[

GOVERNMENT OF POLICE DEPARTMENT

OFFICE OF THE ADDL. DIRECTOR GENERAL OF POLICE,

OPERATIONS (OCTOPUS & GREY HOUNDS),TELANGANA,

Notice Inviting Tender Number: Rc. No. S2/70/TS/OCTO/2015

Tender Subject: Tenders are invited from the Manufacturers and Authorized Dealers/Distributors for supply of following items to OCTOPUS, Police Department

NIT DETAILS

POLICE DEPARTMENT, 1. Department Name GOVERNMENT OF TELANGANA. OFFICE OF THE ADDL. DIRECTOR GENERAL POLICE, 2. Circle/Division OPERATIONS, (OCTOPUS & GreyHounds), TELANGANA, HYDERABAD. 3. Tender Number Rc. No. S2/70 /TS/OCTO/2015 4. Tender Subject Supply as Per Annx 5. Period of Contract As per Tender Document 6. Form of Contract As per Tender Document 7. Tender Type Open-Rate Contract 8. Tender Category Products

9. TENDERERS SHOULD SUBMIT THEIR EMD FOR EACH PRODUCT BY WAY OF DEMAND DRAFT DRAWN ON EMD / Offer Security ANY NATIONALIZED / SCHEDULED BANK PAYABLE AT HYDERABAD IN FAVOUR OF ADMINISTRATIVE OFFICER, OCTOPUS, T.S., HYDERABAD SCHEDULE 1- Bomb Detection & Disposal Equipment:- 1. Hand Held Metal Detector 2 % on Quoted Item (HHMD) 2. Prodder 2 % on Quoted Item

3. Extension Mirror 2 % on Quoted Item

4. Breaching Blanket 2 % on Quoted Item A 5. RSP Tool Kit 2 % on Quoted Item (Rendering safe procedure) 6. Remotely Operated Wire Cutter 2 % on Quoted Item (ROWC) 7. Bomb Suit 2 % on Quoted Item 2 % on Quoted Item 8. Explosive Spot Test Kit

SCHEDULE 2 – Breaching Equipment: –

1. Battering Ram 2 % on Quoted Item

2. Sledge Hammer 2 % on Quoted Item

3. Hooligan Forcible Entry Tool 2 % on Quoted Item 4. Battery Operated combi tool 2 % on Quoted Item (cutter & Spreader GCT4120) 5. Tactical Response portable kit B 2 % on Quoted Item (Multi tool Kit) 6. Light Door Opener - 2 % on Quoted Item manual 7. Multi Purpose / Tactical ladder 2 % on Quoted Item 8. Tactical Forcible Entry backpack (with Battering ram, bolt cutter and 2 % on Quoted Item hooligan tool) SCHEDULE 3 - Building Climbing Equipment:-

1. Knee Guard 2 % on Quoted Item

2. Elbow Guard 2 % on Quoted Item

3. Hand held Ballistic shields 2 % on Quoted Item 4. Coltri SUB Machine 2 % on Quoted Item C (to fill the RLT Cylinders) 5. Sliding wire tight (machine) 2 % on Quoted Item 6. Sling Rope (100 Mtrs) 2 % on Quoted Item 7. Sling Tape (100 Mtrs) 2 % on Quoted Item

8. Mike (Harness) (CE.EN 1498/C.) 2 % on Quoted Item

SCHEDULE 4 - Communication Equipment

1. 55” Industrial Display Unit 2 % on Quoted Item

2. PA System with speakers & Mics 2 % on Quoted Item 3. Canon Still Camera with 2 % on Quoted Item accessories 4. Still Camera (16 MP) with WiFi 2 % on Quoted Item D facility 5. RoIP Equipment 2 % on Quoted Item 6- Pneumatic 30 feet retracted Anodized Aluminium mast with 2 % on Quoted Item . 7. Automatic Tuning Mobile 2 % on Quoted Item antenna for CODAN HF Voice Set SCHEDULE 5 - Electronic and Software Equipment

1. Sonic Fire Wall 2 % on Quoted Item E 2. Immersive Media 3600 Camera with software & Chair 2 % on Quoted Item

SCHEDULE 6 - Medical Equipment:-

1. ECG Machine 2 % on Quoted Item

F 2. Automated External 2 % on Quoted Item Defibrillator (AED) 10. EMD/Offer Security Payable to Administrative Officer, OCTOPUS, Telangana, Hyderabad 11. Process Fee Rs. 200/- (By way of demand draft) 12. Process Fee Payable To Administrative Officer, OCTOPUS, Telangana, Hyderabad 13. Schedule Sale Opening Date & 07-09-2015 at 10.30 AM Time 14 Schedule Sale Closing Date & 21-09-2015 at 2.30 PM Time 15. Bid Submission Closing Date & 21-09-2015 at 5.00 PM Time 16. Submission of separate DDs SCANNED COPY SHOULD BE UPLOADED WHILE towards EMD BIDDING AND HARD COPY SHOULD BE SUBMITTED WELL BEFORE OPENINING OF PRE-QUALIFICATION BID 17. Pre-Qualification Bid Opening Date 23-09-2015 at 10.30 AM 17.1 YES, A SAMPLE OF EACH PRODUCT SHOULD BE Samples Required SUBMITTED WELL BEFORE OPENING OF PRE-QUALIFICATION BID 18 Technical Specifications Bid 25-09-2015 at 11.00 AM on wards Opening Date 18.1 Price Bid Opening Date & Time 01-10-2015 at 12.00 NOON on wards 19. Place Of Tender Opening O/o Addl. Director General of Police, Operations (OCTOPUS & GreyHounds), Shantinilayam, Greenlands, Begumpet, Telangana, Hyderabad-500016. 20. Officer Inviting Bids Addition Director General of Police, Operations (OCTOPUS & GreyHounds), Telangana, Hyderabad 21. Contact Person Deputy Superintendent of Police, OCTOPUS, Telangana, Hyderabad, Contact No. 9490619637 21.1 Address/E-mail id [email protected] 22. Contact Details/Telephone, Fax Ph. No. 040- 23411797,23415733 Fax: 040- 23407629 23. Procedure For Offer Submission The Bidders shall submit their response through Bid submission to the tender on e-Procurement platform at www.eprocurement.gov.in by following the procedure given below. The Bidders would be required to register on the e-procurement market place www.eprocurement.gov.in or https://tender.eprocurement.gov.in and submit their bids online. Offline bids shall not be entertained by the Tender Inviting Authority for the tenders published in e-Procurement platform. The Bidders shall submit their eligibility and qualification details, Technical bid, Financial bid etc., in the online standard formats displayed in e-Procurement web site. The Bidders shall upload the scanned copies of all the relevant certificates, documents etc., in support of their eligibility criteria/technical bids and other certificates/documents in the e-Procurement web site.

The Bidders shall submit their response through Bid submission to the tender on e-Procurement platform at www.eprocurement.gov.in by following the procedure given below. The Bidders would be required to register on the e-procurement market place www.eprocurement.gov.in or https://tender.eprocurement.gov.in and submit their bids online. Offline bids shall not be entertained by the Tender Inviting Authority for the tenders published in e-Procurement platform. The Bidders shall submit their eligibility and qualification details, Technical bid, Financial bid etc., in the online standard formats displayed in e-Procurement web site. The Bidders shall upload the scanned copies of all the relevant certificates, documents etc., in support of their eligibility criteria/technical bids and other certificates/documents in the e-Procurement web site. The Bidders shall sign on the statements, documents, certificates, uploaded by them, owning responsibility for their correctness/authenticity. The Bidders shall attach all the required documents for the specific tender after uploading the same during the bid submission as per the Tender Notice and Bid Document.

1. Registration with e-Procurement platform: For registration and online bid submission Bidders may contact HELP DESK of M/s Vayam technologies Limited or https://tender.eprocurement.gov.in. 2. Digital Certificate Authentication: The Bidders shall authenticate the bid with their Digital Certificates for submitting the bid electronically on e- Procurement platform and the bids not authenticated by digital certificate of the Bidders will not be accepted on the e-Procurement platform 3. Submission of Hard Copies: After submission of bid online, the Bidders are requested to submit the originals of DD towards EMD, bid processing fee to the Tender Inviting Authority before opening of the price bid and other uploaded documents at the time of concluding agreement. The Bidders shall invariably furnish the original DD to the Tender Inviting Authority before opening of price bid either personally or through courier or by post and the receipt of the same within the stipulated time shall be the responsibility of Bidders. The department shall not take any responsibility for any delay or non-receipt. If any of the documents furnished by the Bidders are found to be false/fabricated/bogus, such Bidders are liable for blacklisting, forfeiture of the EMD, cancellation of work and criminal prosecution. The Bidders are requested to get a confirmed acknowledgement from the Tender Inviting Authority as a proof of submission of Hardcopies to avoid any discrepancy. The Bidders have to attach the required documents after uploading the same as required by Tender Inviting Authority in the tender conditions. 4. Payment Of Transaction Fee: It is mandatory for all the participant Bidders from 1st January 2006 to electronically pay a Non-Refundable Transaction fee to M/s APTS, the service provider through "Payment Gateway Service on E-Procurement platform". The Electronic Payment Gateway accepts all Master and Visa Credit Cards issued by any Bank and Direct Debit Facility/Net Banking of ICICI Bank, HDFC, Axis Bank to facilitate the transaction. This is in compliance of G.O. Ms. 13 dated 07.05.2006. A service tax of 14 % + Bank Charges on the transaction amount payable to APTS shall be applicable.

5. Corpus Fund: As per GO Ms No. 4, User Departments shall collect 0.04% of ECV (estimated contract value) with a cap of Rs. 10,000 (Rupees Ten Thousand only) for all works with ECV upto Rs. 50 crores and Rs. 25,000/- (Rupees Twenty Five Thousand only) for works with ECV above Rs. 50 crores, from successful Bidders on e- Procurement platform before entering into agreement / issue of purchase orders, towards e-Procurement fund in favour of Managing Director, APTS. There shall not be any charge towards e-Procurement fund in case of works, goods and services with ECV less than and upto Rs. 10 lakhs 6. Tender Document: The Bidders are requested to download the Tender Document and read all the terms and conditions mentioned in the Tender Document and seek clarification, if any, from the Tender Inviting Authority. Any offline bid submission clause in the tender document could be neglected. The Bidders have to keep track of any changes by viewing the Addenda / Corrigenda issued by the Tender Inviting Authority from time-to-time, in the e-Procurement platform. The Department calling for Tenders shall not be responsible for any claims / problems arising out of this.

7. Bid Submission Acknowledgement: The Bidders shall complete all the processes and steps required for Bid submission. The system will generate an acknowledgement with a unique bid submission number after completing all the prescribed steps and processes by the Bidders. Users may also note that the bids for which an acknowledgement is not generated by the e-Procurement system are treated as invalid or not saved in the system. Such invalid bids are not made available to the Tender Inviting Authority for processing the bids. The Government of T.S., and M/s APTS are not responsible for incomplete bid submission by users. General Terms & Conditions As per Tender Document

HOW TO APPLY  Click at www.eprocurement.gov.in or https://tender.eprocurement.gov.in to download e-Procurement notification  Read the complete document, carefully  Price Bid shall be submitted online only  The system will generate an acknowledgement with a unique offer submission number on successful completion of the above process.

For any help or technical support on e-Procurement, Bidders may contact M/s Vayam Technologies Limited over phone or in person or their helpdesk at:

e-Procurement Help Desk Vayam Technologies Limited Plot No.107, 1st Floor, Lumbini Enclave, Opp: NIMS Hospital, Near Hotel Urvasi , Punjagutta, Hyderabad-500082, , Ph: +91-40-44426250/51 Fax: +91-40-44426252 E-Mail: helpdesk.eproc@ vayamtech.com

GOVERNMENT OF TELANGANA POLICE DEPARTMENT

Office of the Addl. Director General of Police, Operations, (OCTOPUS & GreyHounds), Telangana, Hyderabad. Rc.No: S2/70/TS/OCTO/2015 Date: 05-09-2015.

TENDER NOTIFICATION

e-Tenders are invited from the Manufacturers and Authorized Dealers/Distributors for the supply of following items to the Police Department, OCTOPUS, T.S., Hyderabad.

Approx. Time for Sl. Item Name of the Article to be EMD Value Group Qty submission No. Code Supplied Rs. Required of tender Hand Held Metal Detector 2% on Quoted 1. BDE-1 06 Nos. 15 days (HHMD) Item 15 days 2% on Quoted 2. BDE-2 Prodder 02 Nos. Item Extension Mirror 15 days 2% on Quoted 3. BDE-3 02 Nos. Item Breaching Blanket 15 days 2% on Quoted 4. BDE-4 02 Nos. I. Item BD. RSP Tool Kit 15 days 2% on Quoted 5. Equipment BDE-5 01 No. (Rendering safe procedure) Item Remotely Operated Wire 15 days 2% on Quoted 6. BDE-6 01 No. Cutter (ROWC) Item 15 days 2% on Quoted 7. BDE-7 Bomb Suit 01 No. Item 15 days 2% on Quoted 8. BDE-8 Explosive Spot test Kit 01 Set Item

Battering Ram 15 days 2% on Quoted 9. BE-1 02 Nos. Item Sledge Hammer 15 days 2% on Quoted 10. BE-2 02 Nos Item Hooligan Forcible entry 15 days 2% on Quoted 11. BE-3 02 Nos. tool Item Battery Operated combi 15 days 2% on Quoted 12. BE-4 tool (cutter & Spreader) 01 No. Item II. GCT4120) Breaching Tactical Response 15 days 2% on Quoted 13. Equipment BE-5 portable kit 01 No. Item (Multi tool Kit) Light Weight Door 15 days 2% on Quoted 14. BE-6 01 No. Opener -manual Item Multi Purpose / Tactical 15 days 2% on Quoted 15. BE-7 02 Nos. ladder Item Tactical Forcible Entry 15 days backpack (with Battering 2% on Quoted 16. BE-8 01 No. ram, bolt cutter and Item hooligan tool)

15 days 2% on Quoted 17. BCE-1 Knee Guard 06 Pairs Item III. 15 days 2% on Quoted 18. Building BCE-2 Elbow Guard 06 Pairs Item Climing 15 days 2% on Quoted 19. Equipment BCE-3 Hand held Ballistic shields 04 Nos. Item

Coltri SUB Machine (to fill 15 days 2% on Quoted 20. BCE-4 01 No. the RLT Cylinders) Item

15 days 2% on Quoted 21. BCE-5 Sliding wire tight (machine) 01 No. Item III. 15 days 2% on Quoted 22. BCE-6 Sling Rope (100 Mtrs) 10 Nos. Building Item Climing 15 days 2% on Quoted 23. BCE-7 Sling Tape (100 Mtrs) 10 Nos. Equipment Item 15 days 2% on Quoted Mike (Harness) 24. BCE-8 10 Nos. Item (CE.EN 1498/C.)

