tamil nadu fire and rescue services department

66
1 TAMIL NADU FIRE AND RESCUE SERVICES DEPARTMENT Tender No: 1/2010 Group I- Global Tender Tender document for “Hazmat (Emergency Rescue Vehicle with Hazmat Equipments )TOP SHEET 1. Address for communication : Office of the Director of Fire & Rescue Services, 17, Rukmani Lakshmipathy Salai, Egmore, Chennai 600 008. 2. Cost of Tender document Rs.500/-only(inclusive of Sales Tax and surcharge) Additional Rs.100/- if required by post. (Note: Alternatively, the tender documents can be accessed from http://www.tnfrs.tn.nic.in ” and the same can be downloaded free of cost from the web site. The Vendors who have downloaded the Tender documents from the departmental website must intimate the same through the following e-mail address [email protected]) so that any changes can be intimated. Otherwise, it will be considered that the vendor is doing it at his own risk.) 3. Name of the Item/Quantity : HAZMAT - 1 number (Emergency Rescue Vehicle with Hazmat equipments) 4. Earnest Money Deposit to be paid : Rs.5,00,000/- (Rupee Five lakhs only) 5. Last date and time for submission of tender: 8.10.2010 at 14.00 Hours. 6. Date, Time and place of opening of the tender: 8.10.2010 at 15.00 Hours. At the address mentioned in Sl.no. 1 above 7. Specifications of the article / : Furnished in the tender document. equipment [ Note: Questionnaires have been made as a part of the specification. ] 8. Type of Tender : Two Cover System . (a) Technical-cum-commercial Bid with EMD (b) Price Bid 9. Name and address of the party to : whom tender document sold in person or by post. Signature of the Tender Inviting Authority (Not necessary if downloaded from the website) Signature of the Tenderer/s .with Date and Seal.

Upload: tranliem

Post on 02-Jan-2017

230 views

Category:

Documents


2 download

TRANSCRIPT

Page 1: TAMIL NADU FIRE AND RESCUE SERVICES DEPARTMENT

1

TAMIL NADU FIRE AND RESCUE SERVICES DEPARTMENT Tender No: 1/2010

Group I- Global Tender Tender document for “Hazmat (Emergency Rescue Vehicle with Hazmat Equipments )”

TOP SHEET 1. Address for communication : Office of the Director of Fire & Rescue Services, 17, Rukmani Lakshmipathy Salai, Egmore, Chennai 600 008. 2. Cost of Tender document Rs.500/-only(inclusive of Sales Tax and surcharge) Additional Rs.100/- if required by post. (Note: Alternatively, the tender documents can be accessed from “http://www.tnfrs.tn.nic.in” and the same can be downloaded free of cost from the web site. The Vendors who have downloaded the Tender documents from the departmental website must intimate the same through the following e-mail address [email protected]) so that any changes can be intimated. Otherwise, it will be considered that the vendor is doing it at his own risk.) 3. Name of the Item/Quantity : HAZMAT - 1 number (Emergency Rescue Vehicle with Hazmat

equipments) 4. Earnest Money Deposit to be paid : Rs.5,00,000/- (Rupee Five lakhs only) 5. Last date and time for submission of tender: 8.10.2010 at 14.00 Hours. 6. Date, Time and place of opening of the tender: 8.10.2010 at 15.00 Hours.

At the address mentioned in Sl.no. 1 above 7. Specifications of the article / : Furnished in the tender document.

equipment [ Note: Questionnaires have been made as a part of the specification. ]

8. Type of Tender : Two Cover System.

(a) Technical-cum-commercial Bid with EMD (b) Price Bid

9. Name and address of the party to : whom tender document sold in person or by post. Signature of the Tender Inviting Authority (Not necessary if downloaded from the website) Signature of the Tenderer/s .with Date and Seal.

Page 2: TAMIL NADU FIRE AND RESCUE SERVICES DEPARTMENT

2

Specifications for Hazmat Rescue Vehicle

PREAMBLE

Hazmat cum Rescue Vehicle will be designed to respond the incidents involving dangerous and hazardous materials arising due to accidents involving chemical, roads/rail, house collapse and similar other situations caused by natural calamities. The design of the vehicle shall reflect the function of fast response, command and control, personnel protection containments, rescue and de-containments. This vehicle services different functions and can be deployed into areas that have little or no local response resources.

1.1 CHASSIS AND ENGINE (Volvo/MAN/BENZ or equivalent International Standard)

1.1. The chassis shall be ARAI/VRDE (India) certified.

1.1.2 The engine shall be at minimum Euro IV diesel type or equivalent approved with a minimum of 6 cylinders.

1.1.3 Engine power shall be minimum 270 HP with appropriate drive 1.1.4 The vehicle shall have a gross weight (GVW) of approx. 25 tons.

1.1.5 The gear box shall be fully synchronized and shall have a minimum of 5/6 forward and 1 reverse gear.

1.1.6 Steering shall be hydraulic power assisted on the right hand side of the driver’s cabin.

1.1.7

The driving compartment is designed to provide protection for the driver and passenger in the event of an accident and at the same time afford maximum possible vision for the driver. The driver’s seat is of the “bucket” type and is adjustable, both horizontally and vertically. Provisions shall be made to store a BA set in the back rest of the co-driver seat. Provision shall be made to store the driver’s B.A. set near the driver’s seat provided with an extension hose to accommodate breathing while driving. B.A. sets shall be provided with suitable clamps and brackets where the BA sets (single cylinder) would rest and shall not be kept in a hanging condition.

1.1.8 The driver’s cabin shall be a cut-away forward type, short and with 2 doors. The cabin shall accommodate at least two crew members including the driver.

1.1.9 The cab is fully air-conditioned so as not to enter toxic gases in the cabin using suitable fan coil unit located in the air blower compartment in the front panel.

1.1.10 The windscreen shall be laminated glass. 1.1.11 A three speed windscreen wiper shall be fitted.

1.1.12 The cabin floor shall be covered with durable rubber matting / slip resistant surface material.

1.1.13 In order to minimize the cost of replacement, the tyres and wheel rims shall be of a size readily available in India

1.1.14 Twin wheels shall be fitted on the rear axles.

1.1.15 A spare wheel complete with tyre shall be supplied and stored at a suitable location on the vehicle.

1.1.16

The brakes shall be S-Cam double circuit drum brake type. It shall have a automatic slack adjustment system and asbestos free lining. Service brakes shall be applied to all wheels, parking brakes and emergency brakes to rear axles. ABS braking system shall be provided.

Page 3: TAMIL NADU FIRE AND RESCUE SERVICES DEPARTMENT

3

Specifications for Hazmat Rescue Vehicle

1.1.17 The parking brake shall be mechanical applied on rear wheels.

1.1.18 Electrical system shall be 24 Volt and a heavy duty battery shall be fitted to the vehicle.

1.1.19 A light bar system with a minimum 100 Watt public address system (PAS) a two tone siren and two beacon lamps and flash strobes shall be mounted on the roof of the cabin. The system shall be controlled from inside the cabin.

1.1.20

An additional red beacon light shall be installed on the rear part of the roof. The sides of the vehicle shall be fitted with suitable strobe and flash lights. Additionally Blue and Red strobes shall be fitted on the front preferably between the radiator and the front grill.

1.1.21 All pilot lamps for indicators and warning lamps for safe travel shall be installed in the cabin

1.1.22 One floodlight of a minimum 250 Watt power shall be installed on the front right side of the vehicle.

1.1.23 All illumination and warning lamps necessary for fire vehicles and required by Indian traffic regulations shall be installed on the vehicle.

1.1.24 Towing hooks able to pull the deadweight of the vehicle shall be installed at both the front and rear of the vehicle.

1.1.25

Dimensions of the vehicle: Approximate: Wheelbase : 4500 mm (minimum) Max. height : 3500 mm Width : 2500 mm (maximum) Ground clearance : 250 mm (minimum)

1.1.26 The turning circle of the vehicle shall be in accordance with the wheelbase or standard as specified by the Chassis manufacturer.

1.1.27 The cabin and body of the vehicle shall be painted RAL 1026 /Luminous Yellow (Hazmat Yellow). The paint shall be of UV resistant PU paint or of 3M or equivalent.

1.2 Space for One VHF/FM radio, complete with charger and antenna shall be installed in the driver's cabin

1.3 Superstructure and Equipment Compartment – Bidder shall provide third party inspection certificate from the Internationally reputed agencies for the compliance of GRP body construction.

1.3.1

The super structure shall be made of high quality Glassfibre Reinforced Polyester (GRP). The sidewalls of the GRP superstructure to be produced out of sandwich plates produced according through the one-shot vacuum-injection technology. The laminates, out of which the superstructure is built, will have a minimum glass content of 40 % as well as a maximum rest-styrene content of max 3 %. The wall thickness is 30 mm. The core material shall consist of a closed cell-structure with a minimum density of 60KG/m3. The laminates shall comply with DIN 53438, DIN 52306 and DIN 52307 for splintering of the material and flame-retardant characteristics. The superstructure is completely UV-proof and can be put into service at temperatures ranging from - 40˚ C to + 80˚ C. The applied injection resins shall have a minimal HDT of 85˚C.

Page 4: TAMIL NADU FIRE AND RESCUE SERVICES DEPARTMENT

4

Specifications for Hazmat Rescue Vehicle

1.3.2

The self-supporting bottom shall be equipped with 2 U-shaped beam-constructions which have been integrated during the production process into the bottom plate, in order to create a bottom construction in one. The beams are suitable for direct mounting of the superstructure to the chassis, using rubber silent blocks. The finishing of the bottom surface shall be done with RAL 9005 black topcoat. The roof can be walked on and shall be produced out of a single laminate, finished with an epoxy anti-slip layer which complies with R 12 acc. to DIN 50049 – 2.1. The superstructure shall be a self-supporting construction in which no other materials are applied for support. The superstructure will have excellent shock-absorbing qualities. The exterior finishing of the superstructure shall be done in RAL 1026 /Luminous Yellow (Hazmat Yellow).

1.3.3 The super structure shall be so compartmented that it provides space for shelves for carrying the equipment (as specified under) with suitable holding and quick release arrangements.

1.3.4

Adequate lighting shall be provided for all compartments. All lockers will have internal lighting, automatically switched ON and OFF by operating a switch in the drivers cabin or incident control room. A 'master' switch for isolating the locker lighting circuit shall be provided.

1.3.5 Grab rails and non-slip steps are provided whenever required to assist crew to mount and dismount and, a foldable ladder is provided to give access to the roof of the appliance.

1.4 Lockers

1.4.1 The design space of the locker compartments is able to accommodate all equipment and accessories and also have provision for additional future equipment.

1.4.2 All locker compartments shall separate individual walls. Where lockers have outside access they shall be weatherproof and the doors will have efficient means for holding them open and efficient flush fitting spring-loaded locks.

1.4.3

Pull-out drawers, transport polyethylene containers and sliding frames shall be used extensively for maximizing the stowage area of the equipment and minimizing the need to fit heavy equipment while providing efficient equipment access to fire fighters.

1.4.4 The locker spaces shall be equipped with synthetic wiring conduct.

1.4.5 All equipment needs to be grouped according to its function.

1.4.6

The compartment cover door shall be a single piece unit covering all the lockers when in closed position. It shall be a lift up type door loaded with suitable gas springs or hydraulic cylinders for smooth opening and closing movements. It shall either be manually or hydraulically operated. The manufacturer may split this door in two or three units maximum in order to make the door lighter to operate and suitable fix over the wheel arches.

1.4.7

One the left or right side (whichever side does not house the generators) the compartment doors shall be fitted with suitable canvas lining (which can be rolled up when not in use). The same side compartment door shall also house flexible piping which can be used to connect showers to it. Provision shall be made at suitable location to connect fresh water supply to this piping.

Page 5: TAMIL NADU FIRE AND RESCUE SERVICES DEPARTMENT

5

Specifications for Hazmat Rescue Vehicle

1.4.8

When the compartment door is fully open, canvas lining if unfolded and showers connected with flexible piping, the whole system can work as a decontamination shower with the canvas lining acting as partitions for shower lines.

1.5 Incident Room / Work Room

1.5.1

The Incident Room shall be situated directly behind the drivers cab and have proper space for a 2 man operation. The cabin shall accommodate at least two crew members and shall have two doors. The complete compartment shall be made air tight so as to provide protection to the crew members when approaching a Hazardous Accident scene. Provisions shall be made to store BA in the back rest of the crew seats with suitable clamps and brackets where the BA sets (single cylinder) would rest and shall not be kept in a hanging condition.

1.5.2

The room / cabin shall be provided with a table, two chairs (one fixed to the ground due to safety reasons) and a plastic foldable sitting arrangement fixed to the wall, a shelving rack and a small cabinet. The roof shall be covered with GRP chequered plates and shall be capable of walk on.

1.5.3 For the camera mounted onto the mast a Colour monitor (LCD) shall also be provided inside the room.

1.5.4 The Incident Room is provided with sufficient 24 volt fluorescent lighting to give a standard of lighting for working conditions. 4 nos. of 240 volts space socket outlets are provided along the wall of the Incident Room.

1.5.5

The incident room shall be fabricated out of materials as described under the heading 'Superstructure'. As this is special vehicle meant for working in hazardous situations, the design features, workmanship and safety requirements of the crew should be given high consideration and shall comply with the functional requirements of the specification.

1.6 Circulating Air Filter System

1.6.1

To prevent that toxic gases come into the room, a circulating air filter system with air- condition shall be provided. The whole system shall consist of housing, a radial fan, the filter unit, the air-conditioner and the operating unit.

1.6.2

Air-conditioner shall be mounted on the roof of the working room and shall be connected to the filter system with the operating unit being mounted in the working room as well.

1.7 Decontamination Room

1.7.1 The decontamination room shall be located at the rear end of the vehicle at a suitable location.

1.7.2 A 24-Volt electro hydraulically operated hydraulic platform capable of lifting a load of 1000 Kg shall be provided on the rear side of the superstructure for easy access.

1.7.3 The facility shall be equipped with a high pressure cleaning unit with two water inlets along with a waste water recycling unit and shall allow entry via hydraulic loading platform.

Page 6: TAMIL NADU FIRE AND RESCUE SERVICES DEPARTMENT

6

Specifications for Hazmat Rescue Vehicle

1.7.4 The controls for the high pressure cleaning and recycling unit shall be provided on a dash-board located in the storage locker.

1.7.5 The decon facility shall be fabricated out of materials as described under the heading 'Superstructure'.

1.8 Pump - 2 Nos.

1.8.1 Two number of light alloy ultra high-pressure pumps capable of delivering a minimum of 35 litre/minute flow at a pressure of 100 bar, shall be provided one each on the left and right side of the vehicle.

1.8.2 The pump shall be petrol driven and suitably protected against dust and water through sliding doors.

1.8.3 The control panel shall be provided with prime mover starting devices, oil and rpm gauges, illumination and pressure gauges.

Pipe Work

1.8.4 All the pipe work for carrying water or foam or both shall be done with carbonized and hot-dip galvanized steel or stainless steel or both with a view to provide high resistance to corrosion and erosion.

Hose-Reel Installation

1.8.5

Connected to each ultrahigh pressure pump, an ultrahigh pressure Hose reel shall be provided at suitable location on the two sides of the vehicle. (High pressure test certified/certification to be given)

1.8.6

The length and diameter of the hose reel hose shall not be less than 60 meter and 20 mm OD (12 mm ID) respectively and shall be rolled on a drum having swivel joint facilitating 90° forward movement.

1.8.7 The winding mechanism for the hose reel shall be through an electric motor and manually operated winch.

1.8.8 Both the hose reels shall be fitted with hand controlled fog and foam gun suitable for ultra high pressure of 100 bars.

1.9 Water Tank

1.9.1

A 1000 litres capacity water tank made out of GRP (Glass fibre reinforced polyester) elastically mounted by means of cone bearings on the intermediate frame shall be provided on the vehicle to supply water to two ultrahigh pressure pumps.

1.9.2

The following shall be provided on the tank: 1 manhole, 450 mm ø, with quick locking device 1 overflow with tank ventilation 1 transmitter for tank gauge 1 tank drainage, with ball valve 2 Hydrant filling lines, one on each side with non-return valve and shut-off valve connection on the right and left side of the vehicle with fixed and blind coupling 63 mm in light alloy.

1.10 Foam Tank

1.10.1 A 500 litres capacity foam tank made out of glass reinforced plastic shall be provided on the vehicle to supply foam concentrate to two ultrahigh pressure pumps through appropriate foam concentrate mixing automatic device.

Page 7: TAMIL NADU FIRE AND RESCUE SERVICES DEPARTMENT

7

Specifications for Hazmat Rescue Vehicle

1.10.2 The foam tank shall be provided with a 480 mm diameter manhole with quick locking devices, overflow devices, drainage facility with control device, filling inlet with non-return valves.

1.10.3 The tank will be provided with standard longitudinal and transversal baffle plates.

1.10.4

The following shall be provided on the tank, 1 manhole, 450 mm ø, with quick locking device 1 overflow with tank ventilation 1 transmitter for tank gauge 1 tank drainage, with ball valve 1 Filling line, mounted on tank’s roof, with fixed and blind coupling 63 mm with non-return valve

1.11 Video Camera Unit

1.11.1 A video camera shall be mounted on the top of a pneumatic mast and colour display monitor and recording devices shall be provided inside the working room. The mast should be able to elevate at least 8 meters from the ground.

1.11.2 The camera should have a high resolution and 25X Zooming Facility. It should also have a night operation mode where it can transmit images in low lights

1.11.3 A recorder shall be provided in the computer so that the recordings of the incident can be recorded.

1.12 Light Mast - (Roof mounted - 1 Nos.) – NFPA 1901 or better standard shall be complied with

1.12.1

Light Mast shall be equipped with all electric floodlighting arrangement. The light mast will be located on the roof of the tender. The unit shall not require tapping into vehicle air braking system, eliminating the chance for vehicle brake problems.

