This will lead you to GeM website.
Some cases have been reported where bidders have claimed non receipt of prior intimation of RA start. In order to ensure that no prospective eligible bidder is left out due to non intimation on time, it has been decide that RA will henceforth start 24 hours after the buyer proceeds for the RA creation and initiated RA. RA Start date and End Date will be notified to both buyer and sellers.
GeM system maintenance activity is planned from 17/06/2023 9:00 PM until 18/06/2023 02:00 PM. While we will work towards avoiding any outages, the system may be unstable intermittently. As a preventive measure, you are requested to either prepone or postpone Bid related activities such as Bid creation, Evaluation, Seek Clarification, Reply Representation and Negotiations etc, to other dates as per your convenience. Also, you may like to avoid keeping Bid end date and Bid Opening dates on or near these dates if feasible.
Please find enclosed OM dated 28.04.2023 on revised format for Registration of bidders from countries sharing land border with India under Rule 144 (xi) for your kind information and necessary action.
Notification regarding Cyber Security Control matrix
Please note that insecure products, solutions, and services lead to exposure to threats and cyber security breaches which affects procuring entities. Assuring cyber security as a feature of products and services require ensuring cyber security compliances as a part of procurement This will also help in building a cyber-security culture. Building awareness in government agencies to adopt cyber security controls as part of the procurement of ICT products and services, as well as engaging industry to put cyber security control requirements into practise, is crucial for meeting the objective of ensuring cyber security.
It is noted that many times due to lack of awareness various clauses, provisions, and guidelines regarding cyber security requirements mandated by MeitY are not being incorporated while making procurements by buyer organisations. In order to give inputs to the procuring authorities regarding these aspects, Indian Computer Emergency Response Team (CERT-In) drafted a discussion paper regarding cyber security control matrix for the procurement of services and solutions by government organisations. The control matrix includes governance and policy, confidentiality, availability, regulatory complexity, audits and situational awareness, data security, application security, and network security. Discussion paper indicates the specification and requirements of different controls as well as indicative methods for verification for each control matrix. A copy of the discussion paper is enclosed herewith.
It may be noted that procuring entities may select and include appropriate and applicable controls from the control matrix indicated in the discussion paper as a part of their procurement of ICT services and solutions. Procuring entities may also consider adding additional specific controls as per their risk profile and scope of services.
It may also be noted that the adoption of cyber security controls by procuring entities in the procurement process may be kept voluntary (as best practises). However, after a year, based on the outcomes, learning control may be mandated as a part of all ICT-related procurement by government entities.
All buyer organization as well as seller/service providers are requested to note the above.
Push Button Procurement (PBP) functionality enhanced - No need for buyer to certify reasonableness of rates:
GeM has enhanced the Push button Procurement functionality enabled as per DoE OM number F.6/7/2022-PPD dated 11th January 2023. The new guidelines for PBP are as follow:
Please refer push button procurement Manual for detailed guidelines. The details of Categories enabled for PBP are available here.
Buyers are advised to comply the latest OM No.F.7/10/2021-PPD (1) dated 23.02.2023 issued by DoE for the restrictions under Rule 144(xi) of the General Financial Rules (GFRs), 2017 while procuring on GeM.
With reference to the clause 4, Section xiii, Sub-section 'm' of GeM GTC, it is to bring to your kind attention that the following categories of Sellers are exempted from furnishing Bid Security:
Note: No EMD to be taken from exempt category of sellers even by way of specific clauses mentioned in ATC / STC by the Buyers. Such clauses which are against the GeM GTC, will be treated as null and void.
Get immediate financing through TReDS to pay your MSMEs and show compliance with MSMED Act.
Benefits of TReDS:
How to avail benefits of TReDS?
Not registered with TReDS? Start registration NOW
With reference to the OM No.F.6/1/2023-PPD dated 06.01.2023, from Dept. of Expenditure, the minimum service charges for the commission based Manpower Outsourcing services has been revised to 3.85%. Procuring entities can also fix the service charges above 3.85% with proper justification on file, wherever required. However, such service charges should not exceed 7% in any case. It is also recommended to use the Least Cost Selection (LCS) especially in High Value Bids, the template for which can be assessed on this link.
