Professional Documents
Culture Documents
This document is a part of tender document, wherein general terms and conditions of the
tender are given. The bidders / tenderers are requested to go through both the documents
before submitting the bid / tender.
A. Disclaimer
B. N.I.T.
C. Scope of Work
[C-1] Qualification Criteria (Commercial) Annexure I-A
[C-2] Qualification Criteria (Technical) Annexure I-B
D. Information to Be Provided By the Tenderers (Form No. 3)
D-1 Vendor Enrollment Form
D-3. Manufacturer,s Notarized Authorization Letter (D-3) Annexure -II
D-4 Details of Service Centre / Dealers in M.P. Annexure -III
D-5 {D-2) Declaration / Undertaking (Affidavit) Annexure -IV
D-6 Annual Turnover Statement Annexure -V
E. Specification of Product Annexure -VI
F. Instructions to Tenderers
F-1 Rate Proforma Annexure -VII
A. Disclaimer
Though adequate care has been taken in the preparation of this Tender Documents, the Tenderer
should satisfy himself that the Documents are complete in all respects. Intimation of discrepancy, if any,
should be inform to M.P.LUN 10 days before the due date of tender. If M.P.LUN receives no intimation, it shall
be deemed that the Tenderer is satisfied that the Tender Document is complete in all respects.
B) The bids are invited under e-tender bid system and bidding process will have following steps:
Each stage will take place on the date and time mentioned against them.
The registration fee Rs. 2,500/- (service tax extra) for S.S.I. Unit of MP and Rs. 3,500/- (service tax
extra) for others than S.S.I., and an amount of EMD detail is mentioned at annexure "AA", EMD will
be paid group wise separately only through DD in favour of Madhya Pradesh Laghu Udyog
Nigam Ltd payable at Bhopal before the last date & time of bid submission. The letter of payment should
be addressed to:-
Manager (Tender)
Marketing Department
MP Laghu Udyog Nigam Ltd
Panchanan Bhawan, TT Nagar
Bhopal 462003
EMD Details
The tender is issued in various groups as per nature of products for procurement of Various Type of
Items under annual rate contract system for supply to Sinhastha Kumbh Mela 2016 and other Govt.
Departments of Govt. of M.P. as per requirement.
F. Instructions to Tenderers
The tenders are invited under e-tendering system from the Indian manufacturers or their only one
dealer/distributor duly authorized to participate in this tender. The tenderer are required to carefully read the
general terms and conditions of the tender, along with special terms and conditions and submit the document
on website only after fixing their digital signatures as a token of acceptance.
All Tender Documents shall be uploaded in JPG or PDF format only, in minimum resolution of 600
DPI. Document uploaded in other format will not be considered.
Scanned copies of all desired documents mentioned in Qualification Criteria and EMD must be
uploaded on website. Tenderer must submit hard copies of complete technical bid including qualification
criteria and related documents/technical literature/Boucher duly attested except Price Bid along with proof of
EMD and Web site registration fee. These documents must be dropped in e-Tender drop box placed at Ist
floor of Panchanan Bhawan, Malviya Nagar, Bhopal, before last date and time of bid submission.
All documents uploaded on web site must be clear and readable. In case of any non clarity of
uploaded documents or any dispute over documents uploaded online in E-Tender, the hard copies submitted
by the tenderer shall be treated final.
Tenderer are advised to upload their Bids well in time without waiting for last date of Bid submission
in order to avoid congestion or any other unforeseen circumstances.
G) Bidding System
The tender is invited under two bid system, i.e. Technical Bid and Price Bid. First of all the EMD will
be opened, thereafter the technical bid shall be opened and will be evaluated as per the specifications, terms
and conditions. The price bid of only those eligible bidders, who are found to be responsive as per the
specifications, terms and conditions will be opened.
The technical bid consists of EMD, Qualification Criteria and technical specification of the desired
product.
The bidder shall also submit the specification's compliance / deviation report duly filled, signed and
clearly brings out the deviation from the specification if any, in Annexure -VI.
Details of quoted products and its Make & Models without mentioning the price.
If desired document / information is not submitted with the technical bid then tender will be
treated as rejected .
Rates should be filled-in prescribed price schedule available in Portal only; price schedule (Rates)
should not be submitted in Technical Bid otherwise tender shall be rejected.
i. The price quoted /accepted will be binding till the complete supply. Any increase in the price will not
be entertained till the completion of the tender period.
ii. It will also be the responsibility of the Vendor to inform and pass on the benefits due to Statutory /
Budgetary reduction in Excise and Custom duty, immediately after its publication in the Gazette.
After one week of publication of Gazette the MPLUN shall be free to revise the price (s) and the
Vendor will be bound to accept the revised price applicable from the date of Notification in the
Gazette, else their EMD / Performance Guarantee shall be forfeited and action for black
listing/debarring the Vendor / Company may also be taken.
iii. Bidder already in the rate contract with MPLUN shall have to give an undertaking, that they don't
have any dues with MPLUN and their declaration to allow MPLUN to recover the dues if any from the
new securities.
3. Inspection:
The Products shall be inspected before supply by the Technical deptt. or as decided by the Marketing
Committee.
The bidder or their OEM should have service & maintenance centre / dealer network in Madhya
Pradesh, with a team of trained service engineer / technical staff the details in this regard as per
annexure-III must be submitted.
The bidders shall have demonstrated the equipment if required on receipt of information / date after
the technical evaluation of offer is carried out by MPLUN. All expenditure related with the
Demonstration shall be borne by the bidder only.
6. Competitive prices & fall clause:-
The rates quoted/submitted should be supported with the prevailing market rates of the products of
similar specifications. In case the DGS&D rate contract or any other contract is available for the
quoted/offered product the same should be attached as evidence of the above. It is to be noted that
as per tender condition the Fall Clause will be used if it comes to the knowledge that products has
been supplied at lower price than what has been quoted to MPLUN. In case this condition is not
fulfilled, the tender will be liable to be rejected.
7. The tenderer shall furnish a notarized authorization in the format given in Annexure -II (D-III).
8. Packing:-
The supplier shall provide such packing of the Goods as is required to prevent their damage or
deterioration during transit to their final destination as indicated in the contract. The packing shall be
sufficient to withstand, without limitation, rough handling during transit and exposure to extreme
temperatures, salt and precipitation during transit and open storage.
9. Warranty/Guarantee:
The Warranty/Guarantee of products will be one year. During Warranty/Guarantee period if any faults
/ problem occurred in handling of supplied products, the Bidder/OEM must repair/ replace the
products, within 10 days time period otherwise penalty may impose as per condition. The down time
should not be more than 72 hrs, otherwise a penalty of Rs. 500/- per day at a maximum of Rs.
5000/- in first instance else up to Rs. 10,000/- shall be imposed:-
10. Permits and Licenses:
The bidder/OEM shall secure at his own expenses all permits and licenses and pay all charges and
fees and give all notices necessary and due in connection with the lawful supply/execution of
concerned products.
10. Change of conditions:-
MPLUN reserves the right to change any or all of the provisions of this tender. Such changes
would be intimated to all the bidders / tenderer.
11. Accessories:-
Tenderer should give guarantee for availability of spare parts and consumables for a period of
minimum 3 years from the date of supply/installation.
12. Performance Guarantee:
The successful bidders shall have to deposit a performance guarantee for an amount equivalent to
5% of the supply order value within 15 days of the issuance of supply order for ensuring timely and
successful completion of tender works with MP Laghu Udyog Nigam Limited for a period of one
year or mela period. The performance Guarantee shall be in form of DD/FDR/BG from a nationalized
Bank, if the performance guarantee given by bidder in form of BG then it should be on suitable non-
judicial stamp paper valid for a period of minimum one year. The Performance Guarantee in any form
should be in favour of MP Laghu Udyog Nigam Limited.
14. Tenderer are required to submit the MRP of their quoted item and in the absence of any MRP
from manufacturer the cost estimation carried out by the authorities such as Government
Engineering College / IRS/RITES/SGS or certified Chartered Engineer.
15. DISPUTES ARBITRATION FINAL AUTHORITY: Any dispute or claim arising out of non
execution of the agreement, breach, thereof or in any manner pertaining to, or arising out of or
relating to it shall be referred to the Managing Director of the MPLUN who shall be sole arbitrator
and whose finding shall be final and binding.
Note to Tenderer:
Tenderer shall submit self certified copy of feasibility study report issued by
MPLUN/DGS&D/Rites/IRS/SGS/any Govt. Engineering College for tendered item, valid for 3 year
from the date of issue. It is mandatory that unit’s production capacity (annual) should be categorically
mentioned in the feasibility report.
For feasibility study from MPLUN, vendor enrollment form enclosed as per D-1 in tender document
and feasibility fees ((Rs. 1000/- plus applicable service tax, for M.P. based units and Rs. 5000/- plus
applicable service tax for out of state units, in the form of DD in favour of M.P. Laghu Udyog Nigam
Ltd., Bhopal) be submitted.
Annexure I-A
PLACE:
DATE: Seal & Signature of tenderer
Name Of Group
Group-A Fire Fighting Equipments & Accessories
Group-D Traffic Items
Group-E Security & Surveillance Equipments
Group-G Miscellaneous Items
PLACE:
DATE: Seal & Signature of tenderer
[C-2] Qualification Criteria (Technical) (FOR GROUP-B- HOLD UP FENCE & GROUP-C
CROWD CONTROL & ROAD SAFETY ITEMS)
B- In case of Medium & Large Scale Units and outside state Units:
Registration certification by any ‘Statutory Competent Authority’ for
manufacturing of tendered item. “OR” Self certified copy of valid ISO
certification for manufacturing of tendered or similar Items.
2. The Bidder must have an average audited annual turnover of more than 50
Lakhs during last three financial years ending previous financial years ie.
March 2015. Audited, balance sheets for the past three financial years
which shall include the annual turnover, net worth and profit and loss
statements duly signed and stamped by registered chartered Accountant.
