SUPERINTENDENT OF POLICE(HQ) INDORE Tender Notice

SUPERINTENDENT OF POLICE(HQ)
INDORE
NO. SP/Hq/Ind/146 /14
Dated 20/11 / 14
Tender Notice
Sealed Tenders are invited by the Superintendent of Police(HQ), Indore
from manufactures / suppliers of the following items :S.No.
LIST OF ITEMS
1
Helmet
2
3
PA System
Server
1.
2.
Quantity
350
02
01
Quantity of items can be increased / decreased as per requirement.
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 each item.
4.
Tender forms /specifications of items & terms /condition are available on the
website www.mppolice.gov.in
and www.indorepolice.org .The tender
application can be downloaded or obtained from the office of the the
Superintendent of Police(HQ), Indore up to 29/11/2014 at 1300 hours. The
tender application form will only be considered when accompanied with
Treasury Challan of Rs.100/- for the each item under the head "0055 Police
Miscellaneous Police Receipt" OR Demand Draft of Rs. 100/- for the each
item in favor of the the Superintendent of Police(HQ), Indore payable at SBI
Branch code 30426 Khatiwala Tank Indore
5.
Tender will be accepted up to 1700 hours on 29/11/2014
6.
The application received later than the prescribed date and time, will not be
considered.
1|Page
7.
Sealed Envelops of Technical bid of the items will be opened on 01/12/2014
at 12.00 hrs in the office of the Superintendent of Police(HQ), Indore. The
Bidders or their representative may remain present.
8.
Demonstration Programme :-
Demonstration of the items will be on 01/012/2014 in the office of
the
Superintendent of Police(HQ), Indore
9.
As per Madhya Pradesh Stores Purchase Rules, 30% preference shall be
given to entrepreneurs/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
submitted with technical bid.
Superintendent of Police(HQ),
Indore
2|Page
iqfyl v/kh{kd ¼eq[;ky;½ ftyk bankSj
dzekad %&
iqvba@eq[;k@146/14
fnukad %& 20@11@14
fuZfonk lwpuk
iqfyl v/kh{kd ¼eq[;ky;½ bankSj }kjk fuEukafdr lkexzh ds fy;s fuekZrk@iznk;drkZvksa ls
eksgjcan fufonk,a vkeaf=r dh tkrh gS %&
S.No.
LIST OF ITEMS
1
Helmet
2
3
PA System
Server
Quantity
350
02
01
¼1½
lkexzh dh ek=k esa vko';drkuqlkj deh@o`f) dh tk ldrh gS A
¼2½
fufonk fuEukuqlkj jgsxh%&
¼v½ rduhdh fufonk
¼c½ foRrh; fufonk
¼3½
izR;sd vk;Ve dh rduhdh ,oa foRrh; fufonk,a vyx&vyx eksgjcan fyQkQs esa jgsxh A
¼4½
fufonk QkeZ ¼nLrkost½ ,oa ekin.M e/;izns'k iqfyl dh osclkbV www.mppolice.gov.in ,oa
www.indorepolice.org ij Hkh miyC/k gS] ftls Mkmu yksM fd;k tk ldrk gS vFkok iqfyl v/kh{kd
¼eq[;ky;½ ftyk bankSj ds dk;kZy; ls dk;Z fnol dh vof/k esa fnukad 29/11/2014 ds
13-00 cts rd izkIr fd;s tk ldrs gSA fufonk QkeZ ¼nLrkost½ vkfn gsrq :i;s 100@& izfr vk;Ve]
dk Vsªtjh pkyku ys[kk 'kh"kZ ^^0055 iqfyl felysfu;l iqfyl fjlhIV** esa vFkok :i;s 100@& izfr
vk;Ve dk fMekaM MªkQ~V crkSj fufonk 'kqYd iqfyl v/kh{kd ¼eq[;ky;½ ftyk bankSj ds uke ls] tks LVsV
