Sie sind auf Seite 1von 27

Annexure - I

TECHNICAL SPECIFICATIONS
& ACCEPTANCE PLAN
FOR
WATER FIRE TENDER - TYPE B
(AS PER IS: 950-1980 RE-AFFIRMED 2002)
(Appendix P, PI, PII)

APPROVED BY

(J.V.L.B.SUDARSHANAM)
Scientist E
R&QA

(LS SINGH)
COL
Member Secy.

Appendix P

FABRICATION AND SUPPLY OF FIRE TENDERS (2 Nos.) FOR DEFENCE


RESEARCH AND DEVELOPMENT LABORATORY, HYDERABAD.
The Defence Research and Development Laboratory is a premier DRDO Lab situated
at Hyderabad, Andhra Pradesh. This Lab is interested in fabrication of 02 (Two) water
type Fire Tenders of 5000 Ltrs capacity with SS Water Tank on Ashok Leyland [Comet
Gold 1613] chassis which will be supplied at your works by DRDL. The Fire Tender
has to be designed, fabricated and supplied in accordance with the description and
specifications as per the Scope of work and delivered to Defence Research and
Development Laboratory at Hyderabad (AP) by road after inspection and acceptance at
your works by an Officer authorized on behalf of the Director, DRDL the accessories to
be supplied as per the list enclosed.
The Fire Fighting & Rescue equipment accessories to be supplied as per the list
enclosed Appendix P- I. The appearance of the fabricated Fire Tender and the lockers
layout and the driver cabin to be as per the photograph enclosed at Appendix P- II.
2. The General Terms and Conditions are as follows:
a)
Chassis
Will be delivered by DRDL at your workshop
free of cost, on submission of Bank
Guarantee for equivalent amount
b)
Transportation
Transportation charges for delivering back
the fabricated Fire Tender to DRDL,
Hyderabad inclusive of transit insurance, fuel
cost etc will be borne by DRDL
c)
Taxes & levies
Taxes including Service Tax & CST / VAT as
applicable will be borne by DRDL.
d)
Delivery
Within 12-16 weeks from the date of receipt
of chassis at vendors site / work shop.
e)
Validity
90 days
f)
Payment
DRDL payment terms.
g)

Warranty

h)
i)

Octroi / E Tax
Inspection

j)

Drawings

k)

Road permit

l)

Standard Material Test


Certificate as per
IS: 950-1980

m)

Service & Spares

a) 1 Year for Fire Tender from the date


of receipt and successful
commissioning of Fire Tenders at
DRDL, Hyd.
b) For PTO 3 Years
c) For Pump 3 Years
Will be borne by DRDL.
Stage wise inspection will be carried out by
Authorized Officers of DRDL at Vendors
workshop.
Drawings will be submitted for approval
before starting the fabrication of Fire Tender.
Will be provided by DRDL in advance before
dispatch of Fire Tenders
Test Certificates for all Materials like Pump,
Primer, Cooling System, PTO unit, Water
Tank, Water Monitor, Pipe lines &Valves,
Lockers, Fire Tender Vehicle Body
Fabricated Materials should be provided to
DRDL.
The Firm should give Service & Spare Parts
support for 10 Years from the date of supply
6

1.

SCOPE OF WORK

This technical specification lays down the requirements regarding Material, Design
and Construction, Workmanship and Finish, Accessories and Equipment of Water Tender,
Type B typical for Fire Brigade use.
2.

GENERAL REQUIREMENT

Fabrication of Fire Tender Type B with Aerodynamic design generally


confirming to IS : 950:1980 (Reaffirmed 2002) with SS 304 water tank of 5000 Ltrs
capacity on ASHOK LEYLAND COMET GOLD 1613 goods chassis with BS - II model,
Multi stage Centrifugal Fire Pump & Reciprocating Primer having discharge
capacity of 1800 LPM @ 7 kg/cm2, Heavy duty full torque PTO unit having ratio of
1:1.27(SYALL/VASS make), water monitor which can also be used as foam monitor
arrangement for foam induction tube, so that monitor also can be in operation during fire
fighting. Indirect cooling system of open circuit type consisting of Special Heat Exchanger
and control panel at vehicle rear, 1X60 Meter 19 mm dia first aid hose reel hose with shut
off nozzle, body work with double compartment of driver & station officer in front seat and a
crew of five in the rear seat, ladder gallows for accommodating 10.5 Mtrs double
extension aluminum ladder, suction hose tunnels, grab rails, lockers of rolling type with
sufficient space for keeping one portable, diesel pump and water mist 9 Ltrs capacity
extinguishers (2 Nos), tool kit container with tools, GRAND/ Solphin make emergency
light bar with PA/Siren system, trickle battery charger manuals, test accessories and
equipments required for normal operation during the Fire Fighting, towing hook of
adequate strength to be provided at the rear and front of the chassis, stability of the
vehicle, painting/marking workmanship etc generally confirming to IS:950 specifications.
The firm should have supplied atleast 25 numbers of Type B Fire Tenders per
annum for the last 5 years. Also the firm should have supplied 04 numbers of fire
tender with complete body super structure frame work made of aluminium square
sections of 14 gauge and aluminium body sheets of 14 gauge grade ( as per IS
737:1986) and water tank mounted on sub frame with rubber metacone. Only OEMs
in body building of fire tenders need to quote for this enquiry. Other vendors are not
allowed to quote.
3.

CHASSIS

ASHOK LEYLAND COMET GOLD 1613 goods chassis with BS-II Model.
The water tender shall be fabricated in a manner so as to conform to the following
characteristics:a)

Gross vehicle weight

b)
Maximum speed on level
road fully laden

not less than 10,500 kg including


crew, water and equipment.
72 km/hr

c)
Acceleration from a standing
start through the rears (fully
laden)

64 km/h in 55 seconds

e)

When traveling at 48 km/h on a level dry surface, the foot brake shall be
capable of stopping the vehicle within a distance of 15 Meters from the point
at which the brake is applied. The hand brake shall be capable of holding the
fully laden appliance on a dry surface gradient of 1 in 4 when in neutral gear.

f)

The appliance shall have the following overall dimensions:-

Road Clearance
Overall width

Not less than 23 Cms


Not more than 2.50 Mtrs

4.

