You are on page 1of 54

1

PT. JAKARTA INTERNATIONAL CONTAINER TERMINAL

TENDER DOCUMENT

TERM OF REFERENCE

“SUPPLY 10(TEN) UNITS ELECTRIC TERMINAL TRUCK”

Tender Ref: 028/39760/IV/ENG/CX/JICT-2024

Jakarta International Container Terminal


Jalan Sulawesi Ujung No 1
Tanjung Priok Jakarta 14310
Republic of Indonesia

Tender of Supply 10 (Ten) Units Electric Terminal Truck


Tender Reff : 028/39760/IV/ENG/CX/JICT-2024
2

TERM OF REFERENCE

CONTENTS

1. INSTRUCTION TO TENDER SECTION 1

2. ARTICLES OF AGREEMENT SECTION 2

3. TECHNICAL SPECIFICATION SECTION 3

Tender of Supply 10 (Ten) Units Electric Terminal Truck


Tender Reff : 028/39760/IV/ENG/CX/JICT-2024
3

SECTION 1

INSTRUCTIONS TO TENDER

“SUPPLY 2(TWO) UNITS ELECTRIC REACH STACKER”

Tender of Supply 10 (Ten) Units Electric Terminal Truck


Tender Reff : 028/39760/IV/ENG/CX/JICT-2024
4

PT. JAKARTA INTERNATIONAL CONTAINER TERMINAL

INSTRUCTIONS TO TENDERERS.

1. The Tenderer is to read these instructions carefully and to assure that all the requirements contained
herein are complied with before his Tender is submitted. These instructions to Tenderers in so far as
they may effect the execution of the Contract, shall be deemed to form part of the contract.

2. The Tenderer is deemed to have examined the Tender Documents thoroughly and carefully and shall
refer to the Project Manager for instructions should any discrepancy of Tender arise.

3. The Tenderer shall upon receipt or the Tender Documents check the Tender Documents to ensure no
parts or pages are missing or are in duplicate or multiple copies. Should any occurrence be found, he
shall inform JICT immediately who shall have it rectified.

4. The Tender shall fill in the Schedule 2 (The Delivery Days and Commissioning Date), and all other
relevant tender requirements (such as: Tentative Schedule) in BLACK INK and shall sign and date
the documents in the space provided.

5. The complete Tender Documents shall be submitted in 2 (two) sealed envelope with identification
of the Tenderer and Tender Reff No : 028/39760/IV/ENG/CX/JICT-2024

6. If any questions regarding this Tender, please sent email to purchasing@jict.co.id with subject
“Question-[Tender Reff No]” at the latest as per instructed RFQ and we will replies the questions at
the latest 3 (three) days after.

7. In the case of a Tender being delivered by post, the Tenderer shall arrange for the Tender to be posted
in time to reach the stipulated place of submission of Tender not later than the time stipulated. Any
Tender delivered after the stipulated time shall not be considered.

8. Every notice issued to Tenderers may be posted to the Tender’s address given in the Tender and such
posting shall be deemed to be good service of such notice.

9. All Tender Drawing and Documents shall be returned in good order together with the tender. Failure
to do so may result in the forfeiture for this Tender.

10. The Tender shall not be reimbursed for whatever expenses or losses which may be incurred in the
preparation of this Tender.

11. The Tender (whether or not he submits a Tender) shall treat details of the documents as STRICTLY
PRIVATE and CONFIDENTIAL.

12. Tender submitted by any Tenderer who has not confirmed with the foregoing instructions may be
rejected.

13. The tenderer required tender for SUPPLY 10 (TEN) UNITS ELECTRIC TERMINAL TRUCK.

14. The as required in this tender. The supplier is required to provide all the necessary documentation on the
specification of the SUPPLY 10 (TEN) UNITS ELECTRIC TERMINAL TRUCK. Project and catalog
of the equipment and components during the submission of the tender.

Tender of Supply 10 (Ten) Units Electric Terminal Truck


Tender Reff : 028/39760/IV/ENG/CX/JICT-2024
5

15. These technical documentations must be put in the Technical Proposal.

16. JICT reserve the right to purchase all the equipment that is specified in the tender or cancel any one of
the equipment that is not suitable for the usage or reduce the quantity of the equipment or increase the
requirement of the equipment.
17. The tenderer shall provide full detail of the local representative/ Agent in Indonesia who shall be re-
sponsible for warranty service.

18. The tenderer shall calculate the cost of taxes and duties if importing the materials outside Indonesia.

TERM AND CONDITION OF TENDER

1. Basic of Tender
The Tenderer is to note that this Tender shall be Firm Price Tender, No claim shall be
allowed for any variation in the cost material, wages, plant, fuel exchange rates, taxes,
duties, statutory contribution, etc, which may occur during the work execution period.

2. Tender Validity Period.


Whereas JICT reserve the right to accept or NOT to accept the lowest or ANY One of
the Tenders or any other TENDER and whereas no reason shall be given for reject-
ing any TENDER, the Tenderer agrees that this TENDER is to remain valid open for
consideration for a period of least Two hundred Seventy (270) days from the closing
date for the submission of Tenders but not limited and depend on JICT policy for approval
circular to issue complete PO and its contract.

3. Fair and Competitive Tender.


In order to obtain a fair and competitive tender, the Tenderer shall not, any time for the
duration of the Tender period of this Contract, solicit and or negotiate with any personal
and /or any other Tenderer who are involved in the Tender exercise. Failure to comply
with clause shall render the Tenderer liable for immediate disqualification.

4. Each Tender and all accompanying in letters must be in English and The Tenderer shall
submit a Tender package in Two (2) sealed envelops and being labeled with the name of
the Tenderer:

(i) Part One: this shall constitute the Tenderer’s Tender and shall contain
Schedule I, Schedule II (include tentative schedule/timeline) and
Schedule III and Softcopy of proposal (commercial+technical) in USB,
Commercial Deviation (if any). It shall be labeled as follows:
(ii)

“PT Jakarta International Container Terminal


“TENDER REFERENCE NO.: 028/39760/IV/ENG/CX/JICT-2024
SUPPLY 10 (TEN) UNITS ELECTRIC TERMINAL TRUCK”
“COMMERCIAL"
Submitted by [Name of Tenderer]: Schedule 1, Schedule 2

Tender of Supply 10 (Ten) Units Electric Terminal Truck


Tender Reff : 028/39760/IV/ENG/CX/JICT-2024
6

(ii) Part Two: this shall be for Tender evaluation only and shall contain the
Tenderer’s Technical Proposals , Tenderer’s Specification, Schedule
II with tentative schedule/timeline, Schedule 5 of Technical Specifica-
tion, Supporting Technical and Technical Deviation (if any) . It shall
be labeled as follows:

“PT Jakarta International Container Terminal


“TENDER REFERENCE NO.: 028/39760/IV/ENG/CX/JICT-2024
SUPPLY 10 (TEN) UNITS ELECTRIC TERMINAL TRUCK”
“TECHNICAL”
Submitted by [Name of Tenderer]:
Tenderer’s Technical Proposals, Tenderer’s Specification, Supporting
Technical and Technical Deviation (if any).

Not later than 16.30 on (referring to closing date on Tender Invitation) 2024, Indone-
sian West Time

Tenders and documents in connection therewith must be delivered to the place specified
at or before the time stipulated. In the case of tender not being delivered by hand, the
Tendered must arrange for his Tender and other Document to be posted or delivered on
time to reach specified place not later than stipulated time and date, from whatever cause
arising, shall not be considered. Not withstanding the above clause, JICT shall in no way
be held responsible for any loss or late Tender submitted.

5. Standard of Workmanship and Materials.


Tenderer shall ensure high standard of workmanship maintained throughout the work pe-
riod. Failing to do so may end this offer to be terminated.

The Tenderer further confirms that he has read through and understood the Conditions of
Tendering and failure to comply with any one of the Conditions of Tendering incorporated
herein before shall render his tender liable to be disqualified.

6. The Tenderer is to note that the following Section of these Documents shall be duly com-
pleted and signed prior to submission of his Tender.

Section 1 - Instruction to Tenderer


Section 2 - Article of Agreement
Section 3 - Technical specification

TENDERER : ……………………………………………….
(Signature & Chop)

WITNESS : ……………………………………………….

DATE : …………………………………………
Tender of Supply 10 (Ten) Units Electric Terminal Truck
Tender Reff : 028/39760/IV/ENG/CX/JICT-2024
7

SECTION 2

ARTICLES OF AGREEMENT

“SUPPLY 2 UNITS ELECTRIC FORKLIFT 3,5 TON”

Tender of Supply 10 (Ten) Units Electric Terminal Truck


Tender Reff : 028/39760/IV/ENG/CX/JICT-2024
8

PT. JAKARTA INTERNATIONAL CONTAINER TERMINAL

THIS AGREEMENT is made the [ ] day of [ ] by and between

(1) JAKARTA INTERNATIONAL CONTAINER TERMINAL, INDONESIA a company incor-


porated and existing under the laws of Indonesia and having its registered office at Jalan
Sulawesi Ujung No 1, Tanjung Priok, Jakarta 14310, Jakarta, Indonesia (hereinafter re-
ferred to as "the Purchaser") of the one part; and

(2) [ ] a company incorporated and existing under


the laws of [ ] and having its registered office at [ ]
(hereinafter referred to as “the Vendor”) of the other part.

WHEREAS:

THE PURCHASER INTENDS TO BUY AND THE VENDOR IS DESIROUS OF SELLING

SUPPLY 10 (TEN) UNITS ELECTRIC TERMINAL TRUCK (“the Works”) subject to the
terms and conditions of this Agreement.

NOW IT IS HEREBY AGREED as follows:

1. Definitions

I. The following words and expressions, save where the context otherwise requires,
shall have the meanings set forth opposite:-

“Commissioning” means the installation and testing of the Works and


the training of personnel in accordance with the
Specification and this Agreement and as envisaged
by Clause 3.

“Commissioning Date” in relation to any Works means the date for comple-
tion of the commissioning of those Works fixed in
accordance with Clause 3, as set out in Schedule 2.

“Contract Price” means the price of the Works specified in Schedule


1.

"Delivery" means the delivery of the Works by a mode of


transport agreed by the parties to the place designated
by the Purchaser in a ready to operate condition.

"Delivery Date" in relation to any Works means the date for delivery
of those Works referred to in Schedule 2.

Tender of Supply 10 (Ten) Units Electric Terminal Truck


Tender Reff : 028/39760/IV/ENG/CX/JICT-2024
9

"Acceptance means the certificate referred to in Clause 7. III


Certificate" below.

“Specification" means the Technical Specification attached herein as


amended and clarified by subsequent exchanges of
correspondence between the Purchaser and the
Vendor, if applicable.

II. Words importing the singular only also include the plural and vice-versa where the
context requires.

III. References herein to Clauses and Schedules are to clauses in and schedules to this
Agreement unless the context requires otherwise. The Schedules and Appendices
to this Agreement shall be deemed to form part of this Agreement.

IV. Clause headings are inserted in this Agreement for ease of reference only and do
not form part of this Agreement for the purposes of interpretation.

V. The order of priority of the Contract Documents shall be:

1) Articles of Agreement
2) The Specification

2. Sale and Purchase of Works

I. The Vendor hereby agrees to sell to the Purchaser and the Purchaser agrees to
purchase the Works.

II. The Purchaser’s overriding requirement is for the Works to be suitable and fit for
Purpose in all respects for safe, efficient and continuous use under actual
Operational conditions in a modern, large capacity, international container
Handling facility for a period of not less than 2 million cycle
Subject to fair wear and tear (excluding categorically any fatigue failure), and
Routine maintenance acceptable to the Purchaser.

