tender format tender for purchase of equipments …
TRANSCRIPT
TENDER FORMAT TENDER FOR PURCHASE OF EQUIPMENTS FOR
MIZORAM POLICE
1. NAME OF THE FIRM
2 CORRESPONDENCE ADDRESS WITH TELEPHONE AND FAX NO
3 LOCAL ADDRESS WITH TELEPHONEAND FAX NO.
4. WHETHER REGISTERED WITH NSIC DGS&D IF YES ATTACH COPY
5. GST REGISTRATION & GST CLEARANCE CERTIFICATE
COPY OF AUTHORISED DISTRIBUTOR 6. / DEALERSHIP/MANUFACTURER
7. SPECIFICATIONS OF THE SYSTEM
ALONGWITH LITERATURE/BROCHURE:
8. APPLICATION FEE
9. EARNEST MONEY DETAIL
10. COPY OF TERMS AND CONDITION
DULY SIGNED
SIGNATURE OF THE TENDERER WITH STAMP EOF HE D.GA OFFICE
RAM:
Page 1 of 14
GOVERNMENT OF MIZORAM POLICE HEADQUARTERS: AIZAWL
*****
No.D.11014/CSS/Equipts/19-20/ Dated Aizawl the October, 2020.
TENDER NOTICE Sealed tenders are invited in two-bid system, i.e. Technical Bid and Pricel
Commercial bid by the undersigned from the manufacturers/authorized distributors for purchase of following item(s) through registered post or these can be put personally in the
sealed tender box kept in the Construction Branch of the office of the Director General of
Police, Mizoram, Aizawl.
Sl No.
Name of items Application fee Earnest money
7 1000/
(Non-refundable) 2 % of the value of the Equipments for Mizoram Police at
1 *Annexure - I quoted items
TERMS & CONDITIONS The specifications of required items are enclosed with this notice. Tenderers
are advised to quote their Rate after careful study of the tender specifications as well as the
following terms and conditions:
1. The tenders should reach the office of Director General of Police latest by 1200 hrs
on 16.11.2020.
Tender envelope(s) must be EQUIPMENTS FOR MIZORAM POLICE" and Name of tenderer & Address a
bottom left of the envelop Mizoram.
2. sealed and super-scribed "TENDER FOR
which shall be addressed to Director General of Police,
Envelope for the bid shall contain the following 3.
TECHNICAL BID as per Annexure II. The word "TECHNICAL BID for chase of Equipments for Mizoram Police due to open on 16.1.2020 at
2:00 PM" shall be prominently marked on the top of the envelope.
(i)
i
PRICE BID as per Annexure III. The word "PRICE BID for purchase of (i) Equipments for Mizoram Police" shall be prominently marked on the top of
the envelope.
(i) A copy of terms and conditions duly signed by the tenderer, as a token of
acceptance of the same should be attached alongwith the tender.
(iv) Proof of their manufacturing/authorized dealership/distributorship. This is subject to verification if necessary.
Copy of self - attested GST registration indicating GST number or
documentary evidence in case of exemption. (v)
Earnest Money Deposit in the shape of Deposit at Call in favour of Director General of Police, Mizoram payable at Mizoram. No interest will be given on E.M.D. No tender will be accepted without requisite E.M.D. as mentioned in
tender notice.
(vi)
(vii) Duly filled up check list as per Annexure IV
(vii) The declaration that bidder has not been blacklisted by any Govt. agency within Mizoram and abroad during last 5 years. The tender will be rejected straight way without assigning any reasons if the firm is found involved in any
criminal case, declared blacklisted by any Govt. Semi Govt. department/agencies etc.
The TECHNICAL BIDS will be opened first on 16.11.2020 at 2:00 PM and the PRICE BIDS will be opened only after scrutiny of technical bid and technical/quality evaluation of the items.
4.
The tenderer can remain present himself or his authorized representative åt the time of opening of tender.
5.
All the bidders whose technical bid is declared qualified by the Technical Committee will demonstrate their product before the Technical Evaluation Committee at a short notice if called for.
6.
The application fee is non-refundable. In case the firm fails to attach the receipt/ draft of application fee, the tender shall be rejected.
7.
8. Incomplete tender/conditional tenders will not be accepted.
9. All SSI units registered with NSIC/DGS&D for this item as per specification are exempted from the EMD. They have to enclose valid registration document/ exemption certificate with their tender.
Tenderer would not be permitted to alter or modify their bids after expiry of the deadline for receipt of bids.
