Tele : 23014916 Dte Gen of Ord Services Fax : 23793338 Master Gen of Ord Branch TPC Cell (CV Coord), R.No.501 D-11,Wing ,Sena Bhanvan Army HQ DHQ PO New Delhi-110011

REQUEST FOR PROPOSAL

FOR RATE CONTRACT OF SPARES OF ALS

TO BE OPENED ON 01 OCT 2018

(DTE GEN OF ORD SERVICES)

1. The online Bids under Open Tender Enquiry on Two Bid System are invited by the Dte Gen of Ord Services for and on behalf of the President of India for supply of items listed in Part II of this RFP. The tender reference number is 40011/TPC/OS/CV/RC-ALS SPARES/ 2018-19 and can be viewed at www.eprocure.gov.in.

2. The address and contact numbers for sending Bids or seeking clarifications regarding this RFP are given below:-

(a) Bids/queries to be addressed Directorate General of Ordnance Services to (b) Postal Address for sending the Dte Gen of Ord Services bid related documents Master Gen of Ord Branch Director OS Proc(CV) R.No 423, D- II Wing Sena Bhawan, IHQ of MOD(Army) DHQ PO New Delhi-110011

(c) Name/designation of the Director, Procurement (CV) contact personnel

(d) Telephone numbers of the 011-23014916 contact personnel

(e) Fax number 011-23793338

(f) e-mail [email protected]

2

3. The Request for Proposal (RFP) consists of five parts as indicated below.

(a) Part I. Contains General Information and Instructions for the Bidders about the RFP such as the time, place of submission and opening of tenders, Validity period of tenders etc.

(b) Part II. Contains essential details of the items/services required, such as the Schedule of Requirements (SOR), Technical Specifications, Delivery Period, Mode of Delivery and Consignee details.

(c) Part III. Contains Standard Conditions of RFP, which will form part of the Contract with the successful Bidder.

(d) Part IV. Contains Special Conditions applicable to this RFP and which will also form part of the contract with the successful Bidder.

(e) Part V. Contains Evaluation Criteria and Format for Price Bids.

4. This RFP is being issued with no financial commitment and the Buyer reserves the right to change or vary any part thereof at any stage. Buyer also reserves the right to withdraw the RFP, should it become necessary at any stage.

5. This RFP can be downloaded from www.eprocure.gov.in 3

PART I – GENERAL INFORMATION

1. Critical Dates. The critical dates with respect to the Tender ref No 40011/TPC/OS/CV/RC- ALS SPARES/ 2018-19 are as follows:-

CRITICAL DATE SHEET Ser No Item Date Time (a) Published Date 31 Aug 2018 1700 hrs (b) 31 Aug 2018 Bid Document Download 1705 hrs (c) 31 Aug 2018 Clarification Start Date 1730 hrs (d) Pre bid meeting 18 Sep 2018 1100hrs (e) Bid Submission Start 31 Aug 2018 1800 hrs (f) Clarification End Date 19 Sep 2018 1600 hrs (g) Bid Submission End 01 Oct 2018 1200 hrs (h) Bid Opening start 01 Oct 2018 1230 hrs

2. Manner of Depositing Bids. The bids and documents will be deposited ONLINE ONLY on CPPP portal. No physical bid/ documents except EMD is required to be submitted. EMD instrument if applicable or exemption certificate need to be submitted in hard form in sealed envelope and dropped in the prescribed tender box. Commercial Bids will be submitted in the BOQ format and online only.

3. List of documents required for bidding is given at Appendix ‘A’.

4. Tender Fee - Nil.

5. Commercial Bids will be submitted in the BOQ format and online only.

6. E-Bid (ONLINE)

(a) E-BidCover- I. Cover-I will contain the documents as per Appendix ‘A’ in a single PDF File and will be submitted online only.

(b) E-Bid Cover – II. The COMMERCIAL BID should be submitted by the bidder duly digitally signed by the legal owner of the firm or the person auth by him to do so. Instructions for Online Bid Submission/ Instructions to the Bidder to submit the bids online through the Central Public Procurement Portal for e Procurement are available at (https://eprocure.gov.in/eprocure/app). Commercial bid packet will be submitted as Cover II and submitted online only in the form of “BOQ” (Bill of Quantities).

7. Location of the Tender Box. Tender Box is placed inside sentry post of gate No 4, D-II Wing, Sena Bhawan, DHQ PO, New Delhi -110 011. Only those Bids that are found in the tender box will be opened. Bids dropped in the wrong Tender Box will be rendered invalid

8. Modification and Withdrawal of Bids.

(a) The Bidder may modify (resubmit) his bid after submission, as per the provisions available of the portal. No bid shall be modified after the deadline for submission of bids.

(b) If bidder desires to withdraw before bid submission closing date/time, he may do so online in the portal and offline. Once bidder with-draws online, he cannot participate again in this tender.

4

(c) No bid may be withdrawn in the interval between the deadline for submission of bids and expiry of the period of the specified bid validity. Withdrawal of a bid during this period will result in Bidder’s forfeiture of bid security.

9. Clarification Regarding Contents of the Bids. During evaluation and comparison of bids, the Buyer may, at its discretion, ask the bidder for clarification of his bid. The request for clarification will be given in writing and no change in prices or substance of the bid will be sought, offered or permitted.

10. Rejection of Bids. Canvassing by the Bidder in any form, unsolicited letter, wilful default, forwarding of fake/forged documents in instant case or any other case with any Government Department, Poor performance of firm, post-tender correction may invoke summary rejection. Conditional Bids will not be accepted.

11. Validity of Bids. The Bids should remain valid till 180 days from the last date of submission of the Bids.

12. Earnest Money Deposit. Bidders are required to submit requisite Earnest Money Deposit (EMD) along with their bids. The EMD amount will be equal to the sum of Rupees of EMD amounts of all the items for which your firm is participating in this tender. EMD amounts are as per ‘EMD Amount column’ against each item as per Appx ‘B’. The consolidated EMD be submitted with details either in the form of an Account Payee Demand Draft, Fixed Deposit Receipt, Banker's Cheque or Bank Guarantee from any of the public sector banks or a private sector bank authorised to conduct government business as per Form DPM-16 (Available in MoD website).EMD is to remain valid for a period of forty-five days beyond the final bid validity period. EMD of the unsuccessful bidders will be returned to them at the th earliest after expiry of the final bid validity and latest on or before the 30 day after the award of the contract. The Bid Security of the successful bidder would be returned, without any interest whatsoever, after the receipt of Performance Security from them as called for in the contract. EMD is not required to be submitted by those Bidders who are registered with the Central Purchase Organization, National Small Industries Corporation (NSIC)/MSME or any Department of MoD or MoD itself. The EMD will be forfeited if the bidder withdraws or amends, impairs or derogates from the tender in any respect within the validity period of their tender.

Note. Late submission of documents will NOT be accepted. No responsibility will be taken for postal delay or non delivery/non-receipt of Bid documents.

Yours faithfully,

Col Col OS (CV Proc) For and on behalf of the President of India Copy to:-

Vehicle Factory Jabalpur - For info please. Jabalpurr-482009

DQAV - For info please. DGQA New Delhi -110011 5

PART II – ESSENTIAL DETAILS OF ITEMS/SERVICES REQUIRED

1. Schedule of Requirements. List of items required is as follows:

Nomenclature/ description of S. Sec/ Part No stores Qty required No

(a) LV7/STLN SPARES OF ALS AS PER LIST Supply order against the rate contract AT APPENDIX ‘B’ will be issued by the DDO/Depot concerned as and when the demand arises.

2. Technical Details.

(a) Specifications/drawings, As per OEM/OES Specifications/Sellers Drawing/ as applicable Specifications (b) Technical details with Not applicable technical parameters

3. Special Conditions

(a) Firms to bid for only those items wherein they are :-

(i) Registered with DGQA for supply of the said item.

or (ii) OEM or (iii) OES to OEM

(b) OES to OEM firm shall provide proof of having successfully supplied to OEM the said item within past 5 years which will be evaluated based on the supply order and payment release document by the OEM.

(c) The Firm should meet the requirements as per OEM/OES Specifications/ Sellers Drawing/Specification.

4. Rate Contract

(a) Parallel Rate Contract. The Rate Contract Concluding Authority reserves the right to conclude more than one rate contract for the same item provided L2, L3….. and so on matches with the L1 rate so that parallel RC can be concluded.

(b) Period of Contract. Rate Contract would be concluded, initially for one year, extendable by another one year, by the buyer on same terms and conditions and conditions provided there is no downward trend of rates. The extension of RC will be on the sole discretion of the buyer. The buyer reserves the right to extend/not extend the RC subject to delivery compliance by the supplier and the quality of stores delivered.

6

(c) Placement of Supply Orders upto last day of validity of RC. The Rate Contract DDOs and the authorised users of the rate contract are entitled to place supply orders upto the last day of the validity of the rate contract and through supplies against such supply order will be effected beyond the validity period of the rate contract, all such supplies will be guided by the terms and conditions of the rate contract.

(d) Minimum Order Quantity. Minimum Order Qty for each Order (may be combined order) shall be minimum Rupees Two Lac Fifty Thousand only.

(e) Revocation of Contract. RC is in the nature of standing offer and a legal contract comes into being only when a supply order is placed by the CFA. Being just a standing offer, embodying various terms of offer, the buyer reserves the right to revoke it at any time during its currency.

6. Designated DDOs. Following will be the designated DDOs empowered to place SOs on Rate Contract :-

(a) Central Procurement (i) Commandant COD Dehu Road.

(ii) ADG OS at IHQ of MoD (Army).

(iii) DG OS at IHQ of MoD (Army).

(iv) MGO at IHQ of MoD (Army).

(v) VCOAS at IHQ of MoD (Army). (b) Local Procurement

(i) Commandant/Commanding Officer/Officer Commanding of all AOC Units.

(ii) MGO, DGOS and ADGOS at IHQ of MoD (Army).

7. Delivery Period Bulk Supply. The Delivery period will be governed by following terms and conditions :-

(a) Supply Orders by DDOs at Para 6 (a) above. To be completed within 270 days from the date of signature of the contract. The stores will be delivered on Transportation Model (i.e. the stores will be delivered at the destinations out of Para 8 below as ordered by Order Placing Authority) for orders placed for Central Procurement. Please note that Contract can be cancelled unilaterally by the Buyer in case items are not received within the contracted delivery period. Extension of contracted delivery period will be at the sole discretion of the Buyer, with application of LD clause, Denial clause and other applicable clauses :-

(b) Any request for DP extension by the Seller should reach the Buyer minimum 30 days prior to the expiry of Delivery Period/Extended Delivery Period, as this much time is required for processing case for Delivery Period extension by the Buyer. The delay in number of days by Seller in making such a request will be deducted from total administrative delay taken by Buyer for grant of Delivery Period extension while calculating Liquidated Damages.

(c) Supply Orders by DDOs at Para 6 (b) above. The delivery period for SO placed by DDOs at Para 6 (b) above will be within 60 days or earlier from the effective date of contract. Please note that Contract can be cancelled unilaterally by the Buyer in case items are not received within the contracted delivery period. Extension of contracted delivery period will be at the sole discretion of the Buyer, with application of LD clause, Denial clause and other applicable clauses.

(d) Any request for DP extension by the Seller should reach the Buyer minimum 15 days prior to the expiry of Delivery Period/Extended Delivery Period, as this much time is required for processing case for Delivery Period extension by the Buyer. The delay in number of days by Seller in making such a request will be deducted from total administrative delay taken by Buyer for grant of Delivery Period extension while calculating Liquidated Damages.

(e) The format of Supply Order is as per Appendix ‘C’

7

8. Delivery Points. The vendors have to deliver stores at the location of the Depots concerned as given below :-

S No State Place

(a) Assam Guwahati (b) Delhi i Delhi ii Shakurbasti (c) Gujarat Ahmedabad (d) Haryana i Hisar ii Ambala (e) Himachal Pradesh Palampur (f) Jammu & Kashmir i Jammu ii Udhampur iii Srinagar (g) Jharkhand Ranchi (h) Madhya Pradesh i Jhansi ii Sagar (j) Maharastra i Pune ii Talegaon, Pune iii Mumbai (k) Punjab i Bhatinda ii Pathankot iii Jalandar iv Chandimandir v Patiala vi N Area, vii Firozpur viii Amritsar (l) Rajasthan i Kota ii Banar, Jodhpur iii Jodhpur iv Sri Ganganagar v Bikaner (m) Tamil Nadu Avadi (n) Telangana Secunderabad (o) Uttar Pradesh i Allahabad ii Chheoki iii Mathura iv Kanpur v Barelliy vi Meerut (p) Uttarkhand Dehradun (q) West Bengal i ii Siliguri iii Panagarh

Note :- Supplier may deliver stores to additional locations mutually agreed between the supplier and DDOs.

8

9. Terms of delivery Free delivery to consignee place as per SO by respective DDOs.

10. Consignee details Respective DDOs will indicate their location where the item is to be supplied as per the Delivery Points as mentioned in Para 8 above.

11. AHSP Vehicle Factory Jabalpur, Jabalpurr-482009

12. Inspection Authority (a) For Supply Orders placed by DDOs at Para 6(a) – The General Manager, Vehicle Factory Jabalpur, Jabalpur-482009

(b) For Supply Orders placed by DDOs at Para 6(b) - Station/ Depot Board of Officers.

13. Inspecting Officer (a) For Supply Orders placed by DDOs at Para 6(a) – Sr Quality Assurance Officer, SQAE of the area or his authorised rep.

(b) For Supply Orders placed by DDOs at Para 6(b) - DDOs

14. Payment Terms. The payment will be made out of relevant budget heads, after acceptance of stores by ultimate consignee, based on supporting documents submitted to respective paying authority of the DDOs.

15. Govt Enabled E-Marketing (GeM). In case same item is available on GeM at lower rates, the DDOs reserve the rights to procure the item from GeM.

9

PART III – STANDARD CONDITIONS OF RFP

The Bidder is required to give confirmation of their acceptance of the Standard Conditions of the Request for Proposal mentioned below which will automatically be considered as part of the Contract concluded with the successful Bidder (i.e. Seller in the Contract) as selected by the Buyer. Failure to do so may result in rejection of the Bid submitted by the Bidder.

1. Law. The Contract shall be considered and made in accordance with the laws of the Republic of India. The contract shall be governed by and interpreted in accordance with the laws of the Republic of India.

2. Effective Date of the Contract. The contract shall come into effect on the date of signatures of both the parties on the contract except when some other effective date is mutually agreed to and specifically indicated/provided in the contract and shall remain valid until the completion of the obligations of the parties under the contract. The deliveries and supplies and performance of the services shall commence from the effective date of the contract.

3. Arbitration. All disputes or differences arising out of or in connection with the Contract shall be settled by bilateral discussions. Any dispute, disagreement or question arising out of or relating to the Contract or relating to construction or performance, which cannot be settled amicably, may be resolved through arbitration. In case of invoking Arbitration Clause, arbitrator will be detailed by CFA from the approved panel of arbitrator as approved by MGO Br (OS Dte) (Para 7.11 of DPM-2009 refers).

4. Penalty for use of Undue influence. The Seller undertakes that he has not given, offered or promised to give, directly or indirectly, any gift, consideration, reward, commission, fees, brokerage or inducement to any person in service of the Buyer or otherwise in procuring the Contracts or forbearing to do or for having done or forborne to do any act in relation to the obtaining or execution of the present Contract or any other Contract with the for showing or forbearing to show favour or disfavour to any person in relation to the present Contract or any other Contract with the Government of India. Any breach of the aforesaid undertaking by the Seller or any one employed by him or acting on his behalf (whether with or without the knowledge of the Seller) or the commission of any offers by the Seller or anyone employed by him or acting on his behalf, as defined in Chapter IX of the Indian Penal Code, 1860 or the Prevention of Corruption Act, 1986 or any other Act enacted for the prevention of corruption shall entitle the Buyer to cancel the contract and all or any other contracts with the Seller and recover from the Seller the amount of any loss arising from such cancellation. A decision of the Buyer or his nominee to the effect that a breach of the undertaking had been committed shall be final and binding on the Seller. Giving or offering of any gift, bribe or inducement or any attempt at any such act on behalf of the Seller towards any officer/employee of the Buyer or to any other person in a position to influence any officer/employee of the Buyer for showing any favour in relation to this or any other contract, shall render the Seller to such liability/ penalty as the Buyer may deem proper, including but not limited to termination of the contract, imposition of penal damages, forfeiture of the Bank Guarantee and refund of the amounts paid by the Buyer.

10

5. Agents / Agency Commission. The Seller confirms and declares to the Buyer that the Seller is the original manufacturer of the stores/provider of the services referred to in this Contract and has not engaged any individual or firm, whether Indian or foreign whatsoever, to intercede, facilitate or in any way to recommend to the Government of India or any of its functionaries, whether officially or unofficially, to the award of the contract to the Seller; nor has any amount been paid, promised or intended to be paid to any such individual or firm in respect of any such intercession, facilitation or recommendation. The Seller agrees that if it is established at any time to the satisfaction of the Buyer that the present declaration is in any way incorrect or if at a later stage it is discovered by the Buyer that the Seller has engaged any such individual/firm, and paid or intended to pay any amount, gift, reward, fees, commission or consideration to such person, party, firm or institution, whether before or after the signing of this contract, the Seller will be liable to refund that amount to the Buyer. The Seller will also be debarred from entering into any supply Contract with the Government of India for a minimum period of five years. The Buyer will also have a right to consider cancellation of the Contract either wholly or in part, without any entitlement or compensation to the Seller who shall in such an event be liable to refund all payments made by the Buyer in terms of the Contract along with interest at the rate of 2% per annum above LIBOR rate. The Buyer will also have the right to recover any such amount from any contracts concluded earlier with the Government of India.

6. Access to Books of Accounts. In case it is found to the satisfaction of the Buyer that the Seller has engaged an Agent or paid commission or influenced any person to obtain the contract as described in clauses relating to Agents/Agency Commission and penalty for use of undue influence, the Seller, on a specific request of the Buyer, shall provide necessary information/ inspection of the relevant financial documents/information.

7. Non-disclosure of Contract documents. Except with the written consent of the Buyer/ Seller, other party shall not disclose the contract or any provision, specification, plan, design, pattern, sample or information thereof to any third party. All participating vendors will a Non Disclosure Agreement as per Performa att at Appendix ‘D’ on a Non judicial stamp paper of the valve of 100/- alongwith tech bids.

