• No results found

Telangana State Technology Services Ltd

N/A
N/A
Protected

Academic year: 2022

Share "Telangana State Technology Services Ltd "

Copied!
16
0
0

Loading.... (view fulltext now)

Full text

(1)

----1----

Telangana State Technology Services Ltd

BRKR Bhavan, 1st floor, C-Block, Tank bund Road, Hyderabad – 500063, Telangana, India. CIN NO: U74900TG2015SGC101517 website: http://tsts.telangana.gov.in/

TSTS/CS/CPRK-FORENSIC/2017, Dated 26.04.2017 To

The Prospective Bidders

Short Tender Notice

Sub: TSTS -CS- Supply, Installation of Forensic Evidence Collection Kits viz- General Crime Scene Collection Kit, Body Fluid Collection Kit, DNA Sample Collection kit, Narcotic Detection Kit, Liquid Silicon casting kit, Arson Investigation kit, XCAT for detection of drugs and GSR and Forensic Light Source to Rachakonda Police Commissionerate- Reg.

On behalf of the Rachakonda Police Commissionerate, TSTSL invites eProcurement quotations for Supply, Installation of various Forensic Evidence Collection Kits as per the details given in this Tender.

Bid Document Fee : Rs. 3,000/- (DD shall be drawn in favour of The Managing Director, TSTS, Hyderabad) Time Schedule :

Last date and time for Bid submission : 05/05/2017 03:00 PM on eProcurement portal Opening of Bids : 05/05/2017 03:30 PM

For any further details related to tender, please contact Mr. Sridharachary M, SSE, 9963029421, Email: sridarachary-tsts@telangana.gov.in, cs-tech1-tsts@telangana.gov.in

1 Bids should be submitted online on e-Procurement Website only. The Original EMD & Bid document fees to be submitted to TSTS on bid closing date.

2 Any deviations in format may make the quotation liable for rejection.

Conditional bids not acceptable and liable for rejection

3 Quotation should be valid at least for a period of 60 days from the date of bid opening

4 The Managing Director, TSTSL reserves the right to accept or reject any or all the quotations without assigning any reasons thereof and to add, modify or delete any of the terms and conditions without any notice.

5 Bidders can quote item wise or for all the items and item wise L1 bidder shall be declared.

The bid/tender will be rejected if the bid submitted is conditional. The Price quote received should be valid for 6 months.

6 No options will be accepted. If the vendor wants to give option, he may submit it as separate bid along with Separate EMD. This will be treated as a separated bid for evaluation.

7 Persistent complaints from the user Department during the warranty period relating to the improper service will be sufficient ground for the TSTSL to blacklist the successful bidder from participating in future tenders

8 EMD: The vendor should submit EMD of Rs. 10,000/- for each participating item in the form of Demand Draft from any Nationalized/Scheduled bank in favour of The Managing Director, TSTS, Hyderabad with validity of 90 days from Bid closing date. The scanned copy of EMD should be uploaded on e-procurement website in technical bid. The original EMD should be submitted before opening of the Bid.

EMD will be returned to unsuccessful bidders after issue of Purchase order to L1 bidder.

The EMD of the successful bidder will be returned after submission of PBG to TSTS.

(2)

----2---- 9 Eligibility :

A. The bidder should be a Registered Company or Firm and should be a manufacturer/

authorized representative of a manufacturer/whole sale dealer and should be in business of manufacture and or supply of Cyber Crime/Forensic Equipment for a minimum period of Two (2) years in India as on bid calling date.

Manufacturer’s Authorization Form for items specific to this tender should be submitted with undertaking from OEM for each participating item.

The participating bidder should submit work orders issued by any State /Central Govt./PSU for supply of Forensic kits /Cyber Crime tools.

B. The bidder should have financial turnover of minimum Rs. 20 Lakhs or above in each of the Financial years i.e., 2014-15 & 2015-16. The bidder should submit audited balance sheets / CA certificate in the Technical bid.

