Medical Care |

Medical Care

##SEVER##

/m/mppolice.gov.in1.html

 

Mppolice.gov.in

dk;kZy; lsukuh] gkWdQkslZeq[;ky; Hkksiky Øekad@lsukuh@gkWd@D;w0,e0@423 @14] fnukad 20 @08@14 iqfyl egkfuns'kd e-iz- }kjk fuEukafdr lkexzh ds fy, fuekZrk @iznk;drkZvksa ls eksgjcan fufonk vkekaf=r dh tkrh gS%& dsEkks¶ykbZtMkaxjh Vh&'kVZ ¼jkm.M usd o dkWyj½ 1&lkexzh dh ek=k vko';drkuqlkj deh@o f) dh tk ldrh gSA 2&fufonk fuEukuqlkj jgsxh ¼v½ rduhdh fufonk ¼c½ foRrh; fufonkA 3&izR;sd vkbZVe dh rduhdh ,o afoRrh; fufonk,a vyx&vyx eksgjcan fyQkQs esa jgsxhA 4&fufonk QkeZ ¼nLrkost½ ,oa ekin.M e/;izns'k dh osclkbZMij Hkh miyC/k gS ftls MkmuyksM fd;k tk ldrk gS vFkok lsukuh gkWd QkslZ dk;kZy; Hkksiky ls dk;Z fnol dh vof/k esa fnukad& 05@10@14 ds lk;---17%00cts rdizkIrfd;stkldrsgSAfufonkQkeZ ¼nLrkost½ 'kqYdlsukuhgkWdQkslZdk;kZy; e-iz- Hkksiky ds ukelstksLVsVcSadeq[; 'kk[kkVh-Vh- uxjczkapdksM 1308 Hkksikydks ewyizfrrduhdhfufonk ds lkFklayXudjukgksxkrcghfufonkekU; dh tkosxhA 5&fufonkfnukad 06@10@14 ds vijkUg 12%00 ctsrdLohdkj ¼tek½ dhtkosxhA 6&fufonk tekdjusdhvafrefrFkh o le; ds cknizkIrgksusokyhfufonk, ekU; ugh dh tkosxhA 7&eksgjcanrduhdhfufonk, fnukad& 06@10@14 dksgh 15%00 ctsdk;kZy; lsukuhgkWdQkslZ ¼25oh okfguhbxy usLV½ Hkksikyesa [kksyhtkosaxhAfufonk, [kksystkus ds voljijfufonkdkj ,oa muds izfrfuf/k mifLFkrjgldrsgSA 8&rduhdhlfefr ds le{k lkexzhdkMseksLVªs'kufnukad 15@10@14 le; 1200 ctslsdk;kZy; lsukuhgkWdQkslZ ¼25oh okfguhbxy usLV½ Hkksikyesafu/kkZfjrgSA 9& e/;izns'kHkaMkjdz; fu;eksa ds ikyuesavkjf{kroxZ dh m fe;ksa@QeZ ¼v-tkfr vkSj v0t0tkfr½ tksfdftykO;kikj ,oam ksxdsUnzesaiathd zrgks] gsrqizkFkfedrknhtkosxhAbldsfy;svko';d gSfdQeZesavkjf{kroxZ ds m fe;ksa dh Hkkxhnkjhdk 50 izfr'krizfrHkwfr ¼'ks;j½ dh gdnkjhgksukpkfg;sAbldsfy;smUgsagdnkjhgksusdkizek.k i= layXudjukgksxkA 10&lqj{kkfuf/k tekukdjusijfufonkLohdkj ugh dh tkosxhAlqj{kkfuf/k rduhdhfufonk ds lkFkizLrqrdjukgksxkA lsukuh gkWdQkslZ]eq[;ky; Hkksiky Qksu u0 0755&2671361 Office of The Commandant, Hawk Force, Bhopal (M.P)
NO. PHQ / HAWK/ QM/ 423 /201 Bhopal, Dated 20 /08/2014 TENDER NOTICE
Separate sealed Tender are invited by the Director General of Police from manufactures / suppliers of the following items:-- 1 Tactical Shoes 4 Camouflage Dangari 5 T-Shirt (Round Neck/Collar) 8 Tactical Observation Camera for intervention 10 Rucksack Light 11 optical Reflect Site 12 Thermal Imaging Device 1- Quantity of items can be increased / decreased as per requirement. 2- Each tender bid shall comprise of a. Technical bid b. Commercial bid 3- Technical bids and commercial bids shall be in separate and sealed envelope for 4- Tender forms /specifications of items & terms /condition are available on the website www.mppolice.gov.in. The tender application/terms & conditions can
be downloaded or obtained from the office of the Commandant, HAWK
FORCE, PHQ Bhopal till 5thOctober 2014. At 1700 Hrs. The tender
application form will only be considered when accompanied with Treasury
Challan of Rs.150/-for the item under the
head "0055 Police Miscellaneous Police Receipt "or demand draft of Rs 150/- in favor of the Commandant Hawk
Force Bhopal payable at State Bank of India Main Branch TT Nagar Bhopal
branch Code 1308 Bhopal.
5- Tender will be accepted up to 12:00hrs 6th October 2014.
6- The application received later than the prescribed date and time, will not be
7- Sealed Envelops of bid of the items will be opened at 17:00 hrs. on 6th October
2014.in the Office of the Commandant, Hawk Force[ 25thbn Eagle Nest] Bhopal.
The tenderers or their representative may remain present.
8 - Demonstration of the item will be from 15-10-2014 At 1200 Hrs. in Commandant Office Hawk Force [25thbn Eagle Nest] Bhopal. 9- As per Madhya Pradesh Stores Purchase Rules, 30% preference shall be given to entrapper -nears/Suppliers belonging to SC/ST category of the state who are duly registered with District Trade And Industries Center, (Attach documents in proof of the more than 50% share of SC/ST category in the firm). 10- Tender will not be accepted without earnest money. EMD should be submit with each bid. 11- Tender's shall have to deposit firm registration number and earlier or previous years Sales tax clearance certificate. COMMANDAT
HAWK FORCE H.Q Bhopal
COMMANDANT HAWK FORCE POLICE HEAD QUARTER BHOPAL
SPECIFICATION OF TACTICAL SHOE