cSad vkWQ bafM;k czkap dksM 30426 [kkrhokyk Vsad bankSj esa ns; gksxk] vko';d :i ls tek djuk gksxk
rFkk pkyku QkeZ@fMekaM MªkQ~V dh ewy izfr rduhdh fufonk ds lkFk layXu djuk gksxk] rc gh
fufonk ekU; dh tkosxh A
¼5½
fufonk,a fnukad 29@11@2014 ds vijkUg 17-00 cts rd Lohdkj ¼tek½ dh tkosxh A
¼6½
fufonk tek djus dh vafre frfFk o le; ds ckn izkIr gksus okyh fufonk,a ekU; ugha dh
tkosxhA
3|Page
¼7½
eksgjcan rduhdh fufonk,a fnukad 01@12@2014 dks 12-00 cts iqfyl v/kh{kd ¼eq[;ky;½
ftyk bankSj dk;kZy; esa [kksyh tkosxhA fufonk,a [kksyus ds volj ij fufonkdkj ,oa muds izfrfuf/k
mifLFkr jg ldrs gS A
¼8½
rdfudh lfefr ds le{k lkexzh dk fMekULVªs'ku %&
rdfudh lfefr ds le{k lkexzh dk fMekULVªs'ku fnukad 01@12@2014 dks iqfyl v/kh{kd
¼eq[;ky;½ ftyk bankSj dk;kZy; essa fu/kkZfjr gSA
¼9½
e/;izns'k Hk.Mkj Ø; fu;eksa ds ikyu esa vkjf{kr oxZ dh m|fe;ks@
a QesZ ¼vuwlfpr tkfr vkSj
vuqlwfpr tu tkfr½ tks fd ftyk O;kikj ,oa m|ksx dsUnz easa iathd`r gksa] mUgsa 30 izfr'kr lkexzh ds
iznk; gsrq izkFkfedrk nh tkosxhA blds fy;s vko';d gS fd QeZ easa vkjf{kr oxZ ds m|fe;ksa dh
Hkkxhnkjh dk 50 izfr'kr izfrHkwfr ¼'ks;j½ dh gdnkjh gksuh pkfg;sA blds fy;s mUgsa gdnkjh gksus dk
izek.k&i= layXu djuk gksxk A
¼10½ lqj{kk fuf/k tek u djus ij fufonk Lohdkj ugha dh tkosxhA lqj{kk fuf/k rdfudh fufonk ds
lkFk izLrqr djuk gksxk A
iqfyl v/kh{kd ¼eq[;ky;½
ftyk bankSj
4|Page
Check List
(To be submitted with First Page in Technical Bid Compulsory)
Name of Firm :
Name of Item :
Description
S.
No
.
1 Tin No.
2
3
4
5
6
7
8
9
10
12
13
15
Details
Page No.
Firm's Registration &
Certificate Date
EMD
Challan/DD No.
(Tender Fee)
Acceptance of all terms
& Conditions of the
Tender
Tender Form
Separate Technical Bid
& Commercial Bid
Income Tax clearance
certificate with copy of
I..T. Returns
PAN Number
Sale Tax Clearance
Certificate
Authorisation /OEM
Cert. of the item
SSI/NSIC/DGS & D
Reg. certificate for
exemption
Spec. Compliance
Sheet
Seal and signature
5|Page
SUPERINTENDENT OF POLICE( HEAD QUARTER), INDORE
ANNEXURE "B"
Tender Notice
No.
(ii)
(
) Indore, Dt.
TENDER FORM
Tender for supply of ------------------------------------------------------------------------(Mention the name of the articles for which the tender is submitted)
Name and full address of the Firm submitting the tender.
(iii)
Address to :- The SUPERINTENDENT OF POLICE( HEAD QUARTER), INDORE
(iv)
Reference :- This is with reference to tender No. ………….. Date …………
(v)
Tender fee amounting to Rs.100/-(hundred) only has been deposited vide Challan/DD
No.…….
(i)
Date ………………
(vi)
We agree to abide by all conditions mentioned in Tender Notice No. …………
Specific by the The SUPERINTENDENT OF POLICE( HEAD QUARTER), INDORE and also the
General Terms and conditions as annexed with said Tender Notice and as given in the
attached sheets, all the pages of which have been signed in the margin by us in tokens of
our acceptance of the terms and conditions, therein.