10.
The quoted price must be inclusive of all taxes and other charges, etc. No claim for taxes/charges will be entertained at a later stage. Nothing over and above the quoted
price would be payable to the successtul bidder. Tenderer must quote the net price both in words as well as in figures. Any over writing/cutting, etc. render the tender invalid.
11.
12. he irm whose rates are accepted will have to deposit 5% of the total cost of the item Is Performance Security in the shape of Deposit at Call in favour of Director General of Police, Mizoram before the supply order is placed to the firm. In case, the firm does not complete the supply within the delivery period, liquidated damage charges
will be charged @ 2% of total cost per month of the item and action will be taken
to blacklisting the firm and forfeiture of its Security Money. No interest will be
given on Security Money.
In case the fim fails to deposit the security money within the stipulated time, the
EMD of the firm will be forfeited. 13.
The Purchase Committee, in order to satisfy itself can order on the spot enquiry to
verify the soundness & capability of the item and any other information given by the
tendering firms.
14.
The Purchase Committee reserves the right to relax any terms and condition in the Government interest, with the approval of competent authority. The Purchase
Committee reserves the right to reject any tender or all tenders without assigning any
reasons thereof.
15.
16. The rates will be valid till supply of the item is completed, in all respect.
17. The rates will be F.O.R. at Aizawl - 796001.
In case the firm fails to supply the item within stipulated delivery period, the item will
be procured from the open market, if so desired by Purchase Committee and the
difference of cost, if any, will be recovered from the Security Money and pending
bills of the defaulting firm, by calling explanation after issuing notice.
18.
The quantity of the items mentioned in the tender notice can be increased or
decreased, at any stage till the delivery of consignment is completed.19.
The payment will be made on receipt/acceptance of store in good condition as per
prescribed specification. No advance payment will be made. No claim for interest in
case of delayed payment will be entertained by the Department.
20.
21. All disputes are subject to the jurisdiction of the Courts in Aizawl.
In case of violation of any clause of contract/agreement deed, the explanation of the
firm can be called by issuing show cause notice. If the reply is not found satisfactory,
Security Money can be forfeited as well as action for blacklisting can also be taken
prior to taking any legal action.
22.
Foreign Companies shall participate in the tender, only through their Distributors
Agent in India. No foreign company shall be entertained directly. 23.
Page 4 of 14
24. In case of any differences, the firm can be called for negotiation to patch up the
differences on table prior to approaching court.
25 The bidder should carry a warranty/guarantee of subjected store for a period of at least
one year.
(C. LALNUNMAWIA) AIGP (P & L)
for Director General of Police Mizoram, Aizawl.
No.D.11014/CSS/Equipts/19-20/177 Copy to-
Dated Aizawl the I October, 2020.
1. The Director, I&PR for publication in the newspaper. Gist of the tender enclosed herewith for publish in 2 (two) leading local newspaper for 2
consecutive days.
2n-Charge, Mizoram Police Website for information and necessary action.
3. Notice Board.
(C. LALNUNMAWIA) AIGP (P & L) for Director General of Police
Mizoram, Aizawl.
ANNEXURE I
LIST OF TENDERED ITEMS WITH TECHNICAL SPECIFICATION SI.
No. Item Qty. Minimum technical specification required
Operating System Windows 10 Pro
Processor: No. of core -4 or more Base frequency -3.20GHz or higher
Memory: DDR4/ 4 GB (standard) Up to 32 GB
(maximum) Storage: 1 TB hard drive/DVD-Writer/Drive Interface/SATA 6 Gbps minimum
.Minimum Graphics: HD Graphics 630/DDR4 Shared graphics memory Connectivity: 802 11lac wireless LAN/Gigabit LAN
Computer set for 1 30 nos.