1. Synthetic and washable upper.
2. Light weight shoe
3. Weight: under 1. kg.
4. Out sole: Bloom Rubber with composites to reduce weight Abrasion
Resistant Outsole, 5. Size : 6-11 6. Color: black 7. Outer Material Sandwich Mesh, Synthetic, breathable. 8. Inner Material: Breathable fabric, cushioned and of high durability. 9. Heel Height up to 3cm 10.Sockliner: Dual layer 11. Improved Heel Cushioning, Midsole to provide Cushioning 12.Suitable For Running And Sports. 13.1 year warranty --------
COMMANDANT HAWK FORCE POLICE HEAD QUARTERS BHOPAL
SPECIFICATION OF TREK SUIT
1. Must be made of yarn dyed 100% combed cotton. 2. Full suit interlined with soft cotton/mesh net. 3. Having two pocket on shirt & two on pant. 4. Shirt closed with full zip. 5. Both shirt & pant properly elasticized. 6. Pant have double knotting system 7. One year warranty. COMMANDANT HAWK FORCE POLICE HEAD QUARTERS BHOPAL
SPECIFICATION OF MONKEY CAP
1. 100% Cotton, (2 x 40 x 20) 2/1 Twill Fabrics, Digital Print 2. Adjustable ball cap. (Adjusting capacity 19" TO 24") with 3"Crown
3. Hand washable. 4. Hawk mono on all Foreheads Embroidered. 5. Hawk written on rear Velcro adjuster and left corner of Crown sunshade. 6. Ventilated side heads. COMMANDANT HAWK FORCE POLICE HEAD QUARTER BHOPAL
SPECIFICATION OF CAMOUFLAGE DANGRI
1.Cargo Trouser

Cloth for Uniform Trouser: -NYCO fabric cloth ,The cloth should be well
signedCamouflage pattern,digital print.
Fabric:-50% Cotton and 50% nylon(±5%)fabric should
be "Heat set " and fully shrunk.
a. Expandable comfort waist with reinforced waist band
b. Cargo Pocket with Backup Belt System (BBS). Bottom of the pocket to be above
c. Backup belt systems
iLoop sided Velcro to hold back-up weapon, & other equipment ii Double Velcro closure to keep equipment securely in place
iii YKK zippered pocket
d. Action waist band
e.Prym ® snap
f. YKK ® locking zipper
g. Back up button
h. Belt loops with 17 bar tacks
i.Side pockets designed for Access with duty belt
j. Hidden zipper pocket for backup handcuff key
k. Built in flashlight pockets
l. Diamond Gusset crotch - to reallocate stress to broad cloth of fabric

