GOVT. OF PUDUCHERRY DEPARTMENT OF AGRICULTURE O/O

GOVT. OF PUDUCHERRY
DEPARTMENT OF AGRICULTURE
O/O HYDROGEOLOGIST-II
THATTANCHAVADY
PUDUCHERRY
****
NOTICE INVITING E-TENDER
Online Tenders are invited through the Government e-Procurement website of U.T
Puducherry https://pudutenders.gov.in
Tender for the supply of
:
Tractors and Infielders
Tender Fee
EMD
:
:
Availability of Tender online
:
Pre Bid Meeting
Last date for bid submission online
Bid Opening date / time
:
:
:
Rs.1,040/Rs.50,000/From Date/Time:
To Date/Time:
Date/Time:
Date/Time:
Date/Time:
30-04-2015 / 05.00 PM
25-05-2015 / 04.00 PM
15.05.2015 / 11.00 AM
25-05-2015 / 04.00 PM
26-05-2015 / 11.00 AM
The tender schedule may be downloaded from the website
1. https://pudutenders.gov.in
2. http://py.gov.in and
3. http://agri.puducherry.gov.in
Bids will be accepted only through online.
(Dr. A. RAMAMOURTI)
DIRECTOR OF AGRICULTURE
TENDER NOTICE INVITING
E-TENDER FOR THE SUPPLY OF
TRACTORS AND INFIELDER
-1GOVERNMENT OF PUDUCHERRY
DEPARTMENT OF AGRICULTURE
O/o The HYDROGEOLOGIST – II
STATE GROUND WATER UNIT & SOIL CONSERVATION
THATTANCHAVADY- PUDUCHERRY- 605 009
-*-*-*-*-*No.06/SGWU&SC/RKVY/PUR/2015-16
NOTICE INVITING e-TENDER FOR THE SUPPLY OF
TRACTOR AND INFIELDERS
~@~@~@~
“e-Tenders” are invited on behalf of the President of India by the Chairman, Committee for centralized
purchase of “Tractors and Infielders” for use in the O/o the Hydrogeologist-II, State Ground Water Unit &
Soil Conservation, Department of Agriculture, Thattanchavady, Puducherry – 605 009 during the year 201415.
1. The Tenderers for supply of Tractors & Infielder must be either the manufacturer or their authorized Stockist
and who hold valid Manufacturing Licence or such other document / Dealership certificate / Sales tax
registration certificate with the Government. Detailed information must be enclosed along with the tender.
2. The Tenderers must have a minimum of four years experience in the field and should have supplied at least
25 numbers of machineries of this make and model and successful in operation in Tamilnadu and Puducherry
area. Proof of the same should be enclosed along with the Tender.
3.
At least 5 Nos. of performance satisfactory certificate should be enclosed from existing users from
Tamilnadu and Puducherry.
4. Bidders should submit their tender through online at the Government website https://pudutenders.gov.in
with proof of payment of Tender Fee ` 1,040 /- inclusive of sales Tax 4%
as Demand draft in favour of
Drawing and Disbursing Officer, O/o Hydrogeologist-II, State Ground Water Unit & Soil Conservation,
Thattanchavady, Puducherry-605 009 from any Nationalized Bank payable at Puducherry. This amount is not
refundable.
5. The Tender details, and ‘Terms and Conditions’ may also be downloaded from the Department website
http://agri.puducherry.gov.in for reference only. Tenders will be processed online only. Hence hardcopy
submission will not be accepted.
6. The technical tender and other documents will be evaluated only on receipt of Tender fee of `.1040 /- and
EMD of `.50,000/-, as demand draft as specified in the tender document in a
separate, sealed cover
superscribed as Tender fee, EMD “For supply of Tractors & Infielders”, on or before 4.00 p.m on
-225.05.2015 at the O/o the Hydrogeologist-II, State Ground Water Unit & Soil Conservation, Thattanchavady,
Puducherry, 605 009.
7. Tenderers are requested to stick on to the date and time specified strictly. Tenders will be accepted only if
submitted in the prescribed manner. Tenderers are requested to read the instructions help for contractors,
information about Digital Signature Certificate, resources required and bidder’s manual kit at the home page of
the website https://pudutenders.gov.in before submission of tender through online.
8. Training on submission of e-tender is also provided in the e-Procurement cell, Chief Secretariat,
Puducherry-1. Help desk No.0413-2220225
Sl.
