19 10 Bidding Document for Goods (BDG)-updated July 2012.doc



BIDDING DOCUMENTS

(PROCUREMENT OF GOODS)

Emergency Shelter and Non Food Items

IOM-ITB2017-011

SUPPLY AND DELIVERY OF

Emergency Shelters and Non Food Items

Prepared by

12 Suhail Majdouba Street, Jordan University Street, Opposite the University Hospital, PO Box 4880, Tila’a Al Ali, Amman, Jordan

28th of July, 2017

Table of Contents

Section I. Instructions to Bidders ..5

Section II. Schedule of Requirements 26

Section III. Technical Specifications 31

Section IV. Contract for Supply and Delivery of Goods 56

Section V. Sample Forms 36

INVITATION FOR BIDS

ITB No. : IOM-ITB 2017-011

Date: 28/07/2017

The International Organization for Migration (IOM) is an intergovernmental organization established in 1951 and is committed to the principle that humane and orderly migration benefits both migrants and society.

In the framework of Supply and Delivery of Emergency Shelters and Non Food Items, the IOM Bids Evaluation and Awards Committee (“BEAC”) now invites interested Bidders to submit “Bid” for the supply and delivery of Various Emergency Shelters and Non Food Items.

|Item No. |**Item Description |Quantity |Unit |

|1 |Basic Shelter Kit |1000 |Each |

|2 |Extended Shelter Kit |1000 |Each |

|3 |Stand- Alone Shelter Kit |1000 |Each |

|4 |Sealing-off Kit |1000 |Each |

|5 |Emergency NFI Comprehensive Kit |1400 |Each |

|6 |NFI Kit (with kitchen set) |1400 |Each |

|7 |Winterized NFI kit |1400 |Each |

*Bidder May choose to bid for one or all of the above mentioned items.

** Detailed Description/ Specifications of the above mentioned Kits are listed in Annex A, and Annex B.

A complete set of Bidding Documents is available for issuance to Interested Local Bidders at 12 Suhail Majdouba Street, Opposite the University Hospital, PO Box 4880, Tila’a Al Ali, Amman. and to Interested International Bidders electronically upon request by responding to IOM ITB by email to (ESNFITenderJordan@iom.int) between the 30th of July, 2017 until 13th of August, 2017.

Bids shall be valid for a period of 45 five calendar days (45cd) after submission of Bids and must be accompanied by a Bid Security equivalent to 2.5 % - two and a half percent of the Bidder’s Total Bid Price in the form of certified check, or bank guarantee or letter of credit from a reputable commercial banking institution and shall be delivered to the BEAC at IOM Amman Main Office 12 Suhail Majdouba Street, Opposite the University Hospital, PO Box 4880, Tila’a Al Ali, Amman for Local Bidders and to (ESNFITenderJordan@iom.int) for International Bidders on or before the 2nd September, 2017 at 12:00hrs GMT+3.

Tendering Time Table:

|Action |Due Date |

|Sending out ITB |30/07/2017 |

|Responding to IOM ITB (Local: Physical documents pick up from IOM|30/07/2017 until 13/08/2017 |

|Main office, International: responding to | |

|ITB by email | |

|Request for clarification of the bidding documents |20/08/2017 |

|Samples Submission ** (2 samples per product) |30/08/2017 |

|Submission of Bids |02/09/2017 |

|Bids Opening |02/09/2017 |

|NoA Notice of Award |Within 45 Calendar days post Bids Opening |

|Bid Validity Period |45 calendar day after Bids submission |

|Possible extension period |45 days after the end of Bid Validity Period |

|Delivery/ Completion date post award |30 Calendar Day |

|Bid security |2.5% of the total bid amount to be submitted on 02/09/2017 |

|Performance security |10% of the total bid amount to be submitted 5 days after |

| |receiving the NoA |

|Contract Signing |3 days after receiving the contract |

**Samples submission: Customs Clearance procedure may take up to 3 weeks, therefore, samples must be shipped once the company declares their interest in participating in this Bid.

Late bids shall be rejected. Bids will be opened at the above address, date and time in the presence of the Bidders who wish to attend.

IOM reserves the right to accept or reject any bids, and to cancel the procurement process and reject all bids at any time prior to award of Contract, without obligation to inform the affected Bidder/s of the ground for IOM action.

*********

IOM is encouraging companies to use recycled materials or materials coming from sustainable resources or produced using a technology that has lower ecological footprints.

Section I. Instructions to Bidders

Table of Clauses

A. General 7

1. Scope of Bid 7

2. Eligible Bidders 7

3. Corrupt, Fraud 7

4. Eligible Goods and Services 8

B. The Bidding Documents 9

5. Content of Bidding Documents 9

6. Clarification of Bidding Documents 9

7. Amendment of Bidding Documents 9

C. Preparation of Bids 10

8. Cost of Bidding 10

9. Language of Bid 10

10. Documents Comprising the Bid 10

11. Bid Form 10

12. Bid Prices 10

13. Bid Currencies 11

14. Documents Establishing Bidder’s Eligibility and Qualification 11

15. Documents Establishing Goods’ Eligibility and Conformity to Bidding Documents 12

16. Period of Validity of Bids 13

17. Bid Security 13

18 Format and Signing of Bid 14

D. Submission of Bids 14

19. Sealing and Marking of Bids 14

20. Deadline for Submission of Bids 17

21. Late Bids 18

22. Modification and Withdrawal of Bids 18

E. Opening and Evaluation of Bids 18

23. Opening of Bids 18

24. Clarification of Bids and Contacting IOM 19

25. Preliminary 19

26. Conversion to Single Currency (if applicable) 19

27. Evaluation and Comparison of Bids 20

28. Clarification of Bids and Contacting IOM 22

29. Post-qualification 22

30. Purchaser’s Right to Accept any Bid and to Reject any or All Bids 24

F. Award of Contract 24

31. Award Criteria 24

32. Purchaser’s Right to Vary Quantities at Time of Award 24

33. Notification of Award 24

34. Performance Security 24

35. Signing of Contract 25

Instructions to Bidders

A. General

|1. Scope of Bid |1.1 IOM invites bids for the supply and delivery of Emergency Shelters and Non Food Items hereto |

| |referred as Goods. The Goods is specified in greater details in the Sub Section of the Bid Documents. |

| | |

| |1.2 The successful Bidder is expected to complete the delivery by the Intended Completion Date which is|

| |30 calendar days after signature of Contract. |

| | |

|2. Eligible Bidders |This Invitation for Bids is open to all Bidders from eligible source countries. |

| | |

| |Bidders should not be associated, or have been associated in the past, directly or indirectly, with a |

| |firm or any of its affiliates which have been engaged by IOM to provide consulting services for the |

| |preparation of the design, specifications, and other documents to be used for the procurement of the |

| |goods to be purchased under this Invitation for Bids. |

| | |

| |Government-owned enterprises in IOM’s Mission country Mission may participate only if they are legally |

| |and financially autonomous, if they operate under commercial law, and if they are not a beneficiary of |

| |IOM. |

| | |

| |Bidders shall not be under a declaration of ineligibility for corrupt, fraudulent and coercive |

| |practices issued by IOM in accordance with ITB Clause 3 |

| | |

| |2.5 Bidders shall not be involved in terrorist act/criminal activities or associated with individuals |

| |and/or entities associated with terrorist act/criminal activities. For this purpose, Bidders shall not |

| |be included in the proscribed list of individuals and/or entities as contained in the 1267 Committee of|

| |the UN Security Council Counter Terrorism Committee (CTC) |

|3. Corrupt, |IOM requires that all IOM Staff, Bidders, Manufacturers, suppliers or distributors, observe the |

|Fraudulent, |highest standard of ethics during procurement and execution of all contracts. IOM shall reject any Bids|

|Collusive and |put forward by Bidders or where applicable terminate their contract, if it is determined that they have|

|Coercive |engaged in corrupt, fraudulent, collusive or coercive practices. In pursuance of this policy, IOM : |

|Practices | |

| |defines, for the purposes of this provision, the terms set forth below as follows: |

| | |

| |“corrupt practice” means the offering, giving, receiving or soliciting directly or indirectly any thing|

| |of value to influence the action of the Procuring/Contracting Entity in the procurement process or in |

| |contract execution; |

| | |

| |“fraudulent practice” is any acts or omission, including a misrepresentation, that knowingly or |

| |recklessly misleads, or attempts to mislead, the Procuring/Contracting Entity in the procurement |

| |process or the execution of a contract, to obtain a financial gain or other benefit to avoid an |

| |obligation; |

| | |

| |“collusive practice” is an undisclosed arrangement between two or more Bidders designed to artificially|

| |alter the results of the tender procedure to obtain a financial gain or benefit; |

| | |

| |“coercive practice” is impairing or harming, or threatening to impair or harm, directly or indirectly, |

| |any participant in the tender process to influence improperly its activities in a procurement process, |

| |or after the execution of a contract. |

| | |

| |will reject a proposal for award if it determines that the Bidder recommended for award has engaged in |

| |corrupt, fraudulent, collusive or coercive practices in competing for the contract in question; |

| | |

| |will declare a firm ineligible, either indefinitely or for a stated period of time, to be awarded an |

| |IOM financed contract if it at any time determines that the firm has engaged in corrupt, fraudulent, |

| |collusive or coercive practices in competing for, or in executing, an IOM financed contract. |

|4. Eligible Goods and Services |All goods and related services to be supplied under the contract shall have their origin in eligible |

| |source countries, and all expenditures made under the contract will be limited to such goods and |

| |services. |

| | |

| |For purposes of this clause, “origin” means the place where the goods are mined, grown, or produced, or|

| |the place from which the related services are supplied. Goods are produced when, through |

| |manufacturing, processing, or substantial and major assembly of components, a commercially recognized |

| |product results that is substantially different in basic characteristics or in purpose or utility from |

| |its components. |

| | |

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

B. The Bidding Documents

|5. Content of Bidding Documents|The goods required, bidding procedures, and contract terms are prescribed in the bidding documents. In|

| |addition to the Invitation for Bids, the bidding documents include: |

| | |

| |Instructions to Bidders (ITB) |

| |Contract for Supply and Delivery of Goods |

| |Schedule of Requirements – Annex A |

| |Technical Specifications – Annex B |

| |Technical Offer Form – Annex C |

| |Financial Offer – Annex D |

| |Sample Forms |

| | |

| |The Bidder is expected to examine all instructions, forms, terms, and specifications in the bidding |

| |documents. Failure to furnish all information required in the bidding documents or to submit a bid not|

| |substantially responsive to the bidding documents in every respect will be at the Bidder’s risk and may|

| |result in the rejection of its bid. |

|6. Clarification of Bidding |A prospective Bidder requiring any clarification of the bidding documents may notify IOM in writing at |

|Documents |IOM’s address indicated in ITB Clause 19.2a. IOM will respond in writing to any request for |

| |clarification of the bidding documents, which it receives no later than Ten (10) days prior to the |

| |deadline for the submission of bids. Written copies of IOM’s response (including an explanation of the |

| |query but without identifying the source of inquiry) will be sent to all prospective bidders that have |

| |received the bidding documents. |

|7. Amendment of Bidding |At any time prior to the deadline for submission of bids, IOM, for any reason, whether at its own |

|Documents |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 will be notified of the amendment in |

| |writing and will be binding on them. |

| | |

| |In order to allow prospective bidders reasonable time in which to take the amendment into account in |

| |preparing their bids, IOM, at its discretion, may extend the deadline for the submission of bids. |

