View
2
Download
0
Category
Preview:
Citation preview
2019
State Crime Records Bureau PHQ, Lalkothi, Jaipur – 302015
Phone: 0141-2740743
Web: http://police.rajasthan.gov.in, Email: itcell.scrb@rajpolice.gov.in
Rajasthan Police, Jaipur
RFP for Establishment and Commissioning of Cyber Forensic Lab cum Training Center with supply & installation of Cyber Forensic Tools & IT/ Non-IT Infrastructure under CCPWC Scheme at RPA, Jaipur.
Supply & Installation of Cyber Forensic Tools &IT/ Non-IT Infrastructure for Cyber Forensic Lab cum Training centre under CCPWCat RPA
Page 2 of 158
Contents
1. NOTICE INVITING BID (NIB) ................................................................................................................ 9
2. PROJECT PROFILE & BACKGROUND INFORMATION ............................................................... 12
1) Introduction 12
3) Goals for the Request for Proposal (RFP) 12
1) Need for the Project 13
2) Objectives of the Project 13
4) Desired outcomes for various stakeholders 14
3. RAJASTHAN STATE POLICE DEPARTMENT ................................................................................ 15
1) Department's Organization Structure 15
4. PRE- QUALIFICATION/ ELIGIBILITY CRITERIA ............................................................................ 16
5. SCOPE OF WORK, DELIVERABLES & TIMELINES........................................................................ 19
1) Scope of work (SoW) 19
2) Project Deliverables, Milestones & Time Schedule 22
3) As part of the warranty services successful bidder shall provide: 22
4) Manpower Requirement 23
Content Development Facilities 23
6. INSTRUCTION TO BIDDERS (ITB) .................................................................................................... 24
1) Sale of Bidding/ Tender Documents 24
2) Pre-bid Meeting/ Clarifications 24
3) Changes in the Bidding Document 25
4) Period of Validity of Bids 25
5) Format and Signing of Bids 26
6) Cost & Language of Bidding 27
7) Alternative/ Multiple Bids 27
8) Bid Prices 28
9) Bid Security 28
10) Deadline for the submission of Bids 30
11) Withdrawal, Substitution, and Modification of Bids 30
12) Opening of Bids 30
13) Evaluation/ Selection Method: 31
14) Clarification of Bids 31
15) Overall Evaluation process 31
16) Evaluation & Tabulation of Financial Bids 32
15) Correction of Arithmetic Errors in Financial Bids 32
16) Price/ purchase preference in evaluation 32
17) Negotiations 32
18) Exclusion of Bids/ Disqualification 33
19) Lack of competition 34
Supply & Installation of Cyber Forensic Tools &IT/ Non-IT Infrastructure for Cyber Forensic Lab cum Training centre under CCPWCat RPA
Page 3 of 158
20) Acceptance of the successful Bid and award of contract 34
21) Information and publication of award 35
22) Procuring entity’s right to accept or reject any or all Bids 35
23) Right to vary quantity 36
24) Performance Security Deposit (PSD) 36
25) Execution of agreement 37
26) Issue of Supply order to Selected Bidder 37
27) Confidentiality 38
28) Cancellation of procurement process 38
29) Code of Integrity for Bidders 39
30) Conflict of Interest 39
31) Interference with Procurement Process 39
32) Appeals 39
34) Vexatious Appeals & Complaints 39
35) Offenses by Firms/ Companies 40
36) Debarment from Bidding 40
37) Monitoring of Contract 41
7. GENERALTERMS AND CONDITIONS OF TENDER &CONTRACT ............................................. 43
Definitions 43
1) Contract Documents 44
2) Interpretation 44
3) Language 44
4) Joint Venture, Consortium or Association 45
5) Eligible Goods and Related Services 45
6) Service of Notice, Documents & Orders 45
7) Scope of Supply& establishment of lab 45
8) Delivery & Installation 46
9) Supplier’s/ Selected Bidder’s Responsibilities 46
10) Purchaser’s Responsibilities 46
11) Contract Price 47
12) Recoveries from Supplier/ Selected Bidder 47
13) Taxes & Duties 47
14) Confidential Information 47
15) Specifications and Standards 48
16) Packing and Documents 49
17) Insurance 49
18) Transportation 49
19) Inspection 50
20) Samples 50
Supply & Installation of Cyber Forensic Tools &IT/ Non-IT Infrastructure for Cyber Forensic Lab cum Training centre under CCPWCat RPA
Page 4 of 158
21) Drawl of Samples 50
22) Inspection/ Testing charges 51
23) Rejection 51
24) Delivery Period & Extent of Quantity – Repeat Orders 51
25) Freight 51
26) Payments 51
27) Liquidated Damages (LD) 52
29) Settlement of Disputes: 52
30) Authenticity of Equipment 53
31) Warranty 53
32) Patent Indemnity 54
33) Limitation of Liability 55
34) Force Majeure 55
35) Change Orders and Contract Amendments 56
36) Termination 56
8. SPECIAL TERMS AND CONDITIONS OF TENDER & CONTRACT .............................................. 59
1) Payment Terms and Schedule 59
2) Service Level Standards/ Requirements/ Agreement 60
3) SLA for non-availability of resources deployed as Content Developer and Support Engineer: 61
ANDROID PHONES: ........................................................................................................................................... 94
• BLACKBERRY PHONES: ............................................................................................................................ 96
• WINDOWS PHONE: ................................................................................................................................... 97
• NOKIA BB5 PHONES: ............................................................................................................................... 97
• FEATURE PHONES: ................................................................................................................................... 98
IOS PHONES: .................................................................................................................................................... 98
UNLOCKING TOOL FOR LOCKED PHONES: ........................................................................................................ 99
ANNEXURE A: COMPLIANCE WITH THE CODE OF INTEGRITY AND NO CONFLICT OF INTEREST
122
ANNEXURE B: DECLARATION BY THE BIDDER REGARDING QUALIFICATIONS...................... 124
ANNEXURE C : GRIEVANCE REDRESSAL DURING PROCUREMENT PROCESS ..................... 125
ANNEXURE D : ADDITIONAL CONDITIONS OF CONTRACT- .......................................................... 128
ANNEXURE-3: PRE-BID QUERIES FORMAT ....................................................................................... 129
ANNEXURE-4: BIDDER’S AUTHORIZATION CERTIFICATE ............................................................. 130
ANNEXURE-5: CERTIFICATE OF CONFORMITY/ NO DEVIATION ................................................. 131
ANNEXURE-6: DECLARATION BY BIDDER ......................................................................................... 132
ANNEXURE-7: MANUFACTURER’S AUTHORIZATION FORM (MAF) ............................................... 133
ANNEXURE-8: UNDERTAKING ON AUTHENTICITY OF COMPUTER EQUIPMENTS ................... 135
ANNEXURE-9: COMPONENTS OFFERED – BOM ............................................................................... 136
ANNEXURE-10: FINANCIAL BID COVER LETTER &FORMAT ......................................................... 137
Supply & Installation of Cyber Forensic Tools &IT/ Non-IT Infrastructure for Cyber Forensic Lab cum Training centre under CCPWCat RPA
Page 5 of 158
ANNEXURE-11: BANK GUARANTEE FORMAT ................................................................................... 148
ANNEXURE-12: DRAFT AGREEMENT FORMAT ................................................................................ 155
ANNEXURE-13: GEOGRAPHICAL COVERAGE ............................................................................................ 158
ANNEXURE-14: LIST OF LOCATIONS ......................................................................................................... 158
Supply & Installation of Cyber Forensic Tools &IT/ Non-IT Infrastructure for Cyber Forensic Lab cum Training centre under CCPWCat RPA
Page 6 of 158
LIST OF ABBREVIATIONS / ACRONYMS
ADGP Additional Director General of Police
BC Banker’s Check
BG Bank Guarantee
BOM Bill of Material
BSNL Bharat Sanchar Nigam Limited
CCIS Crime and Criminals Information System
CCPWC Cyber Crime Prevention Against Women and Children
CCTNS Crime & Criminal Tracking Network and Systems
CID Criminal Investigation Department
CIPA Common Integrated Police Application
CrPC Criminal Procedure Code
DD Demand Draft
DG Director General
DGP Director General of Police
DIG Deputy Inspector General of Police
DSC Digital Signature Certificate
DySP Deputy Superintendent of Police
FIR First Information Report
GOI Government of India
GR Goods Receipt
GRP Government Railway Police
HDD Hard Disk Drive
HQ Headquarters
IB Intelligence Bureau
ICT Information & Communication Technology
IGP Inspector General of Police
IIF Integrated Investigation Form
IO Investigation Officer
ISO International Organization for Standardization
IT Information Technology
LAN Local Area Network
LD Liquidated Damages
MHA Ministry of Home Affairs
MIS Management Information System
MMP Mission Mode Project
MTBF Mean Time Between Failures
NCRB National Crime Records Bureau
Supply & Installation of Cyber Forensic Tools &IT/ Non-IT Infrastructure for Cyber Forensic Lab cum Training centre under CCPWCat RPA
Page 7 of 158
NeGP National e-Governance Plan
NIC National Informatics Centre
NOC No Objection Certificate
OEM Original Equipment Manufacturer
PBG Performance Bank Guarantee
PCR Police Control Room
PDF Portable Document Format
PHQ Police Headquarters
PM Preventive Maintenance
PoA Power of Attorney
PSD Performance Security Deposit
RFP Request for Proposal
RPA Rajasthan Police Academy
R/R Railway Receipt
SBG SLA Bank Guarantee
SCRB State Crime Records Bureau
SDC State Data Centre
SDPO Sub-Division Police Office
SHO Station House Officer
SLA Service Level Agreement
SOE Standard Operating Environment
SP Superintendent of Police
SPOC Single Point of Contact
SWAN State Wide Area Network
TCP/IP Transmission Control Protocol/Internet Protocol
UAT User Acceptance Testing
UT Union Territory
XML Extensible Markup Language
Supply & Installation of Cyber Forensic Tools &IT/ Non-IT Infrastructure for Cyber Forensic Lab cum Training centre under CCPWCat RPA
Page 8 of 158
Request for Proposal (RFP) Document for
Supply & Installation of IT/ Non-IT infrastructure for Client Locations
(Rajasthan Police Academy) under CCTNS Project
[Reference No.: V-15(6)SCRB/CCPWC/ 2018/760 dated 27.02.2019]
Mode of Bid Submission Online though e-Procurement/ e-Tendering system
at https://eproc.rajasthan.gov.in
Procuring Entity Director State Crime Records Bureau, Rajasthan
7th Floor, Police Head Quarter, Lal Kothi, Jaipur
Last Date & Time of Submission of Bid 15 April 2019 at 3:00 p.m.
Date & Time of Opening of Technical Bid 15 April 2019 at 3.30 p.m.
Bidding Document Fee: Rs.1000 (Rupees One Thousand only)
Name of the Bidding Company/ Firm:
Contact Person(Authorised Bid Signatory):
Correspondence Address:
Mobile No. Telephone & Fax Nos.:
Website & E-Mail:
State Crime Record Bureau (SCRB) Seventh Floor, Police Head Quarter, Lal Kothi, Jaipur-302015 (Rajasthan)
Phone: 0141-2740734 Fax: 0141-2740169 Web: http://police.rajasthan.gov.in, email: http://itcell.scrb.rajasthan.gov.in
Supply & Installation of Cyber Forensic Tools &IT/ Non-IT Infrastructure for Cyber Forensic Lab cum Training centre under CCPWCat RPA
Page 9 of 158
1. NOTICE INVITING BID (NIB)
Name & Address of the
Procuring Entity
• Name: State Crime Records Bureau, Rajasthan.
• Address: State Crime Records Bureau 7thFloor,PHQ, Lalkothi, Jaipur
(Rajasthan)
Name & Address of the
Nodal Officer Project
• Name: Sh. Sharat Kaviraj
• Designation: DIG, Police, SCRB
• Address 7th Floor,PHQ, Lalkothi, Jaipur (Rajasthan)
• email: itcell.scrb@rajpolice.gov.in
Subject Matter of
Procurement
Establishment and commissioning of Cyber Forensic Lab cum Training
Center with supply & installation of Cyber Forensic tools & IT/ Non-IT
Infrastructure under CCPWC Scheme at RPA ,Jaipur.
Bid Procedure Single-stage: two parts (envelop) open competitive e-Bid procedure at
http://eproc.rajasthan.gov.in
Bid Evaluation Criteria
(Selection Method)
Least cost based selection (LCBS) - L1 out of technically responsive
bids.
Websites for downloading
Bidding Document,
Corrigendum’s, Addendums
etc.
• Websites: http://sppp.rajasthan.gov.in, http://eproc.rajasthan.gov.in,
http://www.police.rajasthan.gov.in
• Bidding Document Fee: Rs.1000 (Rupees One Thousand only) in
Cash Challan/ DD/ BC in favour of “Director State Crime Records
Bureau, Rajasthan” payable at “Jaipur”.
• RISL Processing Fee: Rs.1000 (Rupees One Thousand only) in
BC/DD in favour of “Managing Director, RISL” payable at
“Jaipur”.
Estimated Procurement
Cost Rs 394 Lakhs (Rupees Three hundred ninety-four Lakhs).
Bid Security and Mode of
Payment
• 2% (Rs. 7.88 Lacs) of the estimated procurement cost.
• In case of Small Scale Industries of Rajasthan itshall be 0.5% ((Rs.
1.97 Lacs) of the quantity offered for supplyand in case of sick
industries, other than Small Scale Industries, whose cases is pending
with Board of Industrial and Financial Reconstruction. It shall be 1%
(Rs. 3.94 Lacs) of the value of bid. Concessional bid security may be
taken from registered bidders as specified by the State Government.
Every bidder, if not exempted, participating in the procurement
process shall be required to furnish the bid security as specified in the
Notice Inviting Bids. (To be calculated accordingly as per Table A of
Chapter-5, rounded up to nearest multiple of Rs.10)
• Mode of Payment: Demand Draft/Banker’s Cheque/Bank Gurantee
(in specified format), of a Scheduled (Nationalised) Bank in favour of
“Director State Crime Records Bureau, Rajasthan payable at Jaipur”,
or online through eGras on http://egras.raj.nic.in.
Supply & Installation of Cyber Forensic Tools &IT/ Non-IT Infrastructure for Cyber Forensic Lab cum Training centre under CCPWCat RPA
Page 10 of 158
Period of online availability
of Bidding Document
(Start/ End Date)
• Start Date: 27 Feburary 2019 at 03:30 PM
• End Date: 15 April 2019 at 3:00 PM
Date/ Time/ Place of Pre-Bid
meeting
• Date: 11 March 2019 03:00 PM.
• Place: State Crime Records Bureau, 7th Floor, Police Headquarters,
Lalkothi, Jaipur, Rajasthan 302015
• Pre-bid responses upload date: 22 March 2019
Manner, Start/ End Date for
the submission of Bids
• Manner: Online at e-Procurement website
(http:/eproc.rajasthan.gov.in)
• Start Date: 27 Feburary 2019 at 03:30 PM
• End Date: 15 April 2019 at 3:00 PM.
Submission of Banker’s
Cheque/ Demand Draft for
Tender Fee,Bid Security,
and Processing Fee*
• From 27 Feburary 2019 at 03:30 PM onwards and upto 03:00 PM on
15 April 2019
Date/ Time/ Place of
Technical Bid Opening
• Date: 15 April 2019 at 3:30 PM.
• Place: State Crime Records Bureau, 7th Floor, Police Headquarters,
Lalkothi, Jaipur, Rajasthan 302015
Grievance Redressal
As per Annexure C :
First Appeallate Officer: DIG, Police, SCRB, Rajasthan, Jaipur
Second Appeallate Officer: Director, SCRB, Rajasthan, Jaipur
Date/ Time/ Place of
Financial Bid Opening Will be intimated later to the Technically qualified bidders
Bid Validity 180 days from the bid submission deadline
Supply & Installation of Cyber Forensic Tools &IT/ Non-IT Infrastructure for Cyber Forensic Lab cum Training centre under CCPWCat RPA
Page 11 of 158
Note:
1) The complete bidding document has been published on the website http://eproc.rajasthan.gov.in,
http://sppp.rajasthan.gov.in and www.police.rajasthan.gov.in for the purpose of downloading. Bidder
(authorised signatory) shall submit their offer on-line in Electronic formats both for technical and
financial proposal. However, DD for Tender Fees, RISL Processing Fees and Bid Security should be
submitted physically at the office of Tendering Authority as prescribed in NIB and scanned copy of
same should also be uploaded along with the technical Bid/ cover.
2) The Banker’s Cheque/ Demand Draft for Bidding document fee and Bid Security should be drawn in
favour of “Director General of Police, Rajasthan” and the RISL Processing Fee in favour of “Managing
Director, RajCOMP Info Services Ltd.” payable at “Jaipur” from any Scheduled Commercial Bank.
3) *In case, any of the bidders fails to physically submit the Banker’s Cheque/ Demand Draft for Tender
Fee, Bid Security, and RISL Processing Fee up to time and date mentioned in the NIB, its Bid shall
not be accepted.
4) Bidders who wish to participate in this bidding process must register on http://eproc.rajasthan.gov.in
(bidders already registered on http://eproc.rajasthan.gov.in before 30-09-2011 must register again).
5) To participate in online bidding process, Bidders must procure a Digital Signature Certificate (Type III)
as per Information Technology Act-2000 using which they can digitally sign their electronic bids.
Bidders can procure the same from any CCA approved certifying agency, i.e. TCS, SafeScrypt,
NCode, etc. Bidders who already have a valid Digital Signature Certificate (DSC) need not procure a
new DSC.
6) Rajasthan Police will not be responsible for delay in online submission due to any reason. For this,
bidders are requested to upload the complete bid well advance in time so as to avoid 11th hour issues
like slow speed; choking of web site due to heavy load or any other unforeseen problems.
7) Bidders are also advised to refer "Bidders Manual Kit" available at e-Procurement website for further
details about the e-Tendering process.
8) Training for the bidders on the usage of e-Tendering System (e-Procurement) is also being arranged
by RISL on a regular basis. Bidders interested for training may contact e-Procurement Cell, RISL for
booking the training slot.
Contact No: 0141-4022688 (Help desk 10 am to 6 pm on all working days)
e-mail: eproc@rajasthan.gov.in
Address: e-Procurement Cell, RISL, YojanaBhawan, Tilak Marg, C-Scheme, Jaipur
9) The procuring entity reserves the complete right to cancel the bid process and reject any or all of the
Bids without assigning any reason at any stage.
10) No contractual obligation whatsoever shall arise from the bidding document/ bidding process unless
and until a formal contract is signed and executed between the procuring entity and the successful
bidder.
11) Procurement entity disclaims any factual/ or other errors in the bidding document (the onus is purely
on the individual bidders to verify such information) and the information provided therein are intended
only to help the bidders to prepare a logical bid-proposal.
12) The provisions of RTPP Act 2012 and Rules 2013 thereto shall be applicable for this procurement.
Furthermore, in case of any inconsistency in any of the provisions of this bidding document with the
RTPP Act 2012 and Rules 2013 thereto, the later shall prevail.
Supply & Installation of Cyber Forensic Tools &IT/ Non-IT Infrastructure for Cyber Forensic Lab cum Training centre under CCPWCat RPA
Page 12 of 158
2. PROJECT PROFILE & BACKGROUND INFORMATION
1) Introduction
Rajasthan Police under the guidelines of Ministry of Home Affiars, Govt Of India, Intends to
implement “Cyber Crime Prevention against Woman & Children’, which has various
components such as setting up of Online Cybercrime Reporting Portal which is already
operational, setting up of Cyber Forensic Lab Cum training centers
2) Project Profile and Background
• Cyber Crime Prevention against Woman & children is an initiative by Ministry of Home
affairs to address the increase in the cybercrimes by setting up cyber forensic & training
labs, hiring of cyber forensic experts and training & capacity building of police force,
prosecutors & judicial officers in cybercrime in each state.
• Ministry of Home Affairs has already launched a twitter handle called “CyberDost” to create
awareness about cybercrimes.
• Also two portals have been launched by MHA to strengthen Women Safety vis-à-vis Cyber
Crime Prevention against Women and Children (CCPWC) portal to check objectionable
online content and National Database on Sexual Offenders (NDSO) to aid in monitoring &
investigation of sexual crimes.
• In line with the above, Rajasthan Police aims at setting up Cyber Forensic Lab Cum Training
Center under CCPWC scheme through this RFP.
3) Goals for the Request for Proposal (RFP)
The primary goal of this RFP is to procure IT and Non IT infrastructure, Cyber Forensic tools
for setting up of Cyber Forensic Lab, client end hardware infrastructure, Audio video systems,
Training related hardware and software, content developer and provide required site
preparation and support services to deploy install and commission such IT and Non IT infra
and for CCPWC Rajasthan project through a competitive bidding process. This RFP intends
to bring out all the details with respect to solution and other requirements that are deemed
necessary to share with the potential bidders. The goals of RFP are further elaborated below:
a. To seek proposals from potential bidders for providing “IT hardware/software
infrastructure and non IT infrastructure for Cyber Forensic Lab cum Training Centre
under the CCPWC project in Rajasthan.
b. To understand from the bidders how they propose to meet the technical and
operational requirements of the supply.
c. To ascertain how potential bidders propose to deliver the services and sustain the
demand and growth in the requirements.
d. To understand from the bidders as to how they intend to innovate further on their
service delivery during the Operation and Management period.
Supply & Installation of Cyber Forensic Tools &IT/ Non-IT Infrastructure for Cyber Forensic Lab cum Training centre under CCPWCat RPA
Page 13 of 158
PROJECT DETAILS
1) Need for the Project
• There is need for a well-defined citizen awareness program by the government of India
aimed at delivering cyber-crime dos and don’ts as a proactive mitigation initiative.
• Awareness about cybercrime and cyber hygiene will be introduced in schools in the
early stages of education as a component of school curriculum.
• These awareness communications will be delivered via a web portal and mobile apps.
Through this medium individual will be informed about the various types of cyber-crimes
and information on how to securely use technology to protect themselves.
• Awareness campaigns like one day workshop, essay and elocution competition etc. will
be conducted at schools, college level across the country and as a part of such
programs brochures related to cyber etiquettes, do’s and don’ts and prizes would be
distributed
2) Objectives of the Project
• Proper collection and preserving of evidence related to cyber-crime and its analysis in
line with the provisions of the IT Act and evidence Act is of utmost importance.A cyber
forensic laboratory will operate 24*7*365 basis. It would have all the latest forensic tools
to carry out investigation and protective measure related to cybercrime.This unit will have
a team of cyber security professionals to carryout various types of electronic forensic
analysis and assist the law enforcement agencies investigating cybercrime related
cases.This laboratory would carry all deep and advanced level forensic and other cyber
related analysis.The prime objectives of this project is
• To train and educate the police department perssonels, prosecutors, judicial officers, aw
enforcement agencies and others on the matter of Cyber crime and digital forensics.
• To develop content on the above subject to be published for the stakeholders and use it
for training.
• To provide hands on trainings on tools and technology alongwith the concepts related to
cyber crime and related investigation.
• To enable law enforcement agencies in handling the digital evidence in a prudent manner
following standard digital evidencehandling procedures.
• To establish a state of art center for conducting cyber crime and investigation related
workshops and trainings.
3) Stakeholders of the Project
The impact of the police subject being sensitive, a consultative and a bottom-up approach has
to be adopted in designing the Project impacting the following stakeholders:
a. Citizens and Citizen groups (especially women & children).
Supply & Installation of Cyber Forensic Tools &IT/ Non-IT Infrastructure for Cyber Forensic Lab cum Training centre under CCPWCat RPA
Page 14 of 158
b. Police Personnel at the police station level (Station House Officers, Investigation
Officers, Station Writers, and Constables etc)
c. Senior Officers in the State Police /State Government
d. Judiciary Officers and Procecution Officers.
4) Desired outcomes for various stakeholders
The following are the expected benefits envisaged from successful implementation of the
CCPWC project:
S.No. Stakeholder Benefits
1. Police officers • Understanding of the functioning of a computer system and basics of handling it
• Understanding of handling of digital evidence, chain of custody and maintaining integrity of the evidence.
• Basic concepts related to imaging of the evidence.
• Use of Forensic tools to carry out investigation related to cybercrime and non cybercrime having digital evidence.
• Understanding what all information can be obtained.
• Enable them to undertake basic information digging for faster response.
• Regular updation on various cyber crime methodologies and ways of handling them.
• Enabling police officers to extract information in efficient manner from all the related parties like ISP, Telcom service provider, Web services provider etc.
• Enable better contolling and policing with information digging on various social media portals and internet in general.
2. Prosecutors • Understanding the legal aspect of digital forensics.
• Equip with the knowledge to understand the Digital forensic report and use it in an effective manner.
• Help knowing what all information can be extracted and how the same can be used to establish the correctness of the evidence.
• Enhanced ability to analyse crime patterns Reduced workload of the police station back-officeactivities such as preparation of regular and ad-hoc reports and station records management.
3. Judicial officers • Understand the modus operandi of the cyber criminals.
• Updation of knowledge base with the latest development in the cyber crime related activities.
• Understanding the concepts to recognize false evidences and manipulations.
• Enabling better judgement delivery by understanding the way the entire IT system works.
Supply & Installation of Cyber Forensic Tools &IT/ Non-IT Infrastructure for Cyber Forensic Lab cum Training centre under CCPWCat RPA
Page 15 of 158
3. RAJASTHAN STATE POLICE DEPARTMENT
1) Department's Organization Structure
Rajasthan is divided into 8 ranges, 2 Commissionerates having a total of 45 SP/ DCP offices.
At some of the offices, SP and Addl. SP share the same premise, however, there are 25
locations where Addl. SP office is different than the SP office.
There are 215 Circle offices and 864 police stationsin all ranges and commissionerates.
The following highlights the field establishment of the Rajasthan Police:
Director General of Police (DGP) {Head of the Department}
Additional Director General of Police (Addl. DGP)
Inspector General of Police (IGP) {In-charge of a range}/ Commissioner of Police
Deputy Inspector General of Police (Dy. IGP)/ Additional Commissioner of Police
Superintendent of Police (SP) {In-charge of a District}/ Deputy Commissioner of Police
Additional Superintendent of Police (Addl. SP)
Assistant/ Deputy Superintendent of Police (ASP/ Dy. SP) {In-charge of a Circle in a district}/ Assistant Commissioner of Police
Inspector of Police {In-charge of some Police Station}
Sub-Inspector of Police (SI) {In-charge/Staff of a smaller Police Station}
Assistant Sub-Inspector of Police (ASI) {Staff of the Police Station}
Police Head Constable (HC) {Staff of the Police Station}
Police Constable {Staff of the Police Station}
Supply & Installation of Cyber Forensic Tools &IT/ Non-IT Infrastructure for Cyber Forensic Lab cum Training centre under CCPWCat RPA
Page 16 of 158
4. PRE- QUALIFICATION/ ELIGIBILITY CRITERIA
1) A bidder (Manufacturer, Authorised Dealers & Distributors are eligible to participate in the
bidding process) participating in the procurement process shall possess the following
minimum pre-qualification/ eligibility criteria.
S. No.
Basic Requiremen
t
Specific Requirements Documents Required
1. Legal Entity
The bidder should be a Manufacturer (OEM) or its authorized partner and The bidder should be a Proprietorship firm duly registered either under the Rajasthan Shops & Commercial Establishments Act, 1958 or any other Act of State/ Union, as applicable for dealing in the subject matter of procurement (Note: A self-certified declaration regarding the non-applicability of registration to any Act should be submitted by the bidder)
OR
A company registered under Indian Companies Act, 1956
OR
A partnership firm registered under Indian Partnership Act, 1932.
OR
A Limited Liability Partnership (LLP) firm registered under Limited Liability Partnership Act 2008.
The entity should be operational in India for at least last five (5) financial years as on 31st March 2018. The Bidder has to be a single legal entity.
- Copy of valid Registration
In case bidder is a company:
- Certified copy of the Certificates of Incorporation for companies issued by the registrar of Companies and Memorandum & Articles of Association.
In case bidder is a firm:
- Certified copy of the Registration
2. Financial: Turnover from IT/ ITeS
Average Annual Turnover of the bidder from IT/ ITeS or the item for which bid is being submitted, for last three financial years, i.e., FY 2015-16 to 2017-18 (as per the last published audited accounts) should be equal to or more than Rs. 11.82 Crores.
CA Certificate with CA’s Registration Number/ Seal
3. Financial: Net Worth
The Net worth of the Bidder as on 31.03.2018 (as per the last published audited balance sheet), should be positive.
CA Certificate with CA’s Registration Number/ Seal
4. Technical Capability
The bidder should have obtained assignment(s) and completed/ successfully installed at least one similar projects with the similar or more equipments, where the value
Work order(s), its
invoices & work
completion certificate/
certificate of satisfactory
Supply & Installation of Cyber Forensic Tools &IT/ Non-IT Infrastructure for Cyber Forensic Lab cum Training centre under CCPWCat RPA
Page 17 of 158
S. No.
Basic Requiremen
t
Specific Requirements Documents Required
of the assignment(s) should be equal to or more than estimated procurement cost, during the last five years starting from 01/01/2013 till the bid submission date.
installation from the
client.
5. Tax
registration
and
clearance
The bidder should be registered for:
i. GST
ii. PAN
The lead bidder should have cleared his GST dues upto 31st March 2018 to the government.
Copies of relevant
certificates of
registration.
Copy of PAN Card
Copy of latest GST
return/ CA certification
for no dues in this
regard.
6. Mandatory
Undertaking
The bidder should: -
a) not be insolvent, in receivership,
bankrupt or being wound up, not have
its affairs administered by a court or a
judicial officer, not have its business
activities suspended and must not be
the subject of legal proceedings for any
of the foregoing reasons;
b) not have, and their directors and officers
not have, been convicted of any criminal
offence related to their professional
conduct or the making of false
statements or misrepresentations as to
their qualifications to enter into a
procurement contract within a period of
three years preceding the
commencement of the procurement
process, or not have been otherwise
disqualified pursuant to debarment
proceedings;
c) not have a conflict of interest in the
procurement in question as specified in
the bidding document.
A Self Certified letter as
per Annexure-B: Self-
Declaration
Supply & Installation of Cyber Forensic Tools &IT/ Non-IT Infrastructure for Cyber Forensic Lab cum Training centre under CCPWCat RPA
Page 18 of 158
S. No.
Basic Requiremen
t
Specific Requirements Documents Required
d) comply with the code of integrity as
specified in the bidding document.
7. Certifications The bidder/ OEM must possess, at the time of bidding,
a. ISO 27001:2013 or latest
b. ISO 9001:2008 or latest
Certification valid till the end of bid validity period.
Copy of a valid certificate/ Authorisation certificates in Technical Bid
Table A For Bid Security/ Turn Over/ PSD/SLA Bank Guarantee (SBG) (Amount in Lakhs)
S. No. Category
Total Estimated
cost of Procurement (In Rs. Lacs)
Average Annual
Turnover (In Rs. Lacs)
Bid Security (2% of
Estimated value) (In Rs. Lacs)
Performance Security Deposit (In % of
order value)
SLA Bank Guarantee
(SBG) (In % of
order value)
1. 2. 3. 4. 5. 6. 7.
1.
Establishment and Commissioning of Cyber Forensic Lab cum Training Centre under with supply & installation of under CCPWC Scheme at RPA
394.00 1182.00 7.88 5 % 5 %
2) In addition to the provisions regarding the qualifications of the bidders as set out in (1) above:
a. the procuring entity shall disqualify a bidder as per the provisions under “Clause:
Exclusion/ Disqualification of bids in Chapter-7: ITB”; and
b. The procuring entity may require a bidder, who was qualified, to demonstrate its
qualifications again in accordance with the same criteria used to qualify such bidder. The
procuring entity shall disqualify any bidder that fails to demonstrate its qualifications again,
if requested to do so. The procuring entity shall promptly notify each bidder requested to
demonstrate its qualifications again as to whether or not the bidder has done so to the
satisfaction of the procuring entity.
Supply & Installation of Cyber Forensic Tools &IT/ Non-IT Infrastructure for Cyber Forensic Lab cum Training centre under CCPWCat RPA
Page 19 of 158
5. SCOPE OF WORK, DELIVERABLES & TIMELINES
1) Scope of work (SoW)
The bidders are advised to carefully read the Scope of Work, the successful bidder shall
required to establish and commission Cyber Forensic Lab cum Training Center at RPA,
Jaipur, as per the specifications mentioned in RFP within the given timelines.
The broad scope of work for the successful bidder is supply, installation & commissioning of
Cyber Forensic tools and IT/ Non-IT Infrastructure at training lab under CCPWC Project
(presently identified at Rajasthan Police Academy, Jaipur, however if there is change of
location, it will be communicated at the time of work order) and the period of contract/
engagement would include the following phases:
I. Phase-I: Site Preparation, Supply & Installation–
i) Site Survey and preparation of site as per the design and specifications mentioned in
the RFP at annexure-2
ii) Supply, installation and commissioning of requisite Cyber forensic tools, IT equipment
and Non-IT infrastructure at training lab.
II. Phase-II: Support Services –
i) Provide Support Services for supplied Cyber forensic tools, IT equipmentand Non-IT
infrastructure during the warranty period.
For successful implementation of the project, successful bidder shall deploy a Project co-
ordinator who will be the single point of contact (SPOC) for Rajasthan Police throughout the
contract period. The Project co-ordinator and supporting staff shall be stationed at Jaipur for
complete co-ordination during project period. Successful bidder shall provide the contact
numbers, e-mail id and other relevant details of the SPOC to Rajasthan Police and he would
be responsible for end to end Project co-ordination. The detailed scope of work for the
successful bidder during the period of contract/ engagement would include (but not limited to)
the following: -
I. Phase-I: Site Preparation, Supply & Installation
This phase would commence from the Date of issuance of supply order.
a. Site Preparation
i. Successful bidder shall submit micro level design document for the site and
get the approval from Rajasthan Police.
ii. Preparation of site as per the design document with the specifications
mentioned in RFP at annexure-II.
b. Supply and Installation
i. The successful bidder shall supply all the ordered items as per details
mentioned in “Annexure-1: Bill of Material” and “Annexure-2: Technical
Supply & Installation of Cyber Forensic Tools &IT/ Non-IT Infrastructure for Cyber Forensic Lab cum Training centre under CCPWCat RPA
Page 20 of 158
Specifications” at the locations specified in the supply order, shall submit
its delivery challan to respective Nodal officer for that location and one copy
to SCRB.
ii. The hardware should be supplied with all the passive items / accessories
(like screws, clamps, fasteners, ties anchors, supports, grounding strips,
wires etc.) for proper & complete installation at respective sites.
iii. All the softwares must include appropriate number of genuine OEM
licenses (wherever applicable) under the name of “Rajasthan Police”.
iv. All the desktops / workstations must be protected for viruses, malwares,
ransomwares, intrusions and vulnerabilities with proper anti-virus and
intrusion prevention system.
v. Rajasthan Police/ respective Nodal officer, upon receipt of delivery of all
the ordered items as per prescribed time-schedule, shall verify the same in
accordance with the delivery challan and inspect to validate them in
compliance with the supply order.
vi. The successful bidder, wherever required & applicable, shall configure the
supplied items with the existing network (RSWAN/RAJNET, Broadband or
any other form of connectivity).
vii. All the equipment installed should bear a printed sticker tag consisting of
Name, Helpdesk number, email address and URL of successful bidder
which shall be referred to by the end-users for reporting any problem/ fault
in the installed Hardware/ Software/ other items.
viii. Upon successful installation of all the supplied Hardware/ Software/ other
items, the successful bidder shall submit the installation reports (in original)
duly verified by the Nodal Officer.
ix. The successful bidder, during installation, shall not cause any damage to
government premise/ property otherwise; it shall restore the same to
original state at its own cost. All the installation work shall be done by the
successful bidder in a conscientious manner and as per the OEM
guidelines, best industry practices, and all regulatory norms, as applicable.