MATERIAL

The choice of material to be used in the construction of the appliance will be made
with a view to combine lightness with strength and durability. All parts which form water
ways or come into contact with water will be of corrosion resisting material or duly treated
with anti corrosion treatment. Lubricating nipples will be provided wherever necessary.

5.

PUMP

The fire pump will be of Multi stage centrifugal with normal pressure type will
be of Newage / Fire Fly / Wadia / Vijay make only. The pump will be warranted for
minimum of three years satisfactory performance. The pump will perform the following
duties:
Normal rated output
1800 LPM @ 7 kg/cm2
High Rated Output
200 LPM @ 35 kg/cm2
The impeller, pump volute and wearing rings will be made of gunmetal confirming to Grade
II of IS: 318/1981 modular delivery outlet, Delivery valves and high pressure circuitry will
be made of gunmetal confirming to Grade II of IS: 318/1981. The pump shaft will be made
of stainless steel confirming to IS: 6603/1972. The bearing housing will be made of CI
only. All studs/bolts coming in the contact with water will be of stainless steel. The primer
will be made of gunmetal and primer piston will be of stainless steel/Gun metal .Vendor
should provide BATCH QUALIFICATION Test Certificate for the Pump

a)

Pump Construction.

The impeller will be dynamically balanced. The pump will have self-adjusting
mechanical carbon seal with carbon to stainless steel interface. The pump will be modular
in design and will have no gaskets / packing. The pump will have one suction inlet of 100
mm having round threads and two nos. of 63 mm delivery outlets at front having screw
down type valves fitted with instantaneous couplings as per IS:903/1993. The delivery
valve screw will have no glands.

b)

Pump Performance Data


Output (LPM) Pressure/ (Kgf/Cm2)

c)

1800

1450

8.8

720

Remarks

When working through two


2.45m/3 m lengths of specified
suction hoses.
-doWhen working through 9.8m,
that is four 2.45m length of
specified suction hose.

Allowance for output


i)
ii)
iii)

d)

Lift (Mtrs)

One percent for every 2.5C rise in water temperature.


Four percent for every 300 m above mean sea level and
No allowance shall be made for humidity up to 75 percent. However, suitable
deduction shall be made when humidity ranges from 75 percent to 95 percent.

Pump Test

The pump shall be run for a period of four hours non-stop, delivering the rated output
at 7 kg/cm with a lift of 3 m. During the test, the water shall not be replenished for the
cooling system and the temperature of the engine oil should not exceed 115C or of the
engine manufacturer rated temperature for continuous working, whichever is less. The
engine should show no signs of stress during the test. The temperature of the cooling
water (radiator water) tank shall not exceed 85C. The PTO sump oil temperature shall not
exceed 100 percent of the manufacturers recommended temperature for the grade of oil
used. The pump casing and impeller shall be subjected to a hydraulic pressure of 21
kgf/cm to detect leakage, performance etc.

6.

PRIMER

The reciprocating priming Automatic system will be fitted to the fire pump. The
priming system will be fully automatic in action and require no attention whatsoever from
the pump operator other than throttling the engine, once the pressure is achieved in the
pump. The pump priming will be accomplished even at engine idling speed. At normal
temperature and pressure conditions (NTP), this type of primer at its recommended speed
of 1000 to 1500 Rpm will primer from 7 Mtrs at NTP conditions, (Measured from water
level to the centre of pump) in not more than 24 seconds and shall preferably be fully
automatic. The allowance shall be 30 cm for every 300m elevation above mean sea level
and 1 percent for 2:5C rise in water temperature.

7.

COOLING SYSTEM

Indirect cooling system of open circuit type consisting of special heat


exchanger. The auxiliary cooling system will be provided. The cooling system will be
indirect open circuit types. The heat exchanger tank will be made from 14 gauge press
sheet with copper coil inside. The heat exchanger tank will be mounted below the radiator
in front. The design of auxiliary cooling system will be such that it does not allow the
cooling water temp to raise above 85, when the ambient temp, remains between 30 to
35C. The heat exchanger will enable full power output to be maintained during pumping
duty without overheating and hot water is discharged to waste.
8.

POWER TAKE OFF UNIT (PTO) (Syall / Vass Make)

Heavy duty PTO of suitable ratio1:1.27 will be provided and the lever for engaging
the PTO will be provided in driver's cabin. The PTO should be capable of transmitting
full torque of the engine to the pump and should contain 3 years guarantee. The
vendor shall submit a proof of purchasing a brand new PTO unit

9.

WATER TANK

The water tank mounted on the chassis will be capable of carrying 5000 liters of
water. It will be of welded construction and fabricated Stainless Steel (SS304) & the
thickness of the tank will be 5 mm for bottom and 4 mm for sides, baffles and top and will
be suitably baffled in both the directions to prevent surge while the vehicle is accelerating,
cornering and braking. The baffles will be of bolted panel type with SS bolts and nuts. The
bolting will be so designed and mounted as to bring the center of gravity of the appliance
as low as possible. The mounting will permit full rated contents of the tank to flow into the
pump. The water tank will be rigid type and the mounting of the tank will be such that it
prevents the tank distortion due to chassis flexion. The "U" bolts shall not be used for
mounting of Water Tank. Water Tank shall be mounted on sub frame with rubber
metacone. Technical details of design of sub frame and metacone shall be provided
along with the bid without which the bid shall be liable to rejection. Suitable lifting
eyes will be provided on the shell of the tank to enable the tank to be lifted off the
vehicle for repairs/ replacement as necessary. The water tank with all its fitments
will with stand hydraulic pressure of 0.3 kg/ cm sq (gauge). Proper Epoxy treatment
consists of one coat of primer with 2 coats of finish is required.
The tank will be fitted with a manhole of 450 mm dia. On the tank and also be fitted
with a removable strainer; the manhole will have a hinged cover (convex type) so that the
manhole will also act as a filing orifice. The manhole cover will be clearly marked "water"
The drain pipe will be of minimum 75 mm diameter waterway through out. The drainpipe
will be taken down to a point well below the chassis without reducing effective ground
clearance when fully loaded and will discharge away from the wheels.

