GI sheet at waist level. The exterior front-end paneling as FRP front show , Front bumper
panelling be of GI sheet while roof, rear, and rear show, rear Bumper will be provide
sides & skirt panelling be of aluminium. All already mentioned in 15.2.b
interior panelling be of Acrylonitrile
Butadiene Styrene (ABS) conforming
280 Part G - II , Aluminium extrusion IS 733/1983 or better Will be provided as per OEM design meeting RfP provision remains unchanged
15.4. h AIS 052 / CMVR with Nylon 6 material which
is superior to metal extrusions.
281 Part G - II , Uniform floor inside bus without steps. Flat floor in Gangway meeting floor step RfP provision remains unchanged
15.5. a height with raised seating area will be
provided for better comfort.
282 Part G - II , Not required Flat floor in Gangway meeting floor step RfP provision remains unchanged
15.5. b height with raised seating area will be
provided for better comfort.
283 Part G - II , 15mm thickness phenolic resin 12mm thick phenolic resin bonded densified RfP provision remains unchanged
15.5. d bonded densified laminated compressed laminated compressed wooden floor board
wooden floor board (both side plain surface) will be provided with density of 1.2 gms/cc as
having density of 1.2 gms/cc conforming per IS 3513, BIS 710 and BIS 5509
to IS 3513(Part-3): type VI 1989 or latest. standards.
The flooring should also be Boiling
Water Resistant (BRW) as for marine
board BIS:710-1976/ latest and fire retardant
as per BIS:5509-2000(IS15061:2002)
284 Part G - II , 15mm thickness phenolic resin bonded High density 12 mm plywood meeting AIS RfP provision remains unchanged
15.5. d densified laminated compressed wooden 052 will be provided
floor board (both side plain surface) having
density of 1.2 gms/cc conforming to IS
3513(Part-3): type VI 1989 or latest. The
flooring should also be Boiling Water
Resistant (BRW) as for marine board

221

Additional Documents - Response to pre bid documents 381


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
BIS:710-1976/ latest and fire retardant as
per BIS:5509-2000 (IS15061:2002)
285 Part G - II , 15mm thickness phenolic resin Deviation Required Proposed 12mm RfP provision remains unchanged
15.5. d bonded densified laminated compressed thickness phenolic resin bonded
wooden floor board (both side plain surface) densified laminated compressed
having density of 1.2 gms/cc conforming wooden floor board (both side plain
to IS 3513(Part-3): type VI 1989 or latest. surface) having density of 1.2 gms/cc
The flooring should also be Boiling conforming to IS 3513(Part-3): type VI
Water Resistant (BRW) as for marine 1989 or latest. The flooring should also
board BIS:710-1976/ latest and fire retardant be Boiling Water Resistant (BRW) as for
as per BIS:5509-2000(IS15061:2002) marine board BIS:710-1976/ latest and fire
retardant as per BIS:5509-
2000(IS15061:2002)
286 Part G - II , 3 mm thick anti-skid type silicon grains ISO 3 mm thick anti-skid type silicon grains ISO RfP provision remains unchanged
15.5. e 877/76 for colour, IS5509 for fire retardancy 877/76 for colour, IS 15061 for fire
retardancy
287 Part G - II , Size 2200mm width*1500mm height plain / Design and size will as per OE design and RfP provision remains unchanged
15.6. a flat curved at corners*8.76mm thick AIS 052
288 Part G - II , Size : 1900mm width * 950mm height Design and size will as per OE design and Kindly refer point no. 93 of Part 2, Table 3 of
15.6. b (minimum) * 5.5 + 0.5mm thickness AIS 052 Corrigendum 8
289 Part G - II , Size : 1900mm width * 950mm height Deviation Required Proposed 1916mm Kindly refer point no. 93 of Part 2, Table 3 of
15.6. b (minimum) * 5.5 + 0.5mm thickness width , 733 mm with 5 mm thickness Corrigendum 8
290 Part G - II , Flat, 2-piece design-top fixed toughened OK, Window radius as per bus carline , one RfP provision remains unchanged
15.6. c glass IS 2553 (Part-2)-1992/latest window having top fixed portion below twol
sliding glass.
291 Foot Note on 1 IRT suggested laminated clear curved Deviation Required Proposed OE Design Kindly refer point no. 94 of Part 2, Table 3 of
Pg. 126 and Glass 99 * 61 i.e. 2515mm*1550mm inches meeting Regulatory & functional Corrigendum 8
204 size with 8.76 mm thickness. It may be requirement
difficult to accommodate the said width of
2515mm within the bus width of 2600-50mm
unless the glass is wrapped around, that
would significantly increase cost and
proneness to damage. Hence, IC suggested
that the specified dimensions be maintained
as size given by IC is generally as per UBS

222

Additional Documents - Response to pre bid documents 382


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
II to facilitate standardisation and thus ease
of availability at minimum cost for
replacement.
2 IRT suggested Single toughened grey
curved glass of 96 * 42 inches i.e.
2439mm*1067mm with 6 mm thickness. The
suggested size is a non- standard size.
Whereas, size given by IC is generally as per
UBS II to facilitate standardisation and thus
ease of availability at minimum cost for
replacement.
292 Part G - II , 825 mm as per AIS 052 for Type II Deluxe Kindly consider Min 680mm seat pitch Kindly refer point no. 95 of Part 2, Table 3 of
15.7.1. d non- AC buses Corrigendum 8
293 Part G - II , 825 mm as per AIS 052 for Type II Deluxe 820mm will be provided meeting AIS 052. Kindly refer point no. 95 of Part 2, Table 3 of
15.7.1. d non- AC buses Corrigendum 8
294 Part G - II , ‘Poly Propylene Low Density / Low density 2X2 layout with High backrest reclining seats Noted. RfP provision remains unchanged
15.7.1. g Poly Ethylene (PPLD/LDPE’) moulded. meeting AIS 023 and AIS 052 with PU foam
shall be provided..
Ref AIS:023 & bus code for performance
295 Part G - II , Seat cushion required as Polyurethane Polyurethane foam seat cushion meeting Noted. RfP provision remains unchanged
15.7.1. k Foam, minimum thickness of front / rear AIS 052 and as per OE design will be
ends of seat cushion/padding as 130/100 provided.
mm respectively; minimum thickness of back
rest Foam cushion as 75mm; Upholstery – Upholstery – As per OEM design will be
pile fabric / Jaccard of more than 0.7-1mm provided meeting AIS 052 with either rexin
thickness. All above as per AIS 052 / UBS II or fabric.

UBS II not applicable for Type II buses


296 Part G - II , Minimum 44 Seating capacity will be 44 passenger seats RfP provision remains unchanged
15.7.1. n + 1 Driver as per AIS 052 and CMVR norms.
297 Part G - II , Minimum 44 Deviation Required , 44+D For Single Door RfP provision remains unchanged
15.7. 1. n with LPO configeration , FOR DD LPO DD
Configeration 40+D
298 Part G - II , Nil No of Standee as per Bus body Code RfP provision remains unchanged
15.7. 1. o However, ref Annexure I for ready ref. (As

223

Additional Documents - Response to pre bid documents 383


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
per AIS 052) – for assessing maximum
number of standee pax that may be allowed
in AIS 052 only for short distance travel in
type II DLX buses
299 Part G - II , Minimum 44 with crush loading of 70 Crush load to be updated as 51 Passengers RfP provision remains unchanged
15.7.1. p passengers considering GVW of the vehicle. (each
passenger weighing 68 Kgs on an average
and carrying a load of 25kgs each) in which
case total 4743 kgs will be passenger
payload.
300 Part G - II , Minimum 44 with crush loading of 70 Deviation Required , 44+D For Single Door RfP provision remains unchanged
15.7.1. p passengers with LPO configeration , FOR DD LPO DD
Configeration 40+D, Clarity Required for
crush loading of 70 passenger
301 Part G - II , Not necessary except diver seat & wheel Only Driver seat belt and wheel chair belt will RfP provision remains unchanged
15.7. 1. r __ chair and those facing aisle (performance meet the anchorage test as per AIS 005 and
etc. as per AIS 052) AIS 015.
302 Part G - II , 1900 mm including that in the rear Meeting Functional & Regulatory RfP provision remains unchanged
15.7.2.a overhang area as per AIS 052. Requirement,Dimension & specs detail will
be shared after tender allotment
303 Part G - II , As per AIS 052 Meeting Functional & Regulatory RfP provision remains unchanged
15.7.2.a.i Requirement,Dimension & specs detail will
be shared after tender allotment
304 Part G - II , As per AIS 052 Meeting Functional & Regulatory RfP provision remains unchanged
15.7.2.a.ii Requirement,Dimension & specs detail will
be shared after tender allotment
305 Part G - II , As per AIS 052 Meeting Functional & Regulatory RfP provision remains unchanged
15.7.2.a.iii Requirement,Dimension & specs detail will
be shared after tender allotment
306 Part G - II , Minimum 650 mm (Refer figure-1 of UBS Gangway will be of 350 mm meeting AIS 052 RfP provision remains unchanged
15.7.2.b II/AIS 052) for front gate
307 Part G - II , Minimum 650 mm (Refer figure-1 of UBS Minimum 400 mm will be provided as per RfP provision remains unchanged
15.7.2.b II/AIS 052) for front gate AIS 052 with 2x2 reclining seating layout

UBS II not applicable for Type II buses

224

Additional Documents - Response to pre bid documents 384


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
308 Part G - II , Minimum 650 mm (Refer figure-1 of UBS Deviation Required will be provided as per RfP provision remains unchanged
15.7.2.b II/AIS 052) for front gate AIS 052, this is type I required asked in type
ii bus, please modify as min 300 mm
309 Part G - II , Minimum 650 mm (Refer figure-1 in UBS Minimum 400 mm will be provided as per RfP provision remains unchanged
15.7.2.c II/AIS 052) excluding armrests (armrests are AIS 052 with 2x2 reclining seating layout
not required) and including stanchions- will
be measured from seat edge to seat edge. UBS II not applicable for Type II buses
310 Part G - II , Minimum 650 mm (Refer figure-1 in UBS Deviation Required will be provided as per RfP provision remains unchanged
15.7.2.c II/AIS 052) excluding armrests (armrests are AIS 052, this is type I required asked in type
not required) and including stanchions- will ii bus, please modify as min 300 mm
be measured from seat edge to seat edge.
311 Part G - II , As per AIS 052 Meeting Functional & Regulatory RfP provision remains unchanged
15.7.2.d Requirement,Dimension & specs detail will
be shared after tender allotment
312 Part G - II , As per AIS 023 & AIS 052 Meeting Functional & Regulatory RfP provision remains unchanged
15.7.2.d Requirement,Dimension & specs detail will
be shared after tender allotment
313 Part G - II , All holes drilled and weldments will be Noted. RfP provision remains unchanged
15.8. a All structural members be treated for treated post structure completion.
corrosion prevention internally as well as
externally and painted using Polyurethane Closed drilled holes during panel and trim
(PU) painting-based spray paint Details of stage cannot be treated.
paints used, surface treatment &
preparation, corrosion prevention treatment,
base primer coatings, number of paint coats
to be applied etc would be supplied.
314 Part G - II , 16 Multiplexing provision for electrical circuitry Meet the requirements. RfP provision remains unchanged
315 Part G - II , BIS marked, copper conductors with fire Meets the requirement as per CMVR Noted. RfP provision remains unchanged
16.1 retardant as per IS/ISO: 6722:2006 as per standards and AIS-052 Amendment No 11
appropriate class. Conductor cross-section (09/2019)
varying as per circuit requirements,
minimum cross-section 0.5 sq mm. Quality UBS II not applicable for Type II buses
marking may also be as per equivalent or
better European, Japanese, US standards.

225

Additional Documents - Response to pre bid documents 385


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
316 Part G - II , BIS marked, copper conductors with fire Wiring harness (ISO - 6722). Noted. RfP provision remains unchanged
16.1 retardant as per IS/ISO: 6722:2006 as per As per OE approved .
appropriate class. Conductor cross-section
varying as per circuit requirements,
minimum cross-section 0.5 sq mm. Quality
marking may also be as per equivalent or
better European, Japanese, US standards.
317 Part G - II , As above and suitable to carry rated current Meets the requirement as per CMVR Kindly refer point no. 96 of Part 2, Table 3 of
16.2 (Japanese auto Standard JASO D0609-75 standards and AIS-052 Amendment No 11 Corrigendum 8
AV) (09/2019)

UBS II not applicable for Type II buses


318 Part G - II , As above and suitable to carry rated current As per OE approved . Kindly refer point no. 96 of Part 2, Table 3 of
16.2 (Japanese auto Standard JASO D0609-75 As per AIS 052 Corrigendum 8
AV)
319 Part G - II , As per AIS 052 /UBS II As per AIS 052 RfP provision remains unchanged
16.3
320 Part G - II , As per AIS 052 - fuse of rated current 1.5 As per AIS 052 RfP provision remains unchanged
16.3. a times the load current of electrical
equipment. Necessary in every electrical
circuit
321 Part G - II , As per AIS 052- Isolation switch required for As per AIS 052 RfP provision remains unchanged
16.3. b each such circuit
322 Part G - II , As per AIS 052- Required for each such As per AIS 052 RfP provision remains unchanged
16.3. c circuit
323 Part G - II , As per AIS 052 - Required for all items. As per AIS 052 RfP provision remains unchanged
16.3. d
324 Part G - II , As per AIS 052 As per AIS 052 RfP provision remains unchanged
16.3. e
325 Part G - II , Heavy-duty type capable of carrying & As per AIS 052 RfP provision remains unchanged
16.3. f interrupting total circuit load --1 each near
battery/driver
326 Part G - II , As per AIS 052 /UBS II Meets the requirement as per CMVR RfP provision remains unchanged
16.3 standards and AIS-052 Amendment No 11
(09/2019)

226

Additional Documents - Response to pre bid documents 386


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.

UBS II not applicable for Type II buses


327 Part G - II , Electrically operated with two wiper arms & Wiper will be provided as per AIS 011 RfP provision remains unchanged
16.4 blades, wiper motor heavy duty steel body
with minimum 2-Speed operation wiping
system as per CMVR/BIS 7827 part-1,
2,3(Sec.1 & 2)/latest. As per AIS 011
328 Part G - II , Speed control with time delay relay as per Wiper motor will be as per AIS 011 and time RfP provision remains unchanged
16.4. a AIS 011. delay relay will not be provided
329 Part G - II , Speed control with time delay relay as per Wiper will be provided as per AIS 011 RfP provision remains unchanged
16.4. a AIS 011.
330 Part G - II , AIS011 /AIS 052 Meet the requirement as per AIS 011 RfP provision remains unchanged
16.4. b
331 Part G - II , 1 number, 24 volts, 200mmdia fan as per Meet the requirements RfP provision remains unchanged
16.5 provision of CMVR, matching interiors
332 Part G - II , As per AIS 052. Meet the requirement as per AIS 052 RfP provision remains unchanged
16.6
333 Part G - II , As per AIS 052 / AIS 012 Meet the requirement as per AIS 052 RfP provision remains unchanged
16.7 (a-c)
334 Part G - II , As per AIS 052 with illumination level of ≥ Will meet as per AIS 052 Amendment No 11 Kindly refer point no. 97 of Part 2, Table 3 of
16.7. b 100 lux &≤ 200 lux (09/2019), the illumination of the lamps shall Corrigendum 8
not be less than 30lux and shall not be more
than 150 Lux. Amendment No 11 (09/2019)
335 Part G - II , As per AIS 052 with illumination level of ≥ Will meet as per AIS 052 Amendment No 11 Kindly refer point no. 97 of Part 2, Table 3 of
16.7. c 100 lux and ≤ 150 lux (09/2019), the illumination of the lamps shall Corrigendum 8
not be less than 30lux and shall not be more
than 150 Lux. Amendment No 11 (09/2019)
336 Part G - II , 17 As specified separately under ITS chapter of ITS will be provided as per OEM spec Kindly refer point no. 98 of Part 2, Table 3 of
UBS II specifications /and or by ITS meeting UBS II specifications and certified Corrigendum 8
Consultant and generally as brought out at under IS 16833 for CCTV , IS 16490 for LED
Para 32 in Part I. destination board and PIS and AIS 140 for
GPS and panic buttons will be offered.

UBS II not applicable for Type II buses

227

Additional Documents - Response to pre bid documents 387


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
337 Part G - II , 17 As specified separately under ITS chapter of ITS will be provided as per UBS II , Clarity Kindly refer point no. 98 of Part 2, Table 3 of
UBS II specifications /and or by ITS required on Additionally Mobile / lap-top / Corrigendum 8
Consultant and generally as brought out at ETVM chargers be provided at conductor
Para 32 in Part I. seat and at every passenger seat.
GPS and Vehicle tracking system
338 Part G - II , 17 As specified separately under ITS chapter of ITS as per AIS 052 Kindly refer point no. 98 of Part 2, Table 3 of
UBS II specifications /and or by ITS Corrigendum 8
Consultant and generally as brought out at
Para 32 in Part I. Additionally Mobile / lap-
top / ETVM chargers be provided at
conductor seat and at every passenger seat.
GPS and Vehicle tracking system
339 Part G - II , Adjustable type driver seat with seat belt 3 point mounting for driver seat will be RfP provision remains unchanged
18.1 ELR recoil type, 3-point mounting as per provided.
CMVR & AIS 052 conforming to AIS: 005&
015. Driver seat belt anchorage test (AIS 005 and
AIS 015) not mandatory for CMVR and bus
code, Hence not type approval certificate
cannot be made available.
340 Part G - II , Adjustable type driver seat with seat belt OE approved RfP provision remains unchanged
18.1 ELR recoil type, 3-point mounting as per
CMVR & AIS 052 conforming to AIS: 005&
015.
341 Part G - II , Not necessary except diver seat, for seats Meet the requirement as per AIS 052 RfP provision remains unchanged
18.2 & 18.3 facing gangway if any and the wheel chair
passenger (performance etc. as per AIS
052)
342 Part G - II , As per AIS 052 Meet the requirement as per AIS 052 RfP provision remains unchanged
18.4
343 Part G - II , 1 number, as per provision of CMVR Meet the requirement as per AIS 052 RfP provision remains unchanged
18.5
344 Part G - II , Colour contrasting and slip resistant of MS tubing with slip resistant PVC sleeve will RfP provision remains unchanged
18.6 aluminium tubing 32 mm dia, 3 mm thick. be provided as per AIS 052
345 Part G - II , Colour contrasting and slip resistant of Handrails with MS tube and PVC sleeves will RfP provision remains unchanged
18.6 aluminium tubing 32 mm dia, 3 mm thick. be provided as per OEM design and CMVR.

228

Additional Documents - Response to pre bid documents 388


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
346 Part G - II , Colour contrasting and slip resistant of This are the requirement of TYPE I bus and RfP provision remains unchanged
18.6 aluminium tubing 32 mm dia, 3 mm thick. vehiele is asked in TYPE II so requirement &
specs is contradicting with each other , this
is not feasible in this type ii bus
347 Part G - II , Colour contrasting and slip resistant. 2 to 4 This are the requirement of TYPE I bus and RfP provision remains unchanged
18.7 Numbers. hand holds per bay of poly- vehiele is asked in TYPE II so requirement &
carbonate transparent with provision specs is contradicting with each other , this
for advertisements is not feasible in this type ii bus
348 Part G - II , Vertically fitted, with attachment to bus floor MS tubing with slip resistant PVC sleeve will RfP provision remains unchanged
18.8 and to roof, aluminium tubing with Colour be provided as per AIS 052
contrasting and slip resistant. 40 mm dia. &
3.15 mm thick. Rest As per AIS 052.
349 Part G - II , Vertically fitted, with attachment to bus floor Vertical stanchions will not be provided since RfP provision remains unchanged
18.8 and to roof, aluminium tubing with Colour it is not applicable for 12M reclining type II
contrasting and slip resistant. 40 mm dia. & buses and not practically feasible.
3.15 mm thick. Rest As per AIS 052.
350 Part G - II , Vertically fitted, with attachment to bus floor This are the requirement of TYPE I bus and RfP provision remains unchanged
18.8 and to roof, aluminium tubing with Colour vehiele is asked in TYPE II so requirement &
contrasting and slip resistant. 40 mm dia. & specs is contradicting with each other , this
3.15 mm thick. Rest As per AIS 052. is not feasible in this type ii bus
351 Part G - II , High visibility bell pushes shall be fitted at a Meet the requirement as per AIS 052 Kindly refer point no. 99 of Part 2, Table 3 of
18.9 suitable height (≥1.2 metre on all/ Corrigendum 8
alternate/convenient stanchions keeping in
view convenience of passengers and
avoidance of un-necessary/ inadvertent
operation by passengers. These would
assist PwDs and all other passengers
352 Part G - II , High visibility bell pushes shall be fitted at a "Next Stop Request" Switch and buzzer not Kindly refer point no. 99 of Part 2, Table 3 of
18.9 suitable height (≥1.2 metre on all/ applicable to Type II mofussil buses as per Corrigendum 8
alternate/convenient stanchions keeping in CMVR / AIS 052 and will not be provided.
view convenience of passengers and
avoidance of un-necessary/ inadvertent
operation by passengers. These would
assist PwDs and all other passengers

229

Additional Documents - Response to pre bid documents 389


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
353 Part G - II , High visibility bell pushes shall be fitted at a This are the requirement of TYPE I bus and Kindly refer point no. 99 of Part 2, Table 3 of
18.9 suitable height (≥1.2 metre on all/ vehiele is asked in TYPE II so requirement & Corrigendum 8
alternate/convenient stanchions keeping in specs is contradicting with each other , this
view convenience of passengers and is not feasible in this type ii bus
avoidance of un-necessary/ inadvertent
operation by passengers. These would
assist PwDs and all other passengers
354 Part G - II , One rear camera for bus reversing and at Meeting performance & Regulatory Kindly refer point no. 100 of Part 2, Table 3
18.10 least two cameras in the passenger cabin Requirement , specs,size ,make will be of Corrigendum 8
area as per the specifications / supplies shared after tender allotment
made by the ITMS service provider.
One more camera in front of Driver to
capture vehicle front side blind spots
coverages
355 Part G - II , One rear camera for bus reversing and at Meet the requirement as per AIS 052 Kindly refer point no. 100 of Part 2, Table 3
18.10 least two cameras in the passenger cabin of Corrigendum 8
area as per the specifications / supplies
made by the ITMS service provider.
One more camera in front of Driver to
capture vehicle front side blind spots
coverages
356 Part G - II , As per AIS 052 Meet the requirement as per AIS 052 RfP provision remains unchanged
18.11
357 Part G - II , 800 mm minimum height extending ≥ 100 Meet the requirement as per AIS 052 RfP provision remains unchanged
18.12 mm more than centre line of sitting position
of the Passenger.
358 Part G - II , As per AIS 052/CMVR Meet the requirement as per AIS 052 RfP provision remains unchanged
18.13
359 Part G - II , LED as per AIS 008 Meet the requirement as per AIS 052 RfP provision remains unchanged
18.14
360 Part G - II , Convex as per AIS 001 & 002. Interior with Meet the requirement as per AIS 052 RfP provision remains unchanged
18.15 double curvature
361 Part G - II , Heavy duty for loads of 1.2 times (minimum) Tow hook will be provided in Front only. Kindly refer point no. 101 of Part 2, Table 3
18.16 the kerb weight of the bus within 30o of the of Corrigendum 8

230

Additional Documents - Response to pre bid documents 390


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
longitudinal axis of the bus. As per CMVR &
IS 9760 - ring type
362 Part G - II , Heavy duty for loads of 1.2 times (minimum) Tow pin only at front only will be provided. Kindly refer point no. 101 of Part 2, Table 3
18.16 the kerb weight of the bus within 30o of the of Corrigendum 8
longitudinal axis of the bus. As per CMVR &
IS 9760 - ring type
363 Part G - II , As per AIS 052/CMVR Reflective tapes will be provided as per AIS RfP provision remains unchanged
18.17 052
364 Part G - II , Both made of Steel or impact resistant Meet the requirement RfP provision remains unchanged
18.18 polymer or combination of both meeting
requirement of an energy absorbing system.
Impact strength as per AIS 052
365 Part G - II , Meet requirements of Para 6.3.1 of AIS 052. Impact Strength for Bumpers- Para 6.3.1 of RfP provision remains unchanged
18.18 AIS 052 - Not yet notified by CMVR and
hence cannot be provided.
366 Part G - II , Meet requirements of Para 6.3.1 of AIS 052. Meet the requirement RfP provision remains unchanged
18.18
367 Part G - II , Meet the requirement as per AIS 052 RfP provision remains unchanged
19.1
368 Part G - II , Windows - two piece in buses, where top Meeting performance & Regulatory RfP provision remains unchanged
19.1. a portion, would be fixed and bottom portion Requirement , specs,size ,make will be
would have sliding glasses. Minimum shared after tender allotment
window glass/aperture area (main windows)
in cm2 14000. Toughened Glass of
thickness 4.8-5.3 mm
369 Part G - II , Cabin luggage racks (350 width from side Deviation Required Side dickey will be RfP provision remains unchanged
19.2 wall*250 mm height) on both side walls. provided with 0.2 cubic meter ,rear dickey is
Additionally, luggage carrying space be not feasible.
provided under the chassis on sides as also
at the rear end of the bus with adequate
access.
Maximum luggage space be provided under
the bus floor area. Additional luggage space
may also be provided as a Diggy at the rear
end of bus

231

Additional Documents - Response to pre bid documents 391


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
370 Part G - II , 9 years or 12,00,000 km, which-ever is More clarity required from STC here Query not clear
19.3 earlier.
371 Part G - II , 9 years or 12,00,000 km, which-ever is Proposed 7 year or 9 lakh km RfP provision remains unchanged
19.3 earlier.
372 Part G - II , An air passage/duct/roof hatch to be Driver door window available for air RfP provision remains unchanged
20.a provided in driver area at a suitable location ventilation inside driver cabin.
for proper inflow of air inside the driver cab
Roof hatch will not be provided.
373 Part G - II , An air passage/duct/roof hatch to be 2 Roof hatches will be provided as per AIS RfP provision remains unchanged
20.a provided in driver area at a suitable location 052
for proper inflow of air inside the driver cab
374 Part G - II , An air passage/duct/roof hatch to be Meeting performance & Regulatory RfP provision remains unchanged
20.a provided in driver area at a suitable location Requirement , specs,size ,make will be
for proper inflow of air inside the driver cab shared after tender allotment
375 Part G - II , Driver’s work area to be provided with a 200 200mm diameter 24 V fan shall be provided RfP provision remains unchanged
20.a mm diameter 24 V fan to ensure proper for driver work with single speed control.
ventilation. The fan to have 3 – speed
adjustment
376 Part G - II , Driver’s work area to be provided with a 200 Meeting performance & Regulatory RfP provision remains unchanged
20.a mm diameter 24 V fan to ensure proper Requirement , specs,size ,make will be
ventilation. The fan to have 3 – speed shared after tender allotment
adjustment
377 Part G - II , √ OK Query not clear
20.b
378 Part G - II , √ More clarity required about sizes RfP provision remains unchanged. Bidder is
20.b advised to provide the same in compliance
with seating requirements.
379 Part G - II , √ OK RfP provision remains unchanged. Bidder is
20.c advised to provide the same in compliance
with seating requirements.
380 Part G - II , √ Authority to clarify requirement. RfP provision remains unchanged. Bidder is
20.d advised to provide the same in compliance
Will not be able to meet 44 nos. 2X2 reclining with seating requirements.
seats with adjustable foot rest. No. of seats
will accordingly reduce.

232

Additional Documents - Response to pre bid documents 392


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
381 Part G - II , √ OK RfP provision remains unchanged. Bidder is
20.d advised to provide the same in compliance
with seating requirements.
382 Part G - II , √ OK RfP provision remains unchanged. Bidder is
20.e advised to provide the same in compliance
with seating requirements.
383 Part G - II , √ Clarity Required purpose is not clear & this RfP provision remains unchanged
20.f is not feasbile in nac applicable bus due to
low cost hatrack
384 Part G - II , √ Not feasible being non AC bus RfP provision remains unchanged
20.f
385 Part G - II , Complete with GPS / on board As per AIS 140 Noted. RfP provision remains unchanged
20.g Microprocessor etc.
386 Part G - II , 21 We will provide as per CMVR/AIS -052 & AIS Noted. RfP provision remains unchanged
-153.
387 Part G - II , 21. 81dba Will meet 85 dba as per CMVR norm under RfP provision remains unchanged
a AIS 153.
388 Part G - II , 21. Vibration levels / Noise, vibration and Deviation Required , Provided as per Bus Kindly refer point no. 102 of Part 2, Table 3
b harshness (NVH) levels (interior): body code & Type approval Requirement of Corrigendum 8
- Noise level in saloon from drive axle, etc.:
Nil - Dominant frequencies to fall outside the
ranges of: 0.5-1 Hz, 5-7 Hz and 18-20 Hz ·
Transient vibration level in seating area
maximum:1g
· Transient vibration level at driver seat
maximum:0.1g
· Vibration levels at driver/Pax seats
(metre/sec²) ≤ 0.5
· Vibration level in gangway (metre/sec²) ≤ 1
389 Part G - II , 21. Vibration levels / Noise, vibration and AIS 153 is updated Indian regulation for Kindly refer point no. 102 of Part 2, Table 3
b harshness (NVH) levels (interior): NVH. of Corrigendum 8
- Noise level in saloon from drive axle, etc.:
Nil - Dominant frequencies to fall outside the NVH will be meet as per AIS 153.
ranges of: 0.5-1 Hz, 5-7 Hz and 18-20 Hz ·
Transient vibration level in seating area

233

Additional Documents - Response to pre bid documents 393


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
maximum:1g
· Transient vibration level at driver seat
maximum:0.1g
· Vibration levels at driver/Pax seats
(metre/sec²) ≤ 0.5
· Vibration level in gangway (metre/sec²) ≤ 1
390 Part G - II , 22 An automatic fire detection & Suppression FDSS provided for engine area only as per Kindly refer point no. 103 of Part 2, Table 3
system be essentially provided for engine AIS 135 in engine compartment. of Corrigendum 8
and other fire sensitive areas of the bus.
Possibility of provision of FDSS for entire Possibility of providing in other locations will
bus including but not limited to engine area, not be possible considering current
drive line, fuel tanks, fuel filling point and regulations and standards which have not
fuel distribution lines/cluster, wheel wells, defined the same.
electrical systems etc.
Additional fire extinguishers as per AIS 052
be provided
391 Part G - II , 22 Fire Detection and Suppression System Deviation Required FDAS is required as per Kindly refer point no. 103 of Part 2, Table 3
(FDSS) category and type approval, if not ok for of Corrigendum 8
FDAS, FDSS Can be provided For Engine
All provisions Under Clause 22 (a, b (i) - Area only as per AIS 135 and cannot be
(ii), c (i) - (vii) provided in saloon area
392 Part G - II , 22. Pneumatic Electronic Linear fire detector Linear Heat Sensing cable is used for Kindly refer point no. 104 of Part 2, Table 3
a with stainless steel tube with suitable detection in place of Stainless steel tube, of Corrigendum 8
diameter which meets AIS 135 requirements and is
type approved
393 Part G - II , 22. Detector operating on rate of rise with Fixed temperature short circuit principle Kindly refer point no. 105 of Part 2, Table 3
b. i Advanced Built in Test Module. used for fire detection, As per AIS135 & it is of Corrigendum 8
type approved.
394 Part G - II , 22. Stainless steel Tube sensor with suitable Linear Heat Sensing cable is used for RFP provision remains unchanged. Refer to
b. ii diameter and should be rodent free detection in place of Stainless steel tube, RfP document for clarity
which meets AIS 135 requirements and is
type approved
395 Part G - II , 22. Detector should operate with Rate of Rise Fixed temperature short circuit principle RFP provision remains unchanged. Refer to
c along with advanced Built-in Test Module used for fire detection, As per AIS135 & it is RfP document for clarity
that indicates failure in the event of type approved.

234

Additional Documents - Response to pre bid documents 394


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
reduced performance over the entire range
of sensor tube.
396 Part G - II , 22. IP67 IP54 as per AIS 135 will be provided Kindly refer point no. 106 of Part 2, Table 3
c. i of Corrigendum 8
397 Part G - II , 22. Aluminium Enclosure not available. Kindly refer point no. 107 of Part 2, Table 3
c. ii of Corrigendum 8
398 Part G - II , 22. -40°C to +125°C 0°C to +120°C as per AIS135 Kindly refer point no. 108 of Part 2, Table 3
c. iii of Corrigendum 8
399 Part G - II , 22. Should comply to: Will be meeting AIS 135 Kindly refer point no. 109 of Part 2, Table 3
c. iv BS EN 61373, Table 1,2,3 of Corrigendum 8
MIL STD- 810:501.4, 516.5.4.
400 Part G - II , 22. 1 Mtr. to 100 Mtr. in length. Stainless Linear Heat Sensing cable diameter- 4mm Noted. RfP provision remains unchanged
c. v steel material with suitable diameter.
401 Part G - II , 22. 40mA 75mA Kindly refer point no. 110 of Part 2, Table 3
c. vii of Corrigendum 8
402 Part G - II , 23 General Deviation Required FDAS is required as per Refer to detailed specifications as per
category and type approval, if not ok for Clause 60 Part G- 1
All provisions Under Clause 22 (a - d) FDAS, FDSS Can be provided For Engine
Area only as per AIS 135 and cannot be
provided in saloon area
403 Part G - BIS: 2465-1984(or latest). DIN 72551- As per As per UBS-II addendum letter No.K- RfP provision remains unchanged
Annexure III , Dimensional Test 14011/39/2007 – UT (vol.II) dated 7th Nov
7 JIS C 3406- Spark, Immersion & Conductor 2013.
Resistance
Test’ SAE recommended J 1127 & J 1128
404 Part G - BIS:277-2003 (or latest), Class-VIII Medium IS 277 GRADE 120 GSM RfP provision remains unchanged
Annexure III , Coating of Zinc Nominal Weight120
10 grams/M2.
405 Part G - Annexure IV – Specifications for Intelligent Deviation Required, Proposed ITS System RfP provision remains unchanged
Annexure IV Transport System (ITS) meeting & certified UBS II requirement
(Excluding Pole validator)
Entire Annexure Except Functional &
Technical Specifications for Telematics
System

235

Additional Documents - Response to pre bid documents 395


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
406 Part G - Annexure IV - Specifications for Intelligent Deviation Required Standard OE offering RfP provision remains unchanged
Annexure IV Transport System (ITS) Telematics will be proivided meeting
regulatory requirement
Only Functional & Technical
Specifications for Telematics System
407 Part G - The Controller Unit shall have a time-of day GPS based data and time will be provided RfP provision remains unchanged
Annexure IV , clock and calendar. The time and date shall
1 be synchronized as per IP based timing
protocol (configurable) with the central
software time.
408 Part G - Local Battery backup for minimum half hour To be deleted. Not applicable for SCU as RfP provision remains unchanged
Annexure IV , for the smart start and shutdown of SCU direct Battery supply is provided to
1 controller/SCU.
409 Part G - All driver related route information to be Meet requirement Noted
Annexure IV , displayed on BDC
1
410 Part G - In-built light sensor with continuously Not available cannot be provided. RfP provision remains unchanged
Annexure IV , variable brightness control to enable the
1 display intensity to change based on
ambient light conditions.
411 Part G - The display systems shall have in-built test Can be mentioned as RfP provision remains unchanged
Annexure IV , facility, able to carry out self- check at Sign should be able to store 'diagnostic
2 periodic intervals, carry out exchange of trouble codes' (DTC)’,'parameters identifiers
diagnostic information with the central (PID) as per UBS2
control stations including power availability,
its current status etc
412 Part G - The display system shall support settings Can be mentioned as RfP provision remains unchanged
Annexure IV , such as display intensity, time The inner sign board shall able to display
2 synchronization etc. GPS based time as per UBS2.
413 Part G - Support minimum 3000 routes UP and Support minimum 300 routes UP and DOWN RfP provision remains unchanged
Annexure IV , DOWN ( Average 10 stops per route) of ( Average 25 stops per route) of signboards
3 signboards supplied. supplied.
414 Part G - The current stop announcement should be The current stop announcement correct to RfP provision remains unchanged
Annexure IV , correct to 5 meters. 10 meters as per UBS 2 shall be provided
3

236

Additional Documents - Response to pre bid documents 396


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
415 Part G - Inner sign should be able to display text and Can be mentioned as RfP provision remains unchanged
Annexure IV , customized graphics and announce pre- Inner sign should be able to display text and
3 recorded messages on SCU(OBU) display customized graphics and announce upto
panel of the controller. prerecorded messages by driver selecting
1~9 on BDC display panel of the controller
as per UBS2.
416 Part G - Sign should be able to store 'diagnostic can be mentioned as RFP provision remains unchanged. Refer to
Annexure IV , trouble codes' (DTC)’,'parameters identifiers Sign should be able to store 'diagnostic RfP document for clarity
3 (PID) and with retrievable data trouble codes' (DTC)’,'parameters identifiers
(PID) defined in UBS2.
417 Part G - The system should be capable of raising Alarm notification can be implemented if RfP provision remains unchanged
Annexure IV , alarms based on vehicle statistics (engine signal details will available on CAN
3 overheating, low fuel, etc.)
418 Part G - All SCUs (OBU) should connect in realtime can mentioned as RFP provision remains unchanged. All the
Annexure IV , to the central system via GPRS, 4G and All SCUs (OBU) should connect in real-time minimum options should be available as
3 above, Wi-Fi, etc to the central system via GPRS, 4G and stipulated in the RFP document.
above etc
419 Part G - All firmware updates to the OBU should be can be mentioned as RFP provision remains unchanged. All the
Annexure IV , via USB, Ethernet, W-Fi and OTA All firmware updates to the OBU should be minimum options should be available as
3 via USB or Ethernet or W-Fi and OTA stipulated in the RFP document.
420 Part G - The SCU shall have the capacity to store SCU shall store the routes. PIS boards shall RfP provision remains unchanged
Annexure IV , static information in the display controller display the selected route. The route
3 (including schedules), which shall be shown selection is possible via Remote/ on board
if the communication link is lost and after
real-time information expires
421 Part G - • The proposed hardware should be able to Thesearebackend- based features Proposed ITS component shall have packet
Annexure IV , provide backend software capability to generation capability on continiual mode to
3 o Assess the status of a running vehicle in support the functionality at backend.
terms of on-time, delayed and early arrival
by comparing with schedule
• Generate Reports in terms of
o
GPSoutage,lossofconnectivityandtheirfrequ
enciesanddurations
o

237

Additional Documents - Response to pre bid documents 397


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
Missedtrips,missedstops,routeviolation,un-
scheduledstoppage, late start, etc. for
performance analysis.
Driving patterns, over-speeding, harsh
braking, etc.
422 Part G - 64 bit low power Industrial grade outdoor 32/ 64 Bit as per UBS 2 RfP provision remains unchanged
Annexure IV , processing unit
ITS - I. 12
423 Part G - Combi antenna using RG174 cable. The Can be mentioned as Combi antenna using RfP provision remains unchanged
Annexure IV, connectors on Combi antenna will be RG174 cable. Shall be provided as per UBS
I. 16 preferably SMA(M) ST plug type for GPS 2
and FME(F) jack type 1/4"-36UNS-2B for 4G
and above
424 Part G - Power to SCU (OBU) and BDC will be Power to SCU and BDC will be supplied RfP provision remains unchanged
Annexure IV , supplied through power back external through vehicle battery as per UBS -2
I. 19 battery and subsequent bus multiplexing
wiring system
425 Part G - 10g Test procedure shall be as per UBS2 RfP provision remains unchanged
Annexure IV ,
II. 7
426 Part G - Full colour graphic TFT - Min 640 x 480 dots, Can be mentioned as Full colour graphic RfP provision remains unchanged
Annexure IV , Display Size Min. 8'' TFT - Min 640 x 480 dots, Display Size Min.
II. 8 7'' as per UBS 2
427 Part G - Full colour graphic TFT - Min 640 x 480 dots, Meet requirement(7 inch) RfP provision remains unchanged
Annexure IV , Display Size Min. 8''
II. 8
428 Part G - 60 H / 70 (right/left) / 60 V / 70 (up/down) Can be mentioned as 70 H / 70 (right/left) / Kindly refer point no. 111 of Part 2, Table 3
Annexure IV , 60 V / 60 (up/down) as per UBS 2 with latest of Corrigendum 8
II. 9 amendments
429 Part G - II , III. 22 tracking/66 acquisition minimum This shall be deleted inline with UBS 2 Kindly refer point no. 112 of Part 2, Table 3
1 amendments of Corrigendum 8
430 Part G - II , III. 1. Update rate I Hz (configurable to 10 Hz) Can be mentioned as RfP provision remains unchanged
4 2. Time to first fix cold acquisition 35 1. Update rate I Hz (configurable to 10 Hz)
seconds typ 2. Time to first fix cold acquisition 35 - 42
seconds typ

238

Additional Documents - Response to pre bid documents 398


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
3. Hot acquisition 1 second typ. 3. Hot acquisition 1- 2 second typ.
4. Navigation accuracy 3M horizontal 4. Navigation accuracy 3M horizontal
As per UBS 2 with latest amendments
431 Part G - AMPS 850MHz, GSM900MHz, Can be mentioned as Kindly refer point no. 113 of Part 2, Table 3
Annexure IV , ISM868MHz, DCS1800MHz, PCS1900MHz, of Corrigendum 8
V. 1 4G UMTS 2.1GHz, Wi-Fi /Blue Tooth (2.4 AMPS 850MHz, GSM900MHz,
GHz), GPS (1575.42MHz). Separate WLAN DCS1800MHz,
antenna may be provided if necessary. PCS1900MHz, 4G UMTS 2.1GHz, Wi-Fi
/Blue
Tooth (2.4 GHz), GPS (1575.42MHz).
Separate WLAN antenna may be provided if
necessary as per UBS 2 with latest
amendments
432 Part G - 1. Impedance 50 Ohm 1. Impedance 50 Ohm RfP provision remains unchanged
Annexure IV , 2. Radiation pattern Omni-directional 2. Polarization linear (vertical) as per UBS 2
V. 2 3. Polarization linear (vertical) with latest amendments
433 Part G - Firmware update and version check through Can be mentioned as RfP provision remains unchanged
Annexure IV , controller The firmware version check shall be
I. 11 possible through controller or PC based
application
434 Part G - Single colour (Amber, can vary) Amber as per IS16490 standard Kindly refer point no. 114 of Part 2, Table 3
Annexure IV , of Corrigendum 8
I. 12
435 Part G - 200 – 8000 Hz 200 - 6000 Hz minimum RfP provision remains unchanged
Annexure IV ,
III. A. 1
436 Part G - 500Ω 5000 Ω RfP provision remains unchanged
Annexure IV ,
III. A. 3
437 Part G - 1.8 – 2.5 m 1.8 m minimum RfP provision remains unchanged
Annexure IV ,
III. A. 4
438 Part G - 3.7 ohms micro level spec can be deleted RfP provision remains unchanged
Annexure IV ,
III. B. 2

239

Additional Documents - Response to pre bid documents 399


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
439 Part G - 170 Hz ± 20% micro level spec can be deleted RfP provision remains unchanged
Annexure IV ,
III. B. 3
440 Part G - Fo~ 20KHz micro level spec can be deleted RfP provision remains unchanged
Annexure IV ,
III. B. 4
441 Part G - 90dB ± 2dB @300,400,500,600Hz micro level spec can be deleted RfP provision remains unchanged
Annexure IV ,
III. B. 5
442 Part G - 6.99 V micro level spec can be deleted RfP provision remains unchanged
Annexure IV ,
III. B. 6
443 Part G - 15 Watt, Maximum Input: 20 Watt micro level spec can be deleted RfP provision remains unchanged
Annexure IV ,
III. B. 7
444 Part G - 1/3" 2 Megapixel progressive scan Aptina Can be RfP provision remains unchanged
Annexure IV , CMOS 1/3" CMOS type sensor
I. 5
445 Part G - Min 30 m Max 12 m distance RfP provision remains unchanged
Annexure IV ,
I. 6
446 Part G - Min 30 m 10m RfP provision remains unchanged
Annexure IV ,
I. 6
447 Part G - DWDR, Day/ Night (ICR), 3DNT, AWB, Only BLC can be mentioned RfP provision remains unchanged
Annexure IV , AGC, BLC
I. 7
448 Part G - DWDR, Day/ Night (ICR), 3DNT, AWB, Only BLC can be mentioned RfP provision remains unchanged
Annexure IV , AGC, BLC
I. 7
449 Part G - Rugged, vibration, shock and tamper proof AS per IS 16833 standard RfP provision remains unchanged
Annexure IV , Metal housing, Aviation Connectors
I. 12 Installation: Anti Vibration with Adjust Angle;
• Horizontal: 0~355 degree with 3-point

240

Additional Documents - Response to pre bid documents 400


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
locking
• Vertical:0~90 degree with 2-point locking
450 Part G - Camera should engage with the reverse Reverse display shall be provided. Alert to Noted
Annexure IV , gear engage on buses and display the back the driver will not be provided
I. 13 view of the bus on BDC display to the driver.
Camera should make alert to the driver
based on the distance from the objects while
reverse the bus
451 Part G - As per UBS II guidelines, the data from Can be mentioned as RfP provision remains unchanged
Annexure IV , multiplexing nodes, on a CAN 2.0 / OBD II Multiplexing system shall be provided as per
1 Interface, should include parameters from: AIS153 with amendements.
1. Vehicle electrical system powered As per UBS II guidelines, the data from
through multiplexing nodes multiplexing nodes, on a CAN 2.0 should
2. Vehicle safety and performance features include parameters from:
3. Engine and transmission 1. Multiplexing node
4. Diesel bus electronics data 2. Vehicle safety and performance features
3. Transmission (in case of AT)
4. Engine (for diesel/CNG vehicles)
6. for motor controller (for EV)
452 Part G - As per UBS II guidelines, the data from The following parameters of UBS II shall be RfP provision remains unchanged
Annexure IV , multiplexing nodes, on a CAN 2.0 / OBD II available for these buses, which are mostly
1 Interface, should include parameters from: required for city bus applications.
1. Vehicle electrical system powered
through multiplexing nodes
2. Vehicle safety and performance features
3. Engine and transmission
4. Diesel bus electronics data
453 Part G - • Fuel /Oil level/ Pressure To be mentioned as RfP provision remains unchanged
Annexure IV , • Fuel Level Indicator System (in Litres) - VHMD parameter list (List is indicative and
1. b Display in Dashboard for guidance. To be finalized by respective
• Braking pedal position purchasers / operator) as per UBS2
• Accelerator pedal position and kick down addendum
• Brake pad condition and brake pedal
temperature (in case of electronically
controlled disc brakes)

241

Additional Documents - Response to pre bid documents 401


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
• Door interlock
• Kneeling interlock (wherever provided) •
Gas leakage detection (wherever provided)
• Fire detection/suppression (wherever
provided)
• Tyre Pressure Monitoring System (To
ensure Tyre Air Pressure and Tyre
Temperature in each wheel)
• Tubeless Tyre -Parameters { like
Pressure, skid indicators)
• Battery Health condition monitoring System
454 Part G - • Fuel /Oil level/ Pressure Fuel – Yes , RfP provision remains unchanged
Annexure IV , Oil Level – No ,
1. b Oil pressure - Yes
455 Part G - Fuel Level Indicator System (in Litres) - Yes RfP provision remains unchanged
Annexure IV , Display in Dashboard
1. b
456 Part G - Braking pedal position Not available RfP provision remains unchanged
Annexure IV ,
1. b
457 Part G - Accelerator pedal position and kick down Yes RfP provision remains unchanged
Annexure IV ,
1. b
458 Part G - Brake pad condition and brake pedal N.A We are seeking deviation for front RfP provision remains unchanged
Annexure IV , temperature (in case of electronically disc/rear disc Vs Drum brakes which we will
1. b controlled disc brakes) offer
459 Part G - Door interlock Not available RfP provision remains unchanged
Annexure IV ,
1. b
460 Part G - Kneeling interlock (wherever provided) NA RfP provision remains unchanged
Annexure IV ,
1. b
461 Part G - Gas leakage detection (wherever provided) NA RfP provision remains unchanged
Annexure IV ,
1. b

242

Additional Documents - Response to pre bid documents 402


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
462 Part G - Fire detection/suppression (wherever Separate indicator provided not as VHMD RfP provision remains unchanged
Annexure IV , provided) Parameter
1. b
463 Part G - Tyre Pressure Monitoring System (To NA RfP provision remains unchanged
Annexure IV , ensure Tyre Air Pressure and Tyre
1. b Temperature in each wheel)
464 Part G - Tyre Pressure Monitoring System (To NA RfP provision remains unchanged
Annexure IV , ensure Tyre Air Pressure and Tyre
1. b Temperature in each wheel)
465 Part G - Battery Health condition monitoring System Display of Battery Voltage & Malfunctioning RfP provision remains unchanged
Annexure IV , avl on cluster
1. b
466 Part G - II , • Engine CAN status To be mentioned as RfP provision remains unchanged
Annexure IV , • Engine oil pressure VHMD parameter list (List is indicative and
1. c • Engine coolant temperature for guidance. To be finalized by respective
• Engine speed in RPM purchasers / operator) as per UBS2
• Vehicle speed (torque) addendum
• Diagnostic message (engine specific)
467 Part G - • Transmission CAN status To be mentioned as Noted
Annexure IV , • Transmission output shaft speed VHMD parameter list (List is indicative and
II , 1.d • Transmission input shaft speed for guidance. To be finalized by respective
• Transmission current gear purchasers / operator) as per UBS2
• Transmission oil filter restriction switch addendum
• Transmission oil life remaining
• Transmission service indicator
• Transmission sump oil temperature
• Transmission oil level high / low
• Hydraulic retarder oil temperature
• Accelerator pedal
• Diagnostic message (transmission
specific)
468 Part G - II , • Engine CAN status • Engine CAN status - Yes Kindly refer point no. 115 of Part 2, Table 3
Annexure IV , • Engine oil pressure • Engine oil pressure - Yes of Corrigendum 8
1. c • Engine coolant temperature • Engine coolant temperature - Yes
• Engine speed in RPM • Engine speed in RPM - Yes

243

Additional Documents - Response to pre bid documents 403


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
• Vehicle speed (torque) • Vehicle speed (torque) - Yes
• Diagnostic message (engine specific) • Diagnostic message (engine specific) - Yes
469 Part G - • Transmission CAN status • Transmission CAN status - Not Available RfP provision remains unchanged
Annexure IV , • Transmission output shaft speed • Transmission output shaft speed - Yes
II , 1.d • Transmission input shaft speed • Transmission input shaft speed - Yes
• Transmission current gear • Transmission current gear - Yes
• Transmission oil filter restriction switch • Transmission oil filter restriction switch -
• Transmission oil life remaining Not Available
• Transmission service indicator • Transmission oil life remaining - Not
• Transmission sump oil temperature Available
• Transmission oil level high / low • Transmission service indicator - Not
• Hydraulic retarder oil temperature Available
• Accelerator pedal • Transmission sump oil temperature - Not
• Diagnostic message (transmission Available
specific) • Transmission oil level high / low - Not
Available
• Hydraulic retarder oil temperature - NA
• Accelerator pedal - NA
• Diagnostic message (transmission
specific) - - Not Available
470 Part G - II , • Drivers demand of engine torque To be mentioned as RfP provision remains unchanged
Annexure IV , percentage VHMD parameter list (List is indicative and
1. e • Actual engine torque percentage for guidance. To be finalized by respective
• Engine and retarder torque purchasers / operator) as per UBS2
• Engine speed addendum
• Source address controlling device
• Engine starter mode
• Engine demand torque percentage
• Accelerator pedal 2 low Idle switch
• Road speed limit status
• Accelerator pedal kick down switch
• Accelerator pedal low Idle Switch
• Accelerator pedal position
• Percent load at current speed
• Remote accelerator pedal position
• Accelerator pedal position 2

244

Additional Documents - Response to pre bid documents 404


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
• Vehicle acceleration rate limit status
• Engine temperature
471 Part G - II , • Engine coolant temperature To be mentioned as RfP provision remains unchanged
Annexure IV , • Fuel temperature VHMD parameter list (List is indicative and
1. e • Engine oil temperature for guidance. To be finalized by respective
• Turbo oil temperature purchasers / operator) as per UBS2
• Engine intercooler temperature addendum
• Engine intercooler thermostat opening
• Engine fluid level pressure
• Fuel delivery pressure
• Extended crankcase blow by pressure
• Engine oil level
• Engine oil pressure
• Crankcase pressure
• Coolant pressure
472 Part G - II , • Coolant level, Coolant Condition (% of To be mentioned as RfP provision remains unchanged
Annexure IV , Ethylene Glycol) VHMD parameter list (List is indicative and
1. e • Alternator (Volt) Output monitoring System for guidance. To be finalized by respective
purchasers / operator) as per UBS2
addendum
473 Part G - II , • Drivers demand of engine torque • Drivers demand of engine torque RfP provision remains unchanged
Annexure IV , percentage percentage - Not Available
1. e • Actual engine torque percentage • Actual engine torque percentage - Not
• Engine and retarder torque Available
• Engine speed • Engine and retarder torque - NA
• Source address controlling device • Engine speed - Yes
• Engine starter mode • Source address controlling device - Not
• Engine demand torque percentage Available
• Accelerator pedal 2 low Idle switch • Engine starter mode - Not Available
• Road speed limit status • Engine demand torque percentage - Not
• Accelerator pedal kick down switch Available
• Accelerator pedal low Idle Switch • Accelerator pedal 2 low Idle switch - Not
• Accelerator pedal position Available
• Percent load at current speed • Road speed limit status - Not Available
• Remote accelerator pedal position • Accelerator pedal kick down switch - Not

245

Additional Documents - Response to pre bid documents 405


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
• Accelerator pedal position 2 Available
• Vehicle acceleration rate limit status • Accelerator pedal low Idle Switch - Not
• Engine temperature Available
• Accelerator pedal position - Yes
• Percent load at current speed - Not
Available
• Remote accelerator pedal position - Not
Available
• Accelerator pedal position 2 - Not Available
• Vehicle acceleration rate limit status - Not
Available
• Engine temperature - Yes
474 Part G - II , • Engine coolant temperature • Engine coolant temperature - Yes RfP provision remains unchanged
Annexure IV , • Fuel temperature • Fuel temperature - Not Available
1. e • Engine oil temperature • Engine oil temperature - Yes
• Turbo oil temperature • Turbo oil temperature - Not Available
• Engine intercooler temperature • Engine intercooler temperature - Not
• Engine intercooler thermostat opening Available
• Engine fluid level pressure • Engine intercooler thermostat opening -
• Fuel delivery pressure Not Available
• Extended crankcase blow by pressure • Engine fluid level pressure - Not Available
• Engine oil level • Fuel delivery pressure - Yes
• Engine oil pressure • Extended crankcase blow by pressure -
• Crankcase pressure Not Available
• Coolant pressure • Engine oil level - Yes
• Engine oil pressure - Yes
• Crankcase pressure - Not Available
• Coolant pressure - Not Available
475 Part G - II , • Coolant level, Coolant Condition (% of • Coolant level, Coolant Condition (% of RfP provision remains unchanged
Annexure IV , Ethylene Glycol) Ethylene Glycol) - Not Available
1. e • Alternator (Volt) Output monitoring System • Alternator (Volt) Output monitoring System
- Yes
476 Part G - II , CAN 2.0 (J1939 Connector) / OBD-II Yes RfP provision remains unchanged
Annexure IV , Connector
1. f

246

Additional Documents - Response to pre bid documents 406


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
477 Part G - II , Telematics System (VHMD) real time Yes RfP provision remains unchanged
Annexure IV , warning to CCC
1. g o Open public communications network
services (4G and above) and download
compatibility
Telematics System (VHMD) end of the
day to depot
• IEEE 802.11 Wireless LAN (Wi-Fi) via
'Back haul' at depot
478 Part G - II , Nine points, tri temperature/tri voltage- 18V, As per UBS2 addendum vide letter RfP provision remains unchanged
Annexure IV , 27V, 32V,-25°C, room temperature, +85°C No.K14011/39/2007-UT(Vol.II) dated 7th
1 test. At each test point the system will be Nov 2013
powered on and shut down 5 times as per Can be mentioned as
the supplier’s designated procedure and
thereafter evaluated for malfunction if any Nine points, tri temperature/tri voltage- 18V,
27V, 32V,-25°C, room temperature, +80°C
test. At each test point the system will be
powered on and shut down 5 times as per
the supplier’s designated procedure and
thereafter evaluated for malfunction if any
479 Part G - II , IS 9000 (Part II/Sec 4)-1977 (reaffirmed As per UBS2 addendum vide letter RfP provision remains unchanged
Annexure IV , 2004) at -25⁰C for 2 hours in ‘on’ condition No.K14011/39/2007-UT(Vol.II) dated 7th
2 Nov 2013
Can be mentioned as
IS 9000 (Part II/Sec 4)-1977 (reaffirmed
2004) at -15⁰C for 2 hours in ‘on’ condition
480 Part G - II , • Frequency 5~50Hz and return to 5Hz at a as per UBS2 addendum vide letter RfP provision remains unchanged
Annexure IV , linear sweep period of 1 No.K14011/39/2007-UT(Vol.II) dated 7th
5 minute/complete sweep cycle and 10g at Nov 2013
maximum frequency
Excursion -1.6 mm peak to peak over the • Frequency 5~55Hz and return to 5Hz at a
specified frequency range linear sweep period of 1 minute/complete
Test duration 60 minutes sweep cycle and 10G at maximum
• Direction of vibration –X, Y, Z axis of frequency Excursion -1.65 mm peak to peak
device as it is mounted on the vehicle. over the

247

Additional Documents - Response to pre bid documents 407


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
specified frequency range
Test duration 60 minutes
• Direction of vibration –X, Y, Z axis of device
as it is mounted on the vehicle.
481 Part G - II , IS /IEC 60947-1:2004 in conjunction with as per UBS2 RfP provision remains unchanged
Annexure IV , IS/IEC 60529:2001– ‘PIS signs’ IP66, IS /IEC 60947-1:2004 in conjunction with
6 ‘SCU’(OBU) IP 66, ‘BDC’ IP66, ‘nodes’ IP54 IS/IEC 60529:2001– ‘PIS signs’ IP66,
‘SCU’(OBU) IP 65, ‘BDC’ IP65, ‘nodes’ IP54
482 Part G - II , AIS -012 As per UBS2 addendum vide letter RfP provision remains unchanged
Annexure IV , No.K14011/39/2007-UT(Vol.II) dated 7th
17 Nov 2013
AIS 010, (Part 5), (Rev 1), 2010
483 Part G - II , Limit towards green: y ≤ x-0.120 As per UBS2 addendum vide letter RfP provision remains unchanged
Annexure IV , Limit towards red: y ≥ 0.390 No.K14011/39/2007-UT(Vol.II) dated 7th
18 Limit towards white: y ≥ 0.790-0.670x Nov 2013
In accordance with CIE 127 condition B
Limit towards green: y ≤ x-0.120
Limit towards red: y ≥ 0.390
Limit towards white: y ≥ 0.790-0.670x
Reference to AIS 010, (Part 5), (Rev 1),
2010
484 Part G - II , Annexure V – Indicative List of Data Types Deviation Required, Proposed ITS System RfP provision remains unchanged
Annexure V and Packet Format for Onboard ITS for meeting & certified UBS II requirement
Integration with Backend Systems (Excluding Pole validator)
485 Part G - II , Annexure V – Indicative List of Data Types Shall be mentioned as RfP provision remains unchanged
Annexure V and Packet Format for Onboard ITS for VTS/Telematics shall be certified for AIS140
Integration with Backend Systems as all packet structures are defined in
standard.
486 Part G - II , 1. Start Character - $ 1. VTS and ITS; two separate device will be RfP provision remains unchanged
Annexure V 2. Header - The header of the packet/ provided for backend integration.
identifier 2. VTS will be integrated with Govt. server
3. Vendor ID - Vendor identification header only as per AIS 140 protocol and ITS will be
4. Firmware Version - Version details of the integrated with customer server.
Firmware used in EX.1.0.0 3. Details mentioned Annexure 5 will be
5. Packet Type - Specify the packet type transferred via VTS

248

Additional Documents - Response to pre bid documents 408


Response to Queries for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil
Nadu, India

S No RFP RfP Provision Queries/ deviation requested by the Response to queries


reference Participants
Clause No.
• NR = Normal
• EA = Emergency Alert
• TA = Tamper Alert (Optional)
• HP = Health Packet
• IN = Ignition On
• IF = Ignition Off
• BD = Vehicle Battery Disconnect
• BR = Vehicle Battery Reconnect
• BL = Internal Battery Low
487 Proposed ITS system as per UBS II Deviation Required Query not clear
(Excluding Pole validator)
488 FDAS/ FDSS is Proposed in engine area Deviation Required Query not clear
against FDSS in complete saloon area
489 Telematics standard VECV offering will be Deviation Required Query not clear
provided
490 Homologation document will be submitted at Deviation Required Query not clear
time Fully buitup inspection (120 days of PO)
491 Drum brakes against Disc brakes Deviation Required Query not clear
492 Waveller suspension against air suspension Deviation Required Query not clear
493 As vehicle level Homologation certification to Deviation Required Query not clear
be given- So part level/Component level,
test report/Certification limits to as min as
possible.

Director
Institute of Road Transport (IRT), Chennai

249

Additional Documents - Response to pre bid documents 409


Diesel fuelled, 11 metre long, standard floor (900 mm floor height),
BS-VI compatible, non-AC, fully built Type I NDX bus - Specification

Diesel fuelled, 11 metre long, standard floor (900 mm floor


height), BS-VI compatible, non-AC, fully built Type I non-
deluxe (Type I NDX) bus– Specification

Tamil Nadu State Transport Corporation (TNSTC)

Technical Document 410


Table of Contents
PART I – GENERAL REQUIREMENT ..................................................................................... 4

1. INTRODUCTION AND SCOPE: ....................................................................................... 5

2. GENERAL DESIGN FEATURES OF THE 11-METRE-LONG FULLY BUILT TYPE I NDX


BUSES: ................................................................................................................................... 5

3. ENGINE: ........................................................................................................................... 9

4. COOLING SYSTEM: ...................................................................................................... 10

5. TRANSMISSION SYSTEM: ............................................................................................ 10

6. SUSPENSION: ............................................................................................................... 11

7. STEERING SYSTEM: ..................................................................................................... 11

8. BRAKING SYSTEM: ...................................................................................................... 11

9. WHEELS AND TYRES: .................................................................................................. 11

10. AXLES:........................................................................................................................... 12

11. DIESEL TANK: ............................................................................................................... 12

12. UNDER FRAME & STRUCTURE: .................................................................................. 13

13. PANELLING: .................................................................................................................. 14

14. PAINTS: ......................................................................................................................... 15

15. COLOUR SCHEMES:..................................................................................................... 15

16. SERVICE DOORS: ......................................................................................................... 15

17. GUARD / GUARD RAILS: .............................................................................................. 17

18. WINDOWS: .................................................................................................................... 17

19. WINDOW GUARDRAIL: ................................................................................................. 17

20. EMERGENCY EXIT: ....................................................................................................... 17

21. ESCAPE HATCH: .......................................................................................................... 17

22. STEPS: ........................................................................................................................... 17

23. FLOOR: .......................................................................................................................... 17

24. GANGWAYS: ................................................................................................................. 18

25. HANDRAILS AND HANDHOLDS................................................................................... 18

Technical Document 411


26. STANCHIONS ................................................................................................................ 18

27. PASSENGER SEATS: ................................................................................................... 18

28. SEAT BELTS AND ITS ANCHORAGES: ....................................................................... 19

29. DRVIER’S WORK AREA:............................................................................................... 19

30. REAR-VIEW MIRRORS- INTERIOR AND EXTERIOR: .................................................. 20

31. SUN VISOR AND HORN: ............................................................................................... 20

32. INTELLIGENT TRANSPORT SYSTEM (ITS) AND THE ITS DEVICES: ........................ 20

33. STOP REQUESTS: ........................................................................................................ 23

34. BUMPERS: ..................................................................................................................... 24

35. TOWING DEVICE: .......................................................................................................... 24

36. WIND SCREENS: ........................................................................................................... 24

37. WIND SCREEN WIPERS: .............................................................................................. 24

38. FIRE EXTINGUISHERS: ................................................................................................ 25

39. FIRST AID KIT: .............................................................................................................. 25

40. PROVISIONS FOR PERSONS WITH DISABILITIES: .................................................... 25

41. BATTERY: ...................................................................................................................... 25

42. ELECTRICAL EQUIPMENT AND WIRING: ................................................................... 26

43. LIGHTS AND LIGHTING SYSTEM: ............................................................................... 28

44. PERFORMANCE STATEMENT: .................................................................................... 29

45. TECHNICAL INFORMATION ......................................................................................... 30

46. TOOLS, GAUGES AND TESTING INSTRUMENTS:...................................................... 30

47. OPERATION AND MAINTENANCE MANUAL: ............................................................. 30

48. TRAINING ...................................................................................................................... 31

49. TOOL KIT ....................................................................................................................... 31

50. INSPECTION AND TESTING: ........................................................................................ 32

51. MAINTENANCE SPARES AND MATERIALS ................................................................ 32

52. MAINTAINABILITY......................................................................................................... 32

Technical Document 412


53. WARRANTY/ GUARANTEE........................................................................................... 32

54. GENERAL REQUIREMENTS: ........................................................................................ 33

55. QUALITY ASSURANCE ................................................................................................. 35

56. STATUTORY REQUIREMENT ....................................................................................... 35

57. MANUFACTURER’S NAMEPLATE ............................................................................... 36

58. POLLUTION UNDER CONTROL (PUC) CERTIFICATE HOLDER ................................ 36

59. ANY OTHER PROVISIONS TO MAKE THE BUS FULLY FUNCTIONAL ...................... 36

60. FIRE DETECTION AND SUPPRESSION SYSTEM (FDSS) ........................................... 37


PART II – SPECIFICATIONS OF DIESEL FUELLED NON-AC STANDARD FLOOR OF 900
MM FLOOR HEIGHT BS VI COMPLIANT 11-METRE-LONG TYPE I NON DELUXE BUSES
FOR URBAN OPERATIONS IN TNSTC – GENERALLY AS PER UBS II AND BUS CODE (AIS
052) ....................................................................................................................................... 39

Annexure 1 to Part II above ................................................................................................. 59

Annexure II – A copy of bus code AIS 052 ......................................................................... 60

Annexure III – An indicative list of materials to be tested ................................................. 61

Annexure IV – Specifications for Intelligent Transport System (ITS) ............................... 62

Functional & Technical Specifications for Telematics System ......................................... 69

Annexure V – Indicative List of Data Types and Packet Format for Onboard ITS for
Integration with Backend Systems ..................................................................................... 74

PART I – GENERAL REQUIREMENT


Specifications for Non-AC diesel fuelled, BS VI compliant, Standard Floor (900 mm floor
height), 11 metre long Fully built Type I Non Deluxe Buses.

Technical Document 413


1. INTRODUCTION AND SCOPE:
End-use requirement-oriented specifications, with maximum make / model neutrality, for fully
built diesel fuelled Internal Combustion Engine (ICE)propelled Bharat Stage VI (BS VI)
compliant non-air-conditioned (non-AC) 900 mm floor height 11-metre-long buses for Public
Transport (PT) System in urban areas of TNSTC are brought out here. Non-AC 11-metre-long
type I NDX buses are proposed to be deployed for intra-city PT services. Bus Manufacturer
would furnish technical details for assemblies / sub-assemblies/ systems/ equipment as per
Technical Specification of this Section in appropriate formats.
The specifications cover end-use-based design, evaluation, fabrication & testing features of
diesel fuelled non-AC 11-metre-long buses for PT operations for transportation of passengers
mainly in TNSTC urban areas. The bus design should be modern, energy efficient, environment
friendly, safe, efficient and reliable besides meeting all statutory, regulatory, legal and other
requirements, as also those related to easy passenger accessibility including for Persons with
Disabilities (PwDs), passenger comfort, driver’s workplace, internal and external aesthetics,
ease of repair and maintenance etc.
Specifications would comply with all applicable Central, State and local laws (including Acts,
Rules & Regulations). These would include, but not be limited to, the provisions of Disability Act
1995 as amended till date as well as state and local accessibility, safety, emission and other
requirements. The bus would meet or exceed the Central Motor Vehicles Rules (CMVR) of India
/ Safety Norms, Emission, Noise& other norms applicable at the time of supply. In the event of
any conflict between requirements emanating from this specification and those as per any
statutory/legal, etc. in force, the superior/ higher requirements/Standards would prevail.
The word “Bus” or “Buses” wherever used in the specification means the “11000+200 mm long
diesel fuelled BS VI compliant non-air-conditioned 11-metre-long standard floor bus of 900 mm
+ 10 mm floor height” as per specifications given in this document. The urban buses would have
right hand drive.
For PT operations in urban areas of TNSTC, a fully built bus as per specs detailed in this
document and those of AIS 052 / AIS 153/ UBS II / CMVR / TNMVR, BIS Standards, etc. is
envisaged.
The specifications / standards / norms / regulations etc. mentioned in this document are
generally as prevalent in India. However, any other national / international specifications /
standards / norms / regulations, equivalent and or better than those indicated in this document,
would meet the requirement. The proof of ensuring equivalence etc. in all cases shall be
enclosed with the bidding document by the agency referring to them.
The vehicle manufacturer shall ensure to meet the requirements as given in Bus body Code and
CMVR (bus body code AIS052, AIS153 and others as applicable for fully built bus) and also
comply with “Harmonised Guidelines and Space Standards for Barrier-Free Built Environment
for persons with Disability and Elderly Persons – as applicable to Public Transport” for various
floor heights of bus variants as per amendments and other statutory / mandatory provisions as
on date, issued by the Government, at the time of submission of tender.

2. GENERAL DESIGN FEATURES OF THE 11-METRE-LONG FULLY BUILT TYPE I NDX


BUSES:
2.1. Fully built type I NDX buses would generally be designed and manufactured in
accordance with the Urban Bus Specification (UBS II) & ‘Code of Practice for Bus Body
Design and Approval’ (AIS 052)- hereinafter referred to as Bus Code; as applicable to

Technical Document 414


buses in India /CMVR rules/Tamil Nadu Motor Vehicle Rules (TNMVR) whichever is
superior. Details of relevant standard followed would be indicated against each item.
2.2. Fully built bus design would consider all other aspects / provisions to be made on
proposed buses facilitating ease of its mounting /erection on the chassis without causing
any damage / defect to chassis / its aggregates etc. and further facilitating ease of repair
and maintenance of all other fitments / aggregates provided on bus chassis, etc.
2.3. Bus would be designed to carry commuters in TNSTC with ease of boarding and alighting
especially for ladies, senior citizens and PwDs.
2.4. Bus design would be suitable for daily operation of 16 to 20 hours in TNSTC with peak
loading of about 60 passengers in 11-metre-long buses (each passenger weighing 68
Kgs on an average and carrying a load of 7kgs each), average journey speed of about 25
Kms per hour with frequent starts/stops, say, after every 500 to 1000 mtrs. The minimum
max attainable speed of the bus would be in range of 80 kmph with cruising speeds of
40-50 kms.
2.5. Bus design would be eco-friendly, energy efficient, safe, and comfortable meeting
specified exhaust emissions norms (Bharat Stage VI or Euro-VI or latest as amended up
to date of supply).
2.6. Bus must be of proven design suitably modified to climatic & operational conditions,
infrastructure and road conditions obtaining in urban areas of TNSTC.
2.7. Bus design should meet all statutory requirements applicable to TNSTC in all respects.
2.8. The bus structure would meet requirements of structural strength, stability, deflection,
vibration, crashworthiness, roll over protection etc. amongst others for at least the
following main static and dynamic loads including those as per annexure 3 of UBS II:
i. Static loads
ii. Dynamic loads
iii. Single wheel bump loads
iv. Double wheel bump (diagonally opposite) loads
v. Braking and acceleration loads
vi. Front impact loads
vii. Rollover loads
viii. Speed breaker induced loads
2.9. Bus design would be a proved design duly evaluated by agencies authorized as per
CMVR using Finite Element Analysis and or any other mechanism for above loads /
performance requirements for values for above loads/ conditions /performance
parameters as given in subsequent paragraphs.
2.10. Minimum required performance values/ data for above load conditions may be considered
as follows:
i. Strength (Factor of safety): minimum of 1.35 i.e. design stress would be
1/1.35th of yield stress.
ii. Stiffness (Deflection): 5mm.
iii. Vibrations (Lowest Natural Frequency):5Hz

Technical Document 415


iv. Frontal Impact:
(Velocity = 56 Kmph against fixed rigid barrier)
• Head Injury Criterion (HIC) = 1000
• Crumbled Zone = 132mm
• No part of structure would intrude into residual space.
• (HIC= Head Injury Criterion calculation is based on acceleration level at the
head of driver/ passenger & time duration during which maximum value of
above acceleration is build up. Typical acceleration at the head should not
exceed 80g continuously for 3 milliseconds to avoid head cracks).
v. Roll over (as per bus code – AIS 052) tests with modifications of making the
bus roll from ground level instead of the raised platform:
(i) Bus tilted to its unstable position
(ii) Bus allowed to fall freely under gravity from this position.
(iii) Gross vehicle weight of the bus is to be considered
(iv) The Energy absorbed by the structure =0.75 ER
{ER =Reference energy-- the Potential energy of the bus in its
(unstable) equilibrium position).
ER = M.g.h, Where M= Effective weight of the bus; g = Acceleration
due to gravity; h= Height of C.G. above ground level in (unstable)
equilibrium position.}
(a) Angular velocity should not exceed 5 deg/sec.
(b) The unstable position should not occur before 35 deg.
(c) No part of structure intrudes into residual space.
vi. Buckling Factor would be equal to or more than four.
vii. Various loads:
• Normal Loads (Static) = No. of Passengers x wt. of passengers
(68 Kgs.) + passenger luggage weight (7 Kgs). (Besides the
vehicle related loads).
• Bump Loads:
- Bump height = as per relevant Bureau of Indian
Standards (BIS)/Indian Road Congress Guidelines.
- Case I: Single Wheel on Bump/Pot hole.
- Case II: Diagonally opposite wheels on Bump/Pot
hole.
- Case III: Both wheels (Front & Rear) on Bump/Pot
hole.
• Braking Loads:0.6g
Horizontal = 0.6g load, Vertical = 1g load, (Applied together)

Technical Document 416


2.11. The bus, loaded to Gross Vehicle Weight (GVW), with crush load and under static
conditions, would not exhibit deflection or deformation that impairs the operation of
steering mechanism, doors, windows, passenger escape mechanisms and service doors,
etc.
2.12. Manufacturer’s certificate supported by testing and type approval agency’s certificates
along with the bus as also technical specifications/drawings required for inspection,
performance assessment as above to be supplied along with the bus. Besides meeting
the statutory requirements, the bus would be designed with respect to its body and
different aggregates/systems /sub systems to operate satisfactorily in urban transport
service for at least 9 years or 12, 00,000Kms whichever is earlier.
2.13. Detailed schematic drawings of bus structure, seats, interior/ exterior fittings, electrical
systems, wiring looms / harness, photometric items, and other accessories along with
complete details of materials used, their specification, manufacturing tolerances etc.
would be provided by the bus manufacturer. Additionally, details / drawings of mounting /
fastening bus body to chassis to be provided along with the bid specifically bringing out
whether bus body would be welded and integrated to chassis or fastened using fasteners
along with applicable mechanism system /arrangement. Detailed Circuit diagrams for
electricals be also provided by the bidder/bus manufacturer.
2.14. Details of general appearance, seating layout and structural of roof, floor, sides, front &
rear show and driver cab, etc. would be supplied. Main dimensions of the fully built bus
i.e., overall length, overall width, overall height, saloon height, pillar to pillar distance, seat
pitch, number of seats (excluding seat for the driver), entry/exit gates, etc. would be
supplied along with the schematic diagrams/printed literature of the bus.
2.15. Material used in construction of buses would be as per Bureau of Indian Standards (BIS)/
Automotive Industry Standards (AIS)/ specifications and/or other international
specifications meeting/ surpassing performance & other requirements as given in the Bus
Code. In absence of above specifications, Association of State Road Transport
Undertakings (ASRTU) specifications could be followed. Wherever Indian Standards are
not available, internationally acceptable Standards may be referred. Specifications/
Standards followed would conform to Specification/Standards as amended /up dated/ or
the latest published by the concerned agencies. Wherever no specifications of any item
have been notified as International/ National Standards etc. actual specifications of that
item used be mentioned. Guaranteed life of the bus and its other aggregates be indicated
item by item. Periodical maintenance schedule for obtaining the said life of the bus be
also indicated.
2.16. BIS Standards are normally available from Bureau of Indian Standards, Manank Bhawan,
9-Bahadur Shah Zafar Marg, New Delhi-110 002. Web site: http://www.bis.org.in.
Similarly, AIS Standards are available from Automotive Research Association of India,
Post Box No.832, Pune-411 004. Web site: http://www.araiindia.com. ASRTU
Specifications are available from Association of State Road Transport Undertakings,
Sector 12, Dwarka, New Delhi. Web site: http://www.asrtu.org.
2.17. Suitable traps/openings with appropriate sealing and covers would be provided for repair
and maintenance of various aggregate/systems/sub systems / chassis / body/ their
components, etc. of the bus.

Technical Document 417


2.18. Any restriction in design, manufacture and mounting of bus body on chassis, as
envisaged by chassis manufacture, as a part of detailed instructions for this purpose, be
meticulously followed while mounting / joining / integrating bus body to bus chassis.
2.19. The bus would be so designed as to maintain operational stability requirement as per Bus
Code. Interior noise and pass by noise of the vehicle would conform to BIS: 12832:1989
or latest and BIS: 3028:1998, 10399: 1998 or latest respectively.
2.20. It would be ensured that the design, manufacture, certification (wherever called for) &
installation of major bus sub-components and systems are compliant with all such sub-
component vendors’ requirements & recommendations within the frame work of any
statutory, legal and or any other lawful/functional requirements. A certificate of compliance
would be shown on demand. Components used in the vehicle would be of heavy-duty
design.
2.21. Any other provisions/fitments, required for safe and efficient operation and or for fulfilling
statutory requirements be provided in the offered bus.
3. ENGINE:
3.1. Diesel fuelled engine would have appropriate horsepower to obtain desired performance
in respect of its adequacy of power, acceleration levels, emission norms, specific fuel
consumption etc. The engine to have adequate horsepower not only to propel the bus at
its GVW but also to operate efficiently all other auxiliary devices, systems fitted to bus,
simultaneously. As the bus is required for operation in urban services, characterized by
frequent stops and starts, engines of adequate horsepower at lower Revolutions Per
Minute (RPM) levels with a high torque over a larger RPM range (on the lower side of the
RPM range) be considered for use. The Horsepower and torque at defined rpm levels of
the engine be indicated by the bidder in his bid along with other details called for in Part
II / A separate annexure may be added if so required by TNSTC.
3.2. Performance data/curves and other details of the engine have to be supplied. A detailed
set of calculations indicating adequacy of said engine for proposed urban bus be provided
along with all performance parameters of selected engine.
3.3. The engine and its accessories would be easily replaceable. Engine mounting would be
such as to minimize transmission of vibrations to bus structure. Engine foundation &
mounting would be so located as to facilitate easy accessibility & replacement. Engine
design would be such that it would not be overheated during normal operating conditions
of vehicle. An arrangement for audio-visual signal would be provided in the event of
engine getting overheated excessively. The temperature at which signal operates would
be indicated. Similar arrangement for other sub-system of engine with their monitorable
indicators be made on dashboard. The engine would be equipped with electronic engine
management and on-board diagnostic system.
3.4. Engine compartment would be insulated to avoid transmission of heat and noise to saloon
area. This firewall would preclude or retard propagation of an engine compartment fire
into passenger compartment. Only necessary openings would be allowed in the firewall,
and these would be fireproofed. Wiring may pass through only if connectors or other
means are provided to prevent or retard fire propagation through the firewall. Engine
access panels in the firewall would be fabricated of fireproof material and secured with
fireproof fasteners. These panels, their fasteners, and the firewall would be constructed
and reinforced to minimize warping of panels during a fire that will compromise integrity
of the firewall. Firewalls shall be provided between the bus interior areas and the engine

Technical Document 418


compartment which includes the areas in which the engine, transmission, and exhaust
system are housed. The firewalls shall satisfy the requirements defined in Federal Transit
Administration (FTA) of United States standard Docket 90, dated October 20,1993 or
equivalent standards. Bus manufacturer would provide relevant details.
3.5. The engine would be suitably designed to operate optimally under TNSTC’s operational
areas of peak summer heat, humidity and dust.
3.6. Engine noise and emission levels must conform to the Central Motor Vehicle Rules
(CMVR)/ UBSII /AIS 052 any other Indian Standards, adopting the most superior one.
3.7. Specific fuel consumption of diesel per KW hour at Standard conditions (e.g., Delhi Urban
Driving Cycle and or any other equivalent or better followed by test agencies) would be
indicated along with guaranteed fuel consumption level (kilometres per litre of diesel)
under GVW and the standard urban operational conditions / cycle.
3.8. For sound-proofing & for protection against fire risk in engine compartment, no flammable
material or material liable to soak fuel, lubricant or any combustible material would be
used in engine compartment unless the material is clad by an impermeable fireproof
sheet. A partition of heat–resistant material would be fitted between the engine
compartment & any other source of heat.
3.9. The bus would have air intake design / location in a manner as to provide adequate
quantity of dust free, restriction free air so as to avoid any operational problem of the
engine.
3.10. Details of make / model etc. of various items of engine system and its subsystems would
be provided as part of bid.
4. COOLING SYSTEM:
4.1. Heavy-duty radiator and other subsystems of cooling system would efficiently dissipate
heat from the engine system. De-aeration tank and pressurized radiator cap would be
provided. It would be easy for filling and level checking of coolant. Replacement/
maintenance of radiator and its items be also easily carried out. Details of radiator
specifications, cooling capacity, coolant, repair and maintenance procedures etc. would
be supplied.
5. TRANSMISSION SYSTEM:
5.1. Heavy duty Synchromesh Manual transmission system having minimum 5 forward and
one reverse gear would be provided. All operational controls/buttons/switches etc. be
conveniently located within easy reach of the driver. The transmission system and the
control/operational sub systems be easily accessible for repairs and also be easily
replaceable. Complete system details need to be supplied with the bus.
5.2. Transmission system be fitted with a mechanism which makes it possible to engage
reverse gear only when vehicle is stationary.
5.3. Details of make / model etc. of various items of transmission system would be provided
as part of bid.
5.4. Mechanical Clutch system using single dry plate push type clutching system would be
provided

Technical Document 419


6. SUSPENSION:
6.1. The bus would be fitted with air suspension system at rear axles and parabolic leaf spring
waveller type suspension at front. The suspension system would be fitted with shock
absorbers, suitable for trouble free operation and jerk free comfortable ride in existing
road conditions of TNSTC urban area.
6.2. The suspension system shall permit a minimum wheel travel of 90 mm jounce-upward
travel of a wheel when the bus hits a bump (speed breaker), and 75 mm rebound-
downward travel when the bus comes off a bump and the wheels fall relative to the body.
Rebound travel may be limited hydraulically within the shock absorbers. Suspension
system shall incorporate appropriate devices for automatic height control so that
regardless of load the bus height relative to the centreline of the wheels does not change
more than 12 mm at any point from the required height.
6.3. Vertical damping of the suspension system shall be accomplished by hydraulic shock
absorbers mounted to the suspension arms or axles and attached to an appropriate
location on the chassis. Damping shall be sufficient to control bus motion to 3 cycles or
less after hitting road perturbations.
7. STEERING SYSTEM:
7.1. Hydraulic power steering with angle and height adjustment would be provided. Power
steering failure shall not result in loss of steering control.
8. BRAKING SYSTEM:
8.1. The braking system would be full pneumatic type with fail-safe dual circuit having four-
way protection valve, auto slack adjuster, disc brakes in front and drum brakes at rear,
with non-asbestos brake pads / linings having temperature and wear characteristics
suitable for harsh urban operations. Brake squeal would be absent under normal
conditions of operation. An air compressor/dryer which minimizes oil carry over would be
fitted. Braking system would be fitted with air dryer and oil/ water separator system. Buses
would also be provided with hand operated pneumatic flick valve type parking brakes at
rear wheels. Air pressure line would be treated for corrosion resistance.
8.2. In the event of failure of engine and or loss of air in system, adequate provision be made
for obtaining effectiveness of service brake system and or for deactivating the spring
actuated brakes.
8.3. The air compressor system should have sufficient capacity to meet large compressed air
demand for braking in the start–stop type urban operations and frequent opening / closing
of doors besides any other requirement
9. WHEELS AND TYRES:
9.1. The bus would be fitted with steel radial tubed tyres of optimal size and design conforming
to AIS-044 Part I with wheel rims of corresponding size conforming to AIS/ BIS: 10694
(part 3)-1991 or latest. The bus would be supplied with 7 sets of tyres (two on front and
four on rear wheels) fitted on the bus plus one set as spare stepney.
9.2. Details of type, specifications, capacity, make, model etc. of tyres/wheel rims would be
provided as part of the bid.
9.3. Suitable guards be provided near wheels to prevent damage/ for obtaining safety from
stones hurled from tyres.

Technical Document 420


9.4. Splash aprons of minimum 6.50mm thickness composed of rubberized fabric would be
installed behind the wheels as needed to reduce road splash and protect under floor
components. Splash aprons would extend downward to within 100mm of road surface at
static conditions. Apron widths would be no less than tyre widths, except for the front
apron, which may extend across the width of the bus. Splash aprons would be bolted to
the bus under structure. Splash aprons and their attachments would be inherently weaker
than the structure to which they are attached. The flexible portions of splash aprons would
not be included in road clearance measurements. Other splash aprons would be installed
where necessary to protect bus equipment.
10. AXLES:
10.1. Solid beam front axle & grease type front bearings & seals of reliable & proven design of
adequate capacity to take care of maximum Gross Vehicle Weight (GVW) & crush loading
expected during life span, of the bus, of minimum 9 years or 12,00,000 Kms. whichever
is earlier, would be provided.
10.2. The bus would be driven by a single heavy-duty rear axle of proven design, single
reduction, hypoid gears, full floating axle shafts with optimal gear ratios suitable for urban
operations with adequate capacity to take care of maximum GVW & crush loading
expected during life span of bus of minimum 9 years or 12,00,000 Kms. whichever is
earlier. Transfer of gear noise to bus interior would be minimized. Lubricant drain plug
would be magnetic type, external hex head. If a planetary gear design is employed, oil
level in the planetary gears would be easily checked through plug or sight gauge.
10.3. The drive (propeller) shaft would be guarded to prevent it from striking floor of the bus or
the ground in the event of a tube or universal joint failure.
10.4. Details of type, specifications, capacity, make, model etc. of Front& Rear Axles would be
provided at in the bid.
11. DIESEL TANK:
11.1. Diesel fuelled bus must meet and satisfy safety and other requirements as per AIS 052,
type approval; regulatory requirements as per CMVR / Tamil Nadu Motor Vehicle Rules
(TNMVR) and any other applicable regulations for operation in the State of Tamil Nadu,
if any.
11.2. Diesel tank of requisite capacity (165 litres) would be appropriately mounted on to the bus
keeping in mind convenience of diesel filling, safety of system and its maintainability,
operation in the urban areas.
11.3. Capacity of the diesel tank (165 litres) be adequate for over 300 kms of bus running
without refilling.
11.4. Diesel tank and other components of diesel-fuelled vehicles should conform to applicable
AIS / BIS standards or International Specs / standards in absence of AIS /BIS specs.
Additionally, requirement of UN/ECE R34 for prevention of fires be satisfied.
11.5. Detailed drawing indicating location and mounting details of diesel tank / sub-systems be
provided along with the bid
11.6. All requirements of AIS / BIS / CMVR/TNMVR etc. for diesel tank, sub-systems and
components, etc.be fully met and test certificate for the same be provided.

Technical Document 421


12. UNDER FRAME & STRUCTURE:
12.1. The under frame and super structure would be suitably designed to carry peak load of 60
passengers and dense crush load of about 90 passengers in 11-metre-long buses (each
passenger weighing 68 Kgs on an average and carrying a load of 7kgs each) consisting
of seated and standee passengers; the superstructure of steel tubing, bus tare weight, all
other fitments would meet performance requirements under various loads indicated
earlier. The structure would be designed to withstand the transit service conditions of
operation throughout its service life.
12.2. The bus body would be of integrated/ fastened/welded to chassis frame depending upon
the chassis design, with the super structure fabricated using galvanized steel tubing
(ERW– Rectangular / Square Sections) conforming to BIS 4923-1985 or latest, of grade
Yst –240.
12.3. A comprehensive multi-stage anti-rust treatment would be provided to bus flooring, sides,
roof, under-structure, axles, suspension, and all other components for resistance to
corrosion or deterioration from atmospheric conditions & road salts so as to enable them
& the bus frame to last for at least 9 years or 12,00,000 Kms. whichever is earlier.
12.4. Samples of all materials & connections / joints would withstand a two weeks (336 hours)
Salt Spray test in accordance with ASTM procedure B117 with no structural detrimental
effect to normally visible surfaces & no weight loss of over 1%. Details of treatment
provided with relevant specification details be indicated along with suitable calculations
to reflect that the corrosion prevention treatment meets the requirements of minimum 9
years or 12,00,000 Kms. life whichever is earlier in TNSTC’s operational environment.
Details of the system followed for corrosion prevention of internal surfaces of structural
tubing would be supplied. A certificate of testing from an authorized test lab be provided.
12.5. Front and rear structure design would be energy absorption type to reduce impact
stresses into under frame/side structures/ other areas of the vehicle. Damaged area of
the vehicle would be easily repairable and or replaceable in the event of any major
damage at normally available workshop facilities and without any need for specialized
tools / fixtures and equipment.
12.6. Entire surface of bus under floor and sides besides other fitments on chassis / under bus
floor and exposed to ground would be covered with appropriate corrosion prevention &
flame retardant paint coating for protection against harmful effects of water, mud etc. and
to retard flames, if any. Wheel housings would be constructed to contain tyre bursts
during operation and be flame retardant in case of tyre fire.
12.7. Sufficient clearance & air circulation would be provided around the tyres, wheels & brakes
to preclude over-heating when the bus is operating
12.8. Metal Inert Gas (MIG) welding would be used for steel structural member’s fabrication.
12.9. All structural members would be MIG welded besides suitable gussets/ brackets of
adequate size & thickness be provided on floor, side, front, rear & roof structure to ensure
structure rigidity & integrity. Material, shape size and specs of such gussets / brackets
would be provided by the bus supplier in their supplied drawings.
12.10. After anti corrosive treatment, structural members would be coated with red oxide/ Zinc
Chromate primer & superior quality black paint.
12.11. During structural assembly operations, a number of holes are drilled and or weldments
made after the corrosion prevention treatment of components/structural items/members

Technical Document 422


causing loss of such treatment and exposing these items to corrosion. Manufacturer
would take sufficient care to carry out corrosion prevention of items so exposed to
effectively prevent corrosion.
12.12. Under floor to sidewalls would be sealed to prevent dust ingress.
13. PANELLING:
13.1. Bus exterior side panels would be fitted with stretched steel sheet at waist level. The
exterior front-end panelling would be of steel sheet while roof, rear, sides & skirt panelling
would be of aluminium. All interior panelling would be of Acrylonitrile Butadiene Styrene
(ABS) conforming to relevant National or International Standards - equivalent or better.
The space between interior and exterior panels shall be filled with thermocol of
appropriate specifications.
13.2. Wherever aluminium is joined with steel or with/ any dissimilar metals together, the
involved joints would be treated with thick layer of approved quality dielectric paint
conforming to relevant Indian/ International Standards, before assembly. Adequate
treatment be also provided to avoid any incidence of galvanic corrosion between
dissimilar metals.
13.3. Panels would not have any waviness & would be so mounted as to present smart
aesthetic exteriors. Details of the above said panelling including specifications / thickness/
sizes of panels, fittings, rivets/ bolt pitch etc. would be supplied.
13.4. All side skirt panels below stretch panel be of such design as would facilitate quick
replacement of any damaged panel(s) with pre-painted panels. The side skirt would be
able to withstand side impact as per provisions of BIS: 14682-1999 or latest. Similarly
rear end would be able to withstand rear impact as per the provisions of BIS: 14812-2000
or latest
13.5. Anti-drumming compound would be applied on inner side (enclosed surfaces) of entire
panelling.
13.6. Roof structure would be thermally insulated with flame retardant Polyurethane or glass
wool of minimum 40 kgs/m3 density. The specifications/ BIS Standards for aforesaid
insulating material would be supplied.
13.7. Metal Inert Gas (MIG) welding for fabrication of aluminium components would be used.
13.8. Rain gutters would be provided to prevent water flowing from the roof onto the passenger
doors, driver’s side window, and exterior mirrors. When the bus is decelerated, gutters
would not drain onto windshield, or driver’s side window, or into the door boarding area.
Cross sections of the gutters would be adequate for proper operation.
13.9. Entire front end of the bus would be sealed to prevent debris accumulation behind the
dashboard and to prevent driver’s feet from kicking or fouling wiring and other equipment.
Front end would be free of protrusions that are hazardous to passengers standing or
walking in front of the bus during rapid acceleration.
13.10. Interior panels would be attached so that there are no exposed unfinished or rough edges
or rough surfaces. Panels & fasteners would not be easily removable by passengers.
Fasteners and or their capping used for above purpose be such as to resist vandalism /
easy removal by any person including but limited to commuters.