It shall be the responsibility of the selected bidder to bring all the equipment
and tools required for installation of the supplied items.
x. After acceptance of the installation, by Procuring Entity, the project would
be declared go-live and moves in to next phase i.e. Support Services
Phase.
xi. Proposed Layout of the Lab is in Appendix A
II. Phase-II: Support Services Phase
Supply & Installation of Cyber Forensic Tools &IT/ Non-IT Infrastructure for Cyber Forensic Lab cum Training centre under CCPWCat RPA
Page 21 of 158
After successful installation, the contract period of 3 Years shall commence from the
date of Go-Live. During this period, the successful bidder shall: -
a) Provide comprehensive onsite support services for the installed Hardware/
Software/ other items at designated training lab. This involves comprehensive
maintenance of all installed Hardware/ Software/ other items covered under the
warranty (as per Warranty clause of Chapter-8 (General terms & Conditions))
including repairing, replacement of faulty components with components (modules,
sub-modules, assemblies, sub-assemblies, spares, etc. with genuine OEM
components to make the system functional/ operational as per SLA) of same
specifications or better specification ensuring compatibility may be accepted after
approval of competent authority.
b) Successful bidder shall depute qualified service engineers/ personnel in adequate
numbers (other than SPOC) for timely resolution of issues. Also, it shall provide
an escalation matrix, item wise centralised helpdesk numbers, email addresses for
Cyber forensic tools and other IT/ Non-IT Infrastructure. The end-user may report
problems, if any, using any of the available methods mentioned above. Procuring
Entity will hold quarterly review meeting with SPOC to resolve pending issues, if
any.
c) The successful bidder will provide content development facilities in RPA premises.
These facilities will be manned by 1 Content Developer who will be designing/
developing/ customizing the content. The content developer is expected to develop
training related content. He/ she is also expected to be proficient in English and
Hindi.
Key requirements of Rajasthan Police from these content development facilities
are:
i. Screen recordings for key tasks performed in a training module
ii. Sound recordings through a microphone, to be overlaid on videos
iii. Tools required for content creation. Open source tools may be used.
iv. Audio and video recording equipment to support the requirements and
facilitate recording of the training modules
The complete infrastructure, components of hardware and software etc. for
completing the aforementioned tasks to be provided by the successful bidder.
Detailed roles and responsibilities are mentioned at Chapter -9, part (3).
d) The successful bidder will provide Support Enginner facilities in RPA premises.
These facilities will be manned by one enginner who will be helping hand to the
Master Trainers and make them acquaint with the supplied forensic and other
tools/software. These Master Trainers are already trained by the department from
the agencies identified by MHA for the purpose. He/ She is also expected to be
Supply & Installation of Cyber Forensic Tools &IT/ Non-IT Infrastructure for Cyber Forensic Lab cum Training centre under CCPWCat RPA
Page 22 of 158
proficient in English and Hindi and will remain present durinig the training to be
provided by the Master Trainer to other trainees for hands on etc.
e) If SCRB develops/ provides its own ticketing tool, the SLA penalty calculated with
the help of that tool shall be applicable.
2) Project Deliverables, Milestones & Time Schedule
S.
No.
Project Activity/
Scope of Work
Deliverables
(Reports/ Docs./ Infra.)
Timelines
(T is date of Signing of
agreement)
1.
Activity as
mentioned in (1)
(A) of Chapter 5-
Supply &
Installation
Site Survey Report and final Drawing
Completion of Site Preparation activity
Delivery of the ordered items
Installation and configuration of the Cyber
forensic tools, IT equipment and
otherNon-IT infrastructure
OEM Warranty Certificates for Hardware &
software items (wherever applicable)
T + 16 weeks
Commissioning and Final Acceptance Test
Go-live
2. Completion of
Contract period
Satisfactory performance report signed by
Nodal Officer
Completion of Contract
period from the last
satisfactory installation
report from Nodal officer,
CCPWC.
3) As part of the warranty services successful bidder shall provide:
The successful bidder shall ensure that the warranty complies with the agreed Technical
Standards, Security Requirements, Operating Procedures and Recovery Procedures.
Successful bidder shall have to stock adequate spare components to ensure that the
supplied items are repaired without delay. Warranty for three yearwould be from the go-
live date. If any extension is required on part of implementation period or delivery period
is the responsibility of the successful bidder.
Rajasthan Police shall have access to the online support and tools provided by the
manufacturer.
Supply & Installation of Cyber Forensic Tools &IT/ Non-IT Infrastructure for Cyber Forensic Lab cum Training centre under CCPWCat RPA
Page 23 of 158
4) Manpower Requirement
S.
No.
Name of
personnel
Qualification
(Minimum)
Minimum No.
of Years of
Experience
Minimum Requirement
1 Support
Engineer
Graduate 2 Years • Should have an overall
experience of 2 years or above
on Forensic tools/software.
2 Content
Developer
Graduate 2 years • Minimum 2 Years of total IT
experience
• At least 1 years’ experience in
Content development in Adobe
Captivate
• Should have a good working
knowledge of computers and
should be fluent in Hindi typing
and have required soft skills
Content Development Facilities
The successful bidder will provide content development facilities in RPA premises. These
facilities will be manned by 1 Content Developer who will be designing/ developing/
customizing the content. The content developer is expected to develop training related
content. He/ she is also expected to be proficient in English and Hindi.
Key requirements of Rajasthan Police from these content development facilities are:
i. Screen recordings for key tasks performed in a training module
ii. Sound recordings through a microphone, to be overlaid on videos
iii. Tools required for content creation. Adobe Captivate tool should be used.
iv. Audio and video recording equipment to support the requirements and facilitate
recording of the training modules
The complete infrastructure, components of hardware and software etc. for completing the
aforementioned tasks to be provided by the successful bidder.
Roles and responsibilities:
1. Role of content developer
Responsible for content development as well as
training to identified Rajasthan Police personnel for
content development.
2. Role of Department Provision of physical and IT infrastructure
3. Role of successful bidder Provide personnel and tools for content creation
including audio, video recording equipment’s
Supply & Installation of Cyber Forensic Tools &IT/ Non-IT Infrastructure for Cyber Forensic Lab cum Training centre under CCPWCat RPA
Page 24 of 158
6. INSTRUCTION TO BIDDERS (ITB)
1) Sale of Bidding/ Tender Documents
a) The sale of bidding documents shall be commenced from the date of publication of Notice
Inviting Bids (NIB) and shall be stopped as per NIB. The complete bidding document shall
also be placed on the State Public Procurement Portal and e-Procurement portal. The
prospective bidders shall be permitted to download the bidding document from the
websites and pay its price while submitting the Bid to the procuring entity.
b) The bidding documents shall be made available to any prospective bidder who pays the
price for it in cash Challanor by bank demand draft or banker's cheque.
c) The Procuring Entity is not responsible for the completeness of the Bidding Document and
its addenda, if they were not obtained directly from the Procuring Entity or not downloaded
correctly from the Procuring Entity’s website/ State Public Procurement Portal.
2) Pre-bid Meeting/ Clarifications
a) A pre-bid conference is scheduled by the procuring entity as per the details mentioned in
the NIB and to clarify doubts of potential bidders. Only those who have purchased the
bidding document, in respect of the procurement shall be allowed to participate in the pre-
bid conference and the records of such conference shall be intimated to all those who
have purchased the bidding document and where applicable, shall be published on the
respective websites.
b) The Bidder shall be deemed to have carefully examined the conditions, specifications,
size, make and drawings, etc., of the Goods and Related Services to be supplied. If any
Bidder has any doubts as to the meaning of any portion of the conditions or of the
specifications, drawings, etc., it shall, before submitting the Bid, refer the same to the
Procuring Entity and get clarifications in the specified format as per Annexure-3. A Bidder
requiring any clarification of the Bidding Document shall contact the Procuring Entity in
writing at the Procuring Entity’s address indicated in the NIB. The Procuring Entity will
respond in writing to any request for clarification, within seven days, provided that such
request is received no later than twenty (20) days prior to the deadline for submission of
Bids. The Procuring Entity shall forward copies of its response to all Bidders who have
acquired/ procured the Bidding Document directly from it including a description of the
inquiry but without identifying its source. It shall also be placed on the websites of State
Public Procurement Portal and the Procuring Entity.
c) The Bidder is expected to submit questions in writing, to reach the Procuring Entity at least
3 days before the date of Pre-Bid Conference.
d) The minutes and response, if any, shall be provided promptly to all bidders to which the
procuring entity provided the bidding documents, so as to enable those bidders to take
minutes into account in preparing their bids, and shall be published on the respective
websites. Any modification to the Bidding Document that may become necessary as a
Supply & Installation of Cyber Forensic Tools &IT/ Non-IT Infrastructure for Cyber Forensic Lab cum Training centre under CCPWCat RPA
Page 25 of 158
result of the Pre-Bid Conference shall be made by the Procuring Entity exclusively through
the issue of an addendum (part of Bid document) and not through the minutes of the Pre-
Bid Conference.
e) At any time prior to the deadline for submission of the Bids, the Procuring Entity, suo moto,
may also amend the Bidding Document if required by issuing an addendum which will
form part of the Bidding Document.
f) Non-attendance at the Pre-Bid Conference will not be a cause for disqualification of a
Bidder.
3) Changes in the Bidding Document
a) At any time, prior to the deadline for submission of Bids, the procuring entity may for any
reason, whether on its own initiative or as a result of a request for clarification by a bidder,
modify the bidding documents by issuing an addendum in accordance with the provisions
below.
i. In case, any modification is made to the bidding document or any clarification is
issued which materially affects the terms contained in the bidding document, the
procuring entity shall publish such modification or clarification in the same manner
as the publication of the initial bidding document.
ii. In case, a clarification or modification is issued to the bidding document, the
procuring entity may, prior to the last date for submission of Bids, extend such time
limit in order to allow the bidders sufficient time to take into account the clarification
or modification, as the case may be, while submitting their Bids.
b) Any bidder, who has submitted his Bid in response to the original invitation, shall have the
opportunity to modify or re-submit it, as the case may be, within the period of time originally
allotted or such extended time as may be allowed for submission of Bids, when changes
are made to the bidding document by the procuring entity; provided that the Bid last
submitted or the Bid as modified by the bidder shall be considered for evaluation.
4) Period of Validity of Bids
a) Bids submitted by the bidders shall remain valid during the period specified in the NIB/
bidding document. A Bid valid for a shorter period shall be rejected by the procuring entity
as non-responsive Bid.
b) Prior to the expiry of the period of validity of Bids, the procuring entity, in exceptional
circumstances, may request the bidders to extend the bid validity period for an additional
specified period of time. A bidder may refuse the request and such refusal shall be treated
as withdrawal of Bid and in such circumstances bid security shall not be forfeited.
c) Bidders that agree to an extension of the period of validity of their Bids shall extend or get
extended the period of validity of bid securities submitted by them or submit new bid
securities to cover the extended period of validity of their bids. A bidder whose bid security
Supply & Installation of Cyber Forensic Tools &IT/ Non-IT Infrastructure for Cyber Forensic Lab cum Training centre under CCPWCat RPA
Page 26 of 158
is not extended, or that has not submitted a new bid security, is considered to have refused
the request to extend the period of validity of its Bid.
5) Format and Signing of Bids
a) Bidders must submit their bids online at e-Procurement portal i.e.
http://eproc.rajasthan.gov.in.
b) All the documents uploaded should be digitally signed with the DSC of authorized
signatory and uploaded only in PDF format with clear readability and prescribed filename
as mentioned in the table below.
c) A Single Stage Two part/ cover system shall be followed for the Bid: -
a. Technical Bid, including fee details, eligibility & technical documents
b. Financial Bid
d) The technical bid shall consist of the following documents: -
S.
No.
Documents Type Document Format
Covering Letter
1. Covering Letter – Technical Bid On bidder’s letter head duly signed by
authorized signatory (PDF)
Fee Details
2. Bidding document Fee (Tender
Fee), RISL Processing Fee (e-
Procurement), and Bid Security
Instrument/ Proof of submission
(PDF)
Eligibility Documents
3. Bidder’s Authorisation Certificate and
copy of PoA/ Board resolution stating
that Auth. Signatory (DSC holder)
can sign the bid/ contract on behalf of
the firm.
As per Annexure-4 (PDF)
4. Self-Declaration As per Annexure –B (PDF)
5. All the documents mentioned in the
“Eligibility Criteria”, in support of the
eligibility.
As per the format mentioned against
the respective eligibility criteria clause
(PDF)
Technical Documents
6. Certificate of Conformity/ No
Deviation
As per Annexure-5 (PDF)
Supply & Installation of Cyber Forensic Tools &IT/ Non-IT Infrastructure for Cyber Forensic Lab cum Training centre under CCPWCat RPA
Page 27 of 158
7. Declaration by Bidders As per Annexure-6 (PDF)
8. Manufacturer’s Authorisation Form
(MAF)
As per Annexure-7(Indicative Format)
(PDF)
9. Undertaking on Authenticity of
Computer Equipment
As per Annexure-8
10. Financial Bid Undertaking On bidder’s letter head duly signed by
authorized signatory as per Annexure-
10
11. Components Offered + Technical
specifications compliance sheet for
all items only on OEM’s letter-head
As per Annexure-9
12. Index (page 1 of Technical Bid) As per Annexure-13
Please note the Financial bid undertaking needs to be submitted along with the
technical bid. Price bid needs to be submitted only on e-procurement website as per
the BoQ template.
b) Financial bid shall include the following documents: -
S. No. Documents Type Document Format
1. Financial Bid– Format As per BoQ (.XLS) format available on e-
Procurement portal
c) The bidder should ensure that all the required documents, as mentioned in this bidding
document, are submitted along with the Bid and in the prescribed format only. Non-
submission of the required documents or submission of the documents in a different
format/ contents may lead to the rejections of the Bid submitted by the bidder.
6) Cost & Language of Bidding
a) The Bidder shall bear all costs associated with the preparation and submission of its Bid,
and the procuring entity shall not be responsible or liable for those costs, regardless of the
conduct or outcome of the bidding process.
b) The Bid, as well as all correspondence and documents relating to the Bid exchanged by
the Bidder and the procuring entity, shall be written only in English Language. Supporting
documents and printed literature that are part of the Bid may be in another language
provided they are accompanied by an accurate translation of the relevant passages in
English/ Hindi language, in which case, for purposes of interpretation of the Bid, such
translation shall govern.
7) Alternative/ Multiple Bids
Supply & Installation of Cyber Forensic Tools &IT/ Non-IT Infrastructure for Cyber Forensic Lab cum Training centre under CCPWCat RPA
Page 28 of 158
Alternative/ Multiple Bids shall not be considered at all. Also, the bidder shall not quote for
multiple brands/ make/ models but only one in the technical Bid and should also mention the
details of the quoted make/ model in the “Annexure-9: Components Offered”.
8) Bid Prices
a) The price/ financial bid must be specified in the BoQ file available at e-proc and without
changing its form and type.
b) Prices quoted in the bid must be firm and final and shall not be subject to any
modifications, on any account whatsoever. The price quoted shall include all costs and all
taxes and duties applicable to the bidder as per law of the Central/ State Government/
Local Authorities, unless specifically asked for separately or excluded. Revision in taxes/
duties including VAT and Service Tax shall be on account of the tenderer. In case any
new tax is levied by the Government, the same shall be paid by the Procuring Entity to the
bidder from the date of imposition of such tax.
c) All the prices shall be quoted by the Bidder entirely in Indian Rupees (INR). All payments
shall be made in Indian Rupees only.
d) Prices/ Rates shall be written both in figures and words, as applicable.
e) Procuring entity will not pay any cartage or transportation charges over & above the
quoted rates.
f) The price to be quoted in the financial bid shall be the total price of the bid. Discount, if
any, should be included in the quoted price.
9) Bid Security
Every bidder, if not exempted, participating in the procurement process will be required to
furnish the bid security as specified in the NIB.
a) Bid Security (rounded up to nearest multiple of Rs.10) shall be 2% of the estimated value.
In case of Small Scale Industries of Rajasthan it shall be 0.5% of the quantity offered for
supply and in case of sick industries, other than Small Scale Industries, whose cases are
pending with Board of Industrial and Financial Reconstruction, it shall be 1% of the value
of bid. Concessional bid security may be taken from registered bidders as specified by the
State Government.
b) In lieu of bid security, a bid securing declaration shall be taken from Departments of the
State Government, Undertakings, Corporations, Autonomous bodies, Registered
Societies and Cooperative Societies which are owned or controlled or managed by the
State Government and Government Undertakings of the Central Government.
c) Bid security instrument or cash receipt of bid security or a bid securing declaration shall
necessarily accompany the technical bid.
d) Bid security of a bidder lying with the procuring entity in respect of other bids awaiting
decision shall not be adjusted towards bid security for the fresh bids. The bid security
originally deposited may, however, be taken into consideration in case bids are re-invited.
Supply & Installation of Cyber Forensic Tools &IT/ Non-IT Infrastructure for Cyber Forensic Lab cum Training centre under CCPWCat RPA
Page 29 of 158
e) The bid security may be given in the form of a banker’s cheque or demand draft or bank
guarantee, in specified format, of a scheduled nationalised bank or online through eGras
on http://egras.raj.nic.in. The bid security must remain valid 90 days beyond the original
or extended validity period of the bid.
f) The issuer of the bid security and the confirmer, if any, of the bid security, as well as the
form and terms of the bid security, must be acceptable to the procuring entity.
g) Prior to presenting a submission, a bidder may request the procuring entity to confirm the
acceptability of proposed issuer of a bid security or of a proposed confirmer, if required.
The procuring entity shall respond promptly to such a request.
h) The bank guarantee, if any, presented as bid security shall be got confirmed from the
concerned issuing bank. However, the confirmation of the acceptability of a proposed
issuer or of any proposed confirmer does not preclude the procuring entity from rejecting
the bid security on the ground that the issuer or the confirmer, as the case may be, has
become insolvent or has otherwise ceased to be creditworthy.
i) The bid security of unsuccessful bidders shall be refunded soon after final acceptance of
successful bid and signing of Agreement and submitting performance security deposit.
j) The Bid security taken from a bidder shall be forfeited, including the interest, if any, in the
following cases, namely: -
i. when the bidder withdraws or modifies its bid after opening of bids;
ii. when the bidder does not execute the agreement, if any, after placement of
supply order within the specified period;
iii. when the bidder fails to commence the supply of the goods or service or execute
work as per supply/ work order within the time specified;
iv. when the bidder does not deposit the performance security within specified period
after the supply/ work order is placed; and
v. If the bidder breaches any provision of code of integrity, prescribed for bidders,
specified in the bidding document.
k) Notice will be given to the bidder with reasonable time before bid security deposit is
forfeited.
l) No interest shall be payable on the bid security.
m) In case of the successful bidder, the amount of bid security may be adjusted in arriving at
the amount of the Performance Security Deposit or refunded if the successful bidder
furnishes the full amount of performance security deposit.
n) The procuring entity shall promptly return the bid security after the earliest of the following
events, namely: -
i. the expiry of validity of bid security;
ii. the execution of agreement and furnishing of security deposit by the successful
bidder;
Supply & Installation of Cyber Forensic Tools &IT/ Non-IT Infrastructure for Cyber Forensic Lab cum Training centre under CCPWCat RPA
Page 30 of 158
iii. the cancellation of the procurement process; or
iv. the withdrawal of bid prior to the deadline for presenting bids, unless the bidding
documents stipulate that no such withdrawal is permitted.
10) Deadline for the submission of Bids
a) Bids shall be received online at e-Procurement portal and up to the time and date specified
in the NIB.
b) Normally, the date of submission and opening of Bids would not be extended. In
exceptional circumstances or when the bidding document are required to be substantially
modified as a result of discussions in pre-bid meeting/ conference or otherwise and the
time with the prospective bidders for preparation of Bids appears insufficient, the date may
be extended by the procuring entity. In such case the publicity of extended time and date
shall be given in the manner, as was given at the time of issuing the original NIB and shall
also be placed on the State Public Procurement Portal, if applicable. It would be ensured
that after issue of corrigendum, reasonable time is available to the bidders for preparation
and submission of their Bids. The procuring entity shall also publish such modifications in
the bidding document in the same manner as the publication of initial bidding document.
If, in the office of the Bids receiving and opening authority, the last date of submission or
opening of Bids is a non-working day, the Bids shall be received or opened on the next
working day.
11) Withdrawal, Substitution, and Modification of Bids
a) If permitted on e-Procurement portal, a Bidder may withdraw its Bid or re-submit its Bid
(technical and/ or financial cover) as per the instructions/ procedure mentioned at e-
Procurement website under the section "Bidder's Manual Kit".
b) Bids withdrawn shall not be opened and processed further.
c) No bid shall be withdrawn, substituted, or modified after the last time and date fixed for
receipt of bids.
12) Opening of Bids
a) The Bids shall be opened by the bid opening & evaluation committee on the date and time
mentioned in the NIB in the presence of the bidders or their authorised representatives
who choose to be present.
b) The committee may co-opt experienced persons in the committee to conduct the process
of Bid opening.
c) The committee shall prepare a list of the bidders or their representatives attending the
opening of Bids and obtain their signatures on the same. The list shall also contain the
representative’s name and telephone number and corresponding bidders’ names and
addresses. The authority letters, if any, brought by the representatives shall be attached
to the list. The list shall be signed by all the members of Bid opening committee with date
and time of opening of the Bids.
Supply & Installation of Cyber Forensic Tools &IT/ Non-IT Infrastructure for Cyber Forensic Lab cum Training centre under CCPWCat RPA
Page 31 of 158
d) The committee shall conduct a preliminary scrutiny of the opened technical Bids to assess
the prima-facie responsiveness and ensure that the: -
i. bid is accompanied by bidding document fee, bid security or bid securing
declaration, and processing fee (if applicable);
ii. bid is valid for the period, specified in the bidding document;
iii. bid is unconditional, and the bidder has agreed to give the required
performance security deposit; and
iv. Other conditions, as specified in the bidding document are fulfilled.
v. Any other information which the committee may consider appropriate.
e) No Bid shall be rejected at the time of Bid opening except the Bids not accompanied with
the proof of payment or instrument of the required price of bidding document, processing
fee and bid security.
f) The Financial Bid cover shall be kept unopened and shall be opened later on the date and
time intimated to the bidders who qualify in the evaluation of technical Bids.
13) Evaluation/ Selection Method:
Lowest financially evaluated &technically responsive bidder shall be selected for award of
contract.
14) Clarification of Bids
a) To assist in the examination, evaluation, comparison and qualification of the Bids, the bid
evaluation committee may, at its discretion, ask any bidder for a clarification regarding its
Bid. The committee’s request for clarification and the response of the bidder shall be
through the e-Procurement portal.
b) Any clarification submitted by a bidder with regard to its Bid that is not in response to a
request by the committee shall not be considered.
c) No change in the prices or substance of the Bid shall be sought, offered, or permitted,
except to confirm the correction of arithmetic errors discovered by the committee in the
evaluation of the financial Bids.
d) No substantive change to qualification information or to a submission, including changes
aimed at making an unqualified bidder, qualified or an unresponsive submission,
responsive shall be sought, offered or permitted.
15) Overall Evaluation process
a) A tiered evaluation procedure will be adopted for evaluation of proposals, with the
technical evaluation being completed before the commercial proposals are opened and
compared.
b) Only those bidders who qualify on the pre-qualification criteria’s will qualify for the next
level that is evaluation of the technical bids.
c) Rajasthan Police will review the technical bids of the short-listed bidders to determine
whether the technical bids are substantially responsive. Bids that are not substantially
Supply & Installation of Cyber Forensic Tools &IT/ Non-IT Infrastructure for Cyber Forensic Lab cum Training centre under CCPWCat RPA
Page 32 of 158
responsive are liable to be disqualified. Rajasthan Police may seek inputs from their
professional, external experts in the technical and commercial evaluation process.
d) The commercial bids for the technically qualified bidders will be opened and reviewed to
determine whether the commercial bids are substantially responsive.
16) Evaluation & Tabulation of Financial Bids
Subject to the provisions of “Acceptance of Successful Bid and Award of Contract” below, the
procuring entity shall take following actions for evaluation of financial Bids: -
a) The financial Bids of the bidders who qualify in technical evaluation, as per technical
evaluation method described at Point no. 13 above i.e. Evaluation/Selection Method, shall
be opened online at the notified time, date and place by the bid evaluation committee in
the presence of the bidders or their representatives who choose to be present;
b) The process of opening of the financial Bids shall be similar to that of technical Bids.
c) Conditional Bids are liable to be rejected;
d) The evaluation shall include all costs and all taxes and duties applicable to the bidder as
per law of the Central/ State Government/ Local Authorities, and the evaluation criteria
specified in the bidding documents shall only be applied;
e) The offers shall be evaluated and marked L1, L2, and L3 etc. L1 being the lowest offer
and then others in ascending order in case price is the only criteria.
f) The bid evaluation committee shall prepare a comparative statement in tabular form in
accordance with rulesalongwith its report on evaluation of financial Bids and recommend
the lowest offer for acceptance to the procuring entity, if price is the only criterion, or most
advantageous Bid in other case;
g) The members of bids evaluation committee shall give their recommendations below the
table regarding lowest Bid or most advantageous Bid and sign it.
h) it shall be ensured that the offer recommended for sanction is justifiable looking to the
prevailing market rates of the goods, works or service required to be procured.
15) Correction of Arithmetic Errors in Financial Bids
Annexure Dsub clause 1 may be referred for this purpose.
16) Price/ purchase preference in evaluation
Price and/ or purchase preference notified by the State Government (GoR), Price preference
policy for MSME enterprise (as per new circular on Nov. 19, 2015) & any other notification
issued by GoR for price preference and as mentioned in the bidding document shall be
considered in the evaluation of Bids and award of contract.
17) Negotiations
a) Except in case of procurement by method of single source procurement or procurement
by competitive negotiations, to the extent possible, no negotiations shall be conducted
Supply & Installation of Cyber Forensic Tools &IT/ Non-IT Infrastructure for Cyber Forensic Lab cum Training centre under CCPWCat RPA
Page 33 of 158
after the pre-bid stage. All clarifications needed to be sought shall be sought in the pre-
bid stage itself.
b) Negotiations may, however, be undertaken only with the lowest or most advantageous
bidder when the rates are considered to be much higher than the prevailing market rates.
c) The bid evaluation committee shall have full powers to undertake negotiations. Detailed
reasons and results of negotiations shall be recorded in the proceedings.
d) The lowest or most advantageous bidder shall be informed in writing either through
messenger or by registered letter and e-mail (if available). A minimum time of seven days
shall be given for calling negotiations. In case of urgency the bid evaluation committee,
after recording reasons, may reduce the time, provided the lowest or most advantageous
bidder has received the intimation and consented to regarding holding of negotiations.
e) Negotiations shall not make the original offer made by the bidder inoperative. The bid
evaluation committee shall have option to consider the original offer in case the bidder
decides to increase rates originally quoted or imposes any new terms or conditions.
f) In case of non-satisfactory achievement of rates from lowest or most advantageous
bidder, the bid evaluation committee may choose to make a written counter offer to the
lowest or most advantageous bidder and if this is not accepted by him, the committee may
decide to reject and re-invite Bids or to make the same counter-offer first to the second
lowest or most advantageous bidder, then to the third lowest or most advantageous bidder
and so on in the order of their initial standing and work/ supply order be awarded to the
bidder who accepts the counter-offer. This procedure would be used in exceptional
cases only.
g) In case the rates even after the negotiations are considered very high, fresh Bids shall be
invited.
18) Exclusion of Bids/ Disqualification
a) A procuring entity shall exclude/ disqualify a Bid, if: -
i. the information submitted, concerning the qualifications of the bidder, was
false or constituted a misrepresentation; or
ii. the information submitted, concerning the qualifications of the bidder, was
materially inaccurate or incomplete; and
iii. the bidder is not qualified as per pre-qualification/ eligibility criteria
mentioned in the bidding document;
iv. the Bid materially departs from the requirements specified in the bidding
document or it contains false information;
v. the bidder, submitting the Bid, his agent or any one acting on his behalf,
gave or agreed to give, to any officer or employee of the procuring entity or
other governmental authority a gratification in any form, or any other thing
of value, so as to unduly influence the procurement process;
Supply & Installation of Cyber Forensic Tools &IT/ Non-IT Infrastructure for Cyber Forensic Lab cum Training centre under CCPWCat RPA
Page 34 of 158
vi. a bidder, in the opinion of the procuring entity, has a conflict of interest
materially affecting fair competition.
vii. a bidder currently blacklisted by Central / State Government / Departments
/ PSUs in India as on bid submission date.
b) A Bid shall be excluded/ disqualified as soon as the cause for its exclusion/ disqualification
is discovered.
c) Every decision of a procuring entity to exclude a Bid shall be for reasons to be recorded
in writing and shall be: -
i. communicated to the concerned bidder in writing;
ii. published on the State Public Procurement Portal, if applicable.
19) Lack of competition
a) A situation may arise where, if after evaluation of Bids, the bid evaluation committee may
end-up with one responsive Bid only. In such situation, the bid evaluation committee would
check as to whether while floating the NIB all necessary requirements to encourage
competition like standard bid conditions, industry friendly specifications, wide publicity,
sufficient time for formulation of Bids, etc. were fulfilled. If not, the NIB would be re-floated
after rectifying deficiencies. The bid process shall be considered valid even if there is one
responsive Bid, provided that: -
i. the Bid is technically qualified;
ii. the price quoted by the bidder is assessed to be reasonable;
iii. the Bid is unconditional and complete in all respects;
iv. there are no obvious indicators of cartelization amongst bidders; and
v. the bidder is qualified as per the provisions of pre-qualification/ eligibility
criteria in the bidding document
b) The bid evaluation committee shall prepare a justification note for approval of procuring
entity, clearly including views of the accounts/finance member of the committee.
c) The procuring entity competent to decide a procurement case, as per delegation of
financial powers, shall decide as to whethersanction a single bid or re-invite bids after
recording it’s reasons for doing so.
If a decision to re-invite the Bids is taken, market assessment shall be carried out for estimation
of market depth, eligibility criteria and cost estimate.
20) Acceptance of the successful Bid and award of contract
a) The procuring entity after considering the recommendations of the bid evaluation
committee and the conditions of Bid, if any, financial implications, trials, sample testing
and test reports, etc., shall accept or reject the successful Bid. If any member of the bid
evaluation committee has disagreed or given its note of dissent, the matter shall be
referred to the next higher authority, as per delegation of financial powers, for decision.
Supply & Installation of Cyber Forensic Tools &IT/ Non-IT Infrastructure for Cyber Forensic Lab cum Training centre under CCPWCat RPA
Page 35 of 158
b) Decision on Bids shall be taken within original validity period of Bids and time period
allowed to procuring entity for taking decision. If the decision is not taken within the original
validity period of time limit allowed for taking decision, the matter shall be referred to the
next higher authority in delegation of financial powers for decision.
c) Before award of the contract, the procuring entity shall ensure that the price of successful
Bid is reasonable and consistent with the required quality.
d) A Bid shall be treated as successful only after the competent authority has approved the
procurement in terms of that Bid.
e) The procuring entity shall award the contract to the bidder whose offer has been
determined to be the lowest or most advantageous in accordance with the evaluation
criteria set out in the bidding document and if the bidder has been determined to be
qualified to perform the contract satisfactorily on the basis of qualification criteria fixed for
the bidders in the bidding document for the subject matter of procurement.
f) Prior to the expiration of the period of bid validity, the procuring entity shall inform the
successful bidder, in writing, that its Bid has been accepted.
g) As soon as a Bid is accepted by the competent authority, its written intimation shall be
sent to the concerned bidder by registered post or email and asked to execute an
agreement in the format given in the bidding documents on a non-judicial stamp of
requisite value and deposit the amount of performance security or a performance security
declaration, if applicable, within a period specified in the bidding documents or where the
period is not specified in the bidding documents then within fifteen days from the date on
which the letter of acceptance or letter of intent is dispatched to the bidder.
h) If the issuance of formal letter of acceptance is likely to take time, in the meanwhile a
Letter of Intent (LOI) may be sent to the bidder. The acceptance of an offer is complete as
soon as the letter of acceptance or letter of intent is posted and/ or sent by email (if
available) to the address of the bidder given in the bidding document. Until a formal
contract is executed, the letter of acceptance or LOI shall constitute a binding contract.
i) The bid security of the bidders who’sBids could not be accepted shall be refunded soon
after the contract with the successful bidder is signed and its performance security is
obtained.
21) Information and publication of award
Information of award of contract shall be communicated to all participating bidders and
published on the respective website(s) as specified in NIB.
22) Procuring entity’s right to accept or reject any or all Bids
The Procuring entity reserves the right to accept or reject any Bid, and to annul (cancel) the
bidding process and reject all Bids at any time prior to award of contract, without thereby
incurring any liability to the bidders.
Supply & Installation of Cyber Forensic Tools &IT/ Non-IT Infrastructure for Cyber Forensic Lab cum Training centre under CCPWCat RPA
Page 36 of 158
23) Right to vary quantity
Annexure D sub clause 2 may be referred for this purpose.