10

One overflow pipe of not less than 100 mm ID will be fitted to the tank. The overflow
will be taken down to point well below the chassis without reducing effective ground
clearance when fully loaded and will discharge away from the wheel. The pipe will be so
designed and located to ensure that water will overflow through the pipe only while refilling
the tank, but no water will overflow through this pipe when the appliance is in motion, is in
standing on uneven ground and / or brakes are applied to the moving appliance.
Two filling pipes (hydrant connections) each with an internal diameter of not less
than 63 mm will be fitted to the tank. Each of these will be fitted with a 63 mm
instantaneous male coupling incorporating a strainer. The inlet of the filling pipe will be
fitted at the pump control panel.
The hydrant connection will be made to prevent pressurization of the water tank
while refilling through the filling pipes. Suitable arrangement will be provided to ensure that
the water from the tank does not leak through the filling pipes. There will be a provision to
feed normal pressure hose reel system.
Electronic LED Water and Foam Level Indicators as empty, , , and full on the
pump control panel shall also be provided. The indicators shall sense the fluid level
in the tank with help of a pressure sensing probe. The Level indicators shall be
suitable for any shapes of tanks. The level indicators should be self calibrated and
should not require any other type of calibration. The indicators shall have a viewing
angle of 180 degrees. Full details of the same to be provided with the bid.
Suitable arrangement will be provided for self filling of water tank directly from the
pump using a 50 mm pipe line. The tank will be connected to the pump through a pipeline
fitted with lever operated ball valves.
The plumbing between water tank and pump will have a clear and unobstructed
waterway of not less than 100 mm throughout. The draw off will be protected by brass
wire screen filter. The plumbing between the pump and hose reel will have a clear
waterway of not less than 25 mm throughout. All plumbing will be reasonable accessible
for maintenance purposes. Drain cocks will be provided where necessary and controls for
these will be readily accessible and so arranged as to prevent the cocks from being
opened by vibration. The tank will be connected to the pump and hose reel and control
valve will be provided in such a way that any of the following operations are possible:
a)
Hydrant to tank
b)
Hydrant to hose reel
c)
Hydrant to Monitor
d)
Tank pump reel
e)
Tank Pump Monitor
f)
Hydrant pump reel/ adopter 100 mm x 63 mm
g)
Pump to tank

11

10.

HOSE REEL

High Pressure hose reel (see IS: 884 -1969) to be provided at the rear of the
appliance with 60 mtr length and 20 mm bore. Pistol type nozzle is to be provided at the
end of the hose. The hose real will be fitted with locking device.

11.

WATER MONITOR

A Reputed Manufacturers Make Newage, Fire Fly, Wadia / Vijay Water monitor
detachable type having discharge capacity of 1800 LPM @ 7 Kg/cm2 pressure made
of C.S. Seamless tube conf. to hot dip galvanized having Gunmetal swivel joints with 5.5.
Ball bearing horizontal rotation 360 Deg and Vertical rotation + 45 to -15 Deg, Nozzle will
be jet -spray type having arrangement for Foam induction also so that the same can be
used as Foam Monitor also using Foam induction tube. Horizontal reach of monitor will be
at least 35/45 Mtrs at 30 Deg angle in still air.

12.

PIPING & VALVES

All piping will be of C.S. Seamless tube duly hot dip galvanized. All valves up to 3"
size will be of lever operated ball valve and all valves above 3" size will be normal butterfly
valves. Valves will be of S.S.304/ Carbon Steel or Gunmetal
13.

CONTROL PANELS

The panel of water / foam system adequately illuminated will be provided at Rear side
of the appliance. All controls of the system will be spaced properly and marked for easy
operation. All other control like electrical siren etc will be provided at drivers cabin with
identification plate.
Adequately illuminated control panel shall be as follows:
a)
Throttle control for engine;
b)
Pressure gauge 0 to 17`5 kgf/cm;
c)
Compound gauge calibrated as under;
Vacuum 0 to 75 cm Hg, preferably in black;
Pressure 0 to 6 kg/cm, preferably in black;
d)
Primer control (if the primer is not fully automatic);
e)
Gauge for cooling water and glow lamp for lubricating system;
f)
Cooling water circuit control;
14.

BODY WORK AND STOWAGE

Body (Aerodynamic design) to be provided to the vehicle (Refer AnnexureIII).Enclosed accommodation for six persons should be provided in the driver cab-cumcrew compartment including the driver and the In-Charge of the crew. The cabin will be
double compartment without partition. The driver seat & Fire Officer Seat will be of an
adjustable type (free adjustable). All the seats will have foam cushion of minimum
12

100mm thickness and will be covered with best quality Rexene. Two doors on each side
will be provided on the driver cab-cum-crew compartment. Doors will be fitted with safety
glasses and be of horizontally sliding type window. The glasses on all the windows and doors
will fixed in aluminum sections. The wind shield glass will be 5 mm thick toughened glass
only. Battery charger 15 Amps, 24 volts of Heavy Duty shall be permanently provided for
charging the battery. Steel hand railing should be provided in the cabin with Leather traps to
hold it by the crew to avert accidental fall of the crew members in the cabin and the Horizontal
steel rod shall be provided through out the internal width of the cabin. The sliding glasses will
be provided with spring loaded locks operated from inside the cabin. The cabin doors will be
hinged type opening outwards, hung forward, catch locks and flush type handles.
Below the crew seat space will be provided for storage of Equipments like Mechanical
tools etc. To prevent accidental opening of all four cabin doors in addition to the normal
locking, heavy duty aluminum tower bolts shall be provided. Sufficient space shall be provided
for keeping one portable Diesel pump and water Mist (AFT) 9 Liters capacity Fire
Extinguishers (Qty 2 Nos).
a)

The fire tender vehicle complete body structure framework should be


provided with Aluminium square sections of 14 gauge and Aluminium Body
Sheets of 14guage Grade 19000 (IS 737.1986).

b)

Steel Hand railing to the dash board should be provided to the Officers Seat.

c)

Foot rests are to be provided at the bottom of the front mudguards on either side
of the vehicle to enable the Driver and Officer to mount into the vehicle. One
more additional foot rest shall be provided on either side of the vehicle by
lowering the existing foot rest by about 25 Cms on either side.

d)

Rear foot board and rear bumper should be very strong to take the load of the
standing crew and equipment and also with heavy duty towing assembly to
enable for towing a large trailer pump. The two small ALUMINIUM ALLOY
ladders should be provide on rear side foot board.

e)

The cab and lockers will be of good construction with sufficient rigidity and
reinforcement and will be kept as light as possible. Pressed section of sufficient
strength will be used for the superstructure.

f)

Roof panel will be made of aluminium chequered plate of 14guage. The roof
can be walk-on type and is surrounded with guard railing made of
ALUMINIUM ALLOY Material. The construction of cab should be such that the
roof shall support the weight of two men without damage.