III. The terms of the Specification are minimum requirements and must be read
Subject to the overriding requirement set out in Clause 2.II above. The Vendor
Shall propose and/or implement all and any modifications or additions to the
Specification, which are necessary to meet that overriding requirement.

3. Delivery

I. The Works shall be delivered on or before such date(s) as set out in Schedule 2
(“Delivery Date”).

II. The Vendor shall complete the Commissioning of the Works on or before the
Commissioning Dates set out in Schedule 2. For the purposes of Clause 10,
Tender of Supply 10 (Ten) Units Electric Terminal Truck
Tender Reff : 028/39760/IV/ENG/CX/JICT-2024
10

Commissioning of the Works shall be deemed to have been completed on the date
of issue of a Acceptance Certificate in respect of the relevant Works.

4. Contract Price

The contract price for each of the items comprising the Works are specified in Schedule
1 hereto. The total contract price for all the items comprising the Works therein (collec-
tively “the Contract Price”) are not subject to escalation in respect of costs of Works,
materials and/or services (including, without prejudice, labour) or variation in rates of
currency exchange or for any other reason whatsoever.

5. Taxes, Fees and Duties

I. The Contract Price includes all transportation and shipping costs, insurance
premiums, or any duties, taxes, costs or charges whatsoever which may be imposed
on the Vendor or which may arise in connection with the Vendor’s performance of
its obligations hereunder but, subject to Clause 5 III below, including import duties
and/or taxes (comprising import duty and import VAT) (hereinafter collectively
referred to as “the Duties”) which are payable to the Indonesian government in
relation to the importation of the Works into Indonesia for use by the Purchaser.

II Subject to Clause 5 lll, the contractor shall be responsible for payment of the
Duties payable to the Indonesian Government including all the taxes imposed
due to the Maintenance service if implemented as part of the contract.

III. If any part or all of the Duties are payable because the Contractor fails to take all
necessary or desirable steps to minimize the extent of Duties payable and/or to
make use of any and all exemptions from Duties in respect of the Works or
components thereof which may now or in future be granted to the Purchaser by the
Indonesian Government, then the Contractor shall be responsible for paying such part
of the Duties payable as a result.

6. Terms of Payment

I. Subject to the Vendor’s proper performance of its obligations under this Agreement,
payment of the Contract Price shall be made by the Purchaser to the Vendor in
accordance with the payment schedule in Schedule 3.

II Any payments to be made by the Purchaser to the Vendor hereunder shall be made
in US$ or Rupiah by way of telegraphic transfer to the Vendor’s account which may
from time to time be notified by the Vendor to the Purchaser for this purpose.

Tender of Supply 10 (Ten) Units Electric Terminal Truck


Tender Reff : 028/39760/IV/ENG/CX/JICT-2024
11

7. Acceptance Certificate

I. The Vendor agrees that all Works supplied or to be supplied by the Vendor
pursuant to this Agreement shall be subject to inspection and tests by the Purchaser
at any time and place.
If, upon and such inspection or test by the Purchaser any of the Works to be sup-
plied by the Vendor are found to be defective or not to conform to the requirements
of this Agreement (which findings will be final and binding on the Vendor), the
Purchaser may, without liability.

(a) reject the defective Works and demand the Vendor, at the Vendor’s own
expense, to promptly repair or replace the same; or

(b) reject the defective Works and repair or replace the same itself or by others at
the expense of the Vendor.

(c) The Vendor shall (without charge) give all assistance, facilities and
support to the testing as is necessary or as requested by the Purchaser
or as referred to in the Specification.

II. Provided the Purchaser is of the opinion that each of the Works has been manufac-
tured in accordance into the Specification and is in an acceptable working condi-
tion as aforesaid and free from any defects, the Purchaser shall issue a Acceptance
Certificate in relation to each of the Works whereupon the Commissioning of such
Works will be deemed to have been completed for the purposes of this Agreement.

III. The issue of Acceptance Certificates shall not relieve or modify the Vendor's
obligations under Clause 2 above.

8. Risk and title

I. Until the issue of an Acceptance Certificate for any of the Works delivered in
accordance with this Agreement, such Works shall be at the Vendor’s risk.

II. Title to any of the Works shall pass to the Purchaser upon delivery of the Works and
the issue of a Acceptance Certificate therefor.

III Title to the Spare Parts shall pass to the Purchaser upon delivery.

IV The Vendor shall be liable for and shall indemnify the Purchaser against any expense,
liability, loss, claim or proceedings whatsoever arising out of the Vendor’s negligence
or failure to comply with its obligations under this Agreement save and except any
indirect or consequential damages whatsoever under this agreement. This exception
shall not apply to the liquidated and ascertained damages due under Clause 9.II

Tender of Supply 10 (Ten) Units Electric Terminal Truck


Tender Reff : 028/39760/IV/ENG/CX/JICT-2024
12

9. Late Performance

I. The parties acknowledge that any failure by the Vendor to deliver the Works in
accordance with Schedule 2 will result in the Purchaser suffering loss.

II. In the event of the Vendor failing to deliver any of the Works in accordance with
Schedule 2 above, the Vendor shall pay or allow to the Purchaser the sums as set out
in Schedule 2 as liquidated and ascertained damages for the delay for the period
between the Commencing Date under this Agreement and the actual date of the
acceptance certificate issued for each of the Works. The maximum liquidated
damages shall not exceed 10% of the total contract value.

III. The Purchaser shall be entitled to deduct any sums owing to it pursuant to this Clause
9 from any monies due or to become due to the Vendor under this Agreement or may
recover the same from the Vendor as a debt. The rights given to the Purchaser
pursuant to this Clause 9 shall be without prejudice to any rights of the Purchaser to
terminate this Agreement, and to claim general damages for any loss suffered by the
Purchaser in excess of the liquidated damages mentioned in Clause 9II above.

10. Warranty

I. In respect of the Works, the Vendor hereby warrants and represents to the Purchaser
that (1) The Vendor is the legal and beneficial owner; (2) they are free from any
encumbrances; and (3) The Vendor has the full right and power to enter into this
Agreement.

II. The Vendor undertakes and warrants that all of the Works shall be in accordance
with description and Specification, including but not limited to design, quality,
performance, measurement and any other condition stipulated in this Agreement and
shall be fit for the purpose intended and shall comply with all applicable legal
requirements or other regulations, and shall free from all defects in design,
manufacture, materials, workmanship and operational logic.

III. Should any defect arise in any of the Works within twelve (12) months from the date
of the last Acceptance Certificate, the Vendor shall, at its own expense, do all things
necessary to forthwith rectify the situation (including without limitation, the repair or
replacement of the defective Works or such components thereof) and shall indemnify
the Purchaser for any loss or expense incurred by the Purchaser arising from any such
defect. This is without prejudice to other rights of the Purchaser in respect of the
aforesaid defect.

IV. If, pursuant to the provisions contained herein, the Vendor repairs or replaces any
of the Works or such components , the provisions of this Clause 10 shall then apply
to such Works or such components, for a period terminating twelve (12) months
after the date any such repairs or replacements are completed to the
satisfaction of the Purchaser.

Tender of Supply 10 (Ten) Units Electric Terminal Truck


Tender Reff : 028/39760/IV/ENG/CX/JICT-2024
13

V. The Vendor shall undertake training as required in the specification for the Purchasers
operator and maintenance staff during commissioning of the Works and during the
Warranty Period.

11. Termination

I. If the Vendor commits any breach of its obligations under this Agreement the
Purchaser may send to the Vendor an order in writing requiring correction of the
situation. If the Vendor fails to comply with this order within fifteen (15) days of
its dispatch (or such other period as may be stipulated in the said order), the
Purchaser may terminate forthwith this Agreement in whole or in part.

II. The Purchaser may at any time, by giving notice in writing to the Vendor, terminate
this Agreement in whole or in part in which event the Vendor shall be entitled to
reasonable termination charges, consisting of a percentage of the Contract Price
reflecting the percentage of the work performed prior to termination, plus actual
direct costs (to be evidenced by proper supporting documentation) resulting from
such termination.

12. Right of Assignment and Subletting

I. This Agreement shall be binding upon and ensure to the benefit of the Purchaser and
the Vendor and its respective successors and permitted assignees. The Vendor shall
not assign or sublet its rights or obligations under this Agreement.

II. The Purchaser shall have the right to assign any or all of its rights and/or obligations
under this Agreement without the consent of the Vendor.

13. Confidentiality

Copyright in the Specification and all other documents issued to the Vendor is reserved. The
Specification, the terms of this Agreement and any or all other information (whether in oral
or written form) given to the Vendor by the Purchaser shall be treated as strictly confidential
by the Vendor and shall not be used or disclosed by the Vendor except strictly as required in
the course of performance of its obligations under this Agreement. Furthermore, the Vendor
shall not suffer or permit its servants or agents to divulge or disclose any such information to
any third party.

Where disclosure of such information by the Vendor is required in the course of performance
of its obligations under this Agreement, the Vendor shall first obtain an undertaking from
such third party to the Purchaser imposing equivalent obligations on the third party as are
imposed on the Vendor pursuant to this Clause.

14. Entire Agreement

This Agreement constitutes the entire agreement between the parties and may only be
modified in writing by the authorized representatives of the parties hereto.

Tender of Supply 10 (Ten) Units Electric Terminal Truck


Tender Reff : 028/39760/IV/ENG/CX/JICT-2024
14

15. Governing Law

This Agreement shall be governed by and construed in accordance with the laws of Indonesia.
16. Arbitration

I. Any dispute, difference, question or claim arising out of or relating to this Agreement or
the breach, termination or validity thereof, shall be settled finally by arbitration in
Indonesia (BANI).

II. The language to be used in the arbitral proceedings shall be English or Indonesian.

III. The parties agree that arbitration proceedings can only be instigated after the issuance of
the last Acceptance Certificate.

17. Bonds

Performance Bond

a) Within fifteen (15) days of the date of execution of this Agreement, the Vendor shall
provide the Purchaser with a performance bond, in terms satisfactory to the Purchaser
and substantially in the form of Schedule 4, and issued by a reputable bank acceptable
to the Purchaser for a value of ten per cent (10%) of the Contract Price of the Works.

b) Period of Validity – The performance bond shall not expire until 14 days after the
Purchaser has issued the last Acceptance Certificate for the Works under Clause 7 of this
Agreement provided that the Vendor may include a fixed expiry date approved by the
Purchaser in the performance bond but in this case Clause 17 I (c) below shall apply.

c) Arrangements for release – The performance bond shall be released within 14 days when
the Vendor has received an official copy of the last Acceptance Certificate as aforesaid
from the Purchaser.

d) Extension of performance bond – if by the date falling [15] days before the fixed expiry
date of the bond the Purchaser has not issued the last Acceptance Certificate as aforesaid,
the Vendor shall on such date procure the extension of the validity of the bond to a date
specified or approved by the Purchaser, such extension to be effected in a manner first
approved by the Purchaser. If the Vendor fails to comply with any of the requirements
of the proceeding sentence the Purchaser shall be entitled to make an immediate call on
the bond in the full amount thereof.

