for procurement & installation of firefighting...

30
Rescue 1122 Tender Documents NO.T/ 07 /2016-17 For Firefighting Equipment Page 1 of 30 BIDDING DOCUMENTS FOR PROCUREMENT & INSTALLATION OF FIREFIGHTING EQUIPMENT AND UP-GRADATION OF EXISTING FIREFIGHTING SYSTEM Rescue 1122 Punjab Emergency Service Emergency Services Academy, Rescue 1122, Adjacent Jinnah Bus Terminal, Thokar Niaz Baig, Lahore. Email: [email protected], Tel: 0092-42-37515464, 042- 37421122 URL: www.rescue.gov.pk

Upload: others

Post on 06-Mar-2021

7 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: FOR PROCUREMENT & INSTALLATION OF FIREFIGHTING …eproc.punjab.gov.pk/BiddingDocuments/65712_Bidding... · 2017. 1. 28. · Procurement and Installation of Fire Fighting equipment

Rescue 1122 Tender Documents NO.T/ 07 /2016-17 For Firefighting Equipment

Page 1 of 30

BIDDING DOCUMENTS

FOR

PROCUREMENT & INSTALLATION OF FIREFIGHTING EQUIPMENT AND UP-GRADATION OF EXISTING FIREFIGHTING SYSTEM

Rescue 1122

Punjab Emergency Service Emergency Services Academy, Rescue 1122, Adjacent Jinnah Bus Terminal,

Thokar Niaz Baig, Lahore.

Email: [email protected], Tel: 0092-42-37515464, 042- 37421122

URL: www.rescue.gov.pk

Page 2: FOR PROCUREMENT & INSTALLATION OF FIREFIGHTING …eproc.punjab.gov.pk/BiddingDocuments/65712_Bidding... · 2017. 1. 28. · Procurement and Installation of Fire Fighting equipment

Rescue 1122 Tender Documents NO.T/ 07 /2016-17 For Firefighting Equipment

Page 2 of 30

Introduction

The Punjab Emergency Service (Rescue 1122) (here in after referred to “Service”) has

been established under the Punjab Emergency Service Act, 2006 for professional

management of emergencies such as road traffic accidents, buildings collapse,

hazardous material incidents, fires, disasters, etc. The procurements in the Service

are governed under the Punjab Emergency Service Financial Rules 2007 and Punjab

Procurement Rules, 2014 duly notified by Government of the Punjab.

The required quantity of procurement & installation of firefighting equipment and up-gradation of existing firefighting system in Lahore High court to be procured through open competitive bidding procedures and contract terms & conditions are given in the bidding documents.

Page 3: FOR PROCUREMENT & INSTALLATION OF FIREFIGHTING …eproc.punjab.gov.pk/BiddingDocuments/65712_Bidding... · 2017. 1. 28. · Procurement and Installation of Fire Fighting equipment

Rescue 1122 Tender Documents NO.T/ 07 /2016-17 For Firefighting Equipment

Page 3 of 30

PUNJAB EMERGENCY SERVICE (RESCUE 1122) TENDER NOTICE

No.T/ 07 /2016-17

The Punjab Emergency Service (Rescue 1122) invites sealed bids / tenders

from manufacturers/authorized distributors/Importers/Sole Agents of Foreign principals/ Firms

registered with Sales Tax and Income Tax departments, having sufficient managerial,

technical, financial capabilities for the procurement of the following on FOR basis:

Item Tender Fee (Rs.) Procurement and Installation of Fire

Fighting equipment and Up-Gradation

of Existing Firefighting equipment

System in Lahore High Court

Rs. 500/-

1) Tender documents are available and may be obtained on a written request and on

payment of prescribed fee (non-refundable and non-adjustable) from Procurement

Wing, Rescue 1122 Headquarters located at Emergency Services Academy, adjacent

Jinnah Bus Terminal, Thokar Niaz Baig, Lahore on any working day during office hours

immediately after publication of this tender up to 13-02-2017.

2) 2% of total estimated value as bid security in the shape of CDR/PO/BG, duly pledged in

favor of Director General Punjab Emergency Service Lahore must be submitted along

with the bid. Bid without security offer shall not be accepted.

3) Bidding will be conducted under the provision of Punjab Procurement Rules-2014. (Rule

38(2) (a) single stage-two envelopes bidding procedure). Bids should be dropped in the

Tenders Box kept in the office, on or before 14-02-2017 till 11:00 AM.

4) No bid shall be accepted after due date and time.

5) Technical proposals shall be opened on the same day at 11:30 A.M. in the presence of

the bidders or their authorized representatives, who choose to be present, in the

Committee Room of Rescue 1122 Headquarters located at Emergency Services

Academy, adjacent Jinnah Bus Terminal, Thokar Niaz Baig, Lahore.

6) Bids not fulfilling minimum requirements as stipulated in the bidding documents shall be

declared non-responsive. Financial Proposals of such non-responsive/ disqualified

bidders shall be returned un-opened.

7) In case, the tender proceedings are not done on the scheduled date, the same shall be

done on the next working day at the same place and time.

8) Incomplete, conditional and bids without appropriate bid security shall not be

considered.

9) In case of any contradiction or discrepancy between this advertisement and the

contents of bidding documents, the contents of the bidding documents shall prevail.

10) The tender notice is also available on the websites of PPRA and Punjab Emergency

Service, www.ppra.punjab.gov.pk. and www.rescue.gov.pk.

Procurement Wing Rescue 1122 Headquarters located at Emergency Services Academy,

adjacent Jinnah Bus Terminal, Thokar Niaz Baig, Lahore.

Email: [email protected], Tel: 0092-42-37515464, 042- 37421122

Page 4: FOR PROCUREMENT & INSTALLATION OF FIREFIGHTING …eproc.punjab.gov.pk/BiddingDocuments/65712_Bidding... · 2017. 1. 28. · Procurement and Installation of Fire Fighting equipment

Rescue 1122 Tender Documents NO.T/ 07 /2016-17 For Firefighting Equipment

Page 4 of 30

INSTRUCTIONS TO BIDDERS 1. Eligible bidders: This invitation for Bids is open to all Manufacturers/Authorized distributors/Importers/Sole Agents of foreign Principals/well reputed firms on Free Delivery to Consignee’s end basis. The importer/sole agent must possess a valid authorization from the foreign Principal/Manufacturer.