1.12.2 Light mast will be a two stage articulating devise with a lighting bank on top of a second stage capable of 360 degree continuous rotation.

1.12.3

The light should be elevated by electric linear actuators, one actuator should elevate the light bank and one shall adjust the light bank angle from 0 to 110 degrees. The overall extended height from the base to the top pair of lights should be such that the extended length of the light mast shall be approximately 6 meters from the ground.

1.12.4

One of the light masts shall have 6 x 1000 Watt Halogen lights with two lights being able to turn individually for backlighting or side lighting. The light head should be mounted in three (3) pairs giving two vertical lines of three when the lights are in the uprights position. Power should be transmitted through power collecting rings thus allowing 360 + degrees rotation in either direction.

1.12.5

Light tower should be controlled with a hand – held remote control. The storage station for the same should be equipped with a button to activate the ‘Auto-Park’ automatic nesting feature. The controls on the remote should be as under 1. Three switches, one for each light bank 2. One Light Bank rotation switch 3. One switch for elevating lower stage 4. One switch for elevating upper stage 5. One indicator light to indicate when light bank is out of roof nest position 6. One indicator light to indicate when light bank is rotated to proper nest position.

Page 8: TAMIL NADU FIRE AND RESCUE SERVICES DEPARTMENT

8

Specifications for Hazmat Rescue Vehicle

1.12.6

The mast base shall have a light that illuminates the envelope of motion during any movements of the light tower mast. The assembly shall have aluminum construction with stainless steel shafts and bronze bushings for long life and low maintenance.

1.12.7 The 6 x 1000 W light mast’s AC Power line shall be connected to the generator through a permanent line. Located front part of the roof.

1.12.8 The other light mast shall have the its AC power line coming out in to the locker compartment which will house the 5 KVA Generator

1.13 Alternator – NFPA, DIN E-DIN 14685, EN or any other equivalent international standard shall be complied with

1.13.1

One Petrol Driven Air Cooled Generator as per the following technical specification shall be provided on a sliding tray in a suitable location: Elec. capacity 3~ φ 0.8: 13000 VA Elec. capacity 1~ φ 0.8: 11000 VA Voltage 3~: 400 V Voltage 1~: 230 V Max. Current 3~: 18.6 A Max. Current 1~: 48 A Current 1~ (Schuko): 16 A Frequency: 50 Hz Protection: IP 54 Tank capacity: 2.5 hours continuous running Weight: 150 kg (approx) 1 three-phase CEE sockets 16 A, 3 grounded 16 A sockets, all waterproof, thermal-magnetic circuit breaker, protective conductor control device, switching current and voltage indicator, running hours meter, soundproof cover, 4 slide out carrying handle, color RAL 1026 /Luminous Yellow (Hazmat Yellow).

1.13.2

One Petrol Driven Air cooled Generator as per the following technical specification shall be provided on a sliding tray in a suitable locaton: Elec. capacity 3~ φ 0.8: 6500 VA

Elec. capacity 1~ φ 1.0: 5000 VA

Voltage 3~: 400 V

Voltage 1~: 230 V

Max. Current 3~: 9.3 A

Max. Current 1~: 21.7 A

Current 1~ (Schuko): 16 A

Frequency: 50 Hz

Protection: IP 54

Tank capacity: 4.5 hours of continuous running

Weight: 120 kg (approx)

Page 9: TAMIL NADU FIRE AND RESCUE SERVICES DEPARTMENT

9

Specifications for Hazmat Rescue Vehicle

1.14 Signage / Markings

1.14.1 All the signage’s including the equipments lockers and the operators instructions shall be as per TNFRS's Instructions.

1.15 Vehicle Tool Kit

1.15.1 The chassis tools, alternator tools, pump and prime mover tools, and similar other tools concerning equipment to be carried on the vehicle shall be provided as per manufacturers’ manual.

1.16 Finish

1.16.1 Surface treatment of the Hazmat Vehicle shall be suitable for the working environments under the climatic conditions in the State of Tamil Nadu.

1.17 Paint:

1.17.1

The super structure and cabin shall be coated in a 3 layer high quality coating in color RAL 1026 /Luminous Yellow (Hazmat Yellow). Yellow and provided with striping as per striping / marking scheme (to be provided by the Contractor at a later stage). Corrosion protection for undercoating and hollow space and all other such places as required for the protection of any part of the vehicle shall be provided.

1.18 Electrical Equipments & Systems

1.18.1

Traffic installation: Shall be in compliance with national highway codes, comprising head lights, brake/stop lights, traffic indicators, back-up light, and license plate illumination.

1.18.2

Illumination: Lighting system for the interior of the cab and storage lockers. Automatic Switching shall on when doors or roller shutters are opened.

1.18.3

Signal system: 1 Emergency Light bar Long type with Blue and Red Rotating beacon and Multitone Siren, PA System in from on Driver Cabin) also CFL Tubes outside on both side as well as one on rear side on the top for better illumination.

1.18.4

Decontamination room: Illumination with an own switch. A battery main switch, for cutting all power from the battery, shall be provided in, respectively near the driver's cab. A socket for battery charging shall be provided. A socket to supply the vehicle with compressed air shall be provided.

1.19 General Equipments

1.19.1

A latest Laptop computer with minimum 10” Screen size with minimum 2 hours of battery life shall be provided loaded with a set of hazardous chemical data soft ware and with wireless 3G Internet facility with (5 in 1 i.e. Printer, Xerox, Scanner, Tele fax) and a mobile telephone and a radio installation shall be provided. Microsoft software licences package shall be provided. Space shall be provided in the crew cab along with a foldable table and charging point for extensive use. It shall be rechargeable through vehicle batter. .

Page 10: TAMIL NADU FIRE AND RESCUE SERVICES DEPARTMENT

10

Specifications for Hazmat Rescue Vehicle

1.19.2

Binoculars with built-in compass with magnification of 7x50 and with optical electron beam coating which enables user to view images under tow light conditions – dusk, dawn, overcast or at night. Housing shall be made of lightweight aluminum alloy. This should be robust and able to withstand extreme temperatures and humidity extremes, waterproof and shockproof. Weight 1.5 kg (approx)

1.19.3

Night Vision Binocular complying to the following specification shall be provided:- Magnification: 4 x Field of View: 9 Deg Limiting res.0.4. mrad (High contrast) Focal length: 90 mm F.no. F/1.5 Image Intensifier Tube: 18 mm GEN 2 – Enhanced MIL Spec Focal length 24mm Eye Relief 12 mm Diopter Range -2D to +4 D Weight 1100 g (approx) Operating Temp -20°c to 45 °c. Storage Temp -30°c.to 65°c. Batteries: Two 1.5 V “AA” size commercial type Standard Accessories: FRP & Canvas Lens Cleaning Tissue User Handbook Batteries AA ( 2 no)

1.19.4

One (1) no. Environmental monitoring system for electronic determination and date-logging of wind speed (range: 0-60m/s), wind direction (range: 360°), air temperature (range: 0-50°C) and air humidity (range: 0-100%). All sensors shall be located in a single sensor head mounted on a retractable mast on the roof of the Hazmat Cum rescue vehicle. Data-Logger dimensions, depth 70mm, width 150mm, and length 233 mm. Weight not to exceed 1.2 kg including batteries. The weather monitor shall be programmed from a computer, which can also display simultaneous data readings from all of the above sensors during data logging.

1.19.5 Handheld megaphone-pistol grip type with variable sound siren up to 1,000m in open air with built-in battery indicator. - 1 No.

1.19.6

Infrared non-contact thermometer, portable gun type. Maximum range (sensor to object) shall exceed 30m. Temperature range shall be –40° to 800° C with ±% accuracy of reading or 1.0°c whichever is greater. Response time must be less than 750 msec. with ambient operating temperature 0° to 50°c. Temperature read-out are to be displayed by multi-function 4-digit LCD and are in °C and °F with built-in low battery indicator. - 4 Nos.

1.19.7 Rechargeable flashlight, “ex-proof “ with charger 12 V - 2 Nos.

1.19.8 Head lamp “ex-proof” including hard head (helmet) - 6 Nos.

1.19.9 1500 meter rolls of Reflective yellow barrier tape HAZMAT imprinted - 4 Nos with Barrier support – 6 nos.

Page 11: TAMIL NADU FIRE AND RESCUE SERVICES DEPARTMENT

11

Specifications for Hazmat Rescue Vehicle

1.19.10 Digital Cameras of 14 mega pixels of internationally reputed brand-1 no. and DVD Camcorder of internationally reputed brand – 1 no.

1.19.10 Compass, prismatic type with mill and degree reading, anti-magnetic system and luminous in the dark - 1 No.

1.19.11 Nylon Slings – 10 Tons Capacity - 5 m long - 4 Nos.

1.19.12 High Lift Jacks – 10 Tons Capacity - 4 Nos.

1.19.13

Digital multi-meter (compact & handheld type). Range: voltage up to 600 VAC and 1000 VDC. Resistance from 200-2my, current 200 mA-10A DC. LCD display, automatic ranging, low battery indicator and colour coded test probes with 75 cm leads. Powered by “M” batteries - 1 No.

1.19.14 Core round cable on cable reel – 100 meters - 4 Nos.

1.19.15 Seat Belt Cutters - 6 No

1.19.16 Hooligan Tool - 2 No

1.19.17

One (1) AFFF extinguisher, CO2 expelled 9 liters.

Two (2) Dry powder extinguishers, CO2 expelled 10 kg.

One (1) CO2 extinguisher, 2 kg (Incident Control Room).

One (1) Metal X extinguisher (Monnex Type) 9 kg.

BIS Standard or any other International Standard shall be complied for extinguishers.

1.19.18 Electrically Operated Wood Cutting Saw, saw having 0.25hp single phase motor, 15 inch bar length and 1.5KW power capacity - 1 No.

1.19.19 Electrically Operated Iron / Concrete Cutter with 2KW capacity, single phase motor and disc diameter capacity of 300 mm - 1 No.

1.19.20 Battery Operated Winch of 5 tons capacity with 30 meter Steel Wire Rope and hook shall be mounted on front bumper - 1 No.

1.19.21

Portable Lighting System contained inside a suitcase with wheels for easy transport, self contained battery with chargers and minimum of 1.8 meters mast (4 light heads) fitted with 96 LED lamps discharging not less than 3500 (Low) / 8000 (High) LUX, fitting to give light for minimum of 12 hrs total and not less than 6 hrs peak performance. 12 volt operation and Weight shall not to exceed 45 Kg. - 1 No.

1.19.22

Rope Ladder inter-connectible with Polypropylene chemical resistant ropes – 2 no

Page 12: TAMIL NADU FIRE AND RESCUE SERVICES DEPARTMENT

12

Specifications for Hazmat Rescue Vehicle

1.19.23

Set of Spark Free Tools – 1 set Two (2) Spark – free mallet One(1) Spark- free hammer Two (2) Copper hammer Three (3) Spark free insulated pliers 180 mm One (1) Spark free screw chisel 300 mm Two(2) Spark free screw driver 8 x 150 mm Two(2) Spark free screw driver 10 x 200 mm One (1) Spark – free spanner SW 6-32 One(1) Spark – free barrel key for 22 different caps One(1) Spark- free adjustable spanner One(1) Spark- free pipe wrench 5.70 mm, 540 mm long One(1) Spark- free pick axe 950 mm long One(1) Spark – free spade 1250 mm long One (1) Spark –free shovel 1050mm long One(1) Synthetic brush 370 mm wide, 1200 mm long

1.19.24

Drum Pump shall be 220 V, with 10 m cable and plug, with double insulated protection class II and earth wire, with on/off switch, splash-proof IP 54, capacity up to 150 l/min. The pump should be suitable for use with acids, alkalis and solvents – 1 no

1.19.25 Digital wall clock -1

1.19.26 Camping Chair- 6

1.19.27 Bucket – 10 liters capacity- SHEET-STEEL, GALVANISED – 3.

1.19.28 Hand Brush- 3

1.19.29 Collecting Tube- 36 litres-1

1.19.30 Cover for collecting Tube

1.19.31 Round point Shovel- made of aluminium – 3

1.19.32 Crow bar- 1300 mm -1

1.19.33 Measuring Tape (100 m) -1

1.19.34

Life buoys – 6 nos. Specification: Cork with Polyurethane covering. A grab line secured to the life buoy at four equidistant points by cotton cord- Circular in shape with elliptical cross section- Orange colour- Reflectors in the form of strips shall be provided for use in night- Tested for strength and buoyancy – All other provision shall confirm to IS 5326-1969 and requirements under the merchant shipping Act 1958 and rules made there under or any other equivalent international standard.

Page 13: TAMIL NADU FIRE AND RESCUE SERVICES DEPARTMENT

13

Specifications for Hazmat Rescue Vehicle

1.19.35

Life Jackets- 6 nos. Specifcation: Unicellular plastic with Kapok fiber filler of first grade flotation quality- Orange/Light yellow. It shall be provided with a collar or other suitable means for supporting above water the head of floating unconscious wearer. The buoyancy shall be obtained essentially by the use of the buoyant materials as given IS or any other international standard. It shall be capable of being donned and secured with 30 seconds by a wearer. Self illuminated light may be provided or use in night. All other requirements shall confirm to IS: 6685-1972 or any other equivalent international standard. Size L/50-54, 80- 100 KG

1.19.36 Guide Pulleys – 1

1.19.37 Traffic Control Cone 320 mm – 1

1.20 1.20.1

Personal Protective Equipments – 6 Specification: 1.1. Personal Protective equipments include protective suit, hood, firemen gloves, fire fighting boot, Self Contained Breathing Apparatus sets and Helmet. 1.2. The suit shall be of three layers, in two pieces of pant and coat/jacket. Three layer personal protective suits shall confirm to norms as specified in EN 469, protective clothing for firefighters or of equivalent norms and a certificate to this effect from the internationally approved notified body for testing shall be sent along with the supply including samples. 2.1. The fibre used for the suit material and the thread used for stitching shall be of high quality made of inherently flame resistant fibre. Copy of the certificate of the fabric used must be sent along with the supply including samples. 2.2. The stitching of the suit shall be of high standard and slide fastener covered by an over flap fastened down with a touch and close fastener (valcro fitting) shall be used so as to achieve a secure closure of the fastening openings in the garment. 2.3. The colour of the pant and coat shall be of Khaki and retro – reflective tape of 50 mm wide and also with a Reflective insignia of ‘T.N. Fire and Rescue Services’ shall be provided on specific portion of Jacket. Reflective tapes have to be provided around the body and sleeves. It shall have high protective collar with throat guard. The coat shall have to be provided with a two internal and external pockets. The cuff has to be provided with flame resistant tight fit for better protection against flame.

Page 14: TAMIL NADU FIRE AND RESCUE SERVICES DEPARTMENT

14

Specifications for Hazmat Rescue Vehicle

2.4. The three layer pant will have to be provided with heavy duty suspender with quick release snaps to the front. The knee area will have to be reinforced with suitable material. The design on the pant shall be of standard type with one internal pocket. Reflective tapes shall be provided around the bottom of the leg. The colour shall be of khaki and should have concealed fly zip and top button closure. 3. Construction of coat and pant: 3.1. The suit shall be designed to be worn with self contained breathing apparatus (SCBA) set which should be easy to fix and should have scope for adjustment of width. 3.2. The suit when worn should give adequate freedom of movement and maneuverability with free movement of arms and legs. 3.3. Outer layer shall be made of inherently flame resistant, heat resistant fabric of 200 gsm or of equivalent quality. 3.4. Middle layer (moisture barrier) shall be made out of high quality inherently fire retardant breathable PU membrane or of equivalent quality. 3.5. Inner layer (Thermal barrier) shall be made of inherently flame resistant, heat resistant thermal lining as per the norms EN 469 or of equivalent quality. 3.6. High quality inherently flame resistant heat resistant threads shall be used for stitching the suit. The reflective tape used will be flame resistance of scotch lite make in lime green/silver tri-colour on 50 mm wide. 4. Design: 4.1. The coat and pant shall be made in large sizes. The measurements which take into account the desirability of a loose fit for this type of clothing. Note: The sizing of a garment as per EN 340 or of equivalent quality not only determines how comfortable a wearer will be – which implications for how effectively a job is carried out – but it also has serious safety implications. For example, any garment that is too short or tight would reduce the level of protection against possible heat stress. In view of that the sizing and stitching of the garment shall fit properly. 4.2. All garments shall be designed for flexible and comfort in wearing without impairing the intended protection and operative efficiency of the wearer. 5. Knitted sock Hood: High quality inherently flame resistant, heat resistant shall be used for the manufacture of knitted sock hood which shall be capable of superior resistance to high temperature and direct flame contact. The hood should be washable or dry cleaned and can be worn over a breathing face mask or under the fireman helmet.