C. The Bidder should have minimum One Service centre as on bid calling date in Hyderabad.

Details of the service center should be submitted in Technical Bid.

D. The bidder should submit declaration stating that they are not debarred/ blacklisted in Technical bid.

E. The bidder should submitted valid Statutory documents in technical bid: copy of PAN card and copy of VAT/Sale Tax Registration.

10 Delivery:

i. Successful Bidder shall deliver and install the goods/services within 30 Days from the date of issue of the Purchase Order along with licenses. For any delays in delivery and installation beyond delivery & installation period mentioned in the purchase order, the vendor will be liable for penalties as mentioned in this tender.

ii. The identified bidder shall also provide necessary training to the Department Officials on the items being supplied.

iii. Address for Delivery: The Stores, O/o the Commissioner of Police- Rachakonda, Gachibowli Hyderabad.

iv. PO consisting of 1-5 locations, vendor has to deliver and install the equipment or has to obtain Site Not Ready Certificate (where ever Site is Not Ready) from User Department officials within week days from the due date of Delivery and installation.

v. PO consisting of more than 5 locations , vendor has to deliver and install the equipment or has to obtain Site Not Ready Certificate (where ever Site is Not Ready) from User Department officials within in 2 weeks from the due date of Delivery.

11 Payment Terms:

For all the items:

i) 90 % payment on delivery & successful installation of the items.

ii) 10 % payment on completion of acceptance test by Department/ TSTSL or submission of Satisfactory performance report from Department after 30 days from date of installation.

iii) Incase site not ready : 75% of the contract value for that site/location.

Note : All the Delivery Challans & Installation Reports/Site Not Ready Certificate/report to be Counter signed by the respective Competent Authority.

12 Penalty for Late Delivery & Installation:

For any delay in delivery and installation, the bidder will be liable for penalties as follows:

i. 1% of the late delivered/installed goods for One week or part thereof; 1.5%, for Two weeks or part thereof; 2% for Three weeks or part thereof and so on up to a maximum of 10% on the value of late delivered/installed goods.

(3)

----3----

ii. If any delay is for more than 30 days, TSTSL will reserve the right to cancel the order without giving any notice and EMD and Performance Security will be liable for forfeiture.

Maintenance During Warranty Period:

The identified bidders should undertake regular preventive maintenance check once in six months item along with attending service calls for rectification of reported issues. All the issues which are not pertaining to replacement of any part should be resolved within 24 hours. Failure to maintain the items supplied during the Warranty period shall attract a penalty of Rs. 1000/- per item per day and the same shall be recovered from the Performance Bank Guarantee (PBG) submitted or from the payments due from TSTS.

13 After Delivery & installation:

a) TSTSL will conduct AT.

b) TSTSL will also conduct 2nd AT if there are any shortfalls, remarks in the first AT. In this case an amount of Rs 2,000/- per visit per location will be charged to vendor account and same will be deducted from the amount Payable to the vendor.

c)The vendor should visit at least twice in a year after installation during warranty period for preventive Maintenance.

14 Bidding Procedure:

Bids should be submitted in two parts namely, “Technical bid” and “Financial bid on e- procurement website. The bidder should upload all the required formats and documents as mentioned in the tender document.

Technical Bid:

1. Bid Letter Form 2. EMD scanned copy

3. General Information of Bidder along with Address & Contact Person Details Form P1 4. Firm Turnover: Audited balance sheets / CA certificate

5. Service Centers details:

6. Declaration regarding not black listed

7. Form T1 (Technical compliance of offered items)

8. Technical datasheets, certifications, literature etc for the offered items 9. Un-Priced Form - F1

10. PAN card and VAT/Sales Tax certificates 11. Manufacturer Authorization Form (MAF) 12. Bid Document Fee DD

13. Past Experience Details in Form P3 with relevant supporting documents.

14. Any other documents, if any

Financial Bid: The Financial bids of the TQ qualified bidders only shall be opened on eProcurement portal and item wise L1 bidder shall be declared.