55” Industrial Display 15 days 2% on Quoted 25. CE-1 02 Nos. Unit Item PA System with speakers 01 No. 15 days 2% on Quoted 26. CE-2 & Mics Item Canon Still Camera with 15 days 2% on Quoted 27. CE-3 01 No. accessories Item Still Camera (16 MP) with 15 days 2% on Quoted 28. IV. CE-4 04 Nos. WiFi facility Item Communic 15 days 2% on Quoted 29. ation CE-5 RoIP Equipment 02 Nos. Item Equipment Pneumatic 30 feet 15 days retracted Anodized 2% on Quoted 30. CE-6 01 No. Aluminium mast with Item compressor Automatic Tuning Mobile 15 days 2% on Quoted 31. CE-7 antenna for CODAN HF 01 No. Item Voice Set

15 days 2% on Quoted 32. V. ESE-01 Sonic Fire Wall 01 No. Electronic Item 0 and Immersive Media 360 15 days 2% on Quoted 33. Software ESE-02 Camera with software & 01 No. Item Equipment Chair

15 days 2% on Quoted 34. ME-01 ECG Machine 01 No. VI. Item Medical 15 days Automated External 2% on Quoted 35. Equipment ME-02 01 No. defibrillator (AED) Item

The tender system is THREE-BID SYSTEM i.e. “Pre-qualification bid”, “Technical bid” and “Commercial / Financial Bid”.

Tender schedule form and conditions of contract can be downloaded from 07-09-2015/10:30 hours to 21-09-2015/14:30 hours (15 days) from www.eprocurement.gov.in e-procurement portal Bidders have to send a Demand Draft for Rs. 200/- (two hundred only) towards tender processing charges in favour of the Administrative Officer, OCTOPUS, Telangana, Hyderabad. The last date for submission of Tender is 21-09-2015/17:00 hours.

Sd/- Addl. Director General of Police, Operations (OCTOPUS & GreyHounds),

Telangana, Hyderabad.

PART - B

SCHEDULE TO TENDER

Addl. Director General of Police, Operations (OCTOPUS & GreyHounds), Telangana, Hyderabad - 500 016 ______

Schedule to Tender No No. S2/70/TS/OCTO/2015

Last date and Time of the receipt of tender At 5.00 pm on 21-09-2015 online

Time and date for opening of tender At 10.30 am on 23-09-2015

Validity of offer The Tender shall remain open for acceptance till 180 days from the date of Purchase Order.

Bidders are advised to go through the Earnest Money, Payment terms and demonstration of stores/equipments/product clauses of this Tender document carefully before filing the Tender.

Approx. Time for Sl. Item Name of the Article to be EMD Value Group Qty submission No. Code Supplied Rs. Required of tender Hand Held Metal Detector 06 Nos. 2% on Quoted 1. BDE-1 15 days (HHMD) Item Prodder 02 Nos. 15 days 2% on Quoted 2. BDE-2 Item Extension Mirror 02 Nos. 15 days 2% on Quoted 3. BDE-3 Item Breaching Blanket 02 Nos. 15 days 2% on Quoted 4. BDE-4 I. Item BD. RSP Tool Kit 01 No. 15 days 2% on Quoted 5. Equipment BDE-5 (Rendering safe procedure) Item Remotely Operated Wire 01 No. 15 days 2% on Quoted 6. BDE-6 Cutter (ROWC) Item Bomb Suit 01 No. 15 days 2% on Quoted 7. BDE-7 Item Explosive Spot test Kit 01 Set 15 days 2% on Quoted 8. BDE-8 Item Battering Ram 15 days 2% on Quoted 9. BE-1 02 Nos. Item Sledge Hammer 15 days 2% on Quoted 10. BE-2 02 Nos Item Hooligan Forcible entry tool 15 days 2% on Quoted 11. BE-3 02 Nos. Item Battery Operated combi tool 15 days 2% on Quoted 12. BE-4 (cutter & Spreader) 01 No. Item GCT4120) II. Tactical Response portable 15 days Breaching 2% on Quoted 13. BE-5 kit 01 No. Equipment Item (Multi tool Kit)

Light Weight Door Opener - 15 days 2% on Quoted 14. BE-6 01 No. manual Item Multi Purpose / Tactical 15 days 2% on Quoted 15. BE-7 ladder 02 Nos. Item

Tactical Forcible Entry 15 days 2% on Quoted backpack (with Battering 16. BE-8 01 No. Item ram, bolt cutter and

hooligan tool)

15 days 2% on Quoted 17. BCE-1 Knee Guard 06 Pairs Item 15 days 2% on Quoted 18. BCE-2 Elbow Guard 06 Pairs Item 15 days 2% on Quoted 19. BCE-3 Hand held Ballistic shields 04 Nos. Item III. COLTRI SUB Machine (to fill 15 days 2% on Quoted 20. BCE-4 01 No. Building the RLT Cylinders) Item Climing 15 days 2% on Quoted 21. BCE-5 Sliding wire tight (machine) 01 No. Equipment Item

15 days 22. BCE-6 Sling Rope (100 Mtrs) 10 Nos. 2% on Quoted 15 days 2% on Quoted 23. BCE-7 Sling Tape (100 Mtrs) 10 Nos. Item Mike (Harness) (CE.EN 15 days 2% on Quoted 24. BCE-8 10 Nos. 1498/C.) Item

55” Industrial Display 15 days 2% on Quoted 25. CE-1 02 Nos. Unit Item PA System with speakers 01 No. 15 days 2% on Quoted 26. CE-2 & Mics Item Canon Still Camera with 15 days 2% on Quoted 27. CE-3 01 No. accessories Item Still Camera (16 MP) with 15 days 2% on Quoted 28. IV. CE-4 04 Nos. WiFi facility Item Communica 15 days 2% on Quoted 29. tion CE-5 RoIP Equipment 02 Nos. Equipment Item Pneumatic 30 feet 15 days retracted Anodized 2% on Quoted 30. CE-6 01 No. Aluminium mast with Item compressor 15 days Automatic Tuning Mobile 2% on Quoted 31. CE-7 antenna for CODAN HF 01 No. Item Voice Set

15 days 2% on Quoted 32. V. ESE-01 Sonic Fire Wall 01 No. Electronic Item and Immersive Media 3600 15 days 2% on Quoted 33. Software ESE-02 Camera with software & 01 No. Equipment Chair Item

ECG Machine 01 No. 15 days 2% on Quoted 34. VI. ME-01 Item Medical Automated External 01 No. 15 days 2% on Quoted 35. ME-02 Equipment defibrillator Item

[

SPECIFICATIONS: Specifications for the above items are given in detail in Part-G of this Tender Document. The Bidders should adhere to the specifications strictly, failing which their bids will be rejected.

All Tender Documents attached with this Invitation to Tender including the specifications are sacrosanct for considering any offer as complete offer. It is therefore important that each page of the TENDER DOCUMENTS ARE DULY COMPLETED AND SIGNED.

All Bidders are required to submit one Sample of stores/items as tender sample.

1. Purchaser and : Addl. Director General of Police, Operations Inspection Authority (OCTOPUS & GreyHounds), Telangana, Hyderabad - 500 016 2. Inspection Officer : Addl. Director General of Police, Operations (OCTOPUS & GreyHounds), Telangana, Hyderabad - 500 016 3. Stores required at : FREE DELIVERY AT CONSIGNEES LOCATION.

Bidders are required to quote rates on free delivery at Consignee location basis only. Bidders received on FOR Destination Stations/ Station of dispatch basis or different rates for different destinations shall be summarily rejected.

4. Delivery required by : Within 30 days of placement of Firm order for entire quantity. Or as otherwise specified in the tender document.

5. Dispatch Instructions : Stores are required to be delivered at consignee’s location at freight, risk and cost of the supplier.

6. Payment Terms : 100% payment after receipt of the stores/supplies in full quantities ordered; after being inspected and certified by an inspection committee. However, the conditions of Security Deposit and performance guarantee shall be as per provision mentioned in Part-‘C’

7. Packing & Marking : As per relevant clause of Specification.

8. Rate quoted by the Firms in online only on full piece basis.

9. Firms should clearly indicate different taxes and duties, which they propose to charge. Offers with such stipulations like ‘as applicable’ will be treated as vague and are liable to be ignored.

10. Bidders should disclose the name and full address (along with telephone/Fax No.) of the place where the stores will be manufactured and offer for inspection. In case the Firm is registered, they should clarify whether they are registered as a Manufacturing unit or in any other capacity. In case the registration is as a manufacturer, they should indicate the registration number & place of registration with full address/phone no. of their manufacturing facility.

11. Purchaser reserves the right to increase or decrease the quantity at any stage.

12. Purchaser reserves the right to change the consignee and change the quantity of stores allotted to them. Purchaser reserves the right to scrap the tender without assigning any reasons at any stage.

13. Purchaser reserves the right to get the manufacturing capacity of all the Firms verified irrespective of their registration status.

14. TENDER SAMPLE REQUIREMENT: All the bidders are required to submit a sample for each item.

All specifications should be adhering to BIS Standards.

15. DEMONSTRATION OF PRODUCTS FOR TECHNICAL EVALUATION: The Firm will be required to demonstrate the Equipments/Products offered by them before a Committee of Officers (to be detailed by Addl. DGP, Operations (OCTOPUS & GreyHounds), T.S., Hyderabad, for assessing the technical suitability and performance of the equipment as per Tender Enquiry Specifications.

If any lab test is required during the demonstration process the cost of equipment and lab test fees have to borne by the Firm. If their equipment/ product is not found as per Tender Enquiry Specifications, their offers are liable to be rejected.

Price bids of only those Firms whose technical bid as well as performance of their Equipment/Products so demonstrated are found acceptable as per TE will be opened. Sample/Product so demonstrated have to be deposited with the purchaser for further comparison with bulk supply which will be returned on request of the Firm after completion of supply. If the supply is found inferior the entire consignment will be rejected at the cost, risk and freight of the supplier.

16. The price bid of eligible Firms will be opened and order would be considered on the lowest bidder(s) subject to their capacity and performance etc. 17. a. Only reputed Manufacturers or their authorized Dealers of the stores specified in Tender Specifications as brought out in Part-G of Tender document should respond. In countries where manufacturers are authorized to export the equipment only through their authorized Dealers, Govt. marketing agencies, such agencies are allowed to bid. The Bidder must furnish certificate with their tender from manufactures and their Govt. certifying authenticity as above, failing which their tender will be summarily rejected. The foreign manufacturers of the tendered store will also have to give details in the tender document of the after- sales-service to be provided after expiry of warranty period.

b. Offer from Firms whose business activities are limited to procuring items from manufacturers, both Indian and foreign and supplying the same to purchaser having no after sales service back up will not be entertained.

18. LIQUIDATED DAMAGES: In case the Firm does not complete the supply within delivery period, liquidated damages will be charged @ 5% of the total cost of items ordered on the Bidder and if required, action will be taken against the Firm to Blacklist it and also for forfeiture of its Security Deposit.

19. SECURITY DEPOSIT AND PERFORMANCE GUARANTEE SECURITY:

a. As per Article 129 (A) of A.P. Financial Code Vol-I, the successful bidder will be required to furnish a Security Deposit of 10 % of the total value of the contract.

b. The Security Deposit (10%) will be returned after the completion of the supplies within the delivery period to the satisfaction of the consignee. In case of failure of supply within the delivery period Security Deposit (10%) will be forfeited.

c. The successful bidder have to submit (5%) of security Deposit in the form of Bank Guarantee and shall Continue to be with the consignee till expiry of warranty period.

d. The Performance Guarantee is against violation of any conditions as regards-

1. Undertaking as to title

2. Sales by Description/by Sample.

3. Quality and fitness by usage of trade and for Buyer’s Purpose.

4. Merchantability.

5. All Customary Guarantees and Warrantees.

6. Misrepresentation, if any done by the vendor. The successful bidder will have to enter into an Agreement with the Addl. Director General of Police, (OCTOPUS & GreyHounds), Telangana, Hyderabad - 500 016 and on behalf of the Governor of Telangana for the performance of the contract on Rs.100/- Non- Judicial stamp paper of Telangana or Government of India, the cost of which has to be borne by the supplier. The agreement bond should be submitted within 4 days from the date of receipt of intimation letter from this office. e. If the article(s) are damaged within the warranty period and not replaced within one month, the bidder will be penalized to the extent of twice the cost of damaged articles. f. If the final value mentioned in the 19(d) exceeds the 5% Performance Guaranty value, then the bidder shall make the difference good. g. Upon completion of warranty period successfully Performance Guaranty 5% will be returned to the bidders. h. The bidder shall submit an undertaking for the Performance Guarantee. 20. Eligibility Criteria :

All bidders are required to submit their offers as follows:-

A. Pre-qualification Criteria :

i. Proof of manufacturing. ii. Proof of Authorization and also proof of the original manufacturer in the case of authorized dealers. iii. Tender documents duly completed and signed But Without Indicating the rates quoted. iv. Earnest Money Deposit in the form of D.D. v. Delivery terms, delivery period quoted. vi. The bidder shall submit proof of the pre qualification criteria along with Purchase Order copy and satisfactory report. vii. Bidder(s) who qualifies in the pre-qualification stage will only be called to Technical bid stage.

B. Technical Criteria : Sample must be submitted along with the Tender Form and it should carry a card giving the details as under: A – Bidders Name and Address. B - Name of the Item bidded for. C - Date and time of Opening of Bid. D - Manufacturer's name, quality and address. E - I.S.I. Certificate, if any. a. Preference may be given to those who produce I.S.I. Certificate in respect of their tender articles, provided they are in conformity with advertised specifications. It is the responsibility of the Bidder to ensure that the samples are sent so as to reach on or before 23-09-2015 at 05.00 PM. The samples which are received after the due date will be summarily rejected. For each item, one sample of one brand only should be submitted and only one quotation for each item should be given.

b. The Bidder shall demonstrate and display all the Items bidded for.

c. The offer of the Bidder will be rejected if either the sample(s) or the demonstration is found to be not complying to the requirement of the tender.