C. Preparation of Bids

|8. Cost of Bidding |The Bidder shall bear all costs associated with the preparation and submission of its bid, and IOM will|

| |in no case be responsible or liable for those costs, regardless of the conduct or outcome of the |

| |bidding process. |

|9. Language of Bid |The bid prepared by the Bidder, as well as all correspondence and documents relating to the bid |

| |exchanged by the Bidder and IOM, shall be written in English language. Supporting documents and printed|

| |literature furnished by the Bidder may be in another language provided they are accompanied by an |

| |accurate translation of the relevant passages in the required language, in which case, for purposes of |

| |interpretation of the Bid, the translation shall govern. |

|10. Documents Comprising the |The bid prepared by the Bidder shall comprise the following components: |

|Bid | |

| |(a) a Bid Form and a Price Schedule completed in accordance with ITB Clauses 11, 12, and 13; |

| | |

| |(b) documentary evidence established in accordance with ITB Clause 14 that the Bidder is eligible to |

| |bid and is qualified to perform the contract if its bid is accepted; |

| | |

| |(c) documentary evidence established in accordance with ITB Clause 15 that the goods and ancillary |

| |services to be supplied by the Bidder are eligible goods and services and conform to the bidding |

| |documents; and |

| | |

| |bid security furnished in accordance with ITB Clause 17. |

|11. Bid Form |The Bidder shall complete the Bid Form and the appropriate Price Schedule furnished in the bidding |

| |documents, indicating the goods to be supplied, a brief description of the goods, and their country of |

| |origin, quantity, and prices. |

|12. Bid Prices |12.1 The Bidder shall indicate on the appropriate Price Schedule the unit prices and total bid price of|

| |the goods it proposes to supply under the contract. |

| | |

| |Prices indicated on the Price Schedule shall be entered separately in the following manner: |

| | |

| |(a) For goods offered from within IOM’s Mission country: |

| | |

| |(i) the price of the goods quoted DDP, including all customs duties and sales and other taxes already |

| |paid or payable. |

| | |

| |(b) For goods offered from abroad: |

| | |

| |(i) the price of the goods shall be quoted in DDP. In quoting the price, the Bidder shall be free to |

| |use transportation through carriers registered in any eligible countries. Similarly, the Bidder may |

| |obtain insurance services from any eligible/acceptable source. |

| | |

| |The INCOTERM shall be governed by the rules prescribed in the current edition of INCOTERMS 2010 |

| |published by International Chamber of Commerce. |

| | |

| |The Bidder’s separation of price components in accordance with ITB Clause 12.2 above will be solely for|

| |the purpose of facilitating the comparison of bids by IOM and will not in any way limit IOM’s right to |

| |contract on any of the terms offered. |

| | |

| |Prices quoted by the Bidder shall be fixed during the Bidder’s performance of the contract and not |

| |subject to variation on any account, unless otherwise specified. A bid submitted with an adjustable |

| |price quotation will be treated as non-responsive and will be rejected, pursuant to ITB Clause 25. If,|

| |however, specified in these instructions, prices quoted by the Bidder shall be subject to adjustment |

| |during the performance of the contract, a bid submitted with a fixed price quotation will not be |

| |rejected, but the price adjustment would be treated as zero. |

|13. Bid Currencies |13.1 Prices shall be quoted in the following currencies: |

| | |

| |For goods and services that the Bidder will supply from within or outside IOM’s Mission country, the |

| |prices shall be quoted in USD currency. |

|14. Documents Establishing |Pursuant to ITB Clause 10.1b, the Bidder shall furnish, as part of its bid, documents establishing the |

|Bidder’s Eligibility and |Bidder’s eligibility to bid and its qualifications to perform the contract if its bid is accepted. |

|Qualification | |

| |The documentary evidence of the Bidder’s eligibility to bid shall establish to IOM’s satisfaction that |

| |the Bidder, at the time of submission of its bid, is from an eligible country as defined under ITB |

| |Clause 4. |

| | |

| |The documentary evidence of the Bidder’s qualifications to perform the contract if its bid is accepted |

| |shall establish to IOM’s satisfaction: |

| | |

| |that, in the case of a Bidder offering to supply goods under the contract which the Bidder did not |

| |manufacture or otherwise produce, the Bidder has been duly authorized by the goods’ Manufacturer or |

| |producer to supply the goods in IOM’s Mission country; |

| | |

| |that the Bidder has the financial, technical, and production capability necessary to perform the |

| |contract; |

| | |

| |that, in the case of a Bidder not doing business within IOM’s Mission country, the Bidder is or will be|

| |(if awarded the contract) represented by an Agent in that Mission country equipped, and able to carry |

| |out the Supplier’s maintenance, repair, and spare parts-stocking obligations prescribed in the |

| |Conditions of Contract and/or Technical Specifications |

| | |

| |14.4 If the Bidder wishes to use the existing VIS or Company Profile on file to establish their |

| |eligibility, the Bidders should submit with their bids any information updating their original VIS or |

| |company profile on file or, alternatively, confirm in their bids that the originally submitted |

| |information remains essentially correct as of the date of bid submission. |

|15. Documents Establishing |15.1 Pursuant to ITB Clause 10, the Bidder shall furnish, as part of its bid, documents establishing |

|Goods’ Eligibility and |the eligibility and conformity to the bidding documents of all goods and services, which the Bidder |

|Conformity to Bidding Documents|proposes to supply under the contract. |

| | |

| |The documentary evidence of the eligibility of the goods and services shall consist of a statement in |

| |the Price Schedule of the country of origin of the goods and services offered, which shall be confirmed|

| |by a certificate of origin issued at the time of shipment. |

| | |

| |The documentary evidence of conformity of the goods and services to the bidding documents may be in the|

| |form of literature, drawings, and data, and shall consist of: |

| | |

| |(a) a detailed description of the essential technical and performance characteristics of the goods; |

| | |

| |(b) an item-by-item commentary on IOM’s Technical Specifications demonstrating substantial |

| |responsiveness of the goods and services to those specifications, or a statement of deviations and |

| |exceptions to the provisions of the Technical Specifications. |

| | |

| |For purposes of the commentary to be furnished pursuant to ITB Clause 15.3(c) above, the Bidder shall |

| |note that standards for workmanship, material, and equipment, as well as references to brand names or |

| |catalogue numbers designated by IOM in its Technical Specifications, are intended to be descriptive |

| |only and not restrictive. The Bidder may substitute alternative standards, brand names, and/or |

| |catalogue numbers in its bid, provided that it demonstrates to IOM’s satisfaction that the |

| |substitutions ensure substantial equivalence to those designated in the Technical Specifications. |

|Period of Validity of Bids |Bids shall remain valid for the period of 45 calendar days after the date of bid opening prescribed by |

| |IOM, pursuant to ITB Clause 20. A bid valid for a shorter period shall be rejected by IOM as |

| |non-responsive. |

| | |

| |In exceptional circumstances, prior to expiry of the bid validity, IOM may request that the bidders |

| |extend the period of validity for a specified additional period 45 days. The request and the bidders’ |

| |responses shall be made in writing. |

| | |

| |A Bidder may refuse the request without forfeiting the Bid Security. A Bidder agreeing to the request |

| |will not be required nor permitted to modify the Bid, but will be required to extend the validity of |

| |Bid Security for the period of the extension, and in compliance with Clause 17 in all respects. |

|17. Bid Security |Pursuant to ITB Clause 10, the Bidder shall furnish, as part of its bid, a bid security in the amount |

| |2.5 % of the total bid amount or the total budget cost. |

| | |

| |The bid security is required to protect IOM against the risk of Bidder’s conduct, which would warrant |

| |the security’s forfeiture, pursuant to ITB Clause 17.6. The bid security shall be denominated in USD in|

| |the form of certified check, or bank guarantee or letter of credit from a reputable commercial banking |

| |institution callable on demand as prescribed. |

| | |

| |Any bid not secured in accordance with ITB Clauses 17.1 will be rejected by IOM as non-responsive, |

| |pursuant to ITB Clause 25. |

| | |

| |Unsuccessful bidders’ bid security will be discharged or returned as promptly as possible but not later|

| |than thirty (30) days after the expiration of the period of bid validity prescribed by IOM pursuant to |

| |ITB Clause 16. |

| | |

| |The successful Bidder’s bid security will be discharged upon the Bidder signing the contract, pursuant |

| |to ITB Clause 35, and furnishing the performance security, pursuant to ITB Clause 34. |

| | |

| |The bid security may be forfeited: |

| | |

| |(a) if a Bidder withdraws its bid during the period of bid validity specified by the Bidder on the Bid |

| |Form; or |

| | |

| |(b) in the case of a successful Bidder, if the Bidder fails: |

| | |

| |(i) to sign the contract in accordance with ITB Clause 35; |

| |or |

| |(ii) to furnish performance security in accordance with ITB Clause 34. |

|Format and Signing of Bid |The Bidder shall prepare an Original and 2nd Copy of the bid, clearly marking each “ORIGINAL BID” and |

| |“COPY OF BID,” as appropriate. In the event of any discrepancy between them, the original shall |

| |govern. |

| | |

| |The original and the copy or copies of the bid shall be typed or written in indelible ink and shall be |

| |signed by the Bidder or a person or persons duly authorized to bind the Bidder to the contract. All |

| |pages of the bid, shall be initialed by the person or persons signing the bid. |

| | |

| |Any interlineations, erasures, or overwriting shall be valid only if they are initialed by the person |

| |or persons signing the bid. |

D. Submission of Bids

|19. Sealing and Marking of Bids|The Bidder shall seal the original and each copy of the bid in separate envelopes, duly marking the |