DPIIT has issued OM P-45014/33/2021-BE-II (E-64737) dated December 20th, 2022 related to common examples of "Restrictive and discriminatory conditions against the local suppliers" and "Other conditions which make the bid non compliant to PPP-Mll Order''. Buyers are advised to comply with the same and ensure that their tenders are compliant with PPP-MII Order and don't include restrictive and discriminatory conditions against the local suppliers.
Single packet bid has been enabled on GeM and buyers can procure using it. In single packet bidding both technical and financial offerings are being opened simultaneously and buyers evaluate both financial and technical offers simultaneously and publish the evaluation results. Please refer to the user manual for details.
Additional disclaimer and recommendation for buyers for procurement of Drugs/Medicine through Custom/BOQ bids:
All Provisions of Drugs and Cosmetics Act, 1940 and Rules made there under as amended till date will always be applicable. This will include all notifications issued by Central Drugs Standard Control Organisation (CDSCO), Ministry of Health & Family Welfare (MoHFW) and Department of Pharmaceuticals (DOP), Ministry of Chemicals & Fertilizers from time to time in this regard.
The sellers are registered on GeM based on self-declaration of valid Drug License, product certification, test reports etc. However, buyers mandatorily check and validate the details at their end for all applicable licenses and certifications e.g., validity and authenticity/genuineness of drug license, product certification, manufacturer certification/licenses, test reports etc.
In case of custom/BOQ bid, it is recommended to take Notarized Undertaking from private drug manufacturers for necessary compliances. (attached format of "Notarized Undertaking")
Only manufacturers for particular drugs/medicine may be eligible to participate in the bid or quote for the drugs/medicine.
The service category “Healthcare Human Resource Outsourcing Service” has been merged with the other existing manpower outsourcing services which are Manpower Outsourcing Services - Minimum Wage and Manpower Outsourcing Services - Fixed Remuneration . Hence, it has been disabled from the market for all new bids. Buyers can hire the healthcare resources from these 2 manpower outsourcing service categories. There will be no impact on already published bids.
GeM has launched the Push button procurement functionality on experimental basis enabling buyer to buy upto 5 lakhs simplifying the procurement process and require minimal intervention from buyer. This is system driven procurement enabled for the limited 50 categories . This has been enabled vide DoE OM number F.6/7/2022-PPD dated 11th January 2023. The buyer may refer the push button procurement manual for further details. The details of categories enabled for PBP is available here. The key guidelines for PBP are as follow
Load Based Bidding
Bids are currently being evaluated on GeM based on the price quoted by the bidder at the time of bid participation. However, there are some use cases when the buyer publishes a bid and expects certain technical and commercial parameters to be used to evaluate the price, resulting in the evaluated price being different from the bidder's offered price.
To capture detailed technical and commercial parameters, GeM has added another feature whereby a buyer can declare the Technical and Commercial Loading Criteria for Bid Evaluation during Bid Creation itself, which will be printed for the bidders' reference in the Bid document.
The selection of the Techno Commercial for Bid Evaluation will be optional for the buyer and the same can be saved as "No," if buyer doesn’t wish to go with the same.
This will be used by the buyer for the limited categories available in the GeM marketplace.
Categories where Load based will be applicable - BIOMASS and types of pumps like HSD, Screw , Fuel, Petrol pump.
Bunching of predefined categories has been enabled now for bidding. Buyer can create bunch bid of items from same category. Buyer can also create bunch bid of items from different categories if such categories are enabled for bunching by GeM. If the item categories that you are trying to bunch are not enabled to be bunched together and you feel that these are items are having same Supplier / OEM base and are required to be bought together and bunching will not lead to restriction in competition, then you may please send an email request to GeM at request-bunch@gem.gov.in for enabling bunching of such categories. Please mention exact name of GeM categories that you are requesting for enabling bunching. Your request would be examined by GeM team and if it is found that such bunching would not lead to restrictive bidding, GeM would enable bunching of those categories. This is a one time exercise and once enabled, all buyers can bunch those categories in all their future bids. Custom and BoQ items are by default enabled to be bunched with other regular categories.
