+ All Categories
Home > Documents > tender.delhipolice.gov.intender.delhipolice.gov.in › Content › Images › CMS ›...

tender.delhipolice.gov.intender.delhipolice.gov.in › Content › Images › CMS ›...

Date post: 30-May-2020
Category:
Upload: others
View: 2 times
Download: 0 times
Share this document with a friend
97
OFFICE OF THE DY. COMMISSIONER OF POLICE: PROV. & LOGISTICS: DELHI (AN IS/ISO 9001: 2000 UNIT) 5, RAJPUR ROAD, DELHI-110054 Email: [email protected] TENDER NOTICE NO. 593/CSA (Q-1V)/DCP/P&L/2019. CHAPTER – 1 INSTRUCTIONS TO BIDDERS 1. General: 1.1 On line bids are invited in two bid system – (i) Technical Bid & (ii) Price Bid from manufacturers/OEM/authorized distributor of the store and also from foreign Principals through their India based agents for the purchase of 3336 Nos. Bullet Resistance Jacket, Level-IIIA and 2054 Nos. Bullet Resistance Jacket, Level-III+ (25mm BFS) for use in Delhi Police (hereinafter referred to interchangeably as the “Items” or the “Goods” or the “Stores”) as per the Technical Specifications (Chapter-4) in this document. 1.2 Bidders are advised to study the tender documents carefully & thoroughly. Online submission of tender shall be deemed to have been done after careful study and examination of the tender documents with full understanding of its implications. 1.3 It will be imperative on each bidder to fully acquaint himself with all the local conditions and factors, which would have any effect on the performance of the contract and cost of the goods. No request for the change of price or time schedule of delivery of Goods shall be entertained, on account of any condition or factor once the offer is accepted by the Purchaser. 1.4 The Purchase Committee with the approval of competent authority reserves the right to relax any terms & conditions in the Govt. interest with the approval of competent authority. 1.5 Conditional bids will not to be entertained and summarily rejected. 1.6 Optional bids will not to be entertained and summarily rejected. The firm should have to quote for only one model for one level. The option either in model or in
Transcript
Page 1: tender.delhipolice.gov.intender.delhipolice.gov.in › Content › Images › CMS › 53603.…  · Web viewNote:- For 360 degree protection, two additional side HAP, if required

OFFICE OF THE DY. COMMISSIONER OF POLICE: PROV. & LOGISTICS: DELHI(AN IS/ISO 9001: 2000 UNIT) 5, RAJPUR ROAD, DELHI-110054

Email: [email protected]

TENDER NOTICE NO. 593/CSA (Q-1V)/DCP/P&L/2019.

CHAPTER – 1

INSTRUCTIONS TO BIDDERS

1. General:

1.1 On line bids are invited in two bid system – (i) Technical Bid & (ii) Price Bid from manufacturers/OEM/authorized distributor of the store and also from foreign Principals through their India based agents for the purchase of 3336 Nos. Bullet Resistance Jacket, Level-IIIA and 2054 Nos. Bullet Resistance Jacket, Level-III+ (25mm BFS) for use in Delhi Police (hereinafter referred to interchangeably as the “Items” or the “Goods” or the “Stores”) as per the Technical Specifications (Chapter-4) in this document.

1.2 Bidders are advised to study the tender documents carefully & thoroughly. Online submission of tender shall be deemed to have been done after careful study and examination of the tender documents with full understanding of its implications.

1.3 It will be imperative on each bidder to fully acquaint himself with all the local conditions and factors, which would have any effect on the performance of the contract and cost of the goods. No request for the change of price or time schedule of delivery of Goods shall be entertained, on account of any condition or factor once the offer is accepted by the Purchaser.

1.4 The Purchase Committee with the approval of competent authority reserves the right to relax any terms & conditions in the Govt. interest with the approval of competent authority.

1.5 Conditional bids will not to be entertained and summarily rejected.1.6 Optional bids will not to be entertained and summarily rejected. The

firm should have to quote for only one model for one level. The option either in model or in rates will not be accepted and the tender will be rejected straightway.

1.7 Only on-line bids will be accepted. No physical or Telex/Fax bids bids will be accepted and summarily rejected.

1.8 Bids not accompanied the scanned copies of Application Fee and Earnest Money will be rejected straightway.

1.9 The competent authority reserves the right to terminate/recall the tender at any stage due to administrative reasons.

1.10 The tender will be rejected straightway without assigning any reasons if the firm/company or their owners/partners/directors etc. involves in any Criminal Case.

1.11 Foreign firm can participate in the tender only through their authorized dealer/distributor/agent appointed in India. In case bidder is an Indian Agent of foreign firm/principal, the bidder shall have to submit the copy of agreement between the parties

Page 2: tender.delhipolice.gov.intender.delhipolice.gov.in › Content › Images › CMS › 53603.…  · Web viewNote:- For 360 degree protection, two additional side HAP, if required

containing terms and conditions and quantum of agency commission. No foreign company shall be entertained directly.

1.12 Bidders shall not be permitted to alter or modify their bids after expiry of the deadline for receipt of bids.

1.13 The firms participating in the tender should have a minimum average turnover of Rs.08 Crore in previous three Financial years as per audited balance sheet (i.e. 2016-17, 2017-18 & 2018-19) are eligible to participate in the tender. All the company/firms participating in the tender should submit the self attested scanned copy of last three financial year balance sheet along with profit & loss account showing turnover in clear term of the firm, duly verified/attested by Chartered Accountants.

1.14 Bidder firm (principal of authorized representative) should not have suffered any financial loss for more than one financial year during the last three financial years, ending on 31.03.2019.

1.15 The firm participating in the tender will submit their proof of successful supply of the Bullet Resistance Jacket/Vest or equivalent product to any CPO organization or State Police for the value more than 100 pieces in the past.

1.16 The firm must submit certification/test report for ballistic test in respect of its quoted product issued from any NABL or Government accredited lab OR DMSRD (MoD), Kanpur.

1.17 In case of any issue of clarification on the interpretation of clause(s) arises, and then the decision/interpretation of department (Delhi Police) shall be final and binding on the bidding firms. No further request in this regard will be entertained.

1.18 In cases where manufacturer has submitted bid, bids of its authorized distributors will not be entertained and EMD will be returned. In case of dispute, all the infringing bids will be rejected.

2. Schedule of Tender:

2.1 As per instructions of the Govt., the tender document has been published on the Central Public Procurement Portal: http://eprocure.gov.in. The bidders are required to submit soft copies of their bids electronically on the CPP Portal, using valid Digital Signature Certificates before the stipulated date & time.

2.2 The Pre bid meeting/conference will be held on 27.12.2019 at 1130 Hrs. in Committee Room, Prov. & Logistics, 5, Rajpur Road, Delhi-110054. All the interested bidders may send their queries, if any, in respect of the tender documents and softcopy of the same in MS-word format must be sent on e-mail id: [email protected] or [email protected]. They also have to send hard copy of all emailed queries by post/personally in the office of undersigned or the same can be put personally in a box placed in the office of undersigned at Reception/D.O. Room, Prov. & Logistics, 5, Rajpur Road, Delhi-110054 by 10.00 A.M. on or before 23/12/2019. However, if for any valid reason, clarifications are not sought by the bidder within the stipulated time, Delhi Police may, at its discretion, entertain such queries at the pre-bid meeting in the presence of the bidders

Page 3: tender.delhipolice.gov.intender.delhipolice.gov.in › Content › Images › CMS › 53603.…  · Web viewNote:- For 360 degree protection, two additional side HAP, if required

attending the meeting. The same, however, should be in writing and duly signed by the bidder. The queries received after the pre-bid meeting will not be entertained on any ground whatsoever.

2.3 The online bid submission will tentatively start from only after uploading the result of Pre-bidders meeting) and will be closed on 29.01.2020 at 1130 Hrs.

2.4 The online technical bids will be opened on 30.01.2020 at 1130 Hrs. in the Committee Room, Prov. & Logistics, 5, Rajpur Road, Delhi. The bidders or their authorized representatives may be present, if they so desire.

2.5 The representatives (Employee, Manager, Owner, Partner, and Director) of the firms participating in the tender meetings including Technical Evaluation Committee meetings etc. must carry authorization letters from the firm concerned.

2.6 As part of Technical Evaluation of Bids, the Bidders shall arrange presentation and live demonstration of their quoted Equipment(s)/Item(s) within a period of 07 days from the opening of the technical bids to show that the product offered fully conform to this tender technical specifications. The bidders will be intimated the exact date and time slot for them to carry out such demonstration. The bidders are advised to make all necessary arrangement for the live demonstration of their quoted equipment/items well in advance as they will be required to adhere to the time schedule given to them soon after bid opening/technical bid evaluation. An undertaking to this effect is to be attached with the technical bid by the bidders that the firm is ready for live demonstration of their quoted equipment/item within 07 days from the date of opening of the Technical Bid.

2.7 After evaluation of the technical bids and live demonstration, the short-listed bidders will be intimated. The decision of the committee on technical suitability of the offer shall be final and shall not be open for discussion.

2.8 The price bids of the short-listed bidders will be opened in the Committee Room at 5, Rajpur Road, Delhi and such short-listed bidders will be intimated about the date and time accordingly. The short-listed bidders or their authorized representatives may present, if they so desire.

2.9 Submission of on-line scanned copies of unwanted/irrelevant documents/out of contest document to disturb/misuse the online procurement system will be taken seriously and stringent action will be taken against such bidders, besides action for rejection of bids and blacklisting of firm will be initiated.

3. Delivery: Delivery of the goods at Delhi Police premises shall be completed by the Supplier in accordance with the terms specified by the Purchaser within 120 (One hundred twenty) Days from the date of Award of Contract.

4. Purchaser’s Right to vary quantities at the time of

placement of Supply Order/signing of Contract: The

Page 4: tender.delhipolice.gov.intender.delhipolice.gov.in › Content › Images › CMS › 53603.…  · Web viewNote:- For 360 degree protection, two additional side HAP, if required

Purchaser reserves the right to increase/decrease the quantities + 25% during the period of contract. The increase in quantities shall have cost implications as per the unit cost quoted and accepted under the contract. Splitting the order among the selected bidder in case the L-1 rates are the same.

5. Purchaser’s right to accept any Bid and to reject any or all bids: The Purchaser reserves the right to accept any bid, and to annul the bid process and reject all bids at any time, without assigning any reason, prior to placement of supply order/signing of contract, without thereby incurring any liability to the affected bidder(s) or any obligation to inform the affected bidder(s) of the grounds for the purchaser’s action.

6. Bidder Qualification: The “Bidder” as used in the tender document shall mean the one who has signed the Bid Form. The Bidder may be either the manufacturer/OEM of the stores as mentioned in Chapter-3 for which documentary proof be submitted for their registration with any govt. authority.

7. Bid Security (Earnest Money):

7.1 The scanned copy of application fee of Rs. 500/- (Rupees Five Hundred only) in the form of Account Payee Demand Draft/Pay Order/Bankers Cheque drawn in favour of Dy. Commissioner of Police (Prov. & Logistics), 5, Rajpur Road, Delhi-110054 shall be attached in the prescribed column alongwith the Technical Bid of Tender. The Application Fee is non-refundable. The original DD/Pay Order/Bankers Cheque i.e. Application Fee shall be submitted by the bidder at the time of tender opening. Failure to submit the tender fee would result is rejection of the bid.

7.2 The scanned copy of Bid Security Deposit (Earnest Money) amount of Rs.50,00,000/- (Rupees Fifty Lakh only) in the form of Account Payee Demand Draft, Fixed Deposit Receipt, Banker’s Cheque or Bank Guarantee from any of the scheduled commercial banks, in favour of Deputy Commissioner of Police, Prov. & Logistics, Delhi shall be attached in the prescribed column alongwith the Technical Bid of Tender. The original EMD in the shape of DD, FDR, Banker’s Cheque or BG shall be submitted by the bidder at the time of tender opening. Failure to do so will result in the rejection of the bid.

7.3 The bidders registered with Micro and Small Enterprises (MSEs) as defined in MSE procurement policy and issued by Department of Micro, Small and Medium Enterprises (MSME)/NSIC or are registered with the Central Purchase Organization or the concerned Ministry or Department or Start ups as recognized by Department of Industrial Policy & Promotion (DIPP) for the requisite item/items is exempted from Bid Security and Application Fee. However the bidders will have to submit scanned copy of the Registration Certificate with the technical bid of the tender to avail this exemption. The original

Page 5: tender.delhipolice.gov.intender.delhipolice.gov.in › Content › Images › CMS › 53603.…  · Web viewNote:- For 360 degree protection, two additional side HAP, if required

document projected for application exemption can be verified/checked.

7.4 The Bid Security Deposit (Earnest Money) shall be valid for Forty Five days beyond the bid validity period from the date of opening of the Bid by the Purchaser. No interest will be payable by the Purchaser on this amount.

7.5 The Bid Security Deposit (Earnest Money) may be forfeited:a) if a Bidder withdraws his bid during the period of bid validity; orb) in the case of the finally selected Bidder, if the Bidder fails;i) to sign the Contract in accordance Clause 1 of Chapter-2; orii) to furnish Contract Performance Security in accordance with

Clause 2 of Chapter-2; oriii) if at any stage any of the information/declaration is found false.

7.5 Bid Security Deposit (Earnest Money) in respect of the finally selected Bidder will be discharged upon the Bidder signing the Contract, pursuant to Clause 1 of Chapter-2 and furnishing the Performance Guarantee, pursuant to Clause 2 of Chapter-2.

7.6 Bids not accompanied by Earnest Money would be summarily rejected.

8. Period of Validity of Bids: Bids shall remain valid for 12 (Twelve) calendar months from the date of Bid opening. A bid valid for a shorter period may be rejected by the Purchaser as non-responsive.

9. Registration with GST Department: The bidders should be registered with the GST Department and shall furnish scanned copy of registration certificate with their Technical Bid alongwith their latest GST deposit receipt/challan/return.

10. Terms and conditions of Tendering Firms:

10.1 Printed terms and conditions of Bidder shall not be considered as forming part of their Bids.

10.2 The scanned copy of properly filled “Tender Acceptance Letter” (Annexure-C6 of Chapter-7) duly signed & stamped by the bidder should be attached with the technical bid.

10.3 Bidder must state categorically whether or not his offer conforms to the specifications given in Chapter 4, specify clearly deviation if any of the tender. Bidder is free to quote better version or to add any better configuration in line with technical specification of Chapter 4.

11. Bid Requirements:

11.1 The Bidder must quote for the required quantities item wise as listed under the Schedule of Requirements (Chapter - 3) in the Price Schedule format, Chapter–5 separately.

11.2 The successful bidder(s), irrespective of their registration status, shall be required to furnish Contract Performance Security in shape of Bank Guarantee for 10% of the Contract Price within 14

Page 6: tender.delhipolice.gov.intender.delhipolice.gov.in › Content › Images › CMS › 53603.…  · Web viewNote:- For 360 degree protection, two additional side HAP, if required

days of issue of letter of intent, at the time of award of Contract as per the prescribed proforma (Annexure-C5 of Chapter-7 & Clause 2 of Chapter-2. The Contract Performance Security can also be furnished in the shape of A/c Payee Demand Draft, Fixed Deposit Receipt or Bank Guarantee from any of the commercial banks.

11.3 All the bidders participating in the Tender must attached a scanned copy of the list of their owners, partners, directors etc. and also attach a scanned copy of the certificate to the effect that the firm is neither blacklisted by any Government Department nor any Criminal Case is registered against the firm or its owner or partners or directors anywhere in India. Any firm black listed by any Govt. Deptt. or any criminal case registered against the firm shall not be considered for this tender.

11.4 The bid shall contain no interlineations; errors or overwriting and all pages of the Bid must be signed and sequentially numbered by the Bidder.

12. BID PRICES:

12.1 The Bidder shall fill-up the rates on the Price Schedule, Chapter–5 attached to these documents the Unit Prices and total Prices of the Goods it proposes to supply under this tender in the following manner:-i. Unit Price in Indian Rupees including other Govt. levies,

incidental charges etc. ii. GST in Indian Rupees.iii. Total Unit Price in Indian Rupees.iv. Total Extended Price FOR destination including Taxes,

Levies, Duties and others Charges, in Indian Rupees.Note: Optional rates shall not be considered and the bid shall be

rejected.12.2 The price should be quoted strictly in line with the price schedule

leaving no column blank whatsoever to avoid any ambiguity. 12.3 It should be noted that payment by the Purchaser towards other

Govt. levies/incidental charges, if any, would be made at actual against documentary proof submitted by the Contractor/Supplier.

12.4 The Purchaser will make all payments, under this contract, in Indian Rupee.

12.5 The bidder should ensure that the prices are quoted in line with the price schedule leaving no column blank. After opening of the price bid, no clarifications whatsoever shall be entertained by the Purchase Committee.

12.6 Any new Government levies/taxes imposed or increased in taxes after the contract date shall be paid as per actual against submission of documentary evidence and in case of decrease thereof, the same shall be adjusted by the contractor as per revised slabs. In case, the tax rates are reduced after release of payment, the same shall be adjusted against future bills or from the performance security of the contractor.