2.Cargo Shirt

Cloth for Uniform Shirt:-NYCO fabric cloth ,The cloth should be well signed.
Camouflage pattern,digital print.
Fabric:-50% Cotton and 50% nylon(±5%)fabric should be
"Heat set " and fully shrunk.
a.Sewn-in professional creases (not glued)
b. Double needle tailoring throughout
c. Triple needle tailoring in every stress point area
d. Thread that has been pre-washed to minimize shrinking faster than fabric
e. Melamine buttons - indestructible against ironing and washing
f. Deep concealment pockets for holding PDA, backup weapon or
documents.
g. Inverted pleats on chest pockets with Velcro closures
h.Built in badge tabs
i. Built in name tabs
j. Built in epaulets
k. Reinforced revers down color & Four button adjustable cuffs
l. Reinforced elbow
m. Armhole vents to stay cool
n. Bi-swing shoulders for full range of motion
COMMANDANT HAWK FORCE POLICE HEAD QUARTERS BHOPAL
SPECIFICATION OF CAMOUFLAGE T-SHIRT
The specifications of the Camouflage Digital Print T shirts both [Round neck, Collar] in L,
XL, and XXL sizes are as follows:
Two types :--
A- With collar
i100% cotton Dry-fit or sweat free Material to keep fabric dry from sweat. ii. Sewn-in professional creases (not glued). iii. Double needle tailoring throughout. iv. Triple needle tailoring in every stress point area. v. Thread - pre-washed to minimize shrinking faster than fabric. vi. Melamine -indestructible against ironing and washing. vii. Hidden twin pockets on left sleeve to accommodate pen and pencil. viii. Concealment pockets on front for mounting wireless radio. B- With Round Neck
i 100% cotton Digital Print Dry-fit or sweat free Material to keep fabric dry from ii. Sewn-in professional creases (not glued). iii. Double needle tailoring throughout. iv. Triple needle tailoring in every stress point area. v. Thread - pre-washed to minimize shrinking faster than fabric. vi. Hidden twin pockets on left sleeve to accommodate pen and pencil. vii. Concealment pockets on front for mounting wireless radio. ----------------------- COMMANDANTHAWKFORCEPOLICEHEADQUARTERS BHOPAL
SPECIFICATION OF RAINSHEET

Specifications
Rain Sheet
Waterproof,
UV resistant, long time's durability
reinforced corners
metallic grommets every 3 feet Waterproof material, for shelter purpose. Can use for truck,car,tent etc. 1- Material: HDPE fabric with both sides LDPE lamination. UV resistant is available. 2- Weight:80gsm - 300gsm 3-4x6;10x10and 12x12 size 4- All color &size can make. 5- Grommets / Sides: All 4 sides at 1 meter intervals in aluminum, Reinforced corner is available with PP rope in hem. 6- Packing: Each in a polybag + Color label, Outer Packing: Bale.carton packing; If roll material use roll packing. 7- Utility: Mainly for emergency / urgent shelter purpose.


COMMANDANT HAWK FORCE POLICE HEAD QUARTERS BHOPAL
SPECIFICATION OF BALACLAVA Lightweight balaclava Cut-away at eye and mouth level One size fits most