CCTNS
PCI Slots: 2x PCI Express® X16 Ports&Connectors: 4x USB 2.0/6x USB 3.1 Gen 1/Network (RJ-45)/Display Port TM/HDMI® Output
Power Supply: 300W .Power supply: 220V/400V /110V (Single
phase) Max Wheel diameter: 45" (1143mm) Max. Wheel width: 16" (406mm)
.Outside clamping: 12"~23
.Inside clamping: 14"~26"
Air supply:28 bar Bead breaker force:2 2500kg Noise level: 75dB .Weight: 330/285kg approx.. 2 Tyre Changer 5 nos. Features Full automatic pneumatic tilting arnm with
pneumatic lock
Bigger and bending 360 degree special rotary type shovel press the tyre any angle
High strength steel pedal .Central positioning device make the tyre and
turntable keep in one concentric circle At least 26" large turntable and powerful
motor, suitable for low profile tyre Scale :360 (6400 mil)
+0.5 Accuracy in scale Top scale
Accuracy in top scale :+1°
Scale reading
Mounting
Adjustable 360 Liquid Prismatic
3 :Through lensatic prism Magnetic needle provided with jewel resting on an iridium point pivot
13 nos. Compass
Tilt in total rotation 14
Page 6 of 14
Color : Preferably camouflage Material :Metal Liquid Fill
Waterproof Physical Specifications .Tunnel Size : 600mm (W) by 400 mm (H)
minimum. Inclusive of Infeed and Outfeed SS
table. Idle rollers should be provided at either ends of the tunnel to facilitate placing of
baggage. Throughput: 200 bags/hr or more
Support: Heavy duty casters (mobile), Screw
Jack Levelling Feet (Stable) General Specifications
Resolution : 38 AWG
Penetration thickness 35 mm thick steel or
:Yes Yes
more
Boundary Leakage: The radiation level
should not exceed accepted health standard
(0.1 mR/hr at a distance of 5 cm from external
housing). Relevant certificate from AERB.
S/N Ratio < 60 dB
Conveyor Speed: 0.18 - 0.3 m/s.
Bidirectional conveyor movement.
Conveyor Max Load:200 Kg or more distributed evenly.
Power Consumption: 0.5 KW
Film Safety Guarantee: ASAMSO 1600 Film
Radiation Safety Lead impregnated safety screens should be available at either ends of
Portable Baggage 6 nos. Scanner
the tunnel. This should be covered by relevant
AERB certificate.
X-ray Generator (Single) Anode Voltage : 160kV to 185 kV
X-Ray Source/Generator: Should be capable of operating smoothly for a period of atleast
six years. (OEM certificate should be
obtained from the Vendor)
Tube Current: Standard Mode-0.7 mA or better, High Penetration Mode-1.0 mA or
better
Cooling: Sealed oil bath Duty Cycle: 100%
X-ray beam divergence should be such that the complete image at maximum size of bag is
displayed without corner euts.
Sensors> 1000 diodes. In case of defective diode arrays, scanning should be disabled and error message should be displayed on the
screen.
Page 7 of 14
Operation Power 230V AC and 5OHz, Single phase and should be able to withstand voltage fluctuations in the range of 170V to 260 V,
Single Phase, 3 to 5 Amp UPS:3 KVA or better online with back-up time of 30 min to whole system.
Software System Fault diagnostics: All models should have
software controlled diagnosis report facility and system should give printout if printer is
connected.
Image processing: Min 8 X electronic zoom.
With the function of Color/ B & W, negative,
high/low penetration, organic linorganic stripping, general enhancement, and pseudo
color, etc. Facility for variable contrast must
be incorporated to allow enhancement of
lighter and darker portion of the image. The machine should have features of Multi-
Energy X-ray imaging facility where materials of different atomic number will be
displayed in different colors to distinguish organic materials including explosives.
System time setting, Detection blind dots delete, X-Ray source setting (analog or
digital), alarm setting, image setting, software register, user management. Software upgradation: The machine should be so designed that software enhancement can
be easily implemented to take care of techniques in image processing and pattern. All software features of machine should be
online and password protected.Radiation Safety The machine must comply with the requirements of health and safety regulations with regard to mechanical
electrical and radiation hazards. Before installation of the machine, the supplier/manufacturer should furnish relevant
certificate from Atomic Energy Regulatory Board of India regarding radiation safety. Log-in security: Control desk with security housing and locking provision should be available. Should have online recording facility and images should be recorded in hard disk and the same should be available for viewing in stand-alone PC.
Image Recall: 30 preceding images The number of images stored : > 5000 images
automatic storage with date and time stamp.
Alarm feature: High Density Region Alarm.
Page 8 of14
Impenetrable region alarm and highlight for
possible concealing of threats and contraband.
TIP-Threat Image Projection feature: Tip software facility shall be incorporated in the
offered X-ray machine to assist supervisors in
testing the operator alertness and training X-
ray screeners to improve their ability in
identifying specific threat object.
System Administration: The system should
have facility to bypass the TIP facility, if
programmed so by the system administrator.
It is to be ensured that the TIP software shall
not be hindrance to the normal functioning of
x-ray machine.