Technical Document 423


14. PAINTS:
14.1. All structural members of the bus would be treated for corrosion prevention internally as
well as externally and painted wherever required. Polyurethane (PU) painting based spray
paint of standard companies conforming to latest/ international Standards as applicable
would be used for exteriors painting of bus including interiors wherever required. Colour
shade would match to the shades as per BIS: 5-1978 or latest. Details of paints used,
surface treatment & preparation, corrosion prevention treatment, base primer coatings,
number of paint coats to be applied etc. would be supplied.
14.2. All exterior surfaces would be smooth & free of wrinkles & dents. Exterior surface to be
painted would be properly prepared as required by paint system supplier, prior to
application of paint to ensure a proper bond between the basic surface and successive
coats of original paint for stipulated service life of the bus. Paint would be applied smoothly
and evenly with the finished surface free of dirt and following other imperfections:
i. Blisters or bubbles appearing in the topcoat film.
ii. Chips, scratches, or gouges of the surface finish.
iii. Cracks in the paint film.
iv. Craters where paint failed to cover due to surface contamination.
v. Overspray.
vi. Peeling.
vii. Runs or sags from excessive flow and failure to adhere uniformly to the
surface.
viii. Chemical stains and water spots.
15. COLOUR SCHEMES:
15.1. Exterior, interior colour schemes and logo/ graphics would be painted as directed by
TNSTC. Information, on seats, for reservation for persons with disabilities, ladies, senior
citizens would be marked as per the details provided by the TNSTC.
16. SERVICE DOORS:
16.1. Two service doors (passenger entry / exit) with steps, one on rear side of the front axle
and the other behind / ahead of rear axle as indicated in summarized specs in part II,
would be provided on near side (on kerb side wall).
16.2. Layout of passenger service gates on near side generally as brought out in Part II of these
specs.
16.3. Doors would be Jack-Knife (JK) type. The door flaps shall be so designed as to provide
positive sealing against ingress of water in the bus particularly during any water logging /
flooding on roads.
16.4. Operation of entry and exit doors would be electro-pneumatically controlled by driver with
internal and external emergency operational controls. In an event of an emergency, it
would be possible to open doors manually from inside the bus by using a force no more
than 10 Kg. after actuating and unlocking device at each door. Unlocking devices would
be clearly marked as an emergency device & would require two distinct actions to actuate.
16.5. Doors, operating mechanisms, door hinges and locks would comply with safety
requirements as per Indian / International Standards (to be specified and supplied by the

Technical Document 424


bus manufacturer). Overall dimensions and construction of entry and exit doors would
normally be identical so that doors and door operating mechanisms are interchangeable.
Closing and opening time of doors should be in the range of 4 seconds each. There would
be maximum opening area in longitudinal & vertical directions in fully open condition. Door
operating mechanisms, brackets etc. would be maintenance free and designed with
lifetime durability of minimum 9 years or 12,00,000 Kms. whichever is earlier.
16.6. A pilot lamp on the driver’s dashboard would be provided to warn that the door is ‘Open’
or not fully closed.
16.7. Entry and Exit doors would be provided with suitable support in form of grab handles for
boarding/ alighting passengers on JK door flaps. Electronic / other suitable sensors would
be installed at all entry and exit doors to retract door automatically if any obstruction to
door occurs during door closing. It must be effective until door is fully closed.
16.8. Colour shade would match to the shades as per BIS: 5-1978 or latest.
16.9. A red sign indicating “Door Closing / opening” would be installed above the entry-exit
gates. The sign will blink when doors are closing or opening.
16.10. A suitable device to prevent doors from opening as long as bus is in motion would be
provided.
16.11. Service Doors’ operation would be controlled with help of separate push buttons and one
switch for each door mounted over the doors. One each red master button to close all
entrance and exit doors at same time would also be provided on driver dash-board and
the conductor seat.
16.12. All buttons and switches would be labelled on a panel to right side of the driver.
16.13. Heavy-duty prominent nosing of bright yellow colour would be used to protect edge at
entrance/exit.
16.14. Access door would be provided with heavy-duty sealing to avoid ingress of dust and
water into passenger compartment. Upper & lower section of both front & rear door flaps
would be glassed for not less than 45% of the respective door opening area of each
section. Glazing material & glass in doors would be same as in side windows.
16.15. Details of above service doors including electro-pneumatically controlled door closing
system with complete circuit diagram would be supplied. Photo-cell controlled opening /
closing functions of doors and a “sensitive edge” made for safe entry-exit be fitted.
16.16. Doors would be fitted with heavy-duty hinges as per bus code.
16.17. Doors would be fitted with heavy-duty locks with &/ without lock & key depending upon
their use. Striker plate would be fitted at the closing end of locks.
16.18. All handles would match to décor of its fitment location or would be chrome plated.
16.19. Doors would open or close completely in about 4 seconds from the time of control
actuation and would be subject to closing force requirements and adjustment
requirements. Front door would remain in commanded state position even if power is
removed or lost. Operation of & power to, passenger door would be completely controlled
by driver. A control or valve in driver’s compartment would shut off power to, and/or dump
the power from, front door mechanism to permit manual operation of front door with bus
shut down.

Technical Document 425


17. GUARD / GUARD RAILS:
17.1. Suitable guard would be provided in areas such as service doors entry/exit areas where
seated passengers are likely to be thrown into as a result of heavy braking, Guard height
would be minimum 800mm from bus floor, and guard would extend inward from the wall
at least 100mm more than the centre line of the seating position of the passengers who
are prone to this risk.
18. WINDOWS:
18.1. Windows would be of large size for panoramic view. They would be in two/ three-piece
window glasses. Toughened glass wherever used in bus body would be 4.8 mm to 5.3
mm thick for 11-metre-long buses– each aesthetically installed. Size and shape of the
glasses would enable even the standees to have maximum outside view without
kneeling. General requirements of windows would be as per the provisions of bus code
(AIS 052).
18.2. Windows would have provision of suitable sealing to avoid ingress of dust and water and
would have proper/ efficient drainage system as per AIS 052 /UBS II.
18.3. Details of window design; fitment etc. would be supplied by the bidder along with the bid.
19. WINDOW GUARDRAIL:
19.1. In non-AC Buses window guard rails as specified in bus code (AIS 052) shall be
provided.
20. EMERGENCY EXIT:
20.1. Emergency exits would be provided in bus as per the provisions of Bus Code – AIS 052
/ CMVR. Possibility of using passenger entry/exit gates on near side for said purpose
would be explored by manufacturer and confirmed. Details of Emergency exits including
their numbers, locations, sizes, markings etc. would be supplied.
21. ESCAPE HATCH:
21.1. In addition to emergency exits, at least two escape hatches (one each in front and rear
half of bus) would be provided in roof as per bus code. A number of additional hatches
may also be provided for facilitating ventilation inside bus.
22. STEPS:
22.1. There would be two steps provided at the entrance / exit gates on the near side
23. FLOOR:
23.1. Bus floor design would be with steps in boarding / alighting gates.
23.2. Floor height of the bus would be 900 ±10mm from ground level.
23.3. Internal saloon height would be 1900 mm minimum.
23.4. Floor design would allow easy cleaning including that of sweeping & drainage of water.
23.5. Floor would be fitted with fire retardant 15mm thickness phenolic resin bonded densified
laminated compressed wooden floor board (both side plain surface) having density of
1.2 gms/cc conforming to IS 3513(Part-3): type VI 1989 or latest. The flooring should
also be boiling water resistant as for marine board BIS:710-1976/ latest and fire retardant
as per BIS:5509-2000 (IS15061:2002)

Technical Document 426


23.6. The said floor would be covered with anti-skid type silicon grain material of minimum
3mm thickness meeting Indian/ International Standards (to be indicated by the bus
manufacturer in the bid), ISO 877/76 for colour, IS5509 for fire retardancy. Adequate
sealing would be provided in the floor to prevent ingress of dust, gases, water etc.
Provision of draining of water if any on bus floor would be made.
24. GANGWAYS:
24.1. Gangway-from front entry/exit gate walls through the entire bus length, would have clear
space of minimum 650 mm for passenger movement and would be generally as per the
provisions of the Bus Code (AIS 052)/ UBS II and meet statutory requirements. The clear
space requirement would be minimum 850mm for wheel chair accessibility through the
designated gate.
25. HANDRAILS AND HANDHOLDS
25.1. Handrails and Handholds would be provided as per provision of bus code (AIS 052) /
UBS II. The surface of handrails & handholds would be colour contrasting and slip-
resistant.
25.2. All handrails would be of aluminium tubing of 32 mm dia and 3 mm thick. Depending
upon the size of the bay (i.e., between two consecutive roof hand rail brackets), minimum
2 to 4 numbers handholds per bay would be provided so that every standee passenger
even during crush load is able to grab a hand hold.
25.3. Hand holds be made of transparent polycarbonates with provision for display of
advertisements. Hand holds be appropriately fastened to the hand grab rails so as to
prevent their axial sliding and or rotation. Details of the handrails & handholds fitted
would be supplied.
26. STANCHIONS
26.1. Vertical stanchions would be so positioned to facilitate access to seats for those
standing. Stanchions would be of 40.0 mm dia and 3.15 mm thick aluminium tubing with
surface of colour contrasting and slip resistant and fitted vertically with attachment to roof
and floor of bus.
26.2. Stanchion pipes and the handrails would be painted in cannery yellow colour while the
joining brackets be painted in grey colour generally matching with inner panelling.
26.3. A suitable device, such as high visibility bell pushes, for convenience of passengers to
request for stopping bus be provided at appropriate locations.
27. PASSENGER SEATS:
27.1. Passenger seats would be front facing in city buses, comfortable, durable & maintenance
free of ‘PPLD/LDPE’ (Polypropylene/Polyethylene Low Density) moulded construction
and or any other suitable material for a fully built passenger seat meeting performance
requirements of AIS023 and other requirements as per the Bus Code (AIS 052). The
‘PPLD/LDPE’ moulded seat would be fitted on metal frames.
27.2. Similarly, ‘PPLD/LDPE’ moulded seat backrest would be appropriately fitted. Suitable
integral type seat hand grab rails would be provided one on top of backrest & one at the
back of backrest for seated passengers.
27.3. Seat pitch would be maintained at 700 mm (minimum) (against 686 mm as per AIS 052
rounded off to 700mm) for non-AC buses.

Technical Document 427


27.4. Details of seat design, material, specifications, pitch and other relevant data and the
seating layout would be supplied by the manufacturer for approval of TNSTC.
27.5. Details of seating lay out, accommodating maximum number of seats in 2x2 layouts in
11-metre-long buses for city operations meeting requirements of the bus code, would be
supplied. Seating capacity would be minimum 40 pax plus the driver plus one wheel chair
passenger, etc. Standee capacity of bus worked out as per system given in bus code
(AIS 052) and extract placed at Annexure I, would be indicated by manufacturer. Seating
and standee capacity of bus would be minimum 60 for 11-metre-long bus (worked out
as per AIS 052).
27.6. Construction/ fitting of the seat would be such as to be easily replaceable and repairable.
28. SEAT BELTS AND ITS ANCHORAGES:
28.1. Seat belts would be provided for the seats as per the provisions of CMVR & Bus Code
(AIS 052). Any seats provided at rear end of bus/seats in centre (facing the gangway)
would necessarily be provided with seat belts. Seat belts and its anchorages would
conform to the requirements of AIS 005 and AIS 015. Seat belt, wheel chair anchorage
etc be provided as per applicable AIS.
29. DRVIER’S WORK AREA:
29.1. A driver door of not less than 1600 mm height and 650 mm width and with requisite steps
would be provided for entry and exit to driver’s work area. Proper hand holds and steps
would be provided for easy access to driver’s cabin. All other requirements of driver’s
work area would be as per the provisions of Bus Code -AIS 052. Driver’s work area would
have lighting arrangement to provide general illumination and it would illuminate half of
the steering wheel nearest to the driver. Brake Pedal Angle would be determined from a
horizontal plane regardless of slope of cab floor. Driver entrance-cum-exit door would be
provided as per Bus Code (AIS 052) with a provision of maximum width of sliding window
using material like glazing & glass as used in other side window glasses. Driver work
area would be equipped with a 24V DC, 200mm diameter fan mounted at proper height
on side structure. Colour of fan would match the interior decor of the bus.
29.2. Driver’s visibility in front of the bus, seated on driver seat, be as per bus code (AIS 052)
/ CMVR
29.3. Driver’s seat would meet the requirements of AIS 023.
29.4. Driver partition would be provided as per AIS 052.
29.5. A barrier of bulkhead between driver and front passenger seat would be provided. The
barrier would minimize glare & reflection in windscreen directly in front of barrier from
interior light during night time operation.
29.6. Dashboard Instrumentation and Control System
i. Bus would have ergonomically designed moulded type dash board and
instrument panels made out of Fibre Reinforced Plastics (FRP) material.
Details of materials used their specifications etc. of dashboard and
instrument panel would be provided by the manufacturer.
ii. Bus would have dash board with full instrumentation panel containing
meters and gauges to indicate important parameters like air pressure,
coolant temperature, battery charging current, fuel level, side indicators,
head lights, hand brakes engagement, engine oil pressure, status of

Technical Document 428


entry-exit gates, etc. In addition, warning lights for low engine oil
pressure, high cooling system temperature & low coolant level, low
pressure and high temperature of transmission oil, low fuel level, if any,
low air , battery weak, would be provided at the driver’s dash board. All
the dashboard controls and instrumentation system would be as per the
bus code.
iii. On board electronic diagnostics system would be provided as per UBS
II.
30. REAR-VIEW MIRRORS- INTERIOR AND EXTERIOR:
30.1. Rear-view mirrors would be provided on both sides of bus to enable driver to have clear
side/rear views. One interior rear-view mirror would also be fitted for viewing saloon area
by driver. Installation and performance requirements of rear-view mirrors would conform
to AIS 001 and AIS 002. Exterior rear-view mirrors would also enable the driver to view
object near bumper area.
30.2. CCTV camera and a buzzer would be provided at rear end of the bus along with audio
video facility at driver dash board.
31. SUN VISOR AND HORN:
31.1. Adjustable sun visors would be provided for windshield & driver’s side window. Visors
would be shaped to minimize light leakage between visors & windshield. Adjustment of
visors would be made easily by hand with positive locking & releasing devices and would
not be subject to damage by over-tightening. Sun visor construction & material would be
strong enough to resist breakage during adjustment. Visors may be transparent but
would not allow a visible light transmittance in excess of 10%. Visors where deployed
would be effective in driver’s field of view at angles more than 5o above horizontal.
31.2. An electric horn conforming to BIS: 1884-1993 or latest and installation requirements
conforming to AIS 014 would be fitted in bus and further conforming to the provisions of
CMVR.

32. INTELLIGENT TRANSPORT SYSTEM (ITS) AND THE ITS DEVICES:


This section provides general end-use specifications of ITS systems and the devices to ensure
that bus body building shall be done in a way as to provide for raceways/conduits for wiring
(Data and Power) for these devices during bus body building. The devices shall also need
mounting surfaces/ structures provisions for which shall be made as part of bus body building.
TNSTC proposes to get ITS items fitted / installed in the bus, as per detailed specs provided
herein. The bus supplier would acquire the entire ITS / devices / system, hardware, firmware,
software, integration and data and any other item to make the system functional, install and
commission the same on-board in a manner as to deliver the end use requirements
simultaneously being fully compatible and synchronized with the back-end systems. The bus
ITS would have, among other items, SCU (System Control Unit) and Bus Driver Console (BDC),
PIS Boards, PA- Public Address System GPS system, Panic Button, Reverse Parking Camera,
Provisions for In-Bus Security Camera Network, Telematics system (J1939 – CAN 2.0),
Wiring harness , etc. The detail minimum technical and functional specification of the ITS system
available in Annexure IV – Specifications for Intelligent Transport System (ITS) of this document
for compliance.
32.1. General Requirements

Technical Document 429


i. All On-Bus Intelligent Transport Systems, ‘OBITS’, (which includes
SCU(OBU), BDC, PIS boards, PA system, Reverse parking camera panic
button, Telematics system, Wiring and harness) equipment to be procured
for diesel shall be integrated with one another and shall be capable of
integration with the backend systems to be procured by the Purchaser in
future.

ii. The hardware to be procured for the ICT aggregates shall be compliant to
any of the AIS-140, UBS II, IS 16833 with the subsequent amendments
applicable.

iii. The bidder shall support the operations, maintenance and integration of
all supplied and installed ICT/ ITS systems on buses for a Contract Period
of 9 years from the date of delivery & acceptance of each bus by authority.

iv. All the component/sub-component of the OBITS system shall be internally


integrated and single compact-box solution with easy to install and
maintain.

v. Operation and Maintenance requirements for ICT/ITS system:


a. Bidder shall have to maintain the Hardware Unit during the contract period as per
instruction of Purchaser
b. Any faulty equipment shall be replaced with a tested unit from the spares
maintained by Bidder. Bidder will have to self-assess on the requirement of the
spares in the project for the continuous service.
c. Repair and testing of equipment shall be done at Bidder’s maintenance center
and not at site/depot.
d. A repaired unit shall be tested for full functionality as at the time of deployment
and certified before it is reinstalled at any site.
e. Spare Items shall be kept so as to replace as and when required throughout the
contract period in provision of the RFP for the Buses.
The system shall build redundancy so that bus PIS boards can be functional
in case of SCU(OBU) GPS outage.

Wiring provision to be maintained for installation and connection of in-bus


surveillance systems in future. It should cover provision for.
a. Minimum Two (2) wide angle cameras for clear view of driver and
passenger cabin and reverse camera.
b. Minimum Four (4) panic buttons on the bus located conveniently within
bus such that it prevents accidental trigger. They are to be used for
triggering the alerts in any emergency situations.
The ICT aggregates to be provided by the bidder shall have two (2) year default
warranty and shall be extendable for a period of further 7 years. The warranty
shall include continuous on-site support for the respective site locations.

The bidder shall have to provide the required protocol document and SDKs
for the preparation the route configuration files to each STUs.
32.2. Fitment Requirements

Technical Document 430


Fitment of all on bus devices shall be as per UBS- II or equivalent international
guidelines - Chapter 10 – 17.8.7 or or equivalent international guidelines:
• All On Bus Intelligent Transport Systems, ‘OBITS’, (which includes SCU(OBU), BDC,
PIS boards, PA system, reverse parking sensor, panic button, Telematics system)
equipment including wiring harness, antennas to be original factory fitment.
• Front, side, rear signs should be mounted with a gap with the glass so that the glass on
signs and of the bus can be cleaned by swiping
• All equipment should be fitted in a way to minimize unintentional damage, shielded from
direct engine heat, protected from water splash and dust.
• All equipment should be fitted with the gasket for the vibration free fitment.
• All cables need to be properly anchored, marked and labelled
• Others:
o Front sign: central
o Rear sign: central
o Side sign: first window ahead of rear door (central line of sign should coincide
with central line of window)
o Inner sign: centralize along the width of bus behind the driver's partition
• Six Speakers with protective grill : one each near the doors and others equally distributed
across the length of the bus.
• SCU(OBU), recorder, amplifier : secured and ventilated compartment right above the
driver
• BDC: ergonomically placed for driver ease
• Combi antenna: suitable place to define inside the bus (preferably) with direct line of
view for 'affixing' the unit.
• Reverse Parking Sensor: High resolution surveillance camera to be placed back-side of
the buses for the clear view of the reverse area when reverse gear engage.

32.3. Integration Requirement


• Bidder shall mount ICT equipment’s as specified herein on Buses.
• Bidder shall also ensure to supply equipment compatible with proposed ICT/ITS System
of Authority so as to enable smooth integration.
• Integration of ICT aggregate with respective backend software shall be joint
responsibility of bidder and the backend System Integrator. To that effect, the bidder
shall be responsible for firmware modification, expose protocols/APIs as required to the
backend SI and so on for integration purposes. In case of dispute, the Authority's
decision shall be final, and both the parties will have to abide.
• ICT aggregate equipment’s fitted in Diesel Buses should provide required
data/information to backend system installed by the Authority appointed System
Integrator so as to provide MIS reports such as Trip summary, Schedule adherence of
Bus with respect to Trip, Real time information pertaining to "off route" (detour), Trip
information with start and end destination, driver details, speed, missed stop, Bus details,
driver behaviour and CAN parameters etc. It should also provide information so that
Operations Centre is able to check whether on-board devices are alive and monitoring
capability of PIS health (which PIS is working).
• Bidder is required to provide above functionalities with scalability to integrate with third
party systems through standard Active Programming Interfaces (APIs) such as ICT/ITS
backend system, city traffic management systems, journey planner app etc.

Technical Document 431


• Bidder and Authority shall agree to share interfacing protocols and APIs with each other
for smooth integration with other ICT/ITS System as required by Authority.

32.4. Training Requirements


• Well trained, efficient and effective ground support staff shall be provided by the Bidder
during the operation and maintenance phase of the project.
• The bidder shall be responsible for trainings for but not limited to operating equipment,
reporting incidents, regular maintenance, spare replacement, route backups, video
backups etc. for Drivers, Maintenance staff and Depot Supervisors/Staff.
• Training sessions shall be designed individually as per requirement for the drivers,
maintenance staff and depot supervisors/staff.
• The Bidder, at its own cost, shall “Train the Trainers” on 1) BS VI technology and 2) on
board ITS equipment to at least 25 Driving Instructors and 15 Maintenance Instructors
per TNSTC STU. This shall also include training the Depot Managers and Engineers.
• The Bidder shall provide adequate material and resources required for the training.
• The Bidder shall submit the training content, Manuals and list of resources to the
Authority within 10 days from the date of issue of Letter of Acceptance/ Work Order. The
training content shall be reviewed by the Authority or representatives of the Authority in
light of larger capacity building program proposed under the Bus Modernisation Plan.
The Bidder shall immediately commence the training pursuant to clause above after
incorporating the suggestions/modifications provided by the Authority or its
representatives. The Bidder shall make available the finalised training manuals in
English and Tamil languages for the purpose of imparting better understanding of the
training content to the trainees.
• The training shall be provided at regional training centres of the Authority/IRT. The
Bidder shall provide minimum 3 (nos) of training bus or simulator or similar adequate
infrastructure for the purpose of Physical Training based on the requirement. The Bidder
can also arrange such Physical Training at its own premises/facility at its own cost.
• The Bidder shall make available such infrastructure for Physical Training, till arrival of
first lot of buses in each STU, for the purpose of Training by the Trainers to the other
staff.
• The Training for all the required staff as provided above shall be completed before
completion of Prototype Inspection of all the Bus Types.
• The Bidder shall have to certify the trainees for the said training programs and a
satisfactory note to be issued by trainees at the end of training program.
• GPRS network for the data transmission from ITS system to the backend will be provided
by the Authority.
32.5. The bus manufacturer shall be responsible to supply buses meeting ITS specifications
outlined in this clause and compatible with off-board / control items and the
communication systems. The ITS service provider hence needs to coordinate with
various vendors/suppliers including but not limited to those responsible for supply of
buses, ETVMs, routers, SCUs, display boards, cameras, GPS and other ITS equipment,
etc.
33. STOP REQUESTS:
33.1. A suitable device for the convenience of passengers including PwDs / wheel chaired
passengers, to request for stopping bus be provided at appropriate locations inside the
bus on stanchions in a manner as to prevent un-intentional operation, deliberate

Technical Document 432


attempts by children, etc. Such stop request buttons shall be within easy reach of
passengers including PwDs and wheel chair passengers.
34. BUMPERS:
34.1. Bus would be provided with front and rear bumpers of Steel or impact resistant polymer
or combination of both meeting requirement of an energy absorbing system. The bumper
would be easily repairable/ replaceable. Bumpers would conform to the requirements of
CMVR, AIS, and Bus Code/any other international Standards (to be specified by the
manufacturer). Details of above bumpers along with drawings including thickness of
bumpers, section, profile etc would be supplied by the Successful bidder.
34.2. Bus manufacturer would provide details of materials used, their specifications and
process followed for their repair and maintenance along with material required.
35. TOWING DEVICE:
35.1. Heavy-duty ring type towing devices would be provided in front and rear bumper area
with load transfer to bus structural members. Capacity of each towing device would be
1.2 times (minimum) the kerb weight of the bus within 30 degrees of longitudinal axis of
the bus. The manufacturer would supply a copy of the test certificate of the towing
devices
36. WIND SCREENS:
36.1. Front wind screen in the bus would be in single piece design, plain/ flat with curved
corners, intervening PVB film laminated safety glass of minimum thickness of 8.76 mm.
Rear windscreen would also be in single piece design, flat in centre and curved on
corners toughened glass of thickness of 5.5 mm + 0.5mm. Windscreen glasses would
meet the requirements of BIS 2553: Part II-1992 or latest and that of CMVR and Bus
code (AIS 052). The glazing used for fitment of glasses would be Ethylene Propylene
Dien Monomer (EPDM) rubber of black colour or pasted with adhesive material
conforming to Indian/ International Standards to be specified by the manufacturer. A grab
handle and suitable handles on the outside of windshield centre at waist level would be
provided to facilitate manual cleaning of the windscreens.
36.2. The windshield shall permit an operator's field of view as referenced in SAE
recommended practice J1050. The vertically upward view shall be a minimum of 15
degrees, measured above the horizontal and excluding any shaded band. The vertically
downward view shall permit detection of an object 1.35-metre-high no more than 600
mm in front of the bus. The horizontal view shall be a minimum of 90 degrees above the
line of sight.
36.3. The windshield shall be easily replaceable by removing zip-locks from the windshield
retaining mouldings. Bonded-in-place windshield shall not be used. The windshield
glazing material shall have 8.76mm nominal thickness double laminated safety glass
conforming with the requirements of ANSI Z26.1 Test Grouping 1A and the
recommended practices defined in SAE J673.
37. WIND SCREEN WIPERS:
37.1. Electrically operated windscreen wiper system having two wiper arms with blades would
be provided. Wiper motor would be heavy-duty steel body for minimum of two-speed
operations. Wiper arms would rest horizontally when not in use. The sweep angle would
be sufficiently wide for clear view during rainy days. Windscreen wiping system would
be 24V, having speed control with fitment of time delay relay as per AIS 011. Windshield

Technical Document 433


washer system would spray washing fluid on windshield & when used with the wipers,
would evenly & completely wet the entire wiped area. Windshield washer system would
have a minimum of 3 litres capacity tank suitably located for easy refilling from inside the
bus and two nozzles at suitable location for proper spray of fluid. Reservoir pumps, lines
& fittings would be corrosion resistant & reservoir itself would be translucent for easy
determination of fluid level. The windscreen wiping system would be in accordance with
CMVR/ BIS: 7827 Part1, 2, 3 (section 1, 2) or latest.
38. FIRE EXTINGUISHERS:
38.1. Multipurpose fire extinguishers would be ISI marked conforming to BIS: 13849-1993 or
latest, dry powder type (Stored pressure) duly filled, of capacity and quantity as per the
provisions of GSR-853 (E) dated 19.11.2001 notification of Government of India, Bus
Code, UBS II. Fire extinguishers would be encased & fitted with proper reinforcement.
The enclosure box would have transparent breakable glass at front cover.
39. FIRST AID KIT:
39.1. First aid kit complete with items, medicines, bandages etc. would be provided as per
provisions of CMVR fitted near driver seat at appropriate position and level on side with
proper reinforcement.
40. PROVISIONS FOR PERSONS WITH DISABILITIES:
40.1. The manufacturer would provide for ease of accessibility, guidance, anchorage of one
wheel chair on-board, positioning of aids etc. system for PwDs that meets the
requirements as given in the Bus Code, AIS 153 and CMVR and “Harmonized
Guidelines and Space Standards for Barrier-Free Built Environment for persons
with Disability and Elderly Persons – as applicable to Public Transport”.

41. BATTERY:
41.1. Battery system would be 24V of minimum 180 Amps-hour capacity, low maintenance
type lead acid batteries. Batteries would be well secured to a hinged/ pivoted or slide out
type carrier for ease of access for repair & maintenance, replacement and suitably
ventilated for escape of fumes but insulated against ingress of dust and moisture.
Battery box would be mounted near/ next to engine compartment and would be well
secured, easily accessible & ventilated. Performance requirements of batteries would
conform to BIS: 7372-1995 (or latest).
41.2. Battery terminals with positive locking system (e.g., angle type terminal with provision for
double bolting) duly protected against all possible short circuit risk would be provided.
41.3. Each battery cable would be covered with flame retardant Grey colour corrugated flexible
pipe and would be properly encased & clamped.
41.4. A relay controlled Heavy-duty type battery cut-off switch (isolator switch) capable of
carrying & interrupting total circuit load would be provided 1 each near battery / driver on
side panelling at appropriate level for disconnecting all battery positives except for safety
devices such as fire suppression system & other systems as specified. Two points of
battery cut off switch would be connected with battery and two points would be connected
with self-starter. The battery Cut-off switch with power plant operating, would not damage
any components of electrical system in off position. The battery Cut-off switch would be
capable of carrying & interrupting the total circuit load.

Technical Document 434


42. ELECTRICAL EQUIPMENT AND WIRING:
As per details given in UBS II and generally as under:
42.1. The bus would have 24 Volt D.C with multiplex wiring system for all its electrical
equipment except in unavoidable circumstances to avoid sparking in buses. A separate
system/ mechanism would be provided for discharge of electro static charge induced
during the operation of vehicle. Adequate precaution would be taken in case of single
pole wiring to avoid spark in items such as self-starter, alternator etc.
42.2. An adequate capacity alternator of 24V DC, minimum 150A rating with consistent output
to take care of high idling periods of city operation, would be provided and so located as
to minimize ingress of oil or rain water into it.
42.3. A pre-engaged type 24V DC Self-starter of adequate capacity (minimum 180Ah) with
relay would be fitted in bus and so located as to minimize ingress of oil or rain water into
it.
42.4. Details of specifications of Battery, Alternator and Self-starter along with circuit diagrams
would be furnished by the manufacture along with their bids.
42.5. Electrical equipment and wiring would conform to Indian/ international Standards, bus
code and UBS II. All cabling would be as per provisions of Bus code / UBS II. The wiring
would be multiplex system, flame proof, ISI marked conforming to BIS: 2465-1984 or
latest. As far as possible electrical system would be 24V double pole multiplex wiring
system except in unavoidable condition. However, in case of single pole wiring all power
& ground wiring would have double electrical insulation, which would be waterproof
conforming to the Indian/ International Standards. Wiring would be grouped, numbered
& colour coded. Wiring harnesses would not contain wires of different voltage classes
unless all wires within the harness or insulated for highest voltage present in harness.
Kinking, grounding at multiple points, stretching & exceeding minimum bend radius
would be prevented.
42.6. Wiring looms/ harness for electrical system of bus would be properly routed, encased/
concealed type so mounted to eliminate chances of any spark. Details of above wiring
loom including circuit diagram; layout of controls etc. would be supplied by the bidder
along with the bid wiring support would be protective & non-conducting at areas of wire
contact & would not be damaged by heat, water, solvents or chafing.
42.7. All electrical fittings and lights would be fully wired up, running in flame retardant black
colour PVC sleeves as per applicable Indian Standards (to be specified by the
manufacturer) and installed in a manner to facilitate easy inspection/ rectification/
replacement etc. as & when required without disturbing internal finish/ décor of the bus.
Whenever any wire or cable or PVC sleeve carrying cable etc. passes through holes in
sheet metals/ structural member, suitable rubber grommets/ Bakelite inserts would be
provided in these holes to avoid direct contact between cables and sheet metal causing
damage to insulation coating.
42.8. Bus manufacturer would furnish details of above wires/cables and battery cables.
42.9. Design of electrical, electronic & data communication systems would be modular so that
each major component, apparatus panel or wiring bundle is easily separable with
Standard hand tools or by means of connectors. Each module except main body wiring
harness would be removable & replaceable. Power plant wiring would be an independent

Technical Document 435


wiring module. Replacement of engine compartment wiring module would not require
pulling wires through any bulkhead or removing any terminals from the wires.
42.10. Electrical system & its electronic components would be capable of operating in area of
the vehicle in which they will be installed. Electrical & electronic equipment would not be
located in an environment that will reduce performance or shorten life of the component
and or electrical system. No vehicle component would generate or be affected by electro-
magnetic interference or radio frequency interference (EMI/RFI) that can disturb
performance of electrical / electronic equipment.
42.11. Bus manufacturer would furnish recommendations regarding methods to prevent
damage from voltage spikes generated from welding, jumps start shorts etc.
42.12. All electrical & electronics hardware would be accessible & replaceable easily. It would
be mounted on an insulating panel to facilitate replacement. Mounting of hardware would
not be used to provide sole source ground and all hardware would be isolated from
potential EMI/ RFI.
42.13. All electrical/ electronic hardware mounted in interior of bus would be inaccessible to
passengers & hidden from view unless intended to be viewed.
42.14. All electrical/ electronic hardware mounted on exterior of bus i.e., not designed to be
installed in an exposed environment would be mounted in a sealed enclosure.
42.15. All electrical/ electronic hardware & its mountings would comply with shock & vibration
requirements.
42.16. Bus manufacturer would provide a certificate of testing/estimation of electrical load for
each system.
42.17. Alternator over voltage output protection would be provided.
42.18. All branch circuits except battery to starting motor & battery to generator/ alternator
circuits would be protected by circuit breakers or fuses sized to requirements of the load.
Circuit breakers or fuses would be sized to larger than total circuit load current as per
UBS II/ AIS 052. Current rating for wire used for each circuit must exceed size of circuit
protection being used.
42.19. Electronic Circuit protection for cranking motor would be provided to prevent engaging
of motor for long time/to prevent overheating.
42.20. To the extent practicable, wiring would not be located in environmentally exposed
locations under the vehicle. Wiring & electrical equipment necessarily located under the
vehicle would be insulated from water, heat, corrosion & mechanical damage. Where
feasible front to rear electrical harnesses should be installed above the window line of
vehicle.
42.21. All electrical motors would be easily accessible for servicing.
42.22. Separate additional outlets, as required in UBS II/AIS 052, are to be provided with
appropriate relays & fuses in wiring harness for fitment of electrical auxiliary devices/
systems to be added later on in buses, if required.
42.23. AC (Alternating Current) out-let of 220V, as required in UBS II if any, be provided at
suitable location for charging of electrical/electronic equipment, etc.
42.24. If any electronic components have an internal clock, it would be provided with its own
battery back up to monitor time when battery power is disconnected.

Technical Document 436


42.25. All electronic components/equipment would have self-protecting capability in event of
shorts in cabling and also in over voltage and reverse polarity conditions. If an electronic
component is required to interface with other components it would not require external
pull up and/ or pull-down resisters.
42.26. RF components such as global positioning system (GPS) etc. whenever provided would
use coaxial cable to carry the signal. The RF systems require special design
consideration for losses along the cable. Connectors would be minimized, since each
connector & crimp has a loss, which will attribute to attenuation of signal. Cabling should
allow for removal of antennas or attached electronics without removing the installed
cable between them.
43. LIGHTS AND LIGHTING SYSTEM:
43.1. Interior saloon lighting would be sunken type light assembly fitted with LED lights and
mounted in staggered formation for uniform lighting in two separate circuits. First row of
lamps provided in driver’s cabin should be fitted with amber internal filter to reduce glare
to driver at night. Overall bus lighting system would comply with CMVR provisions where-
ever falls short of it.
43.2. Modern rectangular type headlamps with relay and side light etc. would be suitably styled
into front-end construction.
43.3. White and Red marker lights of 5 Watt each would be fitted at both top side corners of
the front and rear panel of the bus respectively.
43.4. Identical signal lights of 15 Watts would be fitted for inter-changeability in each side i.e.;
front, rear and side respectively
43.5. Brake lights (15 W) and taillights (10W) would be two separate lights to reduce heat
generation.
43.6. Reverse light of 25W, square lamps with white covers would be provided.
43.7. Side markers would be provided on both sides as per bus code/ AIS 008
43.8. Rear signal lights, brake lights, taillights and reverse lights would be arranged vertically.
43.9. Light wattages given above are indicative, however, all the lights and lighting systems
would conform to requirements of Bus code, CMVR/Tamil Nadu MVR / UBS II and other
relevant AIS Standards.
43.10. Following lights would be actuated when the headlights are ‘ON’ and the doors are
‘Open’:
i. Lights provided for illuminating exit/entrance door area, lights would
illuminate outside area up to at least one metre when door/doors is/are
opened. Lights for exit/entrance door areas would be flushed as far as
possible to avoid tripping of passengers, protrusions if any would conform
to relevant CMVR/ AIS Standards.
ii. Exterior door lights
iii. Lights would be automatically switched off when the door is closed.
43.11. A well-lighted bus registration number plate would be fitted at rear as per provisions of
CMVR duly complying with directives/ regulations regarding high security number plates
as notified by Government of India / Government of Tamil Nadu if any.

Technical Document 437


43.12. No Electrical fittings would be mounted on front and rear bumpers.
43.13. Switches would be fitted on right hand side of instrument panel through evenly loaded
circuits & fuses as per bus code.
43.14. A reverse buzzer would be installed at the rear of bus to sound intermittently when
reverse gear is engaged.
43.15. A suitable light would also be provided in engine compartment for ease of maintenance/
emergency repairing.
43.16. Following circuit diagrams would be supplied along with buses:
i. Complete circuit drawings for exit/entrance door control system, door
mechanism.
ii. Complete door sensor electrical circuit drawing.
iii. Complete circuit drawing for sensitive door edge system.
iv. A layout drawing for all door control switches, gauges, warning lights on
driver’s dashboard.
v. A layout drawing for all lighting and wiring circuits, control switches fuses
and fitment details and diagrams along with item specs and types in each
case.
44. PERFORMANCE STATEMENT:
44.1. Bus manufacturers would furnish following information for performance evaluation of fully
built buses supplied to other customers and now in service for at least 3 years. The
information should be furnished separately order wise:
i. Type/Model
ii. Name and address of the bus operating agencies where this model is
operating
iii. Number of the buses supplied
iv. Order no. against which buses have been supplied.
v. Date of supply and date from which in service
vi. Maximum/minimum turning radius.
vii. Maximum climbing ability/ gradeability
viii. Type of bus body
ix. Engine HP @ RPM
x. Engine Max Torque @ RPM, and RPM range for max torque
xi. Specific fuel consumption
xii. GVW / Kerb weight of buses
xiii. Emission Norms
xiv. Type of suspension
xv. Dimensions- Length, width, height, floor height, wheel base,
xvi. Angle of approach, departure and ramp over

Technical Document 438


xvii. Axle –rear and front
xviii. Passenger carrying capacity
xix. safety devices/provisions, Specs and Stds. against each item,
xx. Any other performance data.
45. TECHNICAL INFORMATION
Technical information required to be furnished by bus manufacturers along with Bid wrt the
following amongst others:
45.1. Bus manufacturer’s technical information of the bus i.e., General Drawings comprising
of elevations –sides, front & rear ends along-with main dimensions i.e., overall length,
overall width, overall height, saloon height, pillar to pillar distance, isometric views,
exterior & interior details, seating layouts, no. of seats (excluding seat for driver),
environmentally friendly colour scheme as per TNSTC etc. would be submitted along-
with the Bid.
45.2. General appearance & structural details of roof, floor, sides, front & rear show and
driver’s cab, double folding ramp system, would be provided by the bidder along with
their bids. Details of main structural members, material specifications, shape, size,
thickness, etc. be indicated on the above drawings.
45.3. Power Point presentation material on a DVD for offered design of bus (indicative) and
minimum 1:15 scaled Model (indicative & non-working)) duly furnished/ painted in
environmentally friendly colour scheme as given by TNSTC would be submitted along-
with the bid. The presentation will cover elevations –sides, front & rear ends along-with
main dimensions, isometric views, exterior & interior details, seating layouts, colour
scheme etc.
46. TOOLS, GAUGES AND TESTING INSTRUMENTS:
46.1. Bus manufacturers would furnish a list of special tools, gauges and testing instruments
for inspection, repair and maintenance of buses along with a complete list of spare parts
recommended for:
i. Normal wear and tear; and
ii. Emergency requirements for any breakdowns, damages etc.
47. OPERATION AND MAINTENANCE MANUAL:
47.1. At least 2 hard bound copies and 2 soft copies, for every 25 buses or part thereof, of
operation and maintenance manual containing essential technical information required
for satisfactory operation, inspection and maintenance would be supplied by bus
manufacturers.
i. One set of Coloured wall charts along with soft copies of following units
would also be provided for every ten buses or part thereof showing
assembly details:
ii. Chassis lubrication and brake system.
iii. One set of Coloured wall charts along with soft copies of following units
amongst others for every 25 buses or part thereof showing assembly
details:
- Engine

Technical Document 439


- Transmission system
- Drive line and Rear axle
- Front axle
- Steering system, alternator, starter, fuel injection system etc.
- Brake system, ABS etc.
- Safety devices,
- FDSS
- Any other system / sub-system necessary for skill development
of operating / repair and maintenance staff
48. TRAINING
48.1. The Bidder, at its own cost, shall “Train the Trainers” on 1) BS VI technology and 2) on
board ITS equipment to at least 25 Driving Instructors and 15 Maintenance Instructors
per TNSTC STU. This shall also include training the Depot Managers and Engineers.
The Bidder shall provide adequate material and resources required for the training.
48.2. The Bidder shall submit the training content, Manuals and list of resources to the
Authority within 10 days from the date of issue of Letter of Acceptance/ Work Order. The
training content shall be reviewed by the Authority or representatives of the Authority in
light of larger capacity building program proposed under the Bus Modernisation Plan. on
The Bidder shall immediately commence the training pursuant to clause 48.1 above after
incorporating the suggestions/modifications provided by the Authority or its
representatives. The Bidder shall make available the finalised training manuals in
English and Tamil languages for the purpose of imparting better understanding of the
training content to the trainees.
48.3. The training shall be provided at regional training centres of the Authority/IRT. The
Bidder shall provide minimum 3 (nos) of training bus or simulator or similar adequate
infrastructure for the purpose of Physical Training based on the requirement. The Bidder
can also arrange such Physical Training at its own premises/facility at its own cost.
48.4. The Bidder shall make available such infrastructure for Physical Training, till arrival of
first lot of buses in each STU, for the purpose of Training by the Trainers to the other
staff
48.5. The Training for all the required staff as provided in the clause 48.1 above shall be
completed before completion of Prototype Inspection of all the Bus Types .
48.6. The Bidder shall have to certify the trainees for the said training programs and a
satisfactory note to be issued by trainees at the end of training program
49. TOOL KIT
49.1. Bus manufacturer would provide a suitable tool kit and other mandatory items as per
CMVR 138 (4)/ other applicable rules comprising of common tools and other essential
items required. Complete list of tools in tool kit to be supplied with every bus would be
supplied by the manufacturer. One wheel nut spanner and one Hydraulic Jack per bus
of a capacity of at least 10 Ton as per design of bus would also be supplied.

Technical Document 440


50. INSPECTION AND TESTING:
50.1. Bus may be inspected at various stages of fabrication by TNSTC’s representative at
manufacturer works. Inspection would comprise of ensuring that all materials,
components, items, accessories and assemblies used in fabrication of buses conform to
contractual specifications. Wherever required to ensure this, laboratory test would be
carried out at bus manufacturer’s cost.
50.2. The inspection, including operational demonstration of various sub-system, may be
undertaken at any and or all stages such as component fabrication stage, chemical pre-
treatment stage, fabrication of assembly/sub assembly stages, structure, panelling and
equipping stage and Pre-dispatch inspection.
50.3. Final Inspection of buses would be carried out at manufacturer’s facilities and or at a
place finalised by TNSTC. After the bus is finally inspected, it would be subjected to test
run and trials as required by TNSTC
50.4. The bus would be taken over by TNSTC after satisfactory final inspection, testing and
trials in TNSTC.
51. MAINTENANCE SPARES AND MATERIALS
51.1. Bus manufacturer would provide details of components/spares required for maintenance
of vehicle for twelve months’ operation taking daily utilisation of bus of up to 300 Kms.
51.2. Manufacturer would also provide complete details of vendors, for every component /
spare for complete bus and the spare parts catalogue (hard as well as soft copies) in 2
sets for every 25 buses or part thereof.
51.3. Manufacturer would ensure that during service life of 9 years or 12,00,000 Kms.
(Whichever is earlier) of service, adequate spare parts in kit form/ individual components
are made available in time to TNSTC on demand along with other essential items
required.
51.4. All spare parts availability would be more than 95% at any time.
52. MAINTAINABILITY
52.1. Design and fabrication of bus would be such as facilitates easy access for repair &
maintenance, removal, replacement of various bus components/ assemblies/ sub-
assemblies/ systems by providing suitable traps/ flaps etc. Also, removal and re-fitment
of engine, transmission, differential, radiator, door closing mechanism, PIS etc. would be
easy for repair & maintenance purpose. Enough space would be provided between wind
screen glasses and PIS boards for facilitating cleaning of glasses.
52.2. Radiator coolant/water filling and diesel filling inlets would be easily accessible with
suitable closing devices complete with locking arrangement/-holding arrangement.
52.3. Also, an access would be provided for attending to air cleaner assemblies mounted in
the vehicle.
53. WARRANTY/ GUARANTEE
53.1. Fully built bus would be covered under Warranty/ Guarantee for up to 2,50,000 Kms or
24 months whichever is later from the date of putting bus into operation after registration.
All assemblies, sub-assemblies, fitments, components would be covered under Warranty
Period as per commitment of bus manufacturer at the time of supply of bus.

Technical Document 441


53.2. Special Warranty Period, for any manufacturing Defect in design, material and
workmanship of Bus structure shall be 9 years or 9,90,000 km per Bus whichever is later
from the date of putting bus into operation after registration.

54. GENERAL REQUIREMENTS:


54.1. TNSTC reserves the right to alter, modify, change specifications as per requirement to
suit the latest provisions of CMVR/ any other Notifications, safety aspects, emission
aspects besides any practical/ operational difficulties etc. faced/likely to be faced by
TNSTC. Vehicle Manufacturer would ensure that all alterations, changes or modifications
in specifications, if necessary, as mentioned above would be carried out in buses built
by them as per the advice of TNSTC without attributing any additional cost.
54.2. Ministry of Road Transport & Highways, Government of India (MORT&H) vide
Notification in the Gazette of India, inter-alia stipulated the following measures which
need to be complied with for enhancement of safety by the Vehicle Manufacturers as per
the statutory requirement for registration of vehicles
i. While registering every bus, Vehicle Manufacturers & transport authority
would jointly examine the bus prior to registration. The registration of
such a vehicle be done only after signing the report jointly by all
concerned along with the transport authority.
ii. For electrical installations, flameproof cables would be used, especially
positively locked battery terminals and others would be locked firmly with
all cables & pipes with proper looming to take care of vibrations, fire
retardant material would be used for seats, roof & sidewalls. Safety
instructions about fire hazards would be displayed.
iii. Details of structural members, their material specifications & dimensions
i.e., cab & saloon flooring, cross bearers, various angles, floor longitude,
main body pillars, dummy/stump pillars, cant rail, vent rail, waist rail, skirt
rail, wheel arch section, sole bar, seat rail, roof sticks & roof longitudes,
diagonal bracing, rub rail tube, stretch & body panel stiffeners, gussets
etc. would be provided by bus manufacturers.
iv. Similarly, details of aluminium sheets/sections & their
alloys/specifications, aluminium sheet, rub rail, decorative mouldings,
wire cover, wearing strips, footsteps edging, various panel beadings,
window frames and its sections, finishers, water gutter channel, roof grab
rail brackets would be provided by bus manufacturers.
v. All edges would be rounded off and would not cause injury to bus
occupants.
vi. Complete bus would be rattle-free.
vii. All the rivet and bolt holes would be jig drilled as far as possible. The rivet
holes should be drilled before the corrosion treatment. Holes drilled after
the corrosion treatment be suitably treated with anti-corrosion materials.
Rivet heads neatly formed and each bolt/ rivet would be tightened after
full mating of the surfaces to be fastened.

Technical Document 442


viii. All safety aspects should be considered while designing and fabricating
the bus.
ix. Continuous length piano type hinges and tower bolts of stainless steel
would be used as per relevant Indian Standards.
x. Similarly Aluminium extruded sections wherever not painted would be
anodized.
xi. All flaps wherever provided should have heavy-duty support to keep it
open for ease of maintenance.
xii. All miscellaneous M.S pipes would be phosphated with the coating of
2.16 to 2.70 gm/m2 or by any other pre-treatment process conforming to
Indian/ international Standards (to be specified by the manufacturer).
Samples of all materials & components would withstand a two weeks
(336 hours) Salt Spray test in accordance with ASTM procedure B117
with no structural detrimental effect to normally visible surfaces & no
weight loss of over 1%.
xiii. Anodized decorative aluminium mouldings/ beadings etc. would be used.
xiv. All M.S pipes used in the bus would be ERW conforming to BIS
3601:1984 or latest, of grade WT –160.
xv. All rubber items used on the bus body would be made of Ethylene
Propylene Dien Monomer (EPDM) rubber of black colour conforming to
the Indian/ International Standards to be specified by the Manufacturer.
xvi. EPDM rub rail of aesthetic profile would be fitted in anodized extruded
aluminium channel between stretch panel and skirt rail longitudinally at
the widest portion of the bus. The quality of EPDM material would be as
per the Indian/ International Standards to be specified by the Bidder.
xvii. Every trap/-opening flap would be secured in a manner that the vibrations
can’t dislodge it. Lifting devices must not protrude above the flap.
xviii. Ease of accessibility to engine & other aggregates for easy maintenance
would be ensured. Assemblies / units would be so mounted that they are
easily accessible & can be removed without disturbing other components
/ assemblies.
xix. All structure, body, and panel-bending mode frequencies, including
vertical, lateral, and torsional modes, would be sufficiently removed from
all primary excitation frequencies to minimize audible, visible, or sensible
resonant vibrations during normal service.
xx. Exterior protrusions if any would conform to the provisions of relevant
CMVR/ AIS/ Bus Code. The exterior rear-view mirrors and required lights
and reflectors are exempted from the protrusion requirement. Advertising
frames would protrude no more than 22mm from the body surface and
would have the exposed edges and corners rounded to the extent
practicable. Grilles, doors, bumpers and other features on the sides and
rear of the bus would be designed to minimize the ability of unauthorized
riders to secure toeholds or handholds. The exterior body features would

Technical Document 443


be shaped to allow complete & easy cleaning by automatic bus washers
without snagging washer brushes or retaining water & dirt.
xxi. Hydraulic Grease Nipples would be provided for ease of proper
lubrication & maintenance.
xxii. Front panels, bumpers and grill should be designed such that there are
no pointed or sharp protrusions to minimize injuries to vulnerable road
users in case of impact.
xxiii. Any other safety and performance requirement features, to be provided.
55. QUALITY ASSURANCE
55.1. Bus manufacturer would use materials including fasteners conforming to relevant Indian/
International Standards and would get the same tested before use, meeting
requirements of all specified parameters to ensure quality of material specified. However,
random sample of materials picked up and duly sealed by representative of TNSTC in
presence of bus manufacturer, out of purchased lot at works of the manufacturer or out
of the bus under fabrication/ completed bus and be sent for testing quality of components
at CIRT, Pune/ARAI/BIS approved testing laboratories having testing facilities for testing
all parameters of specifications of materials/ items. In the event of failure of samples in
lab tests, testing would be conducted in same way again from fresh lot. The bidder would
replace failed materials by those duly passed in lab tests.
55.2. In the event of failure of material/ items in laboratory test, failure of material/ items
(removed from completed bus) in laboratory test, acceptance decision about bus be
taken by TNSTC after obtaining compensation/ recoveries of liquidated damages from
bus supplier as per system decided by TNSTC. Wherever, failure of material on one
parameter or more than one parameter, recoveries for complete lot of materials used in
bus would be made from manufacturer plus 20% damages thereof.
55.3. Completed bus would be subjected to water leakage test conforming to BIS: 11865-1986
or latest.
55.4. A list of items to be tested for bus bodies would be provided by TNSTC. An indicative list
of items to be tested is placed at Annexure III.
55.5. Manufacturer would also ensure compliance of quality at different stages of bus
fabrication, including but not limited to prototype inspection as per details decided by
TNSTC.
56. STATUTORY REQUIREMENT
56.1. Bus manufacturer would ensure that all statutory requirements in respect of each and
every item of bus are fully met. Manufacturer would also obtain type approval certificates
etc. for bus & any other items from testing agencies specified in the CMVR namely
Vehicle Research & Development Establishment, Ahmednagar of the Ministry of
Defence of Government of India or Automotive Research Association of India, Pune or
Indian Institute of Petroleum, Dehradun, Central Institute of Road Transport, Pune; ICAT
Manesar, Gurugram; and or any other agencies as specified by the Central Government
on date of testing/ type approval or any other agency specified by competent authority.
A certificate showing details of make/type/model of various units like engine, gear
box/transmission system, clutch assembly, propeller shafts, rear axle, radiator,
alternator, starter, regulator, batteries, tyres, steering, system, instruments on the panel,
air compressor, shock absorbers, suspension system items, etc. would be furnished.

Technical Document 444


56.2. Bus Manufacture must make sure that the Fully built bus complies with standards and
regulations for diesel fuelled vehicle provided in the AIS-052, AIS-153, besides others,
UBS II, any other applicable standard; CMVR 1989 as amended till date, CMVR 1989
and Tamil Nadu MVR and all amendments thereto as also to “Harmonized Guidelines
and Space Standards for Barrier-Free Built Environment for persons with
Disability and Elderly Persons – as applicable to Public Transport”.

57. MANUFACTURER’S NAMEPLATE


57.1. Manufacturer’s nameplate may be fixed as per approval of TNSTC.
58. POLLUTION UNDER CONTROL (PUC) CERTIFICATE HOLDER
58.1. A suitable holder with clear acrylic sheet cover would be provided in driver cab near
driver seat at appropriate level for fixing of PUC certificate.
59. ANY OTHER PROVISIONS TO MAKE THE BUS FULLY FUNCTIONAL
59.1. Notes indicated in para 59.2 form part of the specs / bus fabrication requirements. Should
however there be any conflict details contained in notes would over-ride others.
59.2. NOTES:
i. All cross and or T or X-joints of structural elements of bus body structure
(Front, rear, sides, roof, floor, etc.) be provided with MS gussets of min
2.5mm thickness. All Weldments / structural sub elements be properly
cleaned and treated for corrosion prevention
ii. Service / inspection hatches with covers be provided for servicing of
various aggregates / sub-systems of bus.
iii. Width of wheel arches frame be so maintained as to provide adequate
ventilation to tyres amongst fulfilling other needs.
iv. Stanchion pipes and grab rails to be of Aluminium tubing of appropriate
specs, size / wall thickness etc. Handholds supporting hand rails and the
stanchion pipes be painted in cannery yellow colour, Brackets be of grey
colour matching the colour of the inner paneling. Brackets however need
to be of proper size and shape to ensure perfect fittings. No redundant
fastening holes be provided on brackets
v. Hand holds be of polycarbonate material, transparent and provision for
space for advertisements
vi. No Spare-wheel carrier and spare-wheel hatch need be provided on the
city bus. As the same need not be carried on-board during urban
operations. Spare wheel would be retained in bus depot as float.
vii. Stop buzzers may be provided as one in frontal area, one in middle and
one in the rear area on stanchions at reasonable height ensuring easy
accessibility as well as preventing unnecessary usage. Design of buzzer
switch be sturdy, long lasting and sunk-in type to avoid undesirable /
inadvertent operation.
viii. LED illumination provided in saloon area of the bus be covered with
ground glasses to prevent glare.

Technical Document 445


ix. Tail lamps be covered with metallic grill in a manner that not only protects
the tail lamps but also facilitates easy lamp replacement etc.
x. Front and rear facia of the bus body may be fabricated out of FRP suitably
designed, ensuring its strength, finish and ease of repair / replacements
at par or better than the metallic ones asked for in the specs.
xi. Where type approval, of any of the bus body items including full bus body
/ bus is a mandatory requirement Type approval be undertaken by test
agencies authorized under CMVR. In other cases, approval of selection
of testing agency be obtained from TNSTC.
xii. Design approval of multiplexing wiring in bus body / bus be obtained from
test agencies authorized under CMVR or any other agency accredited for
the purpose subject to approval of TNSTC.
xiii. Bus Manufacturer to provide detailed drawings / specifications / make /
model etc. as called for in specs for all items as generally indicated in
RFP specs including but not limited to electrical Circuit diagrams of
electrical subsystems in the bus.
60. FIRE DETECTION AND SUPPRESSION SYSTEM (FDSS)
60.1. General Requirements
Vehicles shall be equipped with fire detection & Suppression system detecting fires in the engine
compartment based on sensors that senses either abnormally high temperature or rate of
temperature rise, or both and suppress the same.
60.2. FDSS provision is to be made in the bus at appropriate location(s) for detection, alarming
and suppression about any likely fire at all fire prone systems/sub-systems (bus supplier
to identify such fire prone systems /sub-systems and make above provisions)
60.3. Vehicles shall be equipped with fire detection & suppression system detecting fires in
the fire prone areas based on sensors that sense either abnormally high temperature or
rate of temperature rise, or both and or any other parameter.
60.4. Upon detection of fire in the fire prone areas, the system referred in clause no 60.1, shall
provide the driver with both an audio and a visual signal, and activate the hazard warning
signal. The placement of the visual alarm shall be such that it is visible unobstructed
while viewed from the driver seat.
60.5. The FDSS would simultaneously be able to suppress the fire immediately after detection.
60.6. The detection & suppression system shall be operational irrespective of whether the
propulsion system of bus has been started and the vehicle's attitude.
60.7. The fire detection & suppression system shall be installed according to the system
manufacturer's installation manual.
60.8. An analysis shall be conducted prior to the installation in order to determine the location
of fire detectors and alarm system. Potential fire hazards at possible fire prone areas
shall be identified and the fire detectors and suppression systems shall be so positioned
as to commence suppression of the fire hazard immediately. The system shall also be
ensured to work promptly and effectively regardless of the vehicle’s attitude, road
conditions etc.,

Technical Document 446


60.9. Fire hazards to be taken into account in the analysis shall at least consist of the following:
Components whose surface may reach temperatures above the auto-ignition
temperature for fluids, gases or substances that are present in the fire prone areas and
electrical components and cables with a current or voltage high enough for an ignition to
occur as well as hoses and containers with flammable liquid or gas (in particular if those
are pressurized). The analysis shall be fully documented.
60.10. The Fire Detection and Suppression System (FDSS) installed in the Buses shall comply
with the requirement of CMVR / AIS 135, UBSII as applicable, any other equivalent or
better International Standards as well as best market practices.
60.11. Make, model, specs etc of various components / sub-systems / system of FDSS be
clearly indicated for each item as part of the offer. A detailed drawing of the system
details / specs be also provided for.

Technical Document 447


Diesel fuelled, 11 metre long, standard floor (900 mm floor height),
BS-VI compatible, non-AC, fully built Type I NDX bus - Specification

PART II – SPECIFICATIONS OF DIESEL FUELLED NON-AC STANDARD FLOOR OF


900 MM FLOOR HEIGHT BS VI COMPLIANT 11-METRE-LONG TYPE I NON DELUXE
BUSES FOR OPERATIONS IN TNSTC – GENERALLY AS PER UBS II AND BUS
CODE (AIS 052)
Specifications
Bidder to confirm
S No Description Standard floor (900mm floor height), 11 m
and provide details
long Type I NDX buses
A B C D
Bus Floor 900±10 mm, shall be uniform inside the Bus
1 Confirm
heights in mm generally as per AIS 052
Propulsion Diesel fuelled Internal Combustion Engine
2 Confirm
System (ICE);
Emission norm
2.1 BS-VI - Diesel Confirm
and Fuel
Diesel Fuelled with 4 or more cylinder engine,
water cooled, with Turbocharger, intercooler
and conforming to BS VI emission norms.
Engine be able to operate efficiently at
3 Engine ambient temperatures of approximately 10⁰C Confirm
to 50⁰C, humidity level from 5% to 100%, and
altitude levels of 0 to over 2000 metres,
generally operating in the semi-arid / humid
zone/ region prevailing in the area.
Make & model of
engine-----
Engine HP
HP -------at Rpm---
3.1 sufficient to
Max torque ------NM
provide:
at rpm------& rpm
range------
Rated
performance at Attain Geared minimum maximum speed of
Minimum Max speed -
a GVW in a stop / 80 kmph (without speed limiter) at GVW load
--- kmph
start urban and other systems operational
operations
Acceleration
b ≥ 0.8 Confirm
(metre/sec²)
Attain Bus
speed of 0-30
c ≤ 10.5 Confirm
kmph in
seconds
Maximum Geared Minimum maximum speed without
d Confirm
speed speed limiter to be 80 kmph as at 3.1. a
Gradeability
from stop, at
e GVW and other 17% Confirm
system
operating.

Technical Document 448


Specifications
Bidder to confirm
S No Description Standard floor (900mm floor height), 11 m
and provide details
long Type I NDX buses
i. Rated HP at low rpm and Maximum
engine torque required at lower range of
Engine HP ---- at ----
RPM and spread over a wider range of
Rated HP / rpm &
RPM
torque Engine peak torque ---
f 2. Engine Power: Min. 140kW @ 1800-2400
preferably at - NM at ---- rpm;
RPM
lower rpm range Range of rpm---- to----
3. Engine torque: Min. 700 Nm @ 1100 -2000
for peak torque
RPM
Subject to meeting specified performance.
Power
requirements for
Confirm and indicate
g other auxiliary Required to be provided by bus engine
power in terms of HP
system, ITS,
etc.
3.2 Emission norms BS VI/latest as applicable Confirm
Engine oil pressure, engine coolant
temperature, engine speed in RPM, vehicle
Engine
3.3 speed, engine % load (torque), diagnostic Confirm
management
message (engine specific) generally as per
UBS II
Engine should be able to operate efficiently at
Engine ambient temperatures / environmental
3.4 operational conditions of TNSTC generally operating in Confirm
requirements the semi-arid & humid zone prevailing in the
area as indicated in above sections
3.5 Engine location Front specify
Heavy duty Synchromesh transmission with
1. Make --- model ------
minimum 5 forward and one reverse speed.
of Transmission
Additionally, quote for Automatic
system
3.6 Transmission transmission, be provided for price discovery
2.No. of forward
and for further necessary action as deemed
speeds and their
fit.
details
Neutral during stops
Transmission system to be fitted with a
Operational mechanism which makes it possible to
3.6.1 Confirm
safety engage reverse gear only when vehicle is
stationary.
Mechanical Clutch system using single plate
4.0 Clutch System push type dry clutching with asbestos free Provide details
material lining
Rear & Front
5
Axles
Make --- model ------
Single reduction, hypoid gears, full floating
of Rear Axle
5.1 Rear axle axle shafts with optimal gear ratios suitable for
Type --
urban operations
Gear ratio ----

Technical Document 449


Specifications
Bidder to confirm
S No Description Standard floor (900mm floor height), 11 m
and provide details
long Type I NDX buses
Make --- model ------
Heavy duty reverse Elliot type axle suitable for
of Front Axle
5.2 Front axle bus floor height, track rod with replaceable
Type --
ball joints at both ends,

Make --- model ------


Hydraulic power steering with height and
6 Steering system of Steering system
angle adjustments
Type --
Parabolic leaf spring with waveller type
suspension at front axle and air suspension at
Suspension Confirm
7 rear axle complete with Anti-roll stabilisers &
system
heavy duty hydraulic double acting Shock
Absorbers at both axles
Make --- model ------,
Parabolic leaf spring with waveller type
7.1 Front Type – specs ---size--
suspension system
-
Confirm
Indicate make and
model of air
7.2 Rear Air suspension system
suspension system
Indicate no. of air
bellows
Anti-roll bars /
7.3 Both front and rear Confirm
stabilizers
Make --- model ------,
Shock Hydraulic double acting minimum 2 each at of shock absorbers
7.4
absorbers front & rear Type – specs ---
Confirm
Confirm:
i. fitment of drum
brakes at Rear
ii. Disc brakes at front
Disc Brakes in front and drum brakes at rear
iii. Hand brakes
wheels. Graduated hand controlled, spring
iv. Asbestos free
8 Braking system actuated parking brakes acting on rear
pads / linings
wheels. Asbestos free brake Pads / linings at
v. Provide Make -----,
all places.
model-----, specs--
- of brake system
and its
subsystems
Anti-skid anti Provide Make -----,
8.1 brake locking Required model-----, specs--- of
system (ABS) ABS
Electrical
9 24-volt DC Confirm
system
Confirm
Low maintenance type lead acid batteries for
9.1 Batteries: Make --- model ------,
24 V system- performances as per BIS:
of Batteries

Technical Document 450


Specifications
Bidder to confirm
S No Description Standard floor (900mm floor height), 11 m
and provide details
long Type I NDX buses
14257-1995(latest). 2*12V maintenance free Type – specs ---
batteries of 180Ah rating. Rating ---- Ah

Make --- model ------,


of Self starter
9.2 Self-starter 24V, 180 Ah
Type – specs ---
Rating ---- Ah
Make --- model ------,
of Alternator
9.3 Alternator 24V, 150 A.
Type – specs ---

Confirm and provide


details.
Provide details of
Electrical wiring Multiplexing type -- As specified separately
9.4 certifying agencies
& controls –type under ITS specifications
who had certified the
multiplexing system
design.
Electronic type duly approved/certified as per
AIS – 018/2001 or latest, tamper proof and be
adjusted to applicable speed limit Vehicle Make --- model ------,
manufacturer shall facilitate the Speed of speed limiting
Speed limiting
10 Limiting Device Serial number to be device
device
incorporated with MORTH by ensuring that Type – specs ---
requisite data is invariably added to the details
submitted to STA at the time of registration of
bus.
Make --- model ------,
of tyres
Steel radial tubed tyres– size and ply rating for Type –Size---, specs -
11 Tyres urban operations as per CMVR Standards --
preferably 10.00*20 as per AIS 044 part 3. Tread pattern for
front---- & for rear
tyres---
165 litres capacity tank subject to being Confirm and provide
Diesel Fuel
12 adequate to enable bus operation of more details of diesel tank:
Tank capacity
than 300 km between consecutive fillings -
Bus
13
characteristics
Bus dimensions
13.1
in mm
Overall length
>10800 mm provided that the maximum
(over body Confirm and provide
a number of seats and seat spacing are met as
excluding dimensional details
per AIS 052
bumper)
Overall width Confirm and provide
b 2600 - 50 mm
(sole bar/floor dimensional details

Technical Document 451


Specifications
Bidder to confirm
S No Description Standard floor (900mm floor height), 11 m
and provide details
long Type I NDX buses
level- extreme
points)
Overall height
Confirm and provide
c (unladen-at 3800 mm max
dimensional details
extreme point)
d Overhang
Confirm and provide
i Front overhang >32% of wheel base limited to 2400±200mm
dimensional details
< 60% (preferably about 50%) of wheel base Confirm and provide
ii Rear overhang
limited 3200 ±200mm dimensional details
Overall length be maintained as >10800mm
by adjusting tolerances appropriately on Confirm and provide
iii Note:
various dimensions such as wheel bases, dimensional details
overhangs, etc
Turning circle
radius (mm)
(centre point of
front wheel Confirm and provide
11000±200 mm / 14000±200 mm / 7000±200
13.2 track) / Front dimensional details
mm
overhang outer
corner / rear
overhang inner
corner
Floor height
Confirm and provide
13.3 above ground 900 ± 10 mm
dimensional details
(mm)
Clearances
13.4
(mm)
Axle Confirm and provide
a Minimum 190 mm
clearance(mm) dimensional details
Wheel area > 220 mm for parts fixed to bus body & > 170 Confirm and provide
b
clearance(mm) mm for the parts moving vertically with axle. dimensional details
Minimum
ground Confirm and provide
c Within the wheelbase not less than 400mm
clearance at dimensional details
GVW
Angles
13.5
(degrees)
Angle of
Confirm and provide
a approach Not less than 8.0°
dimensional details
(unladen)
Angle of
Confirm and provide
b departure Not less than 8.5°
dimensional details
(unladen)
Ramp over Confirm and provide
c Minimum 4.8°
angle (half of dimensional details

Technical Document 452


Specifications
Bidder to confirm
S No Description Standard floor (900mm floor height), 11 m
and provide details
long Type I NDX buses
break-over
angle) unladen
Bus
14
Gates/Doors
Double jack-knife (JK) type, 2 doors on near
side. The door flaps shall be so designed as
Entry-exit gates
14.1 to provide positive sealing against ingress of
with doors
water in the bus particularly during any water
logging / flooding on roads
Confirm
Operating Make -----, model ----
a Electro pneumatically controlled
mechanism type --- & specs ---- of
operating mechanism
Maximum
opening / Confirm and indicate
b closing time in 4 closing / operational
seconds per time
operation
Positions of
c As per AIS 052 Confirm
door controls
Passenger
safety system -
allowing bus
motion only on Confirm and indicate
14.2. doors closing. Mandatory type of system
Front button to provided
open the doors
from outside
required
Entry / Exit
gates with doors Front gate behind front axle., and Rear gate
Confirm and provide
– (near side / behind of rear axle such that distance
14.3 dimensional details
non driver between front edge of the gate and Centre
side); Locations Line of rear axle is1500 mm.
& dimensions
Door aperture in Confirm and provide
a 1200 mm as per AIS 052.
mm dimensional details
Clear door width Confirm and provide
b 1000 ± 50 mm as per AIS 052.
(fully opened) dimensional details
Confirm and provide
c Door height 1900 mm as per AIS 052
dimensional details
First step height
d ≤ 400 mm
from ground
Maximum
e height (mm) of ≤ 250 mm
other steps

Technical Document 453


Specifications
Bidder to confirm
S No Description Standard floor (900mm floor height), 11 m
and provide details
long Type I NDX buses
Ramp / suitable Suitable design
mechanism for mechanism (e.g.
wheel chair double folding
Sunken type wrap over (manually operated)
access at the manually operated
ramp, for wheel chair of PwDs, fitted on floor
14.6 near side front ramp) for 900mm
at gate (preferably at the gate in front of
gate, besides floor ht bus
wheel- chair space/PwD seat anchorage).
other safety considering that
features of floor level of bus
gates stops at <400mm.
a Dimensions Width ≥ 900 mm Confirm Type, Size,
b Material Aluminium alloy with anti-slip coating Dimensions,
Material, Specs,
Load carrying Load carrying
c >300Kg
capacity capacity-- kgs m

Device to
prevent the
wheel chair roll
Confirm
d off the sides √
when the length
exceeds
1200mm
Device to lock
Confirm
e wrapped up √
ramp
Requirement for
f passenger with √ Confirm
limited mobility
Wheel chair
anchoring - Required as per Bus Code AIS 052 / UBS II /
g Confirm
minimum for AIS 153 and other standards as applicable
one wheel chair
Priority seats -
h minimum 2 √ Confirm
seats
Stop request-
on pillars--
i selected for √ Confirm
operational
convenience
Emergency Confirm
doors / exits or Emergency door
As per AIS 052
apertures details----, type------,
j
(numbers) size-----, locations---
Dimensions in -, nos---
As per AIS 052
mm Confirm

Technical Document 454


Specifications
Bidder to confirm
S No Description Standard floor (900mm floor height), 11 m
and provide details
long Type I NDX buses
Passenger
safety system -
allowing bus
motion on doors Confirm and provide
k Mandatory
closing and details of mechanism
doors opening
only when the
bus is stopped
Power operated
service door -
construction &
control system
of a power
operated
service door be Confirm and provide
l As per AIS 052
such that a details of mechanism
Passenger is
unlikely to be
injured/trapped
between the
doors while
closing.
Door
m As per AIS 052 Confirm
components
Door
locks/locking
n As per AIS 052 Confirm
systems/door
retention items
o Door hinges As per AIS 052 Confirm
15 Bus body
Design type approval as per Annexure-3 of
UBS II/ AIS 052/ AIS 153 as applicable,
“Harmonised Guidelines and Space
Bus Design / Standards for Barrier-Free Built Environment
Confirm and provide
15.1 Bus type for persons with Disability and Elderly
details
approval Persons – as applicable to Public Transport”
and the data given in this doc whichever is
superior. The fully completed bus be type
approved as per approved design.

Technical Document 455


Specifications
Bidder to confirm
S No Description Standard floor (900mm floor height), 11 m
and provide details
long Type I NDX buses
15.2 Bus structure
The under frame and super structure suitably
designed to carry dense load of over 60 Details of Structural
passengers (assuming an average weight of materials fulfilling
68 kg per passenger and hand luggage of strength etc.
7kgs each) and crush load of 90 pax. requirements
Bus structure – The superstructure of the bus fabricated using indicated under
underframe, Galvanised Steel Sheet Material (GS/GP) Annexure-3 of UBS II
super-structure, tubing (ERW– Rectangular / Square Hollow and those in part I of
a roof, , etc, Sections) of grade Yst –240 for the bus body specs to be provided
material to be weld integrated /welded to the chassis as a separate
specifications frame depending upon the chassis design. annexure / drawing
etc. Material size to be decided by the with complete
manufacturer. Material should fulfil structural dimensional, materials
strength etc. requirements indicated under and other details of
Annexure-3 of UBS II and those in Part I specs at bidding
above. Other requirements as per bus body stage.
code.
Details of design,
Front and rear end structure design be energy
materials, load
absorption type steel, or FRP or a
bearing capability as
Front and Rear combination of both to reduce impact stresses
b evaluated for the
End structures into under frame/side structures/ other areas
offered design be
of the vehicle generally as per Bus code AIS
submitted along with
052
the bid.
Bus exterior side panels fitted with stretched
GI sheet at waist level. The exterior front-end
panelling be of GI sheet while roof, rear, sides
& skirt panelling be of aluminium. All interior Detailed specs be
15.3 Panelling panelling be of Acrylonitrile Butadiene provided along with
Styrene (ABS) conforming. Space between the bid
exterior and interior roof panelling be filled
with insulating material as per specs indicated
in part I.
Aluminium
15.4 extruded
sections for:
a Rub rail
Decorative
b
moulding
Confirm and provide
c Wire cover
details of specs, sizes,
d Wearing strip Aluminium extrusion IS 733/1983 or better
make etc.at bidding
Foot step
e stage.
edging
f Panel beading
g Window frame

Technical Document 456


Specifications
Bidder to confirm
S No Description Standard floor (900mm floor height), 11 m
and provide details
long Type I NDX buses
Roof grab rail
h
brackets
Floor type /
15.5
materials etc.
a Type of floor Uniform floor inside bus without steps Confirm
b Steps on floor Not required Confirm
Maximum floor
c As per AIS 052 Confirm
slope
15mm thickness phenolic resin bonded
densified laminated compressed wooden
floor board (both side plain surface) having
density of 1.2 gms/cc conforming to IS
Floor surface Confirm and provide
d 3513(Part-3): type VI 1989 or latest. The
material details
flooring should also be Boiling Water
Resistant (BRW) as for marine board
BIS:710-1976/ latest and fire retardant as per
BIS:5509-2000(IS15061:2002)
Confirm and provide
details of material,
Anti – skid 3 mm thick anti-skid type silicon grains ISO
e specs, thickness,
material 877/76 for colour, IS5509 for fire retardancy
make etc.at bidding
stage.
Safety glasses
15.6
and fittings:
Full width single piece laminated safety
Front glass, plain, flat / curved with curved corners Confirm and provide
windscreen with intervening Poly Vinyl Butyral (PVB) film dimensional and
(laminated) IS 2553 (Part-2)-1992 / latest. Standard specs details at
glass: designs (Refer Annexure 1to UBS II) for bidding stage.
a
11metre long buses to be followed
Confirm and provide
Size 2200mm width*1500mm height plain / dimensional and
Size:
flat curved at corners*8.76mm thick specs details, drawing
etc. at bidding stage.
Confirm and provide
Single piece flat/curved toughened glass-
Rear dimensional and
plain/flat/curved at centre & curved at corners
windscreen: specs details, drawing
IS 2553(Part-2)–1992/latest
etc. at bidding stage.
b
Confirm and provide
Size:1900mm width*950mm height dimensional and
Size:
(minimum)*5.5+0.5mm thickness specs details, drawing
etc. at bidding stage.
Confirm and provide
Flat, 2-piece design-top fixed toughened
c Side windows: dimensional and
glass IS 2553 (Part-2)-1992/latest.
specs details
Glass Confirm and provide
d Toughened glass IS2553(Part-2)-1992/latest
specifications dimensional and

Technical Document 457


Specifications
Bidder to confirm
S No Description Standard floor (900mm floor height), 11 m
and provide details
long Type I NDX buses
specs details, etc.at
bidding stage.
Glass thickness: 4.8-5.3mm
Window & other
Confirm and provide
glasses -
Toughened as per IS 2553(Part-2)– dimensional and
e material
1992/latest of 4.8-5.3 mm thickness specs details, etc. at
specifications,
bidding stage.
thickness etc
Confirm and provide
f Safety glass As per AIS 052/CMVR dimensional and
specs details
Confirm and provide
Rear view
g As per AIS 052 & AIS 001/002 dimensional and
mirrors
specs details
Seating and
15.7
gangway etc.
Passenger
15.7. seating for non-
As per AIS 052 Confirm
1 AC type-1
buses
Seat layout –city Confirm and provide
a 2*2; As per AIS 052
bus operations dimensional details
Confirm and provide
b Seat layout – Front facing
dimensional details
Seat area/seat
space per
Confirm and provide
c Passenger 400*350 as per AIS 052
dimensional details
(width*depth)
mm
Seat pitch - 700 mm (686 mm in non-AC buses as per AIS Confirm and provide
d
minimum in mm 052 rounded off to 700mm.) dimensional details
Minimum
backrest height-
Confirm and provide
from floor to top 900mm as per AIS 052
dimensional details
of seat /
headrest
Seat base
height-distance
e
from floor to
Confirm and provide
horizontal front 450± 50mm as per AIS 052
dimensional details
upper surface of
seat cushion
mm.
Seat back rest
375 mm Confirm dimensions
height in mm
Torso angle
f Minimum 12 as per AIS 052 Confirm
(degrees)

Technical Document 458


Specifications
Bidder to confirm
S No Description Standard floor (900mm floor height), 11 m
and provide details
long Type I NDX buses
‘Poly Propylene Low Density / Low density Confirm and provide
g Seat materials Poly Ethylene (PPLD/LDPE’) moulded. Ref dimensional and
AIS:023 & bus code for performance specs details
Seat frame
Confirm and provide
structure
h Frame Structure of ERW steel tube dimensional and
material where
specs details
required:
Free height over
seating position More than 900 as per AIS 052 Confirm dimensions
i in mm
Seat base
450± 50 as per AIS 052 Confirm dimensions
height:
Clearance
space for
seated
j AIS 052 Confirm dimensions
Passenger
facing partition
mm
k Upholstery: Not required.
Area for seated
l passengers 400*350 Confirm dimensions
(sq.mm.):
Area for
standee
m Ref Annexure I for ready ref. (As per AIS 052) Confirm dimensions
passengers
(sq.mm.):
Confirm and provide
n Number of seats Minimum 40
no. of passenger seats
Number of
standees Confirm and provide
o 27-32
(calculation as no. of standees
per AIS 052)
Carrying
capacity of bus
Minimum 60, with crush loading of 90 Confirm and provide
p (seated +
passengers details
standees) and
crush load
Seats side
q Not recommended Confirm
facing location
r Seat back rest Fixed Confirm
Not necessary except diver seat and those
Seat belts &
facing aisle and the wheel chair passenger Confirm
their anchorage
(performance etc. as per AIS 052)
Performance &
s strength √
requirements of:

Technical Document 459


Specifications
Bidder to confirm
S No Description Standard floor (900mm floor height), 11 m
and provide details
long Type I NDX buses
Confirm and provide
i Driver seat As per AIS 023 dimensional and
specs details
Passenger
ii As per AIS 023 As per AIS 023
seats
15.7.
Gangway:
2
Minimum
interior head
1900 mm including that in the rear overhang Confirm and provide
a room (centre
area as per AIS 052. dimensions
line of gangway)
in mm
i At front axle:
Confirm and provide
ii At rear axle: As per AIS 052
dimensions
iii Other areas
Gangway Width
(mm) from gates
to longitudinal minimum 650 mm (Refer figure-1 of UBS
Confirm and provide
b space between II/AIS 052) for front gate, minimum 850 mm
dimensions
rows of seats for wheel-chair movement as applicable.
(Access to
service doors)
Minimum 650 mm (Refer figure-1 in UBS
Gangway Width
II/AIS 052) excluding armrests (armrests are
(mm) in
not required) and including stanchions- will be Confirm and provide
c longitudinal
measured from seat edge to seat edge, dimensions
space between
minimum 850 mm for wheel-chair movement
rows of seats
if planned through the aisle.
Driver’s working Confirm and provide
As per AIS 052
space dimensions
d Confirm and provide
Driver’s seat As per AIS 023 & AIS 052 dimensional and
specs details
As per clause 3.17 of AIS 052 and details
brought out in Part I. Samples of all materials
Corrosion
& joints would withstand two weeks (336
15.8 prevention & Confirm
hours) Salt Spray test in accordance with
painting
ASTM procedure B117. Corrosion prevention
& painting- As per AIS 052
Corrosion
As per clause 3.17 of AIS 052 and details
prevention Confirm
brought out in Part I. Samples of all materials
treatment
& joints would withstand two weeks (336
a Internal
hours) Salt Spray test in accordance with
surfaces of Confirm and provide
ASTM procedure B117. Corrosion prevention
structural process followed
& painting- As per AIS 052
members

Technical Document 460


Specifications
Bidder to confirm
S No Description Standard floor (900mm floor height), 11 m
and provide details
long Type I NDX buses
External All structural members be treated for
surfaces of corrosion prevention internally as well as Confirm and provide
structural externally and painted using Polyurethane process followed
members (PU) painting-based spray paint Details of
After drilling paints used, surface treatment & preparation, Confirm and provide
holes/welding corrosion prevention treatment, base primer process followed
Inter metallic coatings, number of paint coats to be applied
galvanic etc would be supplied. Confirm and provide
corrosion process followed
prevention
Confirm and provide
process followed and
b Primer coating
specs of primer
coating used
Confirm and provide
process followed and
c Painting:
specs of primer
coating used
Confirm, type. Provide
16 Electricals Multiplexing provision for electrical circuitry details and the
drawings
BIS marked, copper conductors with fire
retardant as per IS/ISO: 6722:2006 as per
Confirm and provide
appropriate class. Conductor cross-section
Electrical details of specs, sizes,
16.1 varying as per circuit requirements, minimum
cables: make etc. of each type
cross-section 0.5 sq mm. Quality marking
of cable
may also be as per equivalent or better
European, Japanese, US standards.
Confirm and provide
As above and suitable to carry rated current
Conductor cross details of specs, sizes,
16.2 (Japanese auto Standard JASO D0609-75
section make etc. of each type
AV)
of cable
Safety
16.3 requirements of As per AIS 052 /UBS II Confirm
electrical
As per AIS 052 - fuse of rated current 1.5 Confirm and provide
a Fuse times the load current of electrical equipment. details of specs, sizes,
Necessary in every electrical circuit make etc.
Isolation
switches for
electrical Confirm and provide
As per AIS 052- Isolation switch required for
b circuits where details of specs, sizes,
each such circuit
RMS value of make etc.
voltage exceeds
100 volts
Location of
c As per AIS 052- Required for each such circuit Confirm
cables away

Technical Document 461


Specifications
Bidder to confirm
S No Description Standard floor (900mm floor height), 11 m
and provide details
long Type I NDX buses
from heat
sources
Type approval
of circuit
diagram as per
Confirm and provide
standards
d As per AIS 052 - Required for all items. details along with
related to
relevant certificates
electric
equipment/wirin
g
Cable insulation
Confirm and provide
e with respect to As per AIS 052
details etc.
heat
Battery cut - offHeavy-duty type capable of carrying & Confirm and provide
f switch (isolator interrupting total circuit load --1 each near details of specs, make
switch): battery/driver etc.
Electrically operated with two wiper arms & Confirm.
blades, wiper motor heavy duty steel body Provide Make -----,
Wind screen
16.4 with minimum 2-Speed operation wiping model-----, specs--- of
wiper:
system as per CMVR/BIS 7827 part-1, 2, wiper motors and its
3(Sec.1 & 2)/latest. As per AIS 011 subsystems
Confirm.
Provide Make -----,
Speed control with time delay relay as per AIS
a Wiper motor: model-----, specs--- of
011.
wiper motors and its
subsystems
Wiper As above wrt arms /
b AIS011 /AIS 052
arm/blade: blade
Provide Make -----,
1 number, 24 volts, 200mmdia fan as per
16.5 Driver cabin fan model-----, specs--- of
provision of CMVR, matching interiors
fan
Lighting -
Confirm and provide
internal &
16.6 As per AIS 052. details of lighting /
external and
illumination
illumination
Illumination
16.7 requirements/p As per AIS 052 / AIS 012
erformance of:
Dash Board
Confirm and provide
Tell-tale As per AIS 052 & bulbs tested for photometry
a details of specs,
lighting/control as per IS 1606:1996
wattage, make etc.
lighting
Cabin Lighting -
Confirm and provide
luminous flux of As per AIS 052 with illumination level of ≥ 100
b details of specs,
all lamps for lux &≤ 200 lux
wattage, make etc.
cabin lighting

Technical Document 462


Specifications
Bidder to confirm
S No Description Standard floor (900mm floor height), 11 m
and provide details
long Type I NDX buses
Passenger area
lighting -
Confirm and provide
luminous flux of As per AIS 052 with illumination level of ≥ 100
c details of specs,
all lamps for lux and ≤ 150 lux
wattage, make etc.
Passenger area
lighting
As specified separately under ITS chapter of
UBS II specifications / and or by ITS
17 ITS enabled bus
Consultant and generally as brought out at
Para 32 in Part I.
Safety related
18
items:
Driver seat belt Confirm and provide
Adjustable type driver seat with seat belt ELR
& anchorage details of specs, type,
18.1 recoil type, 3-point mounting as per CMVR &
duly type make etc. of seat belt
AIS 052 conforming to AIS: 005& 015.
approved. and anchorage
Passengers
18.2 seat belt:
Number: Not necessary except diver seat, for seats
Driver/Passeng facing gangway if any and the wheel chair Confirm
er/wheelchair passenger (performance etc. as per AIS 052)
18.3
Seat Belt
Anchorage
Provide Make -----,
Fire
18.4 As per AIS 052 model-----, specs--- of
extinguisher:
fire extinguishers
Provide Make -----,
model-----, specs--- of
18.5 First aid box: 1 number, as per provision of CMVR
first aid box and its
contents.
Handrails
Minimum Confirm and provide
Colour contrasting and slip resistant of
18.6 length*diameter details of specs, size
aluminium tubing32 mm dia, 3 mm thick.
* height above make etc.
floor in mm
Colour contrasting and slip resistant. 2 to 4
Confirm and provide
Numbers. hand holds per bay of poly-
18.7 Handholds: details of specs, sizes,
carbonate transparent with provision for
make etc.
advertisements
Vertically fitted, with attachment to bus floor
Confirm and provide
and to roof, aluminium tubing with Colour
18.8 Stanchions: details of specs, sizes,
contrasting and slip resistant. 40 mm dia. &
make etc.
3.15 mm thick. Rest As per AIS 052.
High visibility bell pushes shall be fitted at a
Bells for Confirm and provide
suitable height (≥1.2 metre on all/
18.9 Passenger details of specs, sizes,
alternate/convenient stanchions keeping in
convenience make etc.
view convenience of passengers (including

Technical Document 463


Specifications
Bidder to confirm
S No Description Standard floor (900mm floor height), 11 m
and provide details
long Type I NDX buses
wheel-chair passenger) and avoidance of un-
necessary/ inadvertent operation by
passengers. These would assist PwDs
One rear camera for bus reversing and at
least two cameras in the passenger cabin
18.1 Security area as per the specifications / supplies made Confirm and provide
0 Cameras by the ITMS service provider. details
One more camera in front of Driver to capture
vehicle front side blind spots coverages
18.1 Window
1 Guardrails:
In all city buses -
a minimum
numbers.
d Other details: Confirm and provide
First guard rail details of specs, sizes,
As per AIS 052.
at a height from make etc. where
i
window sill in provided
mm
The distance
between two
ii
guard rails in
mm
Entrance/Exit 800 mm minimum height extending ≥ 100 mm Confirm and provide
18.1
Guard/Step well more than centre line of sitting position of the details of specs, sizes,
2
guard: Passenger. etc.
Emergency exit Confirm and provide
18.1
doors, warning As per AIS 052/CMVR details of specs, make
3
devices etc. etc.
Front/rear door, Confirm and provide
18.1
stepwell lights, LED as per AIS 008 details of specs,
4
door open sign wattage, make etc.
Mirrors right/left Provide Make -----,
18.1 Convex as per AIS 001 & 002. Interior with
side exterior / model-----, specs--- of
5 double curvature
interior: rear-view mirrors
Heavy duty for loads of 1.2 times (minimum)
Confirm and provide
18.1 Towing device the kerb weight of the bus within 30o of the
dimensional and
6 front and rear longitudinal axis of the bus. As per CMVR &
specs details
IS 9760 - ring type
Provide Make -----,
18.1
Warning triangle As per AIS 052/CMVR model-----, specs--- of
7
warning triangle
Both made of Steel or impact resistant
Confirm and provide
18.1 Bumpers - front polymer or combination of both meeting
details of specs, sizes,
8 and rear requirement of an energy absorbing system.
make etc.
Impact strength as per AIS 052

Technical Document 464


Specifications
Bidder to confirm
S No Description Standard floor (900mm floor height), 11 m
and provide details
long Type I NDX buses
Confirm and provide
details of impact
strength etc.
Para 6.3.1 of AIS 052
does not give any
Impact strength values, test standard
Meet requirements of Para 6.3.1 of AIS 052
for bumpers and or test procedure.
VM would hence be
required to provide
above details at the
time of pre-bid
meeting.
Miscellaneous
19 items/requireme
nts
19.1 Windows
Windows - two piece in non-AC buses, where
top portion, would be fixed and bottom portion
Confirm and provide
would have sliding glasses. Minimum window
a Type of window details of specs, sizes,
glass/aperture area (main windows) in cm²
make etc.
14000.
Toughened Glass of thickness 4.8-5.3 mm
Minimum height
of window Confirm and provide
b ≥ 950 mm
aperture (clear dimensions
vision)
Minimum height
of upper edge of
Confirm and provide
c window As per AIS 052
dimensions
aperture from
bus floor
Minimum width
of windows Confirm and provide
d As per AIS 052
(clear vision dimensions
zone)
Cabin luggage
19.2 Not required
carrier
Life cycle Confirm and provide
requirements of 9 years or 12,00,000 km, which-ever is details of mechanism
19.3
bus (whichever earlier. of assessing life of
is earlier) buses
Additional
20 Additional requirements
requirements
Air circulations An air passage/duct/roof hatch to be provided
20.1 and ventilation in driver area at a suitable location for proper
in driver's area inflow of air inside the driver cab

Technical Document 465


Specifications
Bidder to confirm
S No Description Standard floor (900mm floor height), 11 m
and provide details
long Type I NDX buses
Driver’s work area to be provided with a 200
Confirm and provide
mm diameter 24 V fan to ensure
details of make, model
proper ventilation. The fan to have 3
and rating of fan.
– speed adjustment
Noise, vibration
21 and harshness
etc
Maximum noise
levels inside the
Confirm and provide
a. saloon-test 81dba
details
procedure as
per AIS 020
• Vibration levels / Noise, vibration and
harshness (NVH) levels (interior):
Noise Vibration - Noise level in saloon from drive axle, etc.:
and Harshness Nil
levels when - Dominant frequencies to fall outside the
measured under ranges of: 0.5-1 Hz, 5-7 Hz and 18-20
city driving Hz
b conditions on • Transient vibration level in seating area
city roads with maximum:1g
pot holes and • Transient vibration level at driver seat
speed breakers, maximum:0.1g
etc • Vibration levels at driver/Pax seats
(metre/sec²) ≤ 0.5
• Vibration level in gangway (metre/sec²)
≤1
An automatic fire detection & Suppression
system be essentially provided for engine and
other fire sensitive areas of the bus.
FDSS provided for: -
Possibility of provision of FDSS for entire bus
Fire Detection Name all systems,
including but not limited to engine area, drive
and sub-subsystems;
22 line, fuel tanks, fuel filling point and fuel
Suppression Indicate type, make &
distribution lines / cluster, wheel wells,
System (FDSS) model of provisions in
electrical systems etc.
each case
Additional fire extinguishers as per AIS 052
be provided
Fire Condition Make and model of the
Pneumatic Electronic Linear fire detector with
a Monitoring fire detector; Dia. and
stainless steel tube with suitable diameter
device specs of SS tubing;
Components for
Fire Condition
b
Monitoring
Device
Detector operating on rate of rise with Make, model &
i
Advanced Built in Test Module. specs;

Technical Document 466


Specifications
Bidder to confirm
S No Description Standard floor (900mm floor height), 11 m
and provide details
long Type I NDX buses
Generally, as Specifications and
Stainless steel Tube sensor with suitable
ii per UBS II, AIS relevant documents
diameter and should be rodent free
135, CMVR be provided
Detector
Specification/ Detector should operate with Rate of Rise
requirements: along with advanced Built-in Test Module that
c Generally, as indicates failure in the event of reduced
per UBS II, AIS performance over the entire range of sensor
135, CMVR (if tube.
any)
i IP Rating IP67
ii Enclosure Aluminium
Operational
iii Temperature -40°C to +125°C
Range
Should comply with:
Shock &
vi
Vibration: BS EN 61373, Table 1,2,3
MIL STD- 810:501.4, 516.5.4.
1 Mtr. to 100 Mtr. in length. Stainless steel
v Sensor Tube
material with suitable diameter.
Operating
vi 18 - 32 V DC
Voltage:
vii Alarm Current: 40mA
23 General Confirm
Capacity of the --- as decided by the Vehicle Manufacturer Confirm
Fire
suppression
a
system for each
of the different
areas
Material of VM to decide optimal materials and the Confirm
b Construction containers for fire supersession for each of
the fire sensitive areas of the Bus.
Fire Pneumatically/ mechanically / electro- Confirm
suppression mechanically and or any other mechanism
system trigger Operated
c
mechanism for
each of the fire
prone areas
Powder (if any UL listed ABC 90% Confirm
d
used)

Technical Document 467


Annexure 1 to Part II above
A system of assessment of standee capacity in the bus: Standee spaces available in the bus
Formula for calculation of number of seats and number of standees permitted.