C. Commercial/ Price Bid Stage : PRICES TO BE QUOTED IN ONLINE ONLY D. a) The decision of the Addl. Director General of Police, Operations, (OCTOPUS & GreyHounds), Telangana, Hyderabad shall be final as regards the acceptability of tendered articles and stores to be supplied by the Bidders and shall not be required to give any reason in writing or otherwise at any time for rejection of the Bidders or articles. b) Financial bid stage of those successful in Technical Bid stage will only be opened and L1 will be invited to supply the stores, subject to other conditions of this tender. c) The acceptance of the tender will be intimated to the successful bidder only. 21 . Pre-Dispatch Inspection

Bidders are available at Procurement Cell of Addl. Director General of Police, OCTOPUS, Office of the Addl. Director General of Police, Operations (OCTOPUS & GreyHounds), Shantinilayam, Greenlands, Begumpet, Telangana, Hyderabad Complete set of Tender documents.

Note: Full name and status of the person signing the tender documents must be clearly mentioned in the tender documents.

a. Before submission of tender, Bidders will check the Check List attached to those tender documents mentioned in PART-J for compliance on various stipulations of the tender.

b. The Firm applying tender against the subject TE are informed that all relevant details with reference to Tender Enquiry stipulations are clearly responded to. In case any of the Tender Enquiry stipulations not clearly stated to/replied to by any one of the Firms, no repeat no clarifications will be sought from the concerned Firm and its offers will be rejected out rightly.

Sd/- Addl. Director General of Police, Operations (OCTOPUS &GreyHounds), Telangana, Hyderabad.

PART - C

CONDITIONS REGARDING DEPOSIT OF EARNEST MONEY

1. All Firms are required to deposit EARNEST money equivalent to the amount as mentioned in the Tender Schedule, failing which their offer will be summarily rejected. 2. The Earnest Money shall be deposited the form of a crossed bank draft drawn in favour of Administrative Officer, OCTOPUS, T.S., Hyderabad. 3. The earnest money shall be valid and remain deposited with the purchaser for the period of 1 year from the date of tender opening. If the validity of the tender is extended, the DD submitted in lieu of Earnest money will also be suitably extended by the Bidder, failing which their tender after the expiry of the aforesaid period shall not be considered by the purchaser. 4. No interest shall be payable by the purchaser on the EM deposited by the Bidder. 5. The Earnest Money deposited is liable to be forfeited if the Bidder withdraws or amends impairs or derogate from the tender in any respect within the period of validity of his tender. 6. If the successful Bidder fails to furnish the Security Deposit as required in the Contract within the stipulated period, the Earnest Money Deposit is liable to be forfeited in favour of the Tender Inviting Authority. 7. Money of all the unsuccessful Bidders shall be returned by the purchaser as early as possible after the expiry of bids validity, Bidders are advised to send a pre receipt challan along with their bids so that refund of Earnest Money can be made in time. 8. Any tender, where the Bidders is required to deposit Earnest Money in terms of Conditions mentioned in preceding paras, not accompanied with Earnest Money in any one of the approved forms acceptable to the purchaser, shall be rejected.

PART-D

IMPORTANT INSTRUCTIONS

1. GUARANTEE / WARRANTY Except as otherwise provided in the invitation to the tender, the contractor shall declare that the goods, stores, articles sold/supplied to the purchaser under this contract shall be of the best quality and workmanship and new in all respects and shall be strictly in accordance with the specification and particulars contained/mentioned in the contract. The contractor hereby guarantees that the said stores would continue to conform to the description and quality aforesaid for a period of warranty from the date of delivery of the said stores to the purchaser not withstanding the fact that the purchaser (Inspecting Authority) may have inspected and/or approved the said stores. If during the aforesaid period of warranty, the said stores be discovered not to conform to the description and quality aforesaid or not giving satisfactory performance or have deteriorated, the decision of the purchaser in that behalf shall be final and binding on the contractor and purchaser shall be entitled to call upon the bidder to rectify the stores or such portion thereof as is found to be defective by the purchaser within a reasonable period or such specified period as may be allowed by the purchaser in his discretion on/an application made thereof by the contractor and in such an event, the above mentioned warranty period shall apply to the stores from the date of rectification thereof. In case of failure of the bidder to rectify or replace the goods etc. within specified time, the purchaser shall be entitled to recover the cost with all expenses from the bidder for such defective stores.

2. In the event of contract being cancelled for any breach committed and the purchaser affecting re-purchase of the stores at the risk and the cost of the contractor, the purchaser is not bound to accept the lower offer of Benami or allied or sister concern of the contractor.

3. Purchaser will not pay separately for transit insurance and the supplier will be responsible till the entire stores contracted for, arrive in good condition at the destination. The consignee, as soon as possible but not later than 30 days of the date of arrival of the stores at destination, notify to the contractor any loss or changes to the stores that may have occurred during the transit. 4. Bidders who are past suppliers of the item as per T/E Specification should submit their performance statement in enclosed Proforma. In case, it is found that information furnished is incomplete or incorrect, their tender will be liable to be ignored.

5. GOVT. POLICY The purchaser reserves the option to give a purchase/price preference to offers from the public sector units and / or from other Firms in accordance with the policies of the Govt. from time to time.

Signature of the Tenderer ______

Name in Block Letters ______

Capacity in which Tender Signed ______

Full Address. ______

______

PART-E

PERFORMANCE STATEMENT FOR LAST THREE YEARS

Name of Firm: ______

1. a. Contact Nos./ Purchase Order :

b. Name of the buyer :

2. Description of Stores :

3. Quantity on order :

4. Value (in rupees lakhs) :

5. Original Delivery Period (DP) :

6. Qty. supplied within original Delivery Period (DP) :

7. Final Extended. D.P. :

8. Last supply position. :

a. Quantity :

b. Delivery Period :

9. Reasons for Delay in supplies :

(if any)

10. Satisfaction report of the stores enclosed or not? :

Signature of Bidder

PART-F

TERMS AND CONDITIONS GENERAL CONDITIONS OF THE TENDER AND INSTRUCTIONS TO THE BIDDER

1. The Bids will be received by the Addl. Director General of Police, Operations, (OCTOPUS & GreyHouonds), Telangana, Hyderabad, through open tender system as per the particulars given in the Tender Schedule in three covers-Pre-qualification, Technical and Financial.

2. Only those Bidders who are reputed Manufacturers or their Authorized Dealers/Distributors in the line and are in a position to complete the supplies within the 30 days time or as specified in the Purchase Order, should quote.

3. Rates should be quoted in figures and words clearly INCLUSIVE OF ALL TAXES, DUTIES, DISCOUNTS, if any etc., ON SITE WARRANTY as mentioned in the tender.

4. The stores should be delivered at Hyderabad, free of transport cost.

5. Any deposit pending with the Department in another connection cannot be adjusted for the present Tender.

6. Earnest Money Deposit amount as specified in the Tender Notification should be submitted in the shape of Demand Draft in favour of "the Administrative Officer, OCTOPUS, Telangana, Hyderabad" along with the tender schedule for each item separately.

7. The Government sponsored Institutions and registered SSI are exempted from the payment of Earnest Money Deposit provided they produce a Certificate from the concerned authorities to that effect, duly mentioning the product for which quoted.

8. Except the Government organizations/NSIC certificate holders, all other SSI units located outside the T.S. State should attach EMD along with tender.

9. Quantity: The approximate requirement is given in the Tender Schedule. But, it must be clearly understood that the demand may fluctuate and no definite quantity can be guaranteed. The essence of the contract is price per article for the contract period stipulated. The Addl. Director General of Police, Operations (OCTOPUS & GreyHounds), Telangana, Hyderabad, reserves to himself the right to invite fresh Bidders and to place orders against any quantity of any item in this Tender without specifying any reasons therefor.

10. Alternative Offer: A remark "Alternative Offer' should be given when articles differ from the specifications given in the Bidders, but the offer must confirm nearest to the prescribed specifications.

11. No advance payment will be made against R.R. and other proof of dispatch, but payment in full will be made only after acceptance of the supplies by the consignee.

12. The Bidders must produce the following documents pertaining to the Firm and not the name of individuals, for Pre-Qualification Bid along with the Tender.

i. Manufacturer Certificate/Authorized dealer certificate if applicable ii. Company/Firm Registration Certificate. iii. Proof showing manufacturing of tender stores. iv. Proof showing authorized dealership with date(s) validity etc., v. Income Tax return for the last three years for the assessment year of 2012-13, 2013- 14, 2014-15. vi. VAT Return for the period from ending 31-03-13, 31-03-14 and 31-03-15 OR VAT Clearance Certificate as on 31-03-13 and 31-03-14/31-03-15. vii. SSI Certificate, if applicable. viii. NSIC Certificate, if applicable ix. EMD Demand Draft separately for each item. x. Details of minimum turnover required :-

Average turnover for the last 3 Sl. Group Name of the Item financial years of No No. the present business 1 Hand Held Metal Detector (HHMD) 2 Prodder 3 Extension Mirror 4 I Breaching Blanket 10,00,000 5 RSP Tool Kit 6 Remotely Operated Wire (ROWC) 7 Bomb Suit 8 Explosive Spot test Kit 9 Battering Ram 10 Sledge Hammer 11 Hooligan Forcible entry tool 12 Battery Operated combi tool (cutter & Spreader) GCT4120) II 10,00,000 13 Tactical Response portable kit

(Multi tool Kit) 14 Light Weight Door Opener -manual 15 Multi Purpose / Tactical ladder 16 Tactical Forcible Entry backpack (with Battering ram, bolt cutter and hooligan tool) 17 Knee Guard 18 Elbow Guard 19 Hand held Ballistic shields 20 Coltri SUB Machine (to fill the RLT Cylinders) III 10,00,000 21 Sliding wire tight (machine) 22 Sling Rope (100 Mtrs) 23 Sling Tape (100 Mtrs) 24 Mike (Harness) (CE.EN 1498/C.) 25 55” Industrial Display Unit 26 PA System with speakers & Mics 27 Canon Still Camera with accessories 28 Still Camera (16 MP) with WiFi facility 29 IV RoIP Equipment 10,00,000 30 Pneumatic 30 feet retracted Anodized Aluminium mast with compressor 31 Automatic Tuning Mobile antenna for CODAN HF Voice Set 32 Sonic Fire Wall 33 V Immersive Media 360 – degree Camera with software 10,00,000 & Chair 34 ECG Machine VI 10,00,000 35 Automated External Defibrillator (AED)

xi. Certificates/Orders. Reg. Previous performance xii. Purchase Orders regarding similar items supplied elsewhere together with satisfactory certificate. xiii. Samples

13 The Addl. Director General of Police, Operations (OCTOPUS & GreyHounds),Telangana, Hyderabad reserves to himself the right to reject any tender which does not comply with the conditions.

14 If the Bidder fails to deliver the stores or any consignment thereof within the period prescribed for such delivery, the Addl. Director General of Police, Operations (OCTOPUS & GreyHounds), T.S.,

Hyderabad shall be entitled at his discretion to the action as under:

a. Should the bidder fail to supply the materials on or before the stipulated date, the extension of period for supply is purely at the discretion of the Addl. Director General of Police, Operations, (OCTOPUS & GreyHounds), T.S., In such situation the Addl. Director General of Police, Operations, (OCTOPUS & GreyHounds),T.S., Hyderabad will be at liberty to reduce the rates of the articles to be supplied up-to the extent of 10%; b. To cancel the contract or portion thereof and if so desired to purchase the stores at the risk and cost of the contractor, or c. To forfeit the Earnest Money Deposit and/or Security Deposit to the extent of the loss incurred by the Government. In the event of action being taken under (a), (b), and (c) above the bidder shall be liable for any loss which the Government may sustain on that account but the bidder shall not be entitled to any gain on purchases made against default.

15. LEVY OF ADMINISTRATIVE PENALITY / TOLERANCE CLAUSE:

0.1% of random sample out of the stores supplied by the successful bidder will be subjected to laboratory tests at the cost of the successful bidder both in terms of the testing charges as well as the cost of the material.

16. a. If the deviation / defect is more than 3% and less than 5% the bidder will be penalized to the extent of 10% of the value of the stores.

b. If the deviation / defect rate is more than 5% then the stores will be rejected summarily.

17. The Addl. Director General of Police, Operations, (OCTOPUS & GreyHounds), T.S., Hyderabad reserves the right to split the order among more than one bidder for a particular item to ensure the supply of stores within the stipulated time or for any such reasons and such an offer will be at (L1) Price only without assigning any reasons and his decision will be final.

18. The Addl. Director General of Police, Operations, (OCTOPUS & GreyHounds), Telangana, Hyderabad reserves the right to place order on the successful bidder for additional quantity at the rates quoted.

19. The Addl. Director General of Police, Operations, (OCTOPUS & GreyHounds),T.S., Hyderabad reserves the right to place order on the next higher successful Firms if the Firm quoting lower rates do not meet the whole demand due to his limited capacity/Monitory limit/Offer etc.

20. The cost of the testing of samples given by the Bidders as well as testing of samples

from the supplies received from time to time will be borne by the bidder/Supplier.

21. Bidders without E.M.D. or S.S.I. registration certificate will be rejected at the time of opening of tenders before Bidders by the Tender Committee. A valid SSI certificate giving details of items of manufacture along with proof of address of the Firm should be submitted with the ten

der schedule.

22. Bidders quoting for the above items should have minimum 3 years of experience in the supply and produce latest authorization certificate.

23. Bidders have to submit a sample of brand for the items tendered along with their Bids. Otherwise, such Bids will be rejected.

24. An S.S.I./NSIC certificate will be considered in lieu of E.M.D. only when the item quoted by the SSI/NSIC Unit is included as one of the authorized items to be manufactured by the Units as per the Certificate. Otherwise, the SSI/NSIC certificate is not valid.

25. If the date originally scheduled for opening of the Bids gets declared by Government at a later stage as public holiday, the Bids will be opened on the next working day at the same time.

26. Failure to abide by any of the conditions stated above, will result in the Bid being rejected without notice.

SPECIAL CONDITIONS FOR PURCHASE ORDER

1. The rates shall be inclusive of transport and other costs for delivery of the items at Hyderabad.

2. The rates shall be inclusive of all taxes applicable taking into consideration the warranty period as per the Tender Document. However, while submitting bills for payment, taxes should be shown separately.

3. Dispatch Instructions: All the supplies should be delivered to the consignee in the manufacturer’s original packing and original markings.

4. The bill of cost should be submitted in triplicate to this office duly showing the tax component separately for arranging necessary payment. The following certificates should be furnished on each copy of the bill.

a. Certified that the goods for which Sales Tax has been charged have not been exempted under the Central Sales Tax Act or the State Sales Tax Act or Rules made there-under. The amounts charged on account of Sales Tax on these goods not more than what is payable under the provisions of the relevant Act or the Rules made there-under.

b. Certified that the goods on which Excise Duties have been claimed in this Bill have not been exempted under Central Excise Act or Rules made there- under and the amounts charged on account of Excise Duties of the goods are not more than what are actually paid to the Excise Department.

c. Where the Excise Duty is claimed by the Firms, the Gate passes should invariably be enclosed to the connected bills. In the absence of Gate pass, the Excise Duty claimed by them cannot be admitted.

