Home
SHORT TENDER CALL NOTICE Office of the D.G
Contents
1. Whether offered Offered product fulfils the specifications and detailed Technical details of deviations SI Specifications if any No Items Kindly answer Yes l Separate paper or No only indicating details in case of major deviations to be attached 1 Based on Pulse Technology 2 Capable of detecting ferrous and non ferrous metals 3 High detection sensitivity 4 Automatic adoption to soil and water condition 5 Unaffected by magnetized soil sea water 6 Safe for electrically activated mines 7 Should be able to discriminate between two metals placed adjacent to each other 8 Should be able to detect Metal inside hollow metal pipe 9 Should be able to detect Metal in mineralized soils 10 Maximum usable detection to be 0 05 gm Stainless steel at 75 mm 11 Pinpointing the target within 3 cm 12 Adjustable volume control 13 Selector switch for static or dynamic operation 14 Battery operated 15 Low battery indicator 16 Weight of Detector is lt 2 Kg 17 Complete operating weight 3 5 Kg Maximum with batteries 18 Rigid Design 19 Can operate under all climatic conditions 20 Ease of operation no adjustment or compensation necessary 21 Availability of suitable repair service centres and spare parts in major State Capitals in the Country 22 Should undertake to provide maintenance Spares support for a period of minim
2. Whether offered Offered product fulfils the specifications and detailed Technical details of Sl Specifications deviations if any No Items Kindly answer Yes Separate paper or No only indicating details in case of major deviations to be attached 1 Trolley 12 x 24 x1 2 for rectangular or 15 x15 x1 2 for round mirror mounted on four nos Caster wheels of 2 diameter 2 Mirror High quality 12 x24 rectangular mirror plane or 15 diameter for found mirror Convex 35cm 3 Cushion Proper cushion packaging of mirror for shock absorption Package 4 Handle Extendable telescopic rod with 50 120 cm length with rubberized soft handle 5 Light Two cell dry battery torches fitted on telescopic rod near handle 6 Features e Light weight e Distinct vision e Adjustable torch mounting e Maintenance free e Cover for mirror 7 Warranty 2 years 8 PRODDER METALLIC TECHNICAL SPECIFICATIONS Whether offered Offered specifications product fulfils the and details of detailed Technical deviations if any SI Items Specifications Separate paper No Kindly answer Yes indicating details in or No only case of major deviations to be attached 1 Utility To probe ground and soft soil flower pot etc To dig all kinds of soil for suspected items 2 Material Robust steel 3 Handle Soft rubber grip at 90 110 angle 49
3. 4 Total Approx 100 cm including length Handle in two folds joined by screw amp thread attachment 5 Warranty 2 years 6 Weight Light weight 9 OPTICAL FIBRESCOPE TECHNICAL SPECIFICATIONS Whether offered Offered product fulfils specifications the detailed and details of Sl Technical deviations if any No Items Specifications Separate paper Kindly answer indicating details Yes or No only in case of major deviations to be attached 1 Flexible Fiberscope a Effective Length 1500 2000 mm b Outside Diameter 6 8 mm c Adaptor with 60 Forwarding viewing field of view for 90 side viewing d Deflection Angle 120 up down 120 left right e Water and Fuel Proof f Protective Crush Resistant Flexible Coiled Steel Sheath with PVC coating for optic fibre cable 2 Rigid Bore scope a Effective Length 600 mm to 700 mm b Outsider 15 6 mm Diameter c Adaptor with 60 l Forwarding viewing field of view for ii 90 side viewing 3 Light Source a Tungsten halogen lamp with 12V DC 220V AC mains 75Watts operation b Fan cooled light with aluminium housing c Standard light guide socket belt clip and shoulder strap d 1 metre length power lead 4 Fibre Optic Light Guide a Effective Length 900 mm 1800 mm b Outsider 14 5 mm Diameter c Protective
4. 36 ANNEXURE D PROFORMA FOR SUBMISSION OF AFFIDAVIT IN RUPEES OF TEN OF INDIA NON JUDICIAL STAMP PAPER BY THE FIRMS WHO ARE NOT REGISTERED UNDER ODISHA VAT ACT l Aged About years son of Sri the Proprietor of M S do hereby solemnly affirm and declares as under 1 That am the deponent of this affidavit 2 That do hereby declares that have not been registered under the Odisha Vat Act and have not started any business in the State of Odisha till yet amp we have no liability under the Odisha Vat Act 3 That swear this affidavit to be produced before the concerned authority for future reference and record 4 That the facts stated above are true to the best of my knowledge and belief and nothing has been concealed thereon Identified Advocate Deponent The above named deponent being identified by Shri Advocate solemnly affirm and states before me that the contents of this affidavit are true to the best of his knowledge Dt Notary With Seal Stamp 37 ANNEXURE E Checklist of documents to be submitted with General Bid form as per special Conditions of Contract SL Reference Nature and Type of document Whether enclosed No SL of Special condition of contract 1 2 3 4 List of names complete address Yes No 1 6 Telephone numbers of customers to whom the tendered item had been supplied during last 3 years Signature and Seal of Bidder 38 TECHNICAL BID FORM
5. The system should be compact and easy to set up 2 All components should be portable 3 The system should be able to function with both pulsed and continuous X Ray source 4 Real Time measurement of any object on screen should be possible 5 The system should have a laptop based control and display unit along with a compatible video camera unit 6 X Ray Generator should be light in weight and capable of being operated remotely 7 The RTVS should be mountable suspend able from the ROV and Mini ROV and the mounts be included in the equipment 8 To facilitate the offsite study the system should be supported by a hardware and software capable of image recording on a storage media i e Floppy CD Pen Drive etc 9 The software be menu driven and should facilitate the operator to choose from the wide range of functions provided by the software 10 The software should have the facility of zooming the image along with the ability to scroll the full image 200 to 400 11 The system should be able to store minimum 1000 images in its database library with the capability of annotation 12 The software should provide image enhancement facilities as under a Polarity and Pseudo colouring facility 28 Brightness amp Contrast control c Split screen capability Sharpening of images 3D effect of an image f Tilting Rotation of an image g On screen me
6. Unaffected by magnetized soil sea water 6 7 8 9 Safe for electrically activated mines Should be able to discriminate between two metals placed adjacent to each other Should be able to detect Metal inside hollow metal pipe Should be able to detect Metal in mineralized soils 10 Maximum usable detection to be 0 05 gm Stainless steel at 75 mm 11 Pinpointing the target within 3 cm 12 Adjustable volume control 13 Selector switch for static or dynamic operation 14 Battery operated 15 Low battery indicator 16 Weight of Detector is lt 2 Kg 17 Complete operating weight 3 5 Kg Maximum with batteries 18 Rigid Design 19 Can operate under all climatic conditions 20 Ease of operation no adjustment or compensation necessary 21 Availability of suitable repair service centres and spare parts in major State Capitals in the Country 22 Should undertake to provide maintenance Spares support for a period of minimum 5 years 23 2 years minimum warranty 17 UP GRADATION OF LEGAL INTERCEPTION SYSTEM Odisha Police requires Hardware and Software up gradation for old Legal Interception System of SIW which consists one main Server one Backup Server One Store and Forward Server and 5 Client systems to run simultaneously with the new Legal Interception System for interception of all
7. other context shall not be treated as valid and sufficient The tenders also called bids not submitted in prescribed format or in the prescribed manner shall be rejected by the Tender Committee at the risk and responsibility of the bidder All the information as called for in the tender document should be submitted truly clearly legibly transparently unambiguously and without the use of abbreviations It shall be submitted in English All the crucial figures like rates and amount should be written in figures followed by words in a bracket There shall be no over writing in the tender document and other papers submitted All the additions alterations deletions and cuttings should be initialled with rubber stamp or seal by the same person who signs the tender document failing so the tender may be rejected All the rates and amounts shall be quoted in Indian Rupees IR and shall be presumed to be in Indian Rupees unless specifically permitted to be quoted otherwise in this tender document However an OEM located outside the country may quote its price in the Currency of the country to which he belongs but the same shall be converted to INR at the exchange rate prevailing on the date of opening of Tender and the same will be binding on both parties The rates quoted shall be valid for a period of one year counted from the last date of receipt of the bids or submission of tenders Each page of this tender document should be signed by the
8. 30 Punch 5 01 31 Cold chisel 6 01 32 Cold chisel 8 01 33 Screw driver set watch maker 01 34 Screw driver alignment 01 35 Super glue adhesive 01 36 Pliers cutter with grip long point nose 01 37 Pliers cutter grip combination 01 38 Pliers flat jaw 01 39 Pliers round jaw 01 40 Cutter side 120 5 150 5 mm 01 each 41 Fish line 50 m with hook various sizes 01 each 42 Tweezers 6 01 43 Probe straight amp angular 01 44 Wire brush 01 45 EOD multi tool with crimper Material High Strength 01 Aluminum 46 Tape measuring 4 1mitr 01 47 Non metallic probe 01 48 Kevlar hand gloves 01 49 COs Portable Fire extinguisher 600 gm 01 50 Bar lever spike amp cranked chisel ends 445 mm 01 51 Bar lever cranked form amp wedge ends 260 mm 01 52 Square driver socket set 01 53 Pick 560 mm head 01 54 Pry bar 01 20 55 Hand Held Self ignited Propane Gas Torch i 01 56 Plastic tweezers 6 01 57 Scriber double ended i 01 58 Glass Cutter 01 59 Measuring tape spool 30m 01 60 Brush Painting Nylon Bristles 1 2 4 01 each 61 Tin sheet metal Snips Cutter 2 5 blade 01 62 Nylon cord 0 04 30m l 01 63 Plastic knife 6 Blade 01 64 Knitting needle plastic 01 65 Ladder folding 15 ft 01 66 Digital Multi
9. 5 level stepped i Still Image Bitmap or JPEG Super High Format j Annotation Text and graphic screen overlays and custom logos k Lamp Control Manual brightness and software ON OFF I Software Update Field upgradeable via Floppy Disk m Remote Control PC Control via view n Temperature Integrated Camera Temperature Warning Warning System 51 sale service amp availability of spare parts 10 Operating Environment a Tip Operating 25 to 80 C Temp b System 15 to 50 C Operating Temp c Relative Humidity 95 maximum d Waterproof Insertion Tube and Tip 11 Storage Specifications a Memory 512 MB Internal Flash Memory b Disk Drives Compact Flash Type accepts all Memory sizes c Still Image i BMP uncompressed 900 Storage KB typical file size ii JPEG super high quality 200 KB typical file size d Video Recording i MPEG2 High and low quality settings up to 40 minutes recording ii MPEG1 High medium and low quality settings up to 90 minutes recording e Video Output gt S Video and USB 1 1 Streaming Digital Video 12 Carrying Case Weather proof Shockproof ABS moulded carrying case lined with protective foam 13 Warranty after a 2 years minimum warranty b Availability of suitable repair Service Centres amp Spare Parts i
10. Meter 01 67 Swiss Army Knife 01 68 Fire Extinguisher 02 69 Misc The firm should be able to provide the following as applicable along with the equipment a Packing All the above tools should be packed ina sturdy casing and or provided with carrying case b Accessories Cleaning Kit c Quality assurance All the above tools should confirm ISI standards preferably ISI marked and manufactured by standard and reputed companies 5 BOMB BLANKET TECHNICAL SPECIFICATIONS 1 The Bomb Blanket should sustain blast and offer adequate protection against fragments V50 17 grain steel fragment 500 m s 2 The Bomb Blanket should be made with multiple layers of treated KEVLAR Ballistic Fabric and should confirm to the protection level required and then sewing into a Fire Retardant and Water repellent cover of red colour and Self Fire Flame proof 3 The Bomb Blanket should have strong Nylon web loops near the 4 corners or contain adequate number of eyelets of 1 Dia along the sides of the Bomb Blanket for the purpose of anchorage suspension 4 Size of Bomb Blanket should be min 1 5m x 1 5 m 5 Weight of Bomb Blanket should be 12 kgs or less 6 Should be able to successfully contain a blast of min 100 gms of RDX or equivalent quantity of other High Explosive and 1 Detonator 7 Warranty 2 years minimum 8 Misc The firm should be able to provide the following a
11. Tip articulation 4 way 18 Bending radius 35 mm 50 mm 19 Illumination type and power supply LED control 20 Illumination intensity 65000 lux 21 Light source LED interchangeable eye safe Infra Red Invisible in necked eye 22 Colour temperature 5600k 23 Lamp lifetime More than 1 00 000 hours 24 Power supply DC 12V 1A 25 Portable battery Lithium lon 12V 3600 MaH 26 Continuous working time More than 6 hours 27 Image display size 4 3 or 5 6 inch LCD Monitor 28 Image signal output mode CVBS composite video 29 Image storage format JPEG MPEG 30 Video storage format AVI 31 Storage capacity 8 GB SD Card 32 Operating temperature 10 to 55 33 Relative Humidity 30 90 RH 34 SD card 10 nos spare detachable SD cards 35 Carrying case Hard carrying case for transportation and shockproof 36 Spare battery 02 nos spare batteries 37 Battery charger Should work with 220 V 230 V AC 38 Belt set Belt set should enable comfortable operation 39 Warranty 2 years 11 SEARCH KIT MAGNIFIED TECHNICAL SPECIFICATIONS SI No KIT CONTENTS WITH SPECIFICATIONS Hand Torch Right Angle 2 C Cell 2 per Kit Battery Handle Angle Fluorescent Lamp 12 w socket for endoscope Illuminated Endoscope 12 Volt Quarts Halogen Lamp Illuminated Inspectio