THE BIDDING PROCEDURE

2. Single Stage- Two Envelopes Bidding Procedure shall be applied: i) The bid shall comprise a single package containing two separate envelopes. Each envelope shall contain separately the Financial Proposal and the Technical Proposal. ii) The inner envelopes shall be marked as “FINANCIAL PROPOSAL” And “TECHNICAL PROPOSAL” in bold and legible letters to avoid confusion. iii) Initially, only the envelope marked “TECHNICAL PROPOSAL” shall be opened. iv) The envelope marked as “FINANCIAL PROPOSAL” shall be retained in the custody of the Punjab Emergency Service without being opened. v) The Service shall evaluate the Technical Proposal, without reference to the price and reject any proposal which does not conform to the specified requirements. vi) During the technical evaluation, no amendments in the technical proposal shall be permitted. vii) The Financial Proposals of bids shall be opened publicly at a time, date and venue to be announced and communicated to the bidders in advance. viii) After the evaluation and approval of the technical proposal, the Service shall at a time within the bid validity period, publicly open the financial proposals of the technically accepted bids only. ix)The financial proposal of bids found technically non-responsive shall be returned un-opened to the respective bidders. x) The bid found to be the lowest evaluated bid shall be accepted.

THE BIDDING DOCUMENTS

3. Content of Bidding Documents i) The goods required, bidding procedures, and contract terms are prescribed in the bidding documents. In addition to the invitation for bids, the bidding documents shall include:-

a. Instructions to bidders b. Technical Specifications c. Form of Contract d. Manufacturer’s/ Foreign Principal’s authorization form e. Proprietary Certificate in case of sole manufactured/imported items f. Form of Bid g. Price Schedule h. Delivery Schedule i. Manufacturing license j. Price Reasonability certificate k. Certificate on stamp paper of worth Rs.50/- l. General and Special conditions regarding purchase and procurement as given in the Punjab Procurement Rules, 2014.

Page 5: FOR PROCUREMENT & INSTALLATION OF FIREFIGHTING …eproc.punjab.gov.pk/BiddingDocuments/65712_Bidding... · 2017. 1. 28. · Procurement and Installation of Fire Fighting equipment

Rescue 1122 Tender Documents NO.T/ 07 /2016-17 For Firefighting Equipment

Page 5 of 30

ii) The bidder is expected to examine all instructions, forms, terms and specifications in the bidding document. iii) Failure to furnish all information required by the bidding documents or to submit a bid not substantially responsive to the bidding documents in every respect shall be at the bidder’s risk result in the rejection of its bid.

4. Amendment of Bidding Documents: At any time prior to the deadline for submission of bids, the Service, for any reason, whether at its own initiative or in response to a clarification requested by a prospective bidder, may modify the bidding documents by amendment. All prospective bidders that have received the bidding documents shall be notified of the amendment in writing or by phone, and shall be binding on them.

PREPARATION OF BIDS

5. Documents Comprising the Bid: the bid shall comprise the following components: i) Bid form and price schedule completed in accordance with instruction to bidders (to be submitted along with financial proposal). ii) Documentary evidence established in accordance with instruction to bidders is eligible to bid and is qualified to perform the contract if its bid is accepted; iii) Bid security is to be furnished in accordance with instruction to bidders.

6. Bid Form & Price Schedule: i) The bidder shall complete the bid form and an appropriate price schedule furnished in the bidding documents indicating the goods to be supplied, a brief description of the goods, their strength, packing, quantity, and prices. ii) Bid Prices: The participating firms must submit their Technical Proposal in the following manner along with SOFT COPY on USB:

Required Specifications

Offered Specifications

Make/ brand name

Manufacturer Country of Origin

Pack Size

iii) The participating firms must submit their Financial Proposal in the following manner.

Item

offered Make/

brand name

Manufacturer Country of origin

Pack size

Offered Unit Price

iv) Form of price schedule is to be filled in very carefully, preferably typed. Any alteration / correction must be initialed. Every page is to be signed and stamped at the bottom. Total number of the pages of bid must be mentioned. Serial number of the quoted item may be marked with red/yellow marker. v) The bidder should quote the prices of goods according to the strength/technical specifications as provided in the form of price schedule and technical specifications. The specifications of goods, different from the demand of bid enquiry, shall straightway be rejected. vi) The bidder is required to offer competitive price. All prices must include the General Sales Tax (GST) and other taxes and duties, where applicable. If there is no mention of taxes, the offered/quoted price shall be considered as inclusive of all prevailing taxes/duties. The benefit of exemption from or reduction in the GST or other taxes shall be passed on to the Service. vii) The bidder should also take into account the payment of stamp duty of contract amount as per Stamp Duty Act.

Page 6: FOR PROCUREMENT & INSTALLATION OF FIREFIGHTING …eproc.punjab.gov.pk/BiddingDocuments/65712_Bidding... · 2017. 1. 28. · Procurement and Installation of Fire Fighting equipment

Rescue 1122 Tender Documents NO.T/ 07 /2016-17 For Firefighting Equipment

Page 6 of 30

viii) Price offered should be for the validity period, conditional offer shall be considered as non-responsive bidder. ix)While tendering your quotation, the present trend / inflation in the rate of goods and services in the market should be kept in mind. No request for increase in price due to market fluctuation in the cost of goods and services shall be entertained subsequently.

7. Documents establishing bidder’s eligibility and Qualification: i) The bidder shall furnish, as part of its technical bid, documents establishing the bidder’s eligibility to bid and its qualifications to perform the contract if its bid is accepted. ii) The documentary evidence of the bidder’s eligibility to bid (to be submitted along with technical proposal) shall be established to the satisfaction of the Service that the bidder, at the time of submission of its bid, is an eligible as defined under instruction to the bidders. iii) The sole agent/importer shall have to produce letter of authorization from manufacturer (foreign Principal), distributor from the manufacturer and in case of Manufacturer, documentary proof manufacturing license/registration certificate, to the effect that they are the original manufacturer of the required specifications of goods. iv) The National Tax Number (NTN) and General Sales Tax Number (GST) with documentary proof shall have to be provided by each bidder in the tender. v) The bidder shall submit an affidavit on legal stamp paper of Rs.50/- that their firm is not blacklisted on any ground by any Government (Federal /Provincial /District), a local body or a public sector organization. The bidder shall be debarred from bid on account of submission of false statement. vi) The bidder must indicate the registration number, make of country or origin/Manufacturer.

