mia lepl emergency management agency bidding documentation

22
MIA LEPL – Emergency Management Agency Bidding Documentation Procurement of fire-fighter-rescuer technical cloth and equipment via the electronic tender CPV35100000

Upload: others

Post on 18-Dec-2021

2 views

Category:

Documents


0 download

TRANSCRIPT

MIA LEPL – Emergency Management Agency

Bidding Documentation

Procurement of fire-fighter-rescuer technical cloth and equipment via the electronic tender

CPV– 35100000

1. Instruction of tender participants 1.1 Procurement procedures in State procurement joint electronic system are performed according to the Georgian law about

“State Procurements” and “Simplified procurement, simplified electronic tender and the rule confirmation of the electronic tender performance” according to the #9 order of 7th of April, 2011 by the chairman of State Procurement Agency.

1.2 During the discussing the technical documents the issue of assigning priorities between the documents on foreign language and their Georgian variants will be solved by the tender commission.

1.3 The contract form and conditions of state procurement are given in the tender documentation, which will be clarified according to the tender proposal till the assignment of the contract.

1.4 The candidate does not have the right to submit any alternative proposal.

For the additional information about tender documentation and explanation, please contact to the tender commission: Anton Glavatski, tel : 577 57-97-79; Ms. Tatia Loladze; Tel: 577 22 45 22; In case of having any technical questions contact to Mr. Koba Bregvadze 577

17-00-05 ; Address: Tbilisi, Gulua str. # 10

1. Technical documentation 2.1 technical conditions, quantity and possible value of the procurement object

# Name of the

procurement object Technical specification and characteristics of the procurement object Dimension Quantity

Estimated total

value (GEL)

1 Jacket and Trousers

Description of the Firefighter clothing– fireproof jacket and trousers

Clothing should be sewed with dark blue diagonal type textile. Trousers should be fastened

with metal zipper and button, should have two side garbs signify pockets with valves that

must fasten with “Velcro”, in the lower third of the branches of trousers light reflective

sharp lemon polymer materials with silver lines should be sewed and trousers should have

shoulder-braces. Trousers should have inside thick lining that is fastened by zippers and

“Velcro”. Jackets should fasten with metal zippers and Velcro. It should have two lower and

one upper (on the left side, for putting radios in) garb signify pockets with valves that must

fasten with “Velcro”. On the middle and lower parts of the jackets, as well as on the sleeves

light reflective sharp lemon polymer materials with silver lines should be sewed. Jacket

should have inside lining that is fastened by zipper. On the back side of the jacket there

must be a logo, the design of which will be negotiated during signing the contract.

Fire-Fighter’s clothing (fireproof jacket and trousers) consist of the following layers:

1) the outer layer

-should be made of dark blue not less than 90-% polymeric (Mixture of Meta-Fenelon-

Diamid and Izoftaloil Chloride) surface textile, that is resilient towards the impact of

temperature and open flame.

2) the inner 3 Layer (lining)

-waterproof and Vapor permeable layer, that must be of Poly-Tetra-Fluro-Etilen(PTFE) or

Poli Uretan Type material.

-carbon fiber nonwoven material layer, that is resilient towards the impact of not less than

3000С temperature.

-the lower layer of the lining should be not less than 90% cotton material.

Inner 3 layers (lining) should be fastened to the outer layer with zipper. The inner layer of

the jacket should have palmistry and cuff on the sleeve. Firefighter’s clothing : fireproof

jacket and trousers should be sewed with not less than 90% polymeric (Mixture of Meta-

Fenilen-Diamid and Izoftaloil Chlorid) surface fabric thread. Light reflective should be

made of 3M type material.

On the above mentioned goods, the candidate should present sample and the original

assessment report made by the European accredited laboratory on the following parameters:

- Fireproof testing, temperature of degradation

- Waterproof testing

- Thermal protective layer testing

- CARBON – temperature protection

- Identifying percentage % of cotton consistence of the lining lower layer

- trousers should be sewed with not less than 90% polymeric (Mixture of Meta-Fenilen-

Diamid and Izoftaloil Chlorid) surface fabric thread;

- Light reflective should be made of 3M type material.

complete set.