18. Sever ability


If any part of this Agreement becomes invalid or unenforceable the parties shall endeavor to
agree to make the necessary amendments hereto which as far as possible preserve the legal
and intentions expressed herein. In default of such agreement the validity or otherwise of
such provisions shall not affect the other provisions of this Agreement and all provisions not
affected by the invalidity shall remain in full force and effect.

Tender of Supply 10 (Ten) Units Electric Terminal Truck


Tender Reff : 028/39760/IV/ENG/CX/JICT-2024
15

19. Force Majeure


Notwithstanding any other provision contained herein to the contrary, neither party hereto
shall be liable to the other party for loss, injury, delay or damages or other casualties suffered
or incurred by such other party due to outbreak of a state of emergency, act of God, war,
warlike hostilities, civil commotion, riots, epidemics or registered typhoon, in each case
beyond the reasonable control of the party whose performance is affected by such event.
The party whose performance is affected by an event of force majeure referred to above shall
take all reasonable steps to minimize the affect or such event. Forthwith after any event of
force majeure, the party whose performance is affected by such event shall give notice to the
other party of such event and at the other party’s request provide it with detailed particulars
of such event and details of the action, which it proposes to take to minimize the affect of
such event.

IN WITNESS where of this Agreement has been executed the day and year first above written.

Signed, Sealed and Delivered by )


)
for and on behalf of
)
JAKARTA INTERNATIONAL CONTAINER TERMINAL ) __________________
)
in the presence of : )

__________________
Witness

Signed, Sealed and Delivered by )


)
for and on behalf of )
[ ] ) __________________
)
in the presence of

____________
Witness

Tender of Supply 10 (Ten) Units Electric Terminal Truck


Tender Reff : 028/39760/IV/ENG/CX/JICT-2024
16

SCHEDULE 1
SCOPE OF WORKS AND PRICES
SUPPLY 10 (TEN) UNITS ELECTRIC TERMINAL TRUCK
AT PT. JAKARTA INTERNATIONAL CONTAINER TERMINAL

Unit Cost Sub Total cost


LOT SCOPE Qty (IDR) (IDR) Note
Material Services Material Services

Turnkey design, construction, testing,


1. shipping, and commissioning of the 1
specified electric terminal tractors 10 lumpsum
(Ten) Terminal Truck
For Foreign/Overseas
Company please quote
using DPU term price
(USD) in this row
Supply Battery Swapping Station 1 (Incoterm 2020)
2.
(BSS) with two (2) units battery pack. lumpsum

Sub Total Material + Services

11% VAT VAT row is only for lo-


cal company
SUPPLY 10 (TEN) UNITS ELECTRIC TERMINAL TRUCK at PT. JAKARTA INTER-
Grand Total
NATIONAL CONTAINER TERMINAL

Tender of Supply 10 (Ten) Units Electric Terminal Truck


Tender Reff : 028/39760/IV/ENG/CX/JICT-2024
17

 Contractor will responsible for Custom Clearance during importation on Materials from outside Indonesia, therefore Contractor must appoint their
local agent in Jakarta to do Custom Clearance.
 JICT will only responsible for paying the taxes and duties, Contractor must calculate the cost for handling charge, container demurrage and storage
demurrage and any cost incurred during Custom Clearance process. JICT will not responsible for any costs happened during importation of Mate-
rials.
 The proposed price shall consider and absorb should any issue regarding safety, health (COVID-19 pandemic) and enviromental based on JICT
policy.

 Contractor must have a local agent to do :


1. Processing custom clearance for Importation of Project Materials and Warranty Spare Part during Defect Liability Period.
2. Working Visa for Non-Indonesian Contractor’s Staff.
3. Repairing defects during Defect Liability Period.
 If FAT witness, Factory visit or similar activities (complementary activity) is mandatory required for this project, all accomodation cost such as
flight ticket, hotels, local transport, meals, etc may arise consequence to this activity, for JICT person will be responsibility of JICT themselves.

Tender of Supply 10 (Ten) Units Electric Terminal Truck


Tender Reff : 028/39760/IV/ENG/CX/JICT-2024
18

SCHEDULE 2

DELIVERY DATES

WORKS LIQUIDATED DAMAGES


DELIVERY DATE COMMISSIONING DATE FOR LATE
Lot Base Supply Package COMMISSIONING
The Delivery Date for SUPPLY The Commissioning Date for 1% per day (lumpsum) (with
10 (TEN) UNITS ELECTRIC SUPPLY 10 (TEN) UNITS maximum 10% from total
TERMINAL TRUCK ELECTRIC TERMINAL contract) subjected to the clause
SUPPLY 10 (TEN)
AT PT. JAKARTA INTER- TRUCK 9 (11) of the article of
UNITS ELECTRIC
NATIONAL CONTAINER AT PT. JAKARTA INTER- agreement
TERMINAL TRUCK
1 TERMINAL NATIONAL CONTAINER
AT PT. JAKARTA IN-
shall be …………….[ ] TERMINAL
TERNATIONAL CON-
days from signing of Contract shall be………….[ ] days
TAINER TERMINAL
Agreement. from signing of Contract Agree-
ment.

The tenderers are encouraged to submit a tentative schedule (timeline) in both; Technical Proposal and Commercial Price for the
supply of above Works to JICT in detail, showing from the date of signing of the contract until acceptance certificate.

Tender of Supply 10 (Ten) Units Electric Terminal Truck


Tender Reff : 028/39760/IV/ENG/CX/JICT-2024
19

SCHEDULE 3

PAYMENT SCHEDULE*
(SUBJECT TO LOCAL TAXATION)

1. Ninety Five percent (95%) of the Contract Price of the Works payable within
thirty (30) days of the issue of the Acceptance Certificate for the item.

2. Five percent (5%) retention payments. The Purchaser shall release the retention
money to the Vendor at the end of the 12-months warranty period and after
completion of all outstanding defects whichever is the later.

3. Should any vendor raise Down Payment (DP) for their term of payment is to
be avoided by JICT. But it is necessity in vendor side, they shall provide
Bank Guarantee (BG) bond from reputable bank where vendor domicile is
(subject to JICT approval), with validity from agreed schedule plus 3 month
as grace period from date of Bank Guarantee (BG).

*Applicable if there are not regulated on section 3 in this doc

Tender of Supply 3 Units Of Over Height Frame For Spreader QC


Tender Reff : 002/28241/II/ENG/CX/JICT-2020
20

SCHEDULE 4 (IF APPLICABLE)

FORM OF PERFORMANCE BOND

Date [ ]

To: Jakarta International Container Terminal and its successors in title and assigns

From: [ ] and its successors in title.

On 20xx you concluded with [ ] of [ ]


(hereinafter called ‘the Vendor’) an agreement (hereinafter called ‘the Agreement’)

for SUPPLY 10 (TEN) UNITS ELECTRIC TERMINAL TRUCK


AT PT. JAKARTA INTERNATIONAL CONTAINER TERMINAL

(hereinafter called ‘the Works’) for the lump sum fixed price of [ ] (hereinaf-
ter called ‘the Contract Price’).

Other defined terms used in this Performance Security but not defined in this Perfor-
mance Security bear the meanings set out in the Agreement.

According to the provisions of the Contract, the Vendor is obliged to provide a Perfor-
mance Security for a sum equal to 10 percent (10%) of the Contract Price namely
[ ] (‘the Bond Amount’).
We, [ ] of [ ] waiving all objections
and defences under the Agreement and otherwise hereby irrevocably and uncondition-
ally guarantee to pay to you within seven (7) days from receipt by us of your written
demand or demands delivered by hand or by registered mail to our address above re-
ferred to free and clear of any taxes, duties, fees or withholdings or deductions whatso-
ever and regardless of any objection by the Vendor, any amount or amounts demanded
by you which, when aggregated with all amounts previously paid to you hereunder do
not exceed the Bond Amount. If we are required by law to make any deduction or
withholding from any payment to you we shall duly pay the required deduction or with-
holding to the appropriate authority and shall pay to you such additional amount as may
be necessary to ensure that, after the making of the deduction or withholding, you re-
ceive on the due date and retain a sum equal to that which you would have received had
no deduction or withholding been required.

Our obligations hereunder shall be direct, primary, irrevocable obligations and shall not
be discharged, prejudiced or adversely affected by any time, indulgence or forbearance
which you or the Purchaser’s Representative or your or his agents or representatives
Tender of Supply 3 Units Of Over Height Frame For Spreader QC
Tender Reff : 002/28241/II/ENG/CX/JICT-2020
21

may grant to the Vendor or the Vendor may grant to you or by any amendment or mod-
ification to the Agreement or by any allowance of additional time or payment to the
Vendor for performance there under or by any breach of the Agreement by either party
or by variation of the Works or by any other matter or thing which in the absence of
this provision would or might have that effect.

Your right to make demands on us and to receive payments under this Performance
Security shall be an independent right and shall be without prejudice to your rights
under the Agreement.
The benefit of this Performance Security may be assigned by you in whole or in part to
any company or companies without our consent.

This Performance Security shall be governed by and construed in accordance with In-
donesian law.

This Performance Security shall take effect on the date hereof and shall expire:

1. On the date which is 14 days after the date of issue of the last Final Acceptance
Certificate under Clause 7 of the Articles of Agreement, or

2. On the date on which all payments made under this Performance Security shall
first equal the Bond Amount, or

Whichever is earlier (‘the Expiry Date’) and any demand received after the Expiry Date
shall be of no effect Provided that such expiry of this Performance Security shall not
affect or discharge our liability to make payment of any demand made in accordance
with this Performance Security on or before the Expiry Date.

We irrevocably agree that the courts of Indonesia, SAR are to have jurisdiction to settle
any disputes or differences which may arise out of or in connection with this Perfor-
mance Security and accordingly any claim, proceeding, suit or action arising out of or
in connection with this Performance Security (‘Proceedings’) may be brought in such
courts. Nothing contained in this clause shall limit your right to take Proceedings
against us in any court of competent jurisdiction nor shall the taking of Proceedings in
one or more jurisdictions preclude the taking of proceedings in any other jurisdictions
whether concurrently or not, to the extent permitted by the law of such other jurisdic-
tion.

As witness the parties have signed and delivered this document as a deed the day and
year first above written.

SIGNED, SEALED AND DELIVERED

Tender of Supply 3 Units Of Over Height Frame For Spreader QC


Tender Reff : 002/28241/II/ENG/CX/JICT-2020
23

SCHEDULE 5

Technical Check List*) - “for SUPPLY 10 (TEN) UNITS ELECTRIC TERMINAL TRUCK
AT PT. JAKARTA INTERNATIONAL CONTAINER TERMINAL

No. DESCRIPTION Requirement Documents


1. The Contractor shall have the experience to supply Experience List
terminal tractor at domestic or overseas container
terminals.
2. Product Proposal Technical data Proposal Follow project requirement on section 3
(SCHEDULE A – PRINCIPAL DIMENSIONS AND TECHNICAL DATA
(To be completed by Tenderer)

3. Confirmation for Training program and proposal training program


Training

4. Warranty : Warranty letter statement


- 24 months for unit Reach stacker.
- 5 years for Battery
5. After sales service Official Confirmation letter
Provide free servicing of Terminal Tractors during
the warranty period i.e for 12 months
6. Deviation List as per point No.2 APPENDICES OF DEVIATION LIST (If any)
should any difference on above item, participant shall info to purchasing dept.