Page 15: TAMIL NADU FIRE AND RESCUE SERVICES DEPARTMENT

15

Specifications for Hazmat Rescue Vehicle

6. Knitted gloves: 6.1. Fire fighter gloves should comply with EN 659:2003 or of equivalent standard. 6.2. Certificate of the same must be submitted along with the supply including samples. The gloves shall provide excellent protection against heat, cut, and penetration of liquid. 7. Boots: 7.1. Rubber Fire Fighter Boots manufactured from flame retardant rubber with steel toe cap and inner lining of inherently fire retardant and heat resistant fabric for better insulation should be of anti-skid sole of size: 14”. Lighter weight is preferable. (EN 345 or of equivalent quality) 8. Approvals:

8.1. The suit must comply with EN 469 or other international approvals. Certificate of approval of EN 469 or other international approvals must be sent along with the offer. 8.2. The offer should be supported with valid test certificate from reputed international notified body for testing and certification confirming to the composition of fabric. 8.3. The test certificate should clearly indicate the offered model quoted in the bid. 8.4. Seller has to give guarantee / warrantee against any manufacturing defect of the suit. 9. The suit must be provided with the following accessories: 9.1. Underwear hood which protects head and neck. 9.2. It should be of universal size. 9.3. It must be knitted, elasticized, balaclava type and made from flame resistant fiber such as meta-aramid or having similar properties. 9.4. It must be permanently antistatic, having minimum sweat absorption, breath ability, ideal for next to skin wear. The anti flash hood shall meet the functional requirement and stand as given in EN 340 standard or equivalent standard Certificate of the same shall be submitted along with the offer. 10. User Manual including maintenance instructions should be provided ----------------------------------------------------------------------------------------------

Page 16: TAMIL NADU FIRE AND RESCUE SERVICES DEPARTMENT

16

Specifications for Hazmat Rescue Vehicle

1.20.2

Breathing Apparatus Set - 6 Nos. Specification: 1. The Breathing Apparatus set should be a Self-contained, compressed air Breathing Apparatus of open circuit with automatic positive pressure confirming to EN 137: 2006(type 2) standard. 2. The SCBA shall consist of all the main parts and necessary accessories, including a) Face Mask Assembly b) Air Regulation and Supply Assembly c) Back Plate Assembly with Harness d) Cylinder with Straps 3. The apparatus shall be sufficiently robust to withstand rough usage that a fire-fighting situation might demand. All the materials used in the construction shall have adequate mechanical strength and shall be fire-resistant and water resistant. 4. The design and construction of the apparatus shall be such as to facilitate easy dismantling and reassembling of the parts.

5. The demand valve should automatically turn on the positive pressure on first breathing. At the same time there should be provision for manually activating the positive pressure or to inject extra air into the mask. There should be provision for adequate positive pressure within the mask during the entire breathing cycle to prevent leakage of ambient toxins into the facemask.

6. The SCBA should have an effective warning system to indicate and alert the wearer ten minutes in advance about the diminishing air available for him. The warning sound should stop only when the air in the cylinder is completely used up.

7. The pressure reducer should be of a suitable type and should deliver a constant & steady pressure throughout the duration irrespective of the cylinder pressure.

8. The Pressure Gauge should have back light for easy reading during dark hours. The warning zone in the Pressure Gauge should be shown in a contrasting colour. The SCBA shall have a digital indication of air pressure and ambient temperature and remaining time. 9. The cylinder should be seamless and should have filling rate of minimum 6 litres capacity and a optimum pressure of 300 bars.

10. The service life of the cylinder should be minimum 15 years. The cylinder should be aluminum lined fully wrapped carbon composite material and basically approved to EN 12245 & CE marked.

Page 17: TAMIL NADU FIRE AND RESCUE SERVICES DEPARTMENT

17

Specifications for Hazmat Rescue Vehicle

11. The SCBA set must be supplied with suitable and strong carrying case with

locking facility.

12. The total weight of the SCBA, including the fully charged cylinder and other accessories should not exceed 14 kilograms. Preference will be given to lighter weight provided all other specifications are to the satisfaction. 14. The SCBA, when the cylinder is full, should have a minimum period of use of 45 minutes, including the period of warning.

15. The Cylinder and the Valve should have approval from Chief Controller of Explosives, Nagpur and submitted along with tender. 16. The face mask shall be scratch proof materials not producing dermatitis 17. The whole set shall be water – proof 18. The face mask shall be such a design to adopt to various sizes 19. The materials used in the construction of the SCBA shall have adequate

mechanical strength, heat resistant and resistant to deterioration. 20. Local (Tamil Nadu) Service facilities and hydraulic test facilities as

approved the Chief Controller of Explosives, Nagpur shall be available. 21. An operation manual in English shall be provided with each set. 22. The Trade Mark, Manufacturer Identification, Serial No. and Date shall be marked in face mask.

1.20.3 Carbon Composite Spare Cylinders for the above BA Sets - 8 Nos.

1.20.4

Helmet: It is latest constructive solution of the professional fireman's helmet approved to European standard EN443. Features: - All-round head protection in any fire fighting - All-round head protection in rescue service interventions - Temperatures are significantly increased (up to 140ºC) - Photo luminescent

1.21 1.21.1

Level A encapsulating Chemical/Biological Protective Suits: 6 nos (Standard Indian size) Specifications: This suit should consist of coverall, gloves outer & inner chemical resistant, boots chemical resistant with steel toe and shank, hard hat excluding SCBA set. However, the design of the suit should accommodate Breathing apparatus inside the suit.

Page 18: TAMIL NADU FIRE AND RESCUE SERVICES DEPARTMENT

18

Specifications for Hazmat Rescue Vehicle

The suit should have the following features:- The same barrier protection should be provided inside and outside. Seams are sewn and heat sealed-identically-on both sides with chemical seam tape. Standard easy change twist lock gloves systems. Glove system includes butyl outer gloves and Ansell barrier inner gloves. Roomy tapered sleeves to be provided for easy mobility. Sock boots with flared design splash guards allow easier donning and doffing. Easy to reach 48” zipper with double overlapping storm flaps with hook & loop closure. Two covered one way exhaust valves. Extra wide face shield of 40mil PVC with 5 mil PEP overlay lens. Removable interior left chest pocket with hook and loop closure. The above suit should give protection against the following chemicals:- Acetone, Acetonitrile, Carbon Dislphide, Diethylamine, Dimethylformaldihide, Ethyl acetate, n-Hexane, Methonol, Nitrobenzene, Sodium Hydroxide, H2 SO4, Tetrachloroethylene, Toluene etc. Gases: Amonnia, 1,3 Butadiene, Chlorine, Ethyleneoxide, HCL, Methyl Chloride All other requirements meeting EN 943-1 standards or any other equivalent international standards. Test certificate should be produced.

1.21.2

Protective clothing against radioactive contamination in compliance to EN 1073-1--- 2 no (Standard Indian size) This suit should have the following specifications: Anti-static 150 micron PVC material. Large visor area allowing a wide field of vision both vertically and horizontally. Vertical single-side zip at rear of suit with outer sealing zip and toggle. Tear off evacuation strip at front of suit across chest. Six shrouded exhalation valves. Welded colour PVC Gloves. Integral feet with reinforced anti-slip sole (colour PVC) and ankle ties. Window area in front for dosimeter reading reinforced knee and elbow areas. Waist belt and internal air system to hood. High/low valve which is adjustable by the wearer and incorporating a ventilation system to the arms and legs (excluding airline coupling). This suit should be CE marked in accordance with EN 1073-1: 1998. Test Certificate shall be produced.

1.21.3

Chemical Resistant Safety Boots – 12 no Specifications: Antistatic with steel toe cap and midsole Certified to EN ISO 20345-1 and PPE DIR 89/686/EEC 200 Joule Epoxy coated steel toe cap to EN 20345-1 Green shaft (upper)/ Yellow 2nd injection/ Black Rubber sole. Chemical and oil resistant. Vulcanized rubber sole. SLIP resistance as per EN 13287. Chemical permeation conforms to EN 943-2 EN 13832 and NFPA 1991. Kick off lug, additional shin protection, adjustable height, ankle guard. Removable and washable in sole. Energy absorbing tunnel system conforms to EN 20345-1 S5. Removable and washable insole.

Page 19: TAMIL NADU FIRE AND RESCUE SERVICES DEPARTMENT

19

Specifications for Hazmat Rescue Vehicle

1.21.4 Chemical splash Goggles – 6 nos.

1.22

Right–angle safety torchlight fit for use in explosive environments, waterproof and chemical-resistant. ABS body using two (2) D cell batteries with three (3) position switch (high / low beam) and shall be UL and MS HA Class 1 Group C&D approved – 6 nos.

1.23

Airline equipment of minimum 180 min. duration for use of two persons at a time mounted on trolley unit for supplying breathing air from interchangeable air cylinders (carbon Composite aluminum) of minimum 6 ltrs @ 300 bar and 45 min. duration. The trolley unit shall be robust and contain four (4) cylinders. The trolley provides airline belt manifold with back mounted escape unit 2 litres 300 bar cylinders with quick release couplings and pressure gauge from where the breathing hose of 50 m each will connect to the breathing valve and full face mask. The airline equipment and breathing apparatus above shall be compatible to each other as per EN 139. - 1 No. Test Certificate shall be produced.

1.24

A 30" gas positive pressure ventilator of cart style designed with rear mounted pneumatic wheels, a full height frame handle for easy positioning and rapid deployment. The pneumatic wheels shall be designed with a "one step" braking system utilizing a single foot operated brake pedal to assure positive engagement to prevent the unit from rolling during operation. The unit shall remain stationary while running at full speed. The entire frame of the unit shall be constructed of steel and shall support the shroud and the six-blade 30" airfoil propeller to enhance lifting and user safety. The blade shall be constructed of precision cast of aluminum alloy. The blade shall be driven by the gas engine that shall have a direct drive connection. The blade shall be precision balanced and attached to the engine shaft with a split taper-lock bushing. Ventilators should not utilize belts, pulley, gears, or additional shafts. The shroud and the safety grill shall be designed as to provide maximum air velocity. The positive pressure ventilator shall have a tilt control with four positions including one position that can direct airflow downward. The standard angle of air direction shall be 19 degrees above horizontal ground level and shall be equipped with a lever to set positions of the air flow to 20, 10, 0, and -10 degrees above and below horizontal level. The front and rear safety guards shall be designed to OSHA and U.L. Standards to prevent accidental contact with the blade. The positive pressure ventilator shall be designed with the following: Horsepower: 13.0 HP, 4-cycle

Rotations per minute: Min. 3400 RPM

Cubic feet per minute: 26,500 CFM (minimum)

Dimensions: 30” x 40” x 40”

Weight: 80 Kg Max.

Page 20: TAMIL NADU FIRE AND RESCUE SERVICES DEPARTMENT

20

Specifications for Hazmat Rescue Vehicle

The positive pressure ventilator shall have minimum five (5) year warranty.- (1 No)

1.25

Portable Inflatable Decontamination Shower System - 1 No. – Fire Resistant Test – CPAI (Canvas Products Association International) 84 Section 5 – 1995, US Fed. Test CFR1610, NFPA 702 standard shall be complied

1.25.1

The system should be a two-line wide (1.5x1.5 m), 4 station mass casualty decon shower system which handles two parallel lines of casualties at the same time in four sequential stations --- (1) undress section (1.2 m), (2) detergent shower & (3) rinse shower in a section (2.1 m), (4) redress section (1.2m). This unit should deploy in under two minutes, and processes 2 or 4 ambulatory personnel at a time, and/or 2 non-ambulatory personnel at one time or any combination. Each of the four shower stations include 3 showerheads and one hanging coiled ½”/13 mm hose line with attached multiple function spray nozzle which thoroughly drenches and decontaminates via a fine water mist. There should be a total of 4 multiple function spray nozzle guns and 4 sections of 3 shower heads for a total of 16 water discharge ports as standard. Shutoffs and quick disconnects should be supplied with every group of shower heads and trigger gun. As an option -- by configuring the changing areas on both ends as decon showers one should be able to double the capacity as detailed above. Wastewater should be contained within integral ground floor and 6” (15 cm) high water berm when system is initially inflated (800 litres of waste water before pump-out is required). Includes separate “dirty” entry and “clean” full sized exit doors, center divider curtain to separate lines 1 and 2, 6 ½ cross divider curtains, 2 – ¾” (98mm) High pressure 300 psi (20 bar) GHT threaded inlet hoses, Detergent Injector, reflective air vents at each end, reflective striping on each end to delineate built in decon pool. All canopy walls are to be velcro’d to the floor air berms for air lock. These professional decon systems should be able to be inflated either with high pressure air from an SCBA tank, with an electric inflator, or with compressed air from any available source. Weight approx. 65 kg. Inflated size - (3 X 4.5 X 2 m) Frame: Heavy Duty 1100 Dtex polyester coated w. plastomer on both sides, UV/Chemical resistant. Canopy: Heavy duty 200 denier 3/5 twill nylon coated w. polyurethane on both sides. UV/chemical resistant/fire retardant – UV resistant and water repellent, Fire resistance meets and exceeds CPAI 84 section 5 1995, US Fed. Test CFR.1610, NFPA 702 w. ‘A’ burn scale rating. Floor: 1,000 denier Nylon coated w. PU, tensile strength: 2545N/2360, Tear Strength: 106/102N, weight: 490 g/ yd. Air pressure internally once inflated = 4.3 psi (0.3 bar).

Page 21: TAMIL NADU FIRE AND RESCUE SERVICES DEPARTMENT

21

Specifications for Hazmat Rescue Vehicle

1.25.2

Unit must be equipped as standard equipment with an integral ground floor,

2 roll up windows, 2 skylights, roll-up, full zip, dirty entry/clean exit doors, 4

HVAC air duct inlets/outlets w. tie closures – 2 per side (may also be used as

clothes discharge outlets), 2 high pressure and 2 low pressure inflation

deflation valves, one air inflation hose w. safety cord, 2 pressure relief valves,

6 stainless steel stakes and ground anchor points, repair kit, manual, carry

bag, 2 upper air vents, and hammer.

1.25.3

Essential Accessories as below should be supplied along with the unit: Box with: Four (4) undressing sheets

Four (4) chemical resistant aprons

Two (2) pair chemical resistant gloves

Six (6) training suits

One (1) roll big garbage bags with closing tags

Ten (10) towels

One (1) Jerry can soap

One (1) bottle soap

1.25.4

Portable Decontamination Shower, Inflatable type shall be supplied along with

the vehicle. The complete assembly when packed shall be able to

accommodate inside a suitcase with total weight not more than 25 Kg. When

put to use, the suitcase shall act as a platform for the person to stand while

decontaminating. Hoses for supply of water shall be permanently connected

inside the suitcase. The shower shall have 4 water pods with 4 nozzles on

each water pod. The shower shall be supplied with a reservoir. The Reservoir

consists of one air tube which can be pressurized with a compressor or pump.

The base should be watertight and a drain is to be placed in order to collect

the water to be disposed in a suitable way. It should be ready for use in app.

45 seconds. The diameter of the Reservoir is should be Ø 4m. The Reservoir

will be in a carrying bag (1000x500x400 mm) for easy transport. - 1 No.

Page 22: TAMIL NADU FIRE AND RESCUE SERVICES DEPARTMENT

22

Specifications for Hazmat Rescue Vehicle

1.26 Air Lifting Bags- 40 ton bags and 20 ton bags- Round type – CE standard shall be complied with.

1.26.1

High pressure pneumatic lifting bags of working pressure minimum of 10 Bar made of reinforced nitrite rubber or equivalent with 3 layers aramide reinforcement, non slip design, capable of being interlocked when 2 bags are placed on top of each other, quick connection with automatic double locking system, insertion thickness about 15 mm including profile resistant to ozone and range of chemicals etc of the following capacities:-

Lifting capacity Approx. Inflation height (mm)

Weight approximate

Kg

Round type- Quantity required

40 tons 400 17 2 20 tons 275 8 2

Accessories for Airlifting Bags to operate each one of the Airlifting bag should be supplied (The tenderer should indicate the quantity proposed to be supplied under each item) (1) Delivery hose 10 m ( yellow, blue and red) (2) Shut off hose with safety valve 2 m (yellow, blue and red) (3) Connectable Handheld controller (4) Regulator 300 Bar including 2 m fixed inlet hose (5) Polar Key (6) Connector Plug closed (7) Point Load Plate (8) Point Load Plate Plug (9) Storage case for accessories (10) Hard storage case

------------------------------------------------------------------------------------------------

1.27 Leak Sealing Equipments – CE standard shall be complied with.

1.27.1

Pneumatic Leak Sealing Kit - 1 set. A complete Leak Sealing Kit should contain: Leak Sealing Bag - 1 No. Foot Pump with Safety Valve - 1 No. Tension Belt (Yellow, Orange), 10 m length - 1 Nos. Sealing Plate (600 X 300 X 30 mm) - 2 Nos. Inflation Hose (10 meters) - 1 Nos. The leak sealing kit should be designed for quick and effective sealing of barrels, pipes and tanks for diameters larger than 500 mm. The sealing bag should have two opening eyes on each side to fix the pulling straps.

1.27.2

Mini Leak Sealing Kit - 1 set The Mini Leak Sealing Kit should contain of the following: Leak Sealing Bags (150 x 150, 200 x 200, 300 x 300 mm) - 1 Set Pipe Sealing Bags (125 x 950, 250 x 800 mm) - 1 Set Ratchet Belt for Pipe Sealing Bags - 2 Sets Velcro Straps (250 mm Long) - 3 Sets Foot Pump with 150 mm Hose - 1 No

Page 23: TAMIL NADU FIRE AND RESCUE SERVICES DEPARTMENT

23

Specifications for Hazmat Rescue Vehicle

1.27.3

Pneumatic Pipe plug kit - 1 set. Plugs for gas Plugs should be elliptical in design and anti corrosive brass design suitable for oil resistant. Anti-static and most useful in gas and oil applications Plug Size: 50 – 75 mm, 75 – 125 mm, 100 – 150 mm – 1 Each Plugs for blocking flow Size Range from 25 to 150 mm (5 Nos. of different size) Each plug should be of difference size suitable for application. Plugs should be oil resistant, anti static and made of best quality rubber having safety factor at least 3 for higher reliability and safety By pass plugs Size range from 50 – 150 mm (3 Nos. of different size) Made of best quality rubber having safety factor at least 3 for higher reliability and safety Plugs should be oil resistance and anti-static Extension hose of 3 Feet long – 3 Nos. Co2 Inflator, hand held type integrated hand pump – 1 No Co2 Cartridges – 5 No Assorted corks & Wood Dowels of size 3 – 25 mm – 1 Set Static discharge kit – 1 Set All equipments should be provided in one pelican case having automatic purge valve.