3. Experience For Group-B The tenderer must have successfully completed
work of manufacturing. providing & fixing, maintaining the Holdup Fence in
last 12 years or previous Sinhastha /Kumbh Mela. In this regard, they must
submit supporting documents to compliance of satisfactory completion of
work.
4. Experience For Group-C The tenderer must have successfully Supplied
tendered items mentioned in group "C" to Govt. Deptt. during last 12
years or previous Sinhastha /Kumbh Mela. In this regard, they must submit
supporting documents to compliance of satisfactory completion of work.
i) Duly signed photo copy of documents desired at C-1 (Qualification Criteria - Commercial).
ii) Duly signed photo copy of documents desired at C-2 (Qualification Criteria - Technical).
iii) Duly signed tender documents, Terms and Condition and Specification etc.
PLACE:
DATE: Seal & Signature of tenderer
8 In one category the Tenderer must quote only one best suitable model. The multiple quotes
must be supported with additional EMD else the offer shall be liable for rejection.
9 Provisions of Store Purchase Rules (as amended from time to time) and the State Government’s
Circular No. F-12-2/94/11/A dated 05/04/1995, Circular No. F-12/40/92/11/A dated 04/09/1992
and Circular No. F-6-8/03/11/A dated 19/02/2003 may be applicable, as and when required.
10 Tenderers those are having Rate Contract with DGS&D or any other Government Department
are required to submit copy of the same with this tender offer.
11 Tenderer should also submit certified copy of prevailing Dealer price/MRP along with tender.
12 Precautions:. All the tendering units must provide literature containing all precautions
related with safety measures during operation, preferably in Hindi.
13 Marking:
Each packing shall be marked with the following
a Manufacturers name and trade mark
b Supplied through MPLUN
14 Precautions: All the tendering units must provide literature containing all precautions related
with safety measures during operation, preferably in Hindi/English at the time of supply.
15 We have read the above Terms and Conditions carefully and accordingly prepared the tender.
We also agree to strict adherence of above including all tender conditions.
16 The MD MPLUN reserves the right to accept any tender in full or part irrespective of lowest
quote, or reject any one or all tenders without assigning any reason.
5. Name of Director/Proprietor/Partner
with address complete. Tel.No.
Mob.No.-
6. Name of contact person with
Telephone No./Cell No. & Address
8. Whether unit is Limited Co./Pvt. Ltd. Co. /Partnership Firm/Proprietary Firm (With proof of
document)
9. Registration No. (Sales tax/VAT, Commercial tax, Service tax etc,)
10. Capacity of tendered product (Item wise) _______
11. Whether Excise Duty is applicable or not YES NO
12. Area of premises (Godown) ( in Sq.Ft.)
13. Details of Manpower:
(a) Managerial Staff
(b) Office Staff
(c) Technical Supervisor Staff
14. List of Machinery & Office Equipments etc. (Provide Details)
Signature of Proprietor/Partner/
Authorized Person
Seal of the Unit
Name of Proprietor /
Partners / Directors
Designation of Concern
Person
Name of the Firm / Unit /
Company
Legal Status of the Firm /
Unit / Company
Type of Business
Office Address
Factory Address
Office Phone No.
Mobile No.
E-mail ID
Gross Annual Sales /
Revenue
Details of Products for which Sl.No Name of Date of Registered
Enrolment is desired Products(s) Commencement of Capacity
Production
1
2
3
4
Industry's Registration Permanent Registration no. of Date
Details DTIC OR Entrepreneur's
Memorandum No. Issued by
DTIC (EM Part - II)
DECLARATION
I hereby declare that information submitted in the prescribed format is true and correct. If MPLUN
finds any information false or we unable to submit original document on demand, the MPLUN has full right to
take appropriate/legal action against us.
[D-3]
(To be submitted with Technical Bid)
Manufacturer's Notarized Authorization Letter
(On Manufacturer's Letter Head, duly notarized, to be submitted with Technical Bid)
Ref. No. ------------------ Dt. ---------------------------
To,
The Managing Director,
M.P. Laghu Udyog Nigam Limited,
4th Floor, Panchanan Building,
Malviya Nagar,
Bhopal - 462 003
Sub: Authorization for participation in the Tender for quoting our products and after Sales & Service
Support for products as per tender requirements.
Ref.: Tender No. KE-………… -A for
Dear Sir,
Thanking you,
ANNEXURE-III
S. Name & Place of Address , Telephone / Fax & No. of Service Engineer(s) Remark
No. Service e-mail with Name
Center/Dealers
network at MP
I / We agree that the Nigam/purchaser forfeiting the Bid security and or Performance Security
Deposit and debarring / black listing me / us for a period of 2 years , if any information furnished by us
proved to be found false, misleading, malafide at any time and otherwise not complying the tender
conditions/specifications.
We hereby extend our full guarantee and warrantee as per Terms & Conditions of the above tender for
goods & services offered by us against this tender. We hereby declare that we will be held fully responsible for
any mischief/misconduct or supply of substandard items by us. We also confirm to provide the spares for at least
three years from the date of supply/installation. We reiterate that goods ordered on the above firm shall be
supplied in due time.
We hereby declare that we have not been debarred / penalized by any Govt. Deptt./ Undertaking nor
our marketing assistance has been stopped / withdrawn in the past.
Thanking you,
yours faithfully
for ……………………………
ANNEXURE-V
The Annual Turnover of M/s. ___________________________(Tenderer) for the past three years
are given below and certified that the statement is true and correct.
Approvals
The B A set should be tested and certified to EN 137 according to EU
directives/Indian Standard. The cylinder should have approval from-
CCE, Nagpur.
2 Name of SMOKE HOOD (full face mask with filter cartridge)
Item
Specification Combination Pliers, Long Nose Pliers with cutter, Sledge Hammer,
- Claw Hammer, Screw driver, Adjustable end wrench , Flat Chisel , Point
Chisel, Pipe wrench.)
Combination Pliers 200 mm with insulation;
Long Nose Pliers with cutter 180 mm with insulation
Sledge Hammer 1 Kg with handle
Claw Hammer 500 gram with handle
Screw driver with insulation 6" & 12 "
Adjustable end wrench Length 250 mm
Flat Chisel Length 150 mm
Point Chisel Length 200 mm
Pipe Wrench Length 250 mm
7 Name of FULL BODY (SAFETY) HARNESS
Item
Specification It should A body support made in such a manner so that it can ensure
- safe fall protection to arrest fall and facilitate rescue and evacuation
operations. The harness should be able to ensure adequate distribution
of fall impact to the various part of the human body. Polyamide rope
attached with self-closing auto locking snap hook of steel alloy sheet.
With an opening of 20mm with breaking strength of 20kn equipped
with adjustable shoulder and thigh straps(with metal Buckle on chest )
differentiated by a dual colour. Swing thread is made from synthetic
fiber and is of contrasting colour in Red or Yellow with dorsal
attachment D-Ring. Easy to use for rescue & evacuation operation
Adjustable shoulder, thigh strap & metal Buckle on the chest to
facilitate the fitting of shoulder straps
Two chest attachment textile loops for fall arrester attachment and a
Dorsal attachment D-Ring
Waist Positioning Belt for comfort, positioning and tool holder loops and
rings for tool keeping With 30 meter. Synthetic rope.
APPROVALS:- EN 361- & EN 362
12 Name of SUCTION HOSE PIPE WITH COUPLING (Gun Metal ISI mark
Item )
Specification Rigid Pvc Suction Hose 100 MM dia and 3 mts Length for fire Brigade
use .
Suitable flexibility.
Skid resistance.
Reduced resistance to flow.
Abrasion resistance.
Resistance to various chemicals.
Works under pressure & absolute vacuum
Wall Thickness Not less than 04 mm
Service Temperature Range - 5°C to 60°C
Note - the coupling must be binded with copper wire and there must
be not any leakage at both ends as well as length of hoses.
Specification
Automatic Portable Fire Extinguisher A, B, C, type, complying to EN 1568-2008, EN 1568-
4:2008 and 2001/985/EC & 94/62/EC contain very high quality bio degradable ozone friendly
fire Extinguisher agents an unique composition of dry power (DP Series)/foam which is placed
into a container chamber packed in a compact, light weight and mobile device to automatically
Extinguish fire within seconds when comes in to with fire, the container splits open with an
alarming and removes oxygen in and around the base of the fire for a couple of seconds and
form a blanket over the fire thus resulting in immediate seizure of fire with five years warranty
with suitable fixers. (Minimum spreading area 10´x 10´) Weight 1.5kg
Specification
Extinguisher Enhancement agents. standard AFFF foam fire class & fire rating
27A,233B with standard foam & electricity fire
Compressed air cylinder :2liters -300 bar carbon composite cylinder mounted on a universal
cylinder holder
Media volume :- 6 & 9 Litres
Working pressure :- up to maximum 15 bars
Pressure Vessel :- Stainless steel Vessel
Length of hose:- 1.3 meter
Weight of fully charged system: - not more than 28 kg.
Extinguisher gun: - stainless steel, approx 2kg.
Lancing distance of gun: - 120meter of more.
Functional temperature range: - + 5 degrees C to 60 degrees C.
Extinguishing media flow: - 0.42 to 0.45 L/ sec.
Operating time: - 20-30 sec.
EN-3/7 and EN -1866-2007 with updated amendments, test report for performance and
rating form NABL accredited lab.
Specification
Co2(Aluminum ) type fire Extinguisher fire class & fire rating 138 B&C electricity standard
Fire.
Vessel seamless aluminum alloy 6061 Quenched and tempered. The Composition of alloy as
specified in BIS/PESO/ EN and IS 7866:1999 with approval.
Gross weight: - 11.5kg approx.
Empty weight:- 6.60kg approx.
Pressure Vessel:-Aluminum Vessel the vessel must be approved by BIS/PESO/CE and
hydrostatic pressure test report.
Discharge Valve:-IS 3224
The supplier company must have license to refill and store compressed gas in cylinder rules
2004.
Height of cylinder approx 855MM.