No
1.
Tender Fee
Sales Tax
Fee in `
in
`
Tender description
Supplying of tractors and
infielders as detailed in
ANNEXURE-I & II
1,000
40
EMD in
50,000
TENDER TIME TABLE
Sl.
Subject
No.
1.
Date of pre-bid meeting for the bidders
15.05.2015 at 11.00 am
2.
Starting date and time of Bid submission of e - Tender
15.05.2015 at 1.00 pm
3.
Last date and time of bid Submission of e - Tender
4.
Date and time for opening of technical bid online by the
Committee
25.05.2015 at 4.00 pm
26.05.2015 at 11.00 am
Date and time *
*[If these days happen to be a holiday, the next working day will be considered]
Phone No.
Fax No.
Helpdesk@eprocurement
Toll free
: 0413 - 2250482
: 0413 - 2250357
: 0413 – 2220225
: 1800 - 2337315
For free training and technical support
on e- Procurement
Any clarification in Technical specification / : 0413-2248245
Technical Data of the machineries
: +91-9443075527
: +91-9245797327
: +91-9443860116
DIRECTOR
DEPARTMENT OF AGRI
PUDUCHERRY
-3GOVERNMENT OF PUDUCHERRY
DEPARTMENT OF AGRICULTURE
O/o The HYDROGEOLOGIST – II
STATE GROUND WATER UNIT & SOIL CONSERVATION
THATTANCHAVADY- PUDUCHERRY- 605 009
-*-*-*-*-*TENDER CONDITIONS :1.GENERAL:1.1 The rates should be quoted in whole rupee only and must be expressed in figures and in words (English). In
cases of discrepancy between the prices quoted in figure and in words, lower of the two shall be considered
and binding. The rate for each item should be independent of other items.
1.2. The rates should be inclusive of all Excise duty and exclusive of Sales-Tax, Surcharge, Local Taxes, etc.
(Excise duty components included in the rate, to be shown separately for reference only as per the schedule
enclosed) and for free delivery inclusive of all incidental charges such as loading, unloading, packing,
forwarding, Insurance and stocking charges etc., at the O/o. The HYDROGEOLOGIST-II, State Ground Water
Unit & Soil Conservation, Thattanchavady, Puducherry-605 009. The supply should be made at the suppliers
own risk.
1.3. Damages and breakages, if any, found in transit, the articles thereof, should be replaced. Otherwise the
corresponding cost will be deducted from the bill.
1.4. The rates should be typed in the space provided ONLY in the pricelist format ONLINE.
1.5. No column in the price list shall be left blank. Tenderer should quote the rate for all the machineries and
materials, failing which, the tender would be disqualified.
1.6. The rates quoted should be only as per the packing unit printed in the schedule and should be valid for a
period of six months from the date fixed for signing the agreement.
1.7. If artificially low rates are tendered, Government will not consider any subsequent claim for
compensation. The tenderers are advised to satisfy themselves that the rates tendered by them are for the items,
for which tenders have been invited and shall quote only for the readily available items / Items that could be
supplied within the delivery schedule.
1.8. No representation towards upward revision of rates will be allowed. Ex-godown rates offered by the firm
are not acceptable and such tenders will be summarily rejected. The rates should be quoted for free delivery as
specified by the O/o. The HYDROGEOLOGIST-II, State Ground Water Unit & Soil Conservation,
Thattanchavady,
Puducherry-605 009.
-41.9. The price quoted online by the tenderer shall not in any case exceed the controlled price, if a Government
controlled price be in force on the date of acceptance of tender or the reasonable price (in the absence of a
controlled price) which is permissible for the tenderer to charge a willing private purchase in bulk in the open
market for the same class of description of goods.
1.10. In the case of imported goods, when the price accepted is the existing price, quoted by the tenderer,
benefit of any reduction in the Cost, Insurance and Freight price should accrue, to the purchasing Department
of the Government.
1.11. The rate should be quoted online in Indian currency for the units specified against the items and payment
will be made in Indian currency only. In respect of imported goods, the rates should be quoted in foreign
currency as well as equivalent Indian currency duly mentioning the exchange rate.
1.12. The successful tenderers himself shall procure permits, licence etc., that may be required in fulfilling the
contract.
