National Fertilizers Limited (A Government of India Undertaking) Sibian Road, Bathinda – 151 003 (INDIA) Phone: 2760912(Direct), 2270261, 2760262(PBX): Fax: 0164-2270463, 2760270 E.mail: sksarin@nfl.co.in;spandey@nfl.co.in;skmangla@nfl.co.in Ref. No. NFB/PUR/SC-143089/ Dated: 12.02.2015 M/s Dear Sirs, Sealed offers are invited under “TWO PARTS BID SYSTEM” for the following:Sr. No. 1. Description of material FABRICATION OF MULTI PURPOSE FIRE TENDERS ON TATA/ASHOK LEYLAND CHASSIS. CHASIS IS ALSO TO BE PROCURED BY THE PARTY IN THE NAME OF NFL UNITS AS PER DETAILS (ENCLOSED SEPARATELY)ANNEXURE-1, ACCESSORIES AS APPENDIX-A OF ANNEXURE-1 AND SPARES AS Quantity 03 Nos APPENDIX-B OF ANNEXURE-I. ELIGIBILITY CRITERIA 1. The vendor should have supplied at least 05 (five) Foam Fire Tenders of similar type in last three years as on 31.10.2014. 2. The vendor should have their own manufacturing and test bench facilities. 3. Average financial turn over during the last three financial years shall be Rs.37 lakhs. Similar type/work means , the vendors shall have experience to supply various types of fire fighting Heavy Vehicles/Fire Tenders/multi-purpose Fire Tenders. Documentary evidence in support of the above must be submitted. Vendors must fulfill the above “Eligibility Criteria” failing which their offers shall not be considered. TERMS & CONDITIONS 1.0.0 1.1.0 1.1.1 1.2.0 SUBMISSION OF TENDER No oral, telephonic, fax, telegraphic or E.mail tenders will be entertained. For tenders received in unsealed/ stapled / open condition or without superscription, resulting in opening of tender before due date, the risk and responsibility of losing confidentiality shall rest with the tenderer. In case tenders are delivered through personal / private courier after tender opening, same shall be termed as LATE OFFER and hence shall be REJECTED. The tenders may preferably be sent through Speed Post/Regd post. 1.2.1 Bidders shall enclosed DD amounting to Rs.1100/- towards the cost of Documents alongwith quotation. 1.3.0 Tender shall be submitted in a sealed envelope, duly super scribed as „Tender No. NFB/PUR/SC/143089 Dated 12.02.2015 for Fabrication of Multi-purpose Fire Tenders on Tata/Ashok Leyland Chassis & other Accessories & spares, DUE ON 23.02.2015 containing two separate sealed envelopes therein as follows (Both sealed envelopes must be clearly superscribed with the name of the tenderer). In the first envelope, tenderer will submit EMD, Technical Specifications, Commercial terms and conditions, Excise Duty, Sales Tax, Service Tax Freight, Delivery Period, documents pertaining to eligibility criteria etc. One set of this tender document duly signed on each page, as token of acceptance of all terms & conditions shall also be submitted. A copy of unpriced but signed Annexure –I indicating rates of applicable taxes and duties , if any , must be enclosed with part -I bid. This envelope shall be super scribed “PART-I (TECHNO COMMERCIAL BID)”. Second envelope will contain the „Price Bid‟ in the Proforma (Annexure - II ) on tenderer‟s letterhead, duly signed by tenderer and must be submitted. All the columns of Performa of Price Bid must be filled up. This envelope shall be superscribed as “PART-II (PRICE BID)”. THE RATES QUOTED MUST BE ON F.O.R. NFL BATHINDA/NANGAL/VIJAIPUR , STORES BASIS. The rates quoted should be written clearly in figures as well as in words, free from any cuttings, addition, erasing or in different ink etc. Overwriting of the rates shall be avoided and the overwriting/cuttings etc., if any, must be signed by the tenderer. The total landed rate(s) including Transportation Charges will remain firm till the complete execution of the order except for revision in rate(s) on account of revision in Excise Duty and/or Sales Tax, which shall be borne by NFL. No condition or deviation should be mentioned by the tenderer in price bid. Offers where party has mentioned any condition or deviation in price bid shall be liable to be ignored without any further reference. Octroi/Entry Tax at Bathinda/Nangal (Punjab) /Vijaipur(MP), if any, will be to NFL account. Transit insurance from your warehouse to our warehouse will be arranged by you. Tender shall be submitted by 12.30 hrs. on 23rd February-2015. No tender after the specified time and date will be accepted. NFL will not be responsible for any postal delays/loss. PART-I containing Techno-Commercial Bid as per Para 1.3.1 of the tender will be opened at 15.30 hrs. on 23rd February-2015 in the presence of tenderers or their accredited representatives, who wish to be present. PART-II (Price Bid) shall be opened subsequently subject to acceptance of TechnoCommercial Bid. Opening date will be intimated to tenderers who are found technically & commercially acceptable to NFL. The tenderers must accept the terms and conditions stipulated in NIT failing which the offer is liable to be rejected at the sole discretion of NFL. NFL however, may at its sole discretion accept offers having deviation to NIT terms and conditions by adopting the loading criteria as per Attached Annexure - . All loadings shall be on CIF/(Import)/Ex-works(Domestic )basis. Parties registered with NSIC under single point registration are exempted from submission of EMD and accorded waiver of Security Deposit up to monetary limit for which the unit is registered. Parties claiming above concession under NSIC should submit copy of single point registration certification. In case, due to some unforeseen circumstances, the date of receiving/opening of the tender happens to be a holiday/closed day, the tender will be received and opened on the next working day. Only one tender is to be submitted by one tenderer. NFL will have the right to issue addendum to tender documents to clarify, amend, modify, supplement or delete any of the conditions, clauses or items stated. Addendum so issued will form part of original invitation to tender. 1.3.1 1.3.2 1.3.3 1.3.4 1.3.5 1.3.6 1.3.7 1.4.0 1.5.0 1.6.0 1.6.1 1.6.2 1.7.0 1.8.0 1.9.0 Tender 1.10.0 It shall be certified by the tenderer that none of the NFL employee is related to owners/directors. (In case any relative is working in NFL, furnish details separately). 1.11.0 It shall be certified by the tenderer that none of NFL‟s ex-employee is employed with them. (In case any ex-employee of NFL is employed, furnish details separately). 1.12.0 It shall be certified by the tenderer that none of blood relation of the owners/directors is participating in this tender in the name of other firm. 1.13.0 ANY EXCEPTIONS/DEVIATIONS TO THE NIT SHALL BE SPECIFICALLY STATED IN A SEPARATE ANNEXURE TO QUOTATION TITLED “DEVIATIONS” 1.14.0. IT SHALL BE CERTIFIED BY TENDERER THAT THEY HAVE NOT BEEN BARRED/DELISTED/BLACKLISTED BY ANY GOVT. DEPTT. / FINANCIAL INSTITUTIONS/COURT. 2.0.0 2.1.0 3.0.0 3.1.0 3.2.0 4.1.0 4.2.0 5.0.0 5.1.0 5.2.0 5.3.0 5.4.0 POSTPONEMENT OF TENDER OPENING DATE NFL reserves the right to postpone the tender opening date and/or time and will intimate all the tenderers well in time, of such postponement along with notice of revised opening date and time. ACCEPTANCE/REJECTION OF TENDER Bidder shall quote in the Prescribed Price Bid Format (Annexure-II) only, separately for each Unit. However, evaluation will be done on overall basis. NFL reserves the right to accept or reject, at its sole discretion, any bid/all bids, in whole or in part and/or accept other than the lowest bid without assigning any reasons thereof. VALIDITY OF PRICE BID Tenders must be valid for acceptance for 120 days from the date of Technical Bid (Part-I) opening date. EARNEST MONEY DEPOSIT (EMD) Tenders must be accompanied by Earnest Money Deposit of Rs. 1,00,000/- (Rs. One Lacs only ) (in equivalent USD/Euro for Foreign Vendors) in the form of a Crossed Demand Draft OR Bank Guarantee ( Bank Guarantee Format is attached as Annexure-III ) in favour of „National Fertilizers Limited‟ on any scheduled bank payable at Bathinda, preferably State Bank of India, Sibian, Bathinda ( Branch Code : 3591). D.D. payable at locations other than Bathinda will not be accepted. Cheques will not be accepted in any case. Earnest money will be forfeited at the sole discretion of NFL, in case tenderer after intimation from NFL of the acceptance of his tender, either wholly or in part, refuses to accept the Purchase Order or changes any of the conditions of the tender or changes the rates and/or terms and conditions of the tender within validity period. If the successful tenderer does not deposit the security as stipulated in the Purchase Order, EMD will be forfeited without further reference. Earnest Money deposited by unsuccessful tenderers will be returned as early as possible after finalization of the tender. Earnest Money Deposit will not bear any interest. 