2400 3 218 000

2 Firefighter’s boots

Color – black, decorated with yellow. The foot and front side, lower and uppers sides of toes

of boots should be covered with metal covers, vulcanized rubber, 100 % waterproof, made

according to EN-15090 standards, inner lining - textile; Height of the average size boots –

approx.. 35 cm +/- 2 cm according to sizes; Surface and footer material should be made of

fireproof rubber, that should consist of firefighting additives; Goods compliance certificate

should be issued by the manufacturer. Protective metal at toes part should endure not less

than 180 Joel of hitting. Protective metals in footer should endure drilling at 1100 N.

Antiskid footer, weight of one pair average size boots should be 3.00 kg+/- 200gr.

Pair 2400

On the above mentioned goods, the candidate should present sample and the original

assessment report made by the European accredited laboratory on the following parameters:

Compliance with the parameters of EN-15090 standards:

1. Thermal isolation

2. Front part hit

3. Footer drilling

3 Firefighter’s axe with bag

Should have iron handle with rubber cover; one side should be flat and the other peak

shape. Bag should be made of leather or tarpaulin and should have firefighter’s belt back

away. Handle length from 300 to 350mm, distance from the edge of the mouth to the peak

200-250 mm. On the above mentioned goods, the candidate should present sample

piece 1000

4 Firefighter’s belt

Is for firefighters insurance during rescueing works and working at heights, as well as for

carrying firefighting equipment, an axe and a Carrabin. piece 1000

The belt should be of 4 differenet sizes and size marks should be done on its surface.

size 1: – 1070 mm

size 2: – 1160 mm

size 3: – 1320 mm

size 4: – 1470 mm

Length of the belt can be regulated by buckle and two eyelets, that makes it possible to fix

the belt firmly on firefighter’s body. Hanger of the Carrabin provides solid fixation between

a belt and a Carrabin. A belt should have passing tie. Leather ending should protect the belt

from damaging it at the places of drills, drills should have iron drills.

Main characteristics: weight should not be more than 1000 gr, width – 80mm. Working

temperature range : from 40°С to +100°С . Belt should endure static load up to 9.40 kn

(approx. 1000 kg). Deisgnated resource of usage should be no less than 100 cycle during

rescue-firefighting operations. Candidate should have compliance certificate issued by the

manufacturer.

On the above mentioned goods, the candidate should present sample and the original

assessment report made by the European accredited laboratory on the following parameters:

1. working temperature range: –from 40°С - to +100°С .

2. Belt should endure static load up to 9.40 kn (approx. 1000 kg).

5 Firefighter’s Carrabin

Firefighter’s carrabine is used for firefighting works and insuring the firefighter. It should

have two layered locking, with triangle shape. It should be made of stainless steel and

should be in compliance with firefighting safety standards: ГОСТ Р 53267 - 2009, or with

analogical ones.

Maximal length 160 mm, width – 92mm, inner opening 32 mm. On the above mentioned

goods, the candidate should present sample and compliance certificate issued by the

manufacturer.

piece 1000

6 Firefighter Helmet

Is made of plastic e. static material, red color, It has yellow reflecting marks, that can reflect

light rays even in thick smoke. Should have eye protective transparent plastic glass curtain;

At the back side neck protective aluminum textile, waterproof and high temperature

reflective. Should have comfortable soft pads for putting it on head comfortably, with size

regulating button and fastening belt on the chin made of soft rubber.

On the above mentioned goods, the candidate should present sample and compliance

certificate issued by the manufacturer.

piece 2400

7 Firefighter gloves,

Gloves with five fingers- made of dark blue diagonal type fabric, on the back side light

reflecting sharp lemon polymer materials with silver lines, while on the other side in the

central part brown or blue suede or similar material should be sewed on. Firefighter gloves

consist of the following layers:

1) Outer layer: not less than 90-% polymeric (Mixture of Meta-Fenilen-Diamid and

Izoftaloil Chlorid) surface textile, that is resilient towards the impact of temperature and

open flame.