8. Liquidated Damages. In the event of the Seller's failure to submit the Bonds, Guarantees and Documents, supply the stores/goods and conduct trials, installation of equipment, training, etc as specified in this contract, the Buyer may, at his discretion, withhold any payment until the completion of the contract. The BUYER may also deduct from the SELLER as agreed, liquidated damages to the sum of 0.5% of the contract price of the delayed/undelivered stores/services mentioned above for every week of delay or part of a week, subject to the maximum value of the Liquidated Damages being not higher than 10% of the value of delayed stores.

9. Termination of Contract. The Buyer shall have the right to terminate the Rate Contract and SO in part or in full in any of the following cases:-

(a) If the Supplier fails to deliver any or all the Goods within the period specified in the Rate Contract, or within any extension thereof granted by the Buyer.

(b) If the Supplier fails to perform any other obligation(s) under the Rate Contract.

(c) The delivery of the material is delayed for causes not attributable to Force Majeure for more than one month after the scheduled date of delivery.

11

(d) The Seller is declared bankrupt or becomes insolvent.

(e) The delivery of material is delayed due to causes of Force Majeure by more than one month provided Force Majeure clause is included in Rate Contract.

(f) The Buyer has noticed that the Seller has utilized the Corrupt or fraudulent practices/services of any Indian/ Foreign agent in getting this contract and paid any commission to such individual/company etc.

(g) As per decision of the Arbitration Tribunal.

(h) In case of non-submission of PBG within the stipulated period, contract may be cancelled on terms of risk purchase against the firm.

(j) “ In case of failure of supply under sub clauses (a), (b), (c), (d), (e) & (f) the Bank Guarantee of the supplier can be liquidated thereof.”

(k) If the Supplier, in the judgment of the Buyer, has engaged in corrupt or fraudulent practices in competing for or in executing the contract.

(l) When the contractor is found to have made any false or fraudulent declaration or statement to get the contract or he is found to be indulging in unethical or unfair trade practices.

(m) When both parties mutually agree to terminate the contract.

(n) When the item offered by the supplier repeatedly fails in the inspection and/or the supplier is not in position to either rectify the defects or offer items conforming to the contracted quality standards.

(o) Any special circumstances, which must be recorded to justify the cancellation or termination of a contract.

10. Notices. Any notice required or permitted by the contract shall be written in the English language and may be delivered personally or may be sent by e-mail, FAX or registered pre-paid mail/airmail, addressed to the last known address of the party to whom it is sent.

11. Transfer and Sub-letting. The Seller has no right to give, bargain, sell, assign or sublet or otherwise dispose of the Contract or any part thereof, as well as to give or to let a third party take benefit or advantage of the present Contract or any part thereof.

12. Patents and other Industrial Property Rights. The prices stated in the present Contract shall be deemed to include all amounts payable for the use of patents, copyrights, registered charges, trademarks and payments for any other industrial property rights. The Seller shall indemnify the Buyer against all claims from a third party at any time on account of the infringement of any or all the rights mentioned in the previous paragraphs, whether such claims arise in respect of manufacture or use. The Seller shall be responsible for the completion of the supplies including spares, tools, technical literature and training aggregates irrespective of the fact of infringement of the supplies, irrespective of the fact of infringement of any or all the rights mentioned above.

12

13. Amendments. No provision of present Contract shall be changed or modified in any way (including this provision) either in whole or in part except by an instrument in writing made after the date of this Contract and signed on behalf of both the parties and which expressly states to amend the present Contract.

14. Taxes and Duties.

General.

(a) If Bidder desires to ask for excise duty or GST extra, the same must be specifically stated. In the absence of any such stipulation, it will be presumed that the prices include all such charges and no claim for the same will be entertained.

(b) If reimbursement of any Duty/Tax is intended as extra over the quoted prices, the Bidder must specifically say so. In the absence of any such stipulation it will be presumed that the prices quoted are firm and final and no claim on account of such duty/tax will be entrained after the opening of tenders.

(c) If a Bidder chooses to quote a price inclusive of any duty/tax and does not confirm inclusive of such duty/tax so included is firm and final, he should clearly indicate the rate of such duty/tax and quantum of such duty/tax included in the price. Failure to do so may result in ignoring of such offers summarily.

(d) If a Bidder is exempted from payment of any duty/tax upto any value of supplies from them, he should clearly state that no such duty/tax will be charged by him up to the limit of exemption which he may have. If any concession is available in regard to rate/quantum of any Duty/tax, it should be brought out clearly. Stipulations like, the said Duty /tax was presently not applicable but the same will be charged if it becomes leviable later on, will not be accepted unless in such cases it is clearly stated by a Bidder that such duty/tax will not be charged by him even if the same becomes applicable later on. In respect of the Bidders, who fail to comply with this requirement, their quoted prices shall be loaded with the quantum of such duty/tax which is normally applicable on the item in question for the purpose of comparing their prices with other Bidders.

(e) Any change in any duty/tax upward/downward as a result of any statutory variation in excise taking place within contract terms shall be allowed to the extent of actual quantum of such duty/tax paid by the supplier. Similarly, in case of downward revision in any duty/tax, the actual quantum of reduction of such duty/tax shall be reimbursed to the Buyer by the Seller. All such adjustments shall include all reliefs, exemptions, rebates, concession etc. if any obtained by the Seller.

GST

(a) Where the GST is payable on advalorem basis, the Bidder should submit along with the tender, the relevant form and the Manufacturer’s price list showing the actual assessable value of the stores as approved by the GST authorities.

(b) Bidders should note that in case any refund of GST is granted to them by GST authorities in respect of Stores supplied under the contract, they will pass on the credit to the Buyer immediately along with a certificate that the credit so passed on relates to the GST, originally paid for the stores supplied under the contract. In case of their failure to do so, within 10 days of the issue of the excise duty refund orders to them by the GST Authorities the Buyer would be 13 empowered to deduct a sum equivalent to the amount refunded by the GST Authorities without any further reference to them from any of their outstanding bills against the contract or any other pending Government Contract and that no disputes on this account would be raised by them.

(c) The Seller is also required to furnish to the Paying Authority the following certificates.

(d) Certificate with each bill to the effect that no refund has been obtained in respect of the reimbursement of GST made to the Seller during three months immediately preceding the date of the claim covered by the relevant bill.

(i) Certificate as to whether refunds have been obtained or applied for by them or not in the preceding financial year after the annual Audit of their accounts also indicating details of such refunds/applications, if any.

(ii) A certificate along with the final payment bills of the Seller to the effect whether or not they have any pending appeal/protest for refund or partial refund of GST already reimbursed to the Seller by the Government pending with the GST authorities and if so, the nature, the amount involved, and the position of such appeals.

(iii) An undertaking to the effect that in case it is detected by the Government that any refund from GST Authority was obtained by the Seller after obtaining reimbursement from the Paying Authority, and if the same is not immediately refunded by the Seller to the Paying Authority giving details and particulars of the transactions, Paying Authority will have full authority to recover such amounts from the Seller’s outstanding bills against that particular contract or any other pending Government contracts and that no dispute on this account would be raised by the Seller.

(e) Unless otherwise specifically agreed to in terms of the contract, the Buyer shall not be liable for any claim on account of fresh imposition and/or increase of GST on raw materials and/or components used directly in the manufacture of the contracted stores taking place during the pendency of the contract.

Other Taxes

(a) Normally, materials to be supplied to Government Departments against Government Contracts are exempted from levy of town duty, Octroi Duty, Terminal Tax and other levies of local bodies. The local Town/Municipal Body regulations at times, however, provide for such Exemption only on production of such exemption certificate from any authorised officer. Seller should ensure that stores ordered against contracts placed by this office are exempted from levy of Town Duty/Octroi Duty, Terminal Tax or other local taxes and duties. Wherever required, they should obtain the exemption certificate from the Buyer, to avoid payment of such local taxes or duties.

(b) In case where the Municipality or other local body insists upon payment of these duties or taxes the same should be paid by the Seller to avoid delay in supplies and possible demurrage charges. The receipt obtained for such payment should be forwarded to the Buyer without delay together with a copy of the relevant act or bylaws/ notifications of the Municipality of the local body concerned to enable him to take up the question of refund with the concerned bodies if admissible under the said acts or rules

14

Basic Customs Duty

(a) For imported stores offered against forward delivery, the Bidder shall quote prices hereof exclusive of customs duty. The Bidder shall specify separately the C.I.F. prices and total amount of customs duty payable. They will also indicate correctly the rate of customs duty applicable along with Indian Customs Tariff Number. Customs duty as actually paid will be reimbursed on production of necessary documents i.e. (i) Triplicate copy of the bill of entry; (ii) copy of bill of lading; (iii) a copy of foreign principal’s invoice. However, if the Bidder imports the stores in question against his own commercial quota Import Licences, he will also be required to submit in addition the triplicate copy of bills of entry etc. a certificate from his Internal Auditor on the bill itself, to the effect that the following items/quantity in the bill of entry related to the stores imported against Defence Buyer contract number…………………………….. dated…………..

(b) Subsequent to the reimbursement of customs duty, the Bidder will submit to the concerned Payment Authority a certificate to the effect that he has not obtained any refund of customs duty subsequent to the payment of duty to the Customs authority by him. In addition, he shall also submit to the Paying Authority concerned a certificate immediately after a period of three months from the date of payment of the duty to customs authorities to the effect that he has not applied for refund of the customs duty subsequent to the payment of duty to the customs authorities by him.

(c) In case the Bidder obtains any refund of customs duty, subsequently to the payment of the same by him to the customs authorities and reimbursement of the customs duty to him by the Payment Authority, he should forthwith furnish the details of the refund obtained and afford full credit of the same to the Buyer.

15

PART IV– SPECIAL CONDITIONS OF RFP

The Bidder is required to give confirmation of their acceptance of Special Conditions of the RFP mentioned below which will automatically be considered as part of the Contract concluded with the successful Bidder (i.e. Seller in the Contract) as selected by the Buyer. Failure to do so may result in rejection of Bid submitted by the Bidder.

1. Performance Guarantee cum Warranty Bond. The successful Bidders will be required to furnish a Performance Guarantee cum Warranty Bond of value of 10% of contract value by way of Bank Guarantee through a public sector bank or a private sector bank authorized to conduct government business (ICICI Bank Ltd., Axis Bank Ltd or HDFC Bank Ltd.) The Performance Bank Guarantee cum Warranty Bond will be submitted for amounts as under within 30 days of signing of rate contract.

2. Specimen of PBG is given in Form DPM-15 (Available in MoD website and can be provided on request). In the event of failure / breach of contract PBG will be forfeited in order to compensate the loss to the buyer.

3. Payment Terms

(a) It will be mandatory for the Bidders to indicate their bank account numbers and other relevant e-payment details so that payments could be made through ECS/NEFT mechanism instead of payment through cheques, wherever feasible. A copy of the model mandate form prescribed by RBI to be submitted by Bidders for receiving payments through ECS is at Form DPM-11 (Available in MoD website).

(b) 100% payment on delivery and acceptance by the consignee on production of requisite documents.

(a) Paying Authority. Respective PCDA/CDA under which the DDOs office falls will be the paying auth. The payment of bills will be made on submission of the following documents by the Seller to the Paying authority.

(i) Ink-signed copy of contingent bill / Seller’s bill. (ii) Ink-signed copy of Commercial invoice / Seller’s bill.

(iii) Ink-signed copy of Inspection Notes issued by respective authority/ Firm Invoices as applicable.

(iv) Copy of Supply Order/Contract with U.O. number and date of IFA’s concurrence, where required under delegation of powers.

(v) Consignee’s receipt of stores (Receipt Voucher).

(vi) Xerox Copy of Bank Guarantee.

(vii) Claim for statutory and other levies to be supported with requisite documents / proof of payment for EPF/ESIC contribution with nominal roll of beneficiaries, as applicable.

(viii) DP extension letter with CFA’s sanction, U.O. number and date of IFA’s concurrence, where required under delegation of powers, indicating whether extension is with or without LD (If applicable).

16

(ix) Details for electronic payment viz Account holder’s name, Bank name, Branch name and address, Account type, Account number, IFSC code, MICR code (if these details are not incorporated in supply order/contract).

(x) Any other document / certificate that may be provided for in the Supply Order / Contract.

4. Enhancement/Reduction of Rates. No enhancement in rates/prices will be made unless the contract specifically provides for it. The change due to variation in Excise /Custom duties/other Government taxes & levies and the contract duties/other Government taxes & levies and the contract provides for payment of duties on the basis of the actual rates, provided that the change in taxes is effected within the original delivery period and the supply is completed during the original delivery period. No change in taxes will be applicable to the qty of stores supplied after the original delivery period even if the enhanced taxes are accepted and amendment letter to the effect is issued.

5. Advance Payments. No advance payment(s) will be made.

6. Fall Clause. The following fall clause will form part of the contract placed on successful Bidders :-

(a) The price charged for the stores supplied under the contract by the Seller shall in no event exceed the lowest prices at which the Seller sells the stores or offers to sell stores of identical description to any persons/ Organizations including the Rate Contract Concluding Authority or any department of the Central government or any Department of State government or any statutory undertaking of the Central or State government as the case may be during the period or till the performance of all Supply Orders placed during the currency of the rate contract is completed.

(b) If at any time, during the said period the Seller reduces the sale price, sells or offer to sell such stores to any person/ organization including the Buyer or any Dept, of central Govt. or any Department of the State Government or any Statutory undertaking of the Central or State government as the case may be at a price lower than the price chargeable under the contract, he shall forthwith notify such reduction or sale or offer of sale to the Rate Contract Concluding Authority / contracting authority and the price payable under the contract for the stores of such reduction of sale or offer of the sale shall stand correspondingly reduced. The above stipulation will, however, not apply to:-

(i) Exports by the Seller.

(ii) Sale of goods as original equipment at price lower than the prices charged for normal replacement.

(iii) Sale of goods such as drugs which have expiry dates.

(iv) Sale of goods at lower price on or after the date of completion of sale /placement of the order of goods by the authority concerned under the existing or previous Rate Contracts as also under any previous contracts entered into with the Central or State Govt. Depts, including their undertakings excluding joint sector companies and/or private parties and bodies.

(c) The Seller shall furnish the following certificate to the Paying Authority along with each bill for payment for supplies made against the Rate contract – “We certify that there has been no reduction in sale price of the stores of description identical to the stores supplied to the Government under the contract herein and such stores have not been offered/sold by me/us to any person/organization including the Rate Contract Concluding Authority or any department of Central Government or any Department of a state Government or any Statutory Undertaking of the Central or state Government as the case may be up to the date of bill/the date of completion of supplies against all supply orders placed during the currency of the Rate Contract at price lower than the price charged to the government under the contract except for quantity of stores categories under sub-clauses (i),(ii),(iii) and (iv) of sub-para (b) above details of which are given below - ...... ”.

17

7. Risk & Expense Clause.

(a) Should the stores or any installment thereof not be delivered within the time or times specified in the contract documents, or if defective delivery is made in respect of the stores or any installment thereof, the Buyer shall after granting the Seller 45 days to cure the breach, be at liberty, without prejudice to the right to recover liquidated damages as a remedy for breach of contract, to declare the contract as cancelled either wholly or to the extent of such default.

(b) Should the stores or any installment thereof not perform in accordance with the specifications / parameters provided by the SELLER during the check proof tests to be done in the BUYER’s country, the BUYER shall be at liberty, without prejudice to any other remedies for breach of contract, to cancel the contract wholly or to the extent of such default.

(c) In case of a material breach that was not remedied within 45 days, the BUYER shall, having given the right of first refusal to the SELLER be at liberty to purchase, manufacture, or procure from any other source as he thinks fit, other stores of the same or similar description to make good:-

(i) Such default.

(ii) In the event of the contract being wholly determined the balance of the stores remaining to be delivered there under.

(d) Any excess of the purchase price, cost of manufacturer, or value of any stores procured from any other supplier as the case may be, over the contract price appropriate to such default or balance shall be recoverable from the SELLER. Such recoveries shall not exceed 100% of the difference of the value of the contracts.

8. Force Majeure clause.

(a) Neither party shall bear responsibility for the complete or partial non performance of any of its obligations (except for failure to pay any sum which has become due on account of receipt of goods under the provisions of the present contract), if the non-performance results from such Force Majeure circumstances as Flood, Fire, Earth Quake and other acts of God as well as War, Military operation, blockade, Acts or Actions of State Authorities or any other circumstances beyond the parties control that have arisen after the conclusion of the present contract.

(b) In such circumstances the time stipulated for the performance of an obligation under the present contract is extended correspondingly for the period of time of action of these circumstances and their consequences.

(c) The party for which it becomes impossible to meet obligations under this contract due to Force Majeure conditions, is to notify in written form the other party of the beginning and cessation of the above circumstances immediately, but in any case not later than 10 (Ten) days from the moment of their beginning.

(d) Certificate of a Chamber of Commerce (Commerce and Industry) or other competent authority or organization of the respective country shall be a sufficient proof of commencement and cessation of the above circumstances.

(e) If the impossibility of complete or partial performance of an obligation lasts for more than 6 (Six) months, either party hereto reserves the right to terminate the contract totally or partially upon giving prior written notice of 30 (thirty) days to the other party of the intention to terminate without any liability other than reimbursement on the terms provided in the agreement for the goods received.

9. Specification. The product should meet the specification as governed by OEM/OES to OEM specifications/seller’s drawing/specification.

18

10. Earliest Acceptable Year of Manufacture. Quality/Life certificate will need to be enclosed with the bill. The difference between the date of manufacture of the item and the date of offering for inspection should not be more than 180 days.

11. Quality. The quality of the stores delivered according to the present Contract shall correspond to the technical conditions and specifications enumerated as per RFP and shall also include therein modification to the stores suggested by the Buyer. Such modifications will be mutually agreed to. The Seller confirms that the stores to be supplied under this Contract shall be new i.e. not manufactured before 180 days of offering it for inspection, and shall incorporate all the latest improvements and modifications thereto and spares of improved and modified equipment are backward integrated and interchangeable with same equipment supplied by the Seller in the past if any. The Seller shall supply an inter-changeability certificate along with the changed part numbers wherein it should be mentioned that item would provide as much life as the original item.

12. Quality Assurance. The Quality Assurance will be governed as per OEM/OES to OEM/Seller ATP.

(a) Pre-Inspection. The manufacturer must satisfy themselves that the stores are in accordance with the terms of the Contract and fully conform to the required specification by carrying out a thorough pre-inspection of each lot before actually tendering the same for inspection to the Quality Assurance Officer nominated under the terms of the contract. A declaration by the Contractor that necessary pre-inspection has been carried out on the stores tendered, will be submitted alongwith the Challan. The declaration will also indicate observed values of the features checked / tested and will have the Test Certificates attached to the challan / declaration. If the Quality Assurance Officer finds that pre-inspection of the consignment, as required above, has not been carried out, the consignment is liable for rejection.