5. A certificate from the manufacturer should be produced regarding the amount of Excise Duties liable on each unit of the supply that is being actually paid by the manufacturer to the Excise Department.

6. Articles supplied shall be as per the approved sample and specifications. Or else, such Articles shall be rejected and returned to the Bidder at his own cost for replacement. Action will simultaneously be taken either to reduce the rates of the Articles to be supplied up-to the extent of 10% or to blacklist the Firm besides affecting forfeiture of Earnest Money Deposit and / or Security Deposit amount and initiation of action to obtain supplies from alternative sources at the risk and cost of the Bidder.

7. The date mentioned in the Purchase Order for arranging supplies should be construed as date on or before which supplies should be received by the Consignee and should not be taken as the date for dispatching stores.

8. Advance delivery prior to Issue of Purchase Order will not be accepted.

9. Supplies should strictly confirm to the specifications required by this Department (or) should strictly confirm to the approved (tender) Sample.

10. Under any circumstances, Railway Receipt should not be sent through Bank to the consignee or to this office. Any demurrage etc., incurred due to failure to observe this condition shall be entirely on Bidders account.

11. Unless and until prior extension in delivery period is applied for and granted, the execution of the supplies after the delivery date mentioned in this order shall be deemed to constitute breach of contract and shall attract condition No.6 above.

12. The Security Deposit submitted by the bidder against the order or the Earnest Money where no Security Deposit has been made by the bidder is liable to be forfeited to Government in the event of a breach, on the bidders part in respect of the terms and conditions laid down in the Purchase Order. Such forfeiture shall be in addition to the remedies available under condition No.11 above.

13. The supplies not distributed and kept in the stores for a period of one year and found with any manufacturing defects, color fade etc., are to be replaced free of cost by the supplier and consequential losses borne by Bidder in case of defaults like fading of color etc.

14. The buyer will not pay for transit insurance and the bidder will be responsible until the entire consignment reaches the stores of purchaser in good condition.

15. Whenever under this Purchase Order any sum of money is recoverable/payable by Bidder, the Addl. Director General of Police, Operations (OCTOPUS & GreyHounds), Telangana, Hyderabad shall be entitled to recover such sums by appropriating in part or whole the balance and the total sum/due recoverable, as the case may be, shall be deducted from any sum/due or which any time thereafter money becomes due to the bidder, under this, or any other contract with the Government, such deduction being made from the bidders bills.

16. If any dispute arises as to the quality of stores supplied the opinion of the Addl. Director General of Police, Operations (OCTOPUS & GreyHounds), T.S., Hyderabad shall be final and he shall not be required to give any reason in writing for rejection of the supplies to that effect. 17. Remittance of the bills will be at the cost of the bidder.

18. In case of any breach of contract, Terms of Agreement and Purchase Order and its conditions, the decision of the Addl. Director General of Police, Operations (OCTOPUS & GreyHounds), Telangana, Hyderabad is final and binding on the bidder. 19. Payment will be made by this office for all supplies. If remittances are required by Demand Draft, they will be made at cost of bidder. 20. Rejected goods or materials shall be removed at the expenses of bidder within seven days, after the notice has been given to the bidder. If not removed the Addl. Director General of Police, Operations (OCTOPUS & GreyHounds), Telangana, T.S., Hyderabad may cause the goods or materials to be removed and penalize the bidder with all expenses incurred in such removal. 21. The contract or any part of it shall not to be transferred or assigned by the bidder directly or indirectly to any other agencies whom-so-ever without the written consent of the Addl. Director General of Police, Operations (OCTOPUS &

GreyHounds), Telangana, Hyderabad. 22. In the case of partnership Firm, the Firm should submit a copy of the partnership deed duly attested by a Scheduled Bank or a Gazetted Officer. The Firm should also indicate the names of their partners to receive payments of bills from this office.

23. The selected Firm should submit Security Deposit along with agreement bond within 4 days from the date of receipt of communication of this office, or otherwise, the proposed Purchase Order will be cancelled and further action taken.

24. The Bidders should affix stamp clearly of the concerned Firm on each item supplied by them after issue of Purchase Order while making delivery to this office Stores.

25. Bidders should submit the required documents as mentioned above. After the opening of Pre-Qualification bid, no further correspondence will be entertained.

26. In case of any dispute, the matter can be referred to competent Court at Hyderabad city only and not anywhere else.

27. The following is schedule:

a. Schedule Sale Opening Date & Time 07-09-2015 at 10.30 AM b. Schedule Sale Closing Date & Time 21-09-2015 at 2.30 PM c. Bid Submission Closing Date & Time 21-09-2015 at 5.00 PM d. Pre-Qualification Opening Date 23-09-2015 at 10.30 AM e. Technical Specifications Opening Date 25-09-2015 at 11.00 AM f. Price Bid Opening Date & Time 01-10-2015 at 12.00 PM

Sd/- Addl. Director General of Police, Operations (OCTOPUS &GreyHounds), Telangana, Hyderabad.

PART-G

Group - (I) BOMB DETECTION AND DISPOSAL EQUIPMENT

01- HAND HELD METAL DETECTOR (HHMD)

TECHNICAL SPECIFICATION of Hand Held Metal Detector (HHMD)

1. Dimension 350 to 400mm Length Width 140 to 175mm Probe Width Body Width 30 to 40 mm Thickness (Handel) 30 to 40 mm

2. Weight 400 grams 3. Power source Single 9 volt Alkaline battery, should run 275 to 325 hours at 10% detection rate. 4. Battery protection To be provided against damage due to reverse battery 5. Indication i) Single LED for multiple indications. *normal light for switch for indication *high brightness on metal detector. *Flashing light for low battery indication. ii) Audible signal 6. Operation Single push button operation. 7. Construction Should be rugged and impact resistant ABS moulded casing. 8. Scan rate Min 3’’ 24’’/sec 9. Detection Should have Maximum penetration depth Should detected Ferrous, non Ferrous and Ferrite coasting. *Pistol .22 at 6’’ *Cartridge .22 at 2’’ (Min) *Razor Blade at 1’’(Min) *Detect pin from 1”

02- Prodder

MAIN FEATURES:

 It should be made with rust proof heavy steel with Nickel coating.  Two fold threaded rods should be provided.  Total length should be 80 cm to 90 cms  One end should be sharp pointed and other end should be shock proof rubber grip.  Total weight should not be exceeding more than 1 kg.  It should be strong enough to dig all kinds of soils.

03- EXTENSION MIRROR

Technical Specifications of Extension Mirror:

 The length of telescopic rod should be extendable up to 12 ft  It should have illuminating facility to observe the suspected articles hide in the dark areas.  Material should be rust proof.  It should be light weight, easy to handle and carry.  Mirror Dimensions should approximately be 6.5”(L) x 3.5”(W)

04- BREACHING BLANKET

Technical Specifications of Breaching Blanket

 Flexible and portable 6 ft x 4ft Level IIIA ballistic protection  Easy to store and transport.  Intrinsically safe - no metal snaps/zippers to spark or frag

Carrier Type

 Permanently sewn-down, 500 denier polyester cover  Nylon webbing straps for easy carry and deployment

Ballistic Material

 Kevlar package

Ballistic Weight

 Wt. per Sq. Ft. 12.5 oz. (354.37 g)  Total Weight: 15 lbs.

Dimensions

 72" x 32"

Standard Features

 PVC channels for structuring located at each end  Ambidextrous handle system  Deployable from either end of blanket  Can also double as a litter for Medevac situations

Ballistic Capabilities

Enforcer Classic series armor, Frag ONLY,

 Frag – 1476.38 fps / 450 mps

* V50 Data and special testing reports

Warranty

 Ballistic panels–60 months

05- RSP TOOL KIT

Technical Specifications of RSP TOOL KIT

1. Doctors Stethoscope 01 No. 2. BP Handle 6” + 1 With BP Blade set 01 No. 3. Scissors 6”, 7”, 8” 01 (Each) 4. Dental Mirrors Length 6” + 1, 10”+ 1 Mirror Dia : 0. 75” + 0. 25” 01 (Each) 5. Scalper Length : 8” 01 No. 6. Artery Forceps Length : 6”, 7”, 8”, 9” 01 (Each) 7. LED Torch with two pencil cells 1 No ( 1 LED Spare incorporated in Torch) 8. Torch medium with two cells with krypton Lamps (1 Spare Lamp incorporated in Torch) 9. Hammer sledge ( 2 Kg), ball peen, claw Hammer 01 (Each) 10. Pipe wrench 10” 01 No. 11. Hand vice Grip 6” 01 No. 12. Magnifying Glass 01 No. 13 Nipper cutter 01 No. 14. Tin cutter 01 No. 15. Nose pliers 01 No. 16. Stainless Steel Knife 80mm Blade 01 No. 17. C Clamp 4”,6”,12” 01 (Each) 18. Spanner Adjustable 15+5, 30+5mm 01 (Each) 19. H ack saw 6” with Blade set 01 No. 20. One Screw Driver set consisting of 01 No. a. Flat 2+1, 4+1, 6+1, 8+1, 10+1 mm blade width 01 (Each) b. Flat offset 6+1, 7+1,10+1 mm Blade width 01 (Each) c. Cross point 150 + 5, 250+5, 75+5, 225+5, 350+5mm 01 (Each) 21. Hand drill with drill bit set 01 No. 22. Spanner 10 piece metric set 01 No. 23. Spanner 10 piece imperial set 01 No. 24. Soldering iron 6” with soldering flux & solder wire 50 gms. 01 No. 25. Sponge holder 10” 01 No. 26. Can opener6” 01 No 27. Tape packaging 3”/50 length mm and Electric insulation Tape 01 No. 28. Duct Tape 3”/50m 01 No. 29. Nylon strapping Tape1”/50m length 01 No. 30. Punch 6” 01 No. 31. Cold chisel 6” in the 15 mm cutting edge. 01 No. 32. Cold chisel 8” in the 22 mm cutting edge. 01 No. 33. Screw driver set (watch maker) 01 No. 34. Screw driver alignment 01 No. 35. Super glue adhesive 01 No. 36. Pliers cutter with grip long point nose 01 No. 37. Pliers cutter/ grip combination 01 No. 38. Pliers flat jaw 01 No. 39. Pliers round jaw 01 No. 40. Cutter side 120+5, 150+5 mm 01 (Each) 41. Fish line ( 50m length with hook 01 (Each) 42. Tweezers 6” 01 No. 43. Probe ( Straight & right angle ) 01 No. 44. Wire brush 01 No. 45. EOD multitool with crimper 01 No. 46. Tape measuring 4+1 mtr 01 No. 47. Non Metallic probe 01 No. 48. Kevlar hand gloves 01 No. 49. CO2 Portable Fire extinguisher 600gm 02 Nos. 50. lever spike & cranked chisel ends 44.5 cm length 01 No.

51. Bar lever cranked form & wedge ends 26 cm 01 No. 52. Screw driver socket set 01 No. 53. Pick 56 Cm head ( fur digging Purpose ) 01 No. 54. Pry bar 01 No. 55. Hand Held Self ignited Propane Gas Torch 01 No. 56. Plastic tweezers 6” 01 No. 57. Scriber double ended 01 No. 58. Glass Cutter 01 No. 59. Measuring tape spool – 30m 01 No. 60. Brush Painting Nylon Bristles – 1”, 2”, 4” 01 (Each) 61. Tin/ Sheet metal Snips/ cutter + 2.5” blade 01 No. 62. Nylon cord 0.04”/ 30m 01No. 63. Plastic knife 6” blade 01 No. 64. Knitting needle plastic 01 No. 65. Misc. the firm should be able to provide the following as applicable, along with the equipment. 66. Stop Watch 67. AC ladder folding up to 20 feet 68. Screw driver sachet set 69. bottle, glass, soap case 70. Pick 560 mm head 71. Shovel round nose  It should be rugged and light weight.  It should be easy to carry and operate.  Rust proof and standard tools should be provided  Tools must be non magnetic, non corrosive and non sparkling

Packing

All the above tools should be packed in a sturdy casing and/ or provided with carrying case. Individual inserts should be provided for each tool in the suit case Accessories – Cleaning Kit. Quality assurance

All the above tools should confirm ISI standards (preferably ISI marked) And manufactured by standard and reputed companies

06- REMOTELY OPERATED WIRE CUTTER

Technical Specifications of Remotely Operated Wire Cutter

 The remote transmitting distance capacity should be more than 100 mtrs.

 A strong based rust proof stainless steel pole should be provided to fix up motor with wire cutter.

 It should have shock proof grip.

 Height adjustable clamps should be provided

 Minimum 12 v battery should be provided

 The battery should be rechargeable

 The connecting electrical wires should be ISI standard

[  It should work on both AC/DC power

07- BOMB SUIT

[ Technical Specifications of Bomb Suit

(SIZE MEDIUM) The suit consists of the following separate items, which collectively make the complete garment

 Smock with attached collar

 Hand protectors

 Spine protector

 Trousers – adjustable in length and width with quick release zips

 Overshoes

 Throat blast plate

 Chest blast plate

 Groin blast plate

 Helmet, with built in fan and visor

 Integral speaker, ambient sound and microphone in helmet

 Aluminum case for helmet

 220v charger, 12v charger headlamp charger and fitting instructions

 Smock carry bag with spine protector

 Trouser carry bag with blast plates and overshoes

 Transit bag for smock and trouser bags

 Custom designed steel storage box

The Suit should comply with STANAG 2920 specifications V 50 velocities are given below. Chest plate and jacket front 1600m/s or better Neck 600m/s or better Jacket front 600m/s or better Jacket rear 500m/s or better Sleeve front 560m/s or better Sleeve rear 450m/s or better Front collar 1600m/s steel insert Front groin plate and groin protector 1600m/s or better Rear groin protector 500m/s or better Trousers with thigh inserts 690m/s or better sers-shin insert 620m/s or better Trousers-knee insert 500m/s or better Rear trousers 500m/s or better Helmet 700m/s or better Visor 800m/s or better Boot cover 450m/s or better Suit weight Less than 33 kg Helmet weight Not more than 5 kg Test standard Stanag 2920 Suit Material Fire resistant Ventilation and demisting With helmet mounted Fan

Communication Full duplex hardwiresystem-100m range or a more an advanced system. Warranty 3 years

Protection performance figures are for the Stanag 2920 17 grain (1.1gm).