Page 7: tender.delhipolice.gov.intender.delhipolice.gov.in › Content › Images › CMS › 53603.…  · Web viewNote:- For 360 degree protection, two additional side HAP, if required

12.7 Fall Clause : The bidder shall undertake that the price offered/finalized for the store supplied under the tender shall in no event exceed the lowest price at which the bidder offer the store of same description/technical specifications to the other organization during the currency of contract. If at any point of time during the period, the seller reduces the sale price, sells or offer to sell such store/service to any other organization including the Buyer at a price lower than the price chargeable under the present tender, he shall notify such reduction within 7 (Seven) days and the price payable under the contract shall stand correspondingly reduced. An undertaking shall be submitted by the bidder in this regard with the technical bid.

13. GUARANTEE/WARRANTY

13.1 The Bidder shall provide onsite comprehensive Guarantee/Warranty for all goods/equipment at least for a period of 10 years for ballistic material and 05 years for outer cover (for B.P. Jacket, Level-III) and 05 years for ballistic material and 02 years for outer cover (for B.P. Jacket, Level-III+) from the date of final acceptance of the equipment.

14 Contents of Online Bid: The Online Bids prepared by the Bidder shall comprise of the following two components:-a) Technical Bid comprising of the following scanned documents

duly signed & stamped and to be filled on the format sheets provided in each Tender Document. This is mandatory:

i) Application Fee of Rs.500/- (Clause 2.2, Chapter-1).ii) Earnest Money Deposit of Rs. 50,00,000/- (Clause-7 of Chapter-1).iii) Certificate as per clause 2.7 of Chapter-1.iv) Proof for Application Fee and EMD Exemption (Clause-7.2 of

Chapter-1).v) Copy of GST Regn. Certificates (Clause-9 of Chapter-1).vi) Copies of latest GST deposit receipt/challan/return. (Clause-9 of

Chapter-1).vii) Tender Acceptance Letter (Annexure-6, Chapter-7).viii) List of the firm’s owners/partners etc. (Clause 11.3 of Chapter-1).ix) Certificate for non-blacklisting of firm and non-registration of

criminal case, as per clause 11.3 of Chapter-1.x) Certificate as per clause 8.2 of Chapter-2.xi) Schedule of Requirements (Chapter-3).xii) Technical Specifications of the Goods/Stores (Chapter-4).xiii) Bidders Particulars (Annexure C1 of Chapter-7).xiv) Bid Form (Annexure C2 of Chapter-7).xv) Guarantee/Warranty (Annexure C3 of Chapter-7).xvi) Bid Letter (Annexure C4 of Chapter-7).xvii) All technical brochures/documents relevant to the Bid.xviii) Documents regarding manufacturing proof of OEM firmxix) Registration certificate with DGS&D in case of firm is agent of

foreign manufacturer.

Page 8: tender.delhipolice.gov.intender.delhipolice.gov.in › Content › Images › CMS › 53603.…  · Web viewNote:- For 360 degree protection, two additional side HAP, if required

b) Price Bid: Price Schedule Chapter-5 to be filled in accordance with the formats provided in the Tender Document in excel sheet.

15. Preference for bidders under “Make in India” Policy, Govt. of India

As per instructions contained in the order’s No. P-45021/2/2017-B.E.-II dated 15th June 2017 read OM dated 29.05.2019 circulated/issued by Government of India, Ministry of Commerce and Industry, Department of Industrial Policy and Promotion, Udyog Bhawan, New Delhi in pursuance of provision of Rule 153(iii) of General Financial Rule 2017, to encourage “Make in India” and promote manufacturing and production of goods and services in India, preference will be given to local supplier/bidder meeting the criteria prescribed in the above said order. All the instructions mentioned therein will be adhered. No representation/ request of any firm (s) against the decision taken by the Deptt. in pursuance of these orders/instructions will be entertained at any stage on any ground whatsoever it is.

16. PROCEDURE FOR SUBMISSION OF BIDS:16.1 Instructions for Online Bid Submission:

i) As per the directives of Department of Expenditure, this tender document has been published on the Central Public Procurement Portal (URL: http://eprocure.gov.in). The bidders are required to submit soft copies of their bids electronically on the CPP Portal, using valid Digital Signature Certificates. The instructions given below are meant to assist the bidders in registering on the CPP Portal, prepare their bids in accordance with the requirements and submitting their bids online on the CPP Portal.

ii) More information useful for submitting online bids on the CPP Portal may be obtained at: https://eprocure.gov.in/eprocure/app.

16.2 REGISTRATION

i) Bidders are required to enroll on the e-Procurement module of the Central Public Procurement Portal: https://eprocure.gov.in/eprocure app by clicking on the link “Click here to Enroll” on the CPP Portal is free of charge.

ii) As part of the enrolment process, the bidders will be required to choose a unique username and assign a password for their accounts.

iii) Bidders are advised to register their valid email address and mobile numbers as part of the registration process. These would be used for any communication from the CPP Portal.

iv) Upon enrolment, the bidders will be required to register their valid Digital Signature Certificate (Class II or Class III Certificates with signing key usage) issued by any Certifying Authority recognized by CCA India (e.g. Sify / TCS / nCode / eMudhra etc.), with their profile.

Page 9: tender.delhipolice.gov.intender.delhipolice.gov.in › Content › Images › CMS › 53603.…  · Web viewNote:- For 360 degree protection, two additional side HAP, if required

v) Only one valid DSC should be registered by a bidder. Please note that the bidders are responsible to ensure that they do not lend their DSC’s to others which may lead to misuse.

vi) Bidder then logs in to the site through the secured log-in by entering their user ID / password and the password of the DSC / e-Token.

16.3 SEARCHING FOR TENDER DOCUMENTS

i) There are various search options built in the CPP Portal, to facilitate bidders to search active tenders by several parameters. These parameters could include Tender ID, organization name, location, date, value, etc. There is also an option of advanced search for tenders, wherein the bidders may combine a number of search parameters such as organization name, form of contract, location, date, other keywords etc. to search for a tender published on the CPP Portal.

ii) Once the bidders have selected the tenders they are interested in, they may download the required documents / tender schedules. These tenders can be moved to the respective ‘My Tenders’ folder. This would enable the CPP Portal to intimate the bidders through SMS / e-mail in case there is any corrigendum issued to the tender document.

iii) The bidder should make a note of the unique Tender ID assigned to each tender, in case they want to obtain any clarification / help from the Helpdesk.

16.4 PREPARATION OF BIDS

i) Bidder should take into account any corrigendum published on the tender document before submitting their bids.

ii) Please go through the tender advertisement and the tender document carefully to understand the documents required to be submitted as part of the bid. Please note the number of covers in which the bid documents have to be submitted, the number of documents - including the names and content of each of the document that need to be submitted. Any deviations from these may lead to rejection of the bid.

iii) Bidder, in advance, should get ready the bid documents to be submitted as indicated in the tender document / schedule and generally, they can be in PDF / XLS / RAR / DWF formats. Bid documents may be scanned with 100 dpi with black and white option.

iv) To avoid the time and effort required in uploading the same set of standard documents which are required to be submitted as a part of every bid, a provision of uploading such standard documents (e.g. PAN card copy, annual reports, auditor certificates etc.) has been provided to the bidders. Bidders can use “My Space” area available to them to upload such documents. These documents may be directly submitted from the “My Space” area while submitting a bid,

Page 10: tender.delhipolice.gov.intender.delhipolice.gov.in › Content › Images › CMS › 53603.…  · Web viewNote:- For 360 degree protection, two additional side HAP, if required

and need not be uploaded again and again. This will lead to a reduction in the time required for bid submission process.

16.5 SUBMISSION OF BIDS

i) Bidder should log into the site well in advance for bid submission so that he/she upload the bid in time i.e. on or before the bid submission time. Bidder will be responsible for any delay due to other issues.

ii) The bidder has to digitally sign and upload the required bid documents one by one as indicated in the tender document.

iii) Bidder has to select the payment option as “offline” to pay the tender fee/ EMD as applicable and enter details of the instrument.

iv) Bidder should prepare the EMD as per the instructions specified in the tender document. The original should be posted/couriered/given in person to the Tender Processing Section, latest by the last date of bid submission. The details of the DD/any other accepted instrument, physically sent, should tally with the details available in the scanned copy and the data entered during bid submission time. Otherwise the uploaded bid will be rejected.

v) A standard Price Schedule provided with tender document (excel sheet) format has been provided with the tender document to be filled by all the bidders. Bidders are requested to note that they should necessarily submit their financial bids in the format provided and no other format is acceptable. Bidders are required to download the Price Schedule provided with tender document (excel sheet) file, open it and complete the while coloured (unprotected) cells with their respective financial quotes and other details (such as name of the bidder). No other cells should be changed. Once the details have been completed, the bidder should save it and submit it online, without changing the filename. If the Price Schedule provided with tender document (excel sheet) file is found to be modified by the bidder, the bid will be rejected.

vi) The serve time (which is displayed on the bidders’ dashboard) will be considered as the standard time for referencing the deadlines for submission of the bids by the bidders, opening of bids etc. The bidders should follow this time during bid submission.

vii) All the documents being submitted by the bidders would be encrypted using PKI encryption techniques to ensure the secrecy of the data. The data entered cannot be viewed by unauthorized persons until the time of bid opening. The confidentiality of the bids is maintained using the secured Socket Layer 128 bit encryption technology. Data storage encryption of sensitive fields is done.

viii) The uploaded tender documents become readable only after the tender opening by the authorized bid openers.

ix) Upon the successful and timely submission of bids, the portal will give a successful bid submission message & a bid summary will be displayed with the bid no. and the date & time of submission of the bid with all other relevant details.

Page 11: tender.delhipolice.gov.intender.delhipolice.gov.in › Content › Images › CMS › 53603.…  · Web viewNote:- For 360 degree protection, two additional side HAP, if required

x) The bid summary has to be printed and kept as an acknowledgement of the submission of the bid. This acknowledgement may be used as an entry pass for any bid opening meetings.

16.6 ASSISTANCE TO BIDDERS

i) Any queries relating to the tender document and the terms and conditions contained therein should be addressed to the Tender Inviting Authority for a tender or the relevant contact person indicated in the tender.

ii) Any queries relating to the process of online bid submission or queries relating to CPP Portal in general may be directed to the 24x7 CPP Portal Helpdesk. The contact number for the helpdesk is 1800 233 7315.

DY. COMMISSIONER OF POLICE,PROV. & LOGISTICS: DELHI.

Page 12: tender.delhipolice.gov.intender.delhipolice.gov.in › Content › Images › CMS › 53603.…  · Web viewNote:- For 360 degree protection, two additional side HAP, if required

CHAPTER – 2CONDITIONS OF CONTRACT

1. Award of Contract:

1.1 Prior to the expiry of the period of bid validity, the Purchaser will notify the finally selected Bidder and place the supply order within 7 days thereafter. If a need for extension of the bid validity period arises, it should be extended by mutual agreement. The notification of award/placement of supply order will constitute the formation of the Contract.

1.2 At the time of placement of the supply order, the finally selected Bidder shall sign the contract with the Purchaser. The finally selected bidder shall bring alongwith him, the power of attorney, the contract performance bank guarantee and common seal etc. for signing the contract.

2. Contract Performance Bank Guarantee:2.1 At the time of signing the contract, the Supplier shall furnish a

Contract Performance Bank Guarantee for 10 percent of the value of the Contract price within 14 days of issue of letter of intent as per the prescribed proforma (Annexure C-2, Chapter 7), from a commercial Bank. The Performance Security can also be furnished in the shape of A/C Payee Demand Draft, FDR from any Commercial bank in an acceptable form.

2.2 The Contract Performance Security will be in the name of the Deputy Commissioner of Police (Prov. & Logistics), Delhi Police, 5, Rajpur Road, Delhi-110054.

2.3 The Contract Performance Bank Guarantee should be valid for a period of 10 (Ten) years and 06 (six) months from the date of award of the contract. This will be released after the successful completion of warranty period.

2.4 In the event of delay in acceptance of the goods, the Supplier shall, at the request of the Purchaser, extend the validity of the Contract Performance Bank Guarantee so as to cover the warranty period.

3. Payment Schedule : The standard payment terms subject to recoveries, if any, under the Liquidated Damages clause will be as follows :-

3.1 Delivery of goods: The Supplier shall notify the Purchaser about the delivery of the goods to the Delivery Site one week in advance of the expected date of partial or complete delivery.

3.2 The Supplier shall ensure that its representatives are present for the inventorisation of the Goods supplied under the contract failing which the Purchaser shall proceed with the inventorisation in the Supplier’s absence and the Purchaser’s inventorisation report shall be binding on the Supplier.

3.3 The payment will be made after receipt/Final Acceptance of the goods and receipt of Supplier’s bill complete in all respect, in Indian currency only. No claim for interest on delayed payment will be entertained.

3.4 No advance payment shall be made.

4. Packing, Forwarding & Shipment: The Supplier shall provide proper packing of the goods to prevent their damage or deterioration during transit to the final

Page 13: tender.delhipolice.gov.intender.delhipolice.gov.in › Content › Images › CMS › 53603.…  · Web viewNote:- For 360 degree protection, two additional side HAP, if required

destination site. The Supplier shall notify Purchaser of the date of each shipment from his works and the expected date of arrival of goods at the site.

5. Delivery: Delivery of Goods at Delhi Police premises shall be completed by the Supplier in accordance with the terms specified by the Purchaser within 120 (One Hundred Twenty) Days from the date of Award of Contract.

6. Insurance: The Goods supplied under the Contract shall be fully insured on a warehouse-to-warehouse basis by the Supplier against loss or damage incidental to manufacture or acquisition, transportation, storage and delivery.

7. Inspection:

7.1 The Purchaser shall have the right to inspect the goods for conformity to the Contract Specification.

7.2 Should any inspected or tested Goods fail to conform to the specification, the Purchaser may reject them and the Supplier shall either replace the rejected Goods or make all alterations necessary to meet specification requirements free of cost to the Purchaser

7.3 The Supplier shall provide ballistic test reports from Govt. agency7.4 The Supplier shall test individual item and the complete items. The Supplier shall

submit complete documentation of all the measurements conducted for future reference of the Purchaser.

7.5 For the purpose of taking over the goods/item supplied, an Acceptance Test shall be carried out at the Purchaser destination site. The equipment that meets the acceptance test shall only be accepted by the Purchaser.

7.6 The installation or commissioning shall not be deemed to have been completed unless all the Goods and items are accepted by the Purchaser.

8. Guarantee/Warrantee:

8.1 The Bidder shall provide onsite comprehensive Guarantee/Warranty for all goods/equipment at least for a period of 10 years for ballistic material and 05 years for outer cover (for B.P. Jacket, Level-III) and 05 years for ballistic material and 02 years for outer cover (for B.P. Jacket, Level-III+) from the date of final acceptance of the equipment.

8.2 The Supplier must setup a maintenance base in Delhi within a period of two months of the supply order to provide maintenance service, of the items being offered, “efficiently and promptly”. Certificate in this regard shall be submitted by the Bidders with their technical bid.

8.3 If the performance of any individual good or item fails to meet the contract specifications then the same shall be replaced by the Supplier free of cost during the term of the warranty/guarantee period.

8.4 The maintenance services shall be free of cost during the warranty/ guarantee period.8.5 During the term of warranty/guarantee the service calls will have to be attended by

the Supplier within two hours from the time of such calls. The defective item should be repaired on the same day at Purchaser’s location.

8.6 Delays in attending the calls and or repairing the goods beyond time limit specified in this Clause, without providing the substitute, will attract penalties in accordance with Clause 10.

Page 14: tender.delhipolice.gov.intender.delhipolice.gov.in › Content › Images › CMS › 53603.…  · Web viewNote:- For 360 degree protection, two additional side HAP, if required

8.7 If the Supplier fails to repair or replace the defective Item, the Purchaser will be free to get the same repaired/replaced from the market and its cost will be adjusted from the Supplier’s Contract Performance Security.

9. Delay in the Suppliers performance

9.1 Delivery of the Goods and performance of Services including Warranty shall be made by the Supplier in accordance with the time schedule specified by the Purchaser. Delay by the Supplier in the performance of its Delivery or Service obligations shall render the Supplier liable to imposition of Liquidated Damages in accordance with Clause-10 below and thereafter, upon reaching the maximum deduction set out therein, to termination for default in accordance with Clause-19 below accompanied by forfeiture of Bank Guarantee/Performance Security.

9.2 If the bidder fails to supply the equipments within the stipulated period, the Purchaser reserves the right to purchase the equipments from open market and difference of bill, if any, will be recovered from the bills of the bidder.

10. Liquidated Damages : If the Supplier fails to deliver any or all of the Goods or perform the Services within the time period specified in the Contract, the Purchaser shall, without prejudice to its other remedies under the Contract, deduct from the Contract Price, as liquidated damages, (not by way of penalty) a sum equivalent to 1(one) percent of the price of the delayed goods or unperformed service for each & every week (part of a week being treated as a full week) of delay until actual delivery or performance, upto a maximum deduction of 10% (Ten Percent) of the undelivered Equipment/Services.

11. Force Majeure: The Contractor shall not be liable for forfeiture of its performance security, liquidated damages or termination for default, if the delay in performance or other failure to perform its obligations under the contract is a result of an event of Force Majeure. For purposes of the clause, “Force Majeure” means an event beyond the control of the Contractor and not involving the Contractor’s fault or negligence and not foreseeable. Such events may include wars or revolutions, fires, floods, epidemics, quarantine restrictions, freight embargoes etc.