Dimension Description Area (In


mm2)
Area of the Driver Compartment Width x Depth of Driver Work Area Ad
Total projected Step Well Area (all Sum of projected Area of all Step As
stepwells) Wells
Projected area of Engine Width x Length of Engine Ae
projected on the floor Area
Area of any part of the Vehicle Aw
where vertical clearance is less than
1350 mm (Engine etc.)
Area required to provide a clear Ast
work area at service floor area
occupied by any stair case
Area of parts where clear height Ac
above floor level less than 1900 mm
(1750mm in case of mini bus)
Area of seat in facing partition (300 mm x Total seat width) Ap
Area of the parts where slope exceeds Asl
the maximum specified value for
purpose of passengers
Total Area excluded for purpose of Sum (Ad+As+Ae+Aw+Ag+Ast+Ap) Aex
calculating seated passenger capacity

Technical Document 468


Area of Gangway Ag
Total internal Floor Area Internal Width x Internal Length Aint
Area for seated Passengers Aint-(Aex+Ag) Apass
Area for standee passengers 2Ag – (Ac + Asl + 150mm x Length Astd
of Gangway)

Note: Value of Astd is the solution of following three equations –

Aex = Ad + As + Ae + Aw + Asl + Ag + Ast + Ap

Apass = Aint – (Aex + Ag)

Astd = Aint – (Ad + As + Ae + Aw + Ast + Ac + Ap + Asl + Apass + 150mm* Length of Gangway)

Formula for calculation of seating and standee passenger areas

Dimension Description Result


No of Seats permitted Apass / (seat pitch x Seat Width) No. of seats

No of Standees permitted Astd x 5 x 10-6 No. of standees

Annexure II – A copy of bus code AIS 052

Technical Document 469


Annexure III – An indicative list of materials to be tested
Annexure III: Indicative list of items to be tested

S No Items to be tested Specifications

1. CR Tubular sections BIS:4923-1997 (or latest) of Grade Yst.-240


2. Phosphating / BIS:3618-1966 (or latest) Class A-2 for Phosphating & BIS:277-
Galvanizing 2003 or latest - 120 gsm for Galvanizing (Zinc Coating) and two
weeks (336 hours) Salt Spray Test for both in accordance with
ASTM procedure B117 with no structural detrimental effect
to normally visible surfaces & no weight loss of over 1%.
3. EPDM Rubber As per AIS 085
4. Glasses Laminated BIS: 2553 (Part-2)-1992 (or latest) Float Glass, Front ‘AA’ Grade
Glass, PVB Film in Laminated Glass.
5. Aluminum Parts IS:733-1974 (or latest) for Solid Part, IS:1285-1975 or
latest for Extruded Round Tube &Hallow Part and IS:738-1977
or latest for Drawn Tubes, Alloy 63400, tempering WP.
6. Paint PU Paint as per relevant IS: 13213:1991 (or latest)
& any other relevant BIS Standards. For Matt Black Paint the
Gloss Value is up to 30 units.
7. LT Wire BIS: 2465-1984(or latest). DIN 72551- Dimensional Test JIS C
3406- Spark, Immersion & Conductor Resistance Test’ SAE
recommended J 1127 & J 1128
8. Aluminium Sheet BIS:737-1986(or latest), Aluminium Alloy H-2/31000
9. CR sheets BIS:513-2008(or latest)
10. GI Sheets BIS:277-2003 (or latest), Class-VIII Medium Coating of Zinc
Nominal Weight120 grams/M2.

Technical Document 470


11. Passenger Seat As per AIS-023, Bus Code & BIS Standards. For MS components
Assembly two weeks (336 hours) Salt Spray test for both in accordance with
ASTM procedure B117 with no structural detrimental effect
to normally visible surfaces & no weight loss of over 1%.
12. Marine Board / BIS: 710-1976 (or latest) IS:5509-2000 (or latest) for
Board / another floor Flammability.
material

Annexure IV – Specifications for Intelligent Transport System (ITS)

Functional Specifications for ITS


# Parameter Specifications
AVLS
1 Single • The route programming file upload capability should also be catered
Controller Unit through SD card/USB port to support redundancy
(SCU) • Route selection function is to be provided on BDC with easy sorting of
routes
• Integration with BDC through latest interface mechanism.
• The Controller Unit shall have a time-of-day clock and calendar. The
time and date shall be synchronized as per IP based timing protocol
(configurable) with the central software time.
• Local battery backup for minimum half hour for the smart start and
shutdown of the SCU.
2 Bus Driver • All driver related route information to be displayed on BDC
Console • In-built light sensor with continuously variable brightness control to
enable the display intensity to change based on ambient light conditions.
• BDC supports the following functions:
o Driver login & logout
o Route selection
o Route start
o Automatic Bus Stop Announcement
o Manual Bus Stop Announcement
o Special Announcements
o PA- Passenger Announcements
o Two-way voice communication

Technical Document 471


Functional Specifications for ITS
# Parameter Specifications
o SMS
o Messaging
• Emergency alarms
• 4 section camera views to be supported on BDC after cameras are
installed in future.

On-Board Display Units


1 Viewing • Front, side and rear signs 50 metres minimum, for single line text, in
distance day and night.
• Inner 15 metres minimum, for single line text in day and night.
2 Display • Fixed, scrolling and flashing mode (with fixed route number, up to
Characteristics minimum 40 characters for scrolling mode, on front, side and rear
signs).
• Capability to show customized graphics.
• Scrolling Two lines - English followed by Tamil and then local language.
• Total display height should accommodate two lines and the individual
heights of each line should be adjustable to enable one line to be
larger/smaller than the other line. However, during next stop
announcement only single line text is required
• It should be possible to display, concurrently, different messages on
each of the signs (front, rear, side and inner).
• It should be able to display special signs like signs for 'PWD enabled
bus', ‘ladies special’.
• Capability to show special characters like (, ‘“. ! + - * : ?)
• Signs should have ability to retain the last message displayed in the
memory of the sign even in the event of power failure and without the
message being reloaded.
• Display and voice announcement in English, Tamil and other local
languages
• The display systems shall have in-built test facility, able to carry out self-
check at periodic intervals, carry out exchange of diagnostic information
from the central control stations including power availability, its current
status etc.
• The display system shall support remote settings such as display
intensity, time synchronization etc.
• PIS displays shall be managed locally without workstation or server.
3 Hardware The hardware to be procured shall have minimum below system
Programming programming capability:
Capabilities • The system should enable driver to communicate via audio call to the
control centre.

Technical Document 472


Functional Specifications for ITS
# Parameter Specifications
• The system should enable driver to send out from a list of pre-defined
messages to the control centre
• Support minimum 3000 routes UP and DOWN (average 10 stops per
route) of signboards supplied.
• GPS triggered next stop display on Inner sign with synchronized voice
announcement on each route.
• The system should be able to specify geo-fence boundary individually
and collectively for next, upcoming and current station announcements.
• The current stop announcement should be correct to 5 metres.
• The inner sign should be able to display and announce up to three
languages, one after the other in sequence. For example, make display
an announcement in English, then Tamil and then any local language
• Display driver and conductor ID once in between the stops on Inner sign
• Inner sign should be able to display text and customized graphics and
announce pre-recorded messages on SCU(OBU) display panel of the
controller.
• The system should have provisions to add more text and audio
messages.
• Functionality of Display ‘clock'-GPS based or ‘Default Messages’ on
Inner sign
• Emergency 'stop' request function- by pressing an emergency switch
placed anywhere in the bus the inner sign should display 'stop' message
and buzzer located near the driver makes the sound alerting the driver
to stop the bus.
• In case one or more signs get disconnected (malfunction), the rest of
the signs should continue to function regardless (including fresh
communication from SCU)
• Sign should be able to store 'Diagnostic Trouble Codes'
(DTC)’,'Parameters Identifiers (PID) and with retrievable data.
• The system should be capable of raising alarms based on vehicle
statistics (engine overheating, low fuel, etc.)
• The route programming files, stops, messages, etc should be updated
to the on-board unit over USB, Ethernet, Wi-Fi, etc. from Server (at least
one online method and one offline method provision to be given).
• The system should allow the control centre to view the route selected
by driver.
• It should be possible to change/choose/select a 'route' remotely over the
air from Operations Control Centre.
• All SCUs (OBU) should connect in real-time to the central system via
GPRS, 4G and above, Wi-Fi, etc.
• All firmware updates to the OBU should be via USB, Ethernet, W-Fi and
OTA.

Technical Document 473


Functional Specifications for ITS
# Parameter Specifications
• PIS displays should be capable to be managed locally without
workstation or server.
• The SCU shall have the capacity to store static information in the display
controller (including schedules), which shall be shown if the
communication link is lost and after real-time information expires.
• The proposed hardware should be able to provide backend software
capability to
o Assess the status of a running vehicle in terms of on-time, delayed
and early arrival by comparing with schedule
• Generate Reports in terms of
o GPS outage, loss of connectivity and their frequencies and durations
o Missed trips, missed stops, route violation, un-scheduled stoppage,
late start, etc. for performance analysis.
Driving patterns, over-speeding, harsh braking, etc.
PA System
1 Public The Voice PIS must play clearly audible pre-recorded voice announcements
Announcement (in three languages) informing passengers of next bus stop on route. The
(PA) System voice PIS shall interface with the on-bus GPS module to gather location
information and making the appropriate next station announcement.

Technical Specification for ITS - AVLS Hardware (SCU/OBU, BDC and Onboard Panic
Button)
# Parameter Minimum Specifications
I Single Controller Unit (SCU) / On-Board Unit (OBU)
1. Certification Compliant to IS 16833 or UBS-II
2. Operating Voltage 9 to 36 V DC
3. Surge Protection Enabled
4. Power source Connected to vehicle key-on/ignition-on
5. Interface CAN 2.0/ OBD II, RS 485, RS 232, fast Ethernet, USB, digital
outputs, digital/Analog inputs, WLAN, audio input output, amplified
audio output
6. Communication 4G or above, Wi-Fi
7. Protection IP 65 or above as per UBS II or IP 54 as per IS 16833
8. Temperature -10o C to + 70o C
9. Humidity 5% to 95 %
10. Vibrations 10g
11. Operating System Embedded windows/Linux or similar (Latest version) (Windows 7
or latest at the time of calling the tenders)
12. Processor 64-bit low power Industrial grade outdoor processing unit
13. Memory Flash: Min 4 GB,
RAM: Min. 512 MB (RAM memory includes SCU (OBU) and BDC).

Technical Document 474


Technical Specification for ITS - AVLS Hardware (SCU/OBU, BDC and Onboard Panic
Button)
# Parameter Minimum Specifications
14. Storage Provision for 512 GB HDD (256 x2 GB – SSD) card and support up
to 1 TB. OBU shall support at least 7 days of recording for all bus
camera.
15. GPS In built GPS, 4G and above (GSM) modules
16. Antenna Combi antenna using RG174 cable. The connectors on Combi
antenna will be preferably SMA(M) ST plug type for GPS and
FME(F) jack type 1/4"-36UNS-2B for 4G and above
17. Audio Storage and • In-built MP3, WAV, etc. files storage/playback function.
playback
18. Microphone Input In built two channel amplifiers minimum 10 Watts rms each
and Audio Output suitable for 4 ~8 Ohm impedance with input for external
microphone
19. Power Supply Power to SCU (OBU) and BDC will be supplied through power-
back external battery and subsequent bus multiplexing wiring
system
20. mNVR capabilities Should have inbuilt or integrated capabilities for a SCN System as
per UBS II guidelines or IS 16833 for future requirements where
the system shall consist of High-Resolution cameras for Video and
Audio recordings for monitoring purposes
II Bus Driver Console (BDC)
1. Operating Voltage 9 to 36 V DC (preferable through SCU(OBU))
2. Connectivity Power/data connection to Single Controller Unit
3. Protection IP 65 or above as per UBS II
4. Mounting Theft/vandal proof
5. Temperature -10o C to + 70o C
6. Humidity 5% to 95 %
7. Vibrations 10g
8. Display Full colour graphic TFT - Min 640 x 480 dots, Size Min. 8"
9. Viewing Angle 60 H / 70 (right/left) / 60 V / 70 (up/down)
10. Backlight Adjustable
11. Keyboard Display with physical keys

OR

Full touch screen with user friendly interface for navigation,


scrolling, route destination code selection, etc.
III GPS modules
1. Rating: 22 tracking/66 acquisition minimum
2. Tracking sensitivity (-) 165 dBm typ
3. Navigation (-) 148 dBm typ
sensitivity
4. • Update rate I Hz (configurable to 10 Hz)

Technical Document 475


Technical Specification for ITS - AVLS Hardware (SCU/OBU, BDC and Onboard Panic
Button)
# Parameter Minimum Specifications
• Time to first fix cold acquisition 35 seconds typ
• Hot acquisition 1 second typ.
• Navigation accuracy 3M horizontal
IV 4G and above (GSM) modules
1. GSM/GPRS GSM/GPRS SMT quad band and UMTS (4G and above)
2. Data Acquisition and Specifications as per AIS 140 standards. The detailed list of
Transmission configurable data fields is provided in Annexure below
3. Temperature Temperature range -10o C to + 70o C
V ‘Combi’ Antenna
1. AMPS 850MHz, GSM900MHz, ISM868MHz, DCS1800MHz,
PCS1900MHz, 4G UMTS 2.1GHz, Wi-Fi /Blue Tooth (2.4 GHz),
GPS (1575.42MHz). Separate WLAN antenna may be provided if
necessary.
2. GPRS • Impedance 50 Ohm
• Radiation pattern Omni-directional
• Polarization linear (vertical)
3. GPS • Impedance 50 Ohms
• VSWR <1.5:1
• Polarization RHCP
4. Waterproof Waterproof IP-66
VI On-board Panic Button
1. Power Supply 9 to 36 V DC
2. Connectivity Serial/digital input to SCU(OBU)
3. Protection IP 65 or above
4. Temperature -10o C to + 60o C
5. Humidity 5% to 95 %
6. Vibrations 10g
7. Use Easy to press
8. Placement Convenient placement. Prevent accidental trigger
• Unit should be fixed securely at the chosen position
• The casing should be theft proof, tamper proof and vandal
Mounting and proof
9.
Casing • All fixtures and mounting should be certified by qualified
structural engineers for capability to withstand vibrations and
fixture safety

On Board Display Units and Announcement System


# Parameter Minimum Specifications
I Front Outer LED, Rear Outer LED, Inner LED, Side LED

Technical Document 476


On Board Display Units and Announcement System
# Parameter Minimum Specifications
1. Certification UBS II certification
• Front Outer LED - minimum 1800X220 mm
• Rear Outer LED - minimum 900X220 mm
2. Route Board Sizes • Side Outer LED - minimum 900X220 mm
• Inner LED - 800X100mm
3. Operating Voltage 9 to 36 V DC
4. Power Consumption 1 Amp. @ 24 V DC
5. Surge Protection Enabled
6. Connectivity RS 485 or similar
7. Protection IP 65 or above
8. Temperature -10o C to + 70o C
9. Humidity 5% to 95 %
10. Vibrations 10g
11. Firmware Firmware update and version check through controller
12. Colour Single colour (Amber, can vary)
13. Viewing Angle Minimum 120 H / 60 V
14. Intensity Continuous variable brightness control
15. Viewing Distance 50 m, Inner 15 metres minimum, for single line text in day and night
16. Memory Ability to retain last displayed message
17. Display Modes Fixed, scrolling, flashing
• All units should be fixed securely at the chosen position
• The casing should be theft proof, tamper proof and vandal proof
18. Mounting • All fixtures and mounting should be certified by qualified
structural engineers for capability to withstand vibrations and
fixture safety
Two Lines multi-language display capability (English, Tamil or other
19. Display Language
language as indicated.)
II Announcement System
The announcement system should provide uniform coverage
1. Coverage throughout the vehicle at optimum decibels by use of multiple
speakers placed for equal sound distribution
2. Speakers at least 6
III Passenger Announcement (PA) System
A Microphone
Frequency
1. 200 – 8000 Hz
Response
2. Sensitivity 2.3mV/Pa
3. Impedance 500Ω
4. Coiled Cord 1.8 – 2.5 m
B Speakers
1. Nominal Impedance 4E ± 15%

Technical Document 477


On Board Display Units and Announcement System
# Parameter Minimum Specifications
2. D.C Resistance 3.7 ohms
Resonance
3. 170 Hz ± 20%
Frequency
4. Frequency Range Fo~ 20KHz
Sound Pressure
5. 90dB ± 2dB @300,400,500,600Hz
Level
6. Buzz & Rattle test 6.99 V
7. Rated Input 15-Watt, Maximum Input: 20 Watt

Bus Security Network Camera


# Parameter Minimum Specifications
I Reverse Parking Sensor Camera
1. PoE through BDC, should be automatically switched on with engine
Power Supply
and power down on ignition off.
2. Fixed lens 3.6 mm
3. Picture Resolution 752 H x 582 V (PAL)

4. Resolution 25/30fps@1080P

5. Picture Sensor 1/3” 2 Megapixel progressive scan Aptina CMOS,


6. IR distance Min 30 m

7. Image Enhancement DWDR, Day/ Night (ICR), 3DNR, AWB, AGC,BLC


8. Protection Minimum IP 66

9. Temperature -10 deg C to + 60 deg C

10. Humidity 5% to 95 %

11. Vibrations 10g

Rugged, vibration, shock and tamper proof Metal housing, Aviation


Connectors
12. Camera
Installation: Anti Vibration with Adjust Angle;
Ruggedness
• Horizontal: 0~355 degree with 3-point locking
• Vertical:0~90 degree with 2-point locking
Camera should engage with the reverse gear engage on buses and
display the back-view of the bus on BDC display to the driver. Camera
13. Function should make alert to the driver based on the distance from the objects
while reverse the bus.

Functional & Technical Specifications for Telematics System


# Parameter Specifications
Telematics System
1 Telematics As per UBS II guidelines, the data from multiplexing nodes, on a single
Parameters CAN 2B (J1939) bus should include parameters from:

Technical Document 478


Functional & Technical Specifications for Telematics System
# Parameter Specifications
1. Vehicle electrical system powered through multiplexing nodes
2. Vehicle safety and performance features
3. Engine and transmission
4. Diesel bus electronics data
1a Vehicle electrical All external and internal fixtures like passenger/driver compartment
system illumination and ITS equipment
1 Vehicle safety and • Fuel /Oil level/ Pressure
b performance • Fuel Level Indicator System (in Litres) - Display in Dashboard
features
• Braking pedal position
• Accelerator pedal position and kick down
• Brake pad condition and brake pedal temperature (in case of
electronically controlled disc brakes)
• Door interlock
• Kneeling interlock (wherever provided)
• Gas leakage detection (wherever provided)
• Fire detection/suppression (wherever provided)
• Tyre Pressure Monitoring System (To ensure Tyre Air Pressure and
Tyre Temperature in each wheel)
• Tubeless Tyre -Parameters (like Pressure, skid indicators)
• Battery Health condition monitoring System
1c Engine • Engine CAN status
• Engine oil pressure
• Engine coolant temperature
• Engine speed in RPM
• Vehicle speed (torque)
• Diagnostic message (engine specific)
1 Transmission • Transmission CAN status
d • Transmission output shaft speed
• Transmission input shaft speed
• Transmission current gear
• Transmission oil filter restriction switch
• Transmission oil life remaining
• Transmission service indicator
• Transmission sump oil temperature
• Transmission oil level high / low
• Hydraulic retarder oil temperature
• Accelerator pedal
• Diagnostic message (transmission specific)

Technical Document 479


Functional & Technical Specifications for Telematics System
# Parameter Specifications
1e Diesel bus • Drivers demand of engine torque percentage
electronics data • Actual engine torque percentage
• Engine and retarder torque
• Engine speed
• Source address controlling device
• Engine starter mode
• Engine demand torque percentage
• Accelerator pedal 2 low Idle switch
• Road speed limit status
• Accelerator pedal kick down switch
• Accelerators pedal low Idle Switch
• Accelerator pedal position
• Percent load at current speed
• Remote accelerator pedal position
• Accelerator pedal position 2
• Vehicle acceleration rate limit status
• Engine temperature
• Engine coolant temperature
• Fuel temperature
• Engine oil temperature
• Turbo oil temperature
• Engine intercooler temperature
• Engine intercooler thermostat opening
• Engine fluid level pressure
• Fuel delivery pressure
• Extended crankcase blow by pressure
• Engine oil level
• Engine oil pressure
• Crankcase pressure
• Coolant pressure
• Coolant level
• Coolant level, Coolant Condition (% of Ethylene Glycol)
• Alternator (Volt) Output monitoring System
1f Connector • CAN 2.0 (J1939 Connector) / OBD-II Connector
1 Communication Telematics System (VHMD) real time warning to CCC
g o Open public communications network services (4G and above)
and download compatibility

Technical Document 480


Functional & Technical Specifications for Telematics System
# Parameter Specifications
Telematics System (VHMD) end of the day to depot
• IEEE 802.11 Wireless LAN (Wi-Fi) via 'Back haul' at depot

Testing Standard Compliance


Test standards
# Specifications
compliance
1. Performance Nine points, tri temperature/tri voltage- 18V, 27V, 32V, -25°C, room
parametric test temperature, +85°C test. At each test point the system will be
powered on and shut down 5 times as per the supplier’s designated
procedure and thereafter evaluated for malfunction if any
2. Cold IS 9000 (Part II/Sec 4)-1977 (reaffirmed 2004) at -25⁰C for 2 hours
in ‘on’ condition
3. Dry heat IS 9000 (Part III/Sec 5)-1977: PIS Signs, SCU(OBU) and Nodes at +
80⁰C for 16 hours in ‘on’ condition. BDC at + 80⁰C for 2 hours
4. Damp heat IS 9000 (Part V/Sec 2)1981 at +25⁰C /+55⁰C, Humidity 95%, 24
hours for 6 cycles in off condition. Functional test with power in ‘on’
condition at start of 2nd, 4th and 6th cycle
5. Vibration standard • Frequency 5~50Hz and return to 5Hz at a linear sweep period of
AIS 012/AIS:062 -10g 1 minute/complete sweep cycle and 10g at maximum frequency
Excursion -1.6 mm peak to peak over the specified frequency
range Test duration 60 minutes
• Direction of vibration –X, Y, Z axis of device as it is mounted on
the vehicle.

6. Dust and water IS /IEC 60947-1:2004 in conjunction with IS/IEC 60529:2001– ‘PIS
ingress protection signs’ IP66, ‘SCU’(OBU) IP 65, ‘BDC’ IP65, ‘nodes’ IP54
7. Free fall IS 9000 (Part VII/Sec 4) Free fall at 500 mm, (applicable to ‘nodes’
and ‘controllers’ only)
8. Fire resistant • Regulation directive 95-28/EG dated 24-10-1995 horizontal Burning
rate tested as per ISO 3795,
• Horizontal burning test HB as per UL 94 -1998 clause 7 (for wire
harness)

9. Reverse polarity The component must fulfil the function- and service life
protection without requirements after being subjected to reversed polarity up to 27 V
fuse for 2 minutes.
10.Over voltage To ensure service life requirements and functionality. The
protection component shall run for 60 minutes at 38V, without effecting the
service life or function.
11.Insulation resistance The Insulation resistance measured as per ISO 16750-2 with a
voltage of 500 V dc shall not be less than 1Mega ohm.
12.Cranking voltage The components shall have an electrical energy reserve that can
handle voltage drop during cranking. Component shall not reset
during cranking- ‘FSC B’. The supply voltage during crank is 18.0 V
for 40 ms. The test to be carried out as per ISO 7637

Technical Document 481


Testing Standard Compliance
Test standards
# Specifications
compliance
13.Load dump test on 123V ,8 Ohms 200ms pulse 5a as per standard ISO 7637-2
controller
14.Salt spray test (AIS: 012/ IS10250) 96 hours
15.EMC/EMI 1.Electromagnetic radiation, radiated immunity and compatibility as
per AIS 004 (Part 3) or
2.72/245/EEC last amended by 2009/19/EC (includes 2004/104/EC,
2005/83/EC, 2006/96/EC) and UN ECE Regulation Number 10 Rev
3:2008
Note: In case of product is ‘e’ marked and a detailed test report is
submitted (which includes above tests) no fresh verification is
necessary
16.Operating Supply voltage 24 V± 25%
parameters
17.LED colour test – AIS -012
dominant wavelength
amber
18.LED chromaticity Limit towards green: y ≤ x-0.120
coordinates Limit towards red: y ≥ 0.390
Limit towards white: y ≥ 0.790-0.670x
In accordance with CIE 127 condition B
19.LED bulb/SMT In accordance with CIE 127 condition B
intensity and viewing
angle

Test compliance as per IS 16833


# Tests
1. Performance parametric test (Tri Temperature / tri voltage)
2. Shock and Vibration test
3. Ingress protection (IP)
4. Over voltage protection test
5. EMI/EMC test
6. Load dump test, Pulse 5a
7. Reverse polarity protection without fuse
8. Test for wiring harness
9. High temperature test
10. Cold Test
11. Damp heat test
12. Insulation resistance test
13. Thermal shock test
14. Salt spray test
15. High voltage test
16. USB port overloading test
17. Endurance test
18. Free fall test

Technical Document 482


19. Protocol testing

Annexure V – Indicative List of Data Types and Packet Format for Onboard ITS for
Integration with Backend Systems
# Required Data Field Descriptions
1. Start Character $
2. Header The header of the packet/ identifier

3. Vendor ID Vendor identification header

4. Firmware Version Version details of the Firmware used in EX.1.0.0


5. Packet Type Specify the packet type
• NR = Normal
• EA = Emergency Alert
• TA = Tamper Alert (Optional)
• HP = Health Packet
• IN = Ignition On
• IF = Ignition Off
• BD = Vehicle Battery Disconnect
• BR = Vehicle Battery Reconnect
• BL = Internal Battery Low
6. Packet Status L=Live or H= History

7. IMEI Identified of the sending unit. 15-digit standard


unique IMEI no
8. Vehicle Reg. No Mapped vehicle registration number

9. GPS Fix 1 = GPS fix OR 0 = GPS invalid

10. Date Date value as per GPS date time per GPS date
time (DDMMYYYY)
11. Time Time value as per GPS date time in UTC
format (hh:mm:ss)
12. Latitude Latitude value in decimal degrees (not less
than 6 places)

Technical Document 483


# Required Data Field Descriptions
13. Latitude Dir Latitude Direction.
Example N=North, S= South
14. Longitude Longitude value in decimal degrees (not less
than 6 places).
15. Longitude Dir Longitude Direction.
E=East, W= West
16. Speed Speed of Vehicle as Calculated by GPS
module in VLT. (in km/hrs.) (Up to One Decimal
Value)
17. Heading Course over ground in degrees

18. No of Satellites Number of satellites available for fix

19. Altitude Altitude of the device in metres

20. PDOP Positional dilution of precision

21. HDOP Horizontal dilution of precision


22. Network Operator Name Name of Network Operator

23. Ignition 1= Ignition On , 0 = Ignition Off


24. Main Power Status 0 = Vehicle Battery disconnected
1= Vehicle Battery reconnected
25. Main Input Voltage Indicator showing source voltage in Volts. (up
to One Decimal Value)
26. Internal Battery Voltage Indicator for level of battery charge remaining.
(up to One Decimal Value)
27. Emergency Status 1= On, 0 = Off
28. Tamper Alert (Optional) C = Cover Closed, O = Cover Open
29. GSM Signal Strength Value Ranging from 0 – 31

30. MCC Mobile Country Code

31. MNC Mobile Network Code


32. LAC Location Area Code

33. Cell ID GSM Cell ID

34. NMR (Network Measurement Report) Neighboring 4 cell ID along with their LAC &
Neighboring Cell ID signal strength
35. Digital Input Status 4 external digital input status (Status of Input 1
to Input 3 (0=Off; 1=On))
36. Digital Output Status 2 external digital output status (0=Off; 1=On)
37. Frame Number Sequence Number of the messages (000001 to
999999)
38. Checksum Insures No error in transmission (optimal)

39. End Character Indicated End of the frame

Technical Document 484


This are the indicative list of the data that required to integrate with backend system. Authority may
come-up with the additional data types to be integrate with the backend system during the contract
period. Bidder shall have to support into the requirement gathering and generation of the data types
as and when authority desires in entire contract period.

Technical Document 485


Diesel fuelled, 11 metre long, standard floor (1150 mm floor height),
BS-VI compatible, fully built Type II NDX bus - Specification

Diesel fuelled, 11 metre long, standard floor (1150 mm floor height), BS VI compatible, fully
built Type II Non-Deluxe (Type II NDX) bus –
Specification

Tamil Nādu State Transport Corporation (TNSTC)

Technical Document 486


Table of Contents
PART I – GENERAL REQUIREMENT ..................................................................................... 4

1. INTRODUCTION AND SCOPE: .................................................................................... 5

2. GENERAL DESIGN FEATURES OF THE 11-METRE-LONG FULLY BUILT TYPE II


NDX BUSES: ........................................................................................................................... 5

3. ENGINE: ....................................................................................................................... 9

4. COOLING SYSTEM: ................................................................................................... 10

5. TRANSMISSION SYSTEM: ........................................................................................ 10

6. SUSPENSION: ............................................................................................................ 10

7. STEERING SYSTEM: ................................................................................................. 11

8. BRAKING SYSTEM: ................................................................................................... 11

9. WHEELS AND TYRES: .............................................................................................. 11

10. AXLES: ....................................................................................................................... 12

11. DIESEL TANK: ........................................................................................................... 12

12. UNDER FRAME & STRUCTURE: .............................................................................. 12

13. PANELLING: .............................................................................................................. 14

14. PAINTS: ...................................................................................................................... 14

15. COLOUR SCHEMES: ................................................................................................. 15

16. SERVICE DOORS: ..................................................................................................... 15

17. GUARD RAILS: .......................................................................................................... 16

18. WINDOWS: ................................................................................................................. 17

19. WINDOW GUARDRAIL: ............................................................................................. 17

20. EMERGENCY EXIT: ................................................................................................... 17

21. ESCAPE HATCH: ....................................................................................................... 17

22. STEPS: ....................................................................................................................... 17

23. FLOOR: ...................................................................................................................... 17

24. GANGWAYS:.............................................................................................................. 18

25. HANDRAILS AND HANDHOLDS ............................................................................... 18

Technical Document 487


26. STANCHIONS............................................................................................................. 18

27. PASSENGER SEATS: ................................................................................................ 18

28. SEAT BELTS AND ITS ANCHORAGES: ................................................................... 19

29. DRVIER’S WORK AREA: ........................................................................................... 19

30. REAR-VIEW MIRRORS- INTERIOR AND EXTERIOR: .............................................. 20

31. SUN VISOR AND HORN: ........................................................................................... 20

32. INTELLIGENT TRANSPORT SYSTEM (ITS) AND THE ITS DEVICES: ..................... 20

33. STOP REQUESTS: ..................................................................................................... 23

34. BUMPERS: ................................................................................................................. 23

35. TOWING DEVICE: ...................................................................................................... 24

36. WIND SCREENS: ....................................................................................................... 24

37. WIND SCREEN WIPERS: ........................................................................................... 24

38. FIRE EXTINGUISHERS: ............................................................................................. 25

39. FIRST AID KIT: ........................................................................................................... 25

40. PROVISIONS FOR PERSONS WITH DISABILITIES: ................................................ 25

41. BATTERY: .................................................................................................................. 25

42. ELECTRICAL EQUIPMENT AND WIRING: ................................................................ 25

43. LIGHTS AND LIGHTING SYSTEM: ............................................................................ 28

44. PERFORMANCE STATEMENT: ................................................................................. 29

45. TECHNICAL INFORMATION ...................................................................................... 29

46. TOOLS, GAUGES AND TESTING INSTRUMENTS: .................................................. 30

47. OPERATION AND MAINTENANCE MANUAL: .......................................................... 30

48. TRAINING ................................................................................................................... 31

49. TOOL KIT ................................................................................................................... 31

50. INSPECTION AND TESTING: .................................................................................... 31

51. MAINTENANCE SPARES AND MATERIALS ............................................................ 32

52. MAINTAINABILITY ..................................................................................................... 32

Technical Document 488


53. WARRANTY/ GUARANTEE ....................................................................................... 32

54. GENERAL REQUIREMENTS: .................................................................................... 32

55. QUALITY ASSURANCE ............................................................................................. 35

56. STATUTORY REQUIREMENT ................................................................................... 35

57. MANUFACTURER’S NAMEPLATE ............................................................................ 36

58. POLLUTION UNDER CONTROL (PUC) CERTIFICATE HOLDER ............................. 36

59. ANY OTHER PROVISIONS TO MAKE THE BUS FULLY FUNCTIONAL .................. 36

60. FIRE DETECTION AND SUPPRESSION SYSTEM (FDSS) ....................................... 37


PART II – SPECIFICATIONS OF DIESEL FUELLED STANDARD FLOOR OF 1150 MM
FLOOR HEIGHT BS VI COMPLIANT 11-METRE-LONG TYPE II NDX BUSES FOR
OPERATIONS IN TNSTC – GENERALLY AS PER BUS CODE (AIS 052) AND UBS II ........ 39

Annexure I to Part II above .................................................................................................. 62

Annexure II – A copy of bus code AIS 052 ......................................................................... 63

Annexure III – An indicative list of materials to be tested ................................................. 64

Annexure IV – Specifications for Intelligent Transport System (ITS) ............................... 65

Functional & Technical Specifications for Telematics System ......................................... 72

Annexure V – Indicative List of Data Types and Packet Format for Onboard ITS for
Integration with Backend Systems ..................................................................................... 76

PART I – GENERAL REQUIREMENT


Specifications for diesel fuelled, BS VI compliant, Standard Floor (1150 mm floor height),
11 metre long Fully built type II NDX (Non-AC) Buses

Technical Document 489


1. INTRODUCTION AND SCOPE:
End-use requirement-oriented specifications, with maximum make / model neutrality, for fully
built diesel fuelled Internal Combustion Engine (ICE) propelled Bharat Stage VI (BS VI)
compliant Non-Deluxe (NDX) 1150 mm floor height 11-metre-long type II NDX buses for Public
Transport (PT) System of TNSTC are brought out here. 11-metre-long type II NDX buses are
proposed to be deployed for PT operations in urban, peri-urban and the contiguous areas
(designated areas). Bus Manufacturer would furnish technical details for assemblies / sub-
assemblies/ systems/ equipment as per Technical Specification of this Section in appropriate
formats.
The specifications cover end-use-based design, evaluation, fabrication & testing features of
diesel fuelled 11-metre-long type II NDX buses for transportation of passengers mainly in
TNSTC’s designated PT operational areas. The bus design should be modern, energy efficient,
environment friendly, safe, efficient and reliable besides meeting all statutory, regulatory, legal
and other requirements, as also those related to easy passenger accessibility including for
Persons with Disabilities (PwDs); passenger comfort, driver’s work place, internal and external
aesthetics, ease of repair and maintenance etc.
Specifications would comply with all applicable Central, State and local laws (including Acts,
Rules & Regulations). These would include, but not be limited to, the provisions of Disability Act
1995 as amended till date as well as state and local accessibility, safety, emission and other
requirements. The bus would meet or exceed the Central Motor Vehicles Rules (CMVR) of India
/ Safety Norms, Emission, Noise& other norms applicable at the time of supply. In the event of
any conflict between requirements emanating from this specification and those as per any
statutory/legal, etc. in force, the superior/ higher requirements/Standards would prevail.
The word “Bus” or “Buses” wherever used in the specification means the “> 10800 mm long
diesel fuelled BS VI compliant non-air-conditioned 11-metre-long standard floor bus with 1150
mm + 10 mm floor height” as per specifications given in this document. The type II NDX buses
would have right hand drive.
For PT operations in designated areas of TNSTC, a fully built type II NDX bus as per specs
detailed in this document and those of AIS 052/ AIS 153 / UBS II / CMVR / TNMVR, BIS
Standards, etc is envisaged.
The specifications / standards / norms / regulations etc mentioned in this document are generally
as prevalent in India. However, any other national / international specifications / standards /
norms / regulations, equivalent and or better than those indicated in this document, would meet
the requirement. The proof of ensuring equivalence etc in all cases shall be enclosed with the
bidding document by the agency referring to them.
The vehicle manufacturer shall ensure to meet the requirements as given in Bus body Code and
CMVR (bus body code AIS052, AIS153 and others as applicable for fully built bus) and also
comply with harmonized guidelines applicable for various floor heights of bus variants as per
amendments and other statutory / mandatory provisions as on date, issued by the Government,
at the time of submission of tender.

2. GENERAL DESIGN FEATURES OF THE 11-METRE-LONG FULLY BUILT TYPE II


NDX BUSES:
2.1. Fully built buses would generally be designed and manufactured in accordance with the
applicable aspects of urban Bus Specification (UBS II) & ‘Code of Practice for Bus Body
Design and Approval’ (AIS 052)- hereinafter referred to as Bus Code; as applicable to

Technical Document 490


buses in India /CMVR rules/Tamil Nadu Motor Vehicle Rules (TNMVR) whichever is
superior. Details of relevant standard followed would be indicated against each item.
2.2. Fully built bus design would consider all other aspects / provisions to be made on proposed
buses facilitating ease of mounting /erection bus body on the chassis without causing any
damage / defect to chassis / its aggregates etc. and further facilitating ease of repair and
maintenance of all other fitments / aggregates provided on bus chassis, etc.
2.3. Bus would be designed to carry commuters in TNSTC with ease of boarding and alighting
especially for ladies, senior citizens and PwDs.
2.4. Bus design would be suitable for daily operation of 10 to 14 hours in TNSTC with peak
loading of more than 52 passengers in 11-metre-long buses (each passenger weighing 68
Kgs on an average and carrying a load of 25 kgs each), average journey speed of about
45 Kms per hour with frequent starts/stops, say, after every 1500 to 2500 metres. The
minimum max attainable speed of the bus would be in range of 90 kmph with cruising
speeds of about 60 kms per hour.
2.5. Bus design would be eco-friendly, energy efficient, safe, and comfortable meeting
specified exhaust emissions norms (Bharat Stage VI or Euro-VI or latest as amended up
to date of supply).
2.6. Bus must be of proven design suitably modified to climatic & operational conditions,
infrastructure and road conditions obtaining in operational areas of TNSTC.
2.7. Bus design should meet all statutory requirements applicable to TNSTC in all respects.
2.8. The bus structure would meet requirements of structural strength, stability, deflection,
vibration, crashworthiness, roll over protection etc. amongst others for at least the following
main static and dynamic loads including those as per annexure 3 of UBS II:
i. Static loads
ii. Dynamic loads
iii. Single wheel bump loads
iv. Double wheel bump (diagonally opposite) loads
v. Braking and acceleration loads
vi. Front impact loads
vii. Rollover loads
viii. Speed breaker induced loads
2.9. Bus design would be a proved design duly evaluated by agencies authorized as per CMVR
using Finite Element Analysis and or any other mechanism for above loads / performance
requirements for values for above loads/ conditions /performance parameters as given in
subsequent paragraphs.
2.10.Minimum required performance values/ data for above load conditions may be considered
as follows:
i. Strength (Factor of safety): minimum of 1.35 i.e. design stress would be
1/1.35th of yield stress.
ii. Stiffness (Deflection): 5mm.
iii. Vibrations (Lowest Natural Frequency):5Hz

Technical Document 491


iv. Frontal Impact:
(Velocity = 56 Kmph against fixed rigid barrier)
• Head Injury Criterion (HIC) = 1000
• Crumbled Zone = 132mm
• No part of structure would intrude into residual space.
• (HIC= Head Injury Criterion calculation is based on acceleration level at the
head of driver/ passenger & time duration during which maximum value of
above acceleration is build up. Typical acceleration at the head should not
exceed 80g continuously for 3 milliseconds to avoid head cracks).
v. Roll over (as per bus code – AIS 052) tests with modifications of making the
bus roll from ground level instead of the raised platform:
(i) Bus tilted to its unstable position
(ii) Bus allowed to fall freely under gravity from this position.
(iii) Gross vehicle weight of the bus is to be considered
(iv) The Energy absorbed by the structure =0.75 ER
{ER =Reference energy-- the Potential energy of the bus in its
(unstable) equilibrium position).
ER = M.g.h, Where M= Effective weight of the bus; g = Acceleration
due to gravity; h= Height of C.G. above ground level in (unstable)
equilibrium position.}
(a) Angular velocity should not exceed 5 deg/sec.
(b) The unstable position should not occur before 35 deg.
(c) No part of structure intrudes into residual space.
vi. Buckling Factor would be equal to or more than four.
vii. Various loads:
• Normal Loads (Static) = No. of Passengers x wt. of passengers
(68 Kgs.) + passenger luggage weight (25 Kgs). (Besides the
vehicle related loads).
• Bump Loads:
- Bump height = as per relevant Bureau of Indian
Standards (BIS)/Indian Road Congress Guidelines.
- Case I: Single Wheel on Bump/Pot hole.
- Case II: Diagonally opposite wheels on Bump/Pot
hole.
- Case III: Both wheels (Front & Rear) on Bump/Pot
hole.
• Braking Loads:0.6g
Horizontal = 0.6g load, Vertical = 1g load, (Applied together)

Technical Document 492


2.11.The bus, loaded to Gross Vehicle Weight (GVW), with crush load and under static
conditions, would not exhibit deflection or deformation that impairs the operation of
steering mechanism, doors, windows, passenger escape mechanisms and service doors,
etc.
2.12.Manufacturer’s certificate supported by testing and type approval agency’s certificates
along with the bus as also technical specifications/drawings required for inspection,
performance assessment as above to be supplied along with the bus. Besides meeting the
statutory requirements, the type II NDX bus would be designed with respect to its body
and different aggregates/systems /sub systems to operate satisfactorily in designated
transport services for at least 9 years or 12, 00,000Kms whichever is earlier.
2.13.Detailed schematic drawings of bus structure, seats, interior/ exterior fittings, electrical
systems, wiring looms / harness, photometric items and other accessories along with
complete details of materials used, their specification, manufacturing tolerances etc. would
be provided by the bus manufacturer. Additionally, details / drawings of mounting /
fastening bus body to chassis to be provided along with the bid specifically bringing out
whether bus body would be welded and integrated to chassis or fastened using fasteners
along with applicable mechanism system /arrangement. Detailed Circuit diagrams for
electricals be also provided by the bidder/bus manufacturer.
2.14.Details of general appearance, seating layout and structural of roof, floor, sides, front &
rear show and driver cab, etc. would be supplied. Main dimensions of the fully built bus
i.e., overall length, overall width, overall height, saloon height, pillar to pillar distance, seat
pitch, number of seats (excluding seat for the driver), entry/exit gates, would be supplied
along with the schematic diagrams/printed literature of the bus.
2.15.Material used in construction of buses would be as per Bureau of Indian Standards (BIS)/
Automotive Industry Standards (AIS)/ specifications and/or other international
specifications meeting/ surpassing performance & other requirements as given in the Bus
Code. In absence of above specifications, Association of State Road Transport
Undertakings (ASRTU) specifications could be followed. Wherever Indian Standards are
not available, internationally acceptable Standards may be referred. Specifications/
Standards followed would conform to Specification/Standards as amended /up dated/ or
the latest published by the concerned agencies. Wherever no specifications of any item
have been notified as International/ National Standards etc. actual specifications of that
item used be mentioned. Guaranteed life of the bus and its other aggregates be indicated
item by item. Periodical maintenance schedule for obtaining the said life of the bus be also
indicated.
2.16.BIS Standards are normally available from Bureau of Indian Standards, Manank Bhawan,
9-Bahadur Shah Zafar Marg, New Delhi-110 002. Web site: http://www.bis.org.in. Similarly,
AIS Standards are available from Automotive Research Association of India, Post Box
No.832, Pune-411 004. Web site: http://www.araiindia.com. ASRTU Specifications are
available from Association of State Road Transport Undertakings, Sector 12, Dwarka, New
Delhi. Web site: http://www.asrtu.org.
2.17.Suitable traps/openings with appropriate sealing and covers would be provided for repair
and maintenance of various aggregate/systems/sub systems / chassis / body/ their
components, etc. of the bus.
2.18.Any restriction in design, manufacture and mounting of bus body on chassis, as envisaged
by chassis manufacture, as a part of detailed instructions for this purpose, be meticulously
followed while mounting / joining / integrating bus body to bus chassis.

Technical Document 493


2.19.The bus would be so designed as to maintain operational stability requirement as per Bus
Code. Interior noise and pass by noise of the vehicle would conform to BIS: 12832:1989
or latest and BIS: 3028:1998, 10399: 1998 or latest respectively.
2.20.It would be ensured that the design, manufacture, certification (wherever called for) &
installation of major bus sub-components and systems are compliant with all such sub-
component vendors’ requirements & recommendations within the frame work of any
statutory, legal and or any other lawful/functional requirements. A certificate of compliance
would be shown on demand. Components used in the vehicle would be of heavy-duty
design.
2.21.Any other provisions/fitments, required for safe and efficient operation and or for fulfilling
statutory requirements be provided in the offered bus.
3. ENGINE:
3.1. Diesel fueled engine would have appropriate horsepower to obtain desired performance
in respect of its adequacy of power, acceleration levels, emission norms, specific fuel
consumption etc. The engine to have adequate horsepower not only to propel the bus at
its GVW but also to operate efficiently besides all other auxiliary devices, systems fitted to
bus, simultaneously. For operational services of type II NDX buses, engines of adequate
horsepower and torque at optimal Revolutions Per Minute (RPM) levels to deliver specified
performance. The Horsepower and torque at defined rpm levels of the engine be indicated
by the bidder in his bid along with other details called for in Part II.
3.2. Performance data/curves and other details of the engine have to be supplied. A detailed
set of calculations indicating adequacy of said engine for proposed type II NDX bus be
provided along with all performance parameters of selected engine.
3.3. The engine and its accessories would be easily replaceable. Engine mounting would be
such as to minimize transmission of vibrations to bus structure. Engine foundation &
mounting would be so located as to facilitate easy accessibility & replacement. Engine
design would be such that it would not be overheated during normal operating conditions
of vehicle. An arrangement for audio-visual signal would be provided in the event of engine
getting overheated excessively. The temperature at which signal operates would be
indicated. Similar arrangement for other sub-system of engine with their monitorable
indicators be made on dashboard. The engine would be equipped with electronic engine
management and on-board diagnostic system.
3.4. Engine compartment would be insulated to avoid transmission of heat and noise to saloon
area. This firewall would preclude or retard propagation of an engine compartment fire into
passenger compartment. Only necessary openings would be allowed in the firewall, and
these would be fireproofed. Wiring may pass through only if connectors or other means
are provided to prevent or retard fire propagation through the firewall. Engine access
panels in the firewall would be fabricated of fireproof material and secured with fireproof
fasteners. These panels, their fasteners, and the firewall would be constructed and
reinforced to minimize warping of panels during a fire that will compromise integrity of the
firewall. Firewalls shall be provided between the bus interior areas and the engine
compartment which includes the areas in which the engine, transmission, and exhaust
system are housed. The firewalls shall satisfy the requirements defined in Federal Transit
Administration (FTA) of United States standard Docket 90, dated October 20,1993 or
equivalent standards. Bus manufacturer would provide relevant details.

Technical Document 494


3.5. The engine would be suitably designed to operate optimally under TNSTC’s operational
areas of peak summer heat, humidity and dust.
3.6. Engine noise and emission levels must conform to the Central Motor Vehicle Rules
(CMVR)/ UBSII /AIS 052 any other Indian Standards, adopting the most superior one.
3.7. Specific fuel consumption of diesel per KW hour at Standard conditions (e.g., an Indian /
ECE’s Highway Driving Cycle and or any other equivalent or better followed by the test
agencies) would be indicated along with guaranteed fuel consumption level (kilometres
per litre of diesel) under GVW and the standard operational conditions / cycle of type II
NDX buses.
3.8. For sound-proofing & for protection against fire risk in engine compartment, no flammable
material or material liable to soak fuel, lubricant or any combustible material would be used
in engine compartment unless the material is clad by an impermeable fireproof sheet. A
partition of heat–resistant material would be fitted between the engine compartment & any
other source of heat.
3.9. The bus would have air intake design / location in a manner as to provide adequate
quantity of dust free, restriction free air so as to avoid any operational problem of the
engine.
3.10.Details of make / model etc. of various items of engine system and its subsystems would
be provided as part of bid.
4. COOLING SYSTEM:
4.1. Heavy-duty radiator and other subsystems of cooling system would efficiently dissipate
heat from the engine system. De-aeration tank and pressurized radiator cap would be
provided. It would be easy for filling and level checking of coolant. Replacement/
maintenance of radiator and its items be also easily carried out. Details of radiator
specifications, cooling capacity, coolant, repair and maintenance procedures etc. would
be supplied.
5. TRANSMISSION SYSTEM:
5.1. Heavy duty Synchromesh Manual transmission system having minimum 5 forward and
one reverse gear would be provided. All operational controls/buttons/switches etc. be
conveniently located within easy reach of the driver. The transmission system and the
control/operational sub systems be easily accessible for repairs and also be easily
replaceable. Complete system details need to be supplied with the bus.
5.2. Transmission system be fitted with a mechanism which makes it possible to engage
reverse gear only when vehicle is stationary.
5.3. Details of make / model etc. of various items of transmission system would be provided as
part of bid.
5.4. Mechanical Clutch system using single dry plate push type clutching system would be
provided. Clutch would be provided with asbestos-free disc lining
6. SUSPENSION:
6.1. The bus would be fitted with air suspension system at rear axles and parabolic leaf spring
waveller type suspension at front. The suspension system would be fitted with shock
absorbers, suitable for trouble free operation and jerk free comfortable ride in existing road
conditions of TNSTC operational areas.

Technical Document 495


6.2. The suspension system shall permit a minimum wheel travel of 90 mm jounce-upward
travel of a wheel when the bus hits a bump (speed breaker), and 75 mm rebound-
downward travel when the bus comes off a bump and the wheels fall relative to the body.
Rebound travel may be limited hydraulically within the shock absorbers. Suspension
system shall incorporate appropriate devices for automatic height control so that
regardless of load the bus height relative to the centreline of the wheels does not change
more than 12 mm at any point from the required height.
6.3. Vertical damping of the suspension system shall be accomplished by hydraulic shock
absorbers mounted to the suspension arms or axles and attached to an appropriate
location on the chassis. Damping shall be sufficient to control bus motion to 3 cycles or
less after hitting road perturbations.
7. STEERING SYSTEM:
7.1. Hydraulic power steering with angle and height adjustment would be provided. Power
steering failure shall not result in loss of steering control.
8. BRAKING SYSTEM:
8.1. The braking system would be full pneumatic type with fail-safe dual circuit having four-way
protection valve, auto slack adjuster, disc brakes in front and drum brakes at rear, with
non-asbestos brake pads / linings having temperature and wear characteristics suitable
for type II NDX bus operations. Brake squeal would be absent under normal conditions of
operation. An air compressor/dryer which minimizes oil carry over would be fitted. Braking
system would be fitted with air dryer and oil/ water separator system. Buses would also be
provided with hand operated pneumatic flick valve type parking brakes at rear wheels. Air
pressure line would be treated for corrosion resistance.
8.2. In the event of failure of engine and or loss of air in system, adequate provision be made
for obtaining effectiveness of service brake system and or for deactivating the spring
actuated brakes.
8.3. The air compressor system should have sufficient capacity to meet large compressed air
demand for braking in the type II NDX bus operations and frequent opening / closing of
doors besides any other requirement
9. WHEELS AND TYRES:
9.1. The bus would be fitted with steel radial tubed tyres of optimal size and design conforming
to AIS-044 Part III with wheel rims of corresponding size conforming to AIS/ BIS: 10694
(part 3)-1991 or latest. The bus would be supplied with 7 sets of tyres (two on front and
four on rear wheels) fitted on the bus plus one set as spare Stepney on-board complete
with carrier system under the floor.
9.2. Details of type, specifications, capacity, make, model etc. of tyres/wheel rims would be
provided as part of the bid.
9.3. Suitable guards be provided near wheels to prevent damage/ for obtaining safety from
stones hurled from tyres.
9.4. Splash aprons of minimum 6.50mm thickness composed of rubberized fabric would be
installed behind the wheels as needed to reduce road splash and protect under floor
components. Splash aprons would extend downward to within 100mm of road surface at
static conditions. Apron widths would be no less than tyre widths, except for the front apron,
which may extend across the width of the bus. Splash aprons would be bolted to the bus
under structure. Splash aprons and their attachments would be inherently weaker than the

Technical Document 496


structure to which they are attached. The flexible portions of splash aprons would not be
included in road clearance measurements. Other splash aprons would be installed where
necessary to protect bus equipment.
10. AXLES:
10.1.Solid beam reverse Elliot I-beam section type front axle & grease type front bearings &
seals of reliable & proven design of adequate capacity to take care of maximum Gross
Vehicle Weight (GVW) & crush loading expected during life span of the bus of minimum 9
years or 12, 00,000 Kms. whichever is earlier, complete with track rod with replaceable
ball joints at both ends, would be provided.
10.2.The bus would be driven by a single heavy-duty rear axle of proven design, single
reduction, hypoid gears, full floating axle shafts with optimal gear ratios suitable for type II
NDX bus operations with adequate capacity to take care of maximum GVW & crush
loading expected during life span of bus of minimum 9 years or 12,00,000 Kms. whichever
is earlier. Transfer of gear noise to bus interior would be minimized. Lubricant drain plug
would be magnetic type, external hex head. If a planetary gear design is employed, oil
level in the planetary gears would be easily checked through plug or sight gauge.
10.3.The drive (propeller) shaft would be guarded to prevent it from striking floor of the bus or
the ground in the event of a tube or universal joint failure.
10.4.Details of type, specifications, capacity, make, model etc. of Front& Rear Axles would be
provided at in the bid.
11. DIESEL TANK:
11.1.Diesel fuelled bus must meet and satisfy safety and other requirements as per AIS 052,
type approval; regulatory requirements as per CMVR / Tamil Nadu Motor Vehicle Rules
(TNMVR) and any other applicable regulations for operation in the State of Tamil Nadu, if
any.
11.2.Diesel tank of requisite capacity (>230 litres) would be appropriately mounted on to the
bus keeping in mind convenience of diesel filling, safety of system and its maintainability,
in the operational areas.
11.3. Capacity of the diesel tank (minimum 230 litres) be adequate for over 400 kms of bus
running without refilling.
11.4.Diesel tank and other components of diesel fuelled vehicles should conform to applicable
AIS / BIS standards or International Specs / standards in absence of AIS /BIS specs.
Additionally, requirement of UN/ECE R34 for prevention of fires be satisfied.
11.5.Detailed drawing indicating location and mounting details of diesel tank / sub-systems be
provided along with the bid
11.6.All requirements of AIS / BIS / CMVR/TNMVR etc. for diesel tank, sub-systems and
components, etc.be fully met and test certificate for the same be provided.
12. UNDER FRAME & STRUCTURE:
12.1.The under frame and super structure would be suitably designed to carry peak load of over
52 passengers and dense crush load of about 80 passengers in 11-metre-long buses
(each passenger weighing 68 Kgs on an average and carrying a load of 25kgs each)
consisting of mainly seated / standee passengers; the superstructure of steel tubing, bus
tare weight, all other fitments would meet performance requirements under various loads

Technical Document 497


indicated earlier. The structure would be designed to withstand the transit service
conditions of operation throughout its service life.
12.2.The bus body would be of integrated/ fastened/welded to chassis frame depending upon
the chassis design, with the super structure fabricated using galvanised steel tubing
(ERW– Rectangular / Square Sections) conforming to BIS 4923-1985 or latest, of grade
Yst –240.
12.3.A comprehensive multi-stage anti-rust treatment would be provided to bus flooring, sides,
roof, under-structure, axles, suspension, and all other components for resistance to
corrosion or deterioration from atmospheric conditions & road salts so as to enable them
& the bus frame to last for at least 9 years or 12,00,000 Kms. whichever is earlier.
12.4.Samples of all materials & connections / joints would withstand a two weeks (336 hours)
Salt Spray test in accordance with ASTM procedure B117 with no structural detrimental
effect to normally visible surfaces & no weight loss of over 1%. Details of treatment
provided with relevant specification details be indicated along with suitable calculations to
reflect that the corrosion prevention treatment meets the requirements of minimum 9 years
or 12,00,000 Kms. life whichever is earlier in TNSTC’s operational environment. Details of
the system followed for corrosion prevention of internal surfaces of structural tubing would
be supplied. A certificate of testing from an authorised test lab be provided.
12.5.Front and rear structure design would be energy absorption type to reduce impact stresses
into under frame/side structures/ other areas of the vehicle. Damaged area of the vehicle
would be easily repairable and or replaceable in the event of any major damage at normally
available workshop facilities and without any need for specialised tools / fixtures and
equipment.
12.6.Entire surface of bus under floor and sides besides other fitments exposed to ground would
be covered with appropriate corrosion prevention & flame retardant paint coating for
protection against harmful effects of water, mud etc. and to retard flames, if any. Wheel
housings would be constructed to contain tyre bursts during operation and be flame
retardant in case of tyre fire.
12.7.Sufficient clearance & air circulation would be provided around the tyres, wheels & brakes
to preclude over-heating when the bus is operating
12.8.Metal Inert Gas (MIG) welding would be used for steel structural member’s fabrication.
12.9.All structural members would be MIG welded besides suitable gussets/ brackets of
adequate size & thickness be provided on floor, side, front, rear & roof structure to ensure
structure rigidity & integrity. Material, shape size and specs of such gussets / brackets
would be provided by the bus supplier in their supplied drawings.
12.10. After anti corrosive treatment, structural members would be coated with red oxide/ Zinc
Chromate primer & superior quality black paint.
12.11. During structural assembly operations, a number of holes are drilled and or weldments
made after the corrosion prevention treatment of components/structural items/members
causing loss of such treatment and exposing these items to corrosion. Manufacturer would
take sufficient care to carry out corrosion prevention of items so exposed to effectively
prevent corrosion.
12.12. Under floor to sidewalls would be sealed to prevent dust ingress.

Technical Document 498


13. PANELLING:
13.1.Bus exterior side panels would be fitted with stretched steel sheet at waist level. The
exterior front-end panelling would be of steel sheet while roof, rear, sides & skirt panelling
would be of aluminium. All interior panelling would be of Acrylonitrile Butadiene Styrene
(ABS) conforming to relevant National or International Standards - equivalent or better.
The space between interior and exterior panels shall be filled with thermocol of appropriate
specifications.
13.2.Wherever aluminium is joined with steel or with/ any dissimilar metals together, the
involved joints would be treated with thick layer of approved quality dielectric paint
conforming to relevant Indian/ International Standards, before assembly. Adequate
treatment be also provided to avoid any incidence of galvanic corrosion between dissimilar
metals.
13.3.Panels would not have any waviness & would be so mounted as to present smart aesthetic
exteriors. Details of the above said panelling including specifications / thickness/ sizes of
panels, fittings, rivets/ bolt pitch etc. would be supplied.
13.4.All side skirt panels below stretch panel be of such design as would facilitate quick
replacement of any damaged panel(s) with pre-painted panels. The side skirt would be
able to withstand side impact as per provisions of BIS: 14682-1999 or latest. Similarly rear
end would be able to withstand rear impact as per the provisions of BIS: 14812-2000 or
latest
13.5.Anti-drumming compound would be applied on inner side (enclosed surfaces) of entire
panelling.
13.6.Roof structure would be thermally insulated with flame retardant Polyurethane or glass
wool of minimum 40 kgs/m3 density. The specifications/ BIS Standards for aforesaid
insulating material would be supplied.
13.7.Metal Inert Gas (MIG) welding for fabrication of aluminium components would be used.
13.8.Rain gutters would be provided to prevent water flowing from the roof onto the passenger
doors, driver’s side window, and exterior mirrors. When the bus is decelerated, gutters
would not drain onto windshield, or driver’s side window, or into the door boarding /alighting
area. Cross sections of the gutters would be adequate for proper operation.
13.9.Entire front end of the bus would be sealed to prevent debris accumulation behind the
dashboard and to prevent driver’s feet from kicking or fouling wiring and other equipment.
Front end would be free of protrusions that are hazardous to passengers standing or
walking in front of the bus during rapid acceleration.
13.10. Interior panels would be attached so that there are no exposed unfinished or rough edges
or rough surfaces. Panels & fasteners would not be easily removable by passengers.
Fasteners and or their capping used for above purpose be such as to resist vandalism /
easy removal by any person including but limited to commuters.
14. PAINTS:
14.1.All structural members of the bus would be treated for corrosion prevention internally as
well as externally and painted wherever required. Polyurethane (PU) painting based spray
paint of standard companies conforming to latest/ international Standards as applicable
would be used for exteriors painting of bus including interiors wherever required. Colour
shade would match to the shades as per BIS: 5-1978 or latest. Details of paints used,

Technical Document 499


surface treatment & preparation, corrosion prevention treatment, base primer coatings,
number of paint coats to be applied etc. would be supplied.
14.2.All exterior surfaces would be smooth & free of wrinkles & dents. Exterior surface to be
painted would be properly prepared as required by paint system supplier, prior to
application of paint to ensure a proper bond between the basic surface and successive
coats of original paint for stipulated service life of the bus. Paint would be applied smoothly
and evenly with the finished surface free of dirt and following other imperfections:
i. Blisters or bubbles appearing in the topcoat film.
ii. Chips, scratches, or gouges of the surface finish.
iii. Cracks in the paint film.
iv. Craters where paint failed to cover due to surface contamination.
v. Overspray.
vi. Peeling.
vii. Runs or sags from excessive flow and failure to adhere uniformly to
the surface.
viii. Chemical stains and water spots.
15. COLOUR SCHEMES:
15.1. Exterior, interior colour schemes and logo/ graphics would be painted as directed by
TNSTC. Information, on seats, for reservation for persons with disabilities, ladies, senior
citizens would be marked as per the details provided by the TNSTC.
16. SERVICE DOORS:
16.1. One service door (passenger entry / exit) with steps, on rear side of the front axle as
indicated in summarised specs in part II, would be provided on near side (on kerb side
wall)
16.2. Layout of passenger service gate on near side as brought out in Part II of these specs.
16.3. Doors would be Jack-Knife (JK) type. The door flaps shall be so designed as to provide
positive sealing against ingress of water in the bus particularly during any water logging
/ flooding on roads.
16.4. Operation of entry and exit door would be electro-pneumatically controlled by driver with
internal and external emergency operational controls. In an event of an emergency, it
would be possible to open doors manually from inside the bus by using a force no more
than 10 Kg. after actuating and unlocking device at the door. Unlocking devices would
be clearly marked as an emergency device & would require two distinct actions to
actuate.
16.5. Doors, operating mechanisms, door hinges and locks would comply with safety
requirements as per Indian / International Standards (to be specified and supplied by
the bus manufacturer). Overall dimensions and construction of entry / exit door flaps
would normally be identical so that doors and door operating mechanisms are
interchangeable. Closing and opening time of doors should be in the range of 4 seconds
each. There would be maximum opening area in longitudinal & vertical directions in fully
open condition. Door operating mechanisms, brackets etc. would be maintenance free
and designed with lifetime durability of minimum 9 years or 12,00,000 Kms. whichever
is earlier.

Technical Document 500


16.6. A pilot lamp on the driver’s dashboard would be provided to warn that the door is ‘Open’
or not fully closed.
16.7. Entry / Exit door would be provided with suitable support in form of grab handles for
boarding/ alighting passengers on JK door flaps. Electronic / other suitable sensors
would be installed at the entry / exit doors to retract door automatically if any obstruction
to door occurs during door closing. It must be effective until door is fully closed.
16.8. Colour shade would match to the shades as per BIS: 5-1978 or latest.
16.9. A red “Door Closing” sign would be installed above exit door. The sign will blink when
door is closing.
16.10. A suitable device to prevent door from opening as long as bus is in motion would be
provided.
16.11. Service Door’ operation would be controlled with help of push button mounted over the
door. One red master button to close the entrance / exit door would also be provided on
driver dash-board and the conductor seat.
16.12. All buttons and switches would be labelled on a panel to right side of the driver.
16.13. Heavy-duty prominent nosing of bright yellow colour would be used to protect edge at
entrance/exit.
16.14. Access door would be provided with heavy-duty sealing to avoid ingress of dust and
water into passenger compartment. Upper & lower section of both door flaps would be
glassed for not less than 45% of the door opening area of each section. Glazing material
& glass in doors would be same as in side windows.
16.15. Details of above service door including electro-pneumatically controlled door closing
system with complete circuit diagram would be supplied. Photo-cell controlled opening
/ closing functions of door and a “sensitive edge” made for safe entry-exit be fitted.
16.16. Door would be fitted with heavy-duty hinges as per bus code.
16.17. Door would be fitted with heavy-duty locks with &/ without lock & key depending upon
their use. Striker plate would be fitted at the closing end of locks.
16.18. All handles would match to décor of its fitment location or would be chrome plated.
16.19. Door would open or close completely in about 4 seconds from the time of control
actuation and would be subject to closing force requirements and adjustment
requirements. Front door would remain in commanded state position even if power is
removed or lost. Operation of & power to, passenger door would be completely
controlled by driver. A control or valve in driver’s compartment would shut off power to,
and/or dump the power from, front door mechanism to permit manual operation of front
door with bus shut down.
17. GUARD RAILS:
17.1. Suitable guard would be provided in areas such as service doors entry/exit areas where
seated passengers are likely to be thrown into as a result of heavy braking, Guard height
would be minimum 800mm from bus floor, and guard would extend inward from the wall
at least 100mm more than the centre line of the seating position of the passengers who
are prone to this risk.

Technical Document 501


18. WINDOWS:
18.1. Windows would be of large size for panoramic view. They would be in two/ three-piece
window glasses. Toughened glass wherever used in bus body would be 4.8 mm to 5.3
mm thick for 11-metre-long buses– each aesthetically installed. Size and shape of the
glasses would enable even the standees to have maximum outside view without
kneeling. General requirements of windows would be as per the provisions of bus code
(AIS 052).
18.2. Windows would have provision of suitable sealing to avoid ingress of dust and water
and would have proper/ efficient drainage system as per AIS 052 /UBS II.
18.3. Details of window design; fitment etc. would be supplied by the bidder along with the
bid.
19. WINDOW GUARDRAIL:
19.1. In type II NDX Buses window guard rails as specified in bus code (AIS 052) shall be
provided.
20. EMERGENCY EXIT:
20.1. Emergency exits would be provided in bus as per the provisions of Bus Code – AIS 052
/ CMVR. Possibility of using passenger entry/exit gates on near side for said purpose
would be explored by manufacturer and confirmed. Details of Emergency exits including
their numbers, locations, sizes, markings etc. would be supplied.
21. ESCAPE HATCH:
21.1. In addition to emergency exits, at least two escape hatches (one each in front and rear
half of bus) would be provided in roof as per bus code. A number of additional hatches
may also be provided for facilitating ventilation inside bus.
22. STEPS:
22.1. There would be three steps provided at the entrance / exit gates on the near side
23. FLOOR:
23.1. Bus floor design would be with steps in boarding / alighting gates.
23.2. Floor height of the bus would be 1150 ±10mm from ground level.
23.3. Internal saloon height would be 1900 mm minimum.
23.4. Floor design would allow easy cleaning including that of sweeping & drainage of water.
23.5. Floor would be fitted with fire retardant 15mm thickness phenolic resin bonded densified
laminated compressed wooden floor board (both side plain surface) having density of
1.2 gms/cc conforming to IS 3513(Part-3): type VI 1989 or latest. The flooring should
also be boiling water resistant as for marine board BIS:710-1976/ latest and fire
retardant as per BIS:5509-2000 (IS15061:2002)
23.6. The said floor would be covered with anti-skid type silicon grain material of minimum
3mm thickness meeting Indian/ International Standards (to be indicated by the bus
manufacturer in the bid), ISO 877/76 for colour, IS5509 for fire retardancy. Adequate
sealing would be provided in the floor to prevent ingress of dust, gases, water etc.
Provision of draining of water if any on bus floor would be made.

Technical Document 502


24. GANGWAYS:
24.1. Gangway-from front entry/exit gate walls through the entire bus length, would have clear
space of minimum 650 mm for passenger movement and would be generally as per the
provisions of the Bus Code (AIS 052)/ UBS II and meet statutory requirements.
25. HANDRAILS AND HANDHOLDS
25.1. Handrails and Handholds would be provided as per provision of bus code (AIS 052) /
UBS II. The surface of handrails & handholds would be colour contrasting and slip-
resistant.
25.2. All handrails would be of aluminium tubing of 32 mm dia and 3 mm thick. Depending
upon the size of the bay (i.e., between two consecutive roof hand rail brackets),
minimum 2 to 4 numbers handholds per bay would be provided so that every standee
passengers, even during crush load is able to grab a hand hold.
25.3. Hand holds be made of transparent polycarbonates with provision for display of
advertisements. Hand holds be appropriately fastened to the hand grab rails so as to
prevent their axial sliding and or rotation. Details of the handrails & handholds fitted
would be supplied.
26. STANCHIONS
26.1. Vertical stanchions would be so positioned to facilitate access to seats for those
standing. Stanchions would be of 40.0 mm dia and 3.15 mm thick aluminium tubing with
surface of colour contrasting and slip resistant and fitted vertically with attachment to
roof and floor of bus.
26.2. Stanchion pipes and the handrails would be painted in cannery yellow colour while the
joining brackets be painted in grey colour generally matching with inner panelling.
26.3. A suitable device, such as high visibility bell pushes, for convenience of passengers to
request for stopping bus be provided at appropriate locations.
27. PASSENGER SEATS:
27.1. Passenger seats would be front facing in type II NDX buses, comfortable, durable &
maintenance free of ‘PPLD/LDPE’ (Polypropylene/Polyethylene Low Density) moulded
construction and or any other suitable material for a fully built passenger seat meeting
performance requirements of AIS023 and other requirements as per the Bus Code (AIS
052). The ‘PPLD/LDPE’ moulded seat would be fitted on metal frames and or any other
material in a fully built passenger seat.
27.2. Similarly, ‘PPLD/LDPE’ moulded seat backrest and or any other material in fully built
passenger seat would be appropriately fitted. Suitable integral type seat hand grab rails
would be provided one on top of backrest & one at the back of backrest for seated
passengers.
27.3. Seat pitch would be maintained at 700 mm (minimum) (as per AIS 052) for type II NDX
buses.
27.4. Details of seat design, material, specifications, pitch and other relevant data and the
seating layout would be supplied by the manufacturer for approval of TNSTC.
27.5. Details of seating lay out, accommodating maximum number of seats in 2x3 layouts in
11-metre-long type II NDX buses for operations in designated areas, meeting
requirements of the bus code, would be supplied. Seating capacity would be more than

Technical Document 503


52 plus the driver, etc. as required, etc. Seating capacity of bus would be more than 52
passengers for 11-metre-long bus (worked out as per AIS 052).
27.6. Construction/ fitting of the seat would be such as to be easily replaceable and repairable.
28. SEAT BELTS AND ITS ANCHORAGES:
28.1. Seat belts would be provided for the seats as per the provisions of CMVR & Bus Code
(AIS 052). Any seats provided at rear end of bus/seats in centre (facing the gangway)
would necessarily be provided with seat belts. Seat belts and its anchorages would
conform to the requirements of AIS 005 and AIS 015
29. DRVIER’S WORK AREA:
29.1. A driver door of not less than 1600 mm height and 650 mm width and with requisite
steps would be provided for entry and exit to driver’s work area. Proper hand holds and
steps would be provided for easy access to driver’s cabin. All other requirements of
driver’s work area would be as per the provisions of Bus Code -AIS 052. Driver’s work
area would have lighting arrangement to provide general illumination and it would
illuminate half of the steering wheel nearest to the driver. Brake Pedal Angle would be
determined from a horizontal plane regardless of slope of cab floor. Driver entrance-
cum-exit door would be provided as per Bus Code (AIS 052) with a provision of
maximum width of sliding window using material like glazing & glass as used in other
side window glasses. Driver work area would be equipped with a 24V DC, 200mm
diameter fan mounted at proper height on side structure. Colour of fan would match the
interior decor of the bus.
29.2. Driver’s visibility in front of the bus, seated on driver seat, be as per bus code (AIS 052)
/ CMVR
29.3. Driver’s seat would meet the requirements of AIS 023.
29.4. Driver partition would be provided as per AIS 052.
29.5. A barrier of bulkhead between driver and front passenger seat would be provided. The
barrier would minimize glare & reflection in windscreen directly in front of barrier from
interior light during night time operation.
29.6. Dashboard Instrumentation and Control System
i. Bus would have ergonomically designed moulded type dash board
and instrument panels made out of Fibre Reinforced Plastics (FRP)
material. Details of materials used their specifications etc. of
dashboard and instrument panel would be provided by the
manufacturer.
ii. Bus would have dash board with full instrumentation panel containing
meters and gauges to indicate important parameters like air pressure,
coolant temperature, battery charging current, fuel level, side
indicators, head lights, hand brakes engagement, engine oil
pressure, status of entry-exit gates, etc. In addition, warning lights for
low engine oil pressure, high cooling system temperature & low
coolant level, low pressure and high temperature of transmission oil,
low fuel level, if any, low air pressure and battery weak, would be
provided at the driver’s dash board. All the dashboard controls and
instrumentation system would be as per the bus code.

Technical Document 504


iii. On board electronic diagnostics system would be provided as per
UBS II.
30. REAR-VIEW MIRRORS- INTERIOR AND EXTERIOR:
30.1. Rear-view mirrors would be provided on both sides of bus to enable driver to have clear
side/rear views. One interior rear-view mirror would also be fitted for viewing saloon area
by driver. Installation and performance requirements of rear-view mirrors would conform
to AIS 001 and AIS 002. Exterior rear-view mirrors would also enable the driver to view
object near bumper area.
30.2. CCTV camera and a buzzer would be provided at rear end of the bus along with audio
video facility at driver dash board.
31. SUN VISOR AND HORN:
31.1. Adjustable sun visors would be provided for windshield & driver’s side window. Visors
would be shaped to minimize light leakage between visors & windshield. Adjustment of
visors would be made easily by hand with positive locking & releasing devices and would
not be subject to damage by over-tightening. Sun visor construction & material would
be strong enough to resist breakage during adjustment. Visors may be transparent but
would not allow a visible light transmittance in excess of 10%. Visors where deployed
would be effective in driver’s field of view at angles more than 5o above horizontal.
31.2. An electric horn conforming to BIS: 1884-1993 or latest and installation requirements
conforming to AIS 014 would be fitted in bus and further conforming to the provisions of
CMVR.
32. INTELLIGENT TRANSPORT SYSTEM (ITS) AND THE ITS DEVICES:
This section provides general end-use specifications of ITS systems and the devices to ensure
that bus body building shall be done in a way as to provide for raceways/conduits for wiring
(Data and Power) for these devices during bus body building. The devices shall also need
mounting surfaces/ structures provisions for which shall be made as part of bus body building.
TNSTC proposes to get ITS items fitted / installed in the bus, as per detailed specs provided
herein. The bus supplier would acquire the entire ITS / devices / system, hardware, firmware,
software, integration and data and any other item to make the system functional, install and
commission the same on-board in a manner as to deliver the end use requirements
simultaneously being fully compatible and synchronized with the back-end systems. The bus
ITS would have, among other items, SCU (System Control Unit) and Bus Driver Console (BDC),
PIS Boards, PA- Public Address System GPS system, Panic Button, Reverse Parking Camera,
Provisions for In-Bus Security Camera Network, Telematics system (J1939 – CAN 2.0),
Wiring harness , etc. The detail minimum technical and functional specification of the ITS system
available in Annexure IV – Specifications for Intelligent Transport System (ITS) of this document
for compliance.
32.1. General Requirements

i. All On-Bus Intelligent Transport Systems, ‘OBITS’, (which includes


SCU(OBU), BDC, PIS boards, PA system, Reverse parking camera panic
button, Telematics system, Wiring and harness) equipment to be procured
for diesel shall be integrated with one another and shall be capable of
integration with the backend systems to be procured by the Purchaser in
future.

Technical Document 505


ii. The hardware to be procured for the ICT aggregates shall be compliant to
any of the AIS-140, UBS II, IS 16833 with the subsequent amendments
applicable.

iii. The bidder shall support the operations, maintenance and integration of
all supplied and installed ICT/ ITS systems on buses for a Contract Period
of 9 years from the date of delivery & acceptance of each bus by authority.

iv. All the component/sub-component of the OBITS system shall be internally


integrated and single compact-box solution with easy to install and
maintain.

v. Operation and Maintenance requirements for ICT/ITS system:


a. Bidder shall have to maintain the Hardware Unit during the contract period as per
instruction of Purchaser
b. Any faulty equipment shall be replaced with a tested unit from the spares
maintained by Bidder. Bidder will have to self-assess on the requirement of the
spares in the project for the continuous service.
c. Repair and testing of equipment shall be done at Bidder’s maintenance center
and not at site/depot.
d. A repaired unit shall be tested for full functionality as at the time of deployment
and certified before it is reinstalled at any site.
e. Spare Items shall be kept so as to replace as and when required throughout the
contract period in provision of the RFP for the Buses.
The system shall build redundancy so that bus PIS boards can be functional
in case of SCU(OBU) GPS outage.

Wiring provision to be maintained for installation and connection of in-bus


surveillance systems in future. It should cover provision for.
a. Minimum Two (2) wide angle cameras for clear view of driver and
passenger cabin and reverse camera.
b. Minimum Four (4) panic buttons on the bus located conveniently within
bus such that it prevents accidental trigger. They are to be used for
triggering the alerts in any emergency situations.
The ICT aggregates to be provided by the bidder shall have two (2) year default
warranty and shall be extendable for a period of 7 years. The warranty shall
include continuous on-site support for the respective site locations.

The bidder shall have to provide the required protocol document and SDKs
for the preparation the route configuration files to each STUs.
32.2. Fitment Requirements
Fitment of all on bus devices shall be as per UBS- II or equivalent international
guidelines - Chapter 10 – 17.8.7 or or equivalent international guidelines:
• All On Bus Intelligent Transport Systems, ‘OBITS’, (which includes SCU(OBU), BDC,
PIS boards, PA system, reverse parking sensor, panic button, Telematics system)
equipment including wiring harness, antennas to be original factory fitment.
• Front, side, rear signs should be mounted with a gap with the glass so that the glass on
signs and of the bus can be cleaned by swiping

Technical Document 506


• All equipment should be fitted in a way to minimize unintentional damage, shielded from
direct engine heat, protected from water splash and dust.
• All equipment should be fitted with the gasket for the vibration free fitment.
• All cables need to be properly anchored, marked and labelled
• Others:
o Front sign: central
o Rear sign: central
o Side sign: first window ahead of rear door (central line of sign should coincide
with central line of window)
o Inner sign: centralize along the width of bus behind the driver's partition
• Six Speakers with protective grill: one each near the doors and others equally distributed
across the length of the bus.
• SCU(OBU), recorder, amplifier: secured and ventilated compartment right above the
driver
• BDC: ergonomically placed for driver ease
• Combi antenna: suitable place to define inside the bus (preferably) with direct line of
view for 'affixing' the unit.
• Reverse Parking Sensor: High resolution surveillance camera to be placed back-side of
the buses for the clear view of the reverse area when reverse gear engage.
32.3. Integration Requirement
• Bidder shall mount ICT equipment’s as specified herein on Buses.
• Bidder shall also ensure to supply equipment compatible with proposed ICT/ITS System
of Authority so as to enable smooth integration.
• Integration of ICT aggregate with respective backend software shall be joint
responsibility of bidder and the backend System Integrator. To that effect, the bidder
shall be responsible for firmware modification, expose protocols/APIs as required to the
backend SI and so on for integration purposes. In case of dispute, the Authority's
decision shall be final, and both the parties will have to abide.
• ICT aggregate equipment’s fitted in Diesel Buses should provide required
data/information to backend system installed by the Authority appointed System
Integrator so as to provide MIS reports such as Trip summary, Schedule adherence of
Bus with respect to Trip, Real time information pertaining to "off route" (detour), Trip
information with start and end destination, driver details, speed, missed stop, Bus details,
driver behaviour and CAN parameters etc. It should also provide information so that
Operations Centre is able to check whether on-board devices are alive and monitoring
capability of PIS health (which PIS is working).
• Bidder is required to provide above functionalities with scalability to integrate with third
party systems through standard Active Programming Interfaces (APIs) such as ICT/ITS
backend system, city traffic management systems, journey planner app etc.
• Bidder and Authority shall agree to share interfacing protocols and APIs with each other
for smooth integration with other ICT/ITS System as required by Authority.
32.4. Training Requirements
• Well trained, efficient and effective ground support staff shall be provided by the Bidder
during the operation and maintenance phase of the project.
• The bidder shall be responsible for trainings for but not limited to operating equipment,
reporting incidents, regular maintenance, spare replacement, route backups, video
backups etc. for Drivers, Maintenance staff and Depot Supervisors/Staff.

Technical Document 507


• Training sessions shall be designed individually as per requirement for the drivers,
maintenance staff and depot supervisors/staff.
• The Bidder, at its own cost, shall “Train the Trainers” on 1) BS VI technology and 2) on
board ITS equipment to at least 25 Driving Instructors and 15 Maintenance Instructors
per TNSTC STU. This shall also include training the Depot Managers and Engineers.
• The Bidder shall provide adequate material and resources required for the training.
• The Bidder shall submit the training content, Manuals and list of resources to the
Authority within 10 days from the date of issue of Letter of Acceptance/ Work Order. The
training content shall be reviewed by the Authority or representatives of the Authority in
light of larger capacity building program proposed under the Bus Modernisation Plan.
The Bidder shall immediately commence the training pursuant to clause above after
incorporating the suggestions/modifications provided by the Authority or its
representatives. The Bidder shall make available the finalised training manuals in
English and Tamil languages for the purpose of imparting better understanding of the
training content to the trainees.
• The training shall be provided at regional training centres of the Authority/IRT. The
Bidder shall provide minimum 3 (nos) of training bus or simulator or similar adequate
infrastructure for the purpose of Physical Training based on the requirement. The Bidder
can also arrange such Physical Training at its own premises/facility at its own cost.
• The Bidder shall make available such infrastructure for Physical Training, till arrival of
first lot of buses in each STU, for the purpose of Training by the Trainers to the other
staff.
• The Training for all the required staff as provided above shall be completed before
completion of Prototype Inspection of all the Bus Types.
• The Bidder shall have to certify the trainees for the said training programs and a
satisfactory note to be issued by trainees at the end of training program.
• GPRS network for the data transmission from ITS system to the backend will be provided
by the Authority.

32.5. The bus manufacturer shall be responsible to supply buses meeting ITS specifications
outlined in this clause and compatible with off-board / control items and the
communication systems. The ITS service provider hence needs to coordinate with
various vendors/suppliers including but not limited to those responsible for supply of
buses, ETVMs, routers, SCUs, display boards, cameras, GPS and other ITS equipment,
etc.

33. STOP REQUESTS:


33.1. A suitable device for the convenience of passengers including PwDs to request for
stopping bus be provided at appropriate locations inside the bus on stanchions in a
manner as to prevent un-intentional operation, deliberate attempts by children, etc.
34. BUMPERS:
34.1. Bus would be provided with front and rear bumpers of Steel or impact resistant polymer
or combination of both meeting requirement of an energy absorbing system. The
bumper would be easily repairable/ replaceable. Bumpers would conform to the
requirements of CMVR, AIS, and Bus Code/any other international Standards (to be
specified by the manufacturer). Details of above bumpers along with drawings including
thickness of bumpers, section, profile etc would be supplied by the Successful bidder.

Technical Document 508


34.2. Bus manufacturer would provide details of materials used, their specifications and
process followed for their repair and maintenance along with material required.
35. TOWING DEVICE:
35.1. Heavy-duty ring type towing devices would be provided in front and rear bumper area
with load transfer to bus structural members. Capacity of each towing device would be
1.2 times (minimum) the kerb weight of the bus within 30 degrees of longitudinal axis of
the bus. The manufacturer would supply a copy of the test certificate of the towing
devices
36. WIND SCREENS:
36.1. Front wind screen in the bus would be in single piece design, plain/ flat with curved
corners, intervening PVB film laminated safety glass of minimum thickness of 8.76 mm.
Rear windscreen would also be in single piece design, flat in centre and curved on
corners toughened glass of thickness of 5.5 mm + 0.5mm. Windscreen glasses would
meet the requirements of BIS 2553: Part II-1992 or latest and that of CMVR and Bus
code (AIS 052). The glazing used for fitment of glasses would be Ethylene Propylene
Dien Monomer (EPDM) rubber of black colour or pasted with adhesive material
conforming to Indian/ International Standards to be specified by the manufacturer. A
grab handle and suitable handles on the outside of windshield centre at waist level would
be provided to facilitate manual cleaning of the windscreens.
36.2. The windshield shall permit an operator's field of view as referenced in SAE
recommended practice J1050. The vertically upward view shall be a minimum of 15
degrees, measured above the horizontal and excluding any shaded band. The vertically
downward view shall permit detection of an object 1.35-metre-high no more than 600
mm in front of the bus. The horizontal view shall be a minimum of 90 degrees above the
line of sight.
36.3. The windshield shall be easily replaceable by removing zip-locks from the windshield
retaining mouldings. Bonded-in-place windshield shall not be used. The windshield
glazing material shall have 8.76mm nominal thickness double laminated safety glass
conforming with the requirements of ANSI Z26.1 Test Grouping 1A and the
recommended practices defined in SAE J673.
37. WIND SCREEN WIPERS:
37.1. Electrically operated windscreen wiper system having two wiper arms with blades would
be provided. Wiper motor would be heavy-duty steel body for minimum of two-speed
operations. Wiper arms would rest horizontally when not in use. The sweep angle would
be sufficiently wide for clear view during rainy days. Windscreen wiping system would
be 24V, having speed control, with fitment of time delay relay as per AIS 011. Windshield
washer system would spray washing fluid on windshield & when used with the wipers,
would evenly & completely wet the entire wiped area. Windshield washer system would
have a minimum of 3 litres capacity tank suitably located for easy refilling from inside
the bus and two nozzles at suitable location for proper spray of fluid. Reservoir pumps,
lines & fittings would be corrosion resistant & reservoir itself would be translucent for
easy determination of fluid level. The windscreen wiping system would be in accordance
with CMVR/ BIS: 7827 Part1, 2, 3 (section 1, 2) or latest.

Technical Document 509


38. FIRE EXTINGUISHERS:
38.1. Multipurpose fire extinguishers would be ISI marked conforming to BIS: 13849-1993 or
latest, dry powder type (Stored pressure) duly filled, of capacity and quantity as per the
provisions of GSR-853 (E) dated 19.11.2001 notification of Government of India, Bus
Code, UBS II. Fire extinguishers would be encased & fitted with proper reinforcement.
The enclosure box would have transparent breakable glass at front cover.
39. FIRST AID KIT:
39.1. First aid kit complete with items, medicines, bandages etc. would be provided as per
provisions of CMVR fitted near driver seat at appropriate position and level on side with
proper reinforcement.
40. PROVISIONS FOR PERSONS WITH DISABILITIES:
40.1. The manufacturer would provide for ease of accessibility, guidance, for PwDs that meets
the requirements as given in the Bus Code, AIS 153 and CMVR and the harmonised
guidelines.
41. BATTERY:
41.1. Battery system would be 24V of minimum 180 Amps-hour capacity, low maintenance
type lead acid batteries. Batteries would be well secured to a hinged/ pivoted or slide
out type carrier for ease of access for repair & maintenance, replacement and suitably
ventilated for escape of fumes but insulated against ingress of dust and moisture.
Battery box would be mounted near/ next to engine compartment and would be well
secured, easily accessible & ventilated. Performance requirements of batteries would
conform to BIS: 7372-1995 (or latest).
41.2. Battery terminals with positive locking system (e.g., angle type terminal with provision
for double bolting) duly protected against all possible short circuit risk would be provided.
41.3. Each battery cable would be covered with flame retardant Grey colour corrugated
flexible pipe and would be properly encased & clamped.
41.4. A relay controlled Heavy-duty type battery cut-off switch (isolator switch) capable of
carrying & interrupting total circuit load would be provided 1 each near battery / driver
on side panelling at appropriate level for disconnecting all battery positives except for
safety devices such as fire suppression system & other systems as specified. Two points
of battery cut off switch would be connected with battery and two points would be
connected with self-starter. The battery Cut-off switch with power plant operating, would
not damage any components of electrical system in off position. The battery Cut-off
switch would be capable of carrying & interrupting the total circuit load.
42. ELECTRICAL EQUIPMENT AND WIRING:
As per details given in UBS II and generally as under:
42.1. The bus would have 24 Volt D.C with multiplex wiring system for all its electrical
equipment except in unavoidable circumstances to avoid sparking in buses. A separate
system/ mechanism would be provided for discharge of electro static charge induced
during the operation of vehicle. Adequate precaution would be taken in case of single
pole wiring to avoid spark in items such as self-starter, alternator etc.
42.2. An adequate capacity alternator of 24V DC, minimum 150A rating with consistent output
to take care of high idling periods during operations in designated areas would be
provided and so located as to minimize ingress of oil or rain water into it.

Technical Document 510


42.3. A pre-engaged type 24V DC Self-starter of adequate capacity (minimum 180Ah) with
relay would be fitted in bus and so located as to minimize ingress of oil or rain water into
it.
42.4. Details of specifications of Battery, Alternator and Self-starter along with circuit diagrams
would be furnished by the manufacture along with their bids.
42.5. Electrical equipment and wiring would conform to Indian/ international Standards, bus
code and UBS II. All cabling would be as per provisions of Bus code / UBS II. The wiring
would be multiplex system, flame proof, ISI marked conforming to BIS: 2465-1984 or
latest. As far as possible electrical system would be 24V double pole multiplex wiring
system except in unavoidable condition. However, in case of single pole wiring all power
& ground wiring would have double electrical insulation, which would be waterproof
conforming to the Indian/ International Standards. Wiring would be grouped, numbered
& colour coded. Wiring harnesses would not contain wires of different voltage classes
unless all wires within the harness or insulated for highest voltage present in harness.
Kinking, grounding at multiple points, stretching & exceeding minimum bend radius
would be prevented.
42.6. Wiring looms/ harness for electrical system of bus would be properly routed, encased/
concealed type so mounted to eliminate chances of any spark. Details of above wiring
loom including circuit diagram; layout of controls etc. would be supplied by the bidder
along with the bid wiring support would be protective & non-conducting at areas of wire
contact & would not be damaged by heat, water, solvents or chafing.
42.7. All electrical fittings and lights would be fully wired up, running in flame retardant black
colour PVC sleeves as per applicable Indian Standards (to be specified by the
manufacturer) and installed in a manner to facilitate easy inspection/ rectification/
replacement etc. as & when required without disturbing internal finish/ décor of the bus.
Whenever any wire or cable or PVC sleeve carrying cable etc. passes through holes in
sheet metals/ structural member, suitable rubber grommets/ Bakelite inserts would be
provided in these holes to avoid direct contact between cables and sheet metal causing
damage to insulation coating.
42.8. Bus manufacturer would furnish details of above wires/cables and battery cables.
42.9. Design of electrical, electronic & data communication systems would be modular so that
each major component, apparatus panel or wiring bundle is easily separable with
Standard hand tools or by means of connectors. Each module except main body wiring
harness would be removable & replaceable. Power plant wiring would be an
independent wiring module. Replacement of engine compartment wiring module would
not require pulling wires through any bulkhead or removing any terminals from the wires.
42.10. Electrical system & its electronic components would be capable of operating in area of
the vehicle in which they will be installed. Electrical & electronic equipment would not be
located in an environment that will reduce performance or shorten life of the component
and or electrical system. No vehicle component would generate or be affected by
electro-magnetic interference or radio frequency interference (EMI/RFI) that can disturb
performance of electrical / electronic equipment.
42.11. Bus manufacturer would furnish recommendations regarding methods to prevent
damage from voltage spikes generated from welding, jumps start shorts etc.
42.12. All electrical & electronics hardware would be accessible & replaceable easily. It would
be mounted on an insulating panel to facilitate replacement. Mounting of hardware

Technical Document 511


would not be used to provide sole source ground and all hardware would be isolated
from potential EMI/ RFI.
42.13. All electrical/ electronic hardware mounted in interior of bus would be inaccessible to
passengers & hidden from view unless intended to be viewed.
42.14. All electrical/ electronic hardware mounted on exterior of bus i.e., not designed to be
installed in an exposed environment would be mounted in a sealed enclosure.
42.15. All electrical/ electronic hardware & its mountings would comply with shock & vibration
requirements.
42.16. Bus manufacturer would provide a certificate of testing/estimation of electrical load for
each system.
42.17. Alternator over voltage output protection would be provided.
42.18. All branch circuits except battery to starting motor & battery to generator/ alternator
circuits would be protected by circuit breakers or fuses sized to requirements of the load.
Circuit breakers or fuses would be sized to larger than total circuit load current as per
UBS II/ AIS 052. Current rating for wire used for each circuit must exceed size of circuit
protection being used.
42.19. Electronic Circuit protection for cranking motor would be provided to prevent engaging
of motor for long time/to prevent overheating.
42.20. To the extent practicable, wiring would not be located in environmentally exposed
locations under the vehicle. Wiring & electrical equipment necessarily located under the
vehicle would be insulated from water, heat, corrosion & mechanical damage. Where
feasible front to rear electrical harnesses should be installed above the window line of
vehicle.
42.21. All electrical motors would be easily accessible for servicing.
42.22. Separate additional outlets, as required in UBS II/AIS 052, are to be provided with
appropriate relays & fuses in wiring harness for fitment of electrical auxiliary devices/
systems to be added later on in buses, if required.
42.23. AC (Alternating Current) out-let of 220V, as required in UBS II if any, be provided at
suitable location for charging of electrical/electronic equipment, etc.
42.24. If any electronic components have an internal clock, it would be provided with its own
battery back up to monitor time when battery power is disconnected.
42.25. All electronic components/equipment would have self-protecting capability in event of
shorts in cabling and also in over voltage and reverse polarity conditions. If an electronic
component is required to interface with other components it would not require external
pull up and/ or pull-down resisters.
42.26. RF components such as global positioning system (GPS) etc. whenever provided would
use coaxial cable to carry the signal. The RF systems require special design
consideration for losses along the cable. Connectors would be minimized, since each
connector & crimp has a loss, which will attribute to attenuation of signal. Cabling should
allow for removal of antennas or attached electronics without removing the installed
cable between them.