15 Bid Evaluation:

The Bid evaluation shall be undertaken by the Evaluation Committee. The bids received on eProcurement portal as on bid closing date & time, shall be opened for evaluation. The bids shall be verified prima-fascia with the tender conditions and if required by the Department, the bidder shall arrange for Technical presentations/demonstration of item to the Committee for each participating item. The Commercial bids of only TQ qualified bidders shall be opened.

16 Other Terms & Conditions

Performance Bank Guarantee (PBG): The Successful L1 bidder should submit PBG for an amount of 10% of the Project Value in the name of “The Managing Director, Telangana State Technology Services” within 1 week from issue of Purchase Order. The PBG should be valid for beyond 30 days post warranty Period for each item.

Contract Agreement: After submission of PBG, the L1 bidder should enter into Contract Agreement.

Warranty: As per the specifications mentioned in this tender document.

(4)

----4----

Variation in Quantities: +/- 25% of the items mentioned in this tender.

Transaction fee: All the participating bidders who submit the bids have to pay an amount

@ 0.03% of their final bid value online with a cap of Rs. 10,000/- for quoted value of purchase up to Rs.50 crores and Rs.25000/- if the purchase value is above Rs.50 crores & service tax applicable @ 14.5% as levied by Govt. of India on transaction fee through online in favour of MD, TSTS. The amount payable is non refundable.

Corpus Fund: Successful bidder has to pay an amount of 0.04% on quoted value through demand draft in favor of Managing Director, TSTSL, Hyderabad towards corpus fund at the time of concluding agreement.

17 Bidders are requested to submit the bids after issue of amendments/clarifications duly considering the changes made if any. Bidders are totally responsible for incorporating/complying the changes/amendments issued if any, before bid submission time & date.

18 Bids shall be submitted online on www.eprocurement.gov.in platform

1. The participating bidders in the tender should register themselves free of cost on e- procurement platform in the website www.eprocurement.gov.in.

2. The bidders who are desirous of participating in e-procurement shall submit their technical bids, price bids as per the standard formats available at the e-market place.

3. The bidders should scan and upload the respective documents in Technical bid documentation as detailed mentioned in bid document including EMD. The bidders shall sign on all the statements, documents certificates uploaded by them, owning responsibility for their correctness/authenticity.

4. The rates should be quoted in online in Indian Rupees only

19 1.After uploading the documents, the copies of the uploaded statements, certificates, documents, original EMD in respect of Bid Security (except the Price bid/offer/break-up of taxes) are to be submitted by the bidder to the O/o The Managing Director, TSTSL , BRKR Bhavan, Hyderabad as and when required.

Failure to furnish any of the uploaded documents, certificates, will entitled in rejection of the bid.

The TSTSL shall not hold any risk on account of any delay. Similarly, if any of the certificates, documents, etc., furnished by the Bidder are found to be false / fabricated/ bogus, the bidder will be disqualified, blacklisted, action will be initiated as deemed fit and the Bid Security will be forfeited.

2. TSTSL will not hold any risk and responsibility regulating non-visibility of the scanned and uploaded documents.

3. The Documents that are uploaded online on e-market place will only be considered for Bid Evaluation.

4.Important Notice to Contractors, Suppliers and Department users

(i)In the endeavor to bring total automation of processes in e-Procurement, the Govt. has issued orders vide G.O.Ms.No. 13 dated. 5.7.2006 permitting integration of electronic Payment Gateway of ICICI/HDFC/Axis Banks with e-Procurement platform, which provides a facility to participating suppliers / contractors to electronically pay the transaction fee online using their credit cards.

20 Note- This tender call is issued on e-procurement market place at www.eprocurement.gov.in. All the terms and conditions are to be read jointly as mentioned in the e-procurement market website and in this document.

21 TSTSL /User Department reserves their right in not considering the bid of a bidder, if such bidder was a previous supplier and had a past bad track record or their earlier performance was unsatisfactory on any count.