12. Patent Indemnification: The Supplier shall indemnify the Purchaser against all third party claims of infringement of patent, copyright, trademark, license or industrial design rights, software piracy arising from use of the goods or any part thereof in the Purchaser’s country.

13. Waiver: Failure or delay on the part of the Supplier or the Purchaser to exercise right or power hereunder shall not operate as a waiver thereof.

14. Assignability: Neither this Contract nor any rights under it may be assigned by either Party without the express prior written consent of the other Party. However, upon assignment of the assignor’s interest in this Contract, the assignor shall be released and discharged from its obligations hereunder only to the extent that such obligations are assumed by the assignee.

15. Severability: If any portion of this Contract or any of the Contract Documents hereto is held to be invalid, such provision shall be considered severable, and the remainder of this Contract hereof shall not be affected.

Page 15: tender.delhipolice.gov.intender.delhipolice.gov.in › Content › Images › CMS › 53603.…  · Web viewNote:- For 360 degree protection, two additional side HAP, if required

16. Governing Law: This Contract including the Contract Documents shall be governed by and construed in accordance with the laws of India and the Delhi Courts shall have jurisdiction in this regard.

17. Termination for Default17.1 The Purchaser may without prejudice to any other remedy for breach of Contract, by

Thirty (30) days written notice of default sent to the Supplier and upon the Supplier’s failure and neglect to propose and/or execute any corrective action to cure the default, terminate this Contract in whole or in part:(i) If the Supplier fails to deliver any or all of the Goods within the time period(s) specified in the Contract; or(ii) If the Supplier fails to perform any other obligation(s) under the Contract.

17.2 On termination of the Contract for default, the security deposit of the Supplier will be forfeited.

17.3 On termination of the Contract for default, action will be taken to black list the Supplier.

18. Termination for Insolvency: The Purchaser may at any time terminate the Contract by giving written notice to the Supplier, without compensation to the Supplier, if the Supplier becomes bankrupt or otherwise insolvent, provided that such termination will not prejudice or affect any right of action or remedy which has accrued or will accrue thereafter to the Purchaser.

19 Termination for Convenience

19.1 The Purchaser shall have the right to terminate the Contract in whole or in part at any time for its convenience. The notice of termination shall specify that termination is for the Purchaser’s convenience, the extent to which performance of work under the contract is terminated and the date upon which such termination becomes effective.

19.2 The Goods those are complete and ready for shipment within Ninety (90) days after the Supplier’s receipt of notice of termination shall be purchased by the Purchaser at the Contract terms and prices. For the remaining Goods the Purchaser may elect:(a) to have any portion completed and delivered at the Contract terms of prices,

and/or(b) to cancel the remainder and pay to the Supplier an agreed amount for partially

completed Goods and for materials and parts previously procured by the Supplier.

20. Resolution of Disputes: In the case of dispute or difference arising between the Purchaser and the Supplier relating to any matter connected with this contract, the same shall be settled through amicable negotiations between a maximum of Two (2) officers nominated by the Competent authority of Delhi Police and Two (2) employees nominated by the Supplier, failing which, the dispute shall be submitted to arbitration in accordance with the provisions of the Arbitration and Conciliation Act, and the Arbitrator’s decision shall be final & binding. The language of arbitration shall be English. The venue of the conciliation and/or arbitration proceedings shall be in Delhi, India.

DY. COMMISSIONER OF POLICE,PROV. & LOGISTICS: DELHI.

Page 16: tender.delhipolice.gov.intender.delhipolice.gov.in › Content › Images › CMS › 53603.…  · Web viewNote:- For 360 degree protection, two additional side HAP, if required

CHAPTER -3BILL OF REQUIREMENT FOR 3336 NOS. BULLET PROOF JACKET, LEVEL-III AND 2054 NOS. BULLET PROOF JACKET, LEVEL-III+ FOR USE IN DELHI POLICE shall be as follows:

Sl. No. Name of Equipment Total Qty.1. BULLET PROOF JACKET, LEVEL-IIIA 3336 Nos. 2. BULLET PROOF JACKET, LEVEL-III+ (25mm BFS) 2054 Nos.

Page 17: tender.delhipolice.gov.intender.delhipolice.gov.in › Content › Images › CMS › 53603.…  · Web viewNote:- For 360 degree protection, two additional side HAP, if required

CHAPTER -4TECHNICAL SPECIFICATIONS OF BULLET PROOF JACKET, LEVEL-IIIA FOR USE IN

DELHI POLICE (Attach with Technical Bid)

QUALITATIVE REQUIREMENT FOR BULLET RESISTANT JACKET

1. Before commencement of ballistic trial vendors shall be briefed about test procedures. They will be asked to sign certain certificates (Annexure A ). Tests will be conducted as per Trial Directive.

2. The decision of Technical Committee will be final. The test results will be recorded on the same day and firms’ signatory shall be required to sign Compliance Test Report (CTR). No re-testing of tested samples on the firm’s request will be undertaken.

3. Test sequence will be decided through draw of lots.

4. Action on Fair and unfair shots will be taken as per Trial Directive.

5. Physical examination of the tender sample would be carried out by a Group of Officers nominated by the Chairman of Technical Committee.

6. Only vendor or one authorized representative of firm would be present during the physical examination which would include physical parameter and weight, comfort and checking of the documents.

7. Vendor or authorized representative of firm must submit in writing, any objections, or representation, if any, with regards to these trials, to the officer In charge of the team, within one hour on the completion of evaluation of their sample.

8. User BoO shall carry out the Human Fitment Trial and Functional Operational Trial of BR Vest for Male & Female (As per requirements of User) before ballistic trial evaluation.

9. Ballistic trials as per the QRs will be held at TBRL/CFSL, Chandigarh or any other facility (Any NABL accredited Lab which is specifically approved for Ballistic testing) as decided by Technical Committee. The entire proceedings of the preparation of various equipments such as plasticine box, chronometer, mounting etc, standardization, reading of these instruments and their mounting and conduction of the ballistic trials, will be carried out by the experts of the laboratory.

10. The final results would be made available to the vendor or authorized representative of firm at a designated place and time, decided by the Chairman of the Technical Committee.

11. The decision of the Chairman, Technical Committee shall be final on the representation of vendor or authorized representative of the firm.

Page 18: tender.delhipolice.gov.intender.delhipolice.gov.in › Content › Images › CMS › 53603.…  · Web viewNote:- For 360 degree protection, two additional side HAP, if required

DESIGN PARAMETERS FOR BR JACKET

A. Shall conform to Trial Directive, “Ballistic Resistance of Vest,” Protection against:

(i) 9x19 mm cartridge fired through Sub Machine Gun (Such as Sten Machine, MP-5, Carbine, any other variant) from a distance of 5 meters to achieve a muzzle velocity 430 +15m/s and the weight of the bullet between 7.4 to 8.2 g.

(ii) .357 SIG FMJ Flat Nose (FN) bullet with a specified mass of 7.9 to 8.3 g, velocity of 440 + 15 m/s from a distance of 5 meters. (Optional)

(iii) .44 magnum Semi Vested Hollow Point (SJHP) bullets with a specified mass of 15.4 to 15.8g, velocity of 430 + 15m/s from a distance of 5 meters (Optional)

B. SIZES OF SOFT ARMOUR PANEL (SAP) SAP should be of three different sizes i.e. STANDARD, LARGE & EXTRA LARGE.

C. AREAS OF COMPONENTS OF SOFT ARMOUR PANEL Each component should be made of multi layers of same material. Each layer will be in single piece and of equal shape and size to maintain uniform thickness all over area up to edge level. Coverage area of the SAP should be as per the sizes mentioned below:-

(Table – 1)S.No Category STANDARD

(In m2)LARGE(In m2)

EXTRA LARGE(In m2)

1 For Male 0.30 0.33 0.362 For Female 0.32 0.35 0.38

DimensionLength (Bottom of

neck scoop to bottom of vest)

35 cm 37cm 39cm

Chest size 90cm 95cm 100cm

(i) Should be thin enough to be properly concealable with max thickness of 05mm, including trauma pad if any.

(ii) Negative tolerance in terms of area measurement is not permissible.

(iii) Measurements will be made with the help of scaled drawing on graph paper and using planimeter.

D. WEIGHT OF THE B.R. JACKET Total weight of BR vest for ammunition 9 x 19 mm, MV 430 + 15 m/s including

SAPs, Outer cover and trauma liner should not exceed as mentioned below:-

Page 19: tender.delhipolice.gov.intender.delhipolice.gov.in › Content › Images › CMS › 53603.…  · Web viewNote:- For 360 degree protection, two additional side HAP, if required

(Table – 2)S.No Category STANDARD

(In Kg)LARGE(In Kg)

EXTRA LARGE(In Kg)

1 For Male 1.5 1.6 1.72 For Female 1.6 1.7 1.8

Total weight of BR vest for optional ammunitions .357 SIG FMJ (440 + 15m/s), .44 Magnum (430 + 15 m/s) including SAPs, outer cover and trauma liner should not exceed as mentioned below:-

(Table – 3)S.No Category STANDARD

(In Kg)Large(In Kg)

Extra Large(In Kg)

1 For Male 1.8 1.95 2.12 For Female 1.9 2.1 2.2

E. CARRIER SYSTEM(i) Made of high quality fabric preferably cotton based.(ii) The cloth of the carrier must be pre-shrunk before stitching.(iii) The fabric must be suitable to wear in the Indian conditions of heat,

rain and humidity (iv) Should have a proper sweat management system for:-

(a) Body Sweat and odor absorption.(b) Vapor, Moisture and breathable for cooling effect.(c) Fire/UV/Oil/Chemical resistant.(d) Machine Washable.(e) The carrier shall be adequately stitched and reinforced to

prevent fabric ripping or seams opening due to laundering.(f) One extra carrier to be provided with each BR Jacket.(g) The Carrier should be single piece with separate front and back

SAPs. Zips may be provided on sides.(h) Overlapping of SAPs be provided on both the sides where front

and back panels joins, to leave no gaps. This would provide maximum coverage area for protection all around.

Note:- The methods of testing criteria for measuring the properties of outer carrier shall be as per IS: 11871-1986, IS: 14887: 2014 (Annex C, After UV exposure of 192 hrs the strength retention shall be min 85 per cent) IS: 392-1989 and IS 391-1975.

Vendor should supply 3 meters of each fabrics used both at the time of tender and from actual production for laboratories testing.

Duration of flame after removal of burner-maximum 5 second (Test Method IS 11871)

Duration of flame afterglow-maximum 5 second (Test method IS 11871)

Hydrostatic Head-Minimum 100 cms of water for 24 hrs (Test Method IS391-1975)

Page 20: tender.delhipolice.gov.intender.delhipolice.gov.in › Content › Images › CMS › 53603.…  · Web viewNote:- For 360 degree protection, two additional side HAP, if required

Water penetration should be zero (Test Method IS 392-1989)

The test specified will be conducted at a Government Institute, having required technical expertise. The Institute will be selected by technical Committee in consultation with experts. All tests will be in accordance with Trial Directives. Any changes in the SOP will be decided by Technical Committee.

F. DESIGN/CONSTRUCTION

(i) Customize design according to the need of user and provide protection against 9mm bullet and desirable/optional protection against .357 SIG FMJ Flat Nose (FN) bullet and with .44 magnum Semi Vested Hollow Point (SJHP) bullets with a above specified mass and a velocity.

(ii) Adjustable at the shoulders, waist, with appropriate Hook and Loop fasteners (Velcro’s), as per IS 8156-2014. An adjustable Velcro should be provided with double locking of Jacket with Velcro (from front for male & from rear for female)

(iii) The Vest should be designed and fabricated to withstand hard daily wear.

(iv) Thread tension should be maintained such that no loose stitches.

(v) The vendor has to declare the type of materials, number of layers, and their aerial density in technical bid of tender and they have to maintain the same in bulk supply.

(vi) SAP should be encased in some materials so as to make it water proof.

(vii) Outer carrier shall be machine washable and body sweat and odour absorption.

Note:-i. Vendor to provide “Raw Material Assurance Certificate” in

support of their SAP designs.ii. Vendor must provide Certificate from the original anti-

ballistic material supplier, confirming that the required volume of material/grade is purchased for the commercial supply of BR Jacket and same is being used during bulk supply of BR Jacket. For confirmation, user should provide few samples out of bulk supplied of BR Jacket to the original anti-ballistic material supplier and obtain the requisite report.

Page 21: tender.delhipolice.gov.intender.delhipolice.gov.in › Content › Images › CMS › 53603.…  · Web viewNote:- For 360 degree protection, two additional side HAP, if required

G TRAUMA PAD FOR TRAUMA ATTENUATION

(i) Trauma pad made of extremely light weight, thin and flexible material.

(ii) It must cover uniformly up to edge level of the SAPs. Seam sealed along with SAP.

(iii) Back face Signature (BFS) should not exceed 44mm in Plasticine block.

H LABELLING – The outer carrier and the two Soft Armour panels must be labeled as giving in below:-

Name, logo or other identificationof the Manufacturer : XYZName of the Product : aabbDate of Manufacturing : dd:mm:yyyyDate of receipt : (to be filled by user)Size : Standard/Large/Extra LargeIdentification number : abcd----------Reference : Tender No. with date

Note:- Strike face of Vest should be clearly marked.

I. SOFT ARMOUR PANEL (SAP)

(j) SAP shall be able to withstand NIJ threat level III A in respect of the caliber & the weapon selected for trial and other parameters such as weight & velocity of the bullet in ammunition selected for trials.

(ii) To provide full front and back torso protection as well as full sides and upper shoulders.

(iii) The weight of the material shall be so balanced as to make the SAP lightweight, breathable, soft and pliable.

(iv) The aerial density of the panels shall be such as to provide the rated ballistic and trauma protection.

(v) No tears, rips, worn spots, discolorations, loose or torn stitching and set wrinkles on the SAP shall be allowed.

(vi) The panel shall be treated with approved and durable water repellant.

(vii) The SAP shall be removable from outer carrier to allow for periodic cleaning.

Page 22: tender.delhipolice.gov.intender.delhipolice.gov.in › Content › Images › CMS › 53603.…  · Web viewNote:- For 360 degree protection, two additional side HAP, if required

(viii) The SAP shall be placed in tightly sealed with some material so as to make it completely water repellent and waterproof.

Hydrostatic Head-Minimum 100cms of water (Test Method IS 391-1975)

Water penetration should be zero (Test Method IS 392-1989)

Note:- Vendor must declare number of layers and type of material (aerial density of material) used for fabricating Soft Armour Panel as per original manufacturer of the material. Raw Material Assurance Certificate (RMAC) must be given from original manufacturer in respect of material for SAP, valid for a period of six months from the closing date of tender. The vendor has to make bulk supply as per the above declaration.

J OTHER STIPULATIONS JACKET STYLE : POLICESERVICEABILITY : 5 YEARS (SAP & trauma liner)GUARANTEE : The outer carrier shall be guaranteed

for a period of 2 years against all manufacturing defects.

HUMIDITY : 95 % at 400 CSTORAGE : Normal Room Temp.

K IMMUNITY LEVEL/PTOTECTION:

(i) Soft Armour Panels As described in table below, six shots (4+2 (1 each from 300 and 450 angle) fired through 9mm Sub Machine Gun (Such as Sten Machine, MP-5, Carbine, any other variant). One extra shot on seam provided on projection for bust in Female vest.

(Table-3)

Arm

our

Type

Test

B

ulle

t

Bul

let

wei

ght

Ref

eren

ce

Velo

city

Hits

per

A

rmou

r pa

rt a

t 0o

angl

e of

in

cide

nce

BFS

* D

epth

M

axim

um

Shot

s pe

r Pa

nel

(fron

t and

re

ar)

IIIA

9 mm FMJ RN 7.4 gm to 8.2gm

430 + 15m/s

4+ (01 each at 300 and 450)

44 mm 6+1 (in case of female vest)

.357 SIG FMJ Flat Nose (FN) (Optional)

7.9 gm to 8.3 gm

440 + 15 m/s

4+ (1 each at 300 and 450)

44 mm 6+1 (in case of female vest)

.44 magnum Semi Vested Hollow Point (SJHP) (Optional)

15.4 gm to 15.8 gm

430 + 15 m/s

4+ (1each at 300 and 450)

44 mm 6+1 (in case of female vest)

Note:-

Page 23: tender.delhipolice.gov.intender.delhipolice.gov.in › Content › Images › CMS › 53603.…  · Web viewNote:- For 360 degree protection, two additional side HAP, if required

1. *BFS – Back Face Signature on Plasticine.2. Selected weapon and lot of ammunition, for which reference

velocity has been once achieved, will remain the same throughout ballistic testing of all tender samples of various firms.

L. SAMPLE

i) The supplier/manufacturer shall provide complete 04 BR Jacket. Out of which, 02 complete BR Jacket of particular size and two (one each) complete BR Jacket of two size.

ii) Each model/brand of BR Jacket should be submitted against a separate tender form.

M. Testing facilities-

Ballistic trials as per the QRs will be held at CFSL and TBRL, Chandigarh or Any Other Facility (Any NABL accredited Lab which is specifically approved for Ballistic testing) as decided by Technical Committee.