6.0.0 Materials and Workmanship Warranty : The complete system should be warranted against any manufacturing defect or bad workmanship for a period of 18 months from the date of supply. Warranty certificate to this effect must be furnished along with dispatch documents. Any defect noticed during warranty period should be rectified/ replaced by the supplier free of cost within 15 days of intimation given to them. 7.0.0 SECURITY DEPOSIT-CUM- PERFORMANCE GUARANTEE: The successful tenderer shall submit Security-cum-Performance Guarantee equal to 5% of the PO value or minimum Rs. 3.75 lakhs whichever is higher, in the form of Crossed Demand Draft in favour of National Fertilizers Limited. It should be payable on any scheduled bank located at Bathinda, preferably State Bank of India, Sibian, Bathinda (Branch Code: 3591). D.D. payable at locations other than Bathinda will not be accepted. 7.1.0 The tenderer will, however, have the option to furnish a Bank Guarantee from any of the Nationalized or Scheduled Bank excluding Rural and Co-operative Banks, in the Performa specified by NFL for Security Deposit-Cum-Performance Bank Guarantee. The Bank Guarantee must be submitted within 20 days from the date of issue of purchase order and shall remain valid till three months after the expiry of warranty period with further claim period of three months. 7.2.0 7.3.0 7.8.0 Cheques will not be accepted in any case. The SD-cum-PBG will be retained by NFL till the expiry of warranty period of 18 months as per contract or till settlement of all the accounts thereof, whichever is later. In case any dispute or difference not settled within the validity of Bank Guarantee, tenderer will arrange to get the bank guarantee extended as asked for. NFL, at its sole discretion can call in the Bank to pay the whole or part of the amount of Bank Guarantee. The above deposit will be deemed to be security for the faithful performance of the contract and for the purpose of Section 74 of the Indian Contract Act, 1872 and for the extension of that section. In the event of any breach of any terms and conditions of the contract, NFL will have the right to draw from the Bank Guarantee/Security-cum-Performance Deposit either the whole or part of value of Bank Guarantee or Security-cum-Performance Deposit and tenderer will make good the value of Bank Guarantee/ Security-cum-Performance Deposit to the extent of the amount so drawn within 15 days of receipt of intimation from NFL to this effect. The amount so drawn will not in any way affect any remedy, to which NFL may otherwise be entitled or any liability incurred by tenderer under the contract or any law for the time being in force relating thereto or bearing thereupon. In the event of the forfeiture of whole or part of the Security-cum-Performance Deposit, the tenderer will deposit further sum/sums, so as to maintain the full Security-cum-Performance Deposit amount as per Para 7.0.0 above. The security-cum-performance deposit will be refunded after contract has been successfully completed. It will be lawful for NFL, if any difference or dispute is likely to exist, to defer payment of the security-cum-performance deposit or any portion thereof which may be due for release until such difference and dispute had been finally settled or adjusted. The security-cum-performance deposit will not bear any interest. 8.0.0 PAYMENT TERMS: 8.1.0 No advance payment shall be allowed. 100% payment shall be released within 30 days after receipt and acceptance of material at respective units. The payment will also be released by the respective Units. 8.2.0 9.0.0 9.2.0 DELIVERIES/LIQUIDATED DAMAGES Bidders may quote minimum delivery period . Delivery period will be the essence of the contract. If the material is not delivered` as per specified schedule, NFL reserves the right to either:- 7.4.0 7.5.0 7.6.0 7.7.0 (i) (ii) (iii) Accept the goods at its sole discretion after imposing the liquidated damages @ 1/2% (half percent) of the invoice value of the delayed quantity for every week and part thereof, of the period of delay from delivery schedule, subject to a maximum of 5% of the PO value, or Purchase the material from alternate sources on account of supplier and at his risk and cost of the supplier, or Treat the delay as default of Purchase Order and forfeit security deposit, terminating the Purchase Order forthwith and taking, other action/s against the supplier, within the provisions of the Purchase Order. 10.00 SHIPMENT Material shall be delivered to the respective Units of NFL Stores, Bathinda/Nangal & Vijaipur Units. Signing of Integrity Pact: Bidder will sign the Integrity Pact as per enclosed Annexure-IV which is an integral part of the tender documents, failing which the tenderer/bidder will stand disqualified from the tendering process and the bid of the bidder would be rejected' Details regarding Integrity Pact can be viewed on our website viz' www. nationalfertlizers. com' 12.00 SUBLETTING OF CONTRACT : 12.0.1 The successful tenderer shall not sublet or assign the contract or any part of it without obtaining the written permission of NFL in advance. In the event of the successful tenderer's subletting or assigning the contract or any part thereof without such permission, NFL shall be entitled to cancel the contact and to purchase the goods elsewhere and successful Tenderer shall be liable to the National Fertilizers Ltd., for any loss or damage which NFL may sustain in consequence or arising out of such purchases. 11.00 12.02 Even in case NFL permits subletting, NFL shall not recognize any contractual obligation with the person or party to whom subletting is permitted and shall hold the successful Tenderer responsible for satisfactory and due & proper fulfillment of the contract. 13.00 FORCE MAJEURE Neither party shall be liable for any claim on account of any loss, damage or compensation whatsoever arising out of any failure to carry out the terms of this contract where such failure is caused due to war, rebellion, mutiny, civil commotion, fire, riot, earthquake, draught, floods, crop failure, strike, major break down of the plant or Acts of God or due to any restraint or regulation of the State or Central Government or a Local Authority/Authorities provided a notice of such occurrence is given to the other party in writing within 10 days from the date of occurrence of the force majeure condition furnishing therewith a documentary evidence supporting the working of force majeure clause. On cessation of the force majeure, the party invoking force majeure shall inform the other party of the period for which force majeure to be effected. 14.0.0 ARBITRATION “ANY DISPUTES OR DIFFERENCES WHATSOEVER ARISING BETWEEN THE PARTIES AND OR RELATING TO THE CONSTRUCTION, INTERPRETATION, APPLICATION, MEANING, SCOPE, OPERATION OR EFFECT OF THIS CONTRACT OR THE VALIDITY OR THE BREACH THEREOF, SHALL BE SETTLED BY ARBITRATION IN ACCORDANCE WITH THE RULES OF CONCILIATION AND ARBITRATION OF THE SCOPE AND THE AWARD MADE IN PURSUANCE THEREOF SHALL BE FINAL AND BINDING ON BOTH THE PARTIES.” “EXCEPT WHERE OTHERWISE PROVIDED IN THE CONTRACT ALL MATTERS, QUESTIONS, DISPUTES OR DIFFERENCES WHATSOEVER, WHICH SHALL AT ANY TIME ARISE BETWEEN THE PARTIES HERETO, TOUCHING THE CONSTRUCTION, MEANING, OPERATION OR EFFECT OF THE CONTRACT, OR OUT OF THE MATTERS RELATING TO THE CONTRACT OR BREACH THEREOF, OR THE RESPECTIVE RIGHTS OR LIABILITIES OF THE PARTIES, WHETHER DURING OR AFTER COMPLETION OF WORKS OR WHETHER BEFORE OR AFTER TERMINATION SHALL AFTER WRITTEN NOTICE BY EITHER PARTY TO THE CONTRACT BE REFERRED TO THE ARBITRATION OF DESIGNATED CHAIRMAN & MANAGING DIRECTOR, NATIONAL FERTILIZERS LIMITED OR HIS/HER NOMINEE. THE ARBITRATION & CONCILIATION ACT, 1996 OR ANY STATUTORY MODIFICATION OF RE-ENACTMENT THEREOF AND THE RULES MADE THERE UNDER SHALL GOVERN THE ARBITRATION PROCEEDINGS. THE CONTRACTOR HEREBY AGREES THAT HE SHALL HAVE NO OBJECTION IF THE ARBITRATOR SO APPOINTED IS AN EMPLOYEE OF NFL AND HE HAD TO DEAL WITH THE MATTER TO WHICH THE CONTRACT RELATES AND THAT IN THE COURSE OF HIS DUTIES AS SUCH HE HAS EXPRESSED HIS VIEWS ON ALL OR ANY OF THE MATTER IN DISPUTE OR DIFFERENCES. IF THE ARBITRATOR TO WHOM MATTER IS REFERED, VACATES HIS/HER OFFICE BY ANY REASON WHATSOEVER THEN THE NEXT ARBITRATOR SO APPOINTED BY THE AUTHORITY REFERRED ABOVE MAY START THE PROCEEDINGS FROM WHERE HIS PRODECESSOR LEFT OR AT ANY SUCH STAGE HE MAY DEEM FIT” “IT IS AGREED BY AND BETWEEN THE PARTIES THAT IN CASE A REFERENCE IS MADE TO THE ARBITRATOR OR THE ARBITRAL TRIBUNAL FOR THE PURPOSE OF RESOLVING THE DISPUTES/ DIFFERENCES ARISING OUT OF THE CONTRACT BY AND BETWEEN THE PARTIES HERETO, THE ARBITRATOR OR ARBITRAL TRIBUNAL SHALL NOT AWARD INTEREST ON THE AWARDED AMOUNT MORE THAN THE RATE SBI PLR/BASE RATE AS APPLICABLE TO NFL ON THE DATE OF AWARD OF CONTACT”. 15.00 JURISDICTION Notwithstanding any other court or courts having jurisdiction to try any civil suit arising out of this contract, only the court of competent jurisdiction at Bathinda (where the contract shall be deemed to have been entered into) shall have jurisdiction to entertain and / or to try such suits to the exclusion of all other courts of the country. 16.00 CLEAR UNDERSTANDING When a tenderer submits his tender in response to this tender document, he will be deemed to have understood fully all requirements, terms and conditions. No request will be entertained on a pretext that the tenderer did not have a clear idea on any particular point and/or a clause of the tender. 