2) Inner 3 Layer (lining):

Pairs 2400

- Is made of waterproof layer made of transparent polymeric material. Nonwoven fiber

layer, that is not less than 90% rayon or similar material.

-Lower layer of the lining should be not less than 90% cotton material.

On the above mentioned goods, the candidate should present sample and the original

assessment report made by the European accredited laboratory on the following parameters:

- fireproof testing, degradation temperature;

- waterproof testing

- Thermal protective layer testing

- CARBON - temperature protection

- Identifying percentage % of cotton consistence of the lining lower layer

- trousers should be sewed with not less than 90% polymeric (Mixture of Meta-Fenilen-

Diamid and Izoftaloil Chlorid) surface fabric thread;

- Light reflective should be made of 3M type material.

8 Rescuer helmet

Is made of plastic e. static material, red colour, red colour, with yellow reflecting marks,

comfortable soft pads for putting it on head comfortably, size regulating belts, fastening belt

on the chik made of soft rubber. On the one side of helmet there is a small flashlight holder

device. Complete set should include a flashlight and batteries.

On the above mentioned goods, the candidate should present sample and compliance

certificate issued by the manufacturer.

piece 300

9 Isolating compressed air

machine

Air breathing apparatus for protection breathing organs while entering in polluted area,

working in smoke, toxic or chemical areas, where human health is under threat. It

corresponds to CE134 standards and EU directives about high pressure devices - 97/23/EC.

Should have relevant certificates, each of cylinders should have the unique serial numbers of

the manufacturer: Complete set:

1. cylinder 1 piece.

2. Panoramic mask 1 piece.

3. Backrest board 1 piece.

4. Pressure manometer 1 piece.

5. Portable case 1 piece.

Cylinder: carbon composite material, volume :6.8 L. Full recharging duration of use: from 45

to 60 minutes, maximal recharging pressure 300 bar. Inhalation resistance: ≤500 Pascal.

Alarming pressure 55±5 bar. Full panoramic mask leak maximum ratio should not exceed:

0.005%. Total weight of the complete set is approx. 13,5 kg. Portable case should be made of

blow durable plastic material, in black or orange color. Size 75*30*46 cm.

Table:

Volume of

the cylinder

Working

pressure

Air volume Alarming

pressure

Average usage weight

Liter Bar Liter Bar Minutes Kg

6,8 300 2040 55±5 50-60 13,5

Complete set 120

1. Full Panoramic Mask

Panoramik mask is for protecting firefighter’s face and breathing organs ; is made of

Aramide fiber material. Protective design fully covers firefighter’s face. Handy fastening

belts surround the full perimeter of the mask in 5 points, out of which min. 2 belts have size

regulators and provide impermeability. Connecting belts are related to each other with

protective mesh hat, which is located under the helmet and provides safety and comfort

ability of the mask. Protective mesh hat is easy to remove, in order to if it is damaged or

polluted to be replaced or washed.

1. Protection in case of Tsianid-Chlorid pollution: ≥30 minutes, 30L/M while using air, 1.5

g/L and 80%-80% RH;

2. Oil vapor permeability coefficient: ≤0,005%, 30 L/m while using air; 3. Anti-steaming panoramic glass/ high temperature resistance/anti hitting material/180 degrees

of vision;

4. endurance of inhalation: ≤ 196 pa. 30 l/m while using air.

5. endurance of exhalation: ≤ 98 pa. 30 l/m while using air.

6. Vision area: >92%;

7. weight : up to 1000 gr. ±50 gram.

8. Nose and mouth surrounds are made of silicone jelly and belongs to category of food

packaging materials.

9. Mesh hat made of material similar to KEVLAR ® characteristics.

Easy to use and set up, it is possible to get mask into working conditions without any additional

devices, Its connection or disconnection to the isolated breathing module valve is done by

“click-lock” system. In case of washing or cleaning, there is no need of disintegration, speaking membrane is protected from water and moisture. Mask is easy to use. Profiled design for

uninterrupted viewing. Blow and dropping enduring. It is equipped with speaking membrane, so

It does not need any additional device for voice transmission.