15

LOCKERS

Lockers will be provided for secure stowage of all accessories and equipments provided
with Fire Vehicle. The lockers will be provided with MCD Frame make rolling
shutters made of extruded Construction duly powder coated. All equipment will be
stowed very scientifically and systematically in the lockers and each pieces of
equipment will be have its designated location so that at the time of Emergency the
required equipment can be very easily located and removed for use.
13

Location of equipments (labels) will be provided on lockers for immediate identification.


Each equipment will be properly clamped and strapped in the lockers to prevent shifting
of the equipment while the vehicle is in motion. Shutters will be fitted with self-locking
system to prevent accidental opening while the vehicle is in motion. The lockers will
have smooth operation. The shutters will be of roller type only. The shutter doors will
be equipped with electric switch on the door tracks to provide automatic switch on /
off of compartment lights. All the space below the rear body and chassis will be
utilized for marking lockers for storage of equipment. These lockers will be
covered with flap type self closing doors opening downwards. These doors
will be used as climbing steps for access to the lockers. The height of the
lockers from the bottom to the top of the opening shall be not less than 600 mm and
the Depth not less than 600 mm. (Shutters should be imported reputed make only).
Suitable arrangements will be provided to carry four 2.5 m lengths of suction hoses,
Aluminum Extension ladder 10.5 Mtrs length and fitting of spare type in convenient
location.

The equipment lockers superstructure shall be fabricated in corrosion


free aluminum extrusion profile section framework (ISO6061T6) constructed,
without welding work and paneled with aluminum plate having thickness not
less than 2.0 mm by means of glue without any welding work. Solid all
aluminum construction (ISO6061T6) in light-weight design made from
rectangular aluminum profile with a distortion-insensitive bearing. The
paneling will be done from aluminum sheet. Complete flooring will be of
Chequered plate. The opening for equipments will be sealed properly to
ensure no water goes inside. Guide rails will support over entire length on
both sides. For all water fittings necessary arrangement and suitable clamps,
brackets, holders etc. will be provided for all other items.
16

ELECTRICAL SYSTEM

All the wiring will be of dipole and properly fixed in position and will be
protected against heat, oil and physical injury. Wherever necessary wiring will pass
through conduit. All electrical circuits will have separate fuses suitable marked and
grouped in common fuse located in an easily accessible position. Provision will be
made for min. 4 spare fuses in the box provided in the drivers cabin. All control for
electrical system will be provided with identification in front of the drivers seat.
Battery will placed in totally enclosed box. Flat LED Light bar with programmable
flash patterns shall be provided on top of the vehicle with 2 LED strobe lights on or
around the grill.

ELECTRICAL ACCESSORIES
Following electrical fittings will be provided on the appliance at suitable locations:
Hand Lamps
Fog Lamps
Trafficator Blinker Type
Wireless Remote Controlled Search Light with 30 meters cable
14

2 Nos
2 Nos
1 Nos
1 Nos

Inspection lamps with Brackets


Battery Operated Siren
Reversing Light
Amber blinkers lights
Wind screen wipers
Spot light
Inspection Lamp
Reflectors
Emergency light bar with PA/Sinen system of GRAND / SOLPHIN
make only
17

1 Nos
1 Nos
2 Nos
2 Nos
2 Nos
2 Nos
2 Nos
1 No

SUCTION HOSE TUNNELS 2.5MTRS LENGTH

Hose tunnels shall be provided to carry four 2.5-m lengths of suction hoses in
convenient location. Drain holes shall be provided preferably at the bottom of the
tunnel and hose stowage compartment.
18.

LADDER GALLOWS

Gallows shall be provided to carry a 10.5-m, aluminum extension ladder. The design
shall be such that the ladder can be released without difficulty from a reasonably
accessible position and shall embody rollers to permit easy withdrawal by one man.
Means shall also be provided for locking the ladder when stowed.
19

TOOL-KIT CONTAINER

A specially fitted recessed tray for the normal kit of tools, carried on the appliance,
shall be provided.
20.

STABILITY

The stability of the appliance shall be such that when under fully equipped and
loaded conditions ( but excluding crew ), if the surface on which the appliance
stands is tilted to either side, the point at which overturning occurs is not passed at
an angle of 27 degrees from the horizontal.
21.

INSTRUCTION BOOKS

Instruction book(s) for the guidance of the user(s), including both operating and
normal maintenance procedure shall be supplied. The book(s) shall include an
itemized and illustrated spare-parts list giving reference numbers of all the wearing
parts.
22.

FIRE BELL

250 mm diameter fire bell shall be mounted externally and shall be capable of being
operated from within the driving compartment. The bell shall be of the hand operated
type.

15

23.

MARKING

Each appliance shall be clearly and permanently marked with the following
information:
a)
b)
c)
d)
e)

Manufacturers name
Engine and Chassis No (as applicable)
Capacity of the pump in liters/minute and of the water tank in liters
Monitor capacity
Year of manufacture.
24.

ACCEPTANCE

a)

Acceptance test and other tests will be done as per IS 950-1980 (Re-Affirmed
2002) procedures.

b)

Vendor shall submit 2 sets of drawings showing plan, section and elevation
along with load distribution diagram with the appliance fully loaded with their
offer. All material specification and quantity shall also be supplied along with
the offer. Successful vendor shall start the fabrication only after getting the
approved drawing without these the technical bid will not be considered.

c)

The vehicle shall be inspected in four stages:


SS tank fabrication time.
After completion of basic frame work before fixing of aluminum
sheets.
Before mounting of water tank and pump.
Acceptance test as per clause 24 once the vehicle is ready in all
respect.

d)

The fabricated vehicle shall meet all the regulation with respect to motor
vehicle act / RTO regulation enforce and in no case exceeds the manufacturer
specification w.r.t chassis.

e)

Two sets of the operational and maintenance manuals will be provided along
with the Fire Tender.

f)

After fabrication, fire tender will be accepted when its performance meets the
acceptance criteria as mentioned in IS: 950 1980

(JVLB SUDARSANAM)
Scientist E
R&QA

(L S SINGH)
Col,
Member Secy.

