TENDER FORMAT TENDER FOR THE PURCHASE OF VARIOUS SPRAY KITS AND DETECTION KITS FOR USE IN DELHI POLICE

1. NAME OF THE FIRM :______2. CORRESPONDENCE ADDRESS WITH TELEPHONE AND FAX NO :______3. LOCAL ADDRESS WITH TELEPHONE AND FAX NO. :______4. WHETHER REGISTERED WITH NSIC /DGS&D, IF YES ATTACH COPY :______5. EXCISE/CUSTOM DUTY CERTIFICATE:______6. SALES TAX REGISTRATION PROOF :______

7. LATEST SALE TAX CLEARANCE CERTIFICATE. :______

8. COPY OF AUTHORISED DISTRIBUTOR/ DEALERSHIP :______

9. TECHNICAL SPECIFICATIONS OF THE ITEM/ GOODS ALONGWITH LITERATURE/BROCHURE :______10. PROOF OF PAST PERFORMANCE IF ANY :______11. LIST OF OWNERS/PARTNERS AND CERTIFICATION REG. BLACKLIST & CR. CASE ATTACHED OR NOT : ______12. APPLICATION FEE :______

14. EARNEST MONEY DETAIL :______15. COPY OF TERMS AND CONDITION DULY SIGNED :______

SIGNATURE OF THE TENDERER WITH STAMP ______TERMS & CONDITIONS Sealed tenders are invited in two bid system i.e. Technical Bid and Price/commercial bid by the undersigned from the manufacturers, authorized distributor for the purchase of following item (s) through registered post/Courier or these can be put personally in the sealed tender box kept in the Reception Office of the undersigned located at 5, Rajpur Road, Delhi by 10.30 A.M. on 19.03.2008:-

Sl. Name of the item QNTY. Delivery Application Earnest No. Period fee Money 1. Ferrotrace Spray 10 Nos.

2. Gun Shot Powder Residue Test Kit – Crime 10 Nos. 06 Rs. 200/- Rs.25,000/- Detection Test Kits. Weeks (Non- 3. Expray Plus – Explosive Detection Kits for 13 Nos. refundable) Delhi Police 4. D4D – Drug Detections Spray Kits 19 Nos.

The specifications of required items are enclosed with this form. Tenderers are advised to quote their Rate after careful study of the tender specifications as well as the following terms and conditions:- 1. Separate envelope should be used for TECHNICAL BID as well as for PRICE BID. The work "TECHNICAL BID/PRICE BID for the purchase of Various Spray Kits and Detection Kits due to open on 19.03.2008 at 11.00 A.M. shall be prominently marked on the top of each envelope item wise separately. Both these bids shall further be put in one envelop and sealed properly before putting in tender Box. 2. The TECHNICAL BIDS WILL BE OPENED first on 19.03.2008 at 11.00 A.M. and the PRICE BIDS will be opened only after scrutiny of technical bid and technical evaluation of the system. 3. The tenders should reach this office by 10.30 A.M. on 19.03.2008 as per tender notice.

4. Only manufacturers, authorized distributors can participate in the tender, the firm should submit proof of their manufacturing & authorized distributorship. This is subject to verification if necessary.

5. The tendering firm will demonstrate their products Various Spray Kits and Detection Kits before Purchase/Technical Committee for assessing its suitability/ compatibility as per tender’s Technical Specifications within short period. 6. The application fee is non refundable. The demand draft of Rs.200/- as tender fee in favour of DCP/P&L, 5 Rajpur Road, Delhi, be attached with the Technical Bid 7. In case the firm fails to attach the draft of Application Fee, the tender shall be rejected.

8. Incomplete tender/conditional tenders will not be accepted.

9. All SSI units registered with NSIC for this item as per specification are exempted from the EMD, provided submission of exemption certificate issued by the authority concerned. They have to enclose valid registration document / exemption certificate with their tender. 10. No tender will be accepted without requisite E.M.D. as mentioned in tender notice. The E.M.D. shall be in the shape of Account Payee/Demand Draft, Banker’s Cheque, FDR & Bank Guarantee in favour of Dy. Commissioner of Police, Prov. & Logistics, 5, Rajpur Road, Delhi payable at Delhi which should be valid for forty five days beyond the bid validity.

11. Tenderers must quote the net price both in words as well as in figures. Any over writing/cutting etc. render the tender invalid.