Trauma Reduction:

Armor Blast Plates have a double layered backing of a Resilient, closed cell,

linear foam which has a comprehensive modulus of 4350 psi or more. The collar chest groin and front of the legs have built in anti-trauma inserts

[

MATERIALS

Helmet

 Molded GRP skin with elastomeric Aramid core or other suitable material.  Anti – ballistic visor made from hardened acrylic / polycarbonate laminate  Suspension harness – webbing and ballistic nylon

Jacket and trousers

 Ballistic inserts made from multi-layered water-repellent fabric  Outer cover – Suitable Material  Color – Military green

Power Pack

 A rechargeable or alkaline power pack which should be suitably placed.

 The power pack should have battery status indicator.

 Recharging: Mains charger should be provided for rechargeable power pack, if applicable.

Ventilation and Demisting: A Helmet mount fan should provide effective ventilation and demisting with control unit within easy reach of the user. Communications: The helmet should have built in microphone for operator to hear all the conversation taking place in the vicinity.

Two-way Communication: It should provide a two way communication whether on radio or on wire between operator and officer in charge up to a distance of 100 meters.

Searchlight: The helmet must be fitted with a search light for working in dark condition.

Cooling Suit

Heat Removal Rate: 270 watts (full suit) Endurance min. 45 min at 35 ° C (95 °F)

Cooling Unit:

Control : On/Off Variable speed Pump : 12V Cold Source: Water circulating over ice Power : Connected directly to the EOD 12V power supply

Weights preferred

 Cooling Suit: 1.0 kg  Cooling Unit Dry: 0.5kg  Ice: 1.2kg  Water: 0.7kg

Material:  Garment: Kermel/suitable stretch knit fabric, flame retardant

Sizing:

 Medium: 170-185 cm; 70-90 kg  Compatibility: Worn next to skin under any clothing  Cooling unit can attach securely to bomb suit via Velcro, strap and buckle  Second water/ice bottle supplied for stand-by

Back Bone Protection: The Suit should provide a high impact back bone protective arrangement.

Operational time: The Suit should take no more than 10 minutes to wear with the help of a trained technician (desirable).

Static discharge: The Bomb should have protection against static charge.

Miscellaneous: (User to specify as per requirement). The firm should be able to provide the following as applicable along with the equipment. a. Cleaning Kit

b. SMT (Special maintenance tools), if any.

c. Training Aids – Charts, Slides, training brochure, training work model, blow up diagram, video films etc,. d. Physical Training in Hyderabad. e. Proof Schedule to include details of testing and acceptance criteria.

f. Technical Manual in English giving full description of the item. g. User hand book in English.

h. Literature on preservation/maintenance in English

i. Specification of packing, handling/transportation/storage. j. Details regarding periodical inspection by the user.

[ Note: The Tenderer shall submit a blast test report conducted and approved on bomb suit by any Armed , Para Military Forces, NSG, , and SPG in 2014 and 2015 along with tender bid. Preference will be given to the firms who have been conducted blast test on their model/Sample basing on the satisfactory report and purchase orders given by any of the above organizations in 2014 and 2015.

08- EXPLOSIVE DETECTION & IDENTIFICATION FIELD KIT

Technical Specifications of Explosive Detection & Identification Field Kit

1. It should be capable of detecting all types of explosives of various groups, including explosive items like TATP (Tri-Acetone, Tri-Peroxide), HMTD (Hexa Methylene Tri-Acetone Diamine), Chlorates, Bromides ANFO etc, pre and post- explosion. 2. Reagents for detection of commonly available IED compounds like TATP, HMTD, Chlorates, and Bromides can be in liquid form. 3. Should be able to detect & identify explosives at nanograms level. 4. It should have self adhesive collection papers to help detect trace of explosives. 5. The kit should have instruction chart and colour code display chart. 6. The kit should be capable of showing instant reaction giving immediate results. 7. The kit should be usable by a normal field operative with minimal training. 8. The kit can be stored in field condition in a vehicle. 9. The kit should have a shelf life of minimum 24 months at 100% potency. Physical Requirement 10. Should be easy carry and easy to use. 11. Should be operable in all weather conditions and require no maintenance 12. Should contain various types of samples and collection evidence pack. 13. Should not pose any risk to technician/field officer and to the environment. 14. Entire kit should be packed in a easy to carry plastic case, which should provide adequate protection to the kit. 15. Weight of the kit should not exceed 650gms. Spares 16. a) All items of the kit should be available separately as spares. b) Spares should be available for minimum 05 years. Training 17. Manufacturer/Supplier should provide training on optimum use of equipment. Warranty 18. The kit should have a warranty period of one year. Group - (II) BREACHING EQUIPMENT

01- Battering Ram 1. BATTERING RAM Technical Specifications: 1. It should be a striking tool, capable of fast forcing of inward swinging wooden doors and certain metal doors. It should give the maximum impact energy and at the same time not too heavy to use. 2. It should have flexible/solid steel belted rubber handles. For additional security the front handle should be situated at a reasonable distance from the impact area. 3. It should be made of black painted steel (Certificate from a national / international accredited laboratory to be provided by the OEM). 4. Single man operation. 5. It should be non-conductive. 6. It should be inside and outside door buster. 7. It should have non-sparking head. 8. The length should be less than 22 inches. 9. The maximum weight should be 14 Kgs/30 lbs. 10. It should include a tactical sling. [

02- Sledge Hammer 2. SLEDGE HAMMER Technical Specifications: 1. It should be made of solid steel. 2.The handle should be have non-conductive electrical coating which permits intervention on live objects up to 1000 V on AC and 1500 V on DC. 3. The length should be 34-35 inches. 4. The maximum weight should be 5-6 Kgs. 5. Single man operation. 6. It should be made of black painted steel 7. It should include a tactical sling.

03- Halligan Forcible Entry Tool 3. HALLIGAN FORCIBLE ENTRY TOOL Technical Specifications: 1. The Halligan bar should be capable of quickly breaking through many types of locked doors. 2. It should be a solid, multi-purpose single tool with a fork, a blade (or adz), and a pick. 3. It should be extremely powerful. 4. It should be practically indestructible. 5. It should be made of cast alloy steel. 6. It should have durable black tactical finish. 7. The length should be maximum 30 inches. 8. The maximum weight should be 10 lbs. 9. It should include a tactical sling. 10. It should be spark free.

04- Battery Operated Combi Tool

4. BATTERY OPERATED COMBI TOOL (cutter, spreader & squeezer) Technical Specifications: 1. The combi tool should be extremely compact and shall be capable of cutting, spreading, squeezing and pulling. 2. Weight of ready to use unit should not be more than 15 kg. 3. Dimensions should be approx. 27 x 12 x 8 inches 4. Maximum working should be approx.10000 psi. 5. Spreading distance at the tips shall not be less than 260 mm 6. It shall be battery operated, light weight and capable of being operated by one person. 7. Used for both right and left handed operators. 8. Aluminium parts should be anodised to prevent corrosion. 9. It should have a non slip carrying handle- for perfect grip. 10. The rescue tool shall be independent from any outside power source and be operated only by a hand lever integrated in the tool itself. The operation shall be extremely user friendly possible by the same person who holds the tool. 11. Minimum spreading at the tips in closed position shall not be less than 2.4 tons. Maximum spreading force shall not be less than 12 tons. 12.The tool shall be capable of Cutting (in the blade recess) not less than 24 mm steel bars 13. The maximum cutting force shall not be less than 24 tons 14.The tool shall be painted in black color only 15. The operating system shall have the best ergonomic of functioning. The Handle shall be rotatable at min. 180 deg in any direction. It should have a Self-Locking or manual locking system. The head of the tool shall be a fixed type and shall not be rotatable. 16.The blades shall be of impact free cutting design to overcome the flying of metal pieces during cutting process. The blades shall be able to bite firmly into the work piece and resist any tendency for it to slide forward under the cutting action. The blades of the tool shall be made of drop forged tooling steel and must be one piece without loose parts. 17.The tips of the blade arms must be serrated inside and outside for firm grip during spreading or squeezing. 18.The tool shall be capable of working under extreme conditions, high dusty environment, high humidity & a range from – 10 Deg C to + 65 Deg C. The tool shall be capable of working also in under water conditions up to a depth of approx 40 meters. 19.The tool shall be supplied with the following accessories  Pulling chains and Puling adaptors  Carrying strap  Carrying case

05- Tactical Response Kit 5. TACTICAL RESPONSE KIT Technical Specifications: 1. The Tactical Response Kit is a compact way to take every tool you need for any situation to pry, pound, twist and cut open or remove all types of barriers. 2. This kit should be also interchangeable so you can use any combination using the included lock-bars, a Hooligan to pry, a sledge to break concrete or a Pry-Axe to chop. 3. It should have a Back pack for carrying the following tools. 4. This kit should contain the following items- a. 15” lock-bars and lock bar connector, b. D-Handle, c. standard claw; d. cutting claw; e. pry-axe head; f. hooligan head, g. sledge head, h. shark tooth shovel, i. buster head and j. Kelly head, k. bolt cutter and l. A rake.

06- LIGHT WEIGHT DOOR OPENER

Technical Specifications: 1. Extremely compact and light weight door opener designed for opening steel and wooden doors. 2. The door opener shall be hydraulically operated with two toes, one fixed and one moving. 3. It should be capable of opening both inward and outward opening doors. 4. Silent operation with power assisted/manually operated pump. 5. Hydraulic and /pneumatic manual operation. 6. Single or 2 man operated. 7. Weight maximum less than 7 kgs. 8. The spreading force shall not be less than 10 tons. 9. Complete system capable of quick operation and release. 10. Maximum working pressure should be approx 10000 psi. 11. It should have a rotatable handle for free movement. 12. The door opener shall be single acting, spring return type, driven by hand pump, working on non - toxic mineral based hydraulic oil. 13. The insertion height up to the first groove shall not be more than 3mm, whilst the stroke length of the door opener shall not be less than 128 mm. 14. The back of the fixed toe shall be designed with a flat face to be used a hammering base. The door opener must be available with a carrying and positioning handle that automatically keeps the tool from twisting when positioning the tools. The carrying and positioning handle would be finished with a black epoxy layer for optimal grip. 15. The door opener must be available with a 3600 swivel connection with 40 cm long pigtail hose that must be mounted on the back of the tool for optimal maneuverability of the tool and hydraulic connection hose. 16. Dimension of the tool shall be - 300 x 120 x 100 mm approx.

17. The door opener shall be supplied with the following accessories:- 1. Hydraulic Hand Pump suitable to operate the door opener 2. 10 m long hose. 3. Carrying case 18. The door opener, pump and hose shall be of black colour only.

[[[[

07- Multi-purpose /Tactical ladder 7. Multi-purpose /Tactical ladder Technical Specifications: 1. The ladder should be made of rugged and durable material 2. The ladder should be foldable/sliding and man packed by MOLLE back harness provided with the equipment. 3. Length-Retraced Form - 1.2 m; fully extended form- 3.2m (min); Width- Minimum 0.33 meter. 4. Max Weight- 14 kg 5. It should be made of Aluminium. 6. Weight capacity – at least 200 kg. 7. Gap between two successive steps -Max- 34 cm; Min- 15 cm 8. Operational temp- -20 degree to + 55 degree ; Storage temp- -309 degree to +60 degree 9. Suitable mechanism for easy extension and locking between all sections to be provided. 10. The ladder to be provided with the removable hook and spacers in the ladder at the top end to provide support during operations for vertical climb. 11. The ladder should be with non-reflective finish. Color of the ladder should be black. 12. Grip a. The rung should be securely locked with the stile and not loosen with use. b. All section should be suitably serrated to provide better grip. c. The ladder should be equipped with rubber shoes at the bottom ends. 13. Smooth curved rails for comfortable climbing. 14. Double Riveted steps for more durability. 15. Easily converts to twin step ladder; stairway step ladder; extension ladder, and 2 scaffold bases. 16. Extra wide flared bottom for firm support.

08- Tactical Forcible Entry backpack 8. Tactical Forcible Entry backpack Technical Specifications: 1. The TFE back pack should be designed for forcible entry teams that require easy breaching tool access, multiple tool storage, and comfort. 2. The weight of the component should be less than 2 kgs. 3. It should accommodate a tactical bolt cutter (approx. weight 4 kgs.), a battering ram (approx. weight 7 kgs.), and a hooligan tool (approx weight 4 kgs.). 4. All the above listed tools should also be included in the TFE pack. 5. The above mentioned tools should be made of non-conductive steel and have a non-glossy black finish. 6. The above should have tactical slings.

GROUP – III. BUILDING CLIMBING EQUIPMENT

01 - Knee Guard

1. KNEE GUARD

Specification:-

 Constructed with HDPE plastic guards that provide impact protection and abrasion resistance.

 The stretch poly mesh chassis wicks moisture, is breathable and provides a no-bind fit.

 The air-mesh inner panels create ultra-lightweight breathable protection, while the heavy duty stretch nylon impact panels provide increased protection and durability.

 Performance closed cell foam padding placed in critical impact areas also minimize spotentialinjury.

FEATURES:

• Moisture-wicking Stretch Poly Mesh Chassis • Air Mesh Inner Panels • Performance Closed Cell Foam Padding

Manufacturer: Jett MTB

02 - Elbow Guard

2. ELBOW GUARD

SPECIFICATIONS :-

 Hdpe plastic guards

 Stretch poly mesh chassis wicks moisture

 Breathable and provides a no-bind fit

 Air mesh inner panels create ultra lightweight breathable protection

 Heavy duty stretch nylon impact panels provide increased protection and durability

 Performance closed cell foam padding placed in critical impact areas.

03 - Hand Held Ballsitic/ EOD Shield

3.HAND HELD BALLSITIC/EOD SHIELD

 The hand held Ballistic/EOD Shield should be designed to give a high level of protection against blast, fragmentation and ballistic threats.  From behind this safer operating environment created by the Shield the operator should carry out a range of EOD or tactical tasks.

SPECIFICATIONS:

 Protection level- preferably center-fire rifle caliber protection (NIJ Threat Levels III & IV)

 Ammunition – 7.62mm intermediate

• Composite Aramid Laminate encapsulated in a Cordura outer shell.

• Adjustable and retractable steel legs for stable positioning. Fold away for easy storage.

• Ballistic Glass Viewing Port- for clear vision and uninterrupted filed sight.

• Ambidextrous handle with Adjustable nylon neck and shoulder strap. Carry Handle with foam padding for comfort and impact absorption.

• Abrasion resistant neoprene rubber edges.

 Impact foam for shock absorption along top edge of shield.

 Padded rubber grips for comfortable handling and usage.

