detailed specification for foam tender (ft) · 2020-01-10 · page: 2 2.13 a reflective...

24
Page: 1 Detailed Specification for Foam Tender (FT) 1 Scope: This technical specification provides guideline for Supply of Foam Tender with chassis, fabrication, imparting training for Narora Atomic Power Station (NPCIL) Bulandshahr, U.P., on minimum 19 Ton (4 x 2 wheel drive); minimum 200 BHP – BS-IV / BS VI emission standard chassis (as applicable during the fabrication / delivery of the foam tender. Bidder have to supply the latest emission norm complaint chassis), as per under mentioned specification and required accessories and equipments. The FT shall be fabricated with the best material and good workmanship, as well as other relevant Indian / International standards where applicable ensuring effective and efficient operation of the FT. The engine of the chassis shall meet the horse power requirement of the rear mounted pump, Ultra high pressure pump and foam making system as well. The finished vehicle shall meet the space requirement to accommodate all accessories, fire fighting hoses locker, tools etc. as specified in this specification. 2 GENERAL REQUIREMENTS: 2.1 The length of vehicle shall not be more than 8.2 Meters 2.2 The Foam Tender (FT) shall have one rear mounted low Pressure type fire fighting pump having discharge capacity of minimum 3000 LPM @ 10 Kg/cm 2 & one side PTO driven Ultra High Pressure Pump of minimum capacity of 200 LPM @ 100 bar, Combined [Water & Foam] GRP (Glass Reinforced Plastic) Water Tank of minimum 5250 Ltrs and minimum 500 Ltrs foam tank, and various types of accessories as mentioned in the specification. 2.3 The bidder shall submit weight distribution chart along with design calculations to Narora Atomic Power Station, NPCIL with the offer, failing which the offer shall be summarily rejected. Gross Vehicle Weight with all equipment & crew members will not become greater than GVW of chassis as per Specification of chassis manufacturer. 2.4 The weight distribution diagram, drawings shall be submitted with offer. 2.5 Stage inspections shall be carried out based on final approved drawings and QAP [to be submitted by successful bidder] only, hence the bidder shall provide the draft copy of QAP and all required drawings for approval of Narora Atomic Power Station [NAPS] immediately after receiving purchase order. 2.6 The successful bidder have to submit the raw material for inspection to NPCIL QA officials prior to fabrication work. Sample piece will be cut off from raw material as required & any such metal plate as desired by QA Officer and will be tested as required by NPCIL QA officer. Such testing expenditure shall be borne by the bidder. 2.7 The successful bidder shall solely responsible for the safe custody and proper periodical maintenance of chassis or any part there on till the fabrication work is completed and the unit is handed over safely at Narora Atomic Power Station after the entire satisfactory acceptance test. 2.8 The vehicle shall confirm in all respect to the provisions contained in the respective Motor Vehicle act. All documents necessary for RTO [Bulandshahr, Uttar Pradesh] clearance during registration of vehicle shall be provided by the successful bidder. The supplier shall also fulfill the requirement of re-validation of chassis till the final supply at NAPS. 2.9 The successful bidder shall have to complete the fabrication work strictly as per the specification in every respect. 2.10 Temporary registration and re-validation of validity of registration from respective Regional Transport Authorities (RTO) of vehicle till final delivery at NAPS and consequent registration at RTO Bulandshahr [document requirements] shall be the responsibility of the bidder. 2.11 Re-validation during delivery: As soon as the foam tender is ready for delivery after PDI, necessary revalidation/clearance from the concerned RTO shall be taken with a minimum validity period of 30 days from the date of re-validation. 2.12 Lubricating nipples shall be provided wherever necessary.

Upload: others

Post on 24-Mar-2020

2 views

Category:

Documents


0 download

TRANSCRIPT

Page: 1

Detailed Specification for Foam Tender (FT)

1 Scope: This technical specification provides guideline for Supply of Foam Tender with chassis,

fabrication, imparting training for Narora Atomic Power Station (NPCIL) Bulandshahr, U.P., on minimum 19 Ton (4 x 2 wheel drive); minimum 200 BHP – BS-IV / BS VI emission standard chassis (as applicable during the fabrication / delivery of the foam tender. Bidder have to supply the latest emission norm complaint chassis), as per under mentioned specification and required accessories and equipments. The FT shall be fabricated with the best material and good workmanship, as well as other relevant Indian / International standards where applicable ensuring effective and efficient operation of the FT. The engine of the chassis shall meet the horse power requirement of the rear mounted pump, Ultra high pressure pump and foam making system as well. The finished vehicle shall meet the space requirement to accommodate all accessories, fire fighting hoses locker, tools etc. as specified in this specification.

2 GENERAL REQUIREMENTS: 2.1 The length of vehicle shall not be more than 8.2 Meters 2.2 The Foam Tender (FT) shall have one rear mounted low Pressure type fire fighting pump having

discharge capacity of minimum 3000 LPM @ 10 Kg/cm2 & one side PTO driven Ultra High Pressure Pump of minimum capacity of 200 LPM @ 100 bar, Combined [Water & Foam] GRP (Glass Reinforced Plastic) Water Tank of minimum 5250 Ltrs and minimum 500 Ltrs foam tank, and various types of accessories as mentioned in the specification.

2.3 The bidder shall submit weight distribution chart along with design calculations to Narora Atomic Power Station, NPCIL with the offer, failing which the offer shall be summarily rejected. Gross Vehicle Weight with all equipment & crew members will not become greater than GVW of chassis as per Specification of chassis manufacturer.

2.4 The weight distribution diagram, drawings shall be submitted with offer. 2.5 Stage inspections shall be carried out based on final approved drawings and QAP [to be submitted

by successful bidder] only, hence the bidder shall provide the draft copy of QAP and all required drawings for approval of Narora Atomic Power Station [NAPS] immediately after receiving purchase order.

2.6 The successful bidder have to submit the raw material for inspection to NPCIL QA officials prior to fabrication work. Sample piece will be cut off from raw material as required & any such metal plate as desired by QA Officer and will be tested as required by NPCIL QA officer. Such testing expenditure shall be borne by the bidder.

2.7 The successful bidder shall solely responsible for the safe custody and proper periodical maintenance of chassis or any part there on till the fabrication work is completed and the unit is handed over safely at Narora Atomic Power Station after the entire satisfactory acceptance test.

2.8 The vehicle shall confirm in all respect to the provisions contained in the respective Motor Vehicle act. All documents necessary for RTO [Bulandshahr, Uttar Pradesh] clearance during registration of vehicle shall be provided by the successful bidder. The supplier shall also fulfill the requirement of re-validation of chassis till the final supply at NAPS.

2.9 The successful bidder shall have to complete the fabrication work strictly as per the specification in every respect.

2.10 Temporary registration and re-validation of validity of registration from respective Regional Transport Authorities (RTO) of vehicle till final delivery at NAPS and consequent registration at RTO Bulandshahr [document requirements] shall be the responsibility of the bidder.

2.11 Re-validation during delivery: As soon as the foam tender is ready for delivery after PDI, necessary revalidation/clearance from the concerned RTO shall be taken with a minimum validity period of 30 days from the date of re-validation.

2.12 Lubricating nipples shall be provided wherever necessary.

Page: 2

2.13 A reflective 'FIRE' (Officer Seat side) & ‘ERIF’ (Driver side) sign / sticker shall also be pasted on the outer sides of wind screen of front cabin.