COMMANDANT HAWK FORCE POLICE HEAD QUARTER BHOPAL
SPECIFICATION OF TACTICAL CAMERA 1- Ability to observe covertly in HD digital resolution 2- Mini water-proof camera with app. 3 F flexible extended tube 3- Night Vision Range: Min 4 f 4- Waterproof & Dustproof Level: IP67 5- Min 3.5" TFT-LCD wireless monitor with rechargeable Li-battery 6- Rugged, lightweight ergonomic pistol grip design 7- Accessories included: hook, mirror and magnet 8- Min 4Gb Micro SD card 9- wireless monitor can be detached and viewed remotely up to 30 10- Image Sensor: CMOS 11-Approx Resolution : 320 x 240 12- Horizontal View Angle: 50 degree 13-Minimum Illumination: 0 Lux 14-Video/Image Resolution: 960x240 Pixels (AVI Format) 640x480 Pixels (JPEG) 15- Weight/Dimensions- Easy to carry and handle. 16-warranty 3 years on site. COMMANDANT HAWK FORCE POLICE HEAD QUARTERS BHOPAL
SPECIFICATION OFSLEEPING BAG The Sleeping bag must be light weight and can be converted to bivouac, mattress or blanket. The maximum weight Maximum 900±50 grams(light is better) and designed for comfort level up to 3-5 0C. 1-Dimensions: MIN. 7' X 2.5' as sleeping bag MIN. 7' X 5' as quilt or mattress 2-Total cord Pockets: 3-Velcro tapes for tying: 4-Velcro tapes: 5-Dimension of packed sleeping bag: 12" X 20" (dia+5") 6-Weight: Maximum 900±50 grams(light is better) 7- insulation /filling: 100% polyester (preferably micro mixed Containing 1.5D super fine hollow fiber) 50g/m² 8- Shell material 100% nylon 210 T or 100% polyester 210 MSD as per IS 14181 (Part 2): 2002 10-Length of cord: Requirements of disruptive print PU Coated fabric for Sleeping Bag"
Si. No Characteristics
Test Method
Nature of fiber/filament Polyamide (Nylon 6 or AATCC 20: 2010 Nature of coating Picks/dm, Minimum Mass of de-proofed fabric, g/m2 Afterdeck-proofing determine mass as per IS 1964 : 1970 (For de-proofing see Annex-2) Breaking strength Newton (minimum) IS 7016 Pt II:1981 (5 x 20 cm fabric Tearing Strength, Newton (Minimum) IS 7016 Pt III:1981, Colour fastness to Washing IS/ISO 105 C10, C(3) change in colour staining on adjacent fabric Colour fastness to Rubbing Colour fastness to Light Dimensional Change due to relaxation, both directions, percentage, maximum Resistance to accelerated ageing at No sign of cracks, IS: 7016 Pt Viii 70oC±1oC for 168 hrs in hot air wrinkle or flaking circulating oven should be observed Resistance to low temperature {(- There should be no )30±2o C} for 6 hours change in the fabric appearance, cracking Resistance to damage by flexing No Sign of cracks, IS: 7016 Pt. IV: :1987 (after 100,000 cycle) softening or signs of brittleness should be observed pH value of aqueous extract IS 1390:1983 (Cold Water repellency (face side Spray rating Min. 100 Hydrostatic Pressure Head Test No percolation of IS : 7016 ( Pt. VII-A2 ) (Water Column Height at 60 cmfor 60 water through the min.) (face side uncoated) wetting of the outer surface Bundesmann-Shower (Test face side-uncoated) Amount of water absorption specification to the Amount of water penetration, ml Wetting of inner Surface Moisture Vapors Transmission, 2.0 mg/cm²/hour ASTM E 96/E 96M-05 Temp.(32±2)°C, RH:50±2%(Upright method), Air velocity: 0.02 - 0.3m/sec) Bending length, cm (Maximum) Separation of Polyurethane (PU) On fraying threads in warp and weft directions to 5 mm after cutting the fabric from any portion, there shall not be a continuous PU film on the areas where from where the threads have been Removed. WR polyester OG/Black Si. No Characteristics
Test Method
1. Nature of fiber/filament
IS 667-1981 & IS 3. Thread density/dm
5. Tensile strength N
Micro hollow fiber Lock stitch shall be employed to assemble components of " Sleeping Bag". In the case of Lock stitch, four stitches per cm shall be employed wherever stitching has to be carried out. The stitching shall be done with even tension and all loose ends shall be securely fastened off. Polyamide sewing thread of green shade confirming variety no. L2 of IS: 4229: 1992, RA 2003 shall be used. All stitches must be sealed with SMP (Sylil modified polymer) compound of grey colour only not with seal tapes or any other material to prevent water entering through stitch holes. COMMANDANT HAWK FORCE POLICE HEAD QUARTER BHOPAL
SPECIFICATION OF RUCKSACK LIGHT
30L Canvas combat and tactical rucksack. Designed to carry ammunition, radio equipment. Rugged and durable material. Over flow compartment in the front with zip. All Zips to have flaps. Belts with buckles. one 5 mm closed shell foam insulated hydration compartment in the rear Two additional compartments. 10) Handle at top 11) Back part with designed to hold hydration pack (2Lt.) and an in line filter with Insulated foam, strength sheet, re enforcement. 12) size: 500 mm x 450 mm x 350 mm (Approx) 13) Air mesh on back panel and under side to shoulder harness 14) Gusset, shoulder harness, top side. 15) Stitching re enforcement at bottom part and sides, 210 D nylon lining. 16) Camouflage color. COMMANDANT HAWK FORCE POLICE HEAD QUARTERS BHOPAL
SPECIFICATION OF OPTICAL REFLEX SIGHT

Features:

 IR Dot Reflex sight  DOT Laser FixedW/Pressure switch Wire  Cleaning Pad  Batteries for sight and laser.  Universal mounting rail for AK 47 and INSAS rifles. Specifications:
4 different Reticles MOA, Dot, Cross Hairs, etc (see Image of Box)
Magnification : 1x
Maximum Field of View 15.8m @ 100m
Eye Relief : Unlimited
Built in picatinny mount for 20-21mm standard rails to that can be mounted on AK47
or INSAS. If breach cover needs to be provided it shall be provided.
Shock Proof Design to hold sight alignment.
Fog resistant
Anti-Glare coating
This IR dot sight can be used from 0 to infinity. Extremely accurate for its minute size,
dual layers of glass used together to create precision optics.
Specifications for Sight mark Laser Dual Shot Sight
Laser Wavelength (nm) Laser w/A Working Life > 5000 hrs 3 x AG 13 or Equivalent, 4.5 – 5 V Battery Life (hours) Push On/Off End Cap Aircraft Grade Aluminum Recoil Withstanding
Features