 Weight – below 15Kgs

04 - Coltri SUB Machine (to fill the RLT Cylinders)

4. Coltri SUB Machine (to fill the RLT Cylinders)

SPECIFICATIONS:-

The Coltri MCH8/EM Standard Air Compressor should have the following specifications:

 CHARGING RATE: 135 L/min 8 m³/h 5 CFM

 FILLING TIME: cylinder 10L (0-200 Bar) 15 min

 WORKING PRESSURE: 225 Bar - 3200 Psi 330 Bar - 4700 Psi

 DRIVEN BY: Single-phase electric

 POWER: (230 V - 50/60 Hz) 3 Kw

 DIMENSIONS: height 63 cm/25", width 89 cm/35", depth 44 cm / 17"

 DRY WEIGHT: 99 Kg / 218 lbs

 NOISE (ISO 3746): 79 dB

 NUMBER OF STAGES: 3

 NUMBER OF CYLINDERS: 3

 LUBRICATING OIL CAPACITY: 1600 cc (1,6 L) / 0,42 US Gallon

 LUBRICANT: Coltri oil CE 750

 FRAME: Powder coated steel

 OIL / MOISTURE SEPARATOR: 2

: Maxifilter active carbon and

 SAFETY VALVE: 2 interstage, 1 last stage

 INTERSTAGE COOLERS AND AFTER COOLERS: Stainless steel  BREATHING AIR: DIN 3188 EN 12021 CGA E

05 - Sliding wire tight (Machine) [

5. Sliding wire tight (Machine)

SPECIFICATIONS:-  Light weight, compact, high strength aluminium housing.  Overload protection ensures high personal safety when in operation.  Specially built-in shear pins are be replaced without removing the load.  The hoist has low maintenance requirements and is easy to service.  Easy, smooth installation of the wire rope.  Long rope movement per each lever stroke.  150% overload testing.  Operable in the vertical, horizontal and diagonal planes.  Manufactured according to machinery directive 98/37/EC.  Standard wire rope length is 20 meter. 30, 40, 50 meters are for option.

Features: 1) Rated forward hand power: 341 2) Rated capacity: 800kg 3) Rated forward travel (swing it forward and backward) equal or more than52 4) Rope diameter: 8.3mm 5) Wire rope safety factoer load capacity: 5 6) Safety factor and static load capacity: 5 7) Max. Travelling load: 1,200kg 8) Net weight: 6.4kg

06 -9mm Sling Rope

[

6. 9mm Sling Rope.

DOUBLE-BRAID ROPE SLING - 5/8" x 10' D.B. Sling

SPECIFICATIONS:-

 Used as false crotch for rope blocks, or for lifting or lowering heavy loads.  Polyester double braid (coated) rope sling with eye splice on one end.  Tensile strength (maximum breaking) - 14,000 lbs. Safe working 1,400 lbs.

07 - SLING TAPE

7. SLING TAPE

Reflective Webbing Sling Different kinds of elastic bands, jacquard tapes, knitted webbings, etc. are available. HIGH QUALITY with REASONABLE PRICE! Specifications:-

 Materials: polyester, latex, nylon, polypropylene, etc.

 Width:1-10CM

 Various designs are available, and can be designed according to your requirements.  High quality with competitive price.

 We are specialized in producing,and exporting different kinds of elastic tapes and inelastic bands, including woven elastic bands, jacquard elastic tapes, knitting elastic tapes, cord and draw cord tapes, anti- slips folding and reflective tapes, etc.  Suitable for garments, undergarments, matts, men or women belts, lanyards bags, suitcases, shoes, sports clothes and automobiles seat, belts, etc.

 Any items of our products should be of interested to you, please feel free to contact us, we will be happy to give you further information.

08 - MIKE (HARNESS) (CE.EN1498/C)

8. MIKE (HARNESS) (CE.EN1498/C)

Specifications:-

 Special Harness with ankle supports that allows head down abseil in narrow spaces and tunnels .  Universal size self locking buckles easy to adjust.  Accessory: special bag for material and tools to be hanged to shoulder harness.  Size: XXL  Weight: 1200gr  CE:EN1498/C

09 - ANCHOR SLING 9. ANCHOR SLING

Specifications:- • This should be sewn webbing sling for anchoring.

• It should have breaking strength minimum 22 kN.

• It should be certified CE EN 566, CE EN 795 B

• It should be of 150 cm in length.

GROUP- (IV) COMMUNICATIONS EQUIPMENT

01 - 55” industrial display Unit

Technical Specifications Screen & Model LED - Industrial display Display Size 139.7 cm (55“ ) Display Feature Full HD Screen Resolution 1920x1080 Pixels or more Connectivity 2 x HDMI & 1 x USB Aspect Ratio 16:9 Dynamic Ratio 5000:1 View Angle 178/178 Degrees (Horizontal/Vertical) Refresh Rate 120 Hz Power Supply AC 100 - 240 V (more or less 10 percent), 50/60 Hz Power Consumption Off Mode: Less than 0.5 W, On Mode: 165 W (Max)/120 W (Typ.)/562.65 (BTU); Sleep Mode: Less than 0.5 W Warranty 3 yrs

02 - PA System with i) Speakers – 2 Nos. ii) Wireless lapel Microphone – 1 No. iii) Wireless Handheld Microphone – 1 No. iv) Vocal Microphone – 1 No. V) Mixer – 1 No. i) Specifications of Speakers – Qty : 2 Nos. Type A self powered 12" full range speaker with a built in 1000W RMS amplifier Back view & features backside of the speaker to contain a LCD display and 1-knob DSP control with presets Coverage angle 90 deg X 60 Deg, integrated top handle as well as pole mount facility Features Must also be able to be used as a stage/floor monitor Speaker to contain 2) XLR/TRS Combo Jack, (1) 3.5 mm Input, and (1) XLR link Output. Speaker to generate a max SPL of 125 dB or more.

[

ii) Specifications of Wireless Lapel Microphone - Qty: 1 No. Type Wireless Mic Lapel with condenser Frequency response 100Hz-15kHz,Cardiod polar pattern Coverage angle 90 deg X 60 Deg, integrated top handle as well as pole mount facility RF sensitivity < 1.0 Uv Image rejection >55dB Dyanmic range >95dB No of receiver channel 32 channels possible S/N ratio >100dB Distortion <1%, Frequency band 618-634MHz

Modulation +/-40kHz

iii) Specifications of Wireless Hand Held Microphone- Qty: 1 No. Type Hand held Wireless Dynamic Mic with Cardiod polar pattern, Frequency response 80Hz-18kHz RF sensitivity < 1.0 Uv Image rejection >55dB Dyanmic range >95dB No of receiver channel 32 channels possible S/N ratio >100dB Distortion <1%, Frequency band 618-634MHz Modulation +/-40kHz

iv) Specifications of Vocal Microphone - Qty: 1 No. Type Corded Vocal Microphone with Dynamic Neodymium Magnet microphone element Frequency response 50Hz-18kHz RF sensitivity 3.2mV/Pa impedence 600 ohm

v) Specifications of Mixer - Qty: 1 No.

Type 0-Channel Mixing Console Inputs Max. 4 Mic / 6 Line Inputs (2 mono + 2 stereo)1 Stereo Bus"D-PRE" mic preamps Output Inverted Darlington circuitXLR balanced outputs Other features PAD switch on mono inputs+48V phantom power Metal chassis

03 - Canon Still Camera with Accessories - Qty: 1 No. Specifications of Canon Still Camera with Accessories

Type Digital, single-lens reflex, AF / AE camera Recording Media CF card (Type I, UDMA mode 7-compatible), SD memory card, SDHC memory card, SDXC memory card Image sensor size Approx. 36 x 24mm Compatible Lenses (35 mm-equivalent lens focal length will be as indicated on the lens) Image Sensor Type CMOS sensor Approx.22.30 megapixels Aspect Ratio 3:2 Dust Delete Feature Auto, Manual, Dust Delete Data appending Recording System Format is Design rule for Camera File System 2.0 Image Type JPEG, RAW (14-bit Canon original), RAW + JPEG simultaneous recording enabled Recording Pixels L (Large): Approx. 22.10 megapixels (5760 x 3840) M (Medium): Approx. 9.80 megapixels (3840 x 2560) S1 (Small 1): Approx. 5.50 megapixels (2880 x 1920) S2 (Small 2): Approx. 2.50 megapixels (1920 x 1280) S3 (Small 3): Approx. 350,000 pixels (720 x 480) RAW: Approx. 22.10 megapixels (5760 x 3840) M-RAW: Approx. 10.50 megapixels (3960 x 2640) S-RAW: Approx. 5.50 megapixels (2880 x 1920) Recording function Standard, Auto switch card, Rec. separately, Rec. to multiple Create / Select a Folder Possible

Image Processing During Shooting Picture Style Auto, Standard, Portrait, Landscape, Neutral, Faithful, Monochrome, User Def. 1 - 3 White Balance Auto, Preset (Daylight, Shade, Cloudy, Tungsten light, White fluorescent light, Flash), Custom, Colour temperature setting (Approx. 2500 - 10000K), White balance correction, and White balance bracketing possible * Flash colour temperature information transmission enabled Noise Reduction Applicable to long exposures and high ISO speed shots Automatic Image Auto Lighting Optimizer Brightness Correction Highlight Tone Priority Provided Lens Peripheral Peripheral illumination correction, Chromatic aberration correction Illumination Correction Viewfinder Type Eye-level pentaprism Coverage Vertical / Horizontal Approx. 100% (with Eye point Approx. 21mm) Magnification Approx. 0.71x (-1m-1 with 50mm lens at infinity) Eyepoint Approx. 21mm (from eyepiece lens center at -1m-1) Build-in Dioptric Approx. -3.0 - +1.0m-1 (dpt) adjustment Focusing Screen Fixed Mirror Quick-return type Depth-of-field Preview Provided Autofocus Type TTL secondary image-registration, phase detection

AF Points 61 points (Up to 41 cross-type points) * Number of available AF points and cross-type points vary depending on the lens. Focusing Brightness EV -2 - 18 (with center f/2.8 AF point, 23°C / 73°F, ISO 100) Range

Focusing Modes One-Shot AF, AI Servo AF, AI Focus AF, Manual focusing (MF)

AF Area Selection Single-point Spot AF (manual selection), Single-point AF (manual Modes selection), AF point expansion (manual selection; up, down, left, and right), AF point expansion (manual selection; surround), Zone AF (manual selection), Auto selection of 61 AF points AF Configuration Tool Case 1 - 6

AI Servo Characteristics Tracking sensitivity, Acceleration / deceleration tracking, AF point auto switching AF Fine Adjustment AF Microadjustment (All lenses by same amount or Adjust by lens) AF-assist Beam Emitted by the EOS-dedicated external Speedlite

Shutter Type Electronically-controlled, focal-plane shutter Shutter Speeds 1/8000sec. to 1/60sec. (Scene Intelligent Auto mode), X-sync at 1/200sec. * With a wide-angle lens, the shutter speed may be 1/60sec. or slower. 1/8000sec. to 30secs., bulb (Total shutter speed range. Available range varies by shooting mode.) Drive System Drive Modes Single shooting, High-speed continuous shooting, Low-speed continuous shooting, Silent single shooting, Silent continuous shooting, 10secs. self-timer / remote control, 2secs. self-timer / remote control Continuous Shooting High-speed Max. Approx. 6 shots/sec. Speed continuous shooting: Low-speed Max. Approx. 3 shots/sec. continuous shooting: Silent continuous Max. Approx. 3 shots/sec. shooting: Max. Burst JPEG Large / Fine: Approx. 65 shots (Approx. 16270 shots) RAW: Approx. 13 shots (Approx. 18 shots) RAW + JPEG Large / Approx. 7 shots (Approx. 7 shots) Fine: * Figures are based on Canon's testing standards (ISO 100 and Standard Picture Style) and a 8GB card. * Figures in parentheses apply to an UDMA mode 7, 128GB card based on Canon's testing standards. External Speedlite Compatible Speedlites EX-series Speed lites Flash Metering E-TTL II auto flash Flash Exposure ±3 stops in 1/3- or 1/2-stop increments Compensation FE Lock Provided PC Terminal Provided External Speedlite Provided control * Compatible with radio wireless flash photography. Live View Shooting Shooting Modes 3:2, 4:3, 16:9, 1:1 Focusing Modes Live mode, Face detection Live mode (contrast detection), Quick mode (phase-difference detection), Manual focusing (Approx. 5x / 10x magnification possible) with Focusing brightness of EV 1 - 18(with contrast detection, at 23°C / 73°F, ISO range 100) Metering Modes Evaluative metering with the image sensor Metering Range EV 0 - 20 (at 23°C / 73°F with EF50mm f/1.4 USM lens, ISO 100) Silent Shooting Provided (Mode 1 and 2) Focus Modes Same as focusing with Live View shooting

Metering Modes Center-weighted average and Evaluative metering with the image sensor * Automatically set by the focusing mode. Metering Range EV 0 - 20 (at 23°C / 73°F with EF50mm f/1.4 USM lens, ISO 100) Exposure Control 1. Auto exposure, 2. Shutter-priority AE, 3. Aperture-priority AE, 4. Manual exposure * With 1, 2, and 3, exposure compensation and AE lock are possible (except in Scene Intelligent Auto mode). Exposure compensation ±3 stops in 1/3-stop increments (±5 stops for still photos) ISO speed Scene Intelligent Auto and Tv: Automatically set within ISO 100 - (Recommended 12800 exposure index) P, Av, and B: Automatically set within ISO 100 – 12800 expandable to H (equivalent to ISO 25600) M: Auto ISO (automatically set within ISO 100 - 12800), ISO 100 - 12800 set manually (in 1/3- or whole-stop increments), expandable to H (equivalent to ISO 16000 / 20000 / 25600) Time Code Supported Drop Frames Compatible with 60p / 30p Sound Recording Built-in monaural microphone, external stereo microphone terminal provided Sound recording level adjustable, wind filter provided Headphones Headphone terminal provided Grid Display Three types Still Photos Possible LCD Monitor Type TFT colour, liquid-crystal monitor Monitor Size and Dots Wide, 8.1 cm (3.2-in.) (3:2) with Approx. 1.04 million dots Brightness Adjustment Auto (Dark, Standard, Bright), Manual (7 levels) Electronic Level Horizontal: 1° increments, ±6° Vertical: 1° increments, ±4° Interface Languages 25 Feature Guide Displayable Playback Image Display Formats Single image display, Single image + Info display (Basic info, shooting info, histogram), 4-image index, 9-image index, 2-image display Highlight Alert Overexposed highlights blink AF Point Display Possible Grid Display Three types Zoom Magnification Approx. 1.5x - 10x, starting magnification and position settable Image Browsing Single image, jump by 10 or 100 images, by shooting date, by Methods folder, by movies, by stills, by rating Image Rotate Possible Ratings Provided Movie Playback Enabled (LCD monitor, video / audio OUT, HDMI OUT), built-in speaker Slide Show All images, by date, by folder, movies, stills, or by rating Image protect: Possible Copying images Possible