(b) Responsibility for inspection. The manufacturer is responsible for the performance of all the Quality Assurance requirements as per OEM/OES to OEM firms/Seller ATP. The manufacturer may utilise his own or any other inspection facilities and services to the satisfaction of AHSP / Quality Assurance Officer. Records of pre-inspection report shall be maintained and made available to the AHSP or his authorised representative before start of inspection. The AHSP reserves the right to perform any of the inspection, if deemed necessary, to assure that supplies and services conform to prescribed requirements.

(c) Process audit. Process audit of manufacturing firm will be carried out as and when felt necessary at the discretion of HQ DQAV / AHSP as per the guidelines.

13. Inspection Authority. The Inspection will be carried out by auth officer of DGQA. The mode of Inspection will be DGQA Inspection.

14. Consignee Right Of Rejection. Notwithstanding the self certification/inspection prior to dispatch, the consignee will have the right to reject it, in whole or part, if it is observed that the item supplied does not confirm to the specification or has been damaged. Such rejection will be communicated to the supplier within 15 days of the item reaching the consignee’s premises. If an item is rejected, the supplier is required to replace the item with a period determined by the supplier, which should not be more than 45 days after the rejection intimation date, failing which he shall make financial restitution based on the order value.

15. Franking clause. The following Franking clause will form part of the contract placed on successful Bidders :-

(a) Franking Clause in the case of Acceptance of Goods. The fact that the goods have been inspected after the delivery period and passed by the Inspecting Officer will not have the effect of keeping the contract alive. The goods are being passed without prejudice to the rights of the Buyer under the terms and conditions of the contract.

19

(b) Franking Clause in the case of Rejection of Goods. “The fact that the goods have been inspected after the delivery period and rejected by the Inspecting Officer will not bind the Buyer in any manner. The goods are being rejected without prejudice to the rights of the Buyer under the terms and conditions of the contract.”

16. Correctness of the Quality and Quantity. On receipt of stores at consignee’s premises, the stores are checked for ascertaining the correctness of quality, quantity and documents. In case the stores are found deficient in any way, the consignee has the right to reject the stores.

17. Rectification Clause. In the event if a store is returned for rectification of defects to supplier, the supplier shall ensure that the defects are attended immediately so that rectified stores can be re- inspected. It should be noted that supplier should be noted that supplier would not be entitled to dispose off that store which is given for rectification but not rejected, without prior permission.

18. Claims. The following Claims clause will form part of the contract placed on successful Bidders :-

(a) The claims may be presented either:-

(i) On quantity of the stores, where the quantity does not correspond to the quantity shown in the Packing List /Insufficiency in packing.

OR

(ii) On quality of the stores, where quality does not correspond to the quality mentioned in the contract.

(b) The quantity claims for deficiency of quantity shall be presented within 45 days of completion of inspection and acceptance of goods.

(c) The quality claims for defects or deficiencies in quality noticed during the inspection shall be presented within 45 days of completion of inspection of goods. Quality claims shall be presented for defects or deficiencies in quality noticed during warranty period earliest but not later than 45 days after expiry of the guarantee period.

(d) The description and quantity of the stores are to be furnished to the Seller along with concrete reasons for making the claims. Copies of all the justifying documents shall be enclosed to the presented claim. The Seller will settle the claims within 45 days from the date of the receipt of the claim at the Seller’s office, subject to acceptance of the claim by the Seller. In case no response is received during this period the claim will be deemed to have been accepted.

(e) The Seller shall collect the defective or rejected goods from the location nominated by the Buyer and deliver the repaired or replaced goods at the same location under Seller’s arrangement.

(f) Claims may also be settled by reduction of cost of goods under claim from bonds submitted by the Seller or payment of claim amount by Seller through demand draft drawn on an Indian Bank, in favour of Principal Controller/Controller of Defence Accounts concerned.

(g) The quality claims will be raised solely by the Buyer and without any certification/ countersignature by the Seller’s representative stationed in India.

19. Guarantee/Warranty. The warranty for the items will be one year from date of DGQA inspection. The supplier should warrant that the products are of fresh manufacture and not older that 6 months on the date of offering for inspection to DGQA or his Authorised rep.

20

20. Special Condition of Contract. The procurement will be governed by Defence Procurement Manual 2009 and an amendment issue thereon as applicable on the date of opening of Tender Enquiry.

21. Forfeiture of Security Deposit. If the contractor fails or neglects to observe or perform any of his obligations under the contract, it shall be lawful for the Rate Contract Concluding Authority to forfeit either in whole or in part of the security furnished by the Contractor.

22. OEM Certificate. The quality offered is to be from manufacturer only.

23. Transportation. Stores in good condition will be delivered free at consignee premises.

24. Preservation, Packing and Marking. The stores should be packed and marked properly so that no damage is caused to the items while transit and stores are identified easily.

21

PART V - EVALUATION CRITERIA & PRICE BID ISSUES

1. Evaluation Criteria. The broad guidelines for evaluation of Bids will be as follows:-

(a) The bids will be evaluated ITEMWISE. Vendors may quote for partial range of items. Only those Bids will be evaluated which are found to be fulfilling all the eligibility and qualifying requirements of the RFP, both technically and commercially. Therefore, item wise BOQ has to be filled by the respective bidders.

(b) The lowest Bid will be decided upon the lowest price quoted by the particular bidder as per the price format given Para 2 below. Lowest Bidder shall be determined separately for each item. In case where only Indian Bidders are competing, L1 bidder will be determined by excluding all levies and taxes incl like CGST/SGST/IGST etc on final product as quoted by bidders.

(c) If there is a discrepancy between words and figures, the amount in words will prevail for calculation of price.

(d) Any other criteria as applicable to suit a particular case.

2. Price Bid Format . Commercial Bid will be submitted in the BOQ format and online only.

Note

(i) Please confirm that the store offered by you is exactly as required under tender enquiry description specification/drawing.

(ii) In case there is any deviation the same shall be specifically stated. 22

Appendix ‘A’ (Ref Para 3 and 6 (a) of Part I of RFP) LIST OF DOCUMENTS REQUIRED FOR BIDDING

1. Document 1. The original EMD instrument as per Para 12, part I of RFP, if applicable shall be submitted physically in the sealed tender box mentioned at Para 7, part I of RFP prior to bid submission closing date, in an envelope duly marked with Tender ID alongwith a covering letter under company letter head. OR In case EMD is exempted, necessary proof of exemption be submitted online.

2. E-Bid Cover-I (ONLINE). Cover-I will contain the following in a single PDF file:-

(a) Document 2. Scanned copy of document as per Para 3 (a) and (b) (as applicable) of Part II of this RFP.

(b) Document 3. Proof of valid GST No/ GST Registration No (Certificate)

(c) Document 4. Scanned copy of PAN No.

(d) Document 5. Bank details:- (i) EFT Account No (ii) Particulars of Bank and A/c No (iii) IFSC Code (iv) Any other relevant information for making payment through EFT.

(e) Document 6. The bidder shall certify for acceptance of all the tender conditions of the online RFP and furnish a certificate as per Annexure-I of the RFP. The certificate duly signed shall be scanned and uploaded.

(f) Document 7. Scanned copy of clause by clause compliance of specifications certificates as per Annexure-II of the RFP.

(g) Document 8. Scanned copy of “Additional Charges/Discounts” containing details of items with financial implications on the bid. The format of the same is att as Annexure-III of the RFP. (h) Document 9. Scanned copy of full postal address and email ID of bidder.

(j) Document 10. Details of authorized person alongwith their details i.e. Name of person, designation and specimen signature.

(k) Document 11. Scanned copy of EMD instrument or In case EMD and tender fee exempted necessary proof of exemption be submitted on-line duly scanned.

(l) Document 12. Undertaking as per Annexure-IV.

(m) Document 13. The bidder should submit bid validity for 180 days from the last date of submission of the Bids.

(n) Document 14 Participating firms to clearly mention the list of items for which they are participating in the subject TE and details be provided as per format given below :-

Ser Item ser No in Item Part No in Item Proof of DGQA No BOQ BOQ Nomenclature registration/OEM/OES to OEM duly published in published in in BOQ supported with photocopy and linked TE TE published in accordingly against each and every TE item

3. E-Bid Cover-II (ONLINE). The Commercial Bid will submitted ONLINE ONLY in the form of “BOQ” (Bill of Quantities).

23

Annexure-I

(Refers to Document 6 of Appendix ‘A’ of the RFP)

TENDER CONDITIONS ACCEPTANCE LETTER (To be given on Company Letter Head) Date: To, ______

SUB: ACCEPTANCE OF TERMS & CONDITIONS OF TENDER.

Tender Reference No : ______Name of Tender/Work : ______

Dear Sir,

1. I/We have downloaded/obtained the tender document(s) for the above mentioned ‘Tender/Work’ from the web site(s) namely : ______as per your advertisement, given in the above mentioned website(s).

2. I/ We hereby certify that I / we have read entire terms and conditions of the tender documents from Page No. ______to ______(including all documents like annexure(s), schedule(s), etc .,), which form part of the contract agreement and I/we shall abide hereby the terms /conditions/clauses contained therein.

3. The corrigendum(s) issued from time to time by your department/ organisations too have also been taken into consideration, while submitting this acceptance letter.

4. I / We hereby unconditionally accept the tender conditions of above mentioned tender document(s) / corrigendum(s) in its totality / entirety.

5. The documents as submitted in physical form as mentioned in para 2 (a) of part I of RFP is the true copy of the documents uploaded on the Central Public Procurement Portal (https://eprocure.gov.in/eprocure/app).

6. In case any provisions of this tender are found violated , your department/ organisation shall be at liberty to reject this tender/bid including the forfeiture of the full said Earnest Money Deposit absolutely and we shall not have any claim/right against deptin satisfaction of this condition.

Yours Faithfully,

(Signature of the Bidder, with Official Seal)

24

Annexure-II (Refers to Document 7 of Appendix ‘A’of the RFP)

CLAUSE BY CLAUSE COMPLIANCE OF SPECIFICATION CERTIFICATE (To be given on Company Letter Head)

Date : To, ______

SUB: ACCEPTANCE OF CLAUSE BY CLAUSE COMPLIANCE OF SPECIFICATION .

Tender Reference No : ______Name of Tender/Work : -______

Dear Sir,

1. I/We have downloaded/obtained the tender document(s) for the above mentioned ‘Tender/Work’ from the web site(s) namely: ______as per your advertisement, given in the above mentioned website(s).

2. I/ We hereby certify that I / we accept all clauses of specification No :------.

OR

I / We do not accept following clauses of specification No:------.

Clause Ref Reason for non acceptance

(a)

(b)

Notes:-

1. Please strike out whichever is not applicable.

2. The certificate will be signed by the owner of the firm or any person auth to do so on behalf of the owner.

3. The certificate will be scanned, digitally signed and uploaded.

25

Annexure-III (Refers to Document 8 of Appendix ‘A’of the RFP)

ADDITIONAL CHARGES/DISCOUNTS

It is hereby certified that no Additional Charges Levied or Any Discounts Offered from the prices quoted in the enclosed BOQ, which will have financial implication on the bid value quoted by me.

OR

The following additional Charges Levied / Discounts Offered over and above the prices quoted in the BOQ which will have financial implication on the bid value quoted by me

(i) (ii) (ii)

Signed by: Date: Official stamp:

Notes:-

1. Please strike out whichever is not applicable.

2. The certificate will be signed by the owner of the firm or any person auth to do so on behalf of the owner.

3. The certificate will be scanned, digitally signed and uploaded along with the BOQ in the Cover II containing Financial Bid. (Ref para 2 (c) of Part I of RFP)

Annexure-IV 26

(Refers to Document 12 of Appendix ‘A’of RFP)

UNDERTAKING

Undertaking on Blacklisting.

(i) “We, M/s……… certify that the firm has not been blacklisted or banned by any Govt Deptt on any account”. OR (ii) “We, M/s ……….. have been blacklisted/banned by the …….. (Name of agency/Deptt) as per following details:-

Signed by: Date: Official stamp:

Notes:-

1. Please strike out whichever is not applicable.

2. The certificate will be signed by the owner of the firm or any person auth to do so on behalf of the owner.

3. The certificate will be scanned, digitally signed and uploaded.

27

Appendix- C (Refers to Para 7(e) of Part II of RFP)

FORMAT OF SUPPLY ORDER AGAINST RATE CONTRACT

Office of the : (Name and address of Buyer) ______To ______

Dear Sir/Madam,

Sub - Placement of Supply order No ______dated ______

Ref - (Name of Central agency) Rate Contract Number ______dated ______, valid from ______to______

1. This order, which is intended for the supply of the stores detailed below, accordance with the terms and conditions of the Rate Contract mentioned above and in the manner specified herein, shall operate to create a specific contract between the Seller (with whom the contract referred to and the requisition are placed) of the one part and President of India (represented by the Buyer) on the other part.

Item No. Ref of Item No. Description Qty Rate Total Taxes Other charges Total Indent of of per amount cost contract goods Unit (a) (b) (c) (d) (e) (f) (g) (h) (j) (k)

Total

2. Total cost in words ______

3. Date of delivery ______/ days from the date of receipt of this order

4. Designation and address of Inspecting officer ______

5. Designation and full address of the Consignee ______

6. Designation and full address of Paying Authority ______

28

7. Head of Account to which the cost is debitable: a. Major Head _____ b. Minor Head ______c. Code Head: ______8. Please acknowledge receipt of this Supply Order and arrange supply of stores.

(Name and designation of Buyer) For and behalf of President of India

Copy to :-

1. Paying Authority ______a. Relevant Schedule of delegated powers - ______

b. The expenditure involved for the purchase has been approved by the ______as Competent Financial Authority.

c. It is confirmed that concurrence of IFA has been obtained.

2. IFA ______This is with reference to their U.O. number ____ dated______

3. Consignee______

4. Inspection Agency______

29

Appendix- D (Refers to Para 7 of Part III of RFP)

NON DISCLOSURE AGREEMENT

This agreement is executed at ______on the ______day of ______( the "Effective Date") by and between

President of India and______Limited, a company incorporated under the Companies Act, 1956, and having its registered office at ______through it’s a Authorised Signatory Mr.______S/o______aged______years of the FIRST PART, (which expression unless repugnant to the context or meaning thereof shall mean and include its successors and assigns).

WHEREAS

1. The parties are desirous of entering into a business relationship with each other (the "Purpose").

2. During the course of such relationship both parties may disclose certain confidential and sensitive information to each other.

3. The parties have agreed to enter into this agreement to record their understanding in respect of the disclosure of such information.

30

NOW THEREFORE IT IS HEREBY AGREED BY AND BETWEEN THE PARTIES AND THIS AGREEMENT WITHNESS AS UNDER:-

1. As used herein, "Confidential Information" shall mean unit name, location of unit, telephone number of unit/any appointment of unit, name of officer/men of unit to be provided by either party ("the Disclosing Party") to the other ("the Recipient") including all Confidential Information provided by the Disclosing Party to the Recipient shall remain the sole and exclusive property of the Disclosing Party.

2. The Recipient agrees that at all times it shall: (a) only disclose the Confidential Information to Recipient's employees and contractors who have written and binding non-disclosure obligations with Recipient that are as restrictive as those herein and then only for the Purpose: (b) will hold in strict confidence and not disclose to any third party the Confidential Information, except as approved in writing by the Disclosing Party. Notwithstanding the above, the Recipient shall not be in violation of this Clause 2 with regard to a disclosure that was in response to a valid order by a court or other governmental body, provided that the Recipient provides the Disclosing Party with prior written notice of such disclosure.

3 The Recipient shall immediately notify the Disclosing Party upon discovery of any threatened breach, actual loss, or unauthorized disclosure of the Confidential Information.

4. Upon written request of the Disclosing Party, the Recipient shall promptly return to the Disclosing Party all documents regarding Confidential Information or certify the destruction thereof.

5. The Parties recognize and agree that nothing contained in this Agreement shall be construed as granting any property rights to the Recipient, by license or otherwise, to any Confidential Information of the Disclosing Party disclosed pursuant to this Agreement, or to any invention. The Recipient shall not derive any profit from the use of the Confidential Information in an unauthorized manner to the exclusion of the Disclosing Party.

6. The Confidential Information shall not be reproduced in any form except in accordance with the provisions of this Agreement. Any reproduction of any confidential information by the Recipient shall remain the property of the Disclosing Party and shall contain any and all confidential or proprietary notices or legends, which appear on the original, unless otherwise authorised in writing by the Disclosing Party.

7. The Recipient acknowledges that its breach of the Agreement may cause irreparable damage to the Disclosing Party and agrees that the Disclosing Party shall be entitled to seek injunctive relief under this Agreement, as well as such further relief as may be granted by a court of competent jurisdiction.

8 The Agreement contains the final, complete and exclusive agreement of the Parties relative to the subject matter hereof and supersedes all prior and contemporaneous understandings and agreements relating to this subject matter and may not be changed, modified, amended or supplemented except by written instrument signed by both parties. If any provision of this Agreement is found by a proper authority to be unenforceable or invalid, such provision shall be severed and the remainder of the agreement will continue in full force and effect. Recipient herby acknowledges that no remedy at law will afford Disclosure adequate protection against or appropriate compensation for breach of Recipient's obligations under this agreement. Recipient agrees that Disclosure shall be entitled to seek specific performance of Recipient's obligations. 31

9. This Agreement shall be governed by and constructed in accordance with the laws of the India and the Parties hereby submit to the jurisdiction of the courts of New Delhi.

10. This Agreement may not be amended except by writing by both Parties hereto.

11. All notices or reports permitted or requires under this Agreement shall be in writing and shall be delivered by personal delivery, facsimile transmission, e-mail delivery, or by certified or registered mail, return receipt requested, and shall be deemed given upon personal delivery, five(5) days after deposit in the mail, or upon acknowledgement or receipt of facsimile transmission. Notices shall be sent to the addresses set forth at the end of this Agreement or such other address as either Party may specify in writing.

12. Term. This Agreement shall continue in full force and effect for a term of 12 months from the Effective Date. The termination of this Agreement shall not relieve either Party of its obligation with respect to Confidential Information disclosed under this Agreement for a period of 5(five) years from the Effective Date.

13. WITNESS THEREOF, the parties hereto have caused this Non-Disclosure Agreement to be executed as of the Effective Date.