The option of acceptance/ rejection of Direct Purchase/ L1 orders will be discontinued on GeM from 29th July 22 onwards. All the orders placed on GeM shall be auto accepted unless the buyer is red flagged or the order is for a freight intensive item. Only in these cases, the sellers will get an option to Accept/ Reject the order. Even in these cases, the order shall be auto accepted in 5 days if no action is taken by the seller.
The functionality for the collection of interest amount on the delayed payments as per DoE OM No.F.6/18/2019-PPD dated 3rd July 2020 is being made live from 01st August 2022, which would be applicable on all CRAC issued/generated on or after 01st August 2022. If the payment is delayed beyond prescribed timelines, the buyer will be liable to deposit interest as per DoE OM. Interests due showing in the Buyer dashboards for older contracts are being reset to zero and all future interests would have to be paid using online functionality deployed on the GeM using the SBI payment gateway.
Please read DO from CEO GeM regarding misuse of Custom / BoQ based bids.
DP and L-1 purchase for multiple consignee is not allowed. Buyer can add multiple consignees during bid creation.
Bunching of the items has been disabled for Direct Purchase and L1 purchase. For ordering multiple items put the items in separate carts and proceed to checkout in each cart.
GeM is in process to phase out the use of OTP based on authentication process at various stages of procurement like bid floating, bid submissions, invoicing, CRAC generation, Bill process, payment etc. For seamless and hassle-free transition it is advised to get yourself registered for esign or DSC based authentication services and complete all associated formalities. The exact date of disablement of the OTP based authentication will be communicated in near future.
GeM is in a process of development of functionality to deal the statutory variations of contract like GST, VAT etc online. In meantime till such functionality is deployed buyers and sellers are advised to deal variation of taxes OFFLINE at their end with due verification and scrutiny as per enforced tax rates, contract clause and applicable guidelines of organization.
Direct RA is being disabled. Please use BID to RA in place of Direct RA.
Escalation of Tickets – Please raise a ticket while flagging any issue to GeM, it helps better tracking, monitoring, and faster resolution. Further it helps in escalating it to higher level if issue is not resolved within defined timeline. Now tickets can be escalated https://gem.gov.in/gemtickets/create to higher level.
Training for registration and bidding for buyers and sellers - GeM offers self-help trainings for buyers and sellers to register and procure services from the GeM portal without any external help. The link to access these training programs is https://gem.gov.in/training/training_module.
Input Tax Credit - Input Tax Credit and Reverse Charge Mechanism feature in BID has been implemented. Input Tax Credit is required by Buyers who are eligible for Input Tax Credit on GST and GST cess (wherever applicable) in their purchase. Since they get credit of GST therefore, they require financial evaluation of BID considering input tax credit (ITC) so that L1 evaluation is on Net landed Cost to the Buyer. There are three types of sellers in this case. One is regular GST registered seller, unregistered seller and seller registered under composition scheme. This functionality is for all goods and services except services on commission base.
Custom bid and BOQ Bid- GeM strongly recommend use of category based bids - Use of Custom Bid / BoQ bid is not allowed for items for which regular category is available on GeM. Buyer can use the features of Additional parameters also to suit its requirement. Any bid created under Custom / BoQ category shall be cancelled by GeM without any notice, if it is found that regular category is available on GeM for similar items.
Creation of secondary user under different primary user with same mail id: The secondary user registration using an existing email address should be allowed for all the roles - Buyer, Consignee and PAO/DDO.
GeM has revised its Transaction Charge policy. This can be accessed at here
Vaccines and Generic Drugs/Medicine categories - Categories of Vaccines required under the Universal Immunization Program (UIP) of MoHFW have been made live in consultation with them. The categories of TB medicines required under National TB program of MoHFW and other generic drugs/medicines have been made live.