24) Performance Security Deposit (PSD)
a) Prior to execution of agreement, Performance Security Deposit (PSD) shall be solicited
from the successful bidder, except the departments of the State Government and
undertakings, corporations, autonomous bodies, registered societies, co-operative
societies which are owned or controlled or managed by the State Government and
undertakings of the Central Government. However, a performance security declaration
shall be taken from them. The State Government may relax the provision of performance
security in particular procurement or any class of procurement.
b) Bidder shall submit the Performance Security Deposit (PSD) with in fifteen days of issue
of LOI for entering in to contract as per the terms and conditions of this bidding document.
c) The amount of performance security shall be 5%, of the amount of supply order in case
of procurement of goods and services. In case of Small Scale Industries (SSI) of
Rajasthan, it shall be 1% of the amount of quantity ordered for supply of goods and in
case of sick industries, other than SSI, whose cases are pending before the Board of
Industrial and Financial Reconstruction (BIFR), it shall be 2% of the amount of supply
order. The Bid security of the selected bidder may be adjusted into the PSD during the
contract period.
d) The successful bidder may convert the Bank Guarantee submitted as bid security into
Performance Bank Guarantee at his own expenses.
e) Refund of PSD: The PSD shall be refunded after three (03) months of the expiry of the
contract period.
f) Forfeiture of PSD: The PSD taken from a bidder shall be forfeited, including the interest,
if any, in the following cases, namely: -
i. When any clause of terms and conditions of the contract is breached or
cancelled
ii. when the bidder does not accept any supply, order issued anytime during
the period of contract
iii. when the bidder fails to commence the supply of the goods or service or
execute work issued under this contract
iv. when the bidder does not deposit the requisite performance security
deposit within the period specified in the supply order, issued under this
contract
g) Notice will be given to the bidder with reasonable time before Performance Security,
deposited with Procuring Entity, is forfeited.
h) No interest shall be payable on the deposited PSD
i) Performance security deposit shall be furnished in any one of the following forms: -
Supply & Installation of Cyber Forensic Tools &IT/ Non-IT Infrastructure for Cyber Forensic Lab cum Training centre under CCPWCat RPA
Page 37 of 158
i. Bank Draft or Banker's Cheque of a scheduled bank;
ii. Through eGras on http://egras.raj.nic.in.
iii. National Savings Certificates and any other script/ instrument under
National Savings Schemes for promotion of small savings issued by a Post
Office in Rajasthan, if the same can be pledged under the relevant rules.
They shall be accepted at their surrender value at the time of bid and
formally transferred in the name of procuring entity with the approval of
Head Post Master;
iv. Bank guarantee/s of a scheduled bank. It shall be got verified from the
issuing bank. Other conditions regarding bank guarantee shall be same as
mentioned in the bidding document for bid security;
v. Fixed Deposit Receipt (FDR) of a scheduled bank. It shall be in the name
of procuring entity on account of bidder and discharged by the bidder in
advance. The procuring entity shall ensure before accepting the FDR that
the bidder furnishes an undertaking from the bank to make
payment/premature payment of the FDR on demand to the procuring entity
without requirement of consent of the bidder concerned. In the event of
forfeiture of the performance security, the Fixed Deposit shall be forfeited
along with interest earned on such Fixed Deposit.
j) Performance security deposit furnished in the form specified in clause [b.] to [d.] of (c)
aboveshall remain valid for a period of 90 days beyond the date of completion of all
contractual obligations of the bidder, including warranty obligations and maintenance and
defect liability period.
25) Execution of agreement
a) A procurement contract shall come into force from the date on which the letter of
acceptance or letter of intent for contract is despatched to the bidder.
b) The successful bidder shall sign the agreement within15 days from the date on which the
letter of acceptance or letter of intent for contract is despatched to the successful bidder.
c) If the bidder, who’s Bid has been accepted, fails to sign a written agreement or fails to
furnish the required performance security within specified period, the procuring entity shall
take action against the successful bidder as per the provisions of the bidding document
and Act. The procuring entity may, in such case, cancel the contract/procurement process
or if it deems fit, offer for acceptance the rates of lowest or most advantageous bidder to
the next lowest or most advantageous bidder, in accordance with the criteria and
procedures set out in the bidding document.
d) The bidder will be required to execute the agreement on a non-judicial stamp, to be
purchased from anywhere in Rajasthan only, of specified value at its own cost.
26) Issue of Supply order to Selected Bidder
Supply & Installation of Cyber Forensic Tools &IT/ Non-IT Infrastructure for Cyber Forensic Lab cum Training centre under CCPWCat RPA
Page 38 of 158
a) The supply order shall specify the quantity of various items to be supplied with location
details and delivery schedule for supply and installation.
b) After receiving the supply order, the bidder shall be responsible to deposit the requisite
Performance Security Deposit (PSD) and SLA Bank Guarantee (SBG) within 15 days of
each supply order.
27) Confidentiality
a) Notwithstanding anything contained in this bidding document but subject to the provisions
of any other law for the time being in force providing for disclosure of information, a
procuring entity shall not disclose any information if such disclosure, in its opinion, is likely
to: -
i. impede enforcement of any law;
ii. affect the security or strategic interests of India;
iii. affect the intellectual property rights or legitimate commercial interests of bidders;
iv. affect the legitimate commercial interests of the procuring entity in situations that
may include when the procurement relates to a project in which the procuring
entity is to make a competitive bid, or the intellectual property rights of the
procuring entity.
b) The procuring entity shall treat all communications with bidders related to the procurement
process in such manner as to avoid their disclosure to competing bidders or to any other
person not authorised to have access to such information.
c) The procuring entity may impose on bidders and sub-contractors, if there are any for
fulfilling the terms of the procurement contract, conditions aimed at protecting information,
the disclosure of which violates (a) above.
d) In addition to the restrictions specified above, the procuring entity, while procuring a
subject matter of such nature which requires the procuring entity to maintain
confidentiality, may impose condition for protecting confidentiality of such information.
28) Cancellation of procurement process
a) If any procurement process has been cancelled, it shall not be reopened but it shall not
prevent the procuring entity from initiating a new procurement process for the same
subject matter of procurement, if required.
b) A procuring entity may, for reasons to be recorded in writing, cancel the process of
procurement initiated by it -
i. at any time prior to the acceptance of the successful Bid; or
ii. after the successful Bidis accepted in accordance with (d) and (e) below.
c) The procuring entity shall not open any bids or proposals after taking a decision to cancel
the procurement and shall return such unopened bids or proposals.
d) The decision of the procuring entity to cancel the procurement and such decision shall be
immediately communicated to all bidders that participated in the procurement process.
Supply & Installation of Cyber Forensic Tools &IT/ Non-IT Infrastructure for Cyber Forensic Lab cum Training centre under CCPWCat RPA
Page 39 of 158
e) If successful bidder fails to sign any written procurement contract as required or fails to
provide any required security for the performance of the contract, the procuring entity may
cancel the procurement process.
f) If a bidder is convicted of any offence under the Act, the procuring entity may: -
i. cancel the relevant procurement process if the Bid of the convicted bidder
has been declared as successful but no procurement contract has been
entered into;
ii. rescind (cancel) the relevant contract or forfeit the payment of all
or a part of the contract value if the procurement contract has been
entered into between the procuring entity and the convicted bidder.
29) Code of Integrity for Bidders
Annexure A may be referred for this purpose.
30) Conflict of Interest
Annexure A may be referred for this purpose.
31) Interference with Procurement Process
A bidder, who: -
a) withdraws from the procurement process after opening of financial bids;
b) withdraws from the procurement process after being declared the successful bidder;
c) fails to enter into procurement contract after being declared the successful bidder;
d) fails to provide performance security deposit or any other document or security required in
terms of the bidding documents after being declared the successful bidder, without
valid grounds, shall, in addition to the recourse available in the bidding document
or the contract, be punished with fine which may extend to fifty lakh rupees or ten per cent
of the assessed value of procurement, whichever is less.
32) Appeals
Annexure C may be referred for this purpose.
33) Stay of procurement proceedings
While hearing of an appeal, the officer or authority hearing the appeal may, on an application
made in this behalf and after affording a reasonable opportunity of hearing to the parties
concerned, stay the procurement proceedings pending disposal of the appeal, if (s)he, or it,
is satisfied that failure to do so is likely to lead to miscarriage of justice.
34) Vexatious Appeals & Complaints
Whoever intentionally files any vexatious, frivolous or malicious appeal or complaint under
the “The Rajasthan Transparency Public Procurement Act 2012”, with the intention of
delaying or defeating any procurement or causing loss to any procuring entity or any other
bidder, shall be punished with fine which may extend to twenty lakh rupees or five per cent
of the value of procurement, whichever is less.
Supply & Installation of Cyber Forensic Tools &IT/ Non-IT Infrastructure for Cyber Forensic Lab cum Training centre under CCPWCat RPA
Page 40 of 158
35) Offenses by Firms/ Companies
a) Where an offence under “The Rajasthan Transparency Public Procurement Act 2012”
has been committed by a company, every person who at the time the offence was
committed was in charge of and was responsible to the company for the conduct of the
business of the company, as well as the company, shall be deemed to be guilty of having
committed the offence and shall be liable to be proceeded against and punished
accordingly:
Provided that nothing contained in this sub-section shall render any such person liable
for any punishment if he proves that the offence was committed without his knowledge
or that he had exercised all due diligence to prevent the commission of such offence.
b) Notwithstanding anything contained in (a) above, where an offence under this Act has
been committed by a company and it is proved that the offence has been committed
with the consent or connivance of or is attributable to any neglect on the part of any
director, manager, secretary or other officer of the company, such director, manager,
secretary or other officer shall also be deemed to be guilty of having committed such
offence and shall be liable to be proceeded against and punished accordingly.
c) For the purpose of this section-
a. "Company" means a body corporate and includes a limited liability partnership,
firm, registered society or co- operative society, trust or other association of
individuals; and
b. "Director" in relation to a limited liability partnership or firm, means a partner in
the firm.
d) Abetment of certain offenses: Whoever abets an offence punishable under this Act,
whether or not that offence is committed in consequence of that abetment, shall be
punished with the punishment provided for the offence.
36) Debarment from Bidding
a) A bidder shall be debarred by the State Government if he has been convicted of an
offence
i. under the Prevention of Corruption Act, 1988 (Central Act No. 49 of
1988); or
ii. under the Indian Penal Code, 1860 (Central Act No. 45 of 1860) or any
other law for the time being in force, for causing any loss of life or property
or causing a threat to public health as part of execution of a public
procurement contract.
b) A bidder debarred under (a) above shall not be eligible to participate in a procurement
process of any procuring entity for a period not exceeding three years commencing from
the date on which he was debarred.
Supply & Installation of Cyber Forensic Tools &IT/ Non-IT Infrastructure for Cyber Forensic Lab cum Training centre under CCPWCat RPA
Page 41 of 158
c) If a procuring entity finds that a bidder has breached the code of integrity prescribed in
terms of “Code of Integrity for bidders” above, it may debar the bidder for a period not
exceeding three years.
d) Where the entire bid security or the entire performance security deposit or any substitute
thereof, as the case may be, of a bidder has been forfeited by a procuring entity in
respect of any procurement process or procurement contract, the bidder may be
debarred from participating in any procurement process undertaken by the procuring
entity for a period not exceeding three years.
e) The State Government or a procuring entity, as the case may be, shall not debar a bidder
under this section unless such bidder has been given a reasonable opportunity of being
heard.
39) Change in status of the bidder
a) Any change in the constitution of the firm, etc. shall be notified forth with by the
contractor in writing to the procuring entity and such change shall not relieve any
former member of the firm, etc., from any liability under the contract.
b) No new partner/ partners shall be accepted in the firm by the selected bidder in
respect of the contract unless he/ they agree to abide by all its terms, conditions
and deposits with the procuring entity through a written agreement to this effect.
The bidder’s receipt for acknowledgement or that of any partners subsequently
accepted as above shall bind all of them and will be sufficient discharge for any of
the purpose of the contract.
37) Monitoring of Contract
a) An officer or a committee of officers named Contract Monitoring Committee (CMC) may
be nominated by procuring entity to monitor the progress of the contract during its
delivery period.
b) During the delivery period the CMC shall keep a watch on the progress of the contract
and shall ensure that quantity of goods and service delivery is in proportion to the total
delivery period given, if it is a severable contract, in which the delivery of the goods and
service is to be obtained continuously or is batched. If the entire quantity of goods and
service is to be delivered in the form of completed work or entire contract like fabrication
work, the process of completion of work may be watched and inspections of the selected
bidder’s premises where the work is being completed may be inspected.
c) If delay in delivery of goods and service is observed a performance notice would be
given to the selected bidder to speed up the delivery.
d) Any change in the constitution of the firm, etc. shall be notified forth with by the contractor
in writing to the procuring entity and such change shall not relieve any former member
of the firm, etc., from any liability under the contract.
Supply & Installation of Cyber Forensic Tools &IT/ Non-IT Infrastructure for Cyber Forensic Lab cum Training centre under CCPWCat RPA
Page 42 of 158
e) No new partner/ partners shall be accepted in the firm by the selected bidder in respect
of the contract unless he/ they agree to abide by all its terms, conditions and deposits
with the procuring entity through a written agreement to this effect. The bidder’s receipt
for acknowledgement or that of any partners subsequently accepted as above shall bind
all of them and will be sufficient discharge for any of the purpose of the contract.
f) The selected bidder shall not assign or sub-let his contract or any substantial part thereof
to any other agency without the permission of procuring entity.
Supply & Installation of Cyber Forensic Tools &IT/ Non-IT Infrastructure for Cyber Forensic Lab cum Training centre under CCPWCat RPA
Page 43 of 158
7. GENERALTERMS AND CONDITIONS OF TENDER &CONTRACT
Bidders should read these conditions carefully and comply strictly while sending their bids.
Definitions
For the purpose of clarity, the following words and expressions shall have the meanings hereby
assigned to them: -
a) “Contract” means the Agreement entered into between the Purchaser and the successful/
selected bidder, together with the Contract Documents referred to therein, including all
attachments, appendices, and all documents incorporated by reference therein.
b) “Contract Documents” means the documents listed in the Agreement, including any
amendments thereto.
c) “Contract Price” means the price payable to the successful/ selected bidder as specified in
the Agreement, subject to such additions and adjustments thereto or deductions there from,
as may be made pursuant to the Contract.
d) “Day” means a calendar day.
e) “Delivery” means the transfer of the Goods from the successful/ selected bidder to the
Purchaser in accordance with the terms and conditions set forth in the Contract.
f) “Completion” means the fulfilment of the related services by the successful/ selected bidder
in accordance with the terms and conditions set forth in the Contract.
g) “Goods” means all of the commodities, raw material, machinery and equipment, and/or other
materials that the successful/ selected bidder is required to supply to the Purchaser under the
Contract.
h) “Purchaser/ Procuring Entity” means the entity purchasing the Goods and related services,
as specified in the bidding document.
i) “Related Services” means the services incidental to the supply of the goods, such as
insurance, installation, training and initial maintenance and other similar obligations of the
successful/ selected bidder under the Contract.
j) “Subcontractor” means any natural person, private or government entity, or a combination of
the above, including its legal successors or permitted assigns, to whom any part of the Goods
to be supplied or execution of any part of the related services is subcontracted by the
successful/ selected bidder.
k) “Supplier/ Successful or Selected bidder” means the person, private or government entity, or
a combination of the above, whose Bid to perform the Contract has been accepted by the
Purchaser and is named as such in the Agreement and includes the legal successors or
permitted assigns of the successful/ selected bidder.
l) “The Site,” where applicable, means the designated project place(s) named in the bidding
document.
Supply & Installation of Cyber Forensic Tools &IT/ Non-IT Infrastructure for Cyber Forensic Lab cum Training centre under CCPWCat RPA
Page 44 of 158
Note: The bidder shall be deemed to have carefully examined the conditions, specifications, size,
make and drawings, etc., of the goods to be supplied and related services to be rendered. If the
bidder has any doubts as to the meaning of any portion of these conditions or of the specification,
drawing, etc., he shall, before submitting the Bid and signing the contract refer the same to the
procuring entity and get clarifications.
1) Contract Documents
Subject to the order of precedence set forth in the Agreement, all documents forming the
Contract (and all parts thereof) are intended to be correlative, complementary, and mutually
explanatory.
2) Interpretation
a) If the context so requires it, singular means plural and vice versa.
b) Entire Agreement: The Contract constitutes the entire agreement between the
Purchaser and the Supplier/ Selected Bidder and supersedes all communications,
negotiations and agreements (whether written or oral) of parties with respect thereto
made prior to the date of Contract.
c) Amendment: No amendment or other variation of the Contract shall be valid unless it is
in writing, is dated, expressly refers to the Contract, and is signed by a duly authorized
representative of each party thereto.
d) Non-waiver: Subject to the condition (f) below, no relaxation, forbearance, delay, or
indulgence by either party in enforcing any of the terms and conditions of the Contract
or the granting of time by either party to the other shall prejudice, affect, or restrict the
rights of that party under the Contract, neither shall any waiver by either party of any
breach of Contract operate as waiver of any subsequent or continuing breach of
Contract.
e) Any waiver of a party’s rights, powers, or remedies under the Contract must be in writing,
dated, and signed by an authorized representative of the party granting such waiver,
and must specify the right and the extent to which it is being waived.
f) Severability: If any provision or condition of the Contract is prohibited or rendered invalid
or unenforceable, such prohibition, invalidity or unenforceability shall not affect the
validity or enforceability of any other provisions and conditions of the Contract.
3) Language
a) The Contract as well as all correspondence and documents relating to the Contract
exchanged by the successful/ selected bidder and the Purchaser, shall be written in
English language only. Supporting documents and printed literature that are part of the
Contract may be in another language provided they are accompanied by an accurate
translation of the relevant passages in the language specified in the special conditions
of the contract, in which case, for purposes of interpretation of the Contract, this
translation shall govern.
Supply & Installation of Cyber Forensic Tools &IT/ Non-IT Infrastructure for Cyber Forensic Lab cum Training centre under CCPWCat RPA
Page 45 of 158
b) The successful/ selected bidder shall bear all costs of translation to the governing
language and all risks of the accuracy of such translation.
4) Joint Venture, Consortium or Association
Joint Venture, Consortium, or Association is not allowed for this bid.
5) Eligible Goods and Related Services
a) For purposes of this Clause, the term “goods” includes commodities, raw material,
machinery, equipment, and industrial plants; and “related services” includes services
such as insurance, transportation, supply&installation.
b) All articles/ goods being bid, other than those marked in the Bill of Material (BoM) should
be the ones which are produced in volume and are used by a large number of users in
India/ abroad. All products quoted by the successful/ selected bidder must be associated
with specific make and model number, item code and names and with printed literature
describing configuration and functionality. Any deviation from the printed specifications
should be clearly mentioned in the offer document by the bidder/ supplier. Also, the
bidder is to quote/ propose only one make/ model against the respective item.
c) The OEM/ Vendor of the quoted product must have its own registered spares depot in
India having adequate inventory of the equipment being quoted for providing the
necessary spares as per the requirements of this bidding document.
d) The OEM/ Vendor of the quoted product should also have its direct representation in
India in terms of registered office for at least past 3 years. The presence through any
Distribution/ System Integration partner will not be accepted.
e) Bidder must quote products in accordance with above clause “Eligible goods and related
services”.
6) Service of Notice, Documents & Orders
a) A notice, document or order shall be deemed to be served on any individual/ a body
corporate by -
i. delivering it to the person personally; or
ii. leaving it at, or sending it by post to, the address of the place of
residence or business of the person last known;
iii. leaving it at, or sending it by post to, the registered office of the body
corporate.
iv. email to the person/body corporate.
b) When the procedure laid down in (a) above is followed, service shall be deemed to be
affected by properly addressing, preparing and posting the document, notice or order, as
the case may be.
7) Scope of Supply& establishment of lab
Supply & Installation of Cyber Forensic Tools &IT/ Non-IT Infrastructure for Cyber Forensic Lab cum Training centre under CCPWCat RPA
Page 46 of 158
a) Subject to the provisions in the bidding document and contract, the goods and related
services to be supplied shall be as specified in the bidding document.
b) Unless otherwise stipulated in the Contract, the scope of supply shall include all such
items not specifically mentioned in the Contract but that can be reasonably inferred from
the Contract as being required for attaining delivery and completion of the goods and
related services as if such items were expressly mentioned in the Contract.
c) The bidder shall not quote and supply any Hardware/ Software/ other items that are
likely to be declared as End of Sale within 3 months and End of Service/ Support within
5 Years of the last date of bid submission. OEMs are required to mention this in the MAF
for all the quoted Hardware/ Software/ other items (if required). If any item is declared
End of Sale after bid submission, the bidder may provide different model of the same or
higher configuration without any extra cost with the express and prior approval of the
Procuring Entity. If any of the Hardware/ Software/ other item is found to be declared as
End of Sale/ Service/ Support, then the bidder shall replace all such Hardware/ Software/
other items with the latest ones having equivalent or higher specifications without any
financial obligation to the purchaser.
8) Delivery & Installation
a) Subject to the conditions of the contract, the delivery of the goods and completion of the
related services shall be in accordance with the delivery and completion schedule
specified in the bidding document. The details of supply/ shipping and other documents
to be furnished by the successful/ selected bidder are specified in the bidding document
and/ or contract.
b) The contract for the supply can be repudiated at any time by the Procuring Entity after
giving an opportunity to the bidder of being heard and recording the reasons for
repudiation, if the supplies are not made to his satisfaction.
c) The Supplier/ Selected Bidder shall arrange to supply& install the ordered materials/
system to the places specified as per specifications within the specified delivery/
completion period mentioned in the supply order.
d) Shifting the place of Installation: The user will be free to shift the place of installation
within the same district. The successful/ selected bidder shall provide all assistance,
except transportation, in shifting of the equipment.
9) Supplier’s/ Selected Bidder’s Responsibilities
The Supplier/ Selected Bidder shall supply all the goods and related services included in
the scope of supply in accordance with the provisions of bidding document and/ or contract.
10) Purchaser’s Responsibilities
a) Whenever the supply of goods and related services requires that the Supplier/ Selected
Bidder obtain permits, approvals, and import and other licenses from local public
authorities, the Purchaser shall, if so required by the Supplier/ Selected Bidder, make
Supply & Installation of Cyber Forensic Tools &IT/ Non-IT Infrastructure for Cyber Forensic Lab cum Training centre under CCPWCat RPA
Page 47 of 158
its best effort to assist the Supplier/ Selected Bidder in complying with such requirements
in a timely and expeditious manner.
b) The Purchaser shall pay all costs involved in the performance of its responsibilities, in
accordance with the general and special conditions of the contract.
11) Contract Price
a) The Contract Price shall be paid as specified in thecontract subject to any additions and
adjustments thereto, or deductions there from, as may be made pursuant to the
Contract.
b) Prices charged by the Supplier/ Selected Bidder for the Goods delivered and the Related
Services performed under the Contract shall not vary from the prices quoted by the
Supplier/ Selected Bidder in its bid, with the exception of any price adjustments
authorized in the special conditionsof the contract.
12) Recoveries from Supplier/ Selected Bidder
a) Recoveries of liquidated damages, short supply, breakage, rejected articles and in case
of failure in satisfactory replacement by the supplier shall ordinarily be made from bills.
b) Amount may also be withheld to the extent of short supply, breakages, rejected articles
and in case of failure in satisfactory replacement by the supplier along with amount of
liquidated damages shall be recovered from his dues and security deposit available with
the Procuring Entity.
c) In case, recovery is not possible by either method as stated in a) and b) above, recourse
will be taken under Rajasthan PDR Act or any other law in force.
13) Taxes & Duties
a) The TDS, if applicable, shall be deducted at source/ paid by Rajasthan Police as per
prevailing rates.
b) For goods supplied from outside India, the successful/ selected bidder shall be entirely
responsible for all taxes, stamp duties, license fees, and other such levies imposed
outside the country.
c) For goods supplied from within India, the successful/ selected bidder shall be entirely
responsible for all taxes, duties, license fees, etc., incurred until delivery of the
contracted Goods to the Purchaser.
d) If any tax exemptions, reductions, allowances or privileges may be available to the
successful/ selected bidder in India, the Purchaser shall use its best efforts to enable
the successful/ selected bidder to benefit from any such tax savings to the maximum
allowable extent.
14) Confidential Information
a) The Purchaser and the Supplier/ Selected Bidder shall keep confidential and shall not,
without the written consent of the other party hereto, divulge to any third party any
drawings, documents, data, or other information furnished directly or indirectly by the
Supply & Installation of Cyber Forensic Tools &IT/ Non-IT Infrastructure for Cyber Forensic Lab cum Training centre under CCPWCat RPA
Page 48 of 158
other party hereto in connection with the Contract, whether such information has been
furnished prior to, during or following completion or termination of the Contract.
b) The Supplier/ Selected Bidder may furnish to its Subcontractor, if permitted, such
documents, data, and other information it receives from the Purchaser to the extent
required for the Subcontractor to perform its work under the Contract, in which event the
Supplier/ Selected Bidder shall obtain from such Subcontractor an undertaking of
confidentiality similar to that imposed on the Supplier/ Selected Bidder.
c) The Purchaser shall not use such documents, data, and other information received from
the Supplier/ Selected Bidder for any purposes unrelated to the Contract. Similarly, the
Supplier/ Selected Bidder shall not use such documents, data, and other information
received from the Purchaser for any purpose other than the design, procurement, or
other work and services required for the performance of the Contract.
d) The obligation of a party under sub-clauses above, however, shall not apply to
information that: -
i. the Purchaser or Supplier/ Selected Bidder need to share with other institutions
participating in the Contract;
ii. now or hereafter enters the public domain through no fault of that party;
iii. can be proven to have been possessed by that party at the time of disclosure and
which was not previously obtained, directly or indirectly, from the other party; or
iv. otherwise lawfully becomes available to that party from a third party that has no
obligation of confidentiality.
e) The above provisions shall not in any way modify any undertaking of confidentiality given
by either of the parties hereto prior to the date of the Contract in respect of the supply
or any part thereof.
f) The provisions of this clause shall survive completion or termination, for whatever
reason, of the Contract.
15) Specifications and Standards
a) All articles supplied shall strictly conform to the specifications, trademark laid down in
the bidding document and wherever articles have been required according to ISI/ ISO/
other applicable specifications/ certifications/ standards, those articles should conform
strictly to those specifications/ certifications/ standards. The supply shall be of best
quality and description. The decision of the competent authority/ purchase committee
whether the articles supplied conform to the specifications shall be final and binding on
the supplier/ selected bidder.
b) Technical Specifications and Drawings
i. The Supplier/ Selected Bidder shall ensure that the goods and related services
comply with the technical specifications and other provisions of the Contract.
Supply & Installation of Cyber Forensic Tools &IT/ Non-IT Infrastructure for Cyber Forensic Lab cum Training centre under CCPWCat RPA
Page 49 of 158
ii. The Supplier/ Selected Bidder shall be entitled to disclaim responsibility for any
design, data, drawing, specification or other document, or any modification thereof
provided or designed by or on behalf of the Purchaser, by giving a notice of such
disclaimer to the Purchaser.
iii. The goods and related services supplied under this Contract shall conform to the
standards mentioned in bidding document and, when no applicable standard is
mentioned, the standard shall be equivalent or superior to the official standards
whose application is appropriate to the country of origin of the Goods.
c) Wherever references are made in the Contract to codes and standards in accordance
with which it shall be executed, the edition or the revised version of such codes and
standards shall be those specified in the bidding document. During Contract execution,
any changes in any such codes and standards shall be applied only after approval by
the Purchaser and shall be treated in accordance with the general conditions of the
contract.
16) Packing and Documents
a) The Supplier/ Selected Bidder shall provide such packing of the Goods as is required to
prevent their damage or deterioration during transit to their final destination, as indicated
in the Contract. During transit, the packing shall be sufficient to withstand, without
limitation, rough handling and exposure to extreme temperatures, salt and precipitation,
and open storage. Packing case size and weights shall take into consideration, where
appropriate, the remoteness of the final destination of the Goods and the absence of
heavy handling facilities at all points in transit.
b) The packing, marking, and documentation within and outside the packages shall comply
strictly with such special requirements as shall be expressly provided for in the Contract,
including additional requirements, if any, specified in the contract, and in any other
instructions ordered by the Purchaser.
17) Insurance
a) The goods will be delivered at the destination godown in perfect condition. The Goods
supplied under the Contract shall be fully insured against loss by theft, destruction or
damage incidental to manufacture or acquisition, transportation, storage, fire, flood,
under exposure to weather and delivery at the designated project locations, in
accordance with the applicable terms. The insurance charges will be borne by the
supplier and Purchaser will not be required to pay such charges if incurred.
b) The goods will be delivered at the FOR destination in perfect condition.
18) Transportation
The supplier/ selected bidder shall be responsible for transport by sea, rail and road or air
and delivery of the material in the good condition to the consignee at destination. In the
event of any loss, damage, breakage or leakage or any shortage the bidder shall be liable
Supply & Installation of Cyber Forensic Tools &IT/ Non-IT Infrastructure for Cyber Forensic Lab cum Training centre under CCPWCat RPA
Page 50 of 158
to make good such loss and shortage found at the checking/ inspection of the material by
the consignee. No extra cost on such account shall be admissible.
19) Inspection
a) As soon as the goods areinstalledat the designated place for supply, an inspection
Committee constituted by Rajasthan Police shall inspect the material for its conformity
with Technical specification.
20) Samples
a) When notified by the Purchaser, the bidder shall supply one set of samples of articles/
goods offered in the BoM, properly packed. Such samples if submitted personally will
be received in the office. A receipt will be given for each sample by the officer receiving
the samples. Samples if sent by train, etc., should be despatched freight paid and the
R/R or G.R. should be sent under a separate registered cover.
b) Each sample shall be marked suitably either by written on the sample or on a slip of
durable paper securely fastened to the sample, the name of the bidder and serial
number of the item, of which it is a sample in the schedule.
c) Approved samples would be retained free of cost up to the period of six months after
the expiry of the contract. Rajasthan Police shall not be responsible for any damage,
wear and tear or loss during testing, examination, etc., during the period these samples
are retained.
d) The Samples shall be collected by the supplier/ bidder/ selected bidder on the expiry of
stipulated period. Rajasthan Police shall in no way make arrangements to return the
samples. The samples uncollected within 9 months after expiry of contract shall be
forfeited by Rajasthan Police and no claim for their cost, etc., shall be entertained.
e) Samples not approved shall be collected by the unsuccessful bidder. Rajasthan Police
will not be responsible for any damage, wear and tear, or loss during testing,
examination, etc., during the period these samples are retained. The uncollected
samples shall be forfeited and no claim for their cost, etc., shall be entertained.
f) Supplies when received may be subject to inspection to ensure whether they conform
to the specifications or with the approved samples. Where necessary or prescribed or
practical, tests shall be carried out in Government laboratories, reputed testing house
like STQC (ETDC) and the like and the supplies will be accepted only when the articles
conform to the standard of prescribed specifications as a result of such tests.
g) The supplier/ selected bidder shall at its own expense and at no cost to the Purchaser
carry out all such tests and/ or inspections of the Goods and Related Services as are
specified in the bidding document.
21) Drawl of Samples
In case of tests, wherever feasible, samples shall be drawn in one set in the presence of
selected bidder or his authorised representative and properly sealed in their presence. Once
Supply & Installation of Cyber Forensic Tools &IT/ Non-IT Infrastructure for Cyber Forensic Lab cum Training centre under CCPWCat RPA
Page 51 of 158
such set shall be given to them, one or two will be sent to the laboratories and/ or testing
house and the third or fourth will be retained in the office for reference and record.
22) Inspection/ Testing charges
Inspection/ Testing charges shall be borne by the Procuring Entity. In case of test results
showing that supplies are not up to the prescribed standards or specifications, the testing
charges shall be payable by the selected bidder.
23) Rejection
a) Articles not approved during inspection or testing shall be rejected and will have to be
replaced by the selected bidder at his own cost within the time fixed by the Purchase
Officer.
b) If, however, due to exigencies of Rajasthan Police’s work, such replacement either in
whole or in part, is not considered feasible, the Procuring Entity after giving an
opportunity to the selected bidder of being heard shall for reasons to be recorded, deduct
a suitable amount from the approved rates. The deduction so made shall be final.
c) The rejected articles shall be removed by the supplier/ bidder/ selected bidder within 15
days of intimation of rejection, after which Procuring Entity shall not be responsible for
any loss, shortage or damage and shall have the right to dispose of such articles as he
thinks fit, at the selected bidder’s risk and on his account.
24) Delivery Period & Extent of Quantity – Repeat Orders
a) The time specified for delivery shall be deemed to be the essence of the contract and
the successful bidder shall arrange supplies within the period on receipt of the firm order
from the Procuring Entity.
b) The selected bidder shall arrange supplies within the stipulated time period.
c) If the orders are placed in excess of the quantities, the bidder shall be bound to meet
the required supply. Repeat orders may also be placed on the rate and conditions given
in the bidding document. If the bidder fails to do so, the Procuring Entity shall be fee to
arrange for the balance supply by limited tender or otherwise and the extra cost incurred
shall be recoverable from the bidder.
25) Freight
a) All goods must be sent freight paid through Railways or goods transport.
b) R.R. should be sent under registered cover through Bank only.
c) In case supply is desired to be sent by the Procuring Entity by passenger train, the entire
railway freight will be borne by the bidder.
d) Remittance charges on payment made shall be borne by the bidder.
26) Payments
Supply & Installation of Cyber Forensic Tools &IT/ Non-IT Infrastructure for Cyber Forensic Lab cum Training centre under CCPWCat RPA
Page 52 of 158
a) Unless otherwise agreed between the parties, payment for the delivery of the stores will
be made on submission of bill in proper form by the bidder to the Procuring Entity in
accordance with G.F. & A.R all remittance charges will be borne by the bidder.
b) In case of disputed items, 10% to 25% of the amount shall be withheld and will be paid
on settlement of the dispute.
c) Payment in case of those goods which need testing shall be made only when such tests
have been carried out, test results received conforming to the prescribed specification.
27) Liquidated Damages (LD)
a) In case of extension in the delivery period with liquidated damages the recovery shall
be made on the basis of following percentages of value of Stores with the bidder has
failed to supply:-
• delay up to one fourth period of the prescribed delivery period: 2.5%
• delay exceeding one fourth but not exceeding half of the prescribed period: 5.0%
• delay exceeding half but not exceeding three fourth of the prescribed period: 7.5%
• delay exceeding three fourth of the prescribed period: 10%
b) Fraction of a day in reckoning period of delay in supplies shall be eliminated if it is less
than half a day.
c) The maximum amount of liquidated damages shall be 10% of the contract value.
d) If the supplier requires an extension of time in completion of contractual supply on
account of occurrence of any hindrance, he shall apply in writing to the authority, which
has placed the supply order, for the same immediately on occurrence of the hindrance
but not after the stipulated date of completion of supply.
e) Delivery period may be extended with or without liquidated damages if the delay in the
supply of goods is on account of hindrances beyond the control of the bidder.
28) Bidders must make their own arrangements to obtain import licence, if necessary. If a bidder
imposes conditions which are in addition to or in conflict with the conditions mentioned
herein, his bid is liable to summary rejection. In any case none of such conditions will be
deemed to have been accepted unless specifically mentioned in the letter of acceptance of
bid issued by the Procuring Entity.
29) Settlement of Disputes:
In the case of a dispute or difference arising between procurement authority and the
selected/ successful bidder relating to any matter arising out of or connected with this
contract, such dispute or difference shall be decided as per the provision of Arbitration &
Conciliation Act, 1996, the rules thereunder and any statutory modification or re-enactment’s
thereof, shall apply to the arbitration proceeding.