| |envelopes as “ORIGINAL BID” and “COPY OF BID.” The envelopes shall then be sealed in an outer |

| |envelope. |

| | |

| |The inner and outer envelopes shall: |

| | |

| |(a) be addressed to IOM at the address given below: |

| |12 Suhail Majdouba Street, Jordan University Street,Opposite the University Hospital, PO Box 4880, |

| |Tila’a Al Ali, Amman, Jordan; and |

| | |

| |(b) bear the Project name, the Invitation for Bids (ITB) title and reference number, and a statement: |

| |“DO NOT OPEN BEFORE 2nd September, 2017, 12:00hr. |

| | |

| |Bids shall comprise the following two sets of documents: |

| |(a) Technical Proposal |

| |(b) Financial Proposal |

| | |

| |The inner and outer envelopes shall also indicate the name and address of the Bidder to enable the bid |

| |to be returned unopened in case it is declared “late”. |

| | |

| |If the outer envelope is not sealed and marked as required by ITB Clause 19.2, the bid will still be |

| |considered, however, IOM will assume no responsibility for the bid’s misplacement or premature opening.|

| | |

| |19.5 Technical Bid and Content |

| |The Technical details of the items required by IOM can be found in Annex B. |

| | |

| |Items will be evaluated for Technical Acceptance through: |

| | |

| |19.5.1 Phase1 - Laboratory Certification and Reports |

| |Material Certification (for Core Relief Items) |

| |The supplier should have certificate and laboratory reports from the approved laboratories listed |

| |below, certifying that the item(s) offered conforms to the technical specifications stated in Annex B –|

| |“Technical Specifications”.  This means that test results should meet all specifications / parameters |

| |on the sample sent at the laboratories and the certificate / report has been issued within year 2015 to|

| |year 2017. The results must all be in conformity to the parameters as per technical specifications |

| |required from related tenders with other humanitarian organizations (UN agencies/ ICRC/ IFRC). |

| | |

| |List of accepted laboratories for Core Relief Items: |

| | |

| |Lot No. |

| |Item Description |

| |Laboratory |

| | |

| |Lot 1 |

| |Plastic Tarpaulins |

| |IFTH – Institute Francais du Textile et dl’Habillemenlement |

| |25 rue Alfred Werner- BP72076-68059 MULLHOUSE CEDEX2 |

| |OR |

| |CENTEXBEL |

| |Technologiepark 7 BE-9052 ZWIJNAARDE |

| | |

| |Lot 2 |

| |SLEEPING MATS |

| |IFTH – Institute Francais du Textile et d l’Habillemenlement |

| |25 rue Alfred Werner- BP72076-68059 MULLHOUSE CEDEX2 |

| |OR |

| |CENTEXBEL |

| |Technologiepark 7 BE-9052 ZWIJNAARDE |

| | |

| |Lot 3 |

| |KITCHEN SETS POTS/PANS |

| |SGS  Atest |

| |Route de Vevey 55A 1618 Chatel St Denis  Suisse |

| | |

| | |

| |All Lots |

| | |

| |Conformity & Quality Institutional Company (CQIC) |

| |Shemeissani - Al Sharif Abdulhamid Sharaf Street P.O.Box 940221 Amman 11194 – Jordan |

| | |

| | |

| |All Lots |

| | |

| |Royal Scientific Society (RSS) |

| |Al Jubaiha - Ahmed Al-Tarawneh Street, Building Number 70 |

| |P.O.Box 1438 11941 Amman Jordan |

| | |

| | |

| | |

| | |

| | |

| |(b) Quality Certificate / Report (Non-Core Relief Items) |

| |Items will be evaluated for Technical Acceptance through submission of “in-house” quality certificate /|

| |report, certifying that the item(s) offered conforms to the technical specifications stated in Annex B |

| |– “Technical Specifications”.  |

| | |

| |19.5.2 Phase 2 –Visual Inspection |

| |Suppliers that can successfully provide the requested certificate from accepted Laboratories mentioned |

| |above for their item(s) shall submit two (2) samples to IOM at address below: |

| |12 Suhail Majdouba Street, Jordan University Street, Opposite the University Hospital, PO Box 4880, |

| |Tila’a Al Ali, Amman, Jordan |

| |Indicate the ITB Reference Number IOM-ITB2017-011 and note that all expenses associated to the |

| |submission of samples should be paid by Bidder. |

| | |

| |19.5.3 Reference Sample through the course of the Agreement |

| |Upon conclusion of this ITB, awarded bidders must submit two (2) sample per product as reference |

| |samples for this Contract to be shared with IOM, to serve as reference to ensure consistency through |

| |the course of the Agreement. All expenses associated should be covered by the bidder. Please note that |

| |IOM shall not return any submitted samples. |

| | |

| |Additional Content of the Technical Offer |

| |19.5.4 (a) Past experience and References: |

| |Suppliers shall provide summary of past projects providing similar relief items, as applicable with |

| |other United Nation agencies or the humanitarian organizations. Suppliers shall provide least of three |

| |clients wherein you are currently supplying similar relief items. For each client, please list the |

| |following: |

| |a. Name and Address of Organization |

| |b. Contractual period |

| |c. Focal contact person |

| | |

| |A Statement of Satisfactory Performance from top 3 Clients during the past 5 years in terms of Contract|

| |Value must be submitted. |

| | |

| | |

| |19.5.4 (b) Certificate of Origins: |

| |Suppliers shall provide Certificate of Origin per product with details regarding factory where product |

| |was manufactured. This COO must be included in all; |

| |a. Samples delivered for laboratory testing and visual inspection; |

| |b. Samples delivered as reference samples under this ITB |

| |c. Products delivered with the regular Purchase Orders. |

| | |

| |19.5.4 (c) Quality Management System |

| |a. Suppliers are required to submit their respective Quality Management System (e.g. ISO) for each |

| |facility in which items are produced, including quality manual, quality policy and information |

| |describing the processes applied for the manufacturing of the items. If supplier is a trader, mandatory|

| |that they submit the above information regarding each factory. |

| | |

| |b. Provide summary of quality assurance mechanism in place at each facility location where items are |

| |manufactured to ensure products are consistent with the Technical Specifications (Annex B) |

| | |

| |19.5.4 (d) Packing, Container Usage and Palletization details |

| |The technical offer shall include the packing and transport options (e.g. weight, volume, etc) |

| |Suppliers must optimize container space usage and encouraged to propose alternative option should there|

| |be improved container utilization. |

| | |

| |19.5.4 (e) Production Capacity and Delivery Capacity |

| |The supplier shall state declare the annual production capacity of the factories for each product and |

| |that can be made available to IOM. The supplier shall declare the mobilization time, ex-stock quantity |

| |and quantities available after two, four, six and eight weeks or more (specify) of production lead time|

| |for each product. |

| | |

| |19.5.4 (f) Shelf-life and Useable LifeSpan |

| |The supplier shall clearly recommended shelf life of the product and the recommended usable lifespan of|

| |the product. |

| | |

| |19.5.4 (g) Batch and Supplier Identification Marks |

| |The successful supplier are expected to be attached non-removable and permanent marking on each |

| |individual item to identify the production batch and supplier. |

| | |

| |19.5.4 (h) Warranty/ Guarantee |

| |The offer should include for each item the defects and liability period (minimum) with term of |

| |warranty/guarantee. This should be valid from date of goods distributed to beneficiaries. A Warranty |

| |Certificate shall be provided by the Supplier. |

| | |

|20. Deadline for Submission of |Bids must be received by IOM at the address specified under ITB Clause 19.2.a no later than 12:00hrs |

|Bids |2nd September, 2017, Jordan Time (GMT +3) |

| | |

| |IOM may, at its discretion, extend this deadline for the submission of bids by amending the bidding |

| |documents in accordance with ITB Clause 7, in which case all rights and obligations of IOM and bidders |

| |previously subject to the deadline will thereafter be subject to the deadline as extended. |

|21. Late Bids |Any bid received by IOM after the deadline for submission of bids prescribed by IOM pursuant to ITB |

| |Clause 20 will be rejected and returned unopened to the Bidder. |

| | |

| |The Bidder will assume the responsibility and expenses for the re-possession of the returned bid |

| |documents. |

|22. Modification and Withdrawal|The Bidder may modify or withdraw its bid after the bid’s submission, provided that written notice of |

|of Bids |the modification, including substitution or withdrawal of the bids, is received by IOM prior to the |

| |deadline prescribed for submission of bids. |

| | |

| |The Bidder’s modification or withdrawal notice shall be prepared, sealed, marked, and dispatched in |

| |accordance with the provisions of ITB Clause 18. A withdrawal notice will be in writing and should be |

| |received by IOM not later than the deadline for submission of bids. |

| | |

| |No bid may be modified after the deadline 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 by the Bidder on the Bid Form. Withdrawal of a bid during this|

| |interval may result in the Bidder’s forfeiture of its bid security, pursuant to the ITB Clause 17.6. |

E. Opening and Evaluation of Bids

|23.Opening of Bids |IOM will open all bids in the presence of bidders’ representatives who choose to attend, at the time, on |

| |the date, and at the place specified herein 13:00hrs, 2nd September, 2017, Jordan Time (GMT +3), IOM Main |

| |office, 6th Floor Meeting Room. The bidders’ representatives who are present shall sign a register |

| |evidencing their attendance. |

| | |

| |The bidders’ names, bid modifications or withdrawals, bid prices, discounts, and the presence or absence |

| |of requisite bid security and such other details that IOM at its discretion, may consider appropriate, |

| |will be announced at the opening. No bid shall be rejected at bid opening, except for late bids, which |

| |shall be returned unopened to the Bidder pursuant to ITB Clause 21. |

| | |

| |Bids (and modifications sent pursuant to ITB Clause 22.2) that are not opened and read out at bid opening |

| |shall not be considered further for evaluation, irrespective of the circumstances. Withdrawn bids will be|

| |returned unopened to the bidders. |

| | |

| |IOM will prepare minutes of the bid opening. |

|Clarification of Bids and |During evaluation of the bids, IOM may, at its discretion, ask the Bidder for a clarification of its bid. |

|Contacting IOM |The request for clarification and the response shall be in writing, and no change in the prices or |

| |substance of the bid shall be sought, offered, or permitted. |

|Preliminary |IOM will examine the bids to determine whether they are complete, whether any computational errors have |

|Examination |been made, whether required sureties have been furnished, whether the documents have been properly signed,|

| |and whether the bids are generally in order. |

| | |

| |25.2 Arithmetical errors will 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 Supplier does not accept the correction of |