Post-Processing of Images In-camera RAW Image Brightness correction, White balance, Picture Style, Auto Lighting Processing Optimizer, High ISO speed noise reduction, JPEG image-recording quality, Colour space, Peripheral illumination correction, Distortion correction, and Chromatic aberration correction Resize Possible Direct Printing Compatible Printers PictBridge-compatible printers

Printable Images JPEG and RAW images Print Ordering DPOF Version 1.1 compatible

Image Transfer Transferrable Images Still photos (JPEG, RAW, RAW + JPEG images), Movies Custom Functions Custom Functions 13 My Menu Registration Possible Custom Shooting Modes Register under Mode Dial's C1 / C2 / C3 Copyright Information Entry and inclusion enabled Interface Audio / Video OUT/ Analog video (Compatible with NTSC / PAL) / stereo audio output Digital Terminal Personal computer communication, Direct printing (Hi-Speed USB or equivalent), Wireless File Transmitter WFT-E7, GPS Receiver GP- E2 connection HDMI mini OUT terminal Type C (Auto switching of resolution), CEC-compatible External Microphone IN 3.5mm stereo mini-jack Terminal Headphone terminal 3.5mm stereo mini-jack Remote Control Terminal Compatible with N3-type remote controller Wireless Remote Control Remote Controller RC-6 Eye-Fi card Compatible

Power Battery Battery Pack LP-E6 (Quantity 1) * AC power can be supplied via AC Adapter Kit ACK-E6. * With Battery Grip BG-E11 attached, size-AA/LR6 batteries can be used. Battery Information Remaining capacity, Shutter count, Recharge performance, and Battery registration possible Battery Life (Based on With viewfinder Approx. 950 shots at 23°C / 73°F, Approx. CIPA testing standards) shooting: 850 shots at 0°C / 32°F With Live View Approx. 200 shots at 23°C / 73°F, Approx. shooting: 180 shots at 0°C / 32°F

Movie Shooting Ttime Approx. 1hr. 30mins. at 23°C / 73°F Approx. 1hr. 20mins. at 0°C / 32°F (with fully-charged Battery Pack LP-E6) Date / Time Battery CR1616 lithium battery (Quantity 1) Dimensions and Weight Dimensions (W x H x D) Approx. 152.0 x 116.4 x 76.4mm / 6.0 x 4.6 x 3.0in. Weight Approx. 950g / 33.5oz. (CIPA Guidelines), Approx. 860g / 30.3oz. (Body only) Operating Environment Working Temperature 0°C - 40°C / 32°F - 104°F Range Working Humidity 85% or less Battery Pack Rechargeable lithium-ion battery,7.2 V DC , 1800 mAh Battery Charger LC-E6 Compatible Battery Battery Pack LP-E6 Recharging Time Approx. 2hrs. 30mins. Rated Input 100 - 240 V AC (50 / 60 Hz) Rated Output 8.4 V DC / 1.2 A Working Temperature 5°C - 40°C / 41°F - 104°F Range Working Humidity 85% or less Dimensions (W x H x D) Approx. 69.0 x 33.0 x 93.0mm / 2.7 x 1.3 x 3.7in. Weight Approx. 130g / 4.6oz. Battery Charger LC-E6E

Compatible Battery Battery Pack LP-E6 Power cord length Approx. 1m / 3.3ft. Recharging Time Approx. 2hrs. 30mins. Rated Input 100 - 240 V AC (50 / 60 Hz) Rated Output 8.4 V DC / 1.2 A Working Temperature 5°C - 40°C / 41°F - 104°F Range Working Humidity 85% or less Dimensions (W x H x D) Approx. 69.0 x 33.0 x 93.0mm / 2.7 x 1.3 x 3.7in. Weight Approx. 125g / 4.4oz. (excluding power cord) EF24-105mm f/4L IS USM

Angle of View Diagonal extent: 84° - 23°20' Horizontal extent: 74° - 19°20' Vertical extent: 53° - 13° Lens Construction 18 elements in 13 groups Minimum Aperture f/22 Closest Focusing 0.45m / 1.48ft. (from image sensor plane) Distance Max. Magnification 0.23x (at 105mm)

04 - Still Camera (16MP) with Wi-Fi facility

Tech specifications of Still Camera (16MP) with Wi-Fi facility

Type Compact Number of effective pixels 16.1 million Image sensor& lens 1/2.3-in. type CMOS; approx. 16.76 million total pixels lens with 60x optical zoom Focal length/,f/-number 4.3-258 mm (angle of view equivalent to that of 24-1440 mm lens in 35mm [135] format), f/3.3-6.5 Construction & Digi zoom 16 elements in 11 groups , Up to 4x (angle of view equivalent to that of approx. 5760 mm lens in 35mm [135] format) Vibration reduction Lens shift Autofocus (AF) Contrast-detect AF Focus range [W]: Approx. 50 cm (1 ft 8 in.) to infinity, [T]: Approx. 2.0 m (6 ft 7 in.) to infinity Macro close-up mode: Approx. 1 cm (0.4 in.) (at a

wide-angle zoom position) to infinity (All distances measured from center of front surface of lens) Focus-area selection Target finding AF, face priority, manual (spot), manual (normal), manual (wide), subject tracking View finder Electronic viewfinder, 0.5 cm (0.2-in.) approx. 201k-dot equivalent LCD with the diopter adjustment function (-4 - +4 m-1) Monitor 7.5 cm (3-in.), approx. 921k-dot (RGBW), with LCD Storage media Internal memory (approx. 56 MB), SD/SDHC/SDXC memory card File System & format DCF, Exif 2.3 and DPOF compliant &Still pictures: JPEG Sound files (voice memo): WAV Movies: MOV (Video: H.264/MPEG-4 AVC, Audio: LPCM stereo Image Size 16M [4608 x 3456] 8M [3264 x 2448] 4M [2272 x 1704] 2M [1600 x 1200] VGA [640 x 480] 16:9 12M [4608 x 2592] 16:9 2M [1920 x

1080] 3:2 [4608 x 3072] 1:1 [3456 x 3456] ISO sensitivity standard ISO 100-1600 ISO 3200, 6400 (available when using P, S, A or M output mode) Hi 1 (equivalent to ISO 12800) (available when using High ISO monochrome in special effects mode) Shutter Mechanical and CMOS electronic shutter Speed 1/4000 * -1 s 1/4000 * -15 s (when ISO sensitivity is 100 in M mode) * When the aperture value is set to f/7.6 (wide-angle end) Aperture Electronically-controlled 6-blade iris diaphragm Built-in flash Range [W]: 0.5-7.5 m (1 ft 8 in.-24 ft) [T]: 1.5-4.0 m (5-13 ft) (approx.) (ISO sensitivity: Auto) Flash control TTL auto flash with monitor preflashes Wireless LAN Standards IEEE 802.11b/g (standard wireless LAN protocol) ARIB STD-T66 (standard for low power data communication systems) Range (line of sight) Approx. 10 m (11 yd) Power sources One Rechargeable Li-ion Battery EN-EL23 (included) AC Adapter EH-67A (available separately)

05 - ROIP EQUIPMENT.

Technical Specifications of RoIP Equipment.

Sl. Description Specification No 1 Network Interfaces 10/100 Base TX Ethernet with Auto-MDIX IP Address Configuration: Static or DHCP 2 PST Trunk Line Up to 16FXO ports interface* Up to 4 GSM line interface 3 Call Monitoring IVR based call monitoring and cell intervention for 2 way communication (Configurable beep sound for session setup) 4 Audio Codecs Support G.711, G.723, G.729, a-law, GSM 5 Audio Codec Farming 20-40ms (depending on audio codec) 6 Audio Buffer 600ms of audio buffer for very low latency IP networks 7 Bandwidth Requirement Minimum data rate requirement 32 to 128 kbps (depending on audio codec) 8 PTT Control Open collector PTT Signal; with max sink of 40mA 9 Power supply Voltage +10 to +18VDC 10 AC Power Adapter 110-250VAC AC 11 Radio Interfaces* Up to 4 ( four ) Radio Interfaces simultaneously in a single form-factor 12 Radio Interface Features  Frequency Response:300Hz to 3300Hz @ 600 Ohms

 Sampling Rate: 16 bits up to 48Khz  PTT Transmit Delay: Up to 5 seconds  PTT Max Timeout: Configurable up to 600s  VOX Setup Threshold: Configurable audio level threshold  Serial Port interface for radio data communication 13 HTTP based user access supporting Remote Management authentication. Web based configuration of key parameters. 14 Communication, Signalling RFC3261: SIP and security Protocols RFC2976: SIP INFO RFE1889/RFC1890:RTP

06 - 30 FEET RETRACTED ANODIZED ALUMINUM

PNEUMATIC MAST. [ Technical Specifications of 30 feet retracted Anodized Aluminum pneumatic mast Sl.No Description Specification 1 An electro Pneumatic mast with group of valves must be supplied and mounted at the Type of Mast bottom of the mast with possibility to regulate the extension speed & the retraction speed separately 2 Anodized Aluminum 6063.T6 with alloy tubes Type of Metal and internal spiraled cable. 3 101mm from base with foot plate / 139 mm Diameter of tube up to 6fIxing holes for bolts. 4 Temperature 40° C - 60° C with safety value & damage range outlet value 5 Min 7 Nos. with special with plastic locking No of Sections system between sections. 6 Thickness of the section of the Not less than 3.5 mm Sq mast

7 Height of the mast. The height is 10400 mm to 2.100m from when deployed ground 8 Working pressure Between 2.5 bar to 3.5 bar 9 Air compressor shall be provided for extending Mode of operation the mast, upper & lower fixing brackets shall be provided with mast 10 Locking System Twin lock type 11 Guy Ropes. 15 mts long with rapid tension 12 Pay load capacity Not less than 10 KGs 13 Wind velocity 100 KMPH 14 Place of mounting Rear side of the vehicle.

07 - AUTOMATIC TUNING MOBILE WHIP ANTENNA FOR CODAN HF VOICE SET. WITH CABLE AND CONNECTOR

Technical Specifications

Frequency range TX: 1,6 -30 MHz & RX:0.25 -30 MHz Power rating Voice Up to 125 watts Power consumption Static : 150 ma, Tuning : up to 1A on 12 V DC input Anti vibration mount : 116X2mm threaded plated steel Antenna mounting stud with 60mm long, with nut and washer Input impudence 59 ohm , VSR typically 1:5:1 Multi core cable for interface with Transceiver, it had Control cable bayonet connector at one end 15 pin D- connector at other [

GROUP- V Electronic and Software Equipment

01 - SONIC FIREWALL NSA-2600 Technical Specifications of Sonic Firewall NSA-2600: Operating system Sonic O.S. Security Processor 4x 800 MHz Memory (RAM) 2.0 GB 10 GbE SFP+ interfaces n/a 1 GbE SFP interfaces n/a 1 GbE Copper interfaces 8 1 GbE Copper Management interfaces 1 Expansion Expansion Slot (Front), SD Card, USB Firewall inspection throughput1 1.9 Gbps Full DPI throughput2 300 Mbps Application inspection throughput2 700 Mbps IPS throughput2 700 Mbps Anti-malware inspection throughput2 400 Mbps IMIX throughput3 600 Mbps SSL Inspection and Decryption (DPI SSL)2 200 Mbps VPN throughput3 1.1 Gbps Connections per second 15,000/sec Maximum connections (SPI) 225,000 Maximum connections (DPI) 125,000 Single Sign On (SSO) Users 30,000 VLAN interfaces 256 SonicPoints supported (Maximum) 32

VPN

Site-to-Site VPN Tunnels 75 IPSec VPN clients (Maximum) 10(250) SSL VPN licenses (Maximum) 2(250) Encryption/Authentication DES, 3DES, AES (128, 192, 256-bit)/MD5, SHA-1 Key exchange Diffie Hellman Groups 1, 2, 5, 14 Route-based VPN RIP, OSPF

Networking

Static, (DHCP PPPoE, L2TP and PPTP client), Internal IP address assignment DHCP server, DHCP Relay 1:1, many:1, 1:many, flexible NAT (overlapping IPS), PAT, NAT modes transparent mode BGP, OSPF, RIPv1/v2, static routes, policy-based routing, Routing protocols multicast Bandwidth priority, max bandwidth, guaranteed bandwidth, QoS DSCP marking, 802.1p XAUTH/RADIUS, Active Directory, SSO, LDAP, Novell, Authentication internal user database, Terminal Services, Citrix VoIP Full H323-v1-5, SIP TCP/IP, ICMP, HTTP, HTTPS, IPSec, ISAKMP/IKE, SNMP, Standards DHCP, PPPoE, L2TP, PPTP, RADIUS, IEEE 802.3 Certifications VPNC, ICSA Firewall, ICSA Anti-Virus Certifications pending FIPS 140-2, Common Criteria EAL1+ Common Access Card (CAC) Pending High Availability Stateful HA (License Required)

Hardware

Form factor 1U Rack Mountable Fans Dual, Fixed Power Supply (W) 200 Maximum power consumption (W) 49.4 Input power 100-240 VAC, 60-50 Hz Dimensions 1.75x10.25x17 in (4.5x26x43 cm) Weight 10.1 lb / 4.6 kg WEEE weight 11.0 lb / 5.0 kg Shipping weight 14.3 lb / 6.5 kg MTBF (Years) 20.2 Environment 32-105 F, 0-40 deg C Humidity 10-90% non- condensing

** Service: 3 Yrs Secure update + 3 Yrs extended security update bundle total = 6 yrs

02 - 3600 Video camera Technical Specifications of 3600 Video camera

General Description and purpose: It is a 3600 video camera to capture data all around. The GPS data Captured during recording should be such be that it should be easily integrated with the GIS data.

General Specifications:

 It is a 3600 Video camera system should be compact and lightweight and easy to carry.  The camera system should generate synchronized high resolution video streams representing a full-motion spherical world complete with directional sound.  The images should be seen live or in a pre-recorded form.  Provision for software for stitching the capture image together and creating “sphere movies” showing the whole environment in motion at once, using QuickTime@ or windows Media® player.  Captured sphere movies should be suitable for recording on CDs DVDs and are compatible with image standards such as MPEG-2 and MPEG-4,  Should allow broadcast using HDTV resolution channels  Recording time should be 3 hours of full motion, at time on swappable hard disc.  Image files should incorporate GPS or other metadata from external devices through USB or serial ports.