Can Construction: - Cost impact extrusion.
Functional temperature range: - + 5 degrees C to 60 degrees C.
The manufacture has to provide 03 years warranty on the extinguishers.
The product should be EN approved with updated amendments, test report performance and
fire ratings form NABL accredited lab.
SPECIFICATION
Non-percolating fire fighting hose, confirming burst pressure 42 Kg/cm2 and Proof Pressure
22Kg/cm2 as per IS: 636/1988 Type B with ISI mark size: 63 mm dia X 15 mtrs length fitted
with gunmetal male and female instantaneous type hose coupling 63 mm dia as per IS: 903
with ISI mark duly bound with copper wire. Hose and Coupling shall be ISI marked.
Rubber Suction Hose 100 MM dia and 2.5 mtr. Length Fire Brigade use ISI Mark with gun metal
male and Female coupling as per IS –902-1992 specification for Fire Brigade Purpose Suction
Hose of 100., internal dia length 2.5 Mtr. And 05 Mtr. BIS 2410-1963. It must be fully wire
embedded suction hose, which can be used from suction side of the pump from open source to
pump in-let. The suction hose mostly banded with brass wire with ISI Marked with Male &
Female threaded coupling as per IS –902-1992. The suction hose most be subjected to a
pressure of 50 PSI and also a vacuum test of 70 degree M O and coupling must are tested for
hydraulic pressure test at 21 Kg./cm2 for a period of 02 Minutes. The suction hose must be
protection against oil, fungus, chemicals, acid and alkalis. Both the coupling must be binded
with copper wire and there must be no any leakage at both ends as well as length of hoses.
Fire Proximity
1. The bidder should produce all the relevant valid EN Approval certificates as per Article 10
for quoted products
2. In order to ascertain the continuity of the CE Certificate as per EU directive 89/686EEC
bidder should strictly produce the Article 11 A (or ) 11B certificates which should have
the address of place of manufacturing In case the bidder is not the original manufacturer
of the offered item specific Authorization letter against the Tender need to be produced
from the OEM for each of the Offered Products and also the relevant EN certificates
fromt the Manufacturer as =per Artcile 10 and as per Article 11 A (or) 11B
All the above said documents are mandatory. A Firms offer which does not contain the
above said documents will be disqualified and no further chance will be given for
producing the documents
Tendered stores are consumable and it is subject to wear against repeated use , Hence
the bidder should have facility to carry out the repair and maintenance work
Specification of CE Marked Multi layer Fire Fighter Garment along with following
accessories.
Product Information of Fire Fighter Garment certified to base standard EN 469 : 2005
/A1:2006 /AC:2006 Level 2
Test reports proving the performance level 2 for the below mentioned test :
parameters to be provided.
Heat Transfer flame X2
4. Valid Test Certificate and catalogue for the offered item to be send along with the offer.
5. The offer should be strictly based only on the technical specifications given below and
bidder should give point wise confirmation for all points.
Arc suit of ARC Rated & Meeting Current NFPA70E 2015 standards, ASTM F1506 and CE0120 , BiB
Overall, Jacket & Hood design Size Small to XXXL with classification as 20 cal/cm2 ( HRC 2
ATPV)
Arc suit made from ARC Rated fabric meeting ASTM F1506 and NFPA70E 2015.
Arc Suit in BIB overall, Jacket & Hood design Size : small to XXXL with classification as 20
cal/cm²
Should be according to NFPA 70E category – HRC 2
3. Arc suit to be complied NFPA70E standards.
4. Arc suit to should contain: 20 Cal/cm2 Coat, 20 Cal/cm2 bib overalls, 20 cal/cm2 –Hood with
Visor, Class E - Hard Hat, Storage Bag , Class 2 – Insulating Gloves and ANSI Rated Safety
Glasses.
5 Color: Blue or other standard color
Technical Specification for Arc Rated hood with visor suitable for 20 cal/cm2 ATPV.)
Arc Rated hood with visor suitable for 20 cal/cm2 ATPV.
2. Face hood should be made from Arc Rated Fabric and it should have visor
3. HRC2 classified, protection as per NFPA70E Standards.
4. Arc suit to be complied with NFPA70E standards.
Technical Specification for (Electrical resistance RUBBER INSULATING HAND GLOVES in pair
WORKING VOLTAGE 11kv – Class 2 )
Item Description : Suction Strainer having Female Round Thread as per IS:907
Material of Construction: G.M. with Cu. strainer, SS304, Aluminum (for coupling)
Bolt cutter 30” Qualitative Requirements BIS Code no a) Size: Length 30”
a) Cutting jaws: made of high tensile solid alloy steel, especially head treated with
center cut heads.
b) Handle: With sufficient grip of rubber for a length of 6 to 8 inches
c) Application: Suitable for cutting hard material vim bolt, iron rod of 10 to 25 mm
diameter
Foam making branch pipe shall be used for the generation of mechanical foam from
Aqueous Film Forming Foam (AFFF) concentrate. Foam branch pipe shall be of FB10X
type, and should have minimum discharge capacity of 450 lpm at 7 Kg / cm2. Throw
should be minimum 18m towards wind and anti wind directions. The foam branch pipes
shall bear IS approvals.. Foam Branch pipes as per IS: 2097
Dividing Breeching with control for fire brigade Use (GM) IS : 5131- 2002 OR Latest,
with ISI Marked.
Universal nozzles made of gun metal shall be supplied. The universal nozzle shall
have either threaded inlet or 63 mm instantaneous Universal branch pipe confirming
IS: 2871.
IS 5612 (Part 1) (1977, Reaffirmed 1997) : Specification for Hose-Clamps and Hose-
Bandages for Fire Brigade Use, Part 2: Hose-Clamps (First Revision). UDC 614.843.2 :
621.643.44
39. MALE/FEMALE ADAPTORS (REF. STANDARD: IS: 901)
Item Description: Gun Metal Double Male Adaptor Inst. Of 63mm size
Item Description: Gun Metal 63mm Female Inst. Outlet Flanged Adaptor
Material of Construction: G.M., SS304, Aluminum Sizes : 1” to 5 ½”
Male to male /Female to Female Adaptors
Rubber hand gloves industrial type suitable for carrying out electrical jobs up to 11000 volts
Coating Type : Latex
Length : 36 cm, Thickness: 2.3mm
Harmlessness: In conformity with the European standards
Dexterity : Class 2, Size : 09 and 10
Working Voltage : Alternating current (AC) = 17000 V
Direct voltage (DC) = 25500 V
Test voltage (V) AC = 20000 V
CE CATEGORY : III Irreversible risks
In accordance with standards : EN 60903-2003, CEI 903-2002
Beige natural latex insulating glove , Cut edge Category RC
Its natural latex base offers high dielectric characteristics. Its thickness (2.3 mm) ensures good
dexterity while offering protection up to 17000 volts of use.
IS marked: 2171 –1999 and Amendment No. 4 April, 2005, Dry Chemical Powder
(DCP)Fire Extinguisher 05 kg & 10 Kg capacity with wheel type cap assembly having
plunger with pin able to pierce the CO2 gas cartridge along with CO2 gas filled 120
gms cartridge for 5 Kg capacity and 200 g m s./For 10 Kg capacity marked IS:
4947/85, One refill pack of 5 Kg / 10 Kg Mono Ammonium Phosphate base (ABC
type) and one extra spare CO2 gas cartridge should also accompany with each
extinguisher. The powder should be marked IS: 4308/82 and test certificate of DCP
powder should also be provided with the refill pack. The each extinguisher should be
hydraulically tested at 30Kg/cm2 pressure. Hydraulic pressure test certificate of each
extinguisher should also be accompanied.
Mechanical Foam Extinguisher (Gas Cartridge type), ISI marked conforming to BIS:
15683:2006 & filled with AFFF confirming to BIS- 4989:latest revision, complete with
CO2 Gas Cartridge confirming to BIS:4947: latest revision, Controllable discharge
mechanism, discharge pipe, locking arrangement, bracket with two screw and
sleeve.
Heavy duty hard wearing flexible PVC gumboot Fuel, oil, acid, & animal fat resistant soles and
uppers excellent abrasion & slip resistant soles, Ideal For any type of fire, farm & construction
sites etc.
Length 15’’& size 6 to 11 as requirement
Color “black “” & light weight
Shock Proof with test report
Specification of Fire Fighter Gum Boots
COLOR:-Black
Size Range:- 6-11 (length 15’’ & light weight )
Heel energy absorption design to minimize heel impact Catered to enter high temperature Cold
insulation sole construction Steel mid sole Non-corrosive stainless steel Withstands pin & sharp
objects
Discharge
Description Bis specification Description
Time(sec)
A-60 Gms 4947 250 kgf/Cm sq 60 Gms
B-120Gms 4947 250 kgf/Cm sq 120Gms
C-200 Gms 4947 250 kgf/Cm sq 200 Gms
Description Requirement
1 Working The water mist-cum-CAFS (compressed air foam system) fire fighting
principle system shall work between 09 to 35 bar pressure with negligible recoil. The
system shall be capable of carrying 10 L of water in the main vessel. Air
cylinder, duly approved by PESO, Nagpur, shall have minimum rating of 2
liter 200 bars to be used for the discharge of fine water mist and CAFS
through discharge gun. The same nozzle of the gun shall be suitable to
fight Class A , Class B and also live electrical fire without any modification.
Gross wt of the charged system along with air cylinder should not exceed
25 KG with plus 10% variation (25 Kg+10%). The system should meet EN
3 standard requirements.
2 Main Vessel Main vessel shall be made of minimum 5 mm thick high grade stainless
steel or corrosion free aluminum alloy with water storage capacity of 10 lit
and shall be provided with a pressure gauge on top of the vessel as per EN
standard. The main vessel (reservoir) shall be handheld and backpacked.
Main vessel shall be tested 1.43 times the operating pressure for safety.
System shall have the feature of quick recharge without cleaning.
