SHORT TENDER CALL NOTICE Office of the D.G & I.G. of Police, Odisha, Cuttack Sealed tenders are invited from the manufacturer/Authorized Agent / Authorized Dealers for purchase of different Equipments for Police as listed below. 1. Sl.No. 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. Name of the Items Poly Carbonate Lathi Riot Control Helmet With Poly Carbonate Visor Anti Riot Public Address System with Search Light for Police Patrolling Vehicle. Acoustic Hailing Device (AHD) Telescopic Ladder Safety Signal Baton Retro Reflective Jacket Power Cutter (Petrol Driven Portable Power Saws) Breath Analyser Road Barrier Approximate quantity 400 Nos. 400 Nos. 40 Nos. 01 No. 10 Nos. 500 Nos. 500 Nos. 10 Nos. 60 Nos. 459 Nos. 2. Name of items along with detail technical Specifications, probable requirements against each item may be seen from the Web site of the Odisha Police i,e www.orissapolice.nic.in. and in Govt. of Odisha Web site i,e www.odisha.gov.in. The quantity may vary during indent of the items depending upon budgetary allocation. 3. Date of Issue of Tender documents from dtd. 28.02.2013 at 10.00AM. to 12.03.2013 upto 5.00 PM 4. Last date for receipt of sealed Tender and Sample on dtd 13.03.2013 up to 5.00 PM. 5. Date for opening of sealed Tenders / Technical Bids on dtd. 14.03.2013 at 11.30AM at R.K. Padhi Memorial Hall (IPS Mess), Odisha, Cuttack A.I.G. of Police (Provisioning,) Odisha, Cuttack. (Tender Calling Authority) SHORT TENDER CALL NOTICE Office of the D.G & I.G. of Police, Odisha, Cuttack Tender Call Notice No. Tender Document No.1 Sealed tenders are invited from the manufacturer/Authorized Agent / Authorized Dealers for purchase of different Equipments for Police as listed below. (List separately enclosed as Annexure-A). 1. Sl.No. 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. Name of the Items Poly Carbonate Lathi Riot Control Helmet With Poly Carbonate Visor Anti Riot Public Address System with Search Light for Police Patrolling Vehicle. Acoustic Hailing Device (AHD) Telescopic Ladder Safety Signal Baton Retro Reflective Jacket Power Cutter (Petrol Driven Portable Power Saws) Breath Analyser Road Barrier Approximate quantity 400 Nos. 400 Nos. 40 Nos. 01 No. 10 Nos. 500 Nos. 500 Nos. 10 Nos. 60 Nos. 459 Nos. 2. Name of items along with detail technical Specifications, probable requirements against each item may be seen from the Web site of the Odisha Police i,e www.orissapolice.nic.in. and in Govt. of Odisha Web site i,e www.odisha.gov.in. The quantity may vary during indent of the items depending upon budgetary allocation. 3. The Tender Document may be obtained (a) On payment of Rs.200/- (Rupees Two Hundred) only between 10 AM to 5 PM on each working day from the office of the undersigned at the address given below. (b) By sending a self stamped (Rs. 80/-) envelope of size not less than 35 cm x 25 cm along with a Demand Draft non A/c payee of Rs. 200/- (Rupees Two Hundred)only payable at S.B.I. Main Branch, Cuttack drawn in favour of A.I.G.of Police (Provisioning), Odisha, Cuttack. (C) By downloading from Odisha Police website i.e. www.orissapolice.nic.in and Govt. of Odisha website i.e. www.odisha.gov.in.. 4. The Tender documents shall be submitted in the office of the undersigned duly signed by the authorized signatory in each page and duly authenticated with seal in token of having red, understood and accepted the terms and condition of the contract. However in case of downloaded tender documents, a non A./C payee Demand Draft of Rs200/-(Rupees two hundred ) only payable at SBI, Cuttack drawn in favour of A.I.G. of Police (Provisioning),Odisha, Cuttack towards cost of Tender Document shall be enclosed. Bids submitted otherwise than in the manner prescribed in the Tender Document shall be rejected. 5. Tender calling authority has the right to accept or reject the Tender(s) without assigning any reason thereof. 6 Date of Issue of Tender documents on dtd. 28.02.2013 at 10.00AM. 7. Last date of Issue of Tender document on dtd. 12.03.2013 up to 5.00 PM. 8. Last date for receipt of sealed Tender and Sample on dtd 13.03.2013 up to 5.00 PM. 2 9. Date for opening of sealed Tenders / Technical Bids on dtd. 14.03.2013 at 11.30AM at R.K. Padhi Memorial Hall (IPS Mess), Odisha, Cuttack 10. The concerned bidders are required to depute their representatives to remain present during opening of the received Tenders / Technical Bids on 14.03.2013 at 11.30 AM at R.K. Padhi Memorial Hall (IPS Mess), Odisha, Cuttack 11. The Tenders received after the stipulated date will not be taken into consideration and liable for rejection. 12. All disputes which may arise relating to tender are subject to judicial jurisdiction of the competent Court at Cuttack only. 13. It is to certify that this tender document contains 35 pages. A.I.G. of Police (Provisioning,) Odisha, Cuttack. (Tender Calling Authority) 3 ANNEXURE-A APPROX. REQUIREMENT OF ITEMS TO BE PURCHASED UNDER MPF SCHEME DURING THE CURRENT FINANCIAL YEAR 2012-13. *** Sl. No. 1. Name of items to be purchased Poly Carbonate Lathi Quantities to be purchased 400 Nos. 2. Riot Control Helmet With Poly Carbonate Visor 400 Nos. 3. 40 Nos. 4. Anti Riot Public Address System with Search Light for Police Patrolling Vehicle. Acoustic Hailing Device (AHD) 5. Telescopic Ladder 10 Nos. 6. Safety Signal Baton 500 Nos. 7. Retro Reflective Jacket 500 Nos. 8. Power Cutter (Petrol Driven Portable Power Saws) 10 Nos. 9. Breath Analyser 60 Nos. 10. Road Barrier 459 Nos. 01 No. 4 Tender Call Notice No. Tender Document No. II GENERAL CONDITIONS OF THE CONTRACT 1. 2. The bidder/Supplier shall essentially be a) An Original Equipment Manufacturer or b) An Authorised Agent of the OEM having running business in the tendered item with good business track record. or c) An authorised dealer of the OEM having running business in the tendered item with good business track record. In no case, the bid of a retailer or a trader whose accounts are not audited by charted Accountant as per statutory norms shall be entertained. The bidder in proof of he being an OEM/Authorised Agent Authorised dealer shall submit authenticated documentary evidence in this regard. The proof submitted earlier in some other context shall not be treated as valid and sufficient. The tenders (also called bids), not submitted in prescribed format or in the prescribed manner, shall be rejected by the Tender Committee at the risk and responsibility of the bidder. 3. All the information as called for in the tender document should be submitted truly clearly, legibly, transparently, unambiguously and without the use of abbreviations. It shall be submitted in English. 4. All the crucial figures, like rates and amount should be written in figures followed by words in a bracket. 5. There shall be no over-writing in the tender document and other papers submitted. All the additions, alterations, deletions and cuttings should be initialled with rubber stamp (or seal) by the same person, who signs the tender document failing so, the tender may be rejected. 6. All the rates and amounts shall be quoted in Indian Rupees (IR) and shall be presumed to be in Indian Rupees unless specifically permitted to be quoted otherwise in this tender document. However an OEM located outside the country may quote its price in the Currency of the country to which he belongs but the same shall be converted to INR at the exchange rate prevailing on the date of opening of Tender and the same will be binding on both parties. 