Unlimited RA Auto Extensions - Now there is NO limit on number auto-extensions allowed in reverse auctions, GeM recommends use of unlimited auto extension for best price discovery.
Bid opening from 3 days instead of 10 days only for central Gov & Central CPSE buyers and not applicable on BOQ and custom bids.
BID Life cycle from system has been removed from the system for all types of bids/RA.
Technical evaluator: Evaluation can be based on Single/Multiple evaluator(s) or self, selection for Tender Committee (TC) option shall also be available
Re-blocking of funds - Buyers will now be able to block funds which they had not done at the time of order placement due to reasons like change of financial years etc.
New Functionalities on Services
L1 negotiation: Buyer now gets an option to negotiate with L1 discovered from the financial evaluation. In case service provider has uploaded the price breakup then service provider gets the option to upload revised price breakup after conducting their negotiations with the buyer.
MSE preference: If buyer has selected MSE preference in bid then buyer will get option to send price match request to MSE if Non MSE bidder is selected as L1 and MSE price quoted is within L1+X% (X as defined in bid) range. In case buyer has not opted for MSE preference then buyer needs to provide competent authority approval with detail of approving authority.
Minimum floor price: A new feature has made live to solve the above problem, minimum floor price feature is available for buyers to define the minimum floor price below which no service provider would be able to quote in bid. This feature will help buyers to get reasonable price offers in bids. This feature is available for all PSUs/CPSEs/State Buyers and MoD.
Online invoicing for services - In order to introduce end to end procurement on GeM Invoicing has been made live on GeM for service providers and buyers to streamline the complete process.
Invoice rejection by consignee - Once the invoice raised by service provider, consignee now has the feature to reject the invoice against some rejection reasons which will be visible to service provider. Based on the comments, service provider will be able to update the invoice and then submit again.
Provision to upload additional SLA and SOW and ATC - Buyer has provision to write or upload document files for all of above features which will further become part of bid document and contract document and service provider has to abide by that. The terms and condition, scope of work or SLA mentioned by buyer will supersede by default conditions mentioned in SLA of the service.
Price breakup - GeM has introduced the functionality where Buyer can request for Price Breakup, Format to be uploaded by buyer for the breakup of components on cost/price offered by Service Provider in the Bid. Format uploaded by buyer may be used by service provider as reference for providing financial breakup. L1 will be evaluated by system basis on lowest price offered. GeM restricts this document to be available only during financial evaluation step, buyer will be able to open this document after financial will be open.
Custom filter for buyer - GeM has introduced feature to choose “Others” option from the list of values of technical parameters in case desired parameter is not available. Buyer has to select “Intent of Buying” as “Bid” to enter the Customized Requirement.
GeM system maintenance activity is planned from 25/06/2022 9:00 PM until 26/06/2022 12:00 Noon. While we will work towards avoiding any outages, the system may be unstable intermittently. As a preventive measure, you are requested to either prepone or postpone Bid related activities such as Bid creation, Evaluation, Seek Clarification, Reply Representation and Negotiations etc, to other dates as per your convenience. Also, you may like to avoid keeping Bid end date and Bid Opening dates on or near these dates if feasible. Please note, during this period Buyers can access all previous and ongoing Bid/RA status and details from their panel.
Forward Auction is a new feature addition into GeM platform enabling integrated B2B (Business to Business) and B2C (Business to Customer) auction featuring pan India auctioneers and bidders. As a GeM registered buyer, user can create “Auction” to sell off goods/materials/immovable assets within GeM portal using Forward Auction application and can reach out pan India bidders at a larger scale. To know more, click here
Advanced Search- https://bidplus.gem.gov.in/advance-search
Please click here to view the service approval process flow.
"Buyer Selected Non-Golden Parameters are now mandatory Bid requirement” - Buyers can now choose both Golden and Non-Golden Parameters for defining the Bid Requirements. This will enable Buyers to impose a non-golden parameter as a mandatory specification for their Bids.