12. bidder with seal in token of having read understood and accepted the terms and conditions of this contract _ 4 5 For the Companies and Corporations making the bids the tender document shall be signed by the Managing Director If it is otherwise the authority to sign the tender paper on behalf of the Company Corporation shall be enclosed In case of partnership Firm it shall be signed by the active Partner In case of a proprietary Firm the tender document shall be signed by the Proprietor Legal Status of a bidder shall mean either proprietorship or partnership or private public limited company or otherwise to be specified as the case may be All the documents and papers submitted with the bid should be either in English or in Odia and shall be authenticated under the seal and signature of the bidder unless specified otherwise in the tender document All the promotional and technical literature of the products intended to be supplied should be submitted for proper appreciation of the bid whether or not specifically called for in this tender document This literature should also be in English or Odia Submission of more than one competitive bid by the same firm in response to the tender call notice is prohibited All Such bids except one received first will be cancelled at the discretion of the authority calling the bids A bidder may however offer in his bid more than one product of the same Original Equipment Manufa
13. demanded for procurement b All expendables items should be supplied min 50 with initial issue c Empty cartridge tubes for making improvised cartridge if applicable should be provided along with the charge d Firing device also issued with the equipment set e Pelican carrying case with rubberized foam insets 15 Misc a The firm should be able to provide the following as applicable along with the equipment b Cleaning kit if any Sufficient to maintain the equipment for first 30 firing c Technical Manual giving full description of the item including Parts catalogue where applicable d Users Hand Book e Literature on preservation technique as applicable f Details regarding proof periodical inspection by the user g Spares and tool kit where applicable 97 14 RADIATION DETECTOR TECHNICAL SPECIFICATIONS Whether offered Offered product fulfils the specifications and detailed details of deviations SI Technical if any No Items Specifications Separate paper i Kindly answer indicating details in Yes or No only case of major deviations to be attached 1 Utility a Detection and measurement of i Alpha ii Beta iii Gamma and iv X rays b Preferably capability for nuclide identification 2 Detection Geiger Muller counter or state Technique of the art technologies like Nal Lil CsI Scintillation diode Energy Compensat
14. in and in Govt of Odisha Web site i e www odisha gov in The quantity may vary during indent of the items depending upon budgetary allocation o ONO The Tender Document may be obtained a On payment of Rs 200 Rupees Two Hundred OVAT 5 i e Rs 210 only between 10 AM to 5 PM on each working day from the office of the undersigned at the address given below b By sending a self stamped Rs 80 envelope of size not less than 35 cm x 25 cm along with a Demand Draft non A c payee of Rs 200 Rupees Two Hundred OVAT 5 i e Rs 210 only payable at S B I Main Branch Cuttack drawn in favour of A I G of Police Provisioning Odisha Cuttack C By downloading from Odisha Police website i e www orissapolice nic in and Govt of Odisha website i e www odisha gov in The Tender documents shall be submitted in the office of the undersigned duly signed by the authorized signatory in each page and duly authenticated with seal in token of having red understood and accepted the terms and condition of the contract However in case of downloaded tender documents a non A C payee Demand Draft of Rs200 Rupees two hundred OVAT 5 i e Rs 210 only payable at SBI Cuttack drawn in favour of A I G of Police Provisioning Odisha Cuttack towards cost of Tender Document shall be enclosed Bids submitted otherwise than in the manner prescribed in the Tender Document shall be rejected Tender calling authority has
15. made out of 12 24 mm plywood pressure cookers and gas cylinders knock off fuse from small size UXBs typically 51 mm mortar and grenade cut Pipe GI of gauge 12 20 cut heavy SWR cable knock of end caps off pipe bombs etc Range Should be able to fire from min 10 cm to at least 30m Aiming Laser sight and telescopic sight should be provided It should be able to zero the disruptor using these sights Equipment Should be completely recoilless for use in ROV Portability Should be possible to be put into use by bomb technician wearing a bomb suit or by a ROV the attachments to be included with the basic equipment Stand A multi position stand preferably a tripod should be provided to able to employ the disruptor in any angle of a sphere and from a min horizontal height of 3 cms to a max horizontal height of at least 1 2m 56 10 Initiation Electric firing 11 Water charge Should be able to fire a water charge effectively to disrupt an IED made out of plywood 16 mm and dimensions 1 x1 x1 from a distance of 1m 12 Projectiles Various type of projectiles for light cum heavy materials and for use against targets as mentioned in Para 4 above 13 Warranty 2 years 14 Accessories a All type of spare projectiles and cartridges for minimum 25 fires initially and thereafter for a period of 8 years as and when
16. the right to accept or reject the Tender s without assigning any reason thereof Date of Issue of Tender documents on dtd 29 10 2013 at 10 00AM Last date of Issue of Tender document on dtd 18 11 2013 up to 5 00 PM Last date for receipt of sealed Tender and Sample on dtd 19 11 2013 up to 5 00 PM Date for opening of sealed Tenders Technical Bids on dtd 21 11 2013 at 10 30 AM at the Office of the Superintendent of Police Security Wing Special Branch Keshari Nagar Unit V Bhubaneswar PIN 751001 10 The concerned bidders are required to depute their representatives to remain present 11 during opening of the received Tenders Technical Bids on 21 11 2013 at 10 30 AM at the Office of the Superintendent of Police Security Wing Special Branch Keshari Nagar Unit V Bhubaneswar PIN 751001 The Tenders received after the stipulated date will not be taken into consideration and liable for rejection 12 All disputes which may arise relating to tender are subject to judicial jurisdiction of the competent Court at Cuttack only 13 Itis to certify that this tender document contains 67 pages A 1 G of Police Provisioning Odisha Cuttack Tender Calling Authority ANNEXURE A APPROX REQUIREMENT OF SECURITY INTELLIGENCE RELATED ITEMS TO BE PURCHASED UNDER MPF SCHEME DURING THE CURRENT FINANCIAL YEAR 2013 2014 kkk Quantity
17. the warranty period The repair and replacement shall as far as possible be carried out within the premises where the equipment has been installed If however it is necessary to take the equipments to the workshop of the supplier it must be repaired and re installed successfully in its premises within 48 hours counted from the time service call is placed Failing so replacement equipment in working condition shall be supplied till return of the equipment If an equipment or supply goes out of order within the warranty period and the supplier is informed about it it must be attended to within 48 hours counted from the time service call is placed Pre delivery inspection Not required PAYMENT No advance payment shall be made 100 of the payment will be made on delivery of supplies successful installation and demonstration subject to clause 10 above 14 17 SAMPLE DEMONSTRATION With regards to following items the firms need not submit sample along with their bid offer but they shall demonstrate the quoted model for inspection consideration by the Technical Committee during its meeting i Door Frame Metal Detector Portable ii Non Linear Junction Detector i v Render Safe Procedure RSP Tool Kit for diffusion Pocket HHMD v Bomb Blanket i Extension Search Mirror ii Under Vehicle Search Mirror viii Prodder Metallic ix Optical Fibre Scope x Fibre Optic Surveillance Set with IR i Search Kit M
18. writing Yes or No only that you have been authorized by the respective OEMs either as dealer or as sale supply and Servicing agent in respect of the items you are not the OEM Which of the items you have submitted the Bids for will be fully or substantially imported Indicate the country to be imported from 34 Have you enclosed the EMD If yes mention the amount and its identifying details Have you enclosed all the documents and Papers called for in this tender document As per Annexure C please enclose the documents serially as per above Annexure If the answer to 10 above is No Which of the documents papers called for in the tender document have not been enclosed Kindly enclose a list of such documents papers Use a separate sheet of paper if necessary Do you have a Post Sales Servicing Centre in Odisha If yes give its Name Full Address Fax and Tel Nos Seal and Signature of the Bidder A LG of Police Provisioning Odisha Cuttack Seal and Signature of the Tender Calling Authority 35 ANNEXURE C Check List of documents to be enclosed to General bid Form Reference SI 23 of General Conditions of contract Sl Reference Nature and Type of document Whether enclosed No SL of with page reference General conditions of contract 1 2 3 4 Yes No 1 Proof of OEM i e Certificate issued by Industries department Central excise authorities R
19. 12 000 Kit for diffusion 5 Bomb Blanket 10 Annexure B 10 000 6 Extension Search Mirror 9 Annexure B 900 7 Under Vehicle Search Mirror 10 Annexure B 1 400 8 Prodder Metallic 10 Annexure B 500 9 Optical Fibre Scope 1 Annexure B 20 000 10 Fibre Optic Surveillance Set with 2 Annexure B 8 000 IR 11 Search Kit Magnified 1 Annexure B 7 000 12 Explosive Detection and 2 Annexure B 1 200 Identification Spray Kit 13 Water Jet Disruptor 1 Annexure B 13 000 14 Radiation Detector 1 Annexure B 5 000 15 Real Time Viewing System RTVS 2 Annexure B 60 000 16 Deep Search Metal Mine 10 Annexure B 30 000 Detector 12 Equipments for Up gradation of Annexure B 54 200 Legal Interception System i IMS Store and Forward Servers ii Client Work Station Desktop iii IMS Software iv Client Software v Connectivity as per network requirements pR aano vi Project Architecture should be modular allowing for expansion vii Accessories Convertors Cabling Fibre cat 6 Patch Cords and Panels as per network requirement The quantities mentioned above are subject to variations The rates quoted by the firms shall continue to be valid even if the quantities of items mentioned above are varied It shall not be necessary to bid
20. AT Tender Call Notice No Tender Document No V 1 DOOR FRAME METAL DETECTOR PORTABLE TECHNICAL SPECIFICATIONS Whether offered product fulfils the detailed Technical Specifications Offered specifications and details of deviations if any with a distance of meter Should not be affected by one ii ai Items Kindly answer Separate paper Yes or No only indicating details in case of major deviations to be attached 1 Technology Pulse Induction Technology 2 No of Zones Multi zones preferably 6 8 zones 3 Zone Sensitivity All zones individually adjustable amp adjustment 4 Metal Detection I Should detect Ferrous Non ferrous Ferrite amp Alloys Il Uniformity in entire frame area Il In all orientation and in all possible speed of interception V Pin point detection with identification at correct zone level without interference false identification of adjacent zone V Should detect all metals when person crosses the DFMD with metal and should not give any detection from outside 5 Alarm Signal Audio Alarm adjustable 6 False alarm rate Less than 3 7 People capacity Aprox 60 people per minute throughput rate 8 a Inside clear 2000 mm X 710 mm X 270 mm Dimensions b Outside clear 2270 mm X 950 mm X 340 mm Dimensions c Weight Maximum 40 kg 9 Interference i Should not interfere with Protection adjac
21. Accessories As per network require ments Converters Cabling fiber Cat 6 Patch cords and panels etc Miscellaneous gt The Vendor has to install Hardware and Software at Six Service Providers end and at Monitoring Centre gt All the Operating System OS and Database Software with license gt The Vendor shall provide administrators and users gt The Vendor shall provide a Resident Engineer for smooth functioning and 24x7 support of Legal Interception System gt Administrator or its assistant of the Monitoring Centre will have to access any type of operation as well as access to the Store and Forward Server installed at TSPs premises They should have privilege to create as many as users and administrators distribution of L I numbers partitioning of L I numbers deletion of calls provide user name and passwords to its clients etc on site training to Warranty Minimum 3 Years 33 GENERAL BID FORM Tender Call Notice No Tender Document No IV Name Full Address Fax No Telephone No E mail of the firm Legal status of the firm Items for which you have submitted the bid For which of the items above you are the Original Equipment Manufacturer OEM Give the location and Address of your factory For the items listed at 3 above and where You have submitted the bid but you are not The OEM indicate against each of the names Of the OEM Kindly confirm by