JICT PROJECT MANAGEMENT


xxiv

SECTION 3

JAKARTA INTERNATIONAL CONTAINER TERMINAL

TECHNICAL SPECIFICATION
FOR
SUPPLY 10 (TEN) UNITS ELECTRIC TERMINAL TRUCK

Jakarta International Container Terminal


Jalan Sulawesi Ujung No 1
Tanjung Priok, Jakarta 14310
Republic of Indonesia

2024

JICT PROJECT MANAGEMENT


xxv

PROJECT REQUIREMENTS

I. GENERAL
The Purchaser has issued PROJECT REQUIREMENTS and TECHNICAL SPECIFICATIONS for the pur-
chase of electric terminal tractors. The TECHNICAL SPECIFICATIONS provide general requirements for
the electric terminal tractors and these PROJECT REQUIREMENTS provide specific requirements for the
terminal. The two documents provide complete technical requirements for the design, manufacture, testing,
shipping, and commissioning of the specified electric terminal tractors. In case of conflicts, these PROJECT
REQUIREMENTS take precedence over the TECHNICAL SPECIFICATIONS.

The PROJECT REQUIREMENTS list features of the HPH base level electric terminal tractors and those
required for the specific terminal. The features required for the specific terminal take precedence over the
features for the base level electric terminal tractors.

Where alternates are requested or permitted, the purchaser will make the selection. Contractor shall include
cost adjustments for alternates and documentation demonstrating that alternates meet the specification re-
quirements. The Purchaser will consider to approve alternates if the difference is similar to specification
requirements.

II. PROJECT
Electric Terminal Tractors: 17 Units of Electric Terminal Tractors
Towing Capacity: Maximum 2x20 ft ISO containers of total weight 65-ton

III. PARTIES
Firm Name Primary Contact Contact Information
Purchaser Budi Cahyono +62 82299622972 Email: budi.cahyono@jict.co.id
Business Unit (BU)
Project Team Leader Mufti +62 85881500058 Email: mufti@jict.co.id

Terminal Location PT JICT


Purchaser’s Engineer or Zaein Suprapto +62 85219004951 Email: zaein.suprapto@jict.co.id
Representative

IV. SITE CONDITIONS


The electric terminal tractors shall be delivered, and commissioned at the Purchaser’s Terminal, which has
the following requirements:

Item Project Requirements Comment


Ambient temperature 15 °C to +45 °C
Relative humidity max. 100%, average 80%

V. TOWING CAPACITY
Item Project Requirements Comment
Rated Load—
One 20ft ISO Freight container 41t
One 40ft ISO freight container 41t
One 45ft ISO freight container 41t
Two 20ft ISO freight containers 65t

JICT PROJECT MANAGEMENT


xxvi

Item Project Requirements Comment


Trailer 10t To be provided by Purchaser

VI. SPEEDS AND ACCELERATIONS


Item Project Requirements Comment
Towing capacity Speed Acceleration
time
Empty trailer >35 km/hr <8 sec
35t payload + trailer >25 km/hr
65t payload + trailer >25 km/hr <25 sec

VII.MAJOR COMPONENTS/SPECIAL REQUIREMENTS


Item Project Requirements Comment
Structural steel S355/Q355B/A572Gr50

Battery supplier(s) CATL

Motor As per manufacture

Painting (cabin) Shot blasted to SA2.5 and fin-


ished with Zinc rich primer
and two-layers epoxy paint of
total 150 microns

Painting color of the cabin RAL To be provided by pur-


chaser
Front bumper Blue strips

Logos To be provided by pur-


chaser

Turning Radius ≤ 8m

5th Wheel ☒Fixed Brand : Holland, Jost


☐Hydraulically raised
Types of rubber tyre ☒Tubed type
☐Tubeless type
Driving cabin ☐Left hand drive
☒Right hand drive
Distance between front and rear axles 3.6 m

Axle Front : Volvo


Rear : Meritor
Air Comperessor Double piston
Brand : Knorr
Braking system Brake chamber : MGM
Base air dryer : Wabco

JICT PROJECT MANAGEMENT


xxvii

Item Project Requirements Comment


Steer Steering gear : TRW
Main pump : TRW

VIII. BATTERY Rack PACK


Item Project Requirements Comment
☐Integrated
Battery Pack Type
☒ Swappable
Battery Pack capacity >280 kWh
☐Purchaser
Battery Pack Supplied by:
☒ Contractor
☐ Charging pile
Battery charging method ☒ Battery Swapping Station
(BSS)
☒ Contractor to supply the Battery
Swapping Station (BSS)
No. of battery charging bays
Nine
in BSS
Power demand 1,200 KVA

IX. OTHER FEATURES


Item Project Requirements Comment
Rotating Beacon Rotating beacon
Radio Supply 24 volts D.C. supply
Unit Metric
Panoramic View Camera As per manufacture
Horn Hella or Nippondenso

X. ANNEX TO SPECIFICATION
Annex A – Battery Pack Interface Requirements

JICT PROJECT MANAGEMENT


i

TECHNICAL SPECIFICATIONS

1. GENERAL
1-1 The term “Purchaser” shall include the HPH Business Unit, as described in the
PROJECT REQUIREMENTS, HPH’s representatives, and independent engineers
retained by the Purchaser and called the Purchaser. The term “Contractor” shall
include the Contractor, the Contractor’s representatives, and independent engi-
neers retained by the Contractor.
1-2 The HPHbusiness unit has issued TECHNICAL SPECIFICATIONS and PRO-
JECT REQUIREMENTS for procuring one or more container-handling electric
terminal tractors. These TECHNICAL SPECIFICATIONS provide general re-
quirements for the electric terminal tractors and the PROJECT REQUIREMENTS
provide specific requirements for the terminal. The two documents provide com-
plete technical requirements for the design, construction, testing, shipping, and
commissioning of the specified electric terminal tractors. In case of conflicts, the
PROJECT REQUIREMENTS take precedence over these TECHNICAL SPECI-
FICATIONS. The PROJECT REQUIREMENTS, these TECHNICAL SPECIFI-
CATIONS, and deviations agreed to in writing between the Contractor and the
Purchaser make up the total technical provisions procuring the electric terminal
tractors(s).
1-3 The total design and performance characteristics shall comply with the PROJECT
REQUIREMENTS and these TECHNICAL SPECIFICATIONS unless otherwise
pointed out by the Contractor and agreed to in writing by the Purchaser. All elec-
tric terminal tractors shall be fully identical in design. A total standardization and
interchange ability of parts is required across all electric terminal tractors. Unless
specifically stated otherwise, the specification requirements apply to all electric
terminal tractors and all components, even if the requirement is stated in the sin-
gular. One gender means both genders.
1-4 The specified criteria is the minimum acceptable. If, in the Contractor’s opinion,
any of the standards specified or requirements defined in this document are inad-
equate or insufficient for the intended use, it shall be the Contractor’s responsibil-
ity to use the more stringent criteria.
1-5 If a conflict exists, the order of precedence shall be: (1) the law, (2) the PROJECT
REQUIREMENTS and any list of negotiated deviations and clarifications (3)
these TECHNICAL SPECIFICATIONS, (4) the most recent edition of the stand-
ards in Statutory Requirements Section below, (5) the Contractor’s recommenda-
tions, and (6) the Tender Proposal Data Sheets submitted by the Contractor. If
other conflicts exist, the most restrictive requirement takes precedence.
2. STATUTORY REQUIREMENTS
2-1 The electric terminal tractors and each part of it shall be designed in accordance
with all applicable standards for the Terminal Site. It is the responsibility of the
Contractor to ensure that the applicable standards are identified.
2-2 Where items are not covered by statutory requirements the electric terminal trac-
tors and components shall be designed and manufactured to at least the standards
as specified in this Specification, and for items which are not so specified to at
least the current applicable recommendations of the following organisations:
2-3 The specifications refer to various international standards, materials, and proce-
dures. If the Contractor believes that complying with the references is impracti-
cable, the Contractor may propose alternative standards. The alternates will be

JICT PROJECT MANAGEMENT


ii

accepted provided they are, in the Purchaser’s opinion, at least equal to the refer-
enced standards. The Contractor shall submit the alternatives with the bid includ-
ing documentation demonstrating equivalence with the references. The Purchaser
will review the proposed alternatives and decide if they are acceptable. If the
Contractor submits the proposed alternatives four weeks before the bid date, the
Purchaser will respond at least one week before the bid date. If the alternatives
are submitted later than the four weeks before the date, the Purchaser may accept
them, or may not accept them without review of the merits, and the bid shall be
based on complying with the references.
2-4 The Contractor shall submit to the Purchaser a full list of any other standards pro-
posed to be used in the design of the electric terminal tractors for consideration by
the Purchaser. Only one standard shall be applied for any one area of electric ter-
minal tractors design/ construction. It shall not be acceptable to select sections
from various codes where factors/ variables may compromise the design if com-
bined inappropriately.
2-5 In the case of inconsistencies between standard specifications, the most stringent
requirements shall follow unless otherwise approved by the Purchaser.
3. APPLICABLE STANDARDS AND REFERENCES
 IEC 62196-1: 2014 Plugs, socket outlets, vehicle connectors and vehicle inlets –
Conductive charging electric vehicles
 IEC 62851-1 Specifies electric vehicle conductive charging equipment
 ISO 3449 Earth moving machinery – Falling object protective structure (FOPS) -
Laboratory tests and performance requirements
 ISO 3471 Earth moving machinery – Roll-over protective structures (ROPS) – La-
boratory tests and performance requirements
 EN 3691 Industrial trucks – Safety requirements and verifications
 UL 583 Electric- Battery-Powered Industrial Trucks
 UN 38.3 Certification (Ensuring the safety of lithium batteries during transporta-
tion)
4. REQUIREMENT OF THE PURCHASER
4-1 These specifications describe the requirements applicable to electric terminal trac-
tors. The electric terminal tractors will be used for towing the trailer loaded with
ISO-containers, break-bulk and out-of-gauge loads on the Purchaser’s terminal.
4-2 This Specification forms part of the Agreement. The Contractor’s attention is
drawn to the Conditions of Contract for clarification of position of this Specifica-
tion in relation to the overall and overriding requirements of the Purchaser.
4-3 For the purposes of this Contract acceptable routine maintenance shall be within
the following general parameters:
i) Tractor Cabin and Chassis Structures
For tractor body and chassis structure, fittings and fixings, acceptable
routine maintenance shall be limited to the maintaining of the paint sys-
tem as stated below. Reinforcing, cutting out and/or replacement of any
corroded, fatigued or defective steel or its fixings, etc. shall be Defects
remedial works and not maintenance.

ii) Electrical & Mechanical Components


For items of electrical and mechanical equipment, controls, systems,
components, fittings and fixings, acceptable maintenance shall be the

JICT PROJECT MANAGEMENT


iii

periodic and routine maintenance normally carried out on the various


parts generally undertaken as established practices of the Purchaser or as
specified in the operations and maintenance manual prepared by the con-
tractor, provided that such maintenance recommendations are reasonable
when compared to industry standards.

iii) Battery Packs, Battery Management System and other Auxiliary Sys-
tems
To be recommended by the Contractor
iv) Battery Swapping Station and Charging Pile
To be recommended by the Contractor
4-4 The foregoing shall apply not with standing any inconsistent requirement or infor-
mation in any maintenance instructions provided by the Contractor or otherwise
put forward by the Contractor and any such inconsistent requirement or infor-
mation shall not, and shall not be relied on by the Contractor, to relieve, limit or
diminish any obligation or liability of the Contractor under the Agreement or oth-
erwise including in relation to defects.
i) Provided that the Design information packages incorporate all relevant
information, calculations, and component selection data in accordance
with PROJECT REQUIREMENT, the Purchaser will endeavour to re-
turn the relevant comments within three weeks of submittal. The com-
ments for the initial structural design audit may take longer.
ii) Failure to supply all relevant information sufficient to enable the auditor
to confirm fitness for
iii) purpose will, of necessity, extend this period. The purchaser will not be
responsible for any delays that may occur from the necessity to amend
proposed designs.
iv) Purchaser’s auditor may provide suggestions to remedy certain items.
The Contractor shall verify the adequacy of the Purchaser’s suggestions.
The final responsibility shall remain with the Contractor.
5. UNITS
5-1 The concept, design and manufacture of all parts, and units shown in the specifi-
cations are fully based upon SI, International System of Units.
5-2 Where dual dimensions are provided, the units listed in parenthesis are for refer-
ence only.
6. SAFETY DESIGN CRITERIA
6-1 Where possible, component failure or malfunction shall safely stop the electric
terminal tractors operation. Where this is not possible, a redundant system shall
be supplied. The redundant system shall both safely stop the electric terminal
tractors and prevent operation until maintenance personnel make corrections.
7. SCOPE OF SUPPLY
7-1 The Contractor shall design, manufacture, test and deliver to site of 10 units of the
tractor built in accordance with this specification and 1 unit of swapping charging
station with two (2) units battery spare. The equipment shall meet or exceed the
requirements of the Technical Specifications and shall comply with the appropri-
ate International and Local Standards, Statutory Orders, Regulations, Acts, Codes
etc. that apply.