22 Incase of parts/equipment to be repaired or replaced are not available, the bidder may use equal or higher models. All compatibility issues are the responsibility of the bidder.

23 1. The bidder should upload all the required documents duly signed by the Authorised person of the bidding Organization with clear visibility, avoid missing documents and avoid bidding mistakes. In such cases, TSTS reserves it’s right in seeking clarification from the bidder and may disqualify the bidder for the bidding mistakes, missing documents and for the documents that are not clear.

2. An undertaking from Supplier is required stating that they would facilitate the Tenderer on

(5)

----5----

regular basis with the technology/product updates and extend support for the warranty and AMC period as well.

3. The price quoted should be valid for a period of one year and the price quote should not be higher than the prevailing market price or the price at which sold for the previous order. If found to be higher, the bidder is liable for legal proceedings & penalties.

4. The quality of the items being supplied by the bidder must adhere to the specifications mentioned and the bidder should submit a compliance statement declaring the matching of the specifications. For each item a quality certificate also to be enclosed along with the bid.

Yours Sincerely, Sd/- I/c General Manager, TSTS

(6)

----6----

Formats for Bidding

Bid Letter Form

(To be submitted in TQ bid) From:

(Registered name and address of the bidder) To:

The Managing Director,

Telangana State Technology Services Limited,

Boorgula Ramakrishna Rao Bhavan, C-block, 1st floor, Tank bund Road, Hyderabad,

PIN: 500 063, Sir,

Having examined the bidding documents and amendments there on, we the undersigned, offer to provide services/execute the works including supply, delivery installation of hardware, firm wares and software as the case may be, in conformity with the terms and conditions of the bidding document and amendments there on, for the following project in response to your tender call no & dated ...

Project title:

We undertake to provide services/execute the above project or its part assigned to us in conformity with the said bidding documents for an amount quoted in financial bid accordance with the schedule of prices attached herewith and coverage options made by TSTSL or its user organization.

If our bid is accepted, we undertake to;

a. provide services/execute the work according to the time schedule specified in the bid document, b. obtain the performance guarantee of a bank in accordance with bid requirements for the due

performance of the contract, and

c. agree to abide by the bid conditions, including pre-bid meeting minutes if any, which remain binding upon us during the entire bid validity period and bid may be accepted any time before the expiration of that period.

We understand that you are not bound to accept the lowest or any bid you may receive, nor to give any reason for the rejection of any bid and that you will not defray any expenses incurred by us in bidding.

Date & Place: Signature of Bidder & Stamp ---

(7)

----7----

Manufacturer Authorization Format

(To be submitted in TQ bid)

To

<< Address of Managing Director, TSTS>>

The authorization should be in the nature of a letter, memorandum or certificate regularly granted by the manufacturer to its channel partners, authorized solution providers, system integrators, distributors, etc. or a specific letter issued for purposes of this bid duly mentioning the item for which MAF is being issued. Such communication should include statements / undertakings from the said manufacturer to the following effect:

Tender Ref. No: _______________________________________Dt:_________

1. Guarantee and warranty coverage in respect of the goods and services manufactured by the said manufacturer shall be honored by that manufacturer, their channel partners, distributors, authorized service centers as the case may be.

2. The manufacturer updates the bidder and their technical personnel with relevant technical literature, training and skill transfer workshops etc. on a regular basis.

3. The manufacturer provides back to back technical support to the said bidder on regular basis.

4. The said bidder is authorized to provide service and solutions using hardware, firmware and / or software as the case may be.

5. The OEM should undertake to provide necessary software, software updates/patches if any for the supplied goods for free of cost.

6. The OEM should also certify that they are not blacklisted by any State/Central Government department/agencies, Public/Private Sector Units.

Note: The letter of authority should be signed by a person competent and having the power of attorney to bind the manufacturer.

(8)

----8----

Form P1 – General Information of the Bidder (To be submitted in TQ bid)

Sl.No Description Supporting Documents with

page nos.

1 Name of the Company/ Firm

2 Date of Incorporation (Registration Number &

Registering Authority) VAT No., CST No., PAN No.