22. Conditions Bid Security E M D The tender document shall accompany with a Earnest Money Deposit EMD at the rate noted under col 5 against each item in SI No 3 below without which the tender shall be rejected The Earnest Money Deposit should be made available in the form of DD FDR Banker s Cheque NSC Postal Savings Pass Book in a separate envelop along with the sealed covers of Technical and Financial bids However the MSEs registered in Odisha with respective DICs Khadi Village Cottage amp Handicraft Industries OSIC and NSIC shall pay 25 of the prescribed security deposit while participating in the tender The bidders who are registered with DGS amp D for the tendered items are exempted from payment of Bid Security EMD QUANTITY Sealed bids in this tender document have been invited for the supply of the items listed below The approximate quantity required has been mentioned against each Detailed technical specifications of each item are available in the Annexure of Special Conditions of the Contract enclosed herewith S I Particulars of the Item Approx Technical EMD No quantity specifications In Rs 1 2 3 4 1 Door Frame Metal Detector 50 Annexure B 25 000 Portable 2 Non Linear Junction Detector 2 Annexure B 32 000 3 Pocket HHMD 160 Annexure B 22 400 4 Render Safe Procedure RSP Tool 6 Annexure B
23. Crush Resistant Flexible Coiled Steel Sheath with PVC coating 5 Rechargeable 12V 8 Ah sealed lead acid Battery Nickel Cadmium Battery Charger 12V DC regulated output 220V AC input 50 6 Optional a Digital Video Camera with Attachments for adaptors recording b Video Monitor with viewing of accessories images c Control Processor Unit 7 Camera a lmage Sensor 1 6 Colour SUPER HAD CCD b Pixel Count Approx 3 80 000 pixel NTSC or 4 40 000 pixel PAL c Long Exposure Automatic or Manual 30 msec to 10 sec d Housing Titanium Standard Steel 8 Viewing Monitor a Dimension 730 x 15x 15 cms b Weight 2 5 kgs Approx c Construction JABS Housing d LCD Monitor 5 6 Diagonal integrated TFT Colour LCD e Microphone Integrated high sensitivity microphone 9 Software a Operating Real Time Multi tasking System b User Interface Simple drop down menu driven operation c File manager File and folder creation naming copying deletion d Auto Data PC compatible 15 seconds files WAV format e Image Control Handset Brightness Control gain and exposure f Image Single button freeze frame full or Management split screen g Long Exposure Automatic or Manual 34 msec to 8 sec h Digital Zoom 1X to 3X continuous and
24. Dia 0 75 01 each 0 25 5 Scalpel Length 8 01 6 Artery Forceps Length 6 7 8 9 01 each 7 LED Torch with two pencil cells 1 LED Spare incorporated in 01 Torch 8 Torch medium with two cells with Krypton Lamps 1 Spare 01 Lamp incorporated in Torch 9 Hammer sledge 2 kg ball peen Claw Hammer 01 each 19 10 Pipe wrench 10 01 11 Hand vice Grip 6 01 12 Magnifying Glass 01 13 Nipper cutter 01 14 Tin cutter 01 15 Nose Pliers 01 16 Stainless Steel Knife 80 mm Blade 01 17 C Clamp 4 6 12 01 each 18 Spanner Adjustable 15 5 30 5mm 01 each 19 Hack Saw 6 with Blade set 01 20 One Screw Driver set consisting of 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 5 200 5 250 5 75 5 mm 01 each 21 Hand drill with drill bit set Electric Drill Machine 01 22 Spanner 10 piece metric set 01 23 Spanner 10 piece imperial set 01 24 Soldering iron 6 with soldering flux amp solder wire 50 gms 01 25 Sponge holder 10 01 26 Can opener 6 01 27 Tape Packaging 3 50 m and Electric Insulation Tape 01 28 Duct Tape 3 50 m 01 29 Nylon Strapping Tape 1 50 01
25. ON OFF switch 10 Adjustment amp 1 Provisions for Audio threshold provisions adjustment 2 Ear Phone Recharge Jack 11 Safety Safe for heart pace makers amp non interference with magnetic recording material 12 Operating 20 to 50 C Temperature 13 Weather proofing Protection against environmental conditions 98 humidity and water proofing to international standards 14 Warranty After a Two years minimum warranty Sales Service and availability of spare parts b Availability of suitable repair service centres and spare parts in major State capitals in the country 44 4 RENDER SAFE PROCEDURE RSP TOOL KIT FOR DIFFUSION TECHNICAL SPECIFICATIONS Whether Offered offered product specifications fulfils the and details of detailed deviations if Technical any SI Items Specifications Separate No Kindly answer paper Yes or No only indicating details in case of major deviations to be attached SI Items Quantity No 1 Doctors Stethoscope 01 2 BP Handle 6 1 with BP Blade set 01 3 Scissors 6 7 8 01 each 4 Dental Mirrors Length 6 1 10 1 01 each Mirror Dia 0 75 0 25 5 Scalpel Length 8 01 6 Artery Forceps Length 6 7 8 9 01 each 7 LED Torch with two pencil cells 1 LED 01 Spare incorporated in Torch 8 Torch mediu
26. ONDITIONS OF CONTRACT REF SL NO 3 ANNEXURE B TECHNICAL SPECIFICATIONS 1 DOOR FRAME METAL DETECTOR PORTABLE TECHNICAL SPECIFICATIONS 1 Technology Pulse Induction Technology 2 No of Zones Multi zones preferably 6 8 zones 3 Zone Sensitivity amp All zones individually adjustable adjustment 4 Metal Detection i Should detect Ferrous Non ferrous Ferrite amp Alloys ii Uniformity in entire frame area iii In all orientation and in all possible speed of interception iv Pin point detection with identification at correct zone level without interference false identification of adjacent zone v Should detect all metals when person crosses the DFMD with metal and should not give any detection from outside 5 Alarm Signal Audio Alarm adjustable 6 False alarm rate Less than 3 7 People capacity Aprox 60 people per minute throughput rate 8 a Inside clear 2000 mm X 710 mm X 270 mm Dimensions b Outside clear 2270 mm X 950 mm X 340 mm Dimensions c Weight Maximum 40 kg 9 Interference Protection i Should not interfere with adjacent installed DFMDs with a distance of one meter ii Should not be affected by opening closing of a metallic gate in vicinity iii Should not be affected by heavily reinforced floors roof tops walls iv Should not be affected by external R F transmission and EMI Electro Magnetic I
27. S TECH 1 Utility Detection and measurement of i Alpha ii Beta iii Gamma and iv X rays Preferably capability for nuclide identification 2 Detection Geiger Muller counter or state of the art technologies like Nal Technique Lil Csl Scintillation diode Energy Compensate Si Diode etc 3 Size and Weight Hand Held Model weighing approx 130 200 gms 4 Measurement i 0 01 uSv hr 10 Sv hr Range ii 0 1 m rem 999 rem 27 5 Energy a Alpha Up to 2 5 MeV typical detection efficiency At 3 5 Sensitivity Range MeV gt 80 b Beta 150 KeV 3 5 MeV c Gamma and X rays 20 KeV 3 MeV 6 Accuracy of Better than or 15 Response 7 Display i 4 digits Liquid crystal display with mode indications ii Graphical display back lit LCD 8 Display Update Every 60 seconds or less 9 Alarm i Red LED for radiation count ii Audio signals for separate alarms alert levels iii Auto alarm sets 10 Power 2 Batteries type AAA Requirements Battery operation with typical battery life of 1800hrs or more 11 Environmental Weather Water resistant casing 12 Temperature 25 C to 55 C 13 Humidity 90 RH Non condensing 14 RF EMI IEC FCC standards Compatibility 15 Warranty Minimum 2 years 15 REAL TIME VIEWING SYSTEM RTVS TECHNICAL SPECIFICATIONS 1 The system should be as lightweight in weight as possible
28. SHORT TENDER CALL NOTICE Office of the D G amp I G of Police Odisha Cuttack Sealed tenders are invited from the Original Equipment Manufacturers OEM or their Authorized Agent for purchase of different Security Intelligence related equipments like Door Frame Metal Detector Portable Non Linear Junction Detector Pocket HHMD Render Safe Procedure RSP Tool Kit for diffusion Bomb Blanket Optical Fibre Scope Equipments for Up gradation of Legal Interception System etc for Odisha Police Name of items along with detail technical Specifications probable requirements against each item may be seen from the Web site of the Odisha Police i e www orissapolice nic in and in Govt of Odisha website i e www odisha gov in The quantity may vary during indent of the items depending upon budgetary allocation Date of Issue of Tender documents from dtd 29 10 13 at 10 00 AM to 18 11 13 upto 5 00 PM Last date for receipt of sealed Tender and Sample on dtd 19 11 2013 up to 5 00 PM Date for opening of sealed Tenders Technical Bids on dtd 21 11 2013 at 10 30 AM at the Office of the Superintendent of Police Security Wing Special Branch Keshari Nagar Unit V Bhubaneswar PIN 751001 A 1 G of Police Provisioning Odisha Cuttack Tender Calling Authority SHORT TENDER CALL NOTICE Office of the D G amp I G of Police Odisha Cuttack Tender Call Notice No Tender Document No 1 1 Sealed tenders are invited from the Orig
29. T 402 A from the concerned Sales Tax authority on their own b The supplier would make suitable arrangement on his own for passing the Border Check gates of Odisha User manuals of the product shall be supplied without being asked for and without being mentioned in the supply order Moreover it should be in English Failure to supply the indent in full within the stipulated period as mentioned in the supply order may lead to forfeiture of EMD Performance Security and blacklisting of the suppliers If at all the delivery is allowed to be accepted after the due date Liquidated Damages LD 0 5 of the total amount of order excluding taxes per week or part thereof shall be charged however that the L D shall not exceed 5 of the amount of order The supplier shall submit an undertaking given by him or the OEM committing to supply spare parts for the maintenance of the supplies for a period of at least 10 years from the date of delivery The supplier shall give a Performance Warrantee for a minimum period as mentioned at SI 10 in the Special Conditions of Contract The Performance Security may be forfeited partly or fully for failure to fulfil the terms and conditions of supply and post sales commitments obligations The Bank Guarantee if furnished towards performance security should be enforceable and payable at Cuttack and shall be valid for the period of warrantee Performance Security has been defined on condition No 10 of Special C
30. TS WITH SPECIFICATIONS 1 Hand Torch Right Angle 2 C Cell 2 per Kit 2 Battery Handle Angle 3 Fluorescent Lamp 12 w socket for endoscope 4 Illuminated Endoscope 12 Volt Quarts Halogen Lamp 5 Illuminated Inspection Mirror 6 Telescopic Inspection Mirror 7 Spare Mirror Plano Rectangular Round 140 mm 8 Illuminated 8X Magnifier Spare Bulb 9 Illuminated Light Probe Nos 02 10 Illuminated Light Probe Semi Flexible 11 Safety Light Probe 413 mm 380 mm 12 Adjustable Mirror 16 mm and 38 mm 13 Recovery Magnet 54 14 Light Probe 16 5 mm 15 Light Probe Extension 16 Angle Extension 17 Bore Viewer Light Probe 1 3 Sleeve 19 5 mm 50 mm Long 8 Optical Magnifications 18 Lamp Holder 19 Bore Viewers 200 mm Long 4 Optical Magnifications 20 Bore Viewer Digital Probe 12 Sleeve 140 mm 150 mm Long 21 Long Acrylic Light Guide 22 Weight 15 kg Approximate 23 Warranty 2 years 12 EXPLOSIVE DETECTION AND IDENTIFICATION SPRAY KIT TECHNICAL SPECIFICATIONS Sl No Items Whether offered product fulfils the detailed Technical Specifications Kindly answer Yes or No only Offered specifications and details of deviations if any Separate paper indicating details in case of major deviations to be attached Detection To be
31. agnified ii Explosive Detection and Identification Spray Kit xiii Water Jet Disruptor iv Radiation Detector v Real Time Viewing System RTVS vi Deep Search Metal Mine Detector xvii Equipments for Up gradation of Legal Interception System i IMS Store and Forward Servers ii Client Work Station Desktop iii IMS Software iv Client Software v Connectivity as per network requirements vi Project Architecture should be modular allowing for expansion vii Accessories Convertors Cabling Fibre cat 6 Patch Cords and Panels as per network requirement 18 Bidder intending to participate in the tender is required to submit Odisha VAT clearance certificate in form no 612 The foreign companies bidders from outside the state who intend to participate in the tender and who have not been registered under the OVAT Act may be allowed to participate in the tender without having any VAT clearance certificate subject to condition that they will submit undertakings in the form of an affidavit indicating there in that they are not registered under the VAT Act as they have no business in the state and they have no liability under the Act But before award of the final contract such bidders will have to produce the VAT clearance certificate in form VAT 612 A lt lt x x x x X AIG of Police Provisioning Odisha Cuttack Seal and Signature of the bidder Signature of the Tender Calling Authority With Seal 15 SPECIAL C
32. al height of 3 cms to a max horizontal height of at least 1 2m 10 Initiation Electric firing 11 Water charge Should be able to fire a water charge effectively to disrupt an IED made out of plywood 16 mm and dimensions 1 x1 x1 from a distance of 1m Projectiles Various type of projectiles for light cum heavy materials and for use against targets as mentioned in Para 4 above Warranty 2 years Accessories a All type of spare projectiles and cartridges for minimum 25 fires initially and thereafter for a period of 8 years as and when demanded for procurement b All expendables items should be supplied min 50 with initial issue c Empty cartridge tubes for making improvised cartridge if applicable should be provided along with the charge d Firing device also issued with the equipment set e Pelican carrying case with rubberized foam insets Misc a The firm should be able to provide the following as applicable along with the equipment b Cleaning kit if any Sufficient to maintain the equipment for first 30 firing c Technical Manual giving full description of the item including Parts catalogue where applicable d Users Hand Book e Literature on preservation technique as applicable Details regarding proof periodical inspection by the user g Spares and tool kit where applicable 14 RADIATION DETECTOR NICAL SPECIFICATION