1.27.4

Pneumatic Wedges & Lances - 1 set. Leak sealing wedges and cones should be suitable for quick sealing of cracks on stationary & mobile tank vehicles (Road and Railway Vehicles). Kit should include 1. Three wedge shaped sealing bag (230 x 63 x 50 mm, 230 x 75 x 55 mm,

230 x 110 x 70 mm) 2. Cone shaped sealing bag (230 x Ø 63 mm) 3. Splash Disc 4. Push/ inflation rod with dump valve (1 Nos) 5. Push/inflation rods 350 mm Long (4 Nos) 6. Foot pump 7. Inflation controller with gauge, shut off valve and pressure relief valve 8. Inflation hose All equipments should be provided in one pelican case having automatic purge valve.

1.27.5 Thermoplastic oversized drums, 250 liters. - 4 nos.

1.27.6 Set of Spark Free Tools: - 1 set Two (2) Spark-free mallet One (1) Spark-free hammer

Page 24: TAMIL NADU FIRE AND RESCUE SERVICES DEPARTMENT

24

Specifications for Hazmat Rescue Vehicle

Two (2) Copper hammer Three (3) Spark-free insulated pliers 180 mm One (1) Spark-free chisel 300 mm Two (2) Spark-free screw driver 8x150 mm Two (2) Spark-free screw driver 10 x 200 mm One (1) Spark-free spanner SW 6-32 One (1) Spark-free barrel key for 22 different caps One (1) Spark-free adjustable spanner One (1) Spark-free pipe wrench 5.70 mm, 540 mm long One (1) Spark-free pick axe 950 mm long One (1) Spark-free spade 1250 mm long One (1) Spark-free shovel 1050 mm long One (1) Synthetic brush 370 mm wide, 1200 mm long

1.27.7

Set of Non-Metallic Stoppers & Chemical Sealants: - 1 set. Two (2) Set of PVC flange seal 3 mm thick. 8 each as per Indian Standard Two (2) Set of tanker flange seals 3 mm thick, 8 each as per Indian Standard Two (2) Special steel hexagonal nut and bolt as per Indian Standard Two (2) Special steel hexagonal nut and bolt as per Indian Standard Two (2) Special steel hexagonal nut and bolt as per Indian Standard Two (2) Spark-free lock release for acid Three (3) Set plugging 5x200/70 mm, 10x150/70 mm, 5x100/70 mm, 5x50/70 mm. One (1) Set polypropylene stopper 150 mm, 6x50/10 mm, 4x25/10 mm. One (1) Set soft wood stopper 300 mm 5x90/25 mm, 5x60/10 mm, 10x25/10 mm. Four (4) Plastic wedge 800x500x200 mm, resistant to oils One (1) Foldable DAM, 2500 liter capacity, resistant to acid, solvents, oil. Pipe clamps: 22 pieces, 15, 20, 25, 32, 40, 50, 65, 80, 100, 150, 250 mm (2 each) Five (5) Plastic bag, 1500x800, 0.2 mm thick, with closing mechanism, transparent Five (5) Leak plastering material, in paste, resistant to acid Five (5) Sealing tape, 100 mm wide, 10 m length Two (2) Hemp package 1 kg pack One (1) White lead 2 kg pack Five (5) Cleaner for white lead 2 kg pack Two (2) Cleaning cloth, 3 kg pack, grey Four (4) Wooden plugs taper 10 x 25, 25 x 50, 50 x 100 mm all 200 mm long (set) Taper plugs made from Plastic as per sizes below: (3 No in each Size) L300 mm, 90 / 25 mm, L 300 mm, 60 / 10 mm, L 300 mm, 30 / 10 mm

1.27.8

Decanting pump with electric motor and stainless steel pump gear with dip tube. Pump motor shall be flameproof and to operate at 220V/50Hz, with overload circuit breaker, 10m connecting cable with flameproof plug. Delivery rate of gear pump shall be approx. 90 l/min.

Page 25: TAMIL NADU FIRE AND RESCUE SERVICES DEPARTMENT

25

Specifications for Hazmat Rescue Vehicle

Complete set of 100kg pads (size : 300× 30cm), 100 kg rolls (size: 300m × 30 cm) & 100kg pillows (size: 50 × 30cm) – absorbents

Absorbent socks 4 feet long - 12 Nos.

Drum of universal oil and chemical binder which absorbs all kinds of chemical liquids. Colour must change from light green to yellow when in contact with acids and from light green to dark green for alkalis. Each drums to contain 5 kg.

Vacuum aspirator, able to aspirate and pump simultaneously to a height of 6 meter with high suction capacity. It shall comprise of a 220V 50Hz 600W pump, circuit breaker, 6 meter suction hose, ground nozzle, shut-off unit.

5 gallon container with soda ash

5 gallon container with sand

5 gallon container with sodium hydroxide

Drum barrow - 1 No.

Drum lifting clamps - 2 Nos.

1.28 Medical and Rescue Equipments

1.28.1

One (1) Big First Aid Kit for use at accidents (complete set). One (1) Emergency demand valve resuscitator complete with adult and child facemasks, airways, aspirator and accessories, multi-flow D-size cylinder spare D-size cylinder along with carrying case Five (5) Portable emergency skin and eye-wash kits Two (2) Foldable stretcher with perforated, flame-retardant and chemical resistant cover, and automatic hinge locking mechanism, to carry up to 135 kg. Provided with two (2) built-in patient restraining straps. Five (5) Heavy-duty plastic body bags. Ten (10) Medical tags.

1.29 Gas Detection Equipments

1.29.1

Multi-Gas and Radiation Monitor - 2 Units 1. One to Five Gas Detector with Wireless RF (radio frequency) modem

which allows the unit to communicate and transmit readings and other

information on real time bases with a remotely located base controller shall

be provided.

2. The instrument shall have rugged casing with Lithium-ion rechargeable

battery which can run continuously for 36 hours in standalone mode and 24

hours in wireless mode. Additional alkaline battery back should be

available if the rechargeable battery discharges.

3. The instrument shall have a provision of the following sensors

a) PID (VOC Detector) (0-2000 ppm)

b) LEL (0-100% LEL)

c) Gamma – DER Range 1 to 4000 µR/h (0.01 to 40 µSv/h) Energy Range

0.060 to 3.0 MeV Sensitivity >100 cps / µSv/hr

d) H2S (0-100 ppm)

e) CO (0-2000 ppm)

Page 26: TAMIL NADU FIRE AND RESCUE SERVICES DEPARTMENT

26

Specifications for Hazmat Rescue Vehicle

4. The weight of the instrument shall be less than 5 kgs.

5. Direct Readout: Instantaneous values, sensor name, high and low values

for all detectors, TWA and STEL values for toxic gases and VOCs, battery

voltage and elapsed time

6. Alarm: Flashing red LED cluster to indicate exceeded preset limits, low

battery or sensor failure

7. Alarm Setting: Separate alarm limit settings for TWA, STEL, Low and High

alarm

8. Audible Alarm: 100dB buzzer at 10cm (typical)

9. Visual Alarm: Flashing red LED cluster

10. Alarm Mode: Latching/automatic reset

11. Data logging: 4,000 points for each sensor with time stamp, serial number,

user ID, site ID

12. Data Storage: 20,000 readings (64 hours, 5 channels at 1-minute intervals)

in non-volatile memory.

13. Datalog Interval: Programmable 1 to 3600 sec

14. Communication: Upload data to PC and Download monitor setup from PC

through RS-232 link to serial port on PC

15. EM Immunity: No effect when exposed to 0.43 mW/cm2 RF interference

(5-watt transmitter at 12 inches)

16. Safety CSA Classified for use in Class I, Division 2, Certification Groups

A,B, C, and D (w/ 900 MHz modem)

17. Frequency 902 to 928 MHz (License-free)

18. RF Range Up to 2 miles (900 MHz) - extendable with RAELink2 Repeaters

19. Calibration Two-point field calibration for fresh air and standard reference

gas

20. Sampling Pump Internal integrated diaphragm pump with programmable

High (400cc/min) and Low (300cc/min) flow rate settings

21. Low Flow Alarm Auto shut off pump at low flow condition

22. Temperature -4° to 113°F (-20° to 45°C)

23. Humidity 0% to 95% relative humidity (non-condensing)

24. Integrated GPS receiver shall be provided

1.29.2

Poison Gas Detection Kit - 2 nos. The prime importance in the case of emergency response to chemical spills is to quickly determine the gases and their concentrations. The primary step in providing counter-measures against hazardous gas generation for occupational hygiene control and pollution control is to acquire accurate data regarding gas types and their concentration levels. The Toxic Gas Detection Kit should consist of 12 detection tubes. The System should include: A Smoke Tester Kit, 12 Detection Tubes, Gas Sampling Pump, Extension Hose, Rubber connectors, Instruction sheet,

Page 27: TAMIL NADU FIRE AND RESCUE SERVICES DEPARTMENT

27

Specifications for Hazmat Rescue Vehicle

Handbook, Carrying Case. System configuration: Components Qty Remarks Smoke Tester Kit

1 To visually confirm the air current direction

at the measurement site Detector Tubes

12

(Polytec I) For all unknown gases qualitative

analysis. Ethyl Acetate (0.1 to 1.5%) Stoddard Solvent (50 to 8,000 mg/m3) Acetone (0.05 to 2%) Chlorobromomethane (22 to 110 ppm) Methanol (20 to 1000 ppm) Hydrogen Sulfide (0.25 to 120 ppm) Carbon Monoxide (2.5 to 2000 ppm) Hydrogen Chloride (0.2 to 76 ppm) Ammonia (2.5 to 200 ppm) Hydrogen Cynide (0.36 to 120 ppm) La Bromine (0.1 to 1.6 ppm)

Gas Sampling Pump

1 With 3 rubber inlets, 1 Lubricant.

Extension Hose 1 5m (16.4ft) Long.

Rubber connectors 2

Hand Book 1

Carrying Case 1

1.29.3

Personal gas alarms (pocketsize), capable of continuous and simultaneous monitoring up to 4 gases (oxygen, flammable, hydrogen sulphide and carbon monoxide). Multi-display LCD read-out with built-in audible alarm. One unit 240-volt battery charger with overcharged protection for 4 units and 2 units of single chargers shall also be provided. - 4 Nos.

1.29.4 Multi-purpose pH/mV/°C meter having range: 0-14.00H, +/-1999 mV, 1.0100°C with accuracy: ±0.01pH, ±0.2 mV, ±.5°C respectively - 1 No.

1.30 Low Pressure Utility Hydraulic Tools - 1 set - EN / NFPA certification shall be complied.

1.30.1

Hydraulic Power Unit (Common for all tools) - 1 no. Power unit shall be compact, with high torque fuel-efficient engine, lower exhaust emission & less noise operation. Suitable arrangement to shutoff engine to protect the engine from low lubrication conditions should be provided. The power unit shall have automatic fuel shutoff type arrangement to protect the engine from backfire during engine coast down. The unit shall have computerized throttle control with two selectable modes of operation

Page 28: TAMIL NADU FIRE AND RESCUE SERVICES DEPARTMENT

28

Specifications for Hazmat Rescue Vehicle

1) Automatic Speed 2) Constant Speed Automatic speed mode should vary the engine speed with the load demand of the tool while constant speed mode should run the engine at a constant set speed irrespective of tool load demand. With a fully filled fuel tank the unit shall be able to run atleast 5 hours at full load without refueling. The upper frame shall be of remove able type and shall be equipped with a lift and latch handle. The unit shall be equipped with a hour meter to record engine run time. The hydraulic pump shall be directly mounted on the engine in order to avoid any misalignments. The hydraulics reservoir shall have inbuilt filters to prevent the dirt from entering the High Pressure Oil Circuit. A sealed, no-maintenance battery must be located inside a covered compartment. Power Unit shall meet the below mentioned technical specifications:

Engine Power : 18 HP B & S Vanguard / Honda Output Hydraulic Oil Flow Range : 26 - 34 LPM Circuit Type : Open Centre Length (max) : 35 Inch Width (max) : 25 Inch Height (max) : 30 Inch Lube system : Auto Shut down on low lube Fuel tank capacity (minimum) : 25 Litres Hydraulic Reservoir Capacity : 11 Litres 30 meter of hydraulic hose shall be supplied along with the unit.

1.30.2

Hydraulic Trash Pump 1 no. The Hydraulic Trash Pump (to be powered by Hydraulic Unit as specified above) should be light in weight specifically designed to handle large volumes of liquid concentrations, which contain up to 25% solid content. The pump should be of self-priming type. The body of the pump should be made from Urethane making the pump light in weight, abrasion resistant against the high velocity abrasive solids flowing through it and also providing protection against harmful chemicals and solvents. The impeller should be of urethane thus reducing blockage, jamming and overall pump wear while keeping liquids moving fast enough to pump high volumes of solids at a much higher head than non-submersible pumps. The pump shall be able to run dry without damaging the hydraulic motor, body and impeller of the pump. The pump should have an easily openable top cover so as to facilitate fast removal of jammed debris if any and getting pump back to work. The pump must be able to operate up to 17-bar backpressure without damage. The pump should have an integral reverse flow check mechanism. The pump must have a “snow shoe” style base to provide stability to pump during operation. The pump must have a lifting eye for easy lifting and lowering of pump during operations. The Hydraulic Trash Pump should confirm the below specifications: Weight (max) : 15 kg Length (approx) : 400 mm

Page 29: TAMIL NADU FIRE AND RESCUE SERVICES DEPARTMENT

29

Specifications for Hazmat Rescue Vehicle

Width (approx) : 350 mm Inlet Size : 750 mm Discharge Size : 75 mm male inst. (Gunmetal) Discharge Capacity : 100 GPM at 30 m depth : 300 GPM at 20 m depth : 450 GPM at 10 m depth Maximum Pumpable Solid Particle Size : 75 mm Diameter Hydraulic Connections : 3/8-inch HTMA couplers. The unit shall be supplied with a Standard 30m length of Type B Fire Fighting Hose fitted with ISI marked GM couplings.

1.30.3

Hydraulic Ventilator Fan - 1 no. The Hydraulic Ventilator Fan (to be powered by Hydraulic Unit as specified above should be designed for heavy-duty continuous service, suitable for quick ventilation from large spaces such as vaults. The casing of the Vent Fan should be made of High Impact Plastic, which can withstand rough handling. The fan should be able to handle high temperature smoke as well as low temperature vapours. The vent fan must be able to operate up to 17-bar backpressure without damage. It should confirm to the following technical specifications: Hydraulic Oil Flow Required : 26 - 34 LPM Operating Oil Pressure Required : 140 bar Weight (max) : 10 kg Length (approx) : 40 cm Width (approx) : 50 cm Height (approx) : 25 cm Output : 1700 SCFM (800 lps) Discharge Size : 8 inch The unit should be provided with a 20 feet Discharge Ducting of 8-inch size

1.30.4

Hydraulic Cut-off Saw - 1 no. The Hydraulic Cut Off saw is to be used for Concrete Slab Cutting. The cutting wheel must be direct mounted on to the motor spindle. It must incorporate a Hydraulic brake to minimize blade cost. It must have an integral flow control to prevent over speeding of the wheel. It must be able to accept 1 inch arbor abrasive wheels or diamond blades. It must include adjustable position locking blade guard and have safety trigger to prevent accidental starting. It must have large, multi-position assist handle but still should be able to cut within 1 ½ inches of obstructions. It must not have exposed hydraulic tubes or plumbing. It should confirm to the following operating parameters: Weight (max) : 10 kg Cutting Wheel Capacity : 14 Inch (350 mm) RPM : 4500 rpm The cut-off saw shall be provided with 2 wheels each for Masonry and Metal Cutting

Page 30: TAMIL NADU FIRE AND RESCUE SERVICES DEPARTMENT

30

Specifications for Hazmat Rescue Vehicle

1.31 Hydraulic Rescue Tools - 1 set. – EN / NFPA certification shall be complied with Test Certificate from the International reputed agencies shall be produced

1.31.1

The tools/accessories/spares required with salient feature of the tools are as

under: • All the hydraulic rescue tools shall have a set of pigtail hoses and be

able to operate under water. • The rescue tools shall have an ergonomic handle with anti-slip cover for

keeping in mind the operable case for left as well as right-handed operator.

• The tools shall be equipped with Twist Grip Control for operation of tools with inbuilt internal pressure relief valve (pressure release mechanism) to prevent pressure built up in return line if the return line is improperly/not connected.

• All these hydraulic rescue tools shall have a set of pig tail hoses. • All these hydraulic rescue tools shall have Maintenance kit. • The Rescue tools shall comply with DIN 14751/prEN 13204/ NFPA

1936. • Manufacturer should have valid ISO:9001 Certification

1.31.2

Hydraulic Spreader- 1 no

Specifications

Spreading Force Above 200kN

Spreading distance not less than 650 mm

Weight approx 20 kg

High strength alloy steel forged upper and lower jaws. It should be strong, light weight, intrinsically safe and easy to operate. It should be designed with multi-functional tips for spreading or peeling without changing the tips and opening doors and deforming of metal structures, making manholes in metal walls, pulling obstacles with chain sets, closing pipes with the squeezing attachments. The spreader should be compact ,Lightweight and Easy in operation The product should allow for precise installation & adjustment of the equipment and to widen narrow openings. Also provision for an ideal inner slot which allows insertion of a support to keep the load lifted for a longer time is preferred. It shall confirm to EN 13204 standards. Test certificate should be produced.

Page 31: TAMIL NADU FIRE AND RESCUE SERVICES DEPARTMENT

31

Specifications for Hazmat Rescue Vehicle

ACCESSORIES: 1. Spare spreading tip 2. Cutting Tip 3. Set of pulling attachments 4. set pulling chains 4.5 m 5. User Manual

1.31.3

Hydraulic Cutter- 1 no. It should be compact, lightweight intrinsically safe and easy to operate. It should be designed for extreme jobs in collapse structures. It should be capable of cutting metal parts, tubes, iron bars, steel sheets and other metals with its blade openings.