On all aspects where the above articles of understanding are silent, for special cases of
deviation from these articles, decisions mutually agreed upon between the selected bidder
Supply & Installation of Cyber Forensic Tools &IT/ Non-IT Infrastructure for Cyber Forensic Lab cum Training centre under CCPWCat RPA
Page 53 of 158
and Rajasthan Police shall be final. However, in case of any dispute relating to or arising
out of contract, such dispute shall be resolved amicably by mutual consultation. If any
dispute remains unresolved, it shall be referred to a committee, formed and headed by the
Director General of Police, Rajasthan, for resolution. The committee so formed shall include
representative of the successful bidder. The decision of the committee shall be binding on
both the parties. All disputes are subject to Jaipur jurisdiction only.
Legal Jurisdiction: All legal proceedings, if necessary arise to institute may by any of the
parties (Government of Contractor) shall have to be lodged in courts situated in Rajasthan
and not elsewhere.
30) Authenticity of Equipment
a) The selected bidder shall certify (as per Annexure-8) that the supplied goods are brand
new, genuine/ authentic, not refurbished, conform to the description and quality as
specified in this bidding document and are free from defects in material, workmanship
and service.
b) If during the contract period, the said goods be discovered counterfeit/ unauthentic or
not to conform to the description and quality aforesaid or have determined (and the
decision of the Procuring Entity in that behalf will be final and conclusive),
notwithstanding the fact that the purchaser may have inspected and/ or approved the
said goods, the purchaser will be entitled to reject the said goods or such portion thereof
as may be discovered not to conform to the said description and quality, on such
rejection the goods will be at the selected bidder’s risk and all the provisions relating to
rejection of goods etc., shall apply. The selected bidder shall, if so called upon to do,
replace the goods etc., or such portion thereof as is rejected by Procuring Entity,
otherwise the selected bidder shall pay such damage as may arise by the reason of the
breach of the condition herein contained. Nothing herein contained shall prejudice any
other right of the Procuring Entity in that behalf under this contract or otherwise.
c) Goods accepted by the purchaser in terms of the contract shall in no way dilute
purchaser’s right to reject the same later, if found deficient in terms of the this clause of
the contract.
31) Warranty
a) The bidder must supply all items or any portion thereof as the case may be, with
comprehensive on-site OEM warranty valid for period as mentioned in the Technical
specification of the goods (i.e. Annexure-2) after they have been delivered to, installed
and accepted at the final destination(s) indicated in the bidding document. However, if
delay of installation is more than a month’s time due to the reasons ascribed to the
bidder, the warranty shall start from the date of last successful installation of the items
covered under the supply order.
Supply & Installation of Cyber Forensic Tools &IT/ Non-IT Infrastructure for Cyber Forensic Lab cum Training centre under CCPWCat RPA
Page 54 of 158
b) At the time of goods delivery, the selected bidder shall submit a certificate/ undertaking
from all the respective OEMs mentioning the fact that the goods supplied are covered
under comprehensive warranty & support for the prescribed period.
c) The purchaser shall intimate the selected bidder via mechanisms as mentioned in
Chapter 6 (1)(B)(b) or in writing, identifying the nature of any defect together with all
available evidence thereof, promptly following the discovery thereof. The purchaser shall
accord all reasonable opportunity for the selected bidder to inspect such defects. Upon
receipt of such notice, the selected bidder shall expeditiously cause to repair the
defective goods or parts thereof or replace the defective goods or parts thereof with
brand new genuine/ authentic ones having similar or higher specifications from the
respective OEM, at no cost to the Purchaser. Any goods repaired or replaced by the
selected bidder shall be delivered at the respective location without any additional costs
to the procuring entity.
d) If having been intimated, the selected bidder fails to remedy the defect within the period
specified, the purchaser may proceed to take within a reasonable period such remedial
action as may be necessary, in addition to other recourses available in terms and
conditions of the contract and bidding document.
e) During the warranty period, the bidder shall also be responsible to ensure adequate and
timely availability of spare parts needed for repairing the supplied goods.
32) Patent Indemnity
a) The supplier/ selected bidder shall, subject to the Purchaser’s compliance with sub-
clause (b) below, indemnify and hold harmless the Purchaser and its employees and
officers from and against any and all suits, actions or administrative proceedings, claims,
demands, losses, damages, costs, and expenses of any nature, including attorney’s
fees and expenses, which the Purchaser may suffer as a result of any infringement or
alleged infringement of any patent, utility model, registered design, trademark, copyright,
or other intellectual property right registered or otherwise existing at the date of the
Contract by reason of: -
i. the installation of the Goods by the supplier/ selected bidder or the use of the Goods
in the country where the Site is located; and
ii. the sale in any country of the products produced by the Goods.
Such indemnity shall not cover any use of the Goods or any part thereof other than for
the purpose indicated by or to be reasonably inferred from the Contract, neither any
infringement resulting from the use of the Goods or any part thereof, or any products
produced thereby in association or combination with any other equipment, plant, or
materials not supplied by the supplier/ selected bidder, pursuant to the Contract.
b) If any proceedings are brought or any claim is made against the Purchaser arising out
of the matters referred to above, the Purchaser shall promptly give the supplier/ selected
Supply & Installation of Cyber Forensic Tools &IT/ Non-IT Infrastructure for Cyber Forensic Lab cum Training centre under CCPWCat RPA
Page 55 of 158
bidder a notice thereof, and the supplier/ selected bidder may at its own expense and in
the Purchaser’s name conduct such proceedings or claim and any negotiations for the
settlement of any such proceedings or claim.
c) If the supplier/ selected bidder fails to notify the Purchaser within thirty (30) days after
receipt of such notice that it intends to conduct any such proceedings or claim, then the
Purchaser shall be free to conduct the same on its own behalf.
d) The Purchaser shall, at the supplier’s/ selected bidder’s request, afford all available
assistance to the supplier/ selected bidder in conducting such proceedings or claim, and
shall be reimbursed by the supplier/ selected bidder for all reasonable expenses incurred
in so doing.
e) The Purchaser shall indemnify and hold harmless the supplier/ selected bidder and its
employees, officers, and Subcontractors (if any) from and against any and all suits, actions
or administrative proceedings, claims, demands, losses, damages, costs, and expenses
of any nature, including attorney’s fees and expenses, which the supplier/ selected bidder
may suffer as a result of any infringement or alleged infringement of any patent, utility
model, registered design, trademark, copyright, or other intellectual property right
registered or otherwise existing at the date of the Contract arising out of or in connection
with any design, data, drawing, specification, or other documents or materials provided or
designed by or on behalf of the Purchaser.
33) Limitation of Liability
Except in cases of gross negligence or wilful misconduct: -
a) neither party shall be liable to the other party for any indirect or consequential loss or
damage, loss of use, loss of production, or loss of profits or interest costs, provided that
this exclusion shall not apply to any obligation of the supplier/ selected bidder to pay
liquidated damages to the Purchaser; and
b) the aggregate liability of the supplier/ selected bidder to the Purchaser, whether under
the Contract, in tort, or otherwise, shall not exceed the amount specified in the Contract,
provided that this limitation shall not apply to the cost of repairing or replacing defective
equipment, or to any obligation of the supplier/ selected bidder to indemnify the
Purchaser with respect to patent infringement.
34) Force Majeure
a) The supplier/ selected bidder shall not be liable for forfeiture of its PSD, LD, or
termination for default if and to the extent that it’sdelay in performance or other failure to
perform its obligations under the Contract is the result of an event of Force Majeure.
b) For purposes of this Clause, “Force Majeure” means an event or situation beyond the
control of the supplier/ selected bidder that is not foreseeable, is unavoidable, and its
origin is not due to negligence or lack of care on the part of the supplier/ selected bidder.
Such events may include, but not be limited to, acts of the Purchaser in its sovereign
Supply & Installation of Cyber Forensic Tools &IT/ Non-IT Infrastructure for Cyber Forensic Lab cum Training centre under CCPWCat RPA
Page 56 of 158
capacity, wars or revolutions, fires, floods, epidemics, quarantine restrictions, and freight
embargoes.
c) If a Force Majeure situation arises, the supplier/ selected bidder shall promptly notify the
Rajasthan Police in writing of such conditions and cause thereof within 15 days of
occurrence of such event. Unless otherwise directed by Rajasthan Police, the supplier/
selected bidder shall continue to perform its obligations under the contract as far as
reasonably practical.
d) If the performance in whole or part or any obligation under the contract is prevented or
delayed by any reason of Force Majeure for a period exceeding 60 days, either party at
its option may terminate the contract without any financial repercussion on either side.
e) In case a Force Majeure situation occurs with the Rajasthan Police, the Rajasthan Police
may take the case with the supplier/ selected bidder on similar lines.
35) Change Orders and Contract Amendments
a) The Purchaser may at any time order the supplier/ selected bidder through Notice in
accordance with clause “Notices” above, to make changes within the general scope of
the Contract in any one or more of the following: -
i. drawings, designs, or specifications, where Goods to be furnished under the Contract
are to be specifically manufactured for the Purchaser;
ii. the method of shipment or packing;
iii. the place of delivery; and
iv. the related services to be provided by the supplier/ selected bidder.
b) If any such change causes an increase or decrease in the cost of, or the time required for,
the supplier’s/ selected bidder’s performance of any provisions under the Contract, an
equitable adjustment shall be made in the Contract Price or in the Delivery and Completion
Schedule, or both, and the Contract shall accordingly should be amended. Any claims by
the supplier/ selected bidder for adjustment under this clause must be asserted within
thirty (30) days from the date of the supplier’s/ selected bidder’s receipt of the Purchaser’s
change order.
c) Prices to be charged by the supplier/ selected bidder for any related services that might
be needed but which were not included in the Contract shall be agreed upon in advance
by the parties and shall not exceed the prevailing rates charged to other parties by the
supplier/ selected bidder for similar services.
36) Termination
a) Termination for Default
i. The procuring entity may, without prejudice to any other remedy for breach of
contract, by a written notice of default of at least 30 days sent to the supplier/
selected bidder, terminate the contract in whole or in part: -
Supply & Installation of Cyber Forensic Tools &IT/ Non-IT Infrastructure for Cyber Forensic Lab cum Training centre under CCPWCat RPA
Page 57 of 158
a. If the supplier/ selected bidder fails to deliver any or all quantities of the service
within the time period specified in the contract, or any extension thereof granted
by Rajasthan Police; or
b. If the supplier/ selected bidder fails to perform any other obligation under the
contract within the specified period of delivery of service or any extension
granted thereof; or
c. If the supplier/ selected bidder, in the judgement of the Purchaser, is found to be
engaged in corrupt, fraudulent, collusive, or coercive practices in competing for
or in executing the contract.
d. If the supplier/ selected bidder commits breach of any condition of the contract.
ii. If Rajasthan Police terminates the contract in whole or in part, amount of PSD may
be forfeited.
b) Termination for Insolvency
Rajasthan Police may at any time terminate the Contract by giving a written notice of at
least 30 days to the supplier/ selected bidder, if the supplier/ selected bidder becomes
bankrupt or otherwise insolvent. In such event, termination will be without compensation
to the supplier/ selected bidder, provided that such termination will not prejudice or affect
any right of action or remedy that has accrued or will accrue thereafter to Rajasthan
Police.
c) Termination for Convenience
i. Rajasthan Police, by a written notice of at least 30 days sent to the supplier/ selected
bidder may 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 the supplier/ selected
bidder under the Contract is terminated, and the date upon which such termination
becomes effective.
ii. Depending on merits of the case the supplier/ selected bidder may be appropriately
compensated on mutually agreed terms for the loss incurred by the contract if any
due to such termination.
iii. The Goods that are complete and ready for shipment within twenty-eight (28) days
after the supplier’s/ selected bidder’s receipt of the Notice of termination shall be
accepted 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 and prices;
and/or
Supply & Installation of Cyber Forensic Tools &IT/ Non-IT Infrastructure for Cyber Forensic Lab cum Training centre under CCPWCat RPA
Page 58 of 158
b. To cancel the remainder and pay to the supplier/ selected bidder an agreed
amount for partially completed Goods and Related Services and for materials
and parts previously procured by the supplier/ selected bidder.
Supply & Installation of Cyber Forensic Tools &IT/ Non-IT Infrastructure for Cyber Forensic Lab cum Training centre under CCPWCat RPA
Page 59 of 158
8. SPECIAL TERMS AND CONDITIONS OF TENDER & CONTRACT
1) Payment Terms and Schedule
a) Payment schedule - Payments to the bidder, after successful completion of the target
milestones (including specified project deliverables), would be made as under: -
S.No. Milestone/ Phase Deliverables Payable Amount
1. Completion of
Activity as
mentioned in
Chapter – 6 under
deliverables and
timelines
Establishment of Cyber Forensic Lab
with installation of requisite Cyber
forensic tools, IT equipment and Non-IT
infrastructure.
85% of total supply order
value (excluding manpower
cost).
2. Completion of
Activity as
mentioned in
deliverables
• Commissioning and Final
Acceptance Test
• Go-live
(Completion of all activities as
mentioned in 5.2 before go-live)
Remaining 15% of total
supply order value after go-
live (excluding manpower
cost).
3. Submission of
quarterly
summary report
• Quarterly summary report
• Satisfactory service report by
Nodal Officer
Equated quarterly payment
of manpower cost of one
year on submission of the
quarterly invoice.
b) Penalty for the breach of SLA shall be calculated on quarterly basis for supply order. The
penalty accumulated at end of fourth quarter shall have to be deposited by the successful
bidder within fifteen days of demand notice. In case, the penalty is not deposited the same
will be recovered by encashing the SLA Bank Guarantee (SBG).
c) The supplier’s/ selected bidder’s request for payment shall be made to the purchaser in
writing, accompanied by invoices (3 copies) describing, as appropriate, the goods delivered
and related services performed, and by the required documents submitted pursuant to
general conditions of the contract and upon fulfilment of all the obligations stipulated in the
Contract.
d) In case the site is not made available for installation of supplied items during the period of
delivery and installation as given in the supply order, then the bidder would request purchaser
in writing for “Site Not Ready” certificate from the Nodal Officer CCPWC for extension of
installation period without liquidity damages.
e) Warranty of hardware supplied and licenses for software supplied in the project would start
immediately after Go-live for the period as mentioned in the specifications.
Supply & Installation of Cyber Forensic Tools &IT/ Non-IT Infrastructure for Cyber Forensic Lab cum Training centre under CCPWCat RPA
Page 60 of 158
f) Due payments shall be made promptly by the purchaser, generally within sixty (60) days after
submission of an invoice in 3 copies by the supplier/ selected bidder, and acceptance by the
purchaser.
g) The currency or currencies in which payments shall be made to the supplier/ selected bidder
under this Contract shall be Indian Rupees (INR) only.
h) All remittance charges will be borne by the supplier/ selected bidder.
i) In case of disputed items, the disputed amount shall be withheld and will be paid only after
settlement of the dispute.
j) Payment in case of those goods which need testing shall be made only when such tests have
been carried out, test results received conforming to the prescribed specification.
k) Any penalties/ liquidated damages, as applicable, for delay and non-performance, as
mentioned in this bidding document, will be deducted from the payments for the respective
milestones.
l) Taxes, as applicable, will be deducted/ paid, as per the prevalent rules and regulations.
2) Service Level Standards/ Requirements/ Agreement
a) Service levesl play an important role in defining the Quality of Services (QoS). The prime
objective of service levels is to ensure high quality of services from selected bidder, in an
efficient manner to the identified users under this procurement.
b) Successful bidder shall furnish a 5% bank guarantee of the value of supply order treated
as SLA Bank Guarantee (SBG) separately for the entire duration of the project, in addition
to Performance Bank Guarantee submitted as PSD.
c) The bidder shall submit reports on all the service levels to the Purchaser, if required. The
service levels defined below provide for target level of services required, measurements
thereof and associated penalties:
S. No.
Measurement Parameter
Service Level Penalty
1. Time taken for resolving issue
Within 120 hours of lodging the complaint
No penalty
2. Time taken for resolving issue
After 120 hours of lodging the complaint
0.5% of the equipment cost against which complaint is logged for every 24 hours after 120 hours
Maximum applicable penalty shall be 10 % of the order value. If the penalty reaches 10% it will be
treated as breach of contract and PBG/ PSD will be forfeited in addition to the 5% BG against SLA.
d) If during contract period, any equipment has a hardware failure of the same nature on
three or more occasions in a continuous period of three months or six times in a
continuous period of twelve months, it shall be replaced by equivalent or higher-level new
equipment by the Successful Bidder at no cost to purchaser within fifteen days.
Supply & Installation of Cyber Forensic Tools &IT/ Non-IT Infrastructure for Cyber Forensic Lab cum Training centre under CCPWCat RPA
Page 61 of 158
If during contract period, any equipment has a hardware failure for a total period of thirty
days or more within a continuous period of three months or for a total period of sixty days
or more within a continuous period of twelve months, it shall be replaced by equivalent or
higher-level new equipment by the Successful Bidder at no cost to purchaser within fifteen
days. In this case penalty mentioned in a) will not be applicable.
During the warranty period Bidder shall maintain the systems and repair / replace at the
installed site, all defective components that are brought to its notice by Rajasthan Police,
at no charge to purchaser.
e) In case any hard disk drive of desktop or the external Hard Disk Drive is replaced during
warranty, the unserviceable HDD will be property of Rajasthan Police and will not be
returned to successful bidder.
3) SLA for non-availability of resources deployed as Content Developer and Support
Engineer:
The successful bidder shall provide the name of proposed content developer to Rajasthan
Police within two (02) months of signing of contract.
Expected outcome of training of master trainers by Rajasthan Police:
• The required content developer (1) should pass the assessment conducted by
Rajasthan Police with 85% marks
The personnel for content development must pass with 85% marks in first attempt, if not a
penalty of Rs. 1,000/- per day shall be imposed maximum to 10,000/- , till he/she makes the
requisite grade.
The content developer, support engineer provided by the successful bidder shall be available
for minimum 75 working days per quarter. Any non-compliance availability for less than 75
days, will attract penalties as per the schedule given below:
S.
No. Availability of each personnel Rate of penalty per day per personnel
1 73-75 days Rs. 1,000 per day
2 69-62 days Rs. 2,000 per day
3 Less than 59 days Rs. 3,000 per day
Supply & Installation of Cyber Forensic Tools &IT/ Non-IT Infrastructure for Cyber Forensic Lab cum Training centre under CCPWCat RPA
Page 62 of 158
Supply & Installation of Cyber Forensic Tools &IT/ Non-IT Infrastructure for Cyber Forensic Lab cum Training centre under CCPWCat RPA
Page 63 of 158
ANNEXURE-1: BILL OF MATERIAL (BoM) – SUMMARY
Note: All the specifications as mentioned are minimum only and higher specifications, if offered
by any bidder, shall be considered without any price preference to the bidder.
1. Lab Infrastructure
Item No. Items Unit Quantity
1.1 Digital Podium with Desktop Nos 1
1.3 Speaker Nos 6
1.4 LFD 85 inch Nos 1
1.5 Media server Nos 1
1.6 10 kva ups Nos 1
1.7 Cat 6a cable roll (305m) Nos 4
1.8 IO box Nos 60
1.9 24 Port patch panel Nos 4
1.10 Cat 6a patch cord Nos 150
1.11 Network printer MFP Nos 1
1.12 IP camera Nos 1
1.13 Wifi AP Nos 2
1.14 Switch Ethernet, 1Gbps x 48 Port (All copper) Nos 2
1.15 UTM Nos 1
1.16 Rack Standard 9U with PDU, Fan and accessories Nos 2
1.17 PC, i7,16 GB RAM, 2 TB HDD All in one Nos 30
1.18 PC i7, 16 GB RAM, 2 TB HDD with 21" monitor Nos 5
1.19 Manpower for hardware support for 1 year Nos 1
1.20 Manpower for content developmet for 1 year Nos 1
1.21 Visualizer Nos 1
2. Forensic Software and Hardware
Item No. Items Unit Quantity
2.1 CDR Analysis Nos 20
2.2 Disk Forensics, Remote System Forensics, Live Forensic,
Network Forensic, Memory Forensic, Web Browser Analysis
Nos 1
Supply & Installation of Cyber Forensic Tools &IT/ Non-IT Infrastructure for Cyber Forensic Lab cum Training centre under CCPWCat RPA
Page 64 of 158
Item No. Items Unit Quantity
Tool and registry Forensic Tool (Academic License for 20
Users)
2.3 Mobile Extraction Analysis kit along with GPS device support
(1) and Mobile Forensic Image & Report reader Tool (30
users)
Nos 1
2.4 Enterprise Analytical Solution with Server and case
management software
Nos 1
2.5 Write Blockers (SATA/IDE) Nos 20
2.6 Pen Drives Nos 30
2.7 Card Readers Nos 5
2.8 Smart Phones Nos 2
2.9 Hard Disk Nos 10
2.10 Social Media Analysis Tool Nos 1
2.11 Disk Imaging and Driver Wiper Tool Nos 5
2.12 Password Recovery tool Nos 1
2.13 Video Forensics & CCTV Analysis Nos 1
2.14 Digital Evidence Seizure Kit Nos 1
3. Interior & other infrastructure
Item No. Items Unit Quantity
3.1 Modify the existing structure to make it more appropriate for temperature control including changes in windows, doors etc.
LS 1
3.2 Providing & laying Full brick work as per specification with locally available first class bricks having crushing strength not less than 75 Kg./Cm2 laid in cement mortar 1:4 (1 cement : 4 coarse sand). 9"
sft 1
3.3 P/ Making raised step platform in training room with brick as per drawing/ required height, to be filled with light weight material (i.e) Ash Brick/ Khangar. Up to 50 - 75 mm thick P.C.C finished with neat cement slurry to get smooth surface, completed in all respect.
sft 120
Item No. Items (Flooring work) Unit Quantity
3.4 A 'Dismantling of existing Kota Flooring in Forensic room cost Including removal and throwing of debris as per direction of engineer in charge/ nearest dump yard.
sft 1150
Supply & Installation of Cyber Forensic Tools &IT/ Non-IT Infrastructure for Cyber Forensic Lab cum Training centre under CCPWCat RPA
Page 65 of 158
3.4 B Providing and laying cement concrete flooring upto 40mm thk.M-15, C.M. laid to zero level in Forensic Room
3.4 C VITRIFIED FLOORING: Providing and fixing 600 x 600 mm Vitrified tile flooring laid over cement mortar 1:4 (1 cement: 4 coarse sand) of average thickness of 10-25mm including providing and applying Grey cement slurry at 4.4 kg/sq.m and finishing the joints with chemical grouting and matching colour pigment of approved make and colour. All the joints to be filled with white cement wherever it is not specified and cleaned complete. All as per size and design indicated in the drawings and as specified and as per the pattern given by the Architects including colour cement float joints in matching shade. Rate should be inclusive of all additional costs such as transportation, loading, unloading and protection till handing over etc
Item No. Items (Stone Jambing For Fixing Window Glass) Unit Quantity
3.5 'P/L BLACK VOLVO/ JET BLACK GRANITE in Door/ Window jambing, as per the approved shade to be laid in C.M 1:4, using grey cement at the base and joints. Care to be taken that all joints are continuous. NO BREAK JOINTS OR SPACERS. Rate including pointing with grout or white cement of same colour and edge polish of exposed edges of granite.Measurment Area Less Than 1' Will Measure 1
rft 255
3.6 Stone edged polishing of Window/Door jamb with Diamond Polish Finish. Complete in all respect as instruction of engineer.
rft 480
3.7 Providing & fixing Toughened Glass in Window following spec 12 mmm thick clear Toughened glass Saint gobain / Modi / AIS fixed into the groove at all side in windows. 3mm gap (tolerance) to be left to accommodate glass expansion, gap to be sealed with GE extra clear silicon. At the all level. All edges to be made water-tight & sealed using GE extra clear silicon sealant or equivalent sealing material. Contractor to guarantee zero water leakage/seepage.
sft 210
Item No. Items (CEILING & Partation) Unit Quantity
3.8 Providing & Fixing Gypsum Board false ceiling up to any height above floor level 12.5 Gypsum Board Saint Gobind Fixing over GI Frame GI Channel at 600 Gape Appr. All The joint and Bo
sft 252
3.9 Providing and Fixing / making cove in false ceiling rft 126
3.10 Providing and Fixing Grid False Ceiling 600 x 600
Mineral Fibber Ceiling Tile 15 MM 600x600 and Grid.
Tile Make of Armstrong (Dune - 99)
sft 698
Item No. Items (Wooden and Furniture) Unit Quantity
3.11 Providing Training Table 750 L x 750 D x 750 H Including 25 MM Thick MDF Post forming Top With Electrical Top up Box , Key Board Tray & Cable Manger and MS Powder Coated Base
nos 30
3.12 Providing Trainer Wooden Laminate Finish Lectern
600 L x 600 D x 1200 H
nos 1
Supply & Installation of Cyber Forensic Tools &IT/ Non-IT Infrastructure for Cyber Forensic Lab cum Training centre under CCPWCat RPA
Page 66 of 158
3.13 Providing Guest Table 2200L x 600D x 750H Including 25 MM Thick Post forming Top
nos 1
3.14 Providing & Fixing Cum Display Shelf Rack
2100L x 600D x1200H
nos 4
3.15 Providing and fixing ISI marked flush door shutters conforming to IS: 2202 (Part I) decorative type, finished with approved 1 mm thick laminate (door skin) on both faces of shutters. It also include the handles, lock, stoppers, catcher etc. 35 mm thick including ISI marked Stainless Steel butt hinges with necessary screws and hardware. Size 8' x 3.5'
nos 2
3.16 Door Frame ( Chaukhat ) 100 x 50 with Polish Steam Beech / African Teak Or Equivalent Size 8' x 3.5'
nos 2
3.17 Providing and Fixing Wooden Laminated Wall Panel 14 MM Thick Perforated Back with fleece and with Glass Wool Filling Back Sound Proof .9
nos 995
Item No. Items (Finishing) Unit Quantity
3.18 'Painting of exposed surfaces with three or more coats of Acrylic Emulsion of paint including scraping, primer application, filling with putty etc. complete. Final coat of paint with smooth roller finish. No brush marks to be visible after painting. PAINT AS PER APPROVED SAMPLE
sft 550
3.19 Providing and Laying POP Super Fine Quality on Exposed
Surface for Smooth Finish
sft 550
3.20 Providing Chair Low Back Foam Cushion , Flexible Meshed back, Adjustable Hight lift and Nylon Coaster
Nos 34
3.21 Providing Chair High Back Foam Cushion , Flexible Meshed back, Adjustable Hight lift and Nylon Coaster
Nos 1
3.22 Providing and Fixing Roller Window Blainds MAC or Equivalent. Shade as per approved by client
sft 215
Item No. Items (AC and Electrical Work) Unit Quantity
3.23 Providing and Fixing AC Cassette Unit In Training Room 3 Ton Include The Low Side Work Copper Piping, Drain Pipe, Stand Testing and Commissioning
nos 3
3.24 Providing & Laying 1.5 mm wire with conduit pipe & switch Roma or equivalent.
nos 30
3.25 Providing & Laying 2.5 mm wire with conduit pipe & switch - socket Roma or equivalent. 2 Nos on each Table
nos 70
3.26 Providing & Laying 4 mm wire with conduit pipe & switch - socket Roma or equivalent.
nos 5
3.27 Providing & Fixing Philips 2' x 2' LED - RC 370 or equivalent.
nos 20
3.28 Providing & Fixing Philips Round 12 Watt LED or equivalent.
nos 20
Item No. Items (Data Networking) Unit Quantity
Supply & Installation of Cyber Forensic Tools &IT/ Non-IT Infrastructure for Cyber Forensic Lab cum Training centre under CCPWCat RPA
Page 67 of 158
3.29 P/F of data networking points as per the requirement. It includes the wiring of all data points collectively terminated to the nearest server with numbering and punching. Full job.
nos
o Feature 1.1 (Digital Podium) Compliance 1. Type/Mounting Free Standing, Digital Podium with Dual 22 Monitor, 7 LCD
Multimedia Controllers, 280W Amplifier, 2X40W Speakers, Handheld Mic Gooseneck Mic Mounted on Podium External Connectivity.
Category: Computer Kiosk In Computer; Preferable wheel mounted capable of moving in all directions with lock facility.
2. Construction • Type Of Enclosure: Mild Steel; Thickness of Enclosure:1.6 mm; Chassis: Screwless; Display Size: 22 inches; Antiglare & overlay tempered vandal resistant glass thickness: 3 mm
•
3. DisplayDetails Colour LED touch Screen (Built-in highly sensitive Interactive Panel with adjustable tilt)
Screen Type :
Size:22 inches or higher
Resolution:1920 x 1080 Pixels or higher
Aspect Ratio: 16:9/16:10
Computer Interface: One USB, VGA/DVI/HDMI Port
Interactive Resolution: 4000 Lpi (lines per inch)
Response Time: 5ms
Pen Pressure sensitivity: Yes
Annotation software shall include features like draw, choose, pens, annotate, erase, colour, shapes, sizes, text, edit, fonts, stamp, move, capture picture, video, save, rotate, undo, image gallery, print, floating keyboard and background etc.
4. System Details Processor Type/ Configuration/ Speed: Intel i5 (latest generation) or higher with speed 3.2 GHz Minimum
Memory:4 GB or higher
HDD/Storage: 1000 GB or higher
Optical Disk Drive: Internal
Expansion I/O:4xUSB 2.0,2xUSB 3.0,1x LAN 1/10 G, VGA-1 port
Audio: 1 x Line-out/1 Line-in
Operating System: Windows 10 Pro pre-loaded
Anti-virus: Yes, with 3 years lic.
5. Console Panel Ports accessible from outer
RGB Input: 1xHDMI & VGA Input (other than the input of the PC in the podium to facilitate extra PC/Laptop etc.)
USB Port on the panel to facilitate inputs directly from Pen Drives / USB based hard disk Drive etc.
Supply & Installation of Cyber Forensic Tools &IT/ Non-IT Infrastructure for Cyber Forensic Lab cum Training centre under CCPWCat RPA
Page 68 of 158
o Feature 1.1 (Digital Podium) Compliance body of Podium.
LAN Link: RJ 45 LAN Port at the panel to connect network
Display: Selections switch to toggle between various sources for the output on the projection screen through a touch panel.
6. Built in devices Built-in devices on the Panel with easy access and control consisting of:
7. Gooseneck Microphone
Gooseneck Microphone with XLR output. It should be Phantom powered so that there is no requirement of batteries thereby eliminating consumable cost. The gooseneck length should be atleast 21.5cm with ON/OFF switch and with LED light indicating ON/OFF status.The gooseneck microphone shall be permanently polarised condenser,highly directional featuring hyper cardioid /lobar directivity.
Wireless Microphone Units
The podium shall have a Reciver with a range of 15 mtr & shall come with 1 Handheld Mic, One Collar mic and one Head set microphone.
Builtin Amplifier
Power: 100 Watts minimum
Speakers: 2 x 40 W each shall be a part of standard supply.
Central Controller with Panel: The podium shall have a controller with minimum 2VGA inputs, 2 Audio Inputs, 2 Video inputs and required outputs to exploit all the functionality of the podium and a built in Video Scalar feature.
8. Sliding Trays Provision for keeping laptop and Keyboard & Mouse 9. Locking
Mechanism All the locks (3/4) fitted in the powder coated steel body should have a single key. Different podiums key should not be interoperable.
10. Power Supply 100 -240V, 50Hz, AC Supply 11. Security Integrated authentication System having RFID, Password
protection & Physical Key for secure access to system.
12. Fans Suitable cooling fans to be provided in the lower body.
13. Warranty 3 years
Feature 1.2 (Computer for Podium) Compliance
1.
Product Specifications
Processor Make – Intel
2. Processor Generation - 7th
3. Intel Core i7-7500
4. Intel® B250 Chipset
5. Graphics Type – Integrated
6. Graphics - Intel HD Graphics
7. Operating System (Pre-Loaded) - Windows 10 Professional
8. Hard Disk - 1 TB
9. Type of RAM - DDR 4
10. RAM Speed - 2400 MHz
11. RAM Size - 4 GB
12. RAM Expandability – 16 GB
Supply & Installation of Cyber Forensic Tools &IT/ Non-IT Infrastructure for Cyber Forensic Lab cum Training centre under CCPWCat RPA
Page 69 of 158
Feature 1.4 (LFD 85 inch) Compliance 1. Technology LED
2. Screen
Size(Diagnal) 85 Inch
3. Screen Type LED BLU
4. Native
Resolutions(Pixel) 3840*2160 (4K UHD)
5. Aspect Ratio (16:9)
6. Brightness(Nits) 500 nit
7. Duty Cycle 24/7
8. Onsite Warranty YES
9. Panel Technology VA
10. Orientation LANDSCAPE / PORTRAIT
11. Native Contrast
Ratio (Minimum) 5000:1
12. Viewing Angle
(Horizontal:
Vertical)
178/178
13. Response Time
(milli seconds) 6ms
14. Bezel width (mm) 13.2/13.2/19.3
15. Number of
Speakers 2
16. Arrangement of
Speakers Inbuilt
17. Wattage of
Speaker (with
maximum 10%
THD) (Watt)
20 W
18. Haze 44%
19. HDMI Port (1.4) 3 Nos
20. RGB
D-Sub, DVI-Display Port
1.2 (2), Display Port 1.1 (1)
21. Display Port YES
22. RS 232C Port YES
23. RJ 45 YES
24. Power
Consumption in
Operating Mode
(Maximum) (Watt)
495 W
Supply & Installation of Cyber Forensic Tools &IT/ Non-IT Infrastructure for Cyber Forensic Lab cum Training centre under CCPWCat RPA
Page 70 of 158
Feature 1.5 (Media Server) Compliance
1. Market position Hardware should be of reputed brand
2. Chipset Intel C621
3. Form Factor Max. 2U rack mounted with sliding rails
4. Configured CPU Up to two Intel® Xeon® Silver processors, up to 8 cores
per processor. Should have Intel xeon silver 4110 2.1G
8C/Turbo HT from day1.
5. Memory
configured
Should have 2*32GB memory configured from day1,
scalable to 512GB
6. Hard Disk 2 TB 52K RPM SATA HDD
7. RAID Controller H750 0,1,5,6,10
8. Usb Usb 3.0 pass through 4 port
9. I/O slots Upto 5 Gen 3 PCIe Slots
10. Ethernet ports 2 x 1G RJ45, 4 x 10Gbe Base T
11. Certified for Windows Server 2016,
12. Power Supply 700 Dual Power Supply
Supply & Installation of Cyber Forensic Tools &IT/ Non-IT Infrastructure for Cyber Forensic Lab cum Training centre under CCPWCat RPA
Page 71 of 158
Feature 1.6 (UPS 10 KVA) Compliance 1. Market position Hardware should be from reputed brand.