2.14 The fabricator shall be responsible for supplying mentioned equipments & accessories and properly anchoring them as necessary on the fabricated vehicle as described in the specification. Other details and requirements which are not covered under this specification, but may be necessary to complete the Foam Tender to fulfill the operation / performance requirements shall be provided by the fabricator, to the full satisfaction of Narora Atomic Power Station (NAPS, NPCIL).

2.15 All nut and bolts to be used for fabrication shall be made of GKW or LPS or TVS or UNBREKO make.

2.16 No form of wood, timber or ply shall be used anywhere in the body construction. 2.17 Welding electrodes and consumables for dye penetrant testing if any shall be as per attached

NPCIL approved list only (which is attached at end of specification). 2.18 Calibration certificate for all pressure gauges on the appliance and spares shall be provided during

PDI. 2.19 Minor modification for operating equipments if required by NPCIL, is to be carried out by the

fabricator without any extra price. 2.20 Quality Assurance Plan (QAP) shall be provided immediately after issuing of purchase order for

approval of Narora Atomic Power Station (NPCIL) for PDI purpose. 2.21 The bidder shall mention during bidding about comprehensive preventive maintenance

program available with them for fire tender which can be used by the purchaser during life time of vehicle. The present rate of such job is also to be mentioned. However these rates shall not bring any financial implication for the purchase of foam tender.

3 CHASSIS: 3.1 The chassis shall be purchased in the name of Senior Manager (HR), Narora Atomic Power

Station (NPCIL), Bulandshahr, UP, PIN-203389 for the purpose of registration. The chassis purchase documents in original shall be submitted to the Narora Atomic Power Station (NPCIL). PAN number and GSTN details of Narora Atomic Power Station (NPCIL) shall be provided by purchaser as and when required.

3.2 The offered chassis model, if it is required to be homologated for fire tender fabrication, bidder shall get it homologated through appropriate authorities from chassis manufacturer.

3.3 Detailed specification of Chassis:

The bidder shall mention the name of OEM of chassis during bidding, confirming the following requirements:

3.3.1 Wheel drive: 4x2 wheel drive, the bidder is to specify the make, model and attach original technical catalogue with offer. (Options available of different manufactured chassis if any to be mentioned in the offer.)

3.3.2 Emission norm: BS-IV / BS VI emission norm compliant chassis (as applicable during the fabrication / delivery of the foam tender). Bidder have to supply the chassis as per applicable emission norms complied during delivery. During bidding the bidder have to mention the offered chassis model and its emission norm compliance. Bidder have to submit one price / rate details of offered chassis from authorised dealer of chassis OEM.

3.3.3 Type: Forward control, Right Hand Drive, Non air conditioned, min 4200 mm wheel base. 3.3.4 Steering: Power steering. 3.3.5 Power: Minimum 200 Brake Horse Power. (Power requirement to run one rear mounted pump

and one high pressure pump alternatively which is to be operated by side PTO at its full capacity is to be ensured).

3.3.6 G.V.W.: 19 ton, it shall be suitable for mounting GRP combination tanks [water & foam] having approximately 5750 Ltrs capacity with pump and other accessories.

3.3.7 Gear Box: Synchromesh type. 3.3.8 Suspension: Leaf spring type.

Page: 3

3.3.9 Brakes: Dual line air braking system. 3.3.10 Battery: As specified by chassis OEM. 3.3.11 Spare Tools / spare parts:

a) Hydraulic jack of 25 Ton with operating lever: 1 No b) Wheel spanner with lever: 2 Sets c) Standard Tool kit of OEM d) Spare wheel with tyre & tube [to be securely fixed at suitable location of the vehicle] e) Metallic tyre chokes : 04 Nos f) Detachable type spark arrestor for fitting at the exhaust of the engine - 1 No. g) Portable Pressure gauge for checking of Tyre Air Pressure: 1 No h) Rubber hose pipe for radiator of vehicle engine : 4 Nos

3.3.12 Manuals: a) Operating manual of OEM b) Spare parts catalogue of chassis

4. WATER TANK : 4.1 General parameters: One GRP (Glass Reinforced Plastic) material make combined water & foam tank with a capacity of

minimum 5250 Ltrs & minimum 500 Ltrs foam shall be mounted on the vehicle. The foam and water tank shall be one combined unit. The water tank must be designed to be completely independent of the body and compartments. The water tank shall be manufactured of GRP (Glass Reinforced Plastic) ONLY (no other composite material is allowed) with a minimum wall thickness of 6 mm. The tank must be mounted along the length of the vehicle in the center along the chassis rail on suitable flexible mountings. The position of the tank will ensure the lowest possible center of gravity. It shall also be removable type without dismounting the body. The tank shall be baffled to minimize water surge during travel & enhance road stability and be provided with fixed baffling complete with breathable lid. Material test certificate [MTC]: OEM MTC shall be provided during PDI that the material of tank is GRP.

4.1.1 The tank connections shall be as follows: a) 2 Nos. tank filling inlets from hydrant complete with 63mm Male coupling, chain, cap,

mesh-screen and valve. b) 1 No. water line from the tank to the pump with isolating valve. c) 1 No. water tank filling line Pump to Tank with isolating valve.

Manhole: One (1) manhole of at least Ø500 mm with quick opening stainless steel

lid and mesh (top fill opening) is to be provided. Drainage device: One (1) with a 38mm drain valve. Over flow/pressure: One (1) discharging under the chassis level, working also as over/under

pressure device. Overflow is to be designed to limit water loss. Overflow must terminate behind the rear wheels.

One (1) safety device is to be provided against overpressure. Water tank levels: Electronic level indicators, located in the cabin as standard and one on

each the side of the vehicle with multi LED indicators are to be provided. One sets of such electronic indicators, its adjustment magnet and operating instruction to reset the level indicator shall be supplied during delivery.

Baffles plates: Longitudinal and transversal anti-surge baffle-plates are to be provided and constructed from the same material as the tank.

Page: 4

Make: The GRP tank shall be of Rosenbauer / Magirus / Plastisol / Zeigler / Marce SA.

4.2 Design & Plumbing: 4.2.1 In addition of tank capacity a 2% expansion space shall be made in the tank over & above the

water capacity. 4.2.2 The tank construction shall be such that there shall be no leakage. The dimensions of the tank

along with the recess for fire pump shall be clearly stated in the offer along with detailed volumetric calculation.

4.2.3 The complete top of water tank shall be covered with aluminium plate and fixed to the frame fabricated from Aluminium Square Tubes properly welded if the design permits so.

4.2.4 Minimum four bolt eyes shall be provided on the shell of water tank to enable it to be lifted from the vehicle in balanced condition for repairs / replacement as and when required. The bottom of the hooks shall be suitably reinforced with pads to avoid stress on the tank top plate.

4.2.5 A 38mm diameter drain line with a ball / butterfly valve will also be provided to drain the tank for maintenance / cleaning / repairs etc. The operating cock of this valve shall be easily accessible from outer side of vehicle.

4.2.6 All piping and plumbing shall be designed to have minimum pressure drop & achieve the required pressure & flow at various locations. All pipe fitting & valves (except butterfly valves) shall be of SS316 material. All piping shall be designed for 10% over the maximum pressures encountered in the piping. The piping shall be flanged as far as possible for ease of maintenance. All lines shall be hydraulically tested at 1.5 times the design pressure however in no case shall the lines shall be hydraulically tested below 10 bar. All bolting shall be of SS 304.

4.2.7 Water lines shall be painted with of zinc phosphate epoxy primer each of 50 microns DFT and two coats of polyurethane finished paint each coat of 50 microns DFT. Water lines shall be painted red in colour.