| |the errors, its bid will be rejected, and its bid security may be forfeited. If there is a discrepancy |

| |between words and figures, the amount in words will prevail. |

| | |

| |25.3 IOM may waive any minor informality, nonconformity, in a bid which does not constitute a material |

| |deviation, provided such waiver does not prejudice or affect the relative ranking of any Bidder. |

| | |

| |Prior to the detailed evaluation, pursuant to ITB Clause 27, IOM will determine the substantial |

| |responsiveness of each bid to the bidding documents. For purposes of these Clauses, a substantially |

| |responsive bid is one, which conforms to all the terms and conditions of the bidding documents without |

| |material deviations. Deviation from, or objection or reservations to critical provisions, such as those |

| |concerning Bid Security (ITB Clause 17), Price Schedule (ITB Clause 9) will be deemed to be a material |

| |deviation. IOM’s determination of a bid’s responsiveness is to be based on the contents of the bid itself |

| |without recourse to extrinsic evidence. |

| | |

| |If a bid is not substantially responsive, it will be rejected by IOM and may not subsequently be made |

| |responsive by the Bidder by correction of the nonconformity. |

|26. Conversion to Single |To facilitate evaluation and comparison, IOM will convert all bid prices expressed in the amounts in |

|Currency (if applicable) |various currencies in USD according to IOM exchange rate for the current month and year. |

|27. Evaluation and Comparison of|27.1 IOM will evaluate and compare the bids, which have been determined to be substantially responsive, |

|Bids |pursuant to ITB Clause 25. |

| | |

| |27.2 The technical proposals of Supplier shall be evaluated based on PASS/FAIL criteria. Suppliers must |

| |PASS all criteria outlined per below table. |

| | |

| |Technical Evaluation Table (per lot) |

| | |

| |Criteria |

| |Evaluation |

| | |

| |1. Certification from authorized laboratories for CRI and/or Internal Quality Reports for Non-CRIs. |

| |Pass/Fail |

| | |

| |2 Evaluation of Sample Submitted |

| |Visual inspection |

| | |

| |Pass/Fail |

| | |

| |3 Relevant references from clients (organizations) including statement of satisfactory supplier/vendor |

| |performance included. |

| |Pass/Fail |

| | |

| |4 Quality Management System of the Supplier |

| |A. Quality Manual, Quality Policy and any recognized quality accreditation |

| |B. Quality Assurance Mechanisms in place |

| | |

| |Pass/Fail |

| | |

| |5 Delivery Capacity after two, four, six and eight weeks or more with supporting historical records |

| |Pass/Fail |

| | |

| |6 Warranty/Guarantee |

| |Pass/Fail |

| | |

| | |

| |27.3 After completion of the Technical Proposal evaluation, IOM shall notify those Suppliers whose |

| |proposal were considered non responsive based on the Technical Evaluation Table, indicating that their |

| |Financial Proposals shall be returned unopened after the completion of the selection process. |

| | |

| |27.4 IOM shall simultaneously notify the Suppliers that have passed the Technical Criteria. |

| | |

| |27.5 The Financial Proposal of Suppliers who passed the technical evaluation shall be opened. The Supplier|

| |with the lowest financial offer per lot or combination of lots will be invited for negotiation. |

| | |

| |27.6 IOM’s evaluation of a bid will exclude and not take into |

| |account: |

| | |

| |(a) in the case of goods manufactured in IOM’s Mission country or goods of foreign origin already located |

| |in IOM’s Mission country, sales and other similar taxes, which will be payable on the goods if a contract |

| |is awarded to the Bidder; |

| | |

| |(b) in the case of goods of foreign origin offered from abroad, customs duties and other similar import |

| |taxes which will be payable on the goods if the contract is awarded to the Bidder; and |

| | |

| |(c) any allowance for price adjustment during the period of execution of the contract, if provided in the |

| |bid. |

| | |

| |27.7The comparison shall be between the DDP price of the goods offered from within IOM’s Mission country, |

| |such price to include all costs, as well as duties and taxes paid or payable on components and raw |

| |material incorporated or to be incorporated in the goods, and the CIF named port of destination (or CIP |

| |border point, or CIP named place of destination) price of the goods offered from outside IOM’s Mission |

| |country. |

| | |

| |27.8IOM’s evaluation of a bid will take into account, in addition to the bid price quoted in accordance |

| |with ITB Clause 12.2, one or more of the following factors: |

| | |

| |(a) cost of inland transportation, insurance, and other costs within IOM’s Mission country incidental to |

| |delivery of the goods to their final destination. |

| | |

| |(b) delivery schedule offered in the bid; |

| | |

| |(c) deviations in payment schedule from that specified in the Conditions of Contract; |

| | |

| |(d) other specific criteria indicated and/or in the Technical Specifications |

| | |

| | |

| |27.9 Merit Point System |

| |Eligibility Documents (1,0) |

| |presence or absence of the documents |

| | |

| |Technical Proposal (1,0) |

| |(Comply/ Doesn’t Comply) strict compliance with the provided Technical Specifications and other |

| |requirements such as Delivery and Quality Control. |

| | |

| | |

| |Financial Proposal (Price) |

| |Lowest Bid from those who passed I and II above.  |

| | |

| |A score of zero “0” on any of the elegibility douments, or in the Technical Proposal will automatically |

| |result in disqualification. |

| | |

|28. Clarification of Bids and |28.1 Subject to ITB Clause 24, no Bidder shall contact IOM on any matter relating to its bid, from the |

|Contacting IOM |time of the bid opening to the time the contract is awarded. If the Bidder wishes to bring additional |

| |information to the notice of IOM, it should do so in writing. |

| | |

| |Any effort by a Bidder to influence IOM in its decisions on bid evaluation, bid comparison, or |

| |contract award may result in the rejection of the Bidder’s bid. |

| | |

| | |

|29. Post-qualification and |29.1 In the absence of pre-qualification, IOM will determine to its satisfaction whether the Bidder that |

|Quality Assurance |is selected as having submitted the lowest evaluated responsive bid is qualified to perform the contract |

| |satisfactorily, in accordance with the criteria listed in ITB Clause 14. |

| | |

| |The determination will take into account the Bidder’s financial, technical, Quality and production |

| |capabilities. It will be based upon an examination of the documentary evidence of the Bidder’s |

| |qualifications submitted by the Bidder, pursuant to ITB Clause 14, as well as such other information as |

| |IOM deems necessary and appropriate. |

| | |

| |29.3 Prior to award, IOM shall verify and validate any Documents / information submitted and if necessary |

| |shall conduct ocular inspection of the Bidder office, Audit of Manufacturing Facility / Warehouses. |

| | |

| |29.4 Prior and/or after signing the Contract, a supplier production facility evaluation may be performed |

| |to ascertain if supplier will meet the acceptable standards. This may include but is not limited to |

| |standards such as: |

| | |

| |Social standards as defined in the UN Global Compact; |

| |Respect for the Convention of the Rights of the Child; |

| |ISO9000 for Technical Competence and Quality Assurance. |

| | |

| |The audit may include Facility Information, Organization, Capacity, Machineries and Equipment, Quality |

| |Assurance System, Raw Material Storage, Supply Chain, Research and Development, Environment among others. |

| |It is mandatory that Supplier will submit Social Audit Compliance Report by an Internationally Accredited |

| |Inspection Agency and audit should be covering: |

| | |

| |Labour (Child / Forced Labour) |

| |Working hours; |

| |Health and Safety; |

| |Legal and Licenses; |

| |Environmental Systems; |

| |In Factory – Quality Control and Inspection System. |

| | |

| |Upon review of the report if deemed necessary, IOM to visit the supplier’s production facility. An |

| |affirmative determination will be a pre-requisite for award of the contract to the Bidder. A negative |

| |determination will result in rejection of the Bidder’s bid, in which event IOM will proceed to the next |

| |lowest evaluated bid to make a similar determination of that Bidder’s capabilities to perform |

| |satisfactorily. |

| | |

| |29.5 Inspection and Acceptance. Goods are subject to inspection and or testing by IOM or any designated |

| |representatives to the extent practical at all time and places, prior to final acceptance of IOM. The |

| |inspection will be done with the basis of industry-accepted standard MIL-STD 105E (ANSI / ASQC Z1.4, ISO |

| |2859-1, NF06-022, BS 6001, DIN 40080). The basis for any random sampling Inspection will be single |

| |sampling plan, special inspection level S1 or S4 as the quality of the products increases or diminishes in|

| |accordance with ISO 2859-1.  The acceptability of a lot shall be ascertained by the use of the sampling |

| |plan/s mentioned above. |

| | |

| |IOM shall have reasonable time (not greater than 60days from custom clearance) from the delivery of the |

| |items at the final destination to inspect, accept or refuse those not conforming to the terms and |

| |conditions. Payment from IOM does not imply acceptance of the products or services. Failure to inspect and|

| |accept or reject goods will not relieve the supplier from responsibility for non-conforming goods. |

| | |

| |IOM may also conduct a random sampling of the goods (at supplier’s warehouse or prepositioned locations) |

| |on periodic basis. If any items are found substandard from the required specifications, then Supplier |

| |shall bear the cost of the laboratory testing and shall replace the items all at his own expense. |

| |Liquidated damages will also be applied for late dispatch/deliveries for such cases. |

| | |

| |29.6 Quality and compliance with specifications |

| | |

| |IOM endeavors to deliver quality goods to all IOM beneficiaries worldwide with their health and safety as |

| |the highest priority. Therefore as general rule, those goods not compliant to required specifications will|

| |be rejected immediately. There will be penalty clauses that will be specified in the Contract Agreement to|

| |cover those non-compliant goods. It is also mandatory for suppliers to submit together with their offers,|

| |a summary of their Quality Assurance policies and describe how they will maintain the Quality of their |

| |items throughout the course of the Contract Agreement. |

| | |

| |29.7 Non-Conforming Items |

| | |

| |All expenses associated with visual and laboratory inspections for those items found non-compliant will be|

| |covered by the Supplier including the related penalties. |

| | |

| |Supplier must include a certificate of compliance for all deliveries and indicate production batch number,|

| |production date, the relevant test/inspections completed to that particular batch. |

| | |

|30. Purchaser’s Right to Accept |30.1 IOM reserves the right to accept or reject any bid, and to annul the bidding process and reject all |

|any Bid and to Reject any or All|bids at any time prior to contract award, without thereby incurring any liability to the affected Bidder |

|Bids |or bidders or any obligation to inform the affected Bidder or bidders of the grounds for IOM’s action. |