Note:- The QRs are dynamic/live and may be amended only on the

approval of competent authority. The QRs have been drawn jointly with the association of CAPFs,

DRDO (TBRL, DIPAS and DMSRDE Kanpur), CFSL Chandigarh, AIIMS Delhi, and DGQA.

The level of protection is limited to the ammunitions mentioned in QRs.

All Testing shall be carried out as per the protocols of Trial Directive.

Page 24: tender.delhipolice.gov.intender.delhipolice.gov.in › Content › Images › CMS › 53603.…  · Web viewNote:- For 360 degree protection, two additional side HAP, if required

TRAIL DIRECTIVES FOR TESTING OF BULLET RESISTANT JACKET

STANDARD SPECIFIC ABBREVIATIONS

AP = Armor Piercing RN = Round NoseBFS = Backface Signature LR = Long RifleBL = Ballistic Limit P-BFS = Perforation & Backface SignatureCTR = Compliance Test Report LRN = Lead Round NoseFML = Full Metal Vest ISO = International Standards

OrganizationV HP = Vested Hollow Point SJHP = Semi Jacked Hollow PointJSP = Jacked Soft Point SJSP = Semi Jacked Soft Point

COMMONLY USED SYMBOLS AND ABBREVIATIONS

A Ampere h hourAc Alternating current hf high frequencyCP Chemically pure in inchD day J jouledB decibel L litre0C Degree Celsius Lb pound0F Degree Fahrenheit m meterdiam diameter min. minuteeq equation mm millimeterfig. figure mph miles per hourft foot m/s meter per secondft/s foot per second wt weightg gram No. Numbergr grain rh relative humidity

COMMON CONVERSIONS

1 ft= 0.30480m 1 mph= 1.609344km/h1 in= 2.54cm 1 lbf= 4.448222N1 lb= 0.4535924kg 1 lbf.in=0.1129848 N.m1 gr= 0.06479891 g 1 lbf/ft 14.593901 qt= 0.9463529L 1 lbf/in2 6894.757Pa1 k W.h = 3600000J 1 ft.lbf 1.355818 J

Temperature T0C = (T0F- 32) x 5/9Temperature T0F = (T0 x 9/5) +32

Page 25: tender.delhipolice.gov.intender.delhipolice.gov.in › Content › Images › CMS › 53603.…  · Web viewNote:- For 360 degree protection, two additional side HAP, if required

Chapter- 4.1

Purpose and Scope

The purpose of this trail directive is to establish minimum performance requirements and test methods for Ballistic Resistance of Vest intend to protect against 9mm threats explained in subsequent paras.

The scope of this document is limited to Ballistic Resistance only and does not address threats from knives and sharply pointed instruments. MHA user units may use this document to help to determine whether specific Ballistic Resistance Vest/armor models meet the minimum performance standards and test methods identifies in this document.

The Ballistic tests described in this document have inherent hazards. Adequate safeguards for personnel and property must be employed while conducting these tests.

Page 26: tender.delhipolice.gov.intender.delhipolice.gov.in › Content › Images › CMS › 53603.…  · Web viewNote:- For 360 degree protection, two additional side HAP, if required

Chapter-4.2

Important Definitions2.1 Angle of incidence: The angle between the line of flight of a bullet and the perpendicular to the plane tangent to the point of impact.

2.2 Absolute Humidity: - Defined as the quantity of water in a given volume of air, in grams per cubic meter.2.3 Accessory Ballistic Panels: - Accessory panels are armor component that are detachable or removable from the primary body armor sample and are intended to provide comparable ballistic protection. Examples of accessory panels include groin, coccyx, and side protection panels, which are attached to or inserted into the external armor carrier but are not integral to the armor panels or armor sample.2.4 Armor Carrier:- A component of the armor sample or armor panel whose primary purpose is to retain the ballistic panel and provide a means of supporting and securing the armor garment to the user. Generally, the carrier is not ballistic resistant. 2.5 Armor Conditioning:- Environmental and mechanical conditioning of armor prior to ballistic testing, which consists of exposure to specified conditions of temperature, humidity, and mechanical damage. 2.6 Armor Panel or Panel:- The portion of an armor sample that consists of an external ballistic cover and its internal ballistic panel. The word “panel,” if not preceded by the word “ballistic,” refers to an armor panel in this standard.

2.7 Armor Sample:- One complete armor garment. Typically, a front armor panel, a back armor panel, and the armor carrier comprise a body armor sample. The armor sample may be a single wraparound style or consist of multiple parts that are worn around the body.

2.8 Back Face Signature (BFS):- The general extend of indentation in the backing material caused by a non-perforating impact on the armor. The BFS is the perpendicular distance between two planes, both of which are parallel to the front surface of the backing material fixture. One Plane contains the reference point on the original (pretest) backing material surface that is co-linear with the bullet line of flight.

Page 27: tender.delhipolice.gov.intender.delhipolice.gov.in › Content › Images › CMS › 53603.…  · Web viewNote:- For 360 degree protection, two additional side HAP, if required

Figure-2

The other plane contains the point that represents the deepest indentation in the backing material. Depending on bullet armor backing material interactions, the two points that define the locations of the measurement planes may not be co-linear with the bullet like of flight. Examples of how BFS is measured are shown in above figure-2.

2.9 Backing Material: - A homogenous block of non-hardening, oil based (Roma# Grey), modeling clay placed in contact with the back of the armor panel during ballistic testing.

2.10 Backing Material Fixture: - A box-like rigid frame, with a removable back, which contains the backing material. The removable back is used for perforation-back face signature testing but is not used for ballistic limit testing.

2.11 Complete Penetration: This nomenclature is no longer used in this standard. See “perforation.” Perforation replaces complete penetration. Although the terms partial penetration and complete penetration are no longer used in this standard, they may still be used by test laboratories for compatibility with military standards.

2.12 Compliance Test Group:- A group of armor samples submitted for testing according to this standard.

2.13 Condensation: Precipitation of water vapor on a surface whose temperature is lower than the dew point of the ambient air. The dew point depends on the quantity of water vapor in the air. The dew point, the absolute humidity, and the vapor pressure are directly interdependent. Condensation occurs on a test items when the temperature at the surface of the item placed in the test chamber is lower than the dew point of the air in the chamber. As a result, the item may need to be preheated to prevent condensation.

2.14 Dew-point (or dew point):- The temperature to which a parcel of air must be cooled (at constant barometric pressure) for water vapor present in the air to condense into water (dew).

Page 28: tender.delhipolice.gov.intender.delhipolice.gov.in › Content › Images › CMS › 53603.…  · Web viewNote:- For 360 degree protection, two additional side HAP, if required

2.15 Fair Hit:- The impact of a bullet on an armor panel that meets the shot spacing and velocity requirements. A test shot shall be considered a fair hit if it impacts the armor panel at an angle of incidence no greater than + 50 from the intended angle of incidence, no closer to the edge of the ballistic panel than the minimum shot-to-edge distance (51 mm), and no closer to a prior hit than the minimum shot-to-shot distance (51mm).

An otherwise fair shot, but yawed projectile, which produces a penetration shall be declared a fair shot.

(a) An otherwise, fair shot, striking at a greater angle of obliquity than that specified which produces a penetration shall be declared a fair shot.

(b) An otherwise fair shot, striking at less than the specified velocity which produces a penetration shall be declared a fair shot.

(c) An otherwise fair shot, striking at velocities greater than the specified maximum which DOES NOT penetrates shall be declared a fair shot.

2.16 Unfair Hit :- Any of the following categories of shot shall be declared unfair and shall not be used in evaluating the test samples-

(a) Any shot which penetrates at a velocity greater than the maximum specified. (b) Any non-penetrating shot at velocities less than the minimum specified.(c) Any non-penetrating shot which is yawed more than 5-degrees. (d) Any otherwise fair shot which penetrates a test sample that has been

previously impacted with five or more prior shots.

2.17 Flexible Body Armor:- Body armor constructed of pliable, textile-based materials such that the complete system is capable of being flexed. Such systems are typically in the form of Jacket or jacket that provide greater coverage area than rigid plate armor. Generally, these armors provide protection against handgun (9mm) threats.

2.18 Full Metal Vested (FMJ) :- A bullet made of lead completely covered, expect for the base, copper alloy (approx. 90% copper-10% zinc).

2.19 Vested Soft Point (JSP) :- A bullet made of completely covered expect for the point, with copper alloy (approximately 90% Copper-10 % zinc).

2.20 Penetration:- Any impact where the projectile passes into the armor is a penetration. A penetration may either be a stop or a perforation. The result is considered a stop or partial penetration if (1) the entire projectile is captured or deflected by the armor, and (2) no fragments of either the projectile or the armor become embedded in the backing material. If any part of the projectile passes through the armor, the result is considered a perforation or a complete penetration. Although the terms partial penetration and complete penetration are no longer used in this standard, they may still be used by test laboratories for compatibility with military standard.

2.21 Perforation: Any impact that creates a hole passing through the armor. This may be evidenced by any of the following: (1) the presence of the projectile, a projectile fragment, or an armor fragment in the clay backing material; (2) a hole that passes through the armor and/or backing material’ or (3) any portion of the bullet

Page 29: tender.delhipolice.gov.intender.delhipolice.gov.in › Content › Images › CMS › 53603.…  · Web viewNote:- For 360 degree protection, two additional side HAP, if required

being visible from the body side of the armor panel. The term perforation is synonymous with the term complete penetration.

2.22 Reference Velocity: The specified measurement velocity goal for test rounds used in perforation-back face signature ballistic performance tests.

2.23 Relative Humidity : The ratio of the amount of water in a given parcel of air at a given temperature to the maximum amount of water that the air can hold at that temperature.

2.24 Shot-to-Edge-Distance: The distance from the centre of the bullet impact to the nearest edge of the ballistic panel.

2.25 Shot-to-Shot-Distance: The distance from the centre of the bullet impact to the centre of the nearest prior bullet impact.

2.26 Textile-Based Materials: Materials manufactured by weaving or felting yearns into a fabric, or by embedding or laminating fibers in sheets of plastic film.

2.27 Yaw: The angular deviation of the longitudinal axis of the projectile from its line of flight measured as close to the target as practical.

Page 30: tender.delhipolice.gov.intender.delhipolice.gov.in › Content › Images › CMS › 53603.…  · Web viewNote:- For 360 degree protection, two additional side HAP, if required

Chapter-4.3

General Information

3.1 Ballistic trials as per the QRs will be held at TBRL/CFSL, Chandigarh or any other facility as decided by Technical Evaluation Committee. The entire proceedings of the preparation of various equipments such as plasticine block or chronometer, mounting etc, standardization reading of these instruments and their mounting and conduction of ballistic trial will be carried out by the experts of the laboratory.

3.2 Before commencement of ballistic trial vendors shall be briefed about test procedures. They will be asked to endorse signature on certificate attached as Annexure A. Tests will be conducted as per laid down procedure. No deviation shall be allowed.

3.3 The decision of Technical Evaluation Committee (TEC) as appointed by the MHA will be final and binding. The test results will be shown to vendor or authorized representative of firm. The test result will be recorded on the same day and firms’ signatory shall be required to endorse signature on Compliance Test Report (CTP). No re-testing of tested samples on the firm’s request will be undertaken. They will be asked to endorse signature on certificate (Annexure ‘B’) as their satisfaction of ballistic trial.

3.4 Test sequence will be decided by the Purchase/Technical Committee.

3.5 Fair and unfair shots will be given due weightage.

3.6 All new flexible BR Jacket & Jackets shall be submersed and tested wet followed by Dry test/Conditioning protocol as described elaborately in succeeding paras against threat tabulated below :-

(Table -4)

Arm

our

Type

Test

Bul

let

Bul

let

wei

ght

Ref

eren

ce

Velo

city

Hits

per

A

rmou

r pa

rt a

t 0o

angl

e of

in

cide

nce

BFS

* D

epth

M

axim

um

Shot

s pe

r Pa

nel (

fron

t an

d re

ar)

IIIA

9 mm FMJ RN 7.4 gm to 8.2gm

430 + 15m/s

4+ (01 each at 30o and 450)

44 mm 6+1 (in case of female vest)

.357 SIG FMJ Flat Nose (FN)

7.9 gm to 8.3 gm

440 + 15 m/s

4+(1 each at 30o

and 45o)44 mm 6+1 (in

case of female vest)

.44 magnum Semi Vested Hollow Point (SJHP)

15.4 gm to 15.8 gm

430 + 15 m/s

4+(1each at 30o

and 45o)44 mm 6+1 (in

case of female vest)

Page 31: tender.delhipolice.gov.intender.delhipolice.gov.in › Content › Images › CMS › 53603.…  · Web viewNote:- For 360 degree protection, two additional side HAP, if required

3.7 Any representation with regards to ballistic trials will have to submit in writing to the officer. In charge by the respective vendor or his authorized representative within One hour of the receipt of these reports. No subsequent representation will be entertained.

3.8 The supplier/manufacturer shall provide complete 04 Ballistic Resistant sample Jacket. Out of which, 02 complete Ballistic Resistant sample Jacket of particular size and two (on each) complete BR sample Jackets rest of two sizes.

3.9 Each model/brand of Ballistic Resistant sample Jacket should be submitted against a separate tender form.

3.10 Trial directives are dynamic/live and may be amended only on the approval of competent authority.

3.11 Entire trail evaluation shall be video graphed and still photographed.

Page 32: tender.delhipolice.gov.intender.delhipolice.gov.in › Content › Images › CMS › 53603.…  · Web viewNote:- For 360 degree protection, two additional side HAP, if required

Chapter-4.4

Test Sequence & Preparation

4.1 Physical & Visual Inspection

4.1.1 Acceptance criteria

From each group of Ballistic Resistant sample Jacket, submitted by the vendor, only one-piece chosen at random, will be put through test for all the physical parameter including workmanship and labeling requirements. If that sample meets the physical requirements, the entire group would be deemed to have passed for physical parameters. If the sample chose at random doesn’t meet the physical requirements, the entire group will be rejected.

The Compliance Test Report (CTR) form shall be used to record the results of all the tests. Following sequence will be followed:-

a) Submission of all certificates prescribed in tender inquiry. b) Measurement of weight and other physical dimensions of Ballistic Resistant

sample Vest.c) Visual inspection for checking physical deformity and other parameter.

4.2 Workmanship

Each sample of Ballistic Resistance Jackets shall be free from evidence of inferior workmanship, such as wrinkles, blisters, cracks of fabric tears, fraying, crazing, or chipped or sharp corners and edge. Stitching must be straight and secure. All samples shall be identical in appearance and manner of construction. All samples BR Jackets shall be sized to meet the appropriate sizing templates, and all BR jackets in each size group shall be identically sized. There shall be no variance in construction details between individual Ballistic Resistance jackets sample and the manufacturer’s documentation.

4.3 Ballistic Evaluation/Trail

4.3.1 Test conditions

The test conditions shall be recorded before and after each BR Vests firing sequence (6 or 12 shots) and, unless otherwise specified, shall be as stated below:-

(a) Temperature: 210C +2.90C (700F + 50F)(b) Relative humidity: 50% +20%

4.3.2 Ballistic Panels

Pre-test:- Before testing, all BR jackets samples received as tender sample will be individually inspected for damage, material flaws, or poor workmanship as defined in specifications. All identified flaws will be noted on the CTR form (s) for use in deficiency notification reporting.

Page 33: tender.delhipolice.gov.intender.delhipolice.gov.in › Content › Images › CMS › 53603.…  · Web viewNote:- For 360 degree protection, two additional side HAP, if required

4.3.3 Conduct of Test

Test Barrel:- The test barrel shall be ANSI/SAAMI unvented velocity test barrels. The rifling of all barrels shall meet the ANSI/SAAMI specifications; however, longer barrel may be used when necessary for achieving the required bullet velocity.

4.3.4 Velocity Measurement Equipment

Test round velocities shall be determined using at least two independent sets of instruments. Fair velocity measurements are individual velocity measurements within 3m/s (10 ft/s) of each other. The velocity recorder shall be arithmetic mean of all fair velocity measurements. The velocity measurement instrumentation shall have a combined uncertainty of less than 1.0m/s (3.3 ft/s).

4.3.5 Configuration

The velocity shall be measured at 2.5m + 0.025m (8.2 ft +1.0 in) from the front face of the backing material. When a chronograph is used in conjunction with trigger screens, the screens shall be centered at 2.5m+0.025 m (8.2 ft + 1.0 in) in front of the front surface of the backing material. For angled shots only, the screens may be cantered at 2.5m + 0.025m/-0.190 m (8.2 ft+1.0in/-7.5 in) in front of the front surface of the backing material. Such screens shall be securely mounted to maintain their required position and spacing.

For angled shots, the positioning tolerance for the trigger screen is relaxed to allow for backing material supports that pivot the backing material around a fixed point such that the range length will decrease slightly for angled shots. All instrumentation should be positioned with the armor sample and backing material perpendicular to the line of fire and does not need to be repositioned for the angled shots.

4.3.6 Range Preparation

The test equipment will be arranged as shown in figure-3 for Sub machine Gun round, the BR Jacket panel shall be mounted at the distance of 5.0 meters + 0.1 meters from the muzzle of the test barrel of weapon, in order to minimize the possibility of excessive yaw at impact, or for other range configuration reasons, the distance may be adjusted for each threat, however, the distance shall be not be less than 4 meters for any round. The bullet yaw shall be experimentally verified to confirm that the angle of incidence is within 50 of the intended angle.

