You are on page 1of 42

TENDER NO.

: JRMM174113

INDIAN OIL CORPORATION LIMITED


Gujarat Refinery

TENDER NO. : JRMM174113

Design, Engineering, Fabrication, Testing and Supply of Foam Tender


including procurement of Chassis and its fabrication

INVITED BY:

DEPUTY GENERAL MANAGER (MATERIALS-PURCHASE)


INDIAN OIL CORPORATION LTD. (IOCL)
GUJARAT REFINERY
PO: JAWAHARNAGAR
VADODARA PIN: 391320

Page 1 of 18
TENDER NO. : JRMM174113

INDEX
SR. DOCUMENT FORMAT PAGE NO.

1. COVERING LETTER FOR TENDER PDF 1


2. INDEX PDF 2

3. NOTICE INVITING TENDER (NIT) PDF 3

4. PRE QUALIFICATION CRITERIA PDF 4-5


5. GENERAL INSTRUCTION TO BIDDERS PDF 6-13
6. INSTRUCTION FOR INVOICING PDF 14-16
7. EVALUATION CRITERIA FOR COMPARISON OF BIDS PDF 17
8. INVITATION LETTER FOR DIGITAL SIGNATURE CERTIFICATE (DSC) REQUIREMENT FOR PDF 18
PROSPECTIVE FOREIGN BIDDER
9. SCOPE OF SUPPLY CUM TECHNICAL SPECIFICATION DOCUMENTS PDF 19 onwards
10. PRICE SCHEDULE FORMAT-PRICED XLS (UPLOADED SEPARATELY AS BOQ)
11. PROFORMA FOR DECLARATION ON ACCEPTANCE OF TENDER SCOPE, SPECIFICATIONS, XLS Refer Sheet 1 “Decl. & Accept.-on-Tender-T&C” in XLS
TERMS & CONDITIONS file named “Bid_Documents”
12. SPECIAL TERMS & CONDITIONS OF TENDER XLS Refer Sheet 2 “Special Terms & conditions” in XLS file
named “Bid_Documents”
13. AGREED TERMS AND CONDITIONS (INDIGENOUS)/ (IMPORT) XLS Refer Sheet 3(a) “ATC(ind)”/3(b) “ATC (Imp)” in XLS
file named “Bid_Documents”
14. PROFORMA FOR DEVIATIONS LIST: TECHNICAL & COMMERCIAL XLS Refer Sheet 4(a) “Deviations_Technical”/ 4(b)
“Deviations_Commercial” in XLS file named
“Bid_Documents”
15. PROFORMA FOR DECLARATION AND UNDERTAKING BY MSE BIDDER XLS Refer Sheet 5 “Undertaking for MSE” in XLS file named
“Bid_Documents”
16. PROFORMA FOR DETAILS OF PQC DOCUMENTS DETAILS XLS Refer Sheet 6 “PQC Doc- details” in XLS file named
“Bid_Documents”
17. UN PRICE SCHEDULE FORMAT XLS Refer Sheet 7 “Un priced-BOQ” in XLS file named
“Bid_Documents”
18. PROFORMA FOR DECLARATION OF HOLIDAY LISTING XLS Refer Sheet 8 “Holiday-list-declaration” in XLS file
named “Bid_Documents”
19. GST DETAILS XLS Refer Sheet 9 “GST Details” in XLS file named
“Bid_Documents”
20. PROFORMA FOR BANK MANDATE DETAILS, IOCL APPROVED TRANSPORTERS LIST, LIST PDF (UPLOADED SEPARATELY AS ADDITIONAL
OF IOCL APPROVED TPI AGENCIES DOCUMENT)
21. GENERAL PURCHASE CONDITIONS & BG FORMATS PDF (UPLOADED SEPARATELY AS ADDITIONAL
DOCUMENT)
22. SPECIAL INSTRUCTIONS TO BIDDERS PDF (UPLOADED SEPARATELY AS ADDITIONAL
DOCUMENT)
23. TENDER CONDITIONS FOR BENEFITS/PREFERENCE FOR MICRO & SMALL ENTERPRISES PDF (UPLOADED SEPARATELY AS ADDITIONAL
(MSEs) DOCUMENT)
24. INTEGRITY PACT AGREEMENT FORMAT (If applicable) PDF (UPLOADED SEPARATELY AS ADDITIONAL
DOCUMENT)

List of IOCL directors is available at https://www.indianoiltenders.com/StandardDoc/Download.aspx


ALL ABOVE DOCUMENTS FORM PART OF THE TENDER DOCUMENTS.
In the event of any irreconcilable conflicts , the hierarchy for the acceptance shall be –
(i) Scope of Supply Cum Technical Specifications documents.
(ii) Special Terms & Conditions of Tender
(iii) Agreed Terms & Conditions (Indigenous) / Agreed Terms & Conditions (Import)
(iv) General Purchase Conditions.

Page 2 of 18
TENDER NO. : JRMM174113

1. NOTICE INVITING TENDER (NIT)– E-TENDER


TENDER NO. : JRMM174113
Indian Oil Corporation Limited, a Company incorporated in India and having its registered office at
G-9, Ali Yavar Jung Marg, “Western Express Highway”, Bandra (East), Mumbai-400 051 invites E-
tender under TWO BID (PART-I: Techno-Commercial Bid and PART-II: Price Bid) from bonafide
experienced Bidder of sound financial standing and reputation for the job(s) defined in this tender
covering following items. The details of the tender are given below:

Material Description Design, Engineering, Fabrication, Testing and Supply of Foam


Tender including procurement of Chassis and its fabrication.
Quantity As per BOQ/Enquiry document
Type of Tender Global Open E-Tender (Non-Press )
EMD Amount ₹ 1,60,100/- or USD 2510/- (INR One Lac Sixty Thousand One Hundred
(in INR/USD) Only or USD Two Thousand Five Hundred Ten only)
EMD exempted categories: Micro & Small Enterprises (MSE) as mentioned in “TENDER
CONDITIONS FOR BENEFITS/PREFERENCE FOR MICRO & SMALL ENTERPRISES (MSEs)”,
Central/State PSUs & Govt. Organizations and JVs of IOCL.
Please refer “General Instruction to bidders” for information on EMD submission.
TENDER DOWNLOAD/ SALE Please refer “Critical Dates table” in Tender Details at e-tender Portal
PERIOD
BID SUBMISSION PERIOD Please refer “Critical Dates table” in Tender Details at e-tender Portal
Pre Bid Meeting On 01.02.2018, 10.30 A.M. onwards at Materials Department, New
Admin Building, Gujarat Refinery, Vadodara.
BID OPENING DATE & TIME Please refer “Critical Dates table” in Tender Details at e-tender Portal
Tender will be opened online on https://iocletenders.nic.in/, on or after
mentioned date & time.
Address of the Tender Issuing Authority : Deputy General Manager(Materials-Purchase), GUJARAT
REFINERY, PO: JAWAHARNAGAR, VADODARA-391320 GUJARAT,
Phone- +91-2652237251 / 2237256 /2237260
E-mail : baruas@indianoil.in; agarwala1@indianoil.in; kesarir@indianoil.in
 Tender document (Non-Transferable) can be downloaded from IOCL e-tendering web
site https://iocletenders.nic.in/
 Offer shall be submitted ONLY through online mode on above given IOCL e-tendering
website.
 Bids in physical form sent through fax / email / courier / post will not be acceptable.

Note :- Non Press E-tenders/Any Addendum / Corrigendum / Sale date extension in


respect of above tender shall be issued on our website : https://iocletenders.nic.in only and
no separate notification shall be issued in the press. Bidders are therefore requested to
regularly visit our website to keep themselves updated.

Place: Vadodara DEPUTY GENERAL MANAGER (MATERIALS-PURCHASE)

Page 3 of 18
TENDER NO. : JRMM174113

2.0 PRE-QUALIFICATION CRITERIA(PQC):


2.1 TECHNICAL CRITERIA

Vendor/ Bidder must have manufactured & supplied Foam tender with balance pressure foam
proportioning system/round the pump proportioning system during last 3 years, ending on the last
day of the month immediately preceding the month in which the last date of bid submission falls.

In support of above, vendor/ bidder to submit copies of purchase/work order containing the item
description, ordered quantity and proof of supply of the item along with the offer.

2.2 FINANCIAL CRITERIA


The bidder should have an annual turnover of Rs.72,47,700 / USD 113,530.00 in any of the
last three preceding financial years (2014-15 / 2015-16 / 2016-17).

2.3 COMMERCIAL EXPERIENCE CRITERIA:


Bidders should have executed order(s) during the last five years ending on the last day of the month
immediately preceding the month in which the last date of bid submission falls, as below:

a. Three orders each executed for “Fabrication and Supply of Foam Nurser / Foam Tender / Dry
Chemical Powder Tender / Emergency Rescue Tender / Crash Fire Tender” where executed
value is not less than Rs.36,23,900/- / USD 56,770.00.
OR
b. Two orders each executed for “Fabrication and Supply of Foam Nurser / Foam Tender / Dry
Chemical Powder Tender / Emergency Rescue Tender / Crash Fire Tender” where executed
value is not less than Rs.48,31,800/- / USD 75,690.00
OR
c. One order executed for “Fabrication and Supply of Foam Nurser / Foam Tender / Dry
Chemical Powder Tender / Emergency Rescue Tender / Crash Fire Tender” where executed
value is not less than Rs.60,39,800/-/ USD 94,610.00.

NOTE :- ORDER COST means FOB/FCA/FOR Dispatch point price (inclusive of P&F charges, if any).
However, in case any other cost component like TPI charges, Freight charges, Taxes & Duties etc. are
already included in the Purchase Basic Order Value, as evident from the submitted Purchase order copies,
then ORDER COST shall include such cost components also for the purpose of PQC evaluation.

Other Notes-

a) For fulfilling the commercial experience criteria any one of the following documents are to
be submitted along-with the un-priced bid as valid proof for meeting the criteria:
i. Purchase Order copy along with Invoice(s) with Self certification by the bidder that
supplies against the invoices covering the orders have been executed to the required
value.
ii. Purchase Order copy along with Bank Certificate indicating payment against the PO
iii. Execution certificate by client with order value
iv. IOCL executed Purchase Orders
v. Any other document in support of order execution like TPI release note, etc.

Page 4 of 18
TENDER NO. : JRMM174113

b) For fulfilling the financial criteria, any one of the following are to be submitted along-
with the un-priced bid as valid proof for meeting the criteria:
i. An audited balance sheet of the bidder.
ii. Published Annual report.
iii. In case the balance sheet is available in the public domain the same shall be
accepted etc.

b) In case a foreign bidder submits any of the Pre Qualification support documents in any language
other than English, then it will be the responsibility of such foreign vendor to also provide the
English translation copy of the same duly certified, stamped and signed by their Local Chamber
of Commerce.
c) Bids submitted on consortium and joint -ventures basis are not acceptable, unless otherwise specified
in the Tender.
d) IOCL reserves the right to complete the evaluation based on the details furnished with the bid without
seeking any additional information.
e) In case of ambiguity or incomplete documents pertaining to PQC, bidders shall be given only one
opportunity with a fixed deadline after bid opening to provide complete and unambiguous
documents in support of meeting the Pre Qualification Criteria. In case the bidder fails to
submit any document or submits incomplete documents within the given time, the bidder’s
tender will be rejected.
f) A Company (bidder) shall not be allowed to use the credentials of its parent or any group company to
meet the Experience Criteria.
g) Submission of authentic documents in time is the prime responsibility of the bidder.
h) Wherever IOCL has concern or apprehension regarding the authenticity/correctness of any document,
IOCL reserves the right of getting the documents cross verified from the document issuing authority.