| | |

F. Award of Contract

|31. Award Criteria |31.1 IOM will award the contract to the successful Bidder whose bid has been determined to be |

| |substantially responsive and has been determined to be the lowest evaluated bid, provided further that |

| |the Bidder is determined to be qualified to perform the contract satisfactorily. |

|32. Purchaser’s Right to Vary |32.1 IOM reserves the right at the time of contract award to increase or decrease, by the percentage |

|Quantities at Time of Award |indicated 10% of variation the quantity of goods and services originally specified in the Schedule of |

| |Requirements without any change in unit price or other terms and conditions. |

|33. Notification of Award |33.1 Prior to the expiration of the period of bid validity, IOM will notify the successful Bidder in |

| |writing, that its bid has been accepted. |

| | |

| |33.2 The notification of award will constitute the formation of the Contract. |

| | |

| |33.3 Upon the successful Bidder’s furnishing of the performance security pursuant to ITB Clause 35, IOM|

| |will promptly notify each unsuccessful Bidder and will discharge its bid security, pursuant to ITB |

| |Clause17. |

| | |

|34. Performance Security |34.1 Within Five (5) days of the receipt of notification of award from IOM, the successful Bidder shall|

| |furnish a performance security equivalent to 10% of the Contract Price in accordance with the |

| |Conditions of Contract, in the form provided in the bidding documents, or in another form acceptable to|

| |IOM. |

| | |

| |34.2 Failure of the successful Bidder to comply with the requirement of ITB Clause 33 or ITB Clause |

| |34.1 shall constitute sufficient grounds for the annulment of the award and forfeiture of the bid |

| |security, in which event IOM may make the award to the next lowest evaluated Bidder or call for new |

| |bids. |

|35. Signing of Contract |35.1 At the same time as IOM notifies the successful Bidder that its bid has been accepted, IOM will |

| |send the Bidder the Contract provided in the bidding documents, incorporating all agreements between |

| |the parties. |

| | |

| |35.2 Within three (3) days of receipt of the Contract, the successful Bidder shall sign and date the |

| |contract and return it to IOM. |

| | |

|36. Liquidated Damages |If the Supplier fails to deliver any or all of the goods within the period specified, a penalty payment|

| |of 0.1% of the price of the undelivered goods for every day of breach of the delivery schedule by the |

| |Supplier will be requested. And further costs associated such as storage, demurrages, transport waiting|

| |time will be charged to supplier account. For any Quality issues, potential disputes and inconsistency|

| |of the items, Any additional inspection costs, and the applicable penalty clauses (equivalent |

| |percentage of the rejected quality attribute), will all be charged to the |

| |vendors/suppliers/manufacturers |

Section II. Schedule of Requirements

Annex A

Schedule of Requirements

PROJECT TITLE : Supply and Delivery of Emergency Shelter and NFIs.

REF NO. : IOM-ITB2017-011

Emergency Shelters Kits

|Item Ref. No. in |ITEM DESCRIPTION |INTENDED PURPOSE|UNIT |Quantity/ Kit |

|Annex B** | | | | |

|01 |Plastic Sheeting or Tarpaulin |Roofing/cover, |Sheet |2 | |

| | |sealing windows| | | |

| | |and doors, or | | | |

| | |internal | | | |

| | |partitions | | | |

|01 |Plastic Sheeting or Tarpaulin: |Roofing/cover, |Sheet |1 |1000 |

| | |sealing windows| | | |

| | |and doors, or | | | |

| | |internal | | | |

| | |partitions | | | |

|01 |Plastic Sheeting or Tarpaulin |Roofing/cover, |Sheet |5 |1000 |

| | |sealing windows| | | |

| | |and doors, or | | | |

| | |internal | | | |

| | |partitions | | | |

|01 |Plastic Sheeting ‐ Heavy – Tarpaulin Sheet |Roofing/cover, sealing|Sheet |3 |

| | |windows and doors, or | | |

| | |internal partitions | | |

| |Emergency NFI Comprehensive Kit | |

|24 |Large Aluminum pot for 5 persons |1 |24 |1400 |

|25 |Large aluminum fry pan for 5 persons |1 |25 | |

|26 |Stainless steel plates |5 |26 | |

|27 |Stainless steel bowls size 22cm |5 |27 | |

|28 |Stainless steel (spoon, fork, knife) |15 |28 | |

|29 |Stainless steel cups |5 |29 | |

|30 |Plastic water Jerry can, capacity 20 Liter |1 |30 | |

|31 |Sleeping mat-Foldable |3 |31 | |

|41 |Medium Thermal Blanket |5 |41 | |

|33 |Jacket |5 |33 | |

|34 |Training Suit (Sweat Shirts and Pants) |5 |34 | |

|35 |Gloves |5 |35 | |

|36 |Socks |5 |36 | |

|37 |Hat |5 |37 | |

|38 |Scarf |5 |38 | |

| |Packaging: 200gsm tarpaulin bag with handles and ropes, shall be big enough to put all the items|1 | | |

| |in the kit | | | |

|39 |Boots |1 |39 | |

|01 |Plastic Tarpaulin |1 |01 | |

| |NFI Kit- Kitchen Set | |

|24 |Large Aluminum pot for 5 persons |1 |24 |1400 |

|25 |Large aluminum fry pan for 5 persons |1 |25 | |

|26 |Stainless steel plates |5 |26 | |

|27 |Stainless steel bowls |5 |27 | |

|28 |Stainless steel (spoon, fork, knife) |15 |28 | |

|29 |Stainless steel cups |5 |29 | |

|30 |Plastic water Jerry can, capacity 20 Liter |1 |30 | |

|31 |Sleeping mat-Foldable |3 |31 | |

|32 |High Thermal Blanket |5 |32 | |

|01 |Plastic Tarpaulin |1 |01 | |

| |Winterized NFI Kit | |

|33 |Jackets for: Father, Mother, Son, Daughter & Child |5 |33 |1400 |

|34 |Sweat Shirt and Pants: Father, Mother, Son, Daughter & Child |5 |34 | |

|35 |Gloves for: Father, Mother, Son, Daughter & Child |5 |35 | |

|36 |Socks for: Father, Mother, Son, Daughter & Child |5 |36 | |

|37 |Hats for: Father, Mother, Son, Daughter & Child |5 |37 | |

|38 |Scarfs for: Father, Mother, Son, Daughter & Child |5 |38 | |

| |Packaging: Leather Bag/Waterproof - Xlarge size bag |1 | | |

|32 |High Thermal Blanket |5 |32 | |

|39 |Boots |5 |39 | |

** Detailed Description of each line item in Annex B – Technical Specifications

Section III. Technical Specifications

Annex B

Technical Specifications

PROJECT TITLE : Supply and Delivery of Emergency Shelter and NFIs.

REF NO. : IOM-ITB2017-011

Shelters:

|Ref. No. |Item Description |Item Specifications |Picture |

|01 |Plastic Sheet or |MATERIAL: | |

| |Tarpaulin: |Woven high-density polyethylene (HDPE) black fibers fabric laminated on both sides with white low | |

| | |density poly ethy lene (LDPE) coating. | |

| | |White sun reflective on both sides of the sheet. Grey coating on the outside of the bands. Inner black | |

| | |fibers to ensure opacity. | |

| | | |[pic] |

| | |DIMENSIONS: | |

| | |4m x 6m or similar ( ± 1% net). | |

| | |Bale dimensions Length: 600mm; Width: 400mm; Height: 180mm (+/-20%) There must be 5 tarpaulins per bale.| |

| | |Bale protection The bale must be wrapped with a piece of similar material as the one of the tarpaulins. | |

| | |The wrapping must be properly folded, closely tight to the bale content, making a well-shaped cubic | |

| | |bale. | |

| | |Inside the bales the tarpaulins are not individually wrapped. | |

| | |Bales strapping The bale must be strapped with 2 heat-sealed plastic straps for the length and 2 for the| |

| | |cross. | |

| | |Weight, complete sheet including bands weight. Plain sheet specific weight plus 10% additional weight | |

| | |for the reinforcement bands under ISO 3801. Total weight from 187g/m² minimum and 231g/m² maximum. | |

| | |Specific weight of the bands from 150g/ m² minimum and 200g/m² maximum. | |

| | |Minimum resistance is 80 % of the original tarpaulin tensile strength in the weft under ISO 1421 plus | |

| | |additional procedure. | |

|02 |Clear Plastic |MATERIAL: |[pic] |

| |Sheeting: |Translucent plastic. Polyethylene film non-reinforced. Preferred: LDPE reinforced with polyester or | |

| | |Polypropylene or polyethylene mesh. UV resistant | |

| | |Temperature resistance: -20 to 80C. | |

| | | | |

| | |DIMENSIONS: | |

| | |2m x 20m or similar | |

| | |Minimum 150 microns thickness | |

|03 |Floor Insulation Mat:|MATERIAL: | |

| | |3 layers: first layer = plastic mat (double weave), second layer = aluminised canvas, third layer = | |

| | |fleece blanket. OR EQUIVALENT | |

| | |All 3 layers stitched together; | |

| | | |[pic] |

| | |The insulating mat is an assembling of three layers: | |

| | |- First layer, on the ground-side, a plastic mat, double weave. Plastic floor mat made in a tightly | |

| | |woven twill structure, double thickness (2/1, 3/1, 2/2, 3/2). Virgin polypropylene (PP) multifilament | |

| | |500 deniers in warp and virgin polypropylene (PP) hollow tube in weft, not containing any filler. Tight | |

| | |woven, with minimum 1000 tubes per metre length. Weight: 500g/m² minimum | |

| | |- Second layer, an aluminised canvas, aluminum face upward. Strong synthetic canvas with durable | |

| | |aluminum coating, soft and noiseless. Tear resistance under ISO9073-4: minimum 40N in warp and weft. | |

| | |- Third layer, on upper-side, a fleece blanket. Refer to our standard synthetic blanket specification, | |

| | |medium thermal. | |

| | |- Complete mat, finished state: Fire retardant to pass CPAI84/5 on both sides | |

| | |The assembling is done with a heavy-duty ribbon strongly stitched all around the mat. The second and | |

| | |third layer are also stitched together, lengthwise in the center, and crosswise in 3 lines equally | |

| | |spaced. | |

| | |At one end, the mat is open on the whole width, to allow accessing in between the plastic mat and the | |

| | |aluminised canvas. This opening closes with a fold like a pillowcase closing system. | |

| | |A pair of strong laces is sewn to the mat at one end in the center, to secure the mat when rolled up for| |