(vii)
Our rates for the supply/ FOB of …………………………… 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 words. Rates of the articles should be shown in financial bid
only not in technical bid.)
1.
2.
3
(viii) We further agree to deliver mentioned stores within a period of ………… days
from the date of the receipt of firm order.
(ix)We confirm the rates quoted above are valid up to one year from the date of submission
of tender.
(x) Draft No. ……………….. Dated ……………for Rs. ……………(in words
Rs.....................................) favor of the The SUPERINTENDENT OF POLICE( HEAD
QUARTER), INDORE on -------------- (Mention the name of the bank) is enclosed herewith to
cover earnest money shown in the Tender notification published in various news papers
and www.mpolice.gov.in .
Date :
Place
Signature of the Proprietor/Manager of firm
6|Page
SUPERINTENDENT OF POLICE( HEAD QUARTER), INDORE
Tender application form
(To be filled up by the Bidder)
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
Tin No.
5
Sales tax Clearance Certificate of last financial year
6
Weather proprietorship / limited company or pvt. ltd. or
partnership
7
If Single Proprietor, Name & Address of the Proprietor.
8
If Partnership Firm, Name & Address of the Partner.
9
If Private limited or Public company, then name & Address
of directors.
10
Whether you have any shop or establishment in M.P. If so
detailed Addresses of the same.
11
Name & Addresses of the persons who will face represent
the firm while dealing with the Police Department.
SIGNATURE OF THE BIDDER WITH SEAL
7|Page
SUPERINTENDENT OF POLICE( HEAD QUARTER), INDORE
GENERAL TERMS AND CONDITIONS OF TENDER
1. Bidder(s) shall submit firm Registration number & certificate, Sales Tax Registration Certificate
Number, TIN Number and previous Sale Tax Clearance Certificate / no dues certificate of value
added tax from the concerned assessing authority, Income Tax return & PAN Number, along with
the tender, without which the tender may not be considered.
2. Each tender bid shall comprise of
1 Technical bid
2 Commercial bid
3. Technical bids and Commercial bids shall be in separate and sealed envelopes for each item,
addressed to The Superintendent of Police(HQ), Indore 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 tenders should be written.
4. Tender form shall be obtained from the office of The SUPERINTENDENT OF POLICE( HEAD
QUARTER), INDORE and used for the item by depositing a tender fee of Rs. 100/- for the each item
by challan under the Head 0055-Police Miscellaneous-Police receipt in any State Bank of India in
M.P.OR by Demand Draft of Rs. 100/- for the each item in favor of SUPERINTENDENT OF POLICE
(HEAD QUARTER), INDORE payable at SBI Branch Code 30426 Khatiwala Tank Indore Tender
form can also be obtained by downloading from the www.mppolice.gov.in
or
www.indorepolice.org website.
5. The rate / unit must not be altered under any circumstances and the rates must be entered in
words as well as in figures.
6. The tender shall remain valid for the acceptance only in the financial year for which it has been
invited. Conditional tender shall not be entertained.
7. All rates quoted in the tender must be based on free delivery in good condition, securely packed
and F.O.R. destination being Stores, SUPERINTENDENT OF POLICE( HEAD QUARTER), INDORE . The
rates should be inclusive of all taxes (taxes & duties should be shown separately). In case of local
suppliers no cartage shall be paid by the Government and the delivery of goods shall have to be
given at the premises of the Stores, SUPERINTENDENT OF POLICE( HEAD QUARTER), INDORE 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 the consignee at the destination mentioned in the order.
8. Rate for all articles having difference in size should be quoted as size wise rates. If the rate
varies on the basis of make, model & platform should be clearly quoted separately.
9. The tender should be filled in ink or typed. No tender filled in pencil or otherwise shall not 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.
8|Page
10. The Bidder should sign the tender form, copy of the general terms and conditions at each page
and also at the end in token of the acceptance of all the terms and conditions of the tender and
specification also.
11. Rates of Goods/Items must be mentioned only in Indian Currency. Department shall not be
responsible for any variation in the rates of foreign currency vis-a vis Indian currency. No
correspondence in this regard will be entertained.