All Golden parameters of the category and only those non-Golden parameters which Buyer has selected while creating bid (with values as selected by the Buyer or better than that), will now form part of the overall item specifications in Bid and will be published in the Bid document. Please note that the Non-Golden Parameters which are not specifically selected by the Buyer will now be discarded from bid and will not be published in bid and Sellers can offer a product with any of the allowed values for such non-golden parameters. If buyer want to make any non-golden parameter a part of bid, he must select that parameter and select its allowed values while creating bid, else GeM system would presume that buyer has no specific choice for that parameter and will accept any value for that parameter. No bid can then be rejected for such non selected parameter.
It is also to be noted that the values of the reference product are no longer part of the bid and only allowed values will be part of bid. For Golden parameters, by default GeM would incorporate all values that are better than the reference product's values in the bid. Buyer can select and allow any more values that he feels appropriate so that the bid is as generic as possible to attract maximum competition. Similarly for Buyer chosen non-golden parameters also, reference product's value and better values would be allowed by default and Buyer can add more values of his choice.
Sellers would now need to mandatorily comply with complete Bid specifications to proceed with Bid participation. Since bidders will now be pre-filtered and allowed to offer only those products which are matching with allowed values of Golden as well as non-Golden parameters (Buyer selected), there would now be no need for Buyer's to check or reject any bid on the ground of specification mis-match as far as GeM catalogues are concerned.
Incident management policy has been revised, please click here to view the new policy.
As per the OM issued by the Department of Expenditure, Ministry of Finance (No.F.6/18/2019.PPD), the following provisions have been enabled on GeM -
Proof of Delivery Submission
The system would not allow the seller to generate an invoice, if the delivery period of an order has passed. The sellers must also submit the proof of their delivery to the consignee's location before the delivery date of the orders has passed, for their shipments to be eligible for Auto PRC and Auto CRAC
Auto PRC and Auto CRAC
Auto PRC
In case if the seller has submitted the proof of delivery before the order's delivery date has passed, their shipments would be eligible for auto PRC. This means that if the consignee does not generate the PRC within 4 days from the date of delivery as per the proof of delivery submitted by the seller, then the system would generate an auto PRC, marking all the shipped quantities as PRC accepted. At this point, the consignee would have 2 more days to make any modifications. In case, if still no action has been taken by the consignee within these 2 days, then this system generated auto PRC would be considered as the final PRC which could no longer be modified.
Auto CRAC
In case if the seller has submitted the proof of delivery before the order's delivery date has passed and the final PRC is also completed (through the system or by the consignee), then their shipments would be eligible for auto CRAC. This means that if the consignee has not generated the CRAC within 10 days from the date of delivery as per the proof of delivery submitted by the seller, then the system would generate an auto CRAC, marking all the PRC quantities as CRAC accepted. At this point, the consignee would have 3 more days to make any modifications. In case, if still no action has been taken by the consignee within these 3 days, then this system generated auto CRAC would be considered as the final CRAC which could no longer be modified.
Supplementary Invoice
For product orders where the consignee has made some rejections at the PRC or CRAC stage, the sellers would now have an option to issue a supplementary invoice against these rejected quantities. This option would be available to the seller before the delivery date of the order has passed.
For more information on the OM, please click here.