Page 5 of 18
TENDER NO. : JRMM174113

3. GENERAL INSTRUCTIONS TO BIDDERS:


3.1 The Bids shall be uploaded in 2 (TWO) COVERS (COVER-1: Techno-Commercial
Bid and COVER-2: Price Bid) in case of Two bid Tender and in 1 (ONE) COVER in
case of Single bid Tender in electronic form only through Indian Oil e-tendering
system on IOCL E-Tendering website ( https://iocletenders.nic.in/)

COVER -1: Techno-Commercial Bid i.e. Un-Priced Bid should contain:


i. Online EMD / Scanned Copy of EMD Instrument : Demand draft/Bankers
Cheque/Bank Guarantee (if applicable)

ii. Bid_Documents XLS file containing sheets as under, duly filled as applicable and
digitally signed as bidder’s acceptance and confirmation :
a. Sheet 1 “Decl. & Accept.-on-Tender-T&C” - PROFORMA FOR DECLARATION ON
ACCEPTANCE OF TENDER SCOPE, SPECIFICATIONS, TERMS & CONDITIONS
b. Sheet 2 “Special Terms & Conditions”- SPECIAL TERMS & CONDITIONS OF TENDER
c. Sheet 3(a) “ATC(ind)”/3(b) “ATC(Imp)”- AGREED TERMS AND CONDITIONS
(INDIGENOUS)/ (IMPORT)
d. Sheet 4(a) “Deviations_Technical”/ 4(b) “Deviations_Commercial”- PROFORMA
FOR DEVIATIONS LIST: TECHNICAL & COMMERCIAL
e. Sheet 5 “Undertaking for MSE” - PROFORMA FOR DECLARATION AND UNDERTAKING BY
MSE BIDDER , if applicable.
f. Sheet 6 “PQC Doc- details”- PROFORMA FOR PQC DOCUMENTS DETAILS, if applicable as
per Tender.
g. Sheet 7 “Un priced-BOQ” - UN PRICE SCHEDULE FORMAT.
h. Sheet 8 “Holiday-list-declaration- PROFORMA FOR DECLARATION OF HOLIDAY LISTING
i. Sheet 9 “GST Registration Details” – Goods & Service Tax (GST) Registration Details

iii. Documents towards fulfillment of Pre-Qualification Criteria of the Tender (If


applicable as per Tender) as per details submitted in Sheet 6 “PQC Doc-
details”- PROFORMA FOR PQC DOCUMENTS DETAILS

iv. Notarized and on date valid copy of MSE certificate ( if applicable ) and /or Bank
details as per format given in additional documents (if applicable). IN CASE
THESE DOCUMENTS ARE NOT APPLICABLE, PLEASE UPLOAD A PDF FILE,
ONLY INDICATING “NOT APPLICABLE”

v. Any other documents IF specifically asked to be uploaded in the relevant packet.

COVER-2: PRICED BID should contain:


i. Prescribed Price Schedule (BOQ) with Prices. The priced BOQ should be
uploaded strictly as per format available with the tender in the website failing
which the offer is liable for rejection. “The Prices should be quoted in
‘Price BOQ’ only and should not be quoted in any other document”

Page 6 of 18
TENDER NO. : JRMM174113

NOTE: In case of Single bid Tender, the Price Bid shall also be a part of Cover-1.
In case of Single bid Tender, if the bidder is silent on any Tender Clause which calls for
commercial loading, it will be assumed that the bidder has not accepted the specific clause
and specified commercial loading shall be done for evaluation purpose. No confirmation shall
be sought by IOCL after opening of bids.

3.2 A) In case Earnest Money Deposit (EMD) is applicable in the tender as per NIT, the
following shall be applicable for INDIAN BIDDERS

a) EMD amount upto Rs. 1 lac. : EMD to be submitted through online payment at IOCL e-
tender portal along with the offer. EMD payment through Demand Draft, Bankers
Cheque and Swift Transfer shall not be accepted.

b) EMD amount more than Rs. 1 lac. : EMD can be submitted through online payment at
IOCL e-tender portal along with the offer or through Bank Guarantee (BG). Validity of
BG in lieu of EMD shall be 3 months beyond bid validity. Bank Guarantee must be
strictly as per IOCL format as per Annexure-A of IOCL GPC. Scanned Copy of EMD
instrument i.e. Bank Guarantee has to be uploaded in the un-priced bid and the bidder
should also ensure that the above mentioned Original BG in physical form duly enclosed
in a sealed envelope super-scribed with “Offline EMD”, Bidder’s Name, Tender No., Bid
Submission End Date & Item, is received at the Office of CHIEF MATERIALS
MANAGER , Indian Oil Corporation Ltd., Gujarat Refinery, P.O. Jawaharnagar, Dist.
Vadodara – 391 320 as per following schedule:

I. Single Bid Tenders: Before due date and time of opening of bids.
II. Two Bid Tenders: Within 7 working days from the date of opening of technical bids.

Note:
i) For the purpose of receipt of BG, the time recorded in the Receipt / DAK section against
receipt shall be considered as receipt time.

ii) Only those Physical BG instruments found matching with the copy submitted in the e-
portal shall be considered as valid.

IOCL shall not be responsible for postal/courier delay, non-receipt or loss in transit.

IN CASE BIDDER DOES NOT SUBMIT EMD AS MENTIONED ABOVE, THEN THE
BID SHALL BE LIABLE FOR REJECTION.

3.2 B) In case Earnest Money Deposit (EMD) is applicable in the tender as per NIT, the
following shall be applicable for FOREIGN BIDDERS
a) EMD amount upto Rs. 1 lac. : EMD to be submitted through online payment at IOCL e-
tender portal along with the offer. EMD payment through Demand Draft/ Bankers
Cheque/Swift Transfer shall also be accepted.

b) EMD amount more than Rs. 1 lac. : EMD can be submitted through online payment at
IOCL e-tender portal along with the offer/Demand Draft/Swift Transfer or Bank
Page 7 of 18
TENDER NO. : JRMM174113

Guarantee(BG). Validity of BG in lieu of EMD shall be 3 months beyond bid validity. Bank
Guarantee must be strictly as per IOCL format as per Annexure-A of IOCL GPC.

In case of submission of physical EMD instrument i.e. Demand Draft/ Bankers


Cheque/Bank Guarantee, scanned Copy of EMD instrument has to be uploaded in the un-
priced bid and the bidder should also ensure that the Original EMD instrument in physical
form duly enclosed in a sealed envelope super-scribed with “Offline EMD”, Bidder’s Name,
Tender No., Bid Submission End Date & Item, is received at the Office of CHIEF
MATERIALS MANAGER , Indian Oil Corporation Ltd., Gujarat Refinery, P.O.
Jawaharnagar, Dist. Vadodara – 391 320 as per following schedule:

I. Single Bid Tenders: Before due date and time of opening of bids.
II. Two Bid Tenders: Within 7 working days from the date of opening of technical bids.

Note:
i) For the purpose of receipt of Physical EMD instrument, the time recorded in the Receipt /
DAK section against receipt shall be considered as receipt time.

ii) Only those Physical EMD instrument found matching with the copy submitted in the e-
portal shall be considered as valid.

IOCL shall not be responsible for postal/courier delay, non-receipt or loss in transit.

EMD shall be in equivalent US Dollar. Based on authorization by foreign bidder, their Indian
associates may be allowed to submit EMD in INR in form of only Online payment at IOCL e-
tender portal.

IN CASE BIDDER DOES NOT SUBMIT EMD AS MENTIONED ABOVE, THEN THE
BID SHALL BE LIABLE FOR REJECTION.”

3.3 The IOCL Banker’s details required for issue of Bank Guarantees Only are as under:

Bank Name : State Bank of India


Account Number : 10135305063
Bank IFSC code : SBIN0000568
Branch Name : Gujarat Refinery
Address : Adjacent To Indian Oil Corpn. Administrative Building, Vadodara, Gujarat
391320
Please ensure to get indicated Bankers name, contact person name, phone, email,
and Fax No. on Bank Guarantee covering letter of the Bank, to expedite BG
confirmation from your bankers by IOCL.

BGs less than Rs. 1 cr may be accepted from any scheduled bank (including nationalized
banks, other scheduled commercial banks, scheduled cooperative banks and scheduled
regional rural banks) as appearing in the Second Schedule to the RBI Act 1934.

BGs of Rs. 1 cr and above may be accepted, which is issued by any of the following Banks:

Page 8 of 18
TENDER NO. : JRMM174113

1. Allahabad Bank
2. Bank of Baroda
3. Bank of India
4. Bank of Maharashtra
5. Canara Bank
6. Central Bank of India
7. Corporation Bank
8. Indian Bank
9. State Bank of Bikaner & Jaipur
10. State Bank of Hyderabad
11. State Bank of India
12. State Bank of Mysore
13. State Bank of Patiala
14. State Bank of Travancore
15. UCO Bank
16. Union Bank of India
17. United Bank of India
18. Vijaya Bank
19. Andhra Bank
20. Dena Bank
21. IDBI Bank
22. Indian Overseas Bank
23. Oriental Bank of Commerce
24. Punjab & Sind Bank
25. Punjab National Bank
26. Syndicate Bank
27. ICICI Bank
28. HDFC Bank
29. Kotak Mahindra Bank
30. South Indian Bank
31. Federal Bank
32. Exim Bank
33. ING Vysya Bank
34. Axis Bank
35. Yes Bank
36. Citi Bank n.a.
37. HSBC Bank
38. Deutsche Bank ag
39. Bank of America n.a
40. Royal Bank of Scotland
41. BNP Paribas
42. Bank of Nova Scotia
43. Bank of Tokyo-Mitsubishi UFJ Ltd.
44. Mizuho Corporation Bank Ltd
45. Barclays Bank Plc
46. ANZ Bank
47. JP Morgan Chase Bank
48. Standard Chartered Bank
49. DBS Bank
50. First Rand Bank

BGs from any bank other than above can be accepted only if the same is counter-
guaranteed by any of the above 50 banks.

In case the vendor is submitting Bank Guarantee towards EMD or Performance, as per
tender conditions, the vendor to also ensure that The rating of bank sanctioning the BG
should not fall below the rating of 'A' from Moody's or equivalent (from other rating
agency) in case of foreign bank and rating of at least 'AA' from CRISIL or equivalent (from
other rating agency) in case of Indian banks during the tenor of the BG. In case the rating
Page 9 of 18
TENDER NO. : JRMM174113

falls below threshold level at any time during the tenor of BG, the party will arrange to
replace the BG, at its own cost, through any of the bank acceptable to IOC.

3.4 Offer shall be submitted ONLY through online mode on above given IOCL e-tendering
website as per the “Critical Dates” mentioned in the Tender details at IOCL e-tender
portal. The UNPRICED BIDS shall be opened on or after the date and time indicated in
“Critical dates”. IOCL reserves the right to extend the Tender due date before bid
opening. The PRICED BIDS of the Techno-Commercially acceptable bidders shall be
scheduled for opening, at IOCL e-tender portal on a suitable date, and shall be opened
online on or after this scheduled date at IOCL e-tender portal.

3.5 Bids in physical form sent through fax / email / courier / post will not be acceptable.

3.6 Bids will be accepted only through the IOCL e-tender portal. Online bids to be
submitted well in advance to avoid any last minutes hurdles or inconvenience. Please
note that that tender issuing authority is not responsible for the delay / non
downloading of tender document by the recipient due to any problem in accessing the
e-tender website. The tender issuing authority is also not responsible for delay in
uploading bids due to any problem in the e-tender website.

3.7 In case of involvement of foreign vendors, tenders can be submitted either by the
vendor directly or by their Indian agent on behalf of them, but not both. The Indian
agent should represent only one vendor and he is not allowed to quote on behalf of
another vendor for subsequent or parallel tender for the same job.

3.8 Demand draft/banker’s pay order/banker’s cheque for EMD (if & as applicable)
should be in “New CTS-2010 compliant format” in favor of Accounts Officer, IOCL,
Gujarat Refinery payable at Vadodara.

3.9 Release of EMD :


a. EMD of bidders disqualified during techno-commercial bid evaluation shall be released
immediately after approval of Price Bid Opening.
b. EMD of bidders qualified in the techno-commercial bid but unsuccessful in the price bid
stage shall be released immediately after final approval of the ordering proposal by the
competent authority.
c. EMD of the successful bidder shall be released after receipt of an acceptable PBG. In case
PBG is not applicable, EMD of successful bidder shall be returned after ordering.