3 Legal Status of the Company in India & Nature of Business in India

Public Ltd Company/ Private/

Partnership firm 4 Address of the Registered Office in India

5 Name & e-mail id, phone number, fax of the Contact Person

Phone:

Fax:

Email 6 Web-Site

7 Financial Turnover in last FY 2 years (Rs.) FY 2015-16:

FY 2014-15:

8 EMD details

Amount:

DD No. & Date Name of the Bank:

Valid up to : 9 Proof of purchase of bid document Receipt No:

Date of purchase:

Date Signature of Bidder & Stamp ---

(9)

----9----

Form P2 - Details of Service Centers in Telangana State (To be submitted in TQ bid)

S.No District Full Address of service center

Contact person with phone No.

No. of support engineers and their details : Name, Qualification and Experience

A B C C D

1 2 3

Date Signature of Bidder & Stamp ---

Form P3-Details of Past Supplies (with reference to the items participated in bid)

(To be submitted in TQ bid)

S.No Department/Client Name

Items supplied to the customer

Qty Supplied

Year of supply

Value of Purchase Order

(Rs.)

A B C D E F

Note: Relevant documentary support to be submitted

Place: Bidder’s signature

Date : Seal

(10)

----10----

Form P4 - Declaration Regarding Clean Track Record (To be submitted in TQ bid)

To

The Managing Director,

Telangana State Technology Services Limited, 1st Floor, C Block, BRKR Bhavan,

Tankbund Road, Hyderabad 500063

Sir,

I have carefully gone through the Terms & Conditions contained in the Tender Document [No. ].

I hereby declare that my company has not been debarred/ black listed as on Bid calling date by any Central or State Government / Quasi Government Departments or Organizations in India for non- satisfactory past performance, corrupt, fraudulent or any other unethical business practices. I further certify that I am competent officer in my company to make this declaration.

Yours faithfully, (Signature of the Bidder)

Name & Designation Seal

Date

Business Address:

---

(11)

----11---- Form T1

Compliance Statement

(Relevant Data Sheets to be submitted) (To be submitted in TQ bid)

# Item & Specifications Qty

(nos)

Compliance/

Remarks Yes/No 01

GENERAL CRIME SCENE INVESTIGATION KIT:

<<Make & Model>>

Contents of the Kit: -

Spray Marking Paint, 350 Gm - 01 no

Barrier & Warning Tape, 75 x 500 Mtr - 01 no Digital Distance Measuring Device - 01 no Laser Light Pen - 01 no

Direction Compass - 01 no

Small Battery Operated UV Light - 01 no Folding Scale - 01 no

Rigid Photo Scales (White) - 01 no Rigid Photo Scales (Grey) - 01 no Large Type Torch - 01 no

Pocket Knife - 01 no

Swiss Knife 21 Functions - 01 no Magnifier (4”mm dia.) - 01 no Vernier Gauge (Digital) - 01 no Scissors - 01 no ; Metal Mirror - 01 no

Magnet (Pen Type) - 01 no ; Set of Forceps - 01 no File - 01 no ; Scalpel - 01 no

Rubber Gloves - 01 no ; Disposal Gloves - 01 no Pack of Assorted Evidence Labels - 01 no Molded Plastic Evidence Containers - 01 no Set of Evidence Bags - 01 no

Fire Tins - 01 no

Dust Mask, Shoe Cover & Head Covers - 10 each Steel Measuring Tape - 01 no

Glass Cutter - 01 no

Ratchet Screwdriver with Assorted Heads - 01 no Electric Test Master Screwdriver - 01 no

Junior Hacksaw - 01 no Pliers - 01 no

Wire Cutter - 01 no

JUMBO CARRYING CASE - 01 no Probe with paint chip cutter – -01 no Large adhesive scale - 06 no

Small adhesive scale -01no

Large adhesive scale L shape ( 6”) Water proof -01no ABFO Scale 6” -01no

02

(12)