8. Document establishing goods ‘eligibility and conformity to bidding documents. The bidder shall furnish along with Technical Proposal, as part of its bid, document establishing the eligibility and conformity to the bidding documents of all goods, which the bidder proposes to supply under the contract. 9. Submission of sample: The Committee may ask to provide one (01) sample (commercial packs) of offered items (free of cost and returnable), for evaluation and shall demonstrate its functions. 10. Bid Security:

i) The bidder shall provide 2% of the total estimated price in the shape of CDR/Pay order/Bank Guarantee as per Punjab Procurement Rules 2014 along with their financial proposal in the name of Director General Punjab Emergency Service (Rescue 1122). ii) The bid security is required to protect the Service against the risk of bidder’s conduct, which would warrant the security’s forfeiture, pursuant to instruction to bidders.

i. The bid security may be forfeited. ii. If a bidder withdraws its bid during the period of bid validity; or

iii. In the case of a successful bidder, if the bidder fails to sign the contract in accordance with instruction to bidders.

Page 7: FOR PROCUREMENT & INSTALLATION OF FIREFIGHTING …eproc.punjab.gov.pk/BiddingDocuments/65712_Bidding... · 2017. 1. 28. · Procurement and Installation of Fire Fighting equipment

Rescue 1122 Tender Documents NO.T/ 07 /2016-17 For Firefighting Equipment

Page 7 of 30

11.Performance Security:

The successful bidder(s) shall furnish 5% Performance Security in favor of the Director General, Punjab Emergency Service, Lahore for the total amount of the contract which shall be retained by the procuring agency till the period of contract / warranty guarantee period. 12.The successful bidder shall provide warranty / guarantee for a period of 03 years (Completion of Performance) w.e.f. the date of satisfactory inspection. 13.Bid Validity:

i) Bids shall remain valid for the period of four (04) months after the date of opening of technical bid, prescribed by the Service. A bid valid for a shorter period shall be rejected as non-responsive. ii) The Service shall ordinarily be under an obligation to process and evaluate the bid within the stipulated bid validity period. However, under exceptional circumstances and for reason to be recorded in writing, if an extension is considered necessary, all those who have submitted their bids shall be asked to extend their respective bid validity period. Such extension shall be for not more than the period equal to the period of the original bid validity. iii) Bidders who

a. agree to the Service request for extension of bid validity period shall not be permitted to change the substance of their bids; and b. do not agree to an extension of the bid validity period shall be allowed to withdraw their bids without forfeiture of their bid security (earnest money).

14.Format and signing of bid: i) The bidder shall prepare and submit its bid along with copy of purchase receipt. The bid shall be typed and shall be signed by the bidder of a person or a person duly authorized to bind the bidder to the contract. The person or persons signing the bid shall initial all pages of the bid, except for un-amended printed literature. ii) Any interlineations, erasures, or overwriting, shall be valid only if they are initialed by the person or persons signing the bid.

SUBMISSION OF BIDS

15.Sealing and Marking of Bids:- i) The envelopes shall be marked as “FINANCIAL PROPOSAL “and “TECHNICAL PROPOSAL” in bold and legible letters to avoid confusion. The inner and outer envelopes shall.

a. be addressed to the Director General Punjab Emergency Service and; b. bear the name and number indicated in the invitation for Bids.

ii) The inner envelopes shall also indicate the name and address of the bidder; the Service shall assume no responsibility for the bids misplacement or premature opening.

16.Deadline for submission of bids: - Bids must be submitted by the bidder and received by the Service, not later than the time and date specified in the invitation for bids. The Director General, Punjab Emergency Service may, at its discretion, extend this deadline for the submission of bids by amending the bidding documents in accordance with instruction to bidders, in which case all rights and obligations of the Service and bidders previously subject to the deadline shall thereafter be subject to the deadline as extended. 17.Late Bid: - Any bid received after the deadline for submission of bids prescribed, shall be rejected and returned unopened to the bidder.

Page 8: FOR PROCUREMENT & INSTALLATION OF FIREFIGHTING …eproc.punjab.gov.pk/BiddingDocuments/65712_Bidding... · 2017. 1. 28. · Procurement and Installation of Fire Fighting equipment

Rescue 1122 Tender Documents NO.T/ 07 /2016-17 For Firefighting Equipment

Page 8 of 30

18.Withdrawal of Bids: -The bidder may withdraw its bid after the bid’s submission and prior to the deadline prescribed for submission of bids. No bid may be withdrawn in the interval between the deadline for submission of bids and the expiration of the period of bid validity specified in instruction to bidders. Withdrawal of a bid during this interval may result in the Bidder’s forfeiture of its Bid Security, pursuant to the instruction to bidders.

OPENING AND EVALUATION OF BIDS

19.Opening of Bids:- i) Initially only the envelopes marked “TECHINICAL PROPOSAL” shall be opened in the presence of bidder’s representatives who choose to attend at prescribed date and time in the Committee Room of Emergency Services Academy, Shama Chowk

Ferozepur Road, Lahore. The bidder’s representatives who are present shall sign the Attendance sheet evidencing their attendance. However, the envelope marked as “FINANCIAL PROPOSAL” shall be retained in the custody of Service without being opened and till completion of the evaluation process. ii) The Bidder Name, item(s) for which they quoted their rate, serial number of the item and such other details if considered appropriate, shall be announced at the opening of technical proposal. No bid shall be rejected at technical proposal/bid opening, except for late bids which shall be returned unopened to the bidder. However, at the opening of financial proposals (the date, time and venue would be announced later on), the bid prices, discounts (if any), and the presence or absence of requisite bid security and such other details, if considered appropriate shall be announced. iii) The financial bids found having without Bid Security shall also be returned unannounced to the bidder; even they qualified in the evaluation of technical proposal. However, prior to return to the bidder, statement/reason on such bids shall be recorded. iv) The minutes of the bids opening (technical and financial) shall be recorded. v) In case, the tender proceedings are not done on the scheduled date, the same shall be done on the next working day at the same place and time. 20.Clarification of Bids: - During evaluation of the bids, the authority may, at its discretion, ask the bidder for a clarification of its bid. The request of clarification and the response shall be in writing, and no change in the price substance of the bid shall be sought, offered or permitted. 21.Preliminary Examination: - All the bids shall be examined to determine whether they are complete, whether the documents have computational errors have been made, whether required sureties have been furnished, whether the documents have been properly signed, and whether the bids are generally in order. i) In the financial bids, the arithmetical errors shall be rectified on the following basis. If there is a discrepancy between the unit price and the total price that is obtained by multiplying the unit price and quantity, the unit price shall prevail and the total price shall be corrected. If the bidder does not accept the correction of the errors, its bid shall be rejected, and its Bid Security may be forfeited. If there is a discrepancy between words and figures, the amount in words shall prevail. ii) Any minor informality, non-conformity, or irregularity in bid which does not constitute a material deviation, may be waived provided such waiver does not prejudice or affect the relative ranking of any bidder.