7. The rates quoted shall be valid for a period of one year counted from the last date of receipt of the bids or submission of tenders. 8. Each page of this tender document should be signed by the bidder with seal in token of having read, understood and accepted the terms and conditions of this contract. 9. For the Companies and Corporations making the bids, the tender document shall be signed by the Managing Director. If it is otherwise, the authority to sign the tender paper on behalf of the Company/ Corporation shall be enclosed. In case of partnership Firm, it shall be signed by the active Partner. In case of a proprietary Firm, the tender document shall be signed by the Proprietor. 5 10. “Legal Status” of a bidder shall mean either proprietorship or partnership or private/ public limited company or otherwise (to be specified), as the case may be. 11. All the documents and papers submitted with the bid should be either in English or in Odia and shall be authenticated under the seal and signature of the bidder unless specified otherwise in the tender document. 12. All the promotional and technical literature of the products intended to be supplied should be submitted for proper appreciation of the bid, whether or not; specifically called for in this tender document. This literature should also be in English or Odia. 13. Submission of more than one competitive bid by the same firm in response to the tender call notice is prohibited. All Such bids except one received first will be cancelled at the discretion of the authority calling the bids. A bidder may however, offer in his bid more than one product of the same Original Equipment Manufacturer (OEM), if in his opinion all such products meet the prescribed technical specifications. In that case, he should submit “technical bids” of all such products separately but in the same prescribed format, in the same sealed single cover. Separate “financial bids” should also be submitted similarly in the same sealed single cover (see below for the meaning of sealed cover). 14. The bidder may use separate piece of paper, where the space provided in the formats in this tender document for submission of information, is not sufficient. The information in the separate sheet of paper shall be in prescribed format and its page should be serially numbered and duly authenticated. 15. All the information submitted or supplied in the formats of this tender document shall be presumed to be true to the best of the knowledge of the bidder. 16. No firm/Company without valid Value Added Tax Registration number and PAN shall be eligible for submitting bids. Firms blacklisted shall also not be eligible for participating in the bid. 17. Copies of Valid Registration Certificates issued by competent Authorities under VAT and CST Acts and Copy of PAN shall be enclosed to the Tender document. In no case other certificates issued by authorities in lieu of such certificates shall be accepted. 18. Copies of income Tax return, Audited Balance Sheets, P/L a/c and Trading a/c of, previous year along with copies of Annual VAT and CST returns of previous year need also be enclosed to the Tender document. 19. At the time of opening of Tender/Financial bid the bidder will have to satisfy the competent authority that he is not only authorised as per his Registration Certificates to deal in the tendered item but he has also a running business in such items and he has the ability to supply the tendered quantity in prescribed time limit and to meet the warrantee conditions of the product. 20. The dealers of Odisha will have to submit VAT Clearance Certificate in prescribed form obtained from competent authority and the bidders from outside the state shall submit an undertaking in 6 the form of an affidavit (in enclosed format) stating that they have no business in Odisha and have no liability under the Odisha VAT Act, at the time of submission of Tender. 21. The bid security (EMD), if called for, shall either be in the form of Demand Draft/ FDR / Banker’s Cheque of a Scheduled Bank payable at Cuttack or by pledging of NSC/FDR/Postal Savings Pass Book, all in favour of A.I.G. of Police (Provisioning), Odisha, Cuttack. EMD shall be returned immediately after the rejection of a bid. The DD/FDR/ Banker’s Cheque etc. shall be returned in original with or without reverse endorsement as required for the refund. EMD of the successful bidders shall be retained till the supplies are successfully delivered as per order or adjusted against "Performance Security" (defined on condition No.10 of Special Conditions of the Contract) as per conditions of performance security agreement. 22. This tender document has prescribed a two-bid format for submitting the offers. It contains the “Technical” (Tender document No.V) and “Financial” (Tender document No.VI) bid formats. Both the bids shall be submitted in separate sealed covers identified as “Technical” or “Financial” bid after detaching their formats from this tender document. Both the sealed covers, the remaining part of this tender document including General Conditions of the Contract (Tender Document No.II), Special Conditions of Contract (Tender Document No.III), General Bid (Tender Document No.IV) and all Annexure A, B, C, D and E and all other papers/ documents should be put inside a bigger sealed cover and shall be delivered as per conditions published in the tender call notice. All the sealed cover shall have boldly written with the name of supplier/bidder, the tender call notice number and the last date for submission. 23. No document as required and mentioned in the General/ Special conditions of contract shall be enclosed to the technical bid/ Financial bid documents unless otherwise specifically mentioned there in. All required documents shall be enclosed to the General bid proforma duly authenticated and serially numbered and page marked. 24. The tenders or the bids can be sent by Regd. with AD post or courier as well. However, the authorities shall not be responsible for the postal and other delays in receipt of bids. 25. If the last date for receipt of the tender/bid turns out to be a holiday, it will automatically be extended to next working day. 26. The tender calling authority shall make arrangements in his office for issuing a written acknowledgement, under proper seal and signature, of the filled in tenders, provided those are submitted on or before the due date. The acknowledgement shall be issued even if the Tenders are dropped in a sealed box. The acknowledgement receipt shall mention, among others, the tender call notice number. 27. A bid submitted cannot be withdrawn. The bidder or his authorized representative (one person only) will be allowed to be present at the time of opening of tenders. They will not participate in the discussions. Clarifications sought, if any may be provided by them. 7 28. All or any of the tenders (or bids) submitted can be rejected without assigning any reason thereof. No claim, whatsoever, shall be admissible for the alleged loss/damage suffered by the bidders on account of such rejections. 29. The Tenders/bids received in the prescribed time shall be opened by the tender committee at the prescribed date time and place. Any bid found incorrect or incomplete in any manner would be summarily rejected by the said committee. 