2. UPS 10KVA Online UPS
3. Power Backup At least 2 Hours
4. Technology UPS PWM IGBT Based True Online UPS
5. Batteries 12V-65AH * 20 Battries
6. Rack Rack for Batteries
7. Connector All Connector for battery
8. Operating
Humidity In %
0-95% Relative Humidity
9. Battery Type SMF Battries
10. Nominal
Frequency
50Hz
11. Input Voltage 220-380 Vac
12. Output Voltage 220 Vac
Supply & Installation of Cyber Forensic Tools &IT/ Non-IT Infrastructure for Cyber Forensic Lab cum Training centre under CCPWCat RPA
Page 72 of 158
Feature 1.7(Cat 6 cable) Compliance 1. Type Unshielded twisted pair cabling system, TIA / EIA 568-C.2
Category 6 Cabling system
2. Network
support
Supports ultrahigh speed data
networks such as Gigabit Ethernet
(1000 Base-T and 1000 Base-TX)
and beyond.
3. TIA / EIA 568-
B.1
ETL Verified, UL Listed andUL channel verified- All three
Certificates are mandatory
4. IEEE 802.3ab Zero-bit Error, ETL verified
5. Warranty 3-year systems warranty; Warranty to cover Bandwidth of the
specified and installed cabling system, and the installation
costs. Site certificate must be issued by OEM
6. Performance
characteristics
to be provided
along with bid
Attenuation, Pair-to-pair and PS NEXT, ELFEXT and
PSELFEXT, Return Loss, ACR and PS ACR for 4-connector
channel
7. Manufacturer All passive cabling must be from same OEM ( UTP and Fiber)
8. Conductors 23 AWG solid bare copper
9. Packing Box of 305 meters
10. Voltage: 150VAC
11. Propagation
delay:
535ns/100m @250MHz
12. Mutual
Capacitance:
5.6nF/100m Nominal
13. Insulation
Resistance
500 MΩ Minimum
Supply & Installation of Cyber Forensic Tools &IT/ Non-IT Infrastructure for Cyber Forensic Lab cum Training centre under CCPWCat RPA
Page 73 of 158
Feature 1.8(Cat 6 jack IO) Compliance
1. Features and
Benefits
Patented Spring-Loaded Shutter prevents incomplete mating
protects from dust and contaminants Patented IDC V-shaped
contacts that flex not fatigue when terminated Features
pointed IDC towers to speed termination and enhance cable
retention Dual color-coding allows for 568 A/B wiring
configuration Can be terminated using industry standard
punch-down tools RJ-11 compatible Molded category
identification on jack face as well as optional port
identification icons USOC Wiring Sequences Available
2. Dust Proof
RJ45 Jack should be supplied with Cap or Shutter to avoid
Dust
3. RJ45 I/O
Compatibility
2a. Individual Compatible RJ45 Jack 2b Pointed IDC Tower
on RJ45 Jack for easy termination 2c. Half Plugged Patch
Cord should be spitted out if not properly plugged in
4. Contact
Material Copper Alloy
5. Interface
Resistance: 20 milliohms
6. Initial Contact
Resistance 2.5 milliohms
7. Insulation
Resistance >100 Megaohms
8. Parts List: Data Gate Plus Jack with Stuffer Cap
9. Features and
Benefits
The stylish unloaded Synergy Wall plates were designed
specifically to accept the UTP Data gate Connector. The
unloaded Synergy Wall plates are available in 1, 2 and
4 port variants, in five colours, to co-ordinate with any
decor and any installation size.
10. Accommodates
Accommodates UTP, STP Data gate jacks
Accommodates Molex single bezel Fibre modules
Accommodates Molex media configurable modules
11. Material VE10 ABS
Supply & Installation of Cyber Forensic Tools &IT/ Non-IT Infrastructure for Cyber Forensic Lab cum Training centre under CCPWCat RPA
Page 74 of 158
Feature 1.9(24 port patch panel) Compliance
1.
Available in 1U 24 Port and 2U 48 Port density Each port
features the patented spring-loaded shutter:
2. Rear Cable
Manager
Flat type metal with Perforated Rear Cable Manager to hold
CAT6 UTP Cable with Velcro cable ties
3.
Dust Proof
RJ45 Jack should be supplied with Cap or Shutter to avoid
Dust
4.
RJ45 I/O
Compatibility
2a. Individual Compatible RJ45 Jack 2b. Pointed IDC Tower
on RJ45 Jack for easy termination 2c. Half Plugged Patch
Cord should be spitted out if not properly plugged in
5. Thickness .060” (1.52mm)
Supply & Installation of Cyber Forensic Tools &IT/ Non-IT Infrastructure for Cyber Forensic Lab cum Training centre under CCPWCat RPA
Page 75 of 158
Feature 1.12(IP camera) Compliance
1. Image Sensor 1/3” Progressive Scan CMOS or better
2. Operating Frequency
50 Hz
3. Day/ Night Operation
Automatic with IR Cut Filter
Feature 1.10(Cat 6 patch cord) Compliance
1.
Type
Power Cat 6 U/UTP End-to-End Solution
and are designed to support data networks for
10/100BASE-T and 1000BASE-T applications.
2. Conductor
size 24 AWG stranded copper wire
3. Nom. O.D. 5.9mm
4. Sheath: LS0H
5. Bend
radius: 4X O.D.
6. Boots Transparent Plug with anti-snag slip on boots
7. RJ45 Plug
Standard ISO/IEC 60606-7-4 and FCC 47 Part 68
8. Standards ETL Verified to ANSI/TIA-568-C.2, ISO/IEC 11801 Category 6
Feature 1.11 (Printer) Compliance
1. Functions Printer, Scan, Copy
2. Print Speed 28 PPM or higher
3. Duplex Automatic Duplex
4. Print
Resolution 1200 dpi
5. Monthly
duty Cycle 5000 page or higher
6. Scanning
Type Flatbed & ADF
7. Input paper 250 sheets or more, universal Tray
8. Memory 128 MB or more
9. Processor 600 MHz or more
10. Connectivity USB, Network
Supply & Installation of Cyber Forensic Tools &IT/ Non-IT Infrastructure for Cyber Forensic Lab cum Training centre under CCPWCat RPA
Page 76 of 158
Feature 1.12(IP camera) Compliance
4. Minimum Illumination
Colour: 1.5 Lux @ 30 IRE B/W": 0.04 @ 30 IRE or better
5. high-speed pan-tilt functionality
Pan: ±170°, 0.2-100°/s, Tilt: -20° - 90°, 0.2-90°/s
6. Optical Zoom 30x Minimum & 12x Digital Zoom, Total 360x Zoom or better
7. Lens 4.3-129 mm or better
8. Image Resolution
1920x1080 HDTV 1080p to 160x90 HDMI/SDI Output: 1080p@50/60 fps (50/60 Hz) 1080i@50/60 fps (50/60 Hz) 720p@50/60 fps (50/60 Hz)
9. Compression H.264 Baseline, Main and High Profiles, Motion JPEG
10. Frame Rate Up to 50/60 fps
11. Video Streams
Minimum 4 Streams @ 1920x1080, H264, 25 fps HDTV video streaming supported
12. Webcast audio and video in a variety of applications, such as Microsoft Lync and Skype.
13. Electronic Shutter
1/10000 s to 1 s or better
14. Electronic Exposure & Control
Automatic/ Manual
15. Wide Dynamic Range
120 dB or Better
16. Backlight Compensation
Required
17. Electronic Image Stabilization
Required
18. Preset Positions
Minimum 256 or better
19. Audio streaming
Two-way, Stereo
20. Audio compression
SDI: AES3 24 bit, 48 kHz HDMI: LPCM Network: AAC LC 8/16/32/48 kHz, G.711 PCM 8 kHz, G.726 ADPCM 8 kHz, Opus 8/16/48 kHz, Configurable bit rate
21. Audio input
XLR balanced mono input (left/right) Microphone phantom power 48 V Signal-to-Noise ratio: > 85 dB @ 0 dB gain, > 78 dB @ 30 dB gain 3.5 mm unbalanced stereo input Line input impedance: < 1.7 kOhm Maximum input level: 2.2 Vrms Bandwidth: 20 Hz - 20 kHz, may be limited by sample rate
22. Audio output
3.5 mm unbalanced stereo output Output impedance: < 100 Ohm, short circuit proof Signal-to-Noise ratio: > 87 dB Bandwidth: 20 Hz - 20 kHz Signal-to-Noise ratio: > 87 dB @ 0 dB gain, > 83 dB @ 30 dB gain HDMI Bandwidth: 20 Hz - 20 kHz
Supply & Installation of Cyber Forensic Tools &IT/ Non-IT Infrastructure for Cyber Forensic Lab cum Training centre under CCPWCat RPA
Page 77 of 158
Feature 1.12(IP camera) Compliance Signal-to-Noise ratio: > 87 dB @ 0 dB gain, > 83 dB @ 30 dB gain
23. Audio input/output
External stereo microphone input or line input, line output
24. On-screen directional indicator
Required
25. Event Triggers
The camera shall be able to send and received trigger directly from any other camera without interface of VMS Detectors: Live Stream Accessed, Motion Detection, Audio Detection, Hardware: Network, Input Signal: Manual Trigger, Virtual Inputs, Digital Inputs,PTZ: Error, Moving, Preset Reached, Ready,Storage: Disruption, Recording, System: System Ready Time: Recurrence, Use Schedule
26. Event Actions
Day/night mode, overlay text, video and audio recording to edge storage, pre- and post-alarm video buffering, PTZ preset, external output activation, play audio clip, send SNMP trap File upload via FTP, SFTP, HTTP, HTTPS, network share and email, Send video clip, Notification via email, HTTP, HTTPS and TCP
27. Pixel Counter Built in
28. Edge Storage Built in SD card slot with support upto 128 GB with Class 10 speed
29. Storage The Camers shall have the feature to directly record the videos/ images onto Nas without any Software
30. Protocols
IPv4/v6, HTTP, HTTPSa, SSL/TLSa, QoS Layer 3 DiffServ, FTP, CIFS/SMB, SMTP, Bonjour, UPnPTM, SNMP v1/v2c/v3 (MIB-II), DNS, DynDNS, NTP, RTSP, RTP, SFTP, TCP, UDP, IGMP, RTCP, ICMP,DHCP, ARP, SOCKS, SSH, HDMI 1.43G-SDI
31. Text Overlay Date & time, and a customer-specific text, camera name, graphical image etc
32. Security
Password protection, IP address filtering, HTTPSa encryption, IEEE, 802.1Xa, network access control, Digest authentication, User access log, Centralized certificate management
33. Firmware Upgrade
The firmware upgrade shall be done though web interface, The firmware shall be available free of cost
34. Interface RJ 45, 100 Base TX
35. Connectors 3.5 mm stereo mic/line in, 3.5 mm stereo line out XLR-3 (left + right) mic/line in (with 48 V phantom power) HDMI Type A, BNC for SDI, Terminal block for DC power
36. Mount Wall / Pole Mount
37. Power requirements
8-28 V DC (12 V power supply included) typical 12 W, max 21 W
38. Operating Temperature
0 °C to 40 °C or better
39. Operating Humidity
10-85% RH (non-condensing) or better
Supply & Installation of Cyber Forensic Tools &IT/ Non-IT Infrastructure for Cyber Forensic Lab cum Training centre under CCPWCat RPA
Page 78 of 158
Feature 1.12(IP camera) Compliance
40. Memory 1 GB RAM, 512 MB Flash The camera shall have inhouse processor for better performance and support for 3rd Party analytics
41. Warranty 3 Years OEM warranty
Supply & Installation of Cyber Forensic Tools &IT/ Non-IT Infrastructure for Cyber Forensic Lab cum Training centre under CCPWCat RPA
Page 79 of 158
Feature 1.13 (Wifi AP) Compliance 1. An access point must include a standard OEM provided Mounting
brackets for mounting on Celling or Roof top.
2. Access point must support spectrum intelligence across 20-, 40-, and 80-MHz-wide channels to combat performance problems due to wireless interference.
3. Access point must have an two ethernet port for Link aggregation 4. Access point should have serial/console port 5. Must have atleast 3 dBi Antenna gain on each radios 6. Must support 4x4:4 spatial streams for both 802.11ac and
802.11n client
7. Access point must support a minimum aggregate throughput of 2 Gbps including both the radios
8. Must support minimum of 22dbm of transmit power in both 2.4Ghz and 5Ghz radios. And should follow the WPC norms.
9. Must support AP enforced load-balance between 2.4Ghz and 5Ghz band.
10. Must incorporate radio resource management for power, channel, coverage hole detection and performance optimization
11. Must have -96 dB or better Receiver Sensitivity. 12. Must support Proactive Key Caching and/or other methods for
Fast Secure Roaming.
13. Must support Management Frame Protection. 14. Should support locally-significant certificates on the APs using a
Public Key Infrastructure (PKI).
15. Access Points must support Hardware-based encrypted user data and management traffic between controller and Access point for better security.
16. Mesh support should support QoS for voice over wireless. 17. Must be plenum-rated (UL2043). 18. Must support 16 WLANs per AP for SSID deployment flexibility. 19. Must continue serving clients when WAN link to controller is back
up again, should not reboot before joining
20. When operated in remote AP mode, the AP must not disconnect any clients when the connection to the controller fails or in the case the failed connection has been restored again.
21. When operated in remote AP mode, the AP must be able to authenticate new users with local radius server directly at the AP itself in case of link failure to controller.
22. Must support telnet and/or SSH login to APs directly for troubleshooting flexibility.
23. Must support Power over Ethernet, local power(DC Power), and power injectors.
24. 802.11e and WMM 25. Must support Reliable Multicast to Unicast conversion to maintain
video quality at AP level
26. Must support QoS and Video Call Admission Control capabilities. 27. Access Point should 802.11 DFS certified 28. The OEM should be leader in the latest Gartner quadrant report
for wired and wireless networks from last 3 years
Supply & Installation of Cyber Forensic Tools &IT/ Non-IT Infrastructure for Cyber Forensic Lab cum Training centre under CCPWCat RPA
Page 80 of 158
Feature 1.14(48 Port switch) Compliance 1. Physical
Specifications 48 # 10/100/1000 Base-T auto-sensing ports
2. CPU/Memory CPU/Memory
3. RAM: 512 MB
4. Packet buffer memory: 16 MB
5. Flash: 128 MB
6. Performance Specification
Stack height: 6 switches
7. Acoustic noise (ANSI-S10.12): 39dBA
8. Mean Time Between Failures (MTBF):279,970 hours
9. Forwarding modes: Store-and-forward
10. 8 Priority queues
11. Priority queuing: Weighted Round Robin (WRR)
12.
MAC Address database size: 16,000 media access control (MAC) addresses
13. VLAN: 256
14. 1,024 Multicast Groups
15. 32 Static Routes
16. 15 Routed VLANs
17. 512 ARP Cache entries
18. 8K DHCP snooping bindings
19. 100 shared for MAC, IP and IPv6 ACLs
20. Jumbo frame: 9K
Supply & Installation of Cyber Forensic Tools &IT/ Non-IT Infrastructure for Cyber Forensic Lab cum Training centre under CCPWCat RPA
Page 81 of 158
Feature 1.15(UTM) Compliance
1. Firewall Throughput 10000 Mbps
2. Concurrent
connections 3200000
3. New
Sessions/Second 85000
4. IPSec VPN
throughput 1150 Mbps
5. Copper GbE Ports 10
6. SSL VPN
Throughput (Mbps) 450
7. WAF Protected
Throughput (Mbps 1000
8. No. of IPSec
Tunnels 4500
9. Console Ports (Rj45 1
10. USB Ports 2
11. Hardware Bypass
Segment 2
12. Market position
OEM of the Proposed Firewall should be in the Leadership
/ Challengers quadrant in the latest available Gartner
Magic Quadrant of Enterprise firewall report.
13. Anti-Virus
Throughput (Mbps) 2600
14. IPS Throughput
(Mbps) 3000
15. UTM Throughput
(Mbps) 1400
16.
Memory
Memory – 2GB
Compact Flash – 4GB
HDD – 250 GB
17. Subscription/support 3 years
Supply & Installation of Cyber Forensic Tools &IT/ Non-IT Infrastructure for Cyber Forensic Lab cum Training centre under CCPWCat RPA
Page 82 of 158
Feature 1.16(9U Rack) Compliance
1. Type Indoor
2. Size 9U
3. Basic Frame Steel
4. Construction
Welded / CKD
5. Top &
Bottom
Cover
Welded to Frame with Cable entry exit cut outs
6. Front Door Lockable Toughened Glass Door
7. 19” Mounting
Angle Formed Stee
8. Std.
Equipment
Mounting
DIN Std. 10mm Sq. Slots
9. Standard
Finish Powder coated
10. Rack
Standard Conforms to DIN 41494 or equivalent standard
11. Standard
Colour Grey & Off White OR Black
Supply & Installation of Cyber Forensic Tools &IT/ Non-IT Infrastructure for Cyber Forensic Lab cum Training centre under CCPWCat RPA
Page 83 of 158
Feature 1.17 (All in one pc) Compliance
1.
Product Specifications
Processor Make - Intel
2. Processor Generation - 7th
3. Intel Core i7-7500 (QC/6MB/4T/3.4GHz/65W)
4. Intel® B250 Chipset
5. Graphics Type - Integrated
6. Graphics - Intel HD Graphics 630
7. Operating System (Pre-Loaded) - Windows 10 Professional
8. Hard Disk - 1 TB
9. Type of RAM - DDR 4
10. RAM Speed - 2400 MHz
11. RAM Size - 16 GB
12. RAM Expandability - 32GB
13. DIMM Slots - 2 No.
14. Expansion Slots - 2 x M.2 connectors
15. Six external USB ports: USB 3.1 Gen 1 x 4 , USB 2.0 x 2 , DisplayPort 1.2, Universal Audio Jack, RJ-45
16. Monitor Size - 19.5 INCHES
17. Monitor Resolution - 1600x900
18. TCO – Yes
19. Keyboard - Standard
20. Mouse - Optical
21. Power Supply - Less than 200 Watt
22. ROHS Compliance – Yes
23. Energy Star - Yes
24. Power Efficiency - 85%
25. Warranty - 3 Year
26. Certifications Top 3 IDC companies
27. EPEAT Gold
28. ISO 9001, 14001, 27001
29. Additional features
Management tool with single User Interface for configuring BIOS enable/disable for USB / TPM / Video / Ports / Admin Passwords / updating Firmware/ Drivers
30. Pro-active Threat Défense from OEM with 1 year subscription
Supply & Installation of Cyber Forensic Tools &IT/ Non-IT Infrastructure for Cyber Forensic Lab cum Training centre under CCPWCat RPA
Page 84 of 158
Feature 1.18 (PC with monitor) 1.
Product Specifications
Processor Make – Intel
2. Processor Generation - 8th
3. Intel Core i7-8500 (6 Cores/9MB/6T/up to 4.1GHz/65W)
4. Intel® H370 Chipset
5. Graphics Type - Integrated
6. Graphics - Intel HD Graphics 630
7. Operating System (Pre-Loaded) - Windows 10 Professional
8. Hard Disk - 1 TB
9. Type of RAM - DDR 4
10. RAM Speed - 2666 MHz
11. RAM Size - 16 GB
12. RAM Expandability - 32GB
13. DIMM Slots - 2 No.
14. Bays - 1 No.
15. Network Connectivity - 10/100/1000 on board Integrated Gigabit Port
16. Expansion Slots (PCIe x 16) - 1 No.
17. Expansion Slots M.2 for wireless - 1 No.
18. USB Port 2.0 - 4 No.
19. USB Port 3.0 - 4 No.
20. Other Ports - 1 RJ45, 1 Universal Audio Jack, 1 Line-Out
21. HDMI -Available
22. Display Port - Available
23. Monitor Size - 21.5 INCHES
24. Monitor Resolution - Full HD 1920 x 1080
Monitor Certification - TCO 7.0
Keyboard - Standard
Mouse - Optical
Speakers Inbuilt - Yes
Power Supply -Less than 300 Watt
ROHS Compliance - Yes
Warranty - 3 Year
Certifications Top 3 IDC companies
Tool less chassis
EPEAT Gold
TCO 6.0 or latest
ISO 9001, 14001, 27001
Supply & Installation of Cyber Forensic Tools &IT/ Non-IT Infrastructure for Cyber Forensic Lab cum Training centre under CCPWCat RPA
Page 85 of 158
Feature 1.19 (Manpower for HW support) Compliance
1. Manpower for 1 year for hardware support
Feature 1.20 (Manpower for content development) Compliance
1. Manpower for 1 year for hardware support
Feature 1.21 (Visualizer) Compliance 1. Image
Sensor 1/3” Color CCD, 800,000 pixels or better
2. Zoom Min 192X zoom 3. Focus Powered (Auto Focus / Manual) 4. Iris Auto 5. Illumination
System With main unit and light box.
6. light source Base & Upper 7. Frame rate 30 frames/sec 8. VGA Out 1024 x 768(XGA)
(preferably 1920 x1080)
9. Image Options
Color with auto/manual white balance
10. Output Selection
One touch button for presenter to select Camera or Input VGA/PC.
Supply & Installation of Cyber Forensic Tools &IT/ Non-IT Infrastructure for Cyber Forensic Lab cum Training centre under CCPWCat RPA
Page 86 of 158
Feature 2.1(CDR Analysis) Compliance
1. CDR Analysis Software 20 user Academic License
Should be an integrated solution to process various telecom logs and perform multi-dimensional analysis like Tabular reports, Visual Link Analysis and GIS based Geo Analytics
2. Should be 20 Users License.
3. Should support Analysis of following types of telecom logs.
a) Individual CDRs/Billing Records
b) 2G/3G/4G GPRS CDRs
c) IMEI Scans
d) Cell Tower/Mast Dumps
e) 2G/3G/4G GPRS Cell Tower / Mast Dumps
4. It should accept following formats and standardize all the formats from different service providers into one common format.
a) Text (comma, Tab, pipe etc.)
b) MS Excel (xls & xlsx)
c) HTML
d) MS Access for Subscriber Data
5. It should generate various point and click reports for CDR analysis like
a) It should show the relation between other party(s) and target(s) in single screen, and it should also generate the common numbers between them in single click.
b) It should show the relation between IMEI and Target(s) in single screen with common IMEI among them if any.
c) It should show the relation between Cell Id and Target(s) in single screen with common Cell Id among them if any.
d) It should show the relation between State/Telecom Circle and Target(s) in single screen with common State/Telecom Circle among them if any.
e) It should show the relation between Country and Target(s) in single screen with common Country among them if any.
f) It should show the relation between Total/Average Duration and Target(s)
g) It should show the relation between Call Type and Target(s)
h) Identification of calls where first and last pair of callers are same under sandwich call pattern
i) Identification of conference call (Call with in a call)
6. It should help in finding new number used by target when he/she discards his/her SIM card and Handset by analysing the call patterns
7. It should allow user to remove duplicate records if one CDR has been imported multiple times in a case.
8. It should allow user to decode Roaming Cell Tower Information if available in target CDR / IMEI Scan
9. It should allow user to merge & unmerge multiple target numbers in to one target if IO comes to know that these numbers are being used by one target only.
10 Should allow user to generate consolidated CDR briefing Excel reports for printing and producing to higher officers with information like
Supply & Installation of Cyber Forensic Tools &IT/ Non-IT Infrastructure for Cyber Forensic Lab cum Training centre under CCPWCat RPA
Page 87 of 158
Feature 2.1(CDR Analysis) Compliance
a) Summary Information about the target, its top other party, its top Day and Night Locations and Top Suspect List Matches
b) Frequency report for Other Parties of a Target No. with Call Type Distribution
c) Frequency report for IMEIs of a Target No.
d) Frequency report for Cell IDs of a Target No. With Day and Night Location Identification
e) Watch List/Suspect List Match Details
f) Common number and IMEI report if more then One Targets are under Investigation.
11 Should allow user to search unknown numbers on social networking sites like Truecaller, Facebook etc.
12 Should allow user to create Visual Link Charts of Data to identify numbers of interest.
a) It should allow Identification and creation of Clusters of Close Calling Numbers
b) It should allow to add other information available during investigations as and when available in the visual charts.
c) It should allow identification of common elements on visual charts.
13 It should allow user to import and store the Cell ID Charts of various Telecom Service Providers, by which user can get all cell ids decoded for location based analysis
14 It should have unified filters to filter data based on investigation criteria like
a) Date & Time
b) Call Type
c) Target Number
d) Other Party
e) Cell ID
f) IMEI
g) City
h) State/Telecom Circle
i) Country
j) Day of week
k) Duration (equal to, between, Greater then & Less then)
15 All filter combinations should be applicable on all reports simultaneously.
16 In tower dump analysis it should identify the numbers and IMEI common between different locations
a) Identification of common Target Number, Other Party, IMEI, City, State & Country
b) Identification of uncommon Target Number, Other Party, IMEI, City, State & Country
c) Identification of those handsets who are using multiple SIM Cards
d) Identification of those SIM cards who are used in multiple handsets
e) Identification of those target numbers who are in touch with multiple other parties and vice versa
Supply & Installation of Cyber Forensic Tools &IT/ Non-IT Infrastructure for Cyber Forensic Lab cum Training centre under CCPWCat RPA
Page 88 of 158
Feature 2.1(CDR Analysis) Compliance
f) Identification of numbers who are target in one location and other party in other location.
g) Identification of those numbers who are present only during the incident period but neither before nor after the incident.
h) Identification of target numbers, other party and IMEI of current case with other stored case in database.
i) Frequency report on Day of week for Target Number, Other Party and IMEI
j) Frequency report on Call Type for Target Number, Other Party and IMEI
k) Frequency report on Country for Target Number, Other Party and IMEI
l) Frequency report on Hour of the Day(0-24) for Target Number, Other Party and IMEI
m) Frequency report on Location on the Basis of IMEI and IMSI to identify those IMEI and IMSI who were present in more than one towers on a Route Dump.
n) Identification of potential VOIP calls
o) Frequency report on Total Duration for Target Number
p) Frequency report on Average Duration for Target Number
q) Matching of Target Numbers, Other Party Number and IMEI with stored suspect/Watch list.
r) Identification of Target Numbers who has ported from one service provider to other.
s) One to One Call - Identification of those pairs of callers who are calling among them-self only.
t) New No. Analysis to identify those numbers or IMEI who might be present at scene at a particular time but not before and after that time.
u) Same Day Calls - Identify those numbers whose SIM got activated just on the date of call in the tower dump Group.
17 User should be able to define that how many cell id are covering an incident Locations in an easy to use GUI
18 It should allow user to create cases , and add user to cases with access management
19 It should allow administrator to permit access to users to specific modules by giving them individual permission for various modules.
20 Should support storage of Subscriber Data and match the other party name and address from subscriber database in various Reports.
21
Should allow maintaining a suspect list of Mobile no. IMEI and Cell IDs by importing from files or by Data Entry, the imported CDRs and Tower Dumps should be matched with suspect list for proactive investigation.
22 Should allow user to bookmark the Number, IMEI and Cell ID with comments so that user can keep a track of all important findings in the case.
23 Should allow user to identify the handset make model involved in the CDR and Tower dumps from IMEI
24 Should allow user to see if any calls are made from any Geo-fenced location in a case.
Supply & Installation of Cyber Forensic Tools &IT/ Non-IT Infrastructure for Cyber Forensic Lab cum Training centre under CCPWCat RPA
Page 89 of 158
Feature 2.1(CDR Analysis) Compliance
25 Should be fully compatible with the i2 Analyst Notebook, XRY, UFED and HANCOM GMD.
26 Should allow user to import data extracted from Mobile
Forensic Tools like Cellebrite UFED, Micro-Systemation XRY and HANCOM GMD etc. With the following features:
a) Common Number between various devices
b) Summary of Calls, SMS, chats.
c) Sand-witch Call Pattern from Call Logs
27 Should allow user to geo-fence the area of interest like vital installations or scene of crime to identify calls made or received in that area automatically
28 Should allow user to identify the how many cell towers from different service providers are covering an incident place or a location on a map.
29 Should allow user to perform GIS based Geo Analytics like
a) Plotting locations of multiple targets on Maps for identification of potential meeting points.
b) Viewing Animated Movement of target from historical data on map.
c) Plotting day and night locations of multiple targets.
d) Measuring Distance between two locations
e) Calculating area with Radius of a Circle drawn on Map.
f)
Facility to draw a buffer on a route of Road and Rail Network to Identify the Various Cell Tower Ids in the vicinity of the Road and Rail Line to create a Cell Tower Profile of entire route without visiting the Site.
g) Facility to use various base maps like Open Street Maps, Google Maps and Offline Maps without internet including offline satellite imagery.
h) Must have offline vector base maps of All over India Pre-configured to use directly.
i) Exporting Map as Jpeg Image
30 Should allow field users to connect to central repository over secure VPN to search subscriber information and Cell Id Information remotely.
31 Application should open only after inserting USB Dongle to prevent unauthorized use.
32 Should allow creation of multiple users and Read Only case reviewers.
33 Should provide regular updates for new release during 3 Years warranty period.
Supply & Installation of Cyber Forensic Tools &IT/ Non-IT Infrastructure for Cyber Forensic Lab cum Training centre under CCPWCat RPA
Page 90 of 158
Feature 2.2(Disk Forensics, Remote System Forensics, Live Forensic, Network Forensic, Memory Forensic, Web Browser Analysis Tool and Registry Forensic Too)
Compliance
1 Disk Forensics, Remote System Forensics, Live Forensic, Network Forensic, Memory Forensic, Web Browser Analysis Tool and Registry Forensic Tool 20 user Academic License
Should be supplied with 20 user academic license.
2 Should have gallery view option to quickly reveal all photographs and graphics file stored on hard drives and other media.
3 Should have timeline view option to provide an easily to search adjustable, graphical calendar like display for file activity of particular interest.
4 Should contain Full Unicode support to allow users to search text and fonts from any foreign county and in any language
5 Should support acquisition Restart facility: continue a window acquisition from its point of interruption.
6 Should have inbuilt LinEn utility to acquire evidence via boot disk
7 Should have inbuilt WinEn utility to acquire RAM evidence
8 Should do image verification by CR and MD5
9 Should have Inbuilt support for writing scripts & should have pre-built scripts
10 Should Support more than 150 Filters and Conditions
11 Should Support combining filters to create complex queries using simple “OR” or “AND” Logic`
12 Should have Inbuilt Active Directory Information Extractor
13 Should be able to automatically rebuild the structure of formatted NTFS AND FAT volumes
14 Should support Recovery of deleted file/folders
15 Should have Inbuilt windows event log parser, Link file parser to search in unallocated space
16 Should have Inbuilt support for Compound (e.g., zipped) documents and file analysis.
17 Should support file Signature analysis
18 Should have native viewing support for 400 file formats
19 Should have built-in Registry Viewer
20
Should Meet the mentioned criteria for searching: Unicode index search, Binary search, Proximity Search, Internet and emails search, Active Code Page: keyboard in many language, Case Senstive, GREP ;Right to Left Reading, Big Endian/Little Endian, UTF-8/UTF-7, Search file slack and unallocated space etc.
21
Should Support Internet and Emails Investigation for : Browsing History Analysis, WEB History & chche analysis, Kazaa toolkit, HTML carver, HTML page reconstruction, Internet artifacts, Instant Messenger toolkit - Microsoft Internet Explore, Mozilla Firefox, Opera and Apple Safari
22
Should Include Emails Support for: Outlook PSTs/OSTs (‘97-’03), Outlook Express DBXs, Microsoft Exchange EDB Parser, Yahoo, Hotmail, MBOX archives, Netscape Mail, AOL 6.0, 7.0, 8.0, and 9.0 PFCs, Lotus Notes v6.0.3, v6.5.4 and v7
23 Should include system support for:
a) Hardware and Software RAIDs
Supply & Installation of Cyber Forensic Tools &IT/ Non-IT Infrastructure for Cyber Forensic Lab cum Training centre under CCPWCat RPA
Page 91 of 158
Feature 2.2(Disk Forensics, Remote System Forensics, Live Forensic, Network Forensic, Memory Forensic, Web Browser Analysis Tool and Registry Forensic Too)
Compliance
b) Dynamic disk support for Windows 2000/XP/2003 Server
c) Interpret and analyze VMware, Microsoft Virtual PC, DD and SafeBack v2 image formats.
d)
File System: Windows FAT12/16/32, NTFS; Macintosh HFS, HFS+; Sun Soloris UFS, ZFS; Linux EXT2/3; Reiser; BSD FFS, FreeBSD’s Fast File System 2 (FFS2) and FreeBSD’s UFS2; Novell’s NSS & NWFS; IBM’s AIX jfs, JFS and JFS with LVm8; TiVo Series One and Two; CDFS; Joliet; DVD; UDF; ISO 9660; and Plam
24 Should support reporting facillity with
a) Listing of all files and folders in a case
b) Detailed listing of all URLs and corresponding dates and times of web site visited
c) Document incident response report
d) Log Records
e) Registry
f) Detailed hard drive information about physical and logical partitions
g) View data about the acquisition, drive geometry, folder structures and bookmarked files and images
h) Export reports in Text, RFT (opens in Microsoft Office), HTML. XML or PDF formats.
25
Smart phone and Tablet support: Acquire data from devices running the following operating systems: Apple’s iOS, Google’s Android OS, Rim’s Blackberry OS, Nokia Symbian, Microsoft’s Windows Mobile OS etc.
26
Should have reporting feature for quickly share a report with field investigators, district attorney, supervision and with a few simple clicks select the exact information for your report and generate an easy to review HTML report that can be viewed in any web browser.
27 Bidder should provide 3 years warranty and updates.
Supply & Installation of Cyber Forensic Tools &IT/ Non-IT Infrastructure for Cyber Forensic Lab cum Training centre under CCPWCat RPA
Page 92 of 158
Feature 2.3 Mobile Extraction Analysis kit along with GPS device support (1) and Mobile Forensic Image & Report reader
Tool (30)
Compliance
1. Mobile Extraction Analysis kit along with GPS device support (1) and Mobile Forensic Image & Report reader Tool (30)
Mobile Extraction and Analysis kit - 1
2. It should provide users with all physical, file system and logical extraction capabilities for different devices and different Operating Systems
3. It should support more than 20K device profiles and 5K different mobile application versions.
4. It should support management, upgrades and control from a centralized software.
5. The extraction software should be touch screen enabled, allowing easy use on tablets.
6. It should be operated with a USB software license dongle.
7. It should come with a compact and lightweight case with all necessary cables for the supported phones/OS).
8. It should support Data carving from unallocated space which enables to recover a greater amount of deleted data from unallocated space in the device’s flash memory.
9. It should support the Decoding of the iCloud backup obtained from Apple devices.
10. It should enable Highlighting of the exact position for each decoded content entry, enabling full tractability between the analyzed data and the Hex.
11. It should enable using the Python shell to enhance the capabilities for content decoding.
12. It should be able to run Python scripts via plugins and edit and create new decoding chains.
13. It should support image carving, a feature used to recover deleted image files and fragments when only remnants are available.