33. alls Time Line Analysis with respect to a specific number Automatic Call Categorization on the basis of pre defined pairs of number Support monitoring of Mobile Internet Services like GPRS packet etc of different Service Providers in the unified GUI Integration of CRI with Call and storage of call details like called number Calling number IMEI IMSI and Cellular Cell site etc Provisioning for analyzing the pattern of calls including incoming outgoing and SMS MMS etc The Software should allow for simultaneous online listening of calls in real time on all user terminals Work Stations Multiple query system for analysis of calls CDRs etc received from the store and forward system Automatic decoding of SMS message received in the CRI Store Forward system also it should able to decode SMS in different language Hindi Odiya and other regional languages Facility to take backups of the calls with complete data transcript and voice intercepts on CD and other storage devices The system should have provision to remove old data as per requirement System should capable to analyze and mark conference calls forwarded calls etc and tags the CRI with voice content properly Tools to define complex queries through a user friendly GUI The administrator should also be able to distribute queries to users so that they can run queries smoothly The users should be able to view the real time status of acti
34. arried out at the desired place 15 Demonstration Demonstration for the verification of various technical parameters claimed for the product by the Firm will be required during technical evaluation and also at the time of delivery for technical acceptance During demonstration equipment will be tested by the Technical Committee in the presence of the bidders 16 Terms amp Conditions a The manufacturer supplier should be a reputed Firm having for after Sales suitable repair service centers Service b Should undertake to provide maintenance spares support for maintenance amp a period of 8 years including warranty period Spares for c Should have team of qualified engineers at service station to maintenance undertake prompt and efficient service maintenance work d Should have ready stock of important modules and spare parts e Should have proven infrastructure including testing tools e g digital oscilloscope spectrum analyzer RF power meter etc for repair and maintenance f Bidders should submit sufficient documents to prove their experience in dealing NLUD equipment and its maintenance for a period of minimum 5 years 17 Warranty Two Years 3 POCKET HHMD TECHNICAL SPECIFICATIONS 18 1 Technology Pulse induction technology Transmitter Receiver with automatic instant retune 2 _ Operating Frequency Approx 95 kHz 5 kHz 3 Audio fre
35. asurement facility both inches and mm h Over Lay capability should be supported i Multiple Undo Redo and Restore original functions 13 The system should have an option for wireless operation 14 For easy field use the system should be operated with rechargeable battery and should have additional facility of operating with AC power supply 15 The system should have a battery low level indicator 16 The system should have an Anti Virus Software to protect stored data 17 The system should be capable of operating in the temperature range of 15 C to 45 C Exposure time for X Ray 1 99 Pulses or better should be adjustable depending on type of object to be viewed on X Ray and these controls should be available in the software as well as X Ray Generator Accumulation of pulses on Image Capture Unit should be possible 19 The laptop should be configured with the latest version of software 20 Audio and visual warning during the X Ray activation should be available 21 Image Capture Unit ICU should be available in different sizes i e small medium large Ranging from 150 mm to 330 mm x 110 mm to 440 mm 22 All types of accessories and consumable items required for functioning of the equipment should be available in the market 23 Laptop Specifications a Screen at least 14 TFT with 1024x768 Resolution 16 7 million colours 256 gray l
36. battery Operational Unit 2 Telescopic Pole Should be of collapsible type with a minimum extended length of 100 cms from handgrip to antenna head probe and should have firm clamps fasteners 3 Operational i Operating Temp between 0 C to 50 C Environment ii Storage Temp 20 C to 70 C iii Humidity 90 to 95 TECHNICAL SPECIFICATI ONS 1 Technology State of the art technology using auto Digital Signal Processing DSP power control 2 Transmitted Power RF Average Power should not be more than 5W and to be DSP controlled Manually selected 3 Operating Spectrally pure RF fundamental frequency between 850 MHz and Frequency 1005 MHz 4 Receiver Sensitivity 130 dbm or better 5 Transmitter Linear Circular polarization transmitter 8 dBi Receiver Antenna Receiver 6 dBi Polarisation 6 Display i Display of received signal strength of the second amp third harmonic on bar graph AMOLED Active Matrix Organic Light Emitting Display with touch screen ii Display of battery status amp mode of operation status on control unit panel iii Viewing angle 180 degree 17 7 Mode of Operation Should have operational modes on 2 amp 3 harmonics 8 Audio Alarm Provision for audio alarm through speaker and headphone s 9 EMI Interference Should not activate radio controlled devices with opera
37. ceived signal strength of the second amp third harmonic on bar graph AMOLED Active Matrix Organic Light Emitting Display with touch screen ii Display of battery status amp mode of operation status on control unit panel 41 ii Viewing angle 180 degree 7 Mode of Should have operational modes on Operation 2NP amp 3 harmonics 8 Audio Alarm Provision for audio alarm through speaker and headphone s 9 EMI Should not activate radio controlled Interference devices with operating frequency within HF VHF range in close proximity 10 Power i Should operate on Requirement rechargeable DC power supply ii Battery charger designed for fast recharging ii Battery level status indicator 3 levels and battery level warning screens at 9 minutes and 60 seconds operating time remaining Threat indicator located on Antenna Head 11 Operating Should work continuously for 4 Time hours at maximum RF power output Lithium lon battery with 7 5 Volt DC 5000 mAH 12 Discrimination Should be capable to detect and of identify semi conductor amp corrosive Semiconductor bimetal junctions Junction amp Corrosive Bimetal Junction 13 Detection a For Dry Soil Minimum 18 inches Range with respect to our test piece of semi conductor or non linear metallic junction component b For Wet Soil Minimum 14 inches with respect to our test piece of se
38. cessful bidder shall have to enter into an agreement with the Tender Calling Authority for successful completion of supply installation of the tendered items after proper inspection within stipulated period and also for performance warrantee of the items from the date of supply installation up to a period of 02 two years in respect of all items except SI No 17 i e Equipment for Up gradation of Legal interception System and 03 three years in respect of Equipment for Up gradation of Legal interception System In this regard the bidder has to furnish the security deposit at the rate of 5 of the total amount of the order excluding all taxes in the form of NSC Post Office Savings Bank A c FDR Bank Guarantee from any Nationalized Bank duly pledged in favour of Tender Calling Authority Not with standing anything contained in the General Conditions of contract a new fresh brand of product equipment not tried tested and used in Odisha Police may be accepted subject to meeting the prescribed technical specification and approval of Technical Committee All the supplies made shall be subject to a minimum period of warranty of 02 two years in respect of all items except SI No 17 i e Equipment for Up gradation of Legal interception System and 03 three years in respect of Equipment for Up gradation of Legal interception System The supplier shall repair or replace at his cost any component of the supplies that may go out of order during
39. ckage Proper cushion packaging of mirror for shock absorption Handle Extendable telescopic rod with 50 120 cm length with rubberized soft handle Light Two cell dry battery torches fitted on telescopic rod near handle Features e Light weight e Distinct vision e Adjustable torch mounting e Maintenance free e Cover for mirror Warranty 2 years 8 PRODDER METALLIC TECHNICAL SPECIFICATIONS 1 Utility To probe ground and soft soil flower pot etc To dig all kinds of soil for suspected items 2 Material Robust steel 3 Handle Soft rubber grip at 90 110 angle 4 Total length Approx 100 cm including Handle in two folds joined by screw amp thread attachment 5 Warranty 2 years 6 Weight Light weight 22 9 OPTICAL FIBRESCOPE TECHNICAL SPECIFICATIONS 1 Flexible Fiberscope a Effective Length 1500 2000 mm b Outside Diameter 716 8 mm c Adaptor with 60 field of Forwarding viewing view for 90 side viewing d Deflection Angle 120 up down 120 left right e Water and Fuel Proof f Protective Crush Resistant Flexible Coiled Steel Sheath with PVC coating for optic fibre cable 2 Rigid Bore scope a Effective Length 600 mm to 700 mm b Outsider Diame
40. cturer OEM if in his opinion all such products meet the prescribed technical specifications In that case he should submit technical bids of all such products separately but in the same prescribed format in the same sealed single cover Separate financial bids should also be submitted similarly in the same sealed single cover see below for the meaning of sealed cover The bidder may use separate piece of paper where the space provided in the formats in this tender document for submission of information is not sufficient The information in the separate sheet of paper shall be in prescribed format and its page should be serially numbered and duly authenticated All the information submitted or supplied in the formats of this tender document shall be presumed to be true to the best of the knowledge of the bidder No firm Company without valid Value Added Tax Registration number and PAN shall be eligible for submitting bids Firms blacklisted shall also not be eligible for participating in the bid Copies of Valid Registration Certificates issued by competent Authorities under VAT and CST Acts and Copy of PAN shall be enclosed to the Tender document In no case other certificates issued by authorities in lieu of such certificates shall be accepted 18 _ 20 21 22 9 6 Copies of income Tax return Audited Balance Sheets P L a c and Trading a c of previous year along with copies of Annual VAT and CST re
41. e Contract as per conditions of performance security agreement This tender document has prescribed a two bid format for submitting the offers It contains the Technical Tender document No V and Financial Tender document No VI bid formats Both the bids shall be submitted in separate sealed covers identified as Technical or Financial bid after detaching their formats from this tender document Both the sealed covers the remaining part of this tender document including General Conditions of the Contract Tender Document No Il Special Conditions of Contract Tender Document No Ill General Bid Tender Document No IV and all Annexure A B C D and E and all other papers documents should be put inside a bigger sealed cover and shall be delivered as per conditions published in the tender call notice All the sealed cover shall have boldly written with the name of supplier bidder the tender call notice number and the last date for submission 23 24 25 26 27 28 29 30 31 7 No document as required and mentioned in the General Special conditions of contract shall be enclosed to the technical bid Financial bid documents unless otherwise specifically mentioned there in All required documents shall be enclosed to the General bid proforma duly authenticated and serially numbered and page marked The tenders or the bids can be sent by Regd with AD post or courier as well However the auth
42. e Si Diode etc 3 Size and Hand Held Model weighing Weight approx 130 200 gms 4 Measurement i 0 01 uSv hr 10 Sv hr Range ii 0 1 m rem 999 rem 5 Energy a Alpha Up to 2 5 MeV Sensitivity typical detection efficiency Range At 3 5 MeV gt 80 b Beta 150 KeV 3 5 MeV c Gamma and X rays 20 KeV 3 MeV 6 Accuracy of Better than or 15 Response 7 Display i 4 digits Liquid crystal display with mode indications ii Graphical display back lit LCD 8 Display Update Every 60 seconds or less i Red LED for radiation count ii Audio signals for separate alarms alert levels ii Auto alarm sets 9 Alarm i 10 Power Requirements 2 Batteries type AAA Battery operation with typical battery life of 1800hrs or more 58 11 Environmental Weather Water resistant casing 12 Temperature 25 C to 55 C 13 Humidity 90 RH Non condensing 14 RF EMI IEC FCC standards Compatibility 15 Warranty Minimum 2 years 15 REAL TIME VIEWING SYSTEM RTVS TECHNICAL SPECIFICATIONS SI No Items Whether offered product fulfils the detailed Technical Specifications Kindly answer Yes or No only Offered specifications and details of deviations if any Separate paper indicating details in case of major deviations to be attached 1 The system should be as
43. ecording e Video Output S Video and USB 1 1 Streaming Digital Video 12 Carrying Case Weather proof Shockproof ABS moulded carrying case lined with protective foam 13 Warranty after sale a 2 years minimum warranty b Availability of suitable repair Service Centres amp Spare Parts in major State Capitals in the Country Should undertake to provide maintenance spares support for a period of minimum 5 years 10 FIBER OPTIC SURVEILLANCE SET WITH IR TECHNICAL SPECIFICATIONS 1 Probe Diameters 8mm 2 Probe type and flexibility Flexible probe with multilayer tungsten braid on PU jacket 3 Operation Simple one hand operation 4 Effective working length 1 5m 5 Length of the rigid in front end probe 20mm 30mm 6 Field of view 60 or higher 7 Depth of field 10 mm to infinity 8 CCD Charge Coupled Device CMOS 1 18 1 12 1 10 Complementary Metal Oxide Semiconductor 9 Camera resolution High sensitive black amp white CCD with automatic integration 10 Lance Wide angel 1 8 mm or better 11 Zoom 3 5 x zoom or better 12 Effective pixels 1 00 000 4 10 000 24 13 Water proof IP 64 up to IP 68 14 Test line material Stainless steel wire bradded 15 Oriented approach Single or two handle rotation conduction 16 Band angle 90 120 to view 360 up down left right 17 _