Image Library: The image library should have
an image library containing at least 100
explosives devices, 100 knives and 100 fire
arms in various sizes, shapes, locations and
orientations. The system shall have facility to
expand the library to incorporate additional
images by user without assistance of the
manufacturer.
Data setting: Should display system working hours, the total working hours of the ray
source, the total number of system baggage
and packages. Other Features
Edge &variable edge enhancement,
Inverse Video, Set up time not more than 10 minutes,
Pseudo colour, Date &Time display. Video display: 22" High Resolution, Low
Radiation, Ergonomic, LCD Color HD
Monitor
Minimum Computer configuration CPU: Should be able to deliver the output to meet the specifications mentioned as above
Processor: Intel® Core i3 or higher,3.1 GHz,
6 MB Cache, Memory:8 GB RAM or better at 1333 HIz, Memory: 8 GB RAM or better at 1333 MHz, Storage: minimum 1 TB,
Platform: Windows®7 or higher, Video card-2GB
Networking facility:10/100/1000 on-board integrated network port with remote booting
facility, remote system installation, remote
wake up, out of band management using any standard management software.
Report generation and data retrieval:
Page 9 of 14
Daily/weekly /monthly report generation and
retrieval. All data should be stored on the
system for minimum two months after it has
been down loaded.
Operating Environment
Operation temperature/Humidity : 0°C-40°C/
90% non-condensing (NABL Lab test report
to be enclosed)
Storage Temperature/Humidity: 0°C 50°Cc/
90% non-condensing (NABL Lab test report to be enclosed)
.The vendor should supply rodent protection, anti-rodent and dust-proof cover.
Operational Training: Training should be provided to Staff at free of cost. Manual: Two sets of Operation & Service manual should be provided for the machine. Installation and Commissioning at site Auto belt start. Belt should automatically stop when there is no baggage for scanning.
Suitable servo stabilizer should be provided.
Warranty The offer must include comprehensive onsite
warranty of one year (12 Months) from the date of installation and commissioning of the
equipment. Compliance .ISO 9001 & 14001 certification for
manufacturing and servicing of X-Ray screening machine Food Safety Certificate
Film Safety Certificate Radiation Safety Certificate from AERB
.Software Product Registration Certificate TECHNICAL FEATURES: 5.5/5.0 Inch TFT LCD of bigger IR LED illuminated camera illumninates even
under 0 lux, Effective range of camera above 10
meters with I.R. on. Also has inbuilt microphone for higher surveillance application.
Rotating telescopic stand extendable upto 2 Under Vehicle meters
Portable Rechargeable SMF battery packs 12 hours or more back up time
Batteries can be charged from AC inbuilt
charger supply/car cigarette lighter Comes with heavy duty glass filled injection
molded arm rest for long easy fatigue free
operation The system is light in weight, water resistant and flexible te be used for multiple application
Surveillance System
(LED Camera) 5 3 nos.
Page 10 of 14
Optional singlel multiple station DVR with 40/80 B hard-disk with password protection
Type of product : Sound Meter- A
Range: 30-130db
Resolution:0.1db Accuracy: +1.5db
Microphone: 1/2 Inch Electret condenser microphone
Indicator: Low Battery Indication
.Temp &Humidity Range: 5°C to 40°C (41°F to 104 F);<80%RH
Power Supply: 9V NEDA 1604, IEC 6F22.JIS
006P battery Display: 4 digits LCD .Time Weighting: Fast 125mS, Slow 1 sec.
Frequency Weighting: 31.5 Hz to 8 KHz
Dimensions: 200x55x38mm
.Weight: 233 g. approx. Digit: 4 digit. Frequency Range(Hz): 31.5 Hz to 8 KHz
6 Sound Level Meter 2 nos.
Storage Temperature: 10°C to 60°C INSAS size 75x100cm Laminated Best Quality
@150 per no. .AK size 75x100cm Laminated Best Quality
@150 per no. SLR size 75x100cm Laminated Best Quality
@150 per no. .Conventional Sign size 75x100cm Laminated
Best Quality@150 per no. Magnetic Compass @150 per no. Military Symbol Set of Four Chart per set
@600 Grid Reference Chart Set of 2 per set @300 per
Training Charts for
Arms Series (INSAS,
AK, SLR) 25 nos.
Geographical Map 8 25 nos. (Size 100x 4)
no.
Standard of Knots of Ropes@150 per no.