 IRLaser Parallel to Sight  Precision Accuracy both for IR laser as well as optical vision  Reliable and Durable  Wide Field of View  Quick Target Acquisition  Parallax Corrected  Built-in Mount  Adjustable reticle brightness  unlimited eye relief  Water resistant shock proof  Rubber Lens Cap  Adjustment Tools  Head-Up, both eyes open aiming for greater target ID.  Change reticule quickly and easily by turning the reticule knob, the point of impact should not change.  Allen head screw type windage and elevation click adjustments, with 1 MOA per click, with locking screw.  Low power consumption for long battery life  Warranty : 3 years COMMANDANT HAWK FORCE POLICE HEAD QUARTERS BHOPAL
SPECIFICATION OF THERMAL IMAGING DEVICE
Portable thermal imaging camera ruggedly built, allowing for the survival of accidental drops and underwater submersion to 9 ft. lightweight, simple to use, operating for 2 hours on standard batteries. Completely unaffected by bright lights, flares, and shadows.Detecting human activity from more than 1,000 ft away.  Designed to withstand 6ft (2m) drop to concrete  Advanced technology made more affordable  Detects human activity from more than 1000 ft (300m) away. Pixel Count (Resolution) 100 x 80 sponder and security operations. Spectral Response Thermal Sensitivity DetectionRange, ft (m) Up to 1000 (305) Contrast / Brightness Infrared Polarity Lens Focal Length, mm Minimum Focus Distance, ft(m) Standard batteries can be swapped with Li-ion rechargeable ones. Both types of batteries with charger with extra set of batteries to be provided. Standard Kit
 Neck strap  Wrist strap  User Manual  Batteries and chargers  FRP Hard caring case CHECK LIST
[TO be submitted with first page in Technical Bid Compulsory]
Name:-
Name of Item:-

S.NO. DESCRIPTION Certificate Date Challn/DD No. [Tender Acceptance of all terms &Conditions of the Tender Separate Technical Bid & certificate with copy of I.T. Returns Authorization/OEM cert. SSI/NSIC/DGS & D Reg. certificate for exemption Pervious Supply order Spec. compliance sheet
SEAL AND SIGNATURE
HAWK FORCE, MADHYA PRADESH, BHOPAL
Tender application Form

( TO BE FILLED UP BY THE TENDRER )

1. Name & full address of the firm 2. Registered office with address (Copy of registration certificate of firm may be enclosed) 3. Income tax PAN no 4. Sales tax registration number and Sale Tax Clearance Certificate of last financial year 5. Whether proprietorship / limited company or private ltd. 6. If single proprietor, name and address of the proprietor 7. If partnership firm name and address of the partner. 8. If private Ltd or public company, then name and address 9. Whether you have any shop or establishment in M.P. if so detail address of the same. Name and address of the persons who will represent the firm while dealing with the police headquarters. Turnover for the last three years. Supplies to government departments in last financial year. Signature of the
tenderer with seal
HAWK FORCE, MADHYA PRADESH, BHOPAL
NO. PHQ / HAWK/ QM/ 423 /2014 Bhopal, Dated 20 /08/2014
TENDER APPLICATION FORM

(i) Tender for supply of ---------------------------------------------------------------------- (ii) (Mention the name of the articles for which the tender is submitted) (iii)Name and full address of the firm submitting the tender. (iv) Addressed to :- The Director General of Police Madhya Pradesh, Bhopal. (v) Reference:- This is with reference to tender No Date (vi) Tender fee amounting to Rs.150/- (One hundred Fifty)only has been deposited vide Bank Challan No. We agree to abide by all conditions mentioned in Tender Notice NO. PHQ / HAWK/ QM/ 423 /2014 Bhopal, Dated 20 /08/2014 specified by the Director General of Police, Madhya Pradesh, Bhopal and also in the general terms and conditions as annexed with the said Tender Notice and as given in the attached sheets, all the pages of which have been signed in the margin by us in token of our acceptance of the terms and conditions therein. Our rates for the supply ………………………………………are as under:- (Mention the name of the article and its Quantity of which tender is submitted. Rate quoted should be in figures as well as in words) a. b. (ix) We further agree to deliver abovementioned stores within a period of sixty days from the date of receipt of the firm order. (x) We confirm the rates quoted above are valid up to one year from the date of submission (xi) Draft No………………….Dated……………………for Rs……….(in words Rs ………………………………………………………) in favor of The Commandant, Hawk Force, Bhopal on ----------------------- Mention the name of Bank) is enclosed herewith to cover Earnest money shown in the tender notification published in various newspapers and www.mppolice.gov.in Signature of proprietor/Manager Representative of the firm on behalf of the firm giving tender HAWK FORCE, MADHYA PRADESH, BHOPAL
GENERAL TERMS AND CONDITIONS OF TENDER