12. Technical bid should include information related to all specification sought by us. It should
also contain company brochures of all equipments applied for and should have the relevant
technical documents issued by the manufacturer in support of specification asked for.
13. Bidder shall submit the deviation chart in relation to the specification of all equipments ask
for.
Bidder must submit the details of compliance of specifications of proposed item along with
the name and make of models quoted in tender for supplies. For this purpose, a compliance sheet
indicating page numbers and row number of specification of proposed item with categorical 'Yes'
or 'No' be mentioned.
14. Any special specification or advanced or additional feature of the items should be clearly
mentioned in the specification sheet.
15. If the product is certified by recognized institution, relevant documents should be included in
the technical bid.
16. If the items/products are certified by any authorized/recognized institution, Bidder should
submit the related certification.
17. Bidder must submit authorization/OEM certificate of concerning company for participating in
the tender for a particular item.
18. Bidder should mention their name, address phone/fax numbers of authorized service centers in
the technical bid.
19. Firms should submit only required documents in the technical bid. Numbering of all the
pages of technical bid is compulsory. Checklist of all the important documents should also be
enclosed in technical bid.
20. 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/ Bank guarantee Receipts in
favour of SUPERINTENDENT OF POLICE( HEAD QUARTER), INDORE . The earnest money shall
remain deposited in the office till the final decision on the tenders received is taken by the
SUPERINTENDENT OF POLICE( HEAD QUARTER), INDORE. The police department will pay no
interest
on
such
security
amount.
Cheques
will
not
be
accepted.
9|Page
21. 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.
22. After the final decision on the tenders, the earnest money of Bidders whose tenders have not
been accepted shall be refunded. The earnest money of those Bidders whose tenders have been
accepted shall be treated as security. The successful Bidder should also deposit additional 7% of
the total cost of items, within 3 days of receipt of supply order. Thus total 10% of the cost of items
deposited shall be treated as security deposit against supply order for the warranty of 3 years.
23. M.P. Laghu Udyog Nigam Ltd. and the Small Scale Industries registered with the Director of
Industries, MP or National Small Industries Corporation Ltd (NSIC) or with the D.G.S.&D., 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 NSIC or D.G.S.& D. can 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 NSIC or D.G.S.& D. valid for
the period of tender must accompany the tender in support of each item.
24. No exemption from depositing earnest money shall be granted to any firm, which is not
registered with Commissioner Industries of Madhya Pradesh or NSIC or DGS&D for that
purpose.
25. No certificate will be provided to import any equipments/ items for demonstration purposes.
26. Demonstration Programme :-
Demonstration of all items will be on 1/12/2014 in the office of the
SUPERINTENDENT OF POLICE( HEAD QUARTER), INDORE
Any changes in demonstration date & place will be intimated well in time.
27. The commercial bid shall be assessed only after found suitable in technical demonstration.
Information of financial bid opening will be intimated later.
28. The Bidder shall be deemed to have carefully examined the condition / specifications etc. of
the goods/items to be supplied.
29. 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.
30. Bidder shall not assign or sublet his contract or any part thereof to any other agency.
31. All goods/materials/items supplied shall be new and of best quality in every respect and as per
the standards wherever applicable.
32. The Inspector General of Police, Indore Zone reserves the power to relax or exempt any of the
conditions of the tender for the reasons recorded for granting such exemption/relaxation.
10 | P a g e
33. In case goods/items 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 Bidder’s cost. Any loss caused to the
department or any expenses incurred by the department in this shall be recoverable from the
Bidder.
34. The rejected articles must be removed by the Bidder from the Stores, SUPERINTENDENT OF
POLICE( HEAD QUARTER), INDORE within 15 days of the date of information of rejection. The Incharge Stores will be responsible for any loss, damage and shortage that may occur to them while
they are in the premises of Stores, SUPERINTENDENT OF POLICE( HEAD QUARTER), INDORE for the
stipulated time. If Bidder does not remove rejected articles within 15 days of rejection, Bidder 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.