17.00 AWARD OF CONTRACT Purchase order issued on the basis of this tender will be called contract. The terms and conditions as embodied in the Purchase Order shall be final and shall supercede any other terms & conditions that might have been indicated in the tender submitted by the tenderers. 18.0 SECRECY: Any information delivered or otherwise communicated by NFL to supplier in connection with the contract shall be regarded as secret and confidential and shall not without the written consent of NFL be published or disclosed to any third party or made use of by the supplier except for the purpose of implementing the contract. 19.0 LAWS GOVERNING PURCHASE ORDER: The purchase order shall be governed by the laws of Union of India for the time being in force. 20.0 The prospective tenderers having any common partners/ Directors/Managing partners, etc. or having any other common criteria shall be considered as Sister / Group/associates Company. In such cases, only one of them will be eligible for participating in tender. Tenderer has to submit a declaration along with the technical bid: a) That no other firm/Sister concern / Associate belonging to the same group is participating / submitting this tender. b) That the bidders, their associates, Sister Concerns etc. have not been black listed by any Institutional agency / Govt. Deptt. / Public Sector undertaking in the last two years. In case of concealment of any fact, if detected later on, such tenderer will be debarred from all future dealings with NFL.\ 21.0 One person will be allowed to represent only one company during discussions/negotiations with NFL. If same person is representing different companies with authorization letter from more than one company, such person will be allowed to represent only the first company called for negotiations. 22.0 Bidders may ensure that tender documents/offer has been signed by appropriate /authorized representative of the Company, Withdrawal of offer/non-acceptance of orders placed based on offers submitted by bidders on their letter head, will not be allowed on the grounds that offer was not signed by authorized person. 23.0 The tenderer shall quote the price strictly as per the Performa enclosed for schedule of prices. Parties should quote one rate for specific quantity quoted by them. Tenders with quotation of different rate for different quantities shall be rejected without any further reference. 24.0 DISPLAYS ON WEBSITE You may also access this NIT on our website: www.nationalfertilizers.com. Thanking you, Yours faithfully, For & on behalf of National Fertilizers Ltd. Chief Mgr(Matls) ANNEXURE –I SPECIFICATION OF FIRE TENDER CONTENTS 1.0 2.0 3.0 4.0 5.0 6.0 7.0 8.0 9.0 10.0 11.0 12.0 13.0 14.0 15.0 16.0 17.0 18.0 19.0 20.0 21.0 22.0 23.0 24.0 25.0 26.0 27.0 28.0 29.0(A) 29.0(B) SCOPE GENERAL CHASSIS PUMP PRIMER POWER TAKE OFF WATER TANK FOAM TANK FOAM PROPORTIONATING SYSTEM DCP TANK SYSTEM MONITOR ( WATER/FOAM) LOCKERS BODY WORK COOLING SYSTEM PAINTING AND MARKING CABIN/STRUCTURE STRUCTURE/FRAME WORK AUXILLARY FOAM INDUCTION DEVICE PIPING HOSE REEL (NORMAL & HIGH PRESSURE TYPE) CONTROL PANEL AUXILLARY CO2 SYSTEM ELECTRICAL SYSTEM GENERAL REQUIREMENTS INFORMATION/DCOUMENTS REQUIREDE FROM VENDOR. GENERAL CODITIONS FOR TECHNICAL QUOTTIONS PERFORMANCE GUARANTEE QUALIFIYIG CRITERIA ACCESSORIES (APPENDIX "A") SPARE ACCESSORIES TO BE SUPPLIED WITH EACH FIRE TENDER (APPENDIX "B") FOAM FIRE TENDER 3.0 GENERAL REQUIREMENTS: The appliance shall conform to BIS 10460-1983. The make of chassis shall be TATA / Ashok Leyland but the chassis offered should be able to meet all technical parameters requirements as per our NIT . The offered Chassis should be conforming to BS-III. The appliance shall incorporate Rear mounted pump of 3200 LPM. capacity, a water tank of 5000 litres capacity, a 500 litres capacity foam tank, 2X75 DCP tanks, water cum foam monitor mounted on the drivers cabin, a CO 2 system of 22.5x4 Kgs. capacity with hose reel, one 10.5 meters aluminum alloy extension trusted ladder. However the detailed specs of the appliance shall be as per the detailed specs in following chapters. 1.0 SCOPE 1.1 This specification covers the requirements regarding design, procurement, fabrication, testing and supply of Foam Tender to be used for the fire fighting. The scope of supply shall be inclusive of, but not limited to the following: Chassis. A centrifugal type firewater pump. Power take-off units for driving water pumps. Foam compound tank. DCP tanks system and CO2 system. Water tank. Round the pump foam proportioning system. 1000 GPM capacity foam-cum-water monitor (Aqua foam/fog type) Hose Reel (19 mm synthetic hose with nozzle length-50 metre) – Normal pressure. Hose Reel high pressure hose reel of 30 mm (50 metre length) Body Fabrication. Accessories and spares. Piping, necessary controls, fire hoses etc. complete. Cooling System of Indirect type with open circuit. 1.2 The chassis (3 nos.) for the Multifunction Fire Tenders shall be procured by the vendor in the names: 1. National Fertilizers Limited, Bathinda (Punjab). 2. National Fertilizers Limited, Naya Nangal (Punjab) 3. National Fertilizers Limited, Vijaipur (MP) The cost of the chassis is to be included in your offer. The vendor shall be responsible for supplying all equipment/accessories and properly fixing them on the chassis as described in this specification. Other details and requirements which are not covered under this specification, but may be necessary to complete the foam tenders and/or to fulfill the operation/performance requirement shall be provided by the vendor, who will be responsible for the design and construction of the complete appliance to the full satisfaction of the owner. 2.0 2.1 2.2 3.1 3.2 3.3 3.4 3.5 3.6 3.7 3.8 GENERAL The foam tenders including all accessories shall be designed, manufactured & tested as per relevant Indian, International Standards wherever applicable. All the equipment and accessories shall be fixed on the appliance in a compact and neat manner and shall be so placed that each part is easily and readily accessible for use and maintenance. The center of gravity of vehicle shall be kept as low as possible. CHASSIS The foam tenders shall be fabricated on TATA/ Ashok Leyland Make Chassis Model 2015 which has minimum 130 HP at 2500 rpm. The turning radius shall be maximum 8500 mm and overall length shall be minimum 7200 mm. The offered Chassis should be conforming to minimum BS-III emission standard. The chassis shall be capable to take gross vehicle weight of 16 Tonne. Engine shall be capable of developing a power 130 BHP at 2500 RPM. The chassis shall be supplied with standard tools kit and spare wheel assembly. Chassis shall be complete with standard feature and accessories provided by the manufacturer including the standard tool kit supplied by the vendor. Vendor shall arrange necessary temporary registration/permit and insurance till vehicle is delivered at i) NFL Bathinda, ii) NFL, Naya Nangal iii) NFL Vijaipur by the vendor at their risk & cost. The vendor shall confirm that the proposed TATA/Ashok Leyland chassis is capable of taking the pay load indicated by the vendor and shall be able to meet other duty requirements Any restrictions on performance of chassis, observed during execution of order due to increase by vendor in pay load and other duty parameters shall have to be corrected by vendor in consultation with NFL and chassis supplier. Such correction shall be at no extra cost to NFL. 4.0 4.1 PUMPS WATER PUMP The water centrifugal pump with automatic priming device shall be of Reputed make with National and International Standard having approved marking of CE, UL or equivalent etc. The pump shall be of normal and high-pressure type capable of delivering 3200 LPM @ 7 Kg/Cm2 and 250 LPM at 40 Kg/Cm2. 4.2 4.3 4.4 4.5 4.6 4.7 4.8 4.9 5.0 6.0 6.1.1 7.0 7.6 7.7 7.8 7.9 7.9.1 7.9.2 7.9.3 7.9.4 The pump shall be capable of delivering minimum 3200 LPM at 7 Kg/Cm2 at delivery outlet. Vendor shall match other parameter of operation with reference to Engine of chassis. The pump shall be capable of taking suction from: Water tank mounted on chassis. (In normal condition) Open water source through flexible suction hose up to suction lift of 7.5 m. with the help of automatic water ring primer. The pump shall be rear mounted and shall be accessible and readily removable for repairs and maintenance. It shall be driven by the chassis diesel engine through a power take off unit and propeller shaft. Pump Casing shall be made of gunmetal. Impeller shall be closed type and shall be made of bronze. The impeller (SS) and casing wear rings shall be renewable type. The pump shaft shall be made of stainless steel and shall be fitted with antifriction bearings. The pump shall have self-adjusting type mechanical seal, which shall be capable of running dry for minimum one minute. The pump suction inlet shall be so sized and oriented to facilitate suction as per 4.3. The pump discharge shall be routed to: 4 nos. outlets (on rear side of vehicle along with control panel) each fitted with Stainless Steel AUDCO make ball valves and ending in ISI marked 63MM, Stainless Steel female coupling fitted with stainless steel end caps. Foam-cum-water monitor fitted on top of vehicle. Hose reel of high and normal pressure. The strainer should be easily removable for maintenance. The pump shall have a suitable box type suction strainer made of Stainless Steel. PRIMER : 5.1. The pump shall be fitted with independent priming system made of Gun Metal. 