44. egistrar of companies Authorised Agent of OEM i e Certificate issued by the OEM II 12 Promotional and Technical literature relating to the items tendered III 17 Valid Registration certificate issued under VAT CST and Income Tax Acts by competent Authorities IV 18 IT Returns Annual VAT and CST Returns Balance Sheet P L a c and trading a c All document mentioned above must relate to the previous year i e 2012 13 and PAN Card V 20 a OVAT Clearance certificate up to March 2013 in case of registered suppliers of Odisha b Affidavit in prescribed format by the suppliers of outside Odisha declaring that they have no business in Odisha nor they have any OVAT liability Annexure D VI 21 EMD of Rs in shape of BD BC NSC FDR Postal savings Pass Book Vil 22 Technical bid i e Tender Document No V amp Financial bid i e Tender Document No VI should be separately sealed in two covers and over them it should be clearly mentioned as Technical Financial Bid with name of the firm and Signature of the Bidder VIII 36 Proof of past performance regarding supply of tendered item to Government organisation PSUs i e copies of supply order sale invoice as per Annexure E in line with special condition of Contract SI No 6 IX 46 Undertaking to supply spare parts for maintenance of items for 10 years if selected for supplying the tendered item Signature amp Seal of the bidder
45. ent installed DFMDs 39 opening closing of a metallic gate in vicinity iii Should not be affected by heavily reinforced floors roof tops walls Should not be affected by external R F transmission and EMI Electro Magnetic Interference iv 10 Power supply a 220 Volt AC 50 Hz Mains 6 V DC 12 V DC Rechargeable for minimum 10 hours operation with inbuilt charger 11 Calibration a Automatic amp Manual b Provision for Remote Control Unit for parameter settings 12 Temperature 10 C to 55 C Humidity Up to 95 No condensation 14 Control panel a Easily accessible modular design with standard plugs and connectors b Adjustable Control should be only be activated from a hand wireless remote 15 Construction Light weight rigid laminated side panels and cross piece ABS Plastic Boots for panel protection and should be waterproof weather proof and suitable for outdoor location 16 Safety a Should conform to International standards of Safety Radiations b Should be safe for heart pace makers and pregnant women c Should be data safe 17 Self diagnostic User friendly diagnostics to conditions self testing identify faulty 18 Warranty After sale service amp availability of spare parts a 2 years minimum warranty b Availability of suitable repair service centres a
46. ere one or more of the offered products have fulfilled the prescribed technical specifications All financial documents like Registration Certificate issued under VAT CST and IT Acts VAT clearance Certificate IT and ST returns Audited Balance sheet Trading a c and P L a c shall be verified at the time of opening of financial bids All the prices quoted shall be F O R destination i e Bhubaneswar which means that prices shall include the cost of delivery at destination if nothing otherwise is mentioned in the Special condition of contract The Purchase Committee shall discuss and deliberate on the past performance experience production capacity financial strength etc of the bidders suppliers as recommended by the Technical Committee besides the rates quoted by them and select the L I bid in most transparent manner taking into consideration the relevant provisions of OGFR and Circulars and notifications issued by the Government of Odisha from time to time so as to ensure that the purchases are effected in most prudent and economical manner without compromising the prescribed quality from the most eligible bidder Financial negotiations with firms other than the lowest bidder shall not be held without obtaining the prior approval of Government The authorities are not bound to accept the lowest financial bid The order for supply may be placed on the successful bidders but the technical specifications or quality requirements for the purp
47. evels b Processor i5 or i7 c Hard Disk minimum 500 GB or 1 TB RAM 2 GB minimum d Drives 3 5 Floppy Drive CD RW or Higher Card Slot USB 2 0 Slots x 2 or Better Specifications e Operating System Windows 7 or Latest Version f Visual Database Storage of at least 10 000 images including data user name date time category place filename project name type of ICU type of X Ray and Description Capability to backup and restore the database Quick save and project functions g Split screen with synchronized scrolling capabilities h Built in email access i Audible and visual warning during X Ray activation incorrect setup etc 24 Misc The Firm should be able to provide the following as applicable along with the equipment a Technical Manual giving full description of the item b User s Hand Book 29 c Literature on preservation technique as applicable d Specification for packing handling transportation storage e Details regarding proof periodical inspection by the user f All the above tools should be packed in a pelican case with wheels and the equipment should fit into space provided inside 25 Warranty 2 years 16 DEEP SEARCH METAL MINE DETECTOR TECHNICAL SPECIFICATIONS 1 Based on Pulse Technology 2 Capable of detecting ferrous and non ferrous metals 3 High detection sensitivity 4 Automatic adoption to soil and water condition 5
48. for all the items mentioned above The firms companies may bid for one or more of the items depending on their convenience and submit E M D accordingly The items above do not necessarily consist of a single piece of equipment It may be composition of inter connected or inter related appliances Bidding is not permitted for the components obtained by splitting an item Bidding is also not permitted for a part of the quantity of an item indicated above The bidder shall submit along with this tender document a list of names complete addresses Telephone FAX numbers of the customers to whom the items for which the bid has been submitted have been supplied and installed in last three years if any A clear unambiguous statement shall be made if an item has not been sold anywhere in India so far The supplies shall be delivered to the authorities at the place indicated below Name of the Authority amp his address Quantity All Office of the Superintendent of Police Security As per supply order ieme Wing Special Branch Unit V Keshari Nagar Bhubaneswar PIN 751001 Odisha The working of the equipment shall be demonstrated successfully and expenses incurred on demonstration shall be borne by the supplier The supplier shall organise training to acquaint the employees of the Organisation regarding operation of the equipment in their own cost 10 11 12 13 14 15 16 13 Performance security The suc
49. ill be stored gt Interoperability The IMS Software should work seamlessly with the existing Monitoring Centre database gt Should have password protection facilities gt Should support existing Hardware and Networking equipment 4 Client Software 14 nos The Client Software should be a Windows based Graphical User Interface GUI for monitoring and analysis of intercepted calls Voice and Call Related Information CRI and have below mentioned features 1 There will be 16 Nos of Client Work Stations at Monitoring Center one existing 5 new Workstations and 10 Client Software to be used with available Workstations 2 The Software should allow users to listen to the calls in real time Allow the users to add multiple remarks 3 The Software should be capable to handle additional Client Workstations up to 30 in future without any extra payment 4 Should allow users to monitor calls in offline with transcription feature 5 Comprehensive searching and sorting features to quickly access the information from the database 6 Built in Analytics features with the Unified GUI Visual Link Analysis Up to 6 degree levels allowing users to directly view monitor calls between any two nodes seamlessly e Dynamic filters on edge count degree count date time etc 31 10 11 12 13 14 15 16 17 18 19 20 21 22 Automatic grouping of c
50. inal Equipment Manufactures OEM or their Authorized Agent for purchase of different Security Intelligence related equipments as listed below List separately enclosed as Annexure A SI No Name of the Items Approximate roximiate Quantity 1 Door Frame Metal Detector Portable 50 2 Non Linear Junction Detector 2 3 Pocket HHMD 160 4 _ Render Safe Procedure RSP Tool Kit for diffusion 6 5 _ Bomb Blanket 10 6 Extension Search Mirror 9 7 Under Vehicle Search Mirror 10 8 _ Prodder Metallic 10 9 Optical Fibre Scope 1 10 Fibre Optic Surveillance Set with IR 2 11 Search Kit Magnified 1 12 Explosive Detection and Identification Spray Kit 2 13 Water Jet Disruptor 1 14 Radiation Detector 1 15 Real Time Viewing System RTVS 2 16 Deep Search Metal Mine Detector 10 17 Equipments for Up gradation of Legal Interception System i IMS Store and Forward Servers 5 ii Client Work Station Desktop 5 iii IMS Software 5 iv Client Software 14 v Connectivity as per network requirements vi Project Architecture should be modular allowing for expansion vii Accessories Convertors Cabling Fibre cat 6 Patch Cords and Panels as per network requirement 2 Name of items along with detail technical Specifications probable requirements against each item may be seen from the Web site of the Odisha Police i e www orissapolice nic
51. ing as applicable along with the equipment a Cleaning kit if any b Technical Manual giving full description of the item including Parts catalogue where applicable c Users Hand Book d Literature on preservation technique as applicable e Details regarding proof periodical inspection by the user f Spares and tool kit where applicable 6 EXTENSION SEARCH MIRROR TECHNICAL SPECIFICATIONS Whether offered Offered product fulfils the specifications detailed Technical and details of Sl Specifications deviations if any No Items Kindly answer Yes Separate paper j or No only indicating details in case of major deviations to be attached 1 Utility To view inaccessible underneath amp overhead areas 2 Mirror Type Good quality plane mirror of 6 x amp Size 4 size 3 Cushion Proper cushion packaging of package mirror for shock absorption 4 Tilt amp Mirror should be properly rotation mounted to allow 60 180 angle tilt and 360 angle rotation 5 Telescope Three fold 45 50 cm each pole Length telescopic pole to extend the amp material length up to 150 cm Aluminium Brass made with soft handgrip at the end 6 Construction Good quality clamps amp locks for segments Rigid with totally removable mirror ts Warranty 2 years 48 7 UNDER VEHICLE SEARCH MIRROR TECHNICAL SPECIFICATIONS
52. ion 4 way 18 Bending radius 35mm 50 mm 19 Illumination type LED and power supply control 20 Illumination 65000 lux intensity 21 Light source LED interchangeable eye safe Infra Red Invisible in necked eye 22 Colour 5600k temperature 23 Lamp lifetime More than 1 00 000 hours 24 Power supply DC 12V 1A 25 Portable battery Lithium lon 12V 3600 MaH 26 Continuous More than 6 hours working time 27 Image display 4 3 or 5 6 inch LCD Monitor size 28 Image signal CVBS composite video output mode 53 29 Image storage JPEG MPEG format 30 Video storage AVI format 31 Storage capacity 8 GB SD Card 32 Operating 10 to 55 temperature 33 Relative 30 90 RH Humidity 34 SD card 10 nos spare detachable SD cards 35 Carrying case Hard carrying case for transportation and shockproof 36 Spare battery 02 nos spare batteries 37 Battery charger Should work with 220 V 230 V AC 38 Belt set Belt set should enable comfortable operation 39 Warranty 2 years 11 SEARCH KIT MAGNIFIED TECHNICAL SPECIFICATIONS SI No Items Whether offered product fulfils the detailed Technical Specifications Kindly answer Yes or No only Offered specifications and details of deviations if any Separate paper indicating details in case of major deviations to be attached KIT CONTEN
53. le to select multiple offline calls to be played with time parameter The user should be able to export selected data and calls with simple formats A separate tool shall also be provided to view the exported data with list search sort and play with features like forward rewind amplify change speed with pitch correction etc features 65 21 There should be audio visual pop up alerts on the user screen whenever a specific target is active in real time 22 The system Software should be capable of interception more than 2000 targets simultaneously with three months back up and 4000 hours of recordings 23 Should support existing Hardware and Networking equipment 24 The Software customization facilities detailed herewith may be modified in future by Odisha Police as per actual requirements Connectivity gt Each Service Provider shall be connected to Monitoring Centre via dedicated 2 Mbps Leased Line The number of Service Provider can be increased hence system should be capable of adding new Service Providers in future gt The Leased Lines shall be provided by Odisha Police gt The vendor shall provide necessary Networking equipment for leased lines Project Architecture System architecture should be modular allowing for expansion which should be specified by the vendor Accessories Converters Cabling fiber Cat 6 Patch cords and panels etc Miscella