30. The “Technical” bids shall be opened and scrutinized by the Technical Committee, only in respect of the bidders who have been found to fulfil all the prescribed criteria and conditions of this tender document other than technical specifications of the products. Only branded products shall be accepted unless otherwise mentioned in special conditions of the contract. 31. All the products, failing to fulfil the prescribed technical specifications, shall be rejected. Decision of the Technical Committee in this respect shall be final and binding. A bidder can improve the technical specifications of the product offered before the opening of “Financial bid” Decision of the Technical Committee on whether or not the revised specification is an improvement, shall be final. Improvement in the technical specification offered as above, may be accepted or not at the discretion of the tender calling authority. However, no preference or extra payment shall be admissible for superior technical specifications or quality or the like. 32. The bidder shall have to submit in separate paper mentioning complied or not complied against each column of the technical specification given in the tender document. 33. Not withstanding an offered product meeting the prescribed technical specifications, it may be rejected, if it has not been tried and tested or used in Odisha Police with satisfaction. It may also be rejected if the bidder fails to successfully demonstrate its product before the Technical Committee. 34. “Financial bids” shall be opened only in those cases, where one or more of the offered products have fulfilled the prescribed technical specifications. All financial documents like Registration Certificate issued under VAT, CST and IT Acts, VAT clearance Certificate, IT and ST returns, Audited Balance sheet, Trading a/c and P/L a/c shall be verified at the time of opening of financial bids. 35. All the prices quoted shall be F.O.R., destination (i.e. Bhubaneswar/Cuttack/ any place of delivery approved by the Tender Authority) which means that prices shall include the cost of delivery at destination if nothing otherwise is mentioned in the Special condition of contract. 36. The Purchase Committee shall discuss and deliberate on the past performance, experience, production capacity, financial strength etc. of the bidders/suppliers as recommended by the Technical Committee, besides the rates quoted by them and select the L-I bid in most transparent manner, taking into consideration the relevant provisions of OGFR and Circulars and notifications issued by the Government of Odisha from time to time, so as to ensure that 8 the purchases are effected in most prudent and economical manner, without compromising the prescribed quality, from the most eligible bidder. 37. Financial negotiations with firms other than the lowest bidder shall not be held without obtaining the prior approval of Government. 38. The authorities are not bound to accept the lowest financial bid. 39. The order for supply may be placed on the successful bidders but the technical specifications (or quality requirements) for the purpose of supply shall be those, which were offered and accepted by the Technical Committee and not those specified in the tender document. It shall not be necessary for the office of the D.G. & IG of police to place a single order for the entire requirement. Order for the same item but on identical terms and conditions may be placed by different wings of the office such that the total orders placed shall roughly correspond to the quantity mentioned in the tender document. The bills for payment shall be submitted, accordingly, on different wings placing the order. 40 On delivery, the supplies or products shall be inspected to verify the quantity and to see whether those are in accordance with the technical specifications (or quality requirements) for which the order was placed. If it turns out to be otherwise, the acceptance of delivery shall be refused at the risk and responsibility of the supplier. Further the articles found damaged shall not be counted as accepted until repaired or replaced to the satisfaction of the authorities. 41. Short/ Part deliveries may not be accepted. All the items ordered must be supplied in full, for claiming even the part payment. 42. All the transit risk shall be the responsibility of the supplier. 43. (a) No Way Bill, C/D Forms will be supplied by the indenter for supply of the goods by the dealers of outside Odisha. (b) The supplier would make suitable arrangement on his own for passing the Border Check gates of Odisha. 44. User manuals of the product shall be supplied without being asked for and without being mentioned in the supply order. Moreover, it should be in English. 45. Failure to supply the indent in full within the stipulated period as mentioned in the supply order may lead to forfeiture of EMD / Performance Security and blacklisting of the suppliers. If at all the delivery is allowed to be accepted after the due date, Liquidated Damages(LD) @ 0.5% of the total amount of order (excluding taxes) per week or part thereof shall be charged, however that the L.D. shall not exceed 5% of the amount of order. 46. The supplier shall submit an undertaking given by him or the OEM committing to supply spare parts for the maintenance of the supplies for a period of at least 10 years from the date of delivery. 47. The supplier shall give a "Performance Warrantee" for a minimum period as mentioned at Sl.10 in the Special Conditions of Contract. The "Performance Security" may be forfeited partly or fully 9 for failure to fulfil the terms and conditions of supply and post sales commitments/ obligations. The Bank Guarantee if furnished towards performance security should be enforceable and payable at Cuttack and shall be valid for the period of warrantee. (Performance Security has been defined on condition No.10 of Special Conditions of the Contract.) 48. All the clarifications sought from the bidders/ suppliers on technical specifications of the products or otherwise shall be promptly submitted in a transparent and unambiguous manner. 49. Terms & Conditions of the tender documents can’t be negotiated for variation without obtaining prior approval of Govt. 50. Entire tender document, duly filled in, shall be treated as part of the contract agreement for supplies in case of the successful bidders and shall be submitted in original. 51. All the disputes shall be subjected to the jurisdiction of civil Courts situated at Cuttack/ Bhubaneswar. Seal & Signature of the bidder. A.I.G. of Police(Provisioning), Odisha, Cuttack (Tender Calling Authority) 10 SPECIAL CONDITIONS OF THE CONTRACT Tender Call Notice No. Tender Document No. III 1. The Special Conditions given here shall prevail over the General Conditions. 2. Bid Security (E.M.D.): The tender document shall accompany with a Earnest Money Deposit (EMD) at the rate noted under col-5 against each item in Sl.No.3 below without which the tender shall be rejected. The Earnest Money Deposit should be made available in the form of DD/FDR/Banker’s Cheque / NSC / Postal Savings Pass Book in a separate envelop along with the sealed covers of “Technical” and “Financial” bids. However, the MSEs of Odisha registered with respective DICs, Khadi, Village, Cottage & Handicraft Industries, OSIC and NSIC shall pay 25% of the prescribed security deposit for participating in the tender. 3. QUANTITY: Sealed bids in this tender document have been invited for the supply of the items listed below. The approximate quantity required has been mentioned against each. Detailed technical specifications of each item are available in the Annexure to “Special Conditions of the Contract” identified against each. S.l. No. 1 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. 