APPENDIX “A” – BILL OF QUANTITIES
PROCUREMENT OF 2No ISUZU GIGA FIRE WATER TANKER TRUCKS
|
Item |
Description |
Quantity |
Unit Rate |
Amount (US$) |
|
1 |
Supply of ISUZU GIGA Fire Water Tanker Trucks (for Kwale Gas Plant and OB/OB Gas Plant |
2 |
|
|
|
Grand Total (US$) = |
|
|||
|
DELIVERY PERIOD (WEEKS) |
|
POINT OF DELIVERY: DDP NAOC WAREHOUSE PORT HARCOURT BASE
Contractor shall quote lump sum, covering all associated charges including cost of Fire Water Tender ( as per technical specification in SoW), Cost of accessories and spares, local taxes , Custom DUTY and Local Logistics for delivery to NAOC office, Port Harcourt, River state Nigeria.
Note:
That the brand indicated in the technical specifications is indicative. Bidder can propose alternative brands provided that the proposed alternative is in full compliance with the technical specifications and requirements. In case of a different brand, Bidder shall provide all the necessary information about the equipment to demonstrate that it’s fully equivalent to the one indicated in the scope of work/technical specifications.
APPENDIX “C” – SCOPE OF WORK / TECHNICAL SPECIFICATION
PROCUREMENT OF 2No ISUZU GIGA FIRE WATER TANKER TRUCKS
In a bid to improve on our existing fire coverage, Company has an immediate need for a fire tender to support Company fire trucks at our remote LAR facilities, where there are no fire hydrants or readily available open water sources within reach of other fire equipment. Water tenders are also capable of fighting fires independently.
The ISUZU GGA Fire Tender including accessories shall be designed & manufactured as per NFPA 1906: 2016. All equipment & accessories shall be fixed on appliance in a compact & neat/ aesthetically pleasing manner, & shall be easily accessible for use and for maintenance.
The fire tender shall be designed to supply large volumes of water and for effective firefighting in rural areas with oil and gas production/transfer installations, with the ability to withstand the intense heat of large hydrocarbon fires, and shall be capable of functioning in extreme environmental and/or strenuous operating conditions which could include but is not limited to unimproved roads, steep terrain, dust, desert terrain, and to withstand the corrosive effects of a salt laden, high humidity atmosphere. It shall be equipped with a large water tank, and shall be designed to operate from open water sources, fire hydrants or its own tank supplies.
The scope of work includes:
ñ Design and fabrication of a Multipurpose Fire tender
ñ Facilitation of Company personnel for a factory acceptance test at manufacturer’s facility, to ensure the Company’s purchase order specifications and all other contractual requirements have been met.
ñ Transportation and delivery of vehicle to Company premises after completion of fabrication work. All transit costs, inclusive of vehicle registration, import/export duties, toll tax, fuel, etc., will be borne by Vendor.
ñ A 5-day training session for Company personnel, on the safe operation of the vehicle.





⟩ No alternative to brands with specifications indicated in the scope of work.
⟩ Vendors to provide evidence of Letter of Credence/Resources showing ability to pay for the fire water tender.
⟩ Show an agreed payment schedule.
⟩ Payment to vendor from NAOC shall be as follows:
⟩ 30% of contract value as advanced payment covered with a bank guarantee.
⟩ 30% of contract value on completion of Fire Tender manufacture and assembly ex-works.
⟩ 40% of contract value on delivery of the fire Water Tender to NAOC Port-Harcourt Base office.
⟩ Vendor to sponsor local logistics during factory test of fire Tender.
The following are the standards referenced in this documentation:
|
NFPA 1901: |
Standard for Automotive Fire Apparatus |
|
NFPA 1906 |
Standard for Wildland Fire Apparatus |
|
NFPA 1911: |
Standard for the Inspection, Maintenance, Testing, and Retirement of In-Service Automotive Fire Apparatus. |
In addition, all services provided by the Contractor shall be consistent with industry best practices, shall meet all applicable international and local standards.