4.2.8 Foam Tank: The combined [combination of water and foam tank] foam tank shall be of minimum 500 Ltrs, fabricated from GRP (Glass Reinforced Plastic). It will have a filling orifice at least 80 mm. One additional filling connection of 50 mm will be provided on the sides of the tank with a ball valve for replenishing / filling the tank from an outside source. The tank shall be fitted with sludge trap with a cleaning hole of min. 150 mm dia & a 38 mm drain pipe with a valve & plug incorporated in it for maintenance / cleaning / repairs etc. a system for ensuring that sludge does not enter into the pipeline (so that the foam system does not get clogged), will be provided. The tank shall be provided with automatic venting & the breather will be provided on the top. The breather valve shall ensure that it does not get frequently clogged. Tank will be hydraulically tested at 0.5 bar for leakage. All joints will be flanged type & have ‘O’ ring sealing only. Spare requirement: i) Automatic venting / Breather valve complete set: 1 No ii) All ‘O’ ring sets used in tank: 2 Sets.

4.2.9 Miscellaneous: The tank shall be connected to the Pump with a butterfly valve for ease of operation. The tank shall be hydraulically tested at 0.5 kg/cm2 pressure to find out if there are any leakages. This test shall be carried out in the presence of the inspecting officers of NPCIL. The inlet line in the tank shall have an adequately strong deflector plate, which will avoid the incoming jet of water from hitting the tank side/roof. All plumbing shall be reasonably accessible for maintenance purposes. Screwed bends, joints shall be avoided as far as possible. All the joints will be flanged type & shall have proper sealing. All the outlets and inlets from the tank shall be taken by installing nozzles of suitable length and reinforcement pads.

Page: 5

4.2.10 Tank Mounting: The water tank shall be mounted on the vehicle on a sub frame using Rubber Metacones. This sub frame will be made from Anti-Corrosive Treated MS 4 inch section and will be bolted with the chassis using the high tensile bolts. The tank shall be mounted on the chassis with the help of 5/8 inch dia high tensile bolts with ny-lock nuts. 'U' Bolts shall not be used for mounting of tanks on vehicle. The rubber metacones shall facilitate to absorb the jerks and bending torsions in expansion as well as compression mode without high deflection. The manufacturer shall provide complete design data of metacones and sub frame including the load calculations and metacone quantity sufficiency. Tank will be mounted on the chassis in a manner keeping in view the proper load distribution on the axles. The tank will be mounted on two / three cross bearers to counteract stresses caused by chassis flexing. The Centre of Gravity shall be maintained as low as possible. The mounting shall permit the full contents of tank to flow to the pump. The bottom of the tank shall be sloped towards rear.

5 Power Take Off [P.T.O]: P.T.O of WEBSTAR / FIREFLY / HALE make for driving the pumps shall be selected by fabricator capable of transmitting full power of engine to the drive line. Switches for engaging PTO’s shall be in driver's cabin. Details shall be submitted with offer. The PTO shall have provision to operate manually also along with normal pneumatic operation which can be operated in case failure of pneumatic system. Necessary modifications, to the standard drive system as available on the chassis, shall have to be done by the vendor so as to adopt the PTO units in the system. Prior concurrence shall be obtained from chassis manufacturer to carry out modifications on drive system including side PTO for high pressure pump, this concurrence / NOC paper shall have to be shown during PDI. Layout drawing with part number of PTO shall be submitted during submission of QAP for review, during PDI and with two copies during supply.

6 CE marked gun metal fire pump (Normal pressure type, rear mounted) 6.1 The rear mounted fire pump shall be CE Marked (as per EN: 1028 Part 1 & 2 including latest

amendments of 2008 along with EN 1050 for Fire pump) of Normal Pressure type with an OEM made priming system.

6.2 CE certification shall be attached with offer. 6.3 Layout drawing with part number of PTO shall be submitted during submission of QAP for

review, during PDI and with two copies during supply. 6.4 The pump shall perform the following duties: Output minimum 3000 LPM @ 10 Kg/cm2. 6.5 The Pump body / casing, impeller, delivery outlets, etc. shall be made of Gun Metal only, pump

shall not have any aluminum parts. The wearing rings & other parts that may be subject to frequent wear shall be of renewable type. All studs or bolts coming in contact with water shall be of Gun Metal / stainless steel. The impeller shaft shall be made of Stainless Steel & will be carried in anti-friction bearings as per the pump manufacturer’s standard design. The impeller neck rings & impeller rings will be renewable type. An easily accessible drain valve carbon to stainless steel interface. [Material test certificates of gun metal / SS used for pump material of construction shall be submitted during stage inspection].

6.6

Spare requirement: During supply the following pump spares shall be supplied: a) Mechanical seal identical as used in pump: 5 Pcs b) All ‘O’ rings used in pumps: 10 Pcs each c) All gaskets used in pump: 05 Pcs each d) Pump main shaft with bolt and locking pin, identical as fitted with the pump: 2 Nos.

Page: 6

e) Oil seal of all type used in pump : 10 Nos each e) All bearings as used in pump: 3 Nos number each [bearing number and part number as shown in schematic diagram shall be mentioned in the packing of spare bearings]. f) All nut bolts used in pump including pump mounting bolts: 2 complete sets.

6.7

Roller shutter with locking arrangement shall be provided in the fire pump and plumbing area [which can be removed if required] to avoid dust on the pump. Roller shutter shall have locking arrangement to avoid accidental opening of shutter and shall not obstruct operation of pump in any way.

6.8 The details of the pump and its primer such as its material make & model supported with catalogs / brochures / drawings etc. shall be attached with the offer.

6.9

Pump Suction Inlet: The suction inlet of the pump shall be capable of being connected directly to hydrant discharge outlets through adaptors and to the water tank of the vehicle. It shall be of a suitable size to give the rated output of the pump. Connection from water tank to the pump will be suitably sized to allow full pumping at rated output. A removable type strainer and blank cap shall be provided for the suction inlet for the pump [one spare strainer shall also be provided during supply].

6.10 Pump Discharge Outlets: There shall be 4 outlets of 63 mm each with screw down Gun Metal delivery valves, & female instantaneous couplings. One connection will be taken from the manifold to the monitor discharge outlet with a suitably sized flange connection.

6.11 Hose reel: One hose reel drum with 50 Mtrs of hose shall be mounted on suitable place on roof area of tender which shall be connected from normal pressure pump. The hose shall be IS-12585 marked, Type-2, having Hose ID:19mm, having working pressure of 10kg/cm2, Coupled with S.S make on/off (shut off) type nozzle.

6.11 Pump Mounting: The mounting will be secured to the chassis members by bolting. Welding shall be strictly avoided. Spare one set of mounting nuts and bolts shall be provided during supply.

6.12 Pump Control Panel: The pump control / operation panel shall be pump OEM supplied and designed keeping in mind ease of operation as well as maintenance. The control panel will be ergonomically designed and shall have identification tags/plates with the following:

a) Pump to delivery outlets b) Pump to Monitor c) Pump to Tank Filling d) Pump to Cooling line e) Pump to round the pump proportionator [Foam making system] f) Pump suction from outside source g) Glass tube type level Indicator with three was drain valve h) Pump to hose reel i) Hydrant to hose reel

Note: The above mentioned connections are the minimum requirements. Other controls as may be required will be provided by fabricator. The grouping of pipelines & valves as well as the system layout shall be discussed with the inspecting officers at the time of the stage inspections.