2. Hanging valve

1. Air flow depends on the user.

2. The air permeability noless than 500 liters per minute.

3. Quick connection function for any terms

Out coming pressure from 90psi to 135psi; (from 6bar to 9 bar) Flow of air ≥1000 l/m. Safety

valve automatically closes the main valve in the case of wrong operationand can hold

pressure from 148psi to 225 psi. Valve connections are protected by limited drills, that

protect system against losing air in case of manometer or pipe damage and reduces the

leakage up to 25 l / pm .

Cylinder:

According to the specification valve is connected to the cylinder, and is made of high

tension carbon fiber material without any stitches for working on high pressure.

Backrest board

Flexible ergonomic and lightweight backrest, easy to use with only one hand.

Belts and shoulder-straps are connected with special connections.

Fits to any size cylinder.

Pressure Manometer

Flurocentric manometer face is easy to see even in dark and smoky environment to check

the pressure. It has a rubber guard to protect it in case of falling or hitting. Manometer

working pressure is from 0 bar to 400 bar. It gives alarming signals at 55±5 Bar, the voice is

≥90 decibels and points the user to reset it.

On the above mentioned goods, the candidate should present sample and compliance

certificate issued by the manufacturer.

Note:

Candidate, that have the lowest price, should present the samples of suggested goods no later than 10 (ten) working days after procuring entity

makes request (Sample submission date can be extended by 5(five) days and can be discussed by the purchaser acoording to the law).

In addition, in the above mentioned dates the candidate should submit the original assessment report made by the European accredited

laboratory on the goods identified by the 1st, 2nd, 4th and 7th positions and which will show the relevant characteristics of the parameters required

by technical specification of goods. Original report should be submitted with the sample, that has been tested, examined and sealed up in the

laboratory. (Submitted original laboratory assessment report should be translated into Georgian and notarized.

Tender documentation and samples of goods should be presented in the procuring entity at the following address: Tbilisi, #10 Gulua street.

If samples are not presented and/or are presented incompletely, candidate will be disqualified.

Upon the decision of procuring entity, purchaser has the right to make any kind of relevant examination or laboratory testing on the goods at any

stage of its provision (before receiving the goods or/and after receiving them). Request for return the samples represented by the candidate participating in the tender, can be done no later than 30 (thirty) calendar days after

assigning the contract with the winner candidate. While the above mentioned period is axpired , procuring entity relieves itself from all the

responsibilitiesto return the samples represented by the candidate. Performer provides taking sizes and individual adjustment.

3. Guarantee conditions:

3.1. Including the positions from 1- to 8 of the procurement object, guarantee period for goods is determined with 6 (six) month after delivery.

3.2 On the 9th positions of the procurement object, guarantee period for goods is determined with 12 (six) month after delivery

4. Candidate experience:

4.1 Candidate should have the experience in providing the analogical goods (Outer clothing and/or special clothing and/or shoes and/or uniforms and

attributes) , the total value of which is 2 000 000 (two million) Georgian Laris, during the years of 2012, 2013, 2014 and 2015.

5. Other requirements

5.1 Date and venue of the procurement object delivery

5.1.1 delivery date: during 140 (one hundred and forty) calendar days after assigning the agreement

5.1.2 delivery venue: Tbilisi, according to the purchaser’s requirement

5.2 Price of the tender proposal

5.2.1 Estimated cost of the tender 3 218 000 (three million two hundred and eighteen thousand) Laris

5.2.2 In the tender proposal total and unit price should be identified taking into account all taxes connected to the object delivery and according to the Georgian

legislation.

5.2.3 Total and unit prices of the tender proposal is available only in Georgian Lari.

5.3 terms of payment

5.3.1 Purchaser takes responsibility to compensate the cost of the goods to the provider step by step, after delivery the concrete unit, during 20 calendar days

after Submission of the documents needed for reimbursement according to the law;

5.3.2 Form of payment - cash.

5.3.3 Prepayments will not be considered.

5.3.4 Funding source- State budget of 2015 year

5.4 Data to be uploaded in the joint electric system by the candidate:

5.4.1 List of the prices according to the Annex #1

5.4.2 Requisites according to the Annex #2

5.4.3 Information about the implementation of the analogical work during the years 2012, 2013, 2014 and 2015; Experience in providing the analogical

goods (Outer clothing and / or spec. Clothing and / or shoes and / or uniforms and paraphernalia), Should be aploaded the documents approving provision of

goods (contracts with relevant acceptance acts, or/and other documents),the total amount of which should not be less than 2 000 000 (two million) GEL

5.4.4 Complete information about technical and quality data of the goods to be delivered ( indicating the manufacturer and the country of origin fo the

goods to be supplied).