5.2. The automatic water ring primer shall be capable of lifting water up to at least 7.5 Mtrs depth (suction lift) at a rate of not less than 30 Cm3 per second in the suction line. 5.3. The vehicle shall be fitted with an Exhaust Ejector Primer in addition; to main Priming System. The auto primer shall work satisfactorily even if it is left dry for a long period. POWER TAKE OFF UNITS 6.1 The power takes off unit for water pump shall be of reputed make like VAS/ SYALL/WEBER . The PTO shall be able to meet performance requirement of pump. The lever for engaging & disengaging PTO shall be provided in drivers cabin. The Vendor shall submit a sketch showing the arrangement of PTO Unit for taking power from main engine on chassis to water pump. 6.2 The drive assembly components (shaft, couplings etc.) shall be dynamically balanced and vibration of any parts should be minimum. 6.3 Necessary support for PTO Unit, Propeller Shaft, Couplings, and Universal Joints etc. shall be provided. WATER TANK 7.1 Capacity: 5000 Ltrs. With additional 2% expansion space. MOC: All in SS-304 7.2 A Calibrated dip tape shall be provided on the tank to measure the tank level. 7.3 The water tank shall be fabricated out of minimum 5 mm thick SS plates. 7.4 The water tank shall be of welded construction and shall be suitably stiffened with angles / flats so as to avoid buckling and distortion. 7.5 The tank shall have baffles of minimum 3 mm thickness suitably supported, so as to avoid water surging due to movement of vehicle. Tank shall be provided with anti-vortex device at the nozzle for pump suction. Two Nos. of inspection manholes of 500 mm size shall be provided on top with a Hinged and bolt able cover with suitable gasket. Suitable lifting lugs shall be provided on the tank shell to enable it to be lifted off the vehicle for repairs/replacement. The tank shall be fitted with a sludge trap. The bottom of the tank shall have a slight slope towards the sludge trap. The tank shall have a cleaning manhole hole of 250 mm dia. Manhole shall be fitted with 50mm drainpipe with ISI marked Gate Valve. Tank should be mounted on chassis in a manner, keeping in view the proper load distribution on the Axles. Tank should be rectangular in shape. The tank shall be so mounted and bolted as to bring the center of gravity of the appliance as low as possible. A digital visual water level indicator shall be provided in the driver‟s cabin. 7.9.5 7.9.6 7.9.7 7.10 7.11 7.12 7.13 8.0 The tank shall be fitted with overflow pipes of suitable diameter and the discharge end shall be taken from below the chassis without reducing the effective ground clearance of the vehicle. A suitably protected water level indicator of the graduated glass tube shall be provided close to the control panel. Isolation valve shall be provided just after the tap off point near the water tank for the level indicator. The tank shall be filled by means of suitably sized inlet line from pressurized hydrant mains. 4 nos.,63 mm, SS instantaneous male connectors (02 on rear side and one on each side of foam/water tender) shall be connected to the filling line. The inlet lines will be provided with suitable NRV‟s . The tank shall be fitted with one filling orifice. The filling orifice shall be on not less than 250 mm diameter and shall be fitted with an inspection manhole on the top of water tank. A 150 mm dia pipeline shall be taken from the tank to the suction inlet of the pump incorporating an Audco make SS ball valve. Separate valve(s) for performing different function shall be provided to control the flow of water. All nozzles of tank shall have suitable reinforcement pads. The tank shall have adequately sized breather. A.150mm dia pipeline will be taken from tank to suction inlet of pump incorporating and Audco make SS Ball valve. Separate valve (S) for performing different functions shall be provided to control the flow of water. Any of the following operations at the time of emergency should be possible. TPR(Tank to pump to reels) HPR (hydrant to pump to reels) HR (Hydrant to reels) TPM (Tank to pump to monitor) PT( Pump to tank) Off a separate Ball valve of SS for performing the functions shall be provided. FOAM TANK 8.1 A foam compound tank of 500 liters net capacity shall be fabricated out of SS-304 plates of minimum 5 mm thickness & at top 2% of expansion space shall be provided in the tank over and above foam compound capacity. 8.2 The tank shall be of welded construction and shall be suitably stiffened with SS angles/flats so as to avoid buckling and distortion. 8.3 The tank shall have baffles of 3mm thickness, SS-304 plates, so as to avoid water surging due to movement of vehicle. 8.4 Suitable lifting lugs shall be provided on the tank shell to enable it to be lifted off the vehicle for repairs/ replacement as necessary. 8.5 The tank shall be fitted with a sludge trap. The bottom of the tank shall have a slight slope towards sludge trap. 8.6 The tank shall also have a cleaning manhole of 250 mm dia and 50mm drain pipe fitted with ISI marked gate valve. 8.7 The tank shall be provided with 500MM-dia inspection manhole with hinged and boltable cover with suitable gasket. 8.8 Breather Valve shall be provided for automatic venting of foam compound tank. 8.9 Foam level indicator of graduated glass tube shall be provided close to the Control panel. Isolation valve should be provided just after the tap off point. 8.10 A suitable transfer pump rotary type with necessary piping and connections shall be provided for transferring Foam Compound from drums to the foam tanks. 9.0 9.1 FOAM PROPORTIONING SYSTEM: A round the pump foam proportioning system shall be provided with three settings of metering device as 1%, 3% & 6%. Auxiliary foam pick-up tube arrangement from outside should be provided. 10 DCP TANK SYSTEM: 10.1 One number each (Capacity 75 kgs.) of dry powder fire extinguisher shall be fixed on both side of fire tender with a separate hose of 10m. High-pressure hose with pistol grip nozzle. The dry powder vessel shall be fitted with 02 nos. of Nitrogen cylinder to ensure that 90% powder is discharged. 02 nos. of N2 cylinders will be supplied along with appliances as spare. The dry powder containers shall be lead tin alloy coated by electrolyte process for anticorrosion. Cylinder shall be CCE Approved and filled with mono-ammonium phosphate base DCP. 10.2 A Test certificate for all the nitrogen cylinders issued by Chief Controller of Explosives, Nagpur should be submitted by the fabricator at the time of delivery/3rd stage inspection. 10.3 Hydraulic test certificate of vessel is also to be submitted by the fabricator at the time of delivery/2 nd stage inspection. 11. Monitor (Water / Foam) Monitor suitable for WATER –FOAM One, Water cum foam monitor shall be provided on the top at suitable location, with cap. of 1000 USGPM of water @ 7 Kg/cm2. The monitor shall be capable of traversing through 360º in horizontal plane, +75º & -15º in vertical plane with discharge range of 70 M (water). The detailed specification of the Monitor is as under: MONITOR:» Size » Body » » Rotation Elevation 100 mm Barrel of seamless heavy pipe, Gunmetal swivel joint (Gear type) for horizontal & vertical motion manual operation. 360º 90º (+75º -15º) SELF INDUCTION NOZZLE:Al. alloy to IS:617 Material of construction AFFF/ATC Foam Type of Foam used 1000 GPM Discharge capacity Throw of 7 Kg/cm2 Water: min. 70 mtrs. , Foam: min. 65 mtrs. horizontal LOCKERS: 12. 1 Size and number of lockers shall be designed such that on either side 12 Nos. 22.5 m length hose can be easily accommodated in single layer and equipments may be accommodated in maximum two layers. Sufficient numbers of lockers shall be provided to accommodate all the equipments/accessories in an easily accessible manner. 12.2 All lockers shall be provided with Roller type shutter doors. 12.3 Roller shutters shall be of hollow rectangular shaped & made from Aluminum interchangeable links connected by means of plastic profiles. 12.4 Roller shutter shall be inward rolling type and shall be provided with guide rails over entire length on both sides sides to make them torsion free. 12.5 Roller shutters shall have locking arrangements to prevent accidental opening during movement of vehicle. 12.6 All the lockers shall be fitted with internal lighting, which shall be capable of being automatically switched “ ON” and “OFF” by the opening of shutters. 12.7 Lockers shall have arrangements for self-draining of any water entering inside. 