1.13. All offers should be for supplies, from ready stock in original packing of the manufacturers.
1.14. After the due date, no addition or deletion or alteration in the tender will be allowed.
1.15. The bill of cost of the articles supplied should be sent to the consignee immediately after delivery of
goods.
1.16. If the Government introduces any fresh taxes or increases the present rates of taxes, no change in the
rates can be claimed.
2.ELIGIBILITY CRITERIA:-
2.1 The Tenderers must have a minimum of four years experience in the field and should have supplied at least
25 numbers of machineries of this make and model and successful in operation in Tamilnadu and Puducherry
area. Proof of the same should be enclosed along with the Tender.
2.2. Acceptance of tender for the supply of Tractors & Infielder will be subject to tenderer certifying that they
have adequate servicing and spares facilities in respect of the Tractors & Infielder tendered for by them or that
they shall arrange to provide such facilities simultaneously with the supply of the Tractors & Infielder.
-53. TENDER DOCUMENTS:-
3.1. The Tender shall be submitted only if the Tenderer is agreeable to all the terms and conditions of this
Tender, which includes the Description and Specifications of the items mentioned therein.
3.2. The Tenders are invited in two-bid system. (i) The technical bid and (ii) The financial bid
(i) The technical bid shall contain all documents except the price bid. The Technical bid will be opened
on the day fixed for opening Tenders. The bidders will be shortlisted based on the documents
submitted in the Technical bid. Only the Financial bid of shortlisted - bidders will be evaluated
subsequently on the date / time specified in the Tender schedule. Incomplete documents, if any in the
technical bid will result in the automatic rejection of the entire Tender and the financial bid will not be
opened. The Technical Bid shall contain the Documents listed here under and the Tenderers are
requested to upload the papers according to a sequence as given below:
(a) The scanned copy of Tender Fee including sales tax for `.1,040/- and the scanned copy of a
Demand draft towards Earnest Money Deposit for `.50,000/- separate Demand drafts in
favour of Drawing and Disbursing Officer, O/o the Hydrogeologist-II, State Ground Water
Unit & Soil Conservation, Thattanchavady, Puducherry-9.
(b) Income tax certificate for the past three years, latest Income-Tax verification / clearance
certificate from Income Tax Authority. Permanent Account Number of Income Tax should be
quoted in the offer without fail.
(c) Annual Turn over Statement from Chartered Accountant for the past five years.
(d) Latest Sales-Tax clearance certificate.
(e) Documents supporting that they are the manufacturer / Authorised Dealer.
(f) Technical tender details for Tractors and Infielders as per Annexure – ‘A’, Annexure – I &
Annexure - II.
(g) Declaration as in para Serial.No13.
(ii) The financial bid shall contain only price list. The Tenderers shall quote the rates in the financial bid
(BOQ) only after downloading it from the website. Any discrepancy in this regard will cause the
rejection of Price list. The Financial Bid (BOQ) shall contain the following:-
-6(a) Tender offer form (BOQ) - Basic price, excise duties, sales tax, packing and forwarding
charges, freight charges, unloading charges, insurance, etc. for each item shall be entered by
the tenderer in the prescribed column of the excel sheet.
(b) Tenderers are requested to submit the break up of prices viz. cost of manufacture, labour cost,
overhead etc., and the margin of profits. Documentary evidence in support of break up may be
furnished.
(c) In case if any item present in the list is found to be covered under DGS&D rate contract or in
the quoting of the Government of India / Government of India undertaking firms, such items
will not be considered through this tender.
3.3. Only the terms and conditions specified in this tender by the Department shall be binding on the Tenderer
and the tendering authority, irrespective of the terms and conditions that may have been specified by the
Tenderer,
3.4. In the event of any discrepancy in respect to the rates quoted, the “Committee” reserves the right to accept
or reject the tender.
3.5. Copies of any document produced with tender including photo copies, should be clear and legible,
otherwise it will not be considered. If the required certificates are in a language other than English, attested
copy of English version should be furnished for verification and record.
3.6. Entry to participate in the Tender Opening Committee Meeting is restricted only to bona-fide Tenderers or
one of their Authorized Representatives.
3.7. The Tenderers or their Authorized Representative who are present shall produce the authorization letter
and sign in the Attendance Register evidencing their presence during the opening of tenders.
3.8. The Tenderer or their authorized Representatives who are present at the time of opening of Tenders shall
not bring Mobile Phones to the Venue.