6. Bank Guarantee of the contract provision:

6.1 bank guarantee of the contract provision, 5% of the total contract amount will be used in the tender. bank guarantee of the contract provision, 5% of the

total contract amount will be used in the tender.

6.2 Validity of the bank guarantee of the contract provision should be 30 days longer then the last date of the goods delivery according to the agreement;

7. In case of winning the tender, the candidate qualification data should include the following documentation:

7.1 Extract from the business and non-commercial entities registry (apart from the physical entities);

7.2 notification about the no evidence of public restriction of the interested candidate (from national agency of the public registry);

7.3 notification from the appropriate unit (appropriate court), indicating that there is no insolvency procedures (apart from physical entities)

7.4 Copy of the identification card

- Qualification data confirming document from administrative entities must be issued according to the “Simplified procurement, simplified electronic tender

and the rule confirmation of the electronic tender performance ” according to the #9 order of 7th of April, 2011 by the chairman of State Procurement Agency

after starting the stage foreseen by the 2nd paragraph 1st item “L” sub-item.

- In case of no provision of Qualification data confirming documentation from administrative entities or/and provision of documents with gaps by the candidate, bidding commission will disqualify the candidate;

8. Additional information:

8.1 The candidate has no right to present any alternative tender proposal.

Note:

1. According to the 2nd point of the 11th article about “simplified procurement, simplified electronic tender and electronic tender implementation rule”

proved by the #9 order issued on 7th of April, 2011 by the chairman of LEPL State Procurement Agency :

If the final price fixed by the candidate who has the lowest price proposal in the tender is 20% or more less than the estimated value of the procurement unit, purchaser organization from the candidate requires to justify pricing adequacy. In each case pricing adequacy can be justified by the examination report, by the agreement about procurement object provision signed by the candidate, by Invoices or/and other such kind of documentation, that proves the possibility of executing contractual obligations at the price fixed by the candidate.

Contract N ________ project

About state procurement

(Electronic tender SPA-----------------) Tbilisi “___“ __________” 2015 . Emergency Management Agency under Ministry of Internal Affairs of Georgia (Tbilisi, Gia Gulua str. #10, Bank requisites: state treasury, code TRESGE22, ID

code 205316497), afterwards called as “purchaser” , presented by the agency director Mr. Zviad Katsashvili and

Provider: I/E, P/E, LTD, სს XXXXX“, Identification code XXXXX

Address, Tel: XXXXX

Director: XXXXX

Bank Requisits: XXXXX Bank code: XXXXX Account: XXXXX

Both of us called as “parties”, we act according to the Georgian legislation and the law about “State procurement”.

1 Definitions of the used terminology

The terminology used in the contract has the following meaning:

1.1 „Contract’’ _ assigned contract between purchaser and provider, which is signed by the parties, with its all attached documents and total documentation there is no points in the contract about.

1.2 „Cost of the contract“ _ total amount of money, that should be paid by the purchaser for total and exact performance of the responsibilities by the provider;

1.3 „Day“, „Week“, „Month“ _ Calendar day, week, month. 1.4 „Purchaser“ –Organization which purchases. 1.5 „Provider“ –Individual, who provides goods in terms of the contract 1.6 „Goods“ _ Contract object defined by the 2nd paragraph of the contract 1.7 ,,Technical documentation“ - technical documentation presented by the tender proposal of the provider in SPA---------------- electronic tender that is

attached to the documentation as its inseparable part.

2 Contract Object

Procurement of the fire-fighter-rescuer firefighting technical cloths and equipment(CPV-35100000) defined by the Annex #1 of the Contract.