Ultra High Pressure Mini Fire Tender for fire brigade use | The UHP Mini Fire Tender shall be fabricated on suitable LCV cab. Chassis shall be procured by the vendor. The chassis will have a min. of 90 BHP & shall be a turbo charged, 2 WD (Rear wheel drive), 6 wheeled chassis. |
Requirement regarding Chassis Cabin Ultra High Pressure Mini Fire Tender for fire brigade use | Cabin: The driver’s cabin shall be the original cabin supplied by the chassis manufacturer. This will accommodate 1 driver & 1 leading Fireman. The second cabin shall be fabricated by the superstructure manufacturer & will accommodate 3 firemen. It will have 2 doors. The seats shall be properly upholstered with good quality material. The body shall be made of a min. of 2mm thick MS pressed sections, tubes, angles, etc. The complete structure shall be first zinc plated & then epoxy painted for complete corrosion resistance. The crew cabin shall be externally paneled with 3mm & internally paneled with 2mm aluminum sheets. A good insulation material shall be sandwiched between internal & external panels for enhanced heat resistance. Flooring shall be of min. 2mm aluminium chequered plates. Doors shall have sliding type powder coated windows. |
Water Tank capacity of Water Tender (water tank capacity depending upon the type of chassis used) | 2500 liter |
Make of Chassis | TATA |
Chassis Model No | 4SPCR 19 |
Type of Fuel | Diesel |
Vehicle Emission Compliance | BS-VI |
Engine Power BHP@rpm | 123 |
Engine Torque Max,@ rpm | 360 |
Fuel Tank Capacity | 110 liter |
Length of Chassis | 7285 millimeter |
Width of Chassis | 2255 millimeter |
Height of Chassis | 2970 millimeter |
Gradeability of Chassis( %) | 28 |
Ground Clearance | 214 millimeter |
Wheel Base | 4500 millimeter |
Gross vehicle mass including crew, water and equipment | 11000 kilogram |
Chassis Transmission System | Manual Transmission with clutch |
No of Speed/ Forward Gears | 4-5 speed with Manual Transmission |
Type of Steering | Power |
Turning Circle Diameter | 20 meter |
Braking System | Pneumatic Brakes |
Side View Mirror | Yes |
Low Fuel warning Light | Yes |
Standard Spare wheel and Tool Kit | Yes |
Overall Width | 2 meter |
Seating Capacity in the driver's cabin cum crew compartment | TOTAL - 5 The crew shall have individual seating, with each seat fitted with brackets for placement of Breathing Apparatus in an upright position (total 5 seats). The seats shall be of the wear & walk away type so that when the crew disembarks from the vehicle the BA sets shall easily come off the seats with them. The seat bottom will be theatre type, which will automatically flip up when the fireman gets up, thereby freeing up space for easy embarking & disembarking. The seats shall have integrated seat springs to isolate shock while in motion. They shall have a fixed type, seat-back recline, to improve rider comfort & an auto-pivot & return headrest for rapid seat egress. All seats shall have right shoulder seat belt release. All glasses shall be protected by heavy gauge 1 sq. inch wire-mesh. |
Doors provided on each side of driver's cabin with hinged opening outward ,hung forward with catch locks and flush type handles | 2 |
Construction of Cab and Lockers | All metal construction with sufficient rigidity and reinforcement and shall be kept as light as possible in mass. Pressed' sections of sufficient strength shall be used for the superstructure |
Lockers to secure stowage of all equipments | Reputed international quality roller shutters with OEM locking and lighting systems. The height of the lockers from the bottom to the top of the opening shall be not less than 600 mm. |
Internal automatic lighting arrangement with the meter switch in the cab for lockers | Yes |
Locker Doors | The doors of the. Lockers shall have sufficient means for holding them closed by efficient flush fitting spring loaded lockers. The doors of the side lockers shall not be hinged at the bottom. |
Ladder Gallows with locking arrengments for ladder when stowed | Yes |
Length of aluminium extension ladder | 7.5 meter |
Tool-Kit Container | A specially fitted recessed tray for the normal kit of tools, carried on the appliance shall be provided |
Water Tank and Baffle Plates Material | Mild Steel |
Thickness of Water Tank Sheet including of Baffle Plates | 4 millimeter |