----12---- 2

Body Fluid (Blood, Semen and Saliva) Collection Kit:

<<Make & Model>>

Each Kit contains the following Items with Quantities:

- Normal Saline bottle - 100 ml plastic container - 2 nos - Distilled water bottle - 100 ml plastic container - 2 nos - Whatman filter paper - 2"x2" pack of 100 - 5 nos - Sterile Cotton bundle - small size pack - 10 nos - Sterile Gauze Closth - Small Packets - 10 nos - Forceps (set) - 1 small and 1 medium size - 2 nos - Micro pipettes (1 set) - 20µl to 200 µl - 1 no - Micro pipettes - 100 µl to 1000 µl - 1 no - Micro tip bix with tips - 20 µl and 200 µl - 1 no - Micro tip box with tips - 20 µl to 1000 µl - 1 no - Blook Collection tubes - small tubes - 10 nos - Surgical Scissors - Small and Medium size - 2 Nos

- Surgical Spirit 100 ml - 2 Nos , - Cotton buds 100 pack - 1 no - Sterile hand gloves Disposable - 100 pack - 6 Nos

- Hand gloves Latex - 6 pairs - 6 Nos

- Sterile mouth masks Disposable 100 pack - 2 nos.

- Permanent Marker pen set (Blue, Black and Red)-1 no - Paper Envelops Small - 100 pack - 2 Nos

- Glass slides - 10 slides pack - 2 Nos - Watch glasses small (25 ml) - 4 nos

- Spatula small - 2 Nos, - Cavity plates 3x3 cavities - 2 Nos - Benzidine Reagent bottle 50ml - 2 Nos

- Hydrogen peroxide bottle 50 ml - 2 Nos - Luminol Reagent Bottle 50 ml - 2 Nos - Dryer Low air flow - 1 No

Lumiscene tablets – 100 nos per kit with plastic spray head bottle (500 ml)

01

3

Narcotics Detection kit:

<<Make & Model>>

Consists in a color reaction specific for particular narcotic or psychotropic agent, such as amphetamine, and its derivatives, heroine, codeine, morphine, LSD, cannabis drugs (Marijuana, hashish), cocaine, barbiturates, ophedrine, diazepam. The contents of each kit contains the following (no. of tests in bracket):

- General Screening / Heroin (40)

- Mothamphetamine / Amphetamine (05) - Marijuana / Hashish (10)

- Ecstasy (MDMA) (05) - Cocaine / Crack (05) - LSD (05)

- OHB (05) - Ketamine (05)

- Flunitrazepam / Benzodiazepines (05) - Ephodrine (05)

- Barbiturates (10)

01

(13)

----13---- 4

DNA samples collection kit:

<<Make & Model>>

Each Kit contains the following Items with Quantities:

- Blood samples FTA Cards (25 Pack) - 5 Nos

- Acid Phosphotase Reagent 50 ml amber color bottle 2 nos - Normal saline 100 ml plastic container - 1no

- Distilled water 100 ml plastic container - 1 no - Micro pipettes 20 µl to 200 µl Container - 1 Nos

- Micro tips and tip box 20 µl to 200 µl (tips 100 in a box) - 2 Nos - Watch glasses 25ml - 2 Nos

- Spatula small size - 2 Nos

- Scalpel with disposable blade - 2 Nos - Scissor small and medium - 2 Nos

- EDTA coated Glass vials 2 to 5 ml (pack of 25 Nos) : 2 Nos - Micrscopic glass slides 10 pack - 2 Nos

- Cotton gauge roll small pack of 10 nos - 2 Nos - Forceps small - 6 Nos

- Filter paper Wattman fine (2"x2" pkt) - 2 Nos - Hand gloves disposable pack of 100 - 2 Nos - Mouth masks Disposable pack of 100 - 2 Nos - Paper envelops small size pack of 100 - 2 Nos

- Zip lock polyethen covers small and medium each pack of 100 - 2Nos - Cotton buds pack of 100 - 2 Nos

- Sterile cotton bundle small pack - 2 Nos - Permanent Marker Pen - Blue & Red - 2 Nos

.