3.10 EMD exempted categories: Micro & Small Enterprises (MSE) as mentioned in
“TENDER CONDITIONS FOR BENEFITS/PREFERENCE FOR MICRO & SMALL ENTERPRISES (MSEs)”,
Central/State PSUs & Govt. Organizations and JVs of IOCL. IOCL reserves the right to
allow purchase preference to MSEs, DMEPs (if applicable as per tender) and to JV
Companies as per IOCL policy in vogue.

3.11 Please quote your rates, other charges and applicable taxes in the space provided in
the Prescribed Price Schedule (Priced BOQ) and Agreed Terms & Conditions, as
applicable.

Page 10 of 18
TENDER NO. : JRMM174113

3.12 In case any Taxes, freight and other components asked for in the Tender are not
indicated by the Bidder, the same shall be considered to be borne by the Bidder.

3.13 Techno-Commercially acceptable bids shall be evaluated on the basis of Total Cost at
IOCL Site (including P&F, Freight, Inspection charges, Taxes, Transit Insurance and
Commercial loadings for deviations to our tender terms) on Gross Tax Basis. The GST
rates and HSN/SAC codes quoted by the bidder shall be treated as final. Any higher rate
of tax actually invoiced shall be adjusted in price. Generally the lowest bid (Item-wise)
shall be accepted, unless otherwise specified/decided by IOCL in its own Interest.
Foreign bids shall be compared considering Bill Selling Rate released by SBI on the date
of Price bid opening.

In case of tie of evaluated cost between two or more bidders, discount may be taken
from all the L1 bidders through price negotiation. In case, there is still a tie, quantity
may be equally divided amongst the bidders. In case, quantity cannot be divided, the
bidder with maximum turnover may be ordered the full quantity.

3.14 Bidders must submit specific loss control aspects of the offered materials.

3.15 Only Biodegradable packing material should be used for supply of materials.

3.16 Suo-moto increase in price or withdrawing of Offer within the validity period shall not
be allowed and the Offer shall be rejected. Further the vendor shall be liable for action
as per Holiday Listing Procedure of IOCL. Suo-moto price reduction by a supplier shall
not be considered for evaluation. However, if the same supplier happens to get the
order based on original price bids, the benefit of such reduction shall be availed of for
placement of order.

3.17 On account of exigencies, in case bids have to be revalidated before PBO beyond the
originally sought validity, the same may be allowed with or without change in prices.
However, IOCL reserves the right to cancel such tender and refloat the same.

3.18 Negotiations shall not be conducted with bidders as a matter of routine. However,
IOCL reserves the right to conduct Negotiations.

3.19 IOCL reserves the right to make any changes in the terms and conditions of Enquiry and
to accept or reject any or all the bids without assigning any reason and without incurring any
liability to the affected bidder(s). Tender can be abandoned without assigning any reason
and no compensation shall be paid for the efforts made by the bidder

3.20 Payment may be made by E-payment or Cheque at discretion of IOCL.

3.21 A Tender is also liable for rejection in the following circumstances:

i. Does not pay the EMD before deadline


ii. Does not fulfill minimum pre qualification criteria as per the Tender Documents
iii. Submits the tender late i.e. after due date and time
iv. Unsolicited tenders
Page 11 of 18
TENDER NO. : JRMM174113

v. Stipulates the validity period less than what is stated in the Tender Documents
vi. Stipulates his own conditions and does not agree to withdraw the deviations,
rendering his bid unacceptable
vii. Does not disclose the full names and addresses of all his partners or Directors as
applicable wherever called for in the tender.
viii. Does not fill in and digitally sign the required annexures, specifications, etc. as
specified in the tender.
ix. Does not submit bid in the prescribed format making it impossible to evaluate the
bid
x. Indulges in tampering of tender documents
xi. Does not conform to any tender condition which stipulates non-conformance of
tender conditions as a rejection criteria

3.22 EMD shall be forfeited and the vendor may be put in holiday list in case:
a) The Tender is accepted and the vendor fails to furnish Performance Bank
Guarantee (if applicable) or to execute the contracts within the stipulated period.
b) In case the bidder alters/modifies/withdraws the bid suo-moto after opening the
bids (un-priced bids in case of 2 bid tender) and within the validity period. In
such a case, the tender submitted by the bidder shall be liable for rejection.
c) Tampering of e-documents.

3.23 Bidders should declare if the offered product is based on IOCL (R&D) formulation, and
if yes, whether the agreement for royalty payment with IOCL is valid. The vendor
should also enclose an undertaking for the applicable royalty rate payable to IOCL
(R&D), while submitting the offer. Gujarat refinery shall cross check the applicable
royalty from R&D centre, while evaluating the bids. Incentive will be considered while
evaluating the bids by applying negative loading to the rates quoted by manufacturers
using IOCL (R&D formulations, to the extent of royalty inflow to IOCL (R&D, after
adjustment of taxes and surcharges, if any.

3.24 Supplemental letters for revision in prices received from bidders shall be considered
only in those cases where the revision in the price is asked for by IOCL based on
changes in specification/scope of work/commercial terms and conditions.

3.25 ALL CORRESPONDENCE SHALL BE IN ENGLISH LANGUAGE ONLY.

3.26 It shall be the responsibility of the tenderers to fill complete, correct and accurate
information in line with the requirements / stipulations of the tender documents,
regarding their past experience and other information required to facilitate due
evaluation / consideration of their tenders.

If any information given by the bidder / tenderer is found to be incorrect in any


particular, considered by the OWNER to be relevant for the evaluation of the bid /
tender, or is found by the OWNER to misrepresent the facts, or if any of the documents
submitted by the tenderer / bidder in support of or relevant to the bid /tender is found
by the OWNER to be forged, false or fabricated, the owner may reject the bid, and
without prejudice to any other right(s) of action or remedy available to the owner, the
owner may forfeit the Earnest Money given by the bidder in the form of Earnest Money
Page 12 of 18
TENDER NO. : JRMM174113

deposit or bank guarantee in lieu of Earnest Money Deposit in order to compensate the
OWNER for the expenses incurred by it in considering the bid (and not by way of
penalty) and take action for putting the bidder / tenderer on holiday list for such period
as the OWNER in this behalf considers warranted and / or to remove the bidder /
tenderer from the approved list of vendors.

3.27 Refinery being sensitive establishment from fire and safety point of view therefore
vehicle shall be allowed in battery area only equipped with fire extinguisher and spark
arrestor. The personal entering refinery area shall be equipped with PPEs.

3.28 Truck / Tanker should report at IOCL, Gujarat refinery's gate by 8.30 am (excluding
Sundays or holidays) in order to facilitate unloading at the earliest and release of
trucks.

3.29 Motor vehicle act: Vehicles shall follow motor vehicle act 1988 & its latest updated
revision and all other applicable laws of land during transportation of the material
from bidder’s works to Gujarat refinery.

3.30 The bidder entity should ensure that only one bid is submitted by them directly or
by their Agents* on behalf of the bidder entity or as a Consortium Partner( if applicable
in tender). In case it is found that bidder entity has submitted more than one bid, all
their bids in the tender are liable for rejection.
* Agents for the above purposes would be one who agrees and is authorized to act
on behalf of another, a Principal, to legally bind an individual in particular business
transactions with third parties pursuant to an agency relationship.

Submission of bids by different offices / branches of the bidder entity will be


considered as bids from the same bidder entity and will be liable for rejection.

3.31 Successful Vendor to indicate the name of driver/khalasis on the lorry


receipt/challan etc. so that the same can be verified at the entry gate while allowing
entry by CISF. This is required for enhancing security measures for incoming material.

3.32 Successful Vendor to also ensure availability of required original and valid documents
like RC Book, Insurance Papers, Fitness certificate of Vehicle
(Tanker/Truck/Container), Driving License and Cleaner’s photo pass etc. at the time
of dispatch of Materials & delivery at Gujarat Refinery. This shall enable CISF at Gujarat
Refinery to allow them smoothly inside Refinery due to security reasons and avoiding
any hassles at Refinery Gate. In case of non availability of original RC Book in the
vehicle, Notarised (True Copy) of RC Book will also be accepted.

Page 13 of 18
TENDER NO. : JRMM174113

4.Instruction for raising Invoice for GST in materials


purchase contracts
Invoice raised shall contain the following particulars-
a) Name, address and GSTIN of the supplier;
b) Serial number of the invoice;
c) Date of issue;
d) Name, address and GSTIN or UIN, if registered of the recipient;
e) Name and address of the recipient and the address of the delivery, along with the State and
its code,
f) HSN code of goods or Accounting Code of services;
g) Description of goods or services;
h) Quantity in case of goods and unit or Unique Quantity Code thereof;
i) Total value of supply of goods or services or both;
j) Taxable value of supply of goods or services or both taking into discount or abatement if
any;
k) Rate of tax (Central Tax, State Tax, Integrated Tax (for inter-state supply), Union Territory
Tax or cess);
l) Amount of tax charged in respect of taxable goods or services (Central Tax, State Tax,
Integrated Tax (for inter-state supply), Union Territory Tax or cess);
m) Place of supply along with the name of State, in case of supply in the course of inter-state
trade or commerce;
n) Address of the delivery where the same is different from the place of supply and
o) Signature or digital signature of the supplier or his authorized representative.

p) GST invoice shall be prepared in triplicate, in case of supply of goods, in the following
manner-
q) The original copy being marked as ORIGINAL FOR RECIPIENT;
r) The duplicate copy being marked as DUPLICATE FOR TRANSPORTER and
s) The triplicate copy being marked as TRIPLICATE FOR SUPPLIER.
t) In case of any advance given against any supplies contract, the supplier of the goods shall
issue Receipt Voucher containing the details of advance taken along with particulars as
mentioned in clause 4(a),(b), (c), (d), (g), (k), (l), (m)& (p).

Page 14 of 18
TENDER NO. : JRMM174113

IOCL GST DETAILS:


INDIAN OIL CORPORATION LIMITED
PAN AAACI1681G
PROVISIONAL GSTIN
States Provisional ID no
J&K -
Himachal Pradesh 02AAACI1681G3ZZ
Punjab 03AAACI1681G1ZZ
Chandigarh 04AAACI1681G1ZX
Uttarakhand 05AAACI1681G1ZV
Haryana 06AAACI1681G1ZT
Delhi 07AAACI1681G1ZR
Rajasthan 08AAACI1681G2ZO
Uttar Pradesh 09AAACI1681G1ZN
Bihar 10AAACI1681G1Z4
Sikkim 11AAACI1681G1Z2
Arunachal Pradesh 12AAACI1681G1Z0
Nagaland 13AAACI1681G1ZY
Manipur 14AAACI168G2ZV
Mizoram Awaited
Tripura 16AAACI1681G1ZS
Meghalaya 17AAACI1681G1ZQ
Assam 18AAACI1681GIZO
West Bengal 19AAACI1681G1ZM
Jharkhand 20AAACI1681G3Z1
Odisha 21AAACI1681G1Z1
Chhattisgarh 22AAACI1681G1ZZ
Madhya Pradesh 23AAACI1681G1ZX
Gujarat 24AAACI1681G1ZV
Daman and Diu 25AAACI1681G1ZT
Dadra Nagar Haveli 26AAACI1681G1ZR
Maharashtra 27AAACI1681G1ZP
Karnataka 29AAACI1681G1ZL
Goa 30AAACI1681G1Z2
Kerala 32AAACI1681G1ZY
Page 15 of 18
TENDER NO. : JRMM174113

Tamil Nadu 33AAACI1681G1ZW


Puducherry 34AAACI1681G1ZU
Telangana 36AAACI1681G1ZQ
Andhra Pradesh 37AAACI1681G2ZN

GSTIN of State of Gujarat i.e. relevant for Gujarat


Refinery (Excluding LAB Plant) is as under-
GSTN 24AAACI1681G1ZV
PAN AAACI1681G
LEGAL NAME INDIAN OIL CORPORATION
LTD.