3.9. In the event of the date of submission or opening of tender, being declared as a holiday for the office of the
tendering authority, the due date for submission of tender and opening of tender will be the following working
day at the same time.
-73.10. The verification of documents in the technical bid and samples, the decision to open financial bid to
readout the rates quoted by the tenderer, by the tender opening committee is only provisional, subject to further
verification.
3.11. The Tenderer shall bear all costs associated with the preparation and submission of his tender and the O/o
The Hydrogeologist-II, State Ground Water Unit & Soil Conservation, Thattanchavady, Puducherry will in no
case be responsible or liable for these costs, regardless of the conduct outcome of the Tendering process.
3.12. The Tenderers are responsible to furnish all the required particulars along with the tender. No
correspondence will be made on this account from this office/ department.
3.13. Tenders submitted in forms other than the one prescribed and /or without the payment of the prescribed
fee will be rejected.
4. QUANTITIES OF REQUIRED ITEMS:
The quantities of stores indicated in the schedule are only tentative and approximate.
O/o the
Hydrogeologist-II, State Ground Water Unit & Soil Conservation, Thattanchavady, Puducherry-9 has the right
to increase or decrease the quantity.
5. EARNEST MONEY DEPOSIT:
5.1
Such of those tenderers who submit tenders in forms downloaded from Web-site shall pay
`.1,040/- towards the cost of the Tender Schedule inclusive of VAT by Demand Draft in addition to the
Earnest Money Deposit to the value of `.50,000/-
by
drawing a crossed demand draft
drawn in favour of "The Drawing and Disbursing Officer, O/o The Hydrogeologist-II, State Ground Water
Unit & Soil Conservation, Thattanchavady, Puducherry " from any Nationalized Bank, payable at Puducherry.
Separate Demand drafts should be drawn for EMD and Separate Demand drafts for cost of Tender
Schedule. The copies of the Demand Drafts should be furnished in a separate, sealed cover in the “Technical
Bid” along with the samples. The tenders without payment of cost of tenders will be rejected, unless they are
otherwise entitled for free tender documents.
5.2
No cheque will be accepted for Earnest Money Deposit payable. Similarly no fixed deposit or short
deposit etc. will be accepted for Earnest Money Deposit. Also no request for adjustment of previous year's
outstanding money of Earnest Money Deposit/Security Deposit or any other dues payable by the O/o. The
Hydrogeologist-II, State Ground Water Unit & Soil Conservation, Thattanchavady, Puducherry to the firms,
will be accepted for Earnest Money Deposit. No interest will be paid on the Earnest Money Deposit. The
tenders submitted without requisite Earnest Money Deposit will be summarily rejected.
-85.3.
The firms permanently registered as Industrial Co-operative Society/Small Scale Industry with the
Government of Puducherry / National Small Industries Corporation / D.G.S.&D. for the supply of particular
Stores of items proposed to be purchased, shall be exempted from the payment of Earnest Money Deposit up to
the monetary limit to which they are registered. Such exemptions will not be granted to the small scale units
during the currency of "Provisional Registration".
5.4
Earnest Money Deposit of unsuccessful tenderer will be refunded after opening the Financial Tender
and selection of items as early as possible.
6. AGREEMENT:
6.1
The successful tenderer shall be required to execute an agreement stipulating all the conditions
mentioned herein within 21 days from the date of communication of the approval of rate by the Director of
Agriculture, after furnishing the required amount of Security Deposit, EMD will be returned
6.2
Failure to sign the agreement within the period specified in the pre-para above shall amount to
withdrawal of the approval of rates and will lead to forfeiture of amount of Earnest Money Deposit paid in
respect of that particular item. Director of Agriculture is free to take further necessary action for entering into
an agreement with other tenderers and the excess amount that the Director of Agriculture has to incur in
effecting supply of such stores be recovered from the defaulting tenderer.
7. SECURITY DEPOSIT:
7.1
Within 21 days of the receipt of notification of award from the Director of Agriculture, Puducherry the
successful Bidder shall furnish the Performance security equal to 10% of the contract value of items to be
supplied. Performance security Deposit shall be furnished in the form of demand draft / Fixed Deposit Receipt
drawn in favour of "The Drawing and Disbursing Officer, O/o. The Hydrogeologist-II, State Ground Water
Unit & Soil Conservation, Thattanchavady, Puducherry" payable at Puducherry or by furnishing Bank
Guarantee in the specified proforma. Earnest Money Deposit made will be refunded to the firm which enters
into agreement after having paid adequate amount of Security Deposit. On the specific request of the firm, the
Earnest Money Deposit paid will be adjusted against Security Deposit, which falls short of the adequate
amount.