16

Appendix P- I
ACCESSORIES
S.No
Description
1
KINGS/SIMPLEX ALUMINIUM EXTENTION LADDER 10.5 m double
extension as per IS: 4571.
2
Non Percolating Flexible Fire Fighting RRL Delivery Hose type A, IS
636:88 Duly wire bounded to Gun Metal Coupling pair of Male &
Female IS930.
3
a) Hose Clamps (IS : 5612 P1)
b) Hose bandages (IS : 5612 PII)
c) Hose Slings
d) Hose Straps
AMAR/MARINE RUBBER Make Suction hose of rubber 100 mm
4
internal dia. In 2.5mtrs. complete with round threaded couplings conf.
to IS:903
5
Three way Suction collecting head 100 mm size (IS:904)
6
Suction wrench for 100 mm suction coupling (IS:4643)
7
Suction strainer 100 mm dia (IS:907)
8
Basket strainer (IS : 3582)
9
Dividing breeching with control pattern inst.63 mm size
10 Collecting breaching inst. Pattern 63 mm dia (IS:905)
11 Branch Pipe Universal as per IS:2871
12 Branch Pipe, Short (ISI Marked) IS:903
a) Adapter 100 mm suction female screw coupling & 63 mm male
13
inst.
b) Adapter double female inst.63 mm (IS:901)
c) Adapter double male inst.63 mm (IS:901)
14 Nozzle spanner (IS:903)
15 Portable electric box lamp with rechargeable accumulator
16 Hand lamp (torch 4 cells)
17 Flame proof lamp, CCE Approved
18 Foam making branch FB5X with pick up tube (IS:2097)
Lowering line 50 mm hemp or terylene, 40 m long having two end
19
spliced in and one end with running noise
20 Long line, 50 mm Manila, 30m long (IS:1084)
21 Short line 50 mm, 15 m long(IS:1084)
22 Canvas Buckets
23 First aid box for 10 persons
24 Rubber gloves (IS:4770) in pair
25 Asbestos Gauntlets in pair
26 Axe, large (IS:703)
27 Spade
28 Pick axe (IS:273)
29 Crow bar (IS:704)
30 Sledge hammer 6.5 kg (IS:841)
31 Carpenter saw 60 mm (IS:5098)
32 Spanner Adjustable 30 cm Long handle
17

Qty
1
12
25
25
20
20
4
1
2
1
1
1
1
2
2
2
2
2
2
2
2
2
1
1
1
1
2
1
1
1
1
1
1
1
1
1
1

33
34
35
36
37
38
39
40
41

42

43.
44.
45.
46.
47.
48.
49.
50.
51.

Door breaker
Hydraulic Jack 20 ton
Fire hook (IS:927)
Tool Kit - Heavy duty TAPARIA Make only
Grease gun
Oil feeder
Can oil - 2ltrs
Funnel for oil or fuel filling
File bastard 30 cm
a)
Hydrant stand pipe-two way
b)
Double female coupling
c)
Hydrant connection, 63mm double armoured hose 1 m long
with 63 mm female instantaneous pattern delivery couplings at
both ends.
Combined key for hydrant, hydrant cover and lower value (see IS :
910-1980)
Fog nozzle (IS: 952-1969 with extension applicator with fog head.
Hand controlled branch for 63 mm size hose coupling
Branch with revolving head (IS : 906-1972)
Branch pipe (IS : 903-1975)
Nozzle of sizes 12 mm, 16 mm, 20 mm and 32 mm (two each) (IS :
903-1975)
Spanner, adjustable, 30 cm long handle (IS : 6169-1971)
Door breaker
Hydraulic jack-7.5 tone

The Above Accessories are Required Each Fire Tender only,

(JVLB SUDARSANAM)
Scientist E
R&QA

(LS Singh)
Col,
Member Secy.

18

1
1
2
1
2
1
1
1
1

2
1
1
1
4
10
1
1
1

Appendix P- II

19

MM 12
Page No. 1/9

INVITATION TO TENDER
(For open tenders only non transferable)

PART I
Fax No.
: 040 24340078
Grams
: MISLAB
Tel No.
:
Tender Reference No. DRDL/24/07P/10/0169/CMM-II

Government of India
Ministry of Defence
R & D Organisation
Defence Research &
Development Laboratory,
Kanchanbagh P.O.,
Hyderabad 500 058, India.
Dated :

Due date
: 08-12-2011
Due Time
: 17:00 Hrs
Opening date : 09-12-2010
Opening Time : 10:30 Hrs
To
M/s.
______________________________
______________________________
______________________________
______________________________
The supplies /services noted at Schedule of Requirements in Techno-Commercial Bid (part-III) are
required. Please find the following enclosed in this invitation:
1. Invitation to Tender (Part I)
Page 1
2. Tender (Part II)
Page 2
3. General Terms & Conditions (Part III) Page 3-5
4. Techno-Commercial Bid (Part IV)
Page 6-7
5. Price Bid (Part V)
Page 8-9
You are requested to return Part II, Part III and Part IV duly completed in one envelope, and marked as
Techno-Commercial Bid and Part V duly completed and marked as Price Bid in another envelope. The two
envelopes are to be addressed to Director DRDL, Kanchanbagh, Hyderabad-58 and marked with our tender
reference no, due date and due time on each envelope with your stamp as sender along with date of dispatch.
The two envelopes may put in one envelope and addressed to Director, DRDL at the above address with
tender reference no. and due date and indication that there is a quotation within. The combined envelope
may be put in tender box placed at DRDL Security before due date and time.
Non-compliance of the above may disqualify your offer for consideration.
Yours sincerely,

Date________________

(S. DHANYASREE)
Scientist E
For Director
For and on behalf of the President of India

20

DRDO. MM 12
Page No. 2/9

TENDER
PART II
Tender Reference no: DRDL/24/07P/10/0169/CMM-II
To
The President of India
Through Director
Defence Research & Development Laboratory,
Kanchanbagh,
Hyderabad 500 058, India.