GST registration number for LAB-BE at Gujarat


Refinery is 24AAACI1681G2ZU.

Note: In case of any change in any of the provisional Ids, same


will be communicated through mail, or posting through
www.iocl.com
Contact details at IOCL, Gujarat Refinery for GST for any information:

Name Umesh Patel, FM OP Raliya, AM


Contact No. 91-265-2237219 91-265-223 7217
E mail ID PATELUMESH@indianoil.in omprakash@indianoil.in

Page 16 of 18
TENDER NO. : JRMM174113

5.EVALUATION CRITERIA FOR COMPARISON OF BIDS:


Following costs, taxes, duties etc., as applicable, shall be used for evaluation of bids if not
defined otherwise in tender:
 Basic ex-works cost
 Third party inspection charges, if any
 Packing & Forwarding charges,
 FOB/FCA charges ,if any (in case of foreign vendors/imports),
 All taxes and duties applicable in India for both Indian and foreign bidders/imports:
 Port handling charges (for foreign vendors/imports)
 Marine/Air Freight (in case of foreign bidders/imports),
 Inland Freight ( in case of foreign bidders/imports as well as indigenous bidders)
 Transit Insurance (Marine/Air insurance for foreign bidders/imports & inland insurance
for both)
 Testing charges, if applicable
 Technical and commercial loadings, as defined in the Tender document.
 Any other charges indicated by the bidder

For Foreign Bidders/Imports :-

Comparison cost shall be arrived at considering all components as mentioned below :

i. F.O.B./FCA price quoted by the bidder (including stowage charges in case of pipes)

ii. Marine insurance @1%

iii. Prevailing rate of Customs Duty.

iv. All taxes and duties applicable in India

v. Port handling charges @ 3%

vi. Inland freight charges from Port to project site @ 2% of landed cost at Port of Entry

vii. Inland insurance @0.5%

Foreign bids shall be compared considering the Bill Selling Rate released by State Bank of
India as on the date of price bid opening.

Page 17 of 18
TENDER NO. : JRMM174113

6.SCOPE OF SUPPLY-CUM-TECHNICAL SPECIFICATIONS

SCOPE OF SUPPLY INCLUDES:


ITEM NO.10 : CHASSIS FOR FOAM FIRE TENDER
ITEM CODE : 9517900254
QTY : 1 EA
Chassis for Foam fire tender as per attached technical specification.

Note:
1. Fire tender is a composite item. So both procurement of chassis and fabrication of
chassis shall be done by same vendor and bidder to quote for both items. L-I bidder
shall be decided on overall lowest basis.
2. Bidder shall carefully read all attached technical documents and submit the signed
copy of the same as a token of acceptance.
i. Technical Specification for Foam Tender Chassis
ii. Technical specification for Fabrication of Foam Tender
iii. Requirement of Gujarat Refinery.

ITEM NO.20 : FABRICAITON OF FOAM TENDER


ITEM CODE : 9517900204
QTY : 1 EA
Design, fabrication and supply of foam tender as per attached technical specification.
The Foam Tender (FT) including all its accessories & equipment shall be designed &
manufactured in compliance with the attached specification.

TECHNICAL SPECIFICATIONS FOLLOWS.

Page 18 of 18
Indian Oil Corporation Limited
Gujarat Refinery
SPECIFICATION FOR FOAM FIRE TENDER WITH
CHASSIS & ACCESSORIES

Important note for bidder:


1. This sheet to be completely filled, duly signed & stamped by the vendor and submitted with the bid.
2. Non compliance or incompletely filled sheet shall not be considered and offer will be rejected
3. Offer should include all the items under this specification.
4. Deviations, if any shall be clearly mentioned in the offer. Attach a separate sheet.
5. All relevant documents/ data sheet/ catalogue of items required under the specification must be submitted
along with bid in one go. Before submitting the bid, submission must be thoroughly checked for completeness to
avoid further query and clarifications
Sl # Our Requirement Vendor Deviation /
confirmation remark
Item : Technical Specifications for fabrication of Foam Tender for fire fighting
1.1 GENERAL REQUIREMENTS
The Foam Tender (FT) including all its accessories & equipment is required
for fighting mainly oil and gas fires.

It shall be designed & manufactured in compliance with the specifications


given below, other relevant Indian / International standards/Industry best
practice, wherever not specified.

The FT shall be designed to carry water, foam, equipment and accessories.


The vehicle shall have water pump driven through Power Take-off (PTO) unit,
a remote operated Water-cum-Foam Monitor, foam proportioning system,
water mist system, auxiliary foam induction devices etc. as per the detailed
specifications.

All the equipment & accessories will be fixed on the appliance so that each
part is easily accessible for immediate use during emergencies &
maintenance.

The vendor shall ensure the Chassis selected by him for the fabrication of
Foam Tender shall meet all the performance requirements mentioned in this
technical specification.
2.0 SCOPE OF SUPPLY
2.1 This specification covers the requirements regarding design, engineering,
procurement, fabrication, testing and supply of Foam Tender to be used for
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 unit for driving water pump.
 Foam concentrate tank.
 Water storage tank.
 Round the pump foam proportioning system.
 Water cum Foam Monitor with a flow of 1000 GPM capacity using
Single Nozzle
 High pressure water mist system driven by vehicle engine power.
 Body Fabrication.
Vendor Signature & Stamp
Page 1 of 24
Indian Oil Corporation Limited
Gujarat Refinery
SPECIFICATION FOR FOAM FIRE TENDER WITH
CHASSIS & ACCESSORIES

 Accessories and spares as per Technical Specifications.


 Piping, necessary controls, equipment & accessories etc. complete.
 The complete fabricated Foam Tender shall be fitted with
ABS(Anti Lock Braking System) and shall be supplied with
standard tool kit & a jack of minimum 20 ton capacity.
3.0 CHASSIS:
The chassis shall comply with all applicable norms in India at the time of
delivery of the complete fabricated vehicle. All equipment and accessories
will be fixed on chassis in a compact and neat manner and each part shall be
easily accessible, The centre of gravity shall be kept as low as possible.
3.1 The chassis shall be suitable for the fabrication of Foam tender as per given
specifications.
a) The chassis shall comply with all the provisions and enactment of
Indian Motor Vehicle Act-1988, Central Motor Vehicle Rules-1989 and any
amendment made from time to time.
b) The chassis shall be homologated from the appropriate authority in
India in case not already an approved model.
c) The chassis shall confirm to emission norms applicable at the place of
supply of the complete fabricated vehicle (presently Euro-IV).
d) The chassis shall be right hand side drive.
e) The chassis shall be certified to take gross load Vehicle Weight of
minimum 31 tons.
f) The Engine of the Chassis shall be capable of developing a power of
minimum 280 BHP.
g) The chassis shall have turning circle diameter of not more than 23
meter.
h) The overall length of the Chassis shall be minimum 8.5 meter.
i) The Wheel Base of the Chassis shall not be less than 5.1 meter.
j) Vehicle shall be able to achieve minimum speed of 75KMPH on level
road.
k) Vehicle shall be able to being started from rest on a gradient of 1:4.
l) The hand brake shall be capable of holding the fully laden vehicle on a
dry surface gradient of 1:4 when in neutral gear
3.2 Temporary registration of chassis and insurance shall be arranged by the
vendor in the name of Indian Oil Corporation Ltd, Gujarat Refinery and the
complete fabricated vehicle to be handed over at IOCL , Gujarat refinery with
valid temporary registration and insurance. The vendor shall submit all
relevant documents to the owner for Permanent Registration.
3.3 Payment Terms : Payment for Chassis: 100% interest free advance for chassis
against bank guarantee as per IOCL format for equivalent value and this shall
be payable against copy of invoice for chassis from chassis manufacturer
certified by successful vendor and certification of readiness of chassis at the
chassis manufacturer by IOCL approved TPI.
Balance payment: Within 30 days of receipt and acceptance of Foam tender
at Gujarat Refinery site along with submission of performance bank
guarantee
3.4 Till such time the completely fabricated vehicle is delivered to IOCL location, it

Vendor Signature & Stamp


Page 2 of 24
Indian Oil Corporation Limited
Gujarat Refinery
SPECIFICATION FOR FOAM FIRE TENDER WITH
CHASSIS & ACCESSORIES

shall be the vendors' responsibility to protect the chassis from damage,


accident, pilferage etc. Any damage/shortfall shall be made good by the
vendor at no extra cost to IOCL.
3.5 After procuring chassis and during the period of fabrication of Foam Tender,
vendor shall arrange to carry out all periodical services as recommended by
the Chassis Manufacturer at its fabrication site.
3.6 Any modification like Welding, drilling etc. on framework of chassis should be
done as per the body building guideline given by the chassis supplier.
3.7 Any restriction on performance of chassis, observed during execution of
order shall have to be rectified by vendor in consultation with IOCL and
chassis manufacturer. Such corrections shall be at no extra cost to IOCL .
3.8 A spare wheel assembly shall be fitted at suitable place.
3.9 Drag hook or eye hook with adequate strength and design shall be provided
at the rear of the chassis.
3.10 All wiring shall be properly fixed in position and should be protected against
heat, oil and physical damage. Wherever possible wiring should pass through
PVC Sleeves.
3.11 All important electrical circuits shall have separate fuses suitably indicated
and grouped in a common fuse box located in an easily accessible position.
Provision should be made for a minimum 4 Nos. spare fuses in the fuse box.
Fuse box should have visual marking to identify individual fuse details.
3.12 The vendor shall be responsible for supplying all equipment/accessories and
properly fixing them on the tender as described in this specifications
document. Other details and requirements which are not covered under this
specifications document, but may be necessary to complete the Foam Tender
covered under this specifications document, but may be necessary to
complete the Foam Tender and/or to fulfill the operation/performance
requirement shall be provided by the vendor, who shall be responsible for the
designing, engineering and construction of the complete appliance to the full
satisfaction of the owner. Before finalization of design, the same needs to be
approved by IOCL.
3.13 At the end of complete fabrication of Foam tender, the vehicle with fully
laden conditions shall be checked and certified by vendor for correct load
distribution on individual axle. The actual individual load on axle shall not
exceed the allowable limit specified by chassis manufacturer or regulating
authority, whichever is lower. Vendor shall arrange to get certified the correct
load distribution & fabrication of vehicle as per guidelines of chassis supplier
from Chassis supplier.
3.14 Final Registration of the vehicle will be arranged by owner after the
completed vehicle is delivered to the owner. The vendor shall take temp.
registration of completed vehicle & submit all relevant documents to the
owner for final registration. Validity of temporary registration should remain
valid at least three weeks after delivery at IOCL site.
3.15 Cooling System: An appropriate open circuit indirect cooling system shall be
provided to cool the engine. The cooling system hook up should be taken
from common discharge header and not from pump casing drain.
4.0 PUMPS:
Vendor Signature & Stamp
Page 3 of 24
Indian Oil Corporation Limited
Gujarat Refinery
SPECIFICATION FOR FOAM FIRE TENDER WITH
CHASSIS & ACCESSORIES