JICT PROJECT MANAGEMENT


iv

7-2 The expected ambient conditions are;


i) Temperature – max. 45ºC, min. 15ºC

ii) Humidity - max. 100%, average 80%

7-3 The tractors are required to operate in a modern high performance international
container handling terminal.
7-4 The tractors shall be of 4x2 design, and preferably be of a standard production line
model. This specification provides details of operational and functional require-
ments. Contractor shall base on their standard model, provide options to meet with
specific and local requirements. Any deviations from the specification to be noted
and priced separately.
7-5 The scope of supply includes the fully-assembled, complete delivery, commission-
ing and test of the electric terminal tractors and/or charging piles, if applicable on
to the Purchaser’s Terminal. Refer to the PROJECT REQUIREMENTS for spe-
cifics.
7-6 The tractor shall be designed to couple to the trailer with the following connec-
tions:-
i) A fifth wheel plate of sufficient capacity to connect to the standard king pin
of the trailer.

7-7 The tractor shall be designed as a container handling unit for heavy duty terminal
applications. It shall be mounted upon radial-tyred wheels and shall be powered
by electric motor(s) with energy converted from the lithium ion battery packs. It
shall be complete with a single forward facing, forward control, fully enclosed
drive cab. Refer to the PROJECT REQUIREMENTS for right hand drive cab.
7-8 The tractor shall be designed to supply the electrical and compressed air circuits
needed to control the standard road lighting and braking systems of the associated
trailer apart from the power regenerative braking system.
7-9 The design of the tractor shall recognize that the machine will be subjected to an
arduous duty cycle and will be working in an environment where protection
against impact damage is essential. Whilst the provision of damage protection is
important, however, it should not be at the complete expense of access to the basic
components which require regular maintenance. Particular attention shall be given
to maintainability.
7-10 The tractor shall be operating on a 3 x 8-hour day, 7 days per week operation.
7-11 The tractor shall be designed for use with a fixed fifth wheel connected to the semi-
trailer to form a combined unit for transferring ISO Containers between ship-to-
shore cranes and stacking areas. This distance travel varies between 250 m to 5
km. The supply shall include engineering and design, manufacture, assembly, de-
livery to the Purchaser’s Terminal, testing and commissioning, and rectification of
defects therein.
7-12 The electric terminal tractors shall comply with the requirements listed under
“HPH Base electric terminal tractors with purchaser deviation” columns in the
PROJECT REQUIREMENTS document, unless as modified in that document.
i) Standards for design and installation of wiring, electrical systems and
pneumatic equipment such as air brake tubing.

JICT PROJECT MANAGEMENT


v

ii) Standard for Painting.


iii) RAL Standard for colour reference.
7-13 Terminal has an environmental policy that could preclude the use of certain sub-
stances.
8. TECHNICAL REQUIREMENTS
8-1 Materials
i) Materials used in the tractors shall be new and of the best quality, suita-
ble for the duty. Specification and material certifications will be re-
quired.
ii) Materials shall be free from flaws. All castings shall be smooth, sharp
and free from blowholes, with ample fillets, and correctly centralized
cores. All structural sections and plate shall be free from scale.
iii) Light alloy sections shall not be used unless authorized by the Engineer.
iv) All fixings and fastenings, bolts, screws, nuts, washers, split pins U
clamps and threaded components such as studs shall be protected from
corrosion by way of heavy zinc or hot dip galvanized plating.
8-2 Workmanship
i) Workmanship shall be of the highest standard and will be constantly
monitored by the Engineer or his approved representative. If in his opin-
ion the work, rectification work, or methods used do not meet with his
approval then that work will be stopped at the Contractor's expense until
an approved method is adopted.
ii) All plates, sections, etc. shall be straightened or curved as may be re-
quired by pressure and not by hammering. All abutting ends and edges
shall butt truly over the full areas.
iii) All holes in steelwork shall be drilled and where not found fair after as-
sembly further drilled or reamed out to the size required. Drifting of
holes is not permissible. Burrs on all material shall be removed before
painting. Screw threads shall be accurately produced in accordance with
designer’s specification and classification.
8-3 Quality Control and Inspection
i) The manufacturer shall submit evidence that a formal system of quality
control approved by the Engineer is applied to all purchased materials
and equipment.
ii) The manufacturer shall submit evidence that all full penetration welds in
structural members have been tested according to Local Standards, Stat-
utory Orders, Regulations, Acts and Codes that apply.
iii) Reasonable access shall be provided by the manufacturer to the Pur-
chaser’s inspecting authority which may be asked to attend the manufac-
turer’s works, or works of the manufacturer’s sub-contractors, during
construction.
iv) Acceptance and load test will be carried out prior to shipment. Notwith-
standing the unit will again be visibly checked and will undergo a full
operational check including proof load test on arrival at its destination.

JICT PROJECT MANAGEMENT


vi

8-4 Area of Use


i) The tractors will be required to operate within the confines of the Con-
tainer Terminal, not on public roads.
8-5 Tractor’s Chassis Structure
i) The tractor’s chassis structure shall be constructed from standard hot-
rolled steel sections. The steel grades shall be of weldable quality at
ambient temperature not requiring special pre-heat or post-heat treat-
ment for repair works.
ii) The structure shall be so designed that water pockets are not formed in
any member or by the inter-section of members and be such that there
shall be no unsealed blind areas where paint cannot be applied. Ade-
quate drainage holes shall be provided to discharge water clear of the
structure in all cases where there is a tendency for water to collect. The
structure throughout shall be so designed that vibration is a minimum
under all conditions of operation and particular attention shall be given
to limiting vibration during the acceleration and deceleration periods.
iii) The driving cabin shall be constructed from heavy gauge steel plates of
minimum thickness 2.7mm and designed for strength to resist distortion
and maintain alignment.
iv) The structure throughout shall be so designed that vibration is minimized
under all conditions of operation and particular attention shall be given
to limiting vibration during the acceleration and deceleration periods.
8-6 Towing Capacity
i) The tractor shall be designed to tow a combined weight of 65,000 kg
cargo together with a chassis weight of a maximum 10,000kg when con-
nected by the fifth wheel table locking mechanism
ii) The tractor shall also be capable of towing a gross weight of 30 tonnes
through the standard towing attachments provided at the front and rear
of the tractor
iii) It shall be designed to tow a combination of ISO Freight Containers and
the trailer.
i. One (1) 45 ft ISO Freight Container weighing 40MT
ii. One (1) 40 ft ISO Freight Container weighing 40MT
iii. One (1) 20 ft ISO Freight Container weighing 35MT
iv. Two (2) 20ft ISO Freight Containers weighting in total 65MT

8-7 Speed of Operation

i) Unladen -The maximum speed when travelling unladen shall be not less
than 35km/h.
ii) Laden - When towing a combined weight of 75,000kgs the maximum
speed of the combined unit shall be no less than 25km/h.

JICT PROJECT MANAGEMENT


vii

8-8 Standardization
Standardized components are preferred. If a particular brand of the component is
selected, it should be compatible with the component as specified in the standard
design.
8-9 Duty Cycle
The tractors manufacturer shall recognize that the tractor/trailer unit shall be re-
quired to perform frequent U-turns during normal operations both in empty and
fully laden conditions.
8-10 Operator Cabin
i) The tractor shall be provided with a weather tight, totally enclosed,
forced ventilated, single man driving cabin. It shall be robustly designed
and constructed to resist impact forces and to provide the driver with a
safe, practical and efficient working environment. An adjustable steering
wheel shall be fitted.
ii) An interior cabin strip light and a flexible reading light with adjustable
brightness control shall be fitted.
iii) The cabin shall be provided with sound insulations to give less than 80
dB(A) noise level at full travelling speed.
iv) The cabin shall be fitted with fixed laminated front and rear screens and
off-side sliding window. All glass shall be tinted and mounted in rubber
v) Independently controlled and electrically operated, self-parking wind-
screen wipers and washers shall be provided for the front windows. The
windscreen wipers shall also have an intermittent wipe facility.
vi) A fully adjustable air suspension 'armchair' seat unit shall be fitted. It
shall be IRS6860/7850 or equivalent with standard features.
vii) Rear view mirrors shall be provided inside the cabin together with two
external glass mirrors mounted on robust brackets, one each side of the
cabin to provide a clear view along both sides of the machine.
viii) Wiper with electric motor 24 Volt shall install at front glass.
ix) Horn electric 24 V type shall install at front cabin.
x) A suitable form of cabin environment control shall be mounted adjacent
to the driver.
Cabin air flow shall be arranged such that de-frosting and de-misting
operations are efficiently carried out on all primary windows. A 24 V
two speed fan shall be fitted in the cabin to assist in circulating air.

xi) The driver seat shall be IRS6860/7850 or equivalent with standard fea-
tures, and equipped with suitable seat belt.
xii) The cabin shall be fitted with camera and mounted at outside corner of
the cabin.
xiii) The driving cabin shall be equipped with the following controls, instru-
ments and warning alarms as a minimum requirement:-
 Control Switches and Indicators

JICT PROJECT MANAGEMENT


viii

Windscreen wiper/washer switch/intermittent wipe


Headlight/sidelight switch
Headlight high/low switch
Headlight high beam indicator
Rear flood light switch.
Rotating beacon switch
Directional indicator switch and light with bleeper
Hazard warning switch and light
Interior light switch
Horn push
UV protection film, Numbers, Terminal Logo

 Main Controls

Accelerator pedal
Brake Pedal
Steering wheel 14” with spinner
Air suspension release

 Instruments and battery conditions indicators

Speedometer
Cooling water temperature indicator gauge (if appliable)
Battery level indicator (SOC)
Range (km) before charging
Air pressure indicator gauges
Average kWh/100km
Motor 'Hours Run' meter
Cumulative running hours
Trip mileage
Fault diagnostic display
Monitor CCTV

 Warning Alarms

Low air pressure light and buzzer


Low battery level indicator light and buzzer
Fifth wheel ‘Locked’ and ‘Unlocked’ indicator lights

xiv) Additional Fittings


 Rotating beacon with amber lens to be fitted to the top of the cabin.
 Terminal power for “pager” on dashboard
 One flood light mounted on to the rear of the cabin to floodlight the
5th wheel table area.
 A dedicated mounting bracket for the fitting of radio equipment.
 Small rotary fan is installed at the upper right.
 One fire extinguisher of Dry chemical type with a capacity of 15lb.
 Emergency hammer shall be providing at driving cabin.