Page 9: FOR PROCUREMENT & INSTALLATION OF FIREFIGHTING …eproc.punjab.gov.pk/BiddingDocuments/65712_Bidding... · 2017. 1. 28. · Procurement and Installation of Fire Fighting equipment

Rescue 1122 Tender Documents NO.T/ 07 /2016-17 For Firefighting Equipment

Page 9 of 30

iii) If a bid is not substantially responsive, it shall be rejected and may not subsequently be made responsive by the bidder by correction of the non conformity. 22.Evaluation & Comparison of Bids:- i) Substantially responsive bids shall be evaluated and compared. ii) The evaluation of technical proposal/bid shall be on the basis of previous performances, previous test reports, previous experience, financial soundness and such other details as the Authority, at its discretion, may consider appropriate, shall be considered. However, the evaluation of financial proposal shall be on the basis of price inclusive of prevailing taxes and duties in pursuant to instruction to bidder and Bid Security. iii) All bids shall be evaluated in accordance with the evaluation criteria and other terms & conditions set forth in these bidding documents. iv) A bid once opened in accordance with the prescribed procedure shall be subject to only those rules, regulations and policies that are in force at the time of issue of notice for invitation of bids. 23.Evaluation criteria:- i) For the purpose of determining the lowest evaluated bid, facts other than price such as previous performances previous experience, financial soundness and such other details as the authority, at its discretion may consider appropriate shall be taken into consideration. The following merit point system for weighing evaluation factors/criteria shall be applied for the Technical Proposals. The number of points allocated to each factor shall be specified in the evaluation report.

Page 10: FOR PROCUREMENT & INSTALLATION OF FIREFIGHTING …eproc.punjab.gov.pk/BiddingDocuments/65712_Bidding... · 2017. 1. 28. · Procurement and Installation of Fire Fighting equipment

Rescue 1122 Tender Documents NO.T/ 07 /2016-17 For Firefighting Equipment

Page 10 of 30

BID EVALUATION CRITERIA Compulsory parameters:

S/N

Description Requirement / Points

1 LEGAL (MANDATORY)

a. Manufacturing license / authorization letter Mandatory

b. Valid Income Tax Registration Mandatory

c. Valid General Sales Tax Registration (Status Active with FBR) Mandatory

d. Undertaking on Judicial Paper that the firm is not blacklisted and not involved in litigation with any of provincial or Federal Government Department, Agency, Organization or autonomous body anywhere in Pakistan. In case involved in any litigation process, proof of dispute resolution is required.

Mandatory

e. Conformity with Specifications. Mandatory

f. Minimum 03 years relevant experience. Mandatory

2 RELEVANT EXPERIENCE AND PAST PERFORMANCE: 35 points

a. Establishment of firm (bidder) (Max. 05 points)

Points for 3 years Point for 4 years Point for 5 years 6 years & above

02 Points 03 points 04 points 05 Points

b. Number of projects completed during last ten years i.Same Article (min. value of projects is 2 Million) No marks are awarded for project less than specified limit.

or ii.Similar nature projects (min. value of projects is 2 Million) No marks are awarded for project less than specified limit. (Max. 20 Points)

For every project

05 & more projects

For every project

05 & more projects

04 points

20 points

02 Points

10 Points

c. No. of Government institutions served in different projects (Max 10 Points)

For every institution 05 & more projects

02 points 10 points

3 CAPACITY AND QUALITY 30 Points a. Different national / international certification held by the

applicant company in quality standards, processes, health & safety, environmental safety, etc. shall be preferred.

b. (Max. (05 Points)

Points for each certification 02 certificates & more

2.5 point 5 points

c. Total Managerial / Executive Staff (Max. 5 Points)

Per Person 5 & more persons

01 point 5 points

d. Technical Staff (Engineer/B.Tech/DAE/(Experienced personnel with minimum 5 years in similar nature) (Max 10 points)

Per Person 05 & more persons

02 Points 10 Points

e. Different national / international certification about product. (Max. (10 Points)

Points for each certification 03 certificates & more

03 points 10 points

4 FINANCIAL POSITION OF THE BIDDER 25 points

a. Income Tax Returns (Max. 05 Points)

For last 02 years 05 Points

b. Average Annual Sales of last 02 years (Max. 10 Points)

Over Rs.05 - Rs.10 Million Over Rs.10 - Rs.20 Million Over Rs.20 - Rs.30 Million

Over Rs.30 Million

03 Points 06 Points 09 Points 10 Points

c. Total Assets (Max. 10 Points)

From Rs.10-15 Million Over Rs.15- Rs.20 Million Over Rs.20-Rs.25 Million

05 Points 07 Points 10 Points

Total Points 90 Points

ii) During technical evaluation, the Service may or may not send samples for test to any lab for which expenditure shall be borne by the bidder. iii) After technical evaluation is complete the bidders who have submitted proposals shall be informed about the technical scores obtained by their technical proposal and shall notify those bidders whose proposal did not meet the minimum qualifying mark which is 65% or were considered non responsive, that their financial proposals shall be returned unopened after completing the selection

Page 11: FOR PROCUREMENT & INSTALLATION OF FIREFIGHTING …eproc.punjab.gov.pk/BiddingDocuments/65712_Bidding... · 2017. 1. 28. · Procurement and Installation of Fire Fighting equipment

Rescue 1122 Tender Documents NO.T/ 07 /2016-17 For Firefighting Equipment

Page 11 of 30

process. It shall be simultaneously notified in writing to the bidders that they have secured the minimum qualifying marks, the date, time and location for opening the financial proposals. Bidders attendance at the opening of financial proposals is optional. iv) PASS MARKS: Based on conditions listed in this document, application not meeting the 65% pass marks limit will be rejected. All applicants scoring greater than or equal to 65% of the marks will be accepted. v) PROVISO: Provided that if none or only one (single) applicant exceeds the 65% pass marks, then the Service shall decrease the pass marks limit to 60%. In other words, if two or more applicants exceed, then the pass marks will not be decreased to 60%. vi) Financial proposals shall be opened publicly in the presence of the bidders representatives who choose to attend. The name of the bidders and the technical score of the bidder shall be read aloud. The financial proposal of the bidders who meet the minimum qualifying marks shall then be inspected to confirm that they have remained sealed and unopened. These financial proposals shall be then opened and the quoted price read aloud and recorded it appropriate. 24.Qualification and Disqualification of Bidders:

A bidder shall be disqualified if it would be finding at any time, that the information submitted by him concerning his qualification was false and materially inaccurate or incomplete.