7 Pump Priming system:

Page: 7

To ensure that the priming system is compatible with the pump, only an OEM (pump manufacturer) supplied priming system shall be incorporated. The priming system shall be water-ring / rotary vane type which is capable of lifting water from 7 Mtrs. depths within 30 seconds when tested with 100 mm suction hose without plumbing. The system shall be maintenance free to the extent possible & shall be constructed of materials to prevent corrosion. Layout drawing with part number of primer shall be submitted during preparation of QAP and during PDI and two copies during supply. Spare requirement:

i. One complete unit of primer, same which is used in the above pump shall be supplied as spare.

ii. Bearings used in the primer: 2 Nos iii. Rotor used in the primer: 2 Nos iv. Carbon plate (if any) used in the primer: 4 Sets v. Fan belt (if any) used in the primer: 4 Nos

8 Foam Proportioning System: An automatic proportioning arrangement for shall be provided so that pressure induction ratio of Foam Concentrate, Water Solution and flow of water are automatically varied merely by opening and closing of hand lines / valves. The induction of foam in to the stream shall be in accordance with the flow of the pump irrespective of the capacity of the pump. Around the pump proportionator (Suitable for UL & FM standard foam concentrate) shall be fitted between the suction and the delivery of the pump, which will induct foam compound into the water stream with no loss in delivery pressure from the pump. The Proportionator shall comprise of an inductor and selector valve (3% or 6%) which shall have parts calibrated to ensure the correct intake of the foam liquid at the required rate with respect to flow of water and supply solution for the operation of foam making equipment. Besides this, when variable inductor is used in conjunction with the equipment for producing foam, an arrangement shall exist by which proportionate quantity of foam concentrate at the stipulated ratio shall get released and mix with water stream leading to suction side of the pump, which means more flow of water, more quantum of foam concentrate to meet the requirement of the equipment in respect of foam solution being discharges from the outlets of the equipment in operation. As foam concentrate is available in the marked under the brand of 3% and 6% so while carrying out necessary tests, only 3% concentrate is to be used as the entire equipment for induction of Foam concentrated and aeration has been set in relation to the ratio of 3% for feeding the same into the pumps of the tender. Auxiliary Connection: Auxiliary connection for foam pickup tube with strainers and isolation valve shall be provided to enable the foam compound to be induced into the pump directly from the drums or outside source.

9 Control Panels: Adequate illuminated pump operating control panel will be provided on the rear side of the Fire Tender. All controls of the system will be spaced & properly marked for easy operation. All valves will be of lever-operated type and will be made of SS with Teflon seats. The following controls shall be provided on rear side of the vehicle near the control panel: a) Glass tube type Level Indictors for Water Tank b) Glass tube type Level Indictors for foam Tank c) Compound Gauge, Normal Pressure Gauge d) Auxiliary Engine Throttle Control e) Cooling Water Circuit Control

Page: 8

f) Hydrant Connection for filling Water Tank g) Pump Inlets and Outlets h) Water Tank to Pump Butterfly Valve i) Pump to Monitor Valve j) Different valves for foam making system and auxiliary foam making system k) Operating Instruction Plate

Spare parts requirement: a) Compound gauge same as supplied with FT – 01 No b) Pressure gauge same as supplied with FT – 01 No c) Glass tube of level indicator: 04 Nos [This item shall be suitably packed so that it is not

damaged during transportation for delivery]. d) Glass tube draining valve: 2 Nos each of water and foam level glass tube.

10 COOLING SYSTEM: Indirect cooling system of open circuit type consisting of a heat exchanger with copper tubes will be provided on the chassis to enable full power output of the engine without overheating it while the vehicle is stationary during the fire fighting operations. Provision shall be made to discharge the hot water away from the Fire Tender. Spare requirement: Rubber hose pipe used in heat exchanger [connecting hose pipe in between engine and heat exchanger] : 4 Nos

11 WATER MONITOR: 24 Volts DC water cum Foam Monitor having discharge capacity of 750 GPM @ 7 bar shall be mounted on the top of the fire tender in such a manner that it can be operated by a crew member. The monitor shall be capable of traversing through 360° in horizontal plane, elevating from horizontal to 75° and depressing from horizontal to not less than 15° and fully rotation in both directions. The monitor shall be FM Approved/UL listed capable of discharging water to an effective distance of not less than 55 - 60 meters & projecting the foam discharge to an effective distance of not less than 45 - 50 meters in still air conditions when operated at rated pressure. Monitor shall be provided with Jet / Spray type Nozzle. The material of construction of the Monitor shall be Cast Stainless Steel (CF8). Fabricated Stainless Steel Monitors shall not be allowed. The monitor shall have Wireless Remote Control as well as Joystick fitted at suitable location for optimum operation. The monitor shall be provided with Electronic Position Indicator at a suitable location so that the crew without looking at the monitor can determine the position of the monitor. The monitor shall incorporate a CANBUS Type Electronic System for operation. The monitor shall be operable without the remote control that is mechanically. The bidders shall enclose details about the monitor including the copy of certification of the monitor during bidding failing which the bid shall be ignored.

12 ELECTRICAL SYSTEM & ELECTRICAL ACCESSORIES: Adequate lighting arrangement shall be made in all compartments. All equipment lockers shall have internal lighting arrangement automatically switched on and off by opening / closing of shutters. All the wiring will be properly fixed in position & will be protected against heat, oil & physical injury. To the extent possible all wiring will pass through conduits. All wires used in the vehicle shall be stranded copper or copper alloy conductors of a gauge rated to carry at least 125 percent of the maximum current for which the circuit is protected & shall be uniquely identified by colour coding or permanent marking. Cables used shall meet BIS standard. Voltage drops in all wiring from the power source to the using device shall not exceed 10 percent. The use of star washers for circuit ground connections shall not be permitted. All the electrical circuits will have their own separate fuses, suitably marked & grouped in a common fuse box, located in an easily

Page: 9

accessible position. Provision will be made for minimum 4 spare fuses in the box which shall be provided in driver’s cabin. All the controls for electrical system will be provided near the driver’s seat. The battery will be placed in a totally enclosed box. Arrangement shall be made on dashboard opposite to the fire officers’ seat to fix a mobile wireless set. Power supply shall be provided from vehicle battery. Mechanism shall be provided to charge the vehicle battery from external power source The mechanism shall have AUTO EJECT function to detach the charging power cable from the vehicle charging point upon starting the ignition of the vehicle. Details of such system with picture, brochure and make / model number of such system shall be provided with the bid.

13 Electrical Accessories:

Sl Detail Quantity a Fog Lamps on front bumper [LUMAX / CANARA / Hella make] 02 b Sleek Low Profile Light Bar meeting NFPA Standards shall be provided.

PA System & Hooter of Federal Signal / Wheelen / Star Lights / Equivalent Imported make shall be provided. Details of the same shall be provided in the bid.

01

c 24 volts DC one mile range electric siren of Kheraj make mounted on suitable place and heavy duty push button switch on both driver and officer side.

01

d Spare fuse [all type] shall be supplied during supply. These requirements are in addition to the spare fuse requirements as mentioned above at point 7. The rating of fuses shall be marked on the fuse.

10 Nos of each capacity

e Blue & Red strobe lights shall be provided on both sides of the vehicle. (One between the doors and at least two on the sides after the cabin – On both sides of the vehicle). These shall be of the high intensity type with regular and intermittent flash pattern. Orange / Amber LED Flashing Warning Light shall be provided at the rear side of the vehicle.

14 Pneumatic Light Mast: Telescopic Light Mast pneumatically operated through the vehicle air tank shall be fixed rigidly at roof of vehicle in such a manner that it shall not be damaged due to any jerks. It shall be extendable up to a steady height of approx. 5-6 Mtrs from ground level and fitted with 2 x 100 W LED Lights (32,000 Lumens) through a Fixed Light Support Head. A handle shall be provided at the bottom of the mast to rotate the mast to Left or Right. Permanent connections for taking power supply from a power source set through spiral wire in protective sleeve shall be provided along with the earthed sockets at the Light Supports. Mast shall be made of extruded seamless aluminium construction, anodized in natural colour, to be operated by vehicle generator. OEM catalogue, operating instruction guide, spare parts list shall be supplied with the delivery. Lights shall be fitted on roof of vehicle with plate cover box fabricated on MS angle, this shall have opening top flap door. Power supply of this light shall be from inbuilt electrical generator of vehicle.

15 ULTRA HIGH PRESSURE / WATER MIST FIRE FIGHTING SYSTEM:

Ultra High Pressure [UHP] Pump:

The three / Six Plunger shall be able to discharge 200 LPM @ 100 bar capacity for water-mist generation. The delivery assembly consists of water spray gun, high pressure hose reel of 60 meters with quick release coupling (QRC) etc. A by-pass for letting the water back to the tank will be provided to release excess pressure generated when one of the hand lines is shut or when discharging a lower output. The pump

Page: 10

suction line will have inline mesh filters of OEM. The pump will have Safety relief valve of OEM. The pump will deliver water to UHP hose reels. Provision / connection to be provided with 3% or 6% foam suction also. The Pump shall have strainer in the suction line. The strainer shall be suitably placed for ease of cleaning. Arrangement shall be provided to back flow flush the strainer with the help of external water pressure (or Water from main pump) to clean the strainer without opening. Control of all the valves shall be from rear mounted pump panel. Hose Reels for high pressure pump: Two hose reels of 60 Mtrs hose lengths shall be provided with quick release coupling (QRC) on gun side. The reels shall have 24 V DC Electric Rewinding System. Hose reels shall have NRV or other mechanism to avoid Hi-pressure jet in case of failure / release of QRC. Hose reels shall be provided each side of the vehicle. The hose used for the hose reel shall be rated for 130 bar working pressure (180 bar test pressure) & will be of min. 16 mm ID. The hose shall be of R2 grade, shall allow sufficient flow to the high pressure guns & reduce frictional resistance. At the discharge end of the each hose reels, high-pressure fog gun, will be provided which will be capable of discharging 80 - 90 LPM @ 100 bar pressure in jet or Fog patterns [Requirement of total quantity of such fog gun is: 4 Nos. Two Nos shall be supplied with vehicle and other two as spare]. The jet range will not be less than 15 ~ 20 meters for the gun. The water droplets in the spray form will be of approximately 250 microns at an angle of 45 degree. In addition to attached / mounted hose reels additional two lengths of 30 Mtrs of hose reel attached with both side quick release couplings shall be provided during supply. All the hoses shall be inter connectable through quick release coupling (QRC). The fog gun as well as the hose reels shall be CE Certified and be preferably from the same manufacturer. Details of the CE Certificate shall be provided failing to which the bid shall be rejected. Spare quick release coupling: 05 Nos spare quick release couplings shall be supplied during delivery.

16 BODY WORK: Seating arrangement for driver, officer in charge & crew shall be provided in the single compartment driver’s cabin. The cabin shall be internally lined with good quality materials. The floor of the cabin shall be provided with anti-skid type vinyl matting. A First aid box shall be suitably mounted in the cabin. The driver & officer seat shall be adjustable type. The seats shall have foam cushions & will be covered with good quality Rexene, additional detachable type seat cover for driver’s and officer’s seat & back rest, and crew seats shall be provided. The seat covers shall be made of best quality of material.

One metallic telephone box [approximate dimension: 25 cm length 20 cm width 15 cm height] shall be fixed on driver’s cabin near officer seat, the box shall have locking provision.

The sub frame shall be manufactured using a high-grade carbon steel “C” profile with a minimum dimension of 120mm x 60mm x 6mm. The sub frame shall be having at least two (2) per side 8mm thick carbon steel attachment straps plug welded to the sub frame and bolted to the chassis at least 25% of the length from the rear.

All attachment straps shall be bolted to the chassis using existing holes provided by the chassis manufacturer. Only high tensile steel bolts matching the provided hole sizes in the chassis may be used. A minimum of three bolts per attachment strap is required.

The front 25% of the sub frame shall be fitted with one (1) per side spring loaded cleat type mountings welded to the sub frame and bolted to the chassis, in addition to this, one (1) per side guides will be bolted to the chassis extending up to the center of the sub frame. The front ends of the sub frame rails shall be cut from top to bottom flange at 30º for stress relieving and extend past the front axle spring hangers or as close as possible to that point. All cross members fitted to the sub frame will be in load bearing positions and full welded to the sub frame. Care shall be taken not to obstruct any part of the chassis or OEM components that may need periodic maintenance.

Page: 11

All added equipment e.g.: pump, tank, drive lines and structures will be attached to the sub frame. The sub frame shall be de-scaled and free from welding splatter and corrosion before applying primer and paint. The tenderer shall in addition to this consult the vehicle manufacturer’s guide for body builders. Any work done to have no impact on the chassis manufacturer’s warranty.

The rear equipment lockers superstructure (after the cabin) All structural frames shall be of 6063 aluminium tubing and must be full welded at every joint and shall be fabricated in corrosion free aluminium extrusion profile section framework constructed with welding work & paneled with aluminium plate by welding work. The Profiles shall be strong, solid all aluminium construction (ISO6063T6), light in weight & intrinsic rectangular design with distortion insensitive bearing.

Roof panels shall be made of aluminium padded plates. The roof shall be strong enough for being walked-on and must be sufficiently supported. The intermediate walls and shelves shall be constructed from aluminium sheets paneled to the extruded aluminium profile structure by means of glue without any welding work. The vertical panels shall all be of at least 3 mm aluminium sheets of GRADE 5052 or similar international grade for Aluminium. The complete top of the rear superstructure shall be covered with 3 mm aluminium sheets with anti-skid material. Walkways and bottom of the lockers shall all be 6 mm aluminium. The sheets of the outer paneling will be welded to the skeleton framework. Rivets / screws shall not be allowed. The area over the tank will be suitably treated for slippage by chequred plates or anti-skid material. The doors of the cabin will be fitted with safety glasses & winding type regulators. The driver will be provided with large size rear view mirrors on both sides of the cab & convex round mirrors for overall rear view of the vehicle from top to bottom & left to right. The cabin will be as per the latest international standards & ergonomically designed so that the crew members are comfortable in transit as well as are able to use the vehicle in an efficient & comfortable manner.

All compartments, except the rear, shall be equipped with at least one adjustable shelve that can hold a load of at least 45 kg. In addition to this at least two side compartments shall also be fitted with a bottom slide out tray to allow easy access to the equipment. The area over the wheel arch shall be a fold down step for easy access. Access handrails shall be provided at all positions where steps or ladders for climbing are located.

Any enclosed external compartment shall be weather resistant, well ventilated and have provision for drainage of moisture. An aluminium drip rail shall be fitted above each compartment opening.

The interior of each compartment shall be illuminated for night work. Each compartment shall be provided with LED strip illumination. The positioning of the lighting shall ensure maximum light distribution within the compartment, and be protected to prevent damage. Users must be able to switch the compartment lights on manually in the cab. A rub rail shall be fitted along the entire length of the rear body, both sides of the vehicle, for protection. Inside the rub rail there shall be at least 3 amber truck lights and Yellow 3M reflective tape

Suitable Jaw & Pint type rear Towing Hook, mounting arrangement for spare wheel at suitable place shall be provided.

10 numbers of complete recess plate [locking arrangement of cabin doors] shall be provided as spare. The crew cabin shall be provided with retractable climbing steps which would extend outside when the door is opened and will retract when the door is closed. Details / make / model and photograph of such items shall be provided with the bid failing to which the bid shall be liable for rejection.

17 Seating: The driver & officer seat shall be provided by chassis OEM. The crew [4 Nos] shall have individual seating, with each seat fitted with brackets for placement of Breathing Apparatus in

Page: 12

an upright position. The seats shall be of the wear & walk away type so that when the crew disembarks from the vehicle the BA sets shall easily come off the seats with them. The seat bottom will be theatre type, which will automatically flip up when the fireman gets up, thereby freeing up the space for easy embarking & disembarking. The seats shall have right seat belt release & a bezel. If there is space available, the seats shall be fitted with flip-up armrests. The seats shall be of Ziamatic, USA / Seats Inc (Battalion SCBA Crew Flip Seat) or equivalent imported make only.

Seat cover: Detachable type foam leather seat cover for driver’s and officer’s seat & back rest, and crew seats shall be provided. The seat covers shall be made of best quality of foam leather material.

18 Lockers: Suitable lockers will be provided for storage of equipments & accessories wherever required. One locker for keeping 10 Nos of hoses shall be provided. Size and number of locker shall be decided at the time of stage inspections. The lockers will be constructed in a multi-layer modular type with suitable rollers so that in case if the configuration needs to be changed, it can be achieved without major modifications. All equipment stored in lockers will be strapped / clamped in a neat & convenient manner so that it has an identified place. All lockers will be suitably labelled so that each item will have identification when it is required to be accessed. For all water fittings like branch pipes etc. quick release type couplings or snap clamps of spring steel (as per the manufacturers standards) will be provided which shall enable the operator to locate the desired equipment instantly & save valuable time.

19 Roller Shutters:

For the easy operation of the Fire tender roller-shutters covering the equipment lockers shall be installed on both sides of the appliance. These shutters shall be rolled inwards underneath the roof giving unobstructed access to the equipment lockers & the equipment / accessories fitted in the vehicle. Roller shutters shall be made of hollow rectangular shaped aluminium links which will be inter connected with the help of plastic / rubber profiles, sealing the roller shutter watertight when closed. They shall be durable, maintenance free, weather & corrosion resistant & capable of opening in every position of the vehicle even in rough terrain & on slopes. A spring mechanism will be fitted so that the shutters are held up at any point of opening. It shall be easy to operate & shall ensure that the shutters can be easily pulled down. The sections of the shutter shall be powder-coated / anodized to a smooth finish & aesthetic look. Guide rails shall support the shutters over the entire length on both sides & make them corrosion free. The shutters shall have a sturdy locking mechanism which will prevent accidental opening during movement of the vehicle. A master switch for isolating locker lighting circuit shall also be fitted in the driver’s cabin. The shutters shall be of MCD / Equivalent Imported make only. The rain drip channel will be fitted with LED Lighting which will serve as Scene Work Lighting as well.

20 Suction Hose Locker: Suction hose brackets of aluminum sheet of 3.0 mm thick with suitable double fastening arrangement shall be provided on the top deck to accommodate 4 nos. 2.5 meters length suction hoses with male and female couplings.

21 Locker equipments: All locker equipments as accessories shall be provided and kept systematically [Except spare] in different lockers of the vehicle, list of equipment is mentioned at Annexure – “A”. Space shall be provided in one locker for keeping 10 Nos of hoses.

22 Workmanship & Finish:

The vehicle shall be fabricated, painted with standard workmanship, acceptable to NPCIL. The entire appliance will be painted with Fire Red paint using double coat spray painting on the outside.

23 Painting & Marking:

Page: 13

The entire structure will be prepared by grinding the welded surfaces, priming the finished material with a zinc rich primer & then finally coated with a two pack epoxy based paint. The complete under chassis painting shall be carried out by DINITROL. The Vehicle will be clearly and permanently marked with the following: a. Manufacturer’s Name & Trademark b. Year of Manufacture c. Capacity of Pump in LPM d. Capacity of Water & foam Tank in Ltrs e. Engine & Chassis Number. f. Foam making system details

24 Surface Preparation: Once the paneling is completed, all the outside surfaces shall be painted with a good quality paint system, like Du-Pont, PPG, Standox etc. This shall be poly-urethane (PU) based paint. The bidder shall mention the name of OEM of paint during bidding.

25 Vehicle Exterior Paint: The complete vehicle (all exterior surfaces) and monitor shall be painted with at least 2 coats of zinc phosphate primer each of 50 microns DFT and two coats of polyurethane finish paint each coat of 50 microns DFT. Further improvement on the paint may be carried out by the manufacturer beyond that mentioned above, to give better protection & surface finish. The colour for the outside will be as per the latest international & Indian norms for fire brigade vehicles. The user name will be written on both-sides with yellow colour.

26 Water Line Paint: Water lines shall be painted with of zinc phosphate epoxy primer each of 50 microns DFT and two coats of polyurethane finished paint each coat of 50 microns DFT. Water lines shall be painted red in colour. Details Required: The bidder shall give the details of the entire painting process & also the details of in house painting facilities like paint booth etc. The colour for the outside will be as per the latest international & Indian norms for fire brigade vehicles.

27 Reflective stripes: Reflective stripe(s) shall be affixed to the perimeter of the apparatus. The stripe or combination of stripes shall be a minimum of 4 in. (100 mm) in total width and shall conform to the minimum requirements of ASTM D 4956, Standard Specification for Retro reflective Sheeting for Traffic Control, Type I, Class 1 or Class 3. At least 50 percent of the cab and body length on each side, at least 50 percent of the width of the rear, and at least 25 percent of the width of the front of the apparatus shall have the reflective material affixed to it. This is in addition to reflective strip mentioned at specification of water and foam tank. Four rolls of at least 30 Mtrs length of such strips shall be supplied as spare.

28 Marking/Name Plates: All the lockers / cabins shall be provided with Stainless steel Name Plates with letters itched on it boldly indicating the content. All instrument control & valves shall be identified with properly itched Stainless steel Name plates.

29 Owner’s emblem: Owner’s emblem in original colour together with name (in Hindi and English) as mentioned below shall be written in golden yellow colour on both sides at suitable place in consultation with NPCIL representative.

1. NARORA ATOMIC POWER STATION 2. NPCIL LOGO (LOGO shall be supplied during stage inspections).

30 Inspection: The successful tenderer shall have to provide QAP immediately after obtaining purchase order and based on that, the work to be jointly inspected at the following stages by NPCIL QA and NAPS officials at bidder’s premises.

Page: 14

I. Chassis inspection prior to collection from dealer of OEM of chassis at chassis dealer’s premises.

II. Raw material inspection before starting of fabrication work. III. Structure work & Panel work. IV. Painting & locker equipment designing V. Pump endurance test, primer test, & Road test of the vehicle & final approval. All

accessories & spare equipments inspection. 31 The supplier shall provide the following documents during supply [With Fire Tender]

The following documents shall be submitted in 4 sets. a) As built drawings of tender b) As built drawings for tank. c) Flow diagram. d) GA & cross sectional drawings, characteristic curves & details for pumps. e) As built Drawings for Installation of PTO and monitor. f) As built line diagram for electrical circuits. g) All inspection and testing records for tank, pump, PTO, piping, valves, monitor etc. h) Operating and maintenance instruction manual for the tender. i) All purchase documents (Xerox copies) of the equipments delivered with the vehicle and as

accessories / spares if not manufactured by the fabricator. j) Bidders shall mention make & model of all major equipments and enclose detailed technical

specifications / literature / brochures (in English) which shall be annexed with proper references. Bids submitted without supporting documentation will be ignored.

k) Each set of document shall be provided in booklet shape with spiral binding. 32 Training:

With the supply of vehicle, vendor shall provide training at owner’s site on operation & maintenance of all equipments supplied including chassis by technically competent persons & charges for the same shall be included in quotation. Representative from the chassis manufacturer shall also be called during the above training. The training shall cover the following subjects: Operations of equipment, Trouble shooting, Preventive maintenance etc. Additional two days free training will be given at owner’s site within warranty period as & when desired by NPCIL.

----------- XXXXXXXX-------------

Annexure - “A”

Sl DETAILS OF ACCESSORIES Qty

Page: 15

1 Double extension truss type aluminium Ladder 10.5 m as per IS: 4571 & CE standard, the ladder OEM serial number & manufacturing year shall be mentioned in the supplied ladder. [King / AJAX / simplex]. Tipping Type Ladder gallows shall be provided on the roof suitable for fixing a 10.5 Mtrs heavy duty trussed aluminium double extension ladder. The design shall be such that the ladder can be released BY ONE PERSON ONLY without difficulty from a reasonably accessible position and the person is not required to climb on the roof top to remove the ladder. The ladder gallows shall be CE certified. The bidder shall mention the name of OEM of offered ladder and its gallows with the offer.

1

2 SS short branch 2 3 Water curtain [Jumbo curtain] type branch [one in locker & the other as spare] 2 4 FB 5X with pickup tube branch [one in locker & the other as spare] 2 5 Gunmetal Double male adaptor [2 Nos in vehicle + 8 Nos as spare] 10 6 Gunmetal Double female adaptor [2 Nos in vehicle + 8 Nos as spare] 10 7 Gunmetal 100 to 63 suction adaptor [one in locker & the other as spare] 02 8 Suction wrench universal type 2 9 Revolving branch 1 10 Basket strainer [one in locker & the other as spare] 2 11 Metal strainer 1 12 Foot valve metal strainer [ metal strainer with non-return valve type] 2 13 Flat type Metal strainer [one in locker & the other as spare] 2 14 Lock cutter 2 15 Fireman axe 2 16 PORTABLE HAND HELD SEARCH LIGHT.

Specification: Portable with shaller strap, rugged impact & water resistant body, high powered halogen lamp of minimum 55 watt. 12volt, 7 amp hour rechargeable maintenance free leak proof sealed battery. In-built battery charger. Weight not more than 4 kg. 60 minutes (+/- 10 minutes) continuous operation on full charge. Operating beam range approximately 1 km in clear weather. Shall be supplied with minimum one year warranty certificate along with catalog. Having inbuilt LED indication lamp of blown fuse, charging on, and low battery.

2

17 First Aid Box for 10 Persons to be suitably kept at cabin. 1 18 Crow Bar 1 19 Sledge Hammer - 6.5 Kgs 1 20 Long line rope [Kernmantle rope], 12 mm circumference, and minimum breaking strength: 23

KN, 50 m long, attached with quick release karabiner at one side. 2

21 Long line rope [Kernmantle rope], 25 mm circumference, and minimum breaking strength: 23 KN, 30 m long, attached with quick release karabiner at one side. 3

22 Fire Hook with nonmetallic handgrip 3 23 Fire beater with nonmetallic handgrip 2 24 Petrol Driven Positive Pressure Ventilator (Blower) - 16" Size - Engine of 5.5 HP, 16" Fan Size,

17 blades, 19,800 m3/hr., Weight: 30 Kgs (approx.) to be supplied with ducting to be detachable type mounted on water tender. [one in locker & the other as spare]

2

25 Petrol operated minimum 13 KW electrical generator with suitable all connections switch boards, MCVs, with four foldout carrying handles, which is to be mounted with detachable modular type tray / guide rail on water tender. Provision for easy operation of mast light through this generator shall also made. Approximate weight and dimension: 150 Kgs [without battery] and 820 x 440 x 580 mm (L x W x H). Spare requirement of generator: One number of four wheeled trolley for moving the generator for other than fire tender use, Exhaust Hose: 4 Nos, Refuelling Can: 1 No, Plugs and sockets for each type of connections: 5 Nos each, Air filter: 3 Pcs, Oil filter (if any): 3 Pcs, Pull rope for engine Starting: 2 Nos.

1

Page: 16

26 Fireman Suit (Nomex), consisting of free size Jacket, Trouser & Shoe Confirming EN-469 to be kept in suitable bag. 5

27 CO2 4.5 Kg capacity IS 15683 marked fire extinguisher with brackets & discharge horn to be fitted in cabin, Cylinder: Seamless Steel, IS 7285 marked. 2

28 Battery Operated Combitool having: Please Refer Annexure-B for the Technical Specification 1

29 Suction hose with gunmetal male & female coupling 4 30 AFFF drum [20 Ltrs capacity] BIS marked 4 31 Fire Resistant Blanket Non Asbestos High temperature Resistant Fabric With Metallic eyelets,

Non-Asbestos clothing, stitched on all four sides with flame proof threads, Temperature resistant up to > 600 degrees, With Metallic eyelets in all side corner and in middle, 1.2 mm thick. Size: 7ft X 5ft. All three pieces shall be kept in suitable plastic cover.

4

32 Fire Resistant Blanket Non Asbestos High temperature Resistant Fabric With Metallic eyelets, Non-Asbestos clothing, Stitched on all four sides with flame proof threads, Temperature resistant up to >600 degrees, With Metallic eyelets in all side corner and in middle, 1.2 mm thick. Size 3ft X 3ft. All three pieces shall be kept in suitable plastic cover.

4

33 Electrical shock proof hand gloves in pairs. a) Made as per confirming to IS 4770/ EN 60903 / ASTM 120 D type 1, type 2, type 3, type 4 b) Approved from ERDA - Electrical Research & Development Association c) Accredited by the NABL, Govt. of India & INTERTEK (ASTA), UK. d) Working Voltage: 11000 volts (RMS) max and Proof (test) Voltage (RMS): 33000 volts Test certificate of point ‘d’ above shall be supplied during delivery.

5

34 Temperature resistant tight fight hand gloves, made of Kevlar material 6 35 Dividing breaching [one in locker & the 5 other as spare] 6 36 Nozzle spanner 1 37 Suction adaptor 2 38 Portable Digital flow meter capable to measure fire pump flow up to 5000 lpm and pressure. 1 39 Double Foldable soft stretcher for rescue. 1 40 PYROJET Fire Hose with Inbuilt Jet Curtain Nozzles flow 900 LPM – 63 mm x 15 meters

with male and female couplings. 1

41 Multipurpose Hand Held Nozzle shall be made of anodized Light Alloy Extruded Construction. It shall have twist type control for straight jet, spray and wide angle fog, operating efficiently at low pressure of 3.5 bar. It shall have facility to operate Solid Jet & Fog simultaneously or independently and discharge more than 500 LPM for jet and 300 LPM for spray (combined discharge capacity – 800 LPM) @ 5 bar pressure. The horizontal Jet Throw in still air shall be around 35 mtrs at 5-6 bar pressure. It shall have provision for change over to flush mode without shutting-off the flow. It shall have superior design of rubber grip, twist shut off from fog to stream and provision of teeth to provide dense fog. It shall have a Control Lever for ON-OFF Position and a 63 mm size inlet connection. A pistol grip handle for better grip shall be provided. The weight of the nozzle shall be max. 3 Kgs. The nozzle shall be CE certified to EN15182. [Two in locker & the other two as spare] Spare requirement: Pistol grip handle: 05 Nos, Bale handle control leaver: 10 Nos, Screw for front rubber bumper: 15 Nos.

4

42 Akron / AWG / Alco / Elkhart /POK make Zero torque branch having 63 mm instantaneous coupling, operating pressure shall be more than 15 bar. It shall be NFPA 1964 compliant & FM approved. The NFPA 1964 & CE Certification shall be submitted during supply. [one in locker & the other as spare]

Spare requirement: Pistol grip handle: 02 Nos, Bale handle control leaver: 02 Nos, Screw for front rubber bumper: 05 Nos.

2

Page: 17

43 Electrically Operated portable / hand held [total weight: less than 2 Kg] metallic Cutting and grinding machine, Cutting / grinding wheel size: 100 mm [Make: Bosch / Norton Grindwell / Hitachi / Wolf]. Spare cutting wheel: 05 Nos & spare grinding wheel: 05 Nos.

1

44 Electrically operated portable / hand held drill machine for drilling metallic plates with different size drill bits as supplied by OEM [Make: Bosch / Norton Grindwell / Hitachi / Wolf].

1

45 Bench vice 1 46 Tool Kit sets with the following tools [As spare]:

Fixed end “D/E” spanner set (size from 6mm to 30mm): 02 Sets Ring spanner set (size from 6mm to 32mm) : 02 Sets Box spanner (Tubular spanner) Size: 8-10mm,10-12mm,12-14mm,14-16mm : 02 Nos each. Combination cutting pliers (Size: >150 mm): 5 Nos Nose pliers: 5 Nos Screw driver set insulated (long screw driver, short screw driver, star screw driver – 5 Nos each) Alan Key set (1 mm to 12 mm): 06 Sets Measuring tape re-coil type: i) Size:30 Mtrs : 2 Nos, ii) Size: 5 Mtrs : 5 Nos Tool box (Suitable to carry all above tools)- 2 Nos Oil can medium size: 2 Nos

------------------- XXXXXXX ------------------

Annexure - “B”

Specifications for Battery Operated Tools The Battery Operated Tools must meet the following specifications:

Page: 18

• Twist dead man control mechanism with automatic neutral position. Control handle with a minimum

grip length of 75 mm to provide full grip for the operator hand (no finger or dumb control). • To assist the operator and increase safety while working in dark or poorly lit circumstances the

carrying handle shall have at least four integrated LED lights. • The tool must be supplied with battery charger.

• Spreading opening not less than 360 mm.

• Minimum spreading force 25 mm from tips (acc. to EN13204) not less than 32 kN

• Maximum spreading force not less than 130 kN

• Maximum cutting force not less than 260 kN

• Cutting round bar (acc. to EN13204) not less than 24 mm.

• Weight including battery shall not exceed 15 Kgs.

• Dimensions inclusive battery (L x W x H) shall not exceed 735 x 280 x 205 mm.

• Minimum hydraulic pressure 700 Bars.

• NFPA A5 B5 C5 D6 E4 compliant.

--------------------- XXXXXXXXX -------------------

Annexure - “C”

Technical Prequalification Criteria

1. The bidder shall attach price of offered chassis mentioning total chassis cost and GST from authorised representative of OEM of chassis.

Page: 19

2. The bidder shall be a fabricator who must be in the field of fabrication of fire tenders at least since last 5 years, attach supporting documents to verify.

3. The bidder shall provide complete technical details including drawing, design and photographs for the Aluminium Profiles in case if the bidder offers the same.

4. The bidder shall provide Purchase Order [PO] Copy for Fire Tenders fabricated with Aluminium Profiles, Sub frame System for Tank Mountings & Metacone Systems. Performance certificates from the customers must also be provided.

5. The manufacturer must have supplied Fire Tender fitted with 150 LPM or higher capacity Ultra High Pressure Systems. Purchase Order copies of the same must be provided as confirmation.

6. The bidder shall provide a 3D drawing of the Entire Vehicle with details of equipments inside the locker in A3 Size of Drawing Layout. An additional 3D drawing of the complete superstructure and rear compartment shall also be provided separately. Without the 3D Drawings, the offer will not be considered. This drawing may be altered as per requirement of the purchaser.

7. The manufacturer shall provide a letter of authority (as per attached Annexure – D) from the OEM of Fire Pumps, GRP Tanks, Positive Pressure Ventilator, Light Mast, Battery Operated Rescue Tool, petrol operated generator, etc. confirming the availability of Warranty and after sales service to Narora Atomic Power Station [NPCIL] after the supply of product. The letter shall be addressed directly to Narora Atomic Power Station [NPCIL] only.

8. The quoted Fire Pump shall be CE certified to EN 1028-1 and 2, its subsequent amendments, EN 1050. The CE certificate of the pump shall be attached with the tender documents without which the offer will be ignored. The details shall be verified during PDI.

9. A complete set of drawings, like general arrangement drawing, load distribution diagram, drawings of the tank/s (if any), shutter and drawer details (as applicable), wiring diagram, hydraulic circuit, and power transmission through respective PTO/s shall be submitted along with the bid, failing which the bid will be ignored.

10. Compliance to technical specifications is the essence of the purchase. A clause by clause compliance shall be provided. Any deviation to the tender requirements shall be treated as technically non-compliant & the offer shall not be considered any further.

11. The bidder shall have executed a single order worth more than Rs. One Cr in the past 5 years, from any reputed Govt. Departments, PSU’s or reputed private sector companies. Documentary evidence along with the bid failing which, the bid shall be ignored.

12. Bidders shall mention make & model of Ultra High Pressure pump [UHP] and low pressure pumps, GRP Tanks, Power Take Off [PTO], Ladder, Positive Pressure Ventilator, Light Mast, Battery Operated Rescue Tool, Petrol Operated Generator, etc. and enclose detailed technical specifications / literature / brochures (in English) which shall be annexed with proper references. Bids submitted without supporting documentation will be ignored.

--------------- XX ---------------

Page: 20

ANNEXURE – “D”

ON THE MANUFACTURER’S LETTER HEAD

MANUFACTURERS AUTHORIZATION FOR (MENTION ITEM NAME)

DATE: To, Narora Atomic Power Station A Unit of Nuclear Power Corporation Of India PO: NAPP Township Narora, Bulandshahr Uttar Pradesh, India Ref: Tender No: (PLEASE INSERT BID REFERENCE) Dear Sir, We, (NAME OF THE OEM), who are the manufacturer of (NAME OF ITEM), having our office at (REGISTERED OFFICE / FACTORY ADDRESS) do hereby authorize (NAME OF THE BIDDER) to submit a bid, against above mentioned tender. The purpose of which is to provide the following equipment (NAME OF ITEM) and to subsequently negotiate & sign the contract. We hereby extend our full warranty for the above specified equipment offered by us, supporting the supply, installation & operational acceptance of the said equipment by (NAME OF THE BIDDER) against these bidding documents & duly authorize the said bidder to act on our behalf in fulfilling these guarantee & warranty obligations. We also hereby declare that during the contract (including warranty / defects liability), we will make our technical & engineering help available to (NAME OF THE BIDDER) to assist them & best effort basis, in performance of all their obligations to the purchaser under the contract. For, (NAME OF THE MANUFACTURER) SIGNATURE NAME OF THE PERSON SIGNING THE LETTER DESIGNATION / AUTHORITY

Page: 21

Page: 22

Page: 23

Page: 24