3 Cost of the Contract

3.1 Cost of the contract is ------------------------------- GEL. 3.2 Cost of the contract includes costs of the goods, as well as total expenses of the provider during the contract implementation and taxes according to

the Georgian legislation. 3.3 Any changes in contract conditions, including price, is unacceptable if it causes increasing of the costs of the contract or worsening conditions for the

purchaser, besides the cases envisaged under 398th paragraph of Georgian Civil Code.

4 Parties Responsibilities 4.1 Provider is responsible for:

a) Providing delivery of goods mentioned in the contract according to the dates and venue identified in Annex #1 b) Give the perfect goods without any legal or item defect to the purchaser c) Support the purchaser to control contract conditions implementation; Discuss the complaints of the purchaser and provide motivated answers to all

subjects; Provide solutions for any gaps in case of their occurrence; d) Implement their other responsibilities in terms of the contract;

4.2 Purchaser is responsible for:

a) Provide contract implementation control; b) Implement their other responsibilities in terms of the contract;

5 Quality and Guarantee date

5.1. The characteristics of the provided goods must be in accordance with the indicators presented in Annex 1 and the quality must be the same as the

fixed standards. 5.2 The guarantee date of the goods is identified dates in Annex 1 after assigning the acceptance act.

6 Control of the contract implementation and rule of the Goods acceptance

6.1 Identification of the compliance of volume, quality and delivery dates of the goods provided or to be provided by the purchaser and control of

contract conditions implementation will be done step by step, during the provision of goods, as well as during the whole period of the contract implementation according to the purchaser requirements.

6.2 Control of Contract conditions implementations will be done by the relevant persons under State Fire Defense division of LEPL Emergency

Management Agency under MIA of Georgia and in Uniforms, agricultural goods, special equipment, food provision and planning service of logistics provision division of fiscal and economic head division of agency.

6.3 The appropriate representative of the purchaser can control the quality and if any occurrence of defected goods, provider must correct the defect, or if the defect can not be corrected and the purchaser has already paid for it, provider must return the cost of this certain item to the purchaser during the next 10 (days) after receiving written massage.

6.4 If the date of correction of the defect mentioned in this paragraph under 6.3 exceeds the terms of the contract, the correction of the defect by the provider, or if this correction is impossible, back payment of the money should be done till the expire date of the contract.

6.5 Purchaser can refuse accepting the goods if they are defected, incorrectly wrapped, with no attached necessary documentation or in case of delayed

provision. 6.6 receiving the goods is done by the acceptance act. Acceptance act is formed in written form, with signature of responsible representatives. 6.7 By the signing the acceptance act by the mentioned representatives in paragraph 6.2 , contract implementation control is also confirmed. 6.8 If there is a case that acceptance act signing coincides with weekend or not-working day, acceptance act signing will be done on the newt working day,

that will not be seen as the period being exceeded by the provider.

7 Payment

7.1 Payment will be done according to the following conditions:

ა) payment currency _ GEL;

ბ) Payment form _ no cash according to the bank requisites of the provider presented in the contract; 7.2 Purchaser is responsible for paying the cost of the received goods to the provider during 20 (twenty) days after acceptance act assignment and

provision of its background documentation (Invoice, consignment note). If they payment day coincides with not working day, payment will be done on the next working day.

8. Delay in fulfillment of the contract

8.1 If parties faces any circumstances hindering the performance of the contract, due to which contract implementation is disturbed, this party must send the written massage to the second one about the problem, its possible duration and causing facts. The receiver of the massage must inform the second party about their decision as soon as possible.

8.2 If because of the hindering the performance of the contract conditions parties agree upon the extension of the terms of contract, this decision should be formed in the contract by the way of change according to the paragraph 11.

9 Failure to comply with the terms of the contract

9.1 In case of delay the dates of goods provision defined in Annex 1 according to “A” sub point of 4.1 paragraph of the contract or violation conditions

defined by the 6.3 paragraph, the provider shall pay the fine for each overdue day of undelivered and / or defective goods to the value of 0.2% per annum. 9.2 paying the fine does not relieve the provider to implement its major responsibilities.