I/We agree to furnish required supplies/services as detailed in the Techno-Commercial Bid (Part IV)
or such portions thereof as you may specify in the Acceptance of Tender/Supply Order at the prices given in
the Price Bid (Part V) in accordance with the General Terms and Conditions (Part Ill) governing the
contract/supply order enclosed hereto duly accepted on receipt of order for the same.
I/We agree to hold this offer open until 90 days from the date of opening of Tender and shall be
bound to supply/commission/erect the equipment and dispatch the same within the specified period.
l/We agree to supply and commission/erect the equipment and complete the whole of the work and
hand over to the purchaser within the period of 16 Weeks, from the date of receipt of an intimation from
you regarding acceptance of this tender/receipt of supply order.

(
)
Signature of Tenderer
With Office Stamp.
Name & Address:

Station:
Date:

(
)
Signature of Witness
Name & Address:

Station:
Date:

21

DRDO. MM 12
Page No. 3/9

GENERAL TERMS AND CONDITIONS FOR TENDER


PART III
1. Preparation of Tender:
(i) The complete tender form (pages 2-9) should be returned intact whether you are quoting for any item
or not. Pages should not be detached but when items are not being tendered for, the corresponding
space should be defaced by mentioning 'not quoting'.
(ii) In the event of space on the tender form being insufficient for the required purpose, additional pages
may be added. Each such additional page must be numbered consecutively, should bear the tender
reference number and be fully signed by you (the supplier). In such cases reference to the additional
pages must be made in the tender form.
(iii) If any modification of the tender form /s considered necessary, you (supplier) should communicate
the same by means of a separate letter sent with the tender.
2.

Single Tender:
(a) The tender is liable to be ignored if complete information is not given therein regarding the
particulars, data, specifications asked for in the techno-commercial offer (Part IV) at Schedule of
Requirements. SpeCific attention must be paid to the delivery dates, technical specification, and also
the general conditions of contract at Part III and other conditions mentioned at Part IV and Part V.
(b) Individual signing the tender or other documents connected with a contract must specify whether he
signs as:
(i) A 'sole proprietor' of the firm or constituted attorney of such sole proprietor.
(ii) A partner of the firm if it be a partnership, in which case he must have authority to refer to
arbitration disputes concerning the business of the partnership either by virtue of the partnership
agreement or a power of attorney.
(iii) Constituted attorney of the firm if it is a Company.

NB:
a.

In case of (ii) above a copy of the partnership agreement or a general power of attorney and in either case
.attested by a Notary Public, should be furnished to this office, or an affidavit on stamped paper of all the
partners admitting execution of the partnership agreement or the general power of attorney: should be
furnished.

b.

In case of partnership firms, where no authority to refer disputes concerning the business of the partnership has
been conferred on any partner, every partner of the firm must sign the tender and all other related documents.

c.

A person signing the tender form or any documents forming part of the contract on behalf of another shall be
deemed to warranty that he has authority to bind such other and if, on inquiry, It appears that the persons so
signing had no authority to do 501 the purchaser may, without prejudice to other civil and criminal remedies
cancel the contract and hold the signatory liable for all costs and damages.

d.

The tenderer should sign each page of the tender form and annexure, if any.

22

DRDO. MM 12
Page No. 4/9

3.

Delivery of Tender: The original copy of the tender form (page 2-9) is to be enclosed in two separate
envelopes, the envelope containing Part II, III, and IV and marked as Techno-Commercial bid and
another envelope containing only Part V marked as Price Bid. The tow envelopes should be sealed
and should bear address of this office, tender reference no, due date and time. The two envelopes
should be put in one envelop which shall have only the address of this office with render reference no,
and due date and indication that there is a tender within. Tight is reserved to ignore any tender who
fails to comply with the above instructions.

4.

Latest Hour for Receipt of Tender: unless otherwise specified in the Invitation to tender (Part I), your
tender must reach this office not later than 1400 hours on the date of opening of the tender. Tender
sent by hand should be put in the Tender Box at this office not later than 1400 hours on the due date
unless otherwise mentioned.

5.

Period for which the offer will remain open:


(i) Firms tendering should note the period for which it is desired that their offers should remain
open for acceptance. If the day up to which the offer is to remain open being declared closed
holiday for Govt. offices, the offer shall remain open for acceptance till the next working day.
(ii) Quotations qualified by such vague and indefinite expressions such as 'Subject to Immediate
acceptance'; 'Subject to prior sale' will not be considered.

6.

Opening of Tenders: The firm shall be at liberty to be present or authorize a representative to be


present at the opening of the tender at the time and date as specified in the schedule. The name and
address of the representative who would be attending the opening of the tender on behalf of the firm
should be Indicated in the tender. Please also state the name and address of firm's permanent
representative, if any. Generally the techno-commercial offer will be opened on the day specified for
opening.

7.

Right of Acceptance: This office does not pledge itself and reserves to Itself the right of accepting the
whole or any part of the tender or portion of the quantity offered and the firm shall supply the same at
the rate quoted. The firm shall be at liberty to tender for the whole or any portion or to state In the
tender that the rate quoted shall apply only if the entire quantity is taken from the firm.

8.

Communication of Acceptance: Acceptance of tender by the purchaser will be communicated by a


telegram, express letter of acceptance/telex or a formal letter of 'Acceptance of Tender'. In cases
where acceptance is communicated by telegram or cases where acceptance is communicated by
telegram or Express letter, the formal Acceptance of Tender will be forwarded to the firm as soon as
possible but the instructions contained In the telegram/telex/FAX or Express letter should be acted
upon immediately.

9.

Items supplied are subject to Inspection and acceptance and the supplier should collect/ replace the
rejected Items at his cost and risk.

10.

Delayed supplies: In case of delayed supplies, liquidated damages It the rate of 0.5 , percent per week
of delay with a maximum of 5 percent will be levied.

23

DRDO. MM 12
Page No. 5/9
11.

Registration: Registration is mandatory. If the tendering firm is not registered with this Lab/Estt. or
any other DRDO Lab/Estt., they are required to seek registration. For details please write to Director
of (Lab. / Estt.) Vendors must complete registration formalities to become eligible for placing supply
orders and future enquiries.

12.

Registration number allotted by this laboratory or any other DRDO Lab/Estt. or proof of registration
with another Govt. Deptt., If any to be mentioned on the quotation.

13.