Tenderer(s) shall submit Sales Tax Registration Certificate Number and last financial year's(31-03-2013)Sale/Value added Tax Clearance Certificatefrom the concerned assessing authority, along with the tender, without which the tender may not be considered. 1.
Each tender bid shall comprise of a. Technical bid b. Commercial bid 2.
Technical bids and Commercial bids shall be in separate and sealed envelopes addressed to The Director General of Police, Madhya Pradesh, Bhopal and super-inscribed "Technical bid: to be opened by addressee only" and "Commercial bid: to be opened by addressee only" on the top of the envelopes containing the tender. The word "Tender For (mention the name of the article for which the tender is submitted)" should be super-inscribed. On the left side near the lower corner of the envelope, the address of the tenderers should be written.
3.
The rate / unit must not under any circumstances be altered and the rates must be entered in words as well as in figures. 4.
The tender will remain valid for the acceptance in the financial year for which it has been invited. Conditional tender will not be entertained 5.
Item wise two samples only, securely labeled, must be submitted to police headquarters by the tenderer along with the tender. Samples in respect of each item shall be submitted in separate packets. The samples of successful tenderer will be not returned. Samples of the items whose cost is more than Rs.10,000 (Rs Ten thousand only)
need not be submitted. Instead presentation/demonstration of these items may be
required at a date and place as intimated for this purpose.