Technical Document 512


43. LIGHTS AND LIGHTING SYSTEM:
43.1. Interior saloon lighting would be sunken type light assembly fitted with LED lights and
mounted in staggered formation for uniform lighting in two separate circuits. First row of
lamps provided in driver’s cabin should be fitted with amber internal filter to reduce glare
to driver at night. Overall bus lighting system would comply with CMVR provisions
where-ever falls short of it.
43.2. Modern rectangular type headlamps with relay and side light etc. would be suitably
styled into front-end construction.
43.3. White and Red marker lights of 5 Watt each would be fitted at both top side corners of
the front and rear panel of the bus respectively.
43.4. Identical signal lights of 15 Watts would be fitted for inter-changeability in each side i.e.;
front, rear and side respectively
43.5. Brake lights (15 W) and taillights (10W) would be two separate lights to reduce heat
generation.
43.6. Reverse light of 25W, square lamps with white covers would be provided.
43.7. Side markers would be provided on both sides as per bus code/ AIS 008
43.8. Rear signal lights, brake lights, taillights and reverse lights would be arranged vertically.
43.9. Light wattages given above are indicative, however, all the lights and lighting systems
would conform to requirements of Bus code, CMVR/Tamil Nadu MVR / UBS II and other
relevant AIS Standards.
43.10. Following lights would be actuated when the headlights are ‘ON’ and the doors are
‘Open’:
i. Lights provided for illuminating exit/entrance door area, lights would
illuminate outside area up to at least one metre when door/doors
is/are opened. Lights for exit/entrance door areas would be flushed
as far as possible to avoid tripping of passengers, protrusions if any
would conform to relevant CMVR/ AIS Standards.
ii. Exterior door lights
iii. Lights would be automatically switched off when the door is closed.
43.11. A well-lighted bus registration number plate would be fitted at rear as per provisions of
CMVR duly complying with directives/ regulations regarding high security number plates
as notified by Government of India / Government of Tamil Nadu if any.
43.12. No Electrical fittings would be mounted on front and rear bumpers.
43.13. Switches would be fitted on right hand side of instrument panel through evenly loaded
circuits & fuses as per bus code.
43.14. A reverse buzzer would be installed at the rear of bus to sound intermittently when
reverse gear is engaged.
43.15. A suitable light would also be provided in engine compartment for ease of maintenance/
emergency repairing.
43.16. Following circuit diagrams would be supplied along with buses:

Technical Document 513


i. Complete circuit drawings for exit/entrance door control system, door
mechanism.
ii. Complete door sensor electrical circuit drawing.
iii. Complete circuit drawing for sensitive door edge system.
iv. A layout drawing for all door control switches, gauges, warning lights
on driver’s dashboard.
v. A layout drawing for all lighting and wiring circuits, control switches
fuses and fitment details and diagrams along with item specs and
types in each case.
44. PERFORMANCE STATEMENT:
44.1. Bus manufacturers would furnish following information for performance evaluation of
fully built buses supplied to other customers and now in service for at least 3 years. The
information should be furnished separately order wise:
i. Type/Model
ii. Name and address of the bus operating agencies where this model
is operating
iii. Number of the buses supplied
iv. Order no. against which buses have been supplied.
v. Date of supply and date from which in service
vi. Maximum/minimum turning radius.
vii. Maximum climbing ability/ gradeability
viii. Type of bus body
ix. Engine HP @ RPM
x. Engine Max Torque @ RPM, and RPM range for max torque
xi. Specific fuel consumption
xii. GVW / Kerb weight of buses
xiii. Emission Norms
xiv. Type of suspension
xv. Dimensions- Length, width, height, floor height, wheel base,
xvi. Angle of approach, departure and ramp over
xvii. Axle –rear and front
xviii. Passenger carrying capacity
xix. safety devices/provisions, Specs and Stds. against each item,
xx. Any other performance data.
45. TECHNICAL INFORMATION
Technical information required to be furnished by bus manufacturers along with Bid w.r.t the
following amongst others:

Technical Document 514


45.1. Bus manufacturer’s technical information of the bus i.e., General Drawings comprising
of elevations –sides, front & rear ends along-with main dimensions i.e., overall length,
overall width, overall height, saloon height, pillar to pillar distance, isometric views,
exterior & interior details, seating layouts, no. of seats (excluding seat for driver), and
other provisions for environmentally friendly colour scheme as per TNSTC etc. would
submit same along-with the Bid.
45.2. General appearance & structural details of roof, floor, sides, front & rear show and
driver’s cab, would be provided by the bidder along with their bids. Details of main
structural members, material specifications, shape, size, thickness, etc. be indicated on
the above drawings.
45.3. Power Point presentation material on a DVD for offered design of bus (indicative) and
minimum 1:15 scaled Model (indicative & non-working)) duly furnished/ painted in
environmentally friendly colour scheme as given by TNSTC would be submitted along-
with the bid. The presentation will cover elevations –sides, front & rear ends along-with
main dimensions, isometric views, exterior & interior details, seating layouts, colour
scheme etc.
46. TOOLS, GAUGES AND TESTING INSTRUMENTS:
46.1. Bus manufacturers would furnish a list of special tools, gauges and testing instruments
for inspection, repair and maintenance of buses along with a complete list of spare parts
recommended for:
i. Normal wear and tear; and
ii. Emergency requirements for any breakdowns, damages etc.
47. OPERATION AND MAINTENANCE MANUAL:
47.1. At least 2 hard bound copies and 2 soft copies, for every 25 buses or part thereof, of
operation and maintenance manual containing essential technical information required
for satisfactory operation, inspection and maintenance would be supplied by bus
manufacturers.
i. One set of Coloured wall charts along with soft copies of following
units would also be provided for every ten buses or part thereof
showing assembly details:
ii. Chassis lubrication and brake system.
iii. One set of coloured wall charts along with soft copies of following
units amongst others for every 25 buses or part thereof showing
assembly details:
- Engine
- Transmission system
- Drive line and Rear axle
- Front axle
- Steering system, alternator, starter, fuel injection system etc.
- Brake system, ABS etc.
- Safety devices,

Technical Document 515


- FDSS
- Any other system / sub-system necessary for skill development
of operating / repair and maintenance staff
48. TRAINING
48.1. The Bidder, at its own cost, shall “Train the Trainers” on 1) BS VI technology and 2) on
board ITS equipment to at least 25 Driving Instructors and 15 Maintenance Instructors
per TNSTC STU. This shall also include training the Depot Managers and Engineers.
The Bidder shall provide adequate material and resources required for the training.
48.2. The Bidder shall submit the training content, Manuals and list of resources to the
Authority within 10 days from the date of issue of Letter of Acceptance/ Work Order. The
training content shall be reviewed by the Authority or representatives of the Authority in
light of larger capacity building program proposed under the Bus Modernisation Plan. on
The Bidder shall immediately commence the training pursuant to clause 48.1 above after
incorporating the suggestions/modifications provided by the Authority or its
representatives. The Bidder shall make available the finalised training manuals in
English and Tamil languages for the purpose of imparting better understanding of the
training content to the trainees.
48.3. The training shall be provided at regional training centres of the Authority/IRT. The
Bidder shall provide minimum 3 (nos) of training bus or simulator or similar adequate
infrastructure for the purpose of Physical Training based on the requirement. The Bidder
can also arrange such Physical Training at its own premises/facility at its own cost.
48.4. The Bidder shall make available such infrastructure for Physical Training, till arrival of
first lot of buses in each STU, for the purpose of Training by the Trainers to the other
staff
48.5. The Training for all the required staff as provided in the clause 48.1 above shall be
completed before completion of Prototype Inspection of all the Bus Types .
48.6. The Bidder shall have to certify the trainees for the said training programs and a
satisfactory note to be issued by trainees at the end of training program
49. TOOL KIT
49.1. Bus manufacturer would provide a suitable tool kit and other mandatory items as per
CMVR 138 (4)/ other applicable rules comprising of common tools and other essential
items required. Complete list of tools in tool kit to be supplied with every bus would be
supplied by the manufacturer. One wheel nut spanner and one Hydraulic Jack per bus
of a capacity of at least 10 Ton as per design of bus would also be supplied.
50. INSPECTION AND TESTING:
50.1. Bus may be inspected at various stages of fabrication by TNSTC’s representative at
manufacturer works. Inspection would comprise of ensuring that all materials,
components, items, accessories and assemblies used in fabrication of buses conform
to contractual specifications. Wherever required to ensure this, laboratory test would be
carried out at bus manufacturer’s cost.
50.2. The inspection, including operational demonstration of various sub-system may be
undertaken at any and or all stages such as component fabrication stage, chemical pre-
treatment stage, fabrication of assembly/sub assembly stages, structure, panelling and
equipping stage and Pre-dispatch inspection.

Technical Document 516


50.3. Final Inspection of buses would be carried out at manufacturer’s facilities and or at a
place finalized by TNSTC. After the bus is finally inspected, it would be subjected to test
run and trials as required by TNSTC
50.4. The bus would be taken over by TNSTC after satisfactory final inspection, testing and
trials in TNSTC.
51. MAINTENANCE SPARES AND MATERIALS
51.1. Bus manufacturer would provide details of components/spares required for maintenance
of vehicle for twelve months’ operation taking daily utilization of bus of up to 400 Kms.
51.2. Manufacturer would also provide complete details of vendors, for every component /
spare for complete bus and the spare parts catalogue (hard as well as soft copies) in 2
sets for every 25 buses or part thereof.
51.3. Manufacturer would ensure that during service life of 9 years or 12,00,000 Kms.
(Whichever is earlier) of service, adequate spare parts in kit form/ individual components
are made available in time to TNSTC on demand along with other essential items
required.
51.4. All spare parts availability would be more than 95% at any time.
52. MAINTAINABILITY
52.1. Design and fabrication of bus would be such as facilitates easy access for repair &
maintenance, removal, replacement of various bus components/ assemblies/ sub-
assemblies/ systems by providing suitable traps/ flaps etc. Also, removal and re-fitment
of engine, transmission, differential, radiator, door closing mechanism, PIS etc. would
be easy for repair & maintenance purpose. Enough space would be provided between
wind screen glasses and PIS boards for facilitating cleaning of glasses.
52.2. Radiator coolant/water filling and diesel filling inlets would be easily accessible with
suitable closing devices complete with locking arrangement/-holding arrangement.
52.3. Also, an access would be provided for attending to air cleaner assemblies mounted in
the vehicle.
53. WARRANTY/ GUARANTEE
53.1. Fully built bus would be covered under Warranty/ Guarantee for up to 2,50,000 Kms or
24 months whichever is later from the date of putting bus into operation after registration.
All assemblies, sub-assemblies, fitments, components would be covered under Warranty
Period as per commitment of bus manufacturer at the time of supply of bus.
53.2. Special Warranty Period, for any manufacturing Defect in design, material and
workmanship of Bus structure shall be 9 years or 9,90,000 km per Bus whichever is later
from the date of putting bus into operation after registration.
53.3.
54. GENERAL REQUIREMENTS:
54.1. TNSTC reserves the right to alter, modify, change specifications as per requirement to
suit the latest provisions of CMVR/ any other Notifications, safety aspects, emission
aspects besides any practical/ operational difficulties etc. faced/likely to be faced by
TNSTC. Vehicle Manufacturer would ensure that all alterations, changes or
modifications in specifications, if necessary, as mentioned above would be carried out

Technical Document 517


in buses built by them as per the advice of TNSTC without attributing any additional
cost.
54.2. Ministry of Road Transport & Highways, Government of India (MORT&H) vide
Notification in the Gazette of India, inter-alia stipulated the following measures which
need to be complied with for enhancement of safety by the Vehicle Manufacturers as
per the statutory requirement for registration of vehicles
i. While registering every bus, Vehicle Manufacturers & transport
authority would jointly examine the bus prior to registration. The
registration of such a vehicle be done only after signing the report
jointly by all concerned along with the transport authority.
ii. For electrical installations, flameproof cables would be used,
especially positively locked battery terminals and others would be
locked firmly with all cables & pipes with proper looming to take care
of vibrations, fire retardant material would be used for seats, roof &
sidewalls. Safety instructions about fire hazards would be displayed.
iii. Details of structural members, their material specifications &
dimensions i.e., cab & saloon flooring, cross bearers, various angles,
floor longitude, main body pillars, dummy/stump pillars, cant rail, vent
rail, waist rail, skirt rail, wheel arch section, sole bar, seat rail, roof
sticks & roof longitudes, diagonal bracing, rub rail tube, stretch & body
panel stiffeners, gussets etc. would be provided by bus
manufacturers.
iv. Similarly, details of aluminium sheets/sections & their
alloys/specifications, aluminium sheet, rub rail, decorative mouldings,
wire cover, wearing strips, footsteps edging, various panel beadings,
window frames and its sections, finishers, water gutter channel, roof
grab rail brackets would be provided by bus manufacturers.
v. All edges would be rounded off and would not cause injury to bus
occupants.
vi. Complete bus would be rattle-free.
vii. All the rivet and bolt holes would be jig drilled as far as possible. The
rivet holes should be drilled before the corrosion treatment. Holes
drilled after the corrosion treatment be suitably treated with anti-
corrosion materials. Rivet heads neatly formed and each bolt/ rivet
would be tightened after full mating of the surfaces to be fastened.
viii. All safety aspects should be considered while designing and
fabricating the bus.
ix. Continuous length piano type hinges and tower bolts of stainless
steel would be used as per relevant Indian Standards.
x. Similarly Aluminium extruded sections wherever not painted would
be anodized.
xi. All flaps wherever provided should have heavy-duty support to keep
it open for ease of maintenance.

Technical Document 518


xii. All miscellaneous M.S pipes would be phosphated with the coating of
2.16 to 2.70 gm/m2 or by any other pre-treatment process conforming
to Indian/ international Standards (to be specified by the
manufacturer). Samples of all materials & components would
withstand a two weeks (336 hours) Salt Spray test in accordance with
ASTM procedure B117 with no structural detrimental effect to
normally visible surfaces & no weight loss of over 1%.
xiii. Anodized decorative aluminium mouldings/ beadings etc. would be
used.
xiv. All M.S pipes used in the bus would be ERW conforming to BIS
3601:1984 or latest, of grade WT –160.
xv. All rubber items used on the bus body would be made of Ethylene
Propylene Dien Monomer (EPDM) rubber of black colour conforming
to the Indian/ International Standards to be specified by the
Manufacturer.
xvi. EPDM rub rail of aesthetic profile would be fitted in anodized extruded
aluminium channel between stretch panel and skirt rail longitudinally
at the widest portion of the bus. The quality of EPDM material would
be as per the Indian/ International Standards to be specified by the
Bidder.
xvii. Every trap/-opening flap would be secured in a manner that the
vibrations can’t dislodge it. Lifting devices must not protrude above
the flap.
xviii. Ease of accessibility to engine & other aggregates for easy
maintenance would be ensured. Assemblies / units would be so
mounted that they are easily accessible & can be removed without
disturbing other components / assemblies.
xix. All structure, body, and panel-bending mode frequencies, including
vertical, lateral, and torsional modes, would be sufficiently removed
from all primary excitation frequencies to minimize audible, visible, or
sensible resonant vibrations during normal service.
xx. Exterior protrusions if any would conform to the provisions of relevant
CMVR/ AIS/ Bus Code. The exterior rear-view mirrors and required
lights and reflectors are exempted from the protrusion requirement.
Advertising frames would protrude no more than 22mm from the body
surface and would have the exposed edges and corners rounded to
the extent practicable. Grilles, doors, bumpers and other features on
the sides and rear of the bus would be designed to minimize the
ability of unauthorized riders to secure toeholds or handholds. The
exterior body features would be shaped to allow complete & easy
cleaning by automatic bus washers without snagging washer brushes
or retaining water & dirt.
xxi. Hydraulic Grease Nipples would be provided for ease of proper
lubrication & maintenance.

Technical Document 519


xxii. Front panels, bumpers and grill should be designed such that there
are no pointed or sharp protrusions to minimize injuries to vulnerable
road users in case of impact.
xxiii. Any other safety and performance requirement features to be
provided.
55. QUALITY ASSURANCE
55.1. Bus manufacturer would use materials including fasteners conforming to relevant Indian/
International Standards and would get the same tested before use, meeting
requirements of all specified parameters to ensure quality of material specified.
However, random sample of materials picked up and duly sealed by representative of
TNSTC in presence of bus manufacturer, out of purchased lot at works of the
manufacturer or out of the bus under fabrication/ completed bus and be sent for testing
quality of components at CIRT, Pune/ARAI/BIS approved testing laboratories having
testing facilities for testing all parameters of specifications of materials/ items. In the
event of failure of samples in lab tests, testing would be conducted in same way again
from fresh lot. The bidder would replace failed materials by those duly passed in lab
tests.
55.2. In the event of failure of material/ items in laboratory test, failure of material/ items
(removed from completed bus) in laboratory test, acceptance decision about bus be
taken by TNSTC after obtaining compensation/ recoveries of liquidated damages from
bus supplier as per system decided by TNSTC. Wherever, failure of material on one
parameter or more than one parameter, recoveries for complete lot of materials used in
bus would be made from manufacturer plus 20% damages thereof.
55.3. Completed bus would be subjected to water leakage test conforming to BIS: 11865-
1986 or latest.
55.4. A list of items to be tested for bus bodies would be provided by TNSTC. An indicative
list of items to be tested is placed at Annexure III.
55.5. Manufacturer would also ensure compliance of quality at different stages of bus
fabrication, including but not limited to prototype inspection as per details decided by
TNSTC.
56. STATUTORY REQUIREMENT
56.1. Bus manufacturer would ensure that all statutory requirements in respect of each and
every item of bus are fully met. Manufacturer would also obtain type approval certificates
etc. for bus & any other items from testing agencies specified in the CMVR namely
Vehicle Research & Development Establishment, Ahmednagar of the Ministry of
Defence of Government of India or Automotive Research Association of India, Pune or
Indian Institute of Petroleum, Dehradun, Central Institute of Road Transport, Pune; ICAT
Manesar, Gurugram; and or any other agencies as specified by the Central Government
on date of testing/ type approval or any other agency specified by competent authority.
A certificate showing details of make/type/model of various units like engine, gear
box/transmission system, clutch assembly, propeller shafts, rear axle, radiator,
alternator, starter, regulator, batteries, tyres, steering, instruments on the panel, air
compressor, shock absorbers, suspension system items, etc. would be furnished.
56.2. Bus Manufacture must make sure that the Fully built type II NDX bus complies with
standards and regulations for diesel fuelled vehicle provided in the AIS-052, AIS 153,

Technical Document 520


UBS II, harmonised guidelines and any other standards as applicable; CMVR 1989 as
amended till date, CMVR 1989 and Tamil Nadu MVR and all amendments thereto.
57. MANUFACTURER’S NAMEPLATE
57.1. Manufacturer’s nameplate may be fixed as per approval of TNSTC.
58. POLLUTION UNDER CONTROL (PUC) CERTIFICATE HOLDER
58.1. A suitable holder with clear acrylic sheet cover would be provided in driver cab near
driver seat at appropriate level for fixing of PUC certificate.
59. ANY OTHER PROVISIONS TO MAKE THE BUS FULLY FUNCTIONAL
59.1 Notes indicated in para 59.2 form part of the specs / bus fabrication requirements. Should
however there be any conflict details contained in notes would over-ride others.
59.2. Notes:
i. All cross and or T or X-joints of structural elements of bus body
structure (Front, rear, sides, roof, floor, etc.) be provided with MS
gussets of min 2.5mm thickness. All Weldments / structural sub
elements be properly cleaned and treated for corrosion prevention
ii. Service / inspection hatches with covers be provided for servicing of
various aggregates / sub-systems of bus.
iii. Width of wheel arches frame be so maintained as to provide
adequate ventilation to tyres amongst fulfilling other needs.
iv. Stanchion pipes and grab rails to be of Aluminum tubing of
appropriate specs, size / wall thickness etc. Handholds supporting
hand rails and the stanchion pipes be painted in cannery yellow color,
Brackets be of grey colour matching the colour of the inner paneling.
Brackets however need to be of proper size and shape to ensure
perfect fittings. No redundant fastening holes be provided on brackets
v. Hand holds be of polycarbonate material, transparent and provision
for space for advertisements
vi. Spare-wheel carrier, spare wheel assembly, and spare-wheel hatch
need be provided on the type II NDX bus to facilitate the spare wheel
assembly to be carried on-board during operations.
vii. Stop buzzers may be provided as one in frontal area, one in middle
and one in the rear area on stanchions at reasonable height ensuring
easy accessibility as well as preventing unnecessary usage. Design
of buzzer switch be sturdy, long lasting and sunk-in type to avoid
undesirable / inadvertent operation.
viii. LED illumination provided in saloon area of the bus be covered with
ground glasses to prevent glare.
ix. Tail lamps be covered with metallic grill in a manner that not only
protects the tail lamps but also facilitates easy lamp replacement etc.
x. Front and rear facia of the bus body may be fabricated out of FRP
suitably designed, ensuring its strength, finish and ease of repair /

Technical Document 521


replacements at par or better than the metallic ones asked for in the
specs.
xi. Where type approval, of any of the bus body items including full bus
body / bus is a mandatory requirement Type approval be undertaken
by test agencies authorized under CMVR. In other cases, approval of
selection of testing agency be obtained from TNSTC.
xii. Design approval of multiplexing wiring in bus body / bus be obtained
from test agencies authorized under CMVR or any other agency
accredited for the purpose subject to approval of TNSTC.
xiii. Bus Manufacturer to provide detailed drawings / specifications / make
/ model etc. as called for in specs for all items as generally indicated
in RFP specs including but not limited to electrical Circuit diagrams
of electrical subsystems in the bus.
60. FIRE DETECTION AND SUPPRESSION SYSTEM (FDSS)
60.1. General Requirements
Vehicles shall be equipped with fire detection & Suppression system detecting fires in the engine
compartment based on sensors that senses either abnormally high temperature or rate of
temperature rise, or both and suppress the same.
60.2. FDSS provision is to be made in the bus at appropriate location(s) for detection, alarming
and suppression about any likely fire at all fire prone systems/sub-systems (bus supplier
to identify such fire prone systems /sub-systems and make above provisions)
60.3. Vehicles shall be equipped with fire detection & suppression system detecting fires in
the fire prone areas based on sensors that sense either abnormally high temperature or
rate of temperature rise, or both and or any other parameter.
60.4. Upon detection of fire in the fire prone areas, the system referred in clause no 60.1, shall
provide the driver with both an audio and a visual signal, and activate the hazard warning
signal. The placement of the visual alarm shall be such that it is visible unobstructed
while viewed from the driver seat.
60.5. The FDSS would simultaneously be able to suppress the fire immediately after
detection.
60.6. The detection & suppression system shall be operational irrespective of whether the
propulsion system of bus has been started and the vehicle's attitude.
60.7. The fire detection & suppression system shall be installed according to the system
manufacturer's installation manual.
60.8. An analysis shall be conducted prior to the installation in order to determine the location
of fire detectors and alarm system. Potential fire hazards at possible fire prone areas
shall be identified and the fire detectors and suppression systems shall be so positioned
as to commence suppression of the fire hazard immediately. The system shall also be
ensured to work promptly and effectively regardless of the vehicle’s attitude, road
conditions etc.,
60.9. Fire hazards to be taken into account in the analysis shall at least consist of the
following: Components whose surface may reach temperatures above the auto-ignition
temperature for fluids, gases or substances that are present in the fire prone areas and
electrical components and cables with a current or voltage high enough for an ignition

Technical Document 522


to occur as well as hoses and containers with flammable liquid or gas (in particular if
those are pressurized). The analysis shall be fully documented.
60.10. The Fire Detection and Suppression System (FDSS) installed in the Buses shall comply
with the requirement of CMVR / AIS 135, UBSII as applicable, any other equivalent or
better International Standards as well as best market practices.
60.11. Make, model, specs etc of various components / sub-systems / system of FDSS be
clearly indicated for each item as part of the offer. A detailed drawing of the system
details / specs be also provided for.

Technical Document 523


Diesel fuelled, 11 metre long, standard floor (1150 mm floor height),
BS-VI compatible, fully built type II NDX bus - Specification

PART II – SPECIFICATIONS OF DIESEL FUELLED STANDARD FLOOR OF 1150 MM FLOOR


HEIGHT BS VI COMPLIANT 11-METRE-LONG TYPE II NDX BUSES FOR OPERATIONS IN
TNSTC – GENERALLY AS PER BUS CODE (AIS 052) AND UBS II
Specifications provided by IC
team Bidder to
S No Description Standard floor (1150 mm floor confirm and
height), 11 m long type II NDX provide details
buses
A B C D
1150 ±10 mm, shall be uniform inside
1 Bus Floor heights in mm Confirm
the Bus generally as per AIS 052
Diesel fuelled Internal Combustion
2 Propulsion System Confirm
Engine (ICE);
2.1 Emission norm and Fuel BS-VI - Diesel Confirm
Diesel Fuelled 4 or more cylinder
engine, water cooled, with
Turbocharger, intercooler and
conforming to BS VI emission norms.
Engine be able to operate efficiently at
ambient temperatures of
3 Engine approximately 10⁰C to 50⁰C, humidity Confirm
level from 5% to 100%, and altitude
levels of 0 to over 2400 metres,
generally operating in the semi-arid /
humid zone/ region prevailing in the
designated operational areas of
TNSTC.
Make & model of
engine-----
HP -------at Rpm--
Engine HP sufficient to
3.1 -
provide:
Max torque ------
NM at rpm------&
rpm range------
Attain Geared minimum maximum
Rated performance at speed of more than 80 kmph (without
GVW in stop / start speed limiter) at GVW load and other Minimum Max
a
operations in designated systems operational. There should be speed ---- kmph
areas an in-built speed limiting device to
restrict speeds to specified limits.
b Acceleration (metre/sec²) ≥ 0.8 Confirm
Attain Bus speed of 0-30 ≤10.5
c Confirm
kmph in seconds
Geared Minimum maximum speed
d Maximum speed without speed limiter to be more than Confirm
80 kmph as at 3.1. a
Gradeability from stop, at
e GVW and other system 17% Confirm
operating.

Technical Document 524


Specifications provided by IC
team Bidder to
S No Description Standard floor (1150 mm floor confirm and
height), 11 m long type II NDX provide details
buses
1. Rated HP at low rpm and
Maximum engine torque required at Engine HP ---- at -
lower range of RPM and spread over ---rpm &
a wider range of RPM. Engine peak
Rated HP / torque
2. Engine Power: Min. 140kW @ torque ---- NM at -
f preferably at optimal rpm
1800-2400 RPM --- rpm;
range
3. Engine torque: Min. 700 Nm @ Range of rpm----
1100 - 2000 RPM to---- for peak
Subject to meeting specified torque
performance.
Power requirements for Confirm and
Required to be provided by bus
g other auxiliary system, indicate power in
engine
ITS, etc. terms of HP
3.2 Emission norms BS VI/latest as applicable Confirm
Engine oil pressure, engine coolant
temperature, engine speed in RPM,
3.3 Engine management vehicle speed, engine % load (torque), Confirm
diagnostic message (engine specific)
generally as per UBS II
Engine should be able to operate
efficiently at ambient temperatures /
Engine operational environmental conditions of TNSTC
3.4 Confirm
requirements generally operating in the semi-arid &
humid zone prevailing in the area as
indicated in above sections
3.5 Engine location Front specify
1. Make --- model -
----- of
Heavy duty Synchromesh manual
Transmission
transmission with minimum 5 forward
3.6 Transmission system
and 1 reverse speed.
2.No. of forward
Neutral during stops
speeds and their
details
Transmission system to be fitted with
a mechanism which makes it possible
3.6.1 Operational safety Confirm
to engage reverse gear only when
vehicle is stationary.
Mechanical Clutch system using
single plate push type dry clutching.
4.0 Clutch System Provide details
Disc clutch lining be of asbestos free
material.
5 Rear & Front Axles
Single reduction, hypoid gears, full Make --- model ---
5.1 Rear axle
floating axle shafts with optimal gear --- of Rear Axle

Technical Document 525


Specifications provided by IC
team Bidder to
S No Description Standard floor (1150 mm floor confirm and
height), 11 m long type II NDX provide details
buses
ratios suitable for type II NDX Type --
operations in designated areas Gear ratio ----
Heavy duty reverse Elliot I-section Make --- model ---
beam type axle suitable for bus floor --- of Front Axle
5.2 Front axle
height, track rod with replaceable ball Type --
joints at both ends.
Make --- model ---
Hydraulic power steering with height --- of Steering
6 Steering system
and angle adjustments system
Type --
Parabolic leaf spring (waveller type)
suspension at front axle and air
suspension at rear axle complete with Confirm
7 Suspension system
Anti-roll stabilisers & heavy duty
hydraulic double acting Shock
Absorbers at both axles
Make --- model ---
Parabolic leaf spring (waveller type) ---,
7.1 Front
suspension system Type – specs ---
size---
Confirm
Indicate make and
model of air
7.2 Rear Air suspension system suspension
system
Indicate no. of air
bellows
7.3 Anti-roll bars / stabilizers Both front and rear Confirm
Make --- model ---
---, of shock
Hydraulic double acting minimum 2
7.4 Shock absorbers absorbers
each at front & rear
Type – specs ---
Confirm

Technical Document 526


Specifications provided by IC
team Bidder to
S No Description Standard floor (1150 mm floor confirm and
height), 11 m long type II NDX provide details
buses
Confirm:
i. fitment of drum
brakes at Rear
ii. Disc brakes at
Disc Brakes in front and drum brakes front
at rear wheels. Graduated hand iii. Hand brakes
controlled, spring actuated parking iv. Asbestos free
8 Braking system
brakes acting on rear wheels. pads/ linings
Asbestos free brake Pads / linings at v. Provide Make -
all places. ----, model-----,
specs--- of
brake system
and its
subsystems
Provide Make -----
Anti-skid anti brake locking
8.1 Required , model-----,
system (ABS)
specs--- of ABS
9 Electrical system 24-volt DC Confirm
Confirm
Low maintenance type lead acid
Make --- model ---
batteries for 24 V system-
---, of Batteries
9.1 Batteries: performances as per BIS: 14257-
Type – specs ---
1995(latest). 2*12V maintenance free
Rating ---- Ah
batteries of minimum 180Ah rating

Make --- model ---


---, of Self starter
9.2 Self-starter 24V, 180 Ah
Type – specs ---
Rating ---- Ah
Make --- model ---
---, of Alternator
9.3 Alternator 24V, 150 A.
Type – specs ---

Confirm and
provide details.
Provide details of
Electrical wiring & controls Multiplexing type -- As specified certifying
9.4
–type separately under ITS specifications agencies who had
certified the
multiplexing
system design.
Electronic type duly approved/certified Make --- model ---
as per AIS – 018/2001 or latest, ---, of speed
10 Speed limiting device
tamper proof and be adjusted to limiting device
applicable speed limit. Vehicle Type – specs ---

Technical Document 527


Specifications provided by IC
team Bidder to
S No Description Standard floor (1150 mm floor confirm and
height), 11 m long type II NDX provide details
buses
manufacturer shall facilitate the
Speed Limiting Device Serial number
to be incorporated with MORTH by
ensuring that requisite data is
invariably added to the details
submitted to STA at the time of
registration of bus.
Make --- model ---
---, of tyres
Steel radial tubed tyres– size and ply
Type –Size---,
rating for type II NDX bus operations,
11 Tyres specs ---
as per CMVR Standards preferably
Tread pattern for
10.00*20 as per AIS 044 part 3.
front---- & for rear
tyres---
230 litres capacity tank subject to Confirm and
being adequate to enable bus provide details of
12 Diesel Fuel Tank capacity
operation of more than 300 km diesel tank:
between consecutive fillings -
13 Bus characteristics
13.1 Bus dimensions in mm
Confirm and
> 10800 mm such that minimum
Overall length (over body provide
a number of seating spaces and
excluding bumper) dimensional
specified seat pitches are maintained
details
Confirm and
Overall width (sole
provide
b bar/floor level- extreme 2600 - 50 mm
dimensional
points)
details
Confirm and
Overall height (unladen-at provide
c 3800 mm max
extreme point) dimensional
details
d Overhang
Confirm and
Minimum 32% of wheel base limited to provide
i Front overhang
2400±200mm dimensional
details
Confirm and
<60% (preferably about 50%) of wheel provide
ii Rear overhang
base limited 3200 ±200mm dimensional
details
Overall length be maintained as > Confirm and
iii Note:
10800- mm by adjusting tolerances provide

Technical Document 528


Specifications provided by IC
team Bidder to
S No Description Standard floor (1150 mm floor confirm and
height), 11 m long type II NDX provide details
buses
appropriately on various dimensions dimensional
such as wheel bases, overhangs, etc details
Turning circle radius (mm) Confirm and
(centre point of front wheel provide
11000±200 mm / 14000±200 mm /
13.2 track) / Front overhang dimensional
7000±200 mm
outer corner / rear details
overhang inner corner
Confirm and
Floor height above ground provide
13.3 1150 ± 10 mm
(mm) dimensional
details
13.4 Clearances (mm)
Confirm and
provide
a Axle clearance(mm) Minimum 190 mm
dimensional
details
Confirm and
> 220 mm for parts fixed to bus body
Wheel area provide
b & > 170 mm for the parts moving
clearance(mm) dimensional
vertically with axle.
details
Confirm and
Minimum ground provide
c Within the wheelbase ≥ 400mm
clearance at GVW dimensional
details
13.5 Angles (degrees)
Confirm and
Angle of approach provide
a Not less than 8.0°
(unladen) dimensional
details
Confirm and
Angle of departure provide
b Not less than 8.5°
(unladen) dimensional
details
Confirm and
Ramp over angle (half of provide
c Minimum 4.8°
break-over angle) unladen dimensional
details
14 Bus Gates/Doors
Double jack-knife (JK) type, 1 door on
near (left) side. The door flaps shall
be so designed as to provide positive
14.1 Entry-exit gates with doors
sealing against ingress of water in
the bus particularly during any water
logging / flooding on roads.

Technical Document 529


Specifications provided by IC
team Bidder to
S No Description Standard floor (1150 mm floor confirm and
height), 11 m long type II NDX provide details
buses
Confirm
Make -----, model
---- type --- &
a Operating mechanism Electro pneumatically controlled
specs ---- of
operating
mechanism
Maximum opening / Confirm and
b closing time in seconds 4 indicate closing /
per operation operational time
c Positions of door controls As per AIS 052 Confirm
Passenger safety system -
allowing bus motion only Confirm and
14.2. on doors closing. Front Mandatory indicate type of
button to open the doors system provided
from outside required
Front gate behind front axle and Rear
gate behind rear axle such that
Confirm and
Entry / Exit gate with doors distance between front edge of the
provide
– (near side / non driver gate and Centre Line of rear axle is
14.3 dimensional
side); Locations & 1500 mm.
details
dimensions,

Confirm and
provide
a Door aperture in mm >850mm as per AIS 052
dimensional
details
Confirm and
Clear door width (fully provide
b > 650 mm as per AIS 052
opened) dimensional
details
Confirm and
provide
c Door height 1900 mm as per AIS 052
dimensional
details
First step height from
d ≤ 400 mm
ground
Maximum height (mm) of
e ≤ 250 mm
other steps
Confirm
Ramp / suitable
Type--- size----
mechanism for wheel
14.6 Dimensions
chair access at the near
Not Required Material ----
side front gate,
specs----

Technical Document 530


Specifications provided by IC
team Bidder to
S No Description Standard floor (1150 mm floor confirm and
height), 11 m long type II NDX provide details
buses
Load carrying
capacity ----- kgs
m
a Dimensions
b Material
c Load carrying capacity
Device to prevent the
Confirm
wheel chair roll off the
d
sides when the length
exceeds 1200mm
Device to lock wrapped up
e
ramp
Requirement for
f passenger with limited √ Confirm
mobility
Wheel chair anchoring -
g minimum for one wheel Not Required Confirm
chair
Priority seats - minimum 2
h √ Confirm
seats
Stop request- on pillars--
i selected for operational √ Confirm
convenience
Emergency doors / exits or Confirm
As per AIS 052
apertures (numbers) Emergency door
details----, type--
j ----, size-----,
Dimensions in mm As per AIS 052 locations----,
nos---
Confirm
Passenger safety system -
allowing bus motion on Confirm and
k doors closing and doors Mandatory provide details of
opening only when the bus mechanism
is stopped
Power operated service
door - construction &
control system of a power
Confirm and
operated service door be
l As per AIS 052 provide details of
such that a Passenger is
mechanism
unlikely to be
injured/trapped between
the doors while closing.
m Door components As per AIS 052 Confirm

Technical Document 531


Specifications provided by IC
team Bidder to
S No Description Standard floor (1150 mm floor confirm and
height), 11 m long type II NDX provide details
buses
Door locks / locking
n systems / door retention As per AIS 052 Confirm
items
o Door hinges As per AIS 052 Confirm
15 Bus body
Design type approval as per
Annexure-3 of UBS II/ AIS 052/ AIS
153 / harmonised guidelines as
Bus Design / Bus type Confirm and
15.1 applicable and the data given in this
approval provide details
doc whichever is superior. The fully
completed bus be type approved as
per approved design.

Technical Document 532


Specifications provided by IC
team Bidder to
S No Description Standard floor (1150 mm floor confirm and
height), 11 m long type II NDX provide details
buses
Materials, corrosion prevention and
15.2 Bus structure
paints
The under frame and super structure
Details of
suitably designed to carry nominal
Structural
load of over 52 passengers (assuming
materials fulfilling
an average weight of 68 kg per
strength etc.
passenger and hand luggage of 25kgs
requirements
each) and crush load of 80 pax.
indicated under
The superstructure of the bus
Annexure-3 of
fabricated using Galvanised Steel
UBS II and those
Bus structure – Material (GS/ GP) tubing (ERW–
in part I of specs to
underframe, super- Rectangular / Square Hollow
a be provided as a
structure, roof, etc, Sections) of grade Yst –240 for the
separate
material specifications etc. bus body to be weld integrated
annexure /
/welded to the chassis frame
drawing with
depending upon the chassis design.
complete
Material size to be decided by the
dimensional,
manufacturer. Material should fulfil
materials and
structural strength etc. requirements
other details of
indicated under Annexure-3 of UBS II
specs at bidding
and those in Part I above. Other
stage.
requirements as per bus body code.
Details of design,
Front and rear end structure design be
materials, load
energy absorption type steel, or FRP
bearing capability
Front and Rear End or a combination of both to reduce
b as evaluated for
structures impact stresses into under frame/side
the offered design
structures/ other areas of the vehicle
be submitted
generally as per Bus code AIS 052
along with the bid.
Samples of all materials & joints would
withstand two weeks (336 hours) Salt
Confirm and
c Corrosion prevention Spray test in accordance with ASTM
provide details
procedure B117. Corrosion
prevention & painting- As per AIS 052
All structural members be treated for
corrosion prevention internally as well
as externally and painted using
Polyurethane (PU) painting-based
Confirm and
d Paints spray paint Details of paints used,
provide details
surface treatment & preparation,
corrosion prevention treatment, base
primer coatings, number of paint coats
to be applied etc would be supplied.

Technical Document 533


Specifications provided by IC
team Bidder to
S No Description Standard floor (1150 mm floor confirm and
height), 11 m long type II NDX provide details
buses
Bus exterior side panels fitted with
stretched GS sheet at waist level. The
exterior front-end panelling be of GS
sheet while roof, rear, sides & skirt Detailed specs be
15.3 Panelling panelling be of aluminium. provided along
Space between exterior and interior with the bid
roof panelling be filled with insulating
material as per specs indicated in part
I.
Aluminium extruded
15.4
sections for:
a Rub rail
b Decorative moulding
Confirm and
c Wire cover
provide details of
d Wearing strip Aluminium extrusion IS 733/1983 or
specs, sizes,
e Foot step edging better
make etc.at
f Panel beading
bidding stage.
g Window frame
h Roof grab rail brackets
15.5 Floor type / materials etc.
a Type of floor Uniform floor inside bus without steps. Confirm
b Steps on floor Not required Confirm
c Maximum floor slope Less than 6 degrees as per AIS 052 Confirm
15mm thickness phenolic resin
bonded densified laminated
compressed wooden floor board (both
side plain surface) having density of
1.2 gms/cc conforming to IS
Confirm and
d Floor surface material 3513(Part-3): type VI 1989 or latest.
provide details
The flooring should also be Boiling
Water Resistant (BRW) as for marine
board BIS:710-1976/ latest and fire
retardant as per BIS:5509-
2000(IS15061:2002)
Confirm and
provide details of
3 mm thick anti-skid type silicon grains
material, specs,
e Anti – skid material ISO 877/76 for colour, IS5509 for fire
thickness, make
retardancy
etc.at bidding
stage.
15.6 Safety glasses and fittings:
Full width single piece laminated Confirm and
Front windscreen
a safety glass, plain, flat / curved with provide
(laminated) glass:
curved corners with intervening Poly dimensional and

Technical Document 534


Specifications provided by IC
team Bidder to
S No Description Standard floor (1150 mm floor confirm and
height), 11 m long type II NDX provide details
buses
Vinyl Butyral (PVB) film IS 2553 (Part- specs details at
2)-1992 / latest. Standard designs bidding stage.
(Refer Annexure 1to UBS II) for
11metre long buses to be followed
Confirm and
provide
Size 2200mm width*1500mm height
dimensional and
Size: plain / flat curved at corners*8.76mm
specs details,
thick1
drawing etc. at
bidding stage.
Confirm and
Single piece flat/curved toughened provide
glass-plain/flat/curved at centre & dimensional and
Rear windscreen:
curved at corners IS 2553(Part-2)– specs details,
1992/latest drawing etc. at
bidding stage.
b
Confirm and
provide
Size:1900mm `width*950mm height dimensional and
Size:
(minimum)*5.5+0.5mm thickness2 specs details,
drawing etc. at
bidding stage.
Flat, 2-piece design-top fixed Confirm and
toughened glass IS 2553 (Part-2)- provide
c Side windows:
1992/latest and the bottom portion dimensional and
sliding type specs details
Confirm and
provide
Toughened glass IS2553(Part-2)- dimensional and
Glass specifications
d 1992/latest specs details,
etc.at bidding
stage.
Glass thickness: 4.8-5.3mm
Confirm and
Window & other glasses - provide
Toughened as per IS 2553(Part-2)–
e material specifications, dimensional and
1992/latest of 4.8-5.3 mm thickness
thickness etc specs details, etc.
at bidding stage.

1 IRT suggested laminated clear curved Glass 99 * 61 i.e. 2515mm*1550mm inches size with 8.76 mm thickness. It may be difficult
to accommodate the said width of 2515mm within the bus width of 2600-50mm unless the glass is wrapped around, that would
significantly increase cost and proneness to damage. Hence, IC suggested that the specified dimensions be maintained as size given
by IC is generally as per UBS II to facilitate standardisation and thus ease of availability at minimum cost for replacement.
2 IRT suggested Single toughened grey curved glass of 96 * 42 inches i.e. 2439mm*1067mm with 6 mm thickness. The suggested size

is a non- standard size. Whereas, size given by IC is generally as per UBS II to facilitate standardisation and thus ease of availability
at minimum cost for replacement.

Technical Document 535


Specifications provided by IC
team Bidder to
S No Description Standard floor (1150 mm floor confirm and
height), 11 m long type II NDX provide details
buses
Confirm and
provide
f Safety glass As per AIS 052/CMVR
dimensional and
specs details
Confirm and
provide
g Rear view mirrors As per AIS 052 & AIS 001/002
dimensional and
specs details
15.7 Seating and gangway etc.
Passenger seating for
15.7.1 As per AIS 052 Confirm
type-II NDX buses
Confirm and
Seat layout – type II NDX 2*3 standard seating as per Type II provide
a
bus operations NDX buses in AIS 052 dimensional
details
Confirm and
provide
b Seat layout – Front facing
dimensional
details
Confirm and
Seat area/seat space per
provide
c Passenger (width*depth) 400*350 as per AIS 052
dimensional
mm
details
Confirm and
Seat pitch - minimum in 700 mm as per AIS 052 for Type II provide
d
mm NDX buses dimensional
details
Confirm and
Minimum backrest height-
provide
from floor to top of seat / 900mm as per AIS 052
dimensional
headrest
details
Minimum Seat base
Confirm and
e height-distance from floor
provide
to horizontal front upper 450± 50mm as per AIS 052
dimensional
surface of seat cushion
details
mm.
Seat back rest height in Confirm
375 mm
mm dimensions
f Torso angle (degrees) Minimum 15 as per AIS 052 Confirm
‘Poly Propylene Low Density / Low
Confirm and
density Poly Ethylene (PPLD/LDPE’)
provide
g Seat materials moulded and or any other seat
dimensional and
material for fully-built ready to install
specs, make,
cushioned and upholstered finished

Technical Document 536


Specifications provided by IC
team Bidder to
S No Description Standard floor (1150 mm floor confirm and
height), 11 m long type II NDX provide details
buses
seats complete with all the requisite model and other
features called for in this doc. Ref details
AIS:023 & bus code for performance.
Passenger seat frames behind rear
right mudguard be provided with
additional reinforcement
Confirm and
Seat frame structure provide
h Frame Structure of ERW steel tube.
material where required: dimensional and
specs details
Free height over seating Confirm
More than 900 as per AIS 052
position in mm dimensions
i
Confirm
Seat base height: 450± 50 as per AIS 052
dimensions
Clearance space for
Confirm
j seated Passenger facing AIS 052
dimensions
driver partition mm
Seat cushion required as
Polyurethane Foam, minimum
thickness of front / rear ends of seat
cushion/padding as 130/100 mm
Seat cushion and
k respectively; minimum thickness of
Upholstery:
back rest Foam cushion as 75mm;
Upholstery – pile fabric / Jaccard of
more than 0.7-1mm thickness. All
above as per AIS 052 / UBS II
Area for seated Confirm
l 400*350
passengers (sq.mm.): dimensions
Area for standee Confirm
m Not required
passengers (sq.mm.): dimensions
Confirm and
n Number of seats Minimum 52 provide no. of
passenger seats
Number of standees Confirm and
o (calculation as per AIS Nil provide no. of
052) standees
Carrying capacity of bus
>52, No standees, with crush loading Confirm and
p (seated + standees) and
of 80 passengers provide details
crush load
q Seats side facing location Not recommended Confirm
r Seat back rest Fixed Confirm
Seat belts & their Not necessary except diver seat and
Confirm
anchorage those facing aisle (performance etc.

Technical Document 537


Specifications provided by IC
team Bidder to
S No Description Standard floor (1150 mm floor confirm and
height), 11 m long type II NDX provide details
buses
as per AIS 052 and other applicable
standards)
Performance & strength
s √
requirements of:
Confirm and
provide
i Driver seat As per AIS 023
dimensional and
specs details
ii Passenger seats As per AIS 023 As per AIS 023
15.7.2 Gangway:
Minimum interior head Confirm and
1900 mm including that in the rear
a room (centre line of provide
overhang area as per AIS 052.
gangway) in mm dimensions
i At front axle: Confirm and
ii At rear axle: As per AIS 052 provide
iii Other areas dimensions
Gangway Width (mm) from
Confirm and
gates to longitudinal space i. minimum 650 mm (Refer figure-1
b provide
between rows of seats of UBS II/AIS 052) for front gate
dimensions
(Access to service doors)
Minimum 350 mm (Refer figure-1 in
Gangway Width (mm) in UBS II/AIS 052) excluding armrests Confirm and
c longitudinal space and including stanchions- will be provide
between rows of seats measured from seat edge to seat dimensions
edge.
Confirm and
Driver’s working space As per AIS 052 provide
dimensions
d Confirm and
provide
Driver’s seat As per AIS 023 & AIS 052
dimensional and
specs details
Corrosion prevention & As per clause 3.17 of AIS 052 and
15.8 Confirm
painting details brought out in Part I
Corrosion prevention
Confirm
treatment
Confirm and
Internal surfaces of
As per clause 3.17 of AIS 052 and provide process
a structural members
details brought out in Part I. followed
Confirm and
External surfaces of
provide process
structural members
followed

Technical Document 538


Specifications provided by IC
team Bidder to
S No Description Standard floor (1150 mm floor confirm and
height), 11 m long type II NDX provide details
buses
Confirm and
After drilling holes/welding provide process
followed
Confirm and
Inter metallic galvanic
provide process
corrosion prevention
followed
Confirm and
provide process
b Primer coating followed and
specs of primer
coating used
Confirm and
provide process
c Painting: followed and
specs of primer
coating used
Confirm, type.
Multiplexing provision for electrical
16 Electricals Provide details
circuitry
and the drawings
BIS marked, copper conductors with
fire retardant as per IS/ISO:
6722:2006 as per appropriate class. Confirm and
Conductor cross-section varying as provide details of
16.1 Electrical cables: per circuit requirements, minimum specs, sizes,
cross-section 0.5 sq mm. Quality make etc. of each
marking may also be as per equivalent type of cable
or better European, Japanese, US
standards.
Confirm and
As above and suitable to carry rated provide details of
16.2 Conductor cross section current (Japanese auto Standard specs, sizes,
JASO D0609-75 AV) make etc. of each
type of cable
Safety requirements of
16.3 As per AIS 052 /UBS II Confirm
electrical
As per AIS 052 - fuse of rated current Confirm and
1.5 times the load current of electrical provide details of
a Fuse
equipment. Necessary in every specs, sizes,
electrical circuit make etc.
Isolation switches for Confirm and
electrical circuits where As per AIS 052- Isolation switch provide details of
b
RMS value of voltage required for each such circuit specs, sizes,
exceeds 100 volts make etc.

Technical Document 539


Specifications provided by IC
team Bidder to
S No Description Standard floor (1150 mm floor confirm and
height), 11 m long type II NDX provide details
buses
Location of cables away As per AIS 052- Required for each
c Confirm
from heat sources such circuit
Type approval of circuit Confirm and
diagram as per standards provide details
d As per AIS 052 - Required for all items
related to electric along with relevant
equipment/wiring certificates
Cable insulation with Confirm and
e As per AIS 052
respect to heat provide details etc.
Heavy-duty type capable of carrying & Confirm and
Battery cut - off switch
f interrupting total circuit load --1 each provide details of
(isolator switch):
near battery/driver specs, make etc.
Electrically operated with two wiper Confirm.
arms & blades, wiper motor heavy Provide Make -----,
duty steel body with minimum 2- model-----, specs--
16.4 Wind screen wiper:
Speed operation wiping system as per - of wiper motors
CMVR/BIS 7827 part-1, 2, 3(Sec.1 & and its
2)/latest. As per AIS 011 subsystems
Confirm.
Provide Make -----,
Speed control with time delay relay as model-----, specs--
a Wiper motor:
per AIS 011. - of wiper motors
and its
subsystems
As above wrt arms
b Wiper arm/blade: AIS011 /AIS 052
/ blade
1 number, 24 volts, 200mmdia fan as Provide Make -----,
16.5 Driver cabin fan per provision of CMVR, matching model-----, specs--
interiors - of fan
Confirm and
Lighting - internal & provide details of
16.6 As per AIS 052.
external and illumination lighting /
illumination
Illumination
16.7 requirements/performance As per AIS 052 / AIS 012
of:
Confirm and
Dash Board Tell-tale As per AIS 052 & bulbs tested for provide details of
a
lighting/control lighting photometry as per IS 1606:1996 specs, wattage,
make etc.
Confirm and
Cabin Lighting - luminous
As per AIS 052 with illumination level provide details of
b flux of all lamps for cabin
of ≥ 100 lux &≤ 200 lux specs, wattage,
lighting
make etc.

Technical Document 540


Specifications provided by IC
team Bidder to
S No Description Standard floor (1150 mm floor confirm and
height), 11 m long type II NDX provide details
buses
Confirm and
Passenger area lighting -
As per AIS 052 with illumination level provide details of
c luminous flux of all lamps
of ≥ 100 lux and ≤ 150 lux specs, wattage,
for Passenger area lighting
make etc.
As specified separately under ITS
chapter of UBS II specifications / and
or by ITS Consultant and generally as
brought out at Para 32 in Part I.
17 ITS enabled bus Confirm details
Additionally Mobile / lap-top / ETVM
chargers be provided at conductor
seat and at every passenger seat.
GPS and Vehicle tracking system
18 Safety related items:
Confirm and
Adjustable type driver seat with seat
Driver seat belt & provide details of
belt ELR recoil type, 3 point mounting
18.1 anchorage duly type specs, type, make
as per CMVR & AIS 052 conforming to
approved. etc. of seat belt
AIS: 005 & 015.
and anchorage
Passengers seat belts:
18.2 Not necessary except diver seat, for
Number:
seats facing gangway if any Confirm
Driver/Passenger Seat
18.3 (performance etc. as per AIS 052)
Belt Anchorage
Provide Make -----,
model-----, specs--
18.4 Fire extinguisher: As per AIS 052
- of fire
extinguishers
Provide Make -----,
model-----, specs--
18.5 First aid box: 1 number, as per provision of CMVR
- of first aid box
and its contents.
Confirm and
Handrails Minimum Colour contrasting and slip resistant of
provide details of
18.6 length*diameter* height aluminium tubing32 mm dia, 3 mm
specs, size make
above floor in mm thick.
etc.
Colour contrasting and slip resistant. 2 Confirm and
to 4 Numbers. hand holds per bay of provide details of
18.7 Handholds:
poly-carbonate transparent with specs, sizes,
provision for advertisements make etc.
Vertically fitted with attachment to bus
Confirm and
floor and to roof, aluminium tubing
provide details of
18.8 Stanchions: with Colour contrasting and slip
specs, sizes,
resistant. 40 mm dia& 3.15 mm thick.
make etc.
Rest As per AIS 052

Technical Document 541


Specifications provided by IC
team Bidder to
S No Description Standard floor (1150 mm floor confirm and
height), 11 m long type II NDX provide details
buses
High visibility bell pushes shall be
fitted at a suitable height (≥1.2 metre
on all/ alternate/convenient
Confirm and
stanchions keeping in view
Bells for Passenger provide details of
18.9 convenience of passengers and
convenience specs, sizes,
avoidance of un-necessary/
make etc.
inadvertent operation by passengers.
These would assist PwDs and all
other passengers
One rear camera for bus reversing
and at least two cameras in the
passenger cabin area as per the Confirm and
specifications / supplies made by the provide details of
18.10 Security Cameras
ITMS service provider. specs, sizes,
One more camera in front of Driver to make etc.
capture vehicle front side blind spots
coverages
18.11 Window Guardrails:
In all type II NDX buses -
a Confirm and
minimum numbers.
provide details of
b Other details: As per AIS 052. specs, sizes,
First guard rail at a height make etc. where
i
from window sill in mm provided
The distance between two
ii
guard rails in mm
800 mm minimum height extending ≥ Confirm and
Entrance/Exit Guard/ Step
18.12 100 mm more than centre line of provide details of
well guard:
sitting position of the Passenger. specs, sizes, etc.
Confirm and
Emergency exit doors,
18.13 As per AIS 052/CMVR provide details of
warning devices etc.
specs, make etc.
Confirm and
Front/rear door, stepwell provide details of
18.14 LED as per AIS 008
lights, door open sign specs, wattage,
make etc.
Provide Make -----,
Mirrors right/left side Convex as per AIS 001 & 002. Interior model-----, specs--
18.15
exterior / interior: with double curvature - of rear-view
mirrors
Heavy duty for loads of 1.2 times
Confirm and
(minimum) the kerb weight of the bus
Towing device front and provide
18.16 within 30o of the longitudinal axis of
rear dimensional and
the bus. As per CMVR & IS 9760 - ring
specs details
type

Technical Document 542


Specifications provided by IC
team Bidder to
S No Description Standard floor (1150 mm floor confirm and
height), 11 m long type II NDX provide details
buses
Provide Make -----,
model-----, specs--
18.17 Warning triangle As per AIS 052/CMVR
- of warning
triangle
Both made of Steel or impact resistant
Confirm and
polymer or combination of both
provide details of
Bumpers - front and rear meeting requirement of an energy
specs, sizes,
absorbing system. Impact strength as
make etc.
per AIS 052
Confirm and
provide details of
impact strength
etc.
18.18 Should Para 6.3.1
of AIS 052 not give
Impact strength for Meet requirements of Para 6.3.1 of any values, test
bumpers AIS 052 standard and or
test procedure.
VM would hence
be required to
provide above
details at the time
of pre-bid meeting.
Miscellaneous items/
19
requirements
19.1 Windows
Windows - two piece in buses, where
top portion, would be fixed and bottom
Confirm and
portion would have sliding glasses.
provide details of
a Type of window Minimum window glass/aperture area
specs, sizes,
(main windows) in cm² 14000.
make etc.
Toughened Glass of thickness 4.8-5.3
mm
Confirm and
Minimum height of window
b ≥ 950 mm provide
aperture (clear vision)
dimensions
Minimum height of upper Confirm and
c edge of window aperture As per AIS 052 provide
from bus floor dimensions
Confirm and
Minimum width of windows
d As per AIS 052 provide
(clear vision zone)
dimensions
Cabin Luggage Rack Cabin luggage racks (350 width from
19.2
inside the bus and under side wall*250 mm height) on both

Technical Document 543


Specifications provided by IC
team Bidder to
S No Description Standard floor (1150 mm floor confirm and
height), 11 m long type II NDX provide details
buses
chassis / rear end side walls. Additionally luggage
Luggage Carrying facility carrying space be provided under the
with accessibility chassis on sides as also at the rear
end of the bus with adequate access
Confirm and
provide details of
Life cycle requirements of 9 years or 12,00,000 km, which-ever
19.3 mechanism of
bus (whichever is earlier) is earlier.
assessing life of
buses
Additional
20 Additional requirements
requirements
An air passage/duct/roof hatch to be
provided in driver area at a suitable
location for proper inflow of air inside
Air circulations and the driver cab
a
ventilation in driver's area Driver’s work area to be provided with Confirm and
a 200 mm diameter 24 V fan to ensure provide details of
proper ventilation. The fan to have 3 make, model and
– speed adjustment rating of fan.
b Folding table for each seat Not required Confirm and
provide details
c Magazine pouch Not required Confirm and
provide details
d Adjustable foot rest Not required Confirm and
provide details
e Back rest adjustment knob Not required Confirm and
in case of reclining seats provide details
Individual seat reading Not required Confirm and
f light provide details
Noise, vibration and Confirm and
21
harshness etc provide details
Maximum noise levels
Confirm and
a. inside the saloon-test 81dba
provide details
procedure as per AIS 020
• Vibration levels / Noise, vibration
Noise Vibration and
and harshness (NVH) levels
Harshness levels when
(interior):
measured under driving
- Noise level in saloon from drive
conditions on during
axle, etc.: Nil
b operations in designated
- Dominant frequencies to fall
area roads with pot holes
outside the ranges of: 0.5-1
and speed breakers, etc
Hz, 5-7 Hz and 18-20 Hz
• Transient vibration level in seating
area maximum:1g

Technical Document 544


Specifications provided by IC
team Bidder to
S No Description Standard floor (1150 mm floor confirm and
height), 11 m long type II NDX provide details
buses
• Transient vibration level at driver
seat maximum:0.1g
• Vibration levels at driver/Pax
seats (metre/sec²) ≤ 0.5
• Vibration level in gangway
(metre/sec²) ≤ 1
An automatic fire detection &
Suppression system be essentially
provided for engine and other fire
FDSS provided
sensitive areas of the bus. Possibility
for: - Name all
of provision of FDSS for entire bus
systems, sub-
Fire Detection and including but not limited to engine
subsystems;
22 Suppression System area, drive line, fuel tanks, fuel filling
Indicate type,
(FDSS) point and fuel distribution lines /
make & model of
cluster, wheel wells, electrical
provisions in each
systems etc.
case
Additionally fire extinguishers as per
AIS 052 be provided
Make and model
Pneumatic Electronic Linear fire
Fire Condition Monitoring of the fire detector;
a detector with stainless steel tube with
device Dia. and specs of
suitable diameter
SS tubing;
Components for Fire
b Condition Monitoring
Device
Detector operating on rate of rise with Make, model &
i
Advanced Built in Test Module. specs;
Generally, as per UBS II, Specifications and
Stainless steel Tube sensor with
AIS 135, CMVR relevant
ii suitable diameter and should be
documents be
rodent free
provided
Detector should operate with Rate of
Detector Specification /
Rise along with advanced Built-in Test
requirements: Generally,
c Module that indicates failure in the
as per UBS II, AIS 135,
event of reduced performance over
CMVR (if any)
the entire range of sensor tube.
i IP Rating IP67
ii Enclosure Aluminium
Operational Temperature
iii -40°C to +125°C
Range
Should comply t:
vi Shock & Vibration:
BS EN 61373, Table 1,2,3

Technical Document 545


Specifications provided by IC
team Bidder to
S No Description Standard floor (1150 mm floor confirm and
height), 11 m long type II NDX provide details
buses
MIL STD- 810:501.4, 516.5.4.
1 Mtr. to 100 Mtr. in length. Stainless
v Sensor Tube
steel material with suitable diameter.
vi Operating Voltage: 18 - 32 V DC
vii Alarm Current: 40mA
2 General Confirm
Capacity of the Fire --- as decided by the Vehicle Confirm
i suppression system for Manufacturer
each of the different areas
Material of Construction VM to decide optimal materials and Confirm
the containers for fire supersession for
ii
each of the fire sensitive areas of the
Bus.
Fire suppression system Pneumatically/ mechanically / electro- Confirm
trigger mechanism for mechanically and or any other
iii
each of the fire prone mechanism Operated
areas
iv Powder (if any used) UL listed ABC 90% Confirm

Technical Document 546


Annexure I to Part II above
A system of assessment of standee capacity in the bus: Standee spaces available in the bus
Formula for calculation of number of seats and number of standees permitted.
Dimension Description Area (In
mm2)
Area of the Driver Compartment Width x Depth of Driver Work Area Ad
Total projected Step Well Area (all Sum of projected Area of all Step As
stepwells) Wells
Projected area of Engine Width x Length of Engine projected on Ae
the floor Area
Area of any part of the Vehicle Aw
where vertical clearance is less than
1350 mm (Engine etc.)
Area required to provide a clear Ast
work area at service floor area occupied by
any stair case
Area of parts where clear height Ac
above floor level less than 1900 mm
(1750mm in case of mini bus)
Area of seat in facing partition (300 mm x Total seat width) Ap
Area of the parts where slope exceeds Asl
the maximum specified value for purpose of
passengers
Total Area excluded for purpose of Sum (Ad+As+Ae+Aw+Ag+Ast+Ap) Aex
calculating seated passenger capacity
Area of Gangway Ag
Total internal Floor Area Internal Width x Internal Length Aint
Area for seated Passengers Aint-(Aex+Ag) Apass
Area for standee passengers 2Ag – (Ac + Asl + 150mm x Length of Astd
Gangway)

Note: Value of Astd is the solution of following three equations –


Aex = Ad + As + Ae + Aw + Asl + Ag + Ast + Ap
Apass = Aint – (Aex + Ag)
Astd = Aint – (Ad + As + Ae + Aw + Ast + Ac + Ap + Asl + Apass + 150mm*
Length of Gangway
Formula for calculation of seating and standee passenger areas

Dimension Description Result


No of Seats permitted Apass / (seat pitch x Seat Width) No. of seats

No of Standees permitted Astd x 5 x 10-6 No. of Standees

Technical Document 547


Annexure II – A copy of bus code AIS 052

Technical Document 548


Annexure III – An indicative list of materials to be tested
Annexure III: Indicative list of items to be tested
S No. Items to be tested Specifications
CR Tubular sections BIS:4923-1997 (or latest) of Grade Yst.-240
Phosphating / BIS:3618-1966 (or latest) Class A-2 for Phosphating & BIS:277-
Galvanizing 2003 or latest - 120 gsm for Galvanizing (Zinc Coating) and two
weeks (336 hours) Salt Spray Test for both in accordance with
ASTM procedure B117 with no structural detrimental effect
to normally visible surfaces & no weight loss of over 1%.
EPDM Rubber As per AIS 085
Glasses Laminated BIS: 2553 (Part-2)-1992 (or latest) Float Glass, Front ‘AA’
Grade Glass, PVB Film in Laminated Glass.
Aluminium Parts IS:733-1974 (or latest) for Solid Part, IS:1285-1975 or
latest for Extruded Round Tube &Hallow Part and IS:738-1977
or latest for Drawn Tubes, Alloy 63400, tempering WP.
Paint PU Paint as per relevant IS: 13213:1991 (or
latest) & any other relevant BIS Standards. For Matt Black
Paint the Gloss Value is up to 30 units.
LT Wire BIS: 2465-1984(or latest). DIN 72551- Dimensional Test JIS C
3406- Spark, Immersion & Conductor Resistance Test’ SAE
recommended J 1127 & J 1128
Aluminium Sheet BIS:737-1986(or latest), Aluminium Alloy H-2/31000
CR sheets BIS:513-2008(or latest)
GI Sheets BIS:277-2003 (or latest), Class-VIII Medium Coating of Zinc
Nominal Weight120 grams/M2.
Passenger Seat As per AIS-023, Bus Code & BIS Standards. For MS
Assembly components two weeks (336 hours) Salt Spray test for both in
accordance with ASTM procedure B117 with no structural
detrimental effect to normally visible surfaces & no weight loss
of over 1%.
Marine Board / Board / BIS: 710-1976 (or latest) IS:5509-2000 (or latest) for
another floor material Flammability.

Technical Document 549


Annexure IV – Specifications for Intelligent Transport System (ITS)
Functional Specifications for ITS
# Parameter Specifications
AVLS
1 Single • The route programming file upload capability should also be catered
Controller Unit through SD card/USB port to support redundancy
(SCU) • Route selection function is to be provided on BDC with easy sorting of
routes
• Integration with BDC through latest interface mechanism.
• The Controller Unit shall have a time-of-day clock and calendar. The
time and date shall be synchronized as per IP based timing protocol
(configurable) with the central software time.
• Local battery backup for minimum half hour for the smart start and
shutdown of the SCU.
2 Bus Driver • All driver related route information to be displayed on BDC
Console • In-built light sensor with continuously variable brightness control to
enable the display intensity to change based on ambient light conditions.
• BDC supports the following functions:
o Driver login & logout
o Route selection
o Route start
o Automatic Bus Stop Announcement
o Manual Bus Stop Announcement
o Special Announcements
o PA- Passenger Announcements
o Two-way voice communication
o SMS
o Messaging
• Emergency alarms
• 4 section camera views to be supported on BDC after cameras are
installed in future.
On-Board Display Units
1 Viewing • Front, side and rear signs 50 metres minimum, for single line text, in
distance day and night.
• Inner 15 metres minimum, for single line text in day and night.
2 Display • Fixed, scrolling and flashing mode (with fixed route number, up to
Characteristics minimum 40 characters for scrolling mode, on front, side and rear
signs).
• Capability to show customized graphics.
• Scrolling Two lines - English followed by Tamil and then local language.
• Total display height should accommodate two lines and the individual
heights of each line should be adjustable to enable one line to be
larger/smaller than the other line. However, during next stop
announcement only single line text is required
• It should be possible to display, concurrently, different messages on
each of the signs (front, rear, side and inner).

Technical Document 550


Functional Specifications for ITS
# Parameter Specifications
• It should be able to display special signs like signs for 'PWD enabled
bus', ‘ladies special’.
• Capability to show special characters like (, ‘“. ! + - * : ?)
• Signs should have ability to retain the last message displayed in the
memory of the sign even in the event of power failure and without the
message being reloaded.
• Display and voice announcement in English, Tamil and other local
languages
• The display systems shall have in-built test facility, able to carry out self-
check at periodic intervals, carry out exchange of diagnostic information
from the central control stations including power availability, its current
status etc.
• The display system shall support remote settings such as display
intensity, time synchronization etc.
• PIS displays shall be managed locally without workstation or server.
3 Hardware The hardware to be procured shall have minimum below system
Programming programming capability;
Capabilities • The system should enable driver to communicate via audio call to the
control centre.
• The system should enable driver to send out from a list of pre-defined
messages to the control centre
• Support minimum 3000 routes UP and DOWN ( Average 10 stops per
route) of signboards supplied.
• GPS triggered next stop display on Inner sign with synchronized voice
announcement on each route.
• The system should be able to specify geo-fence boundary individually
and collectively for next, upcoming and current station announcements.
• The current stop announcement should be correct to 5 metres.
• The inner sign should be able to display and announce up to three
languages, one after the other in sequence. For example, make display
an announcement in English, then Tamil and then any local language
• Display driver and conductor ID once in between the stops on Inner sign
• Inner sign should be able to display text and customized graphics and
announce pre-recorded messages on SCU(OBU) display panel of the
controller.
• The system should have provisions to add more text and audio
messages.
• Functionality of Display ‘clock'-GPS based or ‘Default Messages’ on
Inner sign
• Emergency 'stop' request function- by pressing an emergency switch
placed anywhere in the bus the inner sign should display 'stop' message

Technical Document 551


Functional Specifications for ITS
# Parameter Specifications
and buzzer located near the driver makes the sound alerting the driver
to stop the bus.
• In case one or more signs get disconnected (malfunction), the rest of the
signs should continue to function regardless (including fresh
communication from SCU)
• Sign should be able to store 'Diagnostic Trouble Codes'
(DTC)’,'Parameters Identifiers (PID) and with retrievable data.
• The system should be capable of raising alarms based on vehicle
statistics (engine overheating, low fuel, etc.)
• The route programming files, stops, messages, etc should be updated
to the on-board unit over USB, Ethernet, Wi-Fi, etc. from Server (at least
one online method and one offline method provision to be given).
• The system should allow the control centre to view the route selected by
driver.
• It should be possible to change/choose/select a 'route' remotely over the
air from Operations Control Centre.
• All SCUs (OBU) should connect in real-time to the central system via
GPRS, 4G and above, Wi-Fi, etc.
• All firmware updates to the OBU should be via USB, Ethernet, W-Fi and
OTA.
• PIS displays should be capable to be managed locally without
workstation or server.
• The SCU shall have the capacity to store static information in the display
controller (including schedules), which shall be shown if the
communication link is lost and after real-time information expires.
• The proposed hardware should be able to provide backend software
capability to
o Assess the status of a running vehicle in terms of on-time, delayed
and early arrival by comparing with schedule
• Generate Reports in terms of
o GPS outage, loss of connectivity and their frequencies and durations
o Missed trips, missed stops, route violation, un-scheduled stoppage,
late start, etc. for performance analysis.
Driving patterns, over-speeding, harsh braking, etc.
PA System
1 Public The Voice PIS must play clearly audible pre-recorded voice announcements
Announcement (in three languages) informing passengers of next bus stop on route. The
(PA) System voice PIS shall interface with the on-bus GPS module to gather location
information and making the appropriate next station announcement.

Technical Document 552


Technical Specification for ITS - AVLS Hardware (SCU/OBU, BDC and On board Panic
Button)
# Parameter Minimum Specifications
I Single Controller Unit (SCU) / On-Board Unit (OBU)
1. Certification Compliant to IS 16833 or UBS-II
2. Operating Voltage 9 to 36 V DC
3. Surge Protection Enabled
4. Power source Connected to vehicle key-on/ignition-on
5. Interface CAN 2.0/ OBD II, RS 485, RS 232, fast Ethernet, USB, digital
outputs, digital/Analog inputs, WLAN, audio input output, amplified
audio output
6. Communication 4G or above, Wi-Fi
7. Protection IP 65 or above as per UBS II or IP 54 as per IS 16833
8. Temperature -10o C to + 70o C
9. Humidity 5% to 95 %
10. Vibrations 10g
11. Operating System Embedded windows/Linux or similar (Latest version) (Windows 7
or latest at the time of calling the tenders)
12. Processor 64-bit low power Industrial grade outdoor processing unit
13. Memory Flash: Min 4 GB,
RAM: Min. 512 MB (RAM memory includes SCU (OBU) and BDC).
14. Storage Provision for 512 GB HDD (256 x2 GB – SSD) card and support up
to 1 TB. OBU shall support at least 7 days of recording for all bus
camera.
15. GPS In built GPS, 4G and above (GSM) modules
16. Antenna Combi antenna using RG174 cable. The connectors on Combi
antenna will be preferably SMA(M) ST plug type for GPS and
FME(F) jack type 1/4"-36UNS-2B for 4G and above
17. Audio Storage and • In-built MP3, WAV, etc. files storage/playback function.
playback
18. Microphone Input In built two channel amplifiers minimum 10 Watts rms each
and Audio Output suitable for 4 ~8 Ohm impedance with input for external
microphone
19. Power Supply Power to SCU (OBU) and BDC will be supplied through power-
back external battery and subsequent bus multiplexing wiring
system
20. mNVR capabilities Should have inbuilt or integrated capabilities for a SCN System as
per UBS II guidelines or IS 16833 for future requirements where
the system shall consist of High-Resolution cameras for Video and
Audio recordings for monitoring purposes
II Bus Driver Console (BDC)
1. Operating Voltage 9 to 36 V DC (preferable through SCU(OBU))
2. Connectivity Power/data connection to Single Controller Unit
3. Protection IP 65 or above as per UBS II

Technical Document 553


Technical Specification for ITS - AVLS Hardware (SCU/OBU, BDC and On board Panic
Button)
# Parameter Minimum Specifications
4. Mounting Theft/vandal proof
5. Temperature -10o C to + 70o C
6. Humidity 5% to 95 %
7. Vibrations 10g
8. Display Full colour graphic TFT - Min 640 x 480 dots, Size Min. 8"
9. Viewing Angle 60 H / 70 (right/left) / 60 V / 70 (up/down)
10. Backlight Adjustable
11. Keyboard Display with physical keys
OR
Full touch screen with user friendly interface for navigation,
scrolling, route destination code selection, etc.
III GPS modules
1. Rating: 22 tracking/66 acquisition minimum
2. Tracking sensitivity (-) 165 dBm typ
3. Navigation (-) 148 dBm typ
sensitivity
4. • Update rate I Hz (configurable to 10 Hz)
• Time to first fix cold acquisition 35 seconds typ
• Hot acquisition 1 second typ.
• Navigation accuracy 3M horizontal
IV 4G and above (GSM) modules
1. GSM/GPRS GSM/GPRS SMT quad band and UMTS (4G and above)
2. Data Acquisition and Specifications as per AIS 140 standards. The detailed list of
Transmission configurable data fields is provided in Annexure below
3. Temperature Temperature range -10o C to + 70o C
V ‘Combi’ Antenna
1. AMPS 850MHz, GSM900MHz, ISM868MHz, DCS1800MHz,
PCS1900MHz, 4G UMTS 2.1GHz, Wi-Fi /Blue Tooth (2.4 GHz),
GPS (1575.42MHz). Separate WLAN antenna may be provided if
necessary.
2. GPRS • Impedance 50 Ohm
• Radiation pattern Omni-directional
• Polarization linear (vertical)
3. GPS • Impedance 50 Ohms
• VSWR <1.5:1
• Polarization RHCP
4. Waterproof Waterproof IP-66
VI On-board Panic Button
1. Power Supply 9 to 36 V DC
2. Connectivity Serial/digital input to SCU(OBU)

Technical Document 554


Technical Specification for ITS - AVLS Hardware (SCU/OBU, BDC and On board Panic
Button)
# Parameter Minimum Specifications
3. Protection IP 65 or above
4. Temperature -10o C to + 60o C
5. Humidity 5% to 95 %
6. Vibrations 10g
7. Use Easy to press
8. Placement Convenient placement. Prevent accidental trigger
• Unit should be fixed securely at the chosen position
• The casing should be theft proof, tamper proof and vandal
Mounting and proof
9.
Casing • All fixtures and mounting should be certified by qualified
structural engineers for capability to withstand vibrations and
fixture safety

On Board Display Units and Announcement System


# Parameter Minimum Specifications
I Front Outer LED, Rear Outer LED, Inner LED, Side LED
1. Certification UBS II certification
• Front Outer LED - minimum 1800X220 mm
• Rear Outer LED - minimum 900X220 mm
2. Route Board Sizes • Side Outer LED - minimum 900X220 mm
• Inner LED - 800X100mm
3. Operating Voltage 9 to 36 V DC
4. Power Consumption 1 Amp. @ 24 V DC
5. Surge Protection Enabled
6. Connectivity RS 485 or similar
7. Protection IP 65 or above
8. Temperature -10o C to + 70o C
9. Humidity 5% to 95 %
10. Vibrations 10g
11. Firmware Firmware update and version check through controller
12. Colour Single colour (Amber, can vary)
13. Viewing Angle Minimum 120 H / 60 V
14. Intensity Continuous variable brightness control
15. Viewing Distance 50 m, Inner 15 metres minimum, for single line text in day and night
16. Memory Ability to retain last displayed message
17. Display Modes Fixed, scrolling, flashing
18. Mounting • All units should be fixed securely at the chosen position

Technical Document 555


On Board Display Units and Announcement System
# Parameter Minimum Specifications
• The casing should be theft proof, tamper proof and vandal proof
• All fixtures and mounting should be certified by qualified
structural engineers for capability to withstand vibrations and
fixture safety

19. Two Lines multi-language display capability (English, Tamil or other


Display Language
language as indicated.)
II Announcement System
The announcement system should provide uniform coverage
1. Coverage throughout the vehicle at optimum decibels by use of multiple
speakers placed for equal sound distribution
2. Speakers at least 6
III Passenger Announcement (PA) System
A Microphone
Frequency
1. 200 – 8000 Hz
Response
2. Sensitivity 2.3mV/Pa
3. Impedance 500Ω
4. Coiled Cord 1.8 – 2.5 m
B Speakers
1. Nominal Impedance 4E ± 15%
2. D.C Resistance 3.7 ohms
Resonance
3. 170 Hz ± 20%
Frequency
4. Frequency Range Fo~ 20KHz
Sound Pressure
5. 90dB ± 2dB @300,400,500,600Hz
Level
6. Buzz & Rattle test 6.99 V
7. Rated Input 15-Watt, Maximum Input: 20 Watt

Bus Security Network Camera


# Parameter Minimum Specifications
I Reverse Parking Sensor Camera
1. PoE through BDC .should be automatically switched on with engine
Power Supply
and power down on ignition off.
2. Fixed lens 3.6 mm

3. Picture Resolution 752 H x 582 V (PAL)

4. Resolution 25/30fps@1080P
5. Picture Sensor 1/3” 2 Megapixel progressive scan Aptina CMOS,

6. IR distance Min 30 m

7. Image Enhancement DWDR, Day/Night(ICR), 3DNR,AWB,AGC,BLC

8. Protection Minimum IP 66

Technical Document 556


Bus Security Network Camera
# Parameter Minimum Specifications
9. Temperature -10 deg C to + 60 deg C

10. Humidity 5% to 95 %

11. Vibrations 10g

Rugged, vibration, shock and tamper proof Metal housing, Aviation


Connectors
12. Camera
Installation :Anti Vibration with Adjust Angle;
Ruggedness
• Horizontal: 0~355 degree with 3-point locking
• Vertical:0~90 degree with 2-point locking
Camera should engage with the reverse gear engage on buses and
display the back-view of the bus on BDC display to the driver. Camera
13. Function should make alert to the driver based on the distance from the objects
while reverse the bus.

Functional & Technical Specifications for Telematics System

# Parameter Specifications
Telematics System
1 Telematics As per UBS II guidelines, the data from multiplexing nodes, on a single
Parameters CAN 2B (J1939) bus should include parameters from:
1. Vehicle electrical system powered through multiplexing nodes
2. Vehicle safety and performance features
3. Engine and transmission
4. Diesel bus electronics data
1a Vehicle electrical All external and internal fixtures like passenger/driver compartment
system illumination and ITS equipment
1b Vehicle safety and • Fuel /Oil level/ Pressure
performance • Fuel Level Indicator System (in Litres) - Display in Dashboard
features
• Braking pedal position
• Accelerator pedal position and kick down
• Brake pad condition and brake pedal temperature (in case of
electronically controlled disc brakes)
• Door interlock
• Kneeling interlock (wherever provided)
• Gas leakage detection (wherever provided)
• Fire detection/suppression (wherever provided)
• Tyre Pressure Monitoring System (To ensure Tyre Air Pressure and
Tyre Temperature in each wheel)
• Tubeless Tyre -Parameters (like Pressure, skid indicators)
• Battery Health condition monitoring System

Technical Document 557


Functional & Technical Specifications for Telematics System

# Parameter Specifications
1c Engine • Engine CAN status
• Engine oil pressure
• Engine coolant temperature
• Engine speed in RPM
• Vehicle speed (torque)
• Diagnostic message (engine specific)
1d Transmission • Transmission CAN status
• Transmission output shaft speed
• Transmission input shaft speed
• Transmission current gear
• Transmission oil filter restriction switch
• Transmission oil life remaining
• Transmission service indicator
• Transmission sump oil temperature
• Transmission oil level high / low
• Hydraulic retarder oil temperature
• Accelerator pedal
• Diagnostic message (transmission specific)
1e Diesel bus • Drivers demand of engine torque percentage
electronics data • Actual engine torque percentage
• Engine and retarder torque
• Engine speed
• Source address controlling device
• Engine starter mode
• Engine demand torque percentage
• Accelerator pedal 2 low Idle switch
• Road speed limit status
• Accelerator pedal kick down switch
• Accelerators pedal low Idle Switch
• Accelerator pedal position
• Percent load at current speed
• Remote accelerator pedal position
• Accelerator pedal position 2
• Vehicle acceleration rate limit status
• Engine temperature
• Engine coolant temperature

Technical Document 558


Functional & Technical Specifications for Telematics System

# Parameter Specifications
• Fuel temperature
• Engine oil temperature
• Turbo oil temperature
• Engine intercooler temperature
• Engine intercooler thermostat opening
• Engine fluid level pressure
• Fuel delivery pressure
• Extended crankcase blow by pressure
• Engine oil level
• Engine oil pressure
• Crankcase pressure
• Coolant pressure
• Coolant level
• Coolant level, Coolant Condition (% of Ethylene Glycol)
• Alternator (Volt) Output monitoring System
1f Connector • CAN 2.0 (J1939 Connector) / OBD-II Connector
1g Communication Telematics System (VHMD) real time warning to CCC
o Open public communications network services (4G and above)
and download compatibility
Telematics System (VHMD) end of the day to depot
• IEEE 802.11 Wireless LAN (Wi-Fi) via 'Back haul' at depot

Testing Standard Compliance


Test standards
# Specifications
compliance
1. Performance Nine points, tri temperature/tri voltage- 18V, 27V, 32V, -25°C,
parametric test room temperature, +85°C test. At each test point the system will
be powered on and shut down 5 times as per the supplier’s
designated procedure and thereafter evaluated for malfunction if
any
2. Cold IS 9000 (Part II/Sec 4)-1977 (reaffirmed 2004) at -25⁰C for 2 hours
in ‘on’ condition
3. Dry heat IS 9000 (Part III/Sec 5)-1977: PIS Signs, SCU(OBU) and Nodes at
+ 80⁰C for 16 hours in ‘on’ condition. BDC at + 80⁰C for 2 hours
4. Damp heat IS 9000 (Part V/Sec 2)1981 at +25⁰C /+55⁰C, Humidity 95%, 24
hours for 6 cycles in off condition. Functional test with power in
‘on’ condition at start of 2nd, 4th and 6th cycle
5. Vibration standard AIS • Frequency 5~50Hz and return to 5Hz at a linear sweep period
012/AIS:062 -10g of 1 minute/complete sweep cycle and 10g at maximum

Technical Document 559


Testing Standard Compliance
Test standards
# Specifications
compliance
frequency Excursion -1.6 mm peak to peak over the specified
frequency range Test duration 60 minutes
• Direction of vibration –X, Y, Z axis of device as it is mounted
on the vehicle.

6. Dust and water ingress IS /IEC 60947-1:2004 in conjunction with IS/IEC 60529:2001–
protection ‘PIS signs’ IP66, ‘SCU’(OBU) IP 65, ‘BDC’ IP65, ‘nodes’ IP54
7. Free fall IS 9000 (Part VII/Sec 4) Free fall at 500 mm, (applicable to ‘nodes’
and ‘controllers’ only)
8. Fire resistant • Regulation directive 95-28/EG dated 24-10-1995 horizontal
Burning rate tested as per ISO 3795,
• Horizontal burning test HB as per UL 94 -1998 clause 7 (for wire
harness)

9. Reverse polarity The component must fulfil the function- and service life
protection without fuse requirements after being subjected to reversed polarity up to 27 V
for 2 minutes.
10. Over voltage protection To ensure service life requirements and functionality. The
component shall run for 60 minutes at 38V, without effecting the
service life or function.
11. Insulation resistance The Insulation resistance measured as per ISO 16750-2 with a
voltage of 500 V dc shall not be less than 1Mega ohm.
12. Cranking voltage The components shall have an electrical energy reserve that can
handle voltage drop during cranking. Component shall not reset
during cranking- ‘FSC B’. The supply voltage during crank is 18.0
V for 40 ms. The test to be carried out as per ISO 7637
13. Load dump test on 123V ,8 Ohms 200ms pulse 5a as per standard ISO 7637-2
controller
14. Salt spray test (AIS: 012/ IS10250) 96 hours
15. EMC/EMI 1.Electromagnetic radiation, radiated immunity and compatibility
as per AIS 004 (Part 3) or
2.72/245/EEC last amended by 2009/19/EC (includes
2004/104/EC, 2005/83/EC, 2006/96/EC) and UN ECE Regulation
Number 10 Rev 3:2008
Note: In case of product is ‘e’ marked and a detailed test report is
submitted (which includes above tests) no fresh verification is
necessary
16. Operating parameters Supply voltage 24 V± 25%
17. LED colour test – AIS -012
dominant wavelength
amber
18. LED chromaticity Limit towards green: y ≤ x-0.120
coordinates Limit towards red: y ≥ 0.390
Limit towards white: y ≥ 0.790-0.670x
In accordance with CIE 127 condition B

Technical Document 560


Testing Standard Compliance
Test standards
# Specifications
compliance
19. LED bulb/SMT intensity In accordance with CIE 127 condition B
and viewing angle

Test compliance as per IS 16833


# Tests
1. Performance parametric test (Tri Temperature / tri voltage)
2. Shock and Vibration test
3. Ingress protection (IP)
4. Over voltage protection test
5. EMI/EMC test
6. Load dump test, Pulse 5a
7. Reverse polarity protection without fuse
8. Test for wiring harness
9. High temperature test
10. Cold Test
11. Damp heat test
12. Insulation resistance test
13. Thermal shock test
14. Salt spray test
15. High voltage test
16. USB port overloading test
17. Endurance test
18. Free fall test
19. Protocol testing

Annexure V – Indicative List of Data Types and Packet Format for Onboard ITS for
Integration with Backend Systems

# Required Data Field Descriptions


1. Start Character $

2. Header The header of the packet/ identifier

3. Vendor ID Vendor identification header


4. Firmware Version Version details of the Firmware used in EX.1.0.0

5. Packet Type Specify the packet type


• NR = Normal
• EA = Emergency Alert
• TA = Tamper Alert (Optional)
• HP = Health Packet
• IN = Ignition On
• IF = Ignition Off
• BD = Vehicle Battery Disconnect

Technical Document 561


# Required Data Field Descriptions
• BR = Vehicle Battery Reconnect
• BL = Internal Battery Low
6. Packet Status L=Live or H= History

7. IMEI Identified of the sending unit. 15-digit standard


unique IMEI no
8. Vehicle Reg. No Mapped vehicle registration number

9. GPS Fix 1 = GPS fix OR 0 = GPS invalid

10. Date Date value as per GPS date time per GPS date
time (DDMMYYYY)
11. Time Time value as per GPS date time in UTC
format (hh:mm:ss)
12. Latitude Latitude value in decimal degrees (not less
than 6 places)
13. Latitude Dir Latitude Direction.
Example N=North, S= South
14. Longitude Longitude value in decimal degrees (not less
than 6 places).
15. Longitude Dir Longitude Direction.
E=East, W= West
16. Speed Speed of Vehicle as Calculated by GPS
module in VLT. (in km/hrs.) (Up to One Decimal
Value)
17. Heading Course over ground in degrees

18. No of Satellites Number of satellites available for fix

19. Altitude Altitude of the device in metres

20. PDOP Positional dilution of precision


21. HDOP Horizontal dilution of precision

22. Network Operator Name Name of Network Operator

23. Ignition 1= Ignition On , 0 = Ignition Off


24. Main Power Status 0 = Vehicle Battery disconnected
1= Vehicle Battery reconnected
25. Main Input Voltage Indicator showing source voltage in Volts. (up
to One Decimal Value)
26. Internal Battery Voltage Indicator for level of battery charge remaining.
(up to One Decimal Value)
27. Emergency Status 1= On, 0 = Off

28. Tamper Alert (Optional) C = Cover Closed, O = Cover Open

29. GSM Signal Strength Value Ranging from 0 – 31

30. MCC Mobile Country Code

Technical Document 562


# Required Data Field Descriptions
31. MNC Mobile Network Code

32. LAC Location Area Code

33. Cell ID GSM Cell ID


34. NMR (Network Measurement Report) Neighboring 4 cell ID along with their LAC &
Neighboring Cell ID signal strength
35. Digital Input Status 4 external digital input status (Status of Input 1
to Input 3 (0=Off; 1=On))
36. Digital Output Status 2 external digital output status (0=Off; 1=On)

37. Frame Number Sequence Number of the messages (000001 to


999999)
38. Checksum Insures No error in transmission (optimal)
39. End Character Indicated End of the frame

This are the indicative list of the data that required to integrate with backend system. Authority may
come-up with the additional data types to be integrate with the backend system during the contract
period. Bidder shall have to support into the requirement gathering and generation of the data types
as and when authority desires in entire contract period.