01

5

Arson and fire debris collection kit:

<<Make & Model>>

Investigation Solid Sampler Kit:

1 - 316M 2.5X Magnifier

1 - 606E Evidence Tape, 1" x 500"

1 - AEC011 Solid Material Evidence Container, 1 Qt 1 - AEC021 Solid Material Evidence Container, 1 Gal

2 - AEC203 Glass Jars with Polypropylene Nozecon Cap, 2 fl oz 6 - AEC205 Test Tubes, Polypropylene, High-Pressure and Vacuum Filtration

6 - AEC206 Filters and Closures 1 - KCP110 5" Scissors

1 - KCP155 7" Steel Blade Spatula 1 - KCP142 12" Spoon

2 - AEC207 Glass jars with Polypropylene Nozecoe Cap, 1 fl oz 1 - KCP138 5" Disposable Scalpel

18 - EIL011 Evidence ID Labels 1 - KCP139 4.75" Plastic Tweezers

2 - KCP137 10cc Syringes with Needles, Disposable 1 - KCP140 Spatula, Stainless, Micro

1 - KCP141 Prober with Blade, Chrome Steel, 6"

6 - ZTE011 Zip-Top Evidence Bags, 4" x 6"

6 - ZTE021 Zip-Top Evidence Bags, 9" x 12"

02

(14)

----14---- 6 - ZTE031 Zip-Top Evidence Bags, 13" x 18"

1 - KCP224 Molded Polypropylene Case

1 - AEC300C Black, Molded Copolymer Carrying Case, Textured with Handle and Molded Inserts

6

Liquid Silicon Plaster Casting Kits for Tyre & Foot impression:

<<Make & Model>>

Each Kit contains the following Items with Quantities:

2 - 634C Liquid Silicone Rubber, 1 lb.

1 - 636C Silicone Rubber Thinner, 16 oz.

2 - TM1 Vials of Catalyst

1 - SRA10 Aerosol Silicone Rubber Release Agent, 4.5 oz.

1 - KCP142 Steel Spoon

1 - KCP155 Spatula, 7", Steel Blade 1 - 642C Flexible Mixing Bowl, 4.25"

1 - 643C Flexible Mixing Bowl, 4.75"

1 - 644C Flexible Mixing Bowl, 5.25"

1 - SP1000 Aerosol Snow Impression Wax, 15 oz.

1 - 638CA Aerosol Dust & Dirt Hardener, 15 oz.

1 - SK900 100'/30m English/Metric Tape Measure 25 - 608E01 Evidence Tags with Ties

1 - KCP200 Surface Brush

1 - FCF100 Adjustable Casting Frame, 7.25" x 12"-18"

1 - Technical Instructions

1 - 640CC Black, Molded Carrying Case with Folding Handle and Locking Latches, 17" x 13" x 7.375"

01

7

XCAT Hand held Detection System for Detection of drugs and GSR:

<<Make & Model>>

Technical Specifications:

CAT- # 19800 XCAT Handheld Detection System

The XCAT is a rapid, portable detection system for explosives, narcotics and gunshot residue. The multifaceted optical detection system allows users to test pills, powders, residue and even liquids found on surfaces and hands. Perfect for trace or bulk detection.

ADVANTAGES:

Narcotics, Explosives, and GSR detection in a single platform

Red-Light/Green-Light result

No interpretation, no color charts, no spraying, no chemical exposure

Rugged for field use

Detection library expandable

Rechargeable Li-ion battery Specifications

Detection Principle Optical Detection

Time to Analyze Narcotics & Explosives: 10-80 sec. GSR: 55-120 sec.

Calibration None required

Power-up Time 20 seconds

Consumables Sampling Cards

Power Source Rechargeable Li-ion battery (car and wall charger)

Battery Life 7 hours (continuous use)

01

(15)

----15----

Operating Temperature Range 32 o F to 120 F (0o C to 49 o C)

Dimensions 3.6" x 1.7" x 6.0" (L x W x H)

Weight Under 1 lb.