14. It should support advanced location carving, by decoding more location data from unallocated spaces and unsupported databases
15. It should perform on-demand searches for viruses, spyware, Trojans and other malicious payloads in files.
16. It should be able to decode cell tower connections
17. It should be able to decode wireless network connections
18. It should allow conversion of BSSID values (wireless networks) and cell towers into location positions
19. It should support tagging of events using one or more labels via hotkeys
20. It should be able to highlight platform for chat messages such as WhatsApp, Skype, Facebook Messenger, Azar and Telegram
21. It should be able to decode powering events
22. It should have a built-in SQLite Viewer
23. It should have a wizard to visually map data from databases which are not automatically decoded by building queries
24. It should be able to save the queries created by the wizard and then run them again when the same application is encountered in other extractions
25. It should have a built-in tool for researching databases recovered as part of the investigation using Fuzzy Model
Supply & Installation of Cyber Forensic Tools &IT/ Non-IT Infrastructure for Cyber Forensic Lab cum Training centre under CCPWCat RPA
Page 93 of 158
26. It should be able to integrate with Active Directory for user authentication
27. It should be able to match files extracted against Hash Databases and it should have built-in support for Project VIC and CAID hash databases
28. It should be able to decode Google Archive Files
29. It should be able to decode modified IMEI numbers for Android devices
30. It should include the provision of a case id as well as other relevant case-related information as part of the extraction report.
31. It should enable visualizing of events over time, view distances between events and see the number of events within a defined timespan in a table.
32. It should enable conversion of single or multiple locations to their corresponding address.
33. It should support viewing of all locations on a single map.
34. It should enable viewing of extracted locations using offline maps even without an Internet connection.
35. The offline maps should have an India version.
36. It should support the ability to highlight information based on predefined list of values.
37. It should support viewing of text files including file information, content, and Hex.
38. It should support quick search within decoded data.
39. It should enable viewing of communications between sources in date and time order.
40. It should enable quick reference pointer to set to analyzed data item and data file item.
41. It should support Hexadecimal view of the extracted data enabling advanced search based on multiple parameters, regular expressions and more.
42. It should enable the translation of foreign-language content from extractions to English. Translation should be possible from at least 5 languages. If required, then at least 70+ languages should be available at additional cost
43. It should be able to Generate and customize reports in different formats e. g. PDF, HTML, XML, Excel and Word.
44. It should enable Chat messages to be exported in conversation format, in PDF reports.
45. It should support Exporting selected emails to EML format.
46. It should support hash verification to ensure the extraction decoded is the same extraction received from the device.
47. It should be able to merge multiple extractions in a single unified report for efficient reporting and investigation.
48. It should be able to support file system extraction of blocked application data by downgrading the APK version temporarily for Android devices running up to at least Android 6.0
49. Downgrading the APK should support shared data extractions, in addition to “no shared” data.
50. It should have the option to adjust the timestamp according to the time zone and offset setting on the device.
Supply & Installation of Cyber Forensic Tools &IT/ Non-IT Infrastructure for Cyber Forensic Lab cum Training centre under CCPWCat RPA
Page 94 of 158
51. Should support extraction, decoding and media analysis from most popular drones.
52. The software should provide additional security for protecting the reports. It should also allow to password protect the reports.
53. The software should provide a file format viewer which allows users to view, search and copy readable content from various file types like plist, bplist, etc.
54. The software should allow decoding of backups for MTK based Android phones.
55. The software should support physical extraction capability using the emergency download mode.
56. The software should provide lock bypassing physical extraction support for devices with Coolsand based chipsets
57. The software should be able to produce powerful visual reports which should include conversation screenshots, locations on the map and extraction summaries
58. The software should provide greater access to supported applications with the use Android emulator. It should allow examiner to simulate exactly how the data appears from a user perspective.
59. The software should allow examiners to automatically extract and preserver public domain data from lead cloud data sources such as Facebook, Instagram and Twitter.
60. The software should allow automatic decoding of data from .zip files.
61. Physical Extraction, Logical and Advanced Logical Support for Various Phones:
61. Android Phones:
• It should support Android devices running up to and including v8 Oreo
• It should support lock bypassing for at least 500 LG devices
• It should support Samsung generic screen lock removal for Android based smartphones including most variants of Galaxy S4/S5/S6/S7, Galaxy A3/A5/A7/A8/A9, Galaxy J1/J2/J3/J5/J7, Note 3/4/5 as well as Galaxy Tab E and Tab S2.
• It should support unlocking with physical extraction for at least 100 Qualcomm and Exynos based Samsung devices, including S7, S7 Edge, S6, S6 Edge+, Note 5, A5, A7, J5 and J7 families
• It should support lock bypass using file system extraction for latest Samsung devices like Galaxy J7, Galaxy S8, Galaxy Note8 and Galaxy S8+.
Supply & Installation of Cyber Forensic Tools &IT/ Non-IT Infrastructure for Cyber Forensic Lab cum Training centre under CCPWCat RPA
Page 95 of 158
• It should have lock bypassing decrypted physical extraction capability for Qualcomm Android devices including LG, ZTE, Xiaomi, Huawei, Alcatel and Motorola
• It should have decrypting bootloader capability for Huawei devices equipped with HiSilicon Kirin chipsets.
• The software should provide a unique decrypted physical extraction method for unlocked Android devices of latest generation.
• It should support Physical Extraction via ADB for android devices directly to any USB storage or an SD card connected to the device. This method should be generic and should be supported across most Android phones available in the market. This method should support android devices including OS version 7
• It should support Physical Extraction over ADB for Samsung devices running up to Android OS v8
• It should support bootloader-based physical extraction for zte, alcatel and xiaomi devices running Qualcomm chipset
• It should support Partial File System extraction while bypassing User Lock for more than 100 Android devices
• It should have physical extraction method from more than 400 locked Android based devices bypassing any type of lock (Pattern/PIN/Password) using proprietary boot loaders, enabling a forensically sound extraction process.
• Physical extraction from these devices should be done, regardless of their OS version, and should not require any permanent rooting
• It should also disable pattern/PIN/password locks on selected Samsung Android devices
• It should also support Physical extraction and advanced decoding, via USB debugging, for Android OS version 4.X (Ice Cream Sandwich). Physical extraction for any locked device should be available if the USB debugging has been switched on.
Supply & Installation of Cyber Forensic Tools &IT/ Non-IT Infrastructure for Cyber Forensic Lab cum Training centre under CCPWCat RPA
Page 96 of 158
• It should support Decryption of encrypted Android physical extractions: Decrypt encrypted physical extractions from Android devices 4.2 and below, with a known password. This includes generic Android and Samsung devices.
• It should support automatic detection of supported devices. It should also support manual search for devices by manufacturer, model and IMEI number.
• It should acquire apps data from Android devices via all extraction types including:
Facebook, Facebook Messenger, Google+,
PingChat! (aka Touch), Skype, Twitter, Viber,
Yahoo Messenger, WhatsApp, TigerText, Dropbox,
QIP, Kik Messenger, Evernote, Kakao Talk, ICQ,
Vkontakte, HideSMS, Kakao Story, MeetMe, Coco,
Google Duo, FitBit, Zalo, Yubo.
• Physical Extraction of Major Device Support should at least include the following phones:
• HTC – HTC Evo, HTC One M8, Incredible, Desire 310, Desire C, 2PS6500 10, U11, U-1w Ultra
• Motorola – Milestone, Milestone 2, Droid, Droid 2, Droid 3, Droid X, Droid Razr, Razr Maxx, Defy, Moto X Play, Moto G, XT1710-02 Z2 Play, G4, G5, Nexus 6.
• Samsung – Galaxy S7, Galaxy Note 7, Galaxy Note 5, Galaxy Note 8, Galaxy S6, Galaxy S8, Galaxy S8+, Galaxy S6 Edge, Galaxy S5, Galaxy S4, Galaxy SIII Family, Galaxy SII, Galaxy Note 4, Galaxy Note II, Galaxy Mega , Galaxy s5 duos, Galaxy alpha, J3 Neo, J5, J7, A5 and A7
• LG – G5, G4, G3, Optimus, Optimus one, Optimus 3D, Optimus black, Nexus 5X, L51AL, Fiesta LTE, K10, G6, V30, Nexus 5x, H820 G5, LM-X210MA & MP260
• Indian Phones – Intex Aqua Amoled, Intex Aqua Core;
Intex Cloud Y5; Intex Aqua i7; Karbonn A12+; Karbonn
A25, Karboon S99 Titanium, Xolo A500S ; A114R Canvas
Beat, Micromax A190 Canvas HD Plus, Intex Aqua ring.
• Huawei – Ascend, Honor 3x, 5 vision, Honor 5x, Honor
4c, H1611, Mi5, C8815, Nova 2i, U8600 Move, Mate 8,
Honor 8, Nexus 6P, P10, Mate 10, P9
• Sony: Xperia X, Xperia z5, Xperia e5, Xperia X Dual, XZ,
L1, XA1 Plus, Xperia XA1
• Others: Asus Zenfone 4 Max, Xiaomi Redmi 3S/4, Oppo
F3, Alcatel 5090i A7.
62. • Blackberry Phones:
• It should enable physical extraction and decoding
Supply & Installation of Cyber Forensic Tools &IT/ Non-IT Infrastructure for Cyber Forensic Lab cum Training centre under CCPWCat RPA
Page 97 of 158
from BlackBerry devices running OS 4-7. Physical extraction should be performed using proprietary boot loaders, enabling a forensically sound process. Real-time decryption should be enabled for selected devices.
• It should support advanced decoding of existing and deleted data for Blackberry running OS 4-7:
• BBM history (if enabled by the user)
• BlackBerry Messenger (BBM) messages including Deleted messages and chats, message attachments, contact photos, BBM from groups: Chats, contacts and shared photos
• Installed applications data: WhatsApp, Facebook, Twitter, Google Talk (Gtalk), UberSocial (WhatsApp data retrieval includes decryption of the database and recovery of contacts, chats, chat attachments and user account).
• Address book, SMS, MMS, Emails, PIN messages, Calendar entries, Memo pad notes, Web browser history, Web bookmarks, Bluetooth devices and Cookies.
• Recent email contacts (BB OS 6 and above, where available)
• Device Info (Model, IMEI\MEID, ICCID, PIN, OS version, Platform, Supported Networks)
• REM files – decryption of encrypted files on external memory
63. • Windows Phone:
• It should support physical extraction and decoding of devices running Windows Phone devices running OS versions 8.0, 8.1 and 10. It should also support obsolete OS including 6.0 and 6.5.
• JTAG decoding of contacts, call logs and SMS from Windows Phone 8.x devices is enabled via physical extraction
• The Devices supporting Physical Extraction should at least include HTC Pro, HTC HD2 T9193, Xperia X1, Nokia Lumia 520, LG GM750 and other popular models.
• It should support applications for Windows Phone devices running OS 8.1 including apps such as Facebook, Facebook Messenger, Waze, WhatsApp, ooVoo, Skype, Voxer, Kik and Odnoklassniki.
• Support for .SDF files being used by Windows Phone apps.
64. • Nokia BB5 Phones:
• It should support bit-for-bit physical extraction from locked and unlocked Nokia BB5 devices using
Supply & Installation of Cyber Forensic Tools &IT/ Non-IT Infrastructure for Cyber Forensic Lab cum Training centre under CCPWCat RPA
Page 98 of 158
proprietary boot loaders.
• It should enable Password extraction on selected devices.
• It should support decoding of Symbian databases including Decoding of intact and deleted contacts, SMS, MMS and call logs; Decoding support for multilingual content.
• It should support physical decoding of data obtained through Chip Off method for BB5 devices.
65. • Feature Phones:
• It should enable physical, file system and logical extraction, and decoding from selected devices. Decoding of intact and deleted data: Phonebook, SMS, MMS, calendar entries, SIM ID and more.
• The Supported Phones (for either Physical/ File System/ Logical) should at least include:
• Nokia: 1280, 1616, 1650, 1661, 1661-2b, 1680 Classic, 1800, 2720 fold, 2720a-2b, 2730 Classic, 2760, 3109 Classic, 3110 Classic.
• Samsung: SGH-C120, SGH-A127, SGH-M130L, SGH-A137, SGH-T139, SGH-J150, SGH-X150, SGH-X160, SGH-X166, SGH-X168, SGH-C170, GT-E1195, GT-E1230, SGH-E1310B, SGH-B2100.
• LG: KP175, KP202 i-mode, GB220, KG220, CG225, KG225, GB230 Julia, KG290, NTLG300GB, KG320, KG320S, KG328, L343i, KF350, KF600, KE800, KG800, KE850 Prada, KE970, Shine, C1100, L1100.
• Motorola: E1 ROKR, C113, C117, C118, C119, C115, C139, C140, V300, V303, V330, W375, E398, V400, V500, V505, V525, V551, V620, V635L, C975, E1000, V1050
66. IOS Phones:
• It should enable forensically sound data extraction, decoding and analysis techniques to obtain existing and deleted data from all major iOS devices upto and including iPhone 7 and iPhone 7 Plus.
• The full list of supported iOS devices should minimally include the following: iPhone 2G, iPhone 3G, iPhone 3GS, iPhone 4, iPhone 4S, iPhone 5, iPhone 5S, iPhone 5C, iPhone 6, iPhone 6Plus, iPhone 6s, iPhone 6s Plus, iPhone 7, iPhone 7 Plus, iPhone 8, iPhone 8 Plus, iPhone X, iPod Touch 1G, iPod Touch 2G, iPod Touch 3G, iPod Touch 4G, iPod Touch 5G, iPad Mini, iPad 1, iPad 2, iPad3, iPad 4, iPad Pro, iPad Air, iPad Air 2.
• It should have support for data extraction decoding and analysis for iOS devices running iOS 11 including encrypted iTunes backup
• It should decode URL parameters from popular
Supply & Installation of Cyber Forensic Tools &IT/ Non-IT Infrastructure for Cyber Forensic Lab cum Training centre under CCPWCat RPA
Page 99 of 158
search engines for iOS devices.
67. Unlocking Tool for Locked Phones:
• The tool should provide a separate Unlocking software for unlocking the phone using brute force method. This should be integral part of the Tool.
68. Phone Detection Application Features:
• The Phone Detection application should provide help to investigators quickly identify a mobile phone by its physical attributes, eliminating the need to open up the phone and risk phone lock.
• It should be able to help to identify a phone by the user answering key questions regarding the phone's appearance.
• It should provide users with detailed extraction capabilities per device, connectivity details, device characteristics and more.
Mobile Forensic Image and Report reader Tool for 30 Users
69. It should enable user to open report, perform own search and analysis on the analysed information.
70. It should read the ufdr files, and report file generated from analysed data.
71. It should project tree area display to extracted information of each project.
72. It should have extraction summary tab displayed automatically whenever you open new file .
73. It should export data in EXCEL, XML, PDF, HTML, KML, EML formats.
74. It should have table view tab to display all events of the specific type.
75. It should have time line view to enable user to analyse data in a chronological order.
76. It should have locating and analysing information.
77. It should have quick filter to filter data in a table view.
78. It should have advanced filter
79. It should have conversation view.
80. It should have image view and the image control tab.
81. It should have own video player.
82. It should have bookmark feature.
83. It should have ability for creating, editing and deleting bookmarks.
84. It should calculate two hash values- SHA 256 & MD5.
85. Report should have include translation features.
86. It should have the ability of password protection in the report.
Supply & Installation of Cyber Forensic Tools &IT/ Non-IT Infrastructure for Cyber Forensic Lab cum Training centre under CCPWCat RPA
Page 100 of 158
Feature 2.4(Enterprise Analytical Solution with Server and Case Management Software)
Compliance
Enterprise Analytical Solution with Server and case management software
Data ingestion
Data sources: -
1. 1. The system should ingest digital data extracted from upto 100 mobile devices simultaneously for two users
2. 1.1. The system should ingest at least the following raw mobile data containers:
1.1.1. Cellebrite UFD 1.1.2. Cellebrite logical XML
1.2. The system should ingest at least the following mobile data reports:
1.2.1. Cellebrite UFDR 1.2.2. MSAB XRY extended XML
3. 2. The system should ingest digital data extracted from computers. 2.1. The system should ingest at least the following
computer data containers: 2.1.1. .E01 2.1.2. .DD 2.1.3. .raw 2.1.4. .img 2.1.5. .bin
2.2. The system should ingest computer data images with at least the following operating system:
2.2.1. Windows XP and above 2.2.2. OSX
2.3. The system should ingest computer data images with at least the following files system types:
2.3.1. FAT / FAT16 / FAT32 2.3.2. exFAT 2.3.3. NTFS 2.3.4. Apple HTF/HFS+ 2.3.5. EXT2/EXT3/EXT4
4. 3. The system should ingest operator’s data. 3.1. The system should ingest operators’ data available in
at least the following formats: 3.1.1. CSV 3.1.2. Excel
3.2. At least the following types of operators’ data should be supported:
3.2.1. Call log 3.2.2. SMS 3.2.3. MMS 3.2.4. Geolocation
3.3 System administrators should be able to instruct the system how to process the operator format and how to map the relevant fields within the template (e.g. time, origin, destination).
87. It should have option to select logo in the generation of report.
88. It should generate contact identification data.
89. It should come with 30 USB cables for Android phones
Supply & Installation of Cyber Forensic Tools &IT/ Non-IT Infrastructure for Cyber Forensic Lab cum Training centre under CCPWCat RPA
Page 101 of 158
Feature 2.4(Enterprise Analytical Solution with Server and Case Management Software)
Compliance
5. 4. The system should ingest digital data extracted from personal cloud data sources (e.g. Facebook, Gmail, Dropbox, etc). 4.1. The system should ingest at least the following cloud
data reports: 4.1.1. Cellebrite Cloud Analyzer UFDR
6. 5. The system should allow data to be ingested from normal files and folders.
7. 6. The system should provide a page to monitor the ongoing jobs for data ingestion
8. Authorization and authentication: -
9. 7. Users trying to access the system should be authenticated by the system. 7.1. The system should support a standalone
authentication mechanism and should be able to allow atleast two concurrent users.
7.2. The system should integrate with an enterprise active directory to authenticate users.
10. 8. The system should cater to different user roles. 8.1. The system should support an administrator role
responsible for managing the system, creating users and assigning the cases to users.
8.2. The system should support a case owner role for managing the case and assigning new users to the case.
8.3. The system should support a detective role tasked with conducting investigations on digital data.
11. 9. The system should restrict access to case data based on permissions.
12. 10. Administrators may grant or withdraw permissions from investigators to access case data.
13. 11. Administrators may grant or withdraw ability to analyze cross-case data from users.
14. Case creation: -
15. 12. Authorized users may manually create and remove cases within the system.
16. 13. Authorized users may manually add digital evidence to a case. 13.1. Case data maybe uploaded by the user from the
user’s workstation. 13.2. User may point the system to a directory on a
digital evidence storage from which data should be uploaded.
13.3. Authorized users may manually remove digital evidence from a case.
17. 14. The system should have the ability to automatically monitor a predefined folder and identify new evidence loaded to it. 14.1. New evidence should be identified and ingested
automatically 14.2. The system should automatically create a case
based on new detected evidence using the directory structure to determine case name
14.3. The system should automatically ingest new digital data added to the case on the digital evidence storage
Supply & Installation of Cyber Forensic Tools &IT/ Non-IT Infrastructure for Cyber Forensic Lab cum Training centre under CCPWCat RPA
Page 102 of 158
Feature 2.4(Enterprise Analytical Solution with Server and Case Management Software)
Compliance
18. 15. The system should expose interface for 3rd party applications (such as case management system) to 15.1. Create new case. 15.2. Assign data storage location to a case. 15.3. Assign case access permissions.
19. Analysis engines –
Filtering and queries: -
20. 16. Users should be able to filter digital data based on the following criteria at minimum: 16.1. Cases - Determine the case or list of cases. Only
events related to these cases will be retrieved. 16.2. Owners - Retrieve events related to specific
device owners. 16.3. Extractions - Retrieve events from specific
extractions. 16.4. Source - Retrieve events from a specific data
source. 16.5. Timeframe - Retrieve events from a specific
timeframe . 16.6. Parties - Retrieve events in which the parties
participated (e.g. all personal corresponding with John Doe)
16.7. Identifiers - Retrieve events related to a specific phone number, email address, user name, etc.
16.8. Type - Retrieve events of a specific type (i.e. Call log, messages, pictures etc.)
16.9. Languages - Select events in specific language 16.10. Tags - Retrieve events tagged by a user. 16.11. Watch list - Retrieve events containing phrases
on a specific watch list 16.12. Source - Retrieve events from a specific source
application. 16.13. States - Retrieve events categorized by current
state (intact, deleted or unknown). 16.14. File types - Retrieve specific file types. Certain file
types are identified and tagged in the extracted data. There are eight default tags: Applications, Audio, Configurations, Databases, Documents, Images, Text, and Videos
16.15. Priority - Retrieve email events categorized by priority.
21. 17. Complex Filters: Users should be able to apply complex filters built of any combination of the above-mentioned filters.
22. 18. The system should automatically link related events and display it to user in right context.
23. 19. Users should get an indication of the total number of data artifacts displayed after a filter was applied.
20. Users should get an indication of the number of data artifacts available per filter criteria before applying the filter. E.g., the system should display the number of call data artifacts. A call is option-related to the type filter criteria.
24. 21. Users should be able to save queries and share with other Users.
Supply & Installation of Cyber Forensic Tools &IT/ Non-IT Infrastructure for Cyber Forensic Lab cum Training centre under CCPWCat RPA
Page 103 of 158
Feature 2.4(Enterprise Analytical Solution with Server and Case Management Software)
Compliance
25. 22. Users should be able to remove duplicated data from the display view. E.g. similar images, similar text conversations.
26. 23. Users should be able to filter known system files and reduce the amount of content that needs to be reviewed. 23.1. The system should at least support the following
format of known system files hashers: 23.1.1. NSRL
27. 24. Users should be able to automatically merge multiple data sources to a single owner if same identifiers are used.
28. Media analysis: -
29. 25. Users should be able to quickly review large number of pictures and videos as thumbnails.
30. 26. Users should be able to expand each picture and video thumbnail and view it in full-size. 26.1. Users should be able quickly navigate between
large-scale images without the need to click on each thumbnail.
31. 27. Users should be able easily review pictures and videos that have been pre-categorized by the system based on the content of those pictures and videos. 27.1. The system should be able to automatically
categorize images and videos into at least the following categories:
27.1.1. Weapons 27.1.2. Drugs 27.1.3. Documents 27.1.4. Money 27.1.5. Screenshots 27.1.6. Nudity 27.1.7. Suspect child exploitation 27.1.8. Faces 27.1.9. Tattoos 27.1.10. Vehicles 27.1.11. Handwriting 27.1.12. Maps 27.1.13. Flags
28. Users should be able easily skip to a relevant frame in a video that contains data with any of the categories mentioned above.
32. 29. Users should get indication if a picture in a case matches a set of pre-loaded picture hashes (a picture hash is a unique identification of a picture). 29.1. Users should be able upload hash sets from
project VIC / CAID 29.2. Users should be able upload hash sets as CSV
and Excel format
33. 30. The system may hide the content of detected illicit pictures to avoid exposing such information to all users.
34. 31. Users should be able to categorize illicit pictures on their own, e.g. categorize illicit pictures based on severity.
35. Face detection: -
36. 32. When a face is detected in a picture, users may search for additional pictures in the system that contain similar face. Access to those pictures is dependent on user permission.
37. 33. Users may upload a picture containing a face and search for other pictures in the system that contain a similar face.
Supply & Installation of Cyber Forensic Tools &IT/ Non-IT Infrastructure for Cyber Forensic Lab cum Training centre under CCPWCat RPA
Page 104 of 158
Feature 2.4(Enterprise Analytical Solution with Server and Case Management Software)
Compliance
38. 34. Users should be able to search and detect similar faces in video frames.
39. 35. Users should be able to search a person by name or image.
40. Image similarity: -
41. 36. Users may search for images that are visually similar to an existing image the user is reviewing. A visually similar image is an image that either looks the same or contains similar objects as within the original image (e.g. a specific gun). 36.1. The system should perform the matching without
the need for uploading pre-defined hash sets of similar images.
42. 37. Users may upload an image and search for other visually similar images in the system that contain a similar face.
43. Text analysis: -
44. 38. Users should be able to search for text and get results with matching conversations (such as SMS, instant messages, emails). 38.1. Users should be able to search for text in different
languages.
45. 39. Users should be able to search for text inside documents and document attachments
46. 40. Users should be able to search for text using regular expressions (AND, OR, *,?)
47. 41. Users should be able to search for an exact term or a fuzzy matching term.
48. 42. Users should be able to search for text and get results of pictures that contain the requested text (also known as OCR). 42.1. Users should be able to search for text in different
languages inside pictures. 42.1.1. The system should support at least the
following languages: 42.1.1.1. English 42.1.1.2. French 42.1.1.3. German 42.1.1.4. Hebrew 42.1.1.5. Irish 42.1.1.6. Italian 42.1.1.7. Russian 42.1.1.8. Spanish 42.1.1.9. Thai 42.1.1.10. Traditional Chinese 42.1.1.11. Simplified Chinese 42.1.1.12. Korean 42.1.1.13. Vietnamese
49. 43. Users should be able to define a set of keywords which will automatically be searched by the system. 43.1. The system should highlight the data artifacts
matching these keywords. 43.2. User should get an indication of the number of
matches found per each keyword term. 43.3. Users should be able to filter data artifacts based
on keyword.
50. 44. The system should highlight users’ entities it automatically discovered in text data artifacts.
Supply & Installation of Cyber Forensic Tools &IT/ Non-IT Infrastructure for Cyber Forensic Lab cum Training centre under CCPWCat RPA
Page 105 of 158
Feature 2.4(Enterprise Analytical Solution with Server and Case Management Software)
Compliance
44.1. At least the following entities should be supported: Date; Distance; ID number; Identifier: credit card, email, money, phone number, product, title, URL; Lat/Long; Location; Nationality; Number; Organization; Person; Religion; Time.
44.2. Users should be able to filter data based on each of the above entities.
44.3. The system should indicate the amount of entities found per category and per entity within each category.
51. 45. Users should be able to filter conversation based on the language of those conversations.
52. 46. When investigating a chat message or email, an investigator should be able to review the entire conversation thread between the relevant parties.
53. Person resolution: -
54. 47. The system should support person resolution. Person resolution is the automatic merge of identifiers related to the same person from different sources and the generation of a single person entity. E.g. generate a virtual person containing his email address as retrieved from his phone, also containing his Facebook ID as retrieved from his tablet.
55. 48. Users may review a person entity and identify the different identifiers that belong to should be able person.
56. 49. Users may add or remove identifiers that belong to the person.
57. 50. Users may select a color for each data source owner in order to easily identify communication, connections, locations and artifacts that belong to that person
58. 51. Users should be able to search for a person in the list of persons detected by the system. 51.1. Users should be able search for a specific person
within a case. 51.2. Users should be able search for a specific person
across several cases. Such search capabilities are pending user permissions.
59. 52. Users should get an indication of the number of cases and the names of the cases in which a person appears. The information is displayed pending user permissions.
60. 53. The system should allow splitting and merging of different identifiers to unify two persons into one person or to split an existing person to a new person.
61. Connections analysis: -
62. 54. Users should be able to view a graph of connections between the different persons generated by the system. 54.1. The persons displayed in the graph should be
those generated by the system following the entity resolution process.
54.2. Users should be able to view the amount of interactions between two persons.
54.3. Users should be able to filter the displayed information based on the number of connections a person have or the number interactions between persons
Supply & Installation of Cyber Forensic Tools &IT/ Non-IT Infrastructure for Cyber Forensic Lab cum Training centre under CCPWCat RPA
Page 106 of 158
Feature 2.4(Enterprise Analytical Solution with Server and Case Management Software)
Compliance
63. Geo analysis: -
64. 55. Users should be able to review locations from an extracted device on a map.
65. 56. Users should be able to review mutual locations shared between two persons. 56.1. Users should be able to define the mutual
location timeframe and geo-area.
66. 57. Users should be able to view location information from phones as well as CDRs.
67. 58. Users should be able to animate location data over time.
68. File analysis: -
69. 59. Users should be able to review files from digital evidence in a file explore-like view.
70. 60. Users should be able to quickly filter displayed files based on type, e.g. review only documents, only images.
71. Cross-case analysis: -
72. 61. Users with the relevant permissions should be able to investigate several cases at once. 61.1. Users should be able to perform data search and
filtering mentioned above across data from several cases.
61.2. Users should be able to review location information from several cases together and analyze subjects’ whereabouts.
61.3. Users should be able to review the persons involved in several cases at once. The persons displayed to the investigator are the result of the person resolution process across all person identifiers in all relevant cases.
61.4. Users should be able to view a graph of connections between persons involved in several cases.
73. Notes and tags:-
74. 62. Users should be able to tag any data artifact or set of data artifacts, so they can be referenced by other users.
75. 63. Users should be able to quickly filter and view any tagged data they or other users have created.
76. 64. Users may create private tags for their personal use
77. 65. Administrators may create global tags that may be used by multiple investigators. Notwithstanding, a user will only be able to see tagged data based on his assigned permissions.
78. 66. Users may write a text note to any data artefict. 66.1. Several notes might be added per data artifact to
allow effective collaboration between users
79. 67. Users may conduct text searches to find notes contents.
80. 68. Users may filter data and display only artifacts that contain notes
81. Reports: -
82. 69. Users may generate a human-readable investigative report that can are meant to tell the narrative or the story 69.1. Users may include a specific artifact or event in
the report
Supply & Installation of Cyber Forensic Tools &IT/ Non-IT Infrastructure for Cyber Forensic Lab cum Training centre under CCPWCat RPA
Page 107 of 158
Feature 2.4(Enterprise Analytical Solution with Server and Case Management Software)
Compliance
69.2. Users may take a screenshot of the displayed view and include it in the report. At least the following views may be taken as screenshots
69.2.1. Chronological list of events 69.2.2. Message (chat, email, SMS) conversation
view 69.2.3. Connection between persons 69.2.4. Persons’ locations on a map 69.2.5. Media gallery containing one or several
pictures 69.2.6. Artifacts details
69.3. Users may write descriptions on each screenshot to easily describe the story
69.4. Users may include the query used to generate each screenshot in the report
69.5. Users may easily drag and drop screenshots into a report
69.6. Users may change the order of the screenshots displayed in the report
69.7. The system should support at least the following reports formats:
69.7.1. PDF 69.8. Reports can be shared with other system users
that have permission to view data. 69.9. Reports can be set as private and be accessed
through the system only by the user that generated the report.
83. 70. Users may generate a human-readable forensics report that details the evidence found and provides the most relevant information to describe the evidence. 70.1. The system should support at least the following
reports formats: 70.1.1. PDF 70.1.2. Word 70.1.3. Excel
70.2. Users may select a set of events they would like to include in the report.
84. 71. Users may generate a machine-readable format that may be used to export information from the system into 3rd party solutions (e.g. export to a data fusion system).
85. 72. The system should provide guidance to new users when using the system capabilities 72.1. Users should get contextual guidance. E.g. when
a user is using filtering for the first time the system detects that and promote the user with how to use the filtering capability.
72.2. Users should have an introductory tutorial the first time they access the system
72.3. A user manual should be accessible from within the system.
86.
73. The system should provide a page to monitor the health of different components of the system.
87. Server: -
88. 74. CPU: - Intel Core i7-6700 3.4GHz (up to 4.0GHz) or higher
89. 75. RAM: - 64GB DDR4 Unbuffered RAM or higher
Supply & Installation of Cyber Forensic Tools &IT/ Non-IT Infrastructure for Cyber Forensic Lab cum Training centre under CCPWCat RPA
Page 108 of 158
Feature 2.4(Enterprise Analytical Solution with Server and Case Management Software)
Compliance
90. 76. GPU: - NVIDIA Quadro K620 2GB or higher
91. 77. Storage: - For OS - SSD – 512 GB For Analytics File System, Digital Evidence Storage, MongoDB and Elastic Search - SATA - 4 x 4 TB
92. 78. OS: - Windows Server 2012 R2, 64-bit
Feature 2.5(Write Blocker SATA/IDE) Compliance
1 Write Blocker SATA/IDE
Should be a portable write-blocker that enables forensic acquisition of SATA and IDE drives.
2 Should have USB 3.0 host computer connection
3 Should have backlit LCD which presents useful bridge and SATA/IDE device information
4 Should have Seven LEDs to provide status on power, IDE media detection, SATA media detection, host connection, write-block status, and activity
5 Bidder should provide 3 years warranty and updates.
Feature 2.6(Pen Drive) Compliance Pen Drive Pen Drive 16 GB or better of Reputed Brand
like(SanDisk/HP/Kingstone)
Feature 2.7(Card Reader) Compliance 1 Card Reader Should be a portable device 2 Card Reader connects practically any flash memory media,
including the latest SDHC and SDXC standards, to any computer or equipment via either high speed eSATA or the ubiquitous USB interface.
Supply & Installation of Cyber Forensic Tools &IT/ Non-IT Infrastructure for Cyber Forensic Lab cum Training centre under CCPWCat RPA
Page 109 of 158
Feature 2.8(Smart Phone) Compliance 1 Smart phone 1 unit of Android phone with following features –
Display: - Super AMOLED capacitive touchscreen, 16M colors
- 5.0 inches
- 1440 x 2560 pixels, 16:9 ratio
- Corning Gorilla Glass 4
OS: - 7.0 (Nougat) or higher
RAM: - 3 GB or higher
MEMORY: - 32 GB Internal or higher
MAIN CAMERA: - 16 MP, f/1.9, 28mm (wide), 1/2.6", 1.12µm,
OIS, AF
Selfie CAMERA: - 5 MP, f/1.9, 22mm (wide), 1/4.1", 1.34µm
1 unit of iOS phone with following features: -
Display :- LED-backlit IPS LCD, capacitive touchscreen, 16M
colors
- 4.7 inches, 60.9 cm2 (~65.8% screen-to-body ratio)
- 750 x 1334 pixels, 16:9 ratio (~326 ppi density)
- Ion-strengthened glass, oleophobic coating
OS :- iOS 11 or higher
RAM :- 2GB or higher
Memory :- 32 GB internal or higher.
Feature 2.9 (Hard Disk) Compliance 1 Hard Disk Cache: 64 MB
Interface: SATA 6Gb/s
Capacity: 5 units of 500 GB & 5 Units of 2 TB
Desktop storage
Supply & Installation of Cyber Forensic Tools &IT/ Non-IT Infrastructure for Cyber Forensic Lab cum Training centre under CCPWCat RPA
Page 110 of 158
Feature 2.10(Social Media Analysis Tool) Compliance
1. Social Media Analysis Tool
It should have ability to collect and index data from social media streams, linked content and websites through APIs, webmail connectors and direct web navigation.