For______For______

By : By :

Title : Title :

Signature : Signature :

Date : Date :

32

Appendix- B (Refer to Para 1(a) Part-II of RFP)

S NO ITEM/PART NO NOMENCLATURE EMD amount (a) (b) (c) (d) 1 5120-423957 INSERTER AND REMOVER PNEUMATIC 3010282 TYRE VALVE CORE 2 2540-72-0000663 CANOPY/CANOPY BODY/TARPAULINE 1939843 3 B-5432012 ASSY OF DOOR SHELL LH 1395485 4 X-7474500 FUEL INJECTION PUMP ( VP-37 ) 562731 5 2520-012677 HOUSING FRICTION CLUTCH 323639 6 B-1301403 S/A DRIVEN DISC 1 1/2" SPLINE 318060 7 4320-004125 PUMP HYDRAULIC RAM HAND DRIVEN 317408 8 F-8283900 AIR FILTER PRIMARY 257225 9 B-1301401 COVER ASSY 227237 10 F-5J00800 ASSY CANVAS CANOPY 212971 11 B-4457910 FUEL FILTER CUM WATER SEPARATOR 212294 WITH W/F SENSOR 12 4320-004124 RAM HYDRAULIC/RAM ASSY 211398 13 FN-201100 ENGINE DIAGNOSTIC TOOL 207395 14 4720-016005 HOSE ASSY NON METALLIC/TYRE 200093 INFLATOR HOSE 15 B-5580902 ASSY OF DOOR SHELL LH 183610 16 X-7483200 FUEL INJECTION PUMP 122 KW,BS-2 HYD 173713 KSB,NLK TIMER,SINGLE POLE 17 2930-72-0000879 TANK COOLANT VEHICULAR 150989 18 F-2202400 24VDC-12VDC CONVERTER ACTIA MAKE 141819 19 8030-001186 SEALING COMPOUND/ANABOND 673 139860 20 X-7453500 FUEL INJ PUMP NOMINAL RATED/VE 136475 PUMP/DISTRIBUTOR PUMP 21 F-8254500 ASSY OF WIDE ANGLE MIRROR 135528 22 F-7473900 ALTERNATOR ASSY 130666 23 2520-72-0000552 DRIVEN PLATE FOR CLUTCH 128436 24 2510-007918 FRONT/REAR SPRING ASSY 122426 25 B-1301806 CLUTCH DISC 112817 26 F-4034200 ELEMENT OIL FILTER 112448 27 4310-003707 PARTS KIT COMPRESSOR 109268 UNLOADER/AIR DRYER WITH UNLOADER VALVE & TYRE INFLATOR(U-LVTI) P/520 28 4910-003211 GAUGE TYRE PRESSURE SELF 106232 CONTAINED 29 B-3107201 SPRING ASSY FRONT 105060 30 2520-72-0000522 MASTER CYLINDER POWER 104907 UNIT/CLUTCH MASTER CYLINDER 33

31 B-3205901 S/A OF REAR SPRING 101260 32 6240-72-0000515 LAMP ASSORTMENT/HELOGEN BULB 96392 24V/60/65W

33 X-7493800 TURBOCHARGER-RE-ENTRANT 91596

34 P-0989351 ALUMINIUM RADIATOR ASSY KIT 89762 CONSISTING OF :- 35 B-5412773 ASSY OF PROXIMITY MIRROR 89509 36 B-8249901 FUEL INJECTION PUMP (MICO) 86809 37 2920-72-0000349 ISOLATOR SWITCH 86707 38 2510-007919 WIND SCREEN VEHICULAR/GLASS WIND 86445 SCREEN

39 VFJ/17/01/00048 ASSY CANVAS CANOPY 85936 40 X-0205310 RELEASE BEARING BUTEE DM 86P 82088

41 4320-003815/ PUMP ROTARY POWER DRIVEN /POWER 81200 X-7448200 STRG PUMP ASSY

42 2530-72-0001934 RELAY EMERGENCY VALVE/RELAY & 80178 INVERSION VALVE

43 X-7489100 ALTERNATOR POLY-V (MICO) 78592 44 2510-008623 GRILL RADIATOR VEHICULAR/FRONT 77270 GRILL(B-5495814)

45 F-2017800 SPEED SENSOR AGB (ALT F-2015600) 74420 (ALT PT NO F-2015600)

46 2540-72-0000532 REAR VIEW MIRROR 71685 47 2540-72-0000144 ARM WIND SCREEN WIPER/S/A OF WIPER 71008 ARM & BLADE

48 B-1211802 RADIATOR & CAC ASSY WITH SHROUD 69427

49 X-7473700 OIL SEPARATOR 69105 50 2520-72-0000521 REPAIR KIT MECHANICAL TRANSMISSION 68174

51 X-3943800(M-250990) SPRING BRAKE CHAMBER 68145

52 2910-008290 PUMP FUEL METERING & DISTRIBUTING 67482

53 X-5601500 NBF INJECTOR FOR 135 KW BS-III VP 37 67090

54 2920-005476 ARMATURE MOTOR 66251 55 2590-024062 CABLE ASSY CONTROL 64667 34

56 F-3921800 SLAVE CYL CLUTCH 63392 57 2930-72-0000873 RADIATOR ENGINE COOLANT 60731 58 FN-200100 12V-120A GRID HEATER RELAY FROM 60264 TYCO 59 2590-024066 CABLE ASSY CONTROL 59492 60 2910-008289 PUMP HAND FUEL PUMP 59092 61 B-7788101 S/A OF FLY WHEEL 58971 62 F-7428200 DOOR LOCK ASSY LH 57382 63 6220-004483 LIGHT BACK UP 56165 64 1377-000335 CARTRIDGE ENGINE STARTER/PRIMARY 54272 CARTRIDGE

65 X-7485000 FLANGE HEATER 54251 66 F-7446400 DOOR LOCK ASSY RH 53778 67 X-7479200 TURBO CHARGER 53222 68 2530-72-0000731 VALVE RELAY AIR/FOOT VALVE ASSY 53206

69 6220-72-0000178 HEAD LAMP (F-8043900) (6220-004178) 52250

70 P-4500951 UJ KIT 50694 71 2920-005475 WINDING STARTER GENERATOR FIELD 50196

72 P-0958251 MODIFICATION CONVERSION KIT 50099 CONSISTING OF 36 ITEMS 73 P-1304951 REP KIT FOR OH OF ROTARY FIP PT NO 49982 X-7453500 CONSTG OF 42 ITEMS :-

74 B-1406903 WABCO CLUTCH BOOSTER 49120 75 4810-007887 PARTS KIT PRESSURE REGULATING 48444 VALVE/REPAIR KIT AIR DRYER CONSIST OF 20 ITEMS:-

76 2990-016164 SUPER CHARGER ENGINE NON AIR 47346 CRAFT/TURBOCHARGER (TEL) P/522

77 6220-72-0000179 HEAD LAMP 47044 78 4330-000564 FILTER ELEMENT COALESCER FILTER 46684 SEPARATOR LIQUID FUEL

79 2510-72-0000242/ SHOCK ABSORBER LEVER ACTION 46543 F-7469600 80 2540-72-0000705 SEAT INDIVIDUAL (RHD)/ASSY DRIVER 45378 SEAT 81 2930-002891/ S/A PUMP COOLANT, ALTERNATE PT NO 45271 B-7016001 B-7016008. 35

82 X-7490700 STARTER MOTOR (GRS) MICO 44094 83 4010-004056 ROPE WIRE 42864 84 B-8774801 S/A OF OIL COOLER 42306 85 X-5601400 INJECTOR FOR 135 KW BS-III VP 37 41761

86 2520-012810 PARTS KIT SLAVE CYLINDER CLUTCH 40727

87 2920-005410 ARMATURE MOTOR 40186 88 X-1700813 MLS GASKET 38728 89 X-3987300 STARTER MOTOR MICO (ALT TO PART 38252 NO X-3988100 STARTER MOTOR LUCAS - TVS)

90 X-3990100 K1-24V ALTERNATOR (MICO) 55A 38083

91 2540-72-0000706 SEAT INDIVIDUAL (RHD)/ASSY OF SEAT 37743 LH SIDE WITH SAM (RPL)

92 X-7473100 ECU 121 POL 37570 93 P-1305051 REP KIT FOR OH OF ROTARY FIP PT NO 36586 X-7483200 CONST OF 37 ITEMS:-

94 5120-423826 WRENCH SOCKET 36503 95 X-8834800 PUMP STEERING ZF 36480 96 5945-007625 FLASHER SOLID STATE 36198 97 2530-018172 BRAKE LINING KIT 36054 98 P-1500851 U J KIT 35504 99 X-7486500 AIR COMPRESSOR 35136 100 2920-005474 REGULATOR ENGINE GENERATOR 34374

101 P-3700820 SOLENOID SWITCH 32725 102 X-8000600 COMBINATION SWITCH 30764 103 2540-72-0000645 SHOCK ABSORBER ASSY/STRUT ASSY 30742

104 2540-72-0000770 WIPER MOTOR/WIPER MOTOR (RHD) 30089 CHARGE 105 F-0201410 CLUTCH RELEASE BRG 30074 106 2920-72-0000348 GLOW PLUG 29760 107 4320-004079 REPAIR KIT PUMPING ASSSEMBLY 29165

108 F-7865700 REGULATOR ASSY RH(WINDOW 29103 WINDING M/C RH) 109 P-4305916 DRIVE GEAR &PINION 6.17 R 29040 110 B-7016011 S/A WATER PUMP (B-7016007) 28993 111 F-3309911 REV SELECTOR SHAFT 28700 112 X-4000600 FILTER ELEMENT OIL 28454 36

113 P-3602551 CLUTCH FACING KIT CONSISTING OF 2 28326 ITEMS A) CLUCH FACING-2 NOS B) RIVET-40 NOS

114 5330-72-0000427/ GASKET 28171 P-8103917 115 B-0Y02309 CAB HEATER & DEMISTER 27416 116 2920-005429 HYDRAULIC (DISTRIBUTOR) HEAD 27191 (P-1319839) 117 F-3318711 MAIN SHAFT 26412 118 B-2594502 TIE ROD ASSY 26055 119 3110-72-0000505 BEARING TAPERED ROLLER 25963 120 F-7474000 COMPRESSOR SINGLE CYL 25863 (4310-003690) 121 P-3602751 BRAKE LINING KIT STD 25662 122 F-J107500 IGNITION STARTER SWITCH WITH 25417 COMMON KEY 123 F-8389600 TRAILER CONTROL VALVE 25049 124 B-2592516 S/A OF LINED SHOE 24618 125 X-7472700 ENGINE SPEED SENSOR DG 6 24528

126 6220-004485 LIGHT BLACKOUT 24249 127 X-7821000 S/A OF ELEMENT OIL COOLER 24165

128 5360-72-0000581(P- SPRING LEAF/2ND LEAF(P-3186245) 23917 3209545) 129 4820-72-0000063 VALVE(GRADUATED HAND CONTROL) (F- 23667 7872060)/4820-056063

130 F-8264700 CAB TILT CYLINDER 23214 131 2540-009040 REGULATOR VEHICLE WINDOW 23096

132 P-1301952 TRANSISTOR REGULATOR 22671 133 5360-72-0000580 SPRING LEAF 21543 (P-3209445) 134 4930-002612 GUN FLUID DIRECT DELIVERY 21042 135 P-1304856 NOZZLE 21012 136 3110-72-0000504 BEARING ROLLER CYLINDRICAL 20970

137 6220-72-0001419 DIRECTIONAL LIGHT VEHICULAR/ FRONT 20960 DIRECTION INDICATOR LH 24V

138 2530-018173 BRAKE LINING KIT 20770 139 4330-000565 FILTER ELEMENT COALESCER 20751 FILTERSEPARATOR LIQUID FUEL 37

140 B-3942303 AIR DRYER ASSY 20609 141 B-3740401 PENDANT TYPE ELECTRONIC APM 20519

142 X-3917700 REDUCTION WINCH-SWC 20160 143 F-8366500 FAN CLUTCH ASSY 19828 144 5930-029290/ SWITCH PRESSURE/SOLENOID SWITCH 19421 P-1300722

145 6220-72-0001443 LAMP UNIT VEHICULAR 19207 146 F-8358700 MAIN RELAY TYCO MAKE 19185 147 B-8220406 FAN WITH CLUTCH ASSY 19140 148 X-7413400 SLEEVE CYLINDER 18898 149 X-1915315 CAB LIFT HANDLE 7/8" ODX11 BG THK, 1 18403 MTR LONG 150 B-8719301 S/A OF FLY WHEEL 18350 151 2520-012985 SLEEVE CYLINDER REPAIR KIT (MINOR) 17995

152 F-8080200 DUAL BRAKE VALVE 17959 153 4810-007667 SOLENOID VALVE 17902 154 X-0202510 NEEDLE ROLLER BRG 17511 155 F-7859500 STEERING COLUMN ASSY 17500 156 P-1602051 MASTER CYL KIT 17385 157 P-1301852 RECTIFIER 17383 158 B-5A03301 SPRING BRAKE CHEMBER LH 17314 159 4720-016068 HOSE ASSY 8 FT-LONG 17209 160 2540-72-0000720/ HANDLE DOOR 17098 F-7610960 161 F-8264800 CAB TILT PUMP 17056 162 5945-007533/ SOLENOID ELECTRICAL/SOLENOID 16777 P-1300522 163 F-8088500 EXHAUST BRAKE ASSY 16744 164 B-5A03302 SPRING BRAKE CHEMBER RH 16656 165 B-1196206 S/A OF RADIATOR WITH COWL CONSIST 16372 OF :- (2930-002655) 166 2530-72-0001935 VALVE RELAY AIR PRESSURE (RELAY 16242 VALVE) 167 P-4300927 OIL SEAL ASSY (W 16.51. OD 125.60 ID 15994 74.17) 168 4720-72-0000152 HOSE (X-7445200) (4720-014152) 15788

169 X-7478300 BOOST PRESSURE SENSOR 152 KW 15735

170 4320-004063 VANE PUMP ROTARY/VANE PUMP 15698

171 2940-003887/ FILTER ELEMENT 15682 F-4033800 38

172 B-0Y02312 RADIATOR ASSY 15663 173 B-8763401 COOLANT PUMP ASSY 15444 174 6220-72-0000172 LIGHT MARKER CLEARANCE 15300 175 5930-029406 SWITCH PUSH 15284 176 4710-042037 TUBE METALLIC 15188 177 2530-72-0000850 CYLINDER ASSEMBLY , HYDRAULIC 15183 BRAKE WHEEL 178 X-4801460 KNOB SHIFT LEVER 15020 179 P-4304833 AXLE SHAFT LH 15006 180 P-3109851 PUMP MAJOR SERVICE KIT 14856 181 6240-013727 LAMP ASSY 14627 182 3110-109548 CUP TAPERED ROLLER BEARING 14624

183 P-3600451 ,DRIVE STRAP KIT 14585 184 6680-72-0001681 SPEEDOMETER 14520 185 B-5128502 ASSY OF SINGLE SILENCER 14427 186 X-0202210 ROLLER BRG OUTER 14310 187 2530-018232 VALVE RELAY AIR PRESSURE 14264 (F- 8076000) 188 2940-72-0000613 AIR CLEANER INTAKE 14134 189 P-4202351 ROTOR KIT WITH FRONT PLATE & 13475 PRESSURE PLATE -RH

190 P-1305856 NOZZLE 13322 191 P-2405339 FILTER ASSY SHORTER II 77 MM 13307

192 6220-004486 STOP LIGHT VEHICULAR/TAIL LAMP 13296 VEHICULAR 193 F-8008800 AIR FILTER 13263 194 X-2400140 OUTER HANDLE 13228 195 X-7482600 TURBOCHARGER 13101 196 2530-018139/ PARTS KIT PROTECTIVE VALVE 13043 P-1006451 MULTICIRCUIT AIR BRAKE

197 2910-008256 PUMP, FUEL, METERING, 12977 DISTRIBUTING/FEED PUMP 198 F-6W00600 DEMISTER FAN 12867 199 4720-72-0000155 HOSE 12776 200 6240-013631 LAMP INCANDESCENT 12562 201 1377-000336 CARTRIDGE ENGINE STARTER/SAFETY 12491 CARTRIDGE

202 X-3970100 SHAFT PROPELLER 12427 203 5340-72-0000696 COVER PLATE ACCESS/DUST CAP 12381 39

204 5930-001314 BLACK OUT CHANGE OVER SWITCH 12366

205 5360-72-0000582 SPRING LEAF/3RD LEAF 12325 (P-3209645) 206 6350-72-0000098 HORN ELECTRICAL (F-8040700) (6350- 12140 001098) 207 5360-72-0000579 SPRING LEAF/4TH LEAF(P-3186445) 12136 (P-3209745) 208 F-3349111 CRANK SHAFT 12012 (2815-012042) 209 2530-018108 ACTUATOR SPRING BRAKE 11721 210 2910-008246 ELEMENT 11522 (P-1306542) 211 2540-72-0000719 HANDLE DOOR 11026 212 B-5426507 S/A OF HEAD LAMP AND FDI RH 10985

213 B-5408731 FRONT GRILL 10970 214 F-3579715 U BOLT FOR FRONT SPRING ASSY 10825 (5306-056785) 215 X-7460400 INJECTOR (MICO) NOMINAL 10772 (F-002C7Z146) RATED/INJECTOR/NH ASSY 216 3990-000725/ SWITCH POINT MANDRAIL TROLLEY 10769 P-2611147 217 X-3303611 INPUT SHAFT 10765 218 2590-024065 CABLE ASSY CONTROL 10710 219 X-1913850 RUBBER HOSE AIR INTAKE 10685 220 P-1301752 ROTOR 10655 221 X-2703500 OIL SEAL (ID 117.45, OD 152.6, W 22.07) 10511

222 F-2210200 2-POLE ISOLATOR SWITCH 10368 223 2910-008258 INJECTOR ASSY FUEL 10366 224 6240-013624 LAMP INCANDESCENT 9975 225 P-1302052 STATOR 9926 226 F-2341400 LAMP UNIT VEHICULAR 9747 (6220-004417) 227 6240-008606 LAMP INCANDESCENT 9519 (F-2330300) 228 F-1760900 GASKET CYLINDER HEAD COVER 9482

229 4720-016124 HOSE NON METALLIC 9428 230 6240-013633 LAMP INCANDESCENT 9416 231 2540-009151 MIRROR ASSY REAR VIEW 9408 232 X-3984900 RELAY VALVE 9367 233 2920-005411 WINDING STARTER GENERATOR 9339 FIELD/EXCITATION WINDING 40