ñ Minimum horsepower requirement is 6bhp / Ton of Gross Vehicle Weight (GVW) or Gross Combined Weight (GCW)
ñ The GAWR and GCWR or GVWR of the chassis shall be adequate to carry the fully equipped apparatus including a large centrifugal fire pump, full water tank of 10,000 Litres, the specified hose load, unequipped personnel weight, and a miscellaneous equipment allowance according to NFPA recommendations.
|
Vehicle Type |
ISUZU GIGA |
|
Drivetrain |
8 X 4 |
|
Baumuster |
93216312 |
|
Chassis Variant |
Tipper Chassis |
|
Cab |
S-Cab |
|
Engine Power |
280KW (380HP) |
|
Wheelbase |
3900mm |
|
Admissible Total Weight |
33000Kg |
|
Steering Type |
Left |
⟩ Under run Protection
a. Rear and front under-run projection shall be fitted, except if the protection seriously affects the operation of the vehicle.
b. The rear under run bumper shall be constructed to withstand a force equivalent to half the Gross Vehicle Weight or a maximum of 10 tonnes; whichever is lower, without deflecting more than 400 mm measured from the rearmost point of the vehicle (not from the original vertical position of the bumper);
c. Side under-run protection strongly recommended to be fitted, except if the protection seriously affects the operation of the vehicle
ñ The L<(>&<)>F Body mounting system for tank bodies is recommendable due to the strength, torsion-resistant design, in particular for Off Road operation under rough cross-country conditions
ñ The elastic connection between the truck chassis and the sub frame provides a torsion absorbing function. This arrangement absorbs any stresses passing from chassis to tank.
ñ The sub frame is mounted to the truck frame in a way to ensure equal load distribution.
ñ Otherwise mounted according to truck supplier's assembling instruction.
ñ Working platform between fires pump and water tank made of 4/6mm steel chequered plate Access ladder on side for easy access to platform.
⟩ To be fitted with a serviceable climate control system or air-conditioning/heating system that is able to maintain an in-cab temperature range of 5ᵒC to 30ᵒC (41ᵒF to 86ᵒF) under all local climatic and driving conditions. The air conditioning unit shall use a non-ozone depleting refrigerant;
⟩ Be fitted with a working radio/audio player;
⟩ To not have ornamental fittings mounted or hung inside the cab or outside the Vehicle, which can obscure the Driver's view.
⟩ Front windscreen to be laminated, and toughened safety glass on all other windows;
⟩ Tinted films are not allowed on the main part of the windscreen;
⟩ To be fitted with a fully adjustable steering column;
⟩ Non-slip pedal pads lo be fitted for brake, clutch and accelerator pedals;
⟩ All instrumentation to be in the local unit of measurement e.g. speedometer, fuel gauge;
⟩ The steering wheel shall be in adherence to local traffic regulations e.g., left hand drive steering wheel for roads where you drive on right hand side.
⟩ Seats
a. Driver's seat to be independently ad usable with as a minimum forward and rearward adjustment.
b. Not to be fitted with any inward/outward facing seals.
c. Folding seats are only acceptable if they have locks/latches to prevent them from folding during impact and are titled with a 3-point inertia reel type seatbelt and a headrest;
d. All seats to be fitted with headrests. Head restraints are not applicable to Vehicles that only operate on specific sites with controlled speed zones less than 35 km/hr and local road transport safety procedures are in place.
⟩ A dual circuit brake system with a dual airline for truck that pull a trailer;
⟩ One circuit shall operate at the secondary brake system in case a component of the dual system fails;
⟩ All braking systems to be fail-safe;
⟩ Anti-Lock Braking Systems (ABS)
ñ The pump shall be single stage EN 1028, with independent diesel engine, , and shall comply with the following specifications:
|
Recommended Pump |
PF Pumpen und Feuerloeschtechnik GmbH ANP4000 |
|
Normal Pressure Output: |
3000 - 4000 LPM at 10 Bar |
|
High Pressure Output: |
400 LPM at 35 - 40 Bar at 3m Suction lift at NTP Condition |
|
Suction Height: |
max. 8m |
|
Fuel Tank |
100 Litres |
|
Priming System |
VACUMAT plus, automatic priming system, without pressure. |
|
Drive |
Combustion engine with Perkins diesel, water cooled and 130kW capacity |
|
Suction Inlet |
T-flange 4" with one (1) connection to 10000L tank and one (1) inlet for open water |
|
Discharge Outlet |
Two (2) flanges with 63.5mm instantaneous couplings for firefighting hoses |
ñ The fire pump shall be of reputable make having National and International Standard, and bid submissions shall be enclosed with details of pump such as its make & model, supported with catalogues / brochures / drawings etc.