No correspondence/discussions/visits whatsoever will be entertained on the subject unless specifically


called by this office after opening the tenders for technical discussions/price negotiations. Any
violation of this will render the quotations invalid and the firm is liable to be blacklisted.

14.

Director reserves the right to call for techno-commercial/price negotiations. The company should
depute competent representative for such discussion/negotiations whenever called for and he shall be
competent to take on the spot decisions.

15.

Drawings/specifications sent along with this letter should be returned along with the firm's quotation
or regret letter.

16.

The firm may give any of their commercial term, if required in their techno-commercial offer only,
and price quotation should contain only price.

17.

SECURITY: Any information/material/document supplied in connection with this enquiry /likely


order is classified and should not be disclosed / copied to Jeopardise security of state.

18.

Please inform the Director in writing whether the owner of the firm or any of their partners/employees
has close relations working with any DRDO Lab / Estt. This is for record only.

19.

Office stamps of tenders must be affixed below their signatures.

(S. DHANYASREE )
Scientist E
For Director
For & on behalf of the President of India
Tender Reference No
Full Address
Fax No.
Tele No.
Signature of Tenderer
Name in Block Letters
Office Stamp
Station
Date

: DRDL/24/07P/10/0169/CMM-II
:
:
:
:
:
:
:
:

24

DRDO. MM 12
Page No. 6/9

TECHNO COMMERCIAL BID


PART IV
1.

Tender reference no:

2.

Name of tenderer :

3.

Due date & due time : 08-12-2011, 17:00 Hrs

5.

The tender shall remain valid for acceptance for 120 days, from the date of tender opening.

6.

Amount of EMD Rs. 1,40,000 /- , DD No._________________ dt._______________

7.

Schedule of Requirements:

Sl. Description
No. & nature of
Suppliers/services
1.

Qty.
required

4. Opening date & time: 09-12-2011, 10:30 Hrs

Place & date


on which delivery
is to be made

Specification
(Attach additional sheets,
drawings etc, if necessary)

Fabrication of Water Fire Tender Vehicles, Type B

2 Nos.

(Technical Specifications and Acceptance Plan as per Annexure-I)

Note: List of free issue material provided by the Lab / Estt. Is attached as an appendix*
* Delete if not necessary

TECHNICAL CONDITIONS FOR TECHNO-COMMERCIAL BIDS


TECHNICAL
1.

Give brief description of item / equipment / material with accessories. Items offered should confirm to
BIS (ISI) specifications or as explicitly stated. In case specifications offered are different, separate
comparative technical specifications sheet shall be attached with details such as SI. No., specifications
offered, deviations if any, and remarks. Any product brief, test certificates available may be enclosed.

2.

List od spares, if applicable should be attached.

3.

Any optional, if offered, be provided with their full technical details including their use and
advantage.

4.

(a) Samples: Please attach samples, if any.


(b) Drawings: Drawings supplied by this office are to be returned along with your tender.

25

DRDO. MM 12
Page No. 7/9

COMMERCIAL
1.

The normal payment terms are 90% within 30 days after receipt, acceptance and satisfactory
installation of stores/equipment in good condition or the date of receipt of the bill whichever is later.
The 10% payment will be released after warranty / guarantee period. This can also be released on
furnishing a bank guarantee by a scheduled/ nationalised bank for equivalent amount valid for the
duration of such warranty/ guarantee, whichever applicable.

2.

Give details of installation and commissioning except price which will be only in price bid (if
applicable).

3.

Warranty/guarantee required for one year for Fire Tender Vehicles and three years for PTO and Pump.
Indicate warranty/guarantee duration offered.

4.

Delivery, described is within__16 weeks_ . Specify your delivery period.

5.

In case of delayed supplies, liquidated damages at the rate of 0.5 percent per week subject to a
maximum of 5 percent will be levied.

6.

This Organisation is exempted from payment of customs duty under notification No. 39/96 (third
party) and excise duty under notification No. 10/97. However, prices should be quoted indicating
clearly Customs/Excise duties. If agreed, the necessary exemption certificate may be provided. This
exemption is for the final product only. Custom duty certificate will be issued subject to production of
order
copy
and
acknowledgement/invoice
from
foreign
principal.

7.

Delivery: Free delivery at DRDL.

8.

Mode of dispatch: Road

9.

In case equipment offered requires maintenance after the expiry of the warranty, please indicate
approximate cost of comprehensive and on call basis maintenance and also availability of local
support or otherwise.

10.

Please note clearly that faxed quotation is liable to be rejected.

11.

The Contractor is liable to submit the Security Deposit of appropriate (upto 10% of order) value in the
event of acceptance of his tender if applicable.

12.

A Comprehensive commercial terms are enclosed at page No. 7A and 7B. Your offer must confirm to
the same.

Note: Please cross the conditions not required and add any required for this enquiry.
(S. DHANYASREE)
Scientist E
For Director
For & on behalf of the President of India
Tender Reference No
Fax / Telefax No.
Tele No.
Full Address
Station
Signature of Tenderer
Name in Block Letters

:
:
:
:
:
:

DRDL/24/07P/10/0169/CMM-II

:
26

DRDO. MM 12
Page No. 7A

COMMERCIAL TERMS FOR INDIAN SUPPLIERS


For Indian suppliers:
Payment terms:
a)
b)
c)

70% of payment will be done against inspection report and delivery at DRDL.
20% of payment will be done after completion of installation and commissioning at DRDL.
10% of payment to be claimed on submission of performance Bank Guarantee to cove the warranty
period or the same will be released after warranty period is over.

Delivery Price: F.O.R DRDL, Hyderabad.