12. The quoted price must be indicating excise, sale tax/VAT and other charges etc. If these taxes/charges are not mentioned separately, it will be presumed that the price quoted are inclusive of all taxes/charges. No claim for taxes/charges will be entertained at a later stage.

13. Tenderer would not be permitted to alter or modify their bids after expiry of the deadline for receipt of Bids.

14. The firm whose rates are accepted will have to deposit 10% of the total cost of the item as Security Money in the shape of Bank Draft/ Bank Guarantee/FDR in favour of DCP/Prov. & Logistics, 5, Rajpur Road, Delhi-54 within a week time from receipt of offer letter before the supply order is placed to the firm. In case firms fail to deposit the security money the EMD deposit of the firm will be forfeited in favour of Deptt. Security Money shall bear no interest. The performance security shall be valid for 60 days beyond the completion of all contractual obligations by the Contractors.

15. In case, the firm does not complete the supply within the delivery period, liquidated damage charges will be charged @ 2% of total cost per month of the item and action will be initiated to black list the firm and forfeiture of its Security money.

16. The tenderer himself can remain present or his authorize representative at the time of opening of tender.

17. The purchase committee, in order to satisfy itself can order on the spot enquiry to verify the soundness, capability, viability and any other information given by the tendering firms.

18. The rates will be valid till supply of the item is completed, in all respect.

19. The rates will be F.O.R. at 5, Rajpur Road, Delhi-110 054.

20. In case the firms fails to supply the item within stipulated delivery period, the material will be procured from the open market and the difference of cost, if any, will be recovered from the Security Money and pending bills of the defaulting firm, without any notice. 21. The quantity of the items mentioned in the tender notice can be increased or decreased, at any stage till the delivery of consignment is completed.

22. After examination of the technical bid and commercial bids, the purchase committee will have discretion to award the contract to more than one firm, if their rates are same.

23. The security deposits shall be released only after the expiry of warranty/guarantee of the goods. However, payment of the agency shall be released after the supply is received with complete satisfaction. 24. The bidder should carry a warranty/guarantee of the subjected goods for a period of at least one year.

25. Tender envelop(s) must be sealed and super scribed” TENDER FOR VARIOUS SPRAY KITS AND DETECTION KITS “ which shall be addressed to Deputy Commissioner of Police Provisioning & Logistics; 5, Rajpur Road, Delhi.

26. Tenderer(s) shall indicate complete specifications and all features of the items / goods, Kits etc.

27. The payment will be made after receipt/acceptance of goods in good condition as per prescribed specification in Indian currency only. No advance payment will be made. Under no circumstances, sub-standard material will be accepted.

28. A copy of terms and conditions duly signed by the tenderer, as a token of acceptance of the same should be attached alongwith the tenders.

29. The Purchase Committee reserves the right to relax any terms and condition in the govt. interest after negotiation with the firm.

30. All disputes are subject to the jurisdiction of the Courts in the N.C.T. of Delhi.

31. Foreign Companies shall participate in the tender, only through their Authorized Distributors/Agents in India. No foreign company shall be entertained directly.

32. Only Sales Tax/VAT payee agencies are eligible to fill this tender. Interested agencies shall quote their sales tax No./VAT in their quotation and also attach documentary proof of having registered with sales Tax/VAT Deptt. for sale of items etc. with technical bid.

33. The current sales tax clearance certificate or Latest copy of VAT/Sales Tax Return must be attached with the technical bid.

34. All the firms participating in the Tender must submit a list of their owners/partners etc. and a Certificate to the effect that the firm is neither blacklisted by any Govt. Department nor any Criminal Case is registered against the firm or its owner or partners anywhere in India. Bidders found blacklisted by any Govt. Deptt. shall not be considered for this tender.

35. The tender will be rejected straight way without assigning any reasons if the firm involves in any criminal cases, declared black listed by any Govt/Semi govt. department/agencies etc.

36. The tendering firm should also submit a certificate that the specification of the items / kits are as per specification given by the Department.

37. In case of any difference between firm and department, the firm can be called for negotiation to patch up the matter amicably prior to approaching the court. 38. In case of violation of any terms & conditions, an explanation of the firm can be called by issue of show cause notice. If the reply of show cause notice is not found satisfactory, action against the firm like forfeiture of security money and blacklisting etc. can be taken. 39. The Bids shall remain valid for 03 (Three) Calendar months from the date of Bid opening.