12.8 Sufficient Nos. of lockers shall be provided for storage of all accessories listed in Appendix-A and for other equipments which are necessary for Foam Tender but not given in Appendix-A Lockers shall also be provided to accommodate 6 Nos. DCP Extinguishers of 10 Kg capacity. All the lockers shall be provided with 4 mm thick, vulcanized synthetic rubber mat at bottom and up to 12 inches on three sides. 12.9 Proper place for storage of (2x2) nos. of suction hoses on both sides of tanks-under roof. » » » » 12. 13.0 14.0 15.0 BODY WORK 13.1 Pressed section of sufficient strength shall be used for super structure. 13.2 Extension ladder (10.5meter.) shall be mounted on suitable gallows fitted with toilers and designed to facilitate easy and quick removal of the ladder by one man from the rear of the tender. 13.3 No part of the bodywork shall reduce ground clearance of vehicle to less than 36 cm. 13.4 The highest part of the appliance with the ladder and monitor mounted on it shall not exceed 3.60 Mtr. from the ground level. The width of the vehicle in ready condition shall not exceed 2.5 meters. The construction of super structure shall not reduce the angles of approach below 30 degree. 13.5 A reflective stripes (s) shall be affixed to the perimeter of the apparatus. The stripe or Combination of stripes shall be minimum of 4 inch (100 mm) in total width. 13.6 Provision shall be made to store two no. BA sets in the back rest of the driver, officer and the crew seats with suitable clamps and brackets where the BA sets (single cylinder) shall rest and shall not be kept in a hanging condition. LADDER GALLOWS: Gallows shall be provided to carry 10.5 mtr aluminum alloy trusted ladder conforming to BIS. The design shall be such that the ladder can be released without difficulty from a reasonably accessible position & shall embody rollers to allow easy withdrawal by one man COOLING SYSTEM: Indirect cooling system of open circuit type consisting of special heat exchangers shall be provided to enable full power output during pump operation without any heating of engine and PTO. Suitable gauges both for cooling water & lubricating system appropriately marked with normal operating temperatures shall be suitably provided & located on instrument panel in driving compartment & duplicated on pump operating control panel. PAINTING & MARKING: 15.1 Vehicle and monitor should be painted with 2 (Two) coatings of zinc phosphate epoxy primer and two coats of polyurethane finished red paint. 15.2 15.3 15.4 All the lockers/cabins shall be provided with stainless steel nameplates with letter itched on it boldly indicating the content. Water line should be painted red and foam line in yellow colour paint. Entire appliance shall be painted in 3M / Dupont make, fire red colour (shade no. 536 of BIS 5-1978) and paint conforming to BIS 2932-1974 and thickness of 0.12 to 0.2 mm using double coat spray painting on outside. 15.5 The driving compartment and the inside lockers shall be painted in pale cream. NFL BHATINDA (Govt. of India Undertaking) CENTRAL INDSUTIRAL SECURITY FORCE (FIRE WING) DIST. BHATINDA (PUNJAB) ___________________________________________________________________________________________ †¶ã †¹ãŠ †Êã ºãã䟥¡ã ‡ãŠñ¶ªÆãè¾ã ‚ãã²ããñãäØã‡ãŠ ÔãìÀàãã ºãÊã (‚ããäضã Íã½ã¶ã ÍããŒãã) ãä•ãÊãã ¼ããä›â¡ã (¹ãâ•ããºã) Shall be written in English in golden yellow colour in English on one side & in Hindi on the other side of the vehicle. On the front of the vehicle FIRE TENDER shall be written in English. Final Printing matter for NFL Nangal and Vijaipur Units will be intimated after placement of PO. 15.7 The inside of the lockers shall be fabricated with 2.3mm thick aluminum chequered plates. 15.8 The chassis frame shall be painted black and wheel arch shall be painted white. 15.9 Under frame of chassis shall be painted with chlorinated rubber paint. 15.10 The appliance shall have the following marks at suitable locations. Manufacturer‟s name & trade mark. Year of manufacture. Pump serial number and capacity. Capacities of foam and water tank. Engine and chassis number. All instrument control & valves shall be identified with properly itched metallic nameplates. 16 CABIN / STRUCTURE: The entire structure of appliance including that of drivers cabin would be welded structure made of 14/16 SWG MS pressed section, square tubes, angles and channels with aluminium paneling. The complete MS structure shall be zinc plated and then painted with zinc rich primer and epoxy paint for better corrosion resistance. 16.1 Two front seats, one for officer and one for driver shall be provided in the cabin. One seat for 5 Crewmembers shall be provided behind the officer and driver seats. The seats shall be of good quality and latest design (bucket type seats with 100 mm thick cushions. Also good quality removable and washable seat covers shall be provided. 16.2 The cabin should have four doors (2 each side). The door shall open outwards. Cabin doors shall be provided with splinter proof safety glasses and shall also be provided with their movement mechanism. 16.3 First aid box made of fibreglass shall be provided and fitted in the cabin at suitable location for 10 persons & contents as per The Factories Act. 16.4 Non-slip type steps and rails shall be provided in the cabin to assist the crewmembers to get in and out. 16.5 Provision shall be made to store two no. BA sets in the back rest of the driver, officer and the crew seats with suitable clamps and brackets where the BA sets (single cylinder) shall rest and shall not be kept in a hanging condition 16.6 The crew cabin structure shall be so designed so as to avoid any vibration/rattling/deformation in the intended usage of vehicle. 16.7 Two numbers of large sun visors and rear view mirrors shall be provided on each sides. 16.8 The entire floor of the crew cabin shall be provided with 3M-make Vinyl matting of minimum 6mm thickness with anti-skid features. 16.9 Cabin shall have one roof light and two sidelights. 16.10 The paneling of vehicle should be done from 16 SWG aluminum chequered plate. The top of floor /deck shall be provided with 2.5 mm thick aluminum chequered. . 17 STRUCTURE/FRAMEWORK : 17.1 The structure/frame work on chassis and crew cabin shall be of welded construction and made from 32mm x 32mm x 1.6 mm hollow MS square section and distance between each horizontal and vertical square shall be maximum 400 mm. 17.2 The entire roof of the vehicle including the crew cabin top, entire rear, crew cabin floor, locker floor and sides shall be made from 2.5mm thick sheets of MS and sheets shall be bolted to the frame for ease in removal of the tank for repairs. 17.3 Dunlop or equivalent anti-vibration rubber mouse shall be provided while mounting the tanks etc. of the chassis. 17.4 All light fixtures shall be adequately protected by providing grill covers or other suitable element. 17.5 Proper draining arrangements shall be provided on the entire roof, crew cabin and inside the lockers. 17.6 Area around the monitor operation shall be provided with 16 SWG anodize & aluminium chequered plate (in addition to 2mm MS sheets) and shall be bolted to the frame. 17.7 The roof of the cabin should be rigid enough to take the weight of two persons without any deterioration. 17.8 Proper access ladder with Grab rails and non-skid steps shall be provided to give access to the roof. 17.9 Access hand rails constructed / covered by non-slippery material shall be provided wherever steps or ladders for climbing are located. 17.10 Storage of DCP and CO2 cylinders bottom plates and sport structure should be reinforced with extra angle iron frame. 18.0 19.0 AUXILIARY FOAM INDUCTION DEVICE: Auxiliary foam induction system operated through hydrant water pressure is required for directly picking up foam from foam tank. Induction device should induct 3% foam at the inlet water pressure of 7.0 Kg./Cm2. PIPING: 19.1 Foam Piping: a) Total piping in foam circuit shall be of SS-304. b) All ball valves in foam circuit shall be of AUDCO make SS-304 with Teflon seats. 19.2 Water Piping: Water piping shall be of SS Pipes, fittings and valves in the water circuit which will come in contact with foam solution (foam-water mixture) shall be of SS. All piping shall be designed to have minimum pressure drop and achieve the required pressure and flow at various locations. All piping shall be hydraulically tested at 1.5 times the design pressure however in no case will the lines be hydraulically tested at less than 18 kg./cm2 pressure and shall be able to hold the pressure for minimum 2 hours. 20.0 HOSE REEL 20.1 One normal hose reel shall be provided and mounted on the vehicle. Hose reel shall have not less than 50 metrs. Length and 19 mm bore tubing/hose 20.2 The working pressure of tubing/hose shall not be less than 18 kg/cm2. 20.3 One jet/spray nozzale of 20 mm size (outlet) with shut off valve shall be provided with the hose reel. High pressure Hose Reel: One high pressure Hose Reel (30mm) to facilitate operation of high pressure section of Fire pump shall be provided and mounted so as to be accessible for use from either side of the appliance. Swiveling guide lever shall be fitted to prevent the tube from kinking/winking. The high pressure hose reel shall not be less than 50 M in one length and 19mm bore terminating in a nhigh pressure fog gun. The working pressure of th tube shall be 40 Kg./cm2. 