Professional Documents
Culture Documents
: JRMM174113
INVITED BY:
Page 1 of 18
TENDER NO. : JRMM174113
INDEX
SR. DOCUMENT FORMAT PAGE NO.
Page 2 of 18
TENDER NO. : JRMM174113
Page 3 of 18
TENDER NO. : JRMM174113
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.
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
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
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”
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.
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:
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.
3.10 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
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.
3.26 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.
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.
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
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
Page 16 of 18
TENDER NO. : JRMM174113
i. F.O.B./FCA price quoted by the bidder (including stowage charges in case of pipes)
vi. Inland freight charges from Port to project site @ 2% of landed cost at Port of Entry
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
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.
Page 18 of 18
Indian Oil Corporation Limited
Gujarat Refinery
SPECIFICATION FOR FOAM FIRE TENDER WITH
CHASSIS & ACCESSORIES
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
maintenance periodically.
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.
6.3 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.
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:
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.
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
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.
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:
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