3 Air cylinder The Compressed air cylinder shall be approved and shall have minimum
rating of 2 Lit/200 Bars to be used for discharge of 10L solution with full
power. The MOC (Material of construction) of compressed air cylinder shall
be Carbon composite material or Stainless steel. The air cylinder ports
should be of standard dimensions to enable local refills.
4 Gun The design of the gun shall be such that there is minimum recoil pressure
during operation and shall have the locking facility to avoid misuse. The
weight of the gun shall be less than 1500 gms.
Pressure The system shall be provided with a pressure safety valve. The Canister
6 Safety valve (main vessel) should have manual pressure release facility with pressure
gauge. Mechanical inter lock is preferred for canister lid opening and the
pressure release mechanism.
7 Hose The hose length shall be minimum 1.5 meter. Material of hose shall be
EPDM or oil resistant synthetic rubber with high tensile steel braid
reinforcement having high abrasion, ozone and weather resistant synthetic
rubber cover.
8 Fire Rating The rating shall be minimum Class A43, Class B233 & Electrical Fire 1000V
(Tested at 36KV) shall be as per EN 3 Standard with water and AFFF as
extinguishing agent. System shall be capable of achieving A55 rating using
special additives/foam.
9 Operating The operating time shall be more than 20 seconds
time
10 Lancing The minimum lancing distance under test conditions should be 12 meters
distance under jet mode and 5 meter under spray mode.
11 Test Test Reports for complete system as per EN:3-7:2004 +A1:2007 standard
Reports/Cer should be submitted. The quoted Model No. should be clearly mentioned in
tificates test reports submitted. Additionally, Test reports/certificates shall be
submitted from CBRI Fire Engineering Laboratory or any other Govt.
Approved Laboratory, Model no. shall be clearly mentioned in test reports/
certificates for Class A, Class B and live electrical fire. If required the tests
will be carried out as per EN:3-7:2004 +A1:2007
It shall be an atmospheric, air-purifying negative pressure, filtration device with a flame resistant
hood.
The product shall provide respiratory, head and eye protection to facilitate evacuation from
hazardous fire and toxic gas atmospheres.
It shall be Flame resistant. Hood shall protect your head from hot burn during fire escape,
especially in high rise office and apartment buildings.
The hood shall be tested to protect for a minimum of 40minutes from smoke and Toxic gases
(depending on the environment, ie.
type of concentration of toxic fumes).
The hood shall protect against Hydrogen Cyanide (HCN), Hydrogen Chloride (HCL) and Carbon
Monoxide (CO) and Propenal (Acrolein).
The smoke hood shall fit over the entire head to completely cover the head, including glasses,
and the large clear vision window shall ensure maximum visibility and reduce chances of
claustrophobia. This Escape Mask smoke Hood shall have a shelf life of not less than 4 years.
S. Sub Item Code Brief Description of the sub-item Quoted/ Make &
No Not Quoted Model
1 SHS111001 SELF CONTAINED BREATHING
APPARATUS ( LIGHT WEIGHT B.A.SET)
2 SHS111002 SMOKE HOOD (FULL FACE MASK WITH
FILTER CARTRIDGE)
3 SHS111003 (A) ALUMINIUM TRUSSED (DOUBLE)
EXTENSION LADDERS 15 MTR.
4 SHS111004 (B) ALUMINIUM TRUSSED (DOUBLE)
EXTENSION LADDERS 13 MTR.
5 SHS111005 (C) ALUMINIUM TRUSSED (DOUBLE)
EXTENSION LADDERS 10.5 MTR.
6 SHS111006 NON SPARKING TOOLS SET
7 SHS111007 FULL BODY (SAFETY) HARNESS
8 SHS111008 DUAL PURPOSE GROUND MONITOR
9 SHS111009 FLOATING (DEWATERING) PUMP
10 SHS111010 FOAM MAKING BRANCH FB 5X
11 SHS111011 HIGH PERFORMANCE NOZZLES (FLOW
SELECTABLE NOZZLES)
12 SHS111012 SUCTION HOSE PIPE WITH COUPLING
(GUN METAL ISI MARK )
13 SHS111013 ROPE LADDER
14 SHS111014 FIRE SAFETY (JUMPING SHEET )
15 SHS111015 TORCH (WITH RECHARGEABLE CELL /
BATTERY )
16 SHS111016 AUTOMATIC PORTABLE FIRE
EXTINGUISHER
17 SHS111017 WATER MIST -BACK PACK 6 LTR.
CAPACITY
18 SHS111018 WATER MIST -BACK PACK 9 LTR.
CAPACITY
19 SHS111019 TROLLEY MOUNTED WATER MIST 50
LITER
20 SHS111020 FIRE EXTINGUISHER CO2 (ALLUMINIUM)
TYPE
21 SHS111021 NON-PERCOLATING FIRE FIGHTING
HOSE ( IS: 636/1988)
22 SHS111022 SUCTION HOSE FIRE FIGHTING
PURPOSES – (AS PER IS –902-1992)
23 SHS111023 FIRE FIGHTER PROXIMITY SUITS WITH
ASSESSORIES
24 SHS111024 ARC PROTECTION SUIT (ELECTRIC
SAFETY SUIT)
25 SHS111025 SPANNER, (ADJUSTABLE,) (AS PER IS:
6169-1971)
26 SHS111026 STRAINERS (AS PER IS:907)
1. FIXED SECTION: (it comprises of one pole, one Rafter and one frame)
(A) Pole: It is made of 75mm dia. pipe x 2.0 mm thick 1.8 Mtr. long with eight Nos. of 50mm long
flats of 35 x 4 mm with 16 mm dia. hold welded to it. One No. of hole pass in 12mm dia. bar is to be
welded at the bottom. Top of the pole shall be covered with M.S. cap.
(B) Frame: Frame structure of 3000 mm x 1000 mm made of 58 mm dia. x 1.4 mm thick pipe and
vertical bracings of 25 mm dia. x 1.6 mm thick pipe 14 Nos. at equidistance are welded to it. Six Nos.
of flat 50mm long in 35 x 5 mm flat with 16 mm dia. hole are welded to the frame for fixing with pole.
(C) Rafter: It is made of 48 mm dia. pipe 3000 mm long with both the ends flattened with 16 mm dia
hole suitable to fix with the Poles.
(D) Painting: The complete structure is to be painted first with anticorrosive Red-oxide paint and then
by two coats of silver paint.
(E) Erection: The ground / bituminous road / cement concrete / stone are to be dug / piled in various
parts of Ujjain city as per the plan and design of Police Department. The poles are to be fixed in
cement concrete 1:2:4 of size 200 x 200 x 600mm. The frame is then fixed to the pole with 16mm dia
bolt 50 mm long along with the Rafter.
(F) Drawing/Design:
The Holdup Fence shall be as per enclosed drawing. Any change as per site condition is to be
incorporated.
(GROUP B)
Bidder should read the specification and mentioned before the items clearly, quoted or not quoted of each
quoted product.
S. Sub Item Code Brief Description of the sub-item Quoted/ Make &
No Not Quoted Model
SHS111061 HOLDUP FENCES ITEMS
1 FABRICATION, FIXING & MAINTENANCE
OF HOLDUPS BY EXCAVATING SOIL,
CONCRETE OR BITUMINOUS ROAD AND
FIXING HOLDUP FENCE AT VARIOUS
PLACES IN UJJAIN CITY UNDER CROWD
MANAGEMENT AND ROAD SAFETY PLAN
DURING THE "SINHASTHA" AND
DEPOSITING IT BACK. (EACH SET
HAVING
ONE POLE, ONE RAFTER AND ONE
FRAME)
1-2. STOPPER WITH WHEELS / STOPPER WITH WHEELS AND SOLAR DELINATORS
1. Overall length shall be 2500mms, height 900mm & width 500mm Stopper shall be fabricated
by 60mm OD pipes & 33.70mm OD approx. pipes of 2.6/2mm thickness (respectively). The
legs and horizontal upper pipe of stopper shall be of 60mm OD & rest of 33.7mm OD pipe.
2. MS sheet of 1.00mm thickness of size 2400mm L x 380mm H shall be welded on MS pipes of
60mm & 33.7mm OD with the help of 25 x 4 mm flat all around the corner. Continuous
welding shall be done all over the edges.
3. Wheels of 200mm dia shall be welded at the base of structure.
4. Handle of 10mm dia. MS rod of 150mm length shall provided as shown in figure. Handle shall
be dropping type to be fixed by help of MS tube of length 20mm and 3mm thick.
5. Solar Delineator shall be fixed as shown in figure at the top of both the legs. Warranty for
solar delineator shall be provided for two years. Provision for ON/ OFF shall be provided. Solar
delineator shall be approved by consignee / LUN.
6. Complete structure shall be first painted by primer and then by two coats of yellow synthetic
enamel paint and black & yellow strips of one feet on legs & upper horizontal pipe. Message
shall be written in English or Hindi by retro reflective red tape type IV covering maximum
space as per consignee's requirement. 2 nos. and 6 nos. of same red reflective tape of 50mm
width shall be wrapped on all four legs of the stopper and horizontal pipe respectively.
7. Complete stopper shall be fabricated as per standard practice.
3. STOPPER
Overall length shall be 2500mms, height 900mm & width 460mm Stopper shall be fabricated
by 60mm OD pipes & 33.70mm OD approx. pipes of 2.6/2.6mm thickness (respectively). MS
sheet of 1.00mm thickness of size 2400mm L x 380mm H shall be welded on MS pipes of
60mm & 33.7mm OD with the help of 25 x 4 mm flat all around the corner. Continuous
welding shall be done all over the edges. Base plates of dia 100x5mm shall be welded at the
base of structure. Two holes of 10mm dia shall be provided on each plate. Handle of 10mm
dia. MS rod of 150mm length shall provided. Handle shall be dropping type to be fixed by
help of MS tube of length 20mm and 3mm thick.