Specifications Cutting force Above 700 kN Tips opening not less than 200mm Round stock Not less than 30mm Weight approx 16 to 20 kg Length of hose pair Not less than 6 mtrs

It shall confirm to EN 13204 standard. Test certificate should be produced.

1.31.4

Combi Tool- 1 no. The Combitool should be fully balanced and useful for rescue jobs in traffic accidents, major disasters, and mobile rescue operations; Should perform cutting and spreading without any changes of the tool; Should have low oil consumption; Should have operator safety design and regrindable blades.

Cutting force 380 kN or above Round stock About 40 mm Spreading force Above 200 kN Weight Not more than 20 kg

It shall confirm to EN 13204 standards. Test certificate should be produced. User Manual should be supplied along with the equipment.

1.31.5

Hydraulic Telescopic Ram- 1 no. It should be compact, powerful with high performances with graduated sizes. The smaller ram should create opening for the next size. It shall be supplied with rim adapter set and extension pipes, for safe and quick lifting of heavy vehicles Can be used to Lift or move a machine, as a clamp, to spread concrete forms or do straightening work. (1) Spreading force 200 - 270 kN (2) Stroke 350 mm to 900 mm (3) Weight not more than 20 kg

Page 32: TAMIL NADU FIRE AND RESCUE SERVICES DEPARTMENT

32

Specifications for Hazmat Rescue Vehicle

Ram support should be provided. Suitable accessories and manual copy should be supplied. It shall confirm to EN 13204 standard. Test certificate should be produced. User Manual should be supplied along with the equipment

1.31.6

HYDRAULIC IC Engine Pump – 4 stroke – 1 no.

The Hydraulic Power Pump must be compactly equipped to deliver appropriate flow rate to cater the technical and the functional requirements of the above listed hydraulic tools, either for using single tool or using two tools simultaneously.

Engine 4 stroke, Internal Combustion - Gasoline

Type – not less than 2.5Kw

PUMP Nominal flow rate Low Pressure High Pressure

Not less than 3.5 litres per minute Not less than 1.25 litres per minute

Nominal pressure A minimum of 342 Hose & Couplings:

High pressure inlet and Return hose in single core flexible Hose lines atleast two lengths of 30 metres in two different colour. Suitable Hose couplings/adaptors to be compatible with the use of tools listed above should be supplied.

The pump should be capable of maintaining its highest continuous performance even in the adverse climatic conditions. The IC Engine shall confirm to EN 13204 standard. Test certificate should be Produced User Manual should be supplied along with the equipment

1.31.7

Stabilizing Jack Kit - 1 set Stabilizing jack kit suitable for application in case of Industrial Accidents, Traffic Accidents, Stabilization of areas which might collapse during fire fighting or natural disaster etc and also useful for other applications like pushing, displacing lifting etc consisting of: 2 x Jack stand 2 x Adjustable stand 4 x Universal end fitting 2 x 4.5 m Ratchet straps with wire hook 3 x 4.5 m Ratchet straps with snap ends 2 x 8 m Ratchet straps with chain ends

Page 33: TAMIL NADU FIRE AND RESCUE SERVICES DEPARTMENT

33

Specifications for Hazmat Rescue Vehicle

4 x Cluster 4 x 1.2 m Chain with hook assembly 2 x Wedges 1 x 4.8 m Chain with hooks 2 x Stake, 1900 x 25 mm 2 x Stake, 800 x 19 mm

1.31.8

Hose (20 m X 2) A 20 meter long High Pressure rubber braided hydraulic hose fitted on OEM supplied HOSE REELS should be provided. The hose should be with coupler. The safety ratio shall be 1:4 and the min bursting pressure shall be suitable for the satisfactory operation of the above mentioned tools. Hose (10 m X 2) A 10 meter long high pressure rubber braided hydraulic hose (to be supplied loose) should be provided. The safety ratio shall be 1:4 and the min bursting pressure shall be suitable for the satisfactory operation of the above mentioned tools.

1.31.9

GRP Rescue Platform Non-conducting, chemical-proof, weather-proof, cold and heat resistant, load up to 400 kg, low weight, tool-free mounting, platform height up to 2,10 m, height adjustable stands, up to 30 cm, embankment compensation up to 1.5 m with cantilever.

1.32 Special Equipments – EMC Directives 89 / 336 / CE standard shall be complied.

1.32.1

Thermal Imaging Camera 1 no Specification:

Thermal Imaging Camera should be capable of viewing object and persons in total darkness or smoke filled conditions such as during nights and fire/disaster conditions. It should also have integrated temperature measurement with digital display. QUALITY:-The camera must be manufactured by an ISO 9001 organization. WATER RESISTANCE & ELECTOR MAGNETIC COMPATIBILITY:- Documentation should be submitted illustrating tests that have been conducted to certify water resistance and electro-magnetic compatibility. PHYSCIAL CONFIGURATION:- The thermal image camera should be a hand held design with battery, viewing optics , side straps, neck strap lanyard and the optional choice of grips. The weight of camera should not exceed 2 Kg.

Page 34: TAMIL NADU FIRE AND RESCUE SERVICES DEPARTMENT

34

Specifications for Hazmat Rescue Vehicle

The dimensions of the thermal image camera should be compact and should be supplied in a storage case. TURN ON TIME :-The camera should provide an image within nominally five (5) seconds of power being applied. TECHNOLOGY:-The imaging technology should be vanadium oxide or amorphous silicon microbolometer. The heat sensitivity of the detector should be the minimum of 0.05 degree Celsius for temperature definition. The imager should exhibit an ability to avoid with out or blooming conditions when subjected direct to flame or sun. Clarify of the image must not deteriorate by either type of exposure during normal operation. The imager should have Dual Transparent color to aid clear identification of the burning matter. The unit should have a Direct Temperature Measurement facility with a digital read-out. Temperature measurement to be from 0-1000 Degree Fahrenheit Manual intervention or controls to achieve adequate image quality will not be acceptable. The unit must be of a design that can be readily upgraded to ensure that the unit can be maintained to the latest specification. OUTER SHELL CASE: The imaging unit should be ergonomically designed with heat resistant material of construction. The unit color should be yellow or bright color The unit should be capable of withstanding at 1.5 meter drop. VIEW OPTICS : By high resolution color Liquid Crystal Display LCD. LENS: The unit should have a lens fabricated of germanium with a diagonal field of view of 50 degree. The lens focus range should be 1.0m to infinity.

The lens should be recessed to avoid any direct contact with foreign matter. VISUAL INDICATORS : All thermal imaging unit shall be equipped with the following on screen displays:

Suitable battery indicator showing the battery status Digital temperature read out.

Page 35: TAMIL NADU FIRE AND RESCUE SERVICES DEPARTMENT

35

Specifications for Hazmat Rescue Vehicle

All indicators shall be visible on/near the viewing screen. BATTERY WARNING : The unit shall be fitted with a low battery warning device consisting of several LEDs or similar, showing the various stages of the battery on / next to the viewing screen and preferably with a audible warning device which can be over ridden by the on/off button. SWITCHES: A single ON/OFF switch located under the viewing screen or on the camera, concurred red for easy identification should operate the unit. SIDE STRAPS/LANYARD: The die straps and lanyard should be of Kevlar construction and be field replaceable. Side straps should be on both sides of the unit enabling it to be used by both left and light handed operators. The Lanyard should be attached to the unit by a “D” ring. An optional removable pistol grip handle or action grip should be available. POWER SUPPLY: Each unit should be supplied with two rechargeable NIMH batteries each having a continuous operating time of 4+ hours. An optional Dry cell cartridge for AA Alkaline batteries should be provided giving 2 hours of continuous operation. Each rechargeable battery must be capable of a minimum of 1000 charges. VIDEO OUTPUT: The thermal image camera should have a video output BNC connector located under the Viewing Screen. TRAINING: Product familiarization should available through the manufactures distributor. Each unit shall be shipped with a user manual.

The system must be CE certified from an independent testing laboratory and the

certificate for the same to be submitted with the offer.

The camera shall comply with all the operating requirement and safety features stipulated under EN standards or any other standards of equivalent quality. The supplier shall arrange to train minimum of 10 personnel of this department in the care, maintenance and use of the camera unit. Operational and maintenance manual shall be supplied. WARRANTY: The manufacturer/ supplier shall furnish a warranty for the complete unit for a period of 2 years from the date of commissioning of the vehicle. Further, all the spares at free of cost during the above warranty period. Apart from giving 2 years warranty with replacement of parts during that period, service should be continued up to a period of 5 years from the date of delivery.

Page 36: TAMIL NADU FIRE AND RESCUE SERVICES DEPARTMENT

36

Specifications for Hazmat Rescue Vehicle

1.33 Illumination, signaling equipment: 1 set

1.33.1 Flood light portable with Tripod - 1 set. 1.33.2 Warning triangle - 2 nos. 1.33.3 Warning lamp - 2 nos. 1.33.4 warning flag - 2 nos. 1.33.5 warning light with cones - 2 nos. 1.33.6 warning lamps with double sided illumination - 2 nos. 1.33.7 warning lamp with electronic flashing capability - 2 nos.

1.34 R.T.O’s Clearance:

1.34.1 The vehicles shall conform in all respect of the provisions contained in the Indian Motor Vehicle Act 1988 and Motor Vehicle Rules 1989 or to any other statute modifications or re-enactments thereon from time to time. The vehicle/ chaises shall be also approved by ARAI or VRDE. The vehicle shall have to be got registered at Chennai.

1.34.2 All the equipment necessary for R.T.O.'s clearance shall be provided on vehicles.

1.35 Other related services/requirements

1.35.1 Drawings: Before construction of the vehicle as per the above specification, the successful tenderer shall submit the drawings with three dimensional CD of the construction of the vehicle to the Tamil Nadu Fire and Rescue Services Department for scrutiny and shall get necessary approval.

1.35.2 Checks and Tests in Manufacturer’s Plant/fabricator’s workshop During construction or before delivery of the vehicle the terderer shall arrange for inspection of the vehicle at the site of construction by a team of officers from TNFRS for the purpose of verification/correction/addition or omission of any provision. The following inspections and tests shall be performed: (1) During manufacture and especially prior to shipment/dispatch, verification and checks shall be carried out in order to ensure that the supply is according to the specifications and approved design documents by the supplier. Necessary documents of third party quality test report have to be submitted to the Purchaser. (2) A quality checks shall be carried out as required during manufacture on the Contractor’s or on the sub-contractor’s premises before delivery of the supply to his workshop. (3) In respect of equipments including personal protective equipments, necessary test certificates from the competent authority for meeting the relevant standards mentioned in the tender specification have to be produced.

Page 37: TAMIL NADU FIRE AND RESCUE SERVICES DEPARTMENT

37

Specifications for Hazmat Rescue Vehicle

(4) The checks and tests to be carried out in the Contractor’s premises shall include: (i) a functional check of all equipments (ii) check of a vital dimensions as per design (iii) check on assemblies, welds, screws etc (iv) a check of operation of safety and protection devices.

1.35.3 Acceptance, Delivery, Installation and Commissioning: Tenderer from abroad: The tenderer from abroad should note that the final acceptance of the vehicle will be decided by the inspecting team only after complete verification of its physical and functional requirements of above specification and then only 90% of the value of the supply at sight against shipping documents. The supplier shall install, test and deliver Hazmat vehicle and all associated equipments and accessories required to be supplied through their Indian Representative. After delivery of all equipments with Hazmat Vehicle, the supplier shall demonstrate the efficacy of the goods as specified in technical specifications at final destination on purchaser’s demand. Only after installation and commissioning to the satisfaction of the purchaser, the balance 10% payment will be made subject to furnishing of performance guarantee as indicated in the tender document. Tenderer within India: The tenderer within India should note that the final acceptance of the vehicle will be decided by the inspecting team only after complete verification of its physical and functional requirements of above specification at the manufacturer’s site before dispatch. Thereafter, the vehicle should be brought by the supplier to the final destination of the purchaser’s place (Chennai) and the supplier shall install, test and deliver Hazmat vehicle and all associated equipments and accessories required to be supplied and shall demonstrate the efficacy of the goods as specified in technical specifications at final destination on purchaser’s demand. Only after installation and commissioning to the satisfaction of the purchaser, 90% payment will be made. The balance 10% payment will be made on receipt of performance guarantee as indicated in the tender document.

1.35.4 Training: The supplier shall provide the training a minimum of 8 personnel nominated by the Purchaser for the number of working days as mutually agreed on the operation and maintenance of the equipment either at factory site/final destination/ any well known user site (of similar instrument)/ on site at the cost of the tenderer. Experts who have sufficient exposure in handling, operating and maintaining such equipments in Hazmat vehicle shall impart the training. The supplier shall provide training material/lecture notes to all the trainees and should be made available to trainees well in advance.

Page 38: TAMIL NADU FIRE AND RESCUE SERVICES DEPARTMENT

38

Specifications for Hazmat Rescue Vehicle

The suitable dates and venue for training shall have to be decided in consultation with the Purchaser. The supplier shall assist in two mock exercise of emergency handling with the equipments for complete understanding and working of equipment during such operations in the places identified by the purchaser in Tamil Nadu.

1.35.5 Warranty: 5 years warranty from handing over according to warranty terms on the superstructure. For chassis according to chassis warranty terms should be given. Further, all the spares should be supplied at free of cost during the warranty period. The tenderer should supply spare parts through the whole designed lifespan of quoted superstructure up to a period of 15 years The tenderer should make necessary arrangements to undertake any repairs in the GRP materials used in the fabrication for a period of 15 years locally at Chennai or nearby area. After the warranty period is over, spare parts list with quantities (based on anticipation of frequency of replacement) for gap of 5 years after hand over of equipment shall be provided with the prices validity of one year. Further, after the warranty period is over, quantities of consumable spare parts shall be listed separately and made available for a period of 5 years of preventive maintenance.

1.35.6 Service and Maintenance during warranty period: (i) The supplier will be responsible to provide service and maintenance during warranty period as and when required at the place of respective instruments/nearest service station of supplier(if within Country and agreed by purchaser) (ii) The supplier shall attend/rectify the defect within 72 hours and any break down period for more than 10 calendar days, shall be added to the warranty period. (iii) The supplier should provide the service report (type/cause of break down) to the Director of Fire and Rescue Services.

1.35.7 While furnishing the price bid, the cost for fabrication including chassis and the cost for each of the equipments proposed to be supplied should be indicated separately. The tenderer should provide lockers/space to accommodate all the equipments mentioned in the tender specification irrespective of the fact even if it is decided not to procure certain equipments from them while evaluating the tender due to cost factor or to restrict the expenditure within the sanctioned amount, since the items left out will be procured by the department separately.

Page 39: TAMIL NADU FIRE AND RESCUE SERVICES DEPARTMENT

39

Questionnaire to be filled by the Tenderer in respect of tender for supply of HAZMAT (EMERGENCY RESCUE TENDER WITH HAZMAT EQUIPMENTS) Note:

� Kindly give to the point and specific answers on a paper or letter head of your Company and put your signatures and seal at the end. In case you use more than one paper or letterhead, please sign and put seal on each page

� Information given on unsigned papers or letterhead will not be taken into account. � The vendor if he wishes, may, apart from the answers to the questionnaire enclose

brochures and leaflets. However, the information on any pamphlets or brochures submitted by the vendor may be used for corroboration and cross-checking of the information supplied by him or her in answer to the questionnaire but may not be used unless this information is provided in a signed answer-sheet carrying the seal.

� It will be presumed that a vendor who does not answer the questions in this questionnaire is either hiding the information or is not serious about selling his product to the Department.

I What are the name, address and the e-mail

address of your Company?

II (a) Are you a manufacturer? If so attach a proof for the same or (b)Are you an authorized distributed/dealer of the manufacturer? If so attach a proof for the same.

III Describe the following technical aspects in respect of your offer for supply of Hazmat (Emergency Rescue Tender with Hazmat equipments) with reference to the Specifications given in the tender document. (Attach separate sheet to furnish the details)

1 Describe the details about the chassis and engine on which Hazmat is proposed to be fabricated with reference to fulfillment of the requirements given in technical specification from 1.1. to 1.1.24

2. Describe about the Dimensions of the vehicle offered with reference to technical specification 1.1.25 to 1.1.27

3 Whether space for One VHF/FM radio, complete with charger and antenna will be installed in the driver's cabin as per 1.2 and 1.3 of the specification.