234 2510-008581 CAB ASSEMBLY 9238 235 X-1946150 SPL HOSE 3/8" ID X 5/8" OD 1600 LONG 9225

236 4720-72-0000938 HOSE ASSY (4720-014936) 9141 237 F-8824500 FUEL STAINER 9061 238 F-7410300 STOP LIGHT SWITCH 9003 239 3110-099669 BEARING INNER 8809 (F-0233010) 240 5945-007475 RELAY SOLID STATE 8364 241 B-4573702 S/A OF FLEXIBLE EXHAUST 8316 242 4720-72-0000940 HOSE (F-7870540) 8274 243 3010-004125/ CLUTCH MAGNETIC NON- 8190 P-1308530 VEHICULAR/OVER RUNNING CLUTCH

244 2530-017984 DUMMY COUPLING AUTOMOTIVE AIR 8165 BRAKE HOSE

245 4320-004075 PARTS KIT HYDRAULIC RAM/RAM 8160 SERVICE KIT 246 P-2409239 TIE ROD END ASSY 8051 247 6220-004484 STOP LIGHT TAIL LIGHT VEHICULAR 7905

248 4240-000508 CARTRDGE RESPIRATORY AIR 7901 FILTERING 249 P-4201130 PRESSURE PLATE 7834 250 5330-389533 GASKET 7786 251 X-7454200 FAN LEAF ASSY-10 BLADE, 520MM DIA 7648

252 F-7411300 UNLOADER VALVE 7624 253 F-8291200 S/A OF HOSE TANK PUMP 7548 254 P-4301302 PILOT BEARING 7511 255 5340-72-0000837 MOUNT RESILENT 7491 256 FN-100415 TAIL PIPE 7472 257 P-3216945 MAIN LEAF 7392 258 2805-002769 PIPE INTAKE/S/A OF FUEL HOSE (500 7376 LONG) 259 B-3937903 S/A OF RELAY VALVE 7360 260 F-2341200 LAMP UNIT VEHICULAR 7358 261 X-2202600 ROTARY SWITCH IEC MAKE 16A 7357 24V/ROTARY SWITCH 262 2920-005432 REGULATOR CONTROL STARTER 7252 (P-1317939) ELECTRIC 263 2915-006206 CONTROL UNIT PUMP 7220 264 4140-003316 FAN CIRCULATING 7133 41

265 2540-008840 LATCH HOOD VEHICULAR/CABIN LOCK 7069 ASSY

266 P-4312751 OIL SEAL & PINION NUT KIT 7025 267 F-3349711/ AXLE SHAFT 7018 B-9056211 268 B-5092108 FUEL CHANGE OVER VALVE/FUEL C/O 7005 VALVE 269 P-3235745 MAIN LEAF 6983 270 6350-72-0000099 HORN ELECTRICAL (F-8040800) (6350- 6906 001099) 271 P-4201233 SECTOR SHAFT ASSY 6890 272 6220-72-0000404 LIGHT DOME/LAMP CAP INTERIOR & 6884 UNDER LAMP 273 F-3210122/P- SPRING SHACKLE 6821 3236711(2510-00825)

274 5120-423955 WRENCH OPEN END 6803 275 F-3923700 S/A OF HOSE M18NXM18N 600 LONG 6792

276 6220-72-0000420 LIGHT MARKER CLEARANCE/ROOF 6763 MARKER LAMP RH

277 B-5426506 SUB ASSY OF HEAD LAMP AND FDI 6760

278 X-7815200 TAIL LAMP RH 6720 279 6620-001532 GAUGE PRESSURE DIAL INDICATING OIL 6712 PRESSURE SENSOR

280 X-7815300 TAIL LAMP LH 6641 281 P-3406347 FIXTURE ASSEMBLING & DISMANTLING 6619 350 MM DIAPHRAGM CLUTCH

282 X-3206611 DROP ARM 6517 283 B-3717103F ARENES CONTROL COMPLETE 6476

284 F-8358100 IGNITION RELAY 6423 285 6240-013698 LAMP FLUORESCENT (BULB SIDE LAMP 6396 AND TAIL LAMP 24V, 5W, BA 15S)

286 6220-72-0000421 LIGHT MARKER CLEARANCE/ROOF 6382 MARKER LAMP LH

287 P-4800116 GEAR SPUR (PT NO 3 735110/A) 6343

288 P-3604551 BRAKE LINING KIT STD 6277 289 A-2302900 DRAG LINK ASSY 6235 42

290 4720-016066 HOSE ASSY NON METALLIC 6186 291 F-1624411 SYNCHRO RING 1ST &2ND 6084 292 B-3937904 SOLENOID VALVE ASSY 6083 293 4720-72-0000150 HOSE (X-1946050) (4720-014150) 5954

294 P-1303456 NOZZLE 5864 (9430 034 720) 295 2920-005430 ROTOR GENERATOR 5824 296 2910-008253 FUEL ENGINE PRIMER 5798 297 2920-005455 RELAY SOLENOID ENGINE STARTER 5792 ELECTRICALS 298 6350-72-0000126 BUZZER 5711 299 7240-72-0002523 FUNNEL 5702 300 2940-003886 PREFORMED HOSE 5637 (B-7094101) 301 2940-72-0000865 FILTER BODY FLUID 5634 302 1630-004150 PARTS KIT HAND BRAKE 5611 303 B-9208103 S/A OF FUEL INJ PUMP DRIVE 5610 304 B-5425552 DOOR LOCK ASSY RH 5544 305 P-3702302 BRG DE 5507 306 F-8814200 DUAL BRAKE VALVE ASSY 5500 307 5680-72-0000268 WEATHER STRIP W/STRIP BACK 5483 WINDOW SIDE (F-7402250) (5680-000268)

308 2520-72-0000500 PROPELLER SHAFT 5392 309 5120-423980/ SLIDING T-HEAD SOCKET WRENCH 5385 P-2607247 HANDLE 310 X-1801422 OIL SEAL HOUSING INPUT 5371 311 F-6N00600 INDICATOR WATER IN FUEL 5359 312 4720-72-0000204 HOSE RUBBER/ HOSE PUMP 5319 313 5330-72-0001915 OIL SEAL FOR CRANK SHAFT REAR 5308 (X-2705100) 314 5120-423823 ADAPTOR TORQUE WRENCH 5277 315 X-2703400 SHAFT SEAL 5256 316 5680-72-0000265 WEATHER STRIP LH 5251 317 F-2746900 SEAL RING METAL (ID 60,OD 74, W10, 5230 (5330-301307) TYPE BS1) 318 5120-424060 SOCKET WRENCH FACE SPANNER 5165

319 F-3923600 S/A OF HOSE M22UXM22U 600 LONG 5114

320 2920-72-0000175 SWITCH LOCK IGNITION 5104 321 X-2308400 FOG LAMP 5069 322 F-2208800 COMBINATION SWITCH 5065 323 F-0741922 RING GEAR 5042 324 2530-018020 BRAKE DRUM 5022 43

325 F-1940950 ELBOW HOSE 76X127 5007 326 B-5425553 DOOR LOCK ASSY LH 4940 327 F-8824200 BRAKE SWITCH RELAY 24V 30A 4892

328 P-4800741 CHAIN SILENT (PT NO. 3668270/A) 4848

329 F-2701400 OIL SEAL (ID 155.73.OD 182.86, W 15.87, 4772 TYPE-A) 330 P-1008351 REPAIR KIT(MSP 3/49)/REPAIR KIT 4D 4763

331 F-2015200 RPM METER 4757 332 2540-008969 MOTOR WINDSHIELD WIPER ELECTRIC 4736

333 3110-72-0000230 BEARING TAPERED ROLLER/TAPER 4692 ROLLER BEARING

334 6220-004180/ BULB 24V-5W/SU 8.5 CAP 4630 F-2350300 335 2520-012650 DRUM CLUTCH POWER-TAKE OFF 4499

336 3040-72-0000209 SHAFT DRIVE 4498 337 F-0534930 DISTANCE BUSH 4472 338 P-1021251 REPAIR KIT -RELAY VALVE 4449 339 X-7482600-2N TURBOCHARGER 4410 340 X-1607811 GEAR INJ PUMP DRIVE 4406 341 2530-72-0000691 CHAMBER AIR PRESSURE BRAKE 4333 (CHAMBER AIR BRAKE)

342 B-7008903 S/A FUEL HOSE 4280 343 X-3964500 QUICK RELEASE VALVE 4162 344 4930-002613 OIL CAN 4145 345 F-1979550 ELBOW HOSE 4120 346 2520-012827 HOUSING COUPLING/ACTUATOR 4104

347 3120-105775 BEARING SLEEVE 4081 348 X-2205700 FOG LAMP SWITCH 4024 349 X-3970200 PROPELLER SHAFT 3950 350 X-7803900 REGULATOR ASSY LH 3930 351 F-8307200 HOLD RELAY 3911 352 2520-012941 SHAFT REAR RH 3876 353 F-1830942 SHIFT CYLINDER BODY 3866 354 F-7459100 S/A OF HOSE M22 X M22 600 LONG 3826

355 3110-109215 BEARING ROLLER NEEDLE 3818 44

356 P-1012351 REPAIR KIT (MSP-3/40) QUADRUPLE 3810 SYSTEM PROTECTION VALVE CONSISTS OF 11 ITEMS :-

357 4720-016076 HOSE ASSY NON METALLIC/S/A OF HOSE 3779

358 5210-004615 GAGE THICKNESS DIAL INDICATOR 3763

359 P-2617947 PULLER PLAIN HALF BRG 3745 360 F-1402311 OUTPUT FLANGE 3725 361 X-7468900 THERMOSTAT (F-7494800) 3705 362 F-8041300 AIR PRESSURE GAUGE 3692 363 F-7491100 TEMP SENSOR MAKE 3684 364 5330-388587 SEAL PLAIN ENCASED 3683 365 F-8318400 DAMPER FOR CAB MTG 3650 366 X-1904250 RUBBER HOSE 83" LONG 3642 367 5315-72-0000843 PIN , SHOULDER, HEADLESS 3588 368 P-2613947/8049 INSTALLER-END FITTINGS NYLON BRAKE 3526 PIPE 369 4710-041779 PIPE ASSY METAL/PIPE ASSY AIR 3516 SUPPLY TO PARK BRK A/C

370 4720-016074 HOSE ASSY NON METALLIC 3496 371 4720-72-0000182 HOSE 3480 372 2520-012678 SPIDER UNIVERSAL JOINT VEHICULAR 3467

373 4820-057442 COCK SHUTOFF SCREW STEM 3382

374 P-1308642 PRESSURE CONTROL VALVE 3365 375 F-8304600 METRIC SOLENOID 3357 376 X-1916010 RADIATOR PIPE 3346 377 F-0834510 JUBLEE CLIP FOR HOSE 3338 378 2520-72-0000454 LEVER ASSEMBLY CLUTCH 3332 379 P-3702402 BRG SRE 3297 380 2930-002914 COOLER LUBRICATING OIL ENGINE 3284

381 X-7803800 REGULATOR ASSY RH 3269 382 5120-424042 WRENCH SOCKET 3242 383 P-3235845 SECOND LEAF 3222 384 3110-109149/P-1302702 BEARING BALL ANNULAR/INTERMEDIATE 3218 BEARING

385 F-8046200 SPEEDOMETER 3217 386 5930-029556/F-7805000 SWITCH PRESSURE , E-THERMOSTATIC 3210

387 F-7860600 CATCH ASSY 3183 45

388 2530-018081/ TIE ROD, STEERING 3161 B-2592505 389 2590-024077 PARTS KIT, LINEAR ACTUATING CYL 3131 ASSY 390 F-1624611 SYNCHRO RING 5TH/6TH 3124 391 2530-018135 PARTS KIT BRAKE CHAMBER 3101 392 2540-009031 ARM WINDSHIELD WIPER 3082 393 X-2205800 TOW HOOK LAMP SWITCH 3032 394 4720-016125 HOSE NON METALLIC 3017 395 X-2205600 DEMISTER SWITCH 3016 396 F-1624511 SYNCHRO RING 3RD/4TH 2992 397 F-1610511 CLUTCH BODY 3RD/4TH 2990 398 F-8285000 REVERSE SWITCH 2979 399 6685-72-0000782 GAUGE PRESSURE OIL INDICATOR 2975

400 4720-72-0000293 HOSE ASSY NON METALIC 2939 401 3040-023052/ SHAFT DRIVE FLEXIBLE 2938 P-1303933 402 X-0700713 FAN RING 2920 403 X-4001000 MICRO FILTER (MAKE - MICRO FLOW) 2906

404 6685-002779 THERMOSTAT FLOW CONTROL 2904 (F-7494800) 405 P-3706745 TERMINAL (+) 2895 406 F-2717500 OIL SEAL 2880 407 4720-016165 HOSE NON METALIC 2831 408 P-0924551 PISTON SET (COMPRISES OF PISTON, 2798 PISTON PIN& RING RETAINER) IT COMPRISES OF 3 ITEMS:-

409 4720-72-0000428 HOSE NON METALIC 2790 410 5306-72-0000975 BOLT 'U' 2765 411 5930-72-0001580 SWITCH SOLID STATE 2759 412 2530-018101 AIR CYLINDER 2752 413 6220-72-0000448 LIGHT WARNING VEHICULAR/WARNING 2747 LAMP ASSY RH

414 3110-109689 BEARING FAN AND WATER PUMP/WATER 2746 PUMP BEARING

415 P-2617847 DRUM PINION BRG REMOVAL 2736 416 4720-015980 HOSE ASSEMBLY AIR DUCT 2725 417 F-1331442 ELBOW ALUMINIUM 2716 418 F-3595615 U BOLT 2698 419 4720-72-0000385 HOSE PERFORMED 2676 420 X-2206000 EXHUAST BRAKE SWITCH 2668 46

421 F-3923900 DC VALVE 2662 422 2920-005431/P-1318039 STATOR ENGINE GENERATOR 2656

423 5306-056724 SELECTOR 2644 (F-3351415) 424 FB-200168 KNOB SHIFT LEVER 2636 425 X-3307811 SHAFT INJECTION PUMP DRIVE 2619

426 F-7856800 WATER SEPARATOR 2605 427 P-3217045 SECOND LEAF 2599 428 X-0202410 NEEDLE BRG NK 55/35 2575 429 X-4000700 COOLANT FILTER 2574 430 2590-72-0000959 COVER VEHICULAR COMPONENTS 2550

431 F-8038400 GLOW BOX LOCK ASSY 2549 432 B-7762004 S/A OF PIPE INJ NO I 2547 433 4720-015643 HOSE, NON METALLIC 2542 434 B-5408714 S/A OF PANEL HOOD INNER 2541 435 4730-078630/ EXH HEAD PIPE 2523 B-4598603 436 P-2612947/7007 EXTRACTOR/INSTALLER-BUSH CAB MTG 2509 FRONT STALLION MK-III

437 2510-008481 HATCH ROOF ASSY VEHICLE 2499 438 P-1018051 REPAIR KIT FOR LSV 2497 439 5120-423827 KEY SOCKET HEAD SCREW 2469 440 F-3580411 WHEEL BOLT M22X1.5 2462 441 X-4109800 ROPE WIRE STEEL 8 MM DIA 8 MTRS 2441 LONG 442 2950-000183 PIPE INTAKE TURBOCHARGER ENGINE 2441 NON AIR

443 2530-018131 PARTS KIT POWER STEERING 2397 444 F-8068100 ASSY REAR VIEW MIRROR LH/RH 2386

445 3040-023301 BALL JOINT DOUBLE 2376 446 2530-017945 PARTS KIT DRAG LINK-TIE ROD 2359

447 B-3118702 S/A SPRING SHACKLE 2354 448 F-8020000 RESERVOIR ASSY 2354 449 5930-72-0000908 SWITCH PUSH (F-7426100) (5930-027908) 2345

450 4720-009450/ HOSE AIR 2325 F-1955650 451 P-3217145 THIRD LEAF 2293 452 3110-109216 BALL BEARING 2267 47

453 5120-424033 PULLER MECHANICAL 2258 454 4140-003331 S/A OF FAN COOLING 2219 455 P-3236045 FOURTH LEAF 2201 456 F-8372400 VACCUM INDICATOR 2197 457 6625-72-0002008 METER ARBITARY SCALE/FUEL GAUGE 2184 24V (F-8034200) (6625-019008).