The backing material fixture should be rigidly held by a suitable test stand, which shall permit the entire BR jacket sample and backing material assembly to be shifted vertically and horizontally such that the entire of the backing material can be targeted.

Page 34: tender.delhipolice.gov.intender.delhipolice.gov.in › Content › Images › CMS › 53603.…  · Web viewNote:- For 360 degree protection, two additional side HAP, if required

Target Mount

A- 5.0 + 0.1m for low velocity threats/handgun rounds B- Adjustable distance to met velocity requirements

4.3.7 Armor Backing MaterialThe inside dimensions of the backing material fixture shall be 610mmx610mm

with a depth of 140mm (24.0inx24.0inx5.5 in). The tolerance on all dimensions is + 2mm (+ 0.08in). The back of the fixture shall be removable and shall be constructed of 19.1mm (0.75in) thick wood or plywood.

4.3.8. Fixture construction and backing Material:-The sides of the fixture shall be constructed of rigid wood or metal, preferably

with a metal front edge to reliably guide the preparation of the flat front surface of the backing material. In the interest of inter-laboratory conformity, Roma Plastilina No.1 oil-based modeling clay shall be used at the backing material. The backing material shall be replaced on an annual basis or more frequently if necessary.

4.3.9. Backing Material Surface Preparation:-The clay in each backing material fixture shall be manipulated to produce a

block free of voids, with a smooth front surface for the accurate and consistent measurement of depression depth. The front surface of the backing material shall be even with the reference surface plane defined by the fixture edges. Striking devices of sufficient length shall be used to ensure the reference surface is established using the edges of the clay block fixture as points.

For non-planar body armor, Backing Material shall be built up to confirm to the shape of the non-planar armor. Calibration drop testing shall not perform in the built-up area. The built-up backing material shall be conditioned to the same temperature as the backing material in the fixture.

Page 35: tender.delhipolice.gov.intender.delhipolice.gov.in › Content › Images › CMS › 53603.…  · Web viewNote:- For 360 degree protection, two additional side HAP, if required

During preparation and post-test repair, effort shall be made to locate and remove any debris, including but not limited to bullet fragments and armor components introduced into the block during testing.

4.3.10 Preparation of Plasticine and drop test

Backing Material Calibration: Calibration of the Plasticine clay backing material will be accomplished before and after each sequence of firing of six shot and before 12 shot test sequence. Calibration will be accomplished using the equipment and techniques specified below:-

(a) Drop weight: Steel Sphere

(b) Drop eight size:63.5mm +0.05mm (2.5 in in diameter+0.01lb)

(c) Drop weight mass:1043g +5g (2.29 1b + 0.01 lb)

(d) Drop height: 2.0 meters(6.56ft)

(e) Drop spacing: Minimum of 76 mm (3.0 in) from fixture edge to indent edge and a minimum of 152mm (6.0 in) between indent centres.

Each calibration drop will consist of a free fall of the steel sphere onto the conditioned backing material. A minimum of five drops will be completed with the five drop arithmetic mean depth of depression to be 19+ 2mm at 30+ 2.9 degree centigrade. In addition, no indentation shall be greater than 22mm (0.866 in) or less than 16mm (0.630 in).

Depth of indentation measurements shall utilize measurement devices (+ 1mm accuracy). Backing material temperatures shall be measured using a thermometers or thermocouple with a measurement accuracy of 0.50C (0.90F) or better. Temperature reading will be taken prior to pre and post-test drop testing at a minimum of 254mmx254mm (10.0inx10.0in) from any two fixture edge at a minimum depth of 25mm (1.0in) and maximum depth of 51mm (2.0in) from backing material surface.

4.3.11 BFS- Back Face signature on Plasticine

Page 36: tender.delhipolice.gov.intender.delhipolice.gov.in › Content › Images › CMS › 53603.…  · Web viewNote:- For 360 degree protection, two additional side HAP, if required

Selected weapon and lot of ammunition, for which reference velocity has been once achieved, will remain the same throughout ballistic testing of all tender samples of various firms.

4.3.12 Measurement of Back Face Signature

a) Measure the BFS of first shot.

b) Measure the BFS of 2nd or 3rd shot (Whichever is having higher value of BFS).

c) The maximum value of Back Face Signature (BFS) will be necessarily recorded on CTR between (a) and (b) whichever is having higher value.

Page 37: tender.delhipolice.gov.intender.delhipolice.gov.in › Content › Images › CMS › 53603.…  · Web viewNote:- For 360 degree protection, two additional side HAP, if required

Chapter-4.5

Flexible Armor Conditioning Protocol (applicable for conditioning trial)

5.1 Purpose and Scope

This protocol applies to IIIA system. After being subjected to the conditioning, protocol, flexible armor performance will be verified with ballistic testing.

This protocol is designed to subject test armors to conditions that are intended to provide some indication of the armor’s to maintain ballistic performance after being exposed to conditions of heat, moisture, and mechanical wear. This protocol will not predict the service life of the vest nor does it simulate an exact period of time in the field.

5.2 Pre-test Parameters

5.2.1 Storage of Armors

To allow for equilibration, the test samples will be stored at a temperature of 250 C +100C (770 F + 180 F) with a relative humidity of 20% to 50 % for at least 24 hrs. prior to starting the armor conditioning protocol. This will be achieved in a controlled laboratory environment, or if conditions in the laboratory deviate from those specified, a chamber will be used to create these conditions.

5.2.2 Pre-test Calibrations

Prior to and following each conditioning protocol, the accuracy of all instruments and test equipment used to control or monitor the test parameters shall be verified as per ANSI (American National Standard Institute) or ISO (International Organization for Standardization) guidelines.

5.2.3 Test Conditions

5.2.3.1 Air Temperature

Keep the air temperature uniform, both inside the conditioning chamber and in the storage environment. Verify that the air temperature is uniform by using verification sensors to ensure that the air temperature is within + 20C (+ 3.60F) of the required temperature. Storage temperatures are given in section 5.2.1.

The test temperature shall be 650C (1490F).

5.2.3.2 Relative Humidity

Keep the relative humidity uniform and noncondensing, both inside the test chamber and in the storage environment. Verify that the relative humidity is uniform by using verification sensors to ensure that the relative humidity is within + 5% of the required relative humidity. The storage relative humidity is given in section 5.2.1.

Page 38: tender.delhipolice.gov.intender.delhipolice.gov.in › Content › Images › CMS › 53603.…  · Web viewNote:- For 360 degree protection, two additional side HAP, if required

The test relative humidity shall be 80%

5.2.3.3 Tumbling

The drum rotation rate shall be 5.0 rpm + 1.0 rpm.

The drum rotation shall be rotated through 72,000 + 1500 complete rotations during the test. To ensure that the proper number of complete rotations is obtained, a counter or totalizer shall be used to record the total number of rotations. The drum rotation rate may be varied within the given tolerance to achieve the necessary number of rotations, as long as the rate does not exceed the above specified tolerance.

5.2.3.4 Test duration

The test shall last a total of 10 d + 1 h

5.3. Laboratory Configuration and Test Equipment

5.3.1 Facility Design

Use a standalone or walk in temperature and humidity chamber with the tumbling accessory inside.

5.3.2 Monitoring Conditioning Chamber

To provide proof of parameter level maintenance, the laboratory must keep a manually or electronically produced log of parameter levels. Exact parameter monitoring intervals and exact methods of recording parameter levels may vary for different laboratories. The technology involved in recording parameters level may involve visual checks at prescribed intervals, real time continuous recording such as a circular chart, periodic recording on a device such as a data logger, or other techniques as appropriate for each individual laboratory.

5.3.3 Humidity Generation

Use steam or water injection to create the relative humidity within the test chamber as appropriate for the device. Set up a system to drain and discard any condensate developed within the chamber during the test.

5.3.4 Water Purity

It is essential that the water used for humidity tests not unfairly impose contaminants on the test samples. Chemicals commonly found in commercial water supplies, such as chlorine, as well as non-neutral pH, can cause unintended corrosive effects to materials. It is highly recommended that the water used for this test be relatively free from impurities and chemicals and have a pH in the range of 6.5 to 7.2.

Note: A water resistivity of no less than 150,000 ohm cm is recommended. This can be produced using distillation, demineralization, reverse osmosis, or deionization. Many humidity chambers have a built in deionization system.

Page 39: tender.delhipolice.gov.intender.delhipolice.gov.in › Content › Images › CMS › 53603.…  · Web viewNote:- For 360 degree protection, two additional side HAP, if required

5.3.5 Tumbling Generation

Use a tumbling device to generate tumbling action during the protocol. The tumbler drum shall have an internal diameter of 832mm + 6mm (32 3/4 in + 1/4 in) and an internal depth of 651 mm+ 6mm (25 5/8 in + 1/4 in). The tumbler drum shall have four fins (ribs) running the full depth of the drum and spaced at 900

Intervals about the circumstance. Each fin shall be 114mm + 3 mm (4 ½ in + 1/8) in high. The top edge of the fins shall be rounded with a minimum diameter of 19mm+ 3mm (3/4 in + 1/8 in), and the width of the fin at the top shall be 19mm+ 3mm (3/4 in + 1/8 in). The fins may be either straight or tapered. The base of the fin shall not be thinner than 19mm (3/4 in) and shall not be thicker than 76mm (3.0 in). The inside of the drum shall be smooth, with no sharp edges to catch, tear, or abrade the armor samples. The drum surface may be perforated. The drum shall have sufficient openings to allow air flow such that the air within the drum remains within the specified tolerances.

The tumbling apparatus should be placed in a chamber capable of generating temperature and humidity during the conditioning protocol. The tumbler must maintain tolerances of temperature, humidity, and revolutions per minute specified in section 5.2.3. Verify the apparatus maintains conditions within the tolerances specified at periodic intervals throughout each cycle of the conditioning protocol. The tumbler and chamber must be arranged such that if the chamber goes out of the tolerance conditions, the tumbler rotation will cease until the chamber returns to its in-tolerance conditions.

Note: The testing of BR Jacket for Ballistic evaluation after conditioning specified in Chapter 5 of this Trial Directives is an optional requirement for the user.

5.3.6 Contamination Prevention

Do not bring any material other than water into physical contact with the test armors. Do not introduce any material other than water into the chamber.

Care shall be taken to prevent condensation within the humidity chamber from coming in contact with the armor samples.

5.3.7 Controlsa) Ensure the test chamber includes measurement and recording

device(s), separate from the chamber controllers.b) Unless otherwise specified, make continuous analog

temperature and relative humidity measurements during the test. Conduct digital measurements at intervals of 10 min. or less.

c) Use only instrumentation with the selected conditioning chamber that meets the accuracies tolerances etc., described herein.

Page 40: tender.delhipolice.gov.intender.delhipolice.gov.in › Content › Images › CMS › 53603.…  · Web viewNote:- For 360 degree protection, two additional side HAP, if required

5.3.8 Test Interruption

Analyze any interruption carefully. If decision is made to continue the protocol from a point of interruption or to add additional time onto the protocol, and a failure occurs, it is essential to be able to determine the effects of the protocol interruption. 5.3.9 Procedure

This procedure consists of a 24-h acclimation period to ensure all armor samples start with the same conditions followed by a 10-d period of temperature, humidity, and mechanical wear exposure. This procedure shall be performed on only one compliance test group at a time.

a) When a compliance test group is received, place the samples in a controlled laboratory environment for at least 24 h prior to beginning the test as specified i.e. storage at a temperatures of 250

C + 100 (770 F + 180F) with RH of 20% to 50%.

b) Place the compliance test group inside of the tumbler at the specified conditions of temperature (650 C) and relative humidity (80%).

c) Program the tumbler to rotate as specified; the drum rotation rate shall be 5.0 rpm + 1.0 rpm.

d) Expose the armors to pre-test conditions for the period specified i.e. for 10 days + 1 h.

e) Return armors to pretest conditions i.e. storage at a temperatures of 250 C + 100 (770 F + 180F) with RH of 20% to 50%.

f) Perform a through visual examination of each test sample and document any change in physical appearance resulting from exposure.

g) Armors shall remain at pre-test conditions (storage at a temperatures of 250 C + 100 (770 F + 180F) with RH of 20% to 50%. For minimum of 12 hrs. before transporting them to a different facility or before beginning of ballistic testing.

Page 41: tender.delhipolice.gov.intender.delhipolice.gov.in › Content › Images › CMS › 53603.…  · Web viewNote:- For 360 degree protection, two additional side HAP, if required

Chapter-4.6

Backing Material Preparation and Sample Mounting for All Ballistic Tests

6.1 Backing Material Fixture Preparation

The backing material fixture shall meet the requirements of section 4.4.10.

The clay in each backing material fixture will be manipulated to produce a block free of void and with a smooth, flat front surface for the accurate and consistence measurement of depression depths. The front surface for the accurate and consistence measurement of depression depths. The front surface of the backing material shall be even with the reference surface plane defined by the fixture edges. Striking devices of sufficient length shall be used to ensure the reference surface is established using the edges of the fixture as index points.

6.2 Mounting Armour for Ballistic Testing

6.2.1 Strapping

The armor panel shall be positioned on the Backing Material such that of impact, projected through the armor onto the surface of backing material, is on closer that 106mm (4.2 in) from edge of the backing material fixture.

Armor samples of panels shall be held in contact with the backing material and secured to the backing material fixture using mounting straps that conform to one of the following two option:-

(a) The default strapping method uses 5mm (2.0 in) wide elastic straps, held together using hoop-and-loop fasteners. If these straps are used, two vertical and three horizontal straps hall be positioned such that they do not interfere with the impact points on the armor panel. Figure 5 diagram A, shows a typical example of strapping using this method. For larger armor sizes, the backing material fixture is not large enough to accommodate the entire armor. For these cases, extensions panels shall be added to the sides of the fixture, as shown in figure 5 diagram B, such that the combined backing material, backing material fixture, and extensions from a planar surface at least 1016 mm (40.0in) wide by 610 mm (24.0 in) high. The extensions may be part of the backing material support fixture, and this configuration may be used for smaller armors.

Page 42: tender.delhipolice.gov.intender.delhipolice.gov.in › Content › Images › CMS › 53603.…  · Web viewNote:- For 360 degree protection, two additional side HAP, if required

(b) The alternative strapping method applies to armor panels that normally would have strapping as an integral part of their construction. This strapping method required the armor manufacturer to supply armor panels with extended strapping devices to allow the armor, as a unit, to be mounted on the backing on the material fixture. Figure 5 diagram C shows a typical example of strapping using this method.

The laboratory shall record which strapping arrangement was used.Figure-5, Diagram-A, B and C

6.2.2. Remounting of Armor

Once the armor panel has been subjected to any ballistic tests, no efforts shall be made to recover any bullets trapped in the armor panel, and no effort shall be made to fill in any BFS indentations in the test fixture backing material. When necessary, the backing material shall be struck to return the surface to a flat configuration; however, the BFS indentation should not be repaired. The armor panel shall be manipulated by hand so that any deformations in the armor are smoothed out. Also, the armor panel shall be repositioned on the backing material

Page 43: tender.delhipolice.gov.intender.delhipolice.gov.in › Content › Images › CMS › 53603.…  · Web viewNote:- For 360 degree protection, two additional side HAP, if required

such that the next impact will not occur over any BFS indentation and such that the panel is supported by smooth clay backing material for a distance of no less than 51 mm (2.0 inch) all directions around the next shot location.

6.2.3. Backing Material Fixture PositioningThe backing material fixture shall be positioned to ensure proper bullet

impact placement and angle of incidence of the test round. For any shots requiring a nonzero angle of incidence, the backing material fixture shall be positioned so that the bullet line of flight is directed toward the vertical centerline of the armor panel at the point of impact. An exception will be made for armors where shots directed in a different orientation will likely be more problematic for the armor to stop. In these cases, for shots requiring a nonzero angle of incidence, the armor shall be oriented such that the shot will exploit the perceived weakness.

6.3 Shot Location Marking

Clearly mark the shot locations directly on each sample according to the following criteria:-

6.3.1 Flexible Jackets and Jackets

All flexible vests and Jackets shall be tested with six shots in the approximate pattern shown in Figure 6. Shots 1, 2 and 3 shall meet the shot-to-edge distance requirements, but they shall not be located more than the minimum shot-to-edge distance plus 19 mm (0.75 in) from the edge of the panel. Shots 4, 5 and 6 shall meet the shot-to-shot distance requirements, but all three shots be located within a 100 mm (3.94 in) diameter circle. For panels with sufficient area, the locations of shots 4, 5 and 6 shall be randomly moved to different areas on different panels. When there are no discontinuities or apparent weaknesses in the armor as considered below, refer to guidance from the CTP on the specific locations for shots 4, 5 and 6 on each panel.

For armors where the construction and material thickness vary across the panel, the locations of shots 4, 5 and 6 shall be adjusted to exploit the weakest portion of the armor.

For armors that have folds, seams, or other discontinuities (such as the bust cups of some female armors or the closures of front closing vests), additional shots shall be fired so that at least one shot impacts each fold, seam, or discontinuity. If a single fold, seam, or discontinuity extends more than one half the width or height of the armor (such closure of a front closing vest), at least two sots shall impact that discontinuity. For small armors with limited shot area, the locations of shot 4,5 and 6 may be varied such that one of these shots impacts the discontinuity.