10 Contract performance guarantee

10.1 To provide the contract performance 5 % bank guarantee of the contract value presented by the provider is used to reimburse any kind of loss, the purchaser can be faced to in case of contract conditions violation or incomplete performance.

10.2 Contract performance bank guarantee validity should be 30 (thirty) days longer the deadline of the goods provision defined by the contract. 10.3 If provider completely perform its responsibilities in terms of contract or the contract will be ceased by the other reasons independent form the

provider, bank guarantee of the contract performance is returned to the provider upon request. (according to the purchaser decision, the provider may be exempted from presenting contract performance guarantee taking into account their business reputation and the quality and popularity of the goods provided by them, also the provider registered in the white list. In case of the provider registered in the white list amount of the guarantee is half)

11 Making any changes in the contract

11.1 Any kind of change will be made in the written form and signing by the both parties. 11.2 If for some unforeseen reason, the necessity of changing the terms of the Contract arises, initiator of the changes has responsibility to inform the

second party with the appropriate information.

12 Resolution of disputes

12.1 Any kind of dispute between the parties during the contract performance is solved by negotiation. 12.2 if the provider and the purchaser cannot solve the problematic issue by negotiations during 5 (five) days after starting negotiation, both of the parties

can address to the court according to the fixed rule in order to solve the dispute.

13 Ceasing of the contract

13.1 Purchaser can cease the contract partially or completely at any stage of this contract if the provider cannot perform the contract conditions , or in

other cases fixed by the Georgian legislation, and the purchaser inform the provider in written form. 13.2 In case of purchaser’s unilateral ceasing of the contract, purchaser is not responsible for the loss caused by ceasing of the contract, apart from the

occasions fixed by Georgian legislation. 13.3 Contract can be ceased upon the written agreement of the parties. 13.4 Ceasing some contract conditions does not relieve the provider to perform other responsibilities defined by the contract.

14 Contract validity dates

14.1 The above mentioned contract enters into force after the date defined at the top of this document and is valid till the end of 31th of January, 2016. 14.2 9.1 point, 5th and 6th paragraphs of this contract act according to the dates and conditions defined by the 5.2 point of this contract.

15 Force Majeure

15.1 If any of the contract parties does not perform the contract conditions, it will not result in fine sanctions if hindering the contract performance or its

responsibilities is caused by force majeure conditions. 15.2 For this paragraph aims “force majeure” means occasions impossible to be solved or controlled by the parties and are not connected to the errors of

provider/purchaser and have unexpected characteristics. This kid of occasions can be caused by war, disasters, epidemic, quarantine, goods embargo, budgetary allocations sharp decline etc.

15.3 Party which caused the force majeure condition, should immediately inform the second party in the written form about the problems and its possible solutions; Otherwise it is not relieved from liability for failure to comply with terms of the contract completely or partially.

16 Other conditions

The contract is drawn up in three copies having equal legal force, in Georgian Language, one copy will be given to the provider , and two copies to the purchaser.

17 Requisites:

Purchaser: Provider:

დანართი N1

# Procurement unit

(goods)

Main characteristics

(by identifying manufacturer

and origin country)

Dimension quantity

Price of a

unit

(GEL)

Total cost

(ლარი)

Guarante

e date

Delivery date

Delivery

venue

1 Fireproof jacket and

trousers Complete set 2 400

6 month

During 140 (one hundred

and forty) days after assigning the contract

Tbilisi, According to the procuring entity requirement

2 Firefighter boots pairs 2 400

3 Firefighter axe with bag piece 1 000

4 Firefighter-rescuer belt piece 1 000

5 Firefighter-rescuer

Carrabin piece 1 000

6 Firefighter helmet piece 2 400

7 Firefighter gloves pair 2 400

8 Rescuer helmet piece 300

9 Isolating compressed air

machine Complete set 120

12 month

Total:

--------------------------------------------------------------------------------- GGEL (amount in numbers and words)

Candidate signature and stamp ----------------------

Annex #2 1. Name of the Candidate legal firm; First name and Last name of the director; Legal or real address of the Candidate Identification code: Bank code Account: Tel: E-mail Candidate signature and stamp