2. Tool should aggregate data from these multiple sources in real time, in a highly scalable and case-centric manner.
3. (i) Facebook
4. (ii) Twitter
5. (iii) Instagram
6. (iv) You Tube
7. (v) Tumblr
8. (vi) Web pages & Websites
9. (vii) Gmail
10. (viii) Yahoo Mail
11. (ix) Outlook.com
12. (x) AOL Mail
13. (xi) Internet Message Access Protocol (IMAP)
14. Should perform broad, unified searches across multiple accounts, social media streams and websites from a single interface. Linked content is automatically indexed and searched through the tool fast-as user types search from one user interface. Results are aggregated for sorting, tagging and export consistent with standard e-Discovery, or investigative, workflow.
15. MD5 hash values of individual items are calculated upon capture and maintained through export. Automated logging and reports generated. Key metadata unique to social media & web streams are captured through deep integration with APIs provided by the publisher. The metadata is important to establishing chain of custody and also provides key evidence relevant to the substantive case as well as authentication.
16. Should maintain data in a searchable native format from collection throughout production, uniquely providing a complete platform to address social media in the same manner as devices, e-mail and e- documents
17. Should deliver collected email in PST format while maintaining hierarchical structural integrity.
18. Bidder should provide 3 years warranty and updates.
Supply & Installation of Cyber Forensic Tools &IT/ Non-IT Infrastructure for Cyber Forensic Lab cum Training centre under CCPWCat RPA
Page 111 of 158
Feature 2.11( Disk Imaging and Drive wiping Tool ) Compliance
1. Disk Imaging and Drive wiping Tool
Extremely Fast Imaging speeds of 23GB/min.
Speed with SAS/SATA-3 should be 37GB/min.
2. Support multiple Imager Formats namely native or mirror copy, dd image , e01, ex01(e01 and ex01 with compression ) and file- based copy.
3. Multiple Imaging Ports: Write -Protected source ports must
include:
2 SAS/SATA 1 USB 3.0 (should be convertible to SATA using an optional USB to SATA adapter) 1 Firewire 1 SCSI ( using the SCSI add on Module Optional)"
4. Destination Ports should include 2SAS/SATA , 2 USB 3.0 (can be converted to SATA using an optional USB to SATA adapter)
5. Gigabit Ethernet port for network connectivity. The unit should include a USB 3.0 device port for drive preview and two USB 2.0 host ports
6. Capability of Parallel Imaging, Simultaneously perform multiple imaging tasks from the same source drive to multiple destinations using different imaging formats.
7. The source should contain at least 4 ports i.e. SATA, SAS, USB and Firewire, similarly destination should also have atleast 4 ports i.e. SATA, SAS, USB and Firewire or better.
8. Web Browser/Remote Operation to allow to connect to device from a web browser
9. Broad Interface Support, Built-in support for SAS/SATA/USB/Firewire storage devices. Should support 1.8″/2.5″/3.5″ IDE and 1.8″ IDE ZIF and microSATA. Adapters for eSATA, mSATA and flash drives should be provided.
10. Image to External Storage Device such as a NAS, using the Gigabit Ethernet port, USB 3.0 or via the SAS/SATA connection.
11. Image from a MAC system booted in “target disk mode” using the write-blocked FireWire port
12. Detect and capture Host Protected Areas (HPA) and Device Configuration Overlay (DCO) hidden areas on the source (suspect) drive
13. Forensic, Filter-Based File Copy - users should be able to filter and then image by the file extension (such as.PDF,.xls, .JPEG, .mov etc.).
14. Ability to preview the drive contents directly
15. Network Push Feature to Push evidence files from destination drives to a network location in a very secure way
16. Concurrent Image and Verify
17. Should Generate Audit Trail Reporting/Log Files in XML, HTML or PDF format
18. Should Secure sensitive evidence data with whole drive AES 256 bit Encryption
19. Should Allow to manipulate the DCO and HPA area of the destination drive so that the destination drive’s total native capacity matches the source drive
20. USB Host Ports and HDMI Port for connecting keyboard, Mouse and with Projector if required.
21. Bidder should provide 3 years warranty and updates.
Supply & Installation of Cyber Forensic Tools &IT/ Non-IT Infrastructure for Cyber Forensic Lab cum Training centre under CCPWCat RPA
Page 112 of 158
Feature 2.12(Password Recovery Tool) Compliance
1. Password Recovery Tool
Should be all-in-one password recovery for 200+ file types.
2. Should have Integrated Encryption Analyzer Pro to scan computers for password-protected items.
3. Should Include Search Index Examiner to retrieve electronic evidence from a Windows Desktop Search Database.
4. Should Includes FireWire Memory Imager to acquire physical memory images of the seized computers with Firewire support.
5. Should allow investigator to resets passwords for Local and Domain Windows Administrators, including Windows 7.
6. Should be able to recover encryption keys for hard drives protected with BitLocker from memory.
7. Should recover passwords for Windows users, email, websites and network connections from standalone registry files.
8. Should Recovers passwords for Mac key chain files
9. Should Extract passwords from Windows/ Unix/ Mac hashes.
10. Should have Instant offline decryption of Word/Excel files via Rainbow Attack.
11. Should Recover passwords for PGP archives, virtual disks, key ring files.
12. Should have different password recovery attacks: Dictionary, Xieve, Brute-force, Known Password/ Part, Previous Passwords.
13. Should have Password modifiers supported (case changes, reversed words, etc.)
14. Should generate MD5 hash values for forensic reports.
15. Should support Encase Password Recovery Hardware
16. Bidder should provide 3 years warranty and updates.
Supply & Installation of Cyber Forensic Tools &IT/ Non-IT Infrastructure for Cyber Forensic Lab cum Training centre under CCPWCat RPA
Page 113 of 158
Feature 2.13(Video Forensics & CCTV Analysis) Compliance
1. Image Format Should take input from any standard image format (i.e. jpeg, tiff, png, bmp, targa, etc.…).
2. Video Format Should take input from any standard video format (avi, flv, 3gpp, wmv, mov), also without the need of the codec installed on the system. Expandable by system codecs.
3. Capture Playback Should have screen capture utility to capture playback from DVR console display or proprietary player to avoid conversion and downscale issues
4. Proprietary File Conversion
Should Convert proprietary surveillance video files to a standard AVI format like H264
5. Print Image Should allow Print generated images.
6. Report Generation Should allow automatic generation of a report containing all the scientific methodology and details of the processing steps, settings, and the bibliographic references to the algorithms in HTML format. This reporting feature is a critical advantage for users working in Frye or Daubert rules and should be provided.
7. Track Targets or Areas of Interest
Should allow to track areas, people, objects through static, dynamic, and custom tracking.
8. File Verification Should Verify alteration of image and video files in saved projects using hash function.
9. File information Should display information about the file formats.
10. Exif data Should display Exif data contained in digital images.
11. Hash Code Should display Hash Code specific to saved files
12. Image information Should display current image morphological and statistical features.
13. Video playback Should have advanced video playback with frame by frame navigation, adjustable frame rate and jog controls.
14. Visualization Should have custom zoom on an area of the image and color space selection.
15. Processing Workflow Should allow display of Instant results like: add, configure, move, and modify an unlimited number of filters, in real time even while playing video. User can apply real-time, non-destructive image adjustments that don’t require re-rendering as changes are applied.
16. Samples and tutorial Should have a rich collection of examples and video lessons to start from basics and solve the most common cases.
17. Supported Platform Should support Microsoft Windows
18. LOAD Loads image and video files
19. Image Loader Loads an image from file
20. Sequence Loader Loads a list of images as video
21. Video Loader Loads a video from file
22. Image Paster Pastes the image in the clipboard for further processing.
23. Video Input Live feed from DirectShow video sources.
24. LINK Connects and mixes different source filters.
25. Video Mixer Overlays or put side by side two different chains
26. WRITE Writes image and video files
27. Image Writer Writes the current image to a file
Supply & Installation of Cyber Forensic Tools &IT/ Non-IT Infrastructure for Cyber Forensic Lab cum Training centre under CCPWCat RPA
Page 114 of 158
Feature 2.13(Video Forensics & CCTV Analysis) Compliance
28. Sequence Writer Writes all frames as image files
29. Video Writer Writes the current video to a file.
30. SELECT FRAMES Selects video frames
31. Single Selector Selects a single frame of the video
32. Range Selector
Selects frames of the video within an interval with an optional step
33. Sparse Selector Selects a list of frames in random positions
34. Remove Duplicates Removes duplicated frames
35. Auto Selector
Automatically selects similar frames (for discarding bad frames)
36. IFrames Selector Select only I frames
37. Demultiplexer
Separates different scenes multiplexed in the same video
38. Motion Detection Fast seek of events in a video
39. Reverse Plays back the video in the reverse direction.
40. EDIT Edit image geometric features.
41. Crop Crops a region of interest of the image
42. Flip Mirror the image
43. Rotate Rotate the image
44. Resize Resize the image (zoom)
45. Smart Resize Resize the image with a smart zoom algorithm
46. Correct Perspective
Remove the perspective effect on a plane of interest in the image
47. Deinterlace Convert interlaced videos into progressive ones
48. Field Shift Align the two fields of an interlaced frame
49. Undistort
Correct the geometric distortion, caused by capturing devices' optics.
50. Correct Aspect Ratio Correct the aspect ratio of field based video.
51. Interleave
Convert a video with juxtaposed fields into an ordinary interlaced video.
52. Correct Fisheye Compensate the distortion of common fisheye lenses.
53. Unroll Convert an omnidirectional image to a panoramic one.
54. CHANNELS Color conversion and extraction functions
55. Grayscale Conversion
Convert the image into grayscale
56. Color Conversion Convert the image from grayscale to RGB
57. Color Switch Exchange R and B color channels in the image
58. Extract Channel Extract a single channel from the image
59. Enable Channels Display only selected color channels
60. ADJUST Adjust image values
61. Contrast/Brightness Adjust the contrast and brightness values
62. Exposure
Adjust the image exposure to correct improper camera settings
Supply & Installation of Cyber Forensic Tools &IT/ Non-IT Infrastructure for Cyber Forensic Lab cum Training centre under CCPWCat RPA
Page 115 of 158
Feature 2.13(Video Forensics & CCTV Analysis) Compliance
63. Hue/Saturation/Value
Adjust the hue, the saturation and the color value of the image
64. Curves Adjust the tone values according to the desired curve
65. Levels Adjust intensity and color levels
66. Histogram Equalization
Improve the image contrast by equalizing the histogram of its values
67. CLAHE Apply a contrast limited histogram equalization.
68. Contrast Stretch
Improve the image contrast by expanding the range of intensity values
69. EXTRACT Extract and analyze image features.
70. Negative Negative of the image
71. Threshold Cut image values to the desired threshold(s)
72. Adaptive Threshold Extract edges with adaptive threshold algorithm.
73. Laplace Extract the edges with a Laplacian filter
74. Sobel Extract the edges with a Sobel filter
75. Scharr Extract the edges with a Scharr filter
76. Canny Extract the edges with a Canny filter
77. Linear Filter Filter the image with a user-defined kernel.
78. Bilinear Filter
Filter the image with two user-defined kernels and combines the results.
79. Channel Mixer Mix the ratio of color in every channel
80. Color Deconvolution
Maximize the differences between specific colors in the image.
81. Component Separation
Separate different informative components in an image
82. Fourier
Remove periodic noise, backgrounds and interference in the Fourier domain
83. VERIFY FILE Verify digital image and video files
84. File Info (EXIF Data)
Save file information and EXIF metadata from the original media in the report
85. Hash Code
Calculate input file hash code and check integrity loading the project
86. MEASURE Extract real-world measurements from the image
87. Measure 1d Take a measure on the planar image in 1 dimension
88. Measure 2d
Take a measure on planar image after perspective correction in 2 dimensions
89. Measure 3d
Take a measure on the image with a 3d reconstruction model of the perspective
90. SHARPEN Enhance image details.
91. Laplacian Sharpening
Sharpen the image using a Laplacian filter.
92. Unsharp Masking Sharpen the image using unsharp masking filter.
93. DENOISE Reduce the image noise.
94. Averaging Filter Smooth the image with an averaging filter.
95. Gaussian Filter Smooth the image with a Gaussian filter.
96. Bilateral Filter Smooth the image with a bilateral Gaussian filter.
Supply & Installation of Cyber Forensic Tools &IT/ Non-IT Infrastructure for Cyber Forensic Lab cum Training centre under CCPWCat RPA
Page 116 of 158
Feature 2.13(Video Forensics & CCTV Analysis) Compliance
97. Median Filter Reduce the impulsive noise with a median filter.
98. Wiener Filter Smooth the image with a Wiener filter
99. Deblocking Reduce block artifacts from lossy compression.
100. DEBLURRING Reduce image blurring
101. Motion Deblurring Correct the blur of moving objects
102. Optical Deblurring
Correct the blur of objects which are out of focus (big blur)
103. Nonlinear Deblurring Correct the blur caused by nonlinear motion
104. Blind Deconvolution
Correct the blur of objects out of focus with blind deconvolution (little blur)
105. Turbulence Deblurring
Correct the blur caused by air turbulence at long distances
106. STABILIZATION Stabilize video frames
107. Local Stabilization
Stabilize a shaking video keeping steady the current selection
108. Global Stabilization Stabilize the overall scene of a shaking video
109. Perspective Registration
Align the perspective of different images of the same object, taken from different points of view.
110. INTEGRATE Enhance image by multiple frames
111. Temporal Smoothing
Reduce the noise integrating current and previous frames
112. Motion Smoothing
Reduce the noise integrating current and previous frames and avoiding halos on moving objects
113. Frame Averaging
Reduce the noise by creating an image which is the average of all the frames
114. Super Resolution Merge all frames to improve the resolution of the image
115. PRESENTATION Prepare a video or image for presentation
116. Add Timestamp Indicate date and time for the current frame
117. Add Text Insert text on the image.
118. Add Shape Select and draw shape on current frame
119. Hide Selection
Pixelize, darkens or blur an area of interest in a video (witness protection)
120. Change Frame Rate Change the frame rate of the video
121. Spotlight Add a spotlight effect to a selection
122. Compare Original
Juxtapose or overlay original and enhanced image for comparison
123. Load Timestamp Display subtitles on the video frame
124. Load Subtitles
Display content from embedded subtitle files on the video frame
125. Warranty 3 Years
Supply & Installation of Cyber Forensic Tools &IT/ Non-IT Infrastructure for Cyber Forensic Lab cum Training centre under CCPWCat RPA
Page 117 of 158
Feature 2.14(Digital Evidence Seizure Kit) Compliance
1. Digital Evidence Seizure Kit
Should be a portable field kit which can be used at crime scene.
2. Should allow user to preview & image suspected storage media in read only mode.
3. Should support IDE/SATA/USB 3.0/Firewire/SAS storage device.
4. Should detect HPA/DCO
5. Should allow network connectivity if required.
6. Should allow user to open files on suspected storage media without changing time stamp.
7. Should allow user to make forensic image of suspected storage media.
8. Should support image creation DD, E01, AFF, SMART image format.
9. Should allow user to acquire RAM from Running PC.
10. Should allow user to obtain system protected files like windows registry.
11. Should allow user to create case to log seizure information.
12. Should allow user to enter various information required for creating seizure memo like location of seizure , Details of Crime, Details of seized exhibit etc.
13. Should allow user to export seizure memo for printing purpose.
14. Seizure memo application should be installed on a portable laptop / Tablet.
15. Kit should have screwdriver kit to open hard drive from laptop and desktops in field.
16. Kit should have 16 Mega Pixel Camera to capture the details of storage media.
17. Kit should have Faraday Bag to Isolate mobile phones from active mobile network to prevent incoming calls / SMS / Instant Message like Whats-app & remote deletion.
18. Kit should have live forensic tool:-
19. Easy to Use - Non-forensically trained personnel can collect data
20. Users should be able to collect forensically sound data in any location with ease.
21. Forensically Sound - Collected data stored in (E01, L01, Ex01, Lx01) court-vetted formats
22. Ultra-Portable - Pocket-sized kit can be transported to any location with ease
23. Stealth - Search and collect without leaving a trace on the target machine
24. The solution should search a targeted computer and automatically collect data, including documents, Internet history and artifacts, images, other digital evidence, and even entire hard drives.
25. Plug in and collect data immediately
26. Live machine and boot operating modes
27. Customizable search and collection jobs
28. Integrated with proven EnCase software
29. It should leverage the search and collection capabilities of EnCase®, delivered on a USB drive.
Supply & Installation of Cyber Forensic Tools &IT/ Non-IT Infrastructure for Cyber Forensic Lab cum Training centre under CCPWCat RPA
Page 118 of 158
Feature 3.1 to 3.3 (Interior work) Compliance 1. Interior work 'Dismantling of existing window grills and repair with cement
mortar. Including removal and throwing of derbies as per direction of engineer in charge/ nearest dump yard. Should also cover Water proof, air conditioner, modifying windows
2. Providing & laying Full brick work as per specification with locally available first class bricks having crushing strength not less than 75 Kg./Cm2 laid in cement mortar 1:4 (1 cement : 4 coarse sand). 9"
3. P/ Making raised step platform in training room with brick as per drawing/ required height, to be filled with light weight material (i.e) Ash Brick/ Khangar. Up to 50 - 75 mm thick P.C.C finished with neat cement slurry to get smooth surface, completed in all respect.
Feature 3.4 (a) to 3.4 (c) (Flooring work) Compliance 1. Flooring
work 'Dismantling of existing Kota Flooring in Forensic room cost Including removal and throwing of debris as per direction of engineer in charge/ nearest dump yard.
2. Providing and laying cement concrete flooring upto 40mm thk.M-15, C.M. laid to zero level in Forensic Room
3. VITRIFIED FLOORING: Providing and fixing 600 x 600 mm Vitrified tile flooring laid over cement mortar 1:4 (1 cement: 4 coarse sand) of average thickness of 10-25mm including providing and applying Grey cement slurry at 4.4 kg/sq.m and finishing the joints with chemical grouting and matching colour pigment of approved make and colour. All the joints to be filled with white cement wherever it is not specified and cleaned complete. All as per size and design indicated in the drawings and as specified and as per the pattern given by the Architects including colour cement float joints in matching shade. Rate should be inclusive of all additional costs such as transportation, loading, unloading and protection till handing over etc
Supply & Installation of Cyber Forensic Tools &IT/ Non-IT Infrastructure for Cyber Forensic Lab cum Training centre under CCPWCat RPA
Page 119 of 158
Feature 3.5 to 3.7 (Stone Jambing For Fixing Window Glass) Compliance
1. Stone Jambing For Fixing Window Glass
'P/L BLACK VOLVO/ JET BLACK GRANITE in Door/ Window jambing, as per the approved shade to be laid in C.M 1:4, using grey cement at the base and joints. Care to be taken that all joints are continuous. NO BREAK JOINTS OR SPACERS. Rate including pointing with grout or white cement of same colour and edge polish of exposed edges of granite. Measurment Area Less Than 1' Will Measure 1
2. Stone edged polishing of Window/Door jamb with Diamond Polish Finish. Complete in all respect as instruction of engineer.
3. Providing & fixing Toughened Glass in Window following spec 12 mmm thick clear Toughened glass Saint gobain / Modi / AIS fixed into the groove at all side in windows. 3mm gap (tolerance) to be left to accommodate glass expansion, gap to be sealed with GE extra clear silicon. At the all level. All edges to be made water-tight & sealed using GE extra clear silicon sealant or equivalent sealing material. Contractor to guarantee zero water leakage/seepage.
Feature 3.8 to 3.10 (CEILING & Partition) Compliance
1. CEILING & Partition
Providing & Fixing Gypsum Board false ceiling up to any height above floor level 12.5 Gypsum Board Saint Gobind Fixing over GI Frame GI Channel at 600 Gape Appr. All The joint and Bo
2. Providing and Fixing / making cove in false ceiling
3. Providing and Fixing Grid False Ceiling 600 x 600
Mineral Fibber Ceiling Tile 15 MM 600x600 and Grid.
Tile Make of Armstrong (Dune - 99)
Supply & Installation of Cyber Forensic Tools &IT/ Non-IT Infrastructure for Cyber Forensic Lab cum Training centre under CCPWCat RPA
Page 120 of 158
Feature 3.11 to 3.17 (Wooden and Furniture) Compliance
1. Wooden and Furniture
Providing Training Table 750 L x 750 D x 750 H Including 25 MM Thick MDF Post forming Top With Electrical Top up Box , Key Board Tray & Cable Manger and MS Powder Coated Base
2. Providing Trainer Wooden Laminate Finish Lectern
600 L x 600 D x 1200 H
3. Providing Guest Table 2200L x 600D x 750H Including 25 MM Thick Post forming Top
4. Providing & Fixing Cum Display Shelf Rack
2100L x 600D x1200H
5. Providing and fixing ISI marked flush door shutters conforming to IS : 2202 (Part I) decorative type, finished with approved 1 mm thick laminate(door skin) on both faces of shutters. It also include the handles, lock, stoppers, catcher etc. 35 mm thick including ISI marked Stainless Steel butt hinges with necessary screws and hardware. Size 8' x 3.5'
6. Door Frame ( Chaukhat ) 100 x 50 with Polish Steam Beech / African Teak Or Equivalent Size 8' x 3.5'
7. Providing and Fixing Wooden Laminated Wall Panel 14 MM Thick Perforated Back with fleece and with Glass Wool Filling Back Sound Proof .9
Feature 3.18 to 3.22 (Finishing) Compliance
1. Finishing 'Painting of exposed surfaces with three or more coats of Acrylic Emulsion of paint including scraping, primer application, filling with putty etc. complete. Final coat of paint with smooth roller finish. No brush marks to be visible after painting. PAINT AS PER APPROVED SAMPLE
2. Providing and Laying POP Super Fine Quality on Exposed
Surface for Smooth Finish
3. Providing Chair Low Back Foam Cushion, Flexible Meshed back, Adjustable Hight lift and Nylon Coaster
4. Providing Chair High Back Foam Cushion, Flexible Meshed back, Adjustable Hight lift and Nylon Coaster
5. Providing and Fixing Roller Window Blainds MAC or Equivalent. Shade as per approved by client
Supply & Installation of Cyber Forensic Tools &IT/ Non-IT Infrastructure for Cyber Forensic Lab cum Training centre under CCPWCat RPA
Page 121 of 158
Feature 3.23 to 3.28 ( AC and Electrical Work ) Compliance
1. AC and Electrical Work
Providing and Fixing AC Cassette Unit In Training Room 3 Ton Include The Low Side Work Copper Piping, Drain Pipe, Stand Testing and Commissioning
2. Providing & Laying 1.5 mm wire with conduit pipe & switch Roma or equivalent.
3. Providing & Laying 2.5 mm wire with conduit pipe & switch - socket Roma or equivalent. 2 Nos on each Table
4. Providing & Laying 4 mm wire with conduit pipe & switch - socket Roma or equivalent.
5. Providing & Fixing Philips 2' x 2' LED - RC 370 or equivalent.
6. Providing & Fixing Philips Round 12 Watt LED or equivalent.
Feature 3.29 (Data Networking) Compliance
1. Data Networking
P/F of data networking points as per the requirement. It includes the wiring of all data points collectively terminated to the nearest server with numbering and punching. Full job.
Supply & Installation of Cyber Forensic Tools &IT/ Non-IT Infrastructure for Cyber Forensic Lab cum Training centre under CCPWCat RPA
Page 122 of 158
ANNEXURE A: COMPLIANCE WITH THE CODE OF INTEGRITY AND NO CONFLICT OF
INTEREST
Any person participating in a procurement process shall –
(a) Not offer any bribe, reward or gift or any material benefit either directly or indirectly in
exchange for an unfair advantage in procurement process or to otherwise influence the
procurement process;
(b) Not misrepresent or omit that misleads or attempts to mislead so as to obtain a financial
or other benefit or avoid an obligation;
(c) Not indulge in any collusion, Bid rigging or anti-competitive behaviour to impair the
transparency, fairness and progress of the procurement process;
(d) Not misuse any information shared between the procuring Entity and the Bidders with an
intent to gain unfair advantage in the procurement process;
(e) Not indulge in any coercion including impairing or harming or threatening to do the same,
directly or indirectly, to any party or to its property to influence the procurement process;
(f) not obstruct any investigation or audit of a procurement process;
(g) disclose conflict of interest, if any and
(h) disclose any previous transgressions with any Entity in India or any other country during
the last three years or any debarment by any other procuring entity.
Conflict of Interest:-
The Bidder participating in a bidding process must not have a Conflict of interest.
A conflict of Interest is considered to be a situation in which a party has interests that could
improperly influence that party’s performance of official duties or responsibilities,
contractual obligations, or compliance with applicable laws and regulations.
(i) A Bidder may be considered to be in Conflict of Interest with one or more parties in a
bidding process if, including but not limited to :
a. Have controlling partners/ shareholders in common; or
b. Receive or have received any direct or indirect subsidy from any of them; or
c. Have the same legal representative for purposes of the Bid ;or
d. Have a relationship with each other, directly or through common third parties, that puts
them in a position to have access to information about or influence on the Bid of
another Bidder, or influence the decisions of the Procuring Entity regarding the bidding
process; or
e. The Bidder participates in more than one Bid in a bidding process. Participation by a
Bidder in more than one Bid will result in the disqualification of all Bids in which the
Bidder is involved. However, this does not limit the inclusion of the same
subcontractor, not otherwise participating as a Bidder, in more than one Bid; or
Supply & Installation of Cyber Forensic Tools &IT/ Non-IT Infrastructure for Cyber Forensic Lab cum Training centre under CCPWCat RPA
Page 123 of 158
f. The Bidder or any or its affiliates participated as a consultant in the preparation of the
design or technical specifications of the Goods, Works or Services that are the subject
of the Bid; or
g. Bidder or any of its affiliates has been hired (or is proposed to be hired) by the
Procuring Entity as engineer-in-charge/ consultant for the contract.
Supply & Installation of Cyber Forensic Tools &IT/ Non-IT Infrastructure for Cyber Forensic Lab cum Training centre under CCPWCat RPA
Page 124 of 158
ANNEXURE B: DECLARATION BY THE BIDDER REGARDING QUALIFICATIONS
Declaration by the Bidder
In relation to my/our Bid submitted to …………………..for procurement of …………………… in
response to their Notice Inviting Bids No…………… Dated ……………. I/we hereby declare
under Section 7 of Rajasthan Transparency in Public Procurement Act, 2012, that :
1. I/we possess the necessary professional, technical, financial and managerial resources and
competence required by the Bidding Document issued by the Procuring Entity;
2. I/we have fulfilled my/our obligation to pay such of the taxes payable to the Union and the
State Government or any local authority as specified in the Bidding Document;
3. I/we are not insolvent, in receivership, bankrupt or being wound up, not have my/our affairs
administered by a court or a judicial officer, not have my/our business activities suspended
and not the subject of legal proceedings for any of the foregoing reasons;
4. I/we do not have, and our directors and officers not have, been convicted of any criminal
offence related to my/our professional conduct or the making of false statement or
misrepresentations as to my/our qualifications to enter into a procurement contract within a
period of three years preceding the commencement of this procurement process, or not have
been otherwise disqualified pursuant to debarment proceedings;
5. I/we do not have a conflict of interest as specified in the Act, Rules and the Bidding Document,
which materially affects fair competition.
Date: Signature of bidder
Place: Name:
Designation:
Address:
Supply & Installation of Cyber Forensic Tools &IT/ Non-IT Infrastructure for Cyber Forensic Lab cum Training centre under CCPWCat RPA
Page 125 of 158
ANNEXURE C : GRIEVANCE REDRESSAL DURING PROCUREMENT PROCESS
The designation and address of the First Appellate Authority is: DIG, Police, SCRB, Rajasthan
The designation and address of the Second Appellate Authority is: Director, SCRB, Rajasthan .
(1) Filling an appeal
If any Bidder or prospective bidder is aggrieved that any decision, action or omission of the
Procuring Entity is in contravention to the provisions of the Act or the Rules or the Guidelines
issued thereunder, he may file an appeal to First Appellate Authority, as specified in the
Bidding Document within a period of ten (10) days from the date of such decision or action,
omission, as the case may be, clearly giving the specific ground or grounds on which he feels
aggrieved:
Provided that after the declaration of a Bidder as successful the appeal may be filed only by
a Bidder who has participated in procurement proceedings.
Provided further that in case a Procuring Entity evaluates the Technical Bids before the
opening of the Financial Bids, an appeal related to the matter of Financial Bids may be filed
only by a Bidder whose Technical Bid is found to be acceptable.
(2) The officer to whom an appeal is filed under para (1) shall deal with the appeal as
expeditiously as possible and shall endeavour to dispose it of within thirty days from the date
of the appeal.
(3) If the officer designated under para (1) fails to dispose of the appeal filed within the period
specified in para (2), or if the Bidder or prospective bidder or the Procuring Entity is aggrieved
by the order passed by the First Appellate Authority, the Bidder or prospective bidder or the
Procuring Entity, as the case may be, may file a second appeal to Second Appellate Authority
specified in the Bidding Document in this behalf within fifteen days from the expiry of the
period specified in para (2) or of the date of receipt of the order passed by the First Appellate
Authority, as the case may be.
(4) Appeal not to lie in certain cases
No appeal shall lie against any decision of the Procuring Entity relating to the following
matters, namely: -
(a) Determination of need of procurement.
(b) Provisions limiting participation of Bidders in the Bid process.
(c) The decision of whether or not to enter into negotiations.
(d) Cancellation of a procurement process.
(e) Applicability of the provisions of confidentiality.
(5) Form of Appeal
Supply & Installation of Cyber Forensic Tools &IT/ Non-IT Infrastructure for Cyber Forensic Lab cum Training centre under CCPWCat RPA
Page 126 of 158
(a) An appeal under para (1) or (3) above shall be in the annexed Form along with as many
copies as there are respondents in the appeal.
(b) Every appeal shall be accompanied by an order appealed against, if any, affidavit
verifying the facts stated in the appeal and proof of payment of fee.
(c) Every appeal may be presented to First Appellate Authority or Second appellate Authority,
as the case may be, in person or through registered post or authorised representative.
(6) Fee for filing appeal
(a) Fee for first appeal shall be rupees two thousand five hundred and for second appeal
shall be rupees ten thousand, which shall be non-refundable.
(b) The fee shall be paid in the form of bank demand draft or banker’s cheque of a Scheduled
Bank in India payable in the name of Appellate Authority concerned.
(7) Procedure for disposal of appeal
(a) The First Appellate Authority or Second Appellate Authority, as the case may be, upon
filing of appeal, shall issue notice accompanied by copy of appeal, affidavit and
documents, if any, to the respondents and fix date of hearing.
(b) On the date fixed for hearing, the First Appellate Authority or Second Appellate Authority,
as the case may be, shall –
(i)hear all the parties to appeal present before him: and
(ii) peruse of inspect documents, relevant records or copies thereof relating to the
matter.
(c) After hearing the parties, perusal or inspection of documents and relevant records or
copies thereof relating to the matter, the Appellate Authority concerned shall pass an
order in writing and provide the copy of order to the parties to appeal free of cost.
(d) The order passed under sub-clause (c) above shall also be placed on the State Public
Procurement Portal.
Form No.1
Supply & Installation of Cyber Forensic Tools &IT/ Non-IT Infrastructure for Cyber Forensic Lab cum Training centre under CCPWCat RPA
Page 127 of 158
(See rule 83)
Memorandum of Appeal under the Rajasthan Transparency in Public Procurement
Act, 2012
Appeal No………..of…………..
Before the ………………………………..(First/ Second Appellate Authority)
1. Particulars of appellant :
(i) Name of the appellant:
(ii)Official address, if any:
(iii) Residential address:
2. Name and address of the respondent (s):
(i)
(ii)
(iii)
3. Number and date of the order appealed against
and name and designation of the officer/ authority
who passed the order (enclose copy), or a statement
of a decision, action or omission of the Procuring Entity
in contravention to the provisions of the Act by which
the appellant is aggrieved :
4. If the Appellant proposes to be represented
by a representative, the name and postal address
of the representative :
5. Number of affidavits and documents enclosed with the appeal :
6. Grounds of appeal:……………………………………………………...………………………….
…………………………………………………………………………………………………………
………………………………………………………………..........… (Supported by an affidavit)
7. Prayer
………………………………………………………………………………………………Place
………………………………………
Date …………………………………
Appellant’s Signature
Supply & Installation of Cyber Forensic Tools &IT/ Non-IT Infrastructure for Cyber Forensic Lab cum Training centre under CCPWCat RPA
Page 128 of 158
ANNEXURE D : ADDITIONAL CONDITIONS OF CONTRACT-
1. Correction of arithmetical errors
Provided that a Financial Bid is substantially responsive, the Procuring Entity will correct
arithmetical errors during evaluation of Financial Bids on the following basis:
i. If there is a discrepancy between the unit price and the total price that is obtained by
multiplying the unit price and quantity, the unit price shall prevail and the total price shall be
corrected, unless in the opinion of the Procuring Entity there is an obvious misplacement of
the decimal point in the unit price, in which case the total price as quoted shall govern and the
unit price shall be corrected.
ii. if there is an error in a total corresponding to the addition or subtraction of subtotals, the
subtotals shall prevail and the total shall be corrected; and
iii. if there is a discrepancy between words and figures, the amount in words shall prevail,
unless the amount expressed in words is related to an arithmetic error, in which case the
amount in figures shall prevail subject to (i) and (ii) above
If the Bidder that submitted the lowest evaluated Bid does not accept the correction of errors,
its Bid shall be disqualified and its Bid Security shall be forfeited or its Bid Securing Declaration
shall be executed.
2. Procuring Entity’s Right to Vary Quantities
(i) If the Procuring Entity does not procure any subject matter of procurement or procures
less than the quantity specified in the Bidding Document due to change in circumstances,
the Bidder shall not be entitled for any claim or compensation except otherwise provided
in the Conditions of Contract.
(ii) Repeat orders for extra items or additional quantities may be placed on the rates and
conditions given in the contract (if the original order was given after inviting open
competitive Bids). Delivery or completion period may also be proportionately increased.
The limits of repeat order shall be as under: -
a. 50% of the quantity of the individual items and 50% of the value of original contract in
case of works; and
b. 50% of the value of goods or services of the original contract.
Supply & Installation of Cyber Forensic Tools &IT/ Non-IT Infrastructure for Cyber Forensic Lab cum Training centre under CCPWCat RPA
Page 129 of 158
ANNEXURE-3: PRE-BID QUERIES FORMAT
{to be filled by bidder}
Name of the Company/Firm:
_____________________________________________________
_____________________________________________________
Bidding Document Fee Receipt No. ___________ Dated___________ for Rs.
_____________/-
Name of Person(s) Representing the Company/ Firm:
Name of Person Designation Email ID (s) Tel. Nos and Fax Nos.
Company/Firm Contacts:
Contact Person(s)
Address for Correspondence
Email ID (s) Tel. Nos and Fax Nos.