Relavent surface treatment /paint details for inner surface ensuring the potability of water as per IS | The basic structure material shall be zinc plated & thereafter it shall be prepared by grinding the welded surfaces, priming the finished material with a zincrich primer & then finally coated with a two pack epoxy paint. Once panelling is completed, all outside surfaces shall be painted with good quality paint. This shall be poly-urethane (PU) based paint with a life of min. 10 years. The chassis & body shall be under coated with 2 coats of anti corrosive paint. |
Size of square Channel for body of main structure | 32 mm X 1.6 mm |
Base Frame Structure | Mild Steel |
Exterior and Interior Panel thickness of aluminium sheet for side body and roof | 1620 micrometer |
Thickness of Flooring Made from Aluminium Chequered sheet | 2 millimeter |
Glasses:- Front wind screen, rear glass in two pieces (toughened type glass as per CMVR) Window with lock cum handle | Yes |
Top portion of fixed glass window & bottom portion in two halves in sliding pattern | Yes |
Standard automobile paint to the exterior body as per CMVR for Fire Tender | Yes |
Front Bumper Hook | Yes |
Rear Hook | Yes |
Water Tank | The tank material shall be completely zinc plated & finally epoxy coated for added corrosion resistance. A 450 mm dia manhole at the top and a cleaning hole of dia 250 mm at bottom of the tank shall be provided . A male coupling shall be provided near the pump for water replenishment from an outside source. The tank would have a drain valve of 50mm dia. A 25mm connection shall be provided at the top of the tank centre, to enable the water to flow out from the top. All the piping & flanges of the pump & tank shall be of SS. All valves used shall be of SS IC. 2 nos Baffle plates shall be provided to ensure that there is min. hammering due to cornering or braking. The tank side plates shall be die-pressed for added strength & torsion resistance. The tank shall be rigidly mounted on the chassis &shall be provided with lifting eyes for maintenance & repairing. |
Water level indicator for the tank | Dial gauge water level indicator for the tank in the driver cabin,Visual level gauge of glass tube shall be provided at the control panel calibrated 1/4, 1/2, 3/4 and full,Electronic LED indicator in control panel and driver cabin |
High Pressure Pump Type | Plunger type positive displacement pump having syntherized pistons of super-hard ceramic, working to its capacity at not more than 1000 RPM. |
High Pressure Pump Capacity | 150 LPM at 100 bar |
By Pass for water | A by-pass for letting the water back to the suction intake shall be provided to release excess pressure generated due to shutting of the hand lines or while discharging from only one of the two outlets (75 LPM @100 bar) individually. |
Minimum guaranteed life of Pump | 5000 hours or 5 years of operation whichever is earlier. |
Double seal on each plunger with low pressure intermediate chamber to keep the water seals cool & lubricated | Yes |
Facility for recirculation of any leakage from the high pressure back to the pump inlet | Yes |
Material for connecting rods | Special alloys with low attrition coefficient, high wear resistance & high anti-seize properties. |
The hydraulic structure shall be designed to simplify scheduled maintenance procedures like gasket & valve replacement | Yes |
Inline mesh filters for suction line | Yes |
Hose | 16 mm inner diameter two hoses of 60 m length each |
Hose Type | R2 type & rated for a min. of 250±2 bar working pressure |
Hose Reel & Fog & Jet Gun (2 Nos each) | The reels shall be constructed of cast aluminum alloy & will have a geared winding mechanism provided at the rear of the appliance. The reels shall be capable of being wound without undue strain on the operator. At the discharge ends of both the hose reels with the high-pressure fog guns each to be capable of discharging 75 LPM @100 bar in jet or fog patterns. |
Throw distance for Gun | Jet range minimum 23meters & fog of 50 microns water droplets at 45º angle. |
Instruction Books covering detailed drawing of the body, showing the details of construction, water tank drawing showing baffle arrangement, mounting arrangement of all fitments on the appliance, PTO mounting drawing etc | to be provided to buyer on demand |
PTO Unit | A gearbox mounted PTO shall be installed for operating the pump. This PTO shall be of a proper gear ratio to drive the pump at required RPM without loss of power & prevent the engine from overheating. The PTO shall be of suitable make as per the recommendations of the transmission Chassiss manufacturer. Cooling system (if required) shall be provided to maintain operating temperature of the PTO. |