21.0 CONTROL PANEL An adequately illuminated pump-operating panel shall be provided at the rear side of the appliance with following features: 1. Auxiliary throttle control for the engine. 2. Independent pressure gauge calibrated to 15 Kg/Cm2 for pump discharge. 3. Threaded suction inlet of water pump with blank cap. 4. Control for using the auxiliary foam compound pick up tube. 5. Visual indication show gauge for engagement of PTO unit 6. Engine Temperature gauge. 7. RPM indicator for pump. 8. Engine Oil Pressure Gauge. 9. Quick opening main valve. 10. Level Gauge for Foam &Water Tanks. 11. Priming Valve for Water Pump. 12. System Schematic etched on S.S. Plate. 13. Operating instruction plate. 14. Compound Pressure gauge calibrated as per IS-951 for water suction. 15. Foam On/off Valve. 16. Valve for hose reels. 17. Operating instruction plate and flushing out instruction plate (Both itched on brass plates). In addition to the above, any other items that he may find essential for efficient operation shall be provided by the vendor at suitable locations. Each lever, switch, valve, gauge, outlet/inlet etc. shall have identifications made on metal plate and duly riveted. 22.0 AUXILIARY CO2 SYSTEM CO2 Hose Reel System: A standard CO2 equipment 4 x 22.5 kgs. CO2 cylinders (Preferably) two on either side of the vehicle having not less than 22.5 meters long hose-reel and 16 mm bore conforming to IS-5132 with a electrically non conducting discharge horn suitable for CO2 flooding from a control valve shall be required to be provided. The CO2 system is required to be installed in the cabin mounted with string lockers with strong base of chasis. Swiveling guide rollers shall be fitted wherever necessary to prevent tubing from kinking. 22.3 The CO2 charged cylinders shall confirm to IS-2878-1967, ISI Marked and tested at 250 Kg/cm2 and shall have the approvals/certification of CCE, Nagpur. 22.4 The CO2 extinguisher shall be ISI Marked and CCE approved and shall be filled with liquefied CO2 gas to the filling ratio of not more than 0.667. 23. ELECTRICAL SYSTEM: All important electrical circuits shall have separate fuses suitably indicated & shall be grouped into a common fuse box located in an accessible position in Driver‟s cab and fitted with means for carrying spare fuses. All the wiring shall be dipole & properly fixed in position and not be exposed to the atmosphere for protection against heat, oil & physical injury. Conduits shall be used wherever necessary. You shall submit wiring diagram along with the offer. All equipment‟s lockers shall have individual lights and these shall be operated by means of a master switch (two way) on the dash board in the driver‟s cabin ( as well as from the local i.e. from lockers) The switch of the siren shall be provided on the left corner of the dash board (Near front left side.) Two fog lamps shall be suitably attached to the front bumper of the appliance. Reverse lights with on-off buzzer, on either side shall be fixed suitably at the rear of the appliance with wire mesh in such a manner to prevent accidental damage by the firemen while mounting the tank top. A trickle type battery charger shall be provided for recharging the battery in situ. A red pilot lamp indicating when the batteries are being charged from an external supply shall be provided. 24. GENERAL REQUIREMENTS: The vehicle shall conform in all respect of the provisions contained in the M.V. Act 1988 and M.V. Rules 1989 or to any other statute modifications or re-enactment‟s thereon from time to time. All the equipment necessary for R.T.O.‟s clearance shall be provided on vehicles. ACCEPTANCE TESTS: The following acceptance shall be given to the complete satisfaction of the user without any extra cost. The design of the tender shall be such that it shall not effect the chassis characteristic as specified by the chassis manufacturer such as speed, turning circle, acceleration etc as per BIS : 10460 PUMP TEST :- In addition to the test to check the pump fulfills the requirements laid down in the pump specifications the pump shall run for four hours continuously and meet the duty points. Accordingly, during the test the water in the engine cooling system shall not exceed the maximum temperature of engine lubricating oil shall not exceed the maximum temperature recommended by the manufacture and the engine shall show no sign of distress. HYDRAULIC TEST OF PUMP:Pump shall be hydraulically tested at 21 kg/cm2 for 5 minutes and during test no crack or leakage should be developed. PRIMER TEST: The primer test shall be carried out with a vertical lift of measured from the water level of the center of suction eye of the pump in order to check the fulfillment of the requirement laid down in primer specifications. FOAM EQUIPMENT TEST:The foam hand lines inductor, selector valve and the foam monitor will be tested to satisfy the performance requirements as per our specification. ROAD TESTS :i) Though the performance of the appliance in road test will mainly depend on the engine and chassis , the following performance in the road test will be desirable . ii) A road speed of 72 km/h on level ground shall be readily obtainable with the appliance fully laden without trailer. iii) The acceleration shall be such that with a warm running engine , the fully laden appliance shall attain a speed of 80 km/h from standing start through the gears in maximum time of 40 seconds on a smooth road in the case of diesel engine driven vehicles. iv) The service (foot operated ) breading system shall be such as to stop the fully laden appliance within 9m from the point at which the break is applied when traveling at 32 km/hr along a level dry road . v) The hand break system shall be capable of holding the fully laden appliance stationary on a dry surface gradient of 1 to 4 when in neutral gear. STABILITY:The stability of the appliance will gain depend both on the chassis and fabrication of the body. The fabricator must take good care to actual distribution of the load and keep the center of gravity as low as possible. The suitability of the appliance shall be such that tender fully equipped and loaded condition including crew and if the surface on which the appliance stands is tilted to either side, the point at which overturning occurs is beyond the angle of 30 degree from the horizontal. NOTE: - The fabricator of the appliance should provide suitable facilities for carrying out all the test specified above. STAGE INSPECTION: Two stage wise inspection/test of the above Foam Fire tender to be carried out at fabricator's works by the inspecting officers (CISF & Management) Inspection by CISF & Management First Stage: Inspection of structure, mounting of sub frame with metacones and proper foundation Fitment of PTO, Hydraulic testing of water & foam tank before mounting. Inside/out side panelling of sheets. Hydraulic testing of pump before mounting, testing of pipeline, inspection of fabrication work, cooling by pass valve and pipeline leading to heat exchanger and suitable connection for its outlet, preliminary test of pump, working of PTO, fitment of primer, while checking all relevant parameters. Second Stage: Testing of accessories/equipments mentioned in Annexure-A four hours(three hours for NP & 1 hour for HP section)acceptance test of rated output at normal and high pressure, maximum rotation of the monitor, angle of elevation and depression. Testing of all other normal items of equipment, fitments, appurtenances, light, fog lamps, search lights, revolving, blinker, spot light, rear warning light, as per specified standard. Testing of duly points of the pump including deep lift test, road test, braking test, when the vehicle is fully loaded output and throw of monitor, throw of side line with water and prepared foam separately testing of priming device while working from open source of water supply. INSTRUCTION BOOK, ACCESSORIES AND EQUIPMENT: Instruction Book or Books –Instruction book for the guidance of the user, including both operating and normal maintenance procedure shall be supplied. The book(s) shall include illustrated spare-parts giving reference numbers of all the wearing parts. FINAL ACCEPTANCE TEST / INSPECTION: Final acceptance test/ inspection shall be in accordance to IS 10460 where applicable and as per following performance tests:a) Road test. b) Stability test. c) Pump test. d) Primer test. e) Foam test performance and range. NOTE: The specification given is general and the bidder can add anything that will improve the efficiency of the Appliance. TRANSPORTAION Vehicles shall be delivered by fabricator at NFL (B), NFL(N),NFL(V) and operational demonstration shall be given by fabricator at NFL(N), NFL(V ) NFL (B) FIRE STATION S in front of fire wing personnel and safety department. Free of cost so that they can know the operation of the tender. 