458 F-0836610 CLAMP HOSE 2177 459 F-7875600 FRONT DIRECTION INDICATOR 2153 460 F-2747000(5330-385862) OIL SEAL 2143

461 F-7102222 BRACKET ON ENGINE 2141 462 F-3133115 SHUT OFF COCK 2122 463 P-3226845 SIXTH LEAF 2114 464 3110-72-0000229 BALL BEARING 2104 465 F-9E01600 ASSY WARNING LAMP RH 2097 466 P-4301931 PLUG DRAIN MAGNETIC 2096 467 5120-424056 INSERTER & REMOVER BEARING & 2083 BUSHING 468 4720-72-0000294 HOSE NON METALLIC/RAD HOSE WATER 2059 PUMP TO RADIATOR

469 5120-424069 REMOVER SEAL 2042 470 F-1969850 DIA 3/8 " HOSE 2041 471 B-4457907 S/A OF HOSE FUEL 2031 472 F-4130200 ANTI FREEZER UNIT 2028 473 5325-008581 RING RETAINING 2027 474 5330-389023 RETAINER SLEEVE SEAL 2026 475 4730-72-0000769 ELBOW HOSE 2026 476 F-9E01500 ASSY WARNING LAMP LH 2022 477 F-0242910 NEEDLE ROLLER BEARING FOR 4TH 2007 GEAR (ID-62,OD 70,W33)

478 5977-004334/ BUSH ELECTRICAL CONTRACT/CARBON 1982 P-1300945 BRUSH SET

479 F-1929750 DIA 3/8 " HOSE 1936 480 F-N200900 24V BRAKE SWITCH RELAY 1935 481 F-3347111 CAM SHAFT 1919 482 F-3642110 SHOE RETURN SPRING 1903 (5360-025245) 483 6220-004406 LAMP UNIT VEHICULAR MAP READING 1903 LAMP 484 6625-72-0001254 METER SPECIAL SCALE/GAUGE WATER 1896 TEMPERATURE 48

485 5340-176224 MOUNT RESILIENT GENERAL 1891 (F-2604200) PURPOSE/METACONE RUBBER P/594

486 P-2600441 GAUGE ENGINE COMPRESSION 1882 PRESSURE 487 4720-015646 HOSE NON METALLIC/DIA 1" HOSE P/522 1851

488 P-4800432 FORK END (PT NO. 3534170/A) 1838 489 P-3702652 ROTOR ASSY 1836 490 4720-72-0000937 HOSE (B-6600208) 1834 491 F-1653711 SPUR GEAR 1817 492 F-7614860 DOOR FULL HANDLE/ASSIST HANDLE 1782

493 B-8785201 S/A SUPPORT WATER FILTER 1782 494 F-8061800 DOOR GLASS RH( E MARKED GLASS) 1763

495 5640-72-0000508 WEATHER STRIP 1763 496 4720-015645 HOSE NON METALLIC/ELBOW HOSE 1758 DEMISTER P/594 497 P-2405539 SECTOR SHAFT ASSY 1738 498 F-1936750/ HOSE RUBBER 4"ID 65MM LONG 1710 X1903950 499 F-8319400 BALL JOINT ASSY RH 1708 500 F-8319500 BALL JOINT ASSY LH 1704 501 2540-72-0000744 HOOK PINTLE 1697 502 4730-72-0000008 ELBOW HOSE/CAC INLET HOSE 1690

503 X-7820800 SUN VISOR 1678 504 5325-72-0000993 GROMMET RUBBER 1676 505 P-3217245 FOURTH LEAF 1676 506 2520-012459 SHIFTER FORK/RESERVE SELECTOR 1667 FORK 507 F-2241400 IGNITION SWITCH 1659 508 2815-012261 PARTS KIT PISTON ASSY ENGINE 1655

509 P-1302214 DRIVE END SHIELD 1629 510 X-7820900 SUN VISOR 1625 511 P-2609447 FLANGE HOLDER 1616 512 P-2618347 DRIFT - FLANGE HALF BRG 1612 513 F-2241600 LOW OIL PRESSURE WARNING SWITCH 1586

514 6625-72-0000075 AMETER 24V 1561 515 P-1012451 REPAIR KIT BRAKE E2 VALVE 1558 516 5315-046937 SHACKLE PIN 1558 517 P-3226745 FIFTH LEAF 1558 518 5360-042157 SPRING FLAT 1556 49

519 X-2703700 SHAFT SEAL 1545 520 F-1610411 CLUTCH BODY 1532 521 P-3236145 FIFTH LEAF 1529 522 F-F600110 SHACKLE PIN 1522 523 5120-424221 WRENCH TORQUE 1517 524 B-4383904 S/A OF PIPE 5/8 NN HOSE TO DC VALVE 1506

525 F-8061900 DOOR GLASS LH ( E MARKED GLASS) (F- 1494 7856300) 526 2910-008322 TANK FUEL ENG 1470 (X-3968000) 527 X-2701400 OIL SEAL (VITON) 1469 528 X-2703600 SHAFT SEAL 1463 529 6105-500893 SUPPORT ELECTRIC MOTOR 1453 530 F-1939460 PVC HOSE 1 METER LONG 1448 531 4730-079433 BOLT FLUID PASSAGE 1435 532 P-4300236 RETURN SPRING BRAKE SHOE 1434

533 B-5412265 HINGE ASSY DOOR LOWER 1430 534 P-3108951 CENTER BOLT KIT FRONT & REAR 1429 SPRING P/485 535 X-7900710 HINGE ASSY LH 1428 536 4720-72-0000896 HOSE ASSY AIR DUCT 1417 537 5120-424229 SOCKET, SOCKET WRENCH 1415 538 X-1707700 GASKET OIL COOLER 1415 539 B-5A03304 QUICK RELEASE VALVE 1410 540 2910-008250 FILTER ELEMENT FLUID/EXPANSION 1405 ELEMENT 541 6695-000683 PR TRANSDUCER CUM LP SWITCH 1398

542 3020-72-0000214 SYNCHRONISING RING 1390 543 2510-72-0000973 WINDOW VEHICULAR/GLASS SIDE 1362 WINDOW RH (F-7871640) (2510-007973)

544 6150-006735 LEAD STORAGE BATTERY 1354 545 P-2618147 SPANNER PINION YOKE NUT 1353 546 X-7900810 HINGE ASSY RH 1353 547 P-1304507 ROLLER 1346 548 F-7456200 BALL JOINT 1346 549 P-2617747 DRIFT-DEFLECTOR 1346 550 X-7184710 RADIATOR MOUNTING BRACKET RH 1332

551 F-1268315 OIL SEAL RING 1327 552 F-1609411 REVERSE CLUTCH BODY 1326 553 B-7014901 S/A OF OIL PUMP CONSISTING OF 6 1323 ITEMS :- 50

554 X-7184810 RADIATOR MOUNTING BRACKET LH 1321

555 P-2617647 DRIFT-PINION OIL SEAL 1313 556 P-3227045 EIGHT LEAF 1312 557 X-2601650 RUBBER PAD 1312 558 3040-72-0000208 SHAFT DRIVE 1309 559 4710-72-0000301 TUBE ASSY METAL/S/A OF PIPE INJR NO 1306 3 560 P-2618247 PINION BRG CUP REMOVAL TOOL 1305

561 F-7824900 OIL COOLER ELEMENT ASSY 5 PLATE 1303 ARRANGEMENT 562 X-1831042 SHIFT CYLINDER BODY 1289 563 B-5580808 SUB ASSY OF DROP GLASS 1285 564 X-4201242 PISTON 1281 565 4720-015644 HOSE NON METALLIC/HOSE DIA 5/8" 1281 P/594 566 5120-424035 PULLER MECHANICAL 1280 567 F-7420700 TEMP GAUGE 1278 568 F-2746600 OIL SEAL 1278 569 4720-72-0000154 HOSE(4720-014154/X-1909050) 1252

570 6220-72-0000449 LIGHT WARNING VEHICULAR 1250 571 F-2414911 CLUTCH OPERATING LEVER 1248 572 F-7490100 OIL PRESSURE GAUGE 1245 573 P-3226945 SEVENTH LEAF 1207 574 P-4202139 FILTER ASSY 1205 575 F-2419611 GEAR SHIFT LEVER 1196 576 F-2731100 OIL SEAL (ID 65.09, OD 85.98 9.52 TYPE A) 1194

577 P-2617347 DRIFT- PLAIN HALF BRG 1193 578 X-2306700 WARNING LAMP TOW HOOK /FOG LAMP 1187

579 P-3227145 NINETH LEAF 1181 580 P-3600351 CONNECTING RIVETS CONSISTING OF 3 1181 ITEMS :-A)STRAPS-9 NOS,B)RIVET 8X17-3 NOS,C)RIVET 8X24-3 NOS

581 B-5A03303 DOUBLE CHECK VALVE 1159 582 F-1600116 SYNCHRONISER RING 1156 583 P-4800518 BOOM HEAL SWIVEL 1152 584 P-3702005 BRG BUSH (FXG BKT ) 1146 585 F-7456100 BALL JOINT/BALL JOINT LH 1140 586 5930-72-0000694 SWITCH PUSH/SELF STARTER SOLENOID 1139 SWITCH 51

587 5680-72-0001262 WEATHER STRIP BACK SLIDING WINDOW 1137

588 X-1707900 GASKET INLET MANIFOLD 1131 589 3040-72-0000482 S/A OF TRACK ROD 1120 590 5306-060765 BOLT TEE HEAD 1120 591 P-4802539 TOWING HITCH SWIVEL ASSY 1120 592 P-3227345 ELEVENTH LEAF 1111 593 P-1303305 SEALING RING/BUSH 1111 594 X-1902014 HANDLE 1110 595 5977-004333/ BRUSH ELECTRICAL CONTACT 1098 P-1300745 596 P-1011451/ AIR CYL HEAD GASKET CONSISTING OF 1092 2530-018124 7 ITMES 597 F-0243810 ROLLER BRG 1090 598 4720-72-0000386 HOSE PERFORMED/HUMP HOSE INLET 1089

599 P-1007351 MINOR REPAIR KIT (MSP 1/148) 1083

600 F-1939650 FLEXIBLE HOSE ASSY 1082 601 5330-388583 SEAL PLAIN ENCASED 1079 602 4320-004076 REPAIR KIT PUMPING ASSY 1072 603 P-3227245 TENTH LEAF 1072 604 P-2612347/7005 EXTRACTOR INSTALLER BUSH CAB MTG 1060 REAR STLN MK III

605 5977-004379 CARBON STOCK ELECTRICAL CONTACT 1057 BRUSH 606 F-0248510 TAPPER ROLLER BRG 1054 607 P-2617547 DRIFT-PINION OUTER BRG 1053 608 2520-012913 UNIVERSAL JOINT/U J & CLAMPING JOINT 1053

609 4810-007888 PARTS KIT PRESSURE REGULATING 1045 VALVE 610 X-1953815 TAIL PIPE 1045 611 4720-72-0000352 HOSE(4720-014352/F-1941650) 1044

612 5120-423973 WRENCH SOCKET 1037 613 F-0254010 SPIGOT BEARING 1031 614 5120-424040 DRIFT 1028 615 2815-012168 OIL PAN 1021 (B-8284402) 616 5365-72-00001512 BUSHING RUBBER/PIVOT BUSH 1018

617 5120-424047 REMOVER BEARING BUSHING 1010 52

618 B-4383951 S/A OF PIPE 5/8" TEE TO ADOPTER 1000

619 2910-008254 FUEL ENGINE PRIMER/HAND PRIMER 988 P/520 620 F-8P00110 HOSE 984 621 P-2618047 DRIFT PINION OUTER BRG CUP 971

622 B-1G02901 ISOLATOR SWITCH MGT BKT 970 623 3040-023674 LEVER MANUAL CONTROL 968 624 B-4379707 PIPE ASSY FILTER TO E2 VALVE (PORT 966 12) 625 9411038474 PUMP ELEMENT 951 626 5120-424029 INSERTER SEAL 950 627 3110-006355 ROLLER BRG 945 (F-0242610) 628 B-4383905 S/A OF PIPE 5/8" DC VALVE TO 942 UNLOADER VALVE 629 P-3409847 TIMING SETTING TOOL 941 630 5120-72-0000086 SPANNER RING 940 631 B-5495853 MATTRESS 937 632 X-3918300 S/A OF HOSE STG BOX (S/A OF HOSE 937 STG BOX TO TANK) 633 X-1600415 SPLINED BUSH FIP 935 634 F-4231911 VALVE EXHAUST STANDARD 934 635 2530-018152 PARTS KIT PISTON ASSSEMBLY 930 COMPRESSOR 636 3120-105869 VBEARING SET WASHER THRUST 920

637 5120-424053 INSTALLATION TOOL BEARING STAKING 903

638 F-8321400 REAR WINDOW SLIDING GLASS RH 903

639 6220-004478 LIGHT DOME 885 (X-2305900) 640 5306-060304 BOLT MACHINE 881 641 B-1516613 S/A OF SELECTOR FORK 1ST &2ND GEAR 873

642 B-8785206 S/A OF PIPE WATER FILTER 864 643 5120-424211 WRENCH OPEN END 864 644 4820-057422 VALVE CHECK/NON RETURN VALVE (X- 862 7445800) 645 3020-72-0000338 GEAR SPUR 848 646 P-2617447 DRIFT-PINION INNER BRG CUP 844 647 4730-72-0000933 CLAMP HOSE 843 648 P-3227445 TWELTH LEAF 828 649 F-0254610 NEEDLE ROLLER BEARING 819 53

650 3020-015772 GEAR CLUTCH 818 651 F-0254310 NEEDLE BEARING 818 652 P-3227545 THIRTEENTH LEAF 816 653 F-4941815 THRUST WASHER 814 (3120-104798) 654 F-1945450 HOSE 1" ID 80 LONG 810 655 2930-72-0000884 CAP FILLER OPENING/CAP PRESSURE 806

656 5120-424051/ INSERTER & REMOVER SPRING 800 P-2607447 657 P-3701704 BUSH CE BRACKET 800 658 P-3706845 TERMINAL (-) 790 659 5120-423966 INSERTER BEARING AND BUSHING 787

660 F-7858700 BEEPER ALARAM ASSY 786 661 3120-105958 BEARING SLEEVE 785 662 3020-015775 SPROCKET WHEEL 782 663 B-4379715 S/A OF PIPE 3/8 NN REV FRT BRAKE 781 HOSE RH 664 F-2630200 ENG MTG PAD 781 665 4730-72-0000787 HOSE/ELBOW HOSE 774 666 4320-72-0000040 PAD HYDRAULIC RAMPAD TORSION BAR 766

667 4730-72-0001009 ELBOW PIPE TO HOSE 765 668 F-1305011 4 WAY CONNECTOR 754 669 X-2703800 SHAFT SEAL( AIT PT NO. X2703700) 753

670 5120-424226 PULLER MECHANICAL/PULLER COMP 751 FLANGE

671 2530-018129 PARTS KIT POWER STEERING 744 672 F-3103815 BANJO BOLT 741 (4730-077666) 673 F-8611250 HOSE ENGINE INLET 741 674 2815-012243 PARTS KIT DIESEL ENGINE 739 675 B-4383930 S/A OF PIPE 3/8 NN TWIST BRACKET TO 739 DC VALVE 676 B-7818602 HEAD LAMP INNER 739 677 3020-72-0000161 GEAR HELICAL 735 678 F-2348100 BULB HOLDER WARNING LAMP 734

679 F-1650111 SYNCHRO CONE 731 680 P-2617147 PULLER-PINION INNER BRG 730 681 2920-005428 COVER ELECTRIC MOTOR 729 682 4710-041778 PIPE ASSY METAL 727 683 C-5026016 ANABOND AL 673 350 GMS 726 54

684 X-4201911 VALVE INTAKE 719 685 X-2702100 OIL SEAL (OD35XID19XW10) 713 686 F-0256210 NEEDLE CAGE 707 687 F-3550511 NUT AXLE TUBE 706 688 F-1981650 HOSE 701 689 5680-72-0000266 WEATHER STRIP W/STRIP BACK 697 WINDOW SIDE 690 P-3235945 THIRD LEAF 697 691 5120-423974 WRENCH SOCKET 696 692 5120-424059 PULLER MECHANICAL 692 693 F-0530150 RUBBER BUSH 688 694 P-2602047 DRIFT OIL SEAL DOUBLE JOINT SHAFT 688

695 5120-423976 INSERTER BEARING AND BUSHING 684

696 5680-72-0000267 WEATHER STRIP W/STRIP BACK 683 WINDOW SIDE 697 4730-72-0000764 ELBOW HOSE/DIA 3/8" HOSE 682 698 4720-015203 HOSE RUBBER 678 699 2530-018103 ADJUSTING SCREW ASSY BRAKE/ADJ 678 BOLT ASSY 700 4720-72-0000205 HOSE ASSY NON METALIC 661 701 4720-015647 HOSE NONMETALLIC 657 702 X-7819500 ROOF MARKER LAMP RH 654 703 X-3981500 SUMP HEATER 24V 150 WATT 640 704 5120-424028 INSERTER & REMOVER BEARING & 639 BUSHING 705 B-7762005 S/A OF PIPE INJ NO 2 631 706 F-4941915 THRUST WASHER 631 (3120-104798) 707 X-1102250 DUST CAP FOR RESERVOIR 628 708 5120-424212 WRENCH SPANNER 626 709 F-7495600 SILENCER 624 710 5120-423978 INSERTER BEARING AND BUSHING 622

711 5120-423960 WRENCH SOCKET 615 712 X-2205100 PUSH SWITCH FOR SUMP HEATER AND 613 GLOW PLUG 713 P-1008451 REPAIR KIT 612 714 2530-018136 PARTS KIT STEERING GEAR 612 715 3110-108084 ROLLER BEARING 611 (F-0242510) 716 3110-100184 ROLLER BRG REAR 610 (F-0242410) 717 5310-72-0001368 NUT SELF LOCKING ROUND/GROOVED 604 NUT 55

718 4720-72-0000153 HOSE(4720-014153/X-1916510) 602

719 F-1136813 DEFLECTOR DIRT & LIQUID 601 (2815-012043) 720 X-3223015 COUPLING INJECTION PUMP DRIVE 601

721 F-1962850 HOSE 601 722 X-2304600 WARNING LAMP 4X4 HIGH/ LOW 596

723 F-4942015 THRUST WASHER 582 724 P-0972751 CENTER BOLT KIT 578 725 5120-423959 PULLER MECHANICAL 576 726 B-7762006 S/A OF PIPE INJ NO 3 575 727 5306-060305 BOLT SHOULDER 570 728 F-8041500 DIRECTION INDICATOR 564 729 F-0831310 HOSE CLIP 564 730 4730-72-0000982 ELBOW HOSE 562 731 P-3710845 BRUSH BOX ASSY 560 732 F-1933950 ELBOW HOSE 560 733 F-4207442 PISTON FOR PNEUMATIC SHIFT 558 CYLINDER 734 X-4300211 ECCENTRIC DISC 558 735 F-3424315 BEARING BUSH 553 736 F-1100160(5340-174464) CAP OIL FILTER 546

737 F-0531330 DISTANCE BUSH 546 738 F-7428400 RUBBER DOOR GLASS 537 739 3110-109150 BALL BEARING 536 740 F-7865200 DOOR TRIM PANNEL RH 535 741 P-3700951 BRUSH SET 531 742 B-8742504 S/A OF PIPE OIL SUPPLY FROM BLOCK 531 TO PUMP 743 F-2215200 LOW OIL PRESSURE SWITCH 528 744 X-2702200 OIL SEAL 523 745 B-4381364 S/A OF HOSE 513 746 F-3434922 LINER CYLINDER OUTER DIA 'W' 506 (2815-010387) 747 F-1972550 HOSE 85 LONG/1" HOSE 506 748 P-3227745 FIFTEENTH LEAF 497 749 9390-000983 NON METALLIC SPECIAL SHAPE SECTION 495

750 5120-424038 WRENCH SOCKET 493 751 P-2612647/3921 PULLER STEERING WHEEL 489 752 F-7400650 STEERING COLUMN GAITER 483 753 F-7447300 FUSE BOX 483 754 F-0254710 NEEDLE ROLLER BEARING 482 56

755 P-4800747 PULLY BUSH REPLACER 477 756 5120-424210 REMOVER BEARING & BUSHING 476

757 F-4935030 COPPER WASHER 18 DIA 474 758 5120-424067 PULLER MECHANICAL 473 759 P-3227645 FOURTEENTH LEAF 472 760 2910-001746 HAND PRIMER 471 761 P-2403151 SEAL KIT (VALVE SLEEVE) 468 762 B-5402920 HEAD LAMP MTG PNL 468 763 5340-72-0000796 PLUNGER DETENT 466 764 2815-012263 PARTS KIT PISTON ASSY ENGINE 463