25.Rejection of Bids: The Service shall upon request communicate to any bidder who submitted a bid the grounds for its rejection of any or all bids , but is not required to justify those grounds, the Service incurs no liability , solely towards bidders who have submitted bids . Notice of the rejection of any or all bids shall be given promptly to the concerned bidders that submitted bids. 26.Announcement of Evaluation Report:

The results of bid evaluation shall be declared prior to the award of procurement contract in the form of a report giving justification for acceptance or rejection of bids at least ten days prior to the award of procurement contract.

27.One Person one bid: One person may submit one bid and if one person submits more than one bid, the Service shall reject all such bids. 28.Acceptance of Bid and Award Criteria:

The bidder with the lowest evaluated bid, if not in conflict any other law, rules, regulations or policy of the provincial government, shall be awarded the contract within the original or extended period of bid validity . 29. Inspections and Test / Analysis:

i. Inspection and Test/Analysis: a. The inspection committee shall inspect the quantity, specifications of goods including lab report, if any. The cost of the laboratory tests, if conducted, shall be borne by the supplier. b. The supplier will be responsible for free replacement of stock if the same is not found to be of the same specifications as required in the invitation of bid / substandard / spurious / misbranded/expired. It will replace the unconsumed expired stores without any further charges.

ii. Import documents, if required, may be produced at the time of inspection to ensure that stores offered for inspection are imported brand new and in the original packing of the manufactures.

iii. If the goods supplied are found during physical examination /inspection to be against the required specifications, approved samples, etc, even if it is of standard

Page 12: FOR PROCUREMENT & INSTALLATION OF FIREFIGHTING …eproc.punjab.gov.pk/BiddingDocuments/65712_Bidding... · 2017. 1. 28. · Procurement and Installation of Fire Fighting equipment

Rescue 1122 Tender Documents NO.T/ 07 /2016-17 For Firefighting Equipment

Page 12 of 30

quality, the goods may be rejected, and the supplier shall either replace the rejected goods or arrange alterations necessary for rectification of observation, to meet the required specifications free of cost. Replacement in lieu of the rejected supplies must be completed within 15days from the date of communication of decision to the manufacturer /supplier by the Service. In case after replacement or alteration, the inspection committee again declare the item as of against the required specifications, the supply would completely be rejected and the securities would be forfeited to the government account and the firm shall be blacklisted minimum for one year. However, if the entire supplies/installments are declared as of against the required specifications, the securities shall be forfeited and the firm shall be blacklisted minimum for two years.

30. Transportation: Transportation including loading/unloading of goods shall be arranged and paid for by the supplier. 31. Payment

i. Part payment part supply shall be allowed. 32. Delays in the Supplier’s Performance: Delivery of the goods shall be made by the supplier in accordance with the prescribed time schedule. if at any time during performance of the contract, the supplier should encounter conditions impeding timely delivery of the goods, the supplier shall promptly notify the Service in writing on the fact of the delay, it’s likely duration and its cause(s) the Service may at its discretion extend the supplier’s time for performance, with or without liquidated damages, in which case the extension shall be granted by the Service. A delay by the supplier in the performance of its delivery obligations shall render the supplier liable to the imposition of liquidated damages, unless an extension of time is agreed upon without the application of liquidated damages. 33. Penalties /Liquidated Damages;- i. In case of late delivery beyond the presented period, penalty as specified in special

conditions of contract shall be imposed upon the supplier. The above late delivery (LD) is subject to general conditions of contract including late delivery for reasons beyond control. Once the maximum is reached the authority may consider termination of the contract. In case of supply of substandard product the destruction cost will be borne by the firm i.e. Burning, Dumping and Incineration. If the firm provides substandard item and fails to provide the item the payment of risk purchase from the 2nd lowest/market (which will be purchased by the consignee) the price difference shall be paid by the firm.

ii. In case of late delivery of goods beyond the period specified, penalty@2% per month, 0.067% per day of the cost of late delivered supply shall be imposed upon the supplier.

34. TERMINATION FOR DEFAULT;-The Service, without prejudice to any other remedy for breach of contract ,by written notice of default, sent to the supplier , may terminate the contract in whole or in part ,if the supplier fails to deliver any or all installments of the goods within the period (s) specified in the contract, or within any extension thereof granted or if the supplier fails to perform any other obligation (s) under the contract and if the supplier, in the judgment of the procuring agency has engaged in corrupt or fraudulent practices in competing for or in executing the contract. i. In case the firm fails to execute the contract /supply order satisfactorily with the

Service, the Service reserves the right to purchase the item from the market at the

Page 13: FOR PROCUREMENT & INSTALLATION OF FIREFIGHTING …eproc.punjab.gov.pk/BiddingDocuments/65712_Bidding... · 2017. 1. 28. · Procurement and Installation of Fire Fighting equipment

Rescue 1122 Tender Documents NO.T/ 07 /2016-17 For Firefighting Equipment

Page 13 of 30

risk and cost of the defaulting firm. The Service also reserves the right for the suspension/cancellation of contract/blacklisting of the defaulting firm.

ii. If the firm fails to execute the contract/supply order satisfactorily then the Service reserves the right to forfeit the security of the contractor and may award the contract to the second lowest.

iii. The bidder shall provide 2% of the quoted value in the shape of Call at deposit / Pay order/ Bank Guarantee along with their financial proposal in the name of Director General, Punjab Emergency Service (Rescue 1122). The bid found deficient of the bid security shall not be considered and the offer will be rejected. No personal cheque shall be acceptable. The previous bid Security (if any) if available, shall not be considered or carried forward.