4 Describe about the Superstructure and Equipment Compartment with reference to technical specification 1.3.1 to 1.3.5

5 Describe about the Lockers proposed to be provided with reference to technical specification 1.3.1 to 1.3.5

6 Describe about your offers for provision of Lockers with reference to technical specification 1.4.1 to 1.4.8

7 Describe about your offers for provision of Incident Room / Work Room with reference to technical specification 1.5.1. t0 1.5.5

8 Describe about your offers for provision of Circulating Air Filter System with reference to technical specification 1.6.1. to 1.6.2

9 Describe about your offers for provision of Decontamination Room with reference to technical specification 1.7.1 to 1.7.5

Page 40: TAMIL NADU FIRE AND RESCUE SERVICES DEPARTMENT

40

10 Describe about the light alloy ultra high pressure pumps proposed to be provided with reference to technical specification 1.8.1 to 1.8.3

Describe about Pipe Work and Hose-Reel installation proposed to be made with reference to technical specification 1.8.4 to 1.8.8

11 Describe about Water Tank proposed to be provided by you with reference to technical specification 1.9.1 to 1.9.2

12 Describe about Foam Tank proposed to be provided by you with reference to technical specification 1.10.1 to 1.10.4

13 Describe about Video Camera Unit proposed to be provided by you with reference to technical specification 1.11.1 to 1.11.3

14 Describe about Light Mast proposed to be provided by you with reference to technical specification 1.12.1 to 1.12.8

15 Describe about Alternator proposed to be provided by you with reference to technical specification 1.13.1 to 1.13.2

16 Describe about the Signage / Markings, Vehicle tool kit, Finish, painting and Electrical equipment and systems proposed to be made as per technical specification 1.14.1 to 1.18.4

17 Describe about the Laptop computer proposed to be given and also other requirements given in technical specification 1.19.1

18 Describe about Binocular proposed to be given as per technical specification 1.19.2

Describe about Night Vision Binocular proposed to be given as per technical specification 1.19.3

19 Describe about Environmental monitoring system proposed to be given as per technical specification 1.19.4

20 Describe about the supply equipments mentioned in technical specification 1.19.5 to 1.19.22

21 Describe about the Set of Spark Free Tools proposed to be given as per technical specification 1.19.23

22 Describe about the supply equipments mentioned in technical specification 1.19.24 to 1.19.33, 1.9.36 and 1.19.37

23 Describe about your offers for Life buoys and Life Jackets as mentioned in technical specification 1.19.34 to 1.19.35

24 Describe full details about the Personal Protective Equipments offered by you with reference to the technical specification given in 1.20.1

25 Describe full details about the Breathing Apparatus sets offered by you with reference to the technical specification given in 1.20.2 and spare cylinders as per 1.20.3

26 Describe full details about the Helmet offered by you with reference to the technical specification given in 1.20.4

27 Describe full details about the Level A encapsulating Chemical/Biological Protective Suits offered by you with reference to the technical specification given in 1.21.1 .

28 Describe full details about the Protective clothing against radioactive contamination offered by you with reference to the technical specification given in 1.21.2

29 Describe full details about the Chemical Resistant Safety Boots offered by you with reference to the technical specification given in 1.21.3.

30 Describe details about the Chemical splash Goggles offered by you as mentioned in 1.21.4

31 Describe details about the Right-angle safety torch light offered by you as mentioned in technical specification -1.22

Page 41: TAMIL NADU FIRE AND RESCUE SERVICES DEPARTMENT

41

32

Describe details about the Airline equipment offered by you as mentioned in 1.23 of the technical specification. .

33 Describe details about the Gas positive pressure ventilator offered by you as mentioned in 1.24 of the technical specification. .

34 Describe details about the Portable Inflatable Decontamination Shower System offered by you as mentioned in 1.25.1 to 1.25.4 of the technical specification. .

35 Describe details about the Airlifting bags – round type – 40 tons and 20 tons offered by you as mentioned in 1.26 of the technical specification

36 Describe about Pneumatic Leak Sealing Kit proposed to be supplied as mentioned in 1.27.1 of the technical specification

37 Describe about Pneumatic Mini Leak Sealing Kit proposed to be supplied as mentioned in 1.27.2 of the technical specification

38 (a)

Describe about Pneumatic pipe plug kit proposed to be supplied as mentioned in 1.27.3 of the technical specification

(b)

Describe about Pneumatic Wedges & Lances proposed to be supplied as mentioned in 1.27.4 of the technical specification

39 Describe about Thermoplastic oversized drums proposed to be supplied as mentioned in 1.27.5 of the technical specification

40 Describe about set of spark free tools proposed to be supplied as mentioned in 1.27.6 of the technical specification

41

Describe about set of Non-Mettalic stoppers & Chemical Sealants proposed to be supplied as mentioned in 1.27.7 of the technical specification

42 Describe about Decanting pump unit proposed to be supplied as mentioned in 1.27.8 of the technical specification

43 Describe about Medical and Rescue Equipments proposed to be supplied as mentioned in 1.28.1 of the technical specification

44 Describe about Multi-Gas and Radiation Monitor proposed to be supplied as mentioned in 1.29.1 of the technical specification

45 Describe about Poison Gas Detection Kit proposed to be supplied as mentioned in 1.29.2 of the technical specification

46 Describe about Personal gas alarms(pocket size) proposed to be supplied as mentioned in 1.29.3 of the technical specification

47 Describe about Multi-purpose pH/mV/°C meter proposed to be supplied as mentioned in 1.29.4 of the technical specification

48 Describe about Hydraulic Power unit proposed to be supplied as mentioned in 1.30.1 of the technical specification

49 Describe about Hydraulic Trash Pump unit proposed to be supplied as mentioned in 1.30.2 of the technical specification

50 Describe about Hydraulic Ventilator Fan proposed to be supplied as mentioned in 1.30.3 of the technical specification

51 Describe about Hydraulic Cutt-off-Saw proposed to be supplied as mentioned in 1.30.4 of the technical specification

52 Describe about Hydraulic Spreader proposed to be supplied as mentioned in 1.31.2 of the technical specification

53 Describe about Hydraulic Cutter proposed to be supplied as mentioned in 1.31.3 of the technical specification

54 Describe about Hydraulic Combi-tool proposed to be supplied as mentioned in 1.31.4 of the technical specification

Page 42: TAMIL NADU FIRE AND RESCUE SERVICES DEPARTMENT

42

55 Describe about Hydraulic Telescopic Ram proposed to be supplied as mentioned in 1.31.5 of the technical specification

56 Describe about Hydraulic IC Engine Pump- 4 stroke proposed to be supplied as

mentioned in 1.31.6 of the technical specification

57 Describe about Stabilizing Jack Kit with hoses proposed to be supplied as

mentioned in 1.31.7 to 1.31.8 of the technical specification

58 Describe about GRP Rescue Platform proposed to be supplied as mentioned in

1.31.9 of the technical specification

59 Describe about Thermal Imaging Camera of your offer with reference technical specification no.1.32

60 Describe about Illumination, signaling equipment proposed to be provided with reference technical specification no.1.33.1 to 1.33.7

61

Whether the Hazmat vehicle offered by you conform in all respect of the provisions contained in the Indian Motor Vehicle Act 1988 and Motor Vehicle Rules 1989 or to any other statute modifications or re-enactments thereon from time to time. Whether your vehicle/chassis has the approval of ARAI or VRDE.

62 Whether you will comply with other related services/requirements given in clause 1.35.1 to 1.35.3 of the technical specification

63

Please mention about the training offered by you as per the clause no.1.35.4 mentioned in the technical specification

64

Describe about the Warranty proposed to be offered by you with reference to clause 1.35.5 of the technical specification

65

Describe about the Service and Maintenance during warranty period offered by you with reference to clause 1.35.6 of the technical specification

66

Whether you have given the break up details chassis/fabrication and the cost for each of the equipments proposed to be supplied in the sealed cover of the price bid.

IV

Whether all the documentation pertaining to chassis will be provided in English language

V State clearly if you have deviated from the specifications given in the tender document for any of the items in the fabrication part or supply of equipments; furnish the details for the same. What are the alternative you have proposed to be given to full fill the requirements given in the tender specification.

VI Whether you have any local authorized person or dealer to conduct free check up

or to respond in case of any need? Whether the main spare parts will be available in Local/India and how long it will take to supply the spare parts required in case of any need?

VII Please indicate the name, address, phone, fax and e-mail address of the

organization to whom you have supplied the offered items within in India during past five years ? Please furnish the performance certificate from the user organization if any with your bid

-0-

Page 43: TAMIL NADU FIRE AND RESCUE SERVICES DEPARTMENT

43

Criteria for Evaluation of Tenders

� This is a two-bid tender consisting of:

(i) technical-cum-commercial bid and (ii) price bid

� The technical –cum-commercial bid will first be opened in the presence of the tenderers.

� The evaluation of the tender offers will be done in three stages. The rules laid down in

Tamil Nadu Transparency of Tenders Act, 1998 and related rules, will be scrupulously followed.

� If at any stage, a technical flaw is noticed in following the procedures, the procuring

entity will take appropriate decisions and reserve the rights to relax or waive or modify at his discretion any of the condition / specification in the interest of the Department so as to ensure that the overall objective of procurement is not defeated.

Stage I: Rejection of tender offers found technically defective:

a) Only the tender document supplied by this Office or the tender documents which have downloaded from the department’s website free of cost should be used and it should be resubmitted in full shape without detaching any page from it.

b) (i) Each page of the tender document, including technical specifications should be

duly signed for having noted the contents of the tender document. Tenders in any forms other than the forms and schedules issued by the department to the tenderer will not be considered and will be rejected as non-responsive. (ii) Further, the tenderers are requested to put the page number to the tender

documents serially including all enclosures while submitting their tender. c) (i) Those who do not submit the EMD, as defined in this tender document, along with

the tender (unless the vendor is exempted by a specific rule provision for which documents must be submitted along with the tender to prove that he or she is exempted for this particular item) will not be considered. (ii) In case of partial amount of EMD, the tender will be rejected straightaway and the offer will not be considered. In cases where exemption is sought, a plea for producing the exemption documents later will not be accepted. (iii) EMD submitted in a manner other than that specified in the tender document will be considered as not submitted and the tender will be rejected.

d) (i) A vendor who does not answer all the questions in the Questionnaire will not be

considered. Only those offers will be considered in which all questions in the Questionnaire have been answered.

(ii) Oversight will not be taken as a reason for not answering a question. It is presumed that a vendor trying for a deal about equipment related with life-saving would show adequate seriousness about furnishing details about the product offered by him or her.

Page 44: TAMIL NADU FIRE AND RESCUE SERVICES DEPARTMENT

44

e) While supplying information in response to the Questionnaire answers such as “will be supplied later” or “will be intimated later” will not be accepted. Such answers will lead to the conclusion that the vendor is either not an authorized dealer of the said company or is not serious about the deal.

Stage 2. (Evaluation of Essential Features as per specifications in the tender form) The offers that are not rejected at Stage-1, will be examined for the essential features noted below. The information for such evaluation will be taken from those pages of the answers to the questionnaire, which have been signed and carry the seal of the vendor. (Kindly note that information on the pages of the answers to the questionnaire, which are not signed, or do not carry the seal will be ignored. The information on any pamphlets or brochures submitted by the vendor may be used for corroboration and cross checking of the information supplied by him or her in answer to the questionnaire but may not be used unless this information is provided in a signed answer-sheet carrying the seal. An answer like “Please see the marked portion of the pamphlet or brochure attached” may be taken as not answered. The whole transaction will be conducted on the presumption that a serious vendor knows what he or she is selling) The following essential features will be considered at this stage:

1. If the tenderer is a manufacturer, attach a proof for the same. If the tenderer is not a manufacturer, the offer which is not accompanied with a zeroxed copy of an authorization letter from the manufacturer or some other incontrovertible proof that the vendor is an authorized distributor/dealer of the manufacturer, will be rejected.

2. An offer, which is not accompanied with a certificate of approval of the standard by

the competent authority in respect of the product offered, will be rejected.

3. The answers given by the tenderer to the Questionnaire will be taken into account for preliminary verification whether the offer made by the tenderer satisfy the specification and other requirements.

4. An offer which does not meet out the detailed specifications will be rejected. . Failure to comply with the above instructions and an offer which does not meet out the detailed specifications will be rejected.

However, the procuring entity will take appropriate decision and reserve the rights to relax or waive or modify at his discretion any of the condition / specification in the interest of the Department so as to ensure that the overall objective of procurement is not defeated. Stage 3: Selection of the suitable tenders: The offers that are not rejected during stage 2 above will be further evaluated for selection of the suitable items.

Since the tender is for fabrication on suitable chassis and supply of Hazmat ( Emergency Rescue Tender with Hazmat Equipments) as per specifications given in the tender document, further evaluation will be made based on the detailed drawing of the body, water tank/foam tank, pump and PTO mounting and other construction details to be submitted along with tender and also with reference to the details given to the questionnaires in the tender document.

Page 45: TAMIL NADU FIRE AND RESCUE SERVICES DEPARTMENT

45

� In order to complete the technical bids evaluation in a time schedule manner, if the

Tender Scrutinizing Committee has decided to obtain certain clarifications/ addl. particulars from the tenderer in person, the same will be communicated to the tenderer concerned and the tenderer has to depute a responsible person to explain the same before the Committee on a date/time fixed by the Committee. Thereafter, the Tenderer has to furnish the details as explained to the Committee in writing on the same day or within the time limit prescribed by the Committee. Failing to do so, their offer will be rejected as non-responsive.

� While evaluating the technical bids if any one of the tendered equipment does not suit

our conditions as laid down in technical specifications, the Director of Fire and Rescue Services reserves the right:

(1) to relax or waive or modify at his discretion any of the condition/ specification

in respect of the equipment in question in the interest of the Department or (2) to reject all the Tenders in respect of this item without assigning any reasons

whatsoever and (3) to reduce the quantity of equipments to be procured along with Hazmat

(Emergency Rescue Tender with Hazmat equipment) in order to meet out the expenditure within the total amount sanctioned by the Government.

Price bid opening

� The Vendors whose offers have been found to be suitable for the use of this department based on the above mentioned criteria for evaluation alone will be called for opening of their price bid at a later date and time fixed by the department which will be intimated to the tenderer after the technical evaluation of the tender is completed. The Price bid in respect of the selected items under this group alone will be opened. The Price bid will be evaluated as per the criteria laid down in Tamil Nadu Transparency in Tender Rules 2000.

� The tender will be evaluated based on the total cost for chassis, fabrication and supply of equipments/accessories/tools given in the tender document to determine L1. However, if necessary procurement of any equipments/tools/accessories from the successful tenderer may be dropped while evaluating the tender due to cost factor to safeguard the financial interest of the Government or to restrict the expenditure within the sanctioned amount. Hence, break up details of the cost applicable in respect of all equipments/tools and accessories which are included in the total cost should be furnished separately in the price bid for evaluation purpose.

-0-

Page 46: TAMIL NADU FIRE AND RESCUE SERVICES DEPARTMENT

46

IMPORTANT INSTRUCTIONS TO TENDERERS

1. Eligible Tenderers

This Global Tender for supply of “Hazmat (Emergency Rescue Vehicle with Hazmat Equipments ) is invited directly from reputed manufacturers or through their authorized distributors/dealers. 2 Eligible Goods and Services:

2.1. All goods and ancillary services to be supplied under the contract shall have their origin.

2.2 For purpose of this clause, “Origin” means the place where the goods are mined,

grown or produced or from which the ancillary services are supplied. Goods are produced when, through manufacturing processing or substantial and major assembling of components a commercially recognized product results that is substantially different in basis, characteristics or in purposes or utility from its components.

2.3.The origin of goods and services is distinct from the nationality of the Bidder.

3. Cost of Bidding:

3.1. The Bidder shall bear all costs associated with the preparation and submission of its bid, and the Tamil Nadu Fire and Rescue Services Department, hereinafter referred to as “the Purchaser’ will in no case be responsible or liable for those costs, regardless of the conduct or outcome of the bidding process.

3.2 The Bidder is expected to read all instructions, forms terms and specifications in the

Bidding Documents. Failure to furnish all information required by the Bidding Documents or submission of a bid substantially responsible to the Bidding Documents in every respect will be at the Bidder’s risk and may result in the rejection of its bid.

4. Amendment of Bidding Documents:

4.1. At any time prior to the deadline for submission of Bids, the Purchaser may, for any reason, whether at its own initiative or in response to a clarification requested by a prospective Bidder, modify the Bidding Documents by amendments.

4.2 The amendment will be notified in writing to all prospective Bidders, which have

received the Bidding Documents and will be binding on them. The Vendors who have downloaded the Tender documents from the departmental website must intimate the same through the following e-mail address [email protected]) so that any changes can be intimated. Otherwise, it will be considered that the vendor is doing it at his own risk. Addendum or changes if any in any part of the tender will be put up in the above web-site. Hence, it is the responsibility of the tenderer to go through the above web-site before submission of their tender.

4.3 In order to afford prospective Bidders, reasonable time in which to take the

amendment into account in preparing their bids, the purchaser may, at its discretion, extend the deadline for the submission of bids.

Page 47: TAMIL NADU FIRE AND RESCUE SERVICES DEPARTMENT

47

5. Language for preparation of bids

Since it is a Global Tender, the Bid prepared by the Bidder and all correspondence and documents relating to the bid exchanged by the Bidder and the Purchaser, shall be written in English language, provided that any printed literature furnished by the Bidder may be written in another language so long as accompanied by an English translation or Tamil of its pertinent passages in which case, for purposes of interpretation of the bid, the English or Tamil translation shall govern.

6. Earnest Money Deposit 6.1. Earnest Money Deposit amount in Indian Rupee value of 5,00,000 (Five lakhs

only) should be paid along with tender by way of Bankers cheque or DD in favour of the Director of Fire & Rescue Services Department, Chennai should be compulsorily appended with the tender document. Specified small savings instruments or irrevocable bank guarantee will also be accepted. Personal / Company cheques will not be accepted.

6.2. Any tender submitted without EMD and partial payment of EMD will be summarily

rejected. 6.3. If exemption from EMD is sought, proof of certificate of exemption from payment of

EMD for this particular item by the appropriate authority along with an undertaking in lieu of EMD, that he will pay the EMD if the exemption sought is not accepted should be produced along with sealed tenders.

6.4. In case of unsuccessful tenderers, their Earnest Money Deposit will be returned to

them at their cost in due course soon after the final decision is taken on the tenders by the department.