Page 44: tender.delhipolice.gov.intender.delhipolice.gov.in › Content › Images › CMS › 53603.…  · Web viewNote:- For 360 degree protection, two additional side HAP, if required

Figure-6 Shot locations

6.4 Armor Submersion 6.4.1 New Flexible Jackets and Jackets:-

All new flexible Jackts and BR Jackets shall be submersed and tested wet. Each panel of BR Jacket sample submersion equipment shall consist of a water bath sufficiently sized to allow at least one armor panel of the largest template size to hang vertically for 30 min (+5 min/-0 min), without any fold or bends, with the top edge of the armor at least 100mm + 25mm (3.9 in + 1.0 in) below the water surface, and with at least 50 mm (2.0 in) clearance around the panel. The water in the bath shall be clean and shall be either potable tap or de-mineralized water. The water shall be replaced anytime there are visible impurities in the water. The water temperature shall be 210C+2.90C/-5.80C (700F+50F/-100F). For armors those buoyant, weight shall be attached to the bottom edge of armor with cloth pins or similar clips to allow the armor to hang vertically. After removing the panel from the water, it shall be hung vertically and allowed to dry for 10 min (+5 min/-0 min) before mounting on the test fixture. All testing of the panel shall be completed within 40 min of when the panel is removed from the water.

6.4.2 Conditioned Flexible Jackets and Jackets:

All flexible Jackets and Jackets that have been subjected to the conditioning protocol described in section 5 shall not be submersed but shall be tested dry.

6.4.3 Test Duration:

The duration of the ballistic test on each armor panel shall be no longer than 30 min., from the time the first shot is fired until the last shot is fired. The first shot shall be fired within 10 min. After completion of the armor submersion cycle

Page 45: tender.delhipolice.gov.intender.delhipolice.gov.in › Content › Images › CMS › 53603.…  · Web viewNote:- For 360 degree protection, two additional side HAP, if required

described in section 6.4. Testing shall be repeated if either of these requirements is not met. Al test results, including the noncompliant test series, shall be reported. Test start and stop times shall be recorded for each test series.

6.4.4 Requirements for Number of Shots and Number of Armor Samples:

As defined in table 7 for New condition armors and table 8 for conditioned armor. Each armor panel or plate shall be subjected to the number of fair hits specified in table 6, using the specified test round. The shots on each panel shall be fired in order of their location numbers, as shown in figure 6. The angles of the shots shall be as specified in table 6. For flexible Jackets and Jackets, one shot on each panel shall have an angle of incidence of 300 and one shot shall have an angle of incidence of 450.

Angle of Incidence Location (Table-6)

Armor Type

Test Round Shot Location (s) for fair Hits at 00

Angle of Incidence

Location (s) for fair Hits at 300 or

450 Angle of Incidence

Shot Locations for BFS

Measurement(s)

IIIA 9x19mm 1,2,3,6 4,5 1,2 or 3 (Which is having higher value of BFS)

Number of shots and fair hits on each size of New Condition (Wet) BR sample Jackets (Table-7)

Armor Type

Test Round

Required Number of Complete BR Vest Sample

Required Number of BR Vest SAP or Plates

Required fair Hits per SAP or Plate

Maximum Number of Shots Allowed per SAP or Plate (either front or rear)

Required Total Fair Hits per Sample (Front +Rear)

IIIA 9X19 mm 1 (SAP) 2 6 8 12

Number of shots and fair hits on each size of Dry (Conditioned) BR Sample Jackets (Table-8)

Armor Type

Test Round Required Number of Complete BR Vest Sample

Required Number of BR Vest SAP or Plates

Required fair Hits per SAP or Plate

Maximum Number of Shots Allowed per SAP or Plate (either front or rear)

Required Total Fair Hits per Sample (Front +Rear)

IIIA 9X19 mm 1 (SAP) 2 6 8 12

Page 46: tender.delhipolice.gov.intender.delhipolice.gov.in › Content › Images › CMS › 53603.…  · Web viewNote:- For 360 degree protection, two additional side HAP, if required

Chapter-4.7Sample Requirements and Laboratory Configuration

7.1 Test Samples

7.1.1 Flexible jackets:

04 complete set of BR (armors) are required as sample for trial evaluation. 02 for wet testing and 02 for post conditioning testing.

Protection Level

Nos. of panels required

Type of test Round

Bullet Mass (in Gram)

Bullet Velocity (m/s)

Distance of panel mounting from muzzle end (in mtrs.)

Hit per panel at 00 Angle

Max. BFS (mm)

Hit per panel at 300 & 450 Angle

Shots per panel

Panel condition

Panels required

Shots per panel

Total shots required

IIIA 04 9x19 mm

7.4-8.2 430 + 15

05 04 44 02 06 Wet 02 12 24

Conditioned 02 12

7.2 Firing Sequence for Level III A Armour

7.2.1 Requirements (a) Two complete BR Jacket sample, consisting of font and back

set of Soft Armour Panels (SAP). Front & back panels to be used for wet tests followed by Conditioned respectively.

(b) Six fair hit per SAP (Front & back) for compliance test.

7.2.2 Acceptance Criteria for Penetration and BFS Compliance

(a) No perforation through the panel, either by the bullet or by any fragment of the bullet.

(b) No measured BFS depression depth greater than 44mm.

7.2.3 Test Range Configuration

(a) Position the front face of the backing material 5m + 25 mm from the muzzle of the test barrel.(b) Fire a sufficient number of pre-test rounds (minimum of three) to

ensure that the test round will strike the armour with a velocity within the specified velocity range.

(c) Ensure for proper placement of the test bullet.

7.2.4 Sample Preparation, Mounting and Firing

(a) Start with the wet followed by Dry/Conditioned of armour sample. Place the exposed surface of the calibrated backing material in intimate contact with the back face of the armour panel under test and restrict the movement of the panel from its original position by securing it with two vertical and three horizontal elastic straps, 51 mm wide with Velcro closures. Using a pencil or other appropriate tool, lightly trace the outline

Page 47: tender.delhipolice.gov.intender.delhipolice.gov.in › Content › Images › CMS › 53603.…  · Web viewNote:- For 360 degree protection, two additional side HAP, if required

of the sample onto the backing material to document the original position of the sample.

(b) The straps shall be positioned to restrict the movement of the panel from its original position, leaving the strike face impact area(s) exposed.

(c) Position the backing material fixture to assure proper impact placement and angle of incidence (0 degree) of the test round at location one.

7.2.5 Fire shot No. 1: Fire the first test round against the armour panel at location one (fig.6). Examine the armour panel and the backing material to determine whether the bullet made a fair hit and whether complete penetration occurred. If no complete penetration (CP) occurred and the bullet made a fair hit, measure and record the BFS depression. Record the BFS on the CTR.

7.2.6 If no complete penetration occurred and the bullet made an unfair hit, a second attempt will be made to attain a fair hit. This second attempt will be made to impact the same general area of the panel as the first shot but more than 51 mm from the previous shot and more than 51 mm from any edge of the panel. If a fair hit is still not attained, the firing sequence will be terminated. No more than a total of eight impacts are permitted on any armour panel.

7.2.7 Remount Armour Sample: Adjust the armour panel back to its original condition (i.e. smooth and manipulate the ballistic material to return it to its original configuration) and replace it on the backing material in its original position using the traced outline in the backing material as a guide. Do not re-condition the backing material; do not remove the test bullet if it is trapped in the panel. When conducting the remaining firing sequence, inspect the armour panel following each impact to verify that the impact was a fair hit with no complete penetration, and smooth out the panel in preparation for the next shot.

7.2.8 Fire Shot No. 2: Reposition the Backing Material Fixture with the armour panel in position so that the shot will impact the panel at location 2 (two) (Figure-6). Fire the test round. Do not change the position of the armour panel on the backing material, but adjust the panel and mounting straps as necessary to restore its original condition. Do not remove any trapped bullets from the panel.

7.2.9 Fire Shot No. 3: Reposition the Backing Material Fixture with the armour panel in position so that the shot will impact the panel at location 3 (three) (Figure-6). Fire the test round. Do not change the position of the armour panel on the backing material, but adjust the panel and mounting straps as necessary to restore its original condition. Do not remove any trapped bullets from the panel.

7.2.10 Fire Shot No. 4: Reposition the backing material fixture with the armour panel in position so that the shot will impact the panel at location 4

Page 48: tender.delhipolice.gov.intender.delhipolice.gov.in › Content › Images › CMS › 53603.…  · Web viewNote:- For 360 degree protection, two additional side HAP, if required

(Four) (Figure-6). Fire the test round. Do not change the position of the armour panel on the backing material, but adjust the panel and mounting straps as necessary to restore its original condition. Do not remove any trapped bullets from the panel.

7.2.11 Fire Shot No. 5: Reposition the backing material fixture with the armour panel in position so that the shot will impact the panel at location 5 (Five) (Figure-6). Fire the test round. Do not change the position of the armour panel on the backing material, but adjust the panel and mounting straps as necessary to restore its original condition. Do not remove any trapped bullets from the panel.

7.2.12 Fire Shot No. 6: Reposition the backing material fixture with the armour panel in position so that the defined angle of incidence between the perpendicular to the armour and the line of flight of the test round is 0 degree and the bullet will impact the armour at location 6 (Six) (Figure-6). Fire the test round.

7.2.13 BFS Measurement: The BFS shall be measured using a device capable of 1 mm (0.04 in) or better accuracy. The BFS shall be recorded. All the measurements necessary to determine the BFS for a shot shall use a common reference surface. When the measured BFS exceeds 44 mm, the measurement shall be verified by a second measurement. Additionally, when the measurements are not fully automated and human interaction is required with the measuring device or backing material, a different individual shall make the second measurement.

Note:- This document is dynamic/live and may be amended only on the

approval of competent authority.

The QRs/Trial directive has been drawn jointly with the association of CAPFs, State Police Forces, DRDO (TBRL, DIPAS, DMSRDE Kanpur), CFSL Chandigarh, AIIMS Delhi, IIT Delhi, BIS and DGQA.

The level of protection is limited to the protection against the ammunitions indicated in QRs and Trial Directives of BR Jacket.

Page 49: tender.delhipolice.gov.intender.delhipolice.gov.in › Content › Images › CMS › 53603.…  · Web viewNote:- For 360 degree protection, two additional side HAP, if required

Annexure A (Pre test)

C E R T I F I C A T E

It is certified that I _______________________________, the authorized representative of, M/s ______________________________ have understood the methodology for preparation of various equipment, i.e. plasticine block, chronometer, mounting of test barrel or weapon and armour etc, standardization reading of these instruments for conducting ballistic trial, by the Technical Evaluation Committee headed by ____________________ for tender samples of Bullet Resistant Vest submitted by our firm and, I am satisfied with the method for conducting ballistic trial, as per Tender Enquiry Specifications. I do not have any objections or representation on the subject trial, which has been personally attended by me. My representation / observations, for the subject trial is enclosed herewith.

The entire proceedings ofDate_________________ and Time__________Place________________________________

(Signature of authorized Rep)

Page 50: tender.delhipolice.gov.intender.delhipolice.gov.in › Content › Images › CMS › 53603.…  · Web viewNote:- For 360 degree protection, two additional side HAP, if required

Annexure B (Post test)

C E R T I F I C A T E

It is certified that I ________________________________________, the authorized representative of, M/s ______________________________the method of conduct of ballistic trial of B.R. Vest by the Technical Evaluation Committee headed by _______________ for tender samples of Bullet Resistant Vest submitted by our firm and, I am satisfied with the method adopted, as per Tender Enquiry Specifications and Procedure of the trial. I do not have any observation or representation on the subject trial, which has been personally attended by me. My representation /objection for the subject trial is enclosed herewith.

The entire proceedings ofDate_________________ and Time__________Place________________________________

(Signature of authorized Rep)

Page 51: tender.delhipolice.gov.intender.delhipolice.gov.in › Content › Images › CMS › 53603.…  · Web viewNote:- For 360 degree protection, two additional side HAP, if required

TECHNICAL SPECIFICATIONS OF BULLET RESISTANT JACKET(LEVEL-III+) (25mm BFS)

FOR USE IN DELHI POLICE (Attach with Technical Bid)

Sl. No

DESIGN PARAMETERS FOR BULLET RESISTANT JACKETS

A. Shall conform to NIJ Standard of Ballistic Resistance of Personal Body Armour Protection against all of the following weapons.

I. 9X19 mm cartridge fired through Sub Machine Gun (Such as Sten Machine, MP-5, Carbine, any other variant) from a distance of 5 meters to achieve a muzzle velocity 430 + 15m/s and the weight of the bullet between 7.4 gm to 8.2 gm.

II. 7.62x51 mm cartridge NATO ball ammunitions fired through 7.62 mm SLR/Bolt action rifle from a distance of 10 meters to achieve a muzzle velocity 838 + 15 m/s and the weight of the bullet 9.4 gm to 9.6 gm.

III. 7.62 x 39 mm (mild steel core bullet) cartridge fired through AK series rifles from a distance of 10 meters to achieve a muzzle velocity 715 + 15m/s and the weight of the bullet 7.45 gm to 8.05 gm.

IV. .7.62x39 mm (hard steel core bullet) cartridge fired through AK series rifle from a distance of 10 meters to achieve a muzzle velocity 635 + 15m and the weight of bullet 7.45 gm to 8.05 gm.

V. 5.56 x 45 mm Ball MK M (Equivalent to 5.56 mm NATO (M 193) cartridge fired through INSAS rifles from a distance of 10 meters to achieve a muzzle velocity 890 + 15m/s and the weight of the bullet 3.5 gm to 4.0 gm.

B. Vest should have the components mentioned in para D below. Each component should be made of multi layers of same material. Each layer will be in single piece and of equal shape and size to maintain uniform thickness all over area up to edge level.

C. SIZES OF SOFT ARMOUR PANEL (SAP): STANDARD, LARGE & EXTRA LARGE. SAP shall be covered with durable water repellent fabric that exhibits excellent sealing properties thus protecting the ballistic material from moisture.

D. AREAS OF COMPONENTS OF SOFT ARMOUR PANEL : Coverage area of the soft armour panel as per the sizes will be as under:-S. No. PANEL STANDARD

SIZE (Sq. Mtr.)

LARGE SIZE(Sq. Mtr.)

EXTRA LARGE SIZE(Sq. Mtr.)

1. FRONT 0.15 0.18 0.212. BACK

(inclusive of sides)

0.24 0.26 0.28

3. COLLAR (TOTAL)

0.06 0.06 0.06

4. SHOULDER(TOTAL)

0.04 0.04 0.04

Page 52: tender.delhipolice.gov.intender.delhipolice.gov.in › Content › Images › CMS › 53603.…  · Web viewNote:- For 360 degree protection, two additional side HAP, if required

5. GROIN 0.06 0.06 0.06TOTAL 0.55 0.60 0.65

(i.) Negative tolerance in terms of area measurement is not permissible.(ii.) Measurements will be made with the help of scaled drawing on graph paper and

using planimeter. E. WEIGHT OF THE JACKET

Total weight of B.R. Jacket including HAPs, SAPs, trauma pads and outer carrier should not exceed as mentioned below :-S.No.

Size Weight of Jacket

without side plates when 25 mm BFS

is permissible

(in Kgs)

Weight of Jacket

without side plates when 44 mm BFS

is permissible

(in Kgs)

Weight of Jacket with side plates

when 25 mm BFS is

permissible (in Kgs)

Weight of Jacket with side plates when 44

mm BFS is permissible

(in Kgs)

1. Standard 7.1 6.2 8.9 8.02. Large 7.5 6.6 9.4 8.53. Extra

Large7.8 6.9 9.8 9.0

F. SIZE OF ONE HARD ARMOUR PANEL - 305 mm x 254 mm (0.0735 sqm)Negative tolerance in dimensions of HAP is not permissible.

G. Shall consist of an outer carrier, removable Soft Armour Panels (SAP) of suitable material and two Hard armour panel (HAP) made of High Performance Polyethylene Plates/Aramid Fibre/composite material or any other superior quality materialNote:- For 360 degree protection, two additional side HAP, if required by any user, the total area and weight of Jacket will increase as per below mentioned details:-Components Min side HAP size (in

cm2)(24 cm x 15 cm)

Weight (in Kg.)

STANDARD SIZE 359 X 2 = 718 9 X 2 = 18Shall consist of an outer carrier, removable Soft Armour Panels (SAP) of suitable material and two Hard armour panel (HAP) made of High Performance Polyethylene Plates/Aramid Fibre/composite material or any other superior quality materialNote:- For 360 degree protection, two additional side HAP, if required by any user, the total area and weight of Jacket will increase as per below mentioned details:-

Components Min side HAP size (in cm2)(24 cm x 15 cm)

Weight (in Kg.)

STANDARD SIZE 359 X 2 = 718 9 X 2 = 18

The threat level of side HAP shall be the same as front and rear HAP. The side HAP shall also be in conjunction with SAP as same is with rear and front HAP. The sizes of all HAP (front, rear and sides) shall be as per the specifications. Negative tolerance in dimensions of HAP is not permissible.