35. Delivery and Documents: - i. the supplier shall provide the following documents at the time of delivery of goods

to consignee’ end for verification and onward submission to quarter concerned, duly completed in all respect for payment.

ii. Original copies of delivery note/challan (in triplicate) showing item’s description, batch no(s), Registration No, manufacturing and expiry date and quantity.

iii. Original copies of the supplier’s invoices (in triplicate) showing warranty, name of items’ description, batch no, registration no, manufacturing and expiry date, country of origin, quantity, per unit cost, and total amount.

iv. Original copies of the sales tax invoice (where applicable) in duplicate, item’s description, quantity, per unit cost (without GST), amount of GST and total amount with GST.

36. Arbitration and Resolution of disputes:- In case of any dispute, decision of the secretary, Government of Punjab, Home Department would be final.

Note: All assessments and procuring procedures i.e. receiving, opening and awarding etc. shall be governed by the Punjab Procurement Rules, 2014 and Punjab Emergency Service Financial Rules 2007.

Page 14: FOR PROCUREMENT & INSTALLATION OF FIREFIGHTING …eproc.punjab.gov.pk/BiddingDocuments/65712_Bidding... · 2017. 1. 28. · Procurement and Installation of Fire Fighting equipment

Rescue 1122 Tender Documents NO.T/ 07 /2016-17 For Firefighting Equipment

Page 14 of 30

CHECK LIST

Sr. No Description Yes/No

1. Receipt

2. Valid Income Tax Registration

3. Valid General Sales Tax Registration (Status Active with FBR) (where applicable)

4.

Undertaking on Judicial Paper that the firm is not blacklisted and not involved in litigation with any of provincial or Federal Government Department, Agency, Organization or autonomous body anywhere in Pakistan. In case involved in any litigation process, proof of dispute resolution is required.

5. Call at deposit/Pay order/Bank Guarantee

6. Supplier’s authorization

7. Copy of national identity card

8. Price reasonability certificate

9. Sole proprietary certificate in case of items of propriety nature

10. Letter of authorization from the manufacturer/foreign principal in case of sole agent/importer

11. Technical bid (separate envelop)

12. Financial bid (separate envelop)

13. Copy of the Technical Bid on the USB in excel format along with the Written Technical offer in the Technical proposal. (Technical proposal envelop)

Signature of the bidder: ___________________________________________

Stamp of the Firm: _______________________________________________

Page 15: FOR PROCUREMENT & INSTALLATION OF FIREFIGHTING …eproc.punjab.gov.pk/BiddingDocuments/65712_Bidding... · 2017. 1. 28. · Procurement and Installation of Fire Fighting equipment

Rescue 1122 Tender Documents NO.T/ 07 /2016-17 For Firefighting Equipment

Page 15 of 30

SPECIFICATIONS OF FIREFIGHTING EQUIPMENT

Sr.#

Item Features Minimum Requirements

1

CO2 Fire Extinguisher Capacity (05 Kg)

Extinguisher Capacity 5kg

Propellant Self Propelling

Fire Rating 55B- 80B

Maximum Operating Pressure

165 Bar @ 60°C or higher

Test Pressure 250 Bar or higher

Total Weight 20 kg or less

Range of Discharge 5-6m

Duration of Discharge 10-12 sec

Hose Length 700mm – 900 mm

Operating Temperature -20°C to +60°C

Cylinder Material Carbon Steel

Standard NFPA/ EN and standard testing certificate by authorized body.

2

AFFF Fire Extinguisher Capacity (10 Liters)

Capacity (Liter) 10 L

AFFF ratio 5 %

Discharge Range (m) 6 m or higher

Discharge Time (Sec) 30s or higher

Gross Weight (Kg) 20 Kg or less

Operating Pressure (Bar) 15 or higher

Test Pressure (Bar) 25 or higher

Temperature Range + 5oC to + 60

oC

Cylinder Material Cold Rolled Steel Sheet

Pressure gauge To indicate stored pressure

Standard NFPA/ EN and standard testing certificate by authorized body.

3

DCP Fire Extinguisher Capacity (06 Kg)

Extinguisher Capacity 6kg

Propellant Nitrogen gas

Maximum Operating Pressure

15 Bar @ 20 C or higher

Test Pressure 25 Bar -30 Bar

Total weight 15kg or less

Range of Discharge 6-8m

Duration of Discharge 18-20 sec

Hose Length with Nozzle 500mm-700mm

Operating Temperature -20°C to +60°C

Cylinder Material CRCA Steel

Pressure gauge To indicate stored pressure

Standard EN / NFPA and standard testing certificate by authorized body.

4

Water Type Fire Extinguisher Capacity (10 Liters)

Capacity 10 L

Throw 7-8 meters (25-30 feet)

Discharge Time 50-60 Seconds

Design

Main body contains water which is pressurized by Nitrogen Gas, By squeezing the operating lever, water is released through delivery hose and discharge nozzle; Pressure guage at the front indicates include pressure

Operation The operating lever is squeezed; discharge can be interrupted

Construction steel material

Test Pressure 24 bar or higher

Standard EN / NFPA and standard testing certificate by authorized body.

Page 16: FOR PROCUREMENT & INSTALLATION OF FIREFIGHTING …eproc.punjab.gov.pk/BiddingDocuments/65712_Bidding... · 2017. 1. 28. · Procurement and Installation of Fire Fighting equipment

Rescue 1122 Tender Documents NO.T/ 07 /2016-17 For Firefighting Equipment

Page 16 of 30

Important Note: The bidder shall be responsible for Complete Installation of the fire fighting system.

5 Shovel Flat type with wooden handle

6 Fireman Axe Fire Man Axe with 24inch long insulated handle.

7 Fire Alarm System

Complete addressable fire alarm system should consist of optical smoke detector with base, Junction Box and control pannel.

8 Hose Reel with Nozzle (100 ft)

Cabinets: made of mild steel, whether with a glass front or a solid front

Rubber Hose of 1.5”x100 feet with minimum 7 bar working pressure with nozle and metallic fittings. (NFPA certified)

9 Hydrant cabinet

one fire hose with nozzle , helmet, leather gloves and fireman axe.