| | |transport or storage. | |

| | | | |

| | |DIMENSIONS: | |

| | |0.9m x 1.8m minimum; | |

| | |3kg per mat; | |

|04 |Timber Beam: 5cm x |MATERIAL: |[pic] |

| |5cm section |Seasoned Spruce, Romanian White Wood, Fir, or similar | |

| | | | |

| | |DIMENSIONS: | |

| | |Depth:5cm x Width:5cm x length:4m (±10%) | |

|04.1 |Timber Post: 7.5cm x |MATERIAL: | |

| |5cm section |Seasoned Spruce, Romanian White Wood, Fir, or similar; |[pic] |

| | | | |

| | |DIMENSIONS: | |

| | |Depth:7.5cm x Width:5cm x length:4m (±10%); | |

|04.2 |Timber Sub-post: 5cm |MATERIAL: | |

| |x 5cm section |Seasoned Spruce, Romanian White Wood, Fir, or similar; | |

| | | | |

| | |DIMENSIONS: | |

| | |Depth:5cm x Width:5cm x length:4m (±10%); | |

|04.3 |Timber Beam: 5cm x |MATERIAL: |[pic] |

| |5cm section |Seasoned Spruce, Romanian White Wood, Fir, or similar; | |

| | | | |

| | |DIMENSIONS: | |

| | |Depth:5cm x Width:5cm x length:5m (±10%); | |

|05 |Rope |MATERIAL: | |

| | |Polypropylene twisted fiber; blue or black preferably for UV resistance. Minimum breaking strength |[pic] |

| | |(1040kg), and limits of use (350kg). | |

| | | | |

| | |DIMENSIONS: | |

| | |30m length, 8mm diameter | |

| | |Minimum 3 strands | |

|06 |Line tensioners |MATERIAL: |[pic] |

| | |Plastic; | |

| | | | |

| | |DIMENSIONS: | |

| | |Clam-cleats for 8mm diameter rope (e.g. Line-Lok); | |

| | |Or equivalent guy-line tensioners; | |

|07 |Tie wire |MATERIAL: |[pic] |

| | |Galvanized tie wire in roll, Steel wire and wire products - Nonferrous metallic coatings on steel wire: | |

| | |Zinc or zinc-alloy coating | |

| | | | |

| | |DIMENSIONS: | |

| | |Diameter of the wire: 1.5mm | |

| | |Tensile strength: minimum 300N/mm² | |

| | |Length: At least 25m | |

| | | | |

|08 |Roofing Nails: |MATERIAL: | |

| | |Iron nails, made of polished low-carbon steel, cold processed, not heat treated except for | |

| | |galvanization. | |

| | |Long pitch square twisted or spiral rolled shank. Spring-head type, with sealed umbrella type steel | |

| | |washer + rubber washer. Hot dip galvanised at 300g/m2 +/-10%. | |

| | |Rubber washer minimum 22mm diameter. | |

| | | |[pic] |

| | |DIMENSIONS: | |

| | |Shape: Spiral rolled or twisted shank, sealed umbrella-type spring-head. | |

| | |Corrosion treatment: hot-dip galvanized at 300g/m2 +/-10% | |

| | |Tensile strength: minimum 650N/mm2 | |

| | |Accessories: attached rubber washer with each nail | |

| | |Dimensions (+/-5%): shank: 75x3.6mm, head diameter: 20mm minimum | |

| | |Rubber washer: diameter 26mm x thickness 2mm | |

| | |Packing: packed in a strong, thick PE 130g/m² plastic bag, which can be zipped or locked | |

| | |Quantity: net weight: 0.5kg | |

| | |Rustproof: hot dip galvanized at 300g/m2 +/-10% | |

|09 |Timber nails (40mm): |MATERIAL: | |

| | |Iron nails, made of carbon steel, cold processed, not heat treated except for galvanization. | |

| | |Hot dip galvanised at 300g/m2 +/-10%, or uncoated, as per contract. |[pic] |

| | | | |

| | |DIMENSIONS: | |

| | |2.7mm shank diameter x 6.4mm head x 40mm length | |

| | |Minimum tensile strength 650N/mm2 | |

| | |Unless otherwise specified, nails with flat smooth circular heads, plain shanks and diamond points shall| |

| | |be supplied. | |

|10 |Screws |MATERIALS: | |

| | |Zinc plated hardened steel |[pic] |

| | | | |

| | |DIMENSIONS: | |

| | |4mm shank diameter x 25mm long; | |

| | |Countersunk head | |

| | |Compatible with hinges described below | |

|11 |Hinges |MATERIAL: |[pic] |

| | |Galvanized mild steel; | |

| | | | |

| | |DIMENSIONS: | |

| | |Minimum 15cm long x 3cm wide outstand arm. Minimum 7cm long x 3cm wide base-plate; | |

| | |T-shaped barrel hinge; | |

| | |Pre-drilled with minimum 4 no. of holes on each side of the hinge; | |

|12 |Hasp / Latch |MATERIAL: |[pic] |

| | |Stainless steel for superior corrosion resistance, Heavy duty for added security | |

| | |Mounting screws included | |

| | | | |

| | |DIMENSIONS: | |

| | |Minimum 10cm length x 3cm wide; | |

| | |Minimum 4 no. pre-drilled holes per component for fixing; | |

| | |To be compatible with padlock described below; | |

|13 |Padlock |MATERIAL: |[pic] |

| | |Galvanized mild steel; | |

| | | | |

| | |DIMENSIONS: | |

| | |Body size minimum 4x4x2cm. Shackle minimum 6mm diameter; | |

| | |To be supplied with minimum 2 no. keys; | |

|14 |Adhesive / Duct Tape:|MATERIAL: |[pic] |

| | |Standard Heavy-duty duct tape (PVC based or similar); | |

| | | | |

| | |DIMENSIONS: | |

| | |20m length roll. Minimum 5cm wide; | |

| | |Weather-proof; | |

| | |Life-span: 6 months or longer | |

|15 |Expanding foam spray:|750g canister; |[pic] |

| | |Life-span: 6 months or longer; | |

|16 |Bag |MATERIAL: | |

| | |200 gsm tarpaulin with handles and ropes, |[pic] |

| | | | |

| | | | |

| | |DIMENSIONS: | |

| | |Bag 100x100cm, 50kg cap, 200 gsm tarp | |

| | |Colour Blue | |

| | |Marking: IOM logo on each side | |

| | |Finish: sewn with interlocking stich up the sides | |

| | |Strength: Strong enough to carry 50kg | |

| | |Packing: compressed in bales - Each bale has 50 pcs | |

|17 |Guidelines |  | |

|18 |Carpentry Hammer: |MATERIAL: | |

| | |Handle: No chips, rough surfaces, holes, or knots. Smooth polished varnished surface. Dry, strong, and |[pic] |

| | |flexible wood. Handle adjusted to head in order to protrude on other side of the head, and be blocked | |

| | |with a metal wedge. | |

| | | | |

| | |DIMENSIONS: | |

| | |Weight of the head: 750g +/- 1% | |

| | |Rockwell hardness C (HRC): 50 minimum to 58 maximum on striking faces. Rockwell hardness C (HRC): 35 | |

| | |maximum closed to the eye. | |

|19 |Carpentry Saw |MATERIAL: | |

| |(Handsaw): |Saw blade made of good quality steel, with good cutting efficiency in soft and hard wood, with | |

| | |possibility of re-sharpening. | |

| | | |[pic] |

| | |DIMENSIONS: | |

| | |Length 400mm excluding the handle. Overall length 550mm +/-20mm | |

| | |Blade thickness 0.8mm. | |

| | |Wooden or plastic handle strongly fitted with minimum 3 rivets, without play. | |

| | |Hot forged carbon steel, hardened and tempered. | |

| | |Strength testing: With the blade inserted in a 10mm wide slot up to a depth equal to 1/3 its blade | |

| | |length, but not exceeding 150 mm, a deflection of 90° in each direction is applied 25 times without | |

| | |breakage or permanent set to the blade. | |

| | |Tooth type and number: | |

| | |- Cross cut/universal cut blade | |

| | |- 2 sides or 3 sides hardened and sharpened tips with an appropriate spring set | |

| | |- Number of teeth: maximum 28 per 100mm (7 per inch) | |

|20 |Scissors or shears |MATERIAL: | |

| | |Hot forged carbon steel, hardened and tempered. Special treatment to the blade edge. |[pic] |

| | |Protected against corrosion with special paint. | |

| | |Tin snips for intensive use and easy maintenance. | |

| | |Each blade and handle forged in one piece. Symmetrical blades. | |

| | |Capacity: Up to 0.8mm semi hard iron sheet. | |

| | | | |

| | |DIMENSIONS: | |

| | |Overall length: 260mm +/-2mm | |

| | |Dismountable in 2 parts only, with bolt and self-locking nut | |

|21 |Pliers |MATERIAL: |[pic] |

| | |Heavy duty hot forged carbon steel, side cutting pliers known as linemen pliers or side cutter; having | |

| | |gripping jaws, a cutting edge and insulating handle. | |

| | |Corrosion Protection: special paint. | |

|22 |Screwdriver |MATERIAL: |[pic] |

| | |Galvanised or stainless steel shaft and tip with plastic handle. | |

| | | | |

| | |DIMENSIONS: | |

| | |6mm wide blade-head, Shaft length: 12.5cm, Minimum overall length: 22cm. | |

| | |Fully insulated. Small mains tested: 200-250 volts AC | |

|23 |Heavy-duty shovel (or|MATERIAL: | |

| |gardening-trowel) |Pressed carbon steel, hardened and tempered. | |

| | |Quality: No excess of metal, no dents, no cracks. |[pic] |

| | | | |

| | |DIMENSIONS: | |

| | |Full piece: 295 x 225 mm | |

| | |Hole diameter: front side 36 mm, back side 40 mm | |

| | |Weight: 1kg +/- 50g, without handle | |

| | |Strength testing: - Fitted with a standard hardwood handle and clamped by the blade, near the | |

| | |handle, in a horizontal position, a load of 45kg is gradually applied and maintained for 2 minutes. This| |

| | |results in no damage to the blade or loosening of the handle and no permanent set in excess of 25mm. | |

| | |- With one centimeter of the end of the blade fixed in a clamp, the handle is moved back and forth | |

| | |30 degrees. No permanent set greater than 25mm results. | |

| | |- With the shovel held in a digging position, a piece of wood 37mm in diameter is hit hard against | |

| | |it. The blade does not buckle or break | |

Emergency NFI Comprehensive Kit

|Ref. No. |Item Description |Item Specifications |Picture |

|24,25,26,27,28,|Kitchen Set |MATERIAL: | |

|29 | |01 x 7 litres, stainless steel or aluminium cooking pot | |

| | |01 x 2.5 litres, stainless steel frying pan (used as lid for 7L cooking pot) | |