JICT PROJECT MANAGEMENT


ix

8-11 Battery Packs


i) The battery shall be lithium-ion type with a rated storage energy not less than
280 kWh. The battery shall have the capacity sufficient for laden travel-
ing of 150 km from discharging at 80% of rated storage energy to 20%
of rated storage energy.
ii) The battery packs shall be able to be charged up from 20% of rated storage
energy to 80% of rated storage energy within 45 minutes.
iii) The battery packs shall have an operating life of 6,000 charging cycles between
20% and 80% of the rated storage energy.
iv) The battery packs shall be designed and installed to minimum IP56 on the trac-
tor.
v) The tractor shall be equipped with a battery level indicator on the instrument
panel in the cabin, showing the energy remaining in terms of the percent-
age of rated storage energy capacity. The battery level indicator should
also show an estimate of kilometers can travel with the remaining energy
storage based on the mileage traveling energy consumption. A warning
light shall sound when there is 20% of rated storage energy remained
and a continuous warning buzzer sound when there is 10% of rated stor-
age energy remained. Tractor will automatically stop if percentage of
storage energy reach 7%.
vi) Provision shall also be made for battery level indicator next to the charger con-
nection on the tractor.
vii)The tractor shall be equipped with connection for swapping of the battery con-
nection standard specified in the PROJECT REQUIREMENTS.
8-12 Battery Swapping Station (BSS)

i) The purchaser also require the contractor to supply a BSS to main-


tain the designed uptime of a number of the electric terminal trac-
tors to be deployed.
ii) The BSS shall have a parking position for the electric terminal
tractor to park at the battery swapping bay of the Battery Swapping
Station (BSS) for the battery swapping process to be carried out.
A Tractor Positioning System (TPS) shall be required to ensure the
interaction between the battery swapping robot and the electric ter-
minal tractor is smooth and aligned. The battery swapping process
shall be fully automated and equipped with an intelligent control
unit to automatically align the battery packs on the tractor and pick
up the used battery packs and swap with fully re-charged battery
packs. It shall be designed with interlocks and safety protection
systems put in place to ensure safe operations and prevent personal
injury. Where an existing BSS already exists, the Contractor shall
co-ordinate with the Purchaser and the BSS supplier to ensure that
such positioning is achieved.

JICT PROJECT MANAGEMENT


x

iii) The used battery packs shall then be automatically brought to the battery
charging bay for recharging. The battery charging facility shall
have at least nine charging bays but expandable to ten charging
bays. The power supply shall be capable of charging nine sets of
battery packs simultaneously from 10% of rated storage energy to
100% of rated storage energy within 20 minutes.
iv) If the contractor is required to supply the BSS, the purchaser will provide
civil foundation, power cables and ICT cables for the BSS. The
contractor shall provide the civil requirements, including ground
bearing loading, underground conduits layout, lightning protection
requirements and BSS power demand for the purchaser. The pur-
chaser shall also provide a canopy for the BSS with fence for
safety and security purpose. The contractor is required to install
the BSS onto the civil foundation and do the cable termination
prior commissioning.
v) The BSS shall be semi-outdoor type, capable to withstand the am-
bient temperature and humidity specified in the PROJECT RE-
QUIREMENTS. The electrical appliance in the BSS shall be de-
signed and installed to minimum IP56, unless the electrical appli-
ances are installed in the cabinet or enclosure.

vi) A monitoring system of the BSS shall be set up and shall be inter-
faced with the purchaser’s tractor deployment system to facilitate
the need of the battery charging requirements.

vii) The Contractor is required to submit the design of the removable


battery packs and the BSS for the Purchaser’s prior approval.
8-13 Motor & Transmission/Torque Convertor (if applicable)
i) The tractor shall be fitted with adequately sized traction motor(s) with
well-matched inverter and control units. The traction motor(s) can be
directly driving the wheel(s) or via a fully automatic transmission system.
ii) The traction motor(s) and the associated transmission system if applica-
ble shall allow the tractor to move ‘forward’ and ‘reverse’. The ‘reverse’
speed shall be limited to 20% of the rated full ‘forward’ speed.
iii) A control shall be fitted to prevent reverse direction selection whilst road
wheels are rotating forward (and vise versa).
8-14 Cooling System
The tractor must be able to operate reliably in the relatively high ambient temper-
atures specified. For this reason, particular care shall be exercised in designing the
cooling system, if applicable including;
i) Adequately sized heat exchange system to allow for the cooling require-
ments for the sub-systems onboard.
ii) Location of sensors to measure any overheating at the most relevant lo-
cations.
iii) Tractor stop if high temperature is raised in the whole electrical drive
train system.

JICT PROJECT MANAGEMENT


xi

8-15 Steering
The tractor shall be fitted with power steering, effective over the full range of
travel to minimise driver effort and fatigue.

The steering shall fit with encoder measuring the wheel steering angle on individ-
ual steering wheel.
8-16 Axles and Suspension
i) Front axle
The front axle shall be a heavy duty 'I' beam section of toughened alloy
steel with semi-elliptical laminated leaf springs to provide the suspen-
sion system in conjunction with shock absorbers.

ii) Rear axle


The rear axle shall be a heavy duty (planetary) reduction drive axle rated
at not less than 50,000 kg and incorporated within the tractor chassis
frame and fitted with an approved form of pneumatic suspension which
provides positive suspension until the load applied to the fifth wheel ta-
ble reaches a pre-set value which shall be no less than 9 tons. When a
load in excess of 9 tons is imposed upon the fifth wheel then the axle
shall make contact with rubber faced chassis pads effectively making a
solid mounting arrangement.

The contractor shall submit details of his proposed axle design for review
by the Purchaser.
8-17 Wheels and Tyres
i) Spigot mounted wheels shall be supplied for both front and rear assem-
blies. The Manufacturer shall determine the tyre/rim size to suit duty
specified.
ii) Front wheel stud protectors shall be fitted.
8-18 Braking System
A currently approved 'dual circuit' air operated tractor braking system with dual
controlled brake connection for the tractor braking controls to shall be provided.

i) Braking systems
The traction motor(s) shall have the regenerative braking capability,
which shall provide the initial braking of the tractor when the driver re-
leases the pressure applied on the accelerator pedal.

Both the brakes on the tractor axles, which shall be of the direct air-op-
erated type and the tractor service line, shall be actuated via a pedal-
operated valve. The tractor brakes shall be of the cam operated type or
similar type, approved by the Purchaser.

ii) Parking and Emergency braking


An independent hand-operated valve shall be provided which actuates
all tractor brakes and the tractor service line.

Spring type brakes shall provide on all wheels.

JICT PROJECT MANAGEMENT


xii

iii) Trailer connections (Not Used)


Standard SAE/SMMT palm type forged couplings for a two-line braking
system shall be provided complete with yellow and red 'Susie' flexible
hoses fitted with a 150 mm length of solid pipe between the hose end
and the coupling to facilitate connection. Three (3) dummy housings in
the form of a vertically mounted open steel tube approximately 75 mm
inside diameter shall be mounted at the rear of the cabin to locate each
coupling when not in use.

iv) Auxiliary air connection


A connection shall be provided at a convenient location to enable the air
reservoirs to be pressurised from an external source, thus enabling the
brakes to be released without running the machine's engine.

The connection shall be a standard forged type palm coupling with a


non-return valve (or similar).

v) Drain valves
Drain valves shall be fitted to the compressed air circuits and shall be
assembled at an easily accessible point to facilitate regular manual drain-
ing.

Air reservoirs shall be equipped with automatic moisture ejector valves.

vi) Air dryer for compressed air circuit


To reduce the problems associated with the condensation of water va-
pour within the compressed air circuit, an approved form of thermostat-
ically controlled air dryer shall be connected into that circuit.

vii) Compressed Air Control Valves


The compressed air control valves shall be grouped together in order to
facilitate maintenance and repair functions. Circuit diagram in durable
material shall be fixed adjacent to valve position.
8-19 Semi-Trailer Connection Coupling (5th Wheel)
i) A 35 tonnes capacity Holland fixed fifth wheel plate FW3510, or equiv-
alent, to be approved by the Purchaser which shall be designed, as a min-
imum, for an imposed fifth wheel load of 35,000kgs.
ii) The side oscillation shall be blocked out to 0.5° each side.
iii) The fifth wheel plate shall be designed for 50.80 mm (2”) diameter king
pin generally in accordance with the Holland FW3510. A well-protected
air-operated release mechanism actuated from the driving cabin, by a
push-button control station, well guarded against accidental operation,
shall be provided.
iv) Fixed raised 5th wheel refer to the PROJECT REQUIREMENTS.
8-20 Mudguards
i) Mudguards shall be fitted over both front and rear wheels.

JICT PROJECT MANAGEMENT


xiii

ii) At the front of the tractor these mudguards shall be fabricated as an in-
tegral part of the bodywork incorporated into the access walkways and
mechanical protection system
iii) At the rear synthetic material moulded to form a mudguard shall be used
supported by a spring mounted tubular construction bolted to the main
chassis frame.
iv) Mud deflectors are to be fitted to protect the hydraulic tank, air filter and
dryer and side of body work.
8-21 Towing Facilities
i) The tractor shall be provided with towing facilities at both front and rear.
Where practical these shall be formed as an integral part of the front and
rear bumpers respectively and recessed into those members. They shall
be designed to tow tractors of gross weight up to 30,000 kgs and shall be
complete with captive carriage pins.
ii) If recessed into the bumpers then sufficient side clearance shall be in-
cluded to allow the tow bar to pivot about the carriage pin to permit nor-
mal maneuverability during turns and positioning particularly when re-
versing
8-22 Electrical Supply System

The electrical system in this section covering the electricity supply for the auxil-
iaries on the tractor. The electrical system shall be designed and installed in full
compliance with American National Fire Protection Association, National Electric
Code, 1996 edition.

i) Supply Capacity
A 24 volts D.C. supply system shall be provided by two adequately sized
12-volt batteries, each with a minimum capacity of not less than 120
Ampere-hours.

ii) Isolation Switch


A battery isolation switch shall be provided in an accessible and clearly
marked position outside the cabin.

iii) Lighting LED


The headlights are to be of highway standard with dipped beams only
and stop and tail lights incorporating reflectors, all wired through the key
switch.

The head lamps must be able to withstand the vibration encountered in


this type of operation defined in this specification.

The following lighting or lamps shall also be provided;

i) Directional indicators, flashing type front and rear.

JICT PROJECT MANAGEMENT


xiv

ii) Floodlight rated at 65 watts, 24 volts, mounted adjacent to the roof


of the cabin via a bracket.

iii) Cabin interior light. This shall be of the type which has the lens
secured by recessed allen screws.

Note: All externally mounted driving lights shall be recessed into the
structure and protected against impact damage.