4. Particulars of the Item 2 Poly Carbonate Lathi Riot Control Helmet With Poly Carbonate Visor Anti Riot Public Address System with Search Light for Police Patrolling Vehicle. Acoustic Hailing Device (AHD) Telescopic Ladder Safety Signal Baton Retro Reflective Jacket Power Cutter (Petrol Driven Portable Power Saws) Breath Analyser Road Barrier Approx. quantity 3 400 Nos. 400 Nos. Technical specifications 4 Annexure-(B) Annexure-(B) EMD (In Rs.) 5 Rs.4,000.00 Rs.9600.00 40 Nos. Annexure-(B) Rs.28,000.00 01 No. 10 Nos. 500 Nos. 500 Nos. 10 Nos. Annexure-(B) Annexure-(B) Annexure-(B) Annexure-(B) Annexure-(B) Rs.16,000.00 Rs.5,000.00 Rs.5,000.00 Rs.5,000.00 Rs.30,000.00 60 Nos. Annexure-(B) Rs.24,000.00 459 Nos. Annexure-(B) Rs.13,800.00 The quantities mentioned above are subject to variations. The rates quoted by the firms shall continue to be valid even if the quantities of items mentioned above are varied. 5. It shall not be necessary to bid for all the items mentioned above. The firms/companies may bid for one or more of the items depending on their convenience and submit E.M.D. accordingly. The items above do not necessarily consist of a single piece of equipment. It may be composition of inter-connected or inter-related appliances. Bidding is not permitted for the components obtained by splitting an item. Bidding is also not permitted for a part of the quantity of an item indicated above. 11 6. The bidder shall submit along with this tender document a list of names, complete addresses. Telephone/FAX numbers of the customers to whom, the items, for which the bid has been submitted, have been supplied and installed in last three years, if any. A clear unambiguous statement shall be made if an item has not been sold anywhere in India so far. 7. The supplies shall be delivered to the authorities at the place indicated below. 8. Name of the Authority & his address Quantity As per supply order A.I.G. of Police (Provisioning) Odisha, Cuttack. The working of the equipment shall be demonstrated successfully and expenses incurred on All items demonstration shall be borne by the supplier. 9. The supplier shall organise training to acquaint the employees of the Organisation regarding operation of the equipment in their own cost. 10. Performance Security: The successful bidder shall have to enter into an agreement with the Tender Calling Authority for successful completion of supply / installation of the tendered items after proper inspection within stipulated period and also for performance warrantee of the items from the date of supply / installation up to a period of 2 years in respect of items i.e. i) Anti Riot Public Address System with Search Light for Police Patrolling Vehicle, ii) Acoustic Hailing Device, iii) Power Cutter and iv) Breath Analyser and one year in respect all other items. In this regard the bidder has to furnish the security deposit to be called "Performance Security" at the rate of 5% of the total amount of the order excluding all taxes in the form of NSC / Post Office Savings Bank A/c / FDR / Bank Guarantee from any nationalised bank duly pledged in favour of Tender Calling Authority. 11. Not withstanding anything contained in the General Conditions of contract a new/ fresh brand of product/ equipment not tried, tested and used in Odisha Police may be accepted subject to meeting the prescribed technical specification and approval of Technical Committee. 12. All the supplies made shall be subject to a minimum period of warrantee of 2 years in respect of items i.e. i) Anti Riot Public Address System with Search Light for Police Patrolling Vehicle, ii) Acoustic Hailing Device, iii) Power Cutter and iv) Breath Analyser and one year in respect all other items. 13. The supplier shall repair or replace at his cost any component of the supplies that may go out of order during the warrantee period. The repair and replacement shall as far as possible be carried out within the premises, where the equipment has been installed. If, however, it is necessary to take the equipments to the workshop of the supplier, it must be repaired and reinstalled successfully in its premises within 48 hours counted from the time service call is placed Failing so, replacement equipment in working condition shall be supplied till return of the equipment. 12 14. If an equipment or supply goes out of order within the warranty period and the supplier is informed about it, it must be attended to within 48 hours counted from the time service call is placed. 15. Pre-delivery inspection: Not required. 16. PAYMENT: No advance payment shall be made. 100% of the payment will be made on delivery of supplies, successful installation and demonstration subject to clause 10 above. 17. SAMPLE/DEMONSTRATION: (a) The Tenderers are required to submit at least one sample but not more than 2 samples of the following quoted items along with the tender positively failing which tender shall be rejected. (b) i. Poly Carbonate Lathi ii. Riot Control Helmet with Visor iii. iv. Anti Riot Public Address System with Search Light for Police Patrolling Vehicle Telescopic Ladder v. Safety Signal Baton vi. Retro Reflective Jacket vii. Road Barrier viii. Breath Analyzer With regards to following items the firms need not submit sample along with their bid / offer but they shall demonstrate the quoted model for inspection / consideration by the Technical Committee during its meeting. 18. i. Acoustic Hailing Device ii. Power Cutter (Petrol Driven Portable Power Saws) Bidder intending to participate in the tender is required to submit Odisha VAT clearance certificate in form no 612. The foreign companies/ bidders from out side the state who intend to participate in the tender and who have not been registered under the OVAT Act may be allowed to participate in the tender without having any VAT clearance certificate subject to condition that they will submit undertakings in the form of an affidavit indicating there in that they are not registered under the VAT Act as they have no business in the state and they have no liability under the Act. But before award of the final contract, such bidders will have to produce the VAT clearance certificate in form VAT 612-A Signature & Seal of the bibber A.I.G. of Police (Provisioning), Odisha, Cuttack (Tender Calling Authority) 13 ANNEXURE-B TO SPECIAL CONDITIONS OF CONTRACT (REF SL. NO.3) TECHNICAL SPECIFICATIONS 1. POLYCARBONATE LATHI : Technical Specification : It should be polycarbonate, unbreakable and light weight. The end should be covered by Polycarbonate end caps. It should have handgrip with Nylon rope to hold smoothly. i) Total Length - 1 Meter ( + 2 cm) ii) Handgrip - 15 cm long with Nylon Rope. iii) End cap - 10 cm (Plain) iv) Diameter - 25 mm v) Thickness - 3 mm ( + 0.1 mm) vi) Raw materials - Poly Carbonate vii) Weight - 300 gms. ( + 10 gms.) viii) Colour - Khaki 2. ANTI RIOT CONTROL HELMET WITH POLYCARBONATE VISOR Technical Specification: i) Shape : Round Shape Shell ii) Weight : Should not exceed 1300 gm. iii) Thickness of Veil : 2.5 / 3 mm. iv) Material : FRP v) Surface : Smooth vi) Colour : Olive Green vii) Features : The Anti-Riot Helmet should provide full bead, neck, and face protection against non-ballistic threats such as rocks, bottles, sticks, etc. The Helmet and face shield are to be made of high impact resistant plastic (material of Helmet: high impact resistant ABS plastic, material of veil: high impact resistant polycarbonate plastic) to provide the best protection possible, while the inside of the Helmet is padded to help minimize the shock of blunt trauma to the head. An adjustable chinstrap allows for the perfect fit. viii) Additional Features : Helmet intended for Riot Control and Law enforcement operations with risk of projectile, gas, smoke etc. Should be compatible with the adaptation of respirator gas mask . Comfortable interior with padding for shock absorption. 