7.2
The firms permanently registered as Industrial Co-operative Society/Small Scale Industry with
Government of Puducherry / NSIC / DGS & D for the supply of particular store item proposed to be purchased
shall be exempted from the payment of Security Deposit upto the monetary limit to which they are registered.
-9No exemption is granted to such firms during the currency of "Provisional Registration". No interest shall be
payable on Security Deposit.
7.3
The Performance Security Deposit will be refunded only after a period of two years from the date of
successful commissioning and testing of the Tractors & Infielder and the faithful and complete discharge of all
the Terms and Conditions of the contract by the contractor and to the fullest satisfaction of the Drawing and
Disbursing Officer, O/o. The Hydrogeologist-II, State Ground Water Unit & Soil Conservation,
Thattanchavady, Puducherry-9
8. DELIVERY:
8.1
The Tractors & Infielders as per supply order should be delivered free within a period of two months
from the date of receiving supply order from the O/o. the Hydrogeologist-II, State Ground Water Unit & Soil
Conservation, (Stores Section), Thattanchavady, Puducherry-9.Tenderer should bear the loading, unloading &
handling charges.
8.2
The supplier will be responsible for the supplied material and specification and defective material if
found will be rejected and will be returned to supplier at his risk and cost.
8.3
In case if successful tenderer fails to supply the Tractors & Infielders, within stipulated time the earnest
money deposited by the tenderer/ bidder shall be forfeited.
.
9. TERMS OF PAYMENT:
No advance will be paid for effecting the supply. The tenderer shall supply Tractors & Infielder as per
supply order at consignee’s site. The tenderer shall produce the Bill in triplicate along with an advance
stamped receipt. First stage 80% payment will be made after receiving all the items in good condition and on
completion of R.T.O registration and balance 20% after successful commissioning and testing of the
equipment and accessories to their rated capacity and training of crew.
10. GUARANTEE/WARRANTY:
The Tractors & Infielder quoted must be covered with guarantee / Warrantee for a period of minimum
two years from the date of completion of successful commissioning against manufacturing defect or faulty
workmanship / design. The driver cabin should have warranty for minimum 3 years which ever is earlier.
During the Guarantee / Warrantee period all defective parts should be repaired or replaced at free of cost.
11. TEST CERTIFICATES:
Providing of test certificates for load testing for the following equipment from reputed, Government
recognized testing house.
- 10 12. OTHER CONDITIONS:
12.1
Upon signing the agreement of the contract of supply with the Director of Agriculture, Puducherry, the
firm shall supply those items for which the contract is signed. Supply of materials with substandard quality
will be summarily rejected.
12.2
The Director of Agriculture, Puducherry is vested with powers to cancel or to revoke the contract
without assigning any reason therefore, if the contractor fails to effect the supply in conformity with the
contracted terms and conditions The Director of Agriculture reserves right to evaluate the performance,
quality, durability of Tractors & Infielders and after promptness in sales service by Tractors & Infielders
manufacturer and the manufacturer should arrange for inspection and evaluation of their Tractors & Infielders
working in field conditions. In case the manufacturer could not able arrange for evaluation of their Tractors &
Infielders in working condition or in case during evaluation if it is found that the Tractors & Infielders
performance, durability, after sales service is not adequate , the Director of Agriculture reserves the right to
reject the bid out rightly.
12.3
In case of non supply or failure of supply as per the terms and conditions by the firm the Director of
Agriculture, Puducherry shall be entitled to appoint a new firm to effect supply and the excess amount that the
Director of Agriculture, Puducherry has to incur shall be recovered from such defaulting supplier.
12.4. The name of manufacturer of Tractors & Infielders and also the name of manufacturer of engine attached
to Tractors & Infielders and their respective models and also the address of service dealer of Tractors &
Infielders should be furnished in the tender. The sale and service dealer of Tractors & Infielders should be
available in and around Pondicherry (i.e. within 150 Kms.)
12.5
Any dispute under or arising out of the agreement executed for supply of stores shall be referred to the
Secretary to Government in-charge of the Director of Agriculture, Puducherry, the sole arbitrator under the
provisions of Arbitration and Conciliation Act, 1996.