Query / Clarification Sought:
S. No. RFP Page No.
RFP Rule No.
Rule Details Query/ Suggestion/ Clarification
Note: - Queries must be strictly submitted only in the prescribed format (.XLS/ .XLSX/ .ODF).
Queries not submitted in the prescribed format will not be considered/ responded at all by the
procuring entity. Also, kindly attach the coloured scanned copy of the receipt towards the
submission of the bidding/ tender document fee.
Supply & Installation of Cyber Forensic Tools &IT/ Non-IT Infrastructure for Cyber Forensic Lab cum Training centre under CCPWCat RPA
Page 130 of 158
ANNEXURE-4: BIDDER’S AUTHORIZATION CERTIFICATE
{to be filled by the bidder}
To,
{Procuring entity},
______________________________,
______________________________,
I/ We {Name/ Designation} hereby declare/ certify that {Name/ Designation} is hereby authorized
to sign relevant documents on behalf of the company/ firm in dealing with NIB reference No.
______________________ dated _________. He/ She is also authorized to attend meetings &
submit technical & commercial information/ clarifications as may be required by you in the course
of processing the Bid. For the purpose of validation, his/ her verified signatures are as under.
Thanking you,
Name of the Bidder: - Verified Signature:
Authorised Signatory: -
Seal of the Organization: -
Date:
Place:
Supply & Installation of Cyber Forensic Tools &IT/ Non-IT Infrastructure for Cyber Forensic Lab cum Training centre under CCPWCat RPA
Page 131 of 158
ANNEXURE-5: CERTIFICATE OF CONFORMITY/ NO DEVIATION
{to be filled by the bidder}
To,
{Procuring Entity},
______________________________,
CERTIFICATE
This is to certify that, the specifications of Hardware & Software which I/ We have mentioned in
the Technical bid, and which I/ We shall supply if I/ We am/ are awarded with the work, are in
conformity with the minimum technical specifications of the bidding document and that there are
no deviations of any kind from the requirement specifications.
Also, I/ we have thoroughly read the bidding document and by signing this certificate, we hereby
submit our token of unconditional acceptance to all the terms & conditions of the bidding
document without any deviations and assumptions.
I/ We also certify that the price I/ we have quoted is inclusive of all the cost factors involved in
the end-to-end implementation and execution of the project, to meet the desired Standards set
out in the bidding Document.
Thanking you,
Name of the Bidder: -
Authorised Signatory: -
Seal of the Organization: -
Date:
Place:
Supply & Installation of Cyber Forensic Tools &IT/ Non-IT Infrastructure for Cyber Forensic Lab cum Training centre under CCPWCat RPA
Page 132 of 158
ANNEXURE-6: DECLARATION BY BIDDER
{to signed by selected bidder}
I/ We declare that I am/we are bonafide/ Manufacturers/ Whole Sellers/ Sole distributor/
Authorised dealer/ dealers/ sole selling/ Marketing agent in the goods/ stores/ equipment for
which I/ We have quoted.
If this declaration is found to be incorrect then without prejudice to any other action that may be
taken, my/ our security may be forfeited in full and the bid, if any, to the extent accepted may be
cancelled.
Name of the Bidder: -
Authorised Signatory: -
Seal of the Organization: -
Date:
Place:
Supply & Installation of Cyber Forensic Tools &IT/ Non-IT Infrastructure for Cyber Forensic Lab cum Training centre under CCPWCat RPA
Page 133 of 158
ANNEXURE-7: MANUFACTURER’S AUTHORIZATION FORM (MAF)
{to be filled by the OEMs}
(Indicative Format)
To,
{Procuring Entity},
______________________________,
Subject: Issue of the Manufacturer’s Authorisation Form (MAF)
Reference: NIB/ RFP Ref. No. _____________________ dated ________
Sir,
We {name and address of the OEM} who are established and reputed original equipment
manufacturers (OEMs) having factories at {addresses of manufacturing location} do hereby
authorize {M/s __________________________} who is our {Distributor/ Channel Partner/
Retailer/ Others <please specify>} to bid, negotiate and conclude the contract with you
against the aforementioned reference for the following Hardware/ Software/ other items
manufactured by us: -
{OEM will mention the details of all the proposed product(s) with their make/
model.}
We undertake to provide OEM Warranty for the offered Hardware/ Software/ other items, as
mentioned above.
We hereby confirm that the offered Hardware/ Software/ other items are as per specification
mentioned in the RFP.
We hereby confirm that the offered Hardware/ Software/ other itemsis not likely to be declared
as End-of-Sale within next 3 months from the date of bid submission.
We hereby confirm that the offered Hardware/ Software/ other itemsis not likely to be declared
as End-of-Service/ Support within next 5 years from the date of bid submission.]
Yours faithfully,
For and on behalf of M/s (Name of the manufacturer)
(Authorized Signatory)
Supply & Installation of Cyber Forensic Tools &IT/ Non-IT Infrastructure for Cyber Forensic Lab cum Training centre under CCPWCat RPA
Page 134 of 158
Name,
Designation &
Contact No.:
Address: ___________________________________
Seal:
Supply & Installation of Cyber Forensic Tools &IT/ Non-IT Infrastructure for Cyber Forensic Lab cum Training centre under CCPWCat RPA
Page 135 of 158
ANNEXURE-8: UNDERTAKING ON AUTHENTICITY OF COMPUTER EQUIPMENTS
{To be filled by the bidder(On Rs. 100/- Non-judicial stamp paper)}
To,
{Procuring Entity},
______________________________,
Reference: NIBNo. : ___________________________________ Dated: __________
This has reference to the items being supplied/quoted to you vide bid ref. no. ___________ dated
___________.
We hereby undertake that all the components/parts/assembly/ software used in the equipment
shall be genuine, original and new components /parts/assembly/software from respective OEMs
of the products and that no refurbished/duplicate/ second hand components/ parts/ assembly/
software are being used or shall be used. In respect of licensed operating system, we undertake
that the same shall be supplied along with the authorized license certificate with our name/logo.
Also, that it shall be sourced from the authorized source for use in India.
In case, we are found not complying with above at the time of delivery or during installation, for
the equipment already billed, we agree to take back the equipment already supplied at our cost
and return any amount paid to us by you in this regard and that you will have the right to forfeit
our Bid Security/ PSD for this bid or debar/ black list us or take suitable action against us.
Authorized Signatory
Name:
Designation:
Supply & Installation of Cyber Forensic Tools &IT/ Non-IT Infrastructure for Cyber Forensic Lab cum Training centre under CCPWCat RPA
Page 136 of 158
ANNEXURE-9: COMPONENTS OFFERED – BOM
{to be filled by the bidder}
Please fill the following BOM for all the offered components.
S.No. Product Details
(Only one make and model)
Detailed
Technical
Specification
Reference**
OEM Details
(Name, Address, E-Mail,
Mobile Nos.)
1. {Item No. xx}
2. {Item No. xx}
3. {Item No. xx}
** Please attach Technical specifications compliance sheet (only on OEM’s letter-head) and
provide reference number in this column. (Deviations, if any, should be appropriately mentioned
& highlighted in the compliance/ deviation column of the respective table as provided in
Annexure-2: Technical Specifications of this bidding document)
Supply & Installation of Cyber Forensic Tools &IT/ Non-IT Infrastructure for Cyber Forensic Lab cum Training centre under CCPWCat RPA
Page 137 of 158
ANNEXURE-10: FINANCIAL BID COVER LETTER &FORMAT
{to be submitted by the bidder on his Letter head}
To,
{Procuring Entity},
______________________________,
Reference: NIB No. :___________________________________ Dated:__________
Dear Sir,
We, the undersigned bidder, Having read & examined in detail, the Bidding Document, thereceipt
of which is hereby duly acknowledged, I/ we, the undersigned, offer to supply/ work asmentioned
in the Scope of the work, Bill of Material, Technical specifications, Service LevelStandards& in
conformity with the said bidding document for the same.
I / We undertake that the prices are in conformity with the specifications prescribed. The quote/
price are inclusive of all cost likely to be incurred for executing this work. The prices are inclusiveof
all type of govt. taxes/duties.
I / We undertake, if our bid is accepted, to deliver the goods in accordance with the
deliveryschedule specified in the schedule of Requirements.
I/ We hereby declare that in case the contract is awarded to us, we shall submit the Performance
Security Deposit (PSD) and SLA Bank Guarantee (SBG) as prescribed in the bidding document.
I / We agree to abide by this bid for bid validity period and it shall remain binding upon us and
may be accepted at any time before theexpiry of that period.
Until a formal contract is prepared and executed, this bid, together with your written
acceptancethereof and your notification of award shall constitute a binding Contract between us.
I/ We hereby declare that our bid is made in good faith, without collusion or fraud and
theinformation contained in the bid is true and correct to the best of our knowledge and belief.
We understand that you are not bound to accept the lowest or any bid you may receive.
We agree to all the terms & conditions as mentioned in the bidding document and submit that
we have not submitted any deviations in this regard.
Date:
Authorized Signatory:
Name:
Designation:
FINANCIAL BID FORMATS
FINANCIAL BID FORMAT (Itemwise)
{to be submitted by the bidder only in BoQ format (.XLS) available at e-Procurement portal for the item they are quoting}
S.
No Item Description
Qty in
man-
months
Units
Unit Price of
Man-month
(In Rs.)
(Exclusive of all
taxes)
Applicable
GST
(in %)
GST Amount
on unit price
(in Rs)
Unit Price of
Man-month
(In Rs.)
(Inclusive of
GST)
Total Amount In Rs.
(Inclusive of GST)
1 2 3 4 5 6 7 8=(5+7) 9=(3*8)
1. Support Engineer 12 Nos.
2. Content Developer 12 Nos
Total in Figures
Total in Words Rupees only
Supply & Installation of Cyber Forensic Tools &IT/ Non-IT Infrastructure for Cyber Forensic Lab cum Training centre under CCPWCat RPA
Page 139 of 158
S.
No. Item Description Qty Units
Unit Price
(In Rs.)
(Exclusive of
all taxes)
Applicable
GST
(in %)
GST
Amount
(in Rs.)
Unit Price
(In Rs.)
(Inclusive of
GST)
Total Amount In
Rs. (Inclusive of
GST)
1 2 3 4 5 6 7 8=(5+7) 9=(3*8)
1. Digital Podium with Desktop
1 Nos.
2. Speaker 6 Nos.
3. LFD 85 inch 1 Nos.
4. Media server 1 Nos.
5. 10 kva ups 1 Nos.
6. Cat 6a cable roll (305m) 4 Nos.
7. IO box 60 Nos.
8. 24 Port patch panel 4 Nos.
9. Cat 6a patch cord 150 Nos.
10. Network printer MFP 1 Nos.
11. IP camera 1 Nos.
12. Wifi AP 2 Nos.
13. Switch Ethernet, 1Gbps x 48 Port (All copper)
2 Nos.
Supply & Installation of Cyber Forensic Tools &IT/ Non-IT Infrastructure for Cyber Forensic Lab cum Training centre under CCPWCat RPA
Page 140 of 158
14. UTM 1 Nos.
15. Rack Standard 9U with PDU, Fan and accessories
2 Nos.
16. PC, i7,16 GB RAM, 2 TB HDD All in one
30 Nos.
17. PC i7, 16 GB RAM, 2 TB HDD with 21" monitor
5 Nos.
18. Visualizer 1 Nos.
19. CDR Analysis 20 Nos.
20.
Disk Forensics, Remote System Forensics, Live Forensic, Network Forensic, Memory Forensic, Web Browser Analysis Tool and registry Forensic Tool (Academic License for 20 Users)
1 Nos.
21.
Mobile Extraction Analysis kit along with GPS device support (1) and Mobile Forensic Image & Report reader Tool (30 users)
1 Nos.
22.
Enterprise Analytical Solution with Server and case management software
1 Nos.
23. Write Blockers (SATA/IDE)
20 Nos.
24. Pen Drives 30 Nos.
Supply & Installation of Cyber Forensic Tools &IT/ Non-IT Infrastructure for Cyber Forensic Lab cum Training centre under CCPWCat RPA
Page 141 of 158
25. Card Readers 5 Nos.
26. Smart Phones 2 Nos.
27. Hard Disk 10 Nos.
28. Social Media Analysis Tool 1 Nos.
29. Disk Imaging and Driver Wiper Tool
5 Nos.
30. Password Recovery tool 1 Nos.
31. Video Forensics & CCTV Analysis
1 Nos.
32. Digital Evidence Seizure Kit
1 Nos.
33.
'Dismantling of existing window grills and repair with cement mortar. Including removal and throwing of debris as per direction of engineer in charge/ nearest dump yard. Should also cover Water proof, air conditioner, modifying windows
1 Nos.
34.
Providing & laying Full brick work as per specification with locally available first class bricks having crushing strength not less than 75 Kg./Cm2 laid in cement mortar 1:4 (1 cement : 4 coarse sand). 9"
1 Nos.
Supply & Installation of Cyber Forensic Tools &IT/ Non-IT Infrastructure for Cyber Forensic Lab cum Training centre under CCPWCat RPA
Page 142 of 158
35.
P/ Making raised step platform in training room with brick as per drawing/ required height, to be filled with light weight material (i.e) Ash Brick/ Khangar. Up to 50 - 75 mm thick P.C.C finished with neat cement slurry to get smooth surface, completed in all respect.
120 Nos.
36.
'Dismantling of existing Kota Flooring in Forensic room cost Including removal and throwing of debris as per direction of engineer in charge/ nearest dump yard.
1150 Nos.
37.
Providing and laying cement concrete flooring upto 40mm thk.M-15, C.M. laid to zero level in Forensic Room
1 LS
38.
VITRIFIED FLOORING: Providing and fixing 600 x 600 mm Vitrified tile flooring laid over cement mortar 1:4 (1 cement: 4 coarse sand) of average thickness of 10-25mm including providing and applying Grey cement slurry at 4.4 kg/sq.m and finishing the joints with chemical grouting and matching colour pigment of approved make and colour. All the joints to be filled with white cement
1 sft
Supply & Installation of Cyber Forensic Tools &IT/ Non-IT Infrastructure for Cyber Forensic Lab cum Training centre under CCPWCat RPA
Page 143 of 158
wherever it is not specified and cleaned complete. All as per size and design indicated in the drawings and as specified and as per the pattern given by the Architects including colour cement float joints in matching shade. Rate should be inclusive of all additional costs such as transportation, loading, unloading and protection till handing over etc
39.
'P/L BLACK VOLVO/ JET BLACK GRANITE in Door/ Window jambing, as per the approved shade to be laid in C.M 1:4, using grey cement at the base and joints. Care to be taken that all joints are continuous. NO BREAK JOINTS OR SPACERS. Rate including pointing with grout or white cement of same colour and edge polish of exposed edges of granite.Measurment Area Less Than 1' Will Measure 1
255 sft
40.
Stone edged polishing of Window/Door jamb with Diamond Polish Finish. Complete in all respect as instruction of engineer.
480 sft
41. Providing & fixing Toughened Glass in
210 rft
Supply & Installation of Cyber Forensic Tools &IT/ Non-IT Infrastructure for Cyber Forensic Lab cum Training centre under CCPWCat RPA
Page 144 of 158
Window following spec 12 mmm thick clear Toughened glass Saint gobain / Modi / AIS fixed into the groove at all side in windows. 3mm gap (tolerance) to be left to accommodate glass expansion, gap to be sealed with GE extra clear silicon. At the all level. All edges to be made water-tight & sealed using GE extra clear silicon sealant or equivalent sealing material. Contractor to guarantee zero water leakage/seepage.
42.
Providing & Fixing Gypsum Board false ceiling up to any height above floor level 12.5 Gypsum Board Saint Gobind Fixing over GI Frame GI Channel at 600 Gape Appr. All The joint and Bo
252 rft
43. Providing and Fixing / making cove in false ceiling
126 sft
44.
Providing and Fixing Grid False Ceiling 600 x 600
Mineral Fibber Ceiling Tile 15 MM 600x600 and Grid.
Tile Make of Armstrong (Dune - 99)
698 rft
Supply & Installation of Cyber Forensic Tools &IT/ Non-IT Infrastructure for Cyber Forensic Lab cum Training centre under CCPWCat RPA
Page 145 of 158
45.
Providing Training Table 750 L x 750 D x 750 H Including 25 MM Thick MDF Post forming Top With Electrical Top up Box , Key Board Tray & Cable Manger and MS Powder Coated Base
30 sft
46. Providing Trainer Wooden Laminate Finish Lectern
600 L x 600 D x 1200 H
1 Nos.
47.
Providing Guest Table 2200L x 600D x 750H Including 25 MM Thick Post forming Top
1
Nos.
48. Providing & Fixing Cum Display Shelf Rack 2100L x 600D x1200H
4 Nos.
49.
Providing and fixing ISI marked flush door shutters conforming to IS: 2202 (Part I) decorative type, finished with approved 1 mm thick laminate (door skin) on both faces of shutters. It also include the handles, lock, stoppers, catcher etc. 35 mm thick including ISI marked Stainless Steel butt hinges with necessary screws and hardware. Size 8' x 3.5'
2
Nos.
50.
Door Frame ( Chaukhat ) 100 x 50 with Polish Steam Beech / African Teak Or Equivalent Size 8' x 3.5'
2 Nos.
51. Providing and Fixing Wooden Laminated Wall
995 sft
Supply & Installation of Cyber Forensic Tools &IT/ Non-IT Infrastructure for Cyber Forensic Lab cum Training centre under CCPWCat RPA
Page 146 of 158
Panel 14 MM Thick Perforated Back with fleece and with Glass Wool Filling Back Sound Proof .9
52.
'Painting of exposed surfaces with three or more coats of Acrylic Emulsion of paint including scraping, primer application, filling with putty etc. complete. Final coat of paint with smooth roller finish. No brush marks to be visible after painting. PAINT AS PER APPROVED SAMPLE
550 sft
53.
Providing and Laying POP Super Fine Quality on Exposed Surface for Smooth Finish
550 Nos
54.
Providing Chair Low Back Foam Cushion , Flexible Meshed back, Adjustable Hight lift and Nylon Coaster
34 Nos
55.
Providing Chair High Back Foam Cushion , Flexible Meshed back, Adjustable Hight lift and Nylon Coaster
1 sft
56.
Providing and Fixing Roller Window Blainds MAC or Equivalent. Shade as per approved by client
215 Nos
57. Providing and Fixing AC Cassette Unit In Training Room 3 Ton Include The
3 Nos
Supply & Installation of Cyber Forensic Tools &IT/ Non-IT Infrastructure for Cyber Forensic Lab cum Training centre under CCPWCat RPA
Page 147 of 158
Low Side Work Copper Piping, Drain Pipe, Stand Testing and Commissioning
58.
Providing & Laying 1.5 mm wire with conduit pipe & switch Roma or equivalent.
30 Nos
59.
Providing & Laying 2.5 mm wire with conduit pipe & switch - socket Roma or equivalent. 2 Nos on each Table
70 Nos
60.
Providing & Laying 4 mm wire with conduit pipe & switch - socket Roma or equivalent.
5 Nos
61. Providing & Fixing Philips 2' x 2' LED - RC 370 or equivalent.
20 Nos
62. Providing & Fixing Philips Round 12 Watt LED or equivalent.
120 Nos
63.
P/F of data networking points as per the requirement. It includes the wiring of all data points collectively terminated to the nearest server with numbering and punching. Full job
1 Nos
Total in Figures
Total in Words Rupees only
ANNEXURE-11: BANK GUARANTEE FORMAT
{to be submitted by the bidder’s bank only if bank guarantee submission is allowed in this bidding
document}
BANK GUARANTEE FORMAT – BID SECURITY
(To be stamped in accordance with Stamp Act and to be issued by a Nationalised/ Scheduled
bank having its branch at Jaipur and payable at par at Jaipur, Rajasthan)
To,
The Director State Crime Record Bureau,
Police Headquarters, Lal Kothi
Jaipur-302005 (Raj).
Sir,
1. In accordance with your Notice Inviting Bid for <please specify the project title> vide NIB
reference no. <please specify> M/s. …………………………….. (Name & full address of the
firm) (Hereinafter called the “Bidder”) hereby submits the Bank Guarantee to participate in
the said procurement/ bidding process as mentioned in the bidding document.
It is a condition in the bidding documents that the Bidder has to deposit Bid Security
amounting to <Rs. ______________ (Rupees <in words>)> in respect to the NIB Ref. No.
_______________ dated _________ issued by Director General of Police, Police
Headquarters, Lal Kothi, Jaipur, Rajasthan (hereinafter referred to as “Rajasthan Police”) by
a Bank Guarantee from a Nationalised Bank/ Scheduled Commercial Bank having its branch
at Jaipur irrevocable and operative till the bid validity date (i.e. <please specify> days from
the date of submission of bid). It may be extended if required in concurrence with the bid
validity.
And whereas the Bidder desires to furnish a Bank Guarantee for a sum of <Rs.
______________ (Rupees <in words>)> to the Rajasthan Police as Bid Security money
deposit.
Supply & Installation of Cyber Forensic Tools &IT/ Non-IT Infrastructure for Cyber Forensic Lab cum Training centre under CCPWCat RPA
Page 149 of 158
2. Now, therefore, we the ……………………………….…… (Bank), a body corporate constituted
under the Banking Companies (Acquisition and Transfer of Undertaking) Act. 1969 (delete, if
not applicable) and branch Office at…………………... (Hereinafter referred to as the
Guarantor) do hereby undertake and agree to pay forthwith on demand in writing by the
Rajasthan Police of the said guaranteed amount without any demur, reservation or recourse.
3. We, the aforesaid bank, further agree that the Rajasthan Police shall be the sole judge of and
as to whether the Bidder has committed any breach or breaches of any of the terms costs,
charges and expenses caused to or suffered by or that may be caused to or suffered by the
Rajasthan Police on account thereof to the extent of the Bid Security Money required to be
deposited by the Bidder in respect of the said bidding document and the decision of the
Rajasthan Police that the Bidder has committed such breach or breaches and as to the
amount or amounts of loss, damage, costs, charges and expenses caused to or suffered by
or that may be caused to or suffered by the Rajasthan Police shall be final and binding on us.
4. We, the said Bank further agree that the Guarantee herein contained shall remain in full force
and effect until it is released by the Rajasthan Police and it is further declared that it shall not
be necessary for the Rajasthan Police to proceed against the Bidder before proceeding
against the Bank and the Guarantee herein contained shall be invoked against the Bank,
notwithstanding any security which the Rajasthan Police may have obtained or shall be
obtained from the Bidder at any time when proceedings are taken against the Bank for
whatever amount that may be outstanding or unrealized under the Guarantee.
5. Any notice by way of demand or otherwise hereunder may be sent by special courier, telex,
fax, registered post or other electronic media to our address, as aforesaid and if sent by post,
it shall be deemed to have been given to us after the expiry of 48 hours when the same has
been posted.
6. If it is necessary to extend this guarantee on account of any reason whatsoever, we undertake
to extend the period of this guarantee on the request of our constituent under intimation to
you.
7. The right of the Rajasthan Police to recover the said amount of <Rs. ______________
(Rupees <in words>)> from us in manner aforesaid will not be precluded/ affected, even if,
disputes have been raised by the said M/s. ……….………………(Bidder) and/ or dispute or
disputes are pending before any court, authority, officer, tribunal, arbitrator(s) etc..
8. Notwithstanding anything stated above, our liability under this guarantee shall be restricted
to <Rs. ______________ (Rupees <in words>)> and our guarantee shall remain in force till
Supply & Installation of Cyber Forensic Tools &IT/ Non-IT Infrastructure for Cyber Forensic Lab cum Training centre under CCPWCat RPA
Page 150 of 158
bid validity period i.e. <please specify> days from the last date of bid submission and unless
a demand or claim under the guarantee is made on us in writing within three months after the
Bid validity date, all your rights under the guarantee shall be forfeited and we shall be relieved
and discharged from all liability thereunder.
9. This guarantee shall be governed by and construed in accordance with the Indian Laws and
we hereby submit to the exclusive jurisdiction of courts of Justice in India for the purpose of
any suit or action or other proceedings arising out of this guarantee or the subject matter
hereof brought by you may not be enforced in or by such count.
10. We hereby confirm that we have the power/s to issue this Guarantee in your favor under the
Memorandum and Articles of Association/ Constitution of our bank and the undersigned is/are
the recipient of authority by express delegation of power/s and has/have full power/s to
execute this guarantee under the Power of Attorney issued by the bank in your favour.
Date ………………… (Signature) ……………………………………….
Place ………………… (Printed Name) ………………………………….
(Designation) ……………………………………
(Bank’s common seal) ………………………….
In presence of:
WTTNESS (with full name, designation, address & official seal, if any)
(1) ………………………………………
………………………………………
(2) ………………………………………
………………………………………
Bank Details
Name & address of Bank:
Name of contact person of Bank:
Contact telephone number:
GUIDELINES FOR SUBMISSION OF BANK GUARANTEE
The Bank Guarantee shall fulfil the following conditions in the absence of which they cannot be
considered valid: -
Supply & Installation of Cyber Forensic Tools &IT/ Non-IT Infrastructure for Cyber Forensic Lab cum Training centre under CCPWCat RPA
Page 151 of 158
1. Bank Guarantee shall be executed on non- judicial stamp paper of applicable value
purchased in the name of the bank.
2. Two persons should sign as witnesses mentioning their full name, designation, address and
office seal (if any).
3. The Executor (Bank Authorities) may mention the power of attorney No. and date of execution
in his/ her favour authorizing him/ her to sign the document. The Power of Attorney to be
witnessed by two persons mentioning their full name and address.
4. The Bank Guarantee should be executed by a Nationalised Bank/ Scheduled Commercial
Bank only.
5. Non – Judicial stamp paper shall be used within 6 months from the date of Purchase of the
same. Bank Guarantee executed on the non-judicial stamp paper after 6 (six) months of the
purchase of such stamp paper shall be treated as non-valid.
6. The contents of Bank Guarantee shall be strictly as per format prescribed by Rajasthan
Police.
7. Each page of Bank Guarantee shall bear signature and seal of the Bank and B.G. number.
8. All corrections, deletions etc. in the Bank Guarantee should be authenticated by signature of
Bank Officials signing the Bank Guarantee.
9. Bank should separately send through registered post/courier a certified copy of Bank
Guarantee, mentioning Bid reference, Bid title and bidder name, directly to the Purchaser at
the following address:
Supply & Installation of Cyber Forensic Tools &IT/ Non-IT Infrastructure for Cyber Forensic Lab cum Training centre under CCPWCat RPA
Page 152 of 158
BANK GUARANTEE FORMAT – PERFORMANCE BANK GUARANTEE (PBG) to be
submitted as Performance Secuirty Deposit / SLA BANK GUARANTEE (SBG) to be
submitted for SLA.
(To be submitted both separately by the bidder)
(To be stamped in accordance with Stamp Act and on a Stamp Paper purchased from Rajasthan
State only and to be issued by a Nationalised/ Scheduled bank having its branch at Jaipur and
payable at par at Jaipur, Rajasthan)
To,
The Director State Crime Record Bureau,
Police Headquarters, Lal Kothi
Jaipur-302005 (Raj).
1. In consideration of the Procuring Entity (hereinafter called "Rajasthan Police") having agreed
to exempt M/s..........................(hereinafter called "the said Contractor(s)" from the demand,
under the terms and conditions of an Supply order
No...................................dated.....................made between the Rajasthan Police and
......................................... (Contractor) for the work.................................. of Security Deposit
for the due fulfilment by the said Contractor (s) of the terms and conditions contained in the
said supply order, on production of a Bank Guarantee for
Rs...................(Rupees......................................................... only), we ...................(indicate
the name of the Bank), (hereinafter referred to as "the Bank") at the request of
..................Contractor(s) do hereby undertake to pay to the Rajasthan Policean amount not
exceeding Rs...................(Rupees..................................only) on demand.
2. We................. (Indicate the name of Bank), do hereby undertake to pay Rs....................
(Rupees............................only), the amounts due and payable under this guarantee without
any demur or delay, merely on a demand from the Rajasthan Police. Any such demand made
on the bank by the Rajasthan Policeshall be conclusive as regards the amount due and
payable by the Bank under this guarantee. The Bank Guarantee shall be completely at the
disposal of the Rajasthan PoliceandWe....................... (Indicate the name of Bank), bound
ourselves with all directions given by Rajasthan Policeregarding this Bank Guarantee.
However, our liability under this guarantee shall be restricted to an amount not exceeding
Rs...................... (Rupees....................only).
3. We.......................(indicate the name of Bank), undertake to pay to the Rajasthan Policeany
money so demanded notwithstanding any dispute or disputes raised by the contractor(s) in
any suit or proceeding pending before any Court or Tribunal or Arbitrator etc. relating thereto,
our liability under these presents being absolute, unequivocal and unconditional.
Supply & Installation of Cyber Forensic Tools &IT/ Non-IT Infrastructure for Cyber Forensic Lab cum Training centre under CCPWCat RPA
Page 153 of 158
4. We.....................(indicate the name of Bank) further agree that the performance guarantee
herein contained shall remain in full force and effective up to <DATE> and that it shall continue
to be enforceable for above specified period till all the dues of Rajasthan Policeunder or by
virtue of the said Agreement have been fully paid and its claims satisfied or discharged or till
the Rajasthan Policecertifies 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.
5. We ...........................(indicate the name of Bank) further agree with the Rajasthan Policethat
the Rajasthan Policeshall have the fullest liberty without our consent and without affecting in
any manner our obligations hereunder to vary any of the terms and conditions of the said
supply orderor to extend time of performance by the said Contractor(s) from time to time or to
postpone for any time or from time to time any of the powers exercisable by the Rajasthan
Policeagainst the said Contractor(s) and to forbear or enforce any of the terms and conditions
relating to the said supply orderand we shall not be relieved from our liability by reason of any
such variation, or extension being granted to the said Contractor(s) or for any forbearance,
act or omission on the part of the Rajasthan Policeor any indulgence by the Rajasthan Policeto
the said Contractor(s) or by any such matter or thing whatsoever which would but for this
provision, have effect of so relieving us.
6. The liability of............................. (indicate the name of Bank), under this guarantee will not be
discharged due to the change in the constitution of the Bank or the contractor(s).
7. We.............................. (indicate the name of Bank), lastly undertake not to revoke this
guarantee except with the previous consent of the Rajasthan Policein writing.
8. This performance Guarantee shall remain valid and in full effect, until it is decided to be
discharged by the Rajasthan Police. Notwithstanding anything mentioned above, our liability
against this guarantee is restricted to Rs........................... (Rupees..............................only).
9. It shall not be necessary for the Rajasthan Policeto proceed against the contractor before
proceeding against the Bank and the guarantee herein contained shall be enforceable against
the Bank notwithstanding any security which the Rajasthan Policemay have obtained or obtain
from the contractor.
10. We.............................. (indicate the name of Bank) verify that we have a branch at Jaipur,
Rajasthan. We undertake that this Bank Guarantee shall be payable at any of its branch at
Jaipur, Rajasthan. If the last day of expiry of Bank Guarantee happens to be a holiday of the
Bank, the Bank Guarantee shall expire on the close of the next working day.
11. We hereby confirm that we have the power(s) to issue this guarantee in your favour under the
memorandum and articles of Association/constitution of our bank and the undersigned is/are
the recipient of authority by express delegation of power(s) and has/have full power(s) to
execute this guarantee for the power of attorney issued by the bank.
Supply & Installation of Cyber Forensic Tools &IT/ Non-IT Infrastructure for Cyber Forensic Lab cum Training centre under CCPWCat RPA
Page 154 of 158
Dated..........................day of....................For and on behalf of the <Bank> (indicate the Bank)
Signature
(Name & Designation)
Bank's Seal
The above performance Guarantee is accepted by the Rajasthan Police
For and on behalf of the Rajasthan Police
Signature
(Name & Designation)
Supply & Installation of Cyber Forensic Tools &IT/ Non-IT Infrastructure for Cyber Forensic Lab cum Training centre under CCPWCat RPA
Page 155 of 158
ANNEXURE-12: DRAFT AGREEMENT FORMAT
{to be mutually signed by selected bidder and procuring entity}
This Contract is made and entered into on this ______day of ________, 2019 by and between
Rajasthan Police through State Crime Records Bureau, Rajasthan, having its office at 7th floor,
Police Headquarters, lal Kothi, Jaipur-302015, Rajasthan (herein after referred to as Purchaser/
Rajasthan Police) which term or expression, unless excluded by or repugnant to the subject or
context, shall include his successors in office and assignees on ONE PART
And
M/s__________________, a company registered under _______________ with its registered
office at _____________________ (herein after referred as the “Successful Bidder/ Supplier”)
which term or expression, unless excluded by or repugnant to the subject or context, shall include
his successors in office and assignees on the OTHER PART.
Whereas,
Purchaser is desirous of appointing an agency for <project title>as per the Scope of Work and
Terms and Conditions as set forth in the RFP document dated _________ of <NIB No
_________________>.
And whereas
The supplier represents that it has the necessary experience for carrying out the overall work as
referred to herein and has submitted a bid and subsequent clarifications for providing the required
services against said NIB and RFP document issued in this regard, in accordance with the terms
and conditions set forth herein and any other reasonable requirements of the Purchaser from
time to time.
And whereas
Purchaser has accepted the bid of supplier and has placed the Supply order vide Letter No.
__________________dated _______, on which M/s__________ has given their acceptance
vide their Letter No._____________ dated ____________.
And whereas
The supplier has deposited a sum of Rs. ________________/- (Rupees _________________)
in the form of __________________ ref no. _________________ dated ______________ of
Supply & Installation of Cyber Forensic Tools &IT/ Non-IT Infrastructure for Cyber Forensic Lab cum Training centre under CCPWCat RPA
Page 156 of 158
____________ Bank and valid up to _____________ as security deposit for the due performance
of the contract.
Now it is hereby agreed to by and between both the parties as under: -
1. The NIB Ref. No. ____________________________ dated ___________ and RFP
document dated _________ issued by Rajasthan Police along with its enclosures/ annexures,
wherever applicable, are deemed to be taken as part of this contract and are binding on both
the parties executing this contract.
2. In consideration of the payment to be made by Rajasthan Police to supplier at the rates set
forth in the supply order no. ____________________ dated_________ will duly supply the
said articles set forth in “Annexure-I: Bill of Material” thereof and provide related services in
the manner set forth in the RFP, along with its enclosures/ annexures and Technical Bid along
with subsequent clarifications submitted by supplier.
3. The Rajasthan Police do hereby agree that if supplier shall duly supply the said articles and
provide related services in the manner aforesaid observe and keep the said terms and
conditions of the RFP and Contract, the Rajasthan Policewillpay or cause to be paid to
supplier, at the time and the manner set forth in the said conditions of the RFP, the amount
payable for each and every project milestone & deliverable. The mode of Payment will be as
specified in the RFP document.
4. The timelines for the prescribed Scope of Work, requirement of services and deployment of
technical resources shall be effected from the date of supply order i.e