Anti-theft mountings shall be provided where practical.

iv) Audible Alarms


i) Electrically actuated, pneumatically operated warning horns shall
be provided. These horns to be directly connected into the main
pneumatic system of the tractor.

ii) An electrically operated audible reversing alarm shall be fitted


which shall be automatically actuated when 'reverse' gear is se-
lected.
iii) Four rear sensor anti-collision.

v) Rotating Beacon
An amber, cab-roof mounted, rotating beamshall be supplied complete
with an anti-glare top and able to withstand the amount of vibration en-
countered in terminal operations.

vi) Panorama-view camera


Four corner view (360 degree) camera with display in the cabin (not less
than 180 mm in diagonal size) and their accessories shall be provided.
During reverse motion, the distance to any object in the back of the trac-
tor should be displayed in the cabin.

vii) Trailer Connections (Not Used)


The tractor shall be provided with a standard 7 pin connector compatible
with a SAE J560, complete with a 'Susie' flexible lead, hardwired one
end. A dummy housing shall also be provided on the tractor to locate
the socket when not in use.

viii) Radio supply


A 24 volts D.C. supply shall be provided by suitable connections across
the 24 volts system for the fitting by others of a radio transceiver into the
Driving Cabin. This 24 volt supply shall not be achieved by simply con-
necting across one of the 12 volt batteries. A Motorola stabilizer shall
be fitted to maintain 24 volts.

ix) Wiring

JICT PROJECT MANAGEMENT


xv

All wiring shall be colour coded in accordance with NEC 1996 and shall
be in separate removable harnesses. Ratings shall be in accordance with
NEC 1996.

8-23 Telematics System


i) The contractor shall provide a telematics system which provides remote
monitoring of the status and performance of the tractor. The telematics
system should include device on the tractor and a central unit at Pur-
chaser’s designated location.

ii) The telematics system on the tractor should collect and record the tractor
status including but not limited to the below:

 Battery level indicator


 Range before charging
 Trip mileage since last charging
 Average kwh/100km
 Motor running hours
 Last battery charging date/time
 Tractor health status and faults alarm
 Auto-hold brake systems (Option)
 Tire pressure indicator

iii) Each point of the Battery Swapping Station should provide and record
the charging status including but not limited to the below:
- Status: Occupied/Available/Out of Service
- Current tractor ID and charging progress
- Remaining time to fully charging

iv) The telematics system on the tractor and battery charging system should
upload the tractor and charging status to the central unit via terminal wifi
or public network sim card on regular basis. The frequency of upload
should be resettable by the central unit from 1 minute to 1 hour.

v) The central unit of the telematics system should receive the tractor and
charging point status and provide a GUI to show the status of all tractors
and charging points. The central unit should also be capable to export
the data to Purchaser’s terminal operating system for tractor fleet man-
agement.
8-24 Painting System
i) During construction and on completion of fabrication, the tractors shall
be thoroughly cleaned and painted in a manner approved by the Pur-
chaser.
ii) The colour scheme for the tractors shall be advised to the Contractor
prior to the award of Contract.
iii) Plant identification numbers and the Terminal Logo shall be provided
and located in positions approved by the Purchaser.

JICT PROJECT MANAGEMENT


xvi

9. TESTS AND INSPECTION


9-1 Tests on Completion
The Contractor shall give to the Purchaser 10 days' notice of the date after which
he will be ready to make the Tests on Completion. Unless otherwise agreed the
Purchaser shall instigate a complete inspection and testing programme within 5
days after the said date on such day or days as the Purchaser shall notify the Con-
tractor.
9-2 Programmes for Tests on Completion
i) The purpose of the test programme is to confirm conformance to the
Specification and to provide a basis for future comparison of adjustments
and performance measurements.
ii) Prior to final acceptance the Contractor shall submit three legible Eng-
lish language copies of a complete test report including all data accumu-
lated as well as information on tests failed and remedial action required
to finally pass.
9-3 Procedures for Tests on Completion
i) A written test procedure in the English language shall be prepared and
submitted to the Purchaser at least 2 months prior to the delivery.

ii) This test procedure shall be constructed in a logical functional and easy
to understand format and shall contain step by step checklists for the
parameters set out in Schedule A. The checklists shall be in a boxed
format which shows (1) item to be tested, (2) method of testing, (3) basis
of judging test, and (4) test findings. The basis of judging test will be
based on visual or designed parameters where applicable.

iii) As a minimum requirement the test procedure shall be divided into six
sections as follows :
i) Initial Inspection
ii) Static Safety Tests
iii) Settings Adjustments
iv) Running Tests
v) Final Inspection and Certification.
vi) Test Report
iv) The test procedure shall be prepared in such a way that it will become
part of the test report. The Contractor is at liberty to add to these tests.
In addition the test report will include but not be limited to the follow-
ing:-
i) Initial Inspection.

a) Visually inspect the entire tractor (structure, mechanics,


hydraulics, electric and all sub-systems) for conform-
ance to Specification and for determination of defects.

b) Any items or components or aspect found not to be in


compliance with the Contract Documents will be duly
identified by the Purchaser's Inspector and noted on the
"List".

JICT PROJECT MANAGEMENT


xvii

c) Check hydraulic reservoirs for correct fluid levels.

ii) Static Safety Tests

a) Satisfy the correctness of all circuits and undertake con-


tinuity, including earth (ground) continuity, and insula-
tion tests.

b) Check all brakes for proper adjustment.

c) Check function of fifth wheel, height of lift, all limit


switches, interlocks, position switches and emergency
stops for proper function. This especially applies to all
'back-up' limit switches.

iii) Settings and Operation

a) Check all electrical controls and record settings. This


includes relays, limit settings, check all cabin indica-
tions and controls.

b) Adjust and record all hydraulic operating pressures.

c) Check operation of the fifth wheel, preset height,


smoothness of raise and lower

iv) Running Tests

a) Running tests shall be conducted in two stages. First


slow speed cautious tests to assure proper operation and
then full speed tests to ensure full performance under
safe conditions.

b) All brakes shall be tested at 100% rated load and full


rated speed. Both time to stop and stopping distance is
to be determined.

c) The Tractor shall be combined with a Terminal trailer


supplied by the Purchaser to confirm the fifth wheel, air
and electrical connections. A running test will be carried
out with this combination to test the functions.

v) Final Inspection

a) After completion of the running tests a final visual in-


spection of the Tractor shall be made to ensure that no
physical damage or problems have occurred.

b) The issue of the Acceptance Certificate for the Tractor


shall be subject to submittal, evaluation and acceptance
of the Test Report by the Purchaser in addition to all
other Conditions.

JICT PROJECT MANAGEMENT


xviii

vi) Testing at Site

The tests described above may be undertaken either partially or


completely at the original manufacturing site with the written
approval of the Purchaser.
9-4 Site Inspection
Site inspection for JICT staff shall be provided to inspect modifications and other
feature of the machines during manufacturing. Kick off meeting, assembling
stages and before delivery.

- Kick off meeting : 2 days 3 persons


- Assembling stage / before delivery : 3 days 4 persons
9-5 Endurance Tests
Providing that the tests in 9-3 have been met and approved, the Tractor shall then
be moved to a terminal stacking area and subjected to the following tests using a
driver from the Purchaser.

i) The Tractor shall operate intensively for a period of 4 hours to ensure


the correct functions of the machine. In the event of a machine mal-
function the period of endurance will recommence until a continuous
trouble free 4 hours operating period has been achieved.

ii) The Contractor shall make due allowance within his Insurance for the
machine to be operated by an employee of the Purchaser during the
endurance tests.
9-6 Final Inspection
After completion of the running tests a final visual inspection of the Tractor shall
be made to ensure that no physical damage or problems have occurred.
9-7 Test Report
i) A complete test report shall be provided for the Tractor including a de-
scription of all tests, test results, settings, measurements, problems, cal-
culations and conclusions.
Three copies of each report shall be provided.

ii) The issue of the Acceptance Certificate for the Tractor shall be subject
to submittal, evaluation and acceptance of the Test Report by the Pur-
chaser in addition to all other Conditions.
9-8 Certification
i) Certification of the tractor will be in accordance with those Local Stand-
ards and Statutory Regulations which are in force and current at that time.

ii) A certification of conformity shall also be provided on delivery.


10. MANUALS, TRAINING AND SPARE PARTS

10-1 Operating and Maintenance Instruction Manuals

JICT PROJECT MANAGEMENT


xix

i) The contractor shall submit a copy in English and Indonesia, of the Op-
erating and Maintenance Instruction manuals normally distributed with
a contract of this type.
ii) Three copies, i.e. three Operating, three Mechanical and three Electrical,
good quality printed instruction manuals in Englishand Indonesia cover-
ing in detail the operation and maintenance of the tractor as a whole, and
in particular the electrical and mechanical equipment, shall be supplied
to the Purchaser, in their final form, no less than 10 days prior to the
commencement of the Tests on Completion programme.
iii) These instructions shall contain, for example, clear and concise fault
finding charts so designed and laid out that they will enable maintenance
staff to analyse probable faults rapidly. Charts to assist the Purchaser to
establish practical preventive maintenance programmes shall be pro-
vided also.
iv) An indication of the probable scope these manuals are to cover is given
below to judge the extent to which they will most definitely form part of
a "training aid".
v) After the Tests upon Completion and as a integral part of the Test Report
a full set of the Test Results shall be provided for insertion into the in-
struction manuals.

10-2 Training of Maintenance Personnel


i) The Contractor will be required to provide a programme for practical
training and some or all of this must be carried out at the terminal prior
to the Tests on Completion. The Contractor will use the training person-
nel from sub-contracted suppliers, where specialist training is required,
and not rely upon the members of the Site Commissioning team to pro-
vide the training.

ii) The Contractor shall be conduct training for JICT operators and techni-
cians for 5 days (3 days class outside JICT and 2 days on JICT site) with
topics: operations and maintenance, repair and trouble shooting proce-
dures for such machines,

(Advance course materials shall be advised to JICT on the relevant pro-


cesses to upgrade skills at JICT Workshop)

iii) The probable scope of training and the final programme for training will
be agreed with the Contractor and it is assumed that part of the training
may take place at the Purchaser’s site.

10-3 General Summary of Electrical, Electronic and Mechanical Training


i) Electricians / Electronic:
- coverage of fundamental electrical content
- servicing/maintenance content
- reading/interpretation of circuit diagram

JICT PROJECT MANAGEMENT


xx

- mechanical plant familiarisation


- automotive electrical equipment and systems
- use of test equipment and special tools
- fault diagnostic techniques
- on-site practical work
- use of manuals
- any sub-let equipment
- relationship interface with other systems
- warranty procedures

ii) Mechanical:
- instruction and familiarisation on the function of all mechanism/as-
semblies
- service/maintenance procedure
- use of manuals/drawings
- hydraulics and pneumatic systems
- familiarisation with electromechanical equipment
- diagnostic practice
- sub-let equipment
- warranty procedures

10-4 Operating and Maintenance Manuals

The respective manuals shall include as a minimum the following information:-

i) Operating Manuals

i) Index.

ii) Brief general description and outline specification highlight-


ing special features of the equipment for the guidance of the
non-technical operating staff and management.

iii) Sufficient background information should be provided to pro-


mote full understanding of the operating instructions with a
view to ensuring safe and efficient operation of the plant.

iv) Brief description supported by general arrangement drawings


and photographs/layout drawings (suitably reduced size) of
such parts of the plant as are of particular interest to the driver,
e.g. Driving Cabin, air system connections. This section
should describe the function of and clearly identify and help
to locate all controls, instruments, indicators and alarms, etc.
provided for use by the driver.

v) Routine checks to be carried out by the driver.

vi) Detailed step by step instructions for starting up, normal oper-
ation and shutting down the plant.

vii) Special safety instructions, "Do's and Don'ts" for the driver
during normal working and emergency conditions.