Instruments & Controls | Adequately illuminated pump control panel shall be provided on the appliance housing the RPM meter & panel light. The panel shall be compact & have the following additional controls & gauges: 1. Pump pressure gauge. 2. RPM Meter. 3. Auxiliary throttle control. 4. Panel light. 5. Plastic tube type level gauge. 6. Pressure regulator. |
Light Mast | Light Mast: A pneumatically operated light mast shall be fitted on the vehicle at a suitable place. The mast shall have minimum extension of 5 meters and shall be fitted with 2 DC operated LED lights in weather tight fittings (minimum IP 68 protection). The lights shall be dust & immersion test certified, LED based of minimum 230 watts and 30,000 lumen output, instant on/off with no warm up time, and minimum 50,000 hour service life. The mast shall have an internal spiral wire cable, withstand a wind speed of minimum 110 km/ph and the lights shall be controlled independently. |
Accessories & Equipment | Accessories & Equipment: The vehicle shall be delivered with the following accessories & equipment: 1. Three piece extension Ladder 7.5 Mtrs 2. Two Piece halogen Fog lights installed on the front cab. 3. One unit of Hooligan tool. 4. Two 16 mm dia. Poly-propylene ropes of 30 meters length each. 5. One LED light bar with 100 Watt hooter & PA system. 6. Handheld LED torches 100m range - 2 units. 7. Leather Gloves (full size) - 6 pairs 8. Shock resistant gloves (full size) - 5 pairs |
Workmanship & Material | Workmanship executed shall be of the highest order. All rivets & bolt holes will have a coat of approved paint on both surfaces before riveting or bolting or welding. All steel screws, bolts, nuts, rivets etc. shall be zinc coated or will have rust proof coats by a recognized process. The roof joints shall be subjected to rigid water test at our works in presence of purchaser’s representatives. All directions & instructions on all points related to the fabrication shall be executed whenever given by the purchaser’s representative for quality & workmanship. All the material used in the fabrication of the body work shall be of good quality or approved make & type. All equipment & material will comply with the requirements of the latest relevant IS specifications. No welding shall be done on the chassis. |
Spare Parts availability | Spare parts for the above vehicles shall be available as & when required for a minimum period of 10 year from the date of supply. |
Rear Reflectors | Yes |
Public Address System - battery operated system with mike in the driver's cab and speaker on the top bf the vehicle | Yes |
Manufacturer's name or trade-mark on Fire Tender | Yes |
Marking for Capacity of the water tank in Litres on fire Tender | Yes |
Marking for Year of Manufacture on Water Tender | Yes |
Gradeability or Capability of fire tender of being started from rest and move upon a gradient of 1 to 4 | Yes |
Articulation | vehicles shall be tested for articulation (200mm alternate gradients & will not show any signs of stress during this test. Also the clearances in the wheel wells shall be checked for tolerances. |
Waterproofing (Shower Test ) as per IS 11865 | must conform |
Performance of Brakes as per CMVR | Yes |
Stability of Complete Fire tender | The stability of the appliance shall be such that when under fully equipped and loaded condition ( but excluding crew),if the surface on whicel the appliance stand is tilted to either side, the point at which over-turning occurs is not passed at an angle of 27 degrees from the horizontal. |
Acceptance Tests at consignee end | Yes, Vehicle Performance and Pump Performance to be tested at duty point for 4 hours without replenishment or change in fuel/ water/lubricants of the vehicle. Only water to be filled in the main water tank. |
Complete Fire Tender including Chassis, PTO and Body approval from ARAI / VRDE / ICAT | Yes |
Certification Number for Complete Fire Tender including Chassis, PTO and Body approval from ARAI / VRDE / ICAT | 01.02.25 |
Vehicle / Chassis Certification including form 22A / ARAI / VRDE / ICAT | Yes |
Name of the Authority for Vehicle / Chassis Certificate including form 22A / ARAI / VRDE / ICAT | ARAI |
Certification Number of Vehicle / Chassis Certificate including form 22A / ARAI / VRDE / ICAT | A A S N 0403 |
Date of the certificate for Vehicle / Chassis Certificate including form 22A / ARAI / VRDE / ICAT | 13.11.2024 |
Battery Warranty as per Battery OEM | 1 year |
No Of Free Service | 3 |
Warranty Time | 3 year |
Please select "Allowed Values" for different specifications for properly defining your product. You can select multiple values as "Allowed Values" against any parameter to allow more competition.