6.5. The Earnest Money Deposit will not bear any interest.

7. Mode of submission of tender offer: (a) Sealed tenders containing :

(i) Technical-cum- commercial bid containing technical details, commercial terms along

with a list of the enclosures such as proof in respect of manufacturer or the authorization letter from the manufacturer, latest local tax clearance certificate if any applicable to the country/origin along with EMD;

and

(ii) Separate price bid in a sealed cover for supply of “Hazmat (Emergency Rescue Vehicle with Hazmat Equipments )”

will be received for and on behalf of the Tamil Nadu Fire and Rescue Services Department so as to reach on or before the due date prescribed. All the tenders shall be prepared and submitted strictly in accordance with the instructions set forth herein. The Tamil Nadu Transparency in Tenders Act 1998 and the Tamil Nadu Transparency in Tender Rules 2000 are applicable for the Tender. (Sealed Tenders means, it may be wax sealed or any other mode of seal at tenderer’s risk which could not be tampered)

Page 48: TAMIL NADU FIRE AND RESCUE SERVICES DEPARTMENT

48

(b) The Earnest Money Deposit in the prescribed format or, if exemption from EMD is sought, proof of exemption from payment of EMD and undertaking in lieu of EMD should be produced along with sealed tenders.

(c )The following address must be written on the OUTER ENVELOPE containing the technical bid cover and Price bid covers:

Deputy Director –Administration, O/o. the Director, Fire and Rescue Services Department, 17 Rukmani Lakshmipathy Road, Egmore

Chennai-600008, Tamil Nadu, INDIA.

This cover shall be superscribed “Tender for supply of Hazmat (Emergency Rescue Vehicle with Hazmat Equipments )”. This cover must reach the addressee i.e. Deputy Director – Administration on or before 8.10.2010 @ 14.00 Hours

(d) The tenderer has the option of sending the offer by Registered Post A/D or by speed post or by Courier or by air mail for overseas delivery before the date and time fixed. The tenderers who could not send their tender by post can put the tender in the Tender Box kept for this purpose at the above mentioned address before the date and time fixed. (e) Delivery of tender in person will not be accepted on any account and the tender submitted after the last date and time will not be accepted under any circumstances. (f) The slit of the tender box shall be 28 cmx 3 cm and therefore, the cover should be brought of suitable size to move inside the slit.

(g) Any relaxation in the mode of submission of tender will be considered only by the

DFRS and his discretion will be final. 8. Furnishing of price bid:

8.1. While furnishing the price bid, the cost for fabrication including chassis and the cost for each of the equipments proposed to be supplied should be indicated separately. The tenderer should provide lockers/space to accommodate all the equipments mentioned in the tender specification irrespective of the fact even if it is decided not to procure certain equipments from them while evaluating the tender due to cost factor or to restrict the expenditure within the sanctioned amount, since the items left out will be procured by the department separately.

8.2. The Bidder shall indicate on the appropriate Price Schedule attached to these documents the unit prices and total Bid Prices of the goods it proposes to supply under the Contract and in case of goods of foreign origin in F.O.B. & C.I.F. cost.

8.3 . Prices indicated on the price Schedule shall be entered separately in the following

manner: -

Page 49: TAMIL NADU FIRE AND RESCUE SERVICES DEPARTMENT

49

For goods offered from within the Purchaser’s country:

8.4.1. The price of the goods, quoted ex-factory, ex-showroom, ex-warehouse or off

the –shelf, as applicable including all customs duties and sales and other taxes already paid or payable;

8.4.2 On the components and raw material used in the manufacture or assembly of

goods quoted ex-factory; or

8.4.3. On the previously imported goods of foreign origin quoted ex-show rooms, ex-warehouse or off-the-shelf.

8.4.4. Any purchaser country sales and other taxes which will be payable on the

goods if this contract is awarded; 8.4.5. Charges for inland transportation, insurance and other local costs incidental to

delivery of the goods to their final destination; 8.5. The Bidder’s separation of price components in accordance with Para. 7 above

will be solely for the purpose of facilitating the comparison of bids by the Purchaser and will not in any way limit the Purchaser’s right to contract on any of terms offered.

9. BID CURRENCIES :

9.1. Price shall be quoted in the following currencies:

(a) For goods and services which the Bidder will supply from within the Purchaser’s Country, the prices shall be quoted in Indian Rupees: and

(b) For goods and services which the bidder will supply from outside the Purchaser’s

country, the prices shall be quoted either in EURO or U.S. Dollars or in the freely convertible currency.

9.2. Further, a Bidder expecting to incur a portion of its expenditures in the performance of the

Contract in more than one currency, and wishing to be paid accordingly, shall so indicate in its bid. In such a case, either (i) the bid shall be expressed in different currencies and the respective amounts in each currency together making up the total price, or (ii) the total bid price shall be expressed in one currency and payments required in other currencies expressed as a percentage of the bid price along with the exchange rate used in such calculation.

10. Conversion to Single Currency:

To facilitate evaluation and comparison, the Purchaser will convert all bid prices expressed in the amounts in various currencies in which bid price is payable; to the Indian Rupees at the selling exchange rate established by the Reserve Bank of India/State Bank of India, on the date of bid opening.

Page 50: TAMIL NADU FIRE AND RESCUE SERVICES DEPARTMENT

50

11. Delivery and Documents:

11.1. No goods shall be shipped or delivered until an intimation, in writing has been applied for an obtained by the supplier from the Director of Fire and Rescue Services that the goods may be delivered.

11.2 Before dispatch from the Contractor’s works all goods shall be adequately protected by painting or by other suitable means for the whole period of transit and storage in a tropical humid climate prior to use, against corrosion and incidental damage including the effects of vermin, strong sunlight, rain, high temperature and humid or salty atmosphere or sea spray. The supplier shall be held responsible for the goods being so protected as to ensure spray. The supplier shall be held responsible for the goods being so protected as to ensure that as far as is practicable it reaches its ultimate destination intact and undamaged.

11.3. The supplier shall be deemed to have included in the bid prices for all material and packing crates or cases appropriate to the particular item of goods necessary for the safe package, conveyance and delivery of the goods.

11.4. The supplier shall arrange to ensure that each box or unit of shipment is legibly and properly marked for correct identification to supply the item to the purchaser. Failure to comply with this requirement shall render the Contractor liable for any additional expenses involved.

11.5. The Contractor shall give complete shipping information concerning the weight, size and content of each package including any other information the purchaser may require

The following documents shall be airmailed to Purchaser within 7 days from the date of shipment: (i) Three copies of the Supplier’s invoice showing Goods description, quantity, unit

price, total amount: (ii) Original and duplicate copies of the negotiable, clean on-board bill of lading

marked freight prepaid and two copies of no-negotiable bill of lading:

a. Three copies of packing list identifying contents of each package: b. Insurance Certificate in triplicate c. Manufacturer’s/Supplier’s guarantee certificate in duplicate. d. Three copies of Inspection certificate, issued by the nominated inspection

agency and the Supplier’s factory inspection report : and e. Certificate of origin in duplicate

12. Insurance:

12.1. The Contractor shall provide for insurance coverage for an amount equal to the CIF or FOR value as appropriate plus an additional 10 per cent thereof and the same shall extend from the date of dispatch of the goods until its arrival at the final designated destination: Chennai Port. The insurance policy should provide coverage against all risks, including those of wars riot, strikes and malicious damage.

Page 51: TAMIL NADU FIRE AND RESCUE SERVICES DEPARTMENT

51

12..2. If the goods or any portion thereof is damaged or lost during transit, the purchaser shall give notice to the Contractor setting forth particulars of such goods damaged or lost during transit. The replacement of such goods shall be effected by the Contractor within a reasonable time to avoid unnecessary delay in supply of goods. The replacement price of items shall be recovered by the Contractor from the insurance coverage provided for this purpose. The import license/port clearance, permit, etc. in respect of a foreign supply contract, required for the purpose shall be made available for such goods. In the case of contracts awarded to domestic contractors, the replacement of goods damaged during transit shall be made free of cost by the Contractor. 13. Transportation:

The goods are to be delivered at site in India at Head Quarters of Tamil Nadu Fire and Rescue Services Department at no.17, Rukumani Lakshmipathi Salai, Egmore, Chennai-8 from Chennai Port at the risk of the contractor. Prices shall be inclusive of cost of the goods free on board at the time of shipment plus the cost of marine freight, land freight and insurance of the goods from warehouse to warehouse. 14. Incidental Services:

As specified in the specifications and in the tender document, the Supplier may be required to provide any or all of the following services;

(a) The manufacturer/ supplier should furnish an undertaking at the time of placing orders

to give warranty for the complete unit including chassis for a period of 5 years from the date of acceptance of the vehicle. Further, all the spares should be supplied at free of cost during the above warranty period. Apart from giving 5 years warranty with replacement of parts during that period, service should be continued up to a period of 20 years from the date of delivery.

(b) Performance & supervisions of on-site assembly and start-up of the supplied goods

(c) Furnishing of tools required for assembly and maintenance of the supplied goods.

(d) Furnishing of a detailed operations & maintenance manual for each appropriate unit of the supplied goods.

(e) Performance, supervision, maintenance and repaid of the supplied Goods, for a period of time agreed by the parties, provided that his service shall not relieve the supplier of any warranty obligations under this contract.

(f) Conduct, training of the Purchaser’s personnel, at the Supplier’s plant and

on-site, in assembly, start-up, operations, maintenance and repair of the supplied goods as mentioned in the technical specifications.

15. Payment:

15.1. The method and conditions of payment to be made to the Supplier under Contract are specified in the Special Conditions of Contract.

15.2. The Supplier’s request(s) for payment shall be made to the Purchaser in writing,

accompanied by an invoice describing, as appropriate, the Goods delivered and

Page 52: TAMIL NADU FIRE AND RESCUE SERVICES DEPARTMENT

52

services performed, and by shipping documents, and upon fulfillment of other obligations stipulated in the contract.

15.3 Payment will be made in the currency or currencies in which the Contract price has

been stated in the Supplier’s bid as well as in other currencies in which the Supplier had indicated in its bid that it intends to incur expenditures in the performance of the Contract and wishes to be paid.

15.4 Payment may be effected through irrevocable letters of credit drawn through a

Nationalized Bank or as decided by the Director of Fire and Rescue Services as follows. In case of a Foreign bidder, the payment will be made based on standard terms of international trade

Tenderer from abroad:

The tenderer from abroad should note that the final acceptance of the vehicle will be decided by the inspecting team only after complete verification of its physical and functional requirements of above specification and then only 90% of the value of the supply at sight against shipping documents.

The supplier shall install, test and deliver Hazmat vehicle and all associated equipments and accessories required to be supplied through their Indian Representative. After delivery of all equipments with Hazmat Vehicle, the supplier shall demonstrate the efficacy of the goods as specified in technical specifications at final destination on purchaser’s demand. Only after installation and commissioning to the satisfaction of the purchaser, the balance 10% payment will be made subject to furnishing of performance guarantee as indicated in the tender document.

Tenderer within India:

The tenderer within India should note that the final acceptance of the vehicle will be decided by the inspecting team only after complete verification of its physical and functional requirements of above specification at the manufacturer’s site before dispatch. Thereafter, the vehicle should be brought by the supplier to the final destination of the purchaser’s place (Chennai) and the supplier shall install, test and deliver Hazmat vehicle and all associated equipments and accessories required to be supplied and shall demonstrate the efficacy of the goods as specified in technical specifications at final destination on purchaser’s demand. Only after installation and commissioning to the satisfaction of the purchaser, 90% payment will be made. The balance 10% payment will be made on receipt of performance guarantee as indicated in the tender document.

16 Taxes and Duties:

16.1. A foreign Supplier shall be entirely responsible for all taxes, stamp duties, license fees

and other such levies imposed outside the Purchaser’s country. 16.2. If the custom duty claimed by the supplier is higher than the actual custom duty levied

by the custom authorities, the custom duty will be paid by the department directly to the customs department as per actuals on receipt of the goods. However, the

Page 53: TAMIL NADU FIRE AND RESCUE SERVICES DEPARTMENT

53

incidental charges for clearing the goods after clearance from customs including Port charges and transportation of the goods to the destination i.e. Purchaser’s Headquarters at Egmore, Chennai should be borne by the tenderer which may be incurred through their Indian Representative and indicate the cost for the same in their price bid.

16.3. A local supplier shall be entirely responsible for all taxes, duties, license fees, etc,

incurred until delivery of the contracted goods to the Purchaser. 17. Validity of the offer: 17.1. The rate shall be valid for 180 days from the date of opening of the tenders. 17.2. Further, the tenderer shall agree to extend the validity of the tender without altering

the substance and prices of their Bid for further periods, if any, required by the purchaser.

18. Reservation of Rights:

� While evaluating the technical bids If any of the items tendered does not suit our conditions as laid down in technical specifications, the Director of Fire and Rescue Services reserves the right:

(1) to relax or waive or modify at his discretion any of the condition / specification in

the interest of the Department (2) to reject all the Tenders in respect of this item without assigning any reasons

whatsoever. -0-

Page 54: TAMIL NADU FIRE AND RESCUE SERVICES DEPARTMENT

54

OTHER GENERAL TERMS AND CONDITIONS FOR THE TENDER FOR THE SUPPLY OF THE TENDERED ITEMS TO FIRE AND RESCUE SERVICES DEPARTMENT. Tender Form

1. The tender schedule is not transferable and only the tenderer to whom it is officially issued

by the Fire and Rescue Services Department should use it. 2. The Vendors who have downloaded the Tender documents from the departmental website

must intimate the same through the following e-mail address: [email protected] , so that any changes can be intimated. Otherwise, it will be considered that the vendor is doing it at his own risk.

3. Only the original tender document supplied by this Office or the tender documents which

have downloaded from the department’s website should be used and it should be resubmitted in full shape without detaching any page from it duly signed on each page for having noted the contents of the tender document. Xerox copies of copies typed on paper will not be accepted and the offer will be rejected.

4. Incomplete tender documents will be rejected.

5. When the tender is made by an individual, it shall be signed with his name and address

and in case of partnership firm, it shall be signed by one of the Partners empowered to submit tenders on behalf of the partnership as contemplated. If it is made by a Company or Corporation it shall be signed by an officer duly authorised for the purpose. In all cases, the status of the tenderer, whether a Proprietorship, Partnership, Company or Corporation should be furnished in the covering letter with full address of the tenderer's name, names of Partners, Directors etc., The tenderer should also furnish such particulars / evidence as may be required by the competent authority in this Department before execution of the agreement.

6. If any covering letter accompanying the tender document is in the tenderers letter head

form, all terms and conditions printed therein should be scored out and duly authenticated. It should be distinctly understood that such printed terms and conditions in the letter head will not have any binding on this Department and those terms and conditions quoted in the tender document only will be considered.

7. No erasures, interpolations or alterations will be allowed except when initialed by the tenderer.

8. The vendor if he wishes, may, apart from the answers to the questionnaire enclose

brochures and leaflets. Earnest Money Deposit 9. The Earnest Money Deposit should be furnished as mentioned in the “Important

instructions to the tenderers” given in this tender document.

Page 55: TAMIL NADU FIRE AND RESCUE SERVICES DEPARTMENT

55

Prices: Details to be furnished and conditions

10 (a) Rates should be shown distinctly in words as well as figures. (b) Prices quoted should include the cost of all accessories essential to make the

equipment/ article fully functional. (c) The price bid should be furnished as mentioned in the “Important instructions to the

Vendor” given in the tender document. (d) If a foreign vendor is willing to participate in the tender directly, he should furnish his

offer as mentioned in the “Important instructions to the Vendor” given in the tender document.

(e) Further, the tenderer shall agree to extend the validity of the tender without altering the substance and prices of their Bid for further periods, if any, required by the purchaser.

(f) No charges other than those mentioned in the supply order will be paid under any circumstances.

Evaluation of tenders:- 11. The evaluation of tenders will be made as per Stage-1,2 and 3 of “ Criteria for evaluation

of tenders” given in the tender document. Warranty 12 (a) The warranty period shall be as may be stipulated for the article concerned from the

date of supply. (b)The warranty shall cover defects in materials or bad workmanship under normal use and

service for the period of warranty notwithstanding the fact that the material were inspected and approved by inspecting officers.

(c) Warranty should be given by the tenderer as mentioned under the technical specifications given in this tender document.

(d) The tenderer should supply spare parts through the whole designed lifespan of quoted

superstructure up to a period of 15 years (e) The tenderer should make necessary arrangements to undertake any repairs in the

GRP materials used in the fabrication for a period of 15 years locally at Chennai or nearby area.

(f) After the warranty period is over, spare parts list with quantities (based on anticipation of

frequency of replacement) for gap of 5 years after hand over of equipment shall be provided with the prices validity of one year. Further, after the warranty period is over, quantities of consumable spare parts shall be listed separately and made available for a period of 5 years of preventive maintenance.

Acceptance of tender 13 (a) The lowest tender will not necessarily be accepted. (b) Notification of acceptance of tender by the Department shall be deemed to result in and

constitute a valid and considered contract binding on the tenderer. If the tenderer withdraws his / her tender after acceptance by the Department, the EMD shall be forfeited.

Page 56: TAMIL NADU FIRE AND RESCUE SERVICES DEPARTMENT

56

Release of Purchase Order. 14. The contractor should examine carefully the purchase order immediately on receipt and

bring to the notice of the indenting officer within five days of receipt of purchase order and discrepancy with regard to the quantity ordered, specifications, packing, etc., for prompt rectification. The letter should be sent by registered post Acknowledgement due. Meanwhile, supply of the materials, which are cleared in all respects for despatch and acceptance by the consignees shall be arranged by the date mutually, agreed upon and should not be held up for any reason whatsoever.

Security Deposit 15 (a) Security Deposit equivalent to 5 percent of the total value of the supplies contracted for

will have to be furnished by the successful tenderer. This security may be in the form of Cash or Demand draft or Bankers’ cheque or specified small savings instruments or where the procuring entity deems fit, irrevocable bank guarantee in a prescribed form. This is liable to be forfeited either in full or in part for any breach of conditions of contract or default on the part of the contractor.