4.1 MAIN WATER PUMP:


4.1.1 The water pump with automatic priming device shall be
GODIVA/Rosenbauer/Magirus make. The Primer shall be automatic water ring
type primer from the same manufacturer as that of pump
4.1.2 The pump shall be single stage, centrifugal type.
4.1.3 The main pump shall be driven by Vehicle Engine through Power Take-off Unit
(PTO). The PTO shall be supplied by the vendor.
4.1.4 The pump shall be capable of delivering minimum 6000 LPM at 8.5 KG/CM2
(G) at discharge flanges Vendor shall match other parameters of operation
w.r.t. Engine of the chassis..
4.1.5 The pump shall be capable of taking suction from:
Water tank mounted on chassis. (In normal condition).
 Underground reservoir through flexible suction hose up to
suction lift of 7 m. with the help of automatic water ring type
primer.
4.1.6 The pump shall be rear mounted to ensure maximum hydraulic efficiency
when working from open water sources. It shall be mounted in such a way
that vibrations from the drive line (if any) are not transmitted to the control
panel. It shall be accessible and readily removable for repair and
maintenance.
4.1.7 The pump shall have at least four mounting points to ensure that the
complete load of the system is evenly distributed. The mounting shall be
done on heavy “C” channels only. The mountings shall be secured to the
chassis members by bolting.
4.1.8 The rotating drive coupling flange shall be provided with a cover / guard so
that injury is minimized during operation or maintenance of the pump. The
guard shall be bolted and easily removable.
4.1.9 Pump casing shall be made of gun metal/Stainless Steel. Impeller shall be
closed type and shall be made of Gun Metal/Stainless Steel. The impeller 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. Pump shall be self-venting type and shall have
facility to drain water/sludge from the casing.
4.1.10 The primer shall be capable of lifting water upto at least 7 m depth (Suction
lift) at a rate of not less than 30 cm per second in the suction line, when using
100 mm suction.
4.1.11 The pump inlet suction lines shall be so sized and oriented to facilitate suction
as per 4. 1 .5.
4.1.12 The pump discharge shall be routed to:
 6 nos. outlets each fitted with Stainless Steel AUDCO/ L&T make ball
valves and ending in 63 mm SS female coupling (coupling dimension
conforming to IS 903) with single twisted type lug fitted with SS end caps.
The outlet coupling should be inclined down words at about 30 degree
 1000 GPM(US) capacity Foam-cum-water monitor fitted on top of the
vehicle.
4.1.13 The pump suction shall have a suitable box type suction strainer made of
Stainless steel (SS-316L). The strainer should be easily removable for

Vendor Signature & Stamp


Page 4 of 24
Indian Oil Corporation Limited
Gujarat Refinery
SPECIFICATION FOR FOAM FIRE TENDER WITH
CHASSIS & ACCESSORIES

maintenance periodically.

4.2 HIGH PRESSURE WATER MIST PUMP:


4.2.1 An additional auxiliary pump will be provided for use with water mist system.
4.2.2 The High pressure pump shall be driven by side Power take off Unit provided
on the Chassis by the chassis manufacturer. Gear box (if required) for running
the high pressure pump shall be provided by the vendor.
4.2.3 The pump shall be of 150 LPM capacity @100 bar pressure at discharge.
4.2.4 High pressure pump shall be one of the following makes :
a) Interpumps, Italy
b) CAT,USA
c) Gardner Denver, USA
d) Myers,USA.
e) UDOR, Italy
4.2.5 The pump shall have double seal on each plunger with arrangement to keep
the water seals cool & lubricated. Pump shall supply water to two nos. hose
reels for water mist system.
4.2.6 Hose Reels: Two hose reels (high pressure type) will be provided at the High
pressure pump. The hose used shall be rated for 270 bar working pressure.
Two high-pressure fog guns capable of discharging 75 LPM @100 bar
pressure in water mist jet and fog patterns, will be provided. The jet range
will be minimum 25 Mtrs. Both hose reels will have geared winding system.
Plumbing between the pump & hose reels will have clean & unobstructed
water way of not less than 18mm throughout. Hose reels shall be of 60 Mtrs
length each.
5.0 POWER TAKE OFF (PTO) UNIT for main water pump:
5.1.1 PTO unit for driving the main water pump shall be provided by vendor. The
power take off unit shall be of WEBSTER U.K (SB Drive Tech SA) or Hale
Products USA or KOZMAKSAN, OMSI, Itally. The PTO shall be able to meet
performance requirement of the pump.
5.1.2 Vendor shall submit a sketch showing the arrangement of PTO unit for taking
power from main engine on chassis to water pump.
5.1.3 Switch for engaging the PTO shall be provided in the driver’s cabin.
Additionally, arrangement shall be made to engage the PTO by a lever near
the PTO as a manual over-ride in case PTO fail to operate from remote switch
in the cabin. This additional arrangement shall be made in such a way that it
does not restrict tilting of cabin.
5.1.4 Necessary modifications, to the standard drive system available on the
chassis shall be done by the vendor so as to adopt the PTO unit in the system.
Necessary supports for PTO unit, propeller shafts coupling, universal joints
etc. shall be provided by fabrication vendor. The drive assembly components
(shafts, coupling etc.) shall be dynamically balanced and the vibration at any
of the rotary parts shall be minimum and in no case vibration shall exceed
76mm/sec (Peak). Pump shall not be opened for dynamic balancing.

Vendor Signature & Stamp


Page 5 of 24
Indian Oil Corporation Limited
Gujarat Refinery
SPECIFICATION FOR FOAM FIRE TENDER WITH
CHASSIS & ACCESSORIES

5.1.5 High pressure pump for water mist shall run with side PTO. Side PTO shall be
supplied by chassis manufacturer. All necessary attachments required for
using the side PTO shall be made by the vendor.

6.0 WATER TANK:


6.1 Water tank shall be of 4000 liters net capacity. 2% expansion space shall
be made in the tank over & above the water capacity. A calibrated dip
tape shall be provided on the tank to measure the tank level.
6.2 Mounting: The tank shall be mounted on flexible mounting with metacone
pads of polybond/trelleborg make or equivalent (depending on the
manufacturer’s standard mounting procedures) which shall prevent distortion
due to chassis flexion. The bottom tank shall be slightly sloped towards the
pump suction connection to permit the full contents of tank to flow into the
pump. Suitable hooks / lifting eyes shall be provided on top of the tank to
enable it to be lifted off the vehicle for maintenance/repairs. The bottom of
the hooks shall be suitably reinforced with pads to avoid stress on the tank
top plate.

6.3 The water tank shall be fabricated out of 5 mm thick SS-316L (A 240 Type SS-
316L/IS-6911:2004) plate all around except the top plates. Top shall be of 3
mm SS-316L (A 240 Type SS-316L/IS-6911:2004) plate.
6.4 The tank shall be of welded construction and die-pressed plates will be used
on all sides to prevent distortion and to ensure torsional rigidity. Due care shall
be taken to ensure that butt-weld joints are minimized. Wherever butt joints
are unavoidable, they will be radio-graphically tested. The test films & reports
shall be submitted at the time of stage inspection. All other joints shall be DP
tested for soundness of welding.
6.5 The tanks shall be suitably stiffened with SS 316L angles/ flats(IS 6911:2004) so
as to avoid buckling & distortion.
6.6 Complete welding shall be done with Argon Gas aided (GTAW) process. SS-
316L compatible electrodes and filler wires shall be used. The make of the
electrodes shall be Advani, Oerlikon, D&H, ESAB or L&T.
6.7 Water tank shall have convex shape at bottom for lowest centre of gravity.
Top of tanks shall be flat.
6.8 Baffles: The tank shall have suitable criss cross baffles of 3 mm SS-316L (A 240
Type SS-316L/IS-6911:2004) plates, so as to avoid water surging due to
movement of vehicle. The baffle plates will be placed at every 900 mm (Max.)
interval. Baffle plates will be connected to the tank with SS bolts/nut (A193 Gr.
B8/A194 Gr. B8). The threads of bolts shall be tack welded beyond the nut to
prevent them falling into the tank. The baffles should be so designed that they
do not distort / buckle under any circumstances during braking & cornering.
Suitable padding shall be provided between baffle plate and tank shell.
6.9 An inspection manhole of 500MM size shall be provided on top with boltable
cover with suitable gasket. Cover and neck shall be of 5 mm thickness. The
manhole shall be fitted with an attached SS nameplate (Etched) with marking
‘WATER’ (letter size 100MM). An anti-vortex device shall be provided in tank
nozzle for pump suction. In addition ‘WATER’ should be written on the
manhole with fluorescent strip for night visibility.

Vendor Signature & Stamp


Page 6 of 24
Indian Oil Corporation Limited
Gujarat Refinery
SPECIFICATION FOR FOAM FIRE TENDER WITH
CHASSIS & ACCESSORIES

6.10 Tank shall have water filling orifice of 150 mm dia at the top and with a
removable conical strainer of SS- 316L fitted to it. The filling hole shall have a
hinged/bolted cover with suitable gasket. Cover and neck shall be of SS- 316L
of 5 mm thickness and have an etched SS name plate with marking WATER.
The strainer shall be of removable during cleaning without any hot job.
6.11 The tank shall also have an easily accessible cleaning hole of 250MM dia and
50MM drain pipe with SS ball valve and 63MM (SS) instantaneous male
coupling incorporated in it.
6.12 Overflow: The tank shall be fitted with overflow pipes of suitable diameter
and the discharge end shall be taken below the chassis without reducing the
effective ground clearance. The overflow pipe should be 2 nos of minimum
100mm diameter or 01 no pipe of 150 mm diameter. The line shall be
adequately supported.
6.13 Level Indicator: A water level indicator will be provided close to the control
panel. The level indicators shall be of the graduated glass tube fitted in an SS
sleeve for protection. Arrangement shall be provided to isolate the tube from
the tank for maintenance. A three way valve will be provided at the bottom to
drain water in the tube. A float which is easily visible at night should be
incorporated in the tube to indicate levels in darkness.
6.14 The tank shall be filled with suitably sized inlet line from pressurized
hydrant mains. 08 nos. 63MM (SS-304) instantaneous male connectors (04
on each side of the foam/water tender) shall be connected to the filling line.
All of inlet connections shall be ergonomically designed for easy connection
from fire hydrants during emergency and these should be covered to
protect them from mud/ dirty water of road. Each inlets shall be provided
with SS make ball valve of AUDCO/ L&T make.
6.15 The inlet line in the tank shall have an adequately strong deflector plate,
which will avoid the incoming jet of water from hitting the tank side/roof.
6.16 All the outlets and inlets from the tank shall be taken by installing nozzles of
suitable length and shall have suitable reinforcement pads of SS-316L (A 240
Type SS-316L/IS-6911:2004). Nozzles shall be of SS-316L and suitable flange of
suitable thickness of SS-316L (ASTM A182 F316) drilled to ANSI B 16.5
specification to be provided.
6.17 Reinforcement pads at tank supporting shall be of same thickness and
material as that of the water tank. Diameter of the Reinforcement pads shall
be 1.5 times diameter of nozzles
6.18 A suitable SS strainer shall be provided at the suction of the pump inside the
water tank. The location shall be such that it becomes easily removable
during maintenance.
6.19 All plumbing shall be reasonably accessible for maintenance purposes.
Screwed bends, joints shall be avoided as far as possible. All the joints will be
flanged type & shall have “O” ring sealing of Teflon (PTFE). Rubber gaskets
shall not be used anywhere in the plumbing.
6.20 Antivortex device shall be provided inside the water tank at the pump
suction.
7.0 FOAM TANK:

Vendor Signature & Stamp


Page 7 of 24
Indian Oil Corporation Limited
Gujarat Refinery
SPECIFICATION FOR FOAM FIRE TENDER WITH
CHASSIS & ACCESSORIES