54. lightweight in weight as possible The system should be compact and easy to set up 2 All components should be portable 3 The system should be able to function with both pulsed and continuous X Ray source 4 Real Time measurement of any object on screen should be possible 5 The system should have a laptop based control and display unit along with a compatible video camera unit 6 X Ray Generator should be light in weight and capable of being operated remotely 7 The RTVS should be mountable suspend able from the ROV and Mini ROV and the mounts be included in the equipment 8 To facilitate the offsite study the system should be supported by a hardware and software capable of image recording on a storage media i e Floppy CD Pen Drive etc 9 The software be menu driven and should facilitate the operator to choose from the wide range of functions provided by the software 10 The software should have the facility of zooming the image along with the ability to scroll the full image 200 to 400 11 The system should be able to store minimum 1000 images in its database library with the capability of annotation 59 12 The software should provide image enhancement facilities as under a Polarity and Pseudo colouring facility Brightness amp Contrast control Split screen capability d Sharpening of images 3D effect of an i
55. ll the prescribed criteria and conditions of this tender document other than technical specifications of the products Only branded products shall be accepted unless otherwise mentioned in special conditions of the contract All the products failing to fulfil the prescribed technical specifications shall be rejected Decision of the Technical Committee in this respect shall be final and binding A bidder can improve the technical specifications of the product offered before the opening of Financial bid Decision of the Technical Committee on whether or not the revised specification is an improvement shall be final Improvement in the technical specification offered as above may be accepted or not at the discretion of the tender calling authority However no preference or extra payment shall be admissible for superior technical specifications or quality or the like 32 33 34 35 36 37 38 39 8 The bidder shall have to submit in separate paper mentioning complied or not complied against each column of the technical specification given in the tender document Not withstanding an offered product meeting the prescribed technical specifications it may be rejected if it has not been tried and tested or used in Odisha Police with satisfaction It may also be rejected if the bidder fails to successfully demonstrate its product before the Technical Committee Financial bids shall be opened only in those cases wh
56. m with two cells with 01 Krypton Lamps 1 Spare Lamp incorporated in Torch 9 Hammer sledge 2 kg ball peen Claw 01 each Hammer 10 Pipe wrench 10 01 11 Hand vice Grip 6 01 12 Magnifying Glass 01 13 Nipper cutter 01 14 Tin cutter 01 15 Nose Pliers 01 16 Stainless Steel Knife 80 mm Blade 01 17 C Clamp 4 6 12 01 each 18 Spanner Adjustable 15 5 30 5mm 01 each 19 Hack Saw 6 with Blade set 01 20 One Screw Driver set consisting of a Flat 2 1 4 1 6 1 8 1 10 1 mm 01 each blade width 01 each b Flat offset 6 1 7 1 10 1 mm 01 each Blade width c Cross point 150 5 200 5 250 5 75 5 mm 21 Hand drill with drill bit set Electric Drill 01 Machine 22 Spanner 10 piece metric set 01 45 23 Spanner 10 piece imperial set 01 24 Soldering iron 6 with soldering flux amp 01 solder wire 50 gms 25 Sponge holder 10 01 26 Can opener 6 01 27 Tape Packaging 3 50 m and Electric 01 Insulation Tape 28 Duct Tape 3 50 m 01 29 Nylon Strapping Tape 1 50 01 30 Punch 5 01 31 Cold chisel 6 01 32 Cold chisel 8 01 33 Screw driver set watch maker 01 34 Screw driver alignment 01 35 Super glue adhesive 01 36 Pliers cutter with grip long point nose 01 37 Pliers c
57. mage f Tilting Rotation of an image g On screen measurement facility both inches and mm h Over Lay capability should be supported i Multiple Undo Redo and Restore original functions 13 The system should have an option for wireless operation 14 For easy field use the system should be operated with rechargeable battery and should have additional facility of operating with AC power supply 15 The system should have a battery low level indicator 16 The system should have an Anti Virus Software to protect stored data 17 The system should be capable of operating in the temperature range of 15 C to 45 C 18 Exposure time for X Ray 1 99 Pulses or better should be adjustable depending on type of object to be viewed on X Ray and these controls should be available in the software as well as X Ray Generator Accumulation of pulses on Image Capture Unit should be possible 19 The laptop should be configured with the latest version of software 20 Audio and visual warning during the X Ray activation should be available 21 Image Capture Unit ICU should be available in different sizes i e small medium large Ranging from 150 mm to 330 mm x 110 mm to 440 mm 22 All types of accessories and consumable items required for functioning of the equipment should be available in the market 23 Laptop Specifications a Scree
58. mi conductor or non linear metallic junction component c Under Water Minimum 10 inches with respect to our test piece of semi conductor or non linear metallic junction component d For electronic detection Range Minimum of 1 0 meter in electronic mode and maximum power in open space e For Corrosive Bi metal detection range Minimum of 42 0 5 meter in corrosive mode and maximum power in open space 14 Operation amp Maintenance Manual i Operating Manual and Service Manual should be provided with each unit ii Operator s training should be carried out at the desired place 15 Demonstration Demonstration for the verification of various technical parameters claimed for the product by the Firm will be required during technical evaluation and also at the time of delivery for technical acceptance During demonstration equipment will be tested by the Technical Committee in the presence of the bidders 16 Terms amp Conditions for after Sales Service maintenance amp Spares for maintenance a The manufacturer supplier should be a reputed Firm having suitable repair service centers b Should undertake to provide maintenance spares support for a period of 8 years including warranty period c Should have team of qualified engineers at service station to undertake prompt and efficient service maintenance work d Should have ready s
59. n d Auto Data PC compatible 15 seconds files WAV format e Image Control Handset Brightness Control gain and exposure f Image Management Single button freeze frame full or split screen 23 Long Exposure Automatic or Manual 34 msec to 8 sec Digital Zoom 1X to 3X continuous and 5 level stepped service amp availability of spare parts c i Still Image Format Bitmap or JPEG Super High j Annotation Text and graphic screen overlays and custom logos k Lamp Control Manual brightness and software ON OFF I Software Update Field upgradeable via Floppy Disk m Remote Control PC Control via view n Temperature Warning Integrated Camera Temperature Warning System 10 Operating Environment a Tip Operating Temp 25 to 80 C b System Operating Temp 15 to 50 C c Relative Humidity 95 maximum d Waterproof Insertion Tube and Tip 11 Storage Specifications a Memory 512 MB Internal Flash Memory b Disk Drives Compact Flash Type accepts all Memory sizes c Still Image Storage i BMP uncompressed 900 KB typical file size li _ JPEG super high quality 200 KB typical file size d Video Recording i MPEG2 High and low quality settings up to 40 minutes recording ii MPEG1 High medium and low quality settings up to 90 minutes r
60. n at least 14 TFT with 1024x768 60 oO h i Resolution 16 7 million colours 256 gray levels Processor i5 or i7 Hard Disk minimum 500 GB or 1 TB RAM 2 GB minimum Drives 3 5 Floppy Drive CD RW or Higher Card Slot USB 2 0 Slots x 2 or Better Specifications Operating System Windows 7 or Latest Version Visual Database Storage of at least 10 000 images including data user name date time category place filename project name type of ICU type of X Ray and Description Capability to backup and restore the database Quick save and project functions Split screen with synchronized scrolling capabilities Built in email access Audible and visual warning during X Ray activation incorrect setup etc 24 Misc The Firm should be able to provide the following as applicable along with the equipment a Technical Manual giving full description of the item b User s Hand Book c Literature on preservation technique as applicable d Specification for packing handling transportation storage e Details regarding proof periodical inspection by the user f All the above tools should be packed in a pelican case with wheels and the equipment should fit into space provided inside 25 Warranty 2 years 61 16 DEEP SEARCH METAL MINE DETECTOR TECHNICAL SPECIFICATIONS
61. n Mirror Telescopic Inspection Mirror Spare Mirror Plano Rectangular Round 140 mm Illuminated 8X Magnifier Spare Bulb ojo SIO NAVN gt Illuminated Light Probe Nos 02 Illuminated Light Probe Semi Flexible Safety Light Probe 413 mm 380 mm Adjustable Mirror 16 mm and 38 mm 23 13 Recovery Magnet 14 Light Probe 16 5 mm 15 Light Probe Extension 16 Angle Extension 17 Bore Viewer Light Probe 1 3 Sleeve 19 5 mm 50 mm Long 8 Optical Magnifications 18 Lamp Holder 19 Bore Viewers 200 mm Long 4 Optical Magnifications 20 Bore Viewer Digital Probe 12 Sleeve 140 mm 150 mm Long 21 Long Acrylic Light Guide 22 Weight 15 kg Approximate 23 Warranty 2 years 12 EXPLOSIVE DETECTION AND IDENTIFICATION SPRAY KIT TECHNICAL SPECIFICATIONS 1 Detection To be used for detection and identification of Group A Group B and Group C Explosives that are used in improvised explosives as a pre blast and post blast investigative tool for technical evaluation test in soil re mediation on hazardous material Detection of persons having handled explosives Detection of explosives on parcels briefcases vehicle surface contaminated with explosives during handling and transportation 2 Operating 32 to 110 degree F Temperature 3 Resolution 20 Nano grams 4 Form factor Hand Held Aeros
62. n major State Capitals in the Country c Should undertake to provide maintenance spares support for a period of minimum 5 years 10 FIBER OPTIC SURVEILLANCE SET WITH IR TECHNICAL SPECIFICATIONS Whether offered product fulfils the detailed Technical Offered specifications and details of deviations if any PU jacket SI Items Specifications Separate paper No Kindly answer indicating details in Yes or No only case of major deviations to be attached ie Probe Diameters 8mm 2 Probe type and Flexible probe with flexibility multilayer tungsten braid on 52 3 Operation Simple one hand operation 4 Effective 1 5m working length 5 Length of the 20mm 30mm rigid in front end probe 6 Field of view 60 or higher 7 _ Depth of field 10 mm to infinity 8 CCD Charge 1 18 1 12 1 10 Coupled Device CMOS Complementary Metal Oxide Semiconductor 9 Camera High sensitive black amp white resolution CCD with automatic integration 10 Lance Wide angel 1 8 mm or better 11 Zoom 3 5 x zoom or better 12 Effective pixels 1 00 000 4 10 000 13 Water proof IP 64 up to IP 68 14 Test line Stainless steel wire bradded material 15 Oriented Single or two handle rotation approach conduction 16 Band angle 90 120 to view 360 up down left right 17 Tip articulat
63. nd spare parts in major State Capitals in the Country c Should undertake to provide maintenance spares support for a period of minimum 5 years 40 2 NON LINEAR JUNCTION DETECTOR GENERAL SPECIFICATIONS Environment C to 50 C ll Storage Temp 20 C to 70 C Il _ Humidity 90 to 95 Whether Offered offered product specifications fulfils the and details of SI Items detailed deviations if any No Technical Separate paper Specifications indicating details Kindly answer in case of major Yes or No deviations to be only attached 1 Weight of Should not exceed 7 kgs Including Operational battery Unit 2 Telescopic Should be of collapsible type with a Pole minimum extended length of 100 cms from handgrip to antenna head probe and should have firm clamps fasteners 3 Operational Operating Temp between 0 TECHNICAL SPECIFICATIONS 1 Technology State of the art technology using auto Digital Signal Processing DSP power control 2 Transmitted RF Average Power should not be Power more than 5W and to be DSP controlled Manually selected 3 Operating Spectrally pure RF fundamental Frequency frequency between 850 MHz and 1005 MHz 4 Receiver 130 dbm or better Sensitivity 5 Transmitter Linear Circular polarization Receiver transmitter 8 dBi Antenna Receiver 6 dBi Polarisation 6 Display i Display of re
64. neous gt The Vendor has to install Hardware and Software at Six Service Providers end and at Monitoring Centre gt All the Operating System OS and Database Software with license gt The Vendor shall provide on site training to administrators and users gt The Vendor shall provide a Resident Engineer for smooth functioning and 24x7 support of Legal Interception System gt Administrator or its assistant of 66 the Monitoring Centre will have to access any type of operation as well as access to the Store and Forward Server installed at TSPs premises They should have privilege to create as many as users and administrators distribution of L I numbers partitioning of L I numbers deletion of calls provide user name and passwords to its clients etc Warranty Minimum 3 Years Signature and Seal of Bidder 67 FINANCIAL BID FORMAT Tender Call Notice No Tender Document No VI Name of the Item PART I 1 Name and address of the Bidder Whether a manufacturer Authorized Agent States in which Business run State from which material would be delivered if found successful in the bid VAT Registration Number CST Registration Number PAN i Annual Turn over of Previous Financial year Ogor SSN 2020 ae 0 Whether the above Registration Certificates are valid suspended cancelled at the time of filing tender 10 Whether up to date returns