25.0 INFORMATION/DOCUMENTS REQUIRED FROM VENDOR After completion of Order, the following information /Documents shall be supplied by vendor: i. As built drawing of tender. ii. As built drawing of tank. iii. Flow diagram of the appliance iv As built drawing for installation of PTO Unit. v. Drawing for Foam-cum-Water Monitor. vi Line diagram for electrical circuits. vii Drawing & data for Foam Induction Device; viii. Cross Section drawings, characteristic curves and other details for water pump and foam proportioning system. ix All inspection & testing records for tanks, pumps, PTOs piping, valves monitor etc. x Three sets of operating and instruction manual. GENERAL CODITIONS FOR TECHNICAL QUOTATIONS * Parties to attach LP & HP pump data sheets, make and section of water pump along with their technical offer. * Parties to submit a sketch showing the arrangement of PTO unit for taking Power from main engine on chassis to water pump. PERFORMANCE GUARANTEE: Manufacturer shall guarantee the design, material, workmanship and performance of complete Unit for a period of 18 months from the date of supply of the vehicle. Defects if any shall be rectified by the vendor‟s representative at our works at no extra cost to NFL. 26.0. 27.0. 28.0. A) ACCESSORIES: Each Foam Fire tender (Combined) shall be provided with following accessories over & above the accessories normally fitted on the chassis. All the accessories shall be suitably fixed in position or shall be kept in lockers or other suitable location as on the tender. Electrical fittings shall be flame proof & spare bulbs shall be supplied for each type & all equipment shall be IS marked. Appendix-A of Annexure-1 S.No. Items 1. Aluminium Extension ladder of 35 feet (Conforming to IS-4571-1977) 2. A-24 volts DC Operated “Grand” make blinker light bar (30” length) with P.A. System and Hooter with multiple tones should be provided on top of the vehicle with firm support and assembly shall be covered with S.S. grill. Assembly shall be operable from driver cabin. Manually operated Fire Bell (250 mm) fitted on roof of cabin. Fog Lamps with covers Reverse Lights at rear of chassis Strong reversing siren connected with reverse gear of the vehicle. Adjustable spot light with cover at the top of cabin roof Removable spark arrestor on the exhaust pipe (Duly approved) 3. 4. 5. 6. 7. 8. 9. 10. 11 12 13. 14. 15. 16.. 17. 18. Hand controlled non-aspirating aqua fog/foam type nozzles having spray/jet pattern. (Pistol hand grip type) . Jumbo Water Curtains (S.S.) Portable battery operated Public address system with charging system of suitable capacity. Compressed air Breathing Set: Draeger/MSA make Light weight 1800 litres capacity self contained Breathing set (MOC of cylinder: Carbon composite fibre) with ultra light carrying case. PL Best quality cotton & Nylon jacketed delivery hose & 63 mm dia type II bearing ISI Mark on each length duly bind with ISI marked coupling 22.5 meter length bind with copper wire (IS 636-1979) . Combined key for Hydrant, hydrant cover & lower valve First Aid box complete with contents as per The Factories Act (for 10 persons) Suction hose of braided (reinforced) rubber 140 mm internal dia in 2.5 mtr. Length (IS24101963) fitted with 140 mm Suction hose coupling (IS902-1974 2nd Rev.) Suction Strainer 140 mm size with NRV / foot valve conforming as per IS 907-1965 19. Suction Wrenches (both conventional & universal) for 140 mm suction couplings as per IS4643: 1968 Foam branch -FMB-10X IS-2097-1982 with pickup tube 20. Foam branch -FMB-5X IS-2097-1982 with pickup tube 21. Brass ground level water monitor capacity 1900 LPM having following features: Compact size and weight Quick deployment Better ground stability Unmanned use - Rotation +20 degree. Elevation: 30 to 60 degree unmanned and down to 20 degree when manned. Weight: not more than 7 kg. Foldable leg. Flameproof High powered Emergency light with dimmer facility along with charger 22. Qty. Nos.) 01 nos. 01 nos. 01 No. 02 No. 02 No. 01 Set 02 Nos. 01 + 01 Nos. 01 Nos. 04 Nos. 01 Set 02 set + 2 nos. spare cylinders . 10 Nos. 02 nos. 01 nos. 04 nos. 01 nos. 01 02 nos. 02 nos. 01 no 01 nos. NOTE : Any other accessory not included above , which makes the appliance more efficient & useful to be installed on the Foam Fire Tender 28.0 B) SPARES ACCESSORIES TO BE SUPPLIED WITH EACH FIRE TENDER Appendix-B of Annexure-1 S.No. 1 2. 3. 4. 5. 6. 7. 8. 9 10. 11. 12. 13. 14. 15. 16. 17. 18. 19. 20. 21. 22. 23. 24. 25. 26. 27. 28. Items SPARES for Pump & PTO: Detail of spares is given separately (in list) Hydraulic jack 20 ton capacity All tools required for normal routine maintenance of appliance which are not included in the standard tool kit of chassis. Basket strainer for armored suction hose of 140 mm dia (See IS 1531-1969) Good quality foldable / collapsible Stretcher Crow Bar (IS-704-1984), Large Axe (IS 4770-1968), Pick axe (IS -273-1973), Fire Hook (IS 927-1964), Fire man axe IS 3650-1981, Spade, Showel a) Hose bandages rubberized (See IS 5612(Part II)-1977 b) Hose clamps (See IS 5612(Part I)-1977 c) Hose slings SS Make dividing breeching conforming to IS Collecting breaching with control instantaneous pattern 63 mm as per IS 905-1965. Fog nozzle (See IS 952-1969) with extension applicator with fog head Hand controlled diffuser branch for 63 mm size hose coupling Branch pipe universal (IS 2871-1983) Branch pipe revolving head (IS 906-1972) Branch pipe hand control (London Type) Lowering line – rope Manila 51 mm , 40 m long having 2 ends spliced in & 01 end with a running Nose (IS 1084 – 1969) Long line –– rope manila 51 mm circumference x 30 mtr long (IS 1084-1969) Short line - rope manila 51 mm circumference x 15 mtr long (IS 1084-1969) Low pressure diffuser branch(Low applicator branch) Adopters as under : i. For 100mm suction female screw coupling & 63 mm male instantaneous ii. Double female instantaneous pattern iii. Double male instantaneous pattern Combi Tool (Spreader/ cutter) Bolt cutter 24” & 36” – Taparia make Hand Hack saw – Taparia make Wooden Hack saw – Taparia make Fire Beater Hand held Commando torch chargeable Karabinger D type Gaunlet Asbestos Dragon Light Qty. (In Nos.) 01 nos. 01 set 02 nos. 02 Nos. 02 each 10 Nos. 10 Nos. 10 Nos. 02 nos. 02 nos. 01nos. 04 nos. 01nos. 02 nos. 02 nos. 01 nos. 01nos. 01nos. 02 nos. 02 nos. 02 nos. 02 nos. 01 nos. 01 set 01 nos. 01 nos. 02 Nos. 02 Nos. 04 Nos. 04 nos. 02 nos. List of Spares for High Low pressure Fire Pump as per Sr.No.1 S.No. 1 2. 3. 4. 5 6. 7. 9. 8 10. 11. 12 13 14 15 16 17 1 2 3 4 5 6 7 8 Items Impeller for 4000 LPM pump Oil Seal O Ring complete set Glydring U Seal Diaphragm for Cover plate Discharge Seal Inlet seal Piston Ring Mechanical Seal Assembly complete with sleeve and gland plate Bush for pump shaft Seal Washer Blank cap. Sealing rubber for Flab Instantaneous coupling rubber Seal Washer Priming valve Complete Bearing set Cyl Bronze assembly Wear rings front and rear List of Spares FOR PTO Oil seal spacer Gasket CH Shifter Shaft Bearing Oil seal Fork O Ring Cooling Coil -------- Qty. (In Nos.) 1 1 set 2 nos. 2 nos. 2 nos. 2 nos. 2 nos. 2nos. 1 set 1 no. 1no. 2nos. 2 nos. 2 nos. 1 set 2 sets 1set 2 nos. 2 nos. 1 no. 1 set 1 set 1 no. 2 no. 1 no. NIT No. NFB/PUR/SC/143089 Dated 10.02.2015 Annexure- II Price Bid for Design, Fabrication, Testing and supply of Multi-purpose Fire Tenders. Sr. No . Description Qty Basic E.D. C.S.T. Freight Other Rate Per @ Against (%) Charges UNIT. (%) Form ‘C’ / (If any) (In Rs) VAT (@ %) Total Landed Rate (in Rs) on FOR NFL Stores, Bathinda/Nangal/Vijaipur basis Bathinda Nangal Total (Rs.) Vijaipur A Cost of Tata/ Ashok 03 Leyland Chassis Model Nos 2015. (Specify Model /Make of Chassis). B Design 03 Nos ,Fabrication, Testing and supply of Multi-purpose Fire Tenders on TATA / Ashok Leyland Chassis. C Accessories as per Appendix-A of Annexure-I D Spares Accessories as per Appendix-B of Annexure-I Total (Rs) (A+B+C+D) Note : Payment for Chassis will be made at actual against documentary evidence, subject to the max. amount quoted by you as above at Sr.No.1. 1. The above quotation has been prepared after taking into account all the terms and conditions of Tender Document Downloaded by us. Annexure-III BID SECURITY (EMD) FORM DRAFT OF BANK GUARANTEE FOR BID SECURITY DEPOSIT/EMD IN CONSIDERATION OF NATIONAL FERTILIZERS LIMITED (NFL), HAVING ITS REGISTERED OFFICE AT SCOPE COMPLEX, CORE-III, 7 INSTITUTIONAL AREA, LODHI ROAD, NEW DELHI-110 003 (HEREINAFTER CALLED NFL WHICH EXPRESSION SHALL UNLESS REPUGNANT TO THE SUBJECT OR CONTEXT INCLUDES ITS SUCCESSORS AND ASSIGNS) HAVING AGREED TO EXEMPT ____________(HEREINAFTER CALLED THE, THE SAID TENDERER(S)‟ WHICH EXPRESSION SHALL UNLESS REPUGNANT TO THE SUBJECT OR CONTEXT INCLUDES HIS SUCCESSORS AND ASSIGNS) FROM THE DEMAND UNDER THE TERMS AND CONDITIONS OF TENDER NO ________________FOR___________________HEREINAFTER CALLED “THE SAID TENDERER‟ OF SUCH BID SECURITY DEPOSIT FOR THE DUE FULFILMENT BY THE SAID TENDERER(S) OF THE TERMS AND CONDITIONS CONTAINED IN THE SAID TENDER ____________FOR ____________ON PRODUCTION OF BANK GUARANTEE FOR RS.______________________(RUPEES ________________________ONLY). 1. WE___________________BANK HEREINAFTER REFERRED TO AS „THE BANK‟ DO HEREBY UNDERTAKE TO PAY TO NFL AN AMOUNT NOT EXCEEDING RS.