Technical Document 563


Diesel fuelled, 12 metre long, standard floor (1150 mm floor height),
BS-VI compatible, non-AC, fully built Type II Deluxe bus - Specification

Diesel Fuelled, Standard 12 metre long, 1150 mm floor


height, BS VI compatible, Non-Air-Conditioned (Non-
AC) Fully built Type II Deluxe Bus –
Specification

Tamil Nādu State Transport Corporation (TNSTC)

Technical Document 564


Table of Contents
PART I – GENERAL REQUIREMENT ...................................................................................................... 5

1. INTRODUCTION AND SCOPE: ........................................................................................... 5

2. GENERAL DESIGN FEATURES OF THE STANDARD 12-METRE-LONG FULLY BUILT


TYPE II DELUXE BUSES: .......................................................................................................... 6

3. ENGINE: ................................................................................................................................ 9

4. COOLING SYSTEM: ........................................................................................................... 10

5. TRANSMISSION SYSTEM: ................................................................................................ 10

6. SUSPENSION: .................................................................................................................... 11

7. STEERING SYSTEM: ......................................................................................................... 11

8. BRAKING SYSTEM: ........................................................................................................... 11

9. WHEELS AND TYRES: ...................................................................................................... 11

10. AXLES: ................................................................................................................................ 12

11. DIESEL TANK:.................................................................................................................... 12

12. UNDER FRAME & STRUCTURE:...................................................................................... 13

13. PANELLING: ....................................................................................................................... 14

14. PAINTS:............................................................................................................................... 14

15. COLOUR SCHEMES: ......................................................................................................... 15

16. SERVICE DOORS: ............................................................................................................. 15

17. GUARD RAILS:................................................................................................................... 16

18. WINDOWS: ......................................................................................................................... 17

19. WINDOW GUARDRAIL: ..................................................................................................... 17

20. EMERGENCY EXIT: ........................................................................................................... 17

21. ESCAPE HATCH: ............................................................................................................... 17

22. STEPS: ................................................................................................................................ 17

23. FLOOR: ............................................................................................................................... 17

24. GANGWAYS: ...................................................................................................................... 18

Technical Document 565


25. HANDRAILS AND HANDHOLDS ...................................................................................... 18

26. STANCHIONS ..................................................................................................................... 18

27. PASSENGER SEATS: ........................................................................................................ 18

28. SEAT BELTS AND ITS ANCHORAGES: .......................................................................... 19

29. DRVIER’S WORK AREA:................................................................................................... 19

30. REAR-VIEW MIRRORS- INTERIOR AND EXTERIOR: .................................................... 20

31. SUN VISOR AND HORN: ................................................................................................... 20

32. INTELLIGENT TRANSPORT SYSTEM (ITS) AND THE ITS DEVICES: .......................... 20

33. STOP REQUESTS: ............................................................................................................. 23

34. BUMPERS: .......................................................................................................................... 24

35. TOWING DEVICE: .............................................................................................................. 24

36. WIND SCREENS: ............................................................................................................... 24

37. WIND SCREEN WIPERS: .................................................................................................. 24

38. FIRE EXTINGUISHERS: ..................................................................................................... 25

39. FIRST AID KIT: ................................................................................................................... 25

40. PROVISIONS FOR PERSONS WITH DISABILITIES: ...................................................... 25

41. BATTERY: ........................................................................................................................... 25

42. ELECTRICAL EQUIPMENT AND WIRING: ...................................................................... 25

43. LIGHTS AND LIGHTING SYSTEM: ................................................................................... 28

44. PERFORMANCE STATEMENT: ........................................................................................ 29

45. TECHNICAL INFORMATION ............................................................................................. 30

46. TOOLS, GAUGES AND TESTING INSTRUMENTS: ........................................................ 30

47. OPERATION AND MAINTENANCE MANUAL: ................................................................ 30

48. TRAINING ........................................................................................................................... 31

49. TOOL KIT ............................................................................................................................ 31

50. INSPECTION AND TESTING: ............................................................................................ 31

Technical Document 566


51. MAINTENANCE SPARES AND MATERIALS ................................................................... 32

52. MAINTAINABILITY ............................................................................................................. 32

53. WARRANTY/ GUARANTEE............................................................................................... 32

54. GENERAL REQUIREMENTS: ........................................................................................... 33

55. QUALITY ASSURANCE ..................................................................................................... 35

56. STATUTORY REQUIREMENT ........................................................................................... 35

57. MANUFACTURER’S NAMEPLATE ................................................................................... 36

58. POLLUTION UNDER CONTROL (PUC) CERTIFICATE HOLDER .................................. 36

59. ANY OTHER PROVISIONS TO MAKE THE BUS FULLY FUNCTIONAL ....................... 36

60. FIRE DETECTION AND SUPPRESSION SYSTEM (FDSS) ............................................. 37

PART II – SPECIFICATIONS OF DIESEL FUELLED NON-AC STANDARD 12 METRE LONG, 1150 MM


FLOOR HEIGHT BS VI COMPLIANT TYPE II DELUXE BUSES FOR OPERATIONS IN TNSTC –
GENERALLY AS PER BUS CODE (AIS 052) AND UBS II .................................................................... 39

Annexure I to Part II above ...................................................................................................... 61

Annexure II – A copy of bus code AIS 052 ............................................................................ 62

Annexure III – An indicative list of materials to be tested ................................................... 63

Annexure IV – Specifications for Intelligent Transport System (ITS) ................................. 63

Functional & Technical Specifications for Telematics System........................................... 71

Annexure V – Indicative List of Data Types and Packet Format for Onboard ITS for
Integration with Backend Systems ......................................................................................... 76

Technical Document 567


PART I – GENERAL REQUIREMENT
Specifications for Non-AC diesel fuelled, BS VI compliant, Standard 12 metre long, 1150
mm floor height, fully built type II Buses

1. INTRODUCTION AND SCOPE:


End-use requirement-oriented specifications, with maximum make / model neutrality, for fully
built diesel fuelled Internal Combustion Engine (ICE) propelled Bharat Stage VI (BS VI)
compliant non-air-conditioned (non-AC) Standard 12-metre-long, 1150 mm floor height type II
deluxe (Type II DLX) buses for Public Transport (PT) System of TNSTC are brought out here.
Non-AC 12-metre-long type II deluxe buses are proposed to be deployed for PT operations in
urban, peri-urban and the contiguous areas (designated areas). Bus Manufacturer would furnish
technical details for assemblies / sub-assemblies/ systems/ equipment as per Technical
Specification of this Section in appropriate formats.
The specifications cover end-use-based design, evaluation, fabrication & testing features of
diesel fuelled non-AC 12-metre-long type II DLX buses for transportation of passengers mainly
in TNSTC’s designated PT operational areas. The bus design should be modern, energy
efficient, environment friendly, safe, efficient and reliable besides meeting all statutory, legal
and other requirements, as also those related to easy passenger accessibility including for
Persons with Disabilities (PwDs), passenger comfort, driver’s work place, internal and external
aesthetics, ease of repair and maintenance etc.
Specifications would comply with all applicable Central, State and local laws (including Acts,
Rules & Regulations). These would include, but not be limited to, the provisions of Disability Act
1995 as amended till date as well as state and local accessibility, safety, emission and other
requirements. The bus would meet or exceed the Central Motor Vehicles Rules (CMVR) of India
/ Safety Norms, Emission, Noise& other norms applicable at the time of supply. In the event of
any conflict between requirements emanating from this specification and those as per any
statutory/legal, etc. in force, the superior/ higher requirements/Standards would prevail.
The word “Bus” or “Buses” wherever used in the specification means the “12000 - 200 mm long
diesel fuelled BS VI compliant non-air-conditioned 12-metre-long standard floor bus with 1150
mm + 10 mm floor height” as per specifications given in this document. The type II DLX buses
would have right hand drive.
For PT operations in designated areas of TNSTC, a fully built type II DLX bus as per specs
detailed in this document and those of AIS 052 / AIS 153 / UBS II / CMVR / TNMVR etc. is
envisaged.
The specifications / standards / norms / regulations etc. mentioned in this document are
generally as prevalent in India. However, any other national / international specifications /
standards / norms / regulations, equivalent and or better than those indicated in this document,
would meet the requirement. The proof of ensuring equivalence etc. in all cases shall be
enclosed with the bidding document by the agency referring to them.
The vehicle manufacturer shall ensure to meet the requirements as given in Bus body Code and
CMVR (bus body code AIS052, AIS153 and others as applicable for fully built bus) and also
comply with harmonized guidelines applicable for various floor heights of bus variants as per
amendments and other statutory / mandatory provisions as on date, issued by the Government,
at the time of submission of tender.

Technical Document 568


2. GENERAL DESIGN FEATURES OF THE STANDARD 12-METRE-LONG FULLY BUILT
TYPE II DLX BUSES:
2.1. Fully built buses would generally be designed and manufactured in accordance with the
applicable aspects of Urban Bus Specification (UBS II) & ‘Code of Practice for Bus Body
Design and Approval’ (AIS 052)- hereinafter referred to as Bus Code; as applicable to
buses in India /CMVR rules/Tamil Nadu Motor Vehicle Rules (TNMVR) whichever is
superior. Details of relevant standard followed would be indicated against each item.
2.2. Fully built bus design would consider all other aspects / provisions to be made on proposed
buses facilitating ease of mounting /erection bus body on the chassis without causing any
damage / defect to chassis / its aggregates etc. and further facilitating ease of repair and
maintenance of all other fitments / aggregates provided on bus chassis, etc.
2.3. Bus would be designed to carry commuters in TNSTC with ease of boarding and alighting
especially for ladies, senior citizens and PwDs.
2.4. Bus design would be suitable for daily operation of 10 to 12 hours in TNSTC with peak
loading of over 44 passengers in 12-metre-long buses (each passenger weighing 68 Kgs
on an average and carrying a load of 25 kgs each), average journey speed of about 45
Kms per hour with frequent starts/stops, say, after every 1500 to 2500 metres. The
minimum max attainable speed of the bus would be in range of 90 kmph with cruising
speeds of about 60 kms per hour.
2.5. Bus design would be eco-friendly, energy efficient, safe, and comfortable meeting
specified exhaust emissions norms (Bharat Stage VI or Euro-VI or latest as amended up
to date of supply).
2.6. Bus must be of proven design suitably modified to climatic & operational conditions,
infrastructure and road conditions obtaining in operational areas of TNSTC.
2.7. Bus design should meet all statutory requirements applicable to TNSTC in all respects.
2.8. The bus structure would meet requirements of structural strength, stability, deflection,
vibration, crashworthiness, roll over protection etc. amongst others for at least the following
main static and dynamic loads including those as per annexure 3 of UBS II:
i. Static loads
ii. Dynamic loads
iii. Single wheel bump loads
iv. Double wheel bump (diagonally opposite) loads
v. Braking and acceleration loads
vi. Front impact loads
vii. Roll over loads
viii. Speed breaker induced loads
2.9. Bus design would be a proved design duly evaluated by agencies authorized as per CMVR
using Finite Element Analysis and or any other mechanism for above loads / performance
requirements for values for above loads/ conditions /performance parameters as given in
subsequent paragraphs.
2.10.Minimum required performance values/ data for above load conditions may be considered
as follows:

Technical Document 569


i. Strength (Factor of safety): minimum of 1.35 (tolerance ±10%) i.e. design
stress would be 1/1.35th of yield stress.
ii. Stiffness (Deflection): 5mm.
iii. Vibrations (Lowest Natural Frequency):5Hz
iv. Frontal Impact:
(Velocity = 56 Kmph against fixed rigid barrier)
• Head Injury Criterion (HIC) = 1000
• Crumbled Zone = 132mm
• No part of structure would intrude into residual space.
• (HIC= Head Injury Criterion calculation is based on acceleration level at the
head of driver/ passenger & time duration during which maximum value of
above acceleration is build up. Typical acceleration at the head should not
exceed 80g continuously for 3 milliseconds to avoid head cracks).
v. Roll over (as per bus code – AIS 052) tests with modifications of making the
bus roll from ground level instead of the raised platform:
(i) Bus tilted to its unstable position
(ii) Bus allowed to fall freely under gravity from this position.
(iii) Gross vehicle weight of the bus is to be considered
(iv) The Energy absorbed by the structure =0.75 ER
{ER =Reference energy-- the Potential energy of the bus in its
(unstable) equilibrium position).
ER = M.g.h, Where M= Effective weight of the bus; g = Acceleration
due to gravity; h= Height of C.G. above ground level in (unstable)
equilibrium position.}
(a) Angular velocity should not exceed 5 deg/sec.
(b) The unstable position should not occur before 35 deg.
(c) No part of structure intrudes into residual space.
vi. Buckling Factor would be equal to or more than four.
vii. Various loads:
• Normal Loads (Static) = No. of Passengers x wt. of passengers
(68 Kgs.) + passenger luggage weight (25 Kgs). (Besides the
vehicle related loads).
• Bump Loads:
- Bump height = as per relevant Bureau of Indian
Standards (BIS)/Indian Road Congress Guidelines.
- Case I: Single Wheel on Bump/Pot hole.
- Case II: Diagonally opposite wheels on Bump/Pot
hole.

Technical Document 570


- Case III: Both wheels (Front & Rear) on Bump/Pot
hole.
• Braking Loads:0.6g
Horizontal = 0.6g load, Vertical = 1g load, (Applied together)
2.11.The bus, loaded to Gross Vehicle Weight (GVW), with crush load and under static
conditions, would not exhibit deflection or deformation that impairs the operation of
steering mechanism, doors, windows, passenger escape mechanisms and service doors,
etc.
2.12.Manufacturer’s certificate supported by testing and type approval agency’s certificates
along with the bus as also technical specifications/drawings required for inspection,
performance assessment as above to be supplied along with the bus. Besides meeting the
statutory requirements, the type II DLX bus would be designed with respect to its body
and different aggregates/systems /sub systems to operate satisfactorily in designated
transport service for at least 9 years or 12, 00,000Kms whichever is earlier.
2.13.Detailed schematic drawings of bus structure, seats, interior/ exterior fittings, electrical
systems, wiring looms / harness, photometric items and other accessories along with
complete details of materials used, their specification, manufacturing tolerances etc. would
be provided by the bus manufacturer. Additionally, details / drawings of mounting /
fastening bus body to chassis to be provided along with the bid specifically bringing out
whether bus body would be welded and integrated to chassis or fastened using fasteners
along with applicable mechanism system /arrangement. Detailed Circuit diagrams for
electricals be also provided by the bidder/bus manufacturer.
2.14.Details of general appearance, seating layout and structural of roof, floor, sides, front &
rear show and driver cab, etc. would be supplied. Main dimensions of the fully built bus
i.e., overall length, overall width, overall height, saloon height, pillar to pillar distance, seat
pitch, number of seats (excluding seat for the driver), entry/exit gates, etc. would be
supplied along with the schematic diagrams/printed literature of the bus.
2.15.Material used in construction of buses would be as per Bureau of Indian Standards (BIS)/
Automotive Industry Standards (AIS)/ specifications and/or other international
specifications meeting/ surpassing performance & other requirements as given in the Bus
Code. In absence of above specifications, Association of State Road Transport
Undertakings (ASRTU) specifications could be followed. Wherever Indian Standards are
not available, internationally acceptable Standards may be referred. Specifications/
Standards followed would conform to Specification/Standards as amended /up dated/ or
the latest published by the concerned agencies. Wherever no specifications of any item
have been notified as International/ National Standards etc. actual specifications of that
item used be mentioned. Guaranteed life of the bus and its other aggregates be indicated
item by item. Periodical maintenance schedule for obtaining the said life of the bus be also
indicated.
2.16.BIS Standards are normally available from Bureau of Indian Standards, Manank Bhawan,
9-Bahadur Shah Zafar Marg, New Delhi-110 002. Web site: http://www.bis.org.in. Similarly,
AIS Standards are available from Automotive Research Association of India, Post Box
No.832, Pune-411 004. Web site: http://www.araiindia.com. ASRTU Specifications are
available from Association of State Road Transport Undertakings, Sector 12, Dwarka, New
Delhi. Web site: http://www.asrtu.org.

Technical Document 571


2.17.Suitable traps/openings with appropriate sealing and covers would be provided for repair
and maintenance of various aggregate/systems/sub systems / chassis / body/ their
components, etc. of the bus.
2.18.Any restriction in design, manufacture and mounting of bus body on chassis, as envisaged
by chassis manufacture, as a part of detailed instructions for this purpose, be meticulously
followed while mounting / joining / integrating bus body to bus chassis.
2.19.The bus would be so designed as to maintain operational stability requirement as per Bus
Code. Interior noise and pass by noise of the vehicle would conform to BIS: 12832:1989
or latest and BIS: 3028:1998, 10399: 1998 or latest respectively.
2.20.It would be ensured that the design, manufacture, certification (wherever called for) &
installation of major bus sub-components and systems are compliant with all such sub-
component vendors’ requirements & recommendations within the frame work of any
statutory, legal and or any other lawful/functional requirements. A certificate of compliance
would be shown on demand. Components used in the vehicle would be of heavy-duty
design.
2.21.Any other provisions/fitments required for safe and efficient operation and or for fulfilling
statutory requirements be provided in the offered bus.
3. ENGINE:
3.1. Diesel fueled engine would have appropriate horsepower to obtain desired performance
in respect of its adequacy of power, acceleration levels, emission norms, specific fuel
consumption etc. The engine to have adequate horsepower not only to propel the bus at
its GVW but also to operate efficiently all other auxiliary devices, systems fitted to bus,
simultaneously. For operational services of type II deluxe buses, engines of adequate
horsepower and torque at optimal Revolutions Per Minute (RPM) levels to deliver specified
performance. The Horsepower and torque at defined rpm levels of the engine be indicated
by the bidder in his bid along with other details called for in Part II.
3.2. Performance data/curves and other details of the engine have to be supplied. A detailed
set of calculations indicating adequacy of said engine for proposed type II deluxe bus be
provided along with all performance parameters of selected engine.
3.3. The engine and its accessories would be easily replaceable. Engine mounting would be
such as to minimize transmission of vibrations to bus structure. Engine foundation &
mounting would be so located as to facilitate easy accessibility & replacement. Engine
design would be such that it would not be overheated during normal operating conditions
of vehicle. An arrangement for audio-visual signal would be provided in the event of engine
getting overheated excessively. The temperature at which signal operates would be
indicated. Similar arrangement for other sub-system of engine with their monitorable
indicators be made on dashboard. The engine would be equipped with electronic engine
management and on-board diagnostic system.
3.4. Engine compartment would be insulated to avoid transmission of heat and noise to saloon
area. This firewall would preclude or retard propagation of an engine compartment fire into
passenger compartment. Only necessary openings would be allowed in the firewall, and
these would be fireproofed. Wiring may pass through only if connectors or other means
are provided to prevent or retard fire propagation through the firewall. Engine access
panels in the firewall would be fabricated of fireproof material and secured with fireproof
fasteners. These panels, their fasteners, and the firewall would be constructed and

Technical Document 572


reinforced to minimize warping of panels during a fire that will compromise integrity of the
firewall. Firewalls shall be provided between the bus interior areas and the engine
compartment which includes the areas in which the engine, transmission, and exhaust
system are housed. The firewalls shall satisfy the requirements defined in Federal Transit
Administration (FTA) of United States standard Docket 90, dated October 20,1993 or
equivalent standards. Bus manufacturer would provide relevant details.
3.5. The engine would be suitably designed to operate optimally under TNSTC’s operational
areas of peak summer heat, humidity and dust.
3.6. Engine noise and emission levels must conform to the Central Motor Vehicle Rules
(CMVR)/ UBSII /AIS 052 any other Indian Standards, adopting the most superior one.
3.7. Specific fuel consumption of diesel per KW hour at Standard conditions (e.g., an Indian /
ECE’s Highway Driving Cycle and or any other equivalent or better followed by the test
agencies) would be indicated along with guaranteed fuel consumption level (kilometres
per litre of diesel) under GVW and the standard operational conditions / cycle of type II
DLX buses.
3.8. For sound-proofing & for protection against fire risk in engine compartment, no flammable
material or material liable to soak fuel, lubricant or any combustible material would be used
in engine compartment unless the material is clad by an impermeable fireproof sheet. A
partition of heat–resistant material would be fitted between the engine compartment & any
other source of heat.
3.9. The bus would have air intake design / location in a manner as to provide adequate
quantity of dust free, restriction free air so as to avoid any operational problem of the
engine.
3.10.Details of make / model etc. of various items of engine system and its subsystems would
be provided as part of bid.
4. COOLING SYSTEM:
4.1. Heavy-duty radiator and other subsystems of cooling system would efficiently dissipate
heat from the engine system. De-aeration tank and pressurized radiator cap would be
provided. It would be easy for filling and level checking of coolant. Replacement/
maintenance of radiator and its items be also easily carried out. Details of radiator
specifications, cooling capacity, coolant, repair and maintenance procedures etc. would
be supplied.
5. TRANSMISSION SYSTEM:
5.1. Heavy duty Synchromesh Manual transmission system having minimum 5 forward and
one reverse gear would be provided. All operational controls/buttons/switches etc. be
conveniently located within easy reach of the driver. The transmission system and the
control/operational sub systems be easily accessible for repairs and also be easily
replaceable. Complete system details need to be supplied with the bus.
5.2. Transmission system be fitted with a mechanism which makes it possible to engage
reverse gear only when vehicle is stationary.
5.3. Details of make / model etc. of various items of transmission system would be provided as
part of bid.
5.4. Mechanical Clutch system using single dry plate push type clutching system would be
provided. Clutch would be provided with asbestos-free disc lining

Technical Document 573


6. SUSPENSION:
6.1. The bus would be fitted with air suspension system at rear axles and parabolic leaf spring
waveller type suspension at front. The suspension system would be fitted with shock
absorbers, suitable for trouble free operation and jerk free comfortable ride in existing road
conditions of TNSTC operational areas.
6.2. The suspension system shall permit a minimum wheel travel of 90 mm jounce-upward
travel of a wheel when the bus hits a bump (speed breaker), and 75 mm rebound-
downward travel when the bus comes off a bump and the wheels fall relative to the body.
Rebound travel may be limited hydraulically within the shock absorbers. Suspension
system shall incorporate appropriate devices for automatic height control so that
regardless of load the bus height relative to the centreline of the wheels does not change
more than 12 mm at any point from the required height.
6.3. Vertical damping of the suspension system shall be accomplished by hydraulic shock
absorbers mounted to the suspension arms or axles and attached to an appropriate
location on the chassis. Damping shall be sufficient to control bus motion to 3 cycles or
less after hitting road perturbations.
7. STEERING SYSTEM:
7.1. Hydraulic power steering with angle and height adjustment would be provided. Power
steering failure shall not result in loss of steering control.
8. BRAKING SYSTEM:
8.1. The braking system would be full pneumatic type with fail-safe dual circuit having four-way
protection valve, auto slack adjuster, disc brakes in front and drum brakes at rear, with
non-asbestos brake pads / linings having temperature and wear characteristics suitable
for type II DLX bus operations. Brake squeal would be absent under normal conditions of
operation. An air compressor/dryer which minimizes oil carry over would be fitted. Braking
system would be fitted with air dryer and oil/ water separator system. Buses would also be
provided with hand operated pneumatic flick valve type parking brakes at rear wheels. Air
pressure line would be treated for corrosion resistance.
8.2. In the event of failure of engine and or loss of air in system, adequate provision be made
for obtaining effectiveness of service brake system and or for deactivating the spring
actuated brakes.
8.3. The air compressor system should have sufficient capacity to meet large compressed air
demand for braking in the type II DLX bus operations and frequent opening / closing of
doors besides any other requirement
9. WHEELS AND TYRES:
9.1. The bus would be fitted with steel radial tubed tyres of optimal size and design conforming
to AIS-044 Part III with wheel rims of corresponding size conforming to AIS/ BIS: 10694
(part 3)-1991 or latest. The bus would be supplied with 7 sets of tyres (two on front and
four on rear wheels) fitted on the bus plus one set as spare Stepney on-board complete
with carrier system under the floor.
9.2. Details of type, specifications, capacity, make, model etc. of tyres/wheel rims would be
provided as part of the bid.
9.3. Suitable guards be provided near wheels to prevent damage/ for obtaining safety from
stones hurled from tyres.

Technical Document 574


9.4. Splash aprons of minimum 6.50mm thickness composed of rubberized fabric would be
installed behind the wheels as needed to reduce road splash and protect under floor
components. Splash aprons would extend downward to within 100mm of road surface at
static conditions. Apron widths would be no less than tyre widths, except for the front apron,
which may extend across the width of the bus. Splash aprons would be bolted to the bus
under structure. Splash aprons and their attachments would be inherently weaker than the
structure to which they are attached. The flexible portions of splash aprons would not be
included in road clearance measurements. Other splash aprons would be installed where
necessary to protect bus equipment.
10. AXLES:
10.1.Solid beam reverse Elliot I-beam section type front axle & grease type front bearings &
seals of reliable & proven design of adequate capacity to take care of maximum Gross
Vehicle Weight (GVW) & crush loading expected during life span of the bus of minimum 9
years or 12, 00,000 Kms. whichever is earlier, complete with track rod with replaceable
ball joints at both ends, would be provided.
10.2.The bus would be driven by a single heavy-duty rear axle of proven design, single
reduction, hypoid gears, full floating axle shafts with optimal gear ratios suitable for type II
DLX bus operations with adequate capacity to take care of maximum GVW & crush loading
expected during life span of bus of minimum 9 years or 12,00,000 Kms. whichever is
earlier. Transfer of gear noise to bus interior would be minimized. Lubricant drain plug
would be magnetic type, external hex head. If a planetary gear design is employed, oil
level in the planetary gears would be easily checked through plug or sight gauge.
10.3.The drive (propeller) shaft would be guarded to prevent it from striking floor of the bus or
the ground in the event of a tube or universal joint failure.
10.4.Details of type, specifications, capacity, make, model etc. of Front& Rear Axles would be
provided at in the bid.
11. DIESEL TANK:
11.1. Diesel fuelled bus must meet and satisfy safety and other requirements as per AIS 052,
type approval; regulatory requirements as per CMVR / Tamil Nadu Motor Vehicle Rules
(TNMVR) and any other applicable regulations for operation in the State of Tamil Nadu,
if any.
11.2.Diesel tank of requisite capacity (>230 litres) would be appropriately mounted on to the
bus keeping in mind convenience of diesel filling, safety of system and its maintainability,
in the operational areas.
11.3. Capacity of the diesel tank (minimum 230 litres) be adequate for over 400 kms of bus
running without refilling.
11.4.Diesel tank and other components of diesel fuelled vehicles should conform to applicable
AIS / BIS standards or International Specs / standards in absence of AIS /BIS specs.
Additionally, requirement of UN/ECE R34 for prevention of fires be satisfied.
11.5.Detailed drawing indicating location and mounting details of diesel tank / sub-systems be
provided along with the bid
11.6.All requirements of AIS / BIS / CMVR/TNMVR etc. for diesel tank, sub-systems and
components, etc.be fully met and test certificate for the same be provided.

Technical Document 575


12. UNDER FRAME & STRUCTURE:
12.1.The under frame and super structure would be suitably designed to carry peak load of 44
passengers and dense crush load of about 90 passengers in 12-metre-long buses (each
passenger weighing 68 Kgs on an average and carrying a load of 25kgs each) consisting
of mainly seated / standee passengers; the superstructure of steel tubing, bus tare weight,
all other fitments would meet performance requirements under various loads indicated
earlier. The structure would be designed to withstand the transit service conditions of
operation throughout its service life.
12.2.The bus body would be of integrated/ fastened/welded to chassis frame depending upon
the chassis design, with the super structure fabricated using galvanized steel tubing
(ERW– Rectangular / Square Sections) conforming to BIS 4923-1985 or latest, of grade
Yst –240.
12.3.A comprehensive multi-stage anti-rust treatment would be provided to bus flooring, sides,
roof, under-structure, axles, suspension and all other components for resistance to
corrosion or deterioration from atmospheric conditions & road salts so as to enable them
& the bus frame to last for at least 9 years or 12,00,000 Kms. whichever is earlier.
12.4.Samples of all materials & connections / joints would withstand a two weeks (336 hours)
Salt Spray test in accordance with ASTM procedure B117 with no structural detrimental
effect to normally visible surfaces & no weight loss of over 1%. Details of treatment
provided with relevant specification details be indicated along with suitable calculations to
reflect that the corrosion prevention treatment meets the requirements of minimum 9 years
or 12,00,000 Kms. life whichever is earlier in TNSTC’s operational environment. Details of
the system followed for corrosion prevention of internal surfaces of structural tubing would
be supplied. A certificate of testing from an authorized test lab be provided.
12.5.Front and rear structure design would be energy absorption type to reduce impact stresses
into under frame/side structures/ other areas of the vehicle. Damaged area of the vehicle
would be easily repairable and or replaceable in the event of any major damage at normally
available workshop facilities and without any need for specialized tools / fixtures and
equipment.
12.6.Entire surface of bus under floor and sides exposed to ground would be covered with
appropriate corrosion prevention & flame retardant paint coating for protection against
harmful effects of water, mud etc. and to retard flames, if any. Wheel housings would be
constructed to contain tyre bursts during operation and be flame retardant in case of tyre
fire.
12.7.Sufficient clearance & air circulation would be provided around the tyres, wheels & brakes
to preclude over-heating when the bus is operating
12.8.Metal Inert Gas (MIG) welding would be used for steel structural member’s fabrication.
12.9.All structural members would be MIG welded besides suitable gussets/ brackets of
adequate size & thickness be provided on floor, side, front, rear & roof structure to ensure
structure rigidity & integrity. Material, shape size and specs of such gussets / brackets
would be provided by the bus supplier in their supplied drawings.
12.10. After anti corrosive treatment, structural members would be coated with red oxide/ Zinc
Chromate primer & superior quality black paint.
12.11. During structural assembly operations, a number of holes are drilled and or weldments
made after the corrosion prevention treatment of components/structural items/members

Technical Document 576


causing loss of such treatment and exposing these items to corrosion. Manufacturer would
take sufficient care to carry out corrosion prevention of items so exposed to effectively
prevent corrosion.
12.12. Under floor to sidewalls would be sealed to prevent dust ingress.
13. PANELLING:
13.1.Bus exterior side panels would be fitted with stretched steel sheet at waist level. The
exterior front-end panelling would be of steel sheet while roof, rear, sides & skirt panelling
would be of aluminium. All interior panelling would be of Acrylonitrile Butadiene Styrene
(ABS) conforming to relevant National or International Standards - equivalent or better.
13.2.Wherever aluminium is joined with steel or with/ any dissimilar metals together, the
involved joints would be treated with thick layer of approved quality dielectric paint
conforming to relevant Indian/ International Standards, before assembly. Adequate
treatment be also provided to avoid any incidence of galvanic corrosion between dissimilar
metals.
13.3.Panels would not have any waviness & would be so mounted as to present smart aesthetic
exteriors. Details of the above said panelling including specifications / thickness/ sizes of
panels, fittings, rivets/ bolt pitch etc. would be supplied.
13.4.All side skirt panels below stretch panel be of such design as would facilitate quick
replacement of any damaged panel(s) with pre-painted panels. The side skirt would be
able to withstand side impact as per provisions of BIS: 14682-1999 or latest. Similarly rear
end would be able to withstand rear impact as per the provisions of BIS: 14812-2000 or
latest
13.5.Anti-drumming compound would be applied on inner side (enclosed surfaces) of entire
panelling.
13.6.Roof structure would be thermally insulated with flame retardant Polyurethane or glass
wool of minimum 40 kgs/m3 density. The specifications/ BIS Standards for aforesaid
insulating material would be supplied.
13.7.Metal Inert Gas (MIG) welding for fabrication of aluminium components would be used.
13.8.Rain gutters would be provided to prevent water flowing from the roof onto the passenger
doors, driver’s side window, and exterior mirrors. When the bus is decelerated, gutters
would not drain onto windshield, or driver’s side window, or into the door boarding /alighting
area. Cross sections of the gutters would be adequate for proper operation.
13.9.Entire front end of the bus would be sealed to prevent debris accumulation behind the
dashboard and to prevent driver’s feet from kicking or fouling wiring and other equipment.
Front end would be free of protrusions that are hazardous to passengers standing or
walking in front of the bus during rapid acceleration.
13.10. Interior panels would be attached so that there are no exposed unfinished or rough edges
or rough surfaces. Panels & fasteners would not be easily removable by passengers.
Fasteners and or their capping used for above purpose be such as to resist vandalism /
easy removal by any person including but limited to commuters.
14. PAINTS:
14.1. All structural members of the bus would be treated for corrosion prevention internally as
well as externally and painted wherever required. Polyurethane (PU) painting based

Technical Document 577


spray paint of standard companies conforming to latest/ international Standards as
applicable would be used for exteriors painting of bus including interiors wherever
required. Colour shade would match to the shades as per BIS: 5-1978 or latest. Details
of paints used, surface treatment & preparation, corrosion prevention treatment, base
primer coatings, number of paint coats to be applied etc. would be supplied.
14.2. All exterior surfaces would be smooth & free of wrinkles & dents. Exterior surface to be
painted would be properly prepared as required by paint system supplier, prior to
application of paint to ensure a proper bond between the basic surface and successive
coats of original paint for stipulated service life of the bus. Paint would be applied
smoothly and evenly with the finished surface free of dirt and following other
imperfections:
i. Blisters or bubbles appearing in the topcoat film.
ii. Chips, scratches, or gouges of the surface finish.
iii. Cracks in the paint film.
iv. Craters where paint failed to cover due to surface contamination.
v. Overspray.
vi. Peeling.
vii. Runs or sags from excessive flow and failure to adhere uniformly to the
surface.
viii. Chemical stains and water spots.
15. COLOUR SCHEMES:
15.1. Exterior, interior colour schemes and logo/ graphics would be painted as directed by
TNSTC. Information, on seats, for reservation for persons with disabilities, ladies, senior
citizens would be marked as per the details provided by the TNSTC.
16. SERVICE DOORS:
16.1. One service door (passenger entry / exit) with steps, on rear side of the front axle as
indicated in summarized specs in part II, would be provided on near side (on kerb side
wall)
16.2. Layout of passenger service gate on near side as brought out in Part II of these specs.
16.3. Doors would be Jack-Knife (JK) type. The door flaps shall be so designed as to provide
positive sealing against ingress of water in the bus particularly during any water logging
/ flooding on roads.
16.4. Operation of entry and exit door would be electro-pneumatically controlled by driver with
internal and external emergency operational controls. In an event of an emergency, it
would be possible to open doors manually from inside the bus by using a force no more
than 10 Kg. after actuating and unlocking device at the door. Unlocking devices would
be clearly marked as an emergency device & would require two distinct actions to
actuate.
16.5. Doors, operating mechanisms, door hinges and locks would comply with safety
requirements as per Indian / International Standards (to be specified and supplied by
the bus manufacturer). Overall dimensions and construction of entry / exit door flaps
would be identical so that door flaps are interchangeable. Closing and opening time of

Technical Document 578


doors should be in the range of 4 seconds each. There would be maximum opening
area in longitudinal & vertical directions in fully open condition. Door operating
mechanisms, brackets etc. would be maintenance free and designed with lifetime
durability of minimum 9 years or 12,00,000 Kms. whichever is earlier.
16.6. A pilot lamp on the driver’s dashboard would be provided to warn that the door is ‘Open’
or not fully closed.
16.7. Entry / Exit door would be provided with suitable support in form of grab handles for
boarding/ alighting passengers on JK door flaps. Electronic / other suitable sensors
would be installed at the entry / exit doors to retract door automatically if any obstruction
to door occurs during door closing. It must be effective until door is fully closed.
16.8. Colour shade would match to the shades as per BIS: 5-1978 or latest.
16.9. A red “Door Closing” sign would be installed above exit door. The sign will blink when
door is closing.
16.10. A suitable device to prevent door from opening as long as bus is in motion would be
provided.
16.11. Service Door’ operation would be controlled with help of push button mounted over the
door. One red master button to close the entrance / exit door would also be provided on
driver dash-board and the conductor seat.
16.12. All buttons and switches would be labelled on a panel to right side of the driver.
16.13. Heavy-duty prominent nosing of bright yellow colour would be used to protect edge at
entrance/exit.
16.14. Access door would be provided with heavy-duty sealing to avoid ingress of dust and
water into passenger compartment. Upper & lower section of both door flaps would be
glassed for not less than 45% of the door opening area of each section. Glazing material
& glass in doors would be same as in side windows.
16.15. Details of above service door including electro-pneumatically controlled door closing
system with complete circuit diagram would be supplied. Photo-cell controlled opening
/ closing functions of door and a “sensitive edge” made for safe entry-exit be fitted.
16.16. Door would be fitted with heavy-duty hinges as per bus code.
16.17. Door would be fitted with heavy-duty locks with &/ without lock & key depending upon
their use. Striker plate would be fitted at the closing end of locks.
16.18. All handles would match to décor of its fitment location or would be chrome plated.
16.19. Door would open or close completely in about 4 seconds from the time of control
actuation and would be subject to closing force requirements and adjustment
requirements. Front door would remain in commanded state position even if power is
removed or lost. Operation of & power to, passenger door would be completely
controlled by driver. A control or valve in driver’s compartment would shut off power to,
and/or dump the power from, front door mechanism to permit manual operation of front
door with bus shut down.
17. GUARD RAILS:
17.1. Suitable guard would be provided in areas such as service doors entry/exit areas where
seated passengers are likely to be thrown into as a result of heavy braking, Guard height
would be minimum 800mm from bus floor, and guard would extend inward from the wall

Technical Document 579


at least 100mm more than the centre line of the seating position of the passengers who
are prone to this risk.
18. WINDOWS:
18.1. Windows would be of large size for panoramic view. They would be in two/ three-piece
window glasses. Toughened glass wherever used in bus body would be 4.8 mm to 5.3
mm thick for 12-metre-long buses– each aesthetically installed. Size and shape of the
glasses would enable even the standees to have maximum outside view without
kneeling. General requirements of windows would be as per the provisions of bus code
(AIS 052).
18.2. Windows would have provision of suitable sealing to avoid ingress of dust and water
and would have proper/ efficient drainage system as per AIS 052 /UBS II.
18.3. Details of window design; fitment etc. would be supplied by the bidder along with the
bid.
19. WINDOW GUARDRAIL:
19.1. In type II DLX Buses window guard rails as specified in bus code (AIS 052) shall be
provided.
20. EMERGENCY EXIT:
20.1. Emergency exits would be provided in bus as per the provisions of Bus Code – AIS 052
/ CMVR. Possibility of using passenger entry/exit gates on near side for said purpose
would be explored by manufacturer and confirmed. Details of Emergency exits including
their numbers, locations, sizes, markings etc. would be supplied.
21. ESCAPE HATCH:
21.1. In addition to emergency exits, at least two escape hatches (one each in front and rear
half of bus) would be provided in roof as per bus code. A number of additional hatches
may also be provided for facilitating ventilation inside bus.
22. STEPS:
22.1. There would be three steps provided at the entrance / exit gates on the near side.
23. FLOOR:
23.1. Bus floor design would be with steps in boarding / alighting gates.
23.2. Floor height of the bus would be 1150 ±10mm from ground level.
23.3. Internal saloon height would be 1900 mm minimum.
23.4. Floor design would allow easy cleaning including that of sweeping & drainage of water.
23.5. Floor would be fitted with fire retardant 15mm thickness phenolic resin bonded densified
laminated compressed wooden floor board (both side plain surface) having density of
1.2 gms/cc conforming to IS 3513(Part-3): type VI 1989 or latest. The flooring should
also be boiling water resistant as for marine board BIS:710-1976/ latest and fire
retardant as per BIS:5509-2000 (IS15061:2002)
23.6. The said floor would be covered with anti-skid type silicon grain material of minimum
3mm thickness meeting Indian/ International Standards (to be indicated by the bus
manufacturer in the bid), ISO 877/76 for colour, IS5509 for fire retardancy. Adequate

Technical Document 580


sealing would be provided in the floor to prevent ingress of dust, gases, water etc.
Provision of draining of water if any on bus floor would be made.
24. GANGWAYS:
24.1. Gangway-from entry/exit gate walls through the entire bus length, would have clear
space of minimum 650 mm for passenger movement and would be generally as per the
provisions of the Bus Code (AIS 052)/ UBS II and meet statutory requirements.
25. HANDRAILS AND HANDHOLDS
25.1. Handrails and Handholds would be provided as per provision of bus code (AIS 052) /
UBS II. The surface of handrails & handholds would be colour contrasting and slip-
resistant.
25.2. All handrails would be of aluminium tubing of 32 mm dia and 3 mm thick. Depending
upon the size of the bay (i.e., between two consecutive roof hand rail brackets),
minimum 2 to 4 numbers handholds per bay would be provided so that every standee
passengers, even during crush load is able to grab a hand hold.
25.3. Hand holds be made of transparent polycarbonates with provision for display of
advertisements. Hand holds be appropriately fastened to the hand grab rails so as to
prevent their axial sliding and or rotation. Details of the handrails & handholds fitted
would be supplied.
26. STANCHIONS
26.1. Vertical stanchions, fitted to floor at bottom end and to the roof at top end, would be so
positioned to facilitate access to seats for those standing. Stanchions would be of 40.0
mm dia and 3.15 mm thick aluminium tubing with surface of colour contrasting and slip
resistant.
26.2. Stanchion pipes and the handrails would be painted in cannery yellow colour while the
joining brackets be painted in grey colour generally matching with inner panelling.
26.3. A suitable device, such as high visibility bell pushes, for convenience of passengers to
request for stopping bus be provided at appropriate locations.
27. PASSENGER SEATS:
27.1. Passenger seats would be front facing in type II DLX buses, comfortable, durable &
maintenance free of ‘PPLD/LDPE’ (Polypropylene/Polyethylene Low Density) moulded
construction ad or any other suitable material for a fully built adjustable, reclining, etc
passenger seat meeting performance requirements of AIS023 and other requirements
as per the Bus Code (AIS 052). The ‘PPLD/LDPE’ moulded seat would be fitted on metal
frames and or any other material in a fully built passenger seat.
27.2. Similarly, ‘PPLD/LDPE’ moulded seat backrest and or any other material in fully built
passenger seat would be appropriately fitted. Suitable integral type seat hand grab rails
would be provided one on top of backrest & one at the back of backrest for seated
passengers.
27.3. Seat pitch would be maintained at 825 mm (minimum) (as per AIS 052) for type II DLX
buses.
27.4. Details of seat design, material, specifications, pitch and other relevant data and the
seating layout would be supplied by the manufacturer for approval of TNSTC.

Technical Document 581


27.5. Details of seating lay out, accommodating maximum number of seats in 2x2 layouts in
12-metre-long type II DLX buses, for operations in designated areas, meeting
requirements of the bus code, would be supplied. Seating capacity would be minimum
44 plus the driver, etc. Seating capacity of bus would be minimum 44 passengers for
12-metre-long bus (worked out as per AIS 052).
27.6. Construction/ fitting of the seat would be such as to be easily replaceable and repairable.
28. SEAT BELTS AND ITS ANCHORAGES:
28.1. Seat belts would be provided for the seats as per the provisions of CMVR & Bus Code
(AIS 052). Any seats provided at rear end of bus/seats in centre (facing the gangway)
would necessarily be provided with seat belts. Seat belts and its anchorages would
conform to the requirements of AIS 005 and AIS 015
29. DRVIER’S WORK AREA:
29.1. A driver door of not less than 1600 mm height and 650 mm width and with requisite
steps would be provided for entry and exit to driver’s work area. Proper hand holds and
steps would be provided for easy access to driver’s cabin. All other requirements of
driver’s work area would be as per the provisions of Bus Code -AIS 052. Driver’s work
area would have lighting arrangement to provide general illumination and it would
illuminate half of the steering wheel nearest to the driver. Brake Pedal Angle would be
determined from a horizontal plane regardless of slope of cab floor. Driver entrance-
cum-exit door would be provided as per Bus Code (AIS 052) with a provision of
maximum width of sliding window using material like glazing & glass as used in other
side window glasses. Driver work area would be equipped with a 24V DC, 200mm
diameter fan mounted at proper height on side structure. Colour of fan would match the
interior decor of the bus.
29.2. Driver’s visibility in front of the bus, seated on driver seat, be as per bus code (AIS 052)
/ CMVR
29.3. Driver’s seat would meet the requirements of AIS 023.
29.4. Driver partition would be provided as per AIS 052.
29.5. A barrier of bulkhead between driver and front passenger seat would be provided. The
barrier would minimize glare & reflection in windscreen directly in front of barrier from
interior light during night time operation.
29.6. Dashboard Instrumentation and Control System
i. Bus would have ergonomically designed moulded type dash board and
instrument panels made out of Fibre Reinforced Plastics (FRP) material.
Details of materials used their specifications etc. of dashboard and
instrument panel would be provided by the manufacturer.
ii. Bus would have dash board with full instrumentation panel containing
meters and gauges to indicate important parameters like air pressure,
coolant temperature, battery charging current, fuel level, side indicators,
head lights, hand brakes engagement, engine oil pressure etc. In
addition, warning lights for low engine oil pressure, high cooling system
temperature & low coolant level, low pressure and high temperature of
transmission oil, low fuel level, if any, low air pressure and battery weak

Technical Document 582


would be provided at the driver’s dash board. All the dashboard controls
and instrumentation system would be as per the bus code.
iii. On board electronic diagnostics system would be provided as per UBS
II.
30. REAR-VIEW MIRRORS- INTERIOR AND EXTERIOR:
30.1. Rear-view mirrors would be provided on both sides of bus to enable driver to have clear
side/rear views. One interior rear-view mirror would also be fitted for viewing saloon area
by driver. Installation and performance requirements of rear-view mirrors would conform
to AIS 001 and AIS 002. Exterior rear-view mirrors would also enable the driver to view
object near bumper area.
30.2. CCTV camera and a buzzer would be provided at rear end of the bus along with audio
video facility at driver dash board.
31. SUN VISOR AND HORN:
31.1. Adjustable sun visors would be provided for windshield & driver’s side window. Visors
would be shaped to minimize light leakage between visors & windshield. Adjustment of
visors would be made easily by hand with positive locking & releasing devices and would
not be subject to damage by over-tightening. Sun visor construction & material would
be strong enough to resist breakage during adjustment. Visors may be transparent but
would not allow a visible light transmittance in excess of 10%. Visors where deployed
would be effective in driver’s field of view at angles more than 5o above horizontal.
31.2. An electric horn conforming to BIS: 1884-1993 or latest and installation requirements
conforming to AIS 014 would be fitted in bus and further conforming to the provisions of
CMVR.
32. INTELLIGENT TRANSPORT SYSTEM (ITS) AND THE ITS DEVICES:
This section provides general end-use specifications of ITS systems and the devices to ensure
that bus body building shall be done in a way as to provide for raceways/conduits for wiring
(Data and Power) for these devices during bus body building. The devices shall also need
mounting surfaces/ structures provisions for which shall be made as part of bus body building.
TNSTC proposes to get ITS items fitted / installed in the bus, as per detailed specs provided
herein. The bus supplier would acquire the entire ITS / devices / system, hardware, firmware,
software, integration and data and any other item to make the system functional, install and
commission the same on-board in a manner as to deliver the end use requirements
simultaneously being fully compatible and synchronized with the back-end systems. The bus
ITS would have, among other items, SCU (System Control Unit) and Bus Driver Console (BDC),
PIS Boards, PA- Public Address System GPS system, Panic Button, Reverse Parking Camera,
Provisions for In-Bus Security Camera Network, Telematics system (J1939 – CAN 2.0),
Wiring harness, etc. The detail minimum technical and functional specification of the ITS system
available in Annexure IV – Specifications for Intelligent Transport System (ITS) of this document
for compliance.
32.1. General Requirements

i. All On-Bus Intelligent Transport Systems, ‘OBITS’, (which includes


SCU(OBU), BDC, PIS boards, PA system, Reverse parking camera panic
button, Telematics system, Wiring and harness) equipment to be procured
for diesel shall be integrated with one another and shall be capable of

Technical Document 583


integration with the backend systems to be procured by the Purchaser in
future.

ii. The hardware to be procured for the ICT aggregates shall be compliant to
any of the AIS-140, UBS II , IS 16833 with the subsequent amendments
applicable.

iii. The bidder shall support the operations, maintenance and integration of
all supplied and installed ICT/ ITS systems on buses for a Contract Period
of 9 years from the date of delivery & acceptance of each bus by authority.

iv. All the component/sub-component of the OBITS system shall be internally


integrated and single compact-box solution with easy to install and
maintain.

v. Operation and Maintenance requirements for ICT/ITS system:


a. Bidder shall have to maintain the Hardware Unit during the contract period as per
instruction of Purchaser
b. Any faulty equipment shall be replaced with a tested unit from the spares
maintained by Bidder. Bidder will have to self-assess on the requirement of the
spares in the project for the continuous service.
c. Repair and testing of equipment shall be done at Bidder’s maintenance center
and not at site/depot.
d. A repaired unit shall be tested for full functionality as at the time of deployment
and certified before it is reinstalled at any site.
e. Spare Items shall be kept so as to replace as and when required throughout the
contract period in provision of the RFP for the Buses.
The system shall build redundancy so that bus PIS boards can be functional
in case of SCU(OBU) GPS outage.

Wiring provision to be maintained for installation and connection of in-bus


surveillance systems in future. It should cover provision for.
a. Minimum Two (2) wide angle cameras for clear view of driver and
passenger cabin and reverse camera.
b. Minimum Four (4) panic buttons on the bus located conveniently within
bus such that it prevents accidental trigger. They are to be used for
triggering the alerts in any emergency situations.
The ICT aggregates to be provided by the bidder shall have two (2) year default
warranty and shall be extendable for a period of 7 years. The warranty shall
include continuous on-site support for the respective site locations.

The bidder shall have to provide the required protocol document and SDKs
for the preparation the route configuration files to each STUs.
32.2. Fitment Requirements
Fitment of all on bus devices shall be as per UBS- II or equivalent international
guidelines- Chapter 10 – 17.8.7 or equivalent international guidelines:

Technical Document 584


• All On Bus Intelligent Transport Systems, ‘OBITS’, (which includes SCU(OBU), BDC,
PIS boards, PA system, reverse parking sensor, panic button, Telematics system)
equipment including wiring harness, antennas to be original factory fitment.
• Front, side, rear signs should be mounted with a gap with the glass so that the glass on
signs and of the bus can be cleaned by swiping
• All equipment should be fitted in a way to minimize unintentional damage, shielded from
direct engine heat, protected from water splash and dust.
• All equipment should be fitted with the gasket for the vibration free fitment.
• All cables need to be properly anchored, marked and labelled
• Others:
o Front sign: central
o Rear sign: central
o Side sign: first window ahead of rear door (central line of sign should coincide
with central line of window)
o Inner sign: centralize along the width of bus behind the driver's partition
• Six Speakers with protective grill: one each near the doors and others equally distributed
across the length of the bus.
• SCU(OBU), recorder, amplifier: secured and ventilated compartment right above the
driver
• BDC: ergonomically placed for driver ease
• Combi antenna: suitable place to define inside the bus (preferably) with direct line of
view for 'affixing' the unit.
• Reverse Parking Sensor: High resolution surveillance camera to be placed back-side of
the buses for the clear view of the reverse area when reverse gear engage.
32.3. Integration Requirement
• Bidder shall mount ICT equipment’s as specified herein on Buses.
• Bidder shall also ensure to supply equipment compatible with proposed ICT/ITS System
of Authority so as to enable smooth integration.
• Integration of ICT aggregate with respective backend software shall be joint
responsibility of bidder and the backend System Integrator. To that effect, the bidder
shall be responsible for firmware modification, expose protocols/APIs as required to the
backend SI and so on for integration purposes. In case of dispute, the Authority's
decision shall be final, and both the parties will have to abide.
• ICT aggregate equipment’s fitted in Diesel Buses should provide required
data/information to backend system installed by the Authority appointed System
Integrator so as to provide MIS reports such as Trip summary, Schedule adherence of
Bus with respect to Trip, Real time information pertaining to "off route" (detour), Trip
information with start and end destination, driver details, speed, missed stop, Bus details,
driver behaviour and CAN parameters etc. It should also provide information so that
Operations Centre is able to check whether on-board devices are alive and monitoring
capability of PIS health (which PIS is working).
• Bidder is required to provide above functionalities with scalability to integrate with third
party systems through standard Active Programming Interfaces (APIs) such as ICT/ITS
backend system, city traffic management systems, journey planner app etc.
• Bidder and Authority shall agree to share interfacing protocols and APIs with each other
for smooth integration with other ICT/ITS System as required by Authority.
32.4. Training Requirements

Technical Document 585


• Well trained, efficient and effective ground support staff shall be provided by the Bidder
during the operation and maintenance phase of the project.
• The bidder shall be responsible for trainings for but not limited to operating equipment,
reporting incidents, regular maintenance, spare replacement, route backups, video
backups etc. for Drivers, Maintenance staff and Depot Supervisors/Staff.
• Training sessions shall be designed individually as per requirement for the drivers,
maintenance staff and depot supervisors/staff.
• The Bidder, at its own cost, shall “Train the Trainers” on 1) BS VI technology and 2) on
board ITS equipment to at least 25 Driving Instructors and 15 Maintenance Instructors
per TNSTC STU. This shall also include training the Depot Managers and Engineers.
• The Bidder shall provide adequate material and resources required for the training.
• The Bidder shall submit the training content, Manuals and list of resources to the
Authority within 10 days from the date of issue of Letter of Acceptance/ Work Order. The
training content shall be reviewed by the Authority or representatives of the Authority in
light of larger capacity building program proposed under the Bus Modernisation Plan.
The Bidder shall immediately commence the training pursuant to clause above after
incorporating the suggestions/modifications provided by the Authority or its
representatives. The Bidder shall make available the finalised training manuals in
English and Tamil languages for the purpose of imparting better understanding of the
training content to the trainees.
• The training shall be provided at regional training centres of the Authority/IRT. The
Bidder shall provide minimum 3 (nos) of training bus or simulator or similar adequate
infrastructure for the purpose of Physical Training based on the requirement. The Bidder
can also arrange such Physical Training at its own premises/facility at its own cost.
• The Bidder shall make available such infrastructure for Physical Training, till arrival of
first lot of buses in each STU, for the purpose of Training by the Trainers to the other
staff.
• The Training for all the required staff as provided above shall be completed before
completion of Prototype Inspection of all the Bus Types.
• The Bidder shall have to certify the trainees for the said training programs and a
satisfactory note to be issued by trainees at the end of training program.
• GPRS network for the data transmission from ITS system to the backend will be provided
by the Authority.

32.5. The bus manufacturer shall be responsible to supply buses meeting ITS specifications
outlined in this clause and compatible with off-board / control items and the
communication systems. The ITS service provider hence needs to coordinate with
various vendors/suppliers including but not limited to those responsible for supply of
buses, ETVMs, routers, SCUs, display boards, cameras, GPS and other ITS equipment,
etc.

33. STOP REQUESTS:


33.1. A suitable device for the convenience of passengers including PwDs to request for
stopping bus be provided at appropriate locations inside the bus on stanchions in a
manner as to prevent un-intentional operation, deliberate attempts by children, etc.

Technical Document 586


34. BUMPERS:
34.1. Bus would be provided with front and rear bumpers of Steel or impact resistant polymer
or combination of both meeting requirement of an energy absorbing system. The
bumper would be easily repairable/ replaceable. Bumpers would conform to the
requirements of CMVR, AIS, and Bus Code/any other international Standards (to be
specified by the manufacturer). Details of above bumpers along with drawings including
thickness of bumpers, section, profile etc would be supplied by the Successful bidder.
34.2. Bus manufacturer would provide details of materials used, their specifications and
process followed for their repair and maintenance along with material required.
35. TOWING DEVICE:
35.1. Heavy-duty ring type towing devices would be provided in front and rear bumper area
with load transfer to bus structural members. Capacity of each towing device would be
1.2 times (minimum) the kerb weight of the bus within 30 degrees of longitudinal axis of
the bus. The manufacturer would supply a copy of the test certificate of the towing
devices
36. WIND SCREENS:
36.1. Front wind screen in the bus would be in single piece design, plain/ flat with curved
corners, intervening PVB film laminated safety glass of minimum thickness of 8.76 mm.
Rear windscreen would also be in single piece design, flat in centre and curved on
corners toughened glass of thickness of 5.5 mm + 0.5mm. Windscreen glasses would
meet the requirements of BIS 2553: Part II-1992 or latest and that of CMVR and Bus
code (AIS 052). The glazing used for fitment of glasses would be Ethylene Propylene
Dien Monomer (EPDM) rubber of black colour or pasted with adhesive material
conforming to Indian/ International Standards to be specified by the manufacturer. A
grab handle and suitable handles on the outside of windshield centre at waist level would
be provided to facilitate manual cleaning of the windscreens.
36.2. The windshield shall permit an operator's field of view as referenced in SAE
recommended practice J1050. The vertically upward view shall be a minimum of 15
degrees, measured above the horizontal and excluding any shaded band. The vertically
downward view shall permit detection of an object 1.35-metre-high no more than 600
mm in front of the bus. The horizontal view shall be a minimum of 90 degrees above the
line of sight.
36.3. The windshield shall be easily replaceable by removing zip-locks from the windshield
retaining mouldings. Bonded-in-place windshield shall not be used. The windshield
glazing material shall have 8.76mm nominal thickness double laminated safety glass
conforming with the requirements of ANSI Z26.1 Test Grouping 1A and the
recommended practices defined in SAE J673.
37. WIND SCREEN WIPERS:
37.1. Electrically operated windscreen wiper system having two wiper arms with blades would
be provided. Wiper motor would be heavy-duty steel body for minimum of two-speed
operations. Wiper arms would rest horizontally when not in use. The sweep angle would
be sufficiently wide for clear view during rainy days. Windscreen wiping system would
be 24V, having speed control, with fitment of time delay relay as per AIS 011. Windshield
washer system would spray washing fluid on windshield & when used with the wipers,
would evenly & completely wet the entire wiped area. Windshield washer system would

Technical Document 587


have a minimum of 3 litres capacity tank suitably located for easy refilling from inside
the bus and two nozzles at suitable location for proper spray of fluid. Reservoir pumps,
lines & fittings would be corrosion resistant & reservoir itself would be translucent for
easy determination of fluid level. The windscreen wiping system would be in accordance
with CMVR/ BIS: 7827 Part1, 2, 3 (section 1, 2) or latest.
38. FIRE EXTINGUISHERS:
38.1. Multipurpose fire extinguishers would be ISI marked conforming to BIS: 13849-1993 or
latest, dry powder type (Stored pressure) duly filled, of capacity and quantity as per the
provisions of GSR-853 (E) dated 19.11.2001 notification of Government of India, Bus
Code, UBS II. Fire extinguishers would be encased & fitted with proper reinforcement.
The enclosure box would have transparent breakable glass at front cover.
39. FIRST AID KIT:
39.1. First aid kit complete with items, medicines, bandages etc. would be provided as per
provisions of CMVR fitted near driver seat at appropriate position and level on side with
proper reinforcement.
40. PROVISIONS FOR PERSONS WITH DISABILITIES:
40.1. The manufacturer would provide for ease of accessibility, guidance, etc. for persons with
disabilities and of aids etc. that meets the requirements as given in the Bus Code, AIS
153 and CMVR and the harmonized guidelines.
41. BATTERY:
41.1. Battery system would be 24V of minimum 180 Amps-hour capacity, low maintenance
type lead acid batteries. Batteries would be well secured to a hinged/ pivoted or slide
out type carrier for ease of access for repair & maintenance, replacement and suitably
ventilated for escape of fumes but insulated against ingress of dust and moisture.
Battery box would be mounted near/ next to engine compartment and would be well
secured, easily accessible & ventilated. Performance requirements of batteries would
conform to BIS: 7372-1995 (or latest).
41.2. Battery terminals with positive locking system (e.g., angle type terminal with provision
for double bolting) duly protected against all possible short circuit risk would be provided.
41.3. Each battery cable would be covered with flame retardant Grey colour corrugated
flexible pipe and would be properly encased & clamped.
41.4. A relay controlled Heavy-duty type battery cut-off switch (isolator switch) capable of
carrying & interrupting total circuit load would be provided 1 each near battery / driver
on side panelling at appropriate level for disconnecting all battery positives except for
safety devices such as fire suppression system & other systems as specified. Two points
of battery cut off switch would be connected with battery and two points would be
connected with self-starter. The battery Cut-off switch with power plant operating, would
not damage any components of electrical system in off position. The battery Cut-off
switch would be capable of carrying & interrupting the total circuit load.
42. ELECTRICAL EQUIPMENT AND WIRING:
As per details given in UBS II and generally as under:
42.1. The bus would have 24 Volt D.C with multiplex wiring system for all its electrical
equipment except in unavoidable circumstances to avoid sparking in buses. A separate

Technical Document 588


system/ mechanism would be provided for discharge of electro static charge induced
during the operation of vehicle. Adequate precaution would be taken in case of single
pole wiring to avoid spark in items such as self-starter, alternator etc.
42.2. An adequate capacity alternator of 24V DC, minimum 150A rating with consistent output
to take care of idling periods during operations in designated areas would be provided
and so located as to minimize ingress of oil or rain water into it.
42.3. A pre-engaged type 24V DC Self-starter of adequate capacity (minimum 180Ah) with
relay would be fitted in bus and so located as to minimize ingress of oil or rain water into
it.
42.4. Details of specifications of Battery, Alternator and Self-starter along with circuit diagrams
would be furnished by the manufacture along with their bids.
42.5. Electrical equipment and wiring would conform to Indian/ international Standards, bus
code and UBS II. All cabling would be as per provisions of Bus code / UBS II. The wiring
would be multiplex system, flame proof, ISI marked conforming to BIS: 2465-1984 or
latest. As far as possible electrical system would be 24V double pole multiplex wiring
system except in unavoidable condition. However, in case of single pole wiring all power
& ground wiring would have double electrical insulation, which would be waterproof
conforming to the Indian/ International Standards. Wiring would be grouped, numbered
& colour coded. Wiring harnesses would not contain wires of different voltage classes
unless all wires within the harness or insulated for highest voltage present in harness.
Kinking, grounding at multiple points, stretching & exceeding minimum bend radius
would be prevented.
42.6. Wiring looms/ harness for electrical system of bus would be properly routed, encased/
concealed type so mounted to eliminate chances of any spark. Details of above wiring
loom including circuit diagram; layout of controls etc. would be supplied by the bidder
along with the bid wiring support would be protective & non-conducting at areas of wire
contact & would not be damaged by heat, water, solvents or chafing.
42.7. All electrical fittings and lights would be fully wired up, running in flame retardant black
colour PVC sleeves as per applicable Indian Standards (to be specified by the
manufacturer) and installed in a manner to facilitate easy inspection/ rectification/
replacement etc. as & when required without disturbing internal finish/ décor of the bus.
Whenever any wire or cable or PVC sleeve carrying cable etc. passes through holes in
sheet metals/ structural member, suitable rubber grommets/ Bakelite inserts would be
provided in these holes to avoid direct contact between cables and sheet metal causing
damage to insulation coating.
42.8. Bus manufacturer would furnish details of above wires/cables and battery cables.
42.9. Design of electrical, electronic & data communication systems would be modular so that
each major component, apparatus panel or wiring bundle is easily separable with
Standard hand tools or by means of connectors. Each module except main body wiring
harness would be removable & replaceable. Power plant wiring would be an
independent wiring module. Replacement of engine compartment wiring module would
not require pulling wires through any bulkhead or removing any terminals from the wires.
42.10. Electrical system & its electronic components would be capable of operating in area of
the vehicle in which they will be installed. Electrical & electronic equipment would not be
located in an environment that will reduce performance or shorten life of the component

Technical Document 589


and or electrical system. No vehicle component would generate or be affected by
electro-magnetic interference or radio frequency interference (EMI/RFI) that can disturb
performance of electrical / electronic equipment.
42.11. Bus manufacturer would furnish recommendations regarding methods to prevent
damage from voltage spikes generated from welding, jumps start shorts etc.
42.12. All electrical & electronics hardware would be accessible & replaceable easily. It would
be mounted on an insulating panel to facilitate replacement. Mounting of hardware
would not be used to provide sole source ground and all hardware would be isolated
from potential EMI/ RFI.
42.13. All electrical/ electronic hardware mounted in interior of bus would be inaccessible to
passengers & hidden from view unless intended to be viewed.
42.14. All electrical/ electronic hardware mounted on exterior of bus i.e., not designed to be
installed in an exposed environment would be mounted in a sealed enclosure.
42.15. All electrical/ electronic hardware & its mountings would comply with shock & vibration
requirements.
42.16. Bus manufacturer would provide a certificate of testing/estimation of electrical load for
each system.
42.17. Alternator over voltage output protection would be provided.
42.18. All branch circuits except battery to starting motor & battery to generator/ alternator
circuits would be protected by circuit breakers or fuses sized to requirements of the load.
Circuit breakers or fuses would be sized to larger than total circuit load current as per
UBS II/ AIS 052. Current rating for wire used for each circuit must exceed size of circuit
protection being used.
42.19. Electronic Circuit protection for cranking motor would be provided to prevent engaging
of motor for long time/to prevent overheating.
42.20. To the extent practicable, wiring would not be located in environmentally exposed
locations under the vehicle. Wiring & electrical equipment necessarily located under the
vehicle would be insulated from water, heat, corrosion & mechanical damage. Where
feasible front to rear electrical harnesses should be installed above the window line of
vehicle.
42.21. All electrical motors would be easily accessible for servicing.
42.22. Separate additional outlets, as required in UBS II/AIS 052, are to be provided with
appropriate relays & fuses in wiring harness for fitment of electrical auxiliary devices/
systems to be added later on in buses, if required.
42.23. AC (Alternating Current) out-let of 220V, as required in UBS II if any, be provided at
suitable location for charging of electrical/electronic equipment, etc.
42.24. If any electronic components have an internal clock, it would be provided with its own
battery back up to monitor time when battery power is disconnected.
42.25. All electronic components/equipment would have self-protecting capability in event of
shorts in cabling and also in over voltage and reverse polarity conditions. If an electronic
component is required to interface with other components it would not require external
pull up and/ or pull-down resisters.

Technical Document 590


42.26. RF components such as global positioning system (GPS) etc. whenever provided would
use coaxial cable to carry the signal. The RF systems require special design
consideration for losses along the cable. Connectors would be minimized, since each
connector & crimp has a loss, which will attribute to attenuation of signal. Cabling should
allow for removal of antennas or attached electronics without removing the installed
cable between them.
43. LIGHTS AND LIGHTING SYSTEM:
43.1. Interior saloon lighting would be sunken type light assembly fitted with LED lights and
mounted in staggered formation for uniform lighting in two separate circuits. First row of
lamps provided in driver’s cabin should be fitted with amber internal filter to reduce glare
to driver at night. Overall bus lighting system would comply with CMVR provisions
where-ever falls short of it.
43.2. Modern rectangular type headlamps with relay and side light etc. would be suitably
styled into front-end construction.
43.3. White and Red marker lights of 5 Watt each would be fitted at both top side corners of
the front and rear panel of the bus respectively.
43.4. Identical signal lights of 15 Watts would be fitted for inter-changeability in each side i.e.;
front, rear and side respectively
43.5. Brake lights (15 W) and taillights (10W) would be two separate lights to reduce heat
generation.
43.6. Reverse light of 25W, square lamps with white covers would be provided.
43.7. Side markers would be provided on both sides as per bus code/ AIS 008
43.8. Rear signal lights, brake lights, taillights and reverse lights would be arranged vertically.
43.9. Light wattages given above are indicative, however, all the lights and lighting systems
would conform to requirements of Bus code, CMVR/Tamil Nadu MVR / UBS II and other
relevant AIS Standards.
43.10. Following lights would be actuated when the headlights are ‘ON’ and the doors are
‘Open’:
i. Lights provided for illuminating exit/entrance door area, lights would
illuminate outside area up to at least one metre when door/doors is/are
opened. Lights for exit/entrance door areas would be flushed as far as
possible to avoid tripping of passengers, protrusions if any would conform
to relevant CMVR/ AIS Standards.
ii. Exterior door lights
iii. Lights would be automatically switched off when the door is closed.
43.11. A well-lighted bus registration number plate would be fitted at rear as per provisions of
CMVR duly complying with directives/ regulations regarding high security number plates
as notified by Government of India / Government of Tamil Nadu if any.
43.12. No Electrical fittings would be mounted on front and rear bumpers.
43.13. Switches would be fitted on right hand side of instrument panel through evenly loaded
circuits & fuses as per bus code.

Technical Document 591


43.14. A reverse buzzer would be installed at the rear of bus to sound intermittently when
reverse gear is engaged.
43.15. A suitable light would also be provided in engine compartment for ease of maintenance/
emergency repairing.
43.16. Following circuit diagrams would be supplied along with buses:
i. Complete circuit drawings for exit/entrance door control system, door
mechanism.
ii. Complete door sensor electrical circuit drawing.
iii. Complete circuit drawing for sensitive door edge system.
iv. A layout drawing for all door control switches, gauges, warning lights on
driver’s dashboard.
v. A layout drawing for all lighting and wiring circuits, control switches fuses
and fitment details and diagrams along with item specs and types in each
case.
44. PERFORMANCE STATEMENT:
44.1. Bus manufacturers would furnish following information for performance evaluation of
fully built buses supplied to other customers and now in service for at least 3 years. The
information should be furnished separately order wise:
i. Type/Model
ii. Name and address of the bus operating agencies where this model is
operating
iii. Number of the buses supplied
iv. Order no. against which buses have been supplied.
v. Date of supply and date from which in service
vi. Maximum/minimum turning radius.
vii. Maximum climbing ability/ gradeability
viii. Type of bus body
ix. Engine HP @ RPM
x. Engine Max Torque @ RPM, and RPM range for max torque
xi. Specific fuel consumption
xii. GVW / Kerb weight of buses
xiii. Emission Norms
xiv. Type of suspension
xv. Dimensions- Length, width, height, floor height, wheel base,
xvi. Angle of approach, departure and ramp over
xvii. Axle –rear and front
xviii. Passenger carrying capacity
xix. safety devices/provisions, Specs and Stds. against each item,

Technical Document 592


xx. Any other performance data.

45. TECHNICAL INFORMATION


Technical information required to be furnished by bus manufacturers along with Bid wrt the
following amongst others:
45.1. Bus manufacturer’s technical information of the bus i.e., General Drawings comprising
of elevations –sides, front & rear ends along-with main dimensions i.e., overall length,
overall width, overall height, saloon height, pillar to pillar distance, isometric views,
exterior & interior details, seating layouts, no. of seats (excluding seat for driver),
environmentally friendly colour scheme as per TNSTC etc. would submit same along-
with the Bid.
45.2. General appearance & structural details of roof, floor, sides, front & rear show and
driver’s cab would be provided by the bidder along with their bids. Details of main
structural members, material specifications, shape, size, thickness, etc. be indicated on
the above drawings.
45.3. Power Point presentation material on a DVD for offered design of bus (indicative) and
minimum 1:15 scaled Model (indicative & non-working)) duly furnished/ painted in
environmentally friendly colour scheme as given by TNSTC would be submitted along-
with the bid. The presentation will cover elevations –sides, front & rear ends along-with
main dimensions, isometric views, exterior & interior details, seating layouts, colour
scheme etc.
46. TOOLS, GAUGES AND TESTING INSTRUMENTS:
46.1. Bus manufacturers would furnish a list of special tools, gauges and testing instruments
for inspection, repair and maintenance of buses along with a complete list of spare parts
recommended for:
i. Normal wear and tear; and
ii. Emergency requirements for any breakdowns, damages etc.
47. OPERATION AND MAINTENANCE MANUAL:
47.1. At least 2 hard bound copies and 2 soft copies, for every 25 buses or part thereof, of
operation and maintenance manual containing essential technical information required
for satisfactory operation, inspection and maintenance would be supplied by bus
manufacturers.
i. One set of Coloured wall charts along with soft copies of following units
would also be provided for every ten buses or part thereof showing
assembly details:
ii. Chassis lubrication and brake system.
iii. One set of Coloured wall charts along with soft copies of following units
amongst others for every 25 buses or part thereof showing assembly
details:
- Engine
- Transmission system
- Drive line and Rear axle

Technical Document 593


- Front axle
- Steering system, alternator, starter, fuel injection system etc.
- Brake system, ABS etc.
- Safety devices,
- FDSS
- Any other system / sub-system necessary for skill development
of operating / repair and maintenance staff
48. TRAINING
48.1. The Bidder, at its own cost, shall “Train the Trainers” on 1) BS VI technology and 2) on
board ITS equipment to at least 25 Driving Instructors and 15 Maintenance Instructors
per TNSTC STU. This shall also include training the Depot Managers and Engineers.
The Bidder shall provide adequate material and resources required for the training.
48.2. The Bidder shall submit the training content, Manuals and list of resources to the
Authority within 10 days from the date of issue of Letter of Acceptance/ Work Order. The
training content shall be reviewed by the Authority or representatives of the Authority in
light of larger capacity building program proposed under the Bus Modernisation Plan. on
The Bidder shall immediately commence the training pursuant to clause 48.1 above after
incorporating the suggestions/modifications provided by the Authority or its
representatives. The Bidder shall make available the finalised training manuals in
English and Tamil languages for the purpose of imparting better understanding of the
training content to the trainees.
48.3. The training shall be provided at regional training centres of the Authority/IRT. The
Bidder shall provide minimum 3 (nos) of training bus or simulator or similar adequate
infrastructure for the purpose of Physical Training based on the requirement. The Bidder
can also arrange such Physical Training at its own premises/facility at its own cost.
48.4. The Bidder shall make available such infrastructure for Physical Training, till arrival of
first lot of buses in each STU, for the purpose of Training by the Trainers to the other
staff
48.5. The Training for all the required staff as provided in the clause 48.1 above shall be
completed before completion of Prototype Inspection of all the Bus Types .
48.6. The Bidder shall have to certify the trainees for the said training programs and a
satisfactory note to be issued by trainees at the end of training program
49. TOOL KIT
49.1. Bus manufacturer would provide a suitable tool kit and other mandatory items as per
CMVR 138 (4)/ other applicable rules comprising of common tools and other essential
items required. Complete list of tools in tool kit to be supplied with every bus would be
supplied by the manufacturer. One wheel nut spanner and one Hydraulic Jack per bus
of a capacity of at least 10 Ton as per design of bus would also be supplied.
50. INSPECTION AND TESTING:
50.1. Bus may be inspected at various stages of fabrication by TNSTC’s representative at
manufacturer works. Inspection would comprise of ensuring that all materials,
components, items, accessories and assemblies used in fabrication of buses conform

Technical Document 594


to contractual specifications. Wherever required to ensure this, laboratory test would be
carried out at bus manufacturer’s cost.
50.2. The inspection may be undertaken at any and or all stages such as component
fabrication stage, chemical pre-treatment stage, fabrication of assembly/sub assembly
stages, structure, panelling and equipping stage and Pre-dispatch inspection.
50.3. Final Inspection of buses would be carried out at manufacturer’s facilities and or at a
place finalized by TNSTC. After the bus is finally inspected, it would be subjected to test
run and trials as required by TNSTC
50.4. The bus would be taken over by TNSTC after satisfactory final inspection, testing and
trials in TNSTC.
51. MAINTENANCE SPARES AND MATERIALS
51.1. Bus manufacturer would provide details of components/spares required for maintenance
of vehicle for twelve months’ operation taking daily utilization of bus of over 400 Kms.
51.2. Manufacturer would also provide complete details of vendors, for every component /
spare for complete bus and the spare parts catalogue (hard as well as soft copies) in 2
sets for every 25 buses or part thereof.
51.3. Manufacturer would ensure that during service life of 9 years or 12,00,000 Kms.
(Whichever is earlier) of service, adequate spare parts in kit form/ individual components
are made available in time to TNSTC on demand along with other essential items
required.
51.4. All spare parts availability would be more than 95% at any time.
52. MAINTAINABILITY
52.1. Design and fabrication of bus would be such as facilitates easy access for repair &
maintenance, removal, replacement of various bus components/ assemblies/ sub-
assemblies/ systems by providing suitable traps/ flaps etc. Also, removal and re-fitment
of engine, transmission, differential, radiator, door closing mechanism, PIS etc. would
be easy for repair & maintenance purpose. Enough space would be provided between
wind screen glasses and PIS boards for facilitating cleaning of glasses.
52.2. Radiator coolant/water filling and diesel filling inlets would be easily accessible with
suitable closing devices complete with locking arrangement/-holding arrangement.
52.3. Also, an access would be provided for attending to air cleaner assemblies mounted in
the vehicle.
53. WARRANTY/ GUARANTEE
53.1. Fully built bus would be covered under Warranty/ Guarantee for up to 2,50,000Kms or
24 months whichever is later from the date of putting bus into operation after registration.
All assemblies, sub-assemblies, fitments, components would be covered under Warranty
Period as per commitment of bus manufacturer at the time of supply of bus.
53.2. Special Warranty Period, for any manufacturing Defect in design, material and
workmanship of Bus structure shall be 9 years or 9,90,000 km per Bus whichever is later
from the date of putting bus into operation after registration.

Technical Document 595


54. GENERAL REQUIREMENTS:
54.1. TNSTC reserves the right to alter, modify, change specifications as per requirement to
suit the latest provisions of CMVR/ any other Notifications, safety aspects, emission
aspects besides any practical/ operational difficulties etc. faced/likely to be faced by
TNSTC. Vehicle Manufacturer would ensure that all alterations, changes or
modifications in specifications, if necessary, as mentioned above would be carried out
in buses built by them as per the advice of TNSTC without attributing any additional
cost.
54.2. Ministry of Road Transport & Highways, Government of India (MORT&H) vide
Notification in the Gazette of India, inter-alia stipulated the following measures which
need to be complied with for enhancement of safety by the Vehicle Manufacturers as
per the statutory requirement for registration of vehicles
i. While registering every bus, Vehicle Manufacturers & transport authority
would jointly examine the bus prior to registration. The registration of
such a vehicle be done only after signing the report jointly by all
concerned along with the transport authority.
ii. For electrical installations, flameproof cables would be used, especially
positively locked battery terminals and others would be locked firmly with
all cables & pipes with proper looming to take care of vibrations, fire
retardant material would be used for seats, roof & sidewalls. Safety
instructions about fire hazards would be displayed.
iii. Details of structural members, their material specifications & dimensions
i.e., cab & saloon flooring, cross bearers, various angles, floor longitude,
main body pillars, dummy/stump pillars, cant rail, vent rail, waist rail, skirt
rail, wheel arch section, sole bar, seat rail, roof sticks & roof longitudes,
diagonal bracing, rub rail tube, stretch & body panel stiffeners, gussets
etc. would be provided by bus manufacturers.
iv. Similarly, details of aluminium sheets/sections & their
alloys/specifications, aluminium sheet, rub rail, decorative mouldings,
wire cover, wearing strips, footsteps edging, various panel beadings,
window frames and its sections, finishers, water gutter channel, roof grab
rail brackets would be provided by bus manufacturers.
v. All edges would be rounded off and would not cause injury to bus
occupants.
vi. Complete bus would be rattle-free.
vii. All the rivet and bolt holes would be jig drilled as far as possible. The rivet
holes should be drilled before the corrosion treatment. Holes drilled after
the corrosion treatment be suitably treated with anti-corrosion materials.
Rivet heads neatly formed and each bolt/ rivet would be tightened after
full mating of the surfaces to be fastened.
viii. All safety aspects should be considered while designing and fabricating
the bus.
ix. Continuous length piano type hinges and tower bolts of stainless steel
would be used as per relevant Indian Standards.

Technical Document 596


x. Similarly Aluminium extruded sections wherever not painted would be
anodized.
xi. All flaps wherever provided should have heavy-duty support to keep it
open for ease of maintenance.
xii. All miscellaneous M.S pipes would be phosphated with the coating of
2.16 to 2.70 gm/m2 or by any other pre-treatment process conforming to
Indian/ international Standards (to be specified by the manufacturer).
Samples of all materials & components would withstand a two weeks
(336 hours) Salt Spray test in accordance with ASTM procedure B117
with no structural detrimental effect to normally visible surfaces & no
weight loss of over 1%.
xiii. Anodized decorative aluminium mouldings/ beadings etc. would be used.
xiv. All M.S pipes used in the bus would be ERW conforming to BIS
3601:1984 or latest, of grade WT –160.
xv. All rubber items used on the bus body would be made of Ethylene
Propylene Dien Monomer (EPDM) rubber of black colour conforming to
the Indian/ International Standards to be specified by the Manufacturer.
xvi. EPDM rub rail of aesthetic profile would be fitted in anodized extruded
aluminium channel between stretch panel and skirt rail longitudinally at
the widest portion of the bus. The quality of EPDM material would be as
per the Indian/ International Standards to be specified by the Bidder.
xvii. Every trap/-opening flap would be secured in a manner that the vibrations
can’t dislodge it. Lifting devices must not protrude above the flap.
xviii. Ease of accessibility to engine & other aggregates for easy maintenance
would be ensured. Assemblies / units would be so mounted that they are
easily accessible & can be removed without disturbing other components
/ assemblies.
xix. All structure, body, and panel-bending mode frequencies, including
vertical, lateral, and torsional modes, would be sufficiently removed from
all primary excitation frequencies to minimize audible, visible, or sensible
resonant vibrations during normal service.
xx. Exterior protrusions if any would conform to the provisions of relevant
CMVR/ AIS/ Bus Code. The exterior rear-view mirrors and required lights
and reflectors are exempted from the protrusion requirement. Advertising
frames would protrude no more than 22mm from the body surface and
would have the exposed edges and corners rounded to the extent
practicable. Grilles, doors, bumpers and other features on the sides and
rear of the bus would be designed to minimize the ability of unauthorized
riders to secure toeholds or handholds. The exterior body features would
be shaped to allow complete & easy cleaning by automatic bus washers
without snagging washer brushes or retaining water & dirt.
xxi. Hydraulic Grease Nipples would be provided for ease of proper
lubrication & maintenance.

Technical Document 597


xxii. Front panels, bumpers and grill should be designed such that there are
no pointed or sharp protrusions to minimize injuries to vulnerable road
users in case of impact.
xxiii. Any other safety and performance requirement features to be provided.
55. QUALITY ASSURANCE
55.1. Bus manufacturer would use materials including fasteners conforming to relevant Indian/
International Standards and would get the same tested before use, meeting
requirements of all specified parameters to ensure quality of material specified.
However, random sample of materials picked up and duly sealed by representative of
TNSTC in presence of bus manufacturer, out of purchased lot at works of the
manufacturer or out of the bus under fabrication/ completed bus and be sent for testing
quality of components at CIRT, Pune/ARAI/BIS approved testing laboratories having
testing facilities for testing all parameters of specifications of materials/ items. In the
event of failure of samples in lab tests, testing would be conducted in same way again
from fresh lot. The bidder would replace failed materials by those duly passed in lab
tests.
55.2. In the event of failure of material/ items in laboratory test, failure of material/ items
(removed from completed bus) in laboratory test, acceptance decision about bus be
taken by TNSTC after obtaining compensation/ recoveries of liquidated damages from
bus supplier as per system decided by TNSTC. Wherever, failure of material on one
parameter or more than one parameter, recoveries for complete lot of materials used in
bus would be made from manufacturer plus 20% damages thereof.
55.3. Completed bus would be subjected to water leakage test conforming to BIS: 11865-
1986 or latest.
55.4. A list of items to be tested for bus bodies would be provided by TNSTC. An indicative
list of items to be tested is placed at Annexure III.
55.5. Manufacturer would also ensure compliance of quality at different stages of bus
fabrication, including but not limited to prototype inspection as per details decided by
TNSTC.
56. STATUTORY REQUIREMENT
56.1. Bus manufacturer would ensure that all statutory requirements in respect of each and
every item of bus are fully met. Manufacturer would also obtain type approval certificates
etc. for bus & any other items from testing agencies specified in the CMVR namely
Vehicle Research & Development Establishment, Ahmednagar of the Ministry of
Defence of Government of India or Automotive Research Association of India, Pune or
Indian Institute of Petroleum, Dehradun and or any other agencies as specified by the
Central Government on date of testing/ type approval or any other agency specified by
competent authority. A certificate showing details of make/type/model of various units
like engine, gear box/transmission system, clutch assembly, propeller shafts, rear axle,
radiator, alternator, starter, regulator, batteries, tyres, steering, instruments on the panel,
air compressor, shock absorbers, suspension system items, etc. would be furnished.
56.2. Bus Manufacture must make sure that the Fully built type II DLX bus complies with
standards and regulations for diesel fuelled vehicle provided in the AIS-052, AIS 153,
UBS II, harmonized guidelines and any other standard as applicable; CMVR 1989 as
amended till date, CMVR 1989 and Tamil Nadu MVR and all amendments thereto.

Technical Document 598


57. MANUFACTURER’S NAMEPLATE
57.1. Manufacturer’s nameplate may be fixed as per approval of TNSTC.
58. POLLUTION UNDER CONTROL (PUC) CERTIFICATE HOLDER
58.1. A suitable holder with clear acrylic sheet cover would be provided in driver cab near
driver seat at appropriate level for fixing of PUC certificate.
59. ANY OTHER PROVISIONS TO MAKE THE BUS FULLY FUNCTIONAL
59.1. Notes indicated in para 59.2 form part of the specs / bus fabrication requirements.
Should however there be any conflict details contained in notes would over-ride others.
59.2. Notes:
i. All cross and or T or X-joints of structural elements of bus body structure
(Front, rear, sides, roof, floor, etc.) be provided with MS gussets of min
2.5mm thickness. All Weldments / structural sub elements be properly
cleaned and treated for corrosion prevention
ii. Service / inspection hatches with covers be provided for servicing of
various aggregates / sub-systems of bus.
iii. Width of wheel arches frame be so maintained as to provide adequate
ventilation to tyres amongst fulfilling other needs.
iv. Stanchion pipes and grab rails to be of Aluminum tubing of appropriate
specs, size / wall thickness etc. Handholds supporting hand rails and the
stanchion pipes be painted in cannery yellow color, Brackets be of grey
colour matching the colour of the inner paneling. Brackets however need
to be of proper size and shape to ensure perfect fittings. No redundant
fastening holes be provided on brackets
v. Hand holds be of polycarbonate material, transparent and provision for
space for advertisements
vi. Spare-wheel carrier, spare wheel assembly, and spare-wheel hatch need
be provided on the type II DLX bus to facilitate the spare wheel assembly
to be carried on-board during operations.
vii. Stop buzzers may be provided as one in frontal area, one in middle and
one in the rear area on stanchions at reasonable height ensuring easy
accessibility as well as preventing unnecessary usage. Design of buzzer
switch be sturdy, long lasting and sunk-in type to avoid undesirable /
inadvertent operation.
viii. LED illumination provided in saloon area of the bus be covered with
ground glasses to prevent glare.
ix. Tail lamps be covered with metallic grill in a manner that not only protects
the tail lamps but also facilitates easy lamp replacement etc.
x. Front and rear facia of the bus body may be fabricated out of FRP suitably
designed, ensuring its strength, finish and ease of repair / replacements
at par or better than the metallic ones asked for in the specs.
xi. Where type approval, of any of the bus body items including full bus body
/ bus is a mandatory requirement Type approval be undertaken by test

Technical Document 599


agencies authorized under CMVR. In other cases, approval of selection
of testing agency be obtained from TNSTC.
xii. Design approval of multiplexing wiring in bus body / bus be obtained from
test agencies authorized under CMVR or any other agency accredited for
the purpose subject to approval of TNSTC.
xiii. Bus Manufacturer to provide detailed drawings / specifications / make /
model etc. as called for in specs for all items as generally indicated in
RFP specs including but not limited to electrical Circuit diagrams of
electrical subsystems in the bus.
60. FIRE DETECTION AND SUPPRESSION SYSTEM (FDSS)
60.1. General Requirements
Vehicles shall be equipped with fire detection & Suppression system detecting fires in the engine
compartment based on sensors that senses either abnormally high temperature or rate of
temperature rise, or both and suppress the same.
60.2. FDSS provision is to be made in the bus at appropriate location(s) for detection, alarming
and suppression about any likely fire at all fire prone systems/sub-systems (bus supplier
to identify such fire prone systems /sub-systems and make above provisions)
60.3. Vehicles shall be equipped with fire detection & suppression system detecting fires in
the fire prone areas based on sensors that sense either abnormally high temperature or
rate of temperature rise, or both and or any other parameter.
60.4. Upon detection of fire in the fire prone areas, the system referred in clause no 60.1, shall
provide the driver with both an audio and a visual signal, and activate the hazard warning
signal. The placement of the visual alarm shall be such that it is visible unobstructed
while viewed from the driver seat.
60.5. The FDSS would simultaneously be able to suppress the fire immediately after
detection.
60.6. The detection & suppression system shall be operational irrespective of whether the
propulsion system of bus has been started and the vehicle's attitude.
60.7. The fire detection & suppression system shall be installed according to the system
manufacturer's installation manual.
60.8. An analysis shall be conducted prior to the installation in order to determine the location
of fire detectors and alarm system. Potential fire hazards at possible fire prone areas
shall be identified and the fire detectors and suppression systems shall be so positioned
as to commence suppression of the fire hazard immediately. The system shall also be
ensured to work promptly and effectively regardless of the vehicle’s attitude, road
conditions etc.,
60.9. Fire hazards to be taken into account in the analysis shall at least consist of the
following: Components whose surface may reach temperatures above the auto-ignition
temperature for fluids, gases or substances that are present in the fire prone areas and
electrical components and cables with a current or voltage high enough for an ignition
to occur as well as hoses and containers with flammable liquid or gas (in particular if
those are pressurized). The analysis shall be fully documented.

Technical Document 600


60.10. The Fire Detection and Suppression System (FDSS) installed in the Buses shall comply
with the requirement of CMVR / AIS 135, UBSII as applicable, any other equivalent or
better International Standards as well as best market practices.
60.11. Make, model, specs etc of various components / sub-systems / system of FDSS be
clearly indicated for each item as part of the offer. A detailed drawing of the system
details / specs be also provided for.

Technical Document 601


Diesel fuelled, 12 metre long, standard floor (1150 mm floor height),
BS-VI compatible, non-AC, fully built type II deluxe bus - Specification

PART II – SPECIFICATIONS OF DIESEL FUELLED NON-AC STANDARD 12 METRE


LONG, 1150 MM FLOOR HEIGHT BS VI COMPLIANT BUSES FOR TYPE II DELUXE
BUS OPERATIONS IN TNSTC – GENERALLY AS PER BUS CODE (AIS 052) AND
UBS II
Specifications
Bidder to confirm
S No Description Standard 12 metre long, 1150mm floor
and provide details
height, type II DLX buses
A B C D
Bus Floor 1150±10 mm, shall be uniform inside the Bus
1 Confirm
heights in mm generally as per AIS 052
Propulsion Diesel fuelled Internal Combustion Engine
2 Confirm
System (ICE);
Emission norm
2.1 BS-VI - Diesel Confirm
and Fuel
Diesel Fuelled 4 or more cylinder engine,
water cooled, with Turbocharger, intercooler
and conforming to BS VI emission norms.
Engine be able to operate efficiently at
ambient temperatures of approximately 10⁰C
3 Engine Confirm
to 50⁰C, humidity level from 5% to 100%, and
altitude levels of 0 to over 2400 metres,
generally operating in the semi-arid / humid
zone/ region prevailing in the designated
operational areas of TNSTC.
Make & model of
engine-----
Engine HP
HP -------at Rpm---
3.1 sufficient to
Max torque ------NM
provide:
at rpm------& rpm
range------
Rated
Attain Geared minimum maximum speed of
performance at
90 kmph (without speed limiter) at GVW load
GVW in stop / Minimum Max speed -
a and other systems operational. There should
start operations --- kmph
be an in-built speed limiting device to restrict
in designated
speeds to specified limits.
areas
Acceleration
b ≥ 0.8 Confirm
(metre/sec²)
Attain Bus
speed of 0-30
c ≤ 10.5 Confirm
kmph in
seconds
Maximum Geared Minimum maximum speed without
d Confirm
speed speed limiter to be 90 kmph as at 3.1. a
Gradeability
e from stop, at 17% Confirm
GVW and other

Technical Document 602


Specifications
Bidder to confirm
S No Description Standard 12 metre long, 1150mm floor
and provide details
height, type II DLX buses
system
operating.
1. Rated HP at low rpm and Maximum
engine torque required at lower range of
Engine HP ---- at ----
Rated HP / RPM and spread over a wider range of
rpm &
torque RPM
Engine peak torque --
f preferably at 2. Engine Power: Min. 140kW @ 1800-2400
-- NM at ---- rpm;
optimal rpm RPM
Range of rpm---- to----
range 3. Engine torque: Min. 700 Nm @ 1100 - 2000
for peak torque
RPM
Subject to meeting specified performance.
Power
requirements for
Confirm and indicate
g other auxiliary Required to be provided by bus engine
power in terms of HP
system, ITS,
etc.
3.2 Emission norms BS VI/latest as applicable Confirm
Engine oil pressure, engine coolant
temperature, engine speed in RPM, vehicle
Engine
3.3 speed, engine % load (torque), diagnostic Confirm
management
message (engine specific) generally as per
UBS II
Engine should be able to operate efficiently at
Engine ambient temperatures / environmental
3.4 operational conditions of TNSTC generally operating in Confirm
requirements the semi-arid & humid zone prevailing in the
area as indicated in above sections
3.5 Engine location Front specify
1. Make --- model ------
Heavy duty Synchromesh manual of Transmission
transmission with minimum5 forward and one system
3.6 Transmission
reverse speed. 2.No. of forward
Neutral during stops speeds and their
details
Transmission system to be fitted with a
Operational mechanism which makes it possible to
3.6.1 Confirm
safety engage reverse gear only when vehicle is
stationary.
Mechanical Clutch system using single plate
4.0 Clutch System push type dry clutching. Disc clutch lining be Provide details
of asbestos free material.
Rear & Front
5
Axles
Make --- model ------
Single reduction, hypoid gears, full floating
5.1 Rear axle of Rear Axle
axle shafts with optimal gear ratios suitable for
Type --

Technical Document 603


Specifications
Bidder to confirm
S No Description Standard 12 metre long, 1150mm floor
and provide details
height, type II DLX buses
type II DLX bus operations in designated Gear ratio ----
areas
Make --- model ------
Heavy duty reverse Elliot I-section beam type
of Front Axle
5.2 Front axle axle suitable for bus floor height, track rod with
Type --
replaceable ball joints at both ends.