765 5365-131536 SPACER PLATE 462 (F-1273115) 766 3110-109151 BALL BEARING 462 767 F-1925750 STRAIGHT HOSE 82 LONG 457 768 X-2306800 WARNING LAMP DEMISTER /PTO ON 456

769 F-4131150 RUBBER BOOT 455 770 B-7016003 SEAL SUB ASSY COOLANT PUMP (W-16.8, 455 OD 30, ID14.2) 771 5340-72-0000722 CAP FILLER OPENING 452 772 5120-424058 INSERTER & REMOVER BEARING & 449 BUSHING 773 F-0845614 CLAMP HOSE 448 774 5120-423964 INSTALLATION TOOL RETAINING RING 446

775 2815-012226 HOUSING OIL COOLER 445 776 4820-057512 PARTS KIT PRESSURE REGULATING 443 VALVE 777 3460-001807 LOCATOR CENTRE WORK PIECE 442 /P-2608647 778 4730-078984 CLAMP HOSE/JUBILEE CLIP 442 779 F-3573815 LOCKING BOLT 442 780 X-0900116 SEAT VALVE EXHAUST 440 781 2910-008247 VALVE FUEL SYSTEM/DELIVERY VALVE 439

782 5120-423970 WRENCH SPANNER 438 783 4720-72-0000157 HOSE 437 784 P-3715635 POLE SCREW 437 785 5120-424039 WRENCH SOCKET 436 786 5120-423968 INSERTER AND REMOVER SPRING 434

787 X-0900216 SEAT VALVE INTAKE 429 788 P-4800143 BRAKE ECCENTRIC 429 789 F-1435711 OUT PUT FLANGE 429 57

790 4730-078905 ADAPTOR STRAIGHT PIPE TO TUBE 425 (F-3151915) 791 X-1700111 SPECIAL GASKET FOR EXHAUST 424 MANIFOLD CYL HEAD

792 F-0832910 HOSE CLIP FOR 1INCH ID HOSE 420

793 X-1102422 END COVER 418 794 P-3700752 STATOR ASSY 415 (9030-1391) 795 4720-016077/ HOSE ASSY NON METALLIC 414 B-4383976 796 P-1300702 ROLLER BEARING REAR FOR PUMP END 411

797 6220-004502 LIGHT INDICATOR 410 798 F-3232111 DUMMY COUPLING 408 (2530-018466) 799 F-0254910 NEEDLE ROLLER BEARING 407 800 P-3703239 SLIP RING ASSY 407 801 P-2617247 PULLER - FLANGE HALF BRG 407 802 2510-72-0000990 WINDOW VEHICULAR/GLASS SIDE 406 WINDOW 803 P-0914751 MAIN BEARING SET STD(P-0925051) 404

804 4720-016075 HOSE ASSY NON METALLIC 403 805 4730-72-0001931/ CLAMP HOSE 399 F-0831610 806 F-0245310 BEARING BALL (ID-35, OD-72, W-17) F- 395 0245310 807 X-2206200 LAMP SWITCH 395 808 5305-096430 SCREW CAP HEXAGON HEAD 394 809 5120-424222 BUSH REPLACE FOR PINION BUSHING 394

810 F-2702450 O RING FOR COVER PLATE SEAL 393 (5331-000049) 811 F-4938030 COPPER WASHER 26 DIA 391 (5310-232273) 812 5306-062350 BOLT U 389 813 B-7762008 S/A OF PIPE INJ NO 5 388 814 X-1802115 NEEDLE HOUSING 386 815 F-1947350 BRAIDED HOSE FOR EXH BRAKE 383

816 5120-424208 INSERTER & REMOVER BEARING & 383 BUSHING 817 5120-423956 SOCKET WRENCH SPANNER 381 58

818 2510-72-0000971 WINDOW PANEL VEHICULAR (F-7854800) 378 (2510-007971) 819 2530-017944 PARTS KIT RELAY VALVE AIR PRESSURE 378

820 F-1138613 DUST CAP 375 821 X-3512115 CENTRAL BOLT 375 822 F-1652011 GEAR WORM 374 823 F-1917950 RUBBER RING 371 824 P-2403251 SEAL KIT POPPET 369 825 4720-016070/ HOSE ASSY NON METALLIC 364 B-4383977 826 4930-002602 PLUG FOR OIL DRAIN 355 (X-3102715) 827 B-8325840 S/A PIPE AIR DRYER 354 828 5640-72-0000506 WEATHER STRIP (F-7400850) 350 829 2910-008261 HOLDER FUEL INJECTOR 347 830 B-7762009 S/A OF PIPE INJ NO 6 344 831 B-7818601 HEAD LAMP OUTER 343 832 F-3538510 HEXAGAN NUT 342 833 3110-72-0000253 BEARING ROLLER, NEEDLE (F-0248710) 342

834 B-7762007 S/A OF PIPE INJ NO 4 340 835 F-8200110 HOSE CLAMP 338 836 2530-018237 TIE ROD END STEERING 334 837 F-0243210 NEEDLE ROLLER BRG FOR REVERSE 331 IDLER 838 5120-424228 WRENCH SOCKET 328 839 F-7490200 AMMETER 320 840 4730-72-0001932 CLAMP HOSE 320 841 F-1750800 JOINT FOR AXLE SHAFT 319 842 B-8249501 S/A OF PIPE INJ NO 11 319 843 DMD-NK-1001 U CLAMP 317 844 5120-423963 REMOVER PIN 316 845 P-2403451 SEAL KIT (PISTON RACK) 313 846 5315-050976 PIN STRAIGHT HEADLESS/BEARING PIN 313 (P-1308109) 847 X-4505310/U2 U CLAMP LONG 313 848 5120-424224 BODY PULLER MECHANICAL 312 849 2530-018130/ PARTS KIT POWER STEERING 311 P-2400951 850 F-2437614 SELECTOR PLATE 1ST AND 2ND 310 (5340-174465) 851 F-2403514 SELECTOR PLATE 309 852 F-2752700 OIL SEAL(W 5.0, OD 39.65, ID 29.55) 307

853 F-3948000 MAGNETIC DRAIN PLUG 307 59

854 X-3511015 BOLT FLY WHEEL 306 855 9340-001111 GLASS LAMINATED 305 856 P-1005851 REPAIR KIT SHUTT OFF COCK 301 857 F-1902450 HOSE1/4" ID 40" LONG 300 858 P-2603017 ZF GEAR BOX GASKET KIT 300 859 F-0243610 ROLLER BRG 298 860 3120-72-0000332 BUSHING SLEEVE 296 861 P-4301535 NUT YOKE INPUT 292 862 X-1103013 HEAT SHIELD 291 863 F-0741111 RING OIL SEAL INNER 290 864 4730-72-0000765 CLAMP HOSE 286 865 9340-001110 WIND SCREEN GLASS RH 286 866 F-0243310 NEEDLE ROLLER BRG SELCTOR 285 HOUSING 867 B-8249503 S/A OF PIPE INJ NO 3 285 868 P-1301443 ROLLER TAPPET ASSY 284 869 P-2403351 SEAL KIT (WORM SHAFT) 279 870 F-0248610 TAPPER ROLLER BRG 276 871 2530-017947 PARTS KIT BRAKE CHAMBER/PARTS KIT 275 CONSISTS OF 06 ITEMS (2530-017947/P- 1016951) FOR FRONT BRAKE CHAMBER P/ 524 & 605

872 F-4934715 WASHER 275 (5310-171329) 873 X-2706400 VALVE STEM SEAL (DOUBLE CLIP) 275

874 F-8491114 6-WAY BRACKET FRONT 275 875 5961-410822 SEMICONDUCTOR DEVICE DIODE 274

876 4310-003752 CYLINDER HEAD COMPRESSOR 273

877 X-7807300 CAB HOOD GRIL 271 878 F-2747200 OIL SEAL 25X 35X 7 TYPE B 271 (5330-379990) 879 2510-72-0000955 WINDOW VEHICULAR/FIXED GLASS 268 COVER RH (E MARK GLASS) (F-7855000) (F-8072600)

880 4730-72-0000763 HOSE CLAMP (F-3900210) 267 881 4710-72-0000303 TUBE ASSY METAL /S/A OF PIPE INJR NO 267 5 882 4730-72-0000857 CLAMP HOSE 262 883 5120-424209 REMOVER SEAL 261 60

884 4730-72-0000867 BOLT FLUID PASSAGE 260 (P-1326535) 885 2815-012323 PARTS KIT ENGINE POPPET VALVE 259

886 B-4598602 EXHAUST PIPE TURBO TO EXH BRAKE 259

887 F-1651011 SLIDER GEAR 259 888 X-3501415 U BOLT 259 889 P-3406217 DRIFT- REAR HUB INNER SEAL 250

890 4730-078800 STRAINER SEDIMENT 248 891 F-2749100 SEAL OIL FOR CRANK SHAFT FRONT (ID 247 (5330-026513) 57.33.OD 75) 892 5330-392938 SEAL PLAIN ENCASED/WATER PUMP 247 SEAL 893 X-7415200 FEED THROUGH CAPACITOR 243 894 5306-060563/ BOLT U 243 X-4505310 895 3020-015773 IDLER SPROCKET MOUNT BOOM 242

896 F-8200414 BRACKET FAN RING MOUNTING RH 240

897 3020-015771 GEAR SPUR 238 898 P-1303727 SEALING RING 236 899 F-0800910 HOSE CLIP 236 900 B-8249504 S/A OF PIPE INJ NO 4 235 901 B-6000301 SHOCK ABSORBER BRACKET, BOTTOM 233 902 B-1545102 S/A OF DETENT PLUNGER 232 903 F-1758600 GASKET 232 904 2520-012826 CLUTCH SLIDING SLEEVE VEHICULAR 232 905 X-4113100 EDISON ELECTRIC BUZZ 231 906 5120-423962 PUNCH DRIFT 230 907 2520-72-0000495 GEAR SPUR 229 908 6220-004506 LIGHT WARNING 229 909 F-1768700 GASKET EXHAUST MANIFOLD 228 910 5120-423967 INSERTER BEARING AND BUSHING 227 911 5120-423969 INSTALLATION TOOL BEARING STAKING 225 912 9340-001137 GLASS SAFETY SINGLE PLATE (F- 224 7856400) (F-8072500) 913 6550-000115 TEST PACK TRIGLYCERIDE 224 DETERMINATION 914 F-1656911 INPUT SPUR GEAR 222 915 F-1661211 GEAR CAM SHAFT 221 916 F-7401550 WATER STRIP DOOR 219 917 4730-078902 STRAINER SUCTION 219 61

918 X-7807200 CABLE HOOD SUPPORT 215 919 F-1762400 GASKET OIL DRAIN FROM T/C 213 920 4720-016072 HOSE ASSY NON METALLIC 211 /B-4383979 921 4730-72-0001770/ CLAMP HOSE 209 X-3900910 922 X-1936250 HOSE VENT 209 923 X-0501635 BUSH 208 924 P-1302909 WOODRUFF KEY 207 925 F-1939660 HOSE FUEL 206 926 5315-051717 KEY WOODRUFF 205 927 P-1300727 OIL SEAL 204 928 5330-391153 SEAL PLAIN ENCASED 203 929 3020-015625 GEAR DRIVE MOTION 202 930 5120-424207 INSERTER & REMOVER BEARING & 198 BUSHING 931 3110-109552 BEARING BALL ANNULAR 198 932 2530-018250 DIAPHRAGM CHAMBER BRAKE 197 933 P-0915451 KIT CAM SHAFT BUSH 195 934 5310-236479 COPPER WASHER 16 DIA/COPPER 195 WASHER 935 2990-000776 S/A OF EXHAUST PIPE TC TO EXHAUST 195 (B-4581401) PIPE 936 F-4935130 COPPER WASHER 194 937 P-4301731 PLUG FILLER 194 938 X-1900142 ELBOW PIPE 194 939 X-0900911 SEAT VALVE SPRING-UPPER 192 940 2910-008243 HEATER DIESEL OIL DIESEL 192 ENGINE/SUMP HEATER 24V150W(2910- 008243/X-7438400) P/524 941 X-7600460 CENTRAL CONSOLSE COVER 192 942 P-1301002 INTERMEDIATE BRG 191 943 F-1656811 INPUT HELICAL GEAR 191 944 131076-0420 HOUSING SUB ASSY INJECTION PUMP 189 (P-8103918) 945 5120-424030 INSERTER SEAL 186 946 F-8200514 BRACKET FAN RING MOUNTING LH 184 947 F-1231722 DISTANCE PIECE 174 948 5310-009070 WASHER FOR BANJO BOLT ON 173 ENGINE/WASHER 949 5640-72-0000507 WEATHER STRIP (F-7400950) 172 950 F-2437414 PLATE MENDING. 172 (5340-174467) 951 P-4801318 OUTER BOARD LOG FOR BASE PLATE 170 952 F-8208110 JUPITER HOSE CLAMP 170 62

953 P-1302705 SINTERED BUSH 169 954 P-3707939 SPINDLE ASSY 169 955 3120-72-0000714 BUSHING SLEEVE 169 956 F-2437514 SELECTOR PLATE 3RD AND 4TH 167 (5340-174400) 957 F-0255010 NEEDLE CAGE 164 958 2930-002950 IMPELLER WATER PUMP ENGINE 164 COOLING SYSTEM 959 2990-016206 CARTRIDGE TURBOCHARGER 162 960 5120-424227 PULLER MECHANICAL 160 961 F-7100522 DRIVING SPINDLE BKT SPEEDO PINION 159 BUSH 962 6150-006736 LEAD STORAGE BATTERY 158 963 4710-72-0000302 TUBE ASSY METAL/S/A OF PIPE INJR NO 155 4 964 F-7400300 LOW PRESSURE INDICATOR SWITCH 155 965 3040-023449 HUB BODY 154 966 F-1969710 CONNECTOR PIPE FOR PR GAUGE 154 CONNECTION 967 5120-424036 PUNCH DRIFT 153 968 4720-016067/B-4383975 HOSE ASSY NON METALLIC 151 969 X-3066514 LOCK PLATE FOR GROOVED NUT 150 970 P-1304842 DELIVERY VALVE HOLDER 150 971 P-3227845 SIXTEENTH LEAF 149 972 4710-042028 TUBE ASSY METAL 148 973 4730-078983 CLAMP HOSE 148 974 2530-018164/ CYLINDER PNEUMATIC BRAKE WHEEL 148 F-3916600 975 5910-420725 CAPACITOR ASSY/SUPPERESSION 146 CAPACITOR 976 5325-009303(F-0745710) FILM FINGERPRINT LIFTING 146 977 X-0702110 LOCK SPRING RING ON ACTUATOR 142 978 X-3902610 HOSE CLIP(20-28MM) 141 979 3110-72-0000946 BEARING NEEDLE ROLLER JOURNAL 141 980 P-1303642 OVER FLOW VALVE 140 981 4720-016071/ HOSE ASSY NON METALLIC 139 B-4383980 982 4730-72-0000914 BOLT FLUID PASSAGE 139 983 F-7490500 WARNING LAMP RH INDICATOR HIGH 139 BEAM 984 F-8061700 GLASS DOOR FIXED 139 985 X-1708200 GASKET TIMING BACK PLATE 137 986 F-7421300 FUEL GAUGE ELECTRICAL 136 987 F-4732611 TOMMY BAR COMPLETE 134 988 5120-424055 REMOVER PIN 133 63

989 P-3706039 OIL SEAL 133 990 X-1947350 HOSE 5/8" I0(CAB HEATER & DEMISTER) 132

991 X-3900310 T BOLT CLAMP 131 992 F-0434322 FRONT SPRING REAR BRACKET 131

993 4710-72-0000305 TUBE ASSY METAL 130 994 F-7100922 INPUT SHAFT COVER 130 995 F-1650211 FIXED DOG CLUTCH REVERSE 126

996 5120-423954 RATCHET HEAD SOCKET WRENCH 126 HANDLE 997 F-0927815 PIN SHOULDER HEADED 126 998 3110-72-0000231 BEARING PARALLEL ROLLER JOURNAL 126

999 X-1100615 VALVE CAP 126 1000 P-2405935 SEAL NUT WORM ADJ USTING 125 1001 P-1303105 BUSH 124 1002 F-2634400 REAR CAB MTG RUBBER 124 1003 5306-062374 BOLT MACHINE 123 1004 5340-179400 PLATE MENDING 123 1005 5315-72-0000163 PIN GROOVED, HEADLESS 122 1006 F-0932011 WEDGE 121 1007 F-3400331 SELCTOR PAD 121 1008 P-2401234 BALL RETURN GUIDE FOR RHD 120

1009 5120-424046 REMOVER BEARING AND BUSHING 119

1010 4810-007899 DIAPHRAGM 117 (P-1300241) 1011 F-4942215 THRUST WASHER 115 (3120-104494) 1012 P-1302805 SINTERED BUSH 112 1013 X-4904510 WASHER PLAIN FOR FIP MTG 112 1014 F-1651711 SLIDING DOG CLTUCH 112 1015 F-1104260 KNOB INNER LOCK 112 1016 P-1301607 SEALING RING 112 1017 F-4930430 COPPER WASHER 112 1018 5307-232116 STUD SHOULDERED AND STEPPED 111

1019 3040-023448 LEVER MANUAL CONTROL 110 1020 F-1932260 PVC FLEX HOSE 510 LONG RETURN ON 108 LH TANK 1021 3110-72-0000227 139.57BEARING TAPERED ROLLER 107 64

1022 4720-016073/ HOSE ASSY NON METALLIC 107 B-4383984 1023 4730-72-0000754 FLANGE 105 1024 P-2605847 LOCATOR DOUBLE JOINT SHAFT 105 LOCKING SPINDLE 1025 5120-424054 INSERTER PISTON 104 1026 F-3143815 BANJO BOLT FOR COMPRESSOR LUB 104 PIPE 1027 F-7456400 DRAIN VALVE 104 1028 P-1301552 SUPPRESSION CONDENSOR 102 1029 4730-078799 CLAMP HOSE SPECIAL SHAPE 100

1030 X-7185010 SUPPORT BRACKET 100 1031 5330-387961 GASKET 99 1032 F-1761400 GASKET THERMOSTAT 98 1033 F-4206715 DETEND PLUNGER 98 1034 5120-424048 ADOPTOR MECHANICAL PULLER 98

1035 5330-388859 SEAL PLAIN ENCASED 97 1036 F-8200314 FAN RING STAY TOP 97 1037 5120-424070 PUNCH DRIFT/DRIFT OIL SEAL FW HSG 96

1038 4710-72-0000004 TUBE METALIC 94 1039 4820-057610 VALVE CHECK 92 1040 F-3590715 BANJO BOLT 92 1041 2910-001745 VALVE FOR FEED PUMP ASSY/VALVE 92