___________________(RUPEES____________________ONLY) AGAINST ANY LOSS OR DAMAGE CAUSED TO OR SUFFERED BY „NFL‟ REASON OF ANY BREACH BY THE SAID TENDERER(S) OF ANY OF THE TERMS AND CONDITIONS CONTAINED IN THE SAID TENDER (THE DECISION OF THE COMPANY AS TO ANY SUCH BREACH HAVING BEEN COMMITTED AND LOSS SUFFERED SHALL BE BINDING ON US. 2. WE _________________BANK DO HEREBY UNDERTAKE TO PAY THE AMOUNTS DUE AND PAYABLE UNDER THIS GUARANTEE WITHOUT ANY DEMUR MERELY OR A DEMAND FROM „NFL' STATING THAT THE AMOUNT CLAIMED IS DUE BY WAY OF LOSS OR DAMAGE CAUSED TO OR WOULD CAUSE TO OR SUFFERED BY „NFL‟ BY REASON OF ANY BREACH BY THE SAID TENDERER(S) OF ANY OF THE TERMS OR CONDITIONS CONTAINED IN THE SAID TENDER OR BY REASON OF THE SAID TENDERER‟S FAILURE TO KEEP THE TENDER OPEN. ANY SUCH DEMAND MADE ON THE BANK SHALL BE CONCLUSIVE AS REGARDS THE AMOUNT DUE AND PAYABLE BY THE BANK UNDER THIS GUARANTEE. HOWEVER, OUR LIABILITY UNDER THIS GUARANTEE SHALL BE RESTRICTED TO AN AMOUNT NOT EXCEEDING ________________(RS_____________________________________ONLY). 3. WE ____________________BANK FURTHER AGREE THAT THE GUARANTEE HEREIN CONTAINED SHALL REMAIN IN FULL FORCE AND EFFECT DURING THE PERIOD THAT WOULD BE TAKEN FOR THE FINALISATION OF THE SAID TENDER AND THAT IT SHALL CONTINUE TO BE ENFORCEABLE TILL THE SAID TENDER IS FINALLY DECIDED AND ORDER PLACED ON THE SUCCESSFUL TENDERER AND/ OR TILL ALL THE DUES OF NFL UNDER/OR BY VIRTUE OF THE SAID TENDER HAVE BEEN FULLY PAID AND ITS CLAIMS SATISFIED OR DISCHARGED OR TILL A DULY AUTHORISED OFFICER OF NFL CERTIFIED THAT THE TERMS AND CONDITIONS OF THE SAID TENDER HAVE BEEN FULLY AND PROPERLY CARRIED OUT BY THE SAID TENDERER(S) AND ACCORDINGLY DISCHARGES THE GUARANTEE. UNLESS A DEMAND OR CLAIM UNDER THIS GUARANTEE IS MADE ON US IN WRITING ON OR BEFORE THE _____________TO INCLUDE 3 MONTHS CLAIM OVER AND ABOVE THE PERIOD MENTIONED IN THE PARAGRAPH FOR THE VALIDITY OF THE BANK GUARANTEE IN THE TENDER WE SHALL BE DISCHARGED FROM ALL LIABILITY UNDER THIS GUARANTEE THEREAFTER. 4. WE ______________________________BANK, LASTLY UNDERTAKE NOT TO REVOKE THIS GUARANTEE DURING ITS CURRENCY EXCEPT WITH THE PREVIOUS CONSENT OF „NFL‟ IN WRITING. DATED________________DAY OF______________________20 CORPORATE SEAL FOR BANK. Note : BG should be on Rs.100/- non-judicial stamp paper and stamp paper shall be in favour of issuing Bank. ANNEXURE-V NIT No. SC/143089 Dated : 12.02.2015 SPECIFIC CONFIRMATION BY VENDOR Note: Please submit this ANNEXURE duly filled, signed and stamped along with your Unpriced Techno-Commercial Bid 01. Complete Technical Specifications of offered product Quoted prices are on F.O.B. NFL Bathinda / Nangal / 02. Vijaipur basis. 03. EMD submitted Acceptance of 10% of PO Value as Security Deposit04. cum-Performance Guarantee 05. Acceptance of Liquidated Damages for Late Supply Delivery Period for supply of material from the date of 06. receipt of PO Confirm acceptance of 100% payment within 30 days of 07. receipt & acceptance of material at NFL Vijaipur Stores. . Validity of offer for 120 days from the date of opening 08. Submitted a copy of Unpriced Format of Price Bid (with 09. Rates BLANK) along with Unpriced Techno-Commercial Bid. 10. Acceptance of Guarantee Clause as per NIT. 11 Acceptance of Integrated Pact Agreement. Accepted all the terms and conditions of our NIT without 12. any deviations. Submitted a complete set of Tender Enquiry duly signed 13. and stamped by you on each and every page as token of acceptance. Indicated Yes. Yes Agreed Agreed Indicated Agreed Agreed Yes Yes submitted Yes Yes. Signature ________________________________ Name of Signatory_________________________ ( in capitals) Designation of Signatory:____________________ Name & Address of the firm.__________________ ANNEXURE-VI LOADING CRITERIA NIT CONDITIONS: Whenever the bidder is silent about the acceptance of NIT conditions such as performance bank guarantee, warranty period, liquidated damages etc, it shall be presumed that the bidder has accepted these conditions and no loading shall be done while undertaking evaluation. I. II III Offers received without EMD: Full EMD value shall be loaded to the quoted rates as required in the NIT on landed cost of total offer value. Loading on account of discrepancy in the Warranty/Guarantee Period: Wherever bidders quote reduced warranty period, following loading criteria shall be adopted: [10% of CIF/ex-works price x (No. of Months as per NIT– No. of Months quoted)] No. of Months as per NIT non-submission of SD: The loading shall be adopted for shortfall in the bank guarantee agreed by the bidder, for example, NIT calls for bank guarantee for 10%, then, loading shall be done as under @ prime landing rate (SBI PLR) + 1% ; on short fall in Bank Guarantee value agreed by the bidder for delivery period with additional one month period. Bank guarantee for SD Less than 10%. IV Loading Criteria (10% - quoted percentage) of basic price @ prime lending rate (SBI PLR + 1%); on short fall in Bank Guarantee value agreed by the bidder for delivery period with additional one month period. Payment Terms: “Deviation in Payment Terms: NFL will not make any advance/progressive payments. In exceptional cases, advance/progressive payments can be agreed subject to payment of interest @ SBI PLR + 1% and submission of acceptable unconditional Bank Guarantee (BG) of equivalent amount (including interest amount) as per „NFL‟ format. The BG shall have sufficient validity, i.e., quoted delivery period + three months. The deviation in differential payment terms with respect to NIT clause shall be loaded as under for interest @ prime lending rate (SBI PLR) + 1% for the period: (a) Interest calculation against Mobilization Advance. S. No. Payment Terms Period of loading. 1 Advance against LOI/PO Full delivery period + 30 days. (b) Interest calculation on progressive payment. Interest on Progressive payment shall be calculated on FOB/Ex-works price for the following period: S. No. 1 2 3 Payment Terms Against submission of Drawing Against drawing approval Against placement of PO for raw material 4 5 6 7 Period of loading. Full delivery period less one month Full delivery period less two months a. If delivery period < 8 months Full delivery period less two months.. b. If delivery period > 8 months Full delivery period less three months. Against Shipment of raw materials Full delivery period less five months or five months whichever is more. Against Receipt of raw materials Full delivery period less six months or four months, whichever is more. Against Payment for dispatch of 6a. Foreign Bidders = Three months materials/through bank 6b. Indian Bidders=Depending on Delivery conditions viz. Exworks – one and half months FOR destination – one month Against Payment within 30 days Nil Interest will also be charged on advance payment if supplies get delayed beyond delivery schedule stipulated in the P.O. *Interest on interest-free advance payment, if insisted by the bidder, shall be loaded at applicable prime lending rate (SBI PLR) + 1% or as may be indicated in the bidding documents. V. Loading of freight in percentage terms as under: Inland Transportation Charges: A) In case weights and distances are known for all suppliers: i) FOR SMALLS: Inland transportation charges shall be calculated at the rate of Rs.4.50 per KM/MT. (ii) FOR TRUCK LOADS: @ Rs.3 per KM/MT B) While undertaking item-wise evaluation where item wise weights are not available, the following procedure shall be adopted for calculating transportation charges up to NFL site: 1. Transportation from the vendors situated within a distance of 400 KMS. 2. Transportation from the vendors situated within a distance of 401 to 800 KMS. 3. Transportation from the vendors situated at a distance of more than 800 KMS. - 1% of CIF/Ex-works Prices - 2% of CIF/Ex-works Prices - 3% of CIF/Ex-works Prices All Indian parties are required to quote ex-works Price and freight charges up to NFL Site, compulsorily. If all the parties have given freight charges up to site the same shall be considered for evaluation. However, if only some parties have given freight charges, NFL reserves the right to load for such parties who have not quoted freight charges with freight charges as above. NFL‟s decision on this regard shall be final and binding on these Bidders. VI. Transit Insurance Premium as below: Inland Insurance: The inland insurance shall be calculated at the rate of 0.15% of CIF/FOR prices. VII Loading for discrepancy in acceptance of Liquidated damages Clause: If deviation is noted in quoted damages, the proportionate loading for shortfall shall be added as follows: a) b) c) d) Quoted Damages Loading criteria 0.5 % per week subject to a ceiling of 5% of total NO LOADING order value (Ex-works/CIF value) 0.5 % per week subject to a ceiling of 2.5 % of total 2.5% LOADING order value. Damages accepted on undelivered value instead of 2.5% LOADING total order value. Non-acceptance of damages. 5% loading. In case any of the vendor does not accept our standard L.D clause or accept LD less than a ceiling limit of 5%, loading for balance amount shall be done on the quoted prices.