40. The tenders shall also submit a certificate of availability of spares for five years in respect of kits mentioned at Sl. No.1,2 & 3 and for three years in respect of kit mentioned at Sl.No.4.

41. The Manufacturer / Supplier should provide training on optimum use of equipment / item, without any cost.

NOTE :- (A) DOCUMENTS REQUIRED TO BE ATTACHED WITH TECHNICAL BID IN THE FOLLOWING ORDER :- 1. E.M.D. in the shape of Bank Draft, Banker’s Cheque, Bank Guarantee and FDR in favour of DCP/P&L, 5-Rajpur Road, Delhi-110054. 2. Sales Tax/VAT Registration Certificate. 3. Latest Sales Tax Clearance Certificate/Latest VAT Return 4. Copy of authorized distributors/Manufacturer Certificate. 5. Documents relating to past performance, if any. 6. Certificate regarding the specification of item is as per specification given by the Department. 7. Certificate regarding registration with DGS&D, NSIC if claim EMD exemption. 8. Technical specifications of the product offered along with literature/brochure. 9. Copy of terms and conditions duly signed with seal of the firm, in token of acceptance of terms and conditions. 10. The Demand draft of application fee of Rs.200/- in favour of DCP/P&L, 5-Rajpur Road be attached with tender form. 11. All the firms participating in the Tender must submit a list of their owners/partners etc. and a Certificate to the effect that the firm is neither blacklisted by any Govt. Department nor any Criminal Case is registered against the firm or its owner or partners anywhere in India. 12. All Other supporting documents as required in the tender shall be attached. (B) DOCUMENTS REQUIRED TO BE ATTACHED WITH COMMERCIAL/PRICE BID IN THE FOLLOWING ORDER :-

PRICE BID shall contain price only and no other documents shall be enclosed with the price bid.

1. Details of Rates, Taxes, duties and Freight etc. of each items quoted by the tenderers shall be submitted on their letter Pad in clear terms, in words and in figures. The cutting & over-writing not valid. The option in the rates will not be entertained. 2. Firm(s) will clearly mention the different Taxes and duties they propose to charge extra. Vogue offers like “Duties as applicable” shall not be considered.

DY. COMMISSIONER OF POLICE: PROV. & LOGISTICS: DELHI. SING. OF TENDERER ______

NAME IN BLOCK LETTERS:______

FULL ADDRESS : ______OFFICE OF THE SALES TAX OFFICER, WARD- SALES TAX DEPARTMENT ______

No.______dated______

SALES TAX CLEARNACE CERTIFICATE

Certified that M/s ______a registered manufacturer/dealer of this ward having Registration No.______

The manufacturer/dealer has been assessed upto ______and there are no dues pending against the said manufacturer/dealer till date. The manufacturer/dealer has filed prescribed return in time as on date.

The certificate is issued on the written request of the manufacturer/ dealer, dated ______for submission of DDA/Govt./Semi Govt. for tender purpose only.

SALES TAX OFFICER WARD DATED TECHNICAL SPECIFICATIONS OF VARIOUS SPRAY KITS AND DETECTION KITS (Enclose with Technical Bid)

TECHNICAL SPECIFICATIONS OF FERROTRACE SPRAY

S.N. Technical Specifications Conformance, Deviation, Yes/No if any

Technical Requirement

1. Ferrotrace Spray should be capable of detecting invisible iron traces left on a suspect’s hands after touching a weapon made out of iron.

2. Should be able to detect & identify iron traces at micro level.

3. The ‘Spray Can’ should be capable of showing instant reaction giving immediate result on the spot.

4. The Ferrotrace should be Aerosol based (spray type), and the reagents packed in spray can.

5. The ‘Spray Can’ should have instruction chart and colour code display chart.

6. The ‘Spray Can’ should be usable in field with minimal training.

7. The ‘Spray Can’ should withstand variable temperatures from -3º C to 60ºC, which may be encountered in field conditions.