14 3. ANTI RIOT PUBLIC ADDRESS SYSTEM WITH SEARCH LIGHT FOR POLICE PATROLLING VEHICLE. Technical Specification : A. LED BAR LIGHT Fourteen standard FLASHING LED LAMPS sharply define the perimeters of the Emergency Vehicle, giving the DRIVER AS ADDED MARGIN OF SAFETY. Each FLASHING LED LAMP is independently powered by 31 LED square special built in reflector & Lens MODULE with QUAD/DOUBLE FLASHING PATTERNS. Aerodynamic Design 4 Flashing LED lamps are provided for Front. 6 for Side & 4 for Back No Blind Spots True 360° Unobstructed Warning Power. Low Energy Consumption. Minimum wind Drag. SPECIFICATIONS : DIMENSIONS IN MM: Length - 1110 mm Width - 270 mm Height - 115 mm(142 mm with Chassis) Input Voltage - 13.2 V DC –ve ground Current Drain - 2.2 Amps only. CONSTRUCTION OF BAR LIGHT: a) Base - Sheet Metal MS mm ( special Non Rusting GRADE) b) Speaker Grill - Stainless Steel. c) Speaker - 2 PCs, 40 Watts Unit Horn, Concealed under the Speaker Grill Fully waterproof. d) Mounting - Special Clamps for body Hugging Fitment on the Vehicle Roof. e) Shape - Sleek Aerodynamic, Hexagonal Design with rounded edges for minimum wind Drag. f) Junction Box - All wire connections covered in the unit should be suitably concealed in water proof junction box. 15 B. POLICE SIGN: Police illuminated sign is to be mounted behind the Light bar in an Aerodynamic Design. The sign is illuminated in a FLASHING mode by use of Red translucent LED’s to give visibility the sign from all the angles in the Front and behind of the Vehicle. Police is to be written with reflective Red Colour Tape. Frame should made of Fiber Glass and in the Front and Rear Clear Polycarbonate Sheet is to be provided for visibility and protection. Total load on the battery should be 0.75 Amp. only. C. FIXTURE: Suitable designed fixture to be provided for attachment of the whole unit on the top of Bolero / Sumo type hard top vehicle. D. AMPLIFIER: Should have an advanced efficient an economical full featured Electronic Siren cum PA amplifier and Control Panel for light Bar, Police Sign, Hi-power LED Flashing Light and revolving Spot Lights. FEATURES: A high degree of reliability is achieved through the use of integrated circuits and silicon output transistors providing improved performance and durability under a wide range of environmental conditions. A wide range of features including all the basic tones (i.e. Wall, Yelp, Hi-Lo and Peak and hold Manual Siren) PA Radio rebroadcast and as well as built in Air Horn Sound with Siren override to be provided in Digital Amplifier. A hand held microphone is to be supplied along producing high quality voice reproduction. The microphone push talk switch override my siren for instant PA use. Radio rebroadcast and PA volume are to be adjustable by means of a front panel Volume Control. SELECTOR SWITCH FUNCTION: Radio Incoming Radio Message are to be amplified by the Amplifier and rebroadcast over the Light Bar Speaker. Manual Siren may be activated by the HORN/SIREN switch. Ail Continues “wailing” up and down in frequency. Yelp Continuous rapid “warbled” tone. Hi-Lo Distinctive two tone sound. 16 HORN / SIREN PADDLE SWITCH Up position activates Electronic air horn sound and down position activates peak and hold manual sound in any mode except Radio. Power 40 W Input Voltage 11-13.2 V DC Stand by Current 120 Ma Operating Current 3.4 Amp. Max. at 40 Watt. E. MICROPHONE: Hand Held Microphone suitable for mobile use provided with mounting clip for hanging the microphone when not in use. Material ABS Moulded Feature Single Mic Cartridge Impedance 130-155 Ohms. Flexible Coil Cord F. REVOLVING SPOT LIGHTS: These Spot /Search Lights are to Lighten the area with a revolving mechanism to revolve the Light 360° Horizontally (i.e. Left and Right) & 120° Vertically (i.e. up and down) using multi gear revolving mechanism with heavy duty motors. The Horizontal & Vertical movement can be controlled from inside the vehicle for easy and effective patrolling of the PCR Vehicles at Night Time or Manually from outside also. SPECIFICATIONS: Multi-Gear Revolving / Mechanism with heavy-duty motors. Switches for Operation of the Lights and revolving System by Remote. The Spot Light is to be fitted behind the Light Bar on the Special platform with the Light bar. Current Drain 1 Amp. DIMENSIONS: Height 222 MM Width 166 MM Depth 168 MM G. COVER : Rexin water proof cover with zip system to be provided as accessory. 17 4. ACOUSTIC HAILING DEVICE (AHD) Technical Specification : 1 2 3 4 5 6 Acoustic Specifications Sound pressure level max Sound pressure level typical Back plane rear lobe SPL* Usable range** : : : : Beam width, primary (coherent) Acoustic field Frequency range Power requirements Power input : + 10° (20° conical @ 2 kHz) : 275 Hz -12 kHz : 100-250 VAC/50-60Hz : 1.2 amps 110-120v, typical Current draw (normal voice) Current draw (max tone) Environmental Random vibration Shipboard vibration : MIL-STD-810F, Method 514.4 : MIL-STD-167-1A Shipboard shock SRS shock(functional) High/ Low temperature operation Rain ( blowing) : : : : Operating humidity Salt fog Safety Standard Electromagnetic Compatibility: : MIL-STD-810F, Method 507.4 : MIL-STD-810F, Method 509.4 : : MIL-STD-1474D Standard : FCC part 15 Class A Radiated and Conducted Emissions : : 22.78” W x 23.31” H x 14.38” D (0.58 m x 0.59 m x 0.37 m) : 227 in ² (0.15 m²) Physical specifications Emitter head dimensions Surface Area (wind loading) 7 148 dB A-weighted @ 1 m 100 dB @ 500 meters* 95 dB @ 1 kHz Up to 1000 m Emitter head weight Color Mission Critical Options Searchlight, 7.5 m candle power, Laser / Dazzler, Thermal or daylight camera, Maritime cover, Remote controller, Saddle bracket, Tripod : 2.0 amps 110-120v, typical MIL-S-910D, Class 1 MIL-STD-810F, Method 516.5 MIL-STD-810F, Method 501.4 & 502.4 MIL-STD-810F, Method 506.4 : 49 Ibs (22.2 Kg) : Navy Gray, Tan, Custom 18 5. 6. TELESCOPIC LADDER Technical Specification : i. Length Extended Not less than 3.8 Mtrs. ii. Length Closed Not more than 110 Cm iii. Width Not less than 61 Cm iv. Weight Not More than 12.8 Kg. v. Number of Treads Minimum 12 vi. Tread Width Not less than 65 mm vii. Material Aluminum Alloy SAFETY SIGNAL BATON Technical Specification : It should of heavy duty, leak proof dry cell battery based signaling Baton containing blinking LEDs in a weatherproof enclosure. i) The light of the baton should be very bright which can be noticed from a far distance. ii) It should be visible during day and night. iii) It should be suitable for Traffic / site management. iv) It should be available in Red / Red & Green colour with black handle with sling. v) It should be have a hook / clip to fix to the belt. vi) Maximum brighter baton is preferable. vii) Life should be minimum 400 hrs. viii) LED-minimum 4 pcs. ix) Should be handy and easy to operate x) Length – 10 -12 inch xi) Accessory - Heavy duty pencil cell 6 nos. to be provided. 