(C. LALXUNMAWIA) AIGP (P & L) for Director General of Police
Mizoram, Aizawl.
Page I1 of 14
ANNEXURE -1II
PROFORMAFOR TECHNICALBID (Enclose with technical bid)
TENDER FOR PURCHASE OF EQUIPMENTs FOR MIZORAM POLICE
Date of opening.. Time .Hrs. °°*
We hereby certify that we are established with manufacturers/authorized representatives of M/s
factories at methods, quality control and testing of all materials manufactured or used by us are open to inspection by the representative of the purchaser. We hereby offer to supply the following items as per specifications indicated below
which are fitted with modern equipment and where production
SI. Description of Unit Make & Supporting documents
Qty. Technical specifications
No. work/ item Model b e
2.
It is hereby certified that we have understood all the terms and conditions specified in the tender document and are thoroughly aware of the nature of job required to be done and
goods/items to be supplied. We agree to abide by all the tender terms and conditions.
We hereby offer to carry out the job and (or) supply the goodslitems detailed above or
such portion(s) thereof as you specify in the notification of award.
(Signature and seal of Bidder)
Dated:
Page 12 of 14
ANNEXURE -III
PROFORMA FOR PRICE SCHEDULE (Enclose with commercial bid)
TENDER FOR PURCHASE OF EQUIPMENTS FOR MIZORAM POLICE
Date of opening. Time .... Hrs. ***
hereby certify that we are established with
We manufacturers/authorized representatives of M/s factories at methods, quality control and testing of all materials manufactured or used by us are open to
inspection by the representative of the purchaser. We hereby offer to supply the following items at the prices indicated below:
which are fitted with modern equipment and where production
Incidental Price per Total Price charges, if
Unit Extende GST Other Description Unit of work
Qty. | SI. Price d Price Govt. unit FOR
No. n
Destination (Column d+gth+i)
item In In Indian Levies, if any In Indian (To be
specified) Indian Indian Rupees any
Rupees Rupees % (To be Rupees
NR specified)
k a b C e
1.
It is hereby certified that we have understood all the terms and conditions specified in
the tender document and are thoroughly aware of the nature of job required to be done and
goods/items to be supplied. We agree to abide by all the tender terms and conditions
We hereby offer to carry out the job and (or) supply the goods/items detailed above or
such portion(s) thereof as you specify in the notification of award.
(Signature and seal of Bidder)
Dated:
Page 13 of 14
ANNEXURE - IV
CHECK LIST
SI. No. Type of Document DOCUMBNTS REQUIRED TO BE ATTACHED WITH TECHNICAL BID
E.M.D. in favour of Name of Bank: Director General of
Details Yes /No
1. In the shape of amounting to
or Certificate regarding Police, Mizoram, Aizawl 796001 registration with DGS&D, NSIC if claim
EMD exemption as the case may be Attach self-attested Copy of GST
registration or GST Exemption Certificate as
the case may be.
GST Registration Certificate
2.
Authorization letter/ Copy of OEM certificate/authorized
certificate Signed copy of T&C Copy of terms and conditions duly signed
3. distributorship/dealership.
4. with seal of the firm, in token of acceptance
of terms and conditions. Receipt or demand draft for who have downloaded from the website as the case
Application fee
may be. Declaration that bidder has not been 6. Declaration blacklisted by any Govt. agency within
Mizoram and abroad during last 5 years. Proposal regarding list of technician or place
of service centre or call centre and . After sales
certificate that the items shall be in
production & serviceable for succeeding 5
five) years from the date of NIT.
B D0CUMENTS REQUIRED TO BEATTACHED WITH COMMERCIAL/PRICE BID
PRICE BID shall contain price only and no other documents shall be enclosed
with the price bid. 1.
SIGN. OF TENDERER
NAME IN BLOCK LETTERS:
FULL ADDRESS:
SEAL
Page 14 of 14
GOVERNMENT OF MIZORAM POLICE HEADQUARTERS: AIZAWL
*****
SHORT TENDER NOTICE
Sealed quotations are hereby invited for supply of Equipments for Mizoram
Police from the bonafide manufacturers / authorized dealers. Tenders will be received upto
16.11.2020 at 1200 hrs and will be opened on the same day at 2:00 PM.
Details of the above items, terms and conditions can be had from the Office of
the undersigned during office hours or Police Website www.police.mizoram.gov.in
(C. LALNUNMAWIA) AIGP (P & L) for Director General of Police
Mizoram, Aizawl