35. Failure of the supplier to collect the rejected goods within one month 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 SUPERINTENDENT OF POLICE( HEAD
QUARTER), INDORE
36. The SUPERINTENDENT OF POLICE( HEAD QUARTER), INDORE or his duly authorized
representative shall have access to the suppliers premises and shall have the power to inspect and
examine the materials and workmanship of goods.
37. The Bidder shall be responsible for the proper packaging 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 Bidder 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.
38. The successful Bidder shall arrange supplies of goods - in the specific terms and conditions of
the supplies and at the place of destination, within 10 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 Bidder
when such order is being delivered through some person. This condition will apply to LUN and
other government agencies as well.
39. In case of repeat purchase order the supply period will be 07 days.
40. 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.
11 | P a g e
41. 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.
42. 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 10 days.
43. 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.
44. The number of samples required for destructive testing has to be supplied by the supplier in
addition to the quantity mentioned in the purchase order at its own cost as per the testing norms.
The samples shall be picked up randomly for testing purpose.
45. The supplier shall bear commission charges on remittances made in settlement of their claims.
46. The contract of supply can be repudiated at any time if the supplies are not made to the
satisfaction of the SUPERINTENDENT OF POLICE( HEAD QUARTER), INDORE .
47. Neither Railway Receipt will be accepted by VPP nor freight to pay Railway Receipt will be
accepted.
48. The Bidder shall invariably furnish complete address of the premises of his office, godown
and workshop, together with full name, phone nos. and address of the person who is to be
contacted, for the purpose where inspection can be held.
49. 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
50. 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.
51. 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.
12 | P a g e
52. If the Bidder 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 SUPERINTENDENT OF POLICE( HEAD
QUARTER), INDORE shall be at liberty to arrange supply either through re-tender or otherwise. The
SUPERINTENDENT OF POLICE( HEAD QUARTER), INDORE may give seven days notice in writing to
the approved supplier to complete the supplies or make good the failure, neglect or contravention
complained of. If the contractor fails to comply with the notice within seven days of the date of
the service, and if the SUPERINTENDENT OF POLICE( HEAD QUARTER), INDORE 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.
53. 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 SUPERINTENDENT
OF POLICE( HEAD QUARTER), INDORE reserves the right to take the final decision.
54.The successful Bidder 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 7 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 is liable to be cancelled. The expenses on completion and stamping the
agreement shall be borne by the supplier who shall furnish free of charge copy of the agreement
duly executed and stamped to the SUPERINTENDENT OF POLICE( HEAD QUARTER), INDORE ., the
other copy should be without non judicial stamp.
55. No advance payment shall be made except in very rare and special cases for which reasons
shall be recorded in writing. Payment shall be due and payable by the SUPERINTENDENT OF
POLICE( HEAD QUARTER), INDORE only when the supplied quantity has been delivered, inspected
and accepted by the Technical committee and certificate of having done so is recorded by the
committee.
56. 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.
57. Direct or indirect canvassing on the part of Bidders or their representatives will disqualify
their tenders.
58. The SUPERINTENDENT OF POLICE( HEAD QUARTER), INDORE reserves the right to accept 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
SUPERINTENDENT OF POLICE( HEAD QUARTER), INDORE
Seal and signature of proprietor/Manager
representative of the firm
on behalf of the firm giving tender
13 | P a g e
TECHNICAL SPECIFICATION
SUPERINTENDENT OF POLICE( HEAD QUARTER), INDORE
Bill of Material
S.No.
LIST OF ITEMS, INDORE
1
Helmet
2
3
PA System
Server
14 | P a g e
Quantity
350
02
01
SUPERINTENDENT OF POLICE( HEAD QUARTER), INDORE
SPECIFICATIONS OF
ITEMS
Helmet Specification
•
•
•
•
•
•
•
•
•
•
•
•
•
High Impact Composite Material Shell
High Density EPS
Quick Release Buckle
Mouth Ventilation
Italian Design
Neck Protector for Extra Comfort
Hygienic Interior with Multipore Breathable Pedding.