| | |01 x 5 litres, stainless steel or aluminium cooking pot with lid | |

| | |05 x 1 litre, stainless steel bowl | |

| | |05 x Stainless steel plates | |

| | |05 x Stainless steel cups | |

| | |05 x Stainless steel table-spoons | |

| | |05 x Stainless steel table-forks | |

| | |05 x Stainless steel table-knives | |

| | |01 x Kitchen knife with stainless steel blade | |

| | |01 x Wooden serving spoon | |

| | |02 x Serving spoon | |

| | |01 x Serving ladle | |

| | |01 x Stainless steel scouring pad | |

| | | | |

| | |All items are preferably made of stainless steel. | |

| | |Only one alternative is accepted: | |

| | |- Aluminium cooking pots and frying pan instead of stainless steel | |

| | |The specifications below indicate the minimum quality standards for stainless steel and aluminium materials. | |

| | |Alternative plastic packaging, if available, can be re-used for food or water storage. | |

| | |Stainless steel: | |

| | |• For the tableware (plates, cups, bowls, forks, spoons and knives): | |

| | |• 200 series stainless steels of the appropriate grades for tableware items, or | |

| | |• ISO type 1.4016 (American grade 430), or | |

| | |• ISO type 1.4301 (American grade 304). For the cookware (cooking pots and pan): | |

| | |• 200 series stainless steels of the appropriate grades for cookware items, or | |

| | |• ISO type 1.4016 (American grade 430), or |[pic] |

| | |• ISO type 1.4301 (American grade 304). | |

| | |• All the steel grades used for manufacturing the tableware items must be officially recommended by the steel | |

| | |manufacturer for such application. The kitchen set supplier will make available all the documents showing the | |

| | |origin of the steel, the steel manufacturer recommendations, and the appropriate control of the grade and the | |

| | |quality. The steel manufacturers must be ISSF members. | |

| | |• Food grade to be certified in conformity with EU regulations n°1935/2004 on materials and articles intended | |

| | |to come into contact with food. | |

| | |• Applicable standard as per publication EN 10088-1. | |

| | |Aluminium, alternative material for cooking pots and frying pan: | |

| | |• Aluminium type Al99,0 or above as per publication ISO 209-1 (minimum 99% aluminium). Other elements as per EN| |

| | |602. | |

| | |Publications with applicable standards: | |

| | |ISO 209-1: Wrought aluminium and aluminium alloys – alloys - Chemical composition and forms of products - Part 1: | |

| | |Chemical composition.. | |

| | |EN 602: Aluminium and aluminium alloys - Wrought products - Chemical composition of semi products used for the | |

| | |fabrication of articles for use in contact with food. | |

| | |Black steel items: | |

| | |Black steel, cold-hammered common mild steel. | |

| | | | |

| | |DIMENSION / SPECIFICATIONS: | |

| | |Large Aluminum pot for 5 persons: | |

| | |1. Capacity: 7 liters minimum total inner volume | |

| | |2. Material: aluminum | |

| | |3. Diameter: min 25cm, max 28cm internal diameter | |

| | |4. Thickness: aluminum min 1.15mm max 1.25mm | |

| | |5. Handles: aluminum handles. Handles to resist to 20kg load in the normal usage position. | |

| | |6. Lid: refer to frying pan | |

| | |7. Finish: no sharp edges, food grade surface finish | |

| | |Large aluminum fry pan for 5 persons: | |

| | |1. Capacity: 2.5 liters minimum total inner volume | |

| | |2. Material: aluminum | |

| | |3. Diameter: Adapted as a lid for the 7 liter cooking pot. | |

| | |4. Handle: 1 detachable aluminum handle. Handle to resist to 10kg vertical load measured at 15cm distance from the| |

| | |inside of the pan | |

| | |5. Thickness: aluminum min 1.15mm, max 1.25 mm | |

| | |6. Finish: no sharp edges, food grade surface finish | |

| | |Stainless steel plates: | |

| | |1. Capacity: 0.75 litres minimum | |

| | |2. Material: stainless steel | |

| | |3. Thickness: min 0.5mm in the centre of the bottom | |

| | |4. Diameter: 19 to 22cm (must be adapted to the size of the cooking pot to be packed inside) | |

| | |5. Finish: no sharp edges, food grade surface finish | |

| | |Stainless steel bowls size 22cm | |

| | |Stainless steel (spoon, fork, knife) | |

| | |Stainless steel cups | |

| | |Design of the items: | |

| | |Manufacturers and suppliers are invited to provide items with designs that improve the performance of the | |

| | |material, considering different types of design bends/veins on the pots, lids, bowls, plates, spoons, forks, | |

| | |knives and cups. | |

| | | | |

| | |Kitchen set items | |

| | |1. Cooking Pot, 7l (frying pan lid fits) | |

| | |Capacity: 7 litres minimum total inner volume | |

| | |Material: Stainless steel (or aluminium where specified in contract) | |

| | |Diameter: min 25cm, max 28cm internal diametre | |

| | |Thickness: min 0.8mm in the center of the bottom and minimum 0.6mm at 20mm from the top of the wall (aluminium | |

| | |min1.75mm) | |

| | |Handles: 2 stainless steel handles, attached with leakage-proof rivets, or welded, bent upward to allow a hanging | |

| | |bar to pass through (aluminium handles for aluminium pots). Handles to resist to 20kg load in the normal usage | |

| | |position | |

| | |Lid: refer to frying pan | |

| | |Finish: No sharp edges, food grade surface finish | |

| | | | |

| | |2. Cooking pot, 5l, with lid | |

| | |Capacity: 5 litres minimum total inner volume | |

| | |Material: stainless steel (or aluminium if specified in contract) | |

| | |Diameter: min 22cm max: 24cm internal diametre | |

| | |Thickness: min 0.8mm in the center of the bottom and minimum 0.6mm at 20mm from the top of the wall (aluminium | |

| | |minimum 1.75mm) | |

| | |Handles: 2 stainless steel handles, attached with strong leakage proof rivets, or welded, bent upward to allow a | |

| | |hanging bar to pass through (aluminium handles acceptable for aluminium pot) Handles to resist to 16kg load in the| |

| | |normal usage position | |

| | |Lid: min 0.6mm (aluminium minimum 1mm) with strong durable handle /knob that resist to minimum 2kg traction | |

| | |Finish: no sharp edges , food grade surface finish | |

| | | | |

| | |3. Frying Pan, 2.5l, used as lid for the 7L cooking pot | |

| | |Capacity: 2.5 litres minimum total inner volume | |

| | |Material: stainless steel (or aluminium if specified in contract) | |

| | |Diameter: Adapted as a lid for the 7 litre cooking pot. | |

| | |Handle: 1 detachable steel or aluminium handle. Handle to resist to 10kg vertical load measured at 15cm distance | |

| | |from the inside of the pan | |

| | |Thickness: min 0.8mm in the center of the bottom (aluminium min 1.75mm) | |

| | |Finish: no sharp edges, food grade surface finish | |

| | | | |

| | |4. Bowl, 1l, metallic | |

| | |Capacity: 1 litres minimum | |

| | |Material: stainless steel | |

| | |Height: 5 to 7cm | |

| | |Thickness: min 0.5mm in the center of the bottom | |

| | |Finish: no sharp edges, food grade surface finish | |

| | | | |

| | |5. Plate, 0.75l, metallic | |

| | |Capacity: 0.75 litres minimum | |

| | |Material: stainless steel | |

| | |Thickness: min 0.5mm in the center of the bottom | |

| | |Diameter: 24 to 25cm (must be adapted to the size of the cooking pot to be packed inside) | |

| | |Finish: no sharp edges, food grade surface finish | |

| | | | |

| | |6. Cup, 0.3l, metallic | |

| | |Capacity: 0.3 litres minimum | |

| | |Material: stainless steel | |

| | |Handle: Securely welded. Handle to resist to 1kg pulling | |

| | |Finish: no sharp edges, food grade surface finish | |

| | | | |

| | |7. Spoon, table, 10ml, stainless steel | |

| | |Capacity 10ml minimum | |

| | |Material one-piece stainless steel, solid | |

| | |Length 17cm minimum | |

| | |Thickness min 1mm in the center of the scoop | |

| | |Finish no sharp edges, food grade surface finish | |

| | | | |

| | |8. Fork table, 17cm, stainless steel | |

| | |Material: one-piece stainless steel, solid | |

| | |Length: 17cm minimum | |

| | |Thickness: min 1.5mm at the back of the tines | |

| | |Finish: no sharp edges, food grade surface finish | |

| | | | |

| | |9. Knife, kitchen, 15cm stainless steel blade | |

| | |Material: stainless steel blade, wood or plastic handle | |

| | |Thickness: Blade base min 1.5mm, measured at the middle of the blade | |

| | |Length: Blade 15cm usable length minimum | |

| | |Finish: No sharp edges apart from the cutting edge, food grade surface finish | |

| | | | |

| | |10. Serving spoon, 35ml, stainless steel | |

| | |Capacity 35ml minimum | |

| | |Material one-piece stainless steel, solid | |

| | |Length 30cm minimum | |

| | |Thickness min 1mm in the center of the scoop | |

| | |Finish no sharp edges, food grade surface finish | |

| | | | |

| | |11. Wok, 7L, black steel (optional) | |

| | |Capacity: 7 litres | |

| | |Material: black steel, protected from rust for storage | |

| | |Diameter: min 37cm, max 39cm | |

| | |Thickness: min 1mm | |

| | |Finish: no sharp edges | |

| | | | |

| | |12. Chopstick, 25cm (optional) | |

| | |Material: plastic or bamboo. | |

| | |Length: 25cm | |

| | |Thickness: min. 4x4mm | |

| | |Finish: no sharp edges, rounded at the end | |

| | | | |

| | |Packing and Marking | |

| | |Type: 1 carton box, outer dimensions 0.3 x 0.3 x 0.25m | |

| | |Height dimension shall be adjusted to the parcel content. | |

| | |Material: double-corrugated, 5 plies, export-quality cardboard | |

| | |Strength: withstands 6m-high stacking for more than 48h, and 10 handlings. The final package should resist without| |

| | |any damage to a weight or a pressure of 120 kg applied on a strong rigid board on top of the box. | |

| | |Seal: tape plus 4 plastic 10mm straps | |

| | |Markings To be marked with IOM logo. | |

|30 |Plastic water Jerry|MATERIAL: | |

| |can, |Manufactured of food grade LDPE should not contain toxic elements according to EN 1186-3-9 standard. The jerry can| |