10

External Fire Hydrant System

It should be of standard size 2 ½’’ outlet preferably pillar type wheel operated and installed throughout the premises at suitable distance. Each hydrant should be capable of giving a discharge of a least 250-500 G.P.M. of water at 50-80 P.S.I. and shall have the following equipment in good working condition along with it or installed nearby in a Hose Box painted red. i) Hose 100 ft long, 2 ½ ‘’ Diameter (Nylon Top, Rubber Lined) with Brass instantaneous Coupling. ii) Branch pipe with nozzle of appropriate size (1/2 ‘’ or 3/4 ‘’) . iii) Water Pumping System (minimum 1/2 ‘’ cusec) dual electricity / engine driven for continues replacement of water and capable of maintain water pressure in the hydrant line 50/70 P.S.I

Page 17: FOR PROCUREMENT & INSTALLATION OF FIREFIGHTING …eproc.punjab.gov.pk/BiddingDocuments/65712_Bidding... · 2017. 1. 28. · Procurement and Installation of Fire Fighting equipment

Rescue 1122 Tender Documents NO.T/ 07 /2016-17 For Firefighting Equipment

Page 17 of 30

CERTIFICATE ON STAMP PAPER ON WORTH Rs.50/

1. We here by confirm that we have read carefully the description of the stores and all the terms and conditions of your tender enquiry due for opening on _________________ for the supply of stores as advertised in the tender notice as well as those contained in the bid Proforma. We agree to abide by all instructions/conditions. 2. We here by confirm to adhere to the delivery period required in the tender enquiry/supply order(s) which would be the essence of the contract and will be binding on us. In case of failure, we agree unconditionally to accept the recovery of liquidated damages on belated supplies and shall have no objection on risk purchase made by Punjab Emergency Service to cop up the delayed supply. 3. Certified that the price quoted against tender are not more than the trade price or the price charged from any other Government /Autonomous Institution in the financial year 2016-17 and in case of any discrepancy, the supplier hereby undertakes to refund the price charged in excess when asked to do so. 4. Certified that the firm will replace the items free of cost in case of expiry at Punjab Emergency Service premises due to non consumption.

Name of the bidder

Signature

Company Stamp

Page 18: FOR PROCUREMENT & INSTALLATION OF FIREFIGHTING …eproc.punjab.gov.pk/BiddingDocuments/65712_Bidding... · 2017. 1. 28. · Procurement and Installation of Fire Fighting equipment

Rescue 1122 Tender Documents NO.T/ 07 /2016-17 For Firefighting Equipment

Page 18 of 30

Annex “I”

BIDDER DATA FORM

COMPANY/ FIRM’S NAME:

ADDRESS:

TELEPHONE NO. FAX NO.

E-MAIL ADDRESS:

ADDRESS OF DEALER/DISTRIBUTER & PHONE NO:

_______________________________________________________________________

REGISTRATION NO.:

INCOME TAX REGISTRATION #

SALES TAX REGISTRATION #

NAME OF AUTHORIZED PERSON: (AUTHORITY LETTER MUST BE ATTACHED)

CONTACT OF AUTHORIZED PERSON:

Total No. of Employees Company’s Date of Formation

Technical Staff Managerial Staff

Total Assets (In Rs.)

Annual Sales of last 02 years

year

Annual Sales

CDR/PO/BG NO. & DATE

SIGNATURE OF OWNER / REPRESENTATIVE:

STAMP OF THE FIRM

Page 19: FOR PROCUREMENT & INSTALLATION OF FIREFIGHTING …eproc.punjab.gov.pk/BiddingDocuments/65712_Bidding... · 2017. 1. 28. · Procurement and Installation of Fire Fighting equipment

Rescue 1122 Tender Documents NO.T/ 07 /2016-17 For Firefighting Equipment

Page 19 of 30

To The Director General Punjab Emergency Service (Rescue 1122)

Having examined the bidding documents the receipt of which is hereby duly acknowledged, we, the undersigned, offer the supply and deliver the goods specified in and in conformity with the said bidding documents.

We undertake, if our bid is accepted, to deliver the goods in accordance with the delivery schedule specified in the schedule of requirements/supply order(s). If our bid is accepted, we agree to provide 5% performance security in the shape of CDR/PO/BG shall be retained by the Punjab Emergency Service as a security for the successful completion of the contract including warranty period.

We agree to which period abide by this bid for a period of (04) Four months from the date fixed for bid opening under instruction to the bidders, and it shall remain binding upon us and may be accepted at any time before the expiration of that period. Until a formal contract is prepared and executed, this bid, together with your written acceptance thereof and your notification of award shall constitute a binding contract between us.

We understand that the procuring Agency is not bound to accept the lowest or any bid.

Name of the bidder

Signature

Company Stamp

Page 20: FOR PROCUREMENT & INSTALLATION OF FIREFIGHTING …eproc.punjab.gov.pk/BiddingDocuments/65712_Bidding... · 2017. 1. 28. · Procurement and Installation of Fire Fighting equipment

Rescue 1122 Tender Documents NO.T/ 07 /2016-17 For Firefighting Equipment

Page 20 of 30

FORM OF CONTRACT

AGREEMENT

This Agreement of ---------------------- is executed at Lahore, on -------------------------.

BETWEEN

The Punjab Emergency Service (Rescue 1122) through the Director General, Punjab

Emergency Service (Rescue 1122) which expression shall, unless the context requires

otherwise, includes its successors-in-office, representatives and assignees (hereinafter

referred to as the ”Service”) of the FIRST PART;

AND

M/s ----------------------------------------------------------. registered under Sales Tax No. -------------

-------- and National Income Tax No. ___________ Phone No(s).---------------- and Fax No

------------------ which expression shall, unless the context requires otherwise, includes its

successors-in-interest, executors, administrators, representatives and assignees

(hereinafter referred to as the “Firm”) of the SECOND PART.

WHEREAS, the Punjab Emergency Service is competent and responsible for

concluding the agreement or the purchase of Store(s), for the Punjab Emergency

Service.

WHEREAS, the Punjab Emergency Service invited bids from the firms on

-----------------for the agreement of the supply of_____________. (hereinafter called the

“Store(s)”) for Punjab Emergency Service.

AND WHEREAS, bid of the Firm has been accepted.

NOW, THEREFORE, THE PARTIES HAVE ENTERED INTO AN AGREEMENT ON THE TERMS

AND CONDITIONS STATED HEREIN BELOW:

This Agreement shall be subject to the following:

Description and Rate

Sr.

No. Name of Item

Specifications

Make/Model

and country of

Manufacturer

and origin

(Complete

Details)

Qty

(No.)