HAP Surface Area of each HAP (In m2) Maximum Weight of HAP (In Kgs.)Standard Large Extra Large Standard Large Extra

Page 53: tender.delhipolice.gov.intender.delhipolice.gov.in › Content › Images › CMS › 53603.…  · Web viewNote:- For 360 degree protection, two additional side HAP, if required

LargeFront/Back 0.0735 0.0772 0.0810 1.90 2.00 2.1Side Plate 0.0359 0.0377 0.0396 0.90 0.97 1.02

Size Area and weight of different sizes of B.R. JacketS.No. Components Chest

Size (in inch)

Min. SAP Area (Sqm)

Min HAP Area (Sqm) with 360 degree Protection

Min. HAP Area (Sqm) without 360 degree Protection

Weight (In Kgs.) without side plates When 25 mm BFS is permissible

Weight in Kgs.) without side plates When 44 mm BFS is permissible

a) Standard Size Jacket

38-40 0.5500 0.735 +0.0359 =0.1094 x 2 =0.2188

0.0735 x 2 =0.1470

7.1 6.2

b) Large Size 40-42 0.6000 0.0772 +0.0377 =0.1149 x 2 = 0.2298

0.0772 x 2 = 0.1544

7.5 6.6

c) Extra Large Size Jacket

42-44 0.6500 0.0810 + 0.0396 =0.1206 x 2 =0.2412

0.0810 x 2 =0.1620

7.8 6.9

Note:- The dimensions of standard size HAP (Front, Back and Side Plates) is specified above. The length and width of the HAP (Front, Back and Side Plates) for large and extra large size to be increased as per the proportion increase in Area of these sizes.

H. B.R. JACKET – CONSTRUCTION :(i.) BR Jackets (Without HAP) shall be in the form of jacket to provide protection against

9 mm bullet (Threat level IIIA of NIJ). It should not resist overall movement of the neck of wearer.

(ii.) It should have provision to accommodate two HAP plates in front and back and for 360 degree protection provision for accommodate two additional side plates, as per dimensions specified in tender documents. Shall be lightweight and comfortable providing optimum mobility.

(iii.) Adjustable at the shoulders, waist and groin with appropriate fasteners (HOOK and LOOP Fastener”s). An adjustable nylon belt of minimum 10 cm width should be provided with double locking of jacket with HOOK and LOOP Fastener.

(iv.) The vendor has to declare the type of materials, number of layers and their aerial density in technical bid of tender and they have to maintain the same in bulk supply.

(v.) User must ask the supplier to provide “Raw Material Assurance Certificate” in support of their SAP and HAP designs.

(vi.) Supplier must provide certificate from the original anti-ballistic material supplier, confirming that the required volume of material/grade is purchased for the commercial supply of BR Jacket and same is being used during bulk supply of BR Jacket. For that purpose, user should provide few samples out of bulk supplied of BR Jacket to the original anti-ballistic material supplier.

(vii.) SAP should be encased in some materials so as to make it water proof. (viii.)HOOK and LOOP FASTENERS (Velcro Fasteners)

All the clothing flaps of the jackets should have high quality Velcro fasteners, so that it can be worn and taken off easily/quickly. The quality and report of HOOK and LOOP Fasteners including shears strength and peel strength should be as per Bureau of Indian Standards specification IS: 8156-1994. (The IS: 8156-1994 may be

Page 54: tender.delhipolice.gov.intender.delhipolice.gov.in › Content › Images › CMS › 53603.…  · Web viewNote:- For 360 degree protection, two additional side HAP, if required

available in the office of Bureau of Indian Standards). Vendors will submit test reports on HOOK and LOOP Fastener from any NABL accredited lab or DMSRD (MoD), Kanpur.

(ix.) POCKET WITH FLAPSThe jacket should be provided with two external pockets in outer carrier to house two magazines of 5.56 mm LMG in each pocket. Two pockets should also be provided to accommodate one grenade (HE 36) in each pocket. The size of each magazine is 19 cm x 7.6cm x 3.5cm and size of HE 36 grenade is 110 mm x 65 mm

(x.) BELT/KAMARBANDHAn additional belt of nylon/polyester weaving with minimum width of 10 cm should be provided around the waist to properly secure the B.R. jackets with the body of the wearer around waist, so that weight of jacket is distributed on waist/shoulders. Kamarbandh should be of same material as outer carrier with HOOK and LOOP Fastener.

(xi.) Two pouches (one each on front and rear of outer carrier) should be provided to accommodate two Hard Armour Plates as per sizes specified by the user. .For 360 degree protection jacket, two additional pouches to be provided to accommodate the two side plates of HAP as per sizes specified by the user.

(xii.) Ballistic panels (SAPs & HAPs) shall be removable from outer carrier.(xiii.) Outer carrier shall be machine washable.

(xiv) TRAUMA PAD FOR TRAUMA ATTENUATIONa) Trauma pad must be provided behind the SAPs, so that it remains to body surface to

provide proper cushioning.b) It must cover uniformly up to edge level of the SAPs.c) Back face Signatures (BFS) in Plasticine block should not exceed as specified by the

user.d) Drop test will be carried out as specified in NIJ standards.

Note: However, the design of carrier of HAP/SAP is left with the user. The user organization may select any suitable design for the carrier/harness as per their functional requirement.

I. MATERIALS The outer carrier shall be made of high tenacity, heavy duty, Abrasion

Proof and 100% vest integrity fabric having in-built water resistant and fire retardant properties.

The fabric shall be treated for protection against water, fire (fire retardant) and ultra violet ray’s exposure.

The fabric must be suitable to wear in the Indian conditions of heat, rain and humidity. It must be light, breathable, soft and pliable.

The inner side (body side) shall also be of a similar fabric and shall be treated for moisture and water repellency.

The cloth of the carrier must be pre-shrunk before stitching. BR Jackets should be UV Proof.Note:The methods of testing criteria for measuring the properties of outer carrier shall be as per IS: 11871-1986, IS: 14887:2014 (After UV exposure of 192 hrs the strength retention shall be min. 85 per cent) IS: 392-1989 and IS 391 – 1975. Duration of flame after removal of burner-maximum 5 second (Test Method IS

Page 55: tender.delhipolice.gov.intender.delhipolice.gov.in › Content › Images › CMS › 53603.…  · Web viewNote:- For 360 degree protection, two additional side HAP, if required

11871). Duration of flame afterglow-maximum 5 second (Test method ISI-11871). Hydrostatic Head-Minimum 100 cms of water for 24 hrs. (Test Method IS391-

1975). Water penetration should be zero (Test Method IS392-1989).

Note: Vendor should supply 3 meter of each fabrics used both at the time of tender and from actual production for testing.

J. VEST FIT: The overall length of the B.R. Jacket shall be such that there is no “ride up”

while sitting. The overlapping degree of front and rear panels shall be such as to provide for

maximum freedom of movement.K. COLOUR: CAMOFLAGE. The bidders will submit samples of B.R. Jackets of any

camoflage colour. However, before placement of bulk supply order, exact camoflage colour along with modifications required, if any, in outer carrier will be intimated by the users.

L. LABELLING: The outer carrier and the two soft Armour panels must be labeled as given below:-Name, logo or other identification of the Manufacturer : XYZName of the Product : aabbDate of Manufacturing :dd:mm:yyyyDate of Receipt : (to be filled by the user)Size :Identification number . : ABCD---------Reference :Tender No. with dateNote:

Strike face of jacket should be clearly marked. In case of non conformity with any of the parameters of the tests mentioned

above, the next sequence of test will not be conducted.

M. SOFT ARMOUR PANEL (SAP)

Shall be able to withstand NIJ threat level III A in respect of the caliber & the weapon selected for trial and other paramenters such as weight & velocity of the bullet in ammunition selected for trials..

Shall protect both front and back torsos. Shall be made of suitable material. The weight of the material shall be so balanced as to make the SAP lightweight,

breathable, soft and pliable. The aerial density of the panels shall be such as to provide the rated ballistic

and trauma protection. No tears, rips, worn spots, discolorations, loose or torn stitching and set

wrinkles on the SAP shall be allowed. The panel shall be treated with approved and durable water repellant. The SAP shall be removable from outer carrier to allow for periodic cleaning. The SAP shall be placed in tightly sealed with some material so as to make it

completely water repellent and waterproof. a) Hydrostatic Head-Minimum 100 cms of water (Test Method IS391-1975).

Page 56: tender.delhipolice.gov.intender.delhipolice.gov.in › Content › Images › CMS › 53603.…  · Web viewNote:- For 360 degree protection, two additional side HAP, if required

b) Water penetration should be zero (Test Method IS 392-1989).

The material layers shall be stitched in a suitable pattern in case SAP is made of aramid.

Note: Vendor must declare number of layers and type of material (aerial density of material) used for fabricating Soft Armour Panel and Hard Armour Panel as per original manufacturer of the material. Raw Material Assurance Certificate (RAMC) must be given from original manufacturer in respect of material for SAP and HAP, valid for a period of six months from the closing date of tender. The vendor has to make bulk supply as per the above declaration.

N. HARD ARMOUR PLATE (HAP): Shall be made of high performance polyethylene/aramid fiber/composite or any

other superior material. Shall provide protection against ammunition mentioned above at Para A from a

distance of 10 meters in conjunction with Soft Armour Panel. Each HAP plate (Front and back) should not weigh more than as specified in

Table No. 4. In case of 360 degree protection Each side plate of HAP should not weigh more

than as specified in Table No. 4. Each standard HAP plate (Front and back) shall be of minimum size 305mm x

254mm to cover the vital parts of the body. Curvature of the HAP shall be suitable to fit the body contour. HAP shall be shielded with some material so as to make it completely water

repellent and waterproof.O. OTHER STIPULATIONS

JACKET STYLE: POLICE SERVICEABILITY: 05 YEARS (HAP, SAP & TRAUMA PAD)GUARANTEE: The Outer Carrier along with trauma padding shall be guaranteed for a period of 2 years against all manufacturing defects.HUMIDITY: 95% at 40°CSTORAGE : Normal Room Temp.

P. IMMUNITY LEVEL:

Hard Armour Plates:(i) The HAPs are to be tested in conjunction with SAPs. Six bullets NATO ball fired from 7.62 mm SLR/bolt action rifle from a distance

of 10 meters at normal to the surface on each plate (Front and rear). 03 bullets NATO ball fired from 7.62 mm SLR/bolt action rifle from a distance of

10 meters at normal to the surface on each side plate. Six bullets (mild steel core) fired from 7.62 mm of AK rifle from a distance of 10

Mts. at normal to the surface on each plate (Front and rear). 03 bullets (mild steel core) fired from 7.62 mm of AK rifle from a distance of 10

Mts. at normal to the surface on each side plate. Six Bullets (hard steel core bullet) fired from 7.62 mm of AK rifles from a

distance of 10 meters at normal to the surface on each plate (Front and rear). 03 Bullets (hard steel core bullet) fired from 7.62 mm of AK rifles from a

distance of 10 meters at normal to the surface on each side plate.

Page 57: tender.delhipolice.gov.intender.delhipolice.gov.in › Content › Images › CMS › 53603.…  · Web viewNote:- For 360 degree protection, two additional side HAP, if required

Six Bullets (hard steel core bullet) fired from 5.56 x 45 mm Ball MK M (Equivalent to 5.56 mm NATIO (M 193) fired from 5.56 mm INSAS rifles from a distance of 10 meters at normal to the surface on each plate (Front and rear).

03 Bullets (hard steel core bullet) fired from 5.56 x 45 mm Ball MK M (Equivalent to 5.56 mm NATO (M 193) fired from 5.56 mm INSAS rifles from a distance of 10 meters at normal to the surface on each side plate.

Soft Armour Plates:As described in table below, six shots (4 + 2 (1 each from 30 degree and 45 degree angle) fired through 9 mm Sub Machine gun (Such as Sten Machine, MP-5, Carbine, any other variant) from a distance 5 meters with a muzzle velocity 430 + 15 m/s and the weight of the bullet 7.4 gm to 8.2 gm as specified in standard.

The velocities of bullets fired through weapon are given as follows:

ArmourType

TestBullet

Bulletweight

Reference

Velocity

Hits perArmor

part at 0°angle of

incidence

BFS*Depth

Maximum

Shotsper

Panel(front and rear)

Shots per panel (side

plate)

III A 9mm FMJ RN

7.4 gm to 8.2

gm.

430 + 15 m/s

4 + (2at 30 degree

and 45 degree angle)

25 mm or

44 mm6

--

III+

5.56 x 45 mm Ball

MKM (Equivalent to 5.56 mm

NATO (M193)

3.5 gm to 4.0

gm

890 + 15 m/s 6

25 mm

6

3

BFS – Back Face Signature on Plasticine. Selected weapon and lot of ammunition, for which reference velocity has been

once achieved, will remain the same throughout ballistic testing of all tender samples of various firms.

Testing Criteria : Scientific inspection/ballistic trial of these BR jackets will be conducted as per

Trial Directive “Ballistic Resistance of Body Armor” Groin Pad will be tested Ballistically with 9mm SMC/MP 5. Three evenly spaced

fair hits at zero degree angle of incidence shall be taken and BFS should not exceed 25 mm. BFS will be measured for first shot only.

Q. Miscellaneous: One tender sample is required for technical evaluation from a firm. While submitting the samples for tender, the supplier shall mention the exact

area of SAP and HAP and give the template of the jackets as per the area, so that import of raw materials of the BP jackets will be allowed accordingly.

Each model/brand of BR jackets should be submitted against a separate tender form.

Page 58: tender.delhipolice.gov.intender.delhipolice.gov.in › Content › Images › CMS › 53603.…  · Web viewNote:- For 360 degree protection, two additional side HAP, if required

CHAPTER – 5PROFORMA FOR PRICE SCHEDULE

(Attach with Price Bid)TENDER FOR PURCHASE OF 3336 NOS. BULLET RESISTANCE

JACKETS, LEVEL-IIIA & 2054 NOS. BULLET RESISTANCE JACKETS, LEVEL-III+ FOR USE IN DELHI POLICE

Date of opening _________ Time ___________Hrs.

We ___________________________ hereby certify that we are established manufacturers/ authorized representatives of M/s ________________________ with factories at ______________________ which are fitted with modern equipment and where production methods, quality control and testing of all materials manufactured or used by us are open to inspection by the representative of the purchaser. We hereby offer to supply the following items at the prices indicated below:

S. No.

Description of work/item

Qty. Unit PriceIn Indian Rupees

GST/ on Unit Price

In Indian Rupees

Total Unit Price FOR Destination

(In Indian Rupees)

Total Extended Price FOR Destination

including GST, Levies, Duties

and others Charges[In Indian Rupees]

1 2 3 4 5 6 71. Bullet Proof

Jacket, Level-IIIA 3336

2. Bullet Proof Jacket, Level-III+

2054

It is hereby certified that we have understood all the terms and conditions specified in the tender document and are thoroughly aware of the nature of job required to be done and goods/items to be supplied. We agree to abide by all the tender terms and conditions.

We hereby offer to carry out the job and (or) supply the goods/items detailed above or such portion(s) thereof as you specify in the notification of award.

A Standard EXCEL Sheet of Price Schedule format has been provided with the tender document to be filled by all the bidders. Bidders are requested to note that they should necessarily submit their financial bids in the format provided and no other format is acceptable. Bidders are required to download the EXCEL Sheet of Price Schedule file, open it and complete the while coloured (unprotected) cells with their respective financial quotes and other details (such as name of the bidder). No other cells should be changed. Once the details have been completed, the bidder should save it and submit it online, without changing the filename. If the Standard EXCEL Sheet of Price Schedule format file is found to be modified by the bidder, the bid will be rejected.

*******

Page 59: tender.delhipolice.gov.intender.delhipolice.gov.in › Content › Images › CMS › 53603.…  · Web viewNote:- For 360 degree protection, two additional side HAP, if required

CHAPTER-6Contract Form

CONTRACT No. --------------------------------This Contract made on the ____ day of ________, (hereinafter referred to as

the “Contract Date”) between the President of India acting through the Deputy Commissioner of Police, Prov. & Logistics, 5, Rajpur Road, Delhi-110054 (hereinafter referred to as the “Purchaser” which term will include its representatives, successors and permitted assignees) of the one part and M/s ________________________ a Company incorporated under the Companies Act, 1956 and having its office at ____________________ (hereinafter referred to as the “Supplier” which term will include its representatives, successors and permitted assignees) of the other part.

WHEREAS A. The Purchaser is desirous to procure ______ (hereinafter referred to as the

“Goods”) for Delhi Police and had sought a commercial offer for the supply of the System.

B. With respect to the enquiry issued by the Purchaser _____________________________, the Supplier had submitted its Price Bid dated ________.

C. The Purchaser has accepted the Supplier’s Price offer read with the clarifications/confirmation (if any) submitted by the Supplier vide letter ----------- for the supply of the Goods and associated services at a total cost of Indian Rs._____/- (Indian Rupees ________________only).

NOW, THEREFORE, in consideration of the mutual promises and covenants contained herein, the parties agree as follows:

1. DEFINITIONS OF TERMS: In this Contract, capitalized words will have the same meaning as respectively assigned to them in the conditions of Contract herein.