(b)If the successful tenderer fails to remit the Security Deposit and execute the agreement

within the period specified the Earnest Money Deposit will be forfeited The security deposit will be refunded only upon satisfactory fulfillment of the contract after completion of supply of the entire materials ordered and expiry of the guarantee period duly adjusting the amount due to the Department if any.

(c) Security Deposit paid by the successful tenderer will not bear any interest. (d) If a vendor is from abroad, he may authorize his Indian Representative to furnish the

Security Deposit on his behalf. Agreement 16 (a) The successful tenderer should execute an agreement in non-judicial stamp paper,

having a face value of Rs.100/- or any other value intimated in the provisional order within the date specified therein in the Form, which can be seen at the Office of the Director of Fire & Rescue Services, Chennai, for the due fulfillment of the contract The Stamp duty on the agreement shall be borne by the successful tenderer. The foreign v endor may authorize his Indian Representative to sign the agreement on his behalf.

(b) On their executing the agreement, the Earnest Money will be returned to them. In case

firms outside Tamil Nadu State the EMD will be returned by money order or by DD and the money order commission or DD commission will be deducted from the amount refundable

(c) If the tenderer is from abroad, payment terms for imports shall be based on standard terms of international trade and the payment will be effected through irrecoverable letters of credit drawn on banks at the rate fixed as per negotiation.

Page 57: TAMIL NADU FIRE AND RESCUE SERVICES DEPARTMENT

57

Delivery/Acceptance, installation and Commissioning.

17 (a)The rates accepted will be for delivery at such destinations as indicated in the tender document or in subsequent purchase order.

(b)The delivery period should be mentioned by the Tenderers in their offers. However, the maximum time limit for supply of the goods will be fixed by the Director while executing the agreement with the successful tenderer. The supplier shall reckon the delivery period from the date of receipt of the purchase order. The date of delivery as per postal acknowledgement due in the case of purchase order sent by post or the date of delivery if delivered in person or through special messenger shall be deemed to be the date of receipt of the purchase ordered

(c )Delivery period is inclusive of pre-delivery inspection. The date if delivery of materials in good condition to the consignees shall be the date of supply. The rate of progress indicated in the purchase order should be maintained. The materials should be delivered to the consignees as per the purchase order placed.

18. The terms and conditions for acceptance, delivery, installation and commissioning of the vehicle along with equipments/accessories/tools which are mentioned under technical Specifications should be followed.

19 (a) Where their supply is not completed within the delivery schedule, without prejudice to the right of the Department to cancel undelivered portion of the purchase order, extension

of time may, if so required by the contractor may be granted at the discretion of this Department. Such extension of time will entail recovery of penalty from the contractor at one percent per week, on the value of the undelivered quantities subject to a maximum of five percent of the value of the undelivered quantity. However, the Director may waive the penalty on valid reasons as per his discretion. .

(b)The officer authorised by this Department will have the right to cancel the purchase order and to recover from the contractor liquidated damages at 2% of the value of the undelivered quantity or the extra financial commitment to this Department on the purchase of the balance quantity, whichever is higher besides forfeiting the security deposit.

Performance guarantee 20. 10 percent of the payment amount will be retained during the warranty period as

performance guarantee and will be paid after successful completion of the warranty depends upon the items if necessary as decided by this Department. Alternatively, if the tenderer gives an irrecoverable Bank Guarantee in lieu of the balance 10 percent, the department reserves the right to accept the same. If a vendor is from abroad, he may authorize his Indian Representative to furnish the Performance Guarantee on his behalf. If the warranty period exceeds 2 years, the minimum period for which performance guarantee to be given and the alternative method to ensure the warranty period exceeding 2 years will be decided during the negotiation with the successful tenderer.

Payment: .21. Payment terms and conditions already mentioned in the “Important instructions to the

tenderers” given in this tender document.

Page 58: TAMIL NADU FIRE AND RESCUE SERVICES DEPARTMENT

58

Others: 22. The tenderer should furnish details of orders executed for Government Departments /

Departments / autonomous boards etc., and details of orders on hand or pending execution. Certificates in proof of these should also be furnished.

23. The Director of Fire & Rescue Services Department, Chennai, acting on behalf of the Governor of Tamil Nadu or any other authority empowered in this matter shall have the right of rejecting any tender without assigning any reason for doing so.

24. The proposed quantity to be procured in respect of each item is mentioned in the tender

document in relevant page. However, the Director of Fire & Rescue Services Department, Chennai or any other authority empowered shall have the right or requiring a successful tenderer to supply a greater number or reduce the number than the number or quantity mentioned in the schedule

25. Tenders will be liable to rejection for the following reasons apart from any other reasons

mentioned anywhere else in this document.

a. If the country of manufacture and of the origin of material used in manufacture of articles is not noted in the tender.

b. If the tender is not in the form supplied by this Office or downloaded from the departmental website.

c. If the offer is not as per the specifications mentioned in this tender document. d. If samples of / models of articles quoted are not submitted as and when

required for technical evaluation test. e. If the tender is not accompanied by the receipt of Earnest Money. f. If the tenderer enters any restriction on other conditions in his tender. g. If the tenderer enters one rate in figures and another in words and declines to

abide by the lower of the two. h. If the tenderer alters the period of supply or expunges any clause in the form of

tender, and i. If the tender is presented without signature.

Reservation of rights 26. The authority competent reserves the rights:-

(1) The Tender Inviting Authority may extend the last date and time for receiving tenders after giving adequate notice to all intending tenderers in cases where:-

(a) the publication of the tender notice has been delayed (b) the communication of changes, in the tender documents to the prospective

tenderers took time (c) any of the tenderers requested clarifications communication of which took

time to all the tenderers and (d) any other reasonable grounds exist, for such extension which shall be

recorded in writing by the Tender Inviting Authority.

Page 59: TAMIL NADU FIRE AND RESCUE SERVICES DEPARTMENT

59

(2) If at any stage, a technical flaw is noticed in following the procedures, the procuring entity will take appropriate decisions to ensure that the overall objective of procurement is not defeated. (3) After negotiation with the tenderer and before passing the order accepting a tender, if the Tender Accepting Authority decides that the price quoted by such tenderer is higher by the percentage as may be prescribed over the schedule of rates or prevailing market rates, the tender shall be rejected. (4) The Tender Accepting Authority before passing the order accepting a tender, may also reject all the tenders for the reasons such as changes in the scope of procurement, lack of anticipated financial resources, court orders, accidents or calamities and other unforeseen circumstances. (5) The purchaser reserves the right to:-

(i) vary the quantity finally ordered to the extent of 25% indicated in the Tender

document. (ii) To split the tender quantity and place orders on one or more than one firm

to meet the delivery requirements. (iii) Recover losses, if any, sustained by this Department, from the supplier who

pleads his inability to supply and backs out of his obligation after award of contract. The EMD and the Security Deposit paid shall be forfeited.

(iv) To cancel the orders for not keeping up the delivery schedule. (v) To award contract to one or more tenderers in respect of each item covered

by the tender. (vi) To reject any or all the tenders without assigning any reasons therefor. (vii) To relax or waive or modify at his discretion any of the condition / specification in the interest of the Department. (viii) The decision of the tender accepting authority in this regard shall be final, conclusive and binding on the supplier.

Certificates and Details to be furnished 27. Latest sales tax verification certificate should also be appended with the tender document.

28. The following certificates should also be furnished, if

i. Valid NSIC Registration Certificate, if registered under NSIC ii. Valid SSI Registration Certificate, if registered under SSI

CERTIFICATE BY THE TENDERER

I / we have gone through the terms and conditions and will abide by them as laid down above and in other sections of this Tender document. I / We hereby declare that the particulars furnished by us in this offer are true to the best of my / our knowledge and we understand accept that, if at any stage the information furnished are found to be incorrect or false, we are liable for disqualification from this tender and also liable for any penal action that may arise due to the above. Signature of the Tenderer with Date and Seal.

Page 60: TAMIL NADU FIRE AND RESCUE SERVICES DEPARTMENT

60

UNDERTAKING FOR EXECUTION OF CONTRACT

Tender for the Supply of Articles. ( To be signed by the tenderer) To The Governor of Tamil Nadu, represented by The Director, Office of the Director of Fire & Rescue Services, Egmore, Chennai 600 008. I, hereby contract and agree on the acceptance of this

Tender to supply to the Government of Tamil Nadu ( hereinafter referred to as “the

Government” ) in accordance with the conditions of contract stated below, the articles

specified in the schedule below of the quality of sort and at the rate of price therein specified

and I hereby forward a sum of Rs.5,00,000/- ( Rupees Five lakhs only) as Earnest Money

Deposit to be returned to me if this tender is not accepted.

If this tender should be accepted, I hereby undertake to execute within the date specified the

department, a contract in accordance with the terms and conditions of contract aforesaid

together with such further usual conditions as before the execution of the contract may be

agreed upon between the successful Tender and the authority concerned in the Department.

Signature of the Tenderer with Date and Seal.

Page 61: TAMIL NADU FIRE AND RESCUE SERVICES DEPARTMENT

61

CONDITIONS TO BE INCORPORATED IN THE AGREEMENT TOBE MADE WITH THE SUCCESSFUL TENDERER

1. This contract is to last for one year certain from its date. But in the event of any breach of

agreement at any time on the part of the contractor, the contract shall be terminated by the Director of Fire and Rescue Services, Chennai on behalf of the Governor of Tamilnadu upon giving fifteen days’ notice to the contractor.

2. The articles to be supplied under this contract are to be of the quality or sort above mentioned

and in every respect equal and answerable to the patterns or submitted during evaluation and such as the Director or any other duly authorised by him shall approve.

3. The articles are to be delivered free of charge at the contractor’s risk in such quantities or

number at such times and in such manner as the Director of Fire and Rescue Services, Chennai or anyone duly authorised by him shall from time to time order.

4. Rejected articles shall be removed by and at the expense of the contractor within seven days

after notice shall have been given him of the rejection. If not so removed, the Director of Fire & Rescue Services, Chennai may cause the articles to be removed and charge the contractor with all expenses incurred in such removal.

5. In case of failure by the contractor to deliver articles demanded from him within the period limited

for delivery or in case of articles delivered by him not being the stipulated quality, sort, weight or measure or in case of articles being delivered without a correct invoice in triplicate, the Director of Fire & Rescue Services, Chennai or anyone duly authorised by him shall have power to reject any such articles and to purchase others instead of any articles so rejected or not delivered unless the contractor shall himself forthwith supply orders that shall be sufficient and satisfactory and any excess cost so incurred by the Government over the contract price together with all charges and expenses attending the purchase shall be recoverable by the Government from the contactor.

6. In case of failure to complete the supplies within the date of delivery specified in terms of the

contract placed on the contractor the difference between his offer and the next selected offer shall be recoverable by the Government from the contractor.

7. The contract or any part, share or interest in it is not to be transferred or assigned by the

contractor directly or indirectly to any person or persons whomsoever without the written consent of the Director of Fire & Rescue Services, Chennai.

8. The contractor shall make his own arrangements for obtaining import licences in respect of

articles tendered for supply under this contact from the authorities concerned and in no case will his applications in this regard be forwarded.

9. With every delivery of articles under the contract, the contractor should send invoices or bills in

triplicate, which after verification will be passed for payment. 10. The Government hereby agree that during the term fixed by this contract, and except as herein

provided Government shall not purchase from any persons other than the contractor or from any Company or Corporation all or any quantities of the goods or materials agreed to be supplied by the contractor.

Page 62: TAMIL NADU FIRE AND RESCUE SERVICES DEPARTMENT

62

11. Nothing herein contained shall prevent the Director of Fire and Rescue Services, Chennai from

at any time requiring the contractor to supply and delivery any larger number of any one or more of the said articles than the number of the same mentioned in the said schedule and in any such case and so often as the same shall happen, the contractor shall and will supply and deliver as aforesaid such additional number of all or any of the said articles subject to the several provisions herein contained as shall be required by him and nothing herein contained shall render it obligatory on the Director of Fire and Rescue Services, Chennai to take from the contractor the whole or any of the said articles and the contractor shall supply and deliver under this contract only such of the said articles as shall from time to time be required by or on behalf of the Director of Fire & Rescue Services, Chennai.

12. Any notice to the contractor shall deemed to be sufficiently served if given or left in writing at his

usual or last known place of abode or business. 13. The contractor shall furnish money security for the due fulfillment of the contract equivalent to 5

percent of the total value of the supplies contracted for. This security may be in the form of Cash or Demand draft or Bankers’ cheque or specified small savings instruments or where the procuring entity deems fit, irrevocable bank guarantee in a prescribed form.

14. Upon the complete fulfillment of this contract by the contractor to the satisfaction of the

Government or any officer duly authorised by them, the security furnished by the contractor shall be returned to him, less the amount if any due by the contractor to the Government

Noted the contents:

( Contractor’s Signature )

Page 63: TAMIL NADU FIRE AND RESCUE SERVICES DEPARTMENT

63

(Not applicable if the Tenderer is from abroad) FORM OF CERTIFICATE OF SALES TAX VERIFICATION TO BE PRODUCED BY AN APPLICANT FOR CONTRACT OR OTHER PATRONAGE AT THE DISPOSAL OF THE GOVERNNMENT OF TAMIL NADU.

( To be filled in by the applicant ) 1. Name and style in which the applicant is assessed or assessable to Sales-Tax and address for the purpose of assessment. 2. Name and address of all companies firms or association or persons in which the applicant is interested in his individual or fiduciary capacity. 3. The districts, taluks and divisions in which the applicant is assessed to Sales-Tax. (All the Places of business should be furnished) 4. (a) Total Contract amount or value of patronage in The preceding four years:- 2006-07 2007-08 2008-09 2009-10 (b ) Particulars to Sales-Tax for the preceding four years:- Year Total T.O. Total Tax Total Tax Balance due Reason assessed assessed paid for balance (1) (2) (3) (4) (5) (6) Rs. Rs. Rs. Rs. Rs. 2006-07 2007-08 2008-09 2009-10 (c) If there has been no assessment in any year Whether returns were submitted and if they were, the division in which the returns were sent.

Page 64: TAMIL NADU FIRE AND RESCUE SERVICES DEPARTMENT

64

(d) Whether any penal or proceeding for the recovery of sales-tax is pending. (e ) The name and addresses of branches, if any I declare that the above information is correct and complete to the best of my knowledge and belief.

Signature of the Applicant: Address: Date: (To be filled in by the Assessing Authority) In my opinion the applicant mentioned above has been / has not been doing everything possible to pay the tax demands promptly and regularly and to facilitate the completion of pending proceedings. Deputy Date Seal: _ _ ______ Commercial Tax Officer. Assistant A separate certificate should be obtained in respect of each of the places of business of the applicant from the Deputy Commercial Tax Officer or Assistant Commercial Tax Officer having jurisdiction over that place. Note: If the tenderer is not able to get the above certificate from the Commercial Tax Department before the due date of tender, the details for in the format should be furnished along with tender. The certificate from the Assessing Authority may be furnished separately before finalization of the tender.

Page 65: TAMIL NADU FIRE AND RESCUE SERVICES DEPARTMENT

65

FORMAT ( Note: To be furnished in “ ENVELOPE –B” )

PRICE BID FOR SUPPLY OF “ one ready built Hazmat (Emergency Rescue Tender along with Hazmat Equipments)” as mentioned in the

tender document . (Price bid for different makes/models should be furnished in a separate sealed cover. This format may be Xeroxed for furnishing price bid for

different make/ models) S.No

(i) Make and Model

(ii) Country or origin of the article

or components

Basic Price

(In case of a foreign

tenderer, the prices shall

be quoted either in U.S.

Dollars, Pounds, Euro or

any other freely

convertible currency)

Sales Tax

(In case of a

foreign tenderer,

local sales tax or

any other similar

tax applicable at

the supplier’s

place)

Other taxes,levies,

charges including

Customs duty, Excise

duty and transportation

charges etc. (specify the

type of tax/charge and the

amount for each such

item)

Total including

Sales Tax and all

other taxes and

levies and charges

Please mention

if any discount

is offered

Other details

(FOR terms,

Payment terms,

Validity and

Delivery

Schedule should

be furnished in

this format)

1 (a)Cost for Chassis and

fabrication of Hazmat duly fitting

with all provisions as mentioned

in clause 1.1 to 1.18 of the

specifications given in the tender

document duly taking into

account the travel and

accommodation charges for the

inspection team and training to be

given to the personnel and to

satisfy the warranty terms as

mentioned in the tender document

(b) Total cost for supply of all

equipments/ accessories / tools as

mentioned in clause 1.19 to 1.34

of the specifications given in the

tender document

Grand total

Note: Break up details of the cost for each equipment/accessories/tools should be furnished in the following format

Page 66: TAMIL NADU FIRE AND RESCUE SERVICES DEPARTMENT

66

The tender will be evaluated based on the total cost for chassis, fabrication and supply of equipments/accessories/tools given in the tender document to determine L1.

However, if necessary some of the equipments may not be procured from the successful tenderer due to cost factor or to restrict the expenditure within the sanctioned

amount. Hence, break up details of the cost applicable in respect of all equipments/tools and accessories which are included in the total cost should be furnished for

evaluation purpose as follows

Sl.no. Mention all the equipments/tools/

accessories as mentioned in the

technical specifications one by one

and furnish the cost for the same

against each..

Basic Price

(In case of a foreign

tenderer, the prices shall

be quoted either in U.S.

Dollars, Pounds, Euro or

any other freely

convertible currency)

Sales Tax

(In case of a foreign

tenderer, local sales

tax or any other

similar tax applicable

at the supplier’s

place)

Other taxes,levies,

charges including

Customs duty, Excise

duty and transportation

charges etc.

(specify the type of

tax/charge and the

amount for each such

item)

Total including

Sales Tax and all

other taxes and

levies and charges

Please mention

if any discount

is offered

Other details if

any

Note: Attach additional sheet for furnishing the details.

Signature of the tenderer