Odorless Mouth Guard
Wide Cheek pad for Extra Comfort
Acrylic Visor Available in Plain/Smoke Colors
User Friendly Visor Movement Kit
White color
Available in Glossy & Mat Finish
PA System
A. Mike Specification
SPECIFICATIONS
Frequency Response 20-18,000Hz
Sensitivity 7.5mV/Pa
Impedance 1000
Operates on 1×1.5V (UM-3) Pencil Cell
B. Amplifier Specification

SSA-250DP is a PA mixer amplifier of rated output 250 watts, fitted with a MP3 Digital Player. The Digital Player features
outstanding wide spectrum sound quality, combined with highly useful features like LCD display, remote control, and
facilities for REPEAT, PAUSE, VOLUME UP / DOWN etc. It can read USB drives, SD & MMC cards.

SSA-250DP has all the other features of the popular SSA-250M model, like 6 Mic inputs, 2 Aux inputs, cut / boost type
bass & treble controls, resettable circuit protector, and provision for connecting 24V battery. Facility is given for mixing
MP3 playback signal with both Aux and most mic inputs.




This is a rugged and highly reliable product, ideally suited for a wide variety of music and public address applications.
6 Mic & 2 Aux Inputs.
Built-in MP3 player with LCD display, remote control, for USB, SD/MMC cards.
Preamplifier and Line Output for connecting to a Booster Amplifier and for recording the programme.
15 | P a g e

Line Input for connecting the output from any external mixer or permitting SSA-250DP to be used as a Booster Power
Amplifier.



Resettable circuit breaker for protection against overload and short circuit.
Instant transfer to DC power (2× 12C Car Battery) if AC power fails.
Box Speaker/Driver Unit selector switch. Bass boost defeated at Driver Unit position for safer operation of driver units.
Power Output 300W Max., 250W RMS at 10% THD
220W RMS at 5% THD, 200W RMS at 2% THD
Output Regulation < 2 dB, no load to full load at 1kHz
Input Channels 6×Mic 0.65mV/4.7k , 2×Aux 100mV/470k
1×Line 1V/50kW
Frequency Response 50-15,000Hz ±3dB
Signal to Noise Ratio 60dB
Tone Controls Bass: ±10dB at 100Hz, Treble: ±10dB at 10kHz
Output Preamp 200mV/600W, Line 1V/1k
Speaker Output 4 , 8 , 70V & 100V
Digital Player MP3 Player with USB, SD and MMC Card Reader
Power Supply AC: 220-240V 50/60Hz DC: 24V (2×12V Car Battery)
Power Consumption AC: 460VA DC: 6A
Dimensions W450×H160×D340 mm
Weight 16.0kg
Speaker Specification

Rugged cabinet speaker with two extremely efficient 18” LF drivers for higher power handling capacity, deeper bass, and
smoother spatial distribution of the extended bass. Very strong carpet covered cabinet with 25mm thick wooden baffle
and extensive internal bracing to prevent unwanted vibrations and rattling. Provided with an attractive & modern extrathick grille, and four steel handles for easy handling. Bass reflex design tuned with a large, wide angle port. An ideal
cabinet speaker for use with high power amplifiers for reinforcement of the extended low frequency spectrum.
Input Power 1300W RMS
Configuration One Way
Frequency Response 30-250Hz
Low Frequency Speaker 2x18” with Ø4” Edge Wound Voice Coil
SPL at (1W/1m) 102dB
MAX. Rated SPL 133dB
Nominal Impedance 4
Port Free Flow Flared
Input Connectors Speakon+Terminal Strip
16 | P a g e
Dimensions W1080×H720×D790 mm
Weight 97.30kg
Server Specification
1. Processor - Intel Xeon E5 2407 (Quad Core) 2.20 Ghz (upgradable up to dual processor) or better, 10 Mb 1066 Mhz or
better
2.
2 X 8GB ECC DDR3 1600MHz RAM Installed
3. 2X 300GB SAS 10K RPM 2.5" Hot Swap
4. MULTI BURNER
5. In built RAID 01 (M1115 card) or better
6. Operating System -Windows Server Standard 2012 or better
7 . 3 Years Onsite Warranty
17 | P a g e