Delivery Period: Desired is within 16 weeks from the date of placing the order, in case of delayed supplies,
liquidated damages at the rate of 0.5% per week subject to maximum of 5% will be levied.
Security Deposit: 10% of order value in the form of Bank Guarantee to be submitted before release of
order.
Performance Bank Guarantee: 10% of order value in the form of Bank Guarantee to be submitted
towards performance Warranty/Guarantee from a nationalized bank only in the prescribed format to cover
warranty /guarantee period after the item has been accepted.
Custom Duty Exemption Certificate: Custom Duty Exemption Certificate will be issued on submission
of order copy on foreign supplier, it's acceptance/proforma invoice form foreign supplier. These documents
are to be submitted minimum six weeks before the item lands in India.
Excise Duty Exemption Certificate: Will be issued if excise duty is applicable on your request before 3
weeks time of delivery period.
Installation & commissioning: To be done by supplier at DRDL, Hyderabad. Charges if any to be
specified.
Training: Training for 3 engineers, minimum period of 15 working days to be provided by the manufacturer
at works before the delivery of the machine. One engineer will deputed at the manufacturers premises for
pre-acceptance test and inspection of the machine.
Inspection: Inspection of the machine will be carried out by DRDL engineers at the firm's premises before
the dispatch of the machine.
Validity: Minimum six months from the tender due date.
Warranty: one year for Fire Tender Vehicle and three years for PTO and Pump. Indicate
warranty/guarantee duration offered.
Export License: The firm to take up the export License formalities from the country of origin of the
equipment. Along with the technical bid the firm must indicate the requirement of export License and time
frame for such clearance.

27

DRDO. MM 12
Page No. 7B

COMMERCIAL TERMS FOR FOREIGN SUPPLIERS


For foreign suppliers:
Payment terms:
a)
b)
c)
d)

Letter of Credit will be opened for 100% of the order value / Sight Draft.
70% of payment to be claimed against shipping documents.
20% of payment (taxes if any) to be claimed after installation and commissioning at DRDL.
10% of payment to be claimed on submission of performance Bank Guarantee to cove the warranty
period.

Delivery: F.O.B. Sea (Air) Port / CIP Hyderabad.


Delivery Period: Desired delivery is within 16 weeks from the date of placing the order. In case of delayed
supplies, liquidated damages at the rate of 0.5% per week subject to maximum of 5% will be levied.
Security Deposit: 10% of order value in terms of BG from International Bank of repute to be submitted
before release of order.
Performance Bank Guarantee: 10% of order value Bank Guarantee from a International bank only to be
submitted towards performance warranty/guarantee covering warranty period after the item has been
accepted.
Installation & commissioning: To be done by supplier at DRDL, Hyderabad. Charges if any to be
specified.
Inspection: Pre-dispatch inspection to be carried out by DRDL authorized representatives. DRDL will
depute its representatives to the manufacturer premises for pre-acceptance tests and inspection of machine.
Certificate of confirm specimen inspection report of your quality department to be submitted.
Training: Training for 3 engineers, minimum period of 15 working days to be provided by the
manufacturer at works before the delivery of the machine. Charges to be specified if any.
Validity: Quotation validity required is minimum six months from the tender due date.
Warranty: Required is for one year unless otherwise specified in the requirement. Indicate
warranty/Guarantee duration offered.
Charges for LC. : With in India to buyers account, outside India beneficiary's account.
Price: F.O.B. Sea / Airport / CIP Hyderabad.
Export License : The firm to take up the export License formalities from the country of origin of the
equipment. Along with the technical bid the firm must indicate the requirement of export License and time
frame for such clearance.
Date

Office Stamp

:
28

DRDO. MM 12
Page No. 8/9

PRICE BID
PART V
1.

Tender reference no: DRDL/24/07P/10/0169/CMM-II

2.

Name of tenderer :

3.

Due date & due time : 08-12-2011, 17:00 Hrs 4. Opening date & time: 09-12-2011, 10:30 Hrs

5.

The tender shall remain valid for acceptance for 90 days, from the date of tender opening.

6.

Rates for items given in Techno-Commercial offer at Scheduled of Requirements are as


follows. Adhering to the Format given below is a Pre-requisite for considering your
quotations:

Sl. No.

Description

A/U

Qty
Offered

Unit
Price

Total
Cost

(i)

Brief description, basic price without duties if any, of


complete equipment/item/material with all accessories.
(ii) Customs duty, if any
(iii) Excise duty, if any
(iv) Sales tax
(v) Installation and commissioning cost, if any
(vi) Training cost, if any
(vii) Total cost (in figures & words)
(viii) For octroi if applicable, necessary
certificate will be issued.
(ix) Any other

7.

Separate list should be attached where required in the same format given details of each item
and cost. However, total cost mentioned at Sl. No. 6(vii) above.

OTHER CONDITIONS FOR PRICE BIDS


1.

No unilateral revision in price will be admissible.

2.

Rates should only be quoted in the accounting units (A/U) mentioned in this enquiry. Rates
must be quoted clearly on free delivery basis at DRDL and total value is also indicated in
words.

3.

In case any of the subheads are included in the total cost, the same should be specified. Any
exemption of duties/taxes required should be indicated.

4.

Any optional indicated in techno-commercial bids must be priced separately.

29

DRDO. MM 12
Page No. 9/9

(Part V contd.)
5.
6.

In case spares / accessories are applicable, their list and price should be clearly indicated
separately.
Price:
(i) The prices quoted must be net per unit shown in the schedule and must include all packing
and delivery charges. Refunds on account of returnable packages (if any) are to be
separately specified. Prices and refunds must be clearly shown in figures and words in
Indian currency.
(ii) The price must be stated for each item separately. The percentage of reduction, in the total
price for the entire demand should also be quoted; should an order to that extent be placed
with you.
(iii)
If excise duty or any other extra charges are applicable, the same must be
specifically stated. In the absence of any such stipulation, it will be presumed that the prices
include all such charges and no claim for the same will be entertained.
(iv)

The price quoted in the tenders should be exclusive of sales tax ( and should be
clearly stated to be so ) which will be paid by the purchaser, if legally leviable at the rate
ruling on the date of supply as specified in the Acceptance of Tender.

7.

Packing: unless a method of packing is indicated in the specification or in the Schedule of


packing which the contractor proposed to employ must be described in the Schedule to
Tender form. Contractors are at liberty to quote for additional alternative sizes and description
of packs and these must be described in the Schedule to Tender.

8.

Any other

Note: list of free issue material provided by the Lab/Estt. Is attached at appendix*.
* Delete if not necessary.

(S. DHANYASREE )
Scientist E
For Director
For & on behalf of the President of India
Tender Reference No
Fax/Telex No.
Tele No.
Signature of Tenderer
Name in Block Letters
Full Address
Station
Date
Office Stamp

:
:
:
:
:
:
:
:
:

DRDL/24/07P/10/0169/CMM-II

30

31

Das könnte Ihnen auch gefallen