7. RETRO REFLECTIVE JACKET Technical Specification : The jacket should have fluorescent stripes ‘ Odisha Police” letters at front and rear side for use of Traffic Police for performing Traffic duty during low light condition. It should be of free size. Colour - Orange. 19 8. POWER CUTTER (PETROL DRIVEN PORTABLE POWER SAWS) Technical Specification : Petrol Engine of 90cc (Min), 7 H.P (Min), 13500 rpm, and 20 inches/500mm guide bar, pitch of chain to be 3/8 inch, Semi-automatic pull cord type start, with all Control and safety device of reputed make. It should be light weight of 7 to7.5kg.The items to be new, unused and suiting to latest design and specifications. Accessories – Sturdy Gloves – 1 sets, Gum Boot – 1sets, Apron – 1 no. Ear Plug – 1 sets, Goggles – 1sets, Helmet – 1no. 9. BREATH ANALYSER Technical Specification : I. Fuel Cell Sensor ii. Operating temperature range : iii. Alcohol measuring range : iv. Warm-up time : v. Recovery Time : Under 60 seconds at 0.35 mg/L vi. Memory : Around 3,000 complete tests vii. Instrument Power Supply : viii. Printer power Supply ix. Simple Readout x. 10. : Highly specific to breath Alcohol 0 - 40° C 0 – 3.00 mg /L BrAC for operator and subject There is no heating, so no warm-up time. : 2x AA cells (over 750 tests) Rechargeable only : The alcohol reading should be shown in use graphics display system. Printer : It should produce multiple, tamper proof copies of the Alcohol reading, with date and time + spaces clear, easy to ROAD BARRIER Technical Specification : i. Size 8’ (L) x 6’.4” (H) x 2’ (W) with 2 (two) supports on the sides of the barrier. ii. Diameter of Pipe 50 – 100mm iii. Thickness of Pipe 1.5 to 3 mm iv. Diameter of Wheels 18 Cms v. No. of Wheels 4 (four) nos. of rotating steel wheels mounted on 2 (two) axles. The base width of the axles should be such that the barrier is stable / balanced. 14 Gauge vi. Rectangular Wire Mesh vii. Steel Sheet viii. Wire Mesh 20 Gauge -Thickness-2.5mm - Square size-35mm x 35mm - Iron angle 25mm x 25mm x 5mm (thickness in both sides) 20 ix. Size of Axle of Wheels x. Length of Axle xi. Monogram xii. Words Painted (Minimum 2 coats) xiii. Welding xiv. Painting xv. Lock System 28mm x 28mm 75-80 cms “ODISHA POLICE” steel sheet space with white night shining paint. “ODISHA POLICE” to be written as per order Proper welding at junction & joints Smooth & Grinded to prevent injury to the user. Appropriately painted to conceal rough edges. As per order One side, one hook of Steel 50mm diameter Other side, two hooks of steel with 50 x 50 mm diameter and a lock or any variation find suitable. One side handle to move the barrier. 21 GENERAL BID FORM Tender Call Notice No. Tender Document No.IV 1. Name Full Address. Fax No. Telephone No. E-mail of the firm. 2. Legal status of the firm. 3. Items for which you have submitted the bid. 4. For which of the items above you are the Original Equipment Manufacturer (OEM) 5. Give the location and Address of your factory. 6. For the items listed at (3) above and where You have submitted the bid but you are not The OEM, indicate against each of the names Of the OEM. 7. Kindly confirm by writing ‘ Yes ‘ or ‘ No ‘ only that you have been authorized by the respective OEMs either as dealer or as sale, supply and Servicing agent in respect of the items you are not the OEM. 8. Which of the items, you have submitted the Bids for, will be fully or substantially imported, Indicate the country to be imported from. 9. Have you enclosed the EMD? If yes, mention the amount and its in identifying details. 22 10. Have you enclosed all the documents and Papers called for in this tender document? As per Annexure-C ( please enclose the documents serially as per above Annexure). 11. If the answer to (10) above is No Which of the documents / papers called for in the tender document have not been enclosed. (Kindly enclose a list of such documents/papers) (Use a separate sheet of paper if necessary) 12. Do you have a Post Sales –Servicing Centre in Odisha? If yes, give its Name Full Address, Fax and Tel. Nos. Seal and Signature of the Bidder. A.I.G. of Police (Provisioning), Odisha, Cuttack Seal and Signature of the Tender Calling Authority. 23 ANNEXURE :-C SL no. 1 I II III IV V VI VII VIII IX Check List of documents to be enclosed to General bid Form (Reference Sl. 23 of General Conditions of contract) Reference SL. Nature and Type of document Whether enclosed of General (with page reference) conditions of contract 4 2 3 Yes No 1 Proof of OEM (i.e. Certificate issued by Industries department Central excise authorities, Registrar of companies)/ Authorised Agent of OEM / Authorised dealer of OEM (i.e Certificate issued by the OEM) 12 Promotional and Technical literature relating to the items tendered 17 Valid Registration certificate issued under VAT,CST and Income Tax Acts by competent Authorities 18 IT Returns, Annual VAT and CST Returns, Balance Sheet, P/L a/c and trading a/c (All document mentioned above must relate to the previous year i.e.2011-12) and PAN Card. 20 a) OVAT Clearance certificate up to March 2012 in case of registered dealers of Odisha. b) Affidavit in prescribed format by dealers of outside Odisha declaring that they have no business in Odisha nor they have any OVAT liability (Annexure-D). 21 EMD of Rs.-----in shape of BD/BC/NSC/FDR/Postal savings Pass Book 22 Technical bid (i.e. Tender Document No.V) & Financial bid ( i.e. Tender Document No.VI) should be separately sealed in two covers and over them it should be clearly mentioned as Technical / Financial Bid with name of the firm and Signature of the Bidder. 36 Proof of past performance regarding supply of tendered item to Government organisation/PSUs i.e. copies of supply order/sale invoice (as per Annexure-“E” in line with special condition of Contract Sl. No.6) . 46 Undertaking to supply spare parts for maintenance of items for 10 years if selected for supplying the tendered item. Signature & Seal of the bidder 24 ANNEXURE-D PROFORMA FOR SUBMISSION OF AFFIDAVIT IN RUPEES OF TEN OF INDIA NON JUDICIAL STAMP PAPER BY THE FIRMS WHO ARE NOT REGISTERED UNDER ODISHA VAT ACT. I ____________________________, Aged ______________About _______________years son of Sri ______________________________, the Proprietor________________________ of M/S___________________________ do hereby solemnly affirm and declares as under: 1. That I am the deponent of this affidavit. 2. That I do hereby declares that I have not been registered under the Odisha Vat Act and have not started any business in the State of Odisha till yet & we have no liability under the Odisha Vat Act. 3. That I swear this affidavit to be produced before the concerned authority for future reference and record. 4. That the facts stated above are true to the best of my knowledge and belief and nothing has been concealed thereon. Identified Advocate Deponent The above named deponent being identified by Shri _____________________ Advocate______________________ solemnly affirm and states before me that the contents of this affidavit are true to the best of his knowledge. Dt. Notary:______________________ (With Seal Stamp) 25 ANNEXURE-E Checklist of documents to be submitted with General Bid form (as per special Conditions of Contract) SL No. 1 1 Reference SL of Special condition of contract 2 6 Nature and Type of document 3 List of names, complete address, Telephone numbers of customers to whom the tendered item had been supplied during last 3 years Whether enclosed 4 Yes No Signature and Seal of Bidder. 