Additional samples as required shall be provided if destructive test is to be performed. The Director General of Police, MP or his duly authorized representative may call for technical demonstration of items instead of asking for samples. The commercial bid shall be assessed only after found suitable in technical demonstration. The tenderer shall be deemed to have carefully examined the condition / specifications etc. of the goods to be supplied. If he has any doubt to the meaning of any portion of these conditions, he shall before submitting his tender / quotation refer to the Director General of Police, M. P. Bhopal and get clarification. The quantities shown in the tender notice are approximate and can be increased / decreased as per requirement. The supplies shall be made according to the requirements of the department. Tenderer shall not assign or sublet his contract or any part there of to any other agency. Technical bid of each tender must be accompanied by an earnest money deposit of
3% of the total cost of the intended supply as per rates quoted in the tender. Earnest
money has to be deposited for each item separately by means of Bank Drafts /Deposit
Receipts in favor of The Commandant, Hawk Force, PHQ, and Bhopal. The earnest
money shall remain deposited in the office of the Commandant, Hawk Force, PHQ,
Bhopal till the final decision on the tenders received is taken by the Commandant, Hawk Force PHQ, Bhopal. The police department on such security amount will pay no interest. Cheque will not be accepted. No adjustment of earnest money out of pending bills amount will be allowed. The tenders received without earnest money or with less than prescribed earnest money will not be considered. After the final decision of the tenders the earnest money of tenderers whose tenders have not been accepted, shall be refunded. The earnest money of those tenderers whose tenders have been accepted shall be treated as security. The successful tenderer should also deposit additional 7 % of the total cost of items, within 15 days of receipt of supply order thus deposited; total 10% of the cost of items shall be treated as security deposit against supply order. All goods / materials supplied shall be new and of best quality in every respect and as per the standards of the sample wherever applicable. The Director General of Police reserves the power to relax or exempt any of the conditions of the tender for the reasons recorded for granting such exemption/relaxation. In case goods other than those of the approved quality, make or size are supplied, they will be rejected and will have to be replaced within the period prescribed for the completion of the order by the supplier without extra cost. Any expenses or loss caused to suppliers as a result of rejection or replacement of supplies shall be entirely at the tenderer's cost. Any loss caused to the department or any expenses incurred by the department in this shall be recoverable from the tenderer. The rejected articles must be removed by the tenderer within 15 days of the date of information of rejection. The In-charge Stores will be responsible for any loss, damage and shortage that may occur to them while they are in the premises of police Stores, Bhopal for the stipulated time. If tenderer does not remove rejected articles within 15 days of rejection, tenderer will be responsible for any loss, damage and shortage to such rejected articles. Further, a demurrage charge shall be calculated and paid - similar to the penalty clauses, on the cumulative value of the goods rejected and on a period calculated from the date of the letter intimating the rejection of sub-standard goods supplied. Failure of the supplier to collect the rejected goods within six months from the date of intimation thereof, would render such goods liable for forfeiture, and the department shall be free to dispose of such goods in the manner deemed fit by the Director General of Police, MP The Director General of Police, MP Bhopal or his duly authorized representative shall have at all reasonable time access to the supplier's premises and shall have the power at all reasonable time to inspect and examine the materials and workmanship of goods. The tenderer shall invariably furnish complete address of the premises of his office, godown and workshop, together with full name and address of the person who is to be contacted, for the purpose where inspection can be held. The tenderer shall be responsible for the proper packing of the goods so as to avoid damages under normal conditions of transport by sea, rail, road or air and for delivery of the material in good conditions to the consignee at destination. In the event of any loss, damage, breakage, leakage or any shortage tenderer shall be liable to make good of such loss and shortage found at the time of checking/inspection of the materials by the consignee, No extra cost on such account shall be admissible to him. All rates quoted in the tender must be based on free delivery in good condition, securely packed and F.O.R. destination being office of the Commandant, Hawk Force[ 25thbn Eagle Nest] , Bhopal or various units in the state. The rates should be inclusive of all taxes. In case of local suppliers also the rates all taxes and no cartage of charges for transportation will be paid by the Governmentand the delivery of goods shall have to be given at the office of the Commandant, Hawk Force[ 25thbn Eagle Nest] , Bhopal during working hours. The supplier shall be required to bear all risks of loss, leakage or damage and shall deliver the goods in good condition to consignees at the destination mentioned in the order. The successful tenderer shall arrange supplies of goods - in the specific terms and conditions of the supplies and at the place of destination, within 90 days from the date of placing the order. The date of placing the order shall be the date of dispatch of order or the delivery thereof to the tenderer when such order is being delivered through some person. This condition will apply to LUN and other government agencies as well. In case of repeat purchase order the supply period will be 45 days. If the supplier firm fails to supply goods within stipulated delivery period then the supplier order stands cancelled and the security deposit shall be forfeited by the department. In addition the supplier firm shall be blacklisted for a definite period to be decided by the department, during which no supply order would be given to the blacklisted firm by the police department. If the supplier firm applies for the extension of the delivery period, the extension could be granted on valid grounds only once and maximum up to 30 days. After the expiry of the stipulated delivery period, which includes delivery extension period if any, the supplier shall be liable to pay the penalty – which shall be deducted from the payment due to him at the rate of 0.25% of the total amount per week. If the supplier firm fails to supply all the items within stipulated delivery period then the supplier order stands cancelled for the remaining items and the security deposit shall be forfeited by the department. In addition the supplier firm shall be blacklisted for a definite period to be decided by the department, during which no supply order would be given to the blacklisted firm by the police department Payments would be made only after the receipt of all the items ordered in the supply order. In cases where part supply has been made and the supply order for the remaining items has been cancelled, payment