65. nterference 10 Power supply a 220 Volt AC 50 Hz Mains o 6 VDC 12 V DC Rechargeable for minimum 10 hours operation with inbuilt charger 11 Calibration a Automatic amp Manual b Provision for Remote Control Unit for parameter settings 12 Temperature 10 C to 55 C 13 Humidity Up to 95 No condensation 16 14 Control panel a Easily accessible modular design with standard plugs and connectors b Adjustable Control should be only be activated from a hand wireless remote 15 Construction Light weight rigid laminated side panels and cross piece ABS Plastic Boots for panel protection and should be waterproof weather proof and suitable for outdoor location 16 Safety a Should conform to International standards of Safety Radiations b Should be safe for heart pace makers and pregnant women c Should be data safe 17 Self diagnostic User friendly self testing diagnostics to identify faulty conditions 18 Warranty After sale service amp availability of spare parts a 2 years minimum warranty b Availability of suitable repair service centres and spare parts in major State Capitals in the Country c Should undertake to provide maintenance spares support for a period of minimum 5 years 2 NON LINEAR JUNCTION DETECTOR GENERAL SPECIFICATIONS 1 Weight of Should not exceed 7 kgs Including
66. ol with paper wipes 5 Class Chemical reaction 6 Warranty Minimum 2 years 13 WATER JET DISRUPTOR TECHNICAL SPECIFICATIONS 1 Barrel Lightweight Gun Metal alloy or any such approved material 2 Length of the barrel At least 15 3 Diameter of the 40 mm and or 1 or any such configuration to achieve the barrel tasks laid down below 4 Use Should be able to fire various types of projectiles to defeat various situations and should include firing of plain water shot without projectiles It should be able to defeat various targets like Suitcases rip apart wooden boxes made out of 12 24 mm plywood pressure cookers and gas cylinders knock off fuse from small size UXBs typically 51 mm mortar and grenade cut Pipe GI of gauge 12 20 cut heavy SWR cable knock of end caps off pipe bombs etc 5 Range Should be able to fire from min 10 cm to at least 30m 6 Aiming Laser sight and telescopic sight should be provided It should be able to zero the disruptor using these sights 7 Equipment Should be completely recoilless for use in ROV 26 Portability Should be possible to be put into use by bomb technician wearing a bomb suit or by a ROV the attachments to be included with the basic equipment Stand A multi position stand preferably a tripod should be provided to able to employ the disruptor in any angle of a sphere and from a min horizont
67. onditions of the Contract 48 49 50 51 52 53 10 All the clarifications sought from the bidders suppliers on technical specifications of the products or otherwise shall be promptly submitted in a transparent and unambiguous manner Terms amp Conditions of the tender documents can t be negotiated for variation without obtaining prior approval of Govt Entire tender document duly filled in shall be treated as part of the contract agreement for supplies in case of the successful bidders and shall be submitted in original All the disputes shall be subjected to the jurisdiction of civil Courts situated at Cuttack The bidders shall submit all required documents along with tender Under no circumstances a bidder would be allowed to make any addition alternation in any document related to tender or to submit required documents after receipt of tender by the tender calling authority Any objection suggestion complaint by any bidder with regard to tender shall be intimated in writing to the tender calling authority The Chairman Members of Technical Purchase Committee would not entertain any correspondence discussion in the above matter A I G of Police Provisioning Odisha Cuttack Seal amp Signature of the bidder Tender Calling Authority 11 SPECIAL CONDITION OF THE CONTRACT Short Tender Call Notice No Tender Document No III The Special Conditions given here shall prevail over the General
68. oring Centre database e Should have password protection facilities f Should support existing Hardware and Networking equipment 4 Client The Client Software should be a Software Windows based Graphical User Interface GUI for monitoring and analysis of intercepted calls Voice and Call Related Information CRI and have below mentioned features 63 There will be 16 Nos of Client Work Stations at Monitoring Center one existing 5 new Workstations and 10 Client Software to be used with available Workstations The Software should allow users to listen to the calls in real time Allow the users to add multiple remarks The Software should be capable to handle additional Client Workstations up to 30 in future without any extra payment Should allow users to monitor calls in offline with transcription feature Comprehensive searching and sorting features to quickly access the information from the database Built in Analytics features with the Unified GUI a Visual Link Analysis Up to 6 degree levels allowing users to directly view monitor calls between any two nodes seamlessly Dynamic filters on edge count degree count date time etc Automatic grouping of calls Time Line Analysis with respect to a specific number Automatic Call Categorization on the basis of pre defined pairs of number Support monitoring of Mobile Internet Services like GPRS
69. orities shall not be responsible for the postal and other delays in receipt of bids If the last date for receipt of the tender bid turns out to be a holiday it will automatically be extended to next working day The tender calling authority shall make arrangements in his office for issuing a written acknowledgement under proper seal and signature of the filled in tenders provided those are submitted on or before the due date The acknowledgement shall be issued even if the Tenders are dropped in a sealed box The acknowledgement receipt shall mention among others the tender call notice number A bid submitted cannot be withdrawn The bidder or his authorized representative one person only will be allowed to be present at the time of opening of tenders They will not participate in the discussions Clarifications sought if any may be provided by them All or any of the tenders or bids submitted can be rejected without assigning any reason thereof No claim whatsoever shall be admissible for the alleged loss damage suffered by the bidders on account of such rejections The Tenders bids received in the prescribed time shall be opened by the tender committee at the prescribed date time and place Any bid found incorrect or incomplete in any manner would be summarily rejected by the said committee The Technical bids shall be opened and scrutinized by the Technical Committee only in respect of the bidders who have been found to fulfil a
70. ose of supply shall be those which were offered and accepted by the Technical Committee and not those specified in the tender document It shall not be necessary for the office of the D G amp IG of police to place a single order for the entire requirement Order for the same item but on identical terms and conditions may be placed by different wings of the office such that the total orders placed shall roughly correspond to the quantity mentioned in the tender document The bills for payment shall be submitted accordingly on different wings placing the order 40 41 42 43 44 45 46 47 9 On delivery the supplies or products shall be inspected to verify the quantity and to see whether those are in accordance with the technical specifications or quality requirements for which the order was placed If it turns out to be otherwise the acceptance of delivery shall be refused at the risk and responsibility of the supplier Further the articles found damaged shall not be counted as accepted until repaired or replaced to the satisfaction of the authorities Short Part deliveries may not be accepted All the items ordered must be supplied in full for claiming even the part payment All the transit risk shall be the responsibility of the supplier a No Way Bill C D Forms will be supplied by the indenter to the suppliers of outside Odisha for supply of goods However they may obtain necessary declaration forms in form VA
71. packet etc of different Service Providers in the unified GUI Integration of CRI with Call and storage of call details like called number Calling number IMEI IMSI and Cellular Cell site etc Provisioning for analyzing the pattern of calls including incoming outgoing and SMS MMS etc 64 10 11 12 13 14 15 16 17 18 19 20 The Software should allow for simultaneous online listening of calls in real time on all user terminals Work Stations Multiple query system for analysis of calls CDRs etc received from the store and forward system Automatic decoding of SMS message received in the CRI Store Forward system also it should able to decode SMS in different language Hindi Odiya and other regional languages Facility to take backups of the calls with complete data transcript and voice intercepts on CD and other storage devices The system should have provision to remove old data as per requirement System should capable to analyze and mark conference calls forwarded calls etc and tags the CRI with voice content properly Tools to define complex queries through a user friendly GUI The administrator should also be able to distribute queries to users so that they can run queries smoothly The users should be able to view the real time status of active calls while doing any other monitoring activity like transcription etc The user should be ab
72. quency Approx 2 kHz 4 _ Weight Approx 300 gms 5 Operating Voltage Current 7 to 9 Volt DC lt 50 mA 6 Power Source amp endurance Standard 9 volt rechargeable disposable battery provided with charger and battery backup of 24 hours 7 Detection Range a Should detect a small metal object like Gem clip from a distance of 1 inch b Instant response to all metals 8 Indicator a Audio Visual Alert with option for earphone amp Vibration Optional b Low Battery indicator 9 Power Control Push Button Press ON OFF switch 10 Adjustment amp provisions 1 Provisions for Audio threshold adjustment 2 Ear Phone Recharge Jack 11 Safety Safe for heart pace makers amp non interference with magnetic recording material 12 Operating Temperature 20 to 50 C 13 Weather proofing Protection against environmental conditions 98 humidity and water proofing to international standards 14 Warranty After Sales a Two years minimum warranty Service and availability of b Availability of suitable repair service centres spare parts and spare parts in major State capitals in the country 4 RENDER SAFE PROCEDURE RSP TOOL KIT FOR DIFFUSION TECHNICAL SPECIFICATIONS Sl Items Quantity No 1 Doctors Stethoscope 01 2 BP Handle 6 1 with BP Blade set 01 3 Scissors 6 7 8 01 each 4 Dental Mirrors Length 6 1 10 1 Mirror
73. s applicable along with the equipment a Cleaning kit if any b Technical Manual giving full description of the item including Parts catalogue where applicable User s Hand Book Literature on preservation technique as applicable Details regarding proof periodical inspection by the user Spares and tool kit where applicable o gt lt c d o 21 6 EXTENSION SEARCH MIRROR TECHNICAL SPECIFICATIONS Utility To view inaccessible underneath amp overhead areas 2 Mirror Type amp Size Good quality plane mirror of 6 x 4 size 3 Cushion package Proper cushion packaging of mirror for shock absorption 4 Tilt amp rotation Mirror should be properly mounted to allow 60 180 angle tilt and 360 angle rotation 5 Telescope pole Three fold 45 50 cm each telescopic pole to extend Length amp material the length up to 150 cm Aluminium Brass made with soft handgrip at the end 6 Construction Good quality clamps amp locks for segments Rigid with totally removable mirror 7 Warranty 2 years 7 UNDER VEHICLE SEARCH MIRROR TECHNICAL SPECIFICATIONS 1 Trolley 12 x 24 x1 2 for rectangular or 15 x15 x1 2 for round mirror mounted on four nos Caster wheels of 2 diameter Mirror High quality 12 x24 rectangular mirror plane or 15 diameter for found mirror Convex 35cm Cushion Pa
74. se b Accessories Cleaning Kit c Quality assurance All the above tools should confirm ISI standards preferably ISI marked and manufactured by standard and reputed companies 5 BOMB BLANKET TECHNICAL SPECIFICATIONS Whether offered Offered product fulfils the specifications and detailed Technical details of SI No Items Specifications Kindly answer Yes or No only deviations if any Separate paper indicating details in case of major deviations to be attached The Bomb Blanket should sustain blast and offer adequate protection against fragments V50 17 grain steel fragment 500 m s The Bomb Blanket should be made with multiple layers of treated KEVLAR Ballistic Fabric and should confirm to the protection level required and then sewing into a Fire Retardant and Water repellent cover of red colour and Self Fire Flame proof The Bomb Blanket should have strong Nylon web loops near the 4 corners or contain adequate number of eyelets of 1 Dia along the sides of the Bomb Blanket for the purpose of anchorage suspension Size of Bomb Blanket should be min 1 5m x 1 5m Weight of Bomb Blanket should be 12 kgs or less 47 6 Should be able to successfully contain a blast of min 100 gms of RDX or equivalent quantity of other High Explosive and 1 Detonator 7 Warranty 2 years minimum 8 Misc The firm should be able to provide the follow