26 TECHNICAL BID FORMAT Tender Call Notice No. Tender Document No.-V Sl. No. 1. Whether offered product fulfils the detailed Technical Specifications, Kindly answer. Yes or No only. Items. POLYCARBONATE LATHI TECHNICAL SPECIFICATIONS i) It should be polycarbonate, unbreakable and light weight. The end should be covered by Polycarbonate end caps. It should have handgrip with Nylon rope to hold smoothly. Total Length 1 Meter ( + 2 cm) ii) Handgrip - 15 cm long with Nylon Rope. iii) End cap - 10 cm (Plain) iv) Diameter - 25 mm v) Thickness - 3 mm ( + 0.1 mm) vi) Raw materials - Poly Carbonate vii) Weight - 300 gms. ( + 10 gms.) viii) Colour - Khaki 2. ANTI RIOT CONTROL HELMET WITH POLYCARBONATE VISOR TECHNICAL SPECIFICATIONS i) Shape ii) Weight iii) Thickness of Veil : 2.5 / 3 mm. iv) Material : FRP v) Surface : Smooth vi) Colour vii) Features : The Anti-Riot Helmet should provide full bead, neck, and face protection against non-ballistic threats such as rocks, bottles, sticks, etc. The Helmet and face shield are to be made of high impact resistant plastic (material of Helmet: high impact resistant ABS plastic, material of veil: high impact resistant : : Round Shape Shell Should not exceed 1300 gm. : Olive Green Offered specifications and details of deviations if any. (Separate paper indicating details in case of major deviations to be attached) 27 Sl. No. Items. polycarbonate plastic) to provide the best protection possible, while the inside of the Helmet is padded to help minimize the shock of blunt trauma to the head. An adjustable chinstrap allows for the perfect fit. viii) Additional Features: Helmet intended for Riot Control and Law enforcement operations with risk of projectile, gas, smoke etc. Should be compatible with the adaptation of respirator gas mask. Comfortable interior with padding for shock absorption. 3. ANTI RIOT PUBLIC ADDRESS SYSTEM WITH SEARCH LIGHT FOR POLICE PATROLLING VEHICLE. TECHNICAL SPECIFICATIONS A. a) b) c) d) e) a) b) LED BAR LIGHT Fourteen standard FLASHING LED LAMPS sharply define the perimeters of the Emergency Vehicle, giving the DRIVER AS ADDED MARGIN OF SAFETY. Each FLASHING LED LAMP is independently powered by 31 LED square special built in reflector & Lens MODULE with QUAD/DOUBLE FLASHING PATTERNS. Aerodynamic Design 4 Flashing LED lamps are provided for Front. 6 for Side & 4 for Back No Blind Spots True 360° Unobstructed Warning Power. Low Energy Consumption. Minimum wind Drag. SPECIFICATIONS : DIMENSIONS IN MM: Length 1110 mm Width 270 mm Height 115 mm (142 mm with Chassis) Input Voltage 13.2 V DC –ve ground Current Drain 2.2 Amps only. CONSTRUCTION OF BAR LIGHT: Base Sheet Metal MS mm ( special Non Rusting GRADE) Speaker Stainless Steel. Grill Whether offered product fulfils the detailed Technical Specifications, Kindly answer. Yes or No only. Offered specifications and details of deviations if any. (Separate paper indicating details in case of major deviations to be attached) 28 Sl. No. c) d) e) f) B. C. D. Items. Speaker 2 PCs, 40 Watts Unit Horn, Concealed under the Speaker Grill Fully waterproof. Mounting Special Clamps for body Hugging Fitment on the Vehicle Roof. Shape Sleek Aerodynamic, Hexagonal Design with rounded edges for minimum wind Drag. Junction Box All wire connections covered in the unit should be suitably concealed in water proof junction box. POLICE SIGN: Police illuminated sign is to be mounted behind the Light bar in an Aerodynamic Design. The sign is illuminated in a FLASHING mode by use of Red translucent LED’s to give visibility the sign from all the angles in the Front and behind of the Vehicle. Police is to be written with reflective Red Colour Tape. Frame should made of Fiber Glass and in the Front and Rear Clear Polycarbonate Sheet is to be provided for visibility and protection. Total load on the battery should be 0.75 Amp. Only. FIXTURE: Suitable designed fixture to be provided for attachment of the whole unit on the top of Bolero / Sumo type hard top vehicle. AMPLIFIER: Should have an advanced efficient an economical full featured Electronic Siren cum PA amplifier and Control Panel for light Bar, Police Sign, Hi-power LED Flashing Light and revolving Spot Lights. FEATURES: A high degree of reliability is achieved through the use of integrated circuits and silicon output transistors providing improved performance and durability under a wide range of environmental conditions. A wide range of features including all the basic tones (i.e. Wall, Yelp, Hi-Lo and Peak and hold Manual Siren) PA Radio rebroadcast and as well as built in Air Horn Sound with Siren override to be provided in Digital Amplifier. A hand held microphone is to be supplied along producing high quality voice reproduction. The microphone push talk switches override my siren for instant PA use. Radio rebroadcast and PA volume are to Whether offered product fulfils the detailed Technical Specifications, Kindly answer. Yes or No only. Offered specifications and details of deviations if any. (Separate paper indicating details in case of major deviations to be attached) 29 Sl. No. E. F. Items. be adjustable by means of a front panel Volume Control. SELECTOR SWITCH FUNCTION: Radio Incoming Radio Message is to be amplified by the Amplifier and rebroadcast over the Light Bar Speaker. Manual Siren may be activated by the HORN/SIREN switch. Ail Continues “wailing” up and down in frequency. Yelp Continuous rapid “warbled” tone. Hi-Lo Distinctive two tone sound. HORN / SIREN PADDLE SWITCH Up position activates Electronic air horn sound and down position activates peak and hold manual sound in any mode except Radio. Power 40 W Input Voltage 11-13.2 V DC Stand by Current 120 Ma Operating Current 3.4 Amp. Max. at 40 Watt. MICROPHONE: Hand Held Microphone suitable for mobile use provided with mounting clip for hanging the microphone when not in use. Material ABS Moulded Feature Single Mic Cartridge Impedance 130-155 Ohms. Flexible Coil Cord REVOLVING SPOT LIGHTS: These Spot /Search Lights are to Lighten the area with a revolving mechanism to revolve the Light 360° Horizontally (i.e. Left and Right) & 120° Vertically (i.e. up and down) using multi gear revolving mechanism with heavy duty motors. The Horizontal & Vertical movement can be controlled from inside the vehicle for easy and effective patrolling of the PCR Vehicles at Night Time or Manually from outside also. SPECIFICATIONS: Multi-Gear Revolving / Mechanism with heavy-duty motors. Switches for Operation of the Lights and revolving System by Remote The Spot Light is to be fitted behind the Light Bar on the Special platform with the Light bar. Whether offered product fulfils the detailed Technical Specifications, Kindly answer. Yes or No only. Offered specifications and details of deviations if any. (Separate paper indicating details in case of major deviations to be attached) 30 Sl. No. G. 4. Whether offered product fulfils the detailed Technical Specifications, Kindly answer. Yes or No only. Items. Current Drain 1 Amp. DIMENSIONS: Height 222 MM Width 166 MM Depth 168 MM COVER : Rexin water proof cover with zip system to be provided as accessory. ANTI RIOT PUBLIC ADDRESS SYSTEM WITH SEARCH LIGHT FOR POLICE PATROLLING VEHICLE. TECHNICAL SPECIFICATIONS 1 2 Acoustic Specifications Sound pressure level max Sound pressure level typical Back plane rear lobe SPL* Usable range** Beam width, primary (coherent) Acoustic field Frequency range Power requirements