Complete structure shall be first painted by primer and then by two coats of yellow synthetic
enamel paint and black & yellow strips of one feet on legs & upper horizontal pipe. Message
shall be written in English or Hindi by retro reflective red tape type IV covering maximum
space as per consignee's requirement. 2 nos. and 6 nos. of same red reflective tape of 50mm
width shall be wrapped on all four legs of the stopper and horizontal pipe respectively.
Complete barrier shall be fabricated as per standard practice.
4. PUBLIC BARRIER
1. The overall dimensions of Public Barrier shall be 2000mm (L)x1500mm(H)x 300mm (W).
2. The barrier shall be made from 35x35x4.5/5mm MS Angle. Wire mesh of 50x50x3.0mm
shall be provided on these frames. The wire mesh shall be welded on frame angle. Wire
mesh shall further be reinforced from inside by flat of 20x3mm. Extra reinforcement shall
be provided for wire mesh by angle iron of size 35x35x4.5/5mm all over the frame at
middle of the barrier from inside. For joining of two barriers looping arrangement shall be
provided. Four Nos. Cost Iron wheels shall be provided for each barrier. The diameter of
wheel shall be 150mm. These wheel axle shall be 15mm bar secured from bottom by
welding suitable bracket arrangement of 20x3mm flat.
3. Complete frame shall be painted first with primer and then with yellow synthetic enamel
paint. Retro Red reflective tape type IV of 50mm width shall be fixed on, all four vertical
angles and on horizontal angle at a distance of 100mm. Retro Red reflective tape type IV
of 25mm width shall also be pasted on each vertical angle in side wise.
4. Reflector Triangle size and Nos.: 3Nos. on each side i.e. on front and back side, size:150
to 205 mm. Reflectors on both sides for clear visibility at night and riveted on the vertical
wire mesh, so as to prevent removal.
5. MS sheet of size 900L x 300H & 1.25mm thick shall be welded on both sides of barrier
duly painted with red oxide and yellow paint. Name of consignee be written in English or
Hindi by reflective red tape covering maximum space. Complete barrier shall be fabricated
as per standard practice.
5-9. GALVANIZED MILD STEEL FIRE BUCKET STAND & BRACKET (4-8)
(B-1 & B-2 (5-6)) STAND FOR FIRE BUCKETS made of G I / M S pipe (FOR
THREE FIRE BUCKETS): -
A stand of overall size H900 X L1200 X W450 mm shall be provided with 03 nos.
hooks for hanging fire buckets.
The stand shall be made of GI Pipe 40 mm NB Light class ISI Mark / MS Pipe 40 mm
NB Light class ISI mark.
The stand shall have four legs as shown in figure. The ends/bottom of the legs shall
be welded with base plate made of 3 mm thick minimum M.S. Sheet of 100 mm dia.
There shall have provision for hanging three buckets at equal distance. The hooks
shall made of 12 mm rod which can bear load of bucket filled with water or sand.
The stand shall be painted by one coat of red oxide followed by two coats of fire red
colour conforming to shade no. 536 of IS-5:1978 with up-to date amendments.
The stand of pipe for easy transport shall be fabricated such that it can be dismantle
easily. The gusset plate used for fittings legs and horizontal section shall be of 4 mm
thick M.S. Sheet. Socket shall be used for tightening horizontal section with the 'V'
shaped legs.
Stand for fire bucket are given in the drawing No. MPLUN/TECH FIRE
BUCKET
Wherever welding required shall be regular & defect free.
The above details specification clearly mentioned each item but anything required
shall be as per standard practice.
(C (7)) BUCKET BRACKET (FOR HANGING SET OF THREE FIRE BUCKETS)
A hanging stand shall be made of 65x65x5mm Angle Iron. It shall consists of two 'L'
shaped posts of size 250x250mm which shall be welded by 1200mm long Angle Iron
of same section, shall be used for hanging fire buckets. Each post shall have 3 holes
of 10mm dia for fixing on wall 3 nos. Bombay nails of length 100mm shall also be
provided for each side L shape posts shall have cross support of 150 mm angle iron.
There shall have provision for hanging three buckets at equal distance. The hook
shall made of 12 mm rod which can bear load of bucket filled with water or sand.
The stand shall be painted by one coat of red oxide followed by two coats of fire red
colour conforming to shade no. 536 of IS-5:1978 with up-to date amendments.
(D(8)) BUCKET BRACKET (FOR HANGING SINGLE FIRE BUCKET) (Drawing
showing detail)
Bucket Bracket (for hanging single fire bucket) is used for hanging fire bucket on
wall etc. Bucket Bracket shall be made of MS flat size 35x5 mm as per drawing
enclosed.
Type ‘A’ – Height 1.8mtr. with wheel Width 4mtr. (Full Open)
Type ‘B’ – Height 1.8mtr. with wheel Width 5.0mtr. (Full Open)
1. Collapsible barrier with three vertical posts shall be as follows:-
2. Post:- Outer two posts out of 3 vertical posts shall be made of square tube 50 x 50 x 2mm and
middle post shall be rectangular tube of 25 x 75 x 2mm. At the bottom 300mm wide foot of 25 x
50 x 2mm shall be welded on which wheels of 100mm shall be fitted.
3. Collapsible tube:- Inner collapsible tube shall be capsule tube of 15 x 40 x 1.2mm size of
1.0metre length for Type ‘A’ & 1.2metre length for Type ‘B’ barrier.
4. Wheel:- Size 150mm dia wheels shall be provided in the “Collapsible Barrier of 3 vertical posts
with wheels.” The collapsible barrier shall be as per Drawing.
5. Each barrier shall have suitable arrangement for inter locking each other.
6. Red reflective tape of 50mm width shall be wrapped on each end posts. (6 Nos. on each post)
and two on each collapsible tube. Message as required by consignee shall be written by reflective
tape on the middle post on both sides.
7. Complete structure shall be first painted by primer then by two coats of Red and White
synthetic enamel paint.
1. The size and materials of the board shall be as LUN’s Drawing No. 1, 2, 3, 4, 5 & 6 Dt.22-08-
2015.
2. Construction:
i) Board: Boards shall be made of 2.0 mm thick. Aluminium alloy sheet/Aluminium composite
material (ACM) 4mm thick conform to clause 6.5 of IRC 67-2010 and shall be riveted on
tubular frame with the help of suitable sizes pop rivettes of 6mm or by the help of SS nut &
bolts to be hammered after tightening.
ii) Tubular Frame: The frame shall be made from SS tube of 202 grade of the approximate size of
the board, the frame shall be tightened on two nos. of mounting post a s s h o w n i n
d r a w i n g . All welded tube shall be free from burr, voids and shall be derusted. The frame
shall be cross cut welded.
iii) Post: Two Nos of mounting post shall be of SS round tube of N1, N2 or N3 grade to hold the
board.
iv) Cross bar: For grouting purpose as shown in drawing shall be welded at suitable height from
bottom end.
3. Retro-reflective sheeting:
The retro reflective sheeting used on the signs shall consist of white or red sheeting
having a smooth outer surface which has the property of uniform retro reflection over its entire
surface. It shall be weather resistant and exhibit fastness. It shall be new and unused and
show no evidence of cracking, scaling and pitting, blistering, edge lifting or curling and shall
have negligible shrinkage or expansion. A certificate of having the sheeting tested for
coefficient of retro reflection, daytime colour and luminance, shrinkage, flexibility, liner removal,
adhesion, impact resistance, secular gloss and fungus resistance, three years outdoor
weathering and its having passed these tests shall be obtained from International/Government
Laboratory/Institute by the manufacturer of the sheeting and shall be provided along with
tender/supplies.
4. Type XI Micro Prismatic Type Sheeting: Retro reflective sheeting typically manufactured as
a cube corner. The reflective sheeting shall be retro reflective sheeting made of micro prismatic
retro reflective material. The retro reflective surface, after cleaning with soap and water and in
dry condition shall have the minimum co-efficient of retro reflection (determined in accordance
with ASTM D 4956-09) as indicated in Table 6.9 of IRC 67-2010. When totally wet, the
sheeting shall show not less than 90 percent of the values, of retro reflection indicated in above
Table. At the end of 10 years, the sheeting shall retain at least 80 percent of its original retro-
reflectance.
5. Adhesive: The sheeting shall have a pressure-sensitive adhesive of the aggressive-tack
type requiring no heat, solvent or other preparation for adhesion to a smooth clean
surface, in a manner recommended by the sheeting manufacturer. The adhesive shall be
protected by an easily removable liner (removable by peeling without soaking in water or
other solvent) and shall be suitable for the type of material of the base plate used for the
sign. The adhesive shall form a durable bond to smooth, corrosion and weather resistant
surface of the base plate such that it shall not be possible to remove the sheeting from the
sign base in one piece by use of sharp instrument. The sheeting shall be applied in accordance
with the manufacturer’s specifications.