7.1 The foam compound tank of 6000 liters net capacity shall be fabricated out
of 5 mm thick SS-316L(A 240 Type 316L/IS-6911:2004) plates all around
except the top plates, which shall be of 3mm SS-316L (A 240 Type 316L/IS-
6911:2004) plate. In addition 2% of expansion space shall be provided in the
tank, over and above foam compound capacity.
7.2 The tank shall be of welded construction & shall be die-pressed on all sides to
prevent distortion & to ensure torsional rigidity. Due care shall be taken to
ensure that butt-weld joints are minimized. Wherever butt joints are
unavoidable, they shall be radio-graphically tested. The test films & reports
shall be submitted at the time of stage inspection. All other joints shall be DP
tested for soundness of weld joints.
7.3 Complete welding shall be done using only Argon Gas aided (GTAW)
process using only SS316L compatible filler wires. The make of the
electrodes shall be of Advani, Oerlikon, D&H, ESAB, or L&T.
7.4 The tank shall have criss cross baffles of 3 mm SS-316L (A 240 Type 316L/IS-
6911:2004) plates, so as to avoid surging due to movement of vehicle. Baffle
plate shall be connected to the tank with SS nut/bolts (A194 Gr. B8/A193 Gr.
B8). The threads of bolts shall be tack welded beyond the nut to prevent
them falling in the tank. Suitable padding shall be provided between baffle
plate and tank shell. The baffles should be so designed that they do not
distort / buckle under any circumstances during braking & cornering.
7.5 Mounting: The tank shall be mounted on flexible mounting with metacone
pads of polybond/trelleborg make or equivalent (depending on the
manufacturer’s standard mounting procedures) which shall prevent
distortion due to chassis flexion. The mounting shall permit the full contents
of tank to flow into the pump. The bottom of the tank shall be slightly
sloped towards the tank to pump suction connection. Suitable hooks /
lifting eyes shall be provided on top of the tank to enable it to be lifted off
the vehicle for maintenance/repairs. The bottom of the hooks shall be
suitably reinforced with pads to avoid stress on the tank top plate.
7.6 The tank shall be fitted with a sludge trap. The tank shall also have a cleaning
manhole of 250MM dia and 50MM-drain pipe with S.S. ball valve and 63MM
(SS) instantaneous male coupling incorporated in it.
7.7 Foam tank shall have convex shape at the bottom for lowest center of
gravity. The top plate shall be flat.The bottom of the tank shall have a slight
slope towards the sludge trap.
7.8 Tank shall have foam filling opening of 150 mm dia at top and with a
removable conical strainer of SS-316L fitted to it. The fill pipe shall extend to
the bottom of the tank to avoid foaming while filling the tank. The filling hole
shall have a hinged/bolted cover with suitable gasket. Cover and neck shall
be of SS-316L(A 240 Type 316L/IS-6911:2004) of 5 mm thickness and have an
attached SS name plate with marking FOAM. A calibrated dip tape shall be
provided on the tank to measure the tank level. Foam with fluorescent tape
shall be written on the manhole.
7.9 Inspection manhole of 500 mm dia having hinged /bolted cover with suitable
gasket and locking arrangement to be provided. Cover and neck shall be of 5
mm thickness. Manhole cover shall have an SS name plate marked FOAM of
letter size 100 mm.

Vendor Signature & Stamp


Page 8 of 24
Indian Oil Corporation Limited
Gujarat Refinery
SPECIFICATION FOR FOAM FIRE TENDER WITH
CHASSIS & ACCESSORIES

7.10 All the outlets from the tank shall be taken by installing nozzles of suitable
length and shall have suitable reinforcement pads of SS-316L. Nozzles shall
be of SS-316L and suitable flange of suitable thickness of SS-316L (A 182 F-
316) drilled to ANSI B 16.5 specification shall be provided. A suitable SS
strainer shall be provided at the pump suction inside the foam tank.
7.11 All plumbing shall be reasonably accessible for maintenance purposes.
Screwed bends, joints shall be avoided as far as possible. All the joints will
be flanged type & shall have “O” ring sealing. Rubber gaskets shall not be
allowed in the plumbing.
7.12 Reinforcement pads at tank supporting structure shall be of same thickness
and material of the foam tank.
7.13 Level Indicator: A foam level indicator will be provided close to the control
panel. The level indicators shall be of the graduated glass tube provided in an
SS sleeve for protection. Means will be provided to isolate the same from the
tank for maintenance as well as to extend the life of the tubes. A three way
valve will be provided at the bottom to drain the tube. A float which is easily
visible at night should be incorporated in the measure tube to indicate levels
in darkness.
7.14 Foam tank shall be equipped with pressure/ vacuum vent that enables the
tank to compensate for changes in pressure or vacuum when filling or
withdrawing foam concentrate from the tank.
7.15 The pressure/ vacuum valve shall not allow atmospheric air to enter the foam
tank except during operation or to compensate for thermal fluctuations.
 The vent with an isolation valve shall be provided . The vent can be
isolated in case the tank is used for storing AR-AFFF.
 PVV (Pressure Vaccum Valve) of suitable dimension shall be provided
on AR-AFFF Tank.
 The vent and PVV shall individually be of sufficient size to prevent
tank damage during filling or foam withdrawal.
8.0 ROUND THE PUMP FOAM PROPORTIONATING SYSTEM:
8.1 The foam proportionating system will be round the pump foam
proportioning type, which can induct the foam concentrate to the water
stream according to the flow of water.
8.2 The foam system shall be designed to induce both 1 % or 3% foam
(Selectively) for all the deliveries and monitor individually or simultaneously.
The metering device shall be calibrated such that it shall be able to induce 1 %
or 3% foam with respect to the number of deliveries and / or monitor
operating at that time.
8.3 The Proportioner shall be installed in such a way that it will not be liable to
mechanical or other failures. The selector valve will have six settings one each
for the delivery outlet. Each upward setting will result into an equal increase
in the foam concentrate flow rate.
8.4 AUXILIARY FOAM INDUCTION DEVICE.
8.4.1 Induction devices operated through hydrant water are required for directly
picking up foam from foam tank. Induction device should induct 1 % and 3%
2
foam. At the inlet water pressure of 7.00KG/CM (g). FB-10X branch shall
operate optimally with this foam induction.
8.4.2 One induction device shall be provided on either side of the tender. Induction
device (2 Nos.) shall have its outlet connected to 1 No. 63MM female
Vendor Signature & Stamp
Page 9 of 24
Indian Oil Corporation Limited
Gujarat Refinery
SPECIFICATION FOR FOAM FIRE TENDER WITH
CHASSIS & ACCESSORIES

instantaneous coupling (SS) for use of foam hand line.


8.4.3 One SS-304 (A 351 Gr. CF8) ball valve of suitable size shall be provided on
each inductor line between foam line(from the tank) and inductor.
9.0 PIPING:
9.1 Foam piping circuit & fittings on the vehicle will be of SS-ASTM A312 Type
316L material. Water piping & its fittings shall be of SS-ASTM A312 Type 316
material.
9.2 All piping shall be seamless and designed for 10% over the maximum
pressures encountered in the pipe.
9.3 The piping shall have flanged joints for ease of maintenance. However,
flange joints shall be kept minimum.
9.4 Valves of less than 1.5” size shall be forged and valve more than 2” size can
be of cast construction.
9.5 All lines shall be hydraulically tested at 1.5 times of the design pressure and
pressure shall be held for two hours. In no case the lines shall be tested below
25 kg/sq. cm. (g).
9.6 All lines shall be suitably supported so as to provide rigidity and avoid vibrations.
9.7 All lines less than 1.5” NB size can be socket welded to matching rating
fittings. All lines above 2” NB size shall be butt welded with full penetration
welds.
9.8 FOAM PIPING
9.8.1 Total piping in foam circuit shall be of SS-ASTM A312 Type 316L unless otherwise
specified.
9.8.2 All ball valves in foam circuit shall be of SS-316 (A351 Gr. CF8 body and SS
internals) with Teflon seats.
9.8.3 All gaskets in foam lines shall be spiral wound (conforming to API-601) with
SS-316 rings and asbestos filler. Alternately Viton ‘O’ rings may also be used.
9.8.4 All bolting shall be of SS-316 (A193 Gr. B8 / A 194 Gr. 8).
9.8.5 Provision shall be kept for flushing the foam lines with water from on board
water pump and from an external source.
9.9 WATER PIPING
9.9.1 Total piping in water circuit shall be of SS-ASTM A312 Type 316L unless otherwise
specified.
9.9.2 All gaskets in water lines shall be spiral wounds (conforming to API-601) with
SS-316 rings and non asbestos filler . Alternately Viton ‘O’ rings may also be
used.
9.9.3 All bolting shall be of SS-316 (A193 Gr. B8 / A 194 Gr. 8).
9.10 A flow chart and schematic diagram shall be made and submitted with the
technical bid.
10.0 FOAM CUM WATER MONITOR
10.1 1 No.(UL/FM approved)Water cum Foam Monitor of AKRON
Brass/ELKHART/TFT make with minimum flow of 1000 GPM capacity and
following details to be mounted at rear side on the top of the foam/water
tender :

Vendor Signature & Stamp


Page 10 of 24
Indian Oil Corporation Limited
Gujarat Refinery
SPECIFICATION FOR FOAM FIRE TENDER WITH
CHASSIS & ACCESSORIES

10.2 Complete Monitor assembly along with its remote operation mechanism,
remote panel etc. Shall be supplied by the above mentioned monitor
supplier only.
10.3 Remote operation of the Monitor shall be done using vehicle battery.
10.4 Suitable arrangement shall be made so that inlet from pressurized hydrant
mains can be diverted to foam/water monitor directly.
10.5 The vendor shall ensure that the piping for mounting 1 No. of Water cum
Foam Monitor shall be of adequate size, so as to ensure performance of this
foam/water monitors.
10.6 The monitors shall be adequately supported to take care of reaction force
generated by the monitor when it discharges water / foam at 10 kg/cm2
pressure.
11.0 ACCESSORIES:
11.1 Foam/water tender shall be provided with the following accessories in
addition to those fitted to the chassis. All the accessories shall be suitably
fixed in position in lockers or other suitable places on the tender.

Vendor Signature & Stamp


Page 11 of 24
Indian Oil Corporation Limited
Gujarat Refinery
SPECIFICATION FOR FOAM FIRE TENDER WITH
CHASSIS & ACCESSORIES

Vendor Signature & Stamp


Page 12 of 24
Indian Oil Corporation Limited
Gujarat Refinery
SPECIFICATION FOR FOAM FIRE TENDER WITH
CHASSIS & ACCESSORIES

Vendor Signature & Stamp


Page 13 of 24
Indian Oil Corporation Limited
Gujarat Refinery
SPECIFICATION FOR FOAM FIRE TENDER WITH
CHASSIS & ACCESSORIES

NOTE 1:- Accessories to be supplied with ISI mark wherever available and
not specified otherwise. Otherwise vendor to give certificate that
accessories confirm to relevant IS-specification. In case where no IS code is
applicable, certification of UL/FM/EN will also be considered.
12.0 CONTROL PANEL:
12.1 All the controls like suction inlet, and monitor valve shall be pneumatic with
manual over-ride. Pneumatic actuator shall be installed on all the pneumatic
controled valves. All delivery valve shall be lever operated ball valves.
Separate air cylinders / pistons connecting handles of the valves shall not be
permitted. Master Isolation valve shall be provided after air tanks in the
driver cabin for taking pneumatic supply to rear control. The switches for the
pneumatic valves shall be provided on the control panel. Adequately
illuminated pump operating panel made of SS sheet shall be provided at the
rear side of the appliance at such a location that it does not hamper pump
operation by operator and these shall include the following:
A. Auxiliary throttle control for the engine.
B. Independent glycerin filled pressure gauges calibrated to 25 KG/CM2
for each pump discharge.
C. Threaded suction inlet of water pump with blind cap.
D. Control for using the auxiliary foam compound by pick up tube.
E. Quick opening valve for lining up water tank to pump.
F. Level gauge for water & foam tanks.
G. Priming valve for water pump if required shall be provided by the party.
H. System schematic etched on Stainless Steel plate of A3 size.
I. Operating instruction plate and flushing out instruction plate
(both on boldly etched Stainless steel plates).
J. RPM for pumps.
“Pump Engaged” indicators shall be provided both in the driving
compartment and on the pump operator’s panel to indicate that the pump
shifting has been successfully completed.
In addition to the mentioned above, vendor shall provide any other items
that he may find essential. Any of these items which are also
required in the driver’s cabin shall be provided at suitable locations in the
driver’s cabin. Each lever, switch, valve, gauges, outlet/inlet etc. shall have
identification made on metal plate and duly riveted. The microphone of the
PA system shall be fixed inside the driver cabin on a flexible stand at a
suitable location.
13.0 BODY WORK:
13.1 FIRE CREW CABIN:

Vendor Signature & Stamp


Page 14 of 24
Indian Oil Corporation Limited
Gujarat Refinery
SPECIFICATION FOR FOAM FIRE TENDER WITH
CHASSIS & ACCESSORIES

i) The crew cabin shall be designed by the vendor to accommodate


one row of 4 crew seats behind the Driver’s/Co-passanger sea. Four doors
will be provided in the cabin for driver, copassanger and crew members.
The rear doors shall be sized generously with proper arrangement for
embarking and disembarking of crew members. The doors shall open
outwards and hung forward and shall have levers for unlatching from
outside and inside.
ii) The Doors shall have Power Window. The doors shall be provided
with shatterproof safety glasses.
iii) First aid box shall be suitably mounted in the cabin at easily accessible
location.
iv) Non slip type steps & grab rails shall be provided in the cabin to
assist the crew members to get in & out.
v) deformation in the intended usage of the vehicle.
vi) Cabin shall have one roof light & two side lights (one on each side)
for proper illumination of cabin.
vii) The entire floor of the crew cabin shall be provided with vinyl matting of
minimum 6MM thickness with anti-skid features.
viii) Seating: The driver's & officer’s seat will be provided in the front row.
The crew seat shall have individual seating for four crew members and shall
be fitted with brackets for placement of BA sets(6 litre water capacity and
300 bar) in an upright position. The seats shall be of the wear & walk away
type so that when the crew disembarks from the vehicle the BA sets should
easily come off the seats with them. The seat bottom will be theater type,
which will automatically flip up when the fireman gets up, thereby freeing up
the space for easy embarking & disembarking. The complete seat assembly
shall be from HO Bostrom, Ziamatic, USA or Seats Inc. (USA). All BA sets shall
be fitted by IOCL after supply of the vehicle.
ix) The cabin extension shall be done in such a manner that cabin can be
tilted easily for maintenance of the engine. All necessary modification for
extension of the cabin like shifting of airinlet etc. shall be done by the
vendor.
13.2 STRUCTURE/FRAME WORK :
The structure/frame work on chassis shall be of welded construction made
from SS pressed sections and made from 30 mm X 30 mm X1.6 mm hollow
square section of SS-316 and distance between each horizontal and vertical
square shall be maximum 500 mm.
i) The extension of the crew cabin shall be done using structure & panelling of
same material & thickness as used by the chassis supplier for original cabin.
ii) Cross supporting members of the paneling shall be made of SS-316 channels
of 75 mm X 5 mm thickness
iii) The roof should be strong enough for being walked-on and must be
sufficiently supported. The intermediate walls and shelves shall be
constructed from aluminium sheets paneled to the structure.

Vendor Signature & Stamp


Page 15 of 24
Indian Oil Corporation Limited
Gujarat Refinery
SPECIFICATION FOR FOAM FIRE TENDER WITH
CHASSIS & ACCESSORIES

iv) Complete flooring and paneling shall be of 3 mm alluminium sheet. The


vehicle shall be covered on top with 3 mm thick alluminium chequered sheet
having rainwater channel at both side. Guide Rails shall support over entire
length on both sides.
v) Proper draining arrangements shall be provided on the entire roof, crew
cabin and inside the lockers.
vi) The roof of the cabins should be rigid enough to take the weight of two
persons without deforming the roof sheeting
vii) Proper access ladder with Grab rails and non-skid steps shall be provided to
give access to the roof for approaching the extension ladder, manholes for
tanks and monitor etc.
viii) Access handrails shall be provided at each entrance to a driving or crew
compartment and at each position where steps or ladders for climbing are
located. Access handrails shall be constructed of, or covered with, a slip-
resistant, non-corrosive material. Handrails shall be between 1 in. and 1-5/8
in. (25 mm and 41 mm) in diameter and have a minimum clearance between
the handrails and any surface of at least 2 in. (51 mm). All handrails shall be
designed and mounted to reduce the possibility of hand slippage and to avoid
snagging of hose, equipment, or clothing.
13.3 LOCKERS:
i) Size and number of locker shall be decided such that all the accessories
mentioned in this specs can be accommodated easily. In addition, lockers
should also be provided on either side to accommodate 5 nos DCP fire
extinguishers of 9 kg capacity, 20 nos. of 22.5 m length fire hose and 10 nos.
additional accessories/items which can be easily accommodated in single
layer and equipments may be accommodated in maximum three layers.
Sufficient numbers of lockers shall be provided to accommodate all the
equipment/accessories in an easily accessible manner.(Hoses & extinguisher
are not in scope of supply of fabricator)
ii) All lockers shall be provided with Roller type shutter doors of MCD(France),
Fireco(Italy), Dover(UK), Ziegler(Germany) make. The shutter assembly
including the LED lighting, the side, bottom and main profiles as well as the
locking system shall be from the shutter manufacturer only.
iii) Roller shutters shall be of hollow rectangular shaped & made from aluminum
inter-changeable links connected by means of plastic profiles. Sealing of
roller shutter shall be watertight when closed.
iv) Roller shutters shall be inward rolling type and shall be provided with guide
rails over entire length on both sides to make them torsion free.
v) When shutters are rolled, unobstructed access should be available to the
equipment & hoses. Shutters should open in all positions of the vehicle even
in rough terrains.
vi) Roller shutters shall have locking arrangement to prevent accidental opening
during movement of the vehicle.
vii) 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. A
Vendor Signature & Stamp
Page 16 of 24
Indian Oil Corporation Limited
Gujarat Refinery
SPECIFICATION FOR FOAM FIRE TENDER WITH
CHASSIS & ACCESSORIES

master switch for isolating the locker lighting circuit shall also be fitted in the
driver’s cabin.
viii) Lockers shall have arrangement for self draining of any water entering inside.
ix) Lockers shall be accessible from ground level by a man of average height
(1.67M). These should be designed ergonomically and only one person should
be able to open and handle it. Fasteners used in all cases shall be made of SS
(A193Gr.B8/A194Gr.8)
x) All the Lockers shall be provided with, 4MM thick, neoprene rubber mat of
reputed make at bottom and up-to 12 inch on three sides.
13.4 FOR OTHER WORK ON CHASSIS:
i) Ladder Gallows: Ladder gallows shall be provided for carrying 35 ft.
aluminum double extension trussed type ladder(as specified in the
accessories). The design shall be such that the ladder can be released from
the ground without difficulty & will embody rollers to permit easy
withdrawal by one man. Tipping type ladder gallows, with locking
arrangement, which will ensure removal of ladder without the person having
to climb on the roof top, shall be fitted. The system shall be easy to operate
and shall permit a person standing on the ground to bring the ladder down.
Means will be provided for locking the ladder when stowed.
ii) No part of the bodywork shall reduce ground clearance of vehicle to less than
36cm. & not increase the overall width to more than 2.50M. The highest part
of the appliance with the ladder and monitor mounted on it shall not exceed
3.60M from the ground level. The construction of super-structure shall not
reduce the angles of approach below 27 degree.
iii) All wiring shall be of standard make like Finolex/ KEI/Nicco
Corporation/RPG/Universal Cables & ISI marked.
iv) The wire shall be stranded copper or copper alloy conductors of a gauge rated
to carry 125 percent of the maximum current for which the circuit is
protected. Voltage drops in all wiring from the power source to the using
device shall not exceed 10 percent. The use of star washers for circuit ground
connections shall not be permitted.
v) Wiring shall be uniquely identified at least every 2 ft (0.6 m) by color coding
or permanent marking.
vi) Circuits shall be provided with properly rated low-voltage over-current
protective devices. Such devices shall be readily accessible and protected
against heat in excess of the over-current device’s design range, mechanical
damage and water spray. Circuit protection shall be accomplished by utilizing
fuses, circuit breakers, fusible links, or solid state equivalent devices.
vii) Switches, relays, terminals, and connectors shall have a direct current (DC)
rating of 125 percent of maximum current for which the circuit is protected.
viii) All light fixtures shall be placed in recesses or protected by grill covers to
avoid damage by movement of material/personnel.
ix) Arrangement shall be made on Dashboard opposite to the fire officers’ seat
Vendor Signature & Stamp
Page 17 of 24
Indian Oil Corporation Limited
Gujarat Refinery
SPECIFICATION FOR FOAM FIRE TENDER WITH
CHASSIS & ACCESSORIES

to fix a Motorola mobile wireless set of 25W capacity. Power supply shall be
provided from vehicle battery. The owner shall fit wireless set later.
x) LED lights shall be installed under the cabin, operating panel & body around
the perimeter of the vehicle, in compliance with NFPA 1901. The lights shall
be strategically placed to illuminate the immediate ground area around the
vehicle. The under body lights shall be switchable from the cabin but also
automatically activate when any of the cabin doors are opened. The
remainder of the lights shall be switched on from the cab. There shall be one
flashing red LED located in cab, within clear view of driver which shall be
automatically illuminated whenever any passenger or body door is ajar. The
light shall be marked "Do Not Move Apparatus When Light Is On" in
compliance with NFPA 1901. There shall also be provided 5 LED lights at the
highest level of the vehicle for area lighting in the vicinity of the vehicle.
These shall be approx. 1 Mtr in length and shall be fitted at strategic locations
on the sides (above the shutters). Minimum one light shall be installed above
each shutter. Blue strobe lights shall be provided at all four corners of the
vehicle top (two on cabin and two at the rear). These shall be of the high
intensity type with regular and intermittent flash pattern. Cover of these
lights shall be moulded as per body profile and shall sit flush with the base
and sides
14.0 PAINTING AND MARKING:
14.1 Vehicle Exterior Paint: Once the paneling is completed and surface
preparation is done, the complete vehicle (all exterior surfaces) should
be painted with one coat of zinc silicate primer of minimum 50
microns DFT by spray painting. Thereafter two coats of high build
polyurethane finish paint each coat of 50 microns DFT shall be applied.
The paint shall be of Du-Pont /PPG/Standox/Akzonoble only. This
should be poly-urethane (PU) based paint with a life of minimum 10
years. Du-Pont hardner shall be applied on paint. The bidder shall
guarantee fade resistance of minimum 5 years from supply even if the
vehicle is kept in the open. The color of exterior body shall be Signal
red colour.
14.2 The entire structure will be prepared by grinding the welded surfaces,
priming the finished material with a zinc rich primer & then finally
coated with two packs epoxy based paint.
14.3 All the lockers / cabins shall be provided with Stainless steel Name
Plates with letters etched on it boldly indicating the content.
Vendor Signature & Stamp
Page 18 of 24
Indian Oil Corporation Limited
Gujarat Refinery
SPECIFICATION FOR FOAM FIRE TENDER WITH
CHASSIS & ACCESSORIES

14.4 Water & foam lines should be painted with zinc phosphate epoxy
primer each of 50 microns DFT and two coats of polyurethane finished
paint each coat of 50 microns DFT. Water lines shall be painted red in
colour & foam lines shall be painted yellow in colour.
14.5 Reflective stripes Reflective stripe(s) shall be affixed to the perimeter
of the apparatus. The stripe or combination of stripes shall be a
minimum of 4 in. (100 mm) in total width and shall conform to the
minimum requirements of ASTM D 4956, Standard Specification for
Retro reflective Sheeting for Traffic Control, Type I, Class 1 or Class 3.
At least 50 percent of the cab and body length on each side, at least 50
percent of the width of the rear, and at least 25 percent of the width of
the front of the apparatus shall have the reflective material affixed to
it.
14.6 Owner’s emblem in original colour together with name (in Hindi and
English) as below shall be written in golden yellow colour on both sides
of the vehicle.
INDIAN OIL CORPORATION LIMITED
GUJARAT REFINERY
14.7 On the front of the vehicle FOAM/WATER TENDER shall be written in English.
14.8 The inside of lockers shall be painted in pale Cream/Grey colour.
14.9 The chassis frame shall be painted black and wheel arch shall be painted
white/grey/silver.
14.10 Mud flappers of sufficient length and width shall be provided at wheels.
14.11 Under frame of Chassis shall be painted with chlorinated rubber paint.
14.12 The appliance shall be clearly having the following marks at rear side of vehicle:
i) Manufacturer’s name & trade mark.
ii) Year of manufacture
iii) Pump serial numbers and capacities.
iv) Capacity of water tank and foam compound tank in liters.
v) Engine and chassis number.
14.13 All instrument control & valves shall be identified with properly etched metallic
Name plates.
15.0 SPARES:
Following spares shall also be provided by the vendor

16.0 INSPECTION & TESTING:


16.1 Third Party Inspection agency shall carryout the Inspection based on

Vendor Signature & Stamp


Page 19 of 24
Indian Oil Corporation Limited
Gujarat Refinery
SPECIFICATION FOR FOAM FIRE TENDER WITH
CHASSIS & ACCESSORIES

approved drawings & approved QAP only.