Power input Current draw (normal voice) Current draw (max tone) 3 Environmental Random vibration Shipboard vibration Shipboard shock SRS shock(functional) High/ Low temperature operation Rain ( blowing) Operating humidity 148 dB A-weighted @ 1 m 100 dB @ 500 meters* 95 dB @ 1 kHz Up to 1000 m + 10° (20° conical @ 2 kHz) 275 Hz -12 kHz 100-250 VAC/50-60Hz 1.2 amps 110-120v, typical 2.0 amps 110-120v, typical MIL-STD-810F, Method 514.4 MIL-STD-167-1A MIL-S-910D, Class 1 MIL-STD-810F, Method 516.5 MIL-STD-810F, Method 501.4 & 502.4 MIL-STD-810F, Method 506.4 MIL-STD-810F, Method 507.4 Offered specifications and details of deviations if any. (Separate paper indicating details in case of major deviations to be attached) 31 Sl. No. Salt fog 4 Safety Standard Electromagnetic Compatibility: Standard 5 6 Whether offered product fulfils the detailed Technical Specifications, Kindly answer. Yes or No only. Items. Physical specifications Emitter head dimensions MIL-STD-810F, Method 509.4 MIL-STD-1474D FCC part 15 Class A Radiated and Conducted Emissions 22.78” W x 23.31” H x 14.38” D (0.58 m x 0.59 m x 0.37 m) 227 in ² (0.15 m²) 49 Ibs (22.2 Kg) Navy Gray, Tan, Custom 7 Surface Area (wind loading) Emitter head weight Color Mission Critical Options Searchlight, 7.5 m candle power, Laser / Dazzler, Thermal or daylight camera, Maritime cover, Remote controller, Saddle bracket, Tripod 5. TELESCOPIC LADDER TECHNICAL SPECIFICATIONS i) Length Extended Not less than 3.8 Mtrs. ii) Length Closed Not more than 110 Cm iii) Width Not less than 61 Cm iv) Weight Not More than 12.8 Kg. v) Number of Treads Minimum 12 vi) Tread Width Not less than 65 mm vii) Material Aluminium Alloy 6. SAFETY SIGNAL BATON TECHNICAL SPECIFICATIONS i) It should of heavy duty, leak proof dry cell battery based signalling Baton containing blinking LEDs in a weatherproof enclosure. The light of the baton should be very bright which can be noticed from a far distance. Offered specifications and details of deviations if any. (Separate paper indicating details in case of major deviations to be attached) 32 Sl. No. Whether offered product fulfils the detailed Technical Specifications, Kindly answer. Yes or No only. Items. ii) It should be visible during day and night. iii) It should be suitable for Traffic / site management. iv) v) It should be available in Red / Red & Green colour with black handle with sling. It should be have a hook / clip to fix to the belt. vi) Maximum brighter baton is preferable. vii) Life should be minimum 400 hrs. viii) LED-minimum 4 pcs. ix) Should be handy and easy to operate x) Length – 10 -12 inch xi) Accessory - Heavy duty pencil cell 6 nos. to be provided. 7. RETRO REFLECTIVE JACKET TECHNICAL SPECIFICATIONS The jacket should have fluorescent stripes “Odisha Police” letters at front and rear side for use of Traffic Police for performing Traffic duty during low light condition. It should be of free size. Colour - Orange. 8. POWER CUTTER (PETROL DRIVEN PORTABLE POWER SAWS) TECHNICAL SPECIFICATIONS Petrol Engine of 90cc (Min), 7 H.P (Min), 13500 rpm, and 20 inches/500mm guide bar, pitch of chain to be 3/8 inch, Semi-automatic pull cord type start, with all Control and safety device of reputed make. It should be light weight of 7 to7.5kg.The items to be new, unused and suiting to latest design and specifications. Accessories – Sturdy Gloves – 1 sets, Gum Boot – 1sets, Apron – 1 no. Ear Plug – 1 sets, Goggles – 1sets, Helmet – 1no. 9. BREATH ANALYSER TECHNICAL SPECIFICATIONS i) Fuel Cell Sensor ii) Operating temperature range Alcohol measuring range iii) Highly specific Alcohol 0 - 40° C to 0 – 3.00 mg /L BrAC breath Offered specifications and details of deviations if any. (Separate paper indicating details in case of major deviations to be attached) 33 Sl. No. Whether offered product fulfils the detailed Technical Specifications, Kindly answer. Yes or No only. Items. iv) Warm-up time v) Recovery Time vi) vii) viii) ix) Memory Instrument Power Supply Printer power Supply Simple Readout x) Printer for operator and subject There is no heating, so no warm-up time. Under 60 seconds at 0.35 mg/L Around 3,000 complete tests 2x AA cells (over 750 tests) Rechargeable only The alcohol reading should be shown in clear, easy to use graphics display system. It should produce multiple, tamper proof copies of the Alcohol reading, with date and time + spaces 10. ROAD BARRIER TECHNICAL SPECIFICATIONS i) Size ii) iii) iv) v) Diameter of Pipe Thickness of Pipe Diameter of Wheels No. of Wheels vi) Rectangular Wire Mesh Steel Sheet Wire Mesh vii) viii) ix) x) xi) Size of Axle of Wheels Length of Axle Monogram 8’ (L) x 6’.4” (H) x 2’ (W) with 2 (two) supports on the sides of the barrier. 50 – 100mm 1.5 to 3 mm 18 Cms 4 (four) nos. of rotating steel wheels mounted on 2 (two) axles. The base width of the axles should be such that the barrier is stable / balanced. 14 Gauge 20 Gauge -Thickness-2.5mm - Square size-35mm x 35mm - Iron angle 25mm x 25mm x 5mm (thickness in both sides) 28mm x 28mm 75-80 cms “ODISHA POLICE” steel sheet Offered specifications and details of deviations if any. (Separate paper indicating details in case of major deviations to be attached) 34 Sl. No. xii) Whether offered product fulfils the detailed Technical Specifications, Kindly answer. Yes or No only. Items. xiii) Words Painted (Minimum 2 coats) Welding xiv) xv) Painting Lock System Offered specifications and details of deviations if any. (Separate paper indicating details in case of major deviations to be attached) space with white night shining paint. “ODISHA POLICE” to be written as per order Proper welding at junction & joints Smooth & Grinded to prevent injury to the user. Appropriately painted to conceal rough edges. As per order One side, one hook of Steel 50mm diameter Other side, two hooks of steel with 50 x 50 mm diameter and a lock or any variation find suitable. One side handle to move the barrier. Signature and Seal of Bidder. 35 FINANCIAL BID FORMAT Tender Call Notice No. Tender Document No.-VI PART-I 1. 2. 3. 4. 5. 6. 7. 8. 9. Name and address of the Bidder. whether a manufacturer / Authorized Agent / Authorised dealer States in which Business run. State from which material would be delivered if found successful in the bid. VAT Registration Number. CST Registration Number. PAN :Annual Turn over of Previous Financial year. Whether the above Registration Certificates are valid / suspended / cancelled at the time of filing tender. Whether up to date returns under all Acts filed? 10. PART-II 1. Brand name of the item manufactured / traded : -2. Basic unit Price : -3. Excise Duty / Additional Excise Duty @ -- % : -4. Freight / Transportation Charges :-5. Loading and Unloading Charges :6. Any Other Charges before Delivery :7. Central Sales Tax @ -- % :-8. Odisha Entry Tax @ -- % :-9. OVAT @ -- % :-10. Any other Charges -----------------------------------------------------------------------------------------------------------------------------------11. Gross Price of the Unit to be considered (Sum total of Sl.1 to 10 of Part-II above) 12. Total Sum payable for supply of entire bid quantity. (Mark NA against the Sl. Which is not applicable) PART-III 1. 2. 3. Terms & Conditions of Delivery Terms and Conditions of Payment Preference for mode of payment of "Performance Security" - Seal & Signature of the Bidder
* Your assessment is very important for improving the work of artificial intelligence, which forms the content of this project
advertisement