6. Messages/ Borders: The messages (legends, letters, numerals, etc.) and borders shall
either be screen-printed or of cut out from durable transparent overlay or cut out from the same
type of reflective sheeting for the cautionary/mandatory sign boards. Screen printing shall
be processed and finished with materials and in a manner specified by the sheeting
manufacturer. For the informatory and other sign boards, the messages (legends, letters,
S. Sub Item Code Brief Description of the sub-item Quoted/ Make &
No Not Quoted Model
1 SHS111062 SOLAR DELINATORS STOPPER WITH
WHEEL
2 SHS111063 STOPPER WITH WHEEL WITHOUT SOLAR
DELINATORS
3 SHS111064 STOPPER
4 SHS111065 PUBLIC BARRIER
5 SHS111066 (A) GALVANIZED MILD STEEL FIRE
BUCKET
6 SHS111067 (B-1) STAND FOR FIRE BUCKETS MADE
OF GI PIPE (FOR SET OF THREE FIRE
BUCKET ) WITHOUT FIRE BUCKET
7 SHS111068 (B-2) STAND FOR FIRE BUCKETS MADE
OF MS PIPE (FOR SET OF THREE FIRE
BUCKET) WITHOUT FIRE BUCKET
8 SHS111069 (C) BUCKET BRACKET (FOR HANGING
SET OF THREE FIRE BUCKETS)
WITHOUT FIRE BUCKET
9 SHS111070 (D) BUCKET BRACKET (FOR HANGING
SINGLE FIRE BUCKET) WITHOUT FIRE
BUCKET
10 SHS111071 MOBILE BARRICADE – LARGE, (TYPE- A)
11 SHS111072 MOBILE BARRICADE – SMALL, (TYPE- B)
12 SHS111073 TRAFFIC I-LAND BOOTH
13 SHS111074 WATCH TOWER WITH WHEEL
14 SHS111075 (A)COLLAPSIBLE BARRIER OF 3
VERTICAL POSTS WITH WHEELS TYPE ‘A’
– HEIGHT 1.8MTR. WITH WHEEL WIDTH
4MTR. (FULL OPEN)
15 SHS111076 (B)COLLAPSIBLE BARRIER OF 3
VERTICAL POSTS WITH WHEELS TYPE ‘B’
– HEIGHT 1.8MTR. WITH WHEEL WIDTH
5.0MTR. (FULL OPEN)
16 SHS111077 (1) S.S. IMPRESSION/REFLECTIVE
INFORMATION- SIGNAGES (AS PER
SPECIFICATION & DRAWING NO.
LUN/TECH/01 DT. 22.08.2015 )
17 SHS111078 (2) S.S. IMPRESSION/REFLECTIVE
INFORMATION- SIGNAGES (AS PER
SPECIFICATION & DRAWING NO.
LUN/TECH/02 DT. 22.08.2015 )
18 SHS111079 (3) S.S. IMPRESSION/REFLECTIVE
INFORMATION- SIGNAGES (AS PER
SPECIFICATION & DRAWING NO.
LUN/TECH/03 DT. 22.08.2015 )
SPECIFICATION
Made out FR/cotton materiel with good quality reflective silver tape SET OF THREE SIZE.
A-size: 12"
B-size: 14"
C- size:16"
REFLECTIVE HAND GLOVES SHOULD BE COMFORTABLE TO WEAR AND EASY TO WORK.
Specification
Power 6.0 or 5.5HP
Applicable paint Cold solvent and water-bourn paint
Marking method Spraying
Spraying speed of 2 ~ 4 km / h;
Marking data Spraying thickness of 0.2 ~ 0.4mm;
Marking width 10 ~ 450mm (adjustable)
Maximum pressure 20 Mpa;
Spray data Rated pressure 8 ~ 12 MPa
Paint pump maximum flow: 8.5L / min
Spray gun Two manual airless spray guns
Glass beads system Tank capacity 10L; Construction method: dispense; (optional)
Dimensions 1500X1000X1020 mm
Weight 110kg (without guide bar and lights)
(GROUP D)
Bidder should read the specification and mentioned before the items clearly, quoted or not quoted of each
quoted product.
S. Sub Item Code Brief Description of the sub-item Quoted/ Make &
No Not Quoted Model
1 SHS111083 SET OF REFLECTIVE HAND GLOVES
SIZES (12”, 14”, 16”)
2 SHS111084 AUTOMETIC ROAD MARKING PAINT
MACHINE
3 SHS111085 FIRST AID BOX
4 SHS111086 ECO PORTABLE CABIN (20 X10)
5 SHS111087 PORTABLE INSULATED ROOM
1. TELEPHONE INSTRUMENT
2. BINOCULAR
specification
Diameter 50 mm (1.97 in)
Magnification 10x
Field of View 294 ft / 98m @ 1000 yards (5.6°)
Exit Pupil 5.0mm (0.2 in)
Eye Relief 19.5mm (0.77 in)
Near Focus 29.5 ft ft (8.99 m)
IPD Max 70 mm (2.76 in)
IPD Min 56 mm (2.2 in)
Prisms BaK-4
Twillight Factor 22.3
Relative Brightness 25
Waterproof Yes
Nitrogen filled (fogproof) Yes
Tripod adaptable Yes
3. LED TORCH
Specification
The lightweight LED flashlight weighs in at 6.6 ounces with batteries and provides extreme
versatility. Using patented dual reflector optics its Slide‐Beam technology provides a spot to
flood beam instantly. The flashlight is the perfect compact lighting solution for a wide variety
of users including law enforcement, military and outdoor enthusiasts Patented Slide‐Beam
technology alters light from spot beam for long distance to flood beam for broad areas.
Rechargeable LED Flashlight: Charged for local and long distance visibility.
Lumens Value: 305 (High), 30 (Low)
Batterires: 13.7v, 2600mAh Lithium‐Ion (Included)
Run Time: 3 Hrs (High), 25 Hrs (Low)
Beam Distance: 150 M or more (High), 50 M (Low)
IP67 Waterproof
LED light, with Four light modes: HIGH, MEDIUM, LOW and strobe for close quarter to
long distance viewing, including tactical offensive strobe.
• Four Programmable Modes : High/Medium/Low/Strobe
• Batteries : 2 CR123 Lithium (INCLUDED)
• Recharging Kit
• Battery Level Indication
• IPX7 Waterproof
BODY: Aluminum
LENS : Polycarbonate Resin
SWITCH TYPE : Push Button On/Off tail switch
MODES : High/Medium/Low/Strobe
LED Lantern
LESS THAN 3 LBS + 1100 LUMENS =
BRIGHTEST & LIGHTEST IN ITS CLASS
At less than 3 pounds and 1100 lumens, the new LED Lantern packs the power
without the weight. Four LEDs, powered by the latest generation Lithium-Ion batteries
illuminate a distance of 400 meters approx. And it's loaded with innovative technology
and features you have come to expect.
• Approx 120° rotating head • Run time: 9 hrs. (low)/3.5 hrs. (high)
• Battery status indicator
• 3 mode switch (High, Low, Flashing)
• Shoulder strap included whether you're on a USAR team or the 3rd shift at a
refinery, you'll appreciate the compact size and high output of the new LED Lantern.
APPROVED TO NFPA (NATIONAL FIRE PROTECTION ASSOCIATION) 1901
BODY: ABS
LENS: Polycarbonate
SHROUD: EXL
SWITCH TYPE: Push button multi-functional switch - high, low, & flashing
MODES: High/Low/Flashing
12. TORCHES
Powerful flashlight allowing safe use in many different hazardous environments and conditions.
O ‐ring sealed with a twist‐on shroud and comes with a polarity battery guard tray that safe
guard against dangerous "out gassing" of hydrogen from an accidentally reversed cell. It is
submersible, and has an ABS resin body which resists chemicals, corrosion, and extreme
temperatures. Incredibly bright Xenon lamp produces a powerful collimated white beam.
Lumens Value :approx 50
Batteries : 3 C Alkaline (included)
Run Time :5h, Beam Distance : 150 M
specification
Power Output 300W + 300W Max., 200W + 200W RMS at 10%THD
180W + 180W RMS at 5% THD,
165W + 165W RMS at 2% THD
Output Regulation 2 dB no load to full load at 1kHz
Mic/Aux: 6 x Mic 0.6mV/4.7k, 2 x Aux 100mV/ 470k
Input Channels
Stereo Music Mode: L/R 200mV/100k, Line L/R 1V / 50k
Frequency Response (amplifier) 50 Hz to 15000 Hz ±3dB
Signal to Noise Ratio 60dB
Outputs Preamp 200mV/600W, Line 1V/1k
specification
Type: PA Horn Speakers
High quality, weather proof horn speakers,
Compact, light weight, rugged,
Moulded in tough ABS plastic
Designed for acoustical efficiency providing a high SPL
Clean intelligible sound and effective sound penetration
Voice coils are precision-wound on an aluminum bobbin
Good heat dissipation from the coil
Good efficiency and reliability
Fitted with 0.6m (2) 2-core sheathed speaker cable
secured through a water-tight, tug-proof cable gland
Robust metal brackets/stands rotating through 270 degree
Meets European Union regulations
Complies with low voltage directive standard EN 60065
Degree of protection IP 66
Protection against foreign particles such as dust and jets of water
Ideal for outdoor use
Recommended for: Paging Systems, Siren & Alarm Systems, Traffic & Crowd Control by Police
Good for: Indoor & Outdoor Applications, Publicity, Vehicle Installation, High Noise Areas
Input Power: 25W RMS/38W Max.
Impedance: 8
Frequency Response: 250-10,000Hz
Specification
• Input Power • 60W Rms/90w max.
• Impedance/Power Taps • 16
• Frequency Response • 160-7,000Hz
• Temperature Range • -30°to + 70°C
• Material • Die-cast Aluminum Acoustic Head (Flange)
SPECIFICATION
Audio and video recording
Audio signals - record, stop record, low battery, low memory
Articulation - 260° horizontal, 60° vertical
field of view - 120º horizontal, 60º vertical
Recording speed - 30 frames per second
Recording capacity - >8hrs
Encoding technology, video - H264
Encoding technology, audio - MPEG-4
Battery life - 2.5 hours continuous recording, screen on
SPECIFICATION
Media Storage Type Memory Stick Micro™ (Mark 2), Micro SD/SDHC/SDXC Memory
Card(Class 4 or Higher)
Image Sensor 1/2.3 type(7.76mm)
Audio Format MP4/MPEG-4 AAC-LC 2ch, XAVC S/LPCM 2ch
Maximum Still Approx. 8.8 Megapixels
Image Resolution
(Photo Mode)
Inbuilt GPS Yes
HDMI Terminal Yes (HDMI micro)
USB Terminal Yes
Water Proof Yes (In use with Waterproof Case (SPK-X1))
Underwater Yes (In use with optional Dive Door (AKA-DDX1))
Shooting
Interface USB
Basemap Yes
Routes 50
Specification
Unit dimensions, WxHxD: 2.6" x 6.1" x 1.2" approx
Display size, WxH: 1.5" x 2.0" approx
Display resolution, WxH: 120 x 160 pixels
Display type: 4 level gray LCD
Weight: 7.7 oz (218 g) with batteries
Battery: 2 AA batteries (not included)
Battery life: 12 hours or more
Waterproof: yes (IPX7)
Floats: yes
High-sensitivity receiver: yes
Interface: serial and USB
Waypoints/favorites/locations: 500
Routes: 50
Track log: 2,048 points, 10 saved tracks
Features & Benefits:
Hunt/fish calendar: yes
Sun and moon information: yes
Area calculation: yes
Type Description
Capacity 1 KVA
Technology PWM using MOSFET / IGBT ( Indicate the make, capacity and
other technical details of the MOSFET/IGBT)
A. MAINS MODE
1. AC INPUT
1. Voltage 160 to 270 volts
2. Frequency 50 Hz +3 Hz
2. AC OUTPUT
1. Voltage 200 V to 245 V (with AVR). The output voltage should be within
200 V to 245 V rang at any point of time during input window of
160 V to 270 V Please mention type of AVR.
2. Frequency Sync to Mains
B. INVERTOR MODE (Output)
1. Voltage 230 volts + 5% during all condition in invertor mode like Full
load to no load, backup period etc.