Make --- model ------


Hydraulic power steering with height and
6 Steering system of Steering system
angle adjustments
Type --
Parabolic leaf spring (waveller type)
suspension at front axle and air suspension at
Suspension Confirm
7 rear axle complete with Anti-roll stabilisers &
system
heavy duty hydraulic double acting Shock
Absorbers at both axles
Make --- model ------,
Parabolic leaf spring (waveller type)
7.1 Front Type – specs ---size--
suspension system
-
Confirm
Indicate make and
model of air
7.2 Rear Air suspension system
suspension system
Indicate no. of air
bellows
Anti-roll bars /
7.3 Both front and rear Confirm
stabilizers
Make --- model ------,
Shock Hydraulic double acting minimum 2 each at of shock absorbers
7.4
absorbers front & rear Type – specs ---
Confirm
Confirm:
i. fitment of drum
brakes at Rear
Disc Brakes in front and drum brakes at rear ii. Disc brakes at front
wheels. Graduated hand controlled, spring iii. Hand brakes
8 Braking system actuated parking brakes acting on rear iv. Asbestos free
wheels. Asbestos free brake Pads/ linings at pads /linings
all places. v. Provide Make -----,
model-----, specs---
of brake system and
its subsystems
Anti-skid anti Provide Make -----,
8.1 brake locking Required model-----, specs--- of
system (ABS) ABS
Electrical
9 24-volt DC Confirm
system

Technical Document 604


Specifications
Bidder to confirm
S No Description Standard 12 metre long, 1150mm floor
and provide details
height, type II DLX buses
Confirm
Low maintenance type lead acid batteries for Make --- model ------,
24 V system- performances as per BIS: of Batteries
9.1 Batteries:
14257-1995(latest). 2*12V maintenance free Type – specs ---
batteries of minimum 180Ah rating. Rating ---- Ah

Make --- model ------,


of Self starter
9.2 Self-starter 24V, 180 Ah
Type – specs ---
Rating ---- Ah
Make --- model ------,
of Alternator
9.3 Alternator 24V, 150 A.
Type – specs ---

Confirm and provide


details.
Provide details of
Electrical wiring Multiplexing type -- As specified separately
9.4 certifying agencies
& controls –type under ITS specifications
who had certified the
multiplexing system
design.
Electronic type duly approved/certified as per
AIS – 018/2001 or latest, tamper proof and be
adjusted to applicable speed limit Vehicle Make --- model ------,
manufacturer shall facilitate the Speed of speed limiting
Speed limiting
10 Limiting Device Serial number to be device
device
incorporated with MORTH by ensuring that Type – specs ---
requisite data is invariably added to the details
submitted to STA at the time of registration of
bus.
Make --- model ------,
of tyres
Steel radial tubed tyres,– size and ply rating
Type –Size---, specs -
for type II DLX bus operations, as per CMVR
11 Tyres --
Standards preferably 10.00*20 as per AIS 044
Tread pattern for
part 3.
front---- & for rear
tyres---
>230 litres capacity tank subject to being Confirm and provide
Diesel Fuel
12 adequate to enable bus operation of more details of diesel tank:
Tank capacity
than 400 km between consecutive fillings -
Bus
13
characteristics
Bus dimensions
13.1
in mm
Overall length Confirm and provide
a 12000 - 200 mm
(over body dimensional details

Technical Document 605


Specifications
Bidder to confirm
S No Description Standard 12 metre long, 1150mm floor
and provide details
height, type II DLX buses
excluding
bumper)
Overall width
(sole bar/floor Confirm and provide
b 2600 - 50 mm
level- extreme dimensional details
points)
Overall height
Confirm and provide
c (unladen-at 3800 mm max
dimensional details
extreme point)
d Overhang
Confirm and provide
i Front overhang > 32% of wheel base limited to 2400±200mm
dimensional details
< 60% (preferably about 50%) of wheel base Confirm and provide
ii Rear overhang
limited 3200 ±200mm dimensional details
Overall length be maintained as 11800-12000
mm by adjusting tolerances appropriately on Confirm and provide
iii Note:
various dimensions such as wheel bases, dimensional details
overhangs, etc.
Turning circle
radius (mm)
(centre point of
front wheel Confirm and provide
11000±200 mm / 14000±200 mm / 7000±200
13.2 track) / Front dimensional details
mm
overhang outer
corner / rear
overhang inner
corner
Floor height
Confirm and provide
13.3 above ground 1150 ± 10 mm
dimensional details
(mm)
Clearances
13.4
(mm)
Axle Confirm and provide
a Minimum 190 mm
clearance(mm) dimensional details
Wheel area > 220 mm for parts fixed to bus body & > 170 Confirm and provide
b
clearance(mm) mm for the parts moving vertically with axle. dimensional details
Minimum
ground Confirm and provide
c Within the wheelbase not less than 400 mm.
clearance at dimensional details
GVW
Angles
13.5
(degrees)
Angle of
Confirm and provide
a approach Not less than 8.0°
dimensional details
(unladen)

Technical Document 606


Specifications
Bidder to confirm
S No Description Standard 12 metre long, 1150mm floor
and provide details
height, type II DLX buses
Angle of
Confirm and provide
b departure Not less than 8.5°
dimensional details
(unladen)
Ramp over
angle (half of Confirm and provide
c Minimum 4.8°
break-over dimensional details
angle) unladen
Bus
14
Gates/Doors
Double jack-knife (JK) type, 1 door on near
(left) side. The door flaps shall be so
Entry-exit gates designed as to provide positive sealing
14.1
with doors against ingress of water in the bus
particularly during any water logging /
flooding on roads.
Confirm
Operating Make -----, model ----
a Electro pneumatically controlled
mechanism type --- & specs ---- of
operating mechanism
Maximum
opening / Confirm and indicate
b closing time in 4 closing / operational
seconds per time
operation
Positions of
c As per AIS 052 Confirm
door controls
Passenger
safety system -
allowing bus
motion only on Confirm and indicate
14.2. doors closing. Mandatory type of system
Front button to provided
open the doors
from outside
required
Front gate behind front axle. The gate
Entry / Exit gate
location, aperture and depth of steps be
with doors –
suitable for facilitating smooth entry / exit of Confirm and provide
(near side / non
14.3 passenger with disabilities, without causing dimensional details
driver side);
any safety hazard.
Locations &
dimensions,

Door aperture in Confirm and provide


a 850mm as per AIS 052
mm dimensional details
Clear door width Confirm and provide
b > 650 mm as per AIS 052
(fully opened) dimensional details

Technical Document 607


Specifications
Bidder to confirm
S No Description Standard 12 metre long, 1150mm floor
and provide details
height, type II DLX buses
Confirm and provide
c Door height 1900 mm as per AIS 052
dimensional details
First step height
d ≤ 400 mm
from ground
Maximum
e height (mm) of ≤ 250 mm
other steps
Confirm
Ramp / suitable
Type--- size----
mechanism for
Dimensions
wheel chair
14.6 Material ---- specs---
access at the
-
near side front
Load carrying
gate,
capacity ----- kgs m
a Dimensions
Not Required
b Material
Load carrying
c
capacity
Device to
prevent the
wheel chair roll Confirm
d off the sides
when the length
exceeds
1200mm
Device to lock
e wrapped up
ramp
Requirement for
f passenger with √ Confirm
limited mobility
Wheel chair
anchoring -
g Not Required Confirm
minimum for
one wheel chair
Priority seats -
h minimum 2 √ Confirm
seats
Stop request-
on pillars--
i selected for √ Confirm
operational
convenience
Emergency
j As per AIS 052 Confirm
doors / exits or

Technical Document 608


Specifications
Bidder to confirm
S No Description Standard 12 metre long, 1150mm floor
and provide details
height, type II DLX buses
apertures Emergency door
(numbers) details----, type------,
size-----, locations---
Dimensions in
As per AIS 052 -, nos---
mm
Confirm
Passenger
safety system -
allowing bus
motion on doors Confirm and provide
k Mandatory
closing and details of mechanism
doors opening
only when the
bus is stopped
Power operated
service door -
construction &
control system
of a power
operated
service door be Confirm and provide
l As per AIS 052
such that a details of mechanism
Passenger is
unlikely to be
injured/trapped
between the
doors while
closing.
Door
m As per AIS 052 Confirm
components
Door locks /
locking systems
n As per AIS 052 Confirm
/ door retention
items
o Door hinges As per AIS 052 Confirm
15 Bus body
Design type approval as per Annexure-3 of
UBS II/ AIS 052 / AIS 153 / harmonised
Bus Design /
guidelines as applicable and the data given in Confirm and provide
15.1 Bus type
this doc whichever is superior. The fully details
approval
completed bus be type approved as per
approved design.

Technical Document 609


Specifications
Bidder to confirm
S No Description Standard 12 metre long, 1150mm floor
and provide details
height, type II DLX buses
15.2 Bus structure Materials, corrosion prevention and paints
The under frame and super structure suitably
designed to carry nominal load of over 44 Details of Structural
passengers (assuming an average weight of materials fulfilling
68 kg per passenger and hand luggage of strength etc.
25kgs each) and crush load of 90 pax. requirements
Bus structure – The superstructure of the bus fabricated using indicated under
underframe, Galvanised Steel Material (GS/ GP) tubing Annexure-3 of UBS II
super-structure, (ERW– Rectangular / Square Hollow and those in part I of
a roof etc, Sections) of grade Yst –240 for the bus body specs to be provided
material to be weld integrated /welded to the chassis as a separate
specifications frame depending upon the chassis design. annexure / drawing
etc. Material size to be decided by the with complete
manufacturer. Material should fulfil structural dimensional, materials
strength etc. requirements indicated under and other details of
Annexure-3 of UBS II and those in Part I specs at bidding
above. Other requirements as per bus body stage.
code.
Details of design,
Front and rear end structure design be energy
materials, load
absorption type steel, or FRP or a
bearing capability as
Front and Rear combination of both to reduce impact stresses
b evaluated for the
End structures into under frame/side structures/ other areas
offered design be
of the vehicle generally as per Bus code AIS
submitted along with
052
the bid.
Samples of all materials & joints would
withstand two weeks (336 hours) Salt Spray
Corrosion Confirm and provide
c test in accordance with ASTM procedure
prevention details
B117. Corrosion prevention & painting- As per
AIS 052
All structural members be treated for
corrosion prevention internally as well as
externally and painted using Polyurethane
(PU) painting-based spray paint Details of Confirm and provide
d Paints
paints used, surface treatment & preparation, details
corrosion prevention treatment, base primer
coatings, number of paint coats to be applied
etc would be supplied.

Technical Document 610


Specifications
Bidder to confirm
S No Description Standard 12 metre long, 1150mm floor
and provide details
height, type II DLX buses
Bus exterior side panels fitted with stretched
GI sheet at waist level. The exterior front-end
panelling be of GI sheet while roof, rear, sides
& skirt panelling be of aluminium. All interior Detailed specs be
15.3 Panelling panelling be of Acrylonitrile Butadiene provided along with
Styrene (ABS) conforming. Space between the bid
roof interior and exterior panels be filled with
insulting material as specified in para 13.6 of
part I or thermocol.
Aluminium
15.4 extruded
sections for:
a Rub rail
Decorative
b
moulding
c Wire cover
Confirm and provide
d Wearing strip
details of specs, sizes,
Foot step Aluminium extrusion IS 733/1983 or better
e make etc.at bidding
edging
stage.
f Panel beading
g Window frame
Roof grab rail
h
brackets
Floor type /
15.5
materials etc.
a Type of floor Uniform floor inside bus without steps. Confirm
b Steps on floor Not required Confirm
Maximum floor
c Less than 6 degrees as per AIS 052 Confirm
slope
15mm thickness phenolic resin bonded
densified laminated compressed wooden floor
board (both side plain surface) having density
of 1.2 gms/cc conforming to IS 3513(Part-3):
Floor surface Confirm and provide
d type VI 1989 or latest. The flooring should also
material details
be Boiling Water Resistant (BRW) as for
marine board BIS:710-1976/ latest and fire
retardant as per BIS:5509-
2000(IS15061:2002)
Confirm and provide
details of material,
Anti – skid 3 mm thick anti-skid type silicon grains ISO
e specs, thickness,
material 877/76 for colour, IS5509 for fire retardancy
make etc.at bidding
stage.
Safety glasses
15.6
and fittings:

Technical Document 611


Specifications
Bidder to confirm
S No Description Standard 12 metre long, 1150mm floor
and provide details
height, type II DLX buses
Full width single piece laminated safety glass,
Front plain, flat / curved with curved corners with Confirm and provide
windscreen intervening Poly Vinyl Butyral (PVB) film IS dimensional and
(laminated) 2553 (Part-2)-1992 / latest. Standard designs specs details at
glass: (Refer Annexure 1to UBS II) for 12metre long bidding stage.
a
buses to be followed
Confirm and provide
Size 2200mm width*1500mm height plain / dimensional and
Size: 1
flat curved at corners*8.76mm thick specs details, drawing
etc. at bidding stage.
Confirm and provide
Single piece flat/curved toughened glass-
Rear dimensional and
plain/flat/curved at centre & curved at corners
windscreen: specs details, drawing
IS 2553(Part-2)–1992/latest
etc. at bidding stage.
b
Confirm and provide
Size:1900mm width*950mm height dimensional and
Size:
(minimum)*5.5+0.5mm thickness2 specs details, drawing
etc. at bidding stage.
Flat, 2-piece design-top fixed toughened Confirm and provide
c Side windows: glass IS 2553 (Part-2)-1992/latest and the dimensional and
bottom portion sliding type specs details
Confirm and provide
Glass dimensional and
Toughened glass IS2553(Part-2)-1992/latest
d specifications specs details, etc.at
bidding stage.
Glass thickness: 4.8-5.3mm
Window & other
Confirm and provide
glasses -
Toughened as per IS 2553(Part-2)– dimensional and
e material
1992/latest of 4.8-5.3 mm thickness specs details, etc. at
specifications,
bidding stage.
thickness etc
Confirm and provide
f Safety glass As per AIS 052/CMVR dimensional and
specs details
Confirm and provide
Rear view
g As per AIS 052 & AIS 001/002 dimensional and
mirrors
specs details
Seating and
15.7
gangway etc.

1 IRT suggested laminated clear curved Glass 99 * 61 i.e. 2515mm*1550mm inches size with 8.76 mm thickness. It may be difficult
to accommodate the said width of 2515mm within the bus width of 2600-50mm unless the glass is wrapped around, that would
significantly increase cost and proneness to damage. Hence, IC suggested that the specified dimensions be maintained as size given
by IC is generally as per UBS II to facilitate standardisation and thus ease of availability at minimum cost for replacement.
2 IRT suggested laminated clear curved Glass 99 * 61 i.e. 2515mm*1550mm inches size with 8.76 mm thickness. It may be difficult

to accommodate the said width of 2515mm within the bus width of 2600-50mm unless the glass is wrapped around, that would
significantly increase cost and proneness to damage. Hence, IC suggested that the specified dimensions be maintained as size given
by IC is generally as per UBS II to facilitate standardisation and thus ease of availability at minimum cost for replacement.

Technical Document 612


Specifications
Bidder to confirm
S No Description Standard 12 metre long, 1150mm floor
and provide details
height, type II DLX buses
Passenger
15.7. seating for non-
As per AIS 052 Confirm
1 AC type-II
Deluxe buses
Seat layout –
2*2 adjustable reclining as per Type II deluxe Confirm and provide
a type II DLX bus
buses in AIS 052 dimensional details
operations
Confirm and provide
b Seat layout – facing
dimensional details
Seat area/seat
space per
Confirm and provide
c Passenger 460*460 mm as per AIS 052
dimensional details
(width*depth)
mm
Seat pitch - 825 mm as per AIS 052 for Type II Deluxe Confirm and provide
d
minimum in mm non-AC buses dimensional details
Minimum
backrest height-
Confirm and provide
from floor to top 900mm as per AIS 052
dimensional details
of seat /
headrest
Minimum Seat
base height-
e distance from
floor to Confirm and provide
450± 50mm as per AIS 052
horizontal front dimensional details
upper surface of
seat cushion
mm.
Seat back rest
375 mm Confirm dimensions
height in mm
Torso angle
f Minimum 15 as per AIS 052 Confirm
(degrees)
‘Poly Propylene Low Density / Low density
Poly Ethylene (PPLD/LDPE’) moulded and or
any other seat material for fully-built ready to
install cushioned and upholstered finished
Confirm and provide
seats complete with all the requisite features
dimensional and
g Seat materials (adjustable, reclining, fitted with arm rests,
specs, make, model
folding table, etc.) called for in this doc. Ref
and other details
AIS:023 & bus code for performance.
Passenger seat frames behind rear right
mudguard be provided with additional
reinforcement

Technical Document 613


Specifications
Bidder to confirm
S No Description Standard 12 metre long, 1150mm floor
and provide details
height, type II DLX buses
Seat frame
Confirm and provide
structure Frame Structure of ERW steel tube or as in
h dimensional and
material where above paragraph.
specs details
required:
Free height over
seating position More than 900 as per AIS 052 Confirm dimensions
i in mm
Seat base
450± 50 as per AIS 052 Confirm dimensions
height:
Clearance
space for
seated
j AIS 052 Confirm dimensions
Passenger
facing driver
partition mm
Seat cushion required as Polyurethane Foam,
minimum thickness of front / rear ends of seat
cushion/padding as 130/100 mm respectively;
minimum thickness of back rest Foam
Seat cushion
k cushion as 75mm;
and Upholstery:
Upholstery – pile fabric / Jaccard of more than
0.7-1mm thickness. All above as per AIS 052
/ UBS II

Area for seated


l passengers 460*460 Confirm dimensions
(sq.mm.):
Area for Ref Annexure I for ready ref. (As per AIS 052)
standee – for assessing maximum number of standee
m Confirm dimensions
passengers pax that may be allowed in AIS 052 only for
(sq.mm.): short distance travel in type II DLX buses
Confirm and provide
n Number of seats Minimum 44
no. of passenger seats
NIL
Number of However, ref Annexure I for ready ref. (As
standees per AIS 052) – for assessing maximum Confirm and provide
o
(calculation as number of standee pax that may be allowed no. of standees
per AIS 052) in AIS 052 only for short distance travel in
type II DLX buses
Carrying
capacity of bus
Minimum 44, with crush loading of 70 Confirm and provide
p (seated +
passengers details
standees) and
crush load
Seats side
q Not recommended Confirm
facing location

Technical Document 614


Specifications
Bidder to confirm
S No Description Standard 12 metre long, 1150mm floor
and provide details
height, type II DLX buses
r Seat back rest Reclining - adjustable Confirm
Not necessary except diver seat and those
Seat belts &
facing aisle (performance etc. as per AIS 052 Confirm
their anchorage
and other applicable standards)
Performance &
s strength √
requirements of:
Confirm and provide
i Driver seat As per AIS 023 dimensional and
specs details
Passenger
ii As per AIS 023 As per AIS 023
seats
15.7.
Gangway:
2
Minimum
interior head
1900 mm including that in the rear overhang Confirm and provide
a room (centre
area as per AIS 052. dimensions
line of gangway)
in mm
i At front axle:
Confirm and provide
ii At rear axle: As per AIS 052
dimensions
iii Other areas
Gangway Width
(mm) from gates
to longitudinal
i. minimum 650 mm (Refer figure-1 of UBS Confirm and provide
b space between
II/AIS 052) dimensions
rows of seats
(Access to
service doors)
Gangway Width
Minimum 650 mm (Refer figure-1 in UBS
(mm) in
II/AIS 052) excluding armrests and including Confirm and provide
c longitudinal
stanchions- will be measured from seat edge dimensions
space between
to seat edge.
rows of seats
Driver’s working Confirm and provide
As per AIS 052
space dimensions
d Confirm and provide
Driver’s seat As per AIS 023 & AIS 052 dimensional and
specs details
Corrosion
As per clause 3.17 of AIS 052 and details
15.8 prevention & Confirm
brought out in Part I
painting
Corrosion
As per clause 3.17 of AIS 052 and details
a prevention Confirm
brought out in Part I.
treatment

Technical Document 615


Specifications
Bidder to confirm
S No Description Standard 12 metre long, 1150mm floor
and provide details
height, type II DLX buses
Internal
surfaces of Confirm and provide
structural process followed
members
External
surfaces of Confirm and provide
structural process followed
members
After drilling Confirm and provide
holes/welding process followed
Inter metallic
galvanic Confirm and provide
corrosion process followed
prevention
Confirm and provide
process followed and
b Primer coating
specs of primer
coating used
Confirm and provide
process followed and
c Painting:
specs of primer
coating used
Confirm, type. Provide
16 Electricals Multiplexing provision for electrical circuitry details and the
drawings
BIS marked, copper conductors with fire
retardant as per IS/ISO: 6722:2006 as per
Confirm and provide
appropriate class. Conductor cross-section
Electrical details of specs, sizes,
16.1 varying as per circuit requirements, minimum
cables: make etc. of each type
cross-section 0.5 sq mm. Quality marking
of cable
may also be as per equivalent or better
European, Japanese, US standards.
Confirm and provide
As above and suitable to carry rated current
Conductor cross details of specs, sizes,
16.2 (Japanese auto Standard JASO D0609-75
section make etc. of each type
AV)
of cable
Safety
16.3 requirements of As per AIS 052 /UBS II Confirm
electrical
As per AIS 052 - fuse of rated current 1.5 Confirm and provide
a Fuse times the load current of electrical equipment. details of specs, sizes,
Necessary in every electrical circuit make etc.
Isolation
Confirm and provide
switches for As per AIS 052- Isolation switch required for
b details of specs, sizes,
electrical each such circuit
make etc.
circuits where

Technical Document 616


Specifications
Bidder to confirm
S No Description Standard 12 metre long, 1150mm floor
and provide details
height, type II DLX buses
RMS value of
voltage exceeds
100 volts
Location of
cables away
c As per AIS 052- Required for each such circuit Confirm
from heat
sources
Type approval
of circuit
diagram as per
Confirm and provide
standards
d As per AIS 052 - Required for all items details along with
related to
relevant certificates
electric
equipment/wirin
g
Cable insulation
Confirm and provide
e with respect to As per AIS 052
details etc.
heat
Battery cut - off
Heavy-duty type capable of carrying & Confirm and provide
f switch (isolator interrupting total circuit load --1 each near details of specs, make
switch): battery/driver etc.
Electrically operated with two wiper arms & Confirm.
blades, wiper motor heavy duty steel body Provide Make -----,
Wind screen
16.4 with minimum 2-Speed operation wiping model-----, specs--- of
wiper:
system as per CMVR/BIS 7827 part-1, 2, wiper motors and its
3(Sec.1 & 2)/latest. As per AIS 011 subsystems
Confirm.
Provide Make -----,
Speed control with time delay relay as per AIS
a Wiper motor: model-----, specs--- of
011.
wiper motors and its
subsystems
Wiper As above wrt arms /
b AIS011 /AIS 052
arm/blade: blade
Provide Make -----,
1 number, 24 volts, 200mmdia fan as per
16.5 Driver cabin fan model-----, specs--- of
provision of CMVR, matching interiors
fan
Lighting -
Confirm and provide
internal &
16.6 As per AIS 052. details of lighting /
external and
illumination
illumination
Illumination
16.7 requirements/p As per AIS 052 / AIS 012
erformance of:
Confirm and provide
Dash Board As per AIS 052 & bulbs tested for photometry
a details of specs,
Tell-tale as per IS 1606:1996
wattage, make etc.

Technical Document 617


Specifications
Bidder to confirm
S No Description Standard 12 metre long, 1150mm floor
and provide details
height, type II DLX buses
lighting/control
lighting
Cabin Lighting -
Confirm and provide
luminous flux of As per AIS 052 with illumination level of ≥ 100
b details of specs,
all lamps for lux &≤ 200 lux
wattage, make etc.
cabin lighting
Passenger area
lighting -
Confirm and provide
luminous flux of As per AIS 052 with illumination level of ≥ 100
c details of specs,
all lamps for lux and ≤ 150 lux
wattage, make etc.
Passenger area
lighting
As specified separately under ITS chapter of
UBS II specifications / and or by ITS
Consultant and generally as brought out at
17 ITS enabled bus Para 32 in Part I. Additionally Mobile / lap-top Confirm details
/ ETVM chargers be provided at conductor
seat and at every passenger seat.
GPS and Vehicle tracking system
Safety related
18
items:
Driver seat belt Confirm and provide
Adjustable type driver seat with seat belt ELR
& anchorage details of specs, type,
18.1 recoil type, 3 point mounting as per CMVR &
duly type make etc. of seat belt
AIS 052conforming to AIS: 005&015.
approved. and anchorage
Passengers
18.2 seat belts:
Number: Not necessary except diver seat, for seats
Driver/Passeng facing gangway if any (performance etc. as Confirm
er / wheelchair per AIS 052)
18.3
Seat Belt
Anchorage
Provide Make -----,
Fire
18.4 As per AIS 052 model-----, specs--- of
extinguisher:
fire extinguishers
Provide Make -----,
model-----, specs--- of
18.5 First aid box: 1 number, as per provision of CMVR
first aid box and its
contents.
Handrails
Minimum Confirm and provide
Colour contrasting and slip resistant of
18.6 length*diameter details of specs, size
aluminium tubing32 mm dia, 3 mm thick.
* height above make etc.
floor in mm

Technical Document 618


Specifications
Bidder to confirm
S No Description Standard 12 metre long, 1150mm floor
and provide details
height, type II DLX buses
Colour contrasting and slip resistant. 2 to 4
Confirm and provide
Numbers. hand holds per bay of poly-
18.7 Handholds: details of specs, sizes,
carbonate transparent with provision for
make etc.
advertisements
Vertically fitted, to floor at bottom end and to
Confirm and provide
the roof at top end, aluminium tubing with
18.8 Stanchions: details of specs, sizes,
Colour contrasting and slip resistant. 40 mm
make etc.
dia& 3.15 mm thick. Rest As per AIS 052.
High visibility bell pushes shall be fitted at a
suitable height (≥1.2 metre on all/
Bells for alternate/convenient stanchions keeping in Confirm and provide
18.9 Passenger view convenience of passengers and details of specs, sizes,
convenience avoidance of un-necessary/ inadvertent make etc.
operation by passengers. These would assist
PwDs and all other passengers
One rear camera for bus reversing and at
least two cameras in the passenger cabin
area as per the specifications / supplies made Confirm and provide
18.1 Security
by the ITMS service provider. details of specs,
0 Cameras
One more camera in front of Driver to sizes, make etc.
capture vehicle front side blind spots
coverages
18.1 Window
1 Guardrails:
In all type II DLX
buses -
a
minimum
numbers.
Confirm and provide
b Other details:
details of specs, sizes,
First guard rail As per AIS 052.
make etc. where
at a height from
i provided
window sill in
mm
The distance
between two
ii
guard rails in
mm
Entrance/Exit 800 mm minimum height extending ≥ 100 mm Confirm and provide
18.1
Guard/Step well more than centre line of sitting position of the details of specs, sizes,
2
guard: Passenger. etc.
Emergency exit Confirm and provide
18.1
doors, warning As per AIS 052/CMVR details of specs, make
3
devices etc. etc.
Front/rear door, Confirm and provide
18.1
stepwell lights, LED as per AIS 008 details of specs,
4
door open sign wattage, make etc.

Technical Document 619


Specifications
Bidder to confirm
S No Description Standard 12 metre long, 1150mm floor
and provide details
height, type II DLX buses
Mirrors right/left Provide Make -----,
18.1 Convex as per AIS 001 & 002. Interior with
side exterior / model-----, specs--- of
5 double curvature
interior: rear-view mirrors
Heavy duty for loads of 1.2 times (minimum)
Confirm and provide
18.1 Towing device the kerb weight of the bus within 30o of the
dimensional and
6 front and rear longitudinal axis of the bus. As per CMVR &
specs details
IS 9760 - ring type
Provide Make -----,
18.1
Warning triangle As per AIS 052/CMVR model-----, specs--- of
7
warning triangle
Both made of Steel or impact resistant
Confirm and provide
Bumpers - front polymer or combination of both meeting
details of specs, sizes,
and rear requirement of an energy absorbing system.
make etc.
Impact strength as per AIS 052
Confirm and provide
details of impact
strength etc.
18.1 Should Para 6.3.1 of
8 AIS 052 not give any
Impact strength values, test standard
Meet requirements of Para 6.3.1 of AIS 052
for bumpers and or test procedure.
VM would hence be
required to provide
above details at the
time of pre-bid
meeting.
Miscellaneous
19 items/requireme
nts
19.1 Windows
Windows - two piece in non-AC type II DLX
buses, where top portion, would be fixed and
Confirm and provide
bottom portion would have sliding glasses.
a Type of window details of specs, sizes,
Minimum window glass/aperture area (main
make etc.
windows) in cm² 14000.
Toughened Glass of thickness 4.8-5.3 mm
Minimum height
of window Confirm and provide
b ≥ 950 mm
aperture (clear dimensions
vision)

Technical Document 620


Specifications
Bidder to confirm
S No Description Standard 12 metre long, 1150mm floor
and provide details
height, type II DLX buses
Minimum height
of upper edge of
Confirm and provide
c window As per AIS 052
dimensions
aperture from
bus floor
Minimum width
of windows Confirm and provide
d As per AIS 052
(clear vision dimensions
zone)
Cabin and Cabin luggage racks (350 width from side
under chassis wall*250 mm height) on both side walls.
Luggage Rack Additionally, luggage carrying space be
inside the bus provided under the chassis on sides as also
and under at the rear end of the bus with adequate
19.2
chassis / rear access.
end Luggage Maximum luggage space be provided under
Carrying facility the bus floor area. Additional luggage space
with may also be provided as a Diggy at the rear
accessibility end of bus
Life cycle Confirm and provide
requirements of 9 years or 12,00,000 km, which-ever is details of mechanism
19.3
bus (whichever earlier. of assessing life of
is earlier) buses
Additional
20 Additional requirements
requirements
An air passage/duct/roof hatch to be provided
in driver area at a suitable location for proper
Air circulations inflow of air inside the driver cab
a and ventilation Driver’s work area to be provided with a 200
Confirm and provide
in driver's area mm diameter 24 V fan to ensure
details of make, model
proper ventilation. The fan to have 3
and rating of fan.
– speed adjustment
b Folding table for √ Confirm and provide
each seat details
c Magazine √ Confirm and provide
pouch details
d Adjustable foot √ Confirm and provide
rest details
e Back rest √ Confirm and provide
adjustment details
knob in case of
reclining seats
Individual seat √ Confirm and provide
f reading light details

Technical Document 621


Specifications
Bidder to confirm
S No Description Standard 12 metre long, 1150mm floor
and provide details
height, type II DLX buses
g Vehicle
Complete with GPS / on board
Tracking
Microprocessor etc.
System
Noise, vibration Confirm and provide
21 and harshness details
etc
Maximum noise
levels inside the
Confirm and provide
a. saloon-test 81dba
details
procedure as
per AIS 020
• Vibration levels / Noise, vibration and
Noise Vibration harshness (NVH) levels (interior):
and Harshness - Noise level in saloon from drive axle, etc.:
levels when Nil
measured under - Dominant frequencies to fall outside the
driving ranges of: 0.5-1 Hz, 5-7 Hz and 18-20
conditions Hz
b during • Transient vibration level in seating area
operations in maximum:1g
designated area • Transient vibration level at driver seat
roads with pot maximum:0.1g
holes and speed • Vibration levels at driver/Pax seats
breakers, etc (metre/sec²) ≤ 0.5
• Vibration level in gangway (metre/sec²)
≤1
An automatic fire detection & Suppression
system be essentially provided for engine and
other fire sensitive areas of the bus.
FDSS provided for: -
Possibility of provision of FDSS for entire bus
Fire Detection Name all systems,
including but not limited to engine area, drive
and sub-subsystems;
22 line, fuel tanks, fuel filling point and fuel
Suppression Indicate type, make &
distribution lines / cluster, wheel wells,
System (FDSS) model of provisions in
electrical systems etc.
each case
Additionally fire extinguishers as per AIS 052
be provided
Fire Condition Make and model of the
Pneumatic Electronic Linear fire detector with
a Monitoring fire detector; Dia. and
stainless steel tube with suitable diameter
device specs of SS tubing;
Components for
Fire Condition
b
Monitoring
Device
Detector operating on rate of rise with Make, model &
i
Advanced Built in Test Module. specs;

Technical Document 622


Specifications
Bidder to confirm
S No Description Standard 12 metre long, 1150mm floor
and provide details
height, type II DLX buses
Generally, as Specifications and
Stainless steel Tube sensor with suitable
ii per UBS II, AIS relevant documents
diameter and should be rodent free
135, CMVR be provided
Detector
Specification/ Detector should operate with Rate of Rise
requirements: along with advanced Built-in Test Module that
c Generally, as indicates failure in the event of reduced
per UBS II, AIS performance over the entire range of sensor
135, CMVR (if tube.
any)
i IP Rating IP67
ii Enclosure Aluminium
Operational
iii Temperature -40°C to +125°C
Range
Should comply t:
Shock &
vi
Vibration: BS EN 61373, Table 1,2,3
MIL STD- 810:501.4, 516.5.4.
1 Mtr. to 100 Mtr. in length. Stainless steel
v Sensor Tube
material with suitable diameter.
Operating
vi 18 - 32 V DC
Voltage:
vii Alarm Current: 40mA
23 General Confirm
Capacity of the --- as decided by the Vehicle Manufacturer Confirm
Fire
suppression
a
system for each
of the different
areas
Material of VM to decide optimal materials and the Confirm
b Construction containers for fire supersession for each of
the fire sensitive areas of the Bus.
Fire Pneumatically/ mechanically / electro- Confirm
suppression mechanically and or any other mechanism
system trigger Operated
c
mechanism for
each of the fire
prone areas
Powder (if any UL listed ABC 90% Confirm
d
used)

Technical Document 623


Annexure I to Part II above
A system of assessment of standee capacity in the bus: Standee spaces available in the bus
Formula for calculation of number of seats and number of standees permitted.
Dimension Description Area (In
mm2)
Area of the Driver Compartment Width x Depth of Driver Work Area Ad
Total projected Step Well Area (all Sum of projected Area of all Step As
stepwells) Wells
Projected area of Engine Width x Length of Engine projected on Ae
the floor Area
Area of any part of the Vehicle Aw
where vertical clearance is less than
1350 mm (Engine etc.)
Area required to provide a clear Ast
work area at service floor area occupied by
any stair case
Area of parts where clear height Ac
above floor level less than 1900 mm
(1750mm in case of mini bus)
Area of seat in facing partition (300 mm x Total seat width) Ap
Area of the parts where slope exceeds Asl
the maximum specified value for purpose of
passengers
Total Area excluded for purpose of Sum (Ad+As+Ae+Aw+Ag+Ast+Ap) Aex
calculating seated passenger capacity
Area of Gangway Ag
Total internal Floor Area Internal Width x Internal Length Aint
Area for seated Passengers Aint-(Aex+Ag) Apass
Area for standee passengers 2Ag – (Ac + Asl + 150mm x Length of Astd
Gangway)

Note: Value of Astd is the solution of following three equations –

Aex = Ad + As + Ae + Aw + Asl + Ag + Ast + Ap

Apass = Aint – (Aex + Ag)

Astd = Aint – (Ad + As + Ae + Aw + Ast + Ac + Ap + Asl + Apass + 150mm* Length of Gangway

Formula for calculation of seating and standee passenger areas

Dimension Description Result


No of Seats permitted Apass / (seat pitch x Seat Width) No. of seats

No of Standees permitted Astd x 5 x 10-6 No. of Standees

Technical Document 624


Annexure II – A copy of bus code AIS 052

Technical Document 625


Annexure III – An indicative list of materials to be tested
Annexure III: Indicative list of items to be tested
S No Items to be tested Specifications
1 CR Tubular sections BIS:4923-1997 (or latest) of Grade Yst.-240
2 Phosphating / BIS:3618-1966 (or latest) Class A-2 for Phosphating & BIS:277-2003 or
Galvanizing latest - 120 gsm for Galvanizing (Zinc Coating) and two weeks (336
hours) Salt Spray Test for both in accordance with ASTM procedure
B117 with no structural detrimental effect to normally visible
surfaces & no weight loss of over 1%.
3 EPDM Rubber As per AIS 085
4 Glasses Laminated BIS: 2553 (Part-2)-1992 (or latest) Float Glass, Front ‘AA’ Grade Glass,
PVB Film in Laminated Glass.
5 Aluminum Parts IS:733-1974 (or latest) for Solid Part, IS:1285-1975 or latest for
Extruded Round Tube &Hallow Part and IS:738-1977 or latest for Drawn
Tubes, Alloy 63400, tempering WP.
6 Paint PU Paint as per relevant IS: 13213:1991 (or latest) & any other
relevant BIS Standards. For Matt Black Paint the Gloss Value is up to
30 units.
7 LT Wire BIS: 2465-1984(or latest). DIN 72551- Dimensional Test JIS C 3406-
Spark, Immersion & Conductor Resistance Test’ SAE recommended J
1127 & J 1128
8 Aluminium Sheet BIS:737-1986(or latest), Aluminium Alloy H-2/31000
9 CR sheets BIS:513-2008(or latest)
10 GI Sheets BIS:277-2003 (or latest), Class-VIII Medium Coating of Zinc Nominal
Weight120 grams/M2.
11 Passenger Seat As per AIS-023, Bus Code & BIS Standards. For MS components two
Assembly weeks (336 hours) Salt Spray test for both in accordance with ASTM
procedure B117 with no structural detrimental effect to normally
visible surfaces & no weight loss of over 1%.
12 Marine Board / Board / BIS: 710-1976 (or latest) IS:5509-2000 (or latest) for Flammability.
another floor material

Annexure IV – Specifications for Intelligent Transport System (ITS)

Technical Document 626


Functional Specifications for ITS
# Parameter Specifications
AVLS
1 Single • The route programming file upload capability should also be catered
Controller Unit through SD card/USB port to support redundancy
(SCU) • Route selection function is to be provided on BDC with easy sorting of
routes
• Integration with BDC through latest interface mechanism.
• The Controller Unit shall have a time-of-day clock and calendar. The
time and date shall be synchronized as per IP based timing protocol
(configurable) with the central software time.
• Local battery backup for minimum half hour for the smart start and
shutdown of the SCU.
2 Bus Driver • All driver related route information to be displayed on BDC
Console • In-built light sensor with continuously variable brightness control to
enable the display intensity to change based on ambient light conditions.
• BDC supports the following functions:
o Driver login & logout
o Route selection
o Route start
o Automatic Bus Stop Announcement
o Manual Bus Stop Announcement
o Special Announcements
o PA- Passenger Announcements
o Two-way voice communication
o SMS
o Messaging
• Emergency alarms
• 4 section camera views to be supported on BDC after cameras are
installed in future.
On-Board Display Units
1 Viewing • Front, side and rear signs 50 metres minimum, for single line text, in
distance day and night.
• Inner 15 metres minimum, for single line text in day and night.
2 Display • Fixed, scrolling and flashing mode (with fixed route number, up to
Characteristics minimum 40 characters for scrolling mode, on front, side and rear
signs).
• Capability to show customized graphics.
• Scrolling Two lines - English followed by Tamil and then local language.
• Total display height should accommodate two lines and the individual
heights of each line should be adjustable to enable one line to be
larger/smaller than the other line. However, during next stop
announcement only single line text is required
• It should be possible to display, concurrently, different messages on
each of the signs (front, rear, side and inner).

Technical Document 627


Functional Specifications for ITS
# Parameter Specifications
• It should be able to display special signs like signs for 'PWD enabled
bus', ‘ladies special’.
• Capability to show special characters like (, ‘“. ! + - * : ?)
• Signs should have ability to retain the last message displayed in the
memory of the sign even in the event of power failure and without the
message being reloaded.
• Display and voice announcement in English, Tamil and other local
languages
• The display systems shall have in-built test facility, able to carry out self-
check at periodic intervals, carry out exchange of diagnostic information
from the central control stations including power availability, its current
status etc.
• The display system shall support remote settings such as display
intensity, time synchronization etc.
• PIS displays shall be managed locally without workstation or server.
3 Hardware The hardware to be procured shall have minimum below system
Programming programming capability;
Capabilities • The system should enable driver to communicate via audio call to the
control centre.
• The system should enable driver to send out from a list of pre-defined
messages to the control centre
• Support minimum 3000 routes UP and DOWN ( Average 10 stops per
route) of signboards supplied.
• GPS triggered next stop display on Inner sign with synchronized voice
announcement on each route.
• The system should be able to specify geo-fence boundary individually
and collectively for next, upcoming and current station announcements.
• The current stop announcement should be correct to 5 metres.
• The inner sign should be able to display and announce up to three
languages, one after the other in sequence. For example, make display
an announcement in English, then Tamil and then any local language
• Display driver and conductor ID once in between the stops on Inner sign
• Inner sign should be able to display text and customized graphics and
announce pre-recorded messages on SCU(OBU) display panel of the
controller.
• The system should have provisions to add more text and audio
messages.
• Functionality of Display ‘clock'-GPS based or ‘Default Messages’ on
Inner sign
• Emergency 'stop' request function- by pressing an emergency switch
placed anywhere in the bus the inner sign should display 'stop' message

Technical Document 628


Functional Specifications for ITS
# Parameter Specifications
and buzzer located near the driver makes the sound alerting the driver
to stop the bus.
• In case one or more signs get disconnected (malfunction), the rest of
the signs should continue to function regardless (including fresh
communication from SCU)
• Sign should be able to store 'Diagnostic Trouble Codes'
(DTC)’,'Parameters Identifiers (PID) and with retrievable data.
• The system should be capable of raising alarms based on vehicle
statistics (engine overheating, low fuel, etc.)
• The route programming files, stops, messages, etc should be updated
to the on-board unit over USB, Ethernet, Wi-Fi, etc. from Server (at least
one online method and one offline method provision to be given).
• The system should allow the control centre to view the route selected
by driver.
• It should be possible to change/choose/select a 'route' remotely over the
air from Operations Control Centre.
• All SCUs (OBU) should connect in real-time to the central system via
GPRS, 4G and above, Wi-Fi, etc.
• All firmware updates to the OBU should be via USB, Ethernet, W-Fi and
OTA.
• PIS displays should be capable to be managed locally without
workstation or server.
• The SCU shall have the capacity to store static information in the display
controller (including schedules), which shall be shown if the
communication link is lost and after real-time information expires.
• The proposed hardware should be able to provide backend software
capability to
o Assess the status of a running vehicle in terms of on-time, delayed
and early arrival by comparing with schedule
• Generate Reports in terms of
o GPS outage, loss of connectivity and their frequencies and durations
o Missed trips, missed stops, route violation, un-scheduled stoppage,
late start, etc. for performance analysis.
Driving patterns, over-speeding, harsh braking, etc.
PA System
1 Public The Voice PIS must play clearly audible pre-recorded voice announcements
Announcement (in three languages) informing passengers of next bus stop on route. The
(PA) System voice PIS shall interface with the on-bus GPS module to gather location
information and making the appropriate next station announcement.

Technical Document 629


Technical Specification for ITS - AVLS Hardware (SCU/OBU, BDC and On board Panic
Button)
# Parameter Minimum Specifications
I Single Controller Unit (SCU) / On-Board Unit (OBU)
1. Certification Compliant to IS 16833 or UBS-II
2. Operating Voltage 9 to 36 V DC
3. Surge Protection Enabled
4. Power source Connected to vehicle key-on/ignition-on
5. Interface CAN 2.0/ OBD II, RS 485, RS 232, fast Ethernet, USB, digital
outputs, digital/Analog inputs, WLAN, audio input output, amplified
audio output
6. Communication 4G or above, Wi-Fi
7. Protection IP 65 or above as per UBS II or IP 54 as per IS 16833
8. Temperature -10o C to + 70o C
9. Humidity 5% to 95 %
10. Vibrations 10g
11. Operating System Embedded windows/Linux or similar (Latest version) (Windows 7
or latest at the time of calling the tenders)
12. Processor 64-bit low power Industrial grade outdoor processing unit
13. Memory Flash: Min 4 GB,
RAM: Min. 512 MB (RAM memory includes SCU (OBU) and BDC).
14. Storage Provision for 512 GB HDD (256 x2 GB – SSD) card and support up
to 1 TB. OBU shall support at least 7 days of recording for all bus
camera.
15. GPS In built GPS, 4G and above (GSM) modules
16. Antenna Combi antenna using RG174 cable. The connectors on Combi
antenna will be preferably SMA(M) ST plug type for GPS and
FME(F) jack type 1/4"-36UNS-2B for 4G and above
17. Audio Storage and • In-built MP3, WAV, etc. files storage/playback function.
playback
18. Microphone Input In built two channel amplifiers minimum 10 Watts rms each
and Audio Output suitable for 4 ~8 Ohm impedance with input for external
microphone
19. Power Supply Power to SCU (OBU) and BDC will be supplied through power-
back external battery and subsequent bus multiplexing wiring
system
20. mNVR capabilities Should have inbuilt or integrated capabilities for a SCN System as
per UBS II guidelines or IS 16833 for future requirements where
the system shall consist of High-Resolution cameras for Video and
Audio recordings for monitoring purposes
II Bus Driver Console (BDC)
1. Operating Voltage 9 to 36 V DC (preferable through SCU(OBU))
2. Connectivity Power/data connection to Single Controller Unit
3. Protection IP 65 or above as per UBS II

Technical Document 630


Technical Specification for ITS - AVLS Hardware (SCU/OBU, BDC and On board Panic
Button)
# Parameter Minimum Specifications
4. Mounting Theft/vandal proof
5. Temperature -10o C to + 70o C
6. Humidity 5% to 95 %
7. Vibrations 10g
8. Display Full colour graphic TFT - Min 640 x 480 dots, Size Min. 8"
9. Viewing Angle 60 H / 70 (right/left) / 60 V / 70 (up/down)
10. Backlight Adjustable
11. Keyboard Display with physical keys

OR

Full touch screen with user friendly interface for navigation,


scrolling, route destination code selection, etc.
III GPS modules
1. Rating: 22 tracking/66 acquisition minimum
2. Tracking sensitivity (-) 165 dBm typ
3. Navigation (-) 148 dBm typ
sensitivity
4. • Update rate I Hz (configurable to 10 Hz)
• Time to first fix cold acquisition 35 seconds typ
• Hot acquisition 1 second typ.
• Navigation accuracy 3M horizontal
IV 4G and above (GSM) modules
1. GSM/GPRS GSM/GPRS SMT quad band and UMTS (4G and above)
2. Data Acquisition and Specifications as per AIS 140 standards. The detailed list of
Transmission configurable data fields is provided in Annexure below
3. Temperature Temperature range -10o C to + 70o C
V ‘Combi’ Antenna
1. AMPS 850MHz, GSM900MHz, ISM868MHz, DCS1800MHz,
PCS1900MHz, 4G UMTS 2.1GHz, Wi-Fi /Blue Tooth (2.4 GHz),
GPS (1575.42MHz). Separate WLAN antenna may be provided if
necessary.
2. GPRS • Impedance 50 Ohm
• Radiation pattern Omni-directional
• Polarization linear (vertical)
3. GPS • Impedance 50 Ohms
• VSWR <1.5:1
• Polarization RHCP
4. Waterproof Waterproof IP-66
VI On-board Panic Button

Technical Document 631


Technical Specification for ITS - AVLS Hardware (SCU/OBU, BDC and On board Panic
Button)
# Parameter Minimum Specifications
1. Power Supply 9 to 36 V DC
2. Connectivity Serial/digital input to SCU(OBU)
3. Protection IP 65 or above
4. Temperature -10o C to + 60o C
5. Humidity 5% to 95 %
6. Vibrations 10g
7. Use Easy to press
8. Placement Convenient placement. Prevent accidental trigger
• Unit should be fixed securely at the chosen position
• The casing should be theft proof, tamper proof and vandal
Mounting and proof
9.
Casing • All fixtures and mounting should be certified by qualified
structural engineers for capability to withstand vibrations and
fixture safety

On Board Display Units and Announcement System


# Parameter Minimum Specifications
I Front Outer LED, Rear Outer LED, Inner LED, Side LED
1. Certification UBS II certification
• Front Outer LED - minimum 1800X220 mm
• Rear Outer LED - minimum 900X220 mm
2. Route Board Sizes • Side Outer LED - minimum 900X220 mm
• Inner LED - 800X100mm
3. Operating Voltage 9 to 36 V DC
4. Power Consumption 1 Amp. @ 24 V DC
5. Surge Protection Enabled
6. Connectivity RS 485 or similar
7. Protection IP 65 or above
8. Temperature -10o C to + 70o C
9. Humidity 5% to 95 %
10. Vibrations 10g
11. Firmware Firmware update and version check through controller
12. Colour Single colour (Amber, can vary)
13. Viewing Angle Minimum 120 H / 60 V
14. Intensity Continuous variable brightness control
15. Viewing Distance 50 m, Inner 15 metres minimum, for single line text in day and night
16. Memory Ability to retain last displayed message

Technical Document 632


On Board Display Units and Announcement System
# Parameter Minimum Specifications
17. Display Modes Fixed, scrolling, flashing
• All units should be fixed securely at the chosen position
• The casing should be theft proof, tamper proof and vandal proof
18. Mounting • All fixtures and mounting should be certified by qualified
structural engineers for capability to withstand vibrations and
fixture safety

19. Two Lines multi-language display capability (English, Tamil or other


Display Language
language as indicated.)
II Announcement System
The announcement system should provide uniform coverage
1. Coverage throughout the vehicle at optimum decibels by use of multiple
speakers placed for equal sound distribution
2. Speakers at least 6
III Passenger Announcement (PA) System
A Microphone
Frequency
1. 200 – 8000 Hz
Response
2. Sensitivity 2.3mV/Pa
3. Impedance 500Ω
4. Coiled Cord 1.8 – 2.5 m
B Speakers
1. Nominal Impedance 4E ± 15%
2. D.C Resistance 3.7 ohms
Resonance
3. 170 Hz ± 20%
Frequency
4. Frequency Range Fo~ 20KHz
Sound Pressure
5. 90dB ± 2dB @300,400,500,600Hz
Level
6. Buzz & Rattle test 6.99 V
7. Rated Input 15-Watt, Maximum Input: 20 Watt

Bus Security Network Camera


# Parameter Minimum Specifications
I Reverse Parking Sensor Camera
1. PoE through BDC .should be automatically switched on with engine
Power Supply
and power down on ignition off.
2. Fixed lens 3.6 mm

3. Picture Resolution 752 H x 582 V (PAL)

4. Resolution 25/30fps@1080P

5. Picture Sensor 1/3” 2 Megapixel progressive scan Aptina CMOS,

6. IR distance Min 30 m

7. Image Enhancement DWDR, Day/Night(ICR), 3DNR,AWB,AGC,BLC

Technical Document 633


Bus Security Network Camera
# Parameter Minimum Specifications
8. Protection Minimum IP 66
9. Temperature -10 deg C to + 60 deg C

10. Humidity 5% to 95 %

11. Vibrations 10g

Rugged, vibration, shock and tamper proof Metal housing, Aviation


Connectors
12. Camera
Installation :Anti Vibration with Adjust Angle;
Ruggedness
• Horizontal: 0~355 degree with 3-point locking
• Vertical:0~90 degree with 2-point locking
Camera should engage with the reverse gear engage on buses and
display the back-view of the bus on BDC display to the driver. Camera
13. Function should make alert to the driver based on the distance from the objects
while reverse the bus.

Functional & Technical Specifications for Telematics System

# Parameter Specifications
Telematics System
1 Telematics As per UBS II guidelines, the data from multiplexing nodes, on a single
Parameters CAN 2B (J1939) bus should include parameters from:
1. Vehicle electrical system powered through multiplexing nodes
2. Vehicle safety and performance features
3. Engine and transmission
4. Diesel bus electronics data
1a Vehicle electrical All external and internal fixtures like passenger/driver compartment
system illumination and ITS equipment
1b Vehicle safety and • Fuel /Oil level/ Pressure
performance • Fuel Level Indicator System (in Litres) - Display in Dashboard
features
• Braking pedal position
• Accelerator pedal position and kick down
• Brake pad condition and brake pedal temperature (in case of
electronically controlled disc brakes)
• Door interlock
• Kneeling interlock (wherever provided)
• Gas leakage detection (wherever provided)
• Fire detection/suppression (wherever provided)
• Tyre Pressure Monitoring System (To ensure Tyre Air Pressure and
Tyre Temperature in each wheel)
• Tubeless Tyre -Parameters (like Pressure, skid indicators)

Technical Document 634


Functional & Technical Specifications for Telematics System

# Parameter Specifications
• Battery Health condition monitoring System
1c Engine • Engine CAN status
• Engine oil pressure
• Engine coolant temperature
• Engine speed in RPM
• Vehicle speed (torque)
• Diagnostic message (engine specific)
1d Transmission • Transmission CAN status
• Transmission output shaft speed
• Transmission input shaft speed
• Transmission current gear
• Transmission oil filter restriction switch
• Transmission oil life remaining
• Transmission service indicator
• Transmission sump oil temperature
• Transmission oil level high / low
• Hydraulic retarder oil temperature
• Accelerator pedal
• Diagnostic message (transmission specific)
1e Diesel bus • Drivers demand of engine torque percentage
electronics data • Actual engine torque percentage
• Engine and retarder torque
• Engine speed
• Source address controlling device
• Engine starter mode
• Engine demand torque percentage
• Accelerator pedal 2 low Idle switch
• Road speed limit status
• Accelerator pedal kick down switch
• Accelerators pedal low Idle Switch
• Accelerator pedal position
• Percent load at current speed
• Remote accelerator pedal position
• Accelerator pedal position 2
• Vehicle acceleration rate limit status
• Engine temperature

Technical Document 635


Functional & Technical Specifications for Telematics System

# Parameter Specifications
• Engine coolant temperature
• Fuel temperature
• Engine oil temperature
• Turbo oil temperature
• Engine intercooler temperature
• Engine intercooler thermostat opening
• Engine fluid level pressure
• Fuel delivery pressure
• Extended crankcase blow by pressure
• Engine oil level
• Engine oil pressure
• Crankcase pressure
• Coolant pressure
• Coolant level
• Coolant level, Coolant Condition (% of Ethylene Glycol)
• Alternator (Volt) Output monitoring System
1f Connector • CAN 2.0 (J1939 Connector) / OBD-II Connector
1g Communication Telematics System (VHMD) real time warning to CCC
o Open public communications network services (4G and above)
and download compatibility
Telematics System (VHMD) end of the day to depot
• IEEE 802.11 Wireless LAN (Wi-Fi) via 'Back haul' at depot

Testing Standard Compliance


Test standards
# Specifications
compliance
1. Performance Nine points, tri temperature/tri voltage- 18V, 27V, 32V, -25°C, room
parametric test temperature, +85°C test. At each test point the system will be
powered on and shut down 5 times as per the supplier’s designated
procedure and thereafter evaluated for malfunction if any
2. Cold IS 9000 (Part II/Sec 4)-1977 (reaffirmed 2004) at -25⁰C for 2 hours
in ‘on’ condition
3. Dry heat IS 9000 (Part III/Sec 5)-1977: PIS Signs, SCU(OBU) and Nodes at +
80⁰C for 16 hours in ‘on’ condition. BDC at + 80⁰C for 2 hours
4. Damp heat IS 9000 (Part V/Sec 2)1981 at +25⁰C /+55⁰C, Humidity 95%, 24
hours for 6 cycles in off condition. Functional test with power in ‘on’
condition at start of 2nd, 4th and 6th cycle
5. Vibration standard • Frequency 5~50Hz and return to 5Hz at a linear sweep period of
AIS 012/AIS:062 -10g 1 minute/complete sweep cycle and 10g at maximum frequency

Technical Document 636


Testing Standard Compliance
Test standards
# Specifications
compliance
Excursion -1.6 mm peak to peak over the specified frequency
range Test duration 60 minutes
• Direction of vibration –X, Y, Z axis of device as it is mounted on
the vehicle.

6. Dust and water IS /IEC 60947-1:2004 in conjunction with IS/IEC 60529:2001– ‘PIS
ingress protection signs’ IP66, ‘SCU’(OBU) IP 65, ‘BDC’ IP65, ‘nodes’ IP54
7. Free fall IS 9000 (Part VII/Sec 4) Free fall at 500 mm, (applicable to ‘nodes’
and ‘controllers’ only)
8. Fire resistant • Regulation directive 95-28/EG dated 24-10-1995 horizontal Burning
rate tested as per ISO 3795,
• Horizontal burning test HB as per UL 94 -1998 clause 7 (for wire
harness)

9. Reverse polarity The component must fulfil the function- and service life
protection without requirements after being subjected to reversed polarity up to 27 V
fuse for 2 minutes.
10.Over voltage To ensure service life requirements and functionality. The
protection component shall run for 60 minutes at 38V, without effecting the
service life or function.
11.Insulation resistance The Insulation resistance measured as per ISO 16750-2 with a
voltage of 500 V dc shall not be less than 1Mega ohm.
12.Cranking voltage The components shall have an electrical energy reserve that can
handle voltage drop during cranking. Component shall not reset
during cranking- ‘FSC B’. The supply voltage during crank is 18.0 V
for 40 ms. The test to be carried out as per ISO 7637
13.Load dump test on 123V ,8 Ohms 200ms pulse 5a as per standard ISO 7637-2
controller
14.Salt spray test (AIS: 012/ IS10250) 96 hours
15.EMC/EMI 1.Electromagnetic radiation, radiated immunity and compatibility as
per AIS 004 (Part 3) or
2.72/245/EEC last amended by 2009/19/EC (includes 2004/104/EC,
2005/83/EC, 2006/96/EC) and UN ECE Regulation Number 10 Rev
3:2008
Note: In case of product is ‘e’ marked and a detailed test report is
submitted (which includes above tests) no fresh verification is
necessary
16.Operating Supply voltage 24 V± 25%
parameters
17.LED colour test – AIS -012
dominant wavelength
amber
18.LED chromaticity Limit towards green: y ≤ x-0.120
coordinates Limit towards red: y ≥ 0.390
Limit towards white: y ≥ 0.790-0.670x

Technical Document 637


Testing Standard Compliance
Test standards
# Specifications
compliance
In accordance with CIE 127 condition B
19.LED bulb/SMT In accordance with CIE 127 condition B
intensity and viewing
angle

Test compliance as per IS 16833


# Tests
1. Performance parametric test (Tri Temperature / tri voltage)
2. Shock and Vibration test
3. Ingress protection (IP)
4. Over voltage protection test
5. EMI/EMC test
6. Load dump test, Pulse 5a
7. Reverse polarity protection without fuse
8. Test for wiring harness
9. High temperature test
10. Cold Test
11. Damp heat test
12. Insulation resistance test
13. Thermal shock test
14. Salt spray test
15. High voltage test
16. USB port overloading test
17. Endurance test
18. Free fall test
19. Protocol testing

Technical Document 638


Annexure V – Indicative List of Data Types and Packet Format for Onboard ITS for
Integration with Backend Systems

# Required Data Field Descriptions


1. Start Character $

2. Header The header of the packet/ identifier

3. Vendor ID Vendor identification header

4. Firmware Version Version details of the Firmware used in EX.1.0.0

5. Packet Type Specify the packet type


• NR = Normal
• EA = Emergency Alert
• TA = Tamper Alert (Optional)
• HP = Health Packet
• IN = Ignition On
• IF = Ignition Off
• BD = Vehicle Battery Disconnect
• BR = Vehicle Battery Reconnect
• BL = Internal Battery Low
6. Packet Status L=Live or H= History

7. IMEI Identified of the sending unit. 15-digit standard


unique IMEI no
8. Vehicle Reg. No Mapped vehicle registration number

9. GPS Fix 1 = GPS fix OR 0 = GPS invalid

10. Date Date value as per GPS date time per GPS date time
(DDMMYYYY)
11. Time Time value as per GPS date time in UTC format
(hh:mm:ss)
12. Latitude Latitude value in decimal degrees (not less than 6
places)
13. Latitude Dir Latitude Direction.
Example N=North, S= South
14. Longitude Longitude value in decimal degrees (not less than 6
places).
15. Longitude Dir Longitude Direction.
E=East, W= West
16. Speed Speed of Vehicle as Calculated by GPS module in
VLT. (in km/hrs.) (Up to One Decimal Value)
17. Heading Course over ground in degrees

18. No of Satellites Number of satellites available for fix

19. Altitude Altitude of the device in metres

20. PDOP Positional dilution of precision

21. HDOP Horizontal dilution of precision

22. Network Operator Name Name of Network Operator

23. Ignition 1= Ignition On , 0 = Ignition Off

Technical Document 639


# Required Data Field Descriptions
24. Main Power Status 0 = Vehicle Battery disconnected
1= Vehicle Battery reconnected
25. Main Input Voltage Indicator showing source voltage in Volts. (up to
One Decimal Value)
26. Internal Battery Voltage Indicator for level of battery charge remaining. (up to
One Decimal Value)
27. Emergency Status 1= On, 0 = Off

28. Tamper Alert (Optional) C = Cover Closed, O = Cover Open

29. GSM Signal Strength Value Ranging from 0 – 31

30. MCC Mobile Country Code

31. MNC Mobile Network Code

32. LAC Location Area Code

33. Cell ID GSM Cell ID

34. NMR (Network Measurement Report) Neighboring 4 cell ID along with their LAC & signal
Neighboring Cell ID strength
35. Digital Input Status 4 external digital input status (Status of Input 1 to
Input 3 (0=Off; 1=On))
36. Digital Output Status 2 external digital output status (0=Off; 1=On)

37. Frame Number Sequence Number of the messages (000001 to


999999)
38. Checksum Insures No error in transmission (optimal)

39. End Character Indicated End of the frame

This are the indicative list of the data that required to integrate with backend system. Authority may
come-up with the additional data types to be integrate with the backend system during the contract
period. Bidder shall have to support into the requirement gathering and generation of the data types
as and when authority desires in entire contract period.

Technical Document 640


REQUEST FOR PROPOSAL (RFP) FOR DESIGN, MANUFACTURE AND SUPPLY OF 1771 (NOS.) BS VI, DIESEL
FUELED, FULLY BUILT NON-AC BUSES FOR VARIOUS CITIES OF TAMIL NADU, INDIA

IRT Reference No.: 16/SF-Fully Built Bus/CP/IRT/2022

KFW Reference No.: BMZ209919234/KFW508859

Corrigendum 1

Date: 31/10/2022

Issuing Authority: Institute of Road Transport, Chennai

Corrigendums Document 641


Corrigendum -1 for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fuelled, Fully Built Non-Ac Buses
For various cities Of Tamil Nadu, India

Important notes:

1. The corrigendum 1 consists of amendments made in the provisions of the captioned Request for Proposal (RFP). The provisions of the
RFP mentioned below from now onwards shall be read with the amendments made thereto through this Corrigendum 1.

2. This is Corrigendum 1 to the captioned RFP issued by the Institute of Road Transport (IRT), Chennai on behalf of Tamil Nadu State
Transport Corporation (TNSTC) in October 2022. This Corrigendum 1 published on date 31/10/2022 shall constitute part of the
captioned RFP document.

RFP clause / The Provision/clause stands revised/ replaced /added and to be


S No Provision /clause
reference read as

1. Part C: RFP The authority shall endeavour to adhere to the following schedule. The authority shall endeavour to adhere to the following schedule.
Summary
S. No Key Feature of Provision/ Details S. No Key Feature Provision/ Details
the RFP of the RFP
9 Last date and 28/10/2022 at 3:00 PM (IST) at 9 Last date and 04/11/2022 at 3:00 PM (IST) at
time for irttaramani@gmail.com and/or
time for irttaramani@gmail.com and/or
submission irtcpo@gmail.com.
submission of irtcpo@gmail.com.
queries/ of queries/
clarifications clarifications
10 Date, Time and 31/10/2022 at 3:00 PM (IST) 10 Date, Time 04/11/2022 at 3:00 PM (IST)
place of Pre- and place of
Bid Meeting Pre-Bid meeting will be held physically as well Pre-Bid Pre-Bid meeting will be held physically as well
as online simultaneously. Meeting as online simultaneously.

The Pre-Bid meeting will be held offline / The Pre-Bid meeting will be held offline /
physically at: physically at:
Institute of Road Transport, 100 Feet Road, Institute of Road Transport, 100 Feet Road,
Taramani, Chennai – 600113 Taramani, Chennai – 600113

Corrigendums Document 642


Corrigendum -1 for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fuelled, Fully Built Non-Ac Buses
For various cities Of Tamil Nadu, India

RFP clause / The Provision/clause stands revised/ replaced /added and to be


S No Provision /clause
reference read as

The prospective bidders those who want to The prospective bidders those who want to
participate online can submit their authorized participate online can submit their authorized e-
e-mail ID at irttaramani@gmail.com and/or mail ID at irttaramani@gmail.com and/or
irtcpo@gmail.com through mail, requesting irtcpo@gmail.com through mail, requesting
participation in the pre bid meeting. participation in the pre bid meeting.
The authority will share the URL to the online The authority will share the URL to the online
platform with the interested bidders 2 days platform with the interested bidders 2 days prior
prior to the pre bid meeting. to the pre bid meeting.

Director
Institute of Road Transport (IRT), Chennai

Corrigendums Document 643


REQUEST FOR PROPOSAL (RFP) FOR DESIGN, MANUFACTURE AND SUPPLY OF 1771 (NOS.) BS VI, DIESEL
FUELED, FULLY BUILT NON-AC BUSES FOR VARIOUS CITIES OF TAMIL NADU, INDIA

IRT Reference No.: 16/SF-Fully Built Bus/CP/IRT/2022

KFW Reference No.: BMZ209919234/KFW508859

Corrigendum 2

Date: 30/11/2022

Issuing Authority: Institute of Road Transport, Chennai

Corrigendums Document 644


Corrigendum 2 for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fuelled, Fully Built Non-Ac Buses For
various cities Of Tamil Nadu, India

Important notes:

1. The corrigendum 2 consists of amendments made in the provisions of the captioned Request for Proposal (RFP). The provisions of the
RFP mentioned below from now onwards shall be read with the amendments made thereto through this Corrigendum 2.

2. This is Corrigendum 2 to the captioned RFP issued by the Institute of Road Transport (IRT), Chennai on behalf of Tamil Nadu State
Transport Corporation (TNSTC) in October 2022. This Corrigendum 2 published on date 30/11/2022 shall constitute part of the
captioned RFP document.

The Provision/clause stands revised/ replaced /added


S No RFP clause / reference Provision /clause
and to be read as

1. Sr. No. 11 of RFP Online Submission: The Technical Bid along with the scanned Online Submission: The Technical Bid along with the scanned
Summary : copy of the RFP Fees and EMD and Price Bid shall be submitted copy of the RFP Fees and EMD and Price Bid shall be submitted
online on or before 05/12/2022 at 3:00 PM (IST) at online on or before 28/12/2022 at 3:00 PM (IST) at
Last date & time
https://www.mstcecommerce.com/eproc/index.jsp. https://www.mstcecommerce.com/eproc/index.jsp.
of Online Submission
of Technical and Price
Bid

2. Sr. No. 12 of RFP Physical Submission: RFP Fee and EMD/Bid Security can be Physical Submission: RFP Fee and EMD/Bid Security can be
Summary: submitted physically on or before 07/12/2022 at 3:00 PM (IST) submitted physically on or before 30/12/2022 at 3:00 PM (IST)
at the following address: at the following address:
Last Date &
time of Physical Institute of Road Transport, 100 Feet Road, Taramani, Chennai –
Institute of Road Transport, 100 Feet Road, Taramani, Chennai –
Submission of RFP fee 600113
600113
and EMD/ Bid Security

Corrigendums Document 645


Corrigendum 2 for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fuelled, Fully Built Non-Ac Buses For
various cities Of Tamil Nadu, India

The Provision/clause stands revised/ replaced /added


S No RFP clause / reference Provision /clause
and to be read as

3. Sr. No. 13 of RFP 07/12/2022 at 3:30 PM (IST) at Institute of Road Transport, 30/12/2022 at 3:30 PM (IST) at Institute of Road Transport,
Summary: 100 Feet Road, Taramani, Chennai – 600113. 100 Feet Road, Taramani, Chennai – 600113.

Date & Time of Online


opening of Technical
Bid

4. Clause 4.3.1 of Part E The authority shall endeavour to adhere to the following The authority shall endeavour to adhere to the following
schedule. schedule.

Sr. Event Description Date Time Sr. Event Description Date Time
No. No.
4 Online Bid Due date 05/11/2022 3:00 PM 4 Online Bid Due date 28/12/2022 3:00 PM
5 Date & Time of 07/11/2022 3:00 PM 5 Date & Time of 30/12/2022 3:00 PM
Physical Submission Physical Submission
of RFP fee and of RFP fee and
EMD/Bid Security EMD/Bid Security
6 Opening of 07/11/2022 3:30 PM 6 Opening of 30/12/2022 3:30 PM
Technical Bid Technical Bid

Director
Institute of Road Transport (IRT), Chennai

Corrigendums Document 646


REQUEST FOR PROPOSAL (RFP) FOR DESIGN, MANUFACTURE AND SUPPLY OF 1771
(NOS.) BS VI, DIESEL FUELED, FULLY BUILT NON-AC BUSES FOR VARIOUS CITIES OF
TAMIL NADU, INDIA

IRT Reference No.: 16/SF-Fully Built Bus/CP/IRT/2022

KFW Reference No.: BMZ209919234/KFW508859

Corrigendum 3

Date: 21/12/2022

Issuing Authority: Institute of Road Transport, Chennai

Corrigendums Document 647


Corrigendum 3 for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fuelled, Fully Built Non-Ac Buses For
various cities Of Tamil Nadu, India

Important notes:

1. The Corrigendum 3 consists of amendments made in the provisions of the captioned Request for Proposal (RFP).
The provisions of the RFP mentioned below from now onwards shall be read with the amendments made thereto
through this Corrigendum 3.

2. This is Corrigendum 3 to the captioned RFP issued by the Institute of Road Transport (IRT), Chennai on behalf of
Tamil Nadu State Transport Corporation (TNSTC) in October 2022. This Corrigendum 3 published on date 21/12/2022
shall constitute part of the captioned RFP document.

The Provision/clause
S
Provision /clause as stands revised/
N RFP clause / reference Provision /clause
per Corrigendum 2 replaced /added and
o
to be read as

1 Sr. No. 11 of RFP Online Submission: The Online Submission: The Online Submission: The
. Summary : Technical Bid along with the Technical Bid along with the Technical Bid along with the
scanned copy of the RFP scanned copy of the RFP scanned copy of the RFP
Last date & time
Fees and EMD and Price Bid Fees and EMD and Price Bid Fees and EMD and Price Bid
of Online Submission of
Technical and Price Bid shall be submitted online on shall be submitted online on shall be submitted online on
or before 05/12/2022 at 3:00 or before 28/12/2022 at 3:00 or before 17/01/2023 at 3:00
PM (IST) at PM (IST) at PM (IST) at
https://www.mstcecommerce https://www.mstcecommerce https://www.mstcecommerce
.com/eproc/index.jsp. .com/eproc/index.jsp. .com/eproc/index.jsp.

2 Sr. No. 12 of RFP Physical Submission: RFP Physical Submission: RFP Physical Submission: RFP
. Summary: Fee and EMD/Bid Security Fee and EMD/Bid Security Fee and EMD/Bid Security
can be submitted physically can be submitted physically can be submitted physically

Corrigendums Document 648


Corrigendum 3 for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fuelled, Fully Built Non-Ac Buses For
various cities Of Tamil Nadu, India

The Provision/clause
S
Provision /clause as stands revised/
N RFP clause / reference Provision /clause
per Corrigendum 2 replaced /added and
o
to be read as

Last Date & on or before 07/12/2022 at on or before 30/12/2022 at on or before 19/01/2023 at


time of Physical 3:00 PM (IST) at the following 3:00 PM (IST) at the following 3:00 PM (IST) at the following
Submission of RFP fee address: address: address:
and EMD/ Bid Security
Institute of Road Transport, 100 Institute of Road Transport, Institute of Road Transport, 100
Feet Road, Taramani, Chennai 100 Feet Road, Taramani, Feet Road, Taramani, Chennai
Chennai – 600113
– 600113 – 600113

3 Sr. No. 13 of RFP 07/12/2022 at 3:30 PM 30/12/2022 at 3:30 PM 19/01/2023 at 3:30 PM


. Summary: (IST) at Institute of Road (IST) at Institute of Road (IST) at Institute of Road
Transport, 100 Feet Road, Transport, 100 Feet Road, Transport, 100 Feet Road,
Date & Time of Online Taramani, Chennai – Taramani, Chennai – Taramani, Chennai –
opening of Technical Bid 600113. 600113. 600113.

Director
Institute of Road Transport (IRT), Chennai

Corrigendums Document 649


REQUEST FOR PROPOSAL (RFP) FOR DESIGN, MANUFACTURE AND SUPPLY OF 1771
(NOS.) BS VI, DIESEL FUELED, FULLY BUILT NON-AC BUSES FOR VARIOUS CITIES OF
TAMIL NADU, INDIA

IRT Reference No.: 16/SF-Fully Built Bus/CP/IRT/2022

KFW Reference No.: BMZ209919234/KFW508859

Corrigendum 4

Date: 11/01/2023

Issuing Authority: Institute of Road Transport, Chennai

Corrigendums Document 650


Corrigendum 4 for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fuelled, Fully Built Non-Ac
Buses For various cities Of Tamil Nadu, India

Important notes:

1. The Corrigendum 4 consists of amendments made in the provisions of the captioned Request for Proposal (RFP). The provisions of the RFP
mentioned below from now onwards shall be read with the amendments made thereto through this Corrigendum 4.

2. This is Corrigendum 4 to the captioned RFP issued by the Institute of Road Transport (IRT), Chennai on behalf of Tamil Nadu State Transport
Corporation (TNSTC) in October 2022. This Corrigendum 4 published on date 11/01/2023 shall constitute part of the captioned RFP document.

S RFP clause / reference RfP Provision / clause Provision / clause as per The provision / clause
No Corrigendum 3 stands revised / replaced /
added and to be read as

1. Sr. No. 11 of RFP Summary : Online Submission: The Online Submission: The Online Submission: The
Technical Bid along with the Technical Bid along with the Technical Bid along with the
Last date & time scanned copy of the RFP Fees scanned copy of the RFP Fees scanned copy of the RFP Fees
of Online Submission of
and EMD and Price Bid shall be and EMD and Price Bid shall be and EMD and Price Bid shall be
Technical and Price Bid
submitted online on or before submitted online on or before submitted online on or before
05/12/2022 at 3:00 PM (IST) at 17/01/2023 at 3:00 PM (IST) at 31/01/2023 at 3:00 PM (IST) at
https://www.mstcecommerce.com/ https://www.mstcecommerce.com/ https://www.mstcecommerce.com/
eproc/index.jsp. eproc/index.jsp. eproc/index.jsp.

2. Sr. No. 12 of RFP Summary: Physical Submission: RFP Fee Physical Submission: RFP Fee Physical Submission: RFP Fee
and EMD/Bid Security can be and EMD/Bid Security can be and EMD/Bid Security can be
Last Date & submitted physically on or before submitted physically on or before submitted physically on or before
time of Physical Submission of
07/12/2022 at 3:00 PM (IST) at the 19/01/2023 at 3:00 PM (IST) at the 02/02/2023 at 3:00 PM (IST) at the
RFP fee and EMD/ Bid Security
following address: following address: following address:

Institute of Road Transport, 100 Institute of Road Transport, 100 Institute of Road Transport, 100
Feet Road, Taramani, Chennai – Feet Road, Taramani, Chennai – Feet Road, Taramani, Chennai –
600113 600113 600113

3. Sr. No. 13 of RFP Summary: 07/12/2022 at 3:30 PM (IST) at 19/01/2023 at 3:30 PM (IST) at 02/02/2023 at 3:30 PM (IST) at
Institute of Road Transport, 100 Institute of Road Transport, 100 Institute of Road Transport, 100

Corrigendums Document 651


Corrigendum 4 for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fuelled, Fully Built Non-Ac
Buses For various cities Of Tamil Nadu, India

S RFP clause / reference RfP Provision / clause Provision / clause as per The provision / clause
No Corrigendum 3 stands revised / replaced /
added and to be read as

Date & Time of Online opening Feet Road, Taramani, Chennai – Feet Road, Taramani, Chennai – Feet Road, Taramani, Chennai –
of Technical Bid 600113. 600113. 600113.

Director
Institute of Road Transport (IRT), Chennai

Corrigendums Document 652


REQUEST FOR PROPOSAL (RFP) FOR DESIGN, MANUFACTURE AND SUPPLY OF 1771
(NOS.) BS VI, DIESEL FUELED, FULLY BUILT NON-AC BUSES FOR VARIOUS CITIES OF
TAMIL NADU, INDIA

IRT Reference No.: 16/SF-Fully Built Bus/CP/IRT/2022

KFW Reference No.: BMZ209919234/KFW508859

Corrigendum 5

Date: 27/01/2023

Issuing Authority: Institute of Road Transport, Chennai

Corrigendums Document 653


Corrigendum 5 for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fuelled, Fully Built Non-Ac
Buses For various cities Of Tamil Nadu, India

Important notes:

1. The Corrigendum 5 consists of amendments made in the provisions of the captioned Request for Proposal (RFP). The provisions of the RFP
mentioned below from now onwards shall be read with the amendments made thereto through this Corrigendum 5.

2. This is Corrigendum 5 to the captioned RFP issued by the Institute of Road Transport (IRT), Chennai on behalf of Tamil Nadu State Transport
Corporation (TNSTC) in October 2022. This Corrigendum 5 published on date 27/01/2023 shall constitute part of the captioned RFP document.

S RFP clause / reference RfP Provision / clause Provision / clause as per The provision / clause stands
No Corrigendum 4 revised / replaced / added and
to be read as

1. Sr. No. 11 of RFP Online Submission: The Technical Online Submission: The Technical Online Submission: The Technical
Summary : Bid along with the scanned copy of Bid along with the scanned copy of Bid along with the scanned copy of
the RFP Fees and EMD and Price Bid the RFP Fees and EMD and Price Bid the RFP Fees and EMD and Price Bid
Last date & time
shall be submitted online on or before shall be submitted online on or before shall be submitted online on or before
of Online Submission
of Technical and Price 05/12/2022 at 3:00 PM (IST) at 31/01/2023 at 3:00 PM (IST) at 21/02/2023 at 3:00 PM (IST) at
Bid https://www.mstcecommerce.com/epr https://www.mstcecommerce.com/epr https://www.mstcecommerce.com/epr
oc/index.jsp. oc/index.jsp. oc/index.jsp.

2. Sr. No. 12 of RFP Physical Submission: RFP Fee and Physical Submission: RFP Fee and Physical Submission: RFP Fee and
Summary: EMD/Bid Security can be submitted EMD/Bid Security can be submitted EMD/Bid Security can be submitted
physically on or before 07/12/2022 at physically on or before 02/02/2023 at physically on or before 23/02/2023 at
Last Date &
3:00 PM (IST) at the following 3:00 PM (IST) at the following 3:00 PM (IST) at the following
time of Physical
Submission of RFP fee address: address: address:
and EMD/ Bid Security
Institute of Road Transport, 100 Feet Institute of Road Transport, 100 Feet Institute of Road Transport, 100 Feet
Road, Taramani, Chennai – 600113 Road, Taramani, Chennai – 600113 Road, Taramani, Chennai – 600113

3. Sr. No. 13 of RFP 07/12/2022 at 3:30 PM (IST) at 02/02/2023 at 3:30 PM (IST) at 23/02/2023 at 3:30 PM (IST) at
Summary: Institute of Road Transport, 100 Institute of Road Transport, 100 Institute of Road Transport, 100
Feet Road, Taramani, Chennai – Feet Road, Taramani, Chennai – Feet Road, Taramani, Chennai –
600113. 600113. 600113.

Corrigendums Document 654


Corrigendum 5 for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fuelled, Fully Built Non-Ac
Buses For various cities Of Tamil Nadu, India

S RFP clause / reference RfP Provision / clause Provision / clause as per The provision / clause stands
No Corrigendum 4 revised / replaced / added and
to be read as

Date & Time of Online


opening of Technical
Bid

Director
Institute of Road Transport (IRT), Chennai

Corrigendums Document 655


REQUEST FOR PROPOSAL (RFP) FOR DESIGN, MANUFACTURE AND SUPPLY OF 1771
(NOS.) BS VI, DIESEL FUELED, FULLY BUILT NON-AC BUSES FOR VARIOUS CITIES OF
TAMIL NADU, INDIA

IRT Reference No.: 16/SF-Fully Built Bus/CP/IRT/2022

KFW Reference No.: BMZ209919234/KFW508859

Corrigendum 6

Date: 18/02/2023

Issuing Authority: Institute of Road Transport, Chennai

Corrigendums Document 656


Corrigendum 6 for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fuelled, Fully Built Non-Ac
Buses For various cities Of Tamil Nadu, India

Important notes:

1. The Corrigendum 6 consists of amendments made in the provisions of the captioned Request for Proposal (RFP). The provisions of the RFP
mentioned below from now onwards shall be read with the amendments made thereto through this Corrigendum 6.

2. This is Corrigendum 6 to the captioned RFP issued by the Institute of Road Transport (IRT), Chennai on behalf of Tamil Nadu State Transport
Corporation (TNSTC) in October 2022. This Corrigendum 6 published on date 18/02/2023 shall constitute part of the captioned RFP document.

S RFP clause / reference RfP Provision / clause Provision / clause as per The provision / clause
No Corrigendum 5 stands revised / replaced /
added and to be read as

1. Sr. No. 11 of RFP Summary : Online Submission: The Online Submission: The Online Submission: The
Technical Bid along with the Technical Bid along with the Technical Bid along with the
Last date & time scanned copy of the RFP Fees scanned copy of the RFP Fees scanned copy of the RFP Fees
of Online Submission of
and EMD and Price Bid shall be and EMD and Price Bid shall be and EMD and Price Bid shall be
Technical and Price Bid
submitted online on or before submitted online on or before submitted online on or before
05/12/2022 at 3:00 PM (IST) at 21/02/2023 at 3:00 PM (IST) at 10/03/2023 at 3:00 PM (IST) at
https://www.mstcecommerce.com/ https://www.mstcecommerce.com/ https://www.mstcecommerce.com/
eproc/index.jsp. eproc/index.jsp. eproc/index.jsp.

2. Sr. No. 12 of RFP Summary: Physical Submission: RFP Fee Physical Submission: RFP Fee Physical Submission: RFP Fee
and EMD/Bid Security can be and EMD/Bid Security can be and EMD/Bid Security can be
Last Date & submitted physically on or before submitted physically on or before submitted physically on or before
time of Physical Submission of
07/12/2022 at 3:00 PM (IST) at the 23/02/2023 at 3:00 PM (IST) at the 13/03/2023 at 3:00 PM (IST) at the
RFP fee and EMD/ Bid Security
following address: following address: following address:

Institute of Road Transport, 100 Institute of Road Transport, 100 Institute of Road Transport, 100
Feet Road, Taramani, Chennai – Feet Road, Taramani, Chennai – Feet Road, Taramani, Chennai –
600113 600113 600113

3. Sr. No. 13 of RFP Summary: 07/12/2022 at 3:30 PM (IST) at 23/02/2023 at 3:30 PM (IST) at 13/03/2023 at 3:30 PM (IST) at
Institute of Road Transport, 100 Institute of Road Transport, 100 Institute of Road Transport, 100

Corrigendums Document 657


Corrigendum 6 for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fuelled, Fully Built Non-Ac
Buses For various cities Of Tamil Nadu, India

S RFP clause / reference RfP Provision / clause Provision / clause as per The provision / clause
No Corrigendum 5 stands revised / replaced /
added and to be read as

Date & Time of Online opening Feet Road, Taramani, Chennai – Feet Road, Taramani, Chennai – Feet Road, Taramani, Chennai –
of Technical Bid 600113. 600113. 600113.

Director
Institute of Road Transport (IRT), Chennai

Corrigendums Document 658


REQUEST FOR PROPOSAL (RFP) FOR DESIGN, MANUFACTURE AND SUPPLY OF 1771
(NOS.) BS VI, DIESEL FUELED, FULLY BUILT NON-AC BUSES FOR VARIOUS CITIES OF
TAMIL NADU, INDIA

IRT Reference No.: 16/SF-Fully Built Bus/CP/IRT/2022

KFW Reference No.: BMZ209919234/KFW508859

Corrigendum 7

Date: 09/03/2023

Issuing Authority: Institute of Road Transport, Chennai

Corrigendums Document 659


Corrigendum 7 for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fuelled, Fully Built Non-Ac
Buses For various cities Of Tamil Nadu, India

Important notes:

1. The Corrigendum 7 consists of amendments made in the provisions of the captioned Request for Proposal (RFP). The provisions of the RFP
mentioned below from now onwards shall be read with the amendments made thereto through this Corrigendum 7.

2. This is Corrigendum 7 to the captioned RFP issued by the Institute of Road Transport (IRT), Chennai on behalf of Tamil Nadu State Transport
Corporation (TNSTC) in October 2022. This Corrigendum 7 published on date 09/03/2023 shall constitute part of the captioned RFP document.

S No RFP clause / reference RfP Provision / clause Provision / clause as per The provision / clause stands
Corrigendum 6 revised / replaced / added
and to be read as

1. Sr. No. 11 of RFP Summary : Online Submission: The Online Submission: The Online Submission: The
Technical Bid along with the Technical Bid along with the Technical Bid along with the
Last date & time scanned copy of the RFP Fees and scanned copy of the RFP Fees and scanned copy of the RFP Fees and
of Online Submission of
EMD and Price Bid shall be EMD and Price Bid shall be EMD and Price Bid shall be
Technical and Price Bid
submitted online on or before submitted online on or before submitted online on or before
05/12/2022 at 3:00 PM (IST) at 10/03/2023 at 3:00 PM (IST) at 03/04/2023 at 3:00 PM (IST) at
https://www.mstcecommerce.com/e https://www.mstcecommerce.com/e https://www.mstcecommerce.com/e
proc/index.jsp. proc/index.jsp. proc/index.jsp.

2. Sr. No. 12 of RFP Summary: Physical Submission: RFP Fee Physical Submission: RFP Fee Physical Submission: RFP Fee
and EMD/Bid Security can be and EMD/Bid Security can be and EMD/Bid Security can be
Last Date & submitted physically on or before submitted physically on or before submitted physically on or before
time of Physical Submission
07/12/2022 at 3:00 PM (IST) at the 13/03/2023 at 3:00 PM (IST) at the 05/04/2023 at 3:00 PM (IST) at the
of RFP fee and EMD/ Bid
Security following address: following address: following address:

Institute of Road Transport, 100 Institute of Road Transport, 100 Institute of Road Transport, 100
Feet Road, Taramani, Chennai – Feet Road, Taramani, Chennai – Feet Road, Taramani, Chennai –
600113 600113 600113

Corrigendums Document 660


Corrigendum 7 for Request For Proposal (RFP) For Design, Manufacture And Supply Of 1771 (Nos.) BS VI, Diesel Fuelled, Fully Built Non-Ac
Buses For various cities Of Tamil Nadu, India

S No RFP clause / reference RfP Provision / clause Provision / clause as per The provision / clause stands
Corrigendum 6 revised / replaced / added
and to be read as

3. Sr. No. 13 of RFP Summary: 07/12/2022 at 3:30 PM (IST) at 13/03/2023 at 3:30 PM (IST) at 05/04/2023 at 3:30 PM (IST) at
Institute of Road Transport, 100 Institute of Road Transport, 100 Institute of Road Transport, 100
Date & Time of Online opening Feet Road, Taramani, Chennai – Feet Road, Taramani, Chennai – Feet Road, Taramani, Chennai –
of Technical Bid 600113. 600113. 600113.

Director
Institute of Road Transport (IRT), Chennai

Corrigendums Document 661


Corrigendum 8 for Request for Proposal (RFP) for Design, Manufacture and Supply of 1771 (Nos.) BS VI, Diesel fueled, Fully Built
Non-AC Buses for various cities of Tamil Nadu, India

REQUEST FOR PROPOSAL (RFP) FOR DESIGN, MANUFACTURE AND SUPPLY OF 1771
(NOS.) BS VI, DIESEL FUELED, FULLY BUILT NON-AC BUSES FOR VARIOUS CITIES OF
TAMIL NADU, INDIA

IRT Reference No.: 16/SF-Fully Built Bus/CP/IRT/2022

KFW Reference No.: BMZ209919234/KFW508859

Corrigendum 8

Date: 24/03/2023

Issuing Authority: Institute of Road Transport, Chennai

Corrigendums Document 662


Corrigendum 8 for Request for Proposal (RFP) for Design, Manufacture and Supply of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses
for various cities of Tamil Nadu, India

Important notes:

1. This is Corrigendum 8 to the captioned RFP issued by the Institute of Road Transport (IRT), Chennai on behalf of Tamil Nadu
State Transport Corporation (TNSTC) in October 2022. This Corrigendum 6 shall constitute as an integral part of the captioned
RFP document along with Corrigendum 1 issued on 31/10/2022, Corrigendum 2 issued on 30/11/2022, Corrigendum 3 issued
on 21/12/2022, Corrigendum 4 issued on 11/01/2023, Corrigendum 5 issued on 27/01/2023, Corrigendum 6 published on
20/02/2023, Corrigendum 7 published on 09/03/2023, and Response to Queries issued simultaneously to it.

2. The Corrigendum has been segregated into mainly two parts as follows;

• Part 1: Corrigendum pertaining to Part A – Part F and Part H of the RFP (Commercial/ Non-Technical Provisions)
• Part 2: Corrigendum pertaining to Part G of the RFP i.e., Technical Specifications.

3. The Corrigendum 8 consists of amendments made in the provisions of the captioned Request for Proposal (RFP). The
provisions of the RFP mentioned below now onwards shall be read with the amendments made thereto through this
Corrigendum 8.

Corrigendums Document 663


Corrigendum 8 for Request for Proposal (RFP) for Design, Manufacture and Supply of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses
for various cities of Tamil Nadu, India

Part 1: Corrigendum pertaining to Part A – Part F and Part H of the RFP (Commercial/ Non-Technical
Provisions)

RFP clause / The Provision/clause stands revised/ replaced /added and to


S No Provision /clause
reference be read as

1. RFP The Bidder shall have valid certificates complying in ISO 9001, ISO The Bidder shall have valid certificates complying in ISO 9001 or
Summary: Sr. 14001 and OHSAS 18001/ ISO 45001 requirements as on Bid Due IATF 16949 and ISO 14001 and OHSAS 18001/ ISO 45001
No. 4 (point 5) Date. requirements as part of the technical bid.

2. RFP Bidder shall not have a conflict of interest (the “Conflict of Interest”) Kindly submit a self-attested undertaking for the following on the
Summary: Sr. as per the provisions of the RFP that affects the Bidding Process. bidder's letterhead signed by the authorised signatory for the bid.
No. 4 (point 7) Any Bidder found to have a Conflict of Interest shall be disqualified. Bidder shall not have a conflict of interest (the “Conflict of Interest”)
as per the provisions of the RFP that affects the Bidding Process.
Any Bidder found to have a Conflict of Interest shall be disqualified.

3. RFP Bidder shall not be under suspension by the purchaser and or any Kindly submit a self-attested undertaking for the following on the
Summary: Sr. Government Agency. bidder's letterhead signed by the authorised signatory for the bid.
No. 4 (point 8) Bidder shall not be under suspension by the purchaser and or any
Government Agency.

4. RFP The Physical submission can be made through RPAD/ Speed Post The Physical submission can be made through RPAD/ Speed Post/
Summary: Sr. only and shall be as per the instructions specified in Clause 4.19.1. hand delivery only and shall be as per the instructions specified in
No. 12 Clause 4.19.1.

Physical submission made by an international Bidder through a


reputed delivery service shall be accepted.

5. RFP (Para 2) (Para 2)


Summary: Sr. A Bid Security/ EMD shall be submitted in form of Demand Draft (DD) A Bid Security/ EMD shall be submitted in form of Demand Draft
No. 16 in favour of “The Director, IRT” from Nationalized or Scheduled (DD)/ Bank Guarantee (BG) in favour of “The Director, IRT” from
Banks in India, payable at Chennai (or) as Real Time Gross Nationalized or Scheduled Banks in India, payable at Chennai as per
Settlement (RTGS)/ Net-banking on or before the due date of the format provided in the Annexure A of Corrigendum 3 (or) as
submission of bids. In the case of RTGS/ Net-Banking, the amount Real Time Gross Settlement (RTGS)/ Net- banking on or before the
due date of submission of bids as part of Technical Bid Submission.

Corrigendums Document 664


Corrigendum 8 for Request for Proposal (RFP) for Design, Manufacture and Supply of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses
for various cities of Tamil Nadu, India

RFP clause / The Provision/clause stands revised/ replaced /added and to


S No Provision /clause
reference be read as

has to be sent to following bank account on or before the due date of In the case of RTGS/ Net-Banking, the amount has to be sent to
submission of bids. following bank account on or before the due date of submission of
bids.

6. RFP (Para 1) (Para 1)


Summary: Sr. 10% of the total Contract Value of Buses allotted to respective STUs 6% of the total Contract Value of Buses allotted to respective STUs
No. 17 under each Package. The Performance Security shall be submitted under each Package. The Performance Security shall be submitted
in form of Bank Guarantee in favour of “Managing Directors of in form of Bank Guarantee in favour of “Managing Directors of
Respective STUs” from Nationalized or Scheduled Banks in India, Respective STUs” from Nationalized or Scheduled Banks in India,
payable at Chennai. payable at Chennai.