Camera Head

 Eleven CCD 1/3” sensors in a modular dodecahedral array  Unified timing and control, with custom image enhancement  Field of view of full array: 3600 horizontal, 2900 vertical (91.7% of sphere).  Each lens should accepts standard filters and lens hoods  Horizontal Resolution per channel: More than 450 TV lines  Active picture elements per channel: 640x480 square pixels  Electronic Shutter: From 1/30 sec. to 1/10,000 sec  Automatic frame integration for low light modes down to 1/3 sec  Transmission of camera data to base unit on gigabit Cat 5E cable (up to 400’) or optional single – mode fiber (over 1 mile)

Base Unit

 10”lx12.5”Wx5.5”H, weight about 20lbs. with batteries  Total system control through eternal Control pad  Processor to handle up to twelve channels at once  All channels to be compressed recorded and played back in a synchronized, unified form  Image files to incorporate GPS or other metadata from external devices through USB or serial ports  Custom multi-channel MJPEG compression of 4:2:2 digital streams  Composite, S-Video and Serial SDI outputs of monitor view  Power 12-19V, 75 Watts

Internal Viewer Card

 Input bandwidth for DSP engine: 885 mbps  DSP bandwidth: 6 Billion operations per second  HMD tracer device or control Pad joystick for direction of view  Channels are selected and blended depending on direction of view  Displayed view window is extracted from blended pentagonal segments of the overall image

Internal Worldview Card

 Input bandwidth for DSP engine: 885 mbps  DSP bandwidth: 6 Billion operations per second  Full-sphere motion picture image  Displayed view is an enquirectangular view of the overall image

Other specification

 Once the videos are capture it is important that it is integrated together with GIS / CAD Layer to exactly know which area videos are being watched.  The system should be capable for the use in different modes like Vehicle mounting, Hand carrying, or even aerial mounting.  To record full environments and transmitted at a resolution of 2400x1200 pixels per frame, 30 frames per second.  To provide eleven video streams to build up maximum resolution using over 100 million pixels per second.  LIVE PRE-Blended full motion image.  To record, review and edit image easily.  To provide long recording time, up to three hours of full motion at a time on hot- swappable hard disks.  To provide for special recording modes: time-lapse recording and play back, special low-light modes.  To provide for advanced camera control: unified color exposure controls for all camera channels.

 To provide for remote control: all camera and recording functions controllable through external interface.  To have provision for connection to computer Network: High-speed Giga Ethernet and USB2.0 available for access and archiving of recordings.  To provide for Shock Mount: Optional mount minimizes camera motion from a person carrying it.  To provide for Extended Connection: Cat. 5E cable to camera can be up to 400’long, thin optical can be up to a mile.  To provide for Surround Sound: Up to four directional sound channels to be recorded with the image.  To provide for Added Data Tracks: Time, GPS and additional data can be recorded together with the image.  To provide for Editing Control: so the desired scenes can be quickly marked and offloaded as needed.

GROUP- VI Medical Equipment

01 - ECG Machine

Technical Specifications of ECG Machine:

MODEL :- Cardiac 12 channel, 12 lead self reporting 9108

PURPOSE :- Graphic recording of electric potentials generated by heart. Used in detecting arrhythmias, conduction disturbances, myocardial ischemia and Metabolic disturbances eg: hyperkalemia.

SPECIFICATIONS: -

a. Simultaneous 12 channel ECG Recording with 12 lead simultaneous acquisition 5.7 inch high resolution foldable screen.

b. QWERTY Alphanumeric keyboard.

c. Built-in ECG parameters measurements and interpretation.

d. Print mode: Pre-sample/Real-Time sample/Arrhythmia Triggered sample.

e. Up to 100 ECG‘s in internal memory.

f. Supports external archiving USB Drive for virtually unlimited ECG Data storage.

g. Built –in Rechargeable Lithium ion Battery.

h. Data transmission to PC (optional).

02 - AUTOMATED EXTERNAL DEFIBRILLATOR (AED)

Technical Specifications of Automated External Defibrillator (AEd):

MODEL: AED 2152k cardio life

PURPOSE: Defibrillation consists of delivering a therapeutic dose of electrical energy To the heart with a device called defibrillator. This depolarizes heart muscle, terminates the dysarhythmia and allows normal sinus rhythm to be re-established by the body’s natural pacemaker, in the sinoatrial of the heart.

Used as last resort for life-threatening cardiac dysrhythmias, ventricular fibrillation, Pulse less ventricular tachycardia and sudden cardiac deaths.

AED’s meaning that lay responders or bystanders are able to use them successfully with little or no training at all.

SPECIFICATIONS:

A. User-friendly on screen operation guide.

B. Two operation modes for normal use or medical professional use.

AED mode- LCD display provides the untrained user with operation guidance and CPR

Instructions by illustrations and messages. Semi-auto mode- LCD display shows the ECG waveform so trained medical staff can start analysis and decide when to shock.

C. Easy 3 steps operation.

1. Turn on the AED.

2. Attach the electrode pads.

3. Press the shock button.

D. Daily and monthly self-tested function is available for main unit battery and pads.

E. Voice guidance is compliant with American heart association guidelines 2010.

F. Pads connector can check and indicate the pads condition.

G. Adult/child mode switch can reduce the energy for child use.

H. 90 minutes rescue data can be saved and reviewed on a PC with viewer soft ware.

I. Bluetooth interface.

Sd/- Addl. Director General of Police, Operations (OCTOPUS & GreyHounds), Telangana, Hyderabad.

PART – H QUESTIONNAIRE – 1 [Please Mark √ in appropriate Box and fill the answer correctly. Bidders leaving the box unmarked and questionnaire unanswered shall be rejected] 1. Name and address of Manufacturer/Authorized Dealer ______2. a. Proof of Manufacturing b. Proof of Authorized Dealer and also the proof of the original Manufacturer c. Manufacturing capacity in volume and in Rs. lakhs per annum

d. Turnover of last three years with proof e. Purchaser order copy and satisfaction report

3. a. Whether registered as SSI/NSIC (copy of certificate) YES NO

b. If yes, Monetary limit [Enclose Photocopy of Regn. Certificate] [Lakh] [Without Limit]

c. Validity Date

4. Terms of delivery : Free delivery at consignee’s

YES No 5. a] Delivery period in 15 days from ______date of placement of order/ approval of Advance Sample. ______Month

b] Quantity Offered ______

6. a. Whether store fully conforms to tender schedule specifications in YES NO all respects.

b. If answer to 6 [a] is No, indicate the details of deviation in separate sheet.

7. Have you enclosed required EMD YES NO

8. Do you accept tolerance clause YES NO

9. Do you accept the liquidated damage clause YES NO

10. a. Do you accept the Security Deposit and Performance Guarantee Deposit clause? YES NO

b. Did you enclose the above

YES NO

Signature of the Bidder ______Name in Block Letters ______Capacity in which Tender signed ______

Full Address ______

PART – I QUESTIONNAIRE -2

BIDDERS SHOULD FURNISH SPECIFIC ANSWERS TO ALL THE QUESTIONS GIVEN BELOW. BIDDERS MAY PLEASE NOTE THAT IF THE ANSWER SO FURNISHED ARE NOT CLEAR AND /OR ARE EVASIVE, THE TENDER WILL BE LIABLE TO BE IGNORED. 1. Tender No. ______

2. Brand of store offered. :

3. Name and address of manufacturer. :

4. Station of manufacture :

5. Please confirm that you have offered packing as per : tender enquiry requirements if not indicate deviations.

6. What is your permanent Income Tax A/C No.? :

7. Status. a] Indicate whether you are SSI/NSIC :

b] Are you registered with DGS&D for the item : quoted?

c] If you are a small scale unit registered with : SSI/NSIC under Single Point Registration scheme, whether there is any monetary limit.

d] In case you are registered with SSI/NSIC under : Single Point Registration Scheme for the item quoted confirm whether you have attached a photocopy of the registration certificate indicating the items for which you are registered.

8. a] If you are not registered either with SSI/NSIC : or with DGS&D, please state whether you are registered with Directorate of Industries of State Government concerned.

b] If so, confirm whether you have attached a : copy of the certificate issued by Director of Industry 9. Please indicate name & full address of your Banker :

[a] Name & Address of Bank [b] Accounts No. [Core Banking] [c] IFSC Code [d] MICR Code [e] Whether Bank branch is NEFT/RTGS enabled or not 10. Business name and constitution of the firm : Is the Firm registered under :- i. The Indian Companies Act 1956. ii. The Indian Partnership Act 1932 [Please also give name of partners. iii. Any Act; if not, who are the owners. [Please give full names and address]

11. Whether the tendering Firm is/are:- 1. Manufacturer : 2. Manufacturer’s Authorized Dealers. : N.B If manufacturer’s / authorized dealers please enclose with tender the copy of manufacturer’s authorization on properly stamped paper, duly attested by a Notary Public.

Signature of the Bidder

12. If stores offered are manufactured in India, please state : whether all raw materials components etc. used in their manufacture are also produced in India. If not give details of materials components etc, that are imported and their break up of the indigenous and imported components together with their value and proportion it bears to the total value of the store.

13. State whether raw materials are held in stock sufficient for : the manufacture of the stores

14. Please indicate the stock in hand at present time:- : 1. Held by you against this enquiry.

2. Held by M/s.______over which you have secured an option.

15. For partnership Firms state whether they are registered or : not registered under Indian Partnership Act, 1932. Should the answer to this question by a partnership Firm be in the affirmative, please state further:-

1. Whether by the partnership agreement, authority to : refer disputes concerning the business of the partnership to arbitration has been conferred on the partner who has signed the tender. 2. If the answer to [1] is in the negative, whether there is : any general power of attorney executed by all the partners of the Firm authorizing the partner who has signed the tender to refer disputes concerning business of the partnership to arbitration. 3. If the answer to either [1] or [2] is in the affirmative : furnish a copy of either the partnership agreement or the general power of attorney as the case may be N.B 1. Please attach to the tender a copy of either document on which reliance is placed for authority of partners of the partner signing the tender to refer disputes to arbitration. The copy should be attested by a Notary Public or its execution should be admitted by Affidavit on a properly stamped paper by all the partners.

2. Whether authority to refer disputes to arbitration has not been given to the partner signing the tender the Bidders must be signed by every partner of the Firm. 16. Here state specifically, :

1. Whether the price tendered by you is to the best of your knowledge and belief, not more than the price usually charged by you for stores of same nature/class or description to any private purchaser either foreign of as well as Govt. purchaser. It not state the reasons thereof. If any, also indicate the margin of difference.

2. In respect of indigenous items for which there is a : controlled price fixed by law, the price quoted shall not be higher than the controlled price and if the price quoted exceeds the controlled price the reasons thereof should be stated.

Signature of the Bidder

17. Are You:- : 1.Holding valid Industrial Licence[s] Registration Certificate under the Industrial Development and Regulation Act, 1981. If so, please give particulars of Industrial income Registration Certificate.

2. Exempted from the licensing provisions of the Act, for the manufacture of item quoted against this tender. If so, please quote relevant orders and explain your position.

3. Whether you possess the requisite license for manufacture of the stores and/or for the procurement of raw materials belonging to any controlled category required for the manufacture of the store? In the absence of any reply it would be assumed that no license is required for the purpose of raw materials and/or that your possess the required license.

18. State whether business dealings with you have been banned : by Min/Deptt. of Supply/Min. of Home Affairs?

19. Please confirm that you have read all the instructions : carefully and have complied with accordingly.:

Signature of Witness Signature of Bidder

______

[Full Name and address of witness in Block letters] [Full Name and address of the persons signing in Block letters]

Whether signing as Proprietor / Partner / Constituted Attorney / duly authorized by the Company.

PART - J

Check list for Bidders/Suggestive

(Bidders should check following requirements for compliance before submission of the tender documents)

Compliance Sl. Requirements to be checked by the Bidders (To be indicated by the tenderer No. before submission of the tender. with “YES” after compliance of the requirements) 1. Bidders should mention quantity for which they have quoted. This should be mentioned in the covering/ forwarding letter head of the technical bid. 2. Whether Bidder are deposited required Earnest Money Deposit. 3. Bidders should confirm that their equipment/products conform to the governing specifications of the quoted stores as per Tender Enquiry. 4. Bidders should mention their monthly manufacturing/ supplying capacity. 5. Bidders should mention in the Tender Enquiry that they accept our delivery terms i.e. they agree to supply stores at consignees’ locations at freight, risk and cost of the Bidders. 6. Bidders should mention that their offer is valid up to 180 days from the date of opening of the tender. 7. Bidders should mention their Delivery Period clearly. 8. Bidders should mention that they agree to the Tolerance Clause of the Tender Enquiry. 9. Bidders should give their past performance in the specified format given in the Tender Document 10. Bidders should mention that they agree to the Arbitration clause of the Tender Enquiry. 11. Bidders should mention whether it is a manufacturer of the store(s) quoted or it is the manufacturer’s authorized agent. In case of agent, it should submit valid authority letter(s) of their Principal(s) for the stores they have quoted. 12. Bidders to confirm whether they have attached required Lab test report. 13. Bidders should mention that Business dealing with their Firms has not been banned by any govt/private agencies. 14. Bidders should ensure that witness has signed at appropriate places of the Tender documents and full name and address of the witness has been mentioned clearly. 15. Bidder should ensure to sign each page of the Tender documents with name, designation, seal and address of the signatory. 16. If the Bidders want to mention any specific condition, it should be mentioned on the covering/forwarding letter only which will be placed on the first page of the technical bid. Such condition mentioned in any other document shall not be given any consideration. 17. Bidders should mention their address for communication with Telephone and Fax Number.

18. i. Manufacturer Certificate/Authorized dealer certificate if applicable. ii. Company/Firm Registration Certificate. iii. Proof showing manufacturing of tender stores. iv. Proof showing authorized dealership with date(s) validity ect., v. Income Tax return for the last three years for the assessment year of 2012- 13, 2013-14, 2014-15. vi. VAT Return for the period from ending 31-03-13, 31-03-14 and 31-03-15 OR VAT Clearance Certificate as on 31-03-13 and 31-03-14/31-03-15.

vii. SSI Certificate, if applicable. viii. NSIC Certificate, if applicable. ix. EMD Demand Draft separately for each item. x. Please see para 12(ix) for details of minimum requirement: Average turnover for the last 3 financial Name of the Item years of the present business

xi. Certificates/Orders. Reg. Previous performance xii. Purchase Orders regarding similar items supplied elsewhere together with satisfactory certificate. xiii. Samples.

Signature of the Bidder