75. ter 75 6 mm c Adaptor with 60 field of i Forwarding viewing view for ii 90 side viewing 3 Light Source a Tungsten halogen lamp with 12V DC 220V AC mains 75Watts operation b Fan cooled light with aluminium housing c Standard light guide socket belt clip and shoulder strap d 1 metre length power lead 4 Fibre Optic Light Guide a Effective Length 900 mm 1800 mm b Outsider Diameter 74 5 mm c Protective Crush Resistant Flexible Coiled Steel Sheath with PVC coating 5 Rechargeable Battery 12V 8 Ah sealed lead acid Nickel Cadmium Battery Charger 12V DC regulated output 220V AC input 6 Optional Attachments a Digital Video Camera with adaptors for recording viewing b Video Monitor with accessories of images c Control Processor Unit 7 Camera a lmage Sensor 1 6 Colour SUPER HAD CCD b Pixel Count Approx 3 80 000 pixel NTSC or 4 40 000 pixel PAL c Long Exposure Automatic or Manual 30 msec to 10 sec d Housing Titanium Standard Steel 8 Viewing Monitor a Dimension 7 80 x 15 x 15 cms b Weight 2 5 kgs Approx c Construction ABS Housing d LCD Monitor 5 6 Diagonal integrated TFT Colour LCD e Microphone Integrated high sensitivity microphone 9 Software a Operating System Real Time Multi tasking b User Interface Simple drop down menu driven operation c File manager File and folder creation naming copying deletio
76. ting frequency within HF VHF range in close proximity 10 Power Requirement i Should operate on rechargeable DC power supply ii Battery charger designed for fast recharging iii Battery level status indicator 3 levels and battery level warning screens at 9 minutes and 60 seconds operating time remaining Threat indicator located on Antenna Head 11 Operating Time Should work continuously for 4 hours at maximum RF power output Lithium lon battery with 7 5 Volt DC 5000 mAH 12 Discrimination of Should be capable to detect and identify semi conductor amp Semiconductor corrosive bimetal junctions Junction amp Corrosive Bimetal Junction 13 Detection Range a For Dry Soil Minimum 18 inches with respect to our test piece of semi conductor or non linear metallic junction component b For Wet Soil Minimum 14 inches with respect to our test piece of semi conductor or non linear metallic junction component c Under Water Minimum 10 inches with respect to our test piece of semi conductor or non linear metallic junction component d For electronic detection Range Minimum of 1 0 meter in electronic mode and maximum power in open space e For Corrosive Bi metal detection range Minimum of 0 5 meter in corrosive mode and maximum power in open space 14 Operation amp i Operating Manual and Service Manual should be provided with Maintenance each unit Manual ii Operator s training should be c
77. to be SI No Name of the Items to be purchased purchased 1 Door Frame Metal Detector Portable 50 2 Non Linear Junction Detector 2 3 _ Pocket HHMD 160 4 Render Safe Procedure RSP Tool Kit for diffusion 6 5 _ Bomb Blanket 10 6 Extension Search Mirror 9 7 Under Vehicle Search Mirror 10 8 _ Prodder Metallic 10 9 Optical Fibre Scope 1 10 Fibre Optic Surveillance Set with IR 2 11 Search Kit Magnified 1 12 Explosive Detection and Identification Spray Kit 2 13 Water Jet Disruptor 1 14 Radiation Detector 1 15 Real Time Viewing System RTVS 2 16 Deep Search Metal Mine Detector 10 17 Equipments for Up gradation of Legal Interception System i IMS Store and Forward Servers 5 ii Client Work Station Desktop 5 iii IMS Software 5 iv Client Software 14 v Connectivity as per network requirements vi Project Architecture should be modular allowing for expansion vii Accessories Convertors Cabling Fibre cat 6 Patch Cords and Panels as per network requirement 4 Tender Call Notice No Tender Document No Il GENERAL CONDITIONS OF THE CONTRACT The bidder Supplier shall essentially be a An Original Equipment Manufacturer or b An Authorised Agent of the OEM having running business in the tendered item with good business track record The bidder in proof of he being an OEM Authorised Agent shall submit authenticated documentary evidence in this regard The proof submitted earlier in some
78. tock of important modules and spare parts e Should have proven infrastructure including testing tools e g digital oscilloscope spectrum analyzer RF power meter etc for repair and maintenance f Bidders should submit sufficient documents to prove _ their experience in dealing NLJD equipment and its maintenance for a period of minimum 5 years 17 Warranty Two Years 3 POCKET HHMD TECHNICAL SPECIFICATIONS 43 Whether offered Offered product fulfils specifications and the detailed details of deviations Sl Technical if any No Items Specifications Separate paper Kindly answer indicating details in Yes or No only case of major deviations to be attached 1 Technology Pulse induction technology Transmitter Receiver with automatic instant retune 2 Operating Approx 95 kHz 5 kHz Frequency 3 Audio frequency Approx 2 kHz 4 Weight Approx 300 gms 5 Operating 7 to 9 Volt DC Voltage Current lt 50 mA 6 Power Source amp Standard 9 volt rechargeable endurance disposable battery provided with charger and battery backup of 24 hours 7 Detection Range ja Should detect a small metal object like Gem clip from a distance of 1 inch b Instant response to all metals 8 Indicator a Audio Visual Alert with option for earphone amp Vibration Optional b Low Battery indicator 9 Power Control Push Button Press
79. turns of previous year need also be enclosed to the Tender document At the time of opening of Tender Financial bid the bidder will have to satisfy the competent authority that he is not only authorised as per his Registration Certificates to deal in the tendered item but he has also a running business in such items and he has the ability to supply the tendered quantity in prescribed time limit and to meet the warrantee conditions of the product The bidders of Odisha will have to submit VAT Clearance Certificate in prescribed form obtained from competent authority and the bidders from outside the state shall submit an undertaking in the form of an affidavit in enclosed format stating that they have no business in Odisha and have no liability under the Odisha VAT Act at the time of submission of Tender The bid security EMD if called for shall either be in the form of Demand Draft FDR Bankers Cheque of a Scheduled Bank payable at Cuttack or by pledging of NSC FDR Postal Savings Pass Book all in favour of A I G of Police Provisioning Odisha Cuttack EMD shall be returned immediately after the rejection of a bid The DD FDR Banker s Cheque etc shall be returned in original with or without reverse endorsement as required for the refund EMD of the successful bidders shall be retained till the supplies are successfully delivered as per order or adjusted against Performance Security defined on condition No 10 of Special Conditions of th
80. types of Mobile Phones both within State and outside States Land Line Phones DSPT Phones IMEI Numbers IMSI Numbers CRIs Mobile Internet Services etc GSM as well as CDMA of different Service Providers i e BSNL Airtel Reliance Vodafone IDEA TATA amp Aircel Telecom Services Ltd etc 30 Detailed requirement of equipments for up gradation of existing Legal Interception System with Technical Specifications SI Items Quantity Description Specifications No 1 Store and 5 nos Servers from reputed Companies HP IBM Dell only with Forward Intel hex core Xeon CPU 8 GB RAM or higher 3x300 GB Server to be SAS hard disk in RAID 5 Redundant power supply installed at Windows 2012 server OS with standard accessories 1x1 TSPs end E1 logging board with SS7 and PRI ISDN signalling with up support Keyboard 18 5 Colour TFT Monitor Mouse with gradation of anti virus software IMS Server 2 Client 5 nos HP Sony Dell Acer PC with Intel Core i 5 Processor 4 GB Workstations RAM expandable 500 GB HDD expandable 18 5 Desktop Colour TFT Monitor Windows 7 Professional OS Headphones 3 IMS Software 5nos gt Interception of calls on E1 with SS7 signal link and Database gt Interception of Call Related Information CRI on Ethernet Port including GPRS data etc gt Forward intercepted information over 2 Mbps leased line to the Monitoring Centre In case of off line all the data w
81. um 5 years 23 2 years minimum warranty 62 17 UP GRADATION OF LEGAL INTERCEPTION SYSTEM SI Items Whether offered product fulfils the detailed Technical Specifications Kindly answer Yes or No only Offered specifications and details of deviations if any Separate paper indicating details in case of major deviations to be attached Technical Specifications 1 Store and Servers from reputed Companies Forward HP IBM Dell only with Intel hex Server tobe core Xeon CPU 8 GB RAM or installed at higher 3x300 GB SAS hard disk in TSPs end RAID 5 Redundant power supply with up Windows 2012 server OS with gradation of standard accessories 1x1 E1 IMS Server logging board with SS7 and PRI ISDN signalling support Keyboard 18 5 Colour TFT Monitor Mouse with anti virus software 2 Client HP Sony Dell Acer PC with Intel Workstations Core i 5 Processor 4 GB RAM Desktop expandable 500 GB HDD expandable 18 5 Colour TFT Monitor Windows 7 Professional OS Headphones 3 IMS a Interception of calls on E1 with Software and SS7 signal link Database b Interception of Call Related Information CRI on Ethernet Port including GPRS data etc c Forward intercepted information over 2 Mbps leased line to the Monitoring Centre In case of off line all the data will be stored d Interoperability The IMS Software should work seamlessly with the existing Monit
82. under all Acts filed PART II 1 Brand name of the item manufactured traded Basic unit Price Excise Duty Additional Excise Duty Freight Transportation Charges Loading and Unloading Charges Any Other Charges before Delivery Central Sales Tax Odisha Entry Tax OVAT 0 Any other Charges m Oe Oe Ot E OS 11 Gross Price of the Unit to be considered Sum total of SI 1 to 10 of Part II above 12 Total Sum payable for supply of entire bid quantity Mark NA against the SI Which is not applicable PART III 1 Terms amp Conditions of Delivery 2 Terms and Conditions of Payment 3 Preference for mode of payment of Performance Security Seal amp Signature of the Bidder
83. used for detection and identification of Group A Group B and Group C Explosives that are used in improvised explosives as a pre blast and post blast investigative tool for technical evaluation test in soil re mediation on hazardous material Detection of persons having handled explosives Detection of explosives on parcels briefcases vehicle surface contaminated with explosives during handling and transportation Operating Temperature 32 to 110 degree F Resolution 20 Nano grams Form factor Hand Held Aerosol with paper wipes Class Chemical reaction Warranty Minimum 2 years 55 13 WATER JET DISRUPTOR TECHNICAL SPECIFICATIONS SI No Items Whether offered product fulfils the detailed Technical Specifications Kindly answer Yes or No only Offered specifications and details of deviations if any Separate paper indicating details in case of major deviations to be attached Barrel Lightweight Gun Metal alloy or any such approved material Length of the barrel At least 15 Diameter of the barrel 40 mm and or 1 or any such configuration to achieve the tasks laid down below Use Should be able to fire various types of projectiles to defeat various situations and should include firing of plain water shot without projectiles It should be able to defeat various targets like Suitcases rip apart wooden boxes
84. utter grip combination 01 38 Pliers flat jaw 01 39 Pliers round jaw 01 40 Cutter side 120 5 150 5 mm 01 each 41 Fish line 50 m with hook various 01 each sizes 42 Tweezers 6 01 43 Probe straight amp angular 01 44 Wire brush 01 45 EOD multi tool with crimper Material 01 High Strength Aluminum 46 Tape measuring 4 1mtr 01 47 Non metallic probe 01 48 Kevlar hand gloves 01 49 COs Portable Fire extinguisher 600 gm 01 50 Bar lever spike amp cranked chisel ends 01 445 mm 51 Bar lever cranked form amp wedge ends 01 260 mm 52 Square driver socket set 01 53 Pick 560 mm head 01 54 Pry bar 01 55 Hand Held Self ignited Propane Gas 01 Torch 56 Plastic tweezers 6 01 57 Scriber double ended 01 58 Glass Cutter 01 59 Measuring tape spool 30m 01 60 Brush Painting Nylon Bristles 1 2 01 each 4 61 Tin sheet metal Snips Cutter 2 5 01 blade 62 Nylon cord 0 04 30m 01 46 63 Plastic knife 6 Blade 01 64 Knitting needle plastic 01 65 Ladder folding 15 ft 01 66 Digital Multi Meter 01 67 Swiss Army Knife 01 68 Fire Extinguisher 02 69 Misc The firm should be able to provide the following as applicable along with the equipment a Packing All the above tools should be packed in a sturdy casing and or provided with carrying ca
85. ve calls while doing any other monitoring activity like transcription etc The user should be able to select multiple offline calls to be played with time parameter The user should be able to export selected data and calls with simple formats A separate tool shall also be provided to view the exported data with list search sort and play with features like forward rewind amplify change speed with pitch correction etc features There should be audio visual pop up alerts on the user screen whenever a specific target is active in real time The system Software should be capable of interception more than 2000 targets simultaneously with three months back up and 4000 hours of recordings 32 23 Should support existing Hardware and Networking equipment 24 The Software customization facilities detailed herewith may be modified in future by Odisha Police as per actual requirements Connectivity As per Network require ments gt Each Service Provider shall be connected to Monitoring Centre via dedicated 2 Mbps Leased Line The number of Service Provider can be increased hence system should be capable of adding new Service Providers in future gt The Leased Lines shall be provided by Odisha Police gt The vendor shall provide necessary Networking equipment for leased lines Project Architecture System architecture should be modular allowing for expansion which should be specified by the vendor
Download Pdf Manuals
Related Search
Related Contents
Vario Compact ABS 2da generación The Quarterly Review Inversor de Frequência CFW-08 (Vector) (v.3.9X) bollitore elettrico - manuale di istruzioni • electric kettle - use Conceptronic CSTYLUSREW stylus pen ScanPal 5100 User's Guide - English Volumen II: Especificaciones Técnicas manuel d`utilisation e-manager maestro version 9.67 MINIFLASH – Manual Copyright © All rights reserved.
Failed to retrieve file