Supplied along with following items ( 1 Time supply along with item)

# 19801 XCAT Drug Cartridge, Amphetamines Detection (10pk)

# 19802 XCAT Drug Cartridge, Heroin Detection (10pk)

# 19083 XCAT Drug Cartridge, Cocaine Detection (10pk)

# 19804 XCAT Explosive Cartridge, Nitramines & Nitrates Explosive Detection (10pk)

# 19805 XCAT Explosive Cartridge, Nitroaromatics Explosive Detection (10pk)

# 19806 XCAT Gun Powder Cartridge, Gunshot Residue (10pk) Warranty- 3 year onsite comprehensive warranty.

8

Forensic Light Source:

<< Make & Model>>

To visualize and locate latent (or) invisible physical evidence such as chance prints, dust prints, body fluids and Counterfeit currency, fibers, thereby providing vital leads to the investigators and make probable comparsions, if the suspects are in the vicinity

Rugged portable LED units with one click activation eather proof carry case 4 pairs of goggles: 1 UV protection, 1 yellow, 1 orange, 1 red Viewing shields, 62mm camera filters Additional rechargeable backup batteries and chargers, Battery pack- 10A 450 nm.

Warranty- 1 year onsite comprehensive warranty.

01

Date Signature of Bidder & Stamp

(16)

----16----

Financial Bid Format

Form F1

(Separate Form to be submitted for each Schedule)

# Item Specifications Qty

(nos)

Unit Price (Rs.)

Taxes (Rs.)

Total price with taxes and duties

etc (Rs.)

1 2 3 4 5 6 7

1 GENERAL CRIME SCENE INVESTIGATION KIT

Make & Model:

<< Specify>> 02 2 Body Fluid (Blood, Semen

and Saliva) Collection Kit

Make & Model:

<< Specify>> 01 3 Narcotics Detection kit Make & Model:

<< Specify>> 01 4 DNA samples collection kit Make & Model:

<< Specify>> 01 5 Arson and fire debris

collection kit

Make & Model:

<< Specify>> 02

6

Liquid Silicon Plaster Casting Kits for Tyre &

Foot impression

Make & Model:

<< Specify>> 01

7

XCAT Hand held Detection System for Detection of drugs and GSR

Make & Model:

<< Specify>> 01

8 Forensic Light Source Make & Model:

<< Specify>> 01

Price In Words : ________________________________________________________________________

Note:

a. Delivery & Installation period: 30 Days from the date of receipt of the Purchase Order.

b. The bidders can participate for individual items and item wise L1 cost shall be considered for award of P.O.

Date Signature of Bidder & Stamp

References

Related documents

6. The Bid evaluation shall be undertaken by the Evaluation Committee. The bids received on eProcurement portal as on bid closing date &amp; time, shall be

Report on the Internal Financial Controls under Clause (i) of Sub-section 3 of Section 143 of the C ompanies Act, 2013 (“the Act”) We have audited the internal fi nancial controls

If anything, the current episode of low oil prices holds less promise for a sustained boost to global growth than past episodes of low oil prices since energy exporters entered

10. Vendor has to quote for all items mentioned in the tender. L-1 will be arrived by considering overall total cost of all the items in Schedule. The bid/tender will be rejected

during the warranty period relating to the TSTSL to blacklist the successful bidder 6chrIl/o;.. Successful Bidder shall deliver and install the goods/services within

Corporations such as Coca Cola (through its Replenish Africa Initiative, RAIN, Reckitt Benckiser Group and Procter and Gamble have signalled their willingness to commit

Bidders must submit details of Tender document purchase particulars i.e., Receipt issued against purchase of tender document and EMD in the form of DD drawn after date of tender

INDEPENDENT MONITORING BOARD | RECOMMENDED ACTION.. Rationale: Repeatedly, in field surveys, from front-line polio workers, and in meeting after meeting, it has become clear that