1042 5120-424071 PUNCH DRIFT/DRIFT VALVE STEM SEAL 90

1043 5120-424044 WRENCH SPANNER 90 1044 4730-72-0000767 CLAMP HOSE 90 1045 X-0905515 PIN CLEVIS 88 1046 P-1302905 BUSH 88 1047 F-3575611 BOLT BANJO WITH SINGLE HOLE FOR 87 LUB OIL PIPE 1048 3020-015774 SPROCKET WHEEL 86 1049 5120-72-0000087 WRENCH KEY SOCKED HAND SCREW 85

1050 P-4204227 PROFILE SEALING RING 85 1051 P-1305007 SHAFT SEALING RING 84 1052 5310-244103 WASHER FLAT/FRICTION WASHER 84

1053 5999-050158 HEAT SINK ELECTRICAL ELECTRONIC 83 COMPONENTS 1054 P-3708339 HEAT SINK ASSY (+) 83 65

1055 5340-180057/ BOLT LOCK 83 P-2607647 1056 5340-72-0000660 PLUNGER DETENT/PRESSURE PIECE 82

1057 X-1708000 GASKET AIR INTAKE PIPE 81 1058 F-3568715 DAMPER PULLEY NUT 80 (5310-171332) 1059 F-1944250 HOSE VENT 78 (4720-015335) 1060 F-4941515 THRUST WASHER 77 (3010-004137) 1061 X-2701450 O RING OIL DRAIN 76 1062 X-3305315 SPEED CHANGE SPINDLE 76 1063 5120-424052 GEAR ADAPTER PULLER MECHANICAL 76

1064 5330-72-0000991 SEALED RING METAL 75 1065 X-2306600 WARNING LAMP BTY/PARKING 74 1066 F-3584915 BOLT CYLINDER HEAD 73 1067 3110-006570 NEEDLE ROLLER BRG 5TH GEAR 72 (F-0242710) 1068 5330-385515 .GASKET T/C TO EXHAUST MANIFOLD 72

1069 F-4930313(5310-174994) LOCKING RING 70

1070 3120-105925 BUSHING SLEEVE 70 1071 P-1300627 O RING IN HOUSING 70 1072 5330-385170 SEAL RING METAL 70 1073 4730-078418 AIR DRYER & COOLER PIPE LINE 70

1074 X-2704900 SEAL 69 1075 5365-183334 SPACER RING 67 (X-0844210) 1076 X-0400442 BRACKET FOR FILTER MOUNTING 67

1077 X-7800350 RUN DOOR GLASS 66 1078 5310-72-0000927/ WASHER FLAT 66 F-4937530 1079 2910-008221 CONTROL SLEEVE METERING & 65 DISTRIBUTING FUEL PUMP 1080 X-1935550 HOSE TURBO OIL FRONT COVER 63

1081 5330-385516 GASKET 63 1082 F-3585015(5306-056791) BOLT CYLINDER HEAD 62

1083 F-1758400 GASKET 60 1084 X-7600410 WASHER THRUST 60 66

1085 P-1309627 O RING 60 1086 5330-391154 SEAL PLAIN ENCASED 60 1087 X-1102713 BOWL 59 1088 F-0840715 CLAMP 56 1089 F-3585315 BOLT BEARING CAP 56 (5306-056792) 1090 H-3651411 NUT NYLOC 56 1091 5330-72-0001989 SEALED RING METAL 55 1092 L-4110800 WASHER 55 1093 F-0969015 SPRING DOWEL 53 1094 4760-077768 CLAMP HOSE 51 1095 X-1706600 GASKET FOR FEED PUMP 51 1096 P-2402427 O RING 51 1097 P-3711435 SCREW 50 1098 F-4832060 KNOB GEAR SHIFT FITTED ON FES 50 (5355-016734) ASSY 1099 F-7478500 STARTER SWITCH 50 1100 2540-008965 TOW BAR MOTOR VEHICLE 50 1101 F-8088400 OBSERVATION GLASS LH 50 1102 5330-003910/ O RING 49 F-2734300 1103 X-7435600 WASHER SOFT FOR THE ABOVE 49 1104 5355-016867 HEAD KNOB 49 1105 5310-72-0000928 WASHER FLAT 49 1106 5310-250539 WASHER FLAT 49 (F-4922000) 1107 4730-72-0000980 CLAMP HOSE/ X CLIP FOR 1" PIPE 49

1108 5330-72-0000109 GASKET 49 1109 P-4200636 COMPRESSION SPRING 48 1110 5365-184832 BUSHING BLANK 48 1111 F-2749200 O RING FOR CASE BRG HOLDER 48

1112 F-4935530 WASHER SOFT 48 (5310-171330) 1113 F-1236322 DISTANCE PIECE 46 1114 B-8273001 S/A OF GAUGE OIL LEVEL 45 1115 X-0501930 BUSH CON ROD S/S 45 1116 X-0901011 SEAT VALVE SPRING-LOWER 45 1117 X-8000314 FIP SUPPORT BRACKET 45 1118 X-0139015 THREADED UNION 45 1119 X-3101115 BANJO BOLT 45 1120 L-3610818 NUT M8X1.25 44 1121 X-1700133 GASKET NOZZLE HOLDER (ID 7 MM) 44

1122 F-4922600 SPRING WASHER 43 67

1123 F-1242500 SHAFT CYL PISTON FELT 42 1124 F-1254714 DISTANCE PIECE 42 1125 X-0705410 CIRCLIP 42 1126 F-2630500 CAB MTG RUBBER 41 1127 4730-72-0000981 CLAMP HOSE/CLAMP FOR RADIATOR 41 PIPE 1128 X-0802110 CLIP 40 1129 P-1000227 SEAL ASSY 39 1130 2540-008804 BOLT VEHICULAR SAFETY 39 1131 F-1761500 GASKET FRONT END PLATE 38 1132 H-2010820 SET SCREW M8X1.25 37 (5306-004781) 1133 F-2705950 O RING 37 1134 P-1301827 O RING 36 1135 F-3588115 BOLT 36 (5306-056786) 1136 5305-099097 SET SCREW 35 1137 X-1201222 SPACER FAN PULLEY 35 1138 4310-003704 VALVE PLATE COMPRESSOR 35 1139 5365-184211 BUSHING SLEEVE 34 1140 X-3712515 STUD FOR FEED PUMP 34 1141 X-1906850 RUBBER HOSE FOR COMPRESSOR INLET 34 1142 P-1311130 INSULATING PLATE 34 1143 F-1935850 HOSE OIL DRAIN 33 (4720-015334) 1144 P-1302205 BUSH 33 1145 X-2703300 O RING ON ACTUATOR 33 1146 4730-72-0000766 CLAMP HOSE 32 1147 5365-72-0000368 RING RETAINING 32 1148 X-3102515 PLUG 31 1149 F-1270715 DISTANCE PIECE 31 1150 5325-009302 FILM FINGERPRINT LIFTING 31 (X-0702310) 1151 F-1744500 GASKET FOR SIDE COVER 31 1152 F-3585615 BOLT CON ROD (M 8X1.25X180) 31 1153 5330-385332 GKT T/C TO ELBOW EXH PIPE 31 1154 5330-389532 COPPER GASKET 30 1155 5330-335593 O RING 30 1156 P-1310527 O RING 30 1157 X-2703550 O RING 30 1158 F-4300410 NEEDLE ROLLER 30 1159 5330-389602 GASKET 29 1160 5365-003869 SHIMS FOR CAMSHAFT 0.50 MM THICK 29 1161 F-0837710 CLAMP 29 1162 F-3651410 SPRING 28 1163 F-7647114 STOPPER BEARING 28 68

1164 F-1275515 SPACER 28 1165 4710-042116 TUBE ASSY METAL 27 1166 F-2749900 O RING (ENG OIL COOLER) 27 1167 F-4232015 .PLUNGER DETEND 27 1168 X-4902830 COPPER WASHER 27 1169 P-1310627 O RING 26 1170 5330-387818 GASKET 26 1171 F-4945810 LOCK WASHER 25 1172 5306-72-0000444 BOLT MACHINE 25 1173 3120-72-0001006 BUSHING SLEEVE 25 1174 B-5412281 BRACKET ASSY REAR VIEW MIRROR LH 24 1175 5305-098173 SCREW CAP HEXAGON HEAD 24 1176 P-3707045 LEAD ASSY (+) 24 1177 F-3144815 PLUG FOR OIL DRAIN 24 1178 5970-043037 INSULATOR WASHER 23 1179 F-3583515 BOLT FOR FLY WHEEL MTG 23 1180 F-4231711 FILTER SAFETY VALVE. 23 (4820-057256) 1181 5310-72-0000936 WASHER LOCK 22 1182 L-2011045 SET SCREW 10 22 1183 5305-099098 SET SCREW 22 1184 F-0738110 CIRCLIP 100X2.8 22 1185 4730-72-0001010/ ADOPTER BUSHING 22 X-0134915 1186 P-1301727 O RING 21 1187 2540-009041 CHANNEL LIFT VEHICLE WINDOW GLASS 21 1188 F-0977215 \DETEND PLUNGER 21 1189 F-4300310 NEEDLE ROLLER 21 1190 X-2704950 O RING (ID-25.7) 21 1191 F-0530722 DISTANCE PIECE 21 1192 B-4457908 S/A OF HOSE STRAINER TO ECO VALVE 21 1193 P-1300216/ QUADRANT 20 4510-000144 1194 X-0841510 PIPE CLIP 20 1195 5325-008787 RING RETAINING 20 1196 L-4111000 SC WASHER 10 20 1197 P-4202627 O RING 19 1198 5315-051718 KEY MACHINE 18 1199 5330-385333 GASKET 18 1200 F-1758500 JOINT 18 1201 5306-058718 BOLT, MACHINE/BOLT BANJO FIP END 18 1202 X-0705510 CIRCLIP 18 1203 5330-387772 RING OIL CONTROL 17 1204 5310-244105 WASHER SEAL 17 1205 F-1940260 PIPE NYLON 17 69

1206 5365-72-0000419 BUSHING BLANK (F-7870780) 16 1207 5365-72-0000108 RING RETAINING 15 1208 X-3503111 BOLT M8X1.25X10.9 15 1209 5330-391744/ SEAL PLAIN 15 P-1006627 1210 F-4938210 LOCK WASHER 15 1211 P-1302617 GKT BETWEEN GOVERNOR COVER AND 15 HOUSING 1212 X-4904810 SPECIAL WASHER 14 1213 F-7605160 SEAL DOOR PANEL 14 1214 F-1268215 DISTANCE WASHER 14 1215 F-4922500 SPRING WASHER FOR THE ABOVE 14 1216 P-2402527 O RING 14 1217 F-1130950 SHIFT CYLINDER PISTON 14 1218 5310-244104 WASHER CONCAVE/PLATE WASHER 14 1219 P-1001402 BEARING 13 1220 F-7606160 ESCUTCHEON 13 1221 P-1301707 SEALING RING 13 1222 6150-006734 LEAD STORAGE BATTERY 13 1223 5310-72-0000010 NUT PLAIN HEXAGONAL 13 1224 4710-042202 TUBE ASSY METAL 13 1225 4730-72-0000856 CLAMP HOSE 12 1226 F-0931411 SEAT VALVE SPRING UPPER 12 1227 X-1700110 GKT T/C TO ELBOW EXH PIPE 12 1228 X-4107910 GUARD ROOF MARKER LAMP 12 1229 X-0705310 CIRCLIP 11 1230 X-3714015 STUD FOR INJECTION PIPE CLAMP 11 1231 P-1303636 MAX SPEED CONTROL SPRING INNER 11 1232 4730-078169 FLANGE PIPE 11 1233 F-1758900 JOINT FOR FILTER ELBOW 11 1234 F-3538110 NUT M 10 X 1 STORER PA LAMION 8 PHR 11 1235 4730-72-0000866 ADAPTOR STRAIGHT FLANGE TO HOSE 11 1236 5330-391745 PACKING WITH RETAINER 11 1237 5306-72-0000432 BOLT MACHINE 10 1238 F-1760400 GASKET TURBO OUTLET JOINT EXTN 10 1239 569936/F-3613310 COMPRESSOR SPRING 10 1240 5325-72-0000033/ RING RETAINING 10 F-0736210 1241 5330-392939 RING OIL CONTROL/O RING 10 1242 P-1301427 O RING 10 1243 4710-043079 S/A OF BUNDY PIPE 10 (B-1413702) 1244 P-2404535 ADJUSTING SCREW THRUST 9 1245 F-2702550 O RING (ENG OIL COOLER) 9 70

1246 5310-72-0000009 NUT PLAIN HEXAGONAL 9 1247 P-1307409 WOODRUFF KEY 9 1248 F-3147215 PLUG OIL FILTER DRAIN 9 (5306-058386) 1249 F-2747400 RING SEALING TORIDAL 9 (5330-381308) 1250 F-2702650 O RING FOR CRANK SHAFT 8 1251 P-1304636 PLUNGER SPRING 8 1252 P-2406935 SET SCREW 8 1253 2520-72-0000554 DEFLECTOR DIRT AND LIQUID 8 1254 F-2749700 O RING (ENG OIL COOLER) 8 1255 F-4923300 PLAIN WASHER FOR MANIFOLD MTG 8

1256 P-3702249 C WASHER 8 1257 P-1302907 THREADED RING 8 1258 5310-005296 SEALING WASHER ( 2916-710-603) 8 1259 F-3637510 SPRING 8 1260 P-1303527 SEALING FOR BEARING END COVER 8

1261 P-1001727 O RING 7 1262 L-4110600 SC WASHER M6 (FOR CLAMPING 7 STRAINER) 1263 5310-247841 NUT PLAIN CASTELLATED HEXAGON 7 (H-3381211) 1264 P-1303827 O RING 7 1265 4720-016123 HOSE NON METALLIC 7 1266 F-1744600 GASKET FOR SPEEDOMETER 7 1267 5365-184450 BUSHING NONMETALIC 7 1268 P-4201907 SEALING RING 7 1269 5306-72-0000430 BOLT MACHINE 7 1270 4730-72-0000915 BOLT FLUID PASSAGE 7 1271 F-4944210 WASHER B 84 6 1272 4310-003705 VALVE PLATE COMPRESSOR 6 1273 5305-005578 CLAMPING SCREW 6 1274 4730-000976 UNION ADOPTER LEAK OFF PIPE 6 (F-0135915) 1275 P-1301717 GASKET 6 1276 F-3568615 NUT FOR EXHAUST MANIFOLD 6 (5310-171333) MOUNTING 1277 5330-007930 WASHER DELIVERY VALVE 6 1278 2916-710611 WASHER 6 1279 F-1758800 GASKET SELECTOR HSG TO GEAR CASE 6 1280 5331-72-0000002 WASHER FLAT 6 1281 P-1302517 GASKET 6 1282 F-4930513 LOCKING RING 6 (5310-171334) 71

1283 F-1758000 GASKET SELECTOR HSG TO GEAR CASE 6 1284 P-1317635 HEXAGONAL NUT 6 1285 P-3702636 PLUNGER RETURN SPRING 5 1286 4730-078906 ADAPTOR STRAIGHT PIPE TO HOSE 5 1287 F-0737110 CIRCLIP 40X1.45 5 1288 P-1301235 LOCK NUT 5 1289 P-3700449 WASHER 5 1290 P-2400543 BALL 5 1291 F-2702750 O RING (ENG OIL COOLER) 5 (5330-322635) 1292 P-3700849 WASHER 4 1293 2940-004832 SCREEN OIL STRAINER 4 1294 5330-388008 SEAL RING METAL 4 1295 5310-72-0001933 WASHER LOCK 4 1296 P-1301417 GASKET 4 1297 P-1309427 O RING 4 1298 2910-001807 BALL JOINT 4 (B-2034307) 1299 P-3700307 CIRCLIP 4 1300 H-2010625 SET SCREW 4 (5305-093850) 1301 5310-72-0000011 NUT PLAIN HEXOGINAL 4 1302 F-0736310 CLIP RETAINING 4 1303 F-3538610 LOCK NUT M10 4 1304 P-3701249 WASHER INSULATING 4 1305 5310-249815 WASHER LOCK 3 1306 5310-72-0000931 WASHER FLAT 3 1307 X-7128614 L BRKT ON FRAME FUEL RETURN HOSE 3 NEAR PUMP 1308 5315-002178/ WOOD RUF KEY 3 P-1300322 1309 5340-179231 STRAP RETAINING 3 1310 5360-000630/ SPRING (MICO) 3 P-1302236 1311 H-3010618 M G NUT 3 1312 P-1304149 SHIM 1.00 THICK 3 1313 F-3555710 NUT 3 (5310-240753) 1314 F-4934410 PUSH ROD WASHER 3 (5310-171339) 1315 5330-391746 GASKET 3 1316 P-1301627 FLAT SEAL RING 3 1317 P-1005627/ O RING 3 5330-397791 1318 P-1300126 BUFFER 3 1319 5310-247839 NUT PLAIN HEXAGON 3 72

1320 P-3707535 WASHER(-) 3 1321 F-3574011 BOLT FOR CYL HEAD COVER MTG 3 1322 9999-000909/ SEAL RUBBER CHANNEL 3 X-4100650 1323 F-7974410 DASH BOARD LOCK 3 1324 F-3438615 COLLAR 2 (3040-022521) 1325 F-1761200 GASKET OIL PUMP COVER 2 1326 F-1200410 SPACER FOR NUT 2 1327 5310-72-0000935 WASHER LOCK 2 1328 F-2749800 O RING (ENG OIL COOLER) 2 (5331-000048) 1329 5365-000905 SHIM FOR CAM SHAFT 0.1 MM 2 (P-1302744) 1330 F-7751414 ANGLE BRACKET FOR STRAINER MTG 1 1331 P-1306949 SEALING WASHER 1 1332 F-3501400 BOLT OF MTG FAN CLUTCH REF STD 1 1333 5330-002272 GASKET FOR FEED PUMP (P-1300317) 1 1334 P-1306349 DELIVERY VALVE WASHER 1 1335 P-3700549 WASHER 1 1336 P-1303349 SEALING WASHER (2916-710603) 1 1337 F-3502400 SET SCREW 1 1338 5331-001717 O RING (ENG OIL COOLER) 1 1339 H-4110600 WASHER SPRING TENSION SINGLE 6MM 1 (5310-005402) COIL N 1340 F-0804814 C-CLAMP (FOR CLAMPING STRAINER) 1 1341 5365-184208 SHIM 1 1342 5325-009059 RINGING RETAINING 1

73