would be made for the supplied items after deducting the penalty as 5% of the value of the non-supplied items .After the expiry of the stipulated delivery period, which include extension period if any, no item shall be accepted by the department under any circumstances. If the goods are supplied after the stipulated date then for the purpose of computing penalty the week shall be counted as if the supply was made on the last day of that week. For example, if the supply of goods is made after the delay of 06 weeks and 4 days then the penalty shall be computed for 07 weeks of delay, i.e., 1.75 % of the total cost. If the tenderer is unable to complete the supply or fails to comply with the terms and conditions of the tender within the specified or extended period, the DGP, MP shall be at liberty to arrange supply either through re-tender or otherwise. The Director General of Police may give 7 days' notice in writing to the approved supplier to complete the supplies or make good the failure, neglect or contravention complained of which the contractor fail to comply with the notice within 7 days of the date of the service there of, and if the the Director General of Police thinks fit, he may direct the supplier to make good the loss sustained or any expenditure incurred by the Government in arranging the suppliers through any other agency. He may also use the earnest money / security deposit of the contractor to make good such a loss. The supply period and penalty on purchase order of imported/ foreign goods will be imposed and decided based on the facts & circumstances and nature of the goods. The Director General of Police reserves the right to take the final decision. The goods shall be delivered at the destination in perfect condition. The supplier if so desires, may insure the valuable goods against loss by theft, destruction or damage by fire, flood undue exposure to weather or otherwise. The expenditure thereon shall be borne by the supplier. The supplier shall bear commission charges on remittances made in settlement of their Rate for all articles having difference in size should be quoted as size wise rates. The contract of supply can be repudiated at any time if the supplies are not made to the satisfaction of the Director General of Police, MP. The tender should be filled in with ink or typed. No tender filled in by pencil or otherwise shall be considered. No additions and alterations should be made in the tender. No over writing should be done. Corrections if any, should be done clearly and initialed. The tenderer should sign the tender form copy, of the general terms and conditions at each page and at the end in token of the acceptance of all the terms and conditions of the tender. M.P. Laugh Udyog Nigam Ltd. and the Small Scale Industries registered with the Director of Industries, MP or with the D.G.S.&D., and which are exempted from payment of earnest money/ Security deposit under the explicit order(s) of the government, tenders from such units whose competency is certified by the Director of Industries, MP or D.G.S.& D. can therefore be accepted without security deposit and can be eligible for price preference as may be prescribed by the State Government of MP, from time to time. In such case a competency certificate issued by the Director of Industries, MP or D.G.S.& D. valid for the period of tender must accompany the tender in support of each item. No exemption from depositing earnest money shall be granted to any Firm which is not registered with Commissioner Industries of Madhya Pradesh or DGS&D for that purpose. Tender form shall be obtained from the office of the Commandant, HAWK FORCE, Bhopal and used for each item by depositing a tender fee of Rs. 150/- by challan under Head 0055-Police Miscellaneous-Police receipt in any State Bank of India in M. P. Tender form can also be obtained by downloading from the website. The successful tenderer shall execute an agreement on a non-judicial stamp of Rs.100/- or of such value as may be prescribed by the law on the subject for contract deeds in the prescribed form, within 15 days from the date he is informed of the acceptance of his tender for the due performance of the contract. In case of failure of the execution of agreement within the specified period, the order shall be liable to be cancelled. The expenses on completion and stamping the agreement shall be borne by the supplier who shall furnish free of charge one copy of the agreement duly executed and stamped to the Director General of Police, M.P., the other copy should be without non judicial stamp. No advance payment shall be made except in very rare and special cases for which reasons shall be recorded. Payment shall be due and payable by the Director General of Police, MP, Bhopal on behalf the Governor only when the supplied quantity has been delivered, inspected and accepted by the stores inspection committee appointed by the Commandant, Hawk Force[ 25thbn Eagle Nest] , Bhopal. and certificate of having done so is recorded by the committee. In case of disputed items 10 to 25 % of the amount shall be withheld and shall be paid on settlement of the dispute items of the award granted progressive payments if agreed to, will be made according to the terms entered in the agreements. Upon breach of any of the General Terms and Conditions of contract and breach of the agreement by the supplier it will be lawful for the department to forfeit the Earnest money/ Security Deposit in whole or part, or impose such penalty as deemed fit and recover the same from the Security Deposit or from any other payment to be made to the supplier or in any other manner as the deemed fit by the department, but without prejudice to right of the department to recover any further sum of money as damages from the supplier. Direct or indirect canvassing on the part of tenderers or their representatives will disqualify their tenders. The Director General of Police, MP, Bhopal reserves the right to accept any tender, not necessarily the lowest tenders and reject any tender, not necessarily the lowest tenders and reject any tender without assigning any reasons thereof. Orders can be placed for the whole or part of the quantity or article for at the discretion of the Director General of Police, MP, Bhopal. Neither Railway Receipt will be accepted by VPP nor the Railway Receipt which is freight to pay will be accepted. In case of any dispute, the arbitration shall rest with. The D.G.P. or any authority nominated by him. The decision of the Director General of Police shall be binding upon the tenderer. Seal and signature of proprietor/ Manager Representative of the firm On behalf of the firm giving tender

Source: http://mppolice.gov.in/Dynamic/Mstr_ShowTender.aspx?photo=30ee9411-bf41-4bb3-823a-fef765d790cf

nema.go.ke

Environmental Impacts Assessment (EIA - Study Report) Sequential Aerosol Technique Applications (SAT Application) Meru Conservation Area Ministry Of Livestock Development Kenya Tsetse and Trypanosomiasis Eradication Council Joseph M. Maitima PhD NEMA Lead Expert Reg. No. 2815 P.O Box 50901-00200 Nairobi Tel: 0733 255 739 Vincent Owino Oduor Company registration No. 1541

iuct-oncopole.fr

Les anticancéreux oraux Un regard différent N°8 Septembre 2014 Avec ce nouveau numéro d'Onco News, toute la CAHPP se joint à moi pour vous souhaiter une excellente rentrée 2014. Dans cette lettre en Cancérologie, la CAHPP réaffirme son rôle de centrale de conseil et de référencement souhaitant apporter son expertise en matière d'optimisation des achats et des