2. CONTRACT DOCUMENTS: 2.1 The following documents, (each a “Contract Document” and collectively,

the “Contract Documents”) are hereby expressly incorporated into this Contract and shall form and be read and construed as part of this Contract viz: -

Exhibit-A: Tender enquiry No._________ dated ________Exhibit-B: Supplier’s price offer dated ___________Exhibit-C: Supplier’s written clarification and confirmation letter dated ____ (if

any)Exhibit-E: Purchaser’s Letter of Intent No______/____/_____2.2 Order of Precedence: In case of conflict between the terms in this

Contract and the Contract Documents, the terms of this Contract shall prevail. In case of conflict between the terms in any two Contract Documents, the Contract Document mentioned later in the above list shall prevail.

3. SCOPE OF WORK: The Scope of Work shall include supply, packing, transportation, scheduling of transportation, transit insurance, delivery at site, unloading, storage till delivery of goods at Purchaser’s Delivery Site, any other services associated with the delivery of Goods, providing warranty services for the Goods. All Goods deliverable under this Contract

Page 60: tender.delhipolice.gov.intender.delhipolice.gov.in › Content › Images › CMS › 53603.…  · Web viewNote:- For 360 degree protection, two additional side HAP, if required

shall be referred to interchangeably as the “Goods” or the “Items” or the “Goods”.

4. CONTRACT PRICE 4.1 The prices for supply of the Goods and other associated services is detailed

specifically in the Supplier’s price offer (Exhibit-B) read with Supplier’s written clarification and confirmation letter dated __________ Exhibit-C). The contract price is Indian Rs.______/- (Indian Rupees ________________only). This price excludes existing Central Sales Tax/Service Tax as applicable and any new Government levies/taxes imposed in India after the Contract Date, which the Purchaser shall bear and pay at actual.

4.2 Sales Tax @ -------- against form-D as applicable on items -------- of Exhibit–C of the Contract.

5. CONTRACT PERFORMANCE BANK GUARANTEE6. PAYMENT SCHEDULE7. DELIVERY8. INSURANCE9. INSPECTION AND TESTS10. WARRANTY 11. DELAY IN THE SUPPLIER’S PERFORMANCE12. LIQUIDATED DAMAGES13. FORCE MAJEURE14. PATENT INDEMNIFICATION15. WAIVER16. ASSIGNABILITY17. SEVERABILITY18. GOVERNING LAW19. TERMINATION FOR DEFAULT20. TERMINATION FOR INSOLVENCY 21. TERMINATION FOR CONVENIENCE22. RESOLUTION OF DISPUTES

(The clauses 5 to 22 shall be according to the Conditions of Contract in Chapter-2)

23. ENTIRE CONTRACT: This Contract including the Contract Documents constitute the final expression of agreement between the parties and supersedes all previous agreements and understandings, whether written or oral, relating to the Contract. This Contract may not be altered, amended, or modified except in writing, signed by the duly authorized representatives of both parties.

IN WITNESS WHEREOF, the parties hereto have caused this Contract to be executed by their duly authorized representatives as of the last day and year written below:

Signed by: Signed by:

Name: ------------------------ Name: ---------------------Title: Title: -----------------------------------

Date: Date: For and on behalf of The President of India For and on behalf of --------------------------------

Witness (a) Witness Signature: Signature:

Page 61: tender.delhipolice.gov.intender.delhipolice.gov.in › Content › Images › CMS › 53603.…  · Web viewNote:- For 360 degree protection, two additional side HAP, if required

Name: Name:Address: Address: ----------------Date: Date:

Page 62: tender.delhipolice.gov.intender.delhipolice.gov.in › Content › Images › CMS › 53603.…  · Web viewNote:- For 360 degree protection, two additional side HAP, if required

CHAPTER - 7

OTHER STANDARD FORMSANNEXURE-C1

BIDDER PARTICULARS (Attach with Technical Bid)

1. Name of the Bidder :

2. Address of the Bidder :

3 Name of the Manufacturer(s) :

4. Address of the Manufacturer :

5. Name & address of the person :to whom all references shall bemade regarding this tenderenquiry.

Telephone :Fax :E-mail :

Witness:

Signature Signature

Name Name

Address Designation

Date Company Seal

Date

Page 63: tender.delhipolice.gov.intender.delhipolice.gov.in › Content › Images › CMS › 53603.…  · Web viewNote:- For 360 degree protection, two additional side HAP, if required

ANNEXURE-C2BID FORM

(Attach with Technical Bid)

Date: ___/___/___

The Deputy Commissioner of PoliceProv. & Logistics,5, Rajpur Road, Delhi-110 054

Sir,Having examined the Bid Documents of TENDER FOR THE

PURCHASE OF 3336 NOS. BULLET RESISTANCE JACKETS, LEVEL-IIIA AND 2054 NOS. BULLET RESISTANCE JACKETS, LEVEL-III+ FOR USE IN DELHI POLICE We,_____________________ (Name of the Firm), offer to supply and deliver_____________________________ (Description of Goods and Services)in conformity with the said tender provisions for sums as may be ascertained in accordance with the Schedule of Prices provided in the Price Bid.

We undertake, if our bid is accepted, to complete delivery, installation and commissioning of the equipment as per the schedule specified in the Tender.

We further undertake that, if our bid is accepted, we will obtain the Guarantee of a Commercial Bank in a sum equivalent to 10% of the Contract Price for the due Performance of the Contract as per terms and conditions of the Tender.

We agree to abide by this bid for a period of 180 days from the date fixed for bid opening and it shall remain binding upon us and may be accepted at any time before the expiration of that period. This bid together with your written acceptance thereof and your notification of award shall constitute a binding Contract between us.

We have noted the contents of Contract Form (Chapter 6) and agree to abide by terms and conditions in the same.

We understand that you are not bound to accept the lowest or any bid you may receive. We also understand that you have the right to vary the quantities and/or split the total order among the Bidders and/or procure the available and compatible items/ equipments under DGS&D Rate Contract.

SIGNATURE AND SEAL OF BIDDER

Page 64: tender.delhipolice.gov.intender.delhipolice.gov.in › Content › Images › CMS › 53603.…  · Web viewNote:- For 360 degree protection, two additional side HAP, if required

ANNEXURE – C3G U A R A N T E E

(Attach with Technical Bid)

To

The Deputy Commissioner of Police,Prov. & Logistics,5,Rajpur road,Delhi-110054.

Ref: TENDER FOR THE PURCHASE OF 3336 NOS. BULLET RESISTNACE JACKET, LEVEL-IIIA AND 2054 NOS. BULLET RESISTANCE JACKET, LEVEL-III+ FOR USE IN DELHI POLICE

Sir,

We guarantee that everything to be supplied and fabricated by us hereunder shall be brand new, free from all encumbrances, defects and faults in material, workmanship and manufacturer and shall be of the highest grade and quality and consistent with the established and generally accepted standards for materials of the type ordered and shall be in full conformity with the specifications, drawings or samples, if any, and shall operate properly. We shall be fully responsible for its efficient and effective operation. This guarantee shall survive inspection of and payment for, and acceptance of the goods, but shall expire after 10 years for ballistic material and 05 years for outer cover (for B.P. Jacket, Level-IIIA) and 05 years for ballistic material and 02 years for outer cover (for B.P. Jacket, Level-III+) after their acceptance the product by the Purchaser.

The obligations under the Guarantee expressed above shall include all costs relating to labour, repair, maintenance (preventive and unscheduled), and transport charges from site to manufacturers’ works and back and for repair/adjustment or replacement at site of any part of the equipment/ item which under normal care and proper use and maintenance proves defective in design, material or workmanship or fails to operate effectively and efficiently or conform to the specifications and for which notice is promptly given by the Purchaser to the Supplier.

SIGNATURE OF THE WITNESS SIGNATURE AND SEAL OF BIDDER

DATE ___________

Page 65: tender.delhipolice.gov.intender.delhipolice.gov.in › Content › Images › CMS › 53603.…  · Web viewNote:- For 360 degree protection, two additional side HAP, if required

ANNEXURE- C4BID LETTER

(Attach with Technical Bid)To

The Deputy Commissioner of Police,Prov. & Logistics,5, Rajpur road,Delhi-110054.

Ref: TENDER FOR THE PURCHASE O F 3336 NOS. BULLET RESISTANCE JACKET, LEVEL-IIIA AND 2054 NOS. BULLET RESISTANCE JACKET, LEVEL-III+ FOR USE IN DELHI POLICE

Sir,We declare:1. a) That we are manufacturers/authorized distributors of

___________________________. b) That we/our principals are equipped with adequate machinery for production, quality control and testing of materials manufactured and used by us and that our factory is open for inspection by your representatives.

2. We hereby offer to supply the Goods at the prices and rates mentioned in the Price Bid at Chapter 5.

3. Period of Delivery: We do hereby undertake, that in the event of acceptance of our bid, the supply of the goods shall be completed at site within stipulated period from the date of Award of Contract, and that we shall perform all the incidental services as per contract.

4. Terms of Delivery: The prices quoted are inclusive of all charges up to delivery at all the location (site) to be indicated by Delhi Police.

5. We attach herewith the complete Price Bid as required by you and also attached the Check List.

6. We agree to abide by our offer for a period of 365 days from the date fixed for opening of the Price Bids and that we shall remain bound by a communication of acceptance within that time.

7. We have carefully read and understood the terms and conditions of the tender and the conditions of the Contract applicable to the tender and we do hereby undertake to supply as per these terms and conditions.

8. Certified that the Bidder is:a sole proprietorship firm and the person signing the tender is the sole proprietor/constituted attorney of the sole proprietor.

ora partnership firm, and the person signing the tender is a partner of the firm and he has authority to refer to arbitration disputes concerning the business of the partnership by virtue of the partnership agreement/by virtue of general power of attorney.

ora company and the person signing the tender is the constituted attorney.NOTE: Delete whatever is not applicable. All corrections/ deletions should be duly attested by the person authorized to sign the tender document.

9. We do hereby undertake, that until a formal Contract is prepared and executed, this bid, together with your written acceptance thereof and placement of letter of intent awarding the contract, shall constitute a binding Contract between us.

Dated this ___________day of____________2019.Signature of the Bidder

Details of enclosures: Full address:Telephone/Mobile/Fax No.Email address:

Page 66: tender.delhipolice.gov.intender.delhipolice.gov.in › Content › Images › CMS › 53603.…  · Web viewNote:- For 360 degree protection, two additional side HAP, if required

ANNEXURE- C5

PROFORMA FOR CONTRACT PERFORMANCE BANK GUARANTEE(To be stamped in accordance with Stamp Act)

Bank Guarantee No___________ Date__________Ref________________________

To,

The Deputy Commissioner of Police,Prov. & Logistics,5, Rajpur Road, Delhi-110 054

Dear Sir,

In consideration of the Dy. Commissioner of Police (Prov. & Logistics, Delhi (hereinafter referred to as the ‘Purchaser’ which expression shall unless repugnant to the context or meaning thereof include its successors, administrators and assignees) having awarded to M/s___________________ with its Registered/ Head Office at_____________ (hereinafter referred to as the ‘Contractor’ which expression shall unless repugnant to the context or meaning thereof, include its successors, administrators, executors and assignees), a Contract by issue of the Purchaser’s letter of intent No._______ dated __/__/____ entering into a formal contract to that effect with the Purchaser on ___________vide Agreement No._________(hereinafter referred to as the “Contract”) and the Contractor having agreed to provide a Contract Performance Bank Guarantee for the faithful performance of the entire Contract equivalent to_______*_______Ten percent of the said value of the Contract to the Purchaser.

We_________________________________ (Name & Address of the bank) having its Head office at______________________(hereinafter referred to as the ‘Bank’ which expression shall, unless repugnant to the context or meaning thereof, include its successors, administrators, executors and assignees) do hereby guarantee and undertake to pay the Purchaser, on mere demand any and all moneys payable by the Contractor to the extent of Rs____*____as aforesaid at any time upto ________________ (day/month/year) without any demur, reservation, contest, recourse or protest and/or without any reference to the Contractor. Any such demand made by the Purchaser on the Bank shall be conclusive and binding notwithstanding any difference between the Purchaser and the Contractor or any dispute pending before any court, Tribunal, Arbitrator or any other authority. The Bank undertakes not to revoke this guarantee during its currency without previous consent of the Purchaser and further agrees that the guarantee herein contained shall continue to be enforceable till the Purchaser discharges this guarantee.

The Purchaser shall have the fullest liberty without affecting in any way the liability of the bank under this guarantee, from time to time to extend the time for performance of the contract by the Contractor. The Purchaser shall have the fullest liberty, without affecting the guarantee, to postpone from time to time the exercise of any powers vested in them or of any right which they might have against the Contractors, and to exercise the same at any time in any manner, and either to enforce or to forbear to enforce any covenants, contained or implied in the Contract between the Purchaser and the Contractor or any other course or remedy or security available to the Purchaser. The bank shall not be relieved of its obligations under these presents by any exercise by the Purchaser of its liberty with reference to the matters aforesaid or any of them or by reason of any other act or forbearance or other acts of omission or commission on the part of the Purchaser or any other indulgence shown by the Purchaser or by any other matter or thing whatsoever which under law would, but for this provision, have the effect of relieving the bank.

Page 67: tender.delhipolice.gov.intender.delhipolice.gov.in › Content › Images › CMS › 53603.…  · Web viewNote:- For 360 degree protection, two additional side HAP, if required

The Bank also agrees that the Purchaser at its option shall be entitled to enforce this Guarantee against the Bank as a principal debtor, in the first instance without proceeding against the Contractor and notwithstanding any security or other guarantee that the Purchaser may have in relation to the Contractor’s liabilities. We undertake to pay to the Government any amount so demanded by the Government, notwithstanding.

a) any dispute or difference between the Government or the Contractor or any other person or between the Contractor or any person or any suit or proceeding pending before any court or tribunal or arbitration relating thereto; or

b) the invalidity, irregularity or un-enforceability of the contract; orc) in any other circumstances which might otherwise constitute discharge of this

Guarantee, including any act of omission or commission on the part of the Government to enforce the obligations by the Contractors or any other person for any reason whatsoever.

We, the Bank further agree that the guarantee herein contained shall be continued on and remain in full force and effect during the period that would be taken for the performance of the said Agreement and that it shall continue to be enforceable till all the dues of the Government under or by virtue of the said agreement have been fully paid and its claims satisfied or discharged or till the Purchaser, certifies that the terms and conditions of the said Agreement have been fully and properly carried out by the said Contractor(s) and accordingly discharges this guarantee.

We_____________________________ hereby agree and undertake that any claim which

(indicate the name of bank) the Bank may have against the Contractor shall be subject and subordinate to the prior payment and performance in full of all the obligations of the Bank hereunder and the Bank will not without prior written consent of the Government exercise any legal rights or remedies of any kind in respect of any such payment or performance so long as the obligations of the Bank hereunder remain owing and outstanding, regardless of the insolvency, liquidation or bankruptcy of the Contractor or otherwise howsoever. We will not counter claim or set off against its liabilities to the Government hereunder any sum outstanding to the credit of the Government with it.

Notwithstanding anything contained herein above our liability under this guarantee is limited to total amount of Rs______*______and it shall remain in force upto and including__________**_________and shall be extended from time to time for such further period as desired by M/s____________________ on whose behalf this guarantee has been given.

Dated this ______________day of______________2019___________ at

WITNESS(Signature)_________________ (Signature)__________________________

(Name)_____________________________NAME____________________ (Banker’s Rubber Stamp)______________(Official address)____________ Attorney as per Power of Attorney_________

* This sum shall be ten percent (10%) of the Contract Price.** The date will be 03(three) year and six months from the date of award of the

contract. In case of Bank guarantee issued by a Foreign Bank, the same shall be confirmed by any Scheduled Bank in India.

Page 68: tender.delhipolice.gov.intender.delhipolice.gov.in › Content › Images › CMS › 53603.…  · Web viewNote:- For 360 degree protection, two additional side HAP, if required

Annexure – C6TENDER ACCEPTANCE LETTER

(To be given on Company Letter Head)

(Enclose with Technical Bid)Date:_________

To

The Deputy Commissioner of Police,Prov. & Logistics, 5, Rajpur Road, Delhi-110 054

Sub: Acceptance of Terms & Conditions of Tender.

Tender Reference No: ________________________

Name of Tender/Work: -

TENDER FOR THE PURCHASE O F 3336 NOS. BULLET RESISTANCE JACKET, LEVEL-IIIA AND 2054 NOS. BULLET RESISTANCE JACKET, LEVEL-III+ FOR USE IN DELHI POLICE

Dear Sir,

1. I/We have downloaded/obtained the tender document(s) for the above mentioned ‘Tender/Work’ from the web site(s) namely: ___________________________________________________________________________ as per your advertisement, given in the above mentioned website(s).

2. I/We hereby certify that I / we have read the entire terms and conditions of the tender documents from Page No. _______ to ______ (including all documents like annexure(s), schedule(s), etc.), which form part of the contract agreement and I / we shall abide hereby by the terms / conditions / clauses contained therein.

3. The corrigendum(s) issued from time to time by your department/ organization too have also been taken into consideration, while submitting this acceptance letter. 4. I/We hereby unconditionally accept the tender conditions of above mentioned tender document(s) / corrigendum(s) in its totality / entirety.5. In case any provisions of this tender are found violated , then your department/ organization shall without prejudice to any other right or remedy be at liberty to reject this tender/bid including the forfeiture of the full said earnest money deposit absolutely.

Yours faithfully,

(Signature of the Bidder, with Official Seal)


Recommended