(Para 2) (Para 2)
The bank guarantee towards Performance Security equal to 10% of The bank guarantee towards Performance Security equal to 6% of
total Contract value shall be in force and valid till the expiry of total Contract value shall be in force and valid till the expiry of
Complete Bus Warranty period for the Buses as specified in the (Sr. Complete Bus Warranty period for the Buses as specified in the (Sr.
No. 21, Point A of RFP Summary). The Contractor shall refurbish a No. 21, Point A of RFP Summary). The Contractor shall refurbish a
fresh Performance Security or reduce the security amount to 5% of fresh Performance Security or reduce the security amount to 3% of
the Contract value with extended time period ending after 30 days of the Contract value with extended time period ending after 30 days of
expiry of the Structure Warranty as per Sr. No. 21, Point B of RFP expiry of the Structure Warranty as per Sr. No. 21, Point B of RFP
Summary and as extended for a suitable period by the Contractor in Summary and as extended for a suitable period by the Contractor in
case of any extension of Contracted Delivery Schedule. case of any extension of Contracted Delivery Schedule.

7. RFP Point A. Complete Bus Warranty ………… 24 calendar months or Point A. No Change.
Summary: Sr. 2,50,000 Km per Bus whichever is later from the issuance of the Final
No. 21 Acceptance Certificate. Point B. Additional Warranty for any manufacturing Defect in design,
material and workmanship of the Bus structure, structural elements
Point B. Additional Warranty ………… 9 years or 9,90,000 km per of the suspension and engine cradle of all Bus Types shall be 6 years
Bus whichever is later from the issuance of the Final Acceptance or 6,60,000 km per Bus whichever is later from the issuance of the
Certificate (“Structure Warranty Period”). Final Acceptance Certificate (“Structure Warranty Period”).

Point C. Additional Warranty …………. 9 years (2 years warranty + Point C. Additional Warranty for any manufacturing Defect in design,
7 years of extended warranty) from the issuance of the Final material and workmanship in the onboard ITS equipment shall be 5
Acceptance Certificate as per the provision of the RFP (“ITS years (3 years warranty + 2 years of extended warranty with
equipment Warranty Period”). maintenance) from the issuance of the Final Acceptance Certificate

Corrigendums Document 665


Corrigendum 8 for Request for Proposal (RFP) for Design, Manufacture and Supply of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses
for various cities of Tamil Nadu, India

RFP clause / The Provision/clause stands revised/ replaced /added and to


S No Provision /clause
reference be read as

as per the provision of the RFP (“ITS equipment Warranty Period”).

Table B of Annexure 8 of the RFP pertaining to Capital Cost for


ICT Aggregates and Additional/ Extended Warranty information
stands revised as per Annexure B of Corrigendum 3.

8. RFP Point A. The Contractor ........... specified below; (“Assured Fuel Point A: The Contractor ........... specified below; (“Assured Fuel
Summary: Sr. Efficiency”); Efficiency”);
No. 22 Following are the values of minimum average fuel efficiency derived Following are the values of minimum average fuel efficiency derived
based on empirical records available with TNSTC. based on empirical records available with TNSTC.

Package 1 -Type 1 Buses - 4.35


Package 1 -Type 1 Buses - 4.35 Package 2 - Type II (SDX) Buses - 5.25
Package 2 - Type II (NDX) Buses - 5.25 Package 3 - Type II (DLX) Buses - 5.16
Package 3 - Type II (DLX) Buses - 5.25
Point B. In addition to the above, the Contractor/Successful Bidder,
Point B. In addition to above, the Contractor/Successful Bidder shall after formal deployment of the Contracted Buses into the
be required to submit the test results for each type of Buses awarded Operations, jointly with Officials/Representatives authorized by
to it, carried out based on Indian Driving Cycle (IDC), published by STUs, shall be required to conduct Actual Fuel Efficiency Tests
Ministry of Roads Transport and Highways (MoRTH), Govt of India for the first Three (3) months from the date of deployment of a
from ARAI, CIRT or another equivalent institute specified in the Bus. STUs shall decide and approve the Fuel Efficiency Test
CMVR to validate fuel efficiency of the Buses being offered under this Method in consultation with the Contractor at the time of
RFP by the Contractor. Such submission shall be made strictly at the deployment of the Buses. Such test shall be conducted on a
time of the Prototype Inspection of each package of buses awarded minimum 50% of the total Contracted Buses, operating on
to the Contractor(s) /Successful Bidder(s). routes with different traffic patterns, driving cycles, terrain, load
factor etc (“Test Bus(es)). The Contractor/Successful Bidder
Point C. The Authority shall consider the assured fuel efficiency and Authorised Representatives of STUs shall submit the
value as per point (A) above or as per the IDC value submitted by the results of the Fuel Efficiency Test to STUs for review and
bidder as per point (B) above, whichever is higher. approval. The Contractor shall not be permitted to
change/replace the Test Bus(es) in normal circumstances,
except in case of a major breakdown.

Point C. The Authority shall consider the value whichever is higher


from the assured fuel efficiency value as per point (A) above OR

Corrigendums Document 666


Corrigendum 8 for Request for Proposal (RFP) for Design, Manufacture and Supply of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses
for various cities of Tamil Nadu, India

RFP clause / The Provision/clause stands revised/ replaced /added and to


S No Provision /clause
reference be read as

the average value of Fuel Efficiency achieved on all Test Buses


the during the Fuel Efficiency Test described in Point (B) above.

Upon non-submission of the Assured Fuel Efficiency Report,


result, the Authority shall, at its own discretion, after
deployment of all the remedial measures, without prejudice to
the Contractor, consider such non-submission as the
Contractor’s event of default.

9. RFP (Para 1) (Para 1)


Summary: Sr. Liquidated damages (LDs) for delay in completion of delivery: Liquidated damages (LDs) for delay in completion of delivery:
No. 23 i. If the Contractor fails …………………. delivery schedule. i. If the Contractor fails …………………. delivery schedule.

ii. The amount of pre estimated ………… of contract ii. Clause Deleted.

iii. The LDs for delay …………….. provision of the Contract. iii. The LDs for delay …………….. provision of the Contract.

(Para 2) (Para 2)
Liquidated Damages for not meeting Complete Bus Warranty Liquidated Damages for not meeting Complete Bus Warranty
Conditions and Structure Warranty Conditions: Conditions and Structure Warranty Conditions:
i. If the Contractor fails to adhere to the timelines ………… the i. If the Contractor fails to adhere to the timelines ………… the
Performance Security. Performance Security.

ii. If the Contractor fails to adhere the Service Levels Agreements ii. If the Contractor fails to adhere the Service Levels Agreements
……………… the Performance Security as follows: ……………… the Performance Security as follows:

(Para 3) (Para 3)
Liquidated Damages for not maintaining Assure Fuel Efficiency: Liquidated Damages for not maintaining Assure Fuel Efficiency:
i. The Authority shall …….………. the Warranty Period. i. The Authority shall …….………. the Warranty Period.

ii. In case the …………..………..Bank Guarantee. ii. In case the …………..………..Bank Guarantee.

iii. The Contractor shall …………. the provision of the RFP. iii. The Contractor shall …………. the provision of the RFP.

Corrigendums Document 667


Corrigendum 8 for Request for Proposal (RFP) for Design, Manufacture and Supply of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses
for various cities of Tamil Nadu, India

RFP clause / The Provision/clause stands revised/ replaced /added and to


S No Provision /clause
reference be read as

(Para 4) (Para 4)

Liquidated Damages for failing to setup After Sales Network and Liquidated Damages for failing to setup After Sales Network and
Spare Parts Inventory Spare Parts Inventory

Upon failing to ………………….. as Liquidated Damages. Upon failing to ………………….. as Liquidated Damages.

(Para 5)
The following provision has been re-inserted as Para 5 to Sr. No.
23 of the RFP summary.

The amount of pre-estimated liquidated damages during the


Contract Period to be charged under the contract, in terms of
Clause 29.4, Clause 39 and Clause 40 of General Conditions of
Contact (GCC) or other Liquidated Damages provided elsewhere
in the RFP shall not exceed 10% of the total value of contract.

10. Part E: Clause The Bidder shall confirm adequate availability of spare parts and after The Bidder shall confirm adequate availability of spare parts and after
3.1.4 sales services in India for the Buses offered till 12 years from the date sales services in India for the Buses offered for at least 9 years from
of Commissioning of Buses in the bid by furnishing a notarized the date of Commissioning of Buses in the bid by furnishing a
undertaking or self- declaration certificate on their official letter head notarized undertaking or self- declaration certificate on their official
as part of the Technical Bid Submission. In case of non-submission letter head as part of the Technical Bid Submission. In case of non-
of such undertaking the entire bid shall be summarily rejected. submission of such undertaking the entire bid shall be summarily
rejected.

11. Part E: Clause The Bidders are required to deposit, along with the Bid, an Earnest The Bidders are required to deposit, along with the Bid, an Earnest
4.5.2 Money Deposit of the amount specified in the RFP summary (“Bid Money Deposit of the amount specified in the RFP summary (“Bid
Security/ Earnest Money Deposit” or “EMD”), which shall be Security/ Earnest Money Deposit” or “EMD”), which shall be
provided in the form of Demand Draft (DD) Bank in favour of “The provided in the form of Demand Draft (DD)/ Demand Draft (DD)/
Director, IRT”, (or) Real Time Gross Settlement (RTGS)/ Net-banking Bank Guarantee (BG) in favour of “The Director, IRT” as per the
on or before the due date of submission of bids. In the case of RTGS/ format provided in the Annexure A of Corrigendum 3 (or) as Real
Net-Banking, the amount has to be sent to bank account details Time Gross Settlement (RTGS)/ Net- banking on or before the due
date of submission of bids as part of Technical Bid Submission. In

Corrigendums Document 668


Corrigendum 8 for Request for Proposal (RFP) for Design, Manufacture and Supply of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses
for various cities of Tamil Nadu, India

RFP clause / The Provision/clause stands revised/ replaced /added and to


S No Provision /clause
reference be read as

provided in Sr. No. 16 of RFP Summary on or before the due date of the case of RTGS/ Net-Banking, the amount has to be sent to bank
submission of bids. account details provided in Sr. No. 16 of RFP Summary on or before
the due date of submission of bids.

12. Part E: Clause The RFP Fees and EMD shall be submitted in Physical form in a The RFP Fees and EMD shall be submitted in Physical form in a
4.5.2 sealed cover through Speed Post/ RPAD only on or before the sealed cover through Speed Post/ RPAD/ hand delivery only on or
timeline specified in the RFP Summary. The scanned copy of the before the timeline specified in the RFP Summary. Physical
RFP Fees and EMD shall also be uploaded along with Technical Bid submission made by an international Bidder through a reputed
on https://www.mstcecommerce.com/eproc/index.jsp. delivery service shall be accepted. The scanned copy of the RFP
Fees and EMD shall also be uploaded along with Technical Bid on
https://www.mstcecommerce.com/eproc/index.jsp.

13. Part F: Clause (Para 1) (Para 1)


4.1 The Bank Guarantee/ should be from any Indian nationalized or The Bank Guarantee/ should be from any Indian nationalized or
Scheduled bank. Bank Guarantee should be drawn in favour of “MDs Scheduled bank. Bank Guarantee should be drawn in favour of “MDs
of Respective STUs”, payable at Chennai. The total value of contract of Respective STUs”, payable at Chennai. The total value of contract
inclusive of duties and taxes shall be taken into account for inclusive of duties and taxes shall be taken into account for
calculation of amount of Performance Security. The bank guarantee calculation of amount of Performance Security. The bank guarantee
towards Performance Security equal to 10% of total Contract value towards Performance Security equal to 6% of total Contract value
shall be in force and valid till the expiry of the Complete Bus Warranty shall be in force and valid till the expiry of the Complete Bus Warranty
period for the Buses as specified in the (Sr. No. 21, Point A of RFP period for the Buses as specified in the (Sr. No. 21, Point A of RFP
Summary). Summary).

(Para 2) (Para 2)
The Contractor shall refurbish a fresh Performance Security or The Contractor shall refurbish a fresh Performance Security or
reduce the security amount to 5% of the Contract value with extended reduce the security amount to 3% of the Contract value with
time period ending after 30 days of expiry of the Structure Warranty extended time period ending after 30 days of expiry of the Structure
Period as per Sr. No. 21, Point B of RFP Summary and as extended Warranty Period as per Sr. No. 21, Point B of RFP Summary and as
for a suitable period by the Contractor in case of any extension of extended for a suitable period by the Contractor in case of any
Contracted Delivery Schedule. extension of Contracted Delivery Schedule.

14. Part F: Clause On rejection of any Bus, subjected to inspection or assessment of On rejection of any Bus, subjected to inspection or assessment of
14.1 performance during commissioning at Authority’s premises, such performance during commissioning at Authority’s premises, such
buses shall be removed and replaced by Contractor at his own cost buses shall be repaired or removed and replaced by Contractor at

Corrigendums Document 669


Corrigendum 8 for Request for Proposal (RFP) for Design, Manufacture and Supply of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses
for various cities of Tamil Nadu, India

RFP clause / The Provision/clause stands revised/ replaced /added and to


S No Provision /clause
reference be read as

subject as hereinafter stipulated, within 21 days of the date of his own cost subject as hereinafter stipulated, within 21 days of the
intimation of such rejection. If the concerned communication is date of intimation of such rejection. If the concerned communication
addressed and posted to Contractor at the address mentioned in is addressed and posted to Contractor at the address mentioned in
contract, it shall be deemed to have been served on him at the time contract, it shall be deemed to have been served on him at the time
when such communication would in course of ordinary post reach when such communication would in course of ordinary post reach
Contractor, provided that where price or part thereof has been paid, Contractor, provided that where price or part thereof has been paid,
the Authority is entitled without prejudice to his other rights to retain the Authority is entitled without prejudice to his other rights to retain
rejected buses till either price paid for the rejected buses is refunded rejected buses till either price paid for the rejected buses is refunded
by the Contractor or the same quantity of buses are replaced by the by the Contractor or the same quantity of buses are replaced by the
Contractor, save that such retention shall not in any circumstances Contractor, save that such retention shall not in any circumstances
be deemed to be acceptance of buses or waiver of rejection thereof. be deemed to be acceptance of buses or waiver of rejection thereof.

15. Part F: Clause The Contractor, at its own cost, shall “Train the Trainers” on 1) BSVI The Contractor, at its own cost, shall “Train the Trainers” on 1) BSVI
21.1 technology and 2) on- board ITS equipment to at least 25 Driving technology and 2) on- board ITS equipment to at least 25 Driving
Instructors and 15 Maintenance Instructors per TNSTC STU. This Instructors and 15 Technical Instructors per TNSTC STU. This shall
Package 1, 2 shall also include training the Depot Managers and Engineers. The include conducting orientation/workshops for 20 Depot
& 3, Part G – I, Contractor shall provide adequate material and resources required managers, 25 technical supervisory staff per TNSTC STU. The
32.4 for the training. Contractor shall provide adequate material and resources required
for the training.

16. Part F: Clause The Contractor shall submit the training content, Manuals and list of The Contractor shall submit the training content, Manuals and list of
21.2 resources to the Authority within 10 days from the date of issue of resources to the Authority in English within 10 days and in Tamil
Letter of Acceptance/ Work Order. The training content shall be within 20 days from the date of issue of Letter of Acceptance/ Work
Package 1, 2 reviewed by the Authority or representatives of the Authority in light Order. The training content shall be reviewed by the Authority or
&3 of larger capacity building program proposed under the Bus representatives of the Authority in light of larger capacity building
Part G - I, 32.4 Modernisation Plan. on The Contractor shall immediately commence program proposed under the Bus Modernisation Plan. on The
the training pursuant to clause 21.1 above after incorporating the Contractor shall immediately commence the training pursuant to
suggestions/modifications provided by the Authority or its clause 21.1 above after incorporating the suggestions/ modifications
representatives. The Contractor shall make available the finalised provided by the Authority or its representatives. The Contractor shall
training manuals in English and Tamil languages for the purpose of make available the finalised training manuals in English and Tamil
imparting better understanding of the training content to the trainees. languages for the purpose of imparting better understanding of the
training content to the trainees.

Corrigendums Document 670


Corrigendum 8 for Request for Proposal (RFP) for Design, Manufacture and Supply of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses
for various cities of Tamil Nadu, India

RFP clause / The Provision/clause stands revised/ replaced /added and to


S No Provision /clause
reference be read as

17. Part F: Clause The training shall be provided at regional training centres of the The training shall be provided at regional training centres of the
21.3 Authority/ IRT. The Contractor shall provide minimum 3 (nos.) of Authority/ IRT after the issuance of the Provisional Receipt
training bus or simulator or similar adequate infrastructure for the Certificate for the first lot of Contracted Buses. The Contractor
Package 1, 2 purpose of Physical Training based on the requirement. The can also arrange such Physical Training at its own premises/facility
&3 Contractor can also arrange such Physical Training at its own at its own cost.
Part G - I, 32.4 premises/facility at its own cost.

18. Part F: Clause The Contractor shall make available such infrastructure for Physical Clause 21.4 of Part F of RfP stands deleted
21.4, Training, till arrival of first lot of buses in each STU, for the purpose
Package 1, 2 of Training by the Trainers to the other staff
&3
Part G - I, 32.4

19. Part F: Clause Contractor shall ………….. of Buses at his cost. However, at least Contractor shall ………….. of Buses at his cost. However, at least
39.2 one competent engineer shall necessarily be stationed during the one competent engineer shall necessarily be available on call during
entire Complete Bus Warranty period for evaluation of performance the entire Complete Bus Warranty period for evaluation of
of Buses & keeping liaison with the Authority. Necessary technical performance of Buses & keeping liaison with the Authority.
personnel shall also be deputed by the Contractor at his cost for Necessary technical personnel shall also be deputed by the
investigating defects and failures and carrying out modifications as Contractor at his cost for investigating defects and failures and
and when required during the warranty period. carrying out modifications as and when required during the warranty
period.

20. Part H: Annexure 8: Information on Key Bus and ICT Aggregates Annexure 8 of the RFP is to be submitted as part of Price Bid
Annexure 8 Online only as a PDF, duly signed and stamped by the
Authorised Signatory.

21. Part H: Annexure 12: Format of Price Bid Table B of Annexure 12 of the RFP should be submitted as part
Annexure 12 of Price Bid Online, as a PDF, duly signed and stamped by the
Authorised Signatory.

The following clause stands inserted as point (vii) in Price Bid


for Package 1 and point (vi) in Price Bid for Package 2 and

Corrigendums Document 671


Corrigendum 8 for Request for Proposal (RFP) for Design, Manufacture and Supply of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses
for various cities of Tamil Nadu, India

RFP clause / The Provision/clause stands revised/ replaced /added and to


S No Provision /clause
reference be read as

Package 3 in the Notes provided below Table B: Details of Taxes


and Duties.

“The Basic Price (Cell B(a)) shall include the capital cost of the
ICT aggregates as per the RFP Provisions”

Refer Annexure C of Corrigendum 3 (Annexure 12 of the RFP)


attached with this document for the Format of Price Bid.

22. Part E: Clause Sr Submi Submi Envelop Annex Documents to Sr Submi Submi Envelop Annexur Documents to
4.19.1 . ssion ssion e to be ures to be attached . ssion ssion e to be es to be be attached
No Type titled as be along with the No Type titled as submitte along with the
. submit submission . d submission
ted
3 Price Online Not Annexur Para 1
3 Price Online Not Annex Separate Price Bid Only Applicabl e 12 of Separate Price
Bid Only Applicabl ure 12 Bid to be e the RFP Bid to be
e of the submitted for submitted for
RFP each Package each Package
as per Annexure as per
12: Format of Annexure 12:
Price Bid Format of
Price Bid (as
given in
Annexure C
of this
Corrigendum
3)

The following
provision
stands

10

Corrigendums Document 672


Corrigendum 8 for Request for Proposal (RFP) for Design, Manufacture and Supply of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses
for various cities of Tamil Nadu, India

RFP clause / The Provision/clause stands revised/ replaced /added and to


S No Provision /clause
reference be read as

inserted as
para 2:

The Bidder
shall submit
the Price Bid
online as per
the format
provided at
the
designated
location at the
following URL
https://www.
mstcecommer
ce.com/eproc/
index.jsp. The
format for
Price Bid
which shall be
displayed is
appended as
Annexure C of
this
Corrigendum
3.

23. Part E: Clause The Total Destination Price/ Landed Cost for all Buses under each Following provision stands inserted as Para 1 in Clause 5.4.1
5.4.1 Package quoted by the Bidder shall be the bid parameter which shall
be used for the purpose of evaluation of the Bids and selection of the (Para 1)
Successful Bidder for each Package in accordance with the terms
The bidder shall Destination Price/ Landed Cost for a Bus (the sum
and conditions of this RFP documents. The Price Bid shall be
of item “a” to “j”) in the online Price Bid format. The Authority shall
provided by the Bidder in the format as specified in Annexure 12:
convert the per Bus cost into Destination Price/ Landed Cost for the

11

Corrigendums Document 673


Corrigendum 8 for Request for Proposal (RFP) for Design, Manufacture and Supply of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses
for various cities of Tamil Nadu, India

RFP clause / The Provision/clause stands revised/ replaced /added and to


S No Provision /clause
reference be read as

Format of Price Bid to this RFP. All the bidders are required to quote Tendered Quantity (i.e. all Buses being procured under each
the prices in Indian Rupees only. Package) using the following formula:

Destination Price/ Landed Cost for the Tendered Quantity =


(PBC) X (TQ)

Whereas;

PBC = Destination Price/ Landed Cost per Bus under the Package
in question

TQ = Tendered Quantity under the package in question

(Para 2)

The Total Destination Price/ Landed Cost for the Tendered


Quantity under each Package shall be calculated as per the
above formula shall be the bid parameter which shall be used for
the purpose of evaluation of the Bids and selection of the Successful
Bidder for each Package in accordance with the terms and
conditions of this RFP documents. The Price Bid shall be provided
by the Bidder in the format as specified in Annexure C of this
Corrigendum 3. All the bidders are required to quote the prices in
Indian Rupees only.

12

Corrigendums Document 674


Corrigendum 8 for Request for Proposal (RFP) for Design, Manufacture and Supply of 1771
(Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil Nadu, India

Annexure A: Format of Bank Guarantee for EMD

This Deed of Guarantee is made on this ______day of __________, 2022 at


________________ by __________________ a _____________ Bank and having its Head
Office/Registered Office at _______________ and a Branch Office at ______________,
Chennai (hereinafter referred to as “the Bank” or “the Guarantor”, which expression shall
unless it be repugnant to the subject or context hereof be deemed to include its successors
and assigns) in favour of Authority having its Registered Office at, ______________________
(Tamil Nadu) (hereinafter referred to as “Authority” which expression shall unless it be
repugnant to the subject or context hereof be deemed to include its successors and assigns).

WHEREAS, the AUTHORITY undertook the process of competitive bidding in order to select
the most desirable firm/ company for _______________________________________ [Name
of the RFP] which purpose AUTHORITY issued an RFP document inviting Bids from the
Bidders;

WHEREAS, _________________ [Name of Bidder] (hereinafter called “the Bidder”) has


submitted his Bid dated ___________ [Date] for Design, Manufacture and Supply Of 1771
(Nos.) BS VI, Diesel Fuelled, Fully Built Non-Ac Buses For various cities Of Tamil Nadu, India
(hereinafter called “the Bid”).

In the event of any breach or non-performance of the following terms and conditions contained
in the RFP document:
(1) if the Bidder withdraws or modifies his Bid during the period of Bid validity specified in
the RFP; or

(2) if the Bidder refuses to accept the correction of errors in his Bid; or

(3) If the Bidder submits a conditional Bid which would affect unfairly the competitive
provision of other Bidders who submitted substantially responsive Bids and/or is not
accepted by AUTHORITY, or

(4) if the Bidder, having been notified of the acceptance of his Bid by the AUTHORITY
during the period of Bid validity and the bidder fails or refuses to execute the Agreement
in accordance with the RFP documents;

13

Corrigendums Document 675


Corrigendum 8 for Request for Proposal (RFP) for Design, Manufacture and Supply of 1771
(Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil Nadu, India

(5) If the bidder engages in fraudulent or corrupt practices

The Guarantor agrees absolutely, irrevocably and unconditionally guarantees and undertakes
to pay to AUTHORITY a sum of Indian Rupees _______________________ (Amount of EMD
in INR) without any protest or demur and upon receipt of first written demand from
AUTHORITY, without having to substantiate his demand, provided that in his demand
AUTHORITY will note that the amount claimed by him is due to him owing to the occurrence
of any one or more of the conditions, specifying the occurred condition or conditions.

This Guarantee will remain in force up to and including the date _________ (210 days) days
from the Bid Submission Date or as it may be extended by the bidder on a written request by
AUTHORITY, notice of which extension(s) to the Bank is hereby waived. Any demand in
respect of this Guarantee should reach the Bank not later than the above date.

The jurisdiction in relation to this Guarantee shall be the Courts at Chennai and Indian Law
shall be applicable.

The claim in respect of this Bank Guarantee shall be admissible, encashable and extendable
at any of our Chennai Branches and such Bank Guarantee is encashable at Chennai Branch.

IN WITNESS WHEREOF the Guarantor has executed this Guarantee on this _____ day of
_______________and year first herein above written.

Signed and delivered by the

above named ________________Bank by

its Authorized Signatory as authorized by

Board Resolution passed on ___________

Power of Attorney dated ________

14

Corrigendums Document 676


Corrigendum 8 for Request for Proposal (RFP) for Design, Manufacture and Supply of 1771
(Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil Nadu, India

________________

Authorized Signatory

Name:

Designation:

In the presence of:

1.

2.

15

Corrigendums Document 677


Corrigendum 8 for Request for Proposal (RFP) for Design, Manufacture and Supply of 1771
(Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil Nadu, India

Annexure B:

(Table B of Annexure 8 of the RFP: Capital Cost for ICT Aggregates stands revised as
given below. The Annexure 8 of the RFP is to be submitted as part of Price Bid Online
only as a PDF, duly signed and stamped by the Authorised Signatory.)

S.No. Particular Item Quantity Unit of Unit Unit Total


Measurement Price in Price Tax Price in
INR in INR INR

A B C D E F G=CX
(E+F)
I. Hardware Component
1. Bus PIS Unit; includes PIS sign Nos.
boards (front) with wiring
harness for all types of buses.
2. Bus PIS Unit; includes PIS sign Nos.
boards (Rear) with wiring
harness for all types of buses.
3. Bus PIS Unit; includes PIS sign Nos.
boards (Side) with wiring
harness for all types of buses.
4. Bus PIS Unit; includes PIS sign Nos.
boards (Inner) with wiring
harness for all types of buses.
5. Bus PAS Unit (Includes set of 6 Sets.
speakers in each bus)
6. SCU Unit for Buses: (1 unit Sets.
includes -SCU with SSD; built in
Amplifier, 4G and above
modem, Combine Antenna
along with installation material
and accessories including
telematics functionalities)
7. BDC Unit for Buses: (1 unit Sets.
includes - Bus Driver Console
(BDC) with emergency button
feature, Microphone, SOS
buttons along with installation
material and accessories)
8. Telematics Interface Sets.
9. Wiring Provision for two Sets.
surveillance cameras in each
bus to monitor bus interiors
(doors, driver zone, ticketing
zone etc.) and one
reversing surveillance camera.
II. Additional Warranty
10. Extended Warranty for 4th Year 1 Year
from date of delivery of Buses

16

Corrigendums Document 678


Corrigendum 8 for Request for Proposal (RFP) for Design, Manufacture and Supply of 1771
(Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil Nadu, India

11. Extended Warranty for 5th Year 1 Year


from date of delivery of Buses
III. Training
12. Training and capacity building 1 Lumpsum
for MTC as specified in the RFP
13. Training and capacity building 1 Lumpsum
for TNSTC Coimbatore as
specified in the RFP
14. Training and capacity building 1 Lumpsum
for TNSTC Madurai as specified
in the RFP
IV. Integration
15. Integration with Backend 1 Lumpsum
Systems
16. Integration Telematics Hardware 3 Lumpsum
(CAN2.0/ J1939) with backend
systems per STU for all buses
Total CAPEX (I+II+III+IV)

17

Corrigendums Document 679


Corrigendum 8 for Request for Proposal (RFP) for Design, Manufacture and Supply of 1771
(Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil Nadu, India

Annexure C (Annexure 12: Format of Price Bid)

Annexure 12: Indicative Format of Price Bid

Note: The price bid for each Package is to be submitted online only at
https://www.mstcecommerce.com/eproc/index.jsp. Price bid submitted physically and/
or combined price bid for all Packages or for entire tendered quantity of Buses shall be
summarily rejected.

INDICATIVE PRICE BID FOR PACKAGE 1


Design, Manufacture and Supply of 1107 (Nos.) 11 mtr long 900 mm Floor
Height Non-AC BSVI Diesel fuelled Fully Built buses – Type I
A: Break-up of Price for Buses with Manual Transmission

Particular INR Per Bus


Sr. No.
(A) (B)
a Basic Price

b Packing Charges, if any

c Custom and any other ad valorem duties

d Central Excise Duty

e Other levies

f GST

g Forwarding Charges

h Insurance Charges

i Freight to Destination

j Any other Charges


Total Destination price/Landed Price
k
(Sum of Sr. No. (a) to Sr. No (j))

B: Details of Taxes and Duties

Sr. Applicable rate as


Taxes and Duties Basis of Taxes and Duties.
No. on Bid Due Date
Custom and any other
1
ad valorem duties
2 Central Excise Duty
3 Other levies
4 GST

18

Corrigendums Document 680


Corrigendum 8 for Request for Proposal (RFP) for Design, Manufacture and Supply of 1771
(Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil Nadu, India

1. It is hereby certified that we have understood Instructions to Bidders, General


Conditions of Contract (including Option Clause thereof), Technical Specification,
RFP Summary and all terms and conditions given in the RFP Document and have
thoroughly examined the Specification given in RFP Document. We are fully aware
of the type of Buses required and our offer is to supply Buses strictly in accordance
with requirements and according to the terms of RFP Document. We agree to abide
by the conditions of the RFP Document.
2. We hereby offer to supply Buses detailed above or such portion thereof as Authority
may specify in the Letter of Acceptance/ Contract at the price quoted and agree to
hold this offer open for acceptance for a period of 120 days from the Last Date of
Submission of Bid.
C: Break-up of Price for Buses with Automatic Transmission

Particular INR Per Bus


Sr. No.
(A) (B)

a Basic Price
Packing Charges,
b
if any
c Custom and any other ad valorem duties

d Central Excise Duty

e Other levies

f GST

g Forwarding Charges

h Insurance Charges

i Freight to Destination

j Any other Charges


Total Destination price/Landed Price
k
(Sum of Sr. No. (a) to Sr. No (j))

NOTE:

i. Prices provided in TABLE: A: Break-up of Price for Buses with Manual


Transmission above shall only be considered for the evaluation. The Bidder
quoting Lowest Price for any of the given category shall be considered preferred
Bidder.

19

Corrigendums Document 681


Corrigendum 8 for Request for Proposal (RFP) for Design, Manufacture and Supply of 1771
(Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil Nadu, India

ii. Prices for buses for automatic transmission (TABLE: C Break-up of Price for
Buses with Automatic Transmission) shall not be considered for evaluation and
award of the contract in any circumstances.
iii. The Foreign Bidders shall quote the price in INR (Indian Rupees) terms only. Any
risk of change in taxes in the country of origin and foreign exchange risk shall
entirely be borne by the Foreign Bidder.
iv. Clause stands deleted.
v. Clause stands deleted.
vi. Bidder shall clearly indicate breakup of prices in their Bids for Bus Price including
government taxes/ levies etc. as applicable at the time of filling their Bids.

vii.The Basic Price (Cell B (a)) shall include the capital cost of the ICT aggregates
and installation as per the RFP Provisions.

SIGNATURE AND SEAL OF THE BIDDER

20

Corrigendums Document 682


Corrigendum 8 for Request for Proposal (RFP) for Design, Manufacture and Supply of 1771
(Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil Nadu, India

INDICATIVE PRICE BID FOR PACKAGE 2


Design, Manufacture and Supply of 484 (Nos.) 11 mtr long 1150 mm Floor
Height Non-AC BSVI Diesel fuelled Fully Built buses – Type II (SDX)
A: Break-up of Price

Particular INR Per Bus


Sr. No.
(A) (B)

a Basic Price
Packing Charges,
b
if any
c Custom and any other ad valorem duties

d Central Excise Duty

e Other levies

f GST

g Forwarding Charges

h Insurance Charges

i Freight to Destination

j Any other Charges


Total Destination price/Landed Price
k
(Sum of Sr. No. (a) to Sr. No (j)))

B: Details of Taxes and Duties

Sr. Applicable rate as


Taxes and Duties Basis of Taxes and Duties.
No. on Bid Due Date
Custom and any other
1
ad valorem duties
2 Central Excise Duty
3 Other levies
4 GST

1. It is hereby certified that we have understood Instructions to Bidders, General


Conditions of Contract (including Option Clause thereof), Technical Specification,
RFP Summary and all terms and conditions given in the RFP Document and have
thoroughly examined the Specification given in RFP Document. We are fully aware
of the type of Buses required and our offer is to supply Buses strictly in accordance

21

Corrigendums Document 683


Corrigendum 8 for Request for Proposal (RFP) for Design, Manufacture and Supply of 1771
(Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil Nadu, India

with requirements and according to the terms of RFP Document. We agree to abide
by the conditions of the RFP Document.
2. We hereby offer to supply Buses detailed above or such portion thereof as Authority
may specify in the Letter of Acceptance/ Contract at the price quoted and agree to
hold this offer open for acceptance for a period of 120 days from the Last Date of
Submission of Bid.

NOTE:

i. The Bidder quoting Lowest Price for any of the given category shall be considered
preferred Bidder.
ii. The Foreign Bidders shall quote the price in INR (Indian Rupees) terms only. Any
risk of change in taxes in the country of origin and foreign exchange risk shall
entirely be borne by the Foreign Bidder.
iii. Clause stands deleted.
iv. Clause stands deleted.
v. Bidder shall clearly indicate breakup of prices in their Bids for Bus Price including
government taxes/ levies etc. as applicable at the time of filling their Bids.

vi.The Basic Price (Cell B (a)) shall include the capital cost of the ICT aggregates
and installation as per the RFP Provisions.

SIGNATURE AND SEAL OF THE BIDDER

22

Corrigendums Document 684


Corrigendum 8 for Request for Proposal (RFP) for Design, Manufacture and Supply of 1771
(Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil Nadu, India

INDICATIVE PRICE BID FOR PACKAGE 3


Design, Manufacture and Supply of 180 (Nos.) 12 mtr long 1150 mm Floor
Height Non-AC BSVI Diesel fuelled Fully Built buses – Type II (DLX)
A: Break-up of Price

Particular INR Per Bus


Sr. No.
(A) (B)

a Basic Price
Packing Charges,
b
if any
c Custom and any other ad valorem duties

d Central Excise Duty

e Other levies

f GST

g Forwarding Charges

h Insurance Charges

i Freight to Destination

j Any other Charges


Total Destination price/Landed Price
k
(Sum of Sr. No. (a) to Sr. No (j))

B: Details of Taxes and Duties

Sr. Applicable rate as


Taxes and Duties Basis of Taxes and Duties.
No. on Bid Due Date
Custom and any other
1
ad valorem duties
2 Central Excise Duty
3 Other levies
4 GST

1. It is hereby certified that we have understood Instructions to Bidders, General


Conditions of Contract (including Option Clause thereof), Technical Specification,
RFP Summary and all terms and conditions given in the RFP Document and have
thoroughly examined the Specification given in RFP Document. We are fully aware
of the type of Buses required and our offer is to supply Buses strictly in accordance

23

Corrigendums Document 685


Corrigendum 8 for Request for Proposal (RFP) for Design, Manufacture and Supply of 1771
(Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses for various cities of Tamil Nadu, India

with requirements and according to the terms of RFP Document. We agree to abide
by the conditions of the RFP Document.
2. We hereby offer to supply Buses detailed above or such portion thereof as Authority
may specify in the Letter of Acceptance/ Contract at the price quoted and agree to
hold this offer open for acceptance for a period of 120 days from the Last Date of
Submission of Bid.

NOTE:

i. The Bidder quoting Lowest Price for any of the given category shall be considered
preferred Bidder.
ii. The Foreign Bidders shall quote the price in INR (Indian Rupees) terms only. Any
risk of change in taxes in the country of origin and foreign exchange risk shall
entirely be borne by the Foreign Bidder.
iii. Clause stands deleted.
iv. Clause stands deleted.
v. Bidder shall clearly indicate breakup of prices in their Bids for Bus Price including
government taxes/ levies etc. as applicable at the time of filling their Bids.

vi.The Basic Price (Cell B (a)) shall include the capital cost of the ICT aggregates
and installation as per the RFP Provisions.

SIGNATURE AND SEAL OF THE BIDDER

24

Corrigendums Document 686


Corrigendum 8 for Request for Proposal (RFP) for Design, Manufacture and Supply of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses
for various cities of Tamil Nadu, India

Part 2: Corrigendum pertaining to Part G of the RFP i.e., Technical Specifications

Table 1 Corrigendum pertaining to Part G of RfP Package 1

RFP clause / The Provision/clause stands revised/ replaced /added and to


S. No Provision /clause
reference be read as
1. Part G - I, 1 The specifications cover end-use-based design, evaluation, The specifications cover end-use-based design, evaluation,
fabrication & testing features of diesel fuelled non-AC 11-metre- fabrication & testing features of diesel fuelled non-AC 11-metre-
long buses for PT operations for transportation of passengers long buses for PT operations for transportation of passengers
mainly in TNSTC urban areas. The bus design should be mainly in TNSTC urban areas. The bus design should be
modern, energy efficient, environment friendly, safe, efficient and modern, energy efficient, environment friendly, safe, efficient and
reliable besides meeting all statutory, regulatory, legal and other reliable besides meeting all statutory, regulatory, legal and other
requirements, as also those related to easy passenger requirements, as also those related to easy passenger
accessibility including for Persons with Disabilities (PwDs), accessibility including for Persons with Disabilities (PwDs) as
passenger comfort, driver’s workplace, internal and external applicable under AIS 052, passenger comfort, driver’s
aesthetics, ease of repair and maintenance etc. workplace, internal and external aesthetics, ease of repair and
maintenance etc.
2. Part G - I, 1 Specifications would comply with all applicable Central, State and Specfications would comply with all applicable Central, State and
local laws (including Acts, Rules & Regulations). These would local laws (including Acts, Rules & Regulations). These would
include, but not be limited to, the provisions of Disability Act 1995 include, but not be limited to, the provisions of Disability Act 1995
as amended till date as well as state and local accessibility, as amended till date as well as state and local accessibility,
safety, emission and other requirements. The bus would meet or safety, emission and other requirements as applicable for Type
exceed the Central Motor Vehicles Rules (CMVR) of India/ Safety I NDX buses. The bus would meet or exceed the Central Motor
Norms, Emission, Noise& other norms applicable at the time of Vehicles Rules (CMVR) of India/ Safety Norms, Emission,
supply. In the event of any conflict between requirements Noise& other norms applicable at the time of supply. In the event
emanating from this specification and those as per any of any conflict between requirements emanating from this
statutory/legal, etc. in force, the superior/ higher specification and those as per any statutory/legal, etc. in force,
requirements/Standards would prevail. the superior/ higher requirements/Standards would prevail.
3. Part G - I, 1 The word “Bus” or “Buses” wherever used in the specification The word “Bus” or “Buses” wherever used in the specification
means the “11000+200 mm long diesel fuelled BS VI compliant means the “11000+300 mm long diesel fuelled BS VI compliant
non-air-conditioned 11-metre-long standard floor bus of 900 mm non-air-conditioned 11-metre-long standard floor bus of 900 mm
+ 10 mm floor height” as per specifications given in this + 10 mm floor height” as per specifications given in this
document. document.
4. Part G - I , 1 The vehicle manufacturer shall ensure to meet the requirements The vehicle manufacturer shall ensure to meet the requirements
as given in……… and also comply with as given in Bus body Code and CMVR (bus body code AIS052,
“Harmonised Guidelines and Space Standards for Barrier-Free AIS153 and others as applicable for fully built bus) as per
amendments and other statutory / mandatory provisions as on

25

Corrigendums Document 687


Corrigendum 8 for Request for Proposal (RFP) for Design, Manufacture and Supply of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses
for various cities of Tamil Nadu, India

RFP clause / The Provision/clause stands revised/ replaced /added and to


S. No Provision /clause
reference be read as
Built Environment for persons with Disability and Elderly Persons date, issued by the Government, at the time of submission of
– as applicable to Public Transport” …… tender.
5. Part G - I , 2.3 Bus would be designed to carry commuters in TNSTC with ease Bus would be designed to carry commuters in TNSTC with ease
of boarding and alighting especially for ladies, senior citizens and of boarding and alighting especially for ladies, senior citizens and
PwDs. PwDs as applicable under AIS 052.
6. Part G - I , 2.8, vi The bus structure would meet requirements……for at least the This Clause stands deleted
following main static and dynamic loads including those as per
annexure 3 of UBS II:

vi. Front impact loads


7. Part G - I, 2.10, i Minimum required performance values/ data for above load Strength (Factor of safety): minimum of 1.35 i.e. design
conditions may be considered as follows: stress should be less than or equal to yield stress.
i. Strength (Factor of safety): minimum of 1.35 (tolerance ±10%)
i.e. design stress would be 1/1.35th of yield stress.
8. Part G - I , 2.10, Minimum required performance values/ data for above load This Clause stands deleted
iv conditions may be considered as follows: …
iv. Frontal Impact:
9. Part G - I ,3.2 Performance data/curves and other details of the engine have to Performance data/curves and other details of the engine have to
be supplied. A detailed set of calculations indicating adequacy of be supplied. A detailed set of calculations indicating adequacy of
said engine for proposed urban bus be provided along with all said engine for proposed urban bus be provided along with all
performance parameters of selected engine. performance parameters of selected engine at the stage of proto
type approval as per clause 6.1 of RfP. The authority will sign
a non-disclosure agreement with the successful bidder as
per bidder's requirement.
10. Part G - I , 3.4 Engine compartment would be insulated…… The firewalls shall Engine compartment would be insulated…… The firewalls shall
satisfy the requirements defined in Federal Transit satisfy the requirements defined in Federal Transit
Administration (FTA) of United States standard Docket 90, dated Administration (FTA) of United States standard Docket 90, dated
October 20,1993 or equivalent standards. October 20,1993 or equivalent Indian standards.
11. Part G - I , 3.7 Specific fuel consumption of diesel per KW hour at Standard Specific fuel consumption of diesel per km as per RFP
conditions (e.g., Delhi Urban Driving Cycle and or any other Summary Sr.No.22 would be indicated along with guaranteed
equivalent or better followed by test agencies) would be indicated fuel consumption level (kilometres per liter of diesel) under GVW
along with guaranteed fuel consumption level (kilometres per liter and the standard urban operational conditions / cycle
of diesel) under GVW and the standard urban operational
conditions / cycle
12. Part G - I , 5.4 Mechanical Clutch system using single dry plate push type Mechanical / Hydraulic assisted Clutch system using single dry
clutching system would be provided. plate push type clutching system would be provided.

26

Corrigendums Document 688


Corrigendum 8 for Request for Proposal (RFP) for Design, Manufacture and Supply of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses
for various cities of Tamil Nadu, India

RFP clause / The Provision/clause stands revised/ replaced /added and to


S. No Provision /clause
reference be read as
13. Part G - I , 6.2 The suspension system shall permit a minimum wheel travel of The suspension system shall permit a minimum wheel travel of
90 mm jounce-upward travel of a wheel when the bus hits a 80 mm jounce-upward travel of a wheel when the bus hits a
bump (speed breaker), and 75 mm rebound downward travel bump (speed breaker), and 75 mm rebound downward travel
when the bus comes off a bump and the wheels fall relative to when the bus comes off a bump and the wheels fall relative to
the body. Rebound travel may be limited hydraulically within the the body. Rebound travel may be limited hydraulically within the
shock absorbers. Suspension system shall incorporate shock absorbers. Suspension system shall incorporate
appropriate devices for automatic height control so that appropriate devices for automatic height control so that
regardless of load the bus height relative to the centreline of the regardless of load the bus height relative to the centreline of the
wheels does not change more than 12 mm at any point from the wheels does not change more than 12 mm at any point from the
required height. required height.
14. Part G - I , 9.1 The bus would be fitted with steel radial tubed tyres of optimal The bus would be fitted with steel radial tubeless tyres of optimal
size and design conforming to AIS-044 Part I with wheel rims of size and design conforming to AIS-044 Part I with wheel rims of
corresponding size conforming to AIS/ BIS: 10694 (part 3)-1991 corresponding size conforming to AIS/ BIS: 10694 (part 3)-1991/
or latest. IS 15636:2012 or latest.
15. Part G - I , 9.4 Splash aprons of minimum 6.50mm thickness…. Splash aprons of minimum 6.50±0.50 mm thickness….

16. Part G - I , 10.1 Solid beam front axle & grease type front bearings & seals of Solid beam front axle & grease type/unitised front bearings &
reliable &….. seals of reliable &…..
17. Part G - I , 10.2 The bus would...Lubricant drain plug would be magnetic type, The bus would...Lubricant drain plug would be magnetic type,
external hex head. external hex/squarehead.
18. Part G - I , 11.3 Capacity of the diesel tank (165 litres) be adequate for over 300 Capacity of the diesel tank (165 litres+5 litres) be adequate for
kms of bus running without refilling. bus running without refilling.
19. Part G - I , 11.4 Diesel tank and other components of diesel-fuelled vehicles Diesel tank and other components of diesel-fuelled vehicles
should conform to applicable AIS / BIS standards or should conform to applicable AIS / BIS standards or International
International Specs / standards in absence of AIS /BIS specs. Specs / standards in absence of AIS /BIS specs. Additionally,
Additionally, requirement of UN/ECE R34 for prevention of fires requirement of UN/ECE R34 for prevention of fires may be
be satisfied. satisfied.
20. Part G - I , 12.11 During structural assembly operations, a number of holes are During structural assembly operations, a number of holes are
drilled and or weldments made after the corrosion prevention drilled and or weldments made after the corrosion prevention
treatment of components/structural items/members causing loss treatment of components/structural items/members causing loss
of such treatment and exposing these items to corrosion. of such treatment and exposing these items to corrosion.
Manufacturer would take sufficient care to carry out corrosion Manufacturer would take sufficient care to carry out corrosion
prevention of items so exposed to effectively prevent corrosion. prevention of items so exposed to effectively prevent corrosion
as applicable under RFP Summary Sr. No. 21

27

Corrigendums Document 689


Corrigendum 8 for Request for Proposal (RFP) for Design, Manufacture and Supply of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses
for various cities of Tamil Nadu, India

RFP clause / The Provision/clause stands revised/ replaced /added and to


S. No Provision /clause
reference be read as
21. Part G - I , 13.4 All side skirt panels below stretch panel be of such design as All side skirt panels below stretch panel be of such design as
would facilitate quick replacement of any damaged panel(s) with would facilitate quick replacement of any damaged panel(s) with
pre-painted panels. The side skirt would be able to withstand side pre-painted panels. The side skirt would be able to withstand
impact as per provisions of BIS: 14682-1999 or latest. Similarly side impact as per provisions of BIS: 14682-1999 or AIS 153
rear end would be able to withstand rear impact as per the latest. Similarly rear end would be able to withstand rear impact
provisions of BIS: 14812-2000 or latest as per the provisions of BIS: 14812-2000 or AIS 153 latest
22. Part G - I , 13.7 Metal Inert Gas (MIG) welding for fabrication of aluminium Metal Inert Gas (MIG)/Tungsten Inert Gas (TIG) welding for
components would be used. fabrication of aluminium components would be used.
23. Part G - I , 16.5 Door operating mechanisms, brackets etc. would be Door operating mechanisms, brackets etc. would be
maintenance free and designed with lifetime durability of maintenance free and designed with lifetime durability of
minimum 9 years or 12,00,000 Kms. whichever is earlier. minimum 3 years or 3,00,000 kms. whichever is earlier.
24. Part G - I , 16.9 A red sign indicating “Door Closing / opening” would be installed A red “Door Closing” sign or similar arrangements would be
above the entry-exit gates. The sign will blink when doors are installed above exit doors to indicate doors are closing.
closing or opening.
25. Part G - I , 16.11 Service Doors’ operation would be controlled with help of Service Doors’ operation would be controlled with help of
separate push buttons and one switch for each door mounted separate push buttons and one switch for each door mounted
over the doors. One each red master button to close all entrance over the doors. One red master button to close all entrance and
and exit doors at same time would also be provided on driver exit doors at same time would also be provided on driver dash-
dash-board and the conductor seat. board.
26. Part G - I , 16.12 All buttons and switches would be labelled on a panel to right All buttons and switches except the door control switches
side of the driver. would be labelled on a panel to right side of the driver. Door
control switches can be either on left or right side of driver.
27. Part G - I , 16.15 Photo-cell controlled opening / closing functions of doors and a Photo-cell controlled/Electro-pneumatically controlled back
“sensitive edge” made for safe entry-exit be fitted. pressure sensor for opening / closing functions of doors and a
“sensitive edge” made for safe entry-exit be fitted.
28. Part G - I , 26.2 Stanchion pipes and the handrails would be painted in cannery Stanchion pipes, handrails and joining brackets should be
yellow colour while the joining brackets be painted in grey colour covered with a protective surface or protective paint suitably
generally matching with inner panelling. with colours as specified by the authority.
29. Part G - I , 27.1 Passenger seats would be…. ‘PPLD/LDPE’ Passenger seats would be…. ‘PPLD/LDPE/HDPE’
(Polypropylene/Polyethylene Low Density) moulded (Polypropylene/Polyethylene Low Density/Polyethylene High
construction…. Density) moulded construction….
30. Part G - I , 27.2 Similarly, ‘PPLD/LDPE’ moulded seat backrest… for seated Similarly, ‘PPLD/LDPE/HDPE’ moulded seat backrest… for
passengers. seated passengers.

28

Corrigendums Document 690


Corrigendum 8 for Request for Proposal (RFP) for Design, Manufacture and Supply of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses
for various cities of Tamil Nadu, India

RFP clause / The Provision/clause stands revised/ replaced /added and to


S. No Provision /clause
reference be read as
31. Part G - I , 27.3 Seat pitch would be maintained at 700 mm (minimum) (against Seat pitch would be maintained at 650 mm (minimum) as per
686 mm as per AIS 052 rounded off to 700mm) for non-AC AIS 052 for non-AC buses.
buses.
32. Part G - I , 30.2 CCTV camera and a buzzer would be provided at rear end of the This Clause stands deleted
bus along with audio video facility at driver dash board.
33. Part G - I , 31.1 Adjustable sun visors would be provided for windshield & driver’s Adjustable sun visors would be provided for driver’s side window.
side window. Visors would be shaped to minimize light leakage Visors would be shaped to minimize light leakage between visors
between visors & windshield. Adjustment of visors would be & windshield. Adjustment of visors would be made easily by hand
made easily by hand with positive locking & releasing devices with positive locking & releasing devices and would not be
and would not be subject to damage by over-tightening. Sun subject to damage by over-tightening. Sun visor construction &
visor construction & material would be strong enough to resist material would be strong enough to resist breakage during
breakage during adjustment. Visors may be transparent but adjustment. Visors may be transparent but would not allow a
would not allow a visible light transmittance in excess of 10%. visible light transmittance in excess of 10%. Visors where
Visors where deployed would be effective in driver’s field of view deployed would be effective in driver’s field of view at angles
at angles more than 5o above horizontal. more than 5o above horizontal.
34. Part G - I , 32.1 The ICT aggregates to be provided by the bidder shall have two The ICT aggregates to be provided by the bidder shall have three
(2) year default warranty and shall be extendable for a further (3) year default warranty and shall be extendable for a further
period of 7 years. The warranty shall include continuous onsite period of two (2) years. The warranty shall include continuous
support for the respective site locations. on- site support for the respective site locations
35. Part G - I , The bidder shall support the operations, maintenance and The bidder shall support the operations, maintenance and
32.1.iii integration of all supplied and installed ICT/ ITS systems on integration of all supplied and installed ICT/ ITS systems on
buses for a Contract Period of 9 years from the date of delivery & buses for a Contract Period of 5 years from the date of delivery &
acceptance of each bus by authority. acceptance of each bus by authority. (“ITS equipment warranty
Period” as per Sr. No. 21 of RfP summary)
36. Part G - I , 35.1 Heavy-duty ring type towing devices would be provided in front Heavy-duty ring type towing devices would be provided in front
and rear bumper area with load transfer to bus structural bumper area with load transfer to bus structural members.
members. Capacity of each towing device would be 1.2 times Capacity of the towing device would be 1.2 times (minimum) the
(minimum) the kerb weight of the bus within 30 degrees of kerb weight of the buswithin 30 degrees of longitudinal axis of the
longitudinal axis of the bus. The manufacturer would supply a bus. The manufacturer would supply a copy of the test certificate
copy of the test certificate of the towing devices of the towing device as applicable under CMVR/AIS codes.
37. Part G - I , 36.1 Front wind screen in the bus would be in single piece design, Front wind screen in the bus would be in single piece design,
plain/ flat with curved corners, intervening PVB film laminated plain/ flat with curved corners, intervening PVB film laminated
safety glass of minimum thickness of 8.76 mm. Rear windscreen safety glass of minimum thickness of 8.76 mm. Rear windscreen
would also be in single piece design, flat in centre and curved on would also be in single piece design, flat in centre and curved on
corners toughened glass of thickness of 5.5 mm + 0.5mm. corners toughened glass of thickness of 5.5 mm + 0.5mm.
Windscreen glasses would meet the requirements of BIS 2553: Windscreen glasses would meet the requirements of BIS 2553:

29

Corrigendums Document 691


Corrigendum 8 for Request for Proposal (RFP) for Design, Manufacture and Supply of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses
for various cities of Tamil Nadu, India

RFP clause / The Provision/clause stands revised/ replaced /added and to


S. No Provision /clause
reference be read as
Part II- 1992 or latest and that of CMVR and Bus code (AIS 052). Part II- 1992 or latest and that of CMVR and Bus code (AIS 052).
The glazing used for fitment of glasses would be Ethylene The glazing used for fitment of glasses would be Ethylene
Propylene Dien Monomer (EPDM) rubber of black colour or Propylene Dien Monomer (EPDM) rubber of black colour or
pasted with adhesive material conforming to Indian/ International pasted with adhesive material conforming to Indian/ International
Standards to be specified by the manufacturer. A grab handle Standards to be specified by the manufacturer. A grab handle
and suitable handles on the outside of windshield centre at waist and suitable handles on the outside of windshield centre at waist
level would be provided to facilitate manual cleaning of the level would be provided to facilitate manual cleaning of the
windscreens. windscreens.
38. Part G - I , 36.2 The windshield shall permit an operator's field of view as The windshield shall permit an operator's field of view as
referenced in SAE recommended practice J1050. The vertically referenced in AIS 052/SAE recommended practice J1050.
upward view shall be a minimum of 15 degrees, measured above
the horizontal and excluding any shaded band. The vertically
downward view shall permit detection of an object 1.35-metre-
high no more than 600 mm in front of the bus.
The horizontal view shall be a minimum of 90 degrees above the
line of sight.
39. Part G - I , 36.3 The windshield shall be easily replaceable by removing ziplocks The windshield shall be bonded-inplace. The windshield glazing
from the windshield retaining mouldings. Bonded-inplace material shall have 8.76mm nominal thickness double laminated
windshield shall not be used. safety glass conforming with the requirements of AIS 052/ ANSI
Z26.1
40. Part G - I , 40.1 The manufacturer would provide for ease of accessibility, The manufacturer would provide for ease of accessibility,
guidance, anchorage of one wheel chair on-board, positioning of guidance, positioning of aids etc. system for PwDs that meets the
aids etc. system for PwDs that meets the requirements as given requirements as applicable under the Bus Code, AIS 153 and
in the Bus Code, AIS 153 and CMVR and “Harmonized CMVR .
Guidelines and Space Standards for Barrier-Free Built
Environment for persons with Disability and Elderly Persons – as
applicable to Public Transport”.
41. Part G - I , 41.3 Each battery cable would be covered with flame retardant Grey Each battery cable would be covered with flame retardant colour
colour corrugated flexible pipe and would be properly encased & as specified by TNSTC corrugated flexible pipe and would be
clamped. properly encased & clamped.
42. Part G - I , 42.3 A pre-engaged type 24V DC Self-starter of adequate capacity A pre-engaged type 24V DC Self-starter of adequate capacity
(minimum 180Ah) with relay would be fitted in bus and so located (minimum ≥4.5 kw or 180Ah) with relay would be fitted in bus
as to minimise ingress of oil or rain water into it. and so located as to minimise ingress of oil or rain water into it.
43. Part G - I , 42.5 Electrical equipment and wiring ….would be multiplex system, Electrical equipment and wiring would conform to Indian/
flame proof, ISI marked conforming to BIS: 2465-1984 or international Standards, bus code and UBS II. All cabling would
latest….. be as per provisions of Bus code / UBS II. The wiring would be

30

Corrigendums Document 692


Corrigendum 8 for Request for Proposal (RFP) for Design, Manufacture and Supply of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses
for various cities of Tamil Nadu, India

RFP clause / The Provision/clause stands revised/ replaced /added and to


S. No Provision /clause
reference be read as
multiplex system, flame proof, ISI marked/ BIS Marked/ E-
Marked/Quality Standards conforming to BIS: 2465-1984 or
international standards or latest. As far as possible electrical
system would be 24V double pole multiplex wiring system except
in unavoidable condition. However, in case of single pole wiring
all power & ground wiring would have double electrical insulation,
which would be waterproof conforming to the Indian/ International
Standards. Wiring would be grouped, numbered & colour coded.
Wiring harnesses would not contain wires of different voltage
classes unless all wires within the harness or insulated for
highest voltage present in harness. Kinking, grounding at multiple
points, stretching & exceeding minimum bend radius would be
prevented.
44. Part G - I , 43.1 Interior saloon lighting would be sunken type light assembly fitted Interior saloon lighting would be as per AIS 052, CMVR and
with LED lights and mounted in staggered formation for uniform TNSTC requirements
lighting in two separate circuits. First row of lamps provided in
driver’s cabin should be fitted with amber internal filter to reduce
glare to driver at night. Overall bus lighting system would comply
with CMVR provisions where ever falls short of it.
45. Part G - I , 43.2 Modern rectangular type headlamps with relay and side light etc. Headlamps with relay and side light etc. would be suitably styled
would be suitably styled into front-end construction. into front-end construction.
46. Part G - I , 43.3 White and Red marker lights of 5 Watt each would be fitted at White and Red marker lights each should be provided as per
both top side corners of the front and rear panel of the bus AIS 052.
respectively.
47. Part G - I , 43.4 Identical signal lights of 15 Watts would be fitted for Identical signal lights as per CMVR, AIS 008 would be fitted for
interchangeability in each side i.e.; front, rear and side inter-changeability to be optimised on each side i.e.; front, rear
respectively and side respectively
48. Part G - I , 43.5 Brake lights (15 W) and taillights (10W) would be two separate Brake lights and taillights should be in compliance with
lights to reduce heat generation. CMVR, AIS 008
49. Part G - I , 43.6 Reverse light of 25W, square lamps with white covers would be Reverse light with white covers should be in compliance
provided. with CMVR, AIS 008
50. Part G - I , Lights provided for illuminating exit/entrance door area, lights Lights provided for illuminating exit/entrance door area, lights
43.10.i would illuminate outside area up to at least one metre when would illuminate outside area as applicable under AIS 052
door/doors is/are opened. when door/doors is/are opened.
51. Part G - I , 43.12 No Electrical fittings would be mounted on front and rear Fitment of RPAS sensors may be permitted, however, no
bumpers. electrical fittings would be mounted on front and rear bumpers.

31

Corrigendums Document 693


Corrigendum 8 for Request for Proposal (RFP) for Design, Manufacture and Supply of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses
for various cities of Tamil Nadu, India

RFP clause / The Provision/clause stands revised/ replaced /added and to


S. No Provision /clause
reference be read as
52. Part G - I , 43.13 Switches would be fitted on right hand side of instrument panel Switches would be fitted on left/right hand side of instrument
through evenly loaded circuits & fuses as per bus code. panel through evenly loaded circuits & fuses as per bus code.
53. Part G - I , 45.3 Power Point presentation material on a DVD for offered design of Power Point presentation material on a DVD for offered design of
bus (indicative) and minimum 1:15 scaled Model (indicative & bus (indicative) would be submitted during prototype
non-working)) duly furnished/ painted in environmentally friendly inspection. The presentation will cover elevations –sides, front &
colour scheme as given by TNSTC would be submitted along- rear ends along-with main dimensions, isometric views, exterior
with the bid. The presentation will cover elevations –sides, front & & interior details, seating layouts, colour scheme etc. as given by
rear ends along-with main dimensions, isometric views, exterior TNSTC
& interior details, seating layouts, colour scheme etc.
54. Part G - I , 47.1 At least 2 hard bound copies and 2 soft copies, for every 25 5 hard bound copies, and 1 soft copy for every 100 buses or
buses or part thereof, of operation and maintenance manual part thereof, of operation and maintenance manual containing
containing essential technical information required for satisfactory essential technical information required for satisfactory operation,
operation, inspection and maintenance would be supplied by bus inspection and maintenance would be supplied by bus
manufacturers. manufacturers.

ii)Chassis lubrication and brake system – Wall chart


55. Part G - I , 48.3 The training shall be provided at regional training centres of the The training shall be provided at regional training centres of the
Authority/IRT. The Bidder shall provide minimum 3 (nos) of Authority/IRT after the issuance of the Provisional Receipt
training bus or simulator or similar adequate infrastructure for the Certificate for the first lot of Contracted Buses. The Contractor
purpose of Physical Training based on the requirement. The can also arrange such Physical Training at its own
Bidder can also arrange such Physical Training at its own premises/facility at its own cost.
premises/facility at its own cost.
56. Part G - I , 51.2 Manufacturer would also provide complete details of vendors, for Manufacturer would provide the spare parts catalogue in 5 hard
every component / spare for complete bus and the spare parts bound copies, and 1 soft copy for every 100 buses.
catalogue (hard as well as soft copies) in 2 sets for every 25
buses or part thereof.
57. Part G - I , 53.2 Special Warranty Period, for any manufacturing Defect in design, Special Warranty Period, for any manufacturing Defect in design,
material and workmanship of Bus structure shall be 9 years or material and workmanship of Bus structure shall be 6 years or
9,90,000 km per Bus whichever is later from the date of putting 6,60,000 km per Bus whichever is later from the date of putting
bus into operation after registration. bus into operation after registration.
58. Part G - I , All miscellaneous M.S pipes would be phosphated with the All miscellaneous M.S pipes or Galvanised Iron pipes would be
54.2.xii coating of 2.16 to 2.70 gm/m2 or by any other pre-treatment phosphated with the coating of 2.16 to 2.70 gm/m2 or by any
process conforming to Indian/ international Standards (to be other pre-treatment process conforming to Indian/ international
specified by the manufacturer). Samples of all materials & Standards (to be specified by the manufacturer). Samples of all
components would withstand a two weeks (336 hours) Salt Spray materials & components would withstand a two weeks (336
test in accordance with ASTM procedure B117 with no structural hours) Salt Spray test in accordance with ASTM procedure B117

32

Corrigendums Document 694


Corrigendum 8 for Request for Proposal (RFP) for Design, Manufacture and Supply of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses
for various cities of Tamil Nadu, India

RFP clause / The Provision/clause stands revised/ replaced /added and to


S. No Provision /clause
reference be read as
detrimental effect to normally visible surfaces & no weight loss of with no structural detrimental effect to normally visible surfaces &
over 1%. no weight loss of over 1%.
59. Part G - I , All M.S pipes used in the bus would be ERW conforming to BIS All M.S pipes used in the bus would be ERW conforming to BIS
54.2.xiv 3601:1984 or latest, of grade WT –160. 3601:3601:1984 or latest, of grade WT –160 or to BIS
4923:1997(or latest ) Grade Yst 240, which-ever is equivalent
/ superior.
60. Part G - I , Hydraulic Grease Nipples would be provided for ease of proper Grease Nipples would be provided for ease of proper lubrication
54.2.xxi lubrication & maintenance. & maintenance.
61. Part G - I , Stanchion pipes and grab rails to be of Aluminium tubing of Stanchion pipes and grab rails to be of Aluminum tubing of
59.2.iv appropriate specs, size / wall thickness etc. Handholds appropriate specs, size / wall thickness etc. Handholds
supporting hand rails and the stanchion pipes be painted in supporting hand rails, stanchion pipes, handrails and
cannery yellow colour, Brackets be of grey colour matching the joining brackets should be covered with a protective surface
colour of the inner paneling. Brackets however need to be of or protective paint suitably with colours as specified by
proper size and shape to ensure perfect fittings. No redundant Authority. Brackets however need to be of proper size and
fastening holes be provided on bracket shape to ensure perfect fittings. No redundant fastening holes be
provided on brackets
62. Part G - I , Tail lamps be covered with metallic grill in a manner that not only This Clause stands deleted
59.2.ix protects the tail lamps but also facilitates easy lamp replacement
etc.
63. Part G - I , 60.2 FDSS provision is to be made in the bus at appropriate FDSS provision is to be made in the bus at appropriate
location(s) for detection, alarming and suppression about any location(s) for detection or as applicable under AIS 135 for
likely fire at all fire prone systems/sub-systems (bus supplier to type III buses, alarming and suppression about any likely fire at
identify such fire prone systems /sub-systems and make above all fire prone systems/sub-systems (bus supplier to identify such
provisions) fire prone systems /sub-systems and make above provisions)
64. Part G - I , 60.8 An analysis shall be conducted prior to the installation in order to An analysis shall be conducted prior to the installation in order to
determine the location of fire detectors and alarm system. determine the location of fire detectors and alarm system.
Potential fire hazards at possible fire prone areas shall be Potential fire hazards at possible fire prone areas or as
identified and the fire detectors and suppression systems shall be applicable under AIS 135 for type III buses shall be identified
so positioned as to commence suppression of the fire hazard and the fire detectors and suppression systems shall be so
immediately. The system shall also be ensured to work promptly positioned as to commence suppression of the fire hazard
and effectively regardless of the vehicle’s attitude, road immediately. The system shall also be ensured to work promptly
conditions etc., and effectively regardless of the vehicle’s attitude, road
conditions etc.,
65. Part G - I , 60.9 Fire hazards to be taken into account in the analysis shall at least Fire hazards to be taken into account in the analysis shall at least
consist of the following: Components whose surface may reach consist of the following: Components whose surface may reach
temperatures above the autoignition temperature for fluids, gases temperatures above the autoignition temperature for fluids, gases

33

Corrigendums Document 695


Corrigendum 8 for Request for Proposal (RFP) for Design, Manufacture and Supply of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses
for various cities of Tamil Nadu, India

RFP clause / The Provision/clause stands revised/ replaced /added and to


S. No Provision /clause
reference be read as
or substances that are present in the fire prone areas and or substances that are present in the fire prone areas as
electrical components and cables with a current or voltage high applicable under AIS 135 for Type III buses and electrical
enough for an ignition to occur as well as hoses and containers components and cables with a current or voltage high enough for
with flammable liquid or gas (in particular if those are an ignition to occur as well as hoses and containers with
pressurized). The analysis shall be fully documented. flammable liquid or gas (in particular if those are pressurized).
The analysis shall be fully documented.
66. Part G - II , 3.1.f i. Rated HP at low rpm and Maximum engine torque required at i. Rated HP at low rpm and Maximum engine torque required at
lower range of RPM and spread over a wider range of RPM lower range of RPM and spread over a wider range of RPM
2. Engine Power: Min. 140kW @ 1800-2400 RPM ii. Engine Power: Min. 140kW @ 1800-2400 RPM
3. Engine torque: Min. 700 Nm @ 1100 -2000 RPM iii. Engine torque: Min. 700 Nm @ 1100 -2000 RPM
Subject to meeting specified performance. The values stated above are indicative in nature subject to
meeting specified performance criteria . However, the bidder
may appropriately optimise the engine power and/or torque
subject to meeting the performance criteria laid out in 3.1 a,
3.1 b, 3.1 c, 3.1 d and 3.1 g. amongst others, and duly
certified by test agencies authorised under Rule 126 of
CMVR.
67. Part G - II , 5.2 Heavy duty reverse Elliot type axle suitable for bus floor height, Heavy duty reverse Elliot type axle suitable for bus floor height,
track rod with replaceable ball joints at both ends. track rod with replaceable/sealed ball joints at both ends.
68. Part G - II , 8 Disc Brakes in front and drum brakes at rear wheels. Graduated Disc/Drum Brakes in front and drum brakes at rear wheels.
hand controlled, spring actuated parking brakes acting on rear Graduated hand controlled, spring actuated parking brakes
wheels. Asbestos free brake Pads / linings at all places. acting on rear wheels. Asbestos free brake Pads / linings at all
places.
69. Part G - II , 9.2 24V, 180 Ah 24V, 180 Ah or 4.5 kW

70. Part G - II , 11 Steel radial tubed tyres– size and ply rating for urban operations Steel radial tubeless tyres– size and ply rating for urban
as per CMVR Standards preferably 10.00*20 as per AIS 044 part operations as per CMVR Standards as per AIS 044 part 1/ BIS:
3. 10694 (part 3)-1991/ IS 15636:2012 or latest
71. Part G - II , 13.1. >10800 mm provided that the maximum number of seats and 11000+300 mm provided that the maximum number of seats and
a seat spacing are met as per AIS 052 seat spacing are met as per AIS 052
72. Part G - II , 14.3 Front gate behind front axle., and Rear gate behind of rear axle Front gate behind front axle., and Rear gate behind of rear axle
such that distance between front edge of the gate and Centre such that distance between front edge of the gate and Centre
Line of rear axle is1500 mm. Line of rear axle is 1500 mm preferably.
73. Part G - II , 14.6 Sunken type wrap over (manually operated) ramp, for wheel This Clause stands deleted
chair of PwDs, fitted on floor at gate (preferably at the gate in
front of wheel- chair space/PwD seat anchorage).

34

Corrigendums Document 696


Corrigendum 8 for Request for Proposal (RFP) for Design, Manufacture and Supply of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses
for various cities of Tamil Nadu, India

RFP clause / The Provision/clause stands revised/ replaced /added and to


S. No Provision /clause
reference be read as

Suitable design mechanism (e.g. double folding manually


operated ramp) for 900mm floor ht bus considering that floor
level of bus stops at <400mm. Confirm Type, Size, Dimensions,
Material, Specs, Load carrying capacity-- kgs m
74. Part G - II , 14.6. Width ≥ 900 mm This Clause stands deleted
a
75. Part G - II , 15.1 Design type approval as per Annexure-3 of UBS Design type approval as per Annexure-3 of UBS II/ AIS 052/ AIS
II/ AIS 052/ AIS 153 as applicable, “Harmonised 153 as applicable, and the data given in this doc whichever is
Guidelines and Space Standards for Barrier- superior. The fully completed bus be type approved as per
Free Built Environment for persons with Disability and Elderly approved design.
Persons – as applicable to Public Transport” and the data given
in this doc whichever is superior. The fully completed bus be type
approved as per approved design.
76. Part G - II , 15.6. Size : 1900mm width * 950mm height (minimum) * 5.5 + 0.5mm Size : 1900mm width * 950mm height (minimum) * 5.5 + 0.5mm
b thickness thickness
77. Part G - II , ‘Poly Propylene Low Density / Low density Poly Ethylene ‘Poly Propylene Low Density / Low density Poly Ethylene / High
15.7.1. g (PPLD/LDPE’) moulded. density Poly Ethylene (PPLD/LDPE/HDPE) moulded.

Ref AIS:023 & bus code for performance Ref AIS:023 & bus code for performance
78. Part G - II , 16.2 As above and suitable to carry rated current (Japanese auto As above and suitable to carry rated current as per AIS 052
Standard JASO D0609-75 AV)
79. Part G - II , 16.7. As per AIS 052 with illumination level of ≥ 100 lux &≤ 200 lux As per AIS 052
b
80. Part G - II , 16.7. As per AIS 052 with illumination level of ≥ 100 lux and ≤ 150 lux As per AIS 052
c
81. Part G - II , 17 As specified separately under ITS chapter of UBS II As specified separately under ITS chapter of UBS II
specifications /and or by ITS Consultant and generally as brought specifications and and generally as brought out at Para 32 in
out at Para 32 in Part I. Part I.
82. Part G - II , 18.10 One rear camera for bus reversing and at least two cameras in One reverse parking sensor camera and wiring provision for
the passenger cabin area as per the specifications / supplies two surveillance cameras in each bus to monitor bus
made by the ITMS service provider. One more camera in front of interiors as per the specifications in Annexure IV / supplies
Driver to capture vehicle front side blind spots coverages made by the ITMS service provider.

35

Corrigendums Document 697


Corrigendum 8 for Request for Proposal (RFP) for Design, Manufacture and Supply of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses
for various cities of Tamil Nadu, India

RFP clause / The Provision/clause stands revised/ replaced /added and to


S. No Provision /clause
reference be read as
83. Part G - II , 18.16 Heavy duty for loads of 1.2 times (minimum) the kerb weight of Clause to be read as "Towing device front"
the bus within 30o of the longitudinal axis of the bus. As per
CMVR & IS 9760 - ring type
84. Part G - II , 21. b Vibration levels / Noise, vibration and harshness (NVH) levels Vibration levels / Noise, vibration and harshness (NVH) levels
(interior): (interior) as indicated below or as per AIS 153:
- Noise level in saloon from drive axle, etc.: Nil - Dominant - Noise level in saloon from drive axle, etc.: Nil - Dominant
frequencies to fall outside the ranges of: 0.5-1 Hz, 5-7 Hz and frequencies to fall outside the ranges of: 0.5-1 Hz, 5-7 Hz and
18-20 Hz · Transient vibration level in seating area maximum:1g 18-20 Hz · Transient vibration level in seating area maximum:1g
· Transient vibration level at driver seat maximum:0.1g · Transient vibration level at driver seat maximum:0.1g
· Vibration levels at driver/Pax seats · Vibration levels at driver/Pax seats
(metre/sec²) ≤ 0.5 (metre/sec²) ≤ 0.5
· Vibration level in gangway (metre/sec²) ≤ 1 · Vibration level in gangway (metre/sec²) ≤ 1
85. Part G - II , 22 An automatic fire detection & Suppression system be essentially An automatic fire detection & Suppression system be essentially
provided for engine and other fire sensitive areas of the bus. provided for engine and other fire sensitive areas of the bus as
Possibility of provision of FDSS for entire bus including but not applicable under AIS 135 for Type III buses.
limited to engine area, drive line, fuel tanks, fuel filling point and Possibility of provision of FDSS for entire bus including but not
fuel distribution lines/cluster, wheel wells, electrical systems etc. limited to engine area, drive line, fuel tanks, fuel filling point and
Additional fire extinguishers as per AIS 052 be provided fuel distribution lines/cluster, wheel wells, electrical systems etc.
Additional fire extinguishers as per AIS 052 be provided
86. Part G - II , 22. a Pneumatic Electronic Linear fire detector with stainless steel tube Pneumatic Electronic Linear fire detector with stainless steel tube
with suitable diameter with suitable diameter or as applicable under AIS 135
87. Part G - II , 22. b. Detector operating on rate of rise with Advanced Built in Detector operating on rate of rise with Advanced Built in
i Test Module. Test Module or as applicable under AIS 135
88. Part G - II , 22. c. IP67 Minimum IP 54
i
89. Part G - II , 22. c. Aluminium As per AIS 135/UBS II as applicable
ii
90. Part G - II , 22. c. -40°C to +125°C 0°C to +125°C
iii
91. Part G - II , 22. c. Should comply to: Should comply to:
iv BS EN 61373, Table 1,2,3 BS EN 61373, Table 1,2,3 MIL STD- 810:501.4, 516.5.4, AIS
MIL STD- 810:501.4, 516.5.4. 135 Annexure III
92. Part G - II , 22. c. 40mA Minimum 40mA
vii

36

Corrigendums Document 698


Corrigendum 8 for Request for Proposal (RFP) for Design, Manufacture and Supply of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses
for various cities of Tamil Nadu, India

RFP clause / The Provision/clause stands revised/ replaced /added and to


S. No Provision /clause
reference be read as
93. Part G - 60 H / 70 (right/left) / 60 V / 70 (up/down) 70 H / 70 (right/left) / 60 V / 60 (up/down)
Annexure IV , II.
9
94. Part G - II , III. 1 22 tracking/66 acquisition minimum

95. Part G - AMPS 850MHz, GSM900MHz, ISM868MHz, DCS1800MHz, AMPS 850MHz, GSM900MHz, DCS1800MHz, PCS1900MHz,
Annexure IV , V. PCS1900MHz, 4G UMTS 2.1GHz, Wi-Fi /Blue Tooth (2.4 GHz), 4G UMTS 2.1GHz, Wi-Fi /Blue Tooth (2.4 GHz), GPS
1 GPS (1575.42MHz). Separate WLAN antenna may be provided if (1575.42MHz). Separate WLAN antenna may be provided if
necessary. necessary.
96. Part G - Single colour (Amber, can vary) As per UBS-II / IS 16433 / IS16490
Annexure IV , I.
12
97. Part G - As per UBS II guidelines, the data from multiplexing nodes, on a Nine points, tri temperature/tri voltage- 18V, 27V, 32V,-25°C,
Annexure IV , 1 CAN 2.0 / OBD II Interface, should include parameters from: room temperature, +80°C test. At each test point the system will
1. Vehicle electrical system powered through multiplexing nodes be powered on and shut down 5 times as per the supplier’s
2. Vehicle safety and performance features designated procedure and thereafter evaluated for malfunction if
3. Engine and transmission any
4. Diesel bus electronics data

37

Corrigendums Document 699


Corrigendum 8 for Request for Proposal (RFP) for Design, Manufacture and Supply of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses
for various cities of Tamil Nadu, India

Table 2 Corrigendum pertaining to Part G of RfP Package 2

S. No RFP clause / The Provision/clause stands revised/ replaced /added and


Provision /clause
reference to be read as
1. Part G-I & G-II Type of bus mentioned in all clauses: Type II Non-Deluxe (Type Type of bus mentioned in all clauses to be read as :"Type II
II NDX) bus Semi-Deluxe (Type II SDX) bus"
2. Part G - I, 1 The specifications cover end-use-based design, evaluation, The specifications cover end-use-based design, evaluation,
fabrication & testing features of diesel fuelled 11-metre- long fabrication & testing features of diesel fuelled 11-metre- long
type II NDX buses for transportation of passengers mainly in type II SDX buses for transportation of passengers mainly in
TNSTC’s designated PT operational areas. The bus design TNSTC’s designated PT operational areas. The bus design
should be modern, energy efficient, environment friendly, safe, should be modern, energy efficient, environment friendly, safe,
efficient and reliable besides meeting all statutory, regulatory, efficient and reliable besides meeting all statutory, regulatory,
legal and other requirements, as also those related to easy legal and other requirements, as also those related to easy
passenger accessibility including for Persons with Disabilities passenger accessibility including for Persons with Disabilities
(PwDs); passenger comfort, driver’s work place, internal and (PwDs); passenger comfort, driver’s work place, internal and
external aesthetics, ease of repair and maintenance etc. external aesthetics, ease of repair and maintenance etc. as
applicable under AIS 052, AIS 153 and other prevalent
standards
3. Part G - I, 1 Specifications would comply with all applicable Central, State Specifications would comply with all applicable Central, State
and local laws (including Acts, Rules & Regulations). These and local laws (including Acts, Rules & Regulations). These
would include, but not be limited to, the provisions of Disability would include, but not be limited to, the provisions of Disability
Act 1995 as amended till date as well as state and local Act 1995 as amended till date, state and local accessibility,
accessibility, safety, emission and other requirements. The bus safety, emission and other requirements as applicable for Type
would meet or exceed the Central Motor Vehicles Rules (CMVR) II SDX buses. The bus would meet or exceed the Central Motor
of India/ Safety Norms, Emission, Noise& other norms applicable Vehicles Rules (CMVR) of India/ Safety Norms, Emission,
at the time of supply. In the event of any conflict between Noise& other norms applicable at the time of supply. In the event
requirements emanating from this specification and those as per of any conflict between requirements emanating from this
any statutory/legal, etc. in force, the superior/ higher specification and those as per any statutory/legal, etc. in force,
requirements/Standards would prevail. the superior/ higher requirements/Standards would prevail.
4. Part G - I, 1 The word “Bus” or “Buses” wherever used in the specification The word “Bus” or “Buses” wherever used in the specification
means the “> 10800 mm long diesel fuelled BS VI compliant means the “> 10800 mm long diesel fuelled BS VI compliant
non-air-conditioned 11-metre-long standard floor bus with 1150 non-air-conditioned 11-metre-long standard floor bus with 1150
mm ± 10 mm floor height” as per specifications given in this mm ± 10 mm floor height” as per specifications given in this
document. The type II NDX buses would have right hand drive. document. The type II SDX buses would have right hand drive.
5. Part G - I, 1 The bus design should be modern, energy efficient, environment The bus design should be modern, energy efficient, environment
friendly, safe, efficient and reliable besides meeting all statutory, friendly, safe, efficient and reliable besides meeting all statutory,
regulatory, legal and other requirements, as also those related to regulatory, legal and other requirements, as also those related to

38

Corrigendums Document 700


Corrigendum 8 for Request for Proposal (RFP) for Design, Manufacture and Supply of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses
for various cities of Tamil Nadu, India

S. No RFP clause / The Provision/clause stands revised/ replaced /added and


Provision /clause
reference to be read as
easy passenger accessibility including for Persons with easy passenger accessibility including for Persons with
Disabilities (PwDs); passenger comfort, driver’s work place, Disabilities (PwDs) as applicable under AIS 052; passenger
internal and external aesthetics, ease of repair and maintenance comfort, driver’s work place, internal and external aesthetics,
etc. ease of repair and maintenance etc.
6. Part G - I, 1 For PT operations in designated areas of TNSTC, a fully built For PT operations in designated areas of TNSTC, a fully built
type II NDX bus as per specs detailed in this document and type II SDX bus as per specs detailed in this document and
those of AIS 052/ AIS 153 / UBS II / CMVR / TNMVR, BIS those of AIS 052/ AIS 153 / UBS II / CMVR / TNMVR, BIS
Standards, etc is envisaged. Standards, etc is envisaged.
7. Part G - I , 1 The vehicle manufacturer shall ensure to meet the requirements The vehicle manufacturer shall ensure to meet the requirements
as given in......... and also comply with “Harmonised Guidelines as given in Bus body Code and CMVR (bus body code AIS052,
and Space Standards for Barrier-Free Built Environment for AIS153 and others as applicable for fully built bus) for various
persons with Dis comply with harmonized guidelines applicable floor heights of bus variants as per amendments and other
for various floor heights of bus variants as per amendments and statutory / mandatory provisions as on date, issued by the
other statutory / mandatory provisions as on date, issued by the Government, at the time of submission of tender.
Government, at the time of submission of tender.
8. Part G - I , 2.3 Bus would be designed to carry commuters in TNSTC with ease Bus would be designed to carry commuters in TNSTC with ease
of boarding and alighting especially for ladies, senior citizens of boarding and alighting especially for ladies, senior citizens
and PwDs. and PwDs as applicable under AIS 052.
9. Part G - I , 2.8, The bus structure would meet requirements of structural The bus structure would meet requirements of structural
vi strength, stability, deflection, vibration, crashworthiness, roll over strength, stability, deflection, vibration, crashworthiness, roll over
protection etc. amongst others for at least the following main protection etc. amongst others for at least the following main
static and dynamic loads including those as per annexure 3 of static and dynamic loads including those as per CMVR and
UBS II: relevant AIS Standards:....loads
vi. Front impact loads
10. Part G - I, 2.10 Minimum required performance values/ data for above load Minimum required performance values/ data for above load
conditions may be considered as follows…. conditions may be considered as per CMVR and relevant AIS
standards..... loads:
11. Part G - I, 2.10, i Minimum required performance values/ data for above load Strength (Factor of safety): minimum of 1.35 i.e. design stress
conditions may be considered as follows: should be less than or equal to yield stress.
i. Strength (Factor of safety): minimum of 1.35 (tolerance ±10%)
i.e. design stress would be 1/1.35th of yield stress.
12. Part G - I, 2.12 Manufacturer’s certificate supported by testing and type approval Manufacturer’s certificate supported by testing and type
agency’s certificates along with the bus as also technical approval agency’s certificates along with the bus as also
specifications/drawings required for inspection, performance technical specifications/drawings required for inspection,
assessment as above to be supplied along with the bus. Besides performance assessment as above to be supplied along with the
meeting the statutory requirements, the type II NDX bus would bus. Besides meeting the statutory requirements, the type II

39

Corrigendums Document 701


Corrigendum 8 for Request for Proposal (RFP) for Design, Manufacture and Supply of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses
for various cities of Tamil Nadu, India

S. No RFP clause / The Provision/clause stands revised/ replaced /added and


Provision /clause
reference to be read as
be designed with respect to its body and different SDX bus would be designed with respect to its body and
aggregates/systems /sub systems to operate satisfactorily in different aggregates/systems /sub systems to operate
designated transport services for at least 9 years or 12, satisfactorily in designated transport services for at least 9 years
00,000Kms whichever is earlier. or 12, 00,000Kms whichever is earlier.
13. Part G - I ,3.2 Performance data/curves and other details of the engine have to Performance data/curves and other details of the engine have to
be supplied. A detailed set of calculations indicating adequacy be supplied. A detailed set of calculations indicating adequacy
of said engine for proposed type II NDX bus be provided along of said engine for proposed type II SDX bus be provided along
with all performance parameters of selected engine with all performance parameters of selected engine at the stage
of proto type approval as per clause 6.1 of RfP. The authority
will sign a non-disclosure agreement with the successful
bidder as per bidder's requirement.
14. Part G - I , 3.4 Engine compartment would be insulated…… The firewalls shall Engine compartment would be insulated…… The firewalls shall
satisfy the requirements defined in Federal Transit satisfy the requirements defined in Federal Transit
Administration (FTA) of United States standard Docket 90, dated Administration (FTA) of United States standard Docket 90, dated
October 20,1993 or equivalent standards. October 20,1993 or equivalent Indian standards.
15. Part G - I , 3.6 Engine noise and emission levels must conform to the Central Engine noise and emission levels must conform to the Central
Motor Vehicle Rules (CMVR)/ UBSII /AIS 052 any other Indian Motor Vehicle Rules (CMVR) /AIS 052 any other Indian
Standards, adopting the most superior one. Standards, adopting the most superior one.
16. Part G - I , 3.7 Specific fuel consumption of diesel per KW hour at Standard Specific fuel consumption of diesel per KW hour as per RFP
conditions (e.g., an Indian / ECE’s Highway Driving Cycle and or Summary Sr.No.22 would be indicated along with guaranteed
any other equivalent or better followed by the test agencies) fuel consumption level (kilometres per liter of diesel) under GVW
would be indicated along with guaranteed fuel consumption level and the standard operational conditions / cycle of type II SDX
(kilometres per litre of diesel) under GVW and the standard buses.
operational conditions / cycle of type II NDX buses.
17. Part G - I , 5.4 Mechanical Clutch system using single dry plate push type Mechanical / Hydraulic assisted Clutch system using single dry
clutching system would be provided. plate push type clutching system would be provided.
18. Part G - I , 6.1 The bus would be fitted with air suspension system at rear axles The bus would be fitted with air suspension system at rear axles
and parabolic leaf spring waveller type suspension at front. and spring (waveller type) suspension at front.
19. Part G - I , 6.2 The suspension system shall permit a minimum wheel travel of The suspension system shall permit a minimum wheel travel of
90 mm jounce-upward travel of a wheel when the bus hits a 80 mm jounce-upward travel of a wheel when the bus hits a
bump (speed breaker), and 75 mm rebound downward travel bump (speed breaker), and 75 mm rebound downward travel
when the bus comes off a bump and the wheels fall relative to when the bus comes off a bump and the wheels fall relative to
the body. Rebound travel may be limited hydraulically within the the body. Rebound travel may be limited hydraulically within the
shock absorbers. Suspension system shall incorporate shock absorbers. Suspension system shall incorporate
appropriate devices for automatic height control so that appropriate devices for automatic height control so that
regardless of load the bus height relative to the centreline of the regardless of load the bus height relative to the centreline of the

40

Corrigendums Document 702


Corrigendum 8 for Request for Proposal (RFP) for Design, Manufacture and Supply of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses
for various cities of Tamil Nadu, India

S. No RFP clause / The Provision/clause stands revised/ replaced /added and


Provision /clause
reference to be read as
wheels does not change more than 12 mm at any point from the wheels does not change more than 12 mm at any point from the
required height. required height.
20. Part G - I , 8.1 The braking system would be full pneumatic type with fail- safe The braking system would be full pneumatic type with fail- safe
dual circuit having four-way protection valve, auto slack adjuster, dual circuit having four-way protection valve, auto slack adjuster,
disc brakes in front and drum brakes at rear, with non-asbestos drum brakes in front and rear, with non-asbestos brake pads /
brake pads / linings having temperature and wear characteristics linings having temperature and wear characteristics suitable for
suitable for type II NDX bus operations. Brake squeal would be type II SDX bus operations. Brake squeal would be absent
absent under normal conditions of operation. An air under normal conditions of operation. An air compressor/dryer
compressor/dryer which minimizes oil carry over would be fitted. which minimizes oil carry over would be fitted. Braking system
Braking system would be fitted with air dryer and oil/ water would be fitted with air dryer and oil/ water separator system.
separator system. Buses would also be provided with hand Buses would also be provided with hand operated pneumatic
operated pneumatic flick valve type parking brakes at rear flick valve type parking brakes at rear wheels. Air pressure line
wheels. Air pressure line would be treated for corrosion would be treated for corrosion resistance.
resistance.
21. Part G - I , 9.1 Thebuswouldbefittedwithsteelradialtubedtyresofoptimalsizeandd The bus would be fitted with steel radial tubeless tyres of
esignconforming to AIS-044 Part III with wheel rims of optimal size and design conforming to AIS-044 Part 1 with
corresponding size conforming to AIS/ BIS: 10694 (part 3)-1991 wheel rims of corresponding size conforming to AIS/ BIS: 10694
or latest. The bus would be supplied with 7 sets of tyres (two on (part 3)-1991/IS 15636: 2012 or latest. The bus would be
front and four on rear wheels) fitted on the bus plus one set as supplied with 7 sets of tyres (two on front and four on rear
spare Stepney on-board complete with carrier system under the wheels) fitted on the bus plus one set as spare Stepney on-
floor. board complete with carrier system under the floor.
22. Part G - I , 9.4 Splash aprons of minimum 6.50mm thickness…. Splash aprons of minimum 6.50±0.50 mm thickness….

23. Part G - I , 10.1 Solid beam front axle & grease type front bearings & seals of Solid beam front axle & grease type/unitised front bearings &
reliable &….. seals of reliable &…..
24. Part G - I , 10.2 The bus would be driven by a single heavy-duty rear axle of The bus would be driven by a single heavy-duty rear axle of
proven design, single reduction, hypoid gears, full floating axle proven design, single reduction, hypoid gears, full floating axle
shafts with optimal gear ratios suitable for type II NDX bus shafts with optimal gear ratios suitable for type II SDX bus
operations with adequate capacity to take care of maximum operations with adequate capacity to take care of maximum
GVW & crush loading expected during life span of bus of GVW & crush loading expected during life span of bus of
minimum 9 years or 12,00,000 Kms. whichever is earlier. minimum 9 years or 12,00,000 Kms. whichever is earlier.
Transfer of gear noise to bus interior would be minimized. Transfer of gear noise to bus interior would be
Lubricant drain plug would be magnetic type, external hex head. minimized. Lubricant drain plug would be magnetic type,
If a planetary gear design is employed, oil level in the planetary external hex/square head. If a planetary gear design is
gears would be easily checked through plug or sight gauge. employed, oil level in the planetary gears would be easily
checked through plug or sight gauge.