12.6
The Director of Agriculture, Puducherry has the right to recover all or any dues from the contractor by
exercising the provisions of the Puducherry Revenue Recovery Act 1970.
12.7
The Director of Agriculture, Puducherry reserves the right to reject any or all the tenders without
assigning any reason therefore.
12.8
The decision of the Director of Agriculture, Puducherry in all matters relating to this tender shall be
final and conclusive.
*-*-*-*-*-*-*-*-*-*-*-*-*-*-*-*-*-*-*-*-*-*-*-*-*-*-*-* *-*-*-*-*-*-*-*-*-*-*-*-*-*-*-*-*-*
- 11 -
13. DECLARATION
A declaration as given below in token of acceptance of all the terms and conditions of tender shall be
furnished by the participating tenderers. Otherwise the tender will be rejected.
"I/We. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
[Name of the firm (Proprietor)]
the undersigned hereby solemnly declare that the terms and conditions of tender schedule for supply of
“Tractors and Infielders” are accepted and that in the event of selection of my/our rates, the agreement in the
prescribed proforma will be executed".
SIGNATURE OF THE TENDERER
DIRECTOR
DIRECTORATE OF AGRICULTURE,
PUDUCHERRY
- 12 ANNEXURE – ‘A’
TECHNICAL TENDER
1.
Name of the machine
:
2.
Manufacturer’s name
:
3.
Make / brand name
:
4.
Detailed specification
:
5.
Technical details
:
6.
Literature / pamphlets of the machine
:
7.
List of parties to whom such machinery
has been supplied
:
8.
Other references
:
9.
Warranty period
:
10.
Service backup
:
11.
Other related information
:
12.
Special features of the machine
:
13.
Training facilities to be offered
:
Signature of the tenderer
- 13 ANNEXURE– I
SPECIFICATIONS FOR TRACTOR
Sl.
No
1
Specification of item
Min 55 HP @ 2300 rpm, 3 Cylinder Turbo Charged with Waste Gate
Technology, Direct Injection, Advance Rotary Fuel Injection Pump, Liquid
Cooled with overflow reservoir, Piston Cooling jets with Air Cooler .
Clutch - Dual Clutch (Independent PTO)
12 Forward + 3 Reverse Speeds
Brakes – Oil Immersed Disc Brakes
Hydraulics – 2155 Kg at lower link ends with assist ram category II
Steering – Power steering
Front Axle – 2WD
Power take off - dual type 540 @ 1967 rpm
Front Wheel – 6.00 X 16, 9.5 X 24 & 11.2 X 24 PR
Rear Wheel – 14.9 X 28 & 16.9 & 16.9 X 28 PR
Full tank capacity - 60 litres
Electrical system – digital hour meter with air filter restriction
Indicator 100Ah, 12 volt battery, 40 amp
alternator, 12 volt, 2.5KW starter motor,
7 pin connector.
Total Weight – 2230 (2WD) & 2355 (4WD)
Wheel base - 2050 (2WD) & 2010 (4WD)
Overall length – 2200 (2WD) & 2210 (4WD)
Ground clearance – 500 (2WD) & 380 (4WD)
Turning radius with brakes – 3190 (2WD) & 4225 (4WD)
Specifications should be as per Commercial test Report / mechanical
proficiency Test Report from Farm Machinery Training and Testing Institute
or State Agriculture Universities or Central Institutes.
Total Quantity
required
( in No’s)
2
Units
- 14 ANNEXURE – II
SPECIFICATIONS FOR INFIELDER
Sl.
No
Description
Total
Quantity
required
( in No’s)
1
INFIELDER
Dump pivot height - 3565mm (3.565 m)
Cylinder pin height - 4078 mm (4.078 m )
Overall height - 5542 mm (5.542 m )
Track width -1730 mm ( 1.730 m )
Ground level - 610 mm (0.610 m )
Overall length - 8310 mm (8.310 m )
Tyre Centre - 3670 mm (3.670 m)
Turning angle - 35° (35 degree)
Loading Capacity - 4 tones
1
Unit
Specifications should be as per IS Steel.
The quantities of stores indicated in the schedule are only tentative and approximate. O/o the
Hydrogeologist-II, State Ground Water Unit & Soil Conservation, Thattanchavady, Puducherry-9 has
the right to increase or decrease the quantity.