2. Frequency 50 Hz + 0.5 Hz
3. Load Power Factor 0.6 (Lag)
4. Output Load 600 W for 1 KVA
5. Wave Form Quasi Sine wave
6. Invertor Efficiency >65% (on full rated capacity of UPS at 0.6 load PF)
7. Total Harmonic <22%
SPECIFICATION
Processor Intel Xeon Quad Core Processor min E3 1226
Chipset Intel C226 Workstation Chipset
RAM 8 GB DDR3 ECC Memory. Memory speed should be 1600 MHz or better.
System should support upto 32 GB of DDR3 ECC memory with minimum 4
memory slots.
Drive Controllers Integrated SATA controller with minimum 2 x 6Gbps ports.
Expansion slot 1 PCIe Gen3 x16 slot
1 PCIe Gen2 x4 slot /x16 connector
1 PCIe Gen2 x1 slot/x4 connector
1 PCIe Gen2 x1 slot
1 PCI slot 32-bit
Optical Drive Slim DVD+/-RW Double Layer SuperMulti (SATA) drive.
Graphics Card Platform should certified to install a professional series of graphic card
from factory.
Keyboard and Mouse Minimum 104 keys USB Keyboard and USB Optical Scroll mouse - Same
make as that of the workstation
Audio High Definition Integrated Audio with Internal speaker.
Communications Intel Gigabit Network port with Vpro support.
Bays/Slot 2 x 3.5-inch + 1 x 2.5 inch internal bays
1 x Slim ODD + 2 Half-Height 5.25-inch external bays
Minimum 1 x PCIe Gen3 x16/x16 slot, 3 x PCIe Gen2 slots and 1 x PCI Slot
Additional Software 1. The hardware vendor should supply an automatic system performance
tuning and monitoring software on Windows.
2. The tuning software should have modules for resource monitoring over
a long period of time, and should be capable of showing GPU utilisation
(GPU, Graphics memory and Codec activity) for both Graphics and GPU
Compute cards.
3. A complete Offline Diagnostics and Asset Discovery software suite
should be supplied along with the system.
Warranty 3 years onsite parts and labour warranty for system and monitor
Vendor Status The hardware vendor should be a reputed concern, having global presence
in multiple countries. Vendor should have ISO certifications.
Specification
specification
Switching Signal 100Volt(Nominal
Level
3xAPM-201RM(1V/10K balanced),1Mic Speech Amp(100V),Music
Inputs(Nominal)
Amp(100V),Alarm(100mW)
6Zone Selector Switches,All Call ,Chime,Reset,Music/Call
Switches
Selector,PowerON/OFF
Controls Ic Level,Chime Level,Alaram Level
specification
Power Output 500W + 500W Max., 350W + 350W RMS at 10%THD
300W + 300W RMS at 5% THD,
specification
Sensivity 2.5mV/Pa
S. Sub Item Code Brief Description of the sub-item Quoted/ Make &
No Not Quoted Model
1 SHS111088 TELEPHONE INSTRUMENT
2 SHS111089 BINOCULAR
3 SHS111090 LED TORCH
4 SHS111091 NIGHT VISION BINOCULAR-(10X)
5 SHS111092 THERMAL IMAGING CAMERA/
WEAPONSIGHT
6 SHS111093 DAY VISION BINOCULAR
7 SHS111094 EXPLORER XML RECHARGEABLE– FLASH
LIGHT
8 SHS111095 XML RECHARGEABLE – SEARCH LIGHT
9 SHS111096 LITE RECHARGEABLE – FLOOD LIGHT
10 SHS111097 REMOTE AREA FLOOD LIGHTING SYSTEM
11 SHS111098 INSPECTION LIGHT - NON
RECHARGEABLE – SEIGE
12 SHS111099 TORCHES
13 SHS1110100 PUBLIC ADDRESS SYSTEM (P.A. SYSTEM)
14 SHS1110101 PA HORN SPEAKERS
15 SHS1110102 PA DRIVER UNIT
16 SHS1110103 WIRELESS MICROPHONE AND RECEIVER
17 SHS1110104 VIDEO HD CAMERA WITH STILL SHOT
18 SHS1110105 BODY WORN CAMERA
19 SHS1110106 ACTION CAM
20 SHS1110107 GPS TYPE-A
21 SHS1110108 GPS TYPE-B
22 SHS1110109 INFLATABLE LIGHTING TOWER
23 SHS1110110 OFF-LINE UPS
24 SHS1110111 WORK STATION
25 SHS1110183 REMOTE PAGING SYSTEM
26 SHS1110184 CONTROL UNIT
27 SHS1110185 PA AMPLIFIER WITH BUILT –IN DIGITAL
PLAYER
28 SHS1110186 PAGING MICROPHONE WITH CHIME
2 Environmental factors
3 Power Supply
4 Warranty
5 Documentation
Note:- Rate should be quoted for equipment in ready to use condition including accessories,
voltage stabilizer/CVT etc. as mentioned above.
2. WATER BATH
A Environmental factors
B Power Supply
C Warranty
C Documentation
S. SPECIFICATIONS Compliance/
NO. Deviation & details
of equipment
1 Power: 230 or 120V AC, 50/60Hz
2 Power Consumption: Below 65W
3 Medication Capacity: 8ml
4 Particle Size: 0.5 to 5um
5 MMAD: 4.0um
6 Average Mobilization Rate: 0.4ml/min
7 Noise Level: below 55Dba
8 Compressor Pressure 30 to 36 Psi /
9 Range: 280 to 350 Kpa /
10 2.8~3.5bar
11 Operation Pressure Range: 8 to 16 Psi /
12 100 to 150 Kpa /
13 1~1.5bar
14 Liter Flow Range: 6~8lpm
15 Remain Amount: 0.15ml
16 Operating Temperature 10oC to 40oC (50oFto 104oF)
Range:
17 Operation Humidity: 10% to 95%RH
18 Storage Temperature -20oC to 70oC (-4oF to 158oF)
Range:
12. STRETCHER
SPECIFICATION
1. It should be based on Electrochemical Fuel Cell Technology. main stream technology and
not on side stream technology, where in the whole breath sample is sent to the sensor.
2. It should be ergonomically designed that the exhaled breath from the subject is not directed
to the testing officer but routed back towards the subject so as to avoid passing on air
borne infection to the testing officer.
3. In the presence of the person under intoxication or while talking with the person under
intoxication the presence of Alcohol should be displayed in the machine during passive test.
There should be a provision to detect even though the person is under intoxication not
cooperating for breath test.
4. LCD display showing the test result with memory location number with date and time.
5. Accuracy range should be + or— 5mg/100m1 at 100mg/100m I or + or 0.005 BAC at
100 BAC at 100 BAC.
6. Working temperature is between -10 to +50 Celsius Ambient Temperature.
7. Duration of sample taking should be less than 5 seconds.
8. It should have a measurement range of 0-500 mg/100 ml BAC and 0-2-5 mg/BrAC
9. It should have a memory of at least 10000 measured values with date and time.
10. It should be handy, portable, user friendly and easy to operate.
11 The recovery time should be 5 to 30 seconds for a negative test and around 45 seconds
for a positive test at 200mg/di of BAC.
12. it should be possible to detect in non-cooperative suspects instantly using passive test, so
as to randomly screen suspects before subjecting them to active breath alcohol testing.
13. 1t should be able to run on inexpensive LI-ION Rechargeable batteries, which last for at
least 200 tests on a single charge.
14. It should have power save mode.
15. The device should be capable of transferring data to Printer or PC through USB.
16. 1t should give accurate result in extreme Humid conditions as well.
17. 1t should have picture taking facilities (Camera) for taking the picture of suspected.
Functional Utility
It should be self-administered & multiuse product that can be applied by
an injured person with one hand
It should be able to quickly stem moderate to severe blood loss under all
types of field conditions, including amputations, IED blasts, etc.
It should have an ability to be used as a sling or to hold gauze pads over
a chest, stomach and head wounds
It should have an ability to be used as a primary dressing effectively due
to significantly high constricting capability; it is highly efficient in managing
arterial bleeding.
Technical Specifications
Dimensions: 32”X2” (maximum stretchable length ~twice the un-
stretchable condition)
Weight : ~60gm
Packing: Vacuum packed in Mil Grade 3 (Tri-layered) P:F:P material, non-
48. BIPAP
Compliance Yes/No
• Microprocessor Controlled BIPAP capable of Ventilating from
Pediatric And Adult patients and with capability to display
waveforms.
• Ventilator Should be Rugged, Compact and Mounted on its
Own Trolley.
• Should have an Built in 5.5” screen To Visualize Set and
Monitored parameters
• Should have a Built In Air source capable of Delivering Up to
150LPM with a 3Hrs Battery backup for the Whole ventilator
Unit.
• Should have an Built in High pressure Inlet for Oxygen Source.