Unit

Price

(PKR)

Sale and other

taxes (Specify

the type and

kind of taxes

applied

(PKR)

Total

Cost

(PKR)

Grand Total

Total Price in Words

I. Terms and conditions as mentioned in the bidding documents.

II. All Annexure given in the bidding documents.

(Mr.__________________)

On behalf of Firm

(Mr._______________________)

On behalf of Service

Witnesses: _______________ ___________________

Page 21: FOR PROCUREMENT & INSTALLATION OF FIREFIGHTING …eproc.punjab.gov.pk/BiddingDocuments/65712_Bidding... · 2017. 1. 28. · Procurement and Installation of Fire Fighting equipment

Rescue 1122 Tender Documents NO.T/ 07 /2016-17 For Firefighting Equipment

Page 21 of 30

PERFORMANCE GUARANTEE/ SECURITY FORM To: [Name & Address of the Procuring Agency]

_____________________________

Whereas M/S ________ (hereinafter called “the Supplier”) has undertaken, in pursuance of Contract No.________ dated _______ to supply [description of goods] (hereinafter called “the Contract”).

And whereas, it has been stipulated by you in the said Contract that the Supplier shall furnish you with a Bank Guarantee by a scheduled bank for the sum of 05% of the total Contract amount as a Security for compliance with the Supplier’s performance obligations in accordance with the Contract.

And whereas we have agreed to give the Supplier a Guarantee: Therefore, we hereby affirm that we are Guarantors and responsible to you, on behalf of the Supplier, up to a total of [Amount of the Guarantee in Words and Figures] and we undertake to pay you, upon your first written demand declaring the Supplier to be in default under the Contract and without cavil or argument, any sum or sums within the limits of [Amount of Guarantee] as aforesaid, without your needing to prove or to show grounds or reasons for your demand or the sum specified therein.

This guarantee is valid until the________ day of_________________, 20 .

Signature and Seal of the Guarantors/ Bank

Address __________________________

Date _____________________________

Page 22: FOR PROCUREMENT & INSTALLATION OF FIREFIGHTING …eproc.punjab.gov.pk/BiddingDocuments/65712_Bidding... · 2017. 1. 28. · Procurement and Installation of Fire Fighting equipment

Rescue 1122 Tender Documents NO.T/ 07 /2016-17 For Firefighting Equipment

Page 22 of 30

TECHNICAL BID

TENDER_______________________________________________________

Required Specifications

Offered Specifications

Make/ brand name

Manufacturer Country of Origin

Pack Size

Note: Soft copy on USB may also be provided.

Name of bidder: ______________________________________________________

Sign and stamps bidder: ________________________________________________

Page 23: FOR PROCUREMENT & INSTALLATION OF FIREFIGHTING …eproc.punjab.gov.pk/BiddingDocuments/65712_Bidding... · 2017. 1. 28. · Procurement and Installation of Fire Fighting equipment

Rescue 1122 Tender Documents NO.T/ 07 /2016-17 For Firefighting Equipment

Page 23 of 30

FINANCIAL BID

TENDER_______________________________________________________

Item offered

Make/ brand name

Manufacturer Country of origin

Pack size

Offered Unit Price Without

Taxes/duties

Applicable Taxes/duties

Offered Unit price

with all taxes/duties

Name of bidder___________________________________________________

Sign and stamp of bidder__________________________________________

Page 24: FOR PROCUREMENT & INSTALLATION OF FIREFIGHTING …eproc.punjab.gov.pk/BiddingDocuments/65712_Bidding... · 2017. 1. 28. · Procurement and Installation of Fire Fighting equipment

Rescue 1122 Tender Documents NO.T/ 07 /2016-17 For Firefighting Equipment

Page 24 of 30

Schedule of Purchase and Submission of Bidding Documents

Last Date of Purchase of Tender 13-02-2017

Last Date of receipt of Tender 14-02-2017 Time:11:00 AM

Time & Date of Opening of Tender 14-02-2017 Time:11:30 AM

Description Fire Fighting Equipment

Qty Mentioned in survey report attached

Delivery Period 3 Months

Earnest Money @ 2% of Total estimated Price i.e. Rs.16.215 million

Venue of Opening Tender

Committee Room of Emergency Services Academy, Rescue 1122, Near Jinnah Bus Terminal, Thokar Niaz Baig, Lahore

Page 25: FOR PROCUREMENT & INSTALLATION OF FIREFIGHTING …eproc.punjab.gov.pk/BiddingDocuments/65712_Bidding... · 2017. 1. 28. · Procurement and Installation of Fire Fighting equipment

Rescue 1122 Tender Documents NO.T/ 07 /2016-17 For Firefighting Equipment

Page 25 of 30

Page 26: FOR PROCUREMENT & INSTALLATION OF FIREFIGHTING …eproc.punjab.gov.pk/BiddingDocuments/65712_Bidding... · 2017. 1. 28. · Procurement and Installation of Fire Fighting equipment

Rescue 1122 Tender Documents NO.T/ 07 /2016-17 For Firefighting Equipment

Page 26 of 30

Page 27: FOR PROCUREMENT & INSTALLATION OF FIREFIGHTING …eproc.punjab.gov.pk/BiddingDocuments/65712_Bidding... · 2017. 1. 28. · Procurement and Installation of Fire Fighting equipment

Rescue 1122 Tender Documents NO.T/ 07 /2016-17 For Firefighting Equipment

Page 27 of 30

Page 28: FOR PROCUREMENT & INSTALLATION OF FIREFIGHTING …eproc.punjab.gov.pk/BiddingDocuments/65712_Bidding... · 2017. 1. 28. · Procurement and Installation of Fire Fighting equipment

Rescue 1122 Tender Documents NO.T/ 07 /2016-17 For Firefighting Equipment

Page 28 of 30

Page 29: FOR PROCUREMENT & INSTALLATION OF FIREFIGHTING …eproc.punjab.gov.pk/BiddingDocuments/65712_Bidding... · 2017. 1. 28. · Procurement and Installation of Fire Fighting equipment

Rescue 1122 Tender Documents NO.T/ 07 /2016-17 For Firefighting Equipment

Page 29 of 30

Page 30: FOR PROCUREMENT & INSTALLATION OF FIREFIGHTING …eproc.punjab.gov.pk/BiddingDocuments/65712_Bidding... · 2017. 1. 28. · Procurement and Installation of Fire Fighting equipment

Rescue 1122 Tender Documents NO.T/ 07 /2016-17 For Firefighting Equipment

Page 30 of 30