41

Corrigendums Document 703


Corrigendum 8 for Request for Proposal (RFP) for Design, Manufacture and Supply of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses
for various cities of Tamil Nadu, India

S. No RFP clause / The Provision/clause stands revised/ replaced /added and


Provision /clause
reference to be read as
25. Part G - I , 11.2 Diesel tank of requisite capacity (>230 litres) would be Diesel tank of requisite capacity (>250 litres) would be
appropriately mounted on to the bus keeping in mind appropriately mounted on to the bus keeping in mind
convenience of diesel filling, safety of system and its convenience of diesel filling, safety of system and its
maintainability, in the operational areas. maintainability, in the operational areas.
26. Part G - I , 11.3 Capacity of the diesel tank (minimum 230 litres) be adequate for Capacity of the diesel tank (minimum 250 litres) to be adequate
over 400 kms of bus running without refilling. for bus running without refilling.
27. Part G - I , 11.4 Diesel tank and other components of diesel-fuelled vehicles Diesel tank and other components of diesel-fuelled vehicles
should conform to applicable AIS / BIS standards or should conform to applicable AIS / BIS standards or
International Specs / standards in absence of AIS /BIS specs. International Specs / standards in absence of AIS /BIS specs.
Additionally, requirement of UN/ECE R34 for prevention of fires Additionally, requirement of UN/ECE R34 for prevention of fires
be satisfied. may be satisfied.
28. Part G - I , 12.11 During structural assembly operations, a number of holes are During structural assembly operations, a number of holes are
drilled and or weldments made after the corrosion prevention drilled and or weldments made after the corrosion prevention
treatment of components/structural items/members causing loss treatment of components/structural items/members causing loss
of such treatment and exposing these items to corrosion. of such treatment and exposing these items to corrosion.
Manufacturer would take sufficient care to carry out corrosion Manufacturer would take sufficient care to carry out corrosion
prevention of items so exposed to effectively prevent corrosion. prevention of items so exposed to effectively prevent corrosion
as applicable under RFP Summary Sr. No. 21
29. Part G - I , 13.4 All side skirt panels below stretch panel be of such design as All side skirt panels below stretch panel be of such design as
would facilitate quick replacement of any damaged panel(s) with would facilitate quick replacement of any damaged panel(s) with
pre-painted panels. The side skirt would be able to withstand pre-painted panels. The side skirt would be able to withstand
side impact as per provisions of BIS: 14682-1999 or latest. side impact as per provisions of BIS: 14682-1999 or AIS 153
Similarly rear end would be able to withstand rear impact as per latest. Similarly rear end would be able to withstand rear impact
the provisions of BIS: 14812-2000 or latest as per the provisions of BIS: 14812-2000 or AIS 153 latest
30. Part G - I , 13.7 Metal Inert Gas (MIG) welding for fabrication of aluminium Metal Inert Gas (MIG)/Tungsten Inert Gas (TIG) welding for
components would be used. fabrication of aluminium components would be used.
31. Part G - I , 16.1 One service door (passenger entry / exit) with steps, on rear side Two service doors (passenger entry / exit) with steps, on rear
of the front axle as indicated in summarised specs in part II, side of the front axle and on rear side of the rear axle as
would be provided on near side (on kerb side wall) indicated in summarised specs in part II, would be provided on
near side (on kerb side wall)
32. Part G - I , 16.5 Door operating mechanisms, brackets etc. would be Door operating mechanisms, brackets etc. would be
maintenance free and designed with lifetime durability of maintenance free and designed with lifetime durability of
minimum 9 years or 12,00,000 Kms. whichever is earlier. minimum 3 years or 3,00,000 kms. whichever is earlier.
33. Part G - I , 16.9 A red “Door Closing” sign would be installed above exit door. A red “Door Closing” sign or similar arrangements would be
The sign will blink when door is closing. installed above exit doors to indicate doors are closing.

42

Corrigendums Document 704


Corrigendum 8 for Request for Proposal (RFP) for Design, Manufacture and Supply of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses
for various cities of Tamil Nadu, India

S. No RFP clause / The Provision/clause stands revised/ replaced /added and


Provision /clause
reference to be read as
34. Part G - I , 16.11 Service Doors’ operation would be controlled with help of Service Doors’ operation would be controlled with help of
separate push buttons and one switch for each door mounted separate push buttons and one switch for each door mounted
over the doors. One each red master button to close all entrance over the doors. One red master button to close all entrance and
and exit doors at same time would also be provided on driver exit doors at same time would also be provided on driver dash-
dash-board and the conductor seat. board.
35. Part G - I , 16.12 All buttons and switches would be labelled on a panel to right All buttons and switches except the door control switches
side of the driver. would be labelled on a panel to right side of the driver. Door
control switches can be either on left or right side of driver.
36. Part G - I , 16.15 Photo-cell controlled opening / closing functions of doors and a Photo-cell controlled/Electro-pneumatically controlled back
“sensitive edge” made for safe entry-exit be fitted. pressure sensor for opening / closing functions of doors and a
“sensitive edge” made for safe entry-exit be fitted.
37. Part G - I , 18.2 Windows would have provision of suitable sealing to avoid Windows would have provision of suitable sealing to avoid
ingress of dust and water and would have proper/ efficient ingress of dust and water and would have proper/ efficient
drainage system as per AIS 052 /UBS II. drainage system as per AIS 052.
38. Part G - I , 25.1 Handrails and Handholds would be provided as per provision of Handrails and Handholds would be provided as per provision of
bus code (AIS 052) / UBS II. bus code (AIS 052).
39. Part G - I , 26.2 Stanchion pipes and the handrails would be painted in cannery Stanchion pipes, handrails and joining brackets should be
yellow colour while the joining brackets be painted in grey colour covered with a protective surface or protective paint suitably
generally matching with inner panelling. with colours as specified by the authority.
40. Part G - I , 30.2 CCTV camera and a buzzer would be provided at rear end of the This Clause stands deleted
bus along with audio video facility at driver dash board.
41. Part G - I , 31.1 Adjustable sun visors would be provided for windshield & driver’s Adjustable sun visors would be provided for driver’s side
side window. Visors would be shaped to minimize light leakage window. Visors would be shaped to minimize light leakage
between visors & windshield. Adjustment of visors would be between visors & windshield. Adjustment of visors would be
made easily by hand with positive locking & releasing devices made easily by hand with positive locking & releasing devices
and would not be subject to damage by over-tightening. Sun and would not be subject to damage by over-tightening. Sun
visor construction & material would be strong enough to resist visor construction & material would be strong enough to resist
breakage during adjustment. Visors may be transparent but breakage during adjustment. Visors may be transparent but
would not allow a visible light transmittance in excess of 10%. would not allow a visible light transmittance in excess of 10%.
Visors where deployed would be effective in driver’s field of view Visors where deployed would be effective in driver’s field of view
at angles more than 5o above horizontal. at angles more than 5o above horizontal.
42. Part G - I , 32.1 The ICT aggregates to be provided by the bidder shall have two The ICT aggregates to be provided by the bidder shall have
(2) year default warranty and shall be extendable for a further three (3) year default warranty and shall be extendable for a
period of 7 years. The warranty shall include continuous onsite further period of two (2) years. The warranty shall include
support for the respective site locations. continuous on- site support for the respective site locations

43

Corrigendums Document 705


Corrigendum 8 for Request for Proposal (RFP) for Design, Manufacture and Supply of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses
for various cities of Tamil Nadu, India

S. No RFP clause / The Provision/clause stands revised/ replaced /added and


Provision /clause
reference to be read as
43. Part G - I , The bidder shall support the operations, maintenance and The bidder shall support the operations, maintenance and
32.1.iii integration of all supplied and installed ICT/ ITS systems on integration of all supplied and installed ICT/ ITS systems on
buses for a Contract Period of 9 years from the date of delivery buses for a Contract Period of 5 years from the date of delivery
& acceptance of each bus by authority. & acceptance of each bus by authority. (“ITS equipment
warranty Period” as per Sr. No. 21 of RfP summary)
44. Part G - I , 32.2 Others: • Front Outer LED - minimum 1800X220 mm
Front sign: central • Rear Outer LED - minimum 900X220 mm
Rear sign: central • Inner LED - 800X100mm
Side sign: first window ahead of rear door (central line of sign
should coincide with central line of window)
Inner sign: centralize along the width of bus behind the driver's
partition
45. Part G - I , 33.1 A suitable device for the convenience of passengers including This Clause stands deleted
PwDs to request for stopping bus be provided at appropriate
locations inside the bus on stanchions in a manner as to prevent
un-intentional operation, deliberate attempts by children, etc.
46. Part G - I , 35.1 Heavy-duty ring type towing devices would be provided in front Heavy-duty ring type towing devices would be provided in front
and rear bumper area with load transfer to bus structural bumper area with load transfer to bus structural members.
members. Capacity of each towing device would be 1.2 times Capacity of the towing device would be 1.2 times (minimum) the
(minimum) the kerb weight of the bus within 30 degrees of kerb weight of the bus within 30 degrees of longitudinal axis of
longitudinal axis of the bus. The manufacturer would supply a the bus. The manufacturer would supply a copy of the test
copy of the test certificate of the towing devices certificate of the towing device as applicable under CMVR/AIS
codes.
47. Part G - I , 36.1 Front wind screen in the bus would be in single piece design, Front wind screen in the bus would be in single piece design,
plain/ flat with curved corners, intervening PVB film laminated plain/ flat with curved corners, intervening PVB film laminated
safety glass of minimum thickness of 8.76 mm. Rear windscreen safety glass of minimum thickness of 8.76 mm. Rear windscreen
would also be in single piece design, flat in centre and curved on would also be in single piece design, flat in centre and curved on
corners toughened glass of thickness of 5.5 mm + 0.5mm. corners toughened glass of thickness of 5.5 mm + 0.5mm.
Windscreen glasses would meet the requirements of BIS 2553: Windscreen glasses would meet the requirements of BIS 2553:
Part II- 1992 or latest and that of CMVR and Bus code (AIS Part II- 1992 or latest and that of CMVR and Bus code (AIS
052). The glazing used for fitment of glasses would be Ethylene 052). The glazing used for fitment of glasses would be Ethylene
Propylene Dien Monomer (EPDM) rubber of black colour or Propylene Dien Monomer (EPDM) rubber of black colour or
pasted with adhesive material conforming to Indian/ International pasted with adhesive material conforming to Indian/ International
Standards to be specified by the manufacturer. A grab handle Standards to be specified by the manufacturer. A grab handle
and suitable handles on the outside of windshield centre at waist and suitable handles on the outside of windshield centre at waist

44

Corrigendums Document 706


Corrigendum 8 for Request for Proposal (RFP) for Design, Manufacture and Supply of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses
for various cities of Tamil Nadu, India

S. No RFP clause / The Provision/clause stands revised/ replaced /added and


Provision /clause
reference to be read as
level would be provided to facilitate manual cleaning of the level would be provided to facilitate manual cleaning of the
windscreens. windscreens.
48. Part G - I , 36.2 The windshield shall permit an operator's field of view as The windshield shall permit an operator's field of view as
referenced in SAE recommended practice J1050. The vertically referenced in AIS 052/ SAE recommended practice J1050. The
upward view shall be a minimum of 15 degrees, measured vertically upward view shall be a minimum of 15 degrees,
above the horizontal and excluding any shaded band. The measured above the horizontal and excluding any shaded band.
vertically downward view shall permit detection of an object The vertically downward view shall permit detection of an object
1.35-metre-high no more than 600 mm in front of the bus. 1.35-metre-high no more than 600 mm in front of the bus. The
The horizontal view shall be a minimum of 90 degrees above the horizontal view shall be a minimum of 90 degrees above the line
line of sight. of sight.
49. Part G - I , 36.3 The windshield shall be easily replaceable by removing ziplocks The windshield shall be bonded-in place. The windshield glazing
from the windshield retaining mouldings. Bonded-inplace material shall have 8.76mm nominal thickness double laminated
windshield shall not be used. The windshield glazing material safety glass conforming with the requirements of AIS 052/ ANSI
shall have 8.76mm nominal thickness double laminated safety Z26.1
glass conforming with the requirements of ANSI Z26.1 Test
Grouping 1A and the recommended practices defined in SAE
J673.
50. Part G - I , 40.1 The manufacturer would provide for ease of accessibility, The manufacturer would provide for ease of accessibility,
guidance, anchorage of one wheel chair on-board, positioning of guidance, positioning of aids etc. system for PwDs that meets
aids etc. system for PwDs that meets the requirements as given the requirements as applicable under the Bus Code, AIS 153
in the Bus Code, AIS 153 and CMVR and “Harmonized and CMVR.
Guidelines and Space Standards for Barrier-Free Built
Environment for persons with Disability and Elderly Persons – as
applicable to Public Transport”.
51. Part G - I , 41.3 Each battery cable would be covered with flame retardant Grey Each battery cable would be covered with flame retardant colour
colour corrugated flexible pipe and would be properly encased & as specified by TNSTC corrugated flexible pipe and would be
clamped. properly encased & clamped.
52. Part G - I , 42.2 ELECTRICAL EQUIPMENT AND WIRING: As per details given ELECTRICAL EQUIPMENT AND WIRING: As per details given
in UBS II and generally as under: in UBS II, AIS 052, CMVR, other relevant codes and generally
as under:
53. Part G - I , 42.3 A pre-engaged type 24V DC Self-starter of adequate capacity A pre-engaged type 24V DC Self-starter of adequate capacity
(minimum 180Ah) with relay would be fitted in bus and so (minimum ≥4.5 kw or 180Ah) with relay would be fitted in bus
located as to minimise ingress of oil or rain water into it. and so located as to minimise ingress of oil or rain water into it.
54. Part G - I , 42.5 Electrical equipment and wiring ….would be multiplex system, Electrical equipment and wiring would conform to Indian/
flame proof, ISI marked conforming to BIS: 2465-1984 or international Standards, bus code and UBS II. All cabling would
latest….. be as per provisions of Bus code / UBS II. The wiring would be

45

Corrigendums Document 707


Corrigendum 8 for Request for Proposal (RFP) for Design, Manufacture and Supply of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses
for various cities of Tamil Nadu, India

S. No RFP clause / The Provision/clause stands revised/ replaced /added and


Provision /clause
reference to be read as
multiplex system, flame proof, ISI marked/ BIS Marked/ E-
Marked/Quality Standards conforming to BIS: 2465-1984 or
international standards or latest. As far as possible electrical
system would be 24V double pole multiplex wiring system
except in unavoidable condition. However, in case of single pole
wiring all power & ground wiring would have double electrical
insulation, which would be waterproof conforming to the Indian/
International Standards. Wiring would be grouped, numbered &
colour coded. Wiring harnesses would not contain wires of
different voltage classes unless all wires within the harness or
insulated for highest voltage present in harness. Kinking,
grounding at multiple points, stretching & exceeding minimum
bend radius would be prevented.
55. Part G - I , 43.1 Interior saloon lighting would be sunken type light assembly Interior saloon lighting would be as per AIS 052 and CMVR
fitted with LED lights and mounted in staggered formation for
uniform lighting in two separate circuits. First row of lamps
provided in driver’s cabin should be fitted with amber internal
filter to reduce glare to driver at night. Overall bus lighting
system would comply with CMVR provisions where ever falls
short of it.
56. Part G - I , 43.2 Modern rectangular type headlamps with relay and side light etc. Headlamps with relay and side light etc. would be suitably
would be suitably styled into front-end construction. styled into front-end construction.
57. Part G - I , 43.3 White and Red marker lights of 5 Watt each would be fitted at White and Red marker lights each should be provided as
both top side corners of the front and rear panel of the bus per AIS 052.
respectively.
58. Part G - I , 43.4 Identical signal lights of 15 Watts would be fitted for Identical signal lights as per CMVR, AIS 008 would be fitted for
interchangeability in each side i.e.; front, rear and side inter-changeability to be optimised on each side i.e.; front, rear
respectively and side respectively
59. Part G - I , 43.5 Brake lights (15 W) and taillights (10W) would be two separate Brake lights and taillights should be in compliance with
lights to reduce heat generation. CMVR, AIS 008
60. Part G - I , 43.6 Reverse light of 25W, square lamps with white covers would be Lights provided for illuminating exit/entrance door area, lights
provided. would illuminate outside area as applicable under AIS 052
when door/doors is/are opened.
61. Part G - I , 43.12 No Electrical fittings would be mounted on front and rear Fitment of RPAS sensors may be permitted, however, no
bumpers. electrical fittings would be mounted on front and rear bumpers.

46

Corrigendums Document 708


Corrigendum 8 for Request for Proposal (RFP) for Design, Manufacture and Supply of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses
for various cities of Tamil Nadu, India

S. No RFP clause / The Provision/clause stands revised/ replaced /added and


Provision /clause
reference to be read as
62. Part G - I , 43.13 Switches would be fitted on right hand side of instrument panel Switches would be fitted on left/right hand side of instrument
through evenly loaded circuits & fuses as per bus code. panel through evenly loaded circuits & fuses as per bus code.
63. Part G - I , 45.3 Power Point presentation material on a DVD for offered design Power Point presentation material on a DVD for offered design
of bus (indicative) and minimum 1:15 scaled Model (indicative & of bus (indicative) would be submitted during prototype
non-working)) duly furnished/ painted in environmentally friendly inspection. The presentation will cover elevations –sides, front
colour scheme as given by TNSTC would be submitted along- & rear ends along-with main dimensions, isometric views,
with the bid. The presentation will cover elevations –sides, front exterior & interior details, seating layouts, colour scheme etc. as
& rear ends along-with main dimensions, isometric views, given by TNSTC
exterior & interior details, seating layouts, colour scheme etc.
64. Part G - I , 47.1 At least 2 hard bound copies and 2 soft copies, for every 25 5 hard bound copies, and 1 soft copy for every 100 buses or
buses or part thereof, of operation and maintenance manual part thereof, of operation and maintenance manual containing
containing essential technical information required for essential technical information required for satisfactory
satisfactory operation, inspection and maintenance would be operation, inspection and maintenance would be supplied by
supplied by bus manufacturers. bus manufacturers.

ii)Chassis lubrication and brake system – Wall chart


65. Part G - I , 48.3 The training shall be provided at regional training centres of the The training shall be provided at regional training centres of the
Authority/IRT. The Bidder shall provide minimum 3 (nos) of Authority/IRT after the issuance of the Provisional Receipt
training bus or simulator or similar adequate infrastructure for the Certificate for the first lot of Contracted Buses. The Contractor
purpose of Physical Training based on the requirement. The can also arrange such Physical Training at its own
Bidder can also arrange such Physical Training at its own premises/facility at its own cost.
premises/facility at its own cost.
66. Part G - I , 51.2 Manufacturer would also provide complete details of vendors, for Manufacturer would provide the spare parts catalogue in 5 hard
every component / spare for complete bus and the spare parts bound copies, and 1 soft copy for every 100 buses.
catalogue (hard as well as soft copies) in 2 sets for every 25
buses or part thereof.
67. Part G - I , 53.2 Special Warranty Period, for any manufacturing Defect in Special Warranty Period, for any manufacturing Defect in
design, material and workmanship of Bus structure shall be 9 design, material and workmanship of Bus structure shall be 6
years or 9,90,000 km per Bus whichever is later from the date of years or 6,60,000 km per Bus whichever is later from the date
putting bus into operation after registration. of putting bus into operation after registration.
68. Part G - I , All miscellaneous M.S pipes would be phosphated with the All miscellaneous M.S pipes or Galvanised Iron pipes would
54.2.xii coating of 2.16 to 2.70 gm/m2 or by any other pre-treatment be phosphated with the coating of 2.16 to 2.70 gm/m2 or by any
process conforming to Indian/ international Standards (to be other pre-treatment process conforming to Indian/ international
specified by the manufacturer). Samples of all materials & Standards (to be specified by the manufacturer). Samples of all
components would withstand a two weeks (336 hours) Salt materials & components would withstand a two weeks (336
Spray test in accordance with ASTM procedure B117 with no hours) Salt Spray test in accordance with ASTM procedure B117

47

Corrigendums Document 709


Corrigendum 8 for Request for Proposal (RFP) for Design, Manufacture and Supply of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses
for various cities of Tamil Nadu, India

S. No RFP clause / The Provision/clause stands revised/ replaced /added and


Provision /clause
reference to be read as
structural detrimental effect to normally visible surfaces & no with no structural detrimental effect to normally visible surfaces
weight loss of over 1%. & no weight loss of over 1%.
69. Part G - I , All M.S pipes used in the bus would be ERW conforming to BIS All M.S pipes used in the bus would be ERW conforming to BIS
54.2.xiv 3601:1984 or latest, of grade WT –160. 3601:3601:1984 or latest, of grade WT –160 or to BIS
4923:1997(or latest ) Grade Yst 240, which-ever is
equivalent / superior.
70. Part G - I , Hydraulic Grease Nipples would be provided for ease of proper Grease Nipples would be provided for ease of proper lubrication
54.2.xxi lubrication & maintenance. & maintenance.
71. Part G - I , 56.2 Bus Manufacture must make sure that the Fully built type II NDX Bus Manufacture must make sure that the Fully built type II SDX
bus complies with standards and regulations for diesel fuelled bus complies with standards and regulations for diesel fuelled
vehicle provided in the AIS-052, AIS 153, UBS II, harmonised vehicle provided in the AIS-052, AIS 153, UBS II, and any other
guidelines and any other standards as applicable; CMVR 1989 standards as applicable; CMVR 1989 as amended till date,
as amended till date, CMVR 1989 and Tamil Nadu MVR and all CMVR 1989 and Tamil Nadu MVR and all amendments thereto.
amendments thereto.
72. Part G - I , Stanchion pipes and grab rails to be of Aluminium tubing of Stanchion pipes and grab rails to be of Aluminum tubing of
59.2.iv appropriate specs, size / wall thickness etc. Handholds appropriate specs, size / wall thickness etc. Handholds
supporting hand rails and the stanchion pipes be painted in supporting hand rails, stanchion pipes, handrails and
cannery yellow colour, Brackets be of grey colour matching the joining brackets should be covered with a protective
colour of the inner paneling. Brackets however need to be of surface or protective paint suitably with colours as
proper size and shape to ensure perfect fittings. No redundant specified by Authority. Brackets however need to be of proper
fastening holes be provided on bracket size and shape to ensure perfect fittings. No redundant fastening
holes be provided on brackets
73. Part G - I , Stop buzzers may be provided as one in frontal area, one in This Clause stands deleted
59.2.vii middle and one in the rear area on stanchions at reasonable
height ensuring easy accessibility as well as preventing
unnecessary usage. Design of buzzer switch be sturdy, long
lasting and sunk-in type to avoid undesirable / inadvertent
operation.
74. Part G - I , Tail lamps be covered with metallic grill in a manner that not only This Clause stands deleted
59.2.ix protects the tail lamps but also facilitates easy lamp replacement
etc.
75. Part G - I , 60.2 FDSS provision is to be made in the bus at appropriate FDSS provision is to be made in the bus at appropriate
location(s) for detection, alarming and suppression about any location(s) for detection or as applicable under AIS 135 for
likely fire at all fire prone systems/sub-systems (bus supplier to type III buses, alarming and suppression about any likely fire at
identify such fire prone systems /sub-systems and make above all fire prone systems/sub-systems (bus supplier to identify such
provisions) fire prone systems /sub-systems and make above provisions)

48

Corrigendums Document 710


Corrigendum 8 for Request for Proposal (RFP) for Design, Manufacture and Supply of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses
for various cities of Tamil Nadu, India

S. No RFP clause / The Provision/clause stands revised/ replaced /added and


Provision /clause
reference to be read as
76. Part G - I , 60.8 An analysis shall be conducted prior to the installation in order to An analysis shall be conducted prior to the installation in order to
determine the location of fire detectors and alarm system. determine the location of fire detectors and alarm system.
Potential fire hazards at possible fire prone areas shall be Potential fire hazards at possible fire prone areas or as
identified and the fire detectors and suppression systems shall applicable under AIS 135 for type III buses shall be identified
be so positioned as to commence suppression of the fire hazard and the fire detectors and suppression systems shall be so
immediately. The system shall also be ensured to work promptly positioned as to commence suppression of the fire hazard
and effectively regardless of the vehicle’s attitude, road immediately. The system shall also be ensured to work promptly
conditions etc., and effectively regardless of the vehicle’s attitude, road
conditions etc.,
77. Part G - I , 60.9 Fire hazards to be taken into account in the analysis shall at Fire hazards to be taken into account in the analysis shall at
least consist of the following: Components whose surface may least consist of the following: Components whose surface may
reach temperatures above the autoignition temperature for reach temperatures above the autoignition temperature for
fluids, gases or substances that are present in the fire prone fluids, gases or substances that are present in the fire prone
areas and electrical components and cables with a current or areas as applicable under AIS 135 for Type III buses and
voltage high enough for an ignition to occur as well as hoses and electrical components and cables with a current or voltage high
containers with flammable liquid or gas (in particular if those are enough for an ignition to occur as well as hoses and containers
pressurized). The analysis shall be fully documented. with flammable liquid or gas (in particular if those are
pressurized). The analysis shall be fully documented.
78. Part G - II , 3.1.f i. Rated HP at low rpm and Maximum engine torque required at i. Rated HP at low rpm and Maximum engine torque required at
lower range of RPM and spread over a wider range of RPM lower range of RPM and spread over a wider range of RPM
2. Engine Power: Min. 140kW @ 1800-2400 RPM ii. Engine Power: Min. 140kW @ 1800-2400 RPM
3. Engine torque: Min. 700 Nm @ 1100 -2000 RPM iii. Engine torque: Min. 700 Nm @ 1100 -2000 RPM
Subject to meeting specified performance. The values stated above are indicative in nature subject to
meeting specified performance criteria . However, the
bidder may appropriately optimise the engine power and/or
torque subject to meeting the performance criteria laid out
in 3.1 a, 3.1 b, 3.1 c, 3.1 d and 3.1 g. amongst others, and
duly certified by test agencies authorised under Rule 126 of
CMVR.
79. Part G - II , 3.3 Engine oil pressure, engine coolant temperature, engine speed Engine oil pressure, engine coolant temperature, engine speed
in RPM, vehicle speed, engine % load (torque), diagnostic in RPM, vehicle speed, engine % load (torque), diagnostic
message (engine specific) generally as per UBS II message (engine specific) generally as per relevant AIS
codes/CMVR as applicable
80. Part G - II , 5.1 Single reduction, hypoid gears, full floating axle shafts with Single reduction, hypoid gears, full floating axle shafts with
optimal gear ratios suitable for type II NDX operations in optimal gear ratios suitable for type II SDX operations in
designated areas designated areas

49

Corrigendums Document 711


Corrigendum 8 for Request for Proposal (RFP) for Design, Manufacture and Supply of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses
for various cities of Tamil Nadu, India

S. No RFP clause / The Provision/clause stands revised/ replaced /added and


Provision /clause
reference to be read as
81. Part G - II , 5.2 Heavy duty reverse Elliot I-section beam type axle suitable for Heavy duty reverse Elliot type axle suitable for bus floor height,
bus floor height, track rod with replaceable ball joints at both track rod with replaceable/sealed ball joints at both ends.
ends.
82. Part G - II , 7 Parabolic leaf spring (waveller type) suspension at front axle and Spring (Waveller) type suspension at front axle and air
air suspension at rear axle complete with Anti-roll stabilisers & suspension at rear axle complete with Anti-roll stabilisers &
heavy duty hydraulic double acting Shock Absorbers at both heavy duty hydraulic double acting Shock Absorbers at both
axles axles
83. Part G - II , 7.1 Parabolic leaf spring (waveller type) suspension system Spring (waveller type) suspension system

84. Part G - II , 8 Disc Brakes in front and drum brakes at rear wheels. Drum Brakes in front and rear wheels. Graduated hand
Graduated hand controlled, spring actuated parking brakes controlled, spring actuated parking brakes acting on rear
acting on rear wheels. Asbestos free brake Pads / linings at all wheels. Asbestos free brake Pads / linings at all places.
places.
i. fitment of drum brakes at Rear
i. fitment of drum brakes at Rear ii. Drum brakes at front
ii. Disc brakes at front iii. Hand brakes
iii. Hand brakes iv. Asbestos free pads/ linings
iv. Asbestos free pads/ linings v. Provide Make - ----, model , specs of brake system and its
v. Provide Make - ----, model , specs of brake system and its subsystems
subsystems
85. Part G - II , 8.1 Required Required as applicable under CMVR

86. Part G - II , 9.2 24V, 180 Ah 24V, 180 Ah or 4.5 kW

87. Part G - II , 11 Steel radial tubed tyres– size and ply rating for type II NDX bus Steel radial tubeless tyres– size and ply rating for type II SDX
operations, as per CMVR Standards preferably 10.00*20 as per bus operations, as per CMVR Standards and AIS 044/ BIS:
AIS 044 part 3. 10694 (part 3)-1991/ IS 15636:2012 or latest
88. Part G - II , 13.1. >10800 mm provided that the maximum number of seats and 11000+300 mm provided that the maximum number of seats
a seat spacing are met as per AIS 052 and seat spacing are met as per AIS 052
89. Part G - II , 13.1. Overall length be maintained as > 10800- mm by adjusting Overall length be maintained as 11000+300 mm by adjusting
d. iii tolerances appropriately on various dimensions such as wheel tolerances appropriately on various dimensions such as wheel
bases, overhangs, etc. bases, overhangs, etc.
90. Part G - II , 13.2 11000±200 mm / 14000±200 mm / 7000±200 mm 11000±200 mm / 14000±200 mm / 7000±200 mm as per Indian
standards / IS 12222/ ECE R107 as applicable

50

Corrigendums Document 712


Corrigendum 8 for Request for Proposal (RFP) for Design, Manufacture and Supply of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses
for various cities of Tamil Nadu, India

S. No RFP clause / The Provision/clause stands revised/ replaced /added and


Provision /clause
reference to be read as
91. Part G - II , 14.1 Double jack-knife (JK) type, 1 door on near (left) side. The door Jack-knife (JK) type, 2 doors on near (left) side. The door
flaps shall be so designed as to provide positive sealing against flaps shall be so designed as to provide positive sealing against
ingress of water in the bus particularly during any water logging / ingress of water in the bus particularly during any water logging /
flooding on roads. flooding on roads.
92. Part G - II , 14.2 Mandatory Mandatory. However manual override to be provided

93. Part G - II , 14.3 Front gate behind front axle., and Rear gate behind of rear axle Front gate behind front axle., and Rear gate behind of rear axle
such that distance between front edge of the gate and Centre such that distance between front edge of the gate and Centre
Line of rear axle is1500 mm. Line of rear axle is 1500 mm preferably.
94. Part G - II , 14.6 Not Required This Clause stands deleted

Required for sub clause f, h,i,k


95. Part G - II , 15.1 Design type approval as per Annexure-3 of UBS II/ AIS 052/ AIS Design type approval as per Annexure-3 of UBS II/ AIS 052/
153 as applicable, “Harmonised Guidelines and Space AIS 153 as applicable, and the data given in this doc whichever
Standards for Barrier..... is superior. The fully completed bus be type approved as per
approved design.
96. Part G - II , 15.6. Single piece flat/curved toughened glass- plain/flat/curved at Size : 1900mm width * 950mm height (minimum) * 5.5 + 0.5mm
b centre & curved at corners IS 2553(Part-2)– 1992/latest thickness
97. Foot Note on 1 IRT suggested laminated clear curved Glass 99 * 61 i.e. This Clause stands deleted
Pg. 126 and 204 2515mm*1550mm inches size with 8.76 mm thickness. It may
be difficult to accommodate the said width of 2515mm within the
bus width of 2600-50mm unless the glass is wrapped around,
that would significantly increase cost and proneness to damage.
Hence, IC suggested that the specified dimensions be
maintained as size given by IC is generally as per UBS II to
facilitate standardisation and thus ease of availability at
minimum cost for replacement.
2 IRT suggested Single toughened grey curved glass of 96 * 42
inches i.e. 2439mm*1067mm with 6 mm thickness. The
suggested size is a non- standard size. Whereas, size given by
IC is generally as per UBS II to facilitate standardisation and
thus ease of availability at minimum cost for replacement.
98. Part G - II , 700 mm as per AIS 052 for Type II NDX buses 700 mm as per AIS 052 for Type II SDX buses
15.7.1. d

51

Corrigendums Document 713


Corrigendum 8 for Request for Proposal (RFP) for Design, Manufacture and Supply of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses
for various cities of Tamil Nadu, India

S. No RFP clause / The Provision/clause stands revised/ replaced /added and


Provision /clause
reference to be read as
99. Part G - II , 16.2 As above and suitable to carry rated current (Japanese auto As above and suitable to carry rated current as per AIS 052
Standard JASO D0609-75 AV)
100. Part G - II , 16.7. As per AIS 052 with illumination level of ≥ 100 lux &≤ 200 lux As per AIS 052
b
101. Part G - II , 16.7. As per AIS 052 with illumination level of ≥ 100 lux and ≤ 150 lux As per AIS 052
c
102. Part G - II , 17 As specified separately under ITS chapter of UBS II As specified separately under ITS chapter of UBS II
specifications /and or by ITS Consultant and generally as specifications and and generally as brought out at Para 32 in
brought out at Para 32 in Part I. Part I.
103. Part G - II , 18.9 High visibility bell pushes shall be fitted at a suitable height (≥1.2 This Clause stands deleted
metre on all/ alternate/convenient stanchions keeping in view
convenience of passengers and avoidance of un-necessary/
inadvertent operation by passengers. These would assist PwDs
and all other passengers
104. Part G - II , One rear camera for bus reversing and at least two cameras in One reverse parking sensor camera and wiring provision
18.10 the passenger cabin area as per the specifications / supplies for two surveillance cameras in each bus to monitor bus
made by the ITMS service provider. interiors as per the specifications in Annexure IV / supplies
One more camera in front of Driver to capture vehicle front side made by the ITMS service provider.
blind spots coverages
105. Part G - II , Heavy duty for loads of 1.2 times (minimum) the kerb weight of Clause to be read as "Towing device front"
18.16 the bus within 30o of the longitudinal axis of the bus. As per
CMVR & IS 9760 - ring type
106. Part G - II , 21. b Vibration levels / Noise, vibration and harshness (NVH) levels Vibration levels / Noise, vibration and harshness (NVH) levels
(interior): (interior) as indicated below or as per AIS 153:
- Noise level in saloon from drive axle, etc.: Nil - Dominant - Noise level in saloon from drive axle, etc.: Nil - Dominant
frequencies to fall outside the ranges of: 0.5-1 Hz, 5-7 Hz and frequencies to fall outside the ranges of: 0.5-1 Hz, 5-7 Hz and
18-20 Hz · Transient vibration level in seating area maximum:1g 18-20 Hz · Transient vibration level in seating area maximum:1g
· Transient vibration level at driver seat maximum:0.1g · Transient vibration level at driver seat maximum:0.1g
· Vibration levels at driver/Pax seats · Vibration levels at driver/Pax seats
(metre/sec²) ≤ 0.5 (metre/sec²) ≤ 0.5
· Vibration level in gangway (metre/sec²) ≤ 1 · Vibration level in gangway (metre/sec²) ≤ 1
107. Part G - II , 22 An automatic fire detection & Suppression system be essentially An automatic fire detection & Suppression system be essentially
provided for engine and other fire sensitive areas of the bus. provided for engine and other fire sensitive areas of the bus as
Possibility of provision of FDSS for entire bus including but not applicable under AIS 135 for Type III buses.
limited to engine area, drive line, fuel tanks, fuel filling point and Possibility of provision of FDSS for entire bus including but not

52

Corrigendums Document 714


Corrigendum 8 for Request for Proposal (RFP) for Design, Manufacture and Supply of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses
for various cities of Tamil Nadu, India

S. No RFP clause / The Provision/clause stands revised/ replaced /added and


Provision /clause
reference to be read as
fuel distribution lines/cluster, wheel wells, electrical systems etc. limited to engine area, drive line, fuel tanks, fuel filling point and
Additional fire extinguishers as per AIS 052 be provided fuel distribution lines/cluster, wheel wells, electrical systems etc.
Additional fire extinguishers as per AIS 052 be provided
108. Part G - II , 22. a Pneumatic Electronic Linear fire detector with stainless steel Pneumatic Electronic Linear fire detector with stainless steel
tube with suitable diameter tube with suitable diameter or as applicable under AIS 135
109. Part G - II , 22. Detector operating on rate of rise with Advanced Built in Detector operating on rate of rise with Advanced Built in
b. i Test Module. Test Module or as applicable under AIS 135
110. Part G - II , 22. IP67 Minimum IP 54
c. i
111. Part G - II , 22. Aluminium As per AIS 135/UBS II as applicable
c. ii
112. Part G - II , 22. -40°C to +125°C 0°C to +125°C
c. iii
113. Part G - II , 22. Should comply to: Should comply to:
c. iv BS EN 61373, Table 1,2,3 BS EN 61373, Table 1,2,3 MIL STD- 810:501.4, 516.5.4, AIS
MIL STD- 810:501.4, 516.5.4. 135 Annexure III
114. Part G - II , 22. 40mA Minimum 40mA
c. vii
115. Part G - 60 H / 70 (right/left) / 60 V / 70 (up/down) 70 H / 70 (right/left) / 60 V / 60 (up/down)
Annexure IV , II.
9
116. Part G - II , III. 1 22 tracking/66 acquisition minimum As per OEM

117. Part G - AMPS 850MHz, GSM900MHz, ISM868MHz, DCS1800MHz, AMPS 850MHz, GSM900MHz, DCS1800MHz, PCS1900MHz,
Annexure IV , V. PCS1900MHz, 4G UMTS 2.1GHz, Wi-Fi /Blue Tooth (2.4 GHz), 4G UMTS 2.1GHz, Wi-Fi /Blue Tooth (2.4 GHz), GPS
1 GPS (1575.42MHz). Separate WLAN antenna may be provided (1575.42MHz). Separate WLAN antenna may be provided if
if necessary. necessary.
118. Part G - Single colour (Amber, can vary) As per UBS-II / IS 16433 / IS16490
Annexure IV , I.
12
119. Part G - As per UBS II guidelines, the data from multiplexing nodes, on a IS 9000 (Part II/Sec 4)-1977 (reaffirmed 2004) at -150C for 2
Annexure IV , 1 CAN 2.0 / OBD II Interface, should include parameters from: hours in ‘on’ condition
1. Vehicle electrical system powered through multiplexing nodes
2. Vehicle safety and performance features

53

Corrigendums Document 715


Corrigendum 8 for Request for Proposal (RFP) for Design, Manufacture and Supply of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses
for various cities of Tamil Nadu, India

S. No RFP clause / The Provision/clause stands revised/ replaced /added and


Provision /clause
reference to be read as
3. Engine and transmission
4. Diesel bus electronics data
120. Part G - II , • Engine CAN status Nine points, tri temperature/tri voltage- 18V, 27V, 32V,-25°C,
Annexure IV , 1. • Engine oil pressure room temperature, +80°C test. At each test point the system will
c • Engine coolant temperature be powered on and shut down 5 times as per the supplier’s
• Engine speed in RPM designated procedure and thereafter evaluated for malfunction if
• Vehicle speed (torque) any
• Diagnostic message (engine specific)

54

Corrigendums Document 716


Corrigendum 8 for Request for Proposal (RFP) for Design, Manufacture and Supply of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses
for various cities of Tamil Nadu, India

Table 3 Corrigendum pertaining to Part G of RfP Package 3

S. No RFP clause / Provision /clause The Provision/clause stands revised/ replaced /added and to
reference be read as
1. Part G - I, 1 The specifications cover end-use-based design, evaluation, The specifications cover end-use-based design, evaluation,
fabrication & testing features of diesel fuelled non-AC 12-metre-long fabrication & testing features of diesel fuelled non-AC 12-metre-long
type II DLX buses for transportation of passengers mainly in type II DLX buses for transportation of passengers mainly in
TNSTC’s designated PT operational areas. The bus design should TNSTC’s designated PT operational areas. The bus design should
be modern, energy efficient, environment friendly, safe, efficient and be modern, energy efficient, environment friendly, safe, efficient and
reliable besides meeting all statutory, legal and other requirements, reliable besides meeting all statutory, legal and other requirements,
as also those related to easy passenger accessibility including for as also those related to easy passenger accessibility including for
Persons with Disabilities (PwDs), passenger comfort, driver’s work Persons with Disabilities (PwDs)as applicable under AIS 052,
place, internal and external aesthetics, ease of repair and passenger comfort, driver’s work place, internal and external
maintenance etc. aesthetics, ease of repair and maintenance etc.
2. Part G - I, 1 Specifications would comply with all applicable Central, State and Specifications would comply with all applicable Central, State and
local laws (including Acts, Rules & Regulations). These would local laws (including Acts, Rules & Regulations). These would
include, but not be limited to, the provisions of Disability Act 1995 include, but not be limited to, the as state accessibility, safety,
as amended till date as well as state and local accessibility, safety, emission and other requirements. The bus would meet or exceed
emission and other requirements. The bus would meet or exceed the Central Motor Vehicles Rules (CMVR) of India/ Safety Norms,
the Central Motor Vehicles Rules (CMVR) of India/ Safety Norms, Emission, Noise& other norms as applicable for Type II DLX
Emission, Noise& other norms applicable at the time of supply. In buses at the time of supply. In the event of any conflict between
the event of any conflict between requirements emanating from this requirements emanating from this specification and those as per
specification and those as per any statutory/legal, etc. in force, the any statutory/legal, etc. in force, the superior/ higher
superior/ higher requirements/Standards would prevail. requirements/Standards would prevail.
3. Part G - I, 1 The bus design should be modern, energy efficient, environment The bus design should be modern, energy efficient, environment
friendly, safe, efficient and reliable besides meeting all statutory, friendly, safe, efficient and reliable besides meeting all statutory,
regulatory, legal and other requirements, as also those related to regulatory, legal and other requirements, as also those related to
easy passenger accessibility including for Persons with Disabilities easy passenger accessibility including for Persons with Disabilities
(PwDs); passenger comfort, driver’s work place, internal and (PwDs) as applicable under AIS 052; passenger comfort, driver’s
external aesthetics, ease of repair and maintenance etc. work place, internal and external aesthetics, ease of repair and
maintenance etc.
4. Part G - I , 1 The vehicle manufacturer shall ensure to meet the requirements as The vehicle manufacturer shall ensure to meet the requirements as
given in......... and also comply with “Harmonised Guidelines and given in Bus body Code and CMVR (bus body code AIS052,
Space Standards for Barrier-Free Built Environment for persons AIS153 and others as applicable for fully built bus) for various floor
with Dis comply with harmonized guidelines applicable for various heights of bus variants as per amendments and other statutory /
floor heights of bus variants as per amendments and other statutory mandatory provisions as on date, issued by the Government, at the
time of submission of tender.

55

Corrigendums Document 717


Corrigendum 8 for Request for Proposal (RFP) for Design, Manufacture and Supply of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses
for various cities of Tamil Nadu, India

S. No RFP clause / Provision /clause The Provision/clause stands revised/ replaced /added and to
reference be read as
/ mandatory provisions as on date, issued by the Government, at
the time of submission of tender.
5. Part G - I , 2.3 Bus would be designed to carry commuters in TNSTC with ease of Bus would be designed to carry commuters in TNSTC with ease of
boarding and alighting especially for ladies, senior citizens and boarding and alighting especially for ladies, senior citizens and
PwDs. PwDs as applicable under AIS 052.
6. Part G - I , 2.4 Bus design would be suitable for daily operation of 10 to 12 hours in Bus design would be suitable for daily operation of 10 to 12 hours in
TNSTC with peak loading of over 44 passengers in 12- metre-long TNSTC with peak loading of over 44 passengers in 12- metre-long
buses (each passenger weighing 68 Kgs on an average and buses (each passenger weighing 68 Kgs on an average and
carrying a load of 25 kgs each), average journey speed of about 45 carrying a load of 25 kgs each), average journey speed of about 45
Kms per hour with frequent starts/stops, say, after every 1500 to Kms per hour with frequent starts/stops, say, after every 1500 to
2500 metres. The minimum max attainable speed of the bus would 2500 metres. The minimum max attainable speed of the bus would
be in range of 90 kmph with cruising speeds of about 60 kms per be in range of 80 kmph with cruising speeds of about 60 kms per
hour. hour.
7. Part G - I , 2.8, The bus structure would meet requirements......for at least the The bus structure would meet requirements of structural strength,
viii following main static and dynamic loads including those as per stability, deflection, vibration, crashworthiness, roll over protection
annexure 3 of UBS II: etc. amongst others for at least the following main static and
dynamic loads including those as per CMVR and relevant AIS
viii. Speed breaker induced loads Standards:....loads
8. Part G - I, 2.10 Clause 2.10 Minimum required performance values/ data for above load
Minimum required performance values….. conditions may be considered as per CMVR and relevant AIS
standards :….
9. Part G - I ,3.2 Performance data/curves and other details of the engine have to be Performance data/curves and other details of the engine have to be
supplied. A detailed set of calculations indicating adequacy of said supplied. A detailed set of calculations indicating adequacy of said
engine for proposed type II deluxe bus be provided along with all engine for proposed type II deluxe be provided along with all
performance parameters of selected engine. performance parameters of selected engine at the stage of proto
type approval as per clause 6.1 of RfP. The authority will sign a
non-disclosure agreement with the successful bidder as per
bidder's requirement.
10. Part G - I , 3.4 Engine compartment would be insulated…… The firewalls shall Engine compartment would be insulated…… The firewalls shall
satisfy the requirements defined in Federal Transit satisfy the requirements defined in Federal Transit
Administration (FTA) of United States standard Docket 90, dated Administration (FTA) of United States standard Docket 90, dated
October 20,1993 or equivalent standards. October 20,1993 or equivalent Indian standards.
11. Part G - I , 3.6 Engine noise and emission levels must conform to the Central Engine noise and emission levels must conform to the Central
Motor Vehicle Rules (CMVR)/ UBSII /AIS 052 any other Indian Motor Vehicle Rules (CMVR) /AIS 052 any other Indian Standards,
Standards, adopting the most superior one. adopting the most superior one.

56

Corrigendums Document 718


Corrigendum 8 for Request for Proposal (RFP) for Design, Manufacture and Supply of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses
for various cities of Tamil Nadu, India

S. No RFP clause / Provision /clause The Provision/clause stands revised/ replaced /added and to
reference be read as
12. Part G - I , 3.7 Specific fuel consumption of diesel per KW hour at Standard Specific fuel consumption of diesel per km as per RFP Summary
conditions (e.g., an Indian / ECE’s Highway Driving Cycle and or Sr.No.22 would be indicated along with guaranteed fuel
any other equivalent or better followed by the test agencies) would consumption level (kilometres per liter of diesel) under GVW and
be indicated along with guaranteed fuel consumption level the standard operational conditions / cycle of type II DLX buses.
(kilometres per litre of diesel) under GVW and the standard
operational conditions / cycle of type II DLX buses.
13. Part G - I , 5.4 Mechanical Clutch system using single dry plate push type Mechanical / Hydraulic assisted Clutch system using single dry
clutching system would be provided. plate push type clutching system would be provided.
14. Part G - I , 6.1 The bus would be fitted with air suspension system at rear axles The bus would be fitted with air suspension system at rear axles
and parabolic leaf spring waveller type suspension at front. and spring (waveller type) suspension at front.
15. Part G - I , 6.2 The suspension system shall permit a minimum wheel travel of 90 The suspension system shall permit a minimum wheel travel of 80
mm jounce-upward travel of a wheel when the bus hits a bump mm jounce-upward travel of a wheel when the bus hits a bump
(speed breaker), and 75 mm rebound downward travel when the (speed breaker), and 75 mm rebound downward travel when the
bus comes off a bump and the wheels fall relative to the body. bus comes off a bump and the wheels fall relative to the body.
Rebound travel may be limited hydraulically within the shock Rebound travel may be limited hydraulically within the shock
absorbers. Suspension system shall incorporate appropriate absorbers. Suspension system shall incorporate appropriate
devices for automatic height control so that regardless of load the devices for automatic height control so that regardless of load the
bus height relative to the centreline of the wheels does not change bus height relative to the centreline of the wheels does not change
more than 12 mm at any point from the required height. more than 12 mm at any point from the required height.
16. Part G - I , 9.1 Thebuswouldbefittedwithsteelradialtubedtyresofoptimalsizeanddesi The bus would be fitted with steel radial tubeless tyres of optimal
gnconforming to AIS-044 Part III with wheel rims of corresponding size and design conforming to AIS-044 Part I with wheel rims of
size conforming to AIS/ BIS: 10694 (part 3)-1991 or latest. The bus corresponding size conforming to AIS/ BIS: 10694 (part 3)-1991/IS
would be supplied with 7 sets of tyres (two on front and four on rear 15636:2012 or latest. The bus would be supplied with 7 sets of
wheels) fitted on the bus plus one set as spare Stepney on-board tyres (two on front and four on rear wheels) fitted on the bus plus
complete with carrier system under the floor. one set as spare Stepney on-board complete with carrier system
under the floor.
17. Part G - I , 9.4 Splash aprons of minimum 6.50mm thickness…. Splash aprons of minimum 6.50±0.50 mm thickness….

18. Part G - I , 10.1 Solid beam front axle & grease type front bearings & seals of Solid beam front axle & grease type/unitised front bearings & seals
reliable &….. of reliable &…..
19. Part G - I , 10.2 The bus would be driven by a single heavy-duty rear axle of proven The bus would be driven by a single heavy-duty rear axle of proven
design, single reduction, hypoid gears, full floating axle shafts with design, single reduction, hypoid gears, full floating axle shafts with
optimal gear ratios suitable for type II DLX bus operations with optimal gear ratios suitable for type II DLX bus operations with
adequate capacity to take care of maximum GVW & crush loading adequate capacity to take care of maximum GVW & crush loading
expected during life span of bus of minimum 9 years or 12,00,000 expected during life span of bus of minimum 9 years or 12,00,000
Kms. whichever is earlier. Transfer of gear noise to bus interior Kms. whichever is earlier. Transfer of gear noise to bus interior

57

Corrigendums Document 719


Corrigendum 8 for Request for Proposal (RFP) for Design, Manufacture and Supply of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses
for various cities of Tamil Nadu, India

S. No RFP clause / Provision /clause The Provision/clause stands revised/ replaced /added and to
reference be read as
would be minimized. Lubricant drain plug would be magnetic type, would be minimized. Lubricant drain plug would be magnetic type,
external hex head. If a planetary gear design is employed, oil level external hex/square head. If a planetary gear design is employed,
in the planetary gears would be easily checked through plug or oil level in the planetary gears would be easily checked through
sight gauge. plug or sight gauge.
20. Part G - I , 11.2 Diesel tank of requisite capacity (>230 litres) would be appropriately Diesel tank of requisite capacity (>250 litres) would be appropriately
mounted on to the bus keeping in mind convenience of diesel filling, mounted on to the bus keeping in mind convenience of diesel filling,
safety of system and its maintainability, in the operational areas. safety of system and its maintainability, in the operational areas.
21. Part G - I , 11.3 Capacity of the diesel tank (minimum 230 litres) be adequate for Capacity of the diesel tank (minimum 250 litres) to be adequate for
over 400 kms of bus running without refilling. bus running without refilling.
22. Part G - I , 11.4 Diesel tank and other components of diesel-fuelled vehicles should Diesel tank and other components of diesel-fuelled vehicles should
conform to applicable AIS / BIS standards or conform to applicable AIS / BIS standards or International Specs /
International Specs / standards in absence of AIS /BIS specs. standards in absence of AIS /BIS specs. Additionally, requirement
Additionally, requirement of UN/ECE R34 for prevention of fires be of UN/ECE R34 for prevention of fires may be satisfied.
satisfied.
23. Part G - I , 12.11 During structural assembly operations, a number of holes are drilled During structural assembly operations, a number of holes are drilled
and or weldments made after the corrosion prevention treatment of and or weldments made after the corrosion prevention treatment of
components/structural items/members causing loss of such components/structural items/members causing loss of such
treatment and exposing these items to corrosion. Manufacturer treatment and exposing these items to corrosion. Manufacturer
would take sufficient care to carry out corrosion prevention of items would take sufficient care to carry out corrosion prevention of items
so exposed to effectively prevent corrosion. so exposed to effectively prevent corrosion as applicable under
RFP Summary Sr. No. 21
24. Part G - I , 13.4 All side skirt panels below stretch panel be of such design as would All side skirt panels below stretch panel be of such design as would
facilitate quick replacement of any damaged panel(s) with pre- facilitate quick replacement of any damaged panel(s) with pre-
painted panels. The side skirt would be able to withstand side painted panels. The side skirt would be able to withstand side impact
impact as per provisions of BIS: 14682-1999 or latest. Similarly rear as per provisions of BIS: 14682-1999 or AIS 153 latest. Similarly rear
end would be able to withstand rear impact as per the provisions of end would be able to withstand rear impact as per the provisions of
BIS: 14812-2000 or latest BIS: 14812-2000 or AIS 153 latest
25. Part G - I , 13.7 Metal Inert Gas (MIG) welding for fabrication of aluminium Metal Inert Gas (MIG)/Tungsten Inert Gas (TIG) welding for
components would be used. fabrication of aluminium components would be used.
26. Part G - I , 16.1 One service door (passenger entry / exit) with steps, on rear side of One service door (passenger entry / exit) with steps, ahead of the
the front axle as indicated in summarized specs in part II, would be front axle as indicated in summarized specs in part II, would be
provided on near side (on kerb side wall) provided on near side (on kerb side wall)
27. Part G - I , 16.5 Door operating mechanisms, brackets etc. would be maintenance Door operating mechanisms, brackets etc. would be maintenance
free and designed with lifetime durability of minimum 9 years or free and designed with lifetime durability of minimum 3 years or
12,00,000 Kms. whichever is earlier. 3,00,000 kms. whichever is earlier.

58

Corrigendums Document 720


Corrigendum 8 for Request for Proposal (RFP) for Design, Manufacture and Supply of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses
for various cities of Tamil Nadu, India

S. No RFP clause / Provision /clause The Provision/clause stands revised/ replaced /added and to
reference be read as
28. Part G - I , 16.9 A red “Door Closing” sign would be installed above exit door. The A red “Door Closing” sign or similar arrangements would be
sign will blink when door is closing. installed above exit doors to indicate doors are closing.
29. Part G - I , 16.11 Service Doors’ operation would be controlled with help of separate Service Doors’ operation would be controlled with help of separate
push buttons and one switch for each door mounted over the doors. push buttons and one switch for each door mounted over the doors.
One each red master button to close all entrance and exit doors at One red master button to close all entrance and exit doors at same
same time would also be provided on driver dash-board and the time would also be provided on driver dash-board.
conductor seat.
30. Part G - I , 16.12 All buttons and switches would be labelled on a panel to right side All buttons and switches except the door control switches would
of the driver. be labelled on a panel to right side of the driver. Door control
switches can be either on left or right side of driver.
31. Part G - I , 16.15 Photo-cell controlled opening / closing functions of doors and a Photo-cell controlled/Electro-pneumatically controlled back
“sensitive edge” made for safe entry-exit be fitted. pressure sensor for opening / closing functions of doors and a
“sensitive edge” made for safe entry-exit be fitted.
32. Part G - I , 18.2 Windows would have provision of suitable sealing to avoid ingress Windows would have provision of suitable sealing to avoid ingress
of dust and water and would have proper/ efficient drainage system of dust and water and would have proper/ efficient drainage system
as per AIS 052 /UBS II. as per AIS 052.
33. Part G - I , 25.1 Handrails and Handholds would be provided as per provision of bus Handrails and Handholds would be provided as per provision of bus
code (AIS 052) / UBS II. code (AIS 052).
34. Part G - I , 26.2 Stanchion pipes and the handrails would be painted in cannery Stanchion pipes, handrails and joining brackets should be covered
yellow colour while the joining brackets be painted in grey colour with a protective surface or protective paint suitably with
generally matching with inner panelling. colours as specified by the authority.
35. Part G - I , 27.3 Seat pitch would be maintained at 825 mm (minimum) (as per AIS Seat pitch would be maintained at 790 mm (minimum) (as per AIS
052) for type II DLX buses. 052) for type II DLX buses.
36. Part G - I , 30.2 CCTV camera and a buzzer would be provided at rear end of the This Clause stands deleted
bus along with audio video facility at driver dash board.
37. Part G - I , 31.1 Adjustable sun visors would be provided for windshield & driver’s Adjustable sun visors would be provided for driver’s side window.
side window. Visors would be shaped to minimize light leakage between visors &
windshield. Adjustment of visors would be made easily by hand with
positive locking & releasing devices and would not be subject to
damage by over-tightening. Sun visor construction & material would
be strong enough to resist breakage during adjustment. Visors may
be transparent but would not allow a visible light transmittance in
excess of 10%. Visors where deployed would be effective in driver’s
field of view at angles more than 5o above horizontal.

59

Corrigendums Document 721


Corrigendum 8 for Request for Proposal (RFP) for Design, Manufacture and Supply of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses
for various cities of Tamil Nadu, India

S. No RFP clause / Provision /clause The Provision/clause stands revised/ replaced /added and to
reference be read as
38. Part G - I , 32.1 The ICT aggregates to be provided by the bidder shall have two (2) The ICT aggregates to be provided by the bidder shall have three
year default warranty and shall be extendable for a further period of (3) year default warranty and shall be extendable for a further
7 years. The warranty shall include continuous onsite support for period of two (2) years. The warranty shall include continuous on-
the respective site locations. site support for the respective site locations
39. Part G - I , The bidder shall support the operations, maintenance and The bidder shall support the operations, maintenance and
32.1.iii integration of all supplied and installed ICT/ ITS systems on buses integration of all supplied and installed ICT/ ITS systems on buses
for a Contract Period of 9 years from the date of delivery & for a Contract Period of 5 years from the date of delivery &
acceptance of each bus by authority. acceptance of each bus by authority. (“ITS equipment warranty
Period” as per Sr. No. 21 of RfP summary)
40. Part G - I , 32.2 Others:
Front sign: central • Front Outer LED - minimum 1800X220 mm
Rear sign: central • Rear Outer LED - minimum 900X220 mm
Side sign: first window ahead of rear door (central line of sign • Side Outer LED - minimum 900X220 mm
should coincide with central line of window) • Inner LED - 800X100mm
Inner sign: centralize along the width of bus behind the driver's
partition
41. Part G - I , 33.1 A suitable device for the convenience of passengers including This Clause stands deleted
PwDs to request for stopping bus be provided at appropriate
locations inside the bus on stanchions in a manner as to prevent
un-intentional operation, deliberate attempts by children, etc.
42. Part G - I , 35.1 Heavy-duty ring type towing devices would be provided in front and Heavy-duty ring type towing devices would be provided in front
rear bumper area with load transfer to bus structural members. bumper area with load transfer to bus structural members. Capacity
Capacity of each towing device would be 1.2 times (minimum) the of the towing device would be 1.2 times (minimum) the kerb weight
kerb weight of the bus within 30 degrees of longitudinal axis of the of the bus within 30 degrees of longitudinal axis of the bus. The
bus. The manufacturer would supply a copy of the test certificate of manufacturer would supply a copy of the test certificate of the
the towing devices towing device as applicable under CMVR/AIS codes.
43. Part G - I , 36.1 Rear windscreen …of thickness of 5.5 mm ± 0.5mm. Front wind screen in the bus would be in single piece design, plain/
flat with curved corners, intervening PVB film laminated safety glass
of minimum thickness of 8.76 mm. Rear windscreen would also be
in single piece design, flat in centre and curved on corners
toughened glass of thickness of 5.5 mm + 0.5mm. Windscreen
glasses would meet the requirements of BIS 2553: Part II- 1992 or
latest and that of CMVR and Bus code (AIS 052). The glazing used
for fitment of glasses would be Ethylene Propylene Dien Monomer
(EPDM) rubber of black colour or pasted with adhesive material
conforming to Indian/ International Standards to be specified by the

60

Corrigendums Document 722


Corrigendum 8 for Request for Proposal (RFP) for Design, Manufacture and Supply of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses
for various cities of Tamil Nadu, India

S. No RFP clause / Provision /clause The Provision/clause stands revised/ replaced /added and to
reference be read as
manufacturer. A grab handle and suitable handles on the outside of
windshield centre at waist level would be provided to facilitate
manual cleaning of the windscreens.
44. Part G - I , 36.2 The windshield shall permit an operator's field of view as referenced The windshield shall permit an operator's field of view as referenced
in SAE recommended practice J1050. The vertically upward view in AIS 052/SAE recommended practice J1050.
shall be a minimum of 15 degrees, measured above the horizontal
and excluding any shaded band. The vertically downward view shall
permit detection of an object 1.35-metre-high no more than 600 mm
in front of the bus.
The horizontal view shall be a minimum of 90 degrees above the
line of sight.
45. Part G - I , 36.3 The windshield shall be easily replaceable by removing zip-locks The windshield shall be bonded-inplace. The windshield glazing
from the windshield retaining mouldings. Bonded-in-place material shall have 8.76mm nominal thickness double laminated
windshield shall not be used. The windshield glazing material shall safety glass conforming with the requirements of AIS 052/ ANSI
have 8.76mm nominal thickness double laminated safety glass Z26.1
conforming with the requirements of ANSI Z26.1 Test Grouping 1A
and the recommended practices defined in SAE J673.
46. Part G - I , 40.1 The manufacturer would provide for ease of accessibility, guidance, The manufacturer would provide for ease of accessibility, guidance,
anchorage of one wheel chair on-board, positioning of aids etc. positioning of aids etc. system for PwDs that meets the
system for PwDs that meets the requirements as given in the Bus requirements as given in the Bus Code, AIS 153 and CMVR as
Code, AIS 153 and CMVR and “Harmonized Guidelines and Space applicable for Type II DLX buses.
Standards for Barrier-Free Built Environment for persons with
Disability and Elderly Persons – as applicable to Public Transport”.
47. Part G - I , 41.3 Each battery cable would be covered with flame retardant Grey Each battery cable would be covered with flame retardant colour as
colour corrugated flexible pipe and would be properly encased & specified by TNSTC corrugated flexible pipe and would be
clamped. properly encased & clamped.
48. Part G - I , 42.2 As per details given in UBS II and generally as under: As per details given in UBS II, CMVR,AIS 052, other relevant
codes and generally as under:
49. Part G - I , 42.3 A pre-engaged type 24V DC Self-starter of adequate capacity A pre-engaged type 24V DC Self-starter of adequate capacity
(minimum 180Ah) with relay would be fitted in bus and so located (minimum ≥4.5 kw or 180Ah) with relay would be fitted in bus and
as to minimise ingress of oil or rain water into it. so located as to minimise ingress of oil or rain water into it.
50. Part G - I , 42.5 Electrical equipment and wiring ….would be multiplex system, flame Electrical equipment and wiring would conform to Indian/
proof, ISI marked conforming to BIS: 2465-1984 or latest….. international Standards, bus code and UBS II. All cabling would be
as per provisions of Bus code / UBS II. The wiring would be
multiplex system, flame proof, ISI marked/ BIS Marked/ E-
Marked/Quality Standards conforming to BIS: 2465-1984 or

61

Corrigendums Document 723


Corrigendum 8 for Request for Proposal (RFP) for Design, Manufacture and Supply of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses
for various cities of Tamil Nadu, India

S. No RFP clause / Provision /clause The Provision/clause stands revised/ replaced /added and to
reference be read as
international standards or latest. As far as possible electrical
system would be 24V double pole multiplex wiring system except in
unavoidable condition. However, in case of single pole wiring all
power & ground wiring would have double electrical insulation,
which would be waterproof conforming to the Indian/ International
Standards. Wiring would be grouped, numbered & colour coded.
Wiring harnesses would not contain wires of different voltage
classes unless all wires within the harness or insulated for highest
voltage present in harness. Kinking, grounding at multiple points,
stretching & exceeding minimum bend radius would be prevented.
51. Part G - I , 43.1 Interior saloon lighting would be sunken type light assembly fitted Interior saloon lighting would be as per AIS 052 and CMVR
with LED lights and mounted in staggered formation for uniform
lighting in two separate circuits. First row of lamps provided in
driver’s cabin should be fitted with amber internal filter to reduce
glare to driver at night. Overall bus lighting system would comply
with CMVR provisions where ever falls short of it.
52. Part G - I , 43.2 Modern rectangular type headlamps with relay and side light etc. Headlamps with relay and side light etc. would be suitably styled
would be suitably styled into front-end construction. into front-end construction.
53. Part G - I , 43.3 White and Red marker lights of 5 Watt each would be fitted at both White and Red marker lights each should be provided as per
top side corners of the front and rear panel of the bus respectively. AIS 052.
54. Part G - I , 43.4 Identical signal lights of 15 Watts would be fitted for Identical signal lights as per CMVR, AIS 008 would be fitted for
interchangeability in each side i.e.; front, rear and side respectively inter-changeability to be optimised on each side i.e.; front, rear
and side respectively
55. Part G - I , 43.5 Brake lights (15 W) and taillights (10W) would be two separate Brake lights and taillights should be in compliance with CMVR,
lights to reduce heat generation. AIS 008
56. Part G - I , 43.6 Reverse light of 25W, square lamps with white covers would be Lights provided for illuminating exit/entrance door area, lights would
provided. illuminate outside area as applicable under AIS 052 when
door/doors is/are opened.
57. Part G - I , 43.12 No Electrical fittings would be mounted on front and rear bumpers. Fitment of RPAS sensors may be permitted, however, no
electrical fittings would be mounted on front and rear bumpers.
58. Part G - I , 43.13 Switches would be fitted on right hand side of instrument panel Switches would be fitted on left/right hand side of instrument panel
through evenly loaded circuits & fuses as per bus code. through evenly loaded circuits & fuses as per bus code.
59. Part G - I , 45.3 Power Point presentation material on a DVD for offered design of Power Point presentation material on a DVD for offered design of
bus (indicative) and minimum 1:15 scaled Model (indicative & non- bus (indicative) would be submitted during prototype inspection.
working)) duly furnished/ painted in environmentally friendly colour The presentation will cover elevations –sides, front & rear ends

62

Corrigendums Document 724


Corrigendum 8 for Request for Proposal (RFP) for Design, Manufacture and Supply of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses
for various cities of Tamil Nadu, India

S. No RFP clause / Provision /clause The Provision/clause stands revised/ replaced /added and to
reference be read as
scheme as given by TNSTC would be submitted along-with the bid. along-with main dimensions, isometric views, exterior & interior
The presentation will cover elevations –sides, front & rear ends details, seating layouts, colour scheme etc. as given by TNSTC
along-with main dimensions, isometric views, exterior & interior
details, seating layouts, colour scheme etc.
60. Part G - I , 47.1 At least 2 hard bound copies and 2 soft copies, for every 25 buses 5 hard bound copies, and 1 soft copy for every 100 buses or
or part thereof, of operation and maintenance manual containing part thereof, of operation and maintenance manual containing
essential technical information required for satisfactory operation, essential technical information required for satisfactory operation,
inspection and maintenance would be supplied by bus inspection and maintenance would be supplied by bus
manufacturers. manufacturers.

ii)Chassis lubrication and brake system – Wall chart


61. Part G - I , 48.3 The training shall be provided at regional training centres of the The training shall be provided at regional training centres of the
Authority/IRT. The Bidder shall provide minimum 3 (nos) of training Authority/IRT after the issuance of the Provisional Receipt
bus or simulator or similar adequate infrastructure for the purpose Certificate for the first lot of Contracted Buses. The Contractor can
of Physical Training based on the requirement. The Bidder can also also arrange such Physical Training at its own premises/facility at
arrange such Physical Training at its own premises/facility at its its own cost.
own cost.
62. Part G - I , 51.2 Manufacturer would also provide complete details of vendors, for Manufacturer would provide the spare parts catalogue in 5 hard
every component / spare for complete bus and the spare parts bound copies, and 1 soft copy for every 100 buses.
catalogue (hard as well as soft copies) in 2 sets for every 25 buses
or part thereof.
63. Part G - I , 53.2 Special Warranty Period, for any manufacturing Defect in design, Special Warranty Period, for any manufacturing Defect in design,
material and workmanship of Bus structure shall be 9 years or material and workmanship of Bus structure shall be 6 years or
9,90,000 km per Bus whichever is later from the date of putting bus 6,60,000 km per Bus whichever is later from the date of putting bus
into operation after registration. into operation after registration.
64. Part G - I , All miscellaneous M.S pipes would be phosphated with the coating All miscellaneous M.S pipes or Galvanised Iron pipes would be
54.2.xii of 2.16 to 2.70 gm/m2 or by any other pre-treatment process phosphated with the coating of 2.16 to 2.70 gm/m2 or by any other
conforming to Indian/ international Standards (to be specified by the pre-treatment process conforming to Indian/ international Standards
manufacturer). Samples of all materials & components would (to be specified by the manufacturer). Samples of all materials &
withstand a two weeks (336 hours) Salt Spray test in accordance components would withstand a two weeks (336 hours) Salt Spray
with ASTM procedure B117 with no structural detrimental effect to test in accordance with ASTM procedure B117 with no structural
normally visible surfaces & no weight loss of over 1%. detrimental effect to normally visible surfaces & no weight loss of
over 1%.
65. Part G - I , All M.S pipes used in the bus would be ERW conforming to BIS All M.S pipes used in the bus would be ERW conforming to BIS
54.2.xiv 3601:1984 or latest, of grade WT –160. 3601:3601:1984 or latest, of grade WT –160 or to BIS

63

Corrigendums Document 725


Corrigendum 8 for Request for Proposal (RFP) for Design, Manufacture and Supply of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses
for various cities of Tamil Nadu, India

S. No RFP clause / Provision /clause The Provision/clause stands revised/ replaced /added and to
reference be read as
4923:1997(or latest ) Grade Yst 240, which-ever is equivalent /
superior.
66. Part G - I , Hydraulic Grease Nipples would be provided for ease of proper Grease Nipples would be provided for ease of proper lubrication &
54.2.xxi lubrication & maintenance. maintenance.
67. Part G - I , 56.2 Bus Manufacture must make sure that the Fully built type II DLX Bus Manufacture must make sure that the Fully built type II DLX
bus complies with standards and regulations for diesel fuelled bus complies with standards and regulations for diesel fuelled
vehicle provided in the AIS-052, AIS 153, UBS II, harmonized vehicle provided in the AIS-052, AIS 153, UBS II, and any other
guidelines and any other standard as applicable; CMVR 1989 as standard as applicable; CMVR 1989 as amended till date, CMVR
amended till date, CMVR 1989 and Tamil Nadu MVR and all 1989 and Tamil Nadu MVR and all amendments thereto
amendments thereto
68. Part G - I , Stanchion pipes and grab rails to be of Aluminium tubing of Stanchion pipes and grab rails to be of Aluminum tubing of
59.2.iv appropriate specs, size / wall thickness etc. Handholds supporting appropriate specs, size / wall thickness etc. Handholds
hand rails and the stanchion pipes be painted in cannery yellow supporting hand rails, stanchion pipes, handrails and joining
colour, Brackets be of grey colour matching the colour of the inner brackets should be covered with a protective surface or
paneling. Brackets however need to be of proper size and shape to protective paint suitably with colours as specified by
ensure perfect fittings. No redundant fastening holes be provided on Authority. Brackets however need to be of proper size and shape
bracket to ensure perfect fittings. No redundant fastening holes be provided
on brackets
69. Part G - I , Stop buzzers may be provided as one in frontal area, one in middle This Clause stands deleted
59.2.vii and one in the rear area on stanchions at reasonable height
ensuring easy accessibility as well as preventing unnecessary
usage. Design of buzzer switch be sturdy, long lasting and sunk-in
type to avoid undesirable / inadvertent operation.
70. Part G - I , Tail lamps be covered with metallic grill in a manner that not only This Clause stands deleted
59.2.ix protects the tail lamps but also facilitates easy lamp replacement
etc.
71. Part G - I , 60.2 FDSS provision is to be made in the bus at appropriate location(s) FDSS provision is to be made in the bus at appropriate location(s)
for detection, alarming and suppression about any likely fire at all for detection or as applicable under AIS 135 for type III buses,
fire prone systems/sub-systems (bus supplier to identify such fire alarming and suppression about any likely fire at all fire prone
prone systems /sub-systems and make above provisions) systems/sub-systems (bus supplier to identify such fire prone
systems /sub-systems and make above provisions)
72. Part G - I , 60.8 An analysis shall be conducted prior to the installation in order to An analysis shall be conducted prior to the installation in order to
determine the location of fire detectors and alarm system. Potential determine the location of fire detectors and alarm system. Potential
fire hazards at possible fire prone areas shall be identified and the fire hazards at possible fire prone areas or as applicable under
fire detectors and suppression systems shall be so positioned as to AIS 135 for type III buses shall be identified and the fire detectors
commence suppression of the fire hazard immediately. The system and suppression systems shall be so positioned as to commence

64

Corrigendums Document 726


Corrigendum 8 for Request for Proposal (RFP) for Design, Manufacture and Supply of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses
for various cities of Tamil Nadu, India

S. No RFP clause / Provision /clause The Provision/clause stands revised/ replaced /added and to
reference be read as
shall also be ensured to work promptly and effectively regardless of suppression of the fire hazard immediately. The system shall also
the vehicle’s attitude, road conditions etc., be ensured to work promptly and effectively regardless of the
vehicle’s attitude, road conditions etc.,
73. Part G - I , 60.9 Fire hazards to be taken into account in the analysis shall at least Fire hazards to be taken into account in the analysis shall at least
consist of the following: Components whose surface may reach consist of the following: Components whose surface may reach
temperatures above the autoignition temperature for fluids, gases or temperatures above the autoignition temperature for fluids, gases or
substances that are present in the fire prone areas and electrical substances that are present in the fire prone areas as applicable
components and cables with a current or voltage high enough for under AIS 135 for Type III buses and electrical components and
an ignition to occur as well as hoses and containers with flammable cables with a current or voltage high enough for an ignition to occur
liquid or gas (in particular if those are pressurized). The analysis as well as hoses and containers with flammable liquid or gas (in
shall be fully documented. particular if those are pressurized). The analysis shall be fully
documented.
74. Part G - II , 3.1.a Attain Geared minimum maximum speed of 90 kmph (without Attain Geared minimum maximum speed of 80 kmph at GVW load
speed limiter) at GVW load and other systems operational. There and other systems operational. There should be an in-built speed
should be an in-built speed limiting device to restrict speeds to limiting device to restrict speeds to specified limits.
specified limits.
75. Part G - II , 3.1.d Geared Minimum maximum speed without speed limiter to be 90 Geared Minimum maximum speed without speed limiter to be 80
kmph as at 3.1. a kmph as at 3.1. a
76. Part G - II , 3.1.f i. Rated HP at low rpm and Maximum engine torque required at i. Rated HP at low rpm and Maximum engine torque required at
lower range of RPM and spread over a wider range of RPM lower range of RPM and spread over a wider range of RPM
2. Engine Power: Min. 140kW @ 1800-2400 RPM ii. Engine Power: Min. 140kW @ 1800-2400 RPM
3. Engine torque: Min. 700 Nm @ 1100 -2000 RPM iii. Engine torque: Min. 700 Nm @ 1100 -2000 RPM
Subject to meeting specified performance. The values stated above are indicative in nature subject to
meeting specified performance criteria . However, the bidder
may appropriately optimise the engine power and/or torque
subject to meeting the performance criteria laid out in 3.1 a, 3.1
b, 3.1 c, 3.1 d and 3.1 g. amongst others, and duly certified by
test agencies authorised under Rule 126 of CMVR.
77. Part G - II , 3.3 Engine oil pressure, engine coolant temperature, engine speed in Engine oil pressure, engine coolant temperature, engine speed in
RPM, vehicle speed, engine % load (torque), diagnostic message RPM, vehicle speed, engine % load (torque), diagnostic message
(engine specific) generally as per UBS II (engine specific) generally as per relevant AIS codes/CMVR as
applicable
78. Part G - II , 5.2 Heavy duty reverse Elliot I-section beam type axle suitable for bus Heavy duty reverse Elliot type axle suitable for bus floor height,
floor height, track rod with replaceable ball joints at both ends. track rod with replaceable/sealed ball joints at both ends.

65

Corrigendums Document 727


Corrigendum 8 for Request for Proposal (RFP) for Design, Manufacture and Supply of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses
for various cities of Tamil Nadu, India

S. No RFP clause / Provision /clause The Provision/clause stands revised/ replaced /added and to
reference be read as
79. Part G - II , 7 Parabolic leaf spring (waveller type) suspension at front axle and air Spring (Waveller) type suspension at front axle and air suspension
suspension at rear axle complete with Anti-roll stabilisers & heavy at rear axle complete with Anti-roll stabilisers & heavy duty
duty hydraulic double acting Shock Absorbers at both axles hydraulic double acting Shock Absorbers at both axles
80. Part G - II , 7.1 Parabolic leaf spring (waveller type) suspension system Spring (waveller type) suspension system

81. Part G - II , 8 Disc Brakes in front and drum brakes at rear wheels. Graduated Drum Brakes in front and rear wheels. Graduated hand controlled,
hand controlled, spring actuated parking brakes acting on rear spring actuated parking brakes acting on rear wheels. Asbestos
wheels. Asbestos free brake Pads / linings at all places. free brake Pads / linings at all places.

i. fitment of drum brakes at Rear


ii. Drum brakes at front
iii. Hand brakes
iv. Asbestos free pads/ linings
v. Provide Make - ----, model , specs of brake system and its
subsystems
82. Part G - II , 8.1 Required Required as applicable under CMVR

83. Part G - II , 9.2 24V, 180 Ah 24V, 180 Ah or 4.5 kW

84. Part G - II , 11 Steel radial tubed tyres,– size and ply rating for type II DLX bus Steel radial tubeless tyres,– size and ply rating for type II DLX bus
operations, as per CMVR Standards preferably 10.00*20 as per AIS operations, as per CMVR Standards as per AIS 044(Part 1)/ BIS:
044 part 3. 10694 (part 3)-1991/ IS 15636:2012 or latest
85. Part G - II , 12 230 litres capacity tank subject to being adequate to enable bus Minimum 250 litres capacity tank
operation of more than 300 km between consecutive fillings
86. Part G - II , 13.1. Overall length be maintained as 11800- 12000 mm by adjusting Overall length be maintained as 11000+300 mm by adjusting
d. iii tolerances appropriately on various dimensions such as wheel tolerances appropriately on various dimensions such as wheel
bases, overhangs, etc. bases, overhangs, etc.
87. Part G - II , 13.2 11000±200 mm / 14000±200 mm / 7000±200 mm 11000±200 mm / 14000±200 mm / 7000±200 mm as per Indian
standards / IS 12222/ ECE R107 as applicable
88. Part G - II , 14.2 Mandatory Mandatory. However manual override to be provided

89. Part G - II , 14.3 Front gate behind front axle., and Rear gate behind of rear axle Front gate ahead of front axle
such that distance between front edge of the gate and Centre Line
of rear axle is1500 mm.

66

Corrigendums Document 728


Corrigendum 8 for Request for Proposal (RFP) for Design, Manufacture and Supply of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses
for various cities of Tamil Nadu, India

S. No RFP clause / Provision /clause The Provision/clause stands revised/ replaced /added and to
reference be read as
90. Part G - II , 14.6 Not Required This Clause stands deleted

Required for sub clause f, h,i,k


91. Part G - II , 14.6. Mandatory Mandatory. However manual override to be provided
k
92. Part G - II , 15.1 Design type approval as per Annexure-3 of UBS II/ AIS 052/ AIS Design type approval as per Annexure-3 of UBS II/ AIS 052/ AIS
153 as applicable, “Harmonised Guidelines and Space Standards 153 as applicable, and the data given in this doc whichever is
for Barrier..... superior. The fully completed bus be type approved as per
approved design.
93. Part G - II , 15.6. Size : 1900mm width * 950mm height (minimum) * 5.5 + 0.5mm Size : 1900mm width * 950mm height (minimum) * 5.5 + 0.5mm
b thickness thickness
94. Foot Note on 1 IRT suggested laminated clear curved Glass 99 * 61 i.e. This Clause stands deleted
Pg. 126 and 204 2515mm*1550mm inches size with 8.76 mm thickness. It may be
difficult to accommodate the said width of 2515mm within the bus
width of 2600-50mm unless the glass is wrapped around, that
would significantly increase cost and proneness to damage. Hence,
IC suggested that the specified dimensions be maintained as size
given by IC is generally as per UBS II to facilitate standardisation
and thus ease of availability at minimum cost for replacement.
2 IRT suggested Single toughened grey curved glass of 96 * 42
inches i.e. 2439mm*1067mm with 6 mm thickness. The suggested
size is a non- standard size. Whereas, size given by IC is generally
as per UBS II to facilitate standardisation and thus ease of
availability at minimum cost for replacement.
95. Part G - II , 825 mm as per AIS 052 for Type II Deluxe non- AC buses 790 mm as per AIS 052 for Type II Deluxe non- AC buses
15.7.1. d
96. Part G - II , 16.2 As above and suitable to carry rated current (Japanese auto As above and suitable to carry rated current as per AIS 052
Standard JASO D0609-75 AV)
97. Part G - II , 16.7. As per AIS 052 with illumination level of ≥ 100 lux &≤ 200 lux As per AIS 052
b
98. Part G - II , 17 As specified separately under ITS chapter of UBS II specifications As specified separately under ITS chapter of UBS II specifications
/and or by ITS Consultant and generally as brought out at Para 32 and and generally as brought out at Para 32 in Part I.
in Part I.
99. Part G - II , 18.9 High visibility bell pushes shall be fitted at a suitable height (≥1.2 This Clause stands deleted
metre on all/ alternate/convenient stanchions keeping in view

67

Corrigendums Document 729


Corrigendum 8 for Request for Proposal (RFP) for Design, Manufacture and Supply of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses
for various cities of Tamil Nadu, India

S. No RFP clause / Provision /clause The Provision/clause stands revised/ replaced /added and to
reference be read as
convenience of passengers and avoidance of un-necessary/
inadvertent operation by passengers. These would assist PwDs and
all other passengers
100. Part G - II , One rear camera for bus reversing and at least two cameras in the One reverse parking sensor camera and wiring provision for
18.10 passenger cabin area as per the specifications / supplies made by two surveillance cameras in each bus to monitor bus interiors
the ITMS service provider. as per the specifications in Annexure IV / supplies made by the
One more camera in front of Driver to capture vehicle front side ITMS service provider.
blind spots coverages
101. Part G - II , Heavy duty for loads of 1.2 times (minimum) the kerb weight of the Clause to be read as "Towing device front"
18.16 bus within 30o of the longitudinal axis of the bus. As per CMVR & IS
9760 - ring type
102. Part G - II , 21. b Vibration levels / Noise, vibration and harshness (NVH) levels Vibration levels / Noise, vibration and harshness (NVH) levels
(interior): (interior) as indicated below or as per AIS 153:
- Noise level in saloon from drive axle, etc.: Nil - Dominant - Noise level in saloon from drive axle, etc.: Nil - Dominant
frequencies to fall outside the ranges of: 0.5-1 Hz, 5-7 Hz and 18- frequencies to fall outside the ranges of: 0.5-1 Hz, 5-7 Hz and 18-
20 Hz · Transient vibration level in seating area maximum:1g 20 Hz · Transient vibration level in seating area maximum:1g
· Transient vibration level at driver seat maximum:0.1g · Transient vibration level at driver seat maximum:0.1g
· Vibration levels at driver/Pax seats · Vibration levels at driver/Pax seats
(metre/sec²) ≤ 0.5 (metre/sec²) ≤ 0.5
· Vibration level in gangway (metre/sec²) ≤ 1 · Vibration level in gangway (metre/sec²) ≤ 1
103. Part G - II , 22 An automatic fire detection & Suppression system be essentially An automatic fire detection & Suppression system be essentially
provided for engine and other fire sensitive areas of the bus. provided for engine and other fire sensitive areas of the bus as
Possibility of provision of FDSS for entire bus including but not applicable under AIS 135 for Type III buses.
limited to engine area, drive line, fuel tanks, fuel filling point and Possibility of provision of FDSS for entire bus including but not
fuel distribution lines/cluster, wheel wells, electrical systems etc. limited to engine area, drive line, fuel tanks, fuel filling point and
Additional fire extinguishers as per AIS 052 be provided fuel distribution lines/cluster, wheel wells, electrical systems etc.
Additional fire extinguishers as per AIS 052 be provided
104. Part G - II , 22. a Pneumatic Electronic Linear fire detector with stainless steel tube Pneumatic Electronic Linear fire detector with stainless steel tube
with suitable diameter with suitable diameter or as applicable under AIS 135
105. Part G - II , 22. Detector operating on rate of rise with Advanced Built in Detector operating on rate of rise with Advanced Built in
b. i Test Module. Test Module or as applicable under AIS 135
106. Part G - II , 22. IP67 Minimum IP 54
c. i
107. Part G - II , 22. Aluminium As per AIS 135/UBS II as applicable
c. ii

68

Corrigendums Document 730


Corrigendum 8 for Request for Proposal (RFP) for Design, Manufacture and Supply of 1771 (Nos.) BS VI, Diesel Fueled, Fully Built Non-AC Buses
for various cities of Tamil Nadu, India

S. No RFP clause / Provision /clause The Provision/clause stands revised/ replaced /added and to
reference be read as
108. Part G - II , 22. -40°C to +125°C 0°C to +125°C
c. iii
109. Part G - II , 22. Should comply to: Should comply to:
c. iv BS EN 61373, Table 1,2,3 BS EN 61373, Table 1,2,3 MIL STD- 810:501.4, 516.5.4, AIS 135
MIL STD- 810:501.4, 516.5.4. Annexure III
110. Part G - II , 22. 40mA Minimum 40mA
c. vii
111. Part G - 60 H / 70 (right/left) / 60 V / 70 (up/down) 70 H / 70 (right/left) / 60 V / 60 (up/down)
Annexure IV , II.
9
112. Part G - II , III. 1 22 tracking/66 acquisition minimum As per OEM

113. Part G - AMPS 850MHz, GSM900MHz, ISM868MHz, DCS1800MHz, AMPS 850MHz, GSM900MHz, DCS1800MHz, PCS1900MHz, 4G
Annexure IV , V. PCS1900MHz, 4G UMTS 2.1GHz, Wi-Fi /Blue Tooth (2.4 GHz), UMTS 2.1GHz, Wi-Fi /Blue Tooth (2.4 GHz), GPS (1575.42MHz).
1 GPS (1575.42MHz). Separate WLAN antenna may be provided if Separate WLAN antenna may be provided if necessary.
necessary.
114. Part G - Single colour (Amber, can vary) As per UBS-II / IS 16433 / IS16490
Annexure IV , I.
12
115. Part G - II , • Engine CAN status IS 9000 (Part II/Sec 4)-1977 (reaffirmed 2004) at -150C for 2 hours
Annexure IV , 1. • Engine oil pressure in ‘on’ condition
c • Engine coolant temperature
• Engine speed in RPM
• Vehicle speed (torque)
• Diagnostic message (engine specific)

Director
Institute of Road Transport (IRT), Chennai

69

Corrigendums Document 731


REQUEST FOR PROPOSAL (RFP) FOR DESIGN, MANUFACTURE AND SUPPLY OF 1771
(NOS.) BS VI, DIESEL FUELED, FULLY BUILT NON-AC BUSES FOR VARIOUS CITIES OF
TAMIL NADU, INDIA

IRT Reference No.: 16/SF-Fully Built Bus/CP/IRT/2022

KFW Reference No.: BMZ209919234/KFW508859

Corrigendum 9

Date: 31/03/2023

Issuing Authority: Institute of Road Transport, Chennai

Corrigendums Document 732


Corrigendum 9 for Request for Proposal (RFP) for Design, Manufacture and Supply of 1771 (Nos.) BS VI, Diesel Fuelled, Fully Built Non-AC Buses
for various cities of Tamil Nadu, India

Important notes:

1. The Corrigendum 9 consists of amendments made in the provisions of the captioned Request for Proposal (RFP). The provisions of the RFP
mentioned below from now onwards shall be read with the amendments made thereto through this Corrigendum 9.

2. This is Corrigendum 9 to the captioned RFP issued by the Institute of Road Transport (IRT), Chennai on behalf of Tamil Nadu State Transport
Corporation (TNSTC) in October 2022. This Corrigendum 9 published on date 31/03/2023 shall constitute part of the captioned RFP document.

S No RFP clause / reference RfP Provision / clause Provision / clause as per The provision / clause stands
Corrigendum 7 revised / replaced / added
and to be read as

1. Sr. No. 11 of RFP Summary: Online Submission: The Online Submission: The Online Submission: The
Technical Bid along with the Technical Bid along with the Technical Bid along with the
Last date & time scanned copy of the RFP Fees and scanned copy of the RFP Fees and scanned copy of the RFP Fees and
of Online Submission of
EMD and Price Bid shall be EMD and Price Bid shall be EMD and Price Bid shall be
Technical and Price Bid
submitted online on or before submitted online on or before submitted online on or before
05/12/2022 at 3:00 PM (IST) at 03/04/2023 at 3:00 PM (IST) at 17/04/2023 at 3:00 PM (IST) at
https://www.mstcecommerce.com/e https://www.mstcecommerce.com/e https://www.mstcecommerce.com/e
proc/index.jsp. proc/index.jsp. proc/index.jsp.

2. Sr. No. 12 of RFP Summary: Physical Submission: RFP Fee Physical Submission: RFP Fee Physical Submission: RFP Fee
and EMD/Bid Security can be and EMD/Bid Security can be and EMD/Bid Security can be
Last Date & submitted physically on or before submitted physically on or before submitted physically on or before
time of Physical Submission
07/12/2022 at 3:00 PM (IST) at the 05/04/2023 at 3:00 PM (IST) at the 19/04/2023 at 3:00 PM (IST) at the
of RFP fee and EMD/ Bid
Security following address: following address: following address:

Institute of Road Transport, 100 Institute of Road Transport, 100 Institute of Road Transport, 100
Feet Road, Taramani, Chennai – Feet Road, Taramani, Chennai – Feet Road, Taramani, Chennai –
600113 600113 600113

Corrigendums Document 733


Corrigendum 9 for Request for Proposal (RFP) for Design, Manufacture and Supply of 1771 (Nos.) BS VI, Diesel Fuelled, Fully Built Non-AC Buses
for various cities of Tamil Nadu, India

S No RFP clause / reference RfP Provision / clause Provision / clause as per The provision / clause stands
Corrigendum 7 revised / replaced / added
and to be read as

3. Sr. No. 13 of RFP Summary: 07/12/2022 at 3:30 PM (IST) at 05/04/2023 at 3:30 PM (IST) at 19/04/2023 at 3:30 PM (IST) at
Institute of Road Transport, 100 Institute of Road Transport, 100 Institute of Road Transport, 100
Date & Time of Online opening Feet Road, Taramani, Chennai – Feet Road, Taramani, Chennai – Feet Road, Taramani, Chennai –
of Technical Bid 600113. 600113. 600113.

Director
Institute of Road Transport (IRT), Chennai

Corrigendums Document 734


REQUEST FOR PROPOSAL (RFP) FOR DESIGN, MANUFACTURE AND SUPPLY OF 1771
(NOS.) BS VI, DIESEL FUELED, FULLY BUILT NON-AC BUSES FOR VARIOUS CITIES OF
TAMIL NADU, INDIA

IRT Reference No.: 16/SF-Fully Built Bus/CP/IRT/2022

KFW Reference No.: BMZ209919234/KFW508859

Corrigendum 10

Date: 14/04/2023

Issuing Authority: Institute of Road Transport, Chennai

Corrigendums Document 735


Corrigendum 10 for Request for Proposal (RFP) for Design, Manufacture and Supply of 1771 (Nos.) BS VI, Diesel Fuelled, Fully Built Non-AC Buses
for various cities of Tamil Nadu, India

Important notes:

1. The Corrigendum 10 consists of amendments made in the provisions of the captioned Request for Proposal (RFP). The provisions of the
RFP mentioned below from now onwards shall be read with the amendments made thereto through this Corrigendum 10.

2. This is Corrigendum 10 to the captioned RFP issued by the Institute of Road Transport (IRT), Chennai on behalf of Tamil Nadu State Transport
Corporation (TNSTC) in October 2022. This Corrigendum 10 published on date 14/04/2023 shall constitute part of the captioned RFP
document.

S No RFP clause / reference RfP Provision / clause Provision / clause as per The provision / clause stands
Corrigendum 9 revised / replaced / added
and to be read as

1. Sr. No. 11 of RFP Summary: Online Submission: The Online Submission: The Online Submission: The
Technical Bid along with the Technical Bid along with the Technical Bid along with the
Last date & time scanned copy of the RFP Fees and scanned copy of the RFP Fees and scanned copy of the RFP Fees and
of Online Submission of
EMD and Price Bid shall be EMD and Price Bid shall be EMD and Price Bid shall be
Technical and Price Bid
submitted online on or before submitted online on or before submitted online on or before
05/12/2022 at 3:00 PM (IST) at 17/04/2023 at 3:00 PM (IST) at 02/05/2023 at 3:00 PM (IST) at
https://www.mstcecommerce.com/e https://www.mstcecommerce.com/e https://www.mstcecommerce.com/e
proc/index.jsp. proc/index.jsp. proc/index.jsp.

2. Sr. No. 12 of RFP Summary: Physical Submission: RFP Fee Physical Submission: RFP Fee Physical Submission: RFP Fee
and EMD/Bid Security can be and EMD/Bid Security can be and EMD/Bid Security can be
Last Date & submitted physically on or before submitted physically on or before submitted physically on or before
time of Physical Submission
07/12/2022 at 3:00 PM (IST) at the 19/04/2023 at 3:00 PM (IST) at the 04/05/2023 at 3:00 PM (IST) at the
of RFP fee and EMD/ Bid
Security following address: following address: following address:

Institute of Road Transport, 100 Institute of Road Transport, 100 Institute of Road Transport, 100
Feet Road, Taramani, Chennai – Feet Road, Taramani, Chennai – Feet Road, Taramani, Chennai –
600113 600113 600113

Corrigendums Document 736


Corrigendum 10 for Request for Proposal (RFP) for Design, Manufacture and Supply of 1771 (Nos.) BS VI, Diesel Fuelled, Fully Built Non-AC Buses
for various cities of Tamil Nadu, India

S No RFP clause / reference RfP Provision / clause Provision / clause as per The provision / clause stands
Corrigendum 9 revised / replaced / added
and to be read as

3. Sr. No. 13 of RFP Summary: 07/12/2022 at 3:30 PM (IST) at 19/04/2023 at 3:30 PM (IST) at 04/05/2023 at 3:30 PM (IST) at
Institute of Road Transport, 100 Institute of Road Transport, 100 Institute of Road Transport, 100
Date & Time of Online opening Feet Road, Taramani, Chennai – Feet Road, Taramani, Chennai – Feet Road, Taramani, Chennai –
of Technical Bid 600113. 600113. 600113.

Director
Institute of Road Transport (IRT), Chennai

Corrigendums Document 737

You might also like