8. The ‘Spray Can’ should have a shelf life of minimum 12 months.

Physical Requirement

9. Should be easy to carry & use.

10. Should be operatable in all weather conditions and should require no maintenance.

11. Should be in spray type packed in a spray Can.

12. Should not pose any risk to technician/field officer and environment.

Spares

13. Spares should be available for minimum 05 years.

Training

14. Manufacturer/Supplier should provide training on optimum use of equipment.

Warranty

15. The Ferrotrace should have a warranty period of one year. TECHNICAL SPECIFICATIONS OF GUN SHOT POWDER RESIDUE TEST KIT (GSPR)

S.N. Technical Specifications Conformance, Deviation, Yes/No if any Technical Requirement

1. GSPR should be capable of collecting trace & detecting gunshot nitrite residue. 2. Should be able to detect & identify gun shot residue at micro level.

3. Kit should include mittens to help collect to detect trace of gunshot residue from articles. 4. The kit should be capable of showing instant reaction giving immediate result on the spot. 5. The GSPR should be Aerosol based (spray type), and the reagents packed in spray cans. 6. The Kit should have a minimum capacity of 25 tests.

7. The kit should have instruction chart and colour code display chart.

8. The kit should withstand variable temperatures from -3º C to 60ºC, which may be encountered in field conditions. 9. The kit should have a shelf life of minimum 12 months.

Physical Requirement

10. Should be easy to carry & use.

11. Should be operatable in all weather conditions.

12. Should require no maintenance.

13. Should contain various types of sprays and collection gloves in a pack.

14. Should not pose any risk to technician/field officer and environment.

15. Entire kit should be packed in an easy to carry plastic case.

16. Weight of the kit should not exceed 850gms.

Spares

17. a) All items of the kit should be available separately as spares.

b) Spares should be available for minimum 05 years.

Training

18. Manufacturer/Supplier should provide training on optimum use of equipment.

Warranty

19. The kit should have a warranty period of one year. TECHNICAL SPECIFICATION OF EXPLOSIVE DETECTION & IDENTIFICATION FIELD SPRAY KIT

S.N. Technical Specifications Conformance, Deviation, Yes/No if any Technical Requirement

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 etc, pre and post- explosion. 2. It should be spray type, packed in spray cans. However, 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 capacity of each reagent can should be good for at least 50 tests.

6. The kit should have instruction chart and colour code display chart.

7. The kit should be capable of showing instant reaction giving immediate results. 8. The kit should be usable by a normal field operative with minimal training. 9. The kit can be stored in field condition in a vehicle.

10. The kit should have a shelf life of minimum 12 months at 100% potency.

Physical Requirement

11. Should be easy carry and easy to use.

12. Should be operable in all weather conditions and require no maintenance

13. Should contain various types of sprays and collection papers in a pack.

14. Should not pose any risk to technician/field officer and to the environment. 15. Entire kit should be packed in a easy to carry plastic case, which should provide adequate protection to the kit. 16. Weight of the kit should not exceed 650gms.

Spares

17. a) All items of the kit should be available separately as spares.

b) Spares should be available for minimum 05 years.

Training

18. Manufacturer/Supplier should provide training on optimum use of equipment.

Warranty

19. The kit should have a warranty period of one year. TECHNICAL SPECIFICATIONS OF DRUG DETECTION & IDENTIFICATION FIELD SPRAY KIT, D4D (DETECT FOUR DRUGS)

S.N. Technical Specifications Conformance, Deviation, Yes/No if any Technical Requirement

1. Should be capable of detecting the following types of Drugs through colour reaction Technique. a) Cannabis b) Heroine c) Cocaine d) Amphetamine e) Methamphetamine

2. The reagent should be spray type packed in spray cans giving instant reaction and immediate results by change of colour on collection paper. 3. The kit should be able to detect at micrograms level.

4. The reagent should be able to detect at least four types of drugs in one spray. 5. Each can should be capable of minimum 50 tests and total kit capacity should be good for at least 100 tests. 6. The kit should contain instruction chart and colour code display chart.

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 mobile/vehicle.

9. Shelf life should not be less then 12 months.

Physical Requirement

10. The kit should be easy to carry and use.

11. Should be operable in all weather conditions.

12. Should require no maintenance and should not pose any risk to field office and to the environment. 13. Should contain various types of sprays and collection papers in a pack.

14. Entire kit should be packed in an easy to carry plastic case which should provide adequate protection to the kit. 15. Weight of the kit should not exceed 600gms.

Spares

16. a) All items of the kit should be available separately as spares.

b) Spares should be available for minimum 03 years.

Training

17. Manufacturer/Supplier should provide training on optimum use of equipment for a specified period. Warranty

18. The kit should have a warranty period of one year.

****