16.2 Prior to dispatch of vehicle from vendor’s shop, stage-wise & final
inspection and testing shall be carried out by the vendor to the complete
satisfaction of third party inspection agency without any extra cost to
owner in presence of IOCL representative. Third party inspection and
testing shall be carried out by IOCL approved TPI agency. Third party
inspection agency shall be arranged by the vendor and charges for same
shall be borne by the vendor.
16.3 Welding shall be carried out by qualified welders in both SS & CS. Third party
shall check the welder’s qualification before start of job. The material used
for fabrication shall be sampled and sent for testing. After verifying the
Material Test Certificate records, the further job can be started.
16.4 All inspections & tests will be carried out at vendor’s shop by the vendor to
the complete satisfaction of OWNER’s representative without any extra cost
to owner.
16.5 All consumable (e.g. foam compound, diesel fuel, engine lube oil, water
etc.) shall be arranged by vendor at his own cost. Vendor shall arrange
all facilities to carry out inspection & testing.
16.6 Owner’s representative shall have access at all reasonable times to vendor’s
works where the appliance or its accessories are being fabricated and tested.
16.7 Drawings & Quality Assurance Plan (QAP) shall be approved by the owner. No
supply shall be accepted unless drawings & Quality Assurance Plan (QAP) are
finally approved by the owner with no additional comments.
16.8 The inspection release note of Third Party Inspection agency shall clearly
stipulate that material/equipment have been inspected as per approved
drawings & approved QAP.
16.9 Final performance tests/Inspection for completed vehicle shall be carried out
by third party inspection agency and witnessed by Owner’s representative.
16.10 FOR WATER AND FOAM TANKS:
i) Review of mill test certificates and co-relation of raw materials before
start of fabrication. Certificate that only approved material has been
used in the fabrication will be issued by TPI.
ii) DP test of all welds of water and foam tanks. DP test of all nozzles to
shell (including reinforcement pads) for water and foam tanks.
iii) Visual and dimensional check of water and foam tanks before mounting
on chassis.
iv) Hydraulic test of completed water and foam tanks. Hydraulic test shall be
2
carried out at 0.5 KG / CM (G) at top of tanks. Pressure shall be held for
minimum duration of 30 minutes.
16.11 FOR PIPING:
i) Review of mill test certificates and co-relation of raw materials (for
pipes, fittings, valves etc) before start of fabrication. Certificate that
only approved material has been used in the fabrication will be
issued by TPI.
ii) DP test of butt welds root run. DP test of all flanges to pipe welds.
100% DP test of socket welded fittings welded to pipes(on root as
well as final run).
Vendor Signature & Stamp
Page 20 of 24
Indian Oil Corporation Limited
Gujarat Refinery
SPECIFICATION FOR FOAM FIRE TENDER WITH
CHASSIS & ACCESSORIES

iii) Radiographic examination of 10% butt welds (selected at random).


iv) Hydraulic test of piping before installation on chassis.
v) All lines shall be hydraulically tested at 1.5 times of the design pressure
and pressure shall be held for two hours. In no case the lines shall be
tested below 25 kg/sq. cm. (g).
vi) Visual and dimensional check.
16.12 FOR WATER PUMP:
The following inspections & tests shall be carried out at pump
manufacturer’s shop prior to dispatch. Third party inspection agency shall
review the documents for the tests carried out by the manufacturer)
i) Mill test certificates for material of casing, impeller and shaft as
per pump manufacturer standard.
ii) Hydraulic testing of casing as per pump manufacturer standard.
iii) Performance curve of the pump.
iv) Visual and dimensional check.
v) Supporting documents for proof of purchase of HP Pump shall
be verified at the time of inspections.
16.13 FOR FOAM CUM WATER MONITOR :
Inspection as per IOCL approved QAP. The QAP shall be submitted by vendor.
16.14 FOR TENDER (DURING FABRICATION AND ASSEMBLY)
i) Review of mill test certificates and Co-relation of raw materials used
for structure & body fabrication before start of fabrication. Certificate
that only approved material has been used in the fabrication will be
issued by TPI.
ii) Inspection of framework (for cabin and body) for soundness of
welding and fitment of chassis and dimensional check.
iii) Inspection for proper installation of pumps, tanks, piping with
supports and their dimensional checks.
iv) Visual inspection of raw materials for framework, cladding, flooring etc.
v) Quality of Painting, DFT for primer, paint etc.
16.15 FOR COMPLETED VEHICLE:
i) Determination of actual payload on the chassis so as to confirm
payload given by vendor in the bid.
ii) Checking of the load on individual wheels & verify loading of the each
axle within the limits specified by the chassis manufacturer. Loads on
corresponding wheels on both the sides should not vary abnormally.
iii) For determining actual payload all tanks shall be full, all removable
accessories will be on vehicle with a crew of six.
iv) Static stability of the fully laden vehicle shall be checked to ensure
that no overturning occurs till vehicle attains tilting of 27 degrees
from horizontal.
v) The vehicle shall be able to being started from rest on a gradient of 1 :
4.
vi) The vehicle shall be able to achieve a speed of 75 kmph on a level
road.
vii) Hand brake shall be capable of holding the fully laden vehicle on a dry

Vendor Signature & Stamp


Page 21 of 24
Indian Oil Corporation Limited
Gujarat Refinery
SPECIFICATION FOR FOAM FIRE TENDER WITH
CHASSIS & ACCESSORIES

surface gradient of 1: 4 when in neutral gear.


viii) Road test of the fully laden vehicle shall be carried out to ensure the
maximum speed, acceleration, turning radius, braking ability as per
specification. Wherever not specified otherwise, the parameter shall
be tested as per the specification of the Chassis manufacturer.
ix) Running of water pump at rated conditions while discharging water
through various outlets individually and in combination.
x) The primer shall be capable of lifting water upto at least 7 m depth
(Suction lift) at a rate of not less than 30 cm per second in the
suction line, when using 100 mm suction.
xi) Stability check of vehicle in running condition & during turnings.
xii) Running of UHP pump at rated conditions while discharging water
through high pressure hose reels.
xiii) The main water pump shall be run for minimum 4 hours
continuously at rated conditions.
xiv) Functional testing of each outlet (hose point / hose reel) individually
and in combination.
xv) Functional testing of each proportionating device individually and in
combination when delivering foam compound to the connected
outlets for discharging foam / water mixture to the outlet.
xvi) Functional testing of all foam making equipment.
xvii) Vibrations of rotary parts.
xviii) Dimensional check of completed vehicle. The overall height shall be
measured both when vehicle is laden with full payload and unladen.
17.0 INFORMATION / DOCUMENTS REQUIRED FROM VENDOR:
17.1 DURING SUBMISSION OF OFFER:
The following documents are required to be submitted in one set along with
offer.
I. Suitability of respective PTO for Main Water pump & Water mist
pump and Torque calculation.
II. Schematic flow diagram.
III. Characteristic curve of main water pump & water mist pumps, showing
duty points.
V. Elevation & plan of tender.
VI. Power requirement of pumps.
VII. Catalogue of foam cum water monitor including its performance curve.
VIII. Load distribution plan of the foam tender.
IX Catalogues of all imported items.
X. The vendor shall submit weight distribution chart on axles along with
the technical bid. All axels should be loaded uniformly within the maximum
permissible pay load specified by the chassis manufacturer.
XI. Design and engineering drawing of supporting superstructure
arrangement shall be submitted along with design calculations to IOCL,
with the technical bid.
17.2 AFTER PLACEMENT OF ORDER:
3 sets of the following documents shall be submitted within One month of
placement of the PO to obtain final approval of TPI & owner prior to start of
fabrication :
Vendor Signature & Stamp
Page 22 of 24
Indian Oil Corporation Limited
Gujarat Refinery
SPECIFICATION FOR FOAM FIRE TENDER WITH
CHASSIS & ACCESSORIES

I. Flow diagram showing all piping tanks, pumps, valves etc.


II. Engg. Drawing showing dimension-wise details of lockers, internal
arrangement of lockers & openings in body, Foam and water tanks.
III. GA & cross sectional drawings, characteristic curves and other details for
main water pump and water mist pump.
IV. Internal Drawings for PTO Units and other technical details.
V. Drawings for both PTO systems to drive pumps from engine.
VI. Detailed drawing for foam-cum water monitor.
VII. Fabrication drawing & data of foam and water tanks.
VIII. Drawing & data for round the pump proportionating system.
IX. Drawing & data for auxiliary foam induction devices.
X. Line diagram for electrical circuits.
XI. Drawings showing layout of all equipment, lockers, cabin etc.
XII. QAP incorporating the stipulated inspection and testing
requirements.
XIII. Suitability of respective PTO for Main Water pump & water mist
Pumps and Torque calculation in the support.
XIV. Fabrication drawings & data for water and foam tanks on the chassis.
17.3 AFTER COMPLETION OF ORDER (6 SETS)
I. As built drawings of tender (1 set reproducible)
II. As built engineering drawings for tanks.
III. Flow diagram.
IV. GA & cross sectional drawings, characteristic curves and other details
for main water pump & water mist pumps.
V. As built Drawings for Installation of PTO Units.
VI. As built Drawing for foam-cum water monitor as per specification
Including engineering details.
VII. As built drawings & data for auxiliary foam induction device.
VIII. As built diagram for electric circuits
IX. All inspection and testing records for tanks, pumps, PTO’s, piping, valves,
monitor etc
X. Three sets of Operating and instruction manual for the tender. This should
also contain adequate information for all bought out items also.
All drawings & literature shall be kept in Proper folders. Design & make of
folders shall be approved by IOCL. All literature shall be on A-4 size paper
and shall be properly laminated.
Each drawing shall be kept in separate pockets in folder. Contents in each
pocket shall be labeled properly.
18.0 PERFORMANCE GURANTEE / WARRANTY:
The manufacturer shall guarantee the design, material, workmanship and
the performance of the complete unit for a period of 24 months from the
date of successful commissioning of completed vehicle. Any mechanical
defect, faulty workmanship or operational defects found during this period
shall be rectified by the vendor at owner’s premises within reasonable time
without any extra cost of IOCL. Accordingly, Performance Bank guarantee
(PBG) for 10% of total contract value shall be furnished for a period of 24
months from the date of commissioning at IOCL site plus 3 months.

Vendor Signature & Stamp


Page 23 of 24
Indian Oil Corporation Limited
Gujarat Refinery
SPECIFICATION FOR FOAM FIRE TENDER WITH
CHASSIS & ACCESSORIES

Warranty shall include all the relevant clauses mentioned in the


specification. During warranty period, the supplier shall arrange half yearly
servicing of chassis components as per OEM’s recommendations including
consumables at no extra cost to IOCL.
19.0 TRAINING:
After supply of the vehicles, vendor shall impart 5 days training on operation
& maintenance of fire vehicle (except chassis) to IOCL personnel at owner’s
site free of cost.
20.0 DELIVERY:
The delivery requirement of completed vehicle with Inspection certificate at
Site is within 10 months from date of placement of PO to the Vendor.

Signature Not Verified


Digitally signed by RITIKA KESARI
Date: 2018.01.24 09:48:01 IST
Location: IndianOil e-Tendering Portal
Vendor Signature & Stamp
Page 24 of 24

You might also like