JICT PROJECT MANAGEMENT


xxi

ii) Maintenance Instruction Manual

i) Index

ii) Full technical specification and detailed description of the


plant as a whole and of each item of machinery and equipment
for guidance of the maintenance staff and management.
Where the manufacturer's standard published literature is
used, it shall not contain any irrelevant information.

iii) General arrangement and layout drawings (suitably reduced,


with appropriate cross referencing to other drawings), sche-
matic diagrams for power and control circuits whether electri-
cal, hydraulic or pneumatic, etc. The control sequence shall
be fully described. General arrangement drawings should
show all leading dimensions, wheel and axle loads under dif-
ferent operating conditions and a visual chart of safe working
loads.

iv) Performance characteristics, copies of Works and Site Test


Certificates, recommended settings of adjustable features, etc.
Procedures for site testing and adjustments as necessary.

v) Detailed list of all "As Fitted" drawings as called for under the
contract and supplied separately.

vi) Recommended schedules and programme for inspection, lu-


brication and routine maintenance. Lubrication charts and
specifications. Full technical details for operation, adjust-
ment, maintenance and testing of equipment and control.

vii) A means shall be provided for systematic trouble shooting, to


enable detection and analysis of faults, with recommendations
as to dealing with different types of problems likely to arise.
This would take the form of a compendium of cause/effect/
solutions based upon experiences reported by users of the
equipment, split between electrical and mechanical systems.

viii) Dismantling, repair, assembly, setting up and testing proce-


dures and instructions for the whole of the equipment being
purchased, fully illustrated.

ix) These shall include exploded views of all main components


with part numbers shown to assist in dismantling and re-as-
sembling complicated items and for identifying replacement
parts.

x) Spare parts lists, Contractor's part numbers and the actual


source manufacturers (if applicable) part numbers, together
with source manufacturers address for ease of cross reference
identification when ordering.

xi) Special tools and instruments required, if any, for testing,


maintenance and repair work.

JICT PROJECT MANAGEMENT


xxii

xii) Description of special safety features such as safety interlocks,


limits, indication, warning and cut-out devices, etc. Testing
adjustment and maintenance procedures for such devices and
circuits. Special hazards and precautions to be taken by
maintenance staff.

xiii) The provision of statutory test certificates where appropriate.

iii) Drawings
i) Contractor shall submit with bid two copies, of the following draw-
ings:
 Circuit diagrams, wiring diagrams and schematic dia-
grams of all electrical equipment.
 Pneumatic schematics, piping diagrams.
 Fully dimensioned detail drawings of all major compo-
nents and assemblies.
 General Arrangement of the tractors.
ii) Following placement of the order, the contractor shall submit for re-
view to the purchaser general arrangement, fully dimensioned detail
drawings, and schematic diagrams covering every aspect on the trac-
tors not already approved by previous supply.
iii) The drawings and diagrams shall be checked by the purchaser so far
as it is possible with the information in his possession.
iv) However, approval of drawings, whilst acts in good faith, does not
remove from the contractor his responsibilities and does not carry
with it responsibility for subsequent alterations which the contractor
may find necessary as the work proceeds.
v) The contractor shall provide two copies of the above drawings as
modified and approved immediately prior to commencement of Ac-
ceptance Testing.
vi) Upon delivery of the tractors to the terminal, a copy of 'as made'
drawings shall be supplied on CD in PDF format shall be supplied
at the Contractor's expense to the purchaser within one month of Fi-
nal Completion.
vii) The drawings shall include such details as:-

10-5 Spare Parts

i) The Tenderer shall provide as part of the Tender a recommended list of


spare parts. He shall submit this as part of Schedule 'A' and shall price
individual components as optional extras to the Contract.

ii) In addition to the above the Tenderer will be asked to consider the aspect
of supplying a set of consignment spares to be held within the Purchas-
er's stores.

JICT PROJECT MANAGEMENT


xxiii

iii) In any event the Contractor shall make available during the period of
warranty the agreed set of spares that will be used by the Purchaser in
the event of breakdowns.

iv) In the supply of spare parts the Contractor shall be required to demon-
strate his ability to support the equipment for a minimum period of 10
years. Particular attention should in this regard be given to the guaran-
teed supply for that period of selected electronic equipment on a fully
compatible basis.

v) With regards to the agreed list of spare parts the Vendor shall as soon as
practicable before the commencement of the warranty period provide a
complete list of part numbers and actual source manufacturers part num-
bers together with the necessary manufacturers' addresses for ease of
cross reference identification when ordering. With the submission of this
list the Vendor shall indicate his opinion of the critical items of equip-
ment which have excessive lead times. He shall also indicate what ar-
rangements and facilities can be put into place to ensure that these criti-
cal items can be delivered within the specified periods or better.

10-6 Warranty

i) The contractor shall provide warranty for 24 months from the date of
acceptance. During the warranty period, the purchaser may lodge a
complaint in respect of any defect of the goods.This guarantee includes
the cost of repairing and replacing of any defective parts.
ii) Batteries shall have five (5) years life time warranty from the date of commis-
sioning certificate.
iii) All defects or complaints in machine shall be rectified within 24 hrs.
iv) All essential parts required for maintenance shall be available within 24 hrs.

10-7 AFTER SALES SERVICE

Tendered must provide free servicing of Terminal Tractors during the warranty
period i.e for 12 months from the date of commissioning. The servicing shall be
according to manufacturer’s maintenance schedule and program.

JICT PROJECT MANAGEMENT


xxiv

JICT PROJECT MANAGEMENT


xxv

SCHEDULE A – PRINCIPAL DIMENSIONS AND TECHNICAL DATA


(To be completed by Tenderer)

ELECTRIC 4x2 TERMINAL TRACTORS

Terminal Tractor Unit Loading Capability and Performance


Fifth Wheel Loading Max. Towing Capacity with Fifth Max. Speed and Acceleration time Tow-
(1) Wheel Loading ing Max.(2) and Fifth Wheel Loading (1)
(2)

36,000 kgs 80,000 kgs __________Km/hr


34,000 kgs 75,000 kgs _______Acceleration time (sec)
30,000 kgs 67,000 kgs
20,000 kgs 42,000 kgs _________Km/hr
10,000 kgs 19,000 kgs Acceleration time (sec)

Tender Specification
A. Principal Dimensions and Technical Data
A.1 General
Tractor model :
Max GTW : GTW _______ kgs
GCW _______ kgs
Unit Tare Weight : _________kg
Distance from C/L of 5th Wheel Pin to rear of unit raised : mm
Distance from C/L of 5th Wheel Pin to rear of unit lowered : mm
Distance from C/L of 5th Wheel Pin to rear NS/OS corner : mm
Lowered 5th wheel, if applicable : mm
Raised 5th wheel, if applicable : mm
Distance from ground to C/L of 5th wheel pin with lowered : mm
Distance from ground to C/L of 5th wheel pin with raised : mm
Max Speed unladen : km/h (Adjustable
according to customer’s
needs)
Towing pin Front– Size : 50mm in diameter
Towing pin rear Rear – Size : 50mm in diameter
Overall length : mm
Overall Width : mm
Overall Height : mm(not include the rotating beacon the
height of which is 180mm)
Turning Circle (with trailer attached) : mm(Turning diameter 18m)
Max. Grad (fully laden) : %(GCW ≤ 90000 kgs)
Rear Suspension – Type :
Cabin floor height from ground level : mm
Cabin inner dimensions : _____×_____×_____
Wheel base : mm
Wheel gauge front : mm
Wheel gauge rear : mm
Overhang front : mm
Overhang rear : mm
Ground clearance : mm
Turning radius right : mm
Turning radius left : mm
Number of turns of steering wheel lock to lock :
LED Headlights :
Night Heater :
A.2 Electric Drive motor and propulsion system
Make :
Type :

JICT PROJECT MANAGEMENT


xxvi

Sump Capacity : Motor coolant flow rate≥_____L/min


,motor controller coolant
flow≥____L/min。
Coolant type : Water cooling type motor % ethylene
glycol % water
Throttle - Mech/Cable/Electric : CAN
Maximum output : kW
Maximum torque : Nm
Rating : kW
Battery type and capacity : Ah
Coolant Capacity if required
A3 Front Axle
Make and Type :
Capacity : kg(20km/h)
Suspension :
Tyre Pressure : (KPa)
Tyre Capacity : (kg/single tyre)
A4 Rear Axle
Make and Type :
Capacity : kg(20km/h)
Suspension :
Tyre Pressure : (KPa)
Tyre Capacity : (kg/single tyre)
A5 Wheels and Tyres
Size Type and number off Section width mm rim diameter;; tube-
less pcs
Type and number off tubeless pcs
A6 Steering
Make :
Type :
Oil Type :
Oil Capacity : L
Pump :
Adjustable steering column :
A7 Brake
Make and Type Front
Make and Type Rear
Operating Pressure :
Compressor Make/Model :
Number of Airlines :
Airline Services :
Airline Couplings :
Spring Parking Brake Y or N :
Ext. Air Connection for filling Y or N :
Connection Type :
Maximum Braking Forces (Parking brakesspring cylinders The maximum braking torque provided
all wheels) by the front axle chamber is;The
maximum braking torque provided by
the rear axle chamber is;
A8 Electrical System
System voltage : LowV,High V
Battery Make :
Type :
Rating : kWh
Charger Make :
Type :
Rating : kW

JICT PROJECT MANAGEMENT


xxvii

Charger Make :
Management Type : Water Cooled
A9 Speeds and Tractive Forces
Maximum Speed Forward km/h
Reverse km/h
Max. Tractive Effort
Motor Directly drive Forward KN
Reverse KN
A10 Noise Levels (Maximum)
a) Driving Cabin (measured at driver’s ear position)
A.11 Hydraulics (if applicable)
Tank Capacity : L
Oil Type : anti wear hydraulic oil
Pump cc and type : l/r; gear pump
Working Pressure : MPa
Control Pneumatic Y or N :
5th Wheel coupling type and make :
5th Wheel coupling capacity Min 36000 kgs :
Max imposed load : kgs
Release Mechanism :
Elevation Range : ≤mm
Rams Make/Type :
Size/Stroke :
5th Wheel lift frame mounting pin diameter : mm
5th Wheel lift cylinder mounting pin diameter : mm
A12 Cabin :
Driving Position : RHD/LHD
Seat Make/Type :
Tilt Operation Mech/Elec : Mech/Elec
Cabin tilt angle for maintenance purposes
Nearside Door opening Y/N : Rear door
A13 Vibration Emitted By The Equipment
a) The weighted root mean square acceleration value to
which the arms are subjected (max 2.5m/s²)
b) The weighted root mean square acceleration value to
which the body (feet or posterior) is subjected (max 0.5m/s²)
(Even if the acceleration values are below the conditions specified
the successful Tenderer will be required to supply a full test report
according to EN13059 prior to Delivery of any Equipment).

JICT PROJECT MANAGEMENT


xxviii

APPENDICES OF DEVIATION LIST

Item No Technical Requirement Deviation Reason/Justification

JICT PROJECT MANAGEMENT

You might also like