• Should have the Modes A/C, SIMV, SIMV with PS, and
Controlled Mode in Volume Ventilation and A/C, SIMV, S, S/T,
T and CPAP Mode in Pressure Controlled ventilation CPAP .
• Should have additional Dual Mode AVAPS
• Should have the Following settings for VCV and PCV as
Applicable
a. Tidal Volume 50-2000ml
b. IPAP 0-50 CmH2O
c. EPAP/PEEP 4-25 CmH2O
d. Inspiratory Time 0.3- 5.0 secs
e. Rate 1-60 BPM
f. CPAP 0-30 CmH2O
g. C-Flex off, 1-3
h. PSV 0-30 CmH2O
NOTE: - Measurements given in the tender are approximate, subject to not affecting the
function/utility of equipment, required for.
Bidder should read the specification and mentioned before the items clearly, quoted or not
quoted of each quoted product.
6 dsu 1- I;ksj ckl dk dsu tks fd gydk Bamboo cane shall be well
polished and in proper shape
,oa etcwr gksrk gSA and size for use to control
2- VsM esMk ugh gksrk gSA crowed properly. It must have
3- yEckbZ 3-5 QqV vksj eksVkbZ 01 bap the strong hanging string and
holding grip. Sample approval
rkboku ikfy'k lfgrA before supply must get by the
supplier from the deptt.
7 dSi 1- dkVu dSi uxj j{kk lfefr yksxks Material should be good quality
and fast in color non allergic and
Universal fizUV lfgrA suitable for all type head size.
Size
Printing of Name/Logo will be
decided and approved by the
user deptt supplier must get
confirmation and approval
before the printing.
8 ih-Vh- 'kw 1- ;g 'kwt LiksVZ ,ao xsEl gsrq Sample of the Shoes and Shocks
must get approved from the user
e; eksts lqij ,oa rkboku jcj lksy deptt by the supplier before supply.
All Size ftlls fQlyrk ugh gSA
2- otu esa gydk gksrk gS ,oa
cncw ugh djrk gSA
3- ekstk I;ksj dkVuA
4- ekstk gYdk ,oa cncw ugh
djrk ilhuk lksd ysrk gSA
The Marine Grade FRP Motor Boat Shall Be Out Board Motor Boat Of Following Approximate
Dimensions
A) (Type-A)
1. Snake Catcher Stick shall be a modern device to catch the live snake safely.
2. The Soft catch-grips shall not hurt the snake and the pole shall be long which keeps the one
safe.
3. It is light weighted and easy to use.
4. Length: 4ft (48 inch)
5. Weight: shall not be more than 1000grams.
6. Material used shall be Heavy Duty Aluminum
(GROUP G)
Bidder should read the specification and mentioned before the items clearly, quoted or not
quoted of each quoted product.
QUOTED RATES SHOULD BE INCLUSIVE OF EXCISE DUTY (NET RATE OF EXCISE DUTY AFTER PASSING ON
THE MODVAT BENEFIT) LUNS SERVICE CHARGES @ 2% AND 0.5% INSPECTION CHARGES AND APPLICABLE
SERVICE TAX, PACKING, COMPREHENSIVE WARRANTY / GUARANTEE, FORWARDING, INSURANCE,
STAMPING CHARGES, OPERATIONAL TRAINING, MAINTENANCE, DEMONSTRATION, INSTALLATION
CHARGES BUT EXCLUSIVE OF VAT/CST TAX & OTHER LEVIES WHICH SHOULD BE SHOWN SEPARATELY.
PLEASE GIVE BREAKUP OF THE RATES IN SEPARATE SHEET. FOR DETAILS, REFER CONDITION NO. 10 OF
TENDER DOCUMENT.
SR.NO ITEM CODE NO. BRIEF DESCRIPTION OF THE SUB ITEM UNIT FOR RATES
QUOTED RATES SHOULD BE INCLUSIVE OF EXCISE DUTY (NET RATE OF EXCISE DUTY AFTER PASSING ON
THE MODVAT BENEFIT) LUNS SERVICE CHARGES @ 2% AND 0.5% INSPECTION CHARGES AND APPLICABLE
SERVICE TAX, PACKING, COMPREHENSIVE WARRANTY / GUARANTEE, FORWARDING, INSURANCE,
MAINTENANCE, DEMONSTRATION, INSTALLATION CHARGES BUT EXCLUSIVE OF VAT/CST TAX & OTHER
LEVIES WHICH SHOULD BE SHOWN SEPARATELY. PLEASE GIVE BREAKUP OF THE RATES IN SEPARATE
SHEET. FOR DETAILS, REFER CONDITION NO. 10 OF TENDER DOCUMENT.
SR. ITEM CODE NO. BRIEF DESCRIPTION OF THE SUB ITEM UNIT FOR RATES
NO
SHS111061 HOLDUP FENCES ITEMS EACH SET AS
1 FABRICATION, FIXING & MAINTENANCE PER
OF HOLDUPS BY EXCAVATING SOIL, SPECIFICATION
CONCRETE OR BITUMINOUS ROAD AND & Drawing
FIXING HOLDUP FENCE AT VARIOUS
PLACES IN UJJAIN CITY UNDER CROWD
MANAGEMENT PLAN DURING THE
"SINHASTHA" AND DEPOSITING IT BACK.
(EACH SET HAVING
ONE POLE, ONE RAFTER AND ONE
FRAME)
QUOTED RATES SHOULD BE INCLUSIVE OF EXCISE DUTY (NET RATE OF EXCISE DUTY AFTER PASSING
ON THE MODVAT BENEFIT) LUNS SERVICE CHARGES @ 2% AND 0.5% INSPECTION CHARGES AND
APPLICABLE SERVICE TAX, PACKING, COMPREHENSIVE WARRANTY / GUARANTEE, FORWARDING,
INSURANCE, MAINTENANCE, DEMONSTRATION, INSTALLATION CHARGES BUT EXCLUSIVE OF VAT/CST
TAX & OTHER LEVIES WHICH SHOULD BE SHOWN SEPARATELY. PLEASE GIVE BREAKUP OF THE RATES
IN SEPARATE SHEET. FOR DETAILS, REFER CONDITION NO. 10 OF TENDER DOCUMENT.
SR.NO ITEM CODE NO. BRIEF DESCRIPTION OF THE SUB ITEM UNIT FOR RATES
QUOTED RATES SHOULD BE INCLUSIVE OF EXCISE DUTY (NET RATE OF EXCISE DUTY AFTER PASSING
ON THE MODVAT BENEFIT) LUNS SERVICE CHARGES @ 2% AND 0.5% INSPECTION CHARGES AND
APPLICABLE SERVICE TAX, PACKING, COMPREHENSIVE WARRANTY / GUARANTEE, FORWARDING,
INSURANCE, MAINTENANCE, DEMONSTRATION, INSTALLATION CHARGES BUT EXCLUSIVE OF VAT/CST
TAX & OTHER LEVIES WHICH SHOULD BE SHOWN SEPARATELY. PLEASE GIVE BREAKUP OF THE RATES
IN SEPARATE SHEET. FOR DETAILS, REFER CONDITION NO. 10 OF TENDER DOCUMENT.
SR.NO SUB ITEM CODE BRIEF DESCRIPTION OF THE SUB ITEM UNIT FOR RATES
QUOTED RATES SHOULD BE INCLUSIVE OF EXCISE DUTY (NET RATE OF EXCISE DUTY AFTER PASSING
ON THE MODVAT BENEFIT) LUNS SERVICE CHARGES @ 2% AND 0.5% INSPECTION CHARGES AND
APPLICABLE SERVICE TAX, PACKING, COMPREHENSIVE WARRANTY / GUARANTEE, FORWARDING,
INSURANCE, MAINTENANCE, DEMONSTRATION, INSTALLATION CHARGES BUT EXCLUSIVE OF VAT/CST
TAX & OTHER LEVIES WHICH SHOULD BE SHOWN SEPARATELY. PLEASE GIVE BREAKUP OF THE RATES
IN SEPARATE SHEET. FOR DETAILS, REFER CONDITION NO. 10 OF TENDER DOCUMENT.
QUOTED RATES SHOULD BE INCLUSIVE OF EXCISE DUTY (NET RATE OF EXCISE DUTY AFTER PASSING
ON THE MODVAT BENEFIT) LUNS SERVICE CHARGES @ 2% AND 0.5% INSPECTION CHARGES AND
APPLICABLE SERVICE TAX, PACKING, COMPREHENSIVE WARRANTY / GUARANTEE, FORWARDING,
INSURANCE, MAINTENANCE, DEMONSTRATION, INSTALLATION CHARGES BUT EXCLUSIVE OF VAT/CST
TAX & OTHER LEVIES WHICH SHOULD BE SHOWN SEPARATELY. PLEASE GIVE BREAKUP OF THE RATES
IN SEPARATE SHEET. FOR DETAILS, REFER CONDITION NO. 10 OF TENDER DOCUMENT.
S. NO SUB ITEM CODE BRIEF DESCRIPTION OF THE SUB-ITEM UNIT F.O.R. RATES
QUOTED RATES SHOULD BE INCLUSIVE OF EXCISE DUTY (NET RATE OF EXCISE DUTY AFTER PASSING
ON THE MODVAT BENEFIT) LUNS SERVICE CHARGES @ 2% AND 0.5% INSPECTION CHARGES AND
APPLICABLE SERVICE TAX, PACKING, COMPREHENSIVE WARRANTY / GUARANTEE, FORWARDING,
INSURANCE, MAINTENANCE, DEMONSTRATION, INSTALLATION CHARGES BUT EXCLUSIVE OF VAT/CST
TAX & OTHER LEVIES WHICH SHOULD BE SHOWN SEPARATELY. PLEASE GIVE BREAKUP OF THE RATES
IN SEPARATE SHEET. FOR DETAILS, REFER CONDITION NO. 10 OF TENDER DOCUMENT.
S. NO SUB ITEM CODE BRIEF DESCRIPTION OF THE SUB-ITEM UNIT F.O.R. RATES