| |capacity 20 Liter |must stand by itself, even when filled with less than 1/4 of its maximum volume. | |

| | | | |

| | |DIMENSION: | |

| | |Weight: 190 – 230 g. | |

| | |Operating temperature: can withstand temperatures from -20°C to + 50°C. | |

| | |Average thickness: 0.6 mm and minimum corner thickness 0.5 mm. | |

| | |Fitted with: a built-in carrying handle with minimum 9 cm length and 3 cm height, with no sharp edges and a screw | |

| | |able cap for filling and discharge, linked to the container by polyamide string with diameter of min.1 mm and | |

| | |approximately 120 mm length. The inner diameter of the cap is approx. 35 mm. | |

| | |Impact Resistance / Drop Test: the Semi-Collapsible Jerry Can must be impact resistant on a hard surface when | |

| | |filled with maximum volume of water (10 liters) at 20 °C. The complete drop test consists of 10 consecutive drops | |

| | |from 2.5 m high. The jerry can must be elevated, so that the lowest point is at 2.5m from the ground. Test result | |

| | |is expressed as a product ranking according to the number of drops passed without damages or leakage. To be | |

| | |accepted, the jerry can must resist to minimum 3 drops | |

|31 |Sleeping |MATERIAL |[pic] |

| |mat-Foldable |Type: 75% acrylic, 20% polyester, 5% cotton | |

| | |Side piping, hemming stitch, fringed fabric. | |

| | |Each floor mat should be packaged with individual plastic bag. | |

| | |Color: Dark color, not include azo –colorants agents. | |

| | | | |

| | |DIMENSION | |

| | |Size: 197cm x 290cm, acceptable 5% deviation from size. | |

| | |GSM: 875.19 gr/m² minimum | |

|32 |High Thermal |MATERIAL | |

| |Blanket |High thermal blanket: a blanket with 4.0 TOG is the minimum for indoor use in cold climates. | |

| | |Manufactured from one-piece fabric, dark color. | |

| | |Blanket fabric material should have min. %60 acrylic and rest of fabric material should have %40 cotton/polyester |[pic] |

| | |mixture. | |

| | |Blanket both face should be gig woven fabric. | |

| | |Yarn frequency should be min.10 (ten) in weft direction and min. 12(twelve) in warp direction. | |

| | |Tensile strength should be min.240 (two hundred forty) N in weft direction, min.570 (five hundred seventy) N in | |

| | |warp direction. | |

| | |Tear strength should be min.50 (fifty) N in weft and warp direction | |

| | |Dimensional change in washing should be max %3 in weft direction and max %5 in warp direction. | |

| | |Colour fastness in commercial and household washing should be min. 3 (three). | |

| | |Colour fastness in weather conditions should be min. 4 (four). | |

| | |Colour fastness against dry rubbing should be min. 3 (three). | |

| | |Colour fastness against wet rubbing should be min. 3 (three). | |

| | |Colour fastness against dry cleaning should be min. 3 (three). | |

| | |Colour fastness against water should be min. 3 (three). | |

| | |Colour fastness against light should be min. 3 (three). | |

| | |Relaxation shrinkage should be max %3 in weft direction and max %6 in warp direction. | |

| | |All sides should be done bias tape. | |

| | |Side bias tapes stitches should be twin needle sewing or cover stitch. | |

| | |Bias fabric should be %100 polyester. | |

| | |Stitch yarns should be %100 polyester. | |

| | | | |

| | |DIMENSION | |

| | |Sewn blanket size should be 180 x 230 (± %3) cm. | |

| | |Blanket weight should be min 2500gr ± %3. | |

|33 |Jacket |MATERIAL | |

| | |Waterproof barrier material accepted: Gore-Tex, event, Dry Vent, H2NO, DRW (Durable water repellent), resist to | |

| | |10,000 mm column of water. |[pic] |

| | |Full-zip hooded jacket has minimal interior storm flap and single-pull adjustable. | |

| | |Insulations needs be in Down Feather, the thickness should be in accordance with the size of the jacket. | |

| | |With pockets. | |

| | |Jacket (Children - variety of sizes, neutral colors) | |

| | |Unisex Adult Jacket | |

| | |Sizes: | |

| | |Men: Medium (48-50), Large (51-54), Extra Large (55-58) | |

| | |Women: Small (44-46), Medium (48-50), Large (52-54) | |

| | |Children: Age groups to be covered: 4-6, 7-10, 11-14, 15-18 | |

|34 |Training Suit |MATERIAL (Sweatshirt) | |

| |(Sweat Shirts and |Main fabric: Cotton/Polyester fabric, 65% Cotton and 35% Polyester. | |

| |Pants) |Lining: 100% Cotton. |[pic] |

| | |Warm and lined component to perfectly insulate adult's body. | |

| | |Different colors are accepted. | |

| | |MATERIAL (Sweatpants) | |

| | |Trousers: - Main fabric: Cotton/Polyester fabric, 65% Cotton and 35% Polyester. | |

| | |Lining: 100% Cotton. | |

| | |Sweatpants: - Main fabric: Cotton/Polyester fabric, 55% Cotton and 45% Polyester. | |

| | |Outer fabric: 100% polyester. | |

| | |Yoke: 55 % cotton, 40% polyester, 5% Elastane. | |

| | | | |

| | |DIMENSION | |

| | |Sweat shirt and pants | |

| | |Sizes: | |

| | |Sweatshirts | |

| | |Men: Medium (48-50), Large (51-54), Extra Large (55-58) | |

| | |Women: Small (44-46), Medium (48-50), Large (52-54) | |

| | |Children: Age groups to be covered: 4-6, 7-10, 11-14, 15-18 | |

| | |Pants: | |

| | |Men: Medium (48-50), Large (51-54), Extra Large (55-58) | |

| | |Women: Small (44-46), Medium (48-50), Large (52-54) | |

| | |Children: Age groups to be covered: 4-6, 7-10, 11-14, 15-18 | |

|35 |Gloves |MATERIAL | |

| | |Waterproof and windproof. |[pic] |

| | |Average Composition: - Top of the hand, 150g high loft wadding. | |

| | |Underside of the hand, 200g Brushed lining. | |

| | |Different colors are accepted. | |

| | | | |

| | |DIMENSION | |

| | |Small, Medium and Large | |

|36 |Socks |MATERIAL | |

| | |Average composition: - 77% Cotton, 11% Polyester, 11% Polyamide, 1 % Elastane. |[pic] |

| | |Different colors are accepted. | |

| | |Children - variety of sizes (small, medium, large). Age groups to be covered: 4-6, 7-10, 11-14, 15-18 | |

| | |- Adult - variety of sizes (medium, large, extra large) | |

|37 |Hat |MATERIAL | |

| | |Average Composition: 100% Acrylic. |[pic] |

| | |Lining: 88% Polyester, 12% Elastane. | |

| | |Warm and lined component to perfectly insulate adult's heads. | |

| | |Different colors are accepted. | |

| | | | |

| | |DIMENSION | |

| | |Wool Hat (Children - variety of sizes- medium and large) Age groups to be covered: 4-6, 7-10, 11-14, 15-18 | |

| | |- Wool Hat (Adult - medium, large, extra large) | |

|38 |Scarf |MATERIAL/DIMENSION |[pic] |

| | |Winter Scarf – Children | |

| | |- Winter Scarf – Adult | |

|39 |Boots |MATERIAL | |

| | |Average composition: Upper of - 100% Polyvinyl chloride (PVC). | |

| | |Outer sole of - 100 % Polyvinyl chloride (PVC). |[pic] |

| | |Traction: Non-slip, sole with lugs. | |

| | |Different colors are accepted. | |

| | | | |

| | |DIMENSION | |

| | |Children (variety of sizes- small, medium, large) | |

| | |Adult (variety of sizes- medium, large, extra large) | |

| | |Sizes (EU sizes): Men: 39-42 | |

| | |Women: 35-41 | |

| | |Children: 21-39 | |

| | |Children: Age groups to be covered: 4-6, 7-10, 11-14, 15-18 | |

|40 |Solar Light |MATERIAL |[pic] |

| | |Mandarian Solar lamp | |

| | | | |

| | |DIMENSION: | |

| | |Charge time: 5-8 hours | |

| | |Hours of light per charge: 6-8 hours | |

| | |Output: .3 W | |

| | |Solar panel: 6 Rechargeable batteries: 3X AA 600mAh Ni-MH (replaceable) | |

| | |Lamps life time: 60,000 hours Warranty 1 year | |

| | |Illuminance: 48 lumens | |

| | |Volume with Packing: 0.0468 cft | |

| | |Backup time: 5 to 6 hours. | |

| | |Battery lifetime: 3 years battery life time | |

|41 |Medium Thermal |MATERIAL | |

| |Blanket |Test conditions Specification under the normal textile test conditioning ISO139, 65% moisture and 20°C for 24h. |[pic] |

| | |Samples for testing purpose Samples of blankets must be from compressed bales. | |

| | |All criteria to be passed on the same sample. | |

| | |(Samples of compressed bales to be prepared with only 5 blankets folded once more than in normal bales, at 40% | |

| | |compression ratio, and to remain compressed for one week minimum before testing). Make Woven, dry raised both | |

| | |sides | |

| | |Content ISO1833 on dry weight 50% wool fibers +/-5%, 50 % other textile fibers, recycled fibers accepted. Colors | |

| | |Grey, brown or other dark colors, preferably not died. | |

| | |Maximum 5% warp and weft after 3 consecutive machine washing at 30°C and one flat drying. Shrinkage maxi. ISO 6330| |

| | |Maximum 5% warp and weft after 3 consecutive machine washing at 30°C and one flat drying. | |

| | |Weight loss after washing Maximum 5% after 3 consecutive machine washing at 30°C and one flat drying. | |

| | |Thermal resistance ISO 5085-1 TOG 2.5 (or 0.25m².K/W) minimum, rounded to the nearest 0.1, passed on samples | |

| | |picked from compressed bales after 3 consecutive machine washing at 30°C and one flat drying. | |

| | |Resistance to air flow ISO9237 under 100Pa pressure drop Maximum 1000 L/m²/s Finish Whipped seam at 10mm from the | |

| | |edge with 10 to 13 stitches/10cm or stitched ribbon or hemmed on 4 sides. | |

| | |Organoleptic test No bad smell, not irritating to the skin, no dust. 4 ................
................

In order to avoid copyright disputes, this page is only a partial summary.

Google Online Preview   Download