ñ Pump shall be rear mounted and the casing, impeller, delivery outlets, shaft etc shall be made of corrosion resistant materials like Bronze or Stainless Steel only.
ñ Construction must be rigid, modularly designed & capable of delivering its full performance with all strainers.
ñ Sealing shall be self-adjusting type.
ñ A connection shall be taken from manifold to the roof turret with a suitably sized flanged connection.
ñ Two valves shall be provided in monitor line, one near discharge outlet & one near monitor for emergency shut off.
ñ Discharge by gravity via 101.6mm (4") Storz B coupling
ñ Discharge by pumping unit via 63.5mm (2.5") instantaneous coupling.
ñ Tank shape: Elliptical;
ñ Capacity: 15,000 Litres
ñ Tank compartments: One (1)
ñ Manufactured of high-grade stainless steel 1.4301 electrically welded throughout with accurately finished welding seams of thickness not less than 4 mm for the shell for heads. Dished bulkheads on both sides and appropriate number of splash walls, pipes, valves and all parts which are in contact with water are made of stainless steel type 1.4301.
ñ The Water tank shall be suitably mounted on the chassis in such a way that the weight distribution is optimized. In addition a 2% expansion space shall be made in the tank over & above the water capacity.
ñ The bolting shall be so designed and mounted as to bring the centre of Gravity of the appliance as low as possible.
ñ The mounting of the tank also shall be flexible type to prevent the tanks distortion due to the chassis flexion. The mounting shall permit full contents of the tank flow into the pump.
ñ Suitable eyes shall be provided on the tank to enable it to be lifted off the vehicle for repairs / replacement as necessary.
ñ The tank shall be fitted with a min. 100 mm bore overflow pipe taken down to a point well below the chassis without affecting the effective ground clearance when fully loaded and discharge away from the wheels.
ñ A water level gauge shall be provided at the control panel calibrated as follows ¼, ½, ¾ and full; and a water level indicator shall be provided in driver’s cabin. Both shall be of electronic LED type
ñ The tank shall be made of high-quality stainless steel suitable for hydrocarbon environment, and resistant to corrosion due to-extinguishing agents.
ñ The tank itself is supported in tank saddles which are bolted on the reinforced longitudinal frame members with heavy duty rrubber mountings in front.
ñ The tank shall remain leak-tight at a pressure of 0.3 BarG (minimum), obtained with a water head of 3m measured from the low part of the tank.
ñ Internally installed baffle plates, suitably protected against corrosion and deterioration, and should ensure easy access for maintenance purposes inside the tank.
ñ Overflow pipe acts as a (pressure/vacuum) vent as well
ñ Fitted with a graduated content level indicator.
ñ Two hydrant-filling ports (63.5mm instantaneous male couplings), one on each side (LH and RH side) equipped with a valve.
ñ Drain valve at suitable position at the bottom of the tank, with a piping lo facilitate complete removal of accumulated sediment.
ñ All connections shall have valves fitted
ñ Manholes:
a. Tanker shall be fitted with a minimum of two manholes, except it has a fully opening rear end,
b. As a minimum, manhole shall be 407mm (16 inches) by 356mm (14 inches) it they are rectangular, or 407mm (16 inches) in diameter if circular.
c. Manholes shall be designed to resist opening in the event of a rollover,
d. Manholes shall be protected by a valance. The valance shall be higher than the manhole and cover, and any other tank top fillings;
o It shall be designed to withstand 2 times the weight of the fully loaded Vehicle in a vertical direction, and 1.5 times the weight of the fully loaded Vehicle in a horizontal direction. Drainage of the valance shall be provided.
ñ Venting:
a. Tanker shall be protected from overpressure by being fitted with at least one pressure relief valve or vent, which may be fitted within a manhole;
b. All vents shall be fitted with suitable flame / spark arrester.
ñ Water Tender shalt be designed to Load from the lower part of the tank and discharged into tank at height, above discharge line.
ñ Fitted with discharge/Flow Meter to record quantity of water discharged.
ñ Water tender shall have walkway with Handrail on top of the tank, running the full length of the Tank unit.
⟩ At the lowest point of the tank, one (1) discharge pipe DN 80 leads to the right-hand side of the vehicle, ending with a 3" shut-off valve with 3" coupling and dust cap
⟩ One (1) discharge pipe 3" leads to the rear part of the vehicle, connected to the firefighting pump.
⟩ A monitor shall be provided at suitable location on the top of fire tender and having minimum capacity of 3000 LPM @ 10 Bar with an effective throw/jet of minimum 60m in still air condition.
⟩ Monitor shall be capable of rotating/traversing 360-degree horizontal plane and not less than +75 degree and -15 degree vertically.
⟩ The complete monitor including the nozzle shall be made of Gunmetal or of Stainless Steel 304 & hard anodized aluminium alloy nozzle, with arrangement for foam induction, and water jet-spray without any restriction.
⟩ The complete details of the monitor such as its make & model, capacity, operating pressure etc. supported with catalogues/brochures/drawings etc. shall be submitted with bid
⟩ PTO operated pump and shall also be equipped with an air valve control which interlocks the PTO engagement with the braking system, so that the brakes are applied, the Vehicle cannot be moved when pumping.
⟩ The drive assembly components (shaft, couplings etc.) shall be dynamically balanced and vibration of any parts shall be minimum.
⟩ Necessary support for PTO Unit, Propeller Shaft, Couplings, and Universal Joints etc. shall be provided.
⟩ Electronic Led Indicators:
Electronic LED Water Level Indicators indicating the tank levels as EMPTY, ¼, ½, ¾ and FULL shall be provided on the pump control panel. These levels shall be indicated by glowing LED display lights (no LED Lights means PANEL electrical circuit is not working and LED LIGHT should glow to show actual status). The indicators shall be located on the pump control panel in such a manner that the Operator / Firemen can easily view the tank levels while being away from the vehicle. Repeater Secondary Level Indicators shall be provided in the driver's cab to help the crew members to check the fluid level from the cab while traveling.
⟩ Complete pipeline circuit on the vehicle including water lines & fittings shall be of SS 316 material only.
⟩ All piping should be sized so as to have minimal pressure drop & achieve the required pressure & flow at various locations.
⟩ All pipe fitting and valves should be of anticorrosive material and shall be designed for 10% over the maximum pressure encountered in the pipe.
⟩ the piping should be flanged for ease of maintenance.
⟩ All lines shall be hydraulically tested at 1.5 times of the design pressure.
⟩ Proper support shall be provided for rigidity and to avoid vibration of the lines.
⟩ Enclosed cabin for driver and co-driver, with the floor covered in high quality vinyl matting.
⟩ The entire structure of appliance including that of driver’s cabin shall be a welded structure made of 14/16 SWG SS pressed section, square tubes, angles and channels with aluminium panelling.
⟩ Two front seats, one for officer and one for driver shall be provided in the cabin.
⟩ The seats shall be of good quality and latest design (bucket type) seats with 100 mm thick cushions. Also good quality removable and washable seat covers shall be provided.
⟩ The cabin shall have 2 doors, which shall open outwards.
⟩ Cabin doors shall be provided with splinter proof safety glasses and shall also be provided with their movement mechanism.
ñ Non-slip type steps and rails shall be provided in the cabin to assist the driver and co-driver to access and exit the vehicle (wheel hub step unacceptable).
ñ Adjustable left, right and central rear-view mirrors to be fitted. Convex mirrors to be fitted for blind spots.
ñ Water Tender to have four-way hazard lights, and two conventional brake lights.
ñ Reversing Alarms shall be fitted with an audible reversing alarm on the rear most point of the Vehicle.
⟩ A non-skid ladder with hand rails shall be fitted at the rear of the water tender, to enable access to the top of the vehicle.
⟩ All parts of the appliances shall be of good workmanship and shall have streamlined finish. The GVW of appliance shall not cross the GVW of chassis manufacturer’s specifications with all equipment & crew. The weight distribution diagram should be submitted for approval.
⟩ The entire appliance shall be painted fire red on the outside. The company name and logo shall be emblazoned on both sides, in black, and before final painting of fire tender, two coats of anti-corrosion and primer coat shall be applied.
|
In General: |
|
|
Controls: |
Are clearly marked by means of labelling in English or pictures. |
|
Tire pressure: |
Is stated in black above all wheels |
|
Maker’s name plate: |
Is mounted at the driver’s door, acc. to DIN 825 |
|
Labelling: |
|
|
2x |
Adhesive emblems, acc. to sample, on driver’s and co-driver’s |
|
2x |
Door labelling as desired by customer, on driver’s and co driver’s door |
|
1x |
Contour marking, laterally white, 55 mm wide, according to ECE-104 |
|
1x |
Contour marking, rear side white, 55 mm wide, according to ECE-104 |
Paintwork according to standard
Paintwork of the Complete Vehicle
|
1x |
Paintwork in red, RAL 3000 |
|
|
Paintwork of driver’s cab |
|
1x |
Gloss paint – original colour MB |
|
|
Paintwork of superstructure |
|
1x |
Structural paint – complete |
|
Paintwork of Bumpers |
|
|
1x |
Original colour chassis, dark grey |
|
Paintwork of Mudguards in Front |
|
|
1x |
Original colour chassis, dark grey |
|
Paintwork of Rims |
|
|
1x |
Original colour chassis, white aluminium
|
|
Further Paintwork |
|
|
1x |
Greasing spots in yellow |
|
1x |
Equipment lockers inside – aluminium coloured |
|
1x |
Roller shutters – aluminium natural coloured |
|
1x |
the lower side of the superstructure is provided with durable undercoating |
Water Tender shall be designed for safe operation in a hydrocarbon environment, and shall meet the following requirements:
ñ Factory filled Spark Arrestor
ñ Engine air inlet shutdown mechanism
ñ Engine flame trap
ñ PTO operated vacuum pump
ñ Factory fitted earthen device
ñ Nonmetallic fans
ñ Fuel tank isolation valve
ñ Emergency stops
ñ Fire resistant anti-static fan belts
ñ Non-combustible fuel lines & components
ñ Emergency Equipment
The following emergency equipment should be installed and securely fixed:
a. An in-cab fire extinguisher with a capacity of 2kg. The fire extinguisher to be securely mounted on a bracket and located so that it is easily accessible in an emergency;
b. Be fitted with an in external fire extinguisher of a type that is compatible with the load the Vehicle is carrying. The fire extinguisher shall be securely mounted on a bracket with reflectors and located so that it is easily accessible in an emergency;
c. First aid kit and flashlight/torch;
d. Two disabled Vehicle markers (e.g., warning triangle)
ñ Fire lighting equipment
a. One (1) delivery hose 2.5", length 30m with 2.5* instantaneous coupling and spray nozzle
b. One (1) set of tools
c. One (1) first aid kit
ñ Standard accessories
a. Wheel chokes (provided by TRUCK supplier) mounted with brackets;
b. One (1) spare wheel carrier with winch mounted on chassis
c. Two (2) working lights are on each side of the lank, to be operated from the inside of the cabin
⟩ Tanker shall be pressure tested by a competent inspector and a certificate of compliance issued.
⟩ The fire water supplied under this contract shall be licensed and legally operable on all roads.
⟩ Company representative(s) shall conduct a pre-mobilization inspection of the fire water tender on delivery, to ensure that it is in safe operating condition and in conformity with the requirements stated in this document.
⟩ If there are any discrepancies between the supplied fire water tender and the specifications stipulated by Company in this document, it is considered noncompliant, and Contractor is obligated to retrieve the equipment, on his cost, and replace same with an equipment that meets Company requirements. Failure to do this is a breach of this agreement, and is grounds for termination of the contract.
⟩ The fire water tender, when fully equipped and loaded with all its appurtenances and full capacity of fire extinguishing agents, shall be capable of the following performance while on dry, paved roads that are in good condition:
⟩ From a standing start, the vehicle shall be able to attain a speed of 35 mph (55 km/hr.) within 25 seconds on a level road.
⟩ The apparatus shall be able to attain a minimum top speed of 50 mph (80 km/hr.) on a level road.
⟩ The apparatus shall be able to maintain a speed of at least 20 mph (32 km/hr.) on any grade up to and including 6 percent.
⟩ The fire tender shall be designed so that all the manufacturer’s recommended routine maintenance checks of lubricant and fluid levels can be performed by the operator without the need for hand tools. Equipment components that interfere with repair or removal of other major components shall be attached with fasteners, such as cap screws and nuts, so that the components can be removed and installed with ordinary hand tools. These components shall not be welded or otherwise permanently secured into place.
⟩ Where special tools are required for routine service on any component of the fire tender, such tools shall be provided with the truck.
⟩ The contractor shall supply, at time of bid full design drawings and contact with OEM , and during delivery, truck at least two copies of a complete operation and service manual covering the completed fire tender as delivered and accepted. The manual shall contain the following:
· Descriptions, specifications, and ratings of the chassis, pump (if applicable), and aerial device (if applicable)
· Wiring diagrams
· Lubrication charts
· Operating instructions for the chassis, any major components such as a pump or aerial device, and any auxiliary systems
· Precautions related to multiple configurations of aerial devices, if applicable
· Instructions regarding the frequency and procedure for recommended maintenance
· Parts replacement information
⟩ The fire tender supplied under the proposed contract must have valid local quality registration, licensed, and have the appropriate Government permits to carry the anticipated passenger and baggage weight within each transit state.
⟩ The manufacturer shall guarantee the design, material, workmanship & the performance of the complete unit for a period of 1 year from the date of supply of completed vehicle.
⟩ Any mechanical defect, faulty workmanship or operational defects found during this period shall be rectified by the vendor, within reasonable time at vendor’s cost.
⟩ The supplier shall guarantee that all spare parts including the complete range of propriety parts shall remain available for purchase for a minimum period of ten years commencing from the date the unit is officially accepted by Company.
⟩ The supplier shall produce a list of essential spare parts to maintain the fire tender and pump for an initial period of Ten (10) years.
All damage, loss, expense and delay incurred or experienced by the Contractor in the execution of the work, by reason of unanticipated difficulties shall be borne by the Contractor and shall not be the subject of a claim for additional compensation.
A qualified and responsible representative of the contractor shall provide instructions to the fire department representatives in proper care, operation and maintenance of the fire tender. A 5-day operational training shall be provided at Company facility, on the Contractor’s cost.
The proposed contract shall be valid for a period of 10 months.
⟩ Contractor shall furnish Company with the under listed equipment and documents within the timelines stipulated in the contract agreement:
⟩ Bi-Weekly project progress report
⟩ A brand new, fully functional fire tender, as specified in this document.
⟩ Provision of original copies of all certificates, operating instructions, and mandatory approvals in respect of the Fire Tender.
⟩ A warranty certificate for a minimum of 1 year, clearly stating that if any equipment is found defective within the warranty period, such equipment shall be replaced/repaired, with no cost borne by Company.
⟩ Factory acceptance test at OEM plant to verify progress and adherence to Company specification.
⟩ Training of fire tender drivers on operation of the vehicle by OEM representative, and issuance of OEM approved certificates.
⟩ All manufacturers’ operations and maintenance documents for the fire truck and all other equipment installed on it.
Note
That Bidder can propose alternative brands provided that the proposed alternative is in full compliance with the technical specifications and requirements. In case of a different brand, Bidder shall provide all the necessary information about the equipment to demonstrate that it’s fully equivalent to the one indicated in the scope of work/technical specifications.
APPENDIX D / TECHNICAL SPECIFICATION:
PROCUREMENT OF 2No ISUZU GIGA FIRE WATER TANKER TRUCKS
OTHER BID REQUIREMENT
. Evidence of Company Structure and Organization [Ownership, Registration Suppliers] and Job Description for Key Roles
. Evidence of formal agreement with reputable OEM, with proven record of manufacturing relevant fire fighting vehicles
. Appropriate capacity, as well as relevant experience in the building of this type of vehicle to meet requirements in terms of the specifications for this project
. Compliance of proposed work methodology with Company's expectation
. Post Delivery Training Arrangements
. Production and Delivery schedules (Not exceeding 10 months from contract award).
. Detailed HSE documentation including Risk Assessments, and Safety PI Subject Service
. Valid dpr certificate
. Company’s profile and experiences with proof of successful execution of similar procurements and others
. Adherence to Company Specifications
. Validity of quote
. Delivery Timetable
. Q. A. & H. S. E. (Quality assurance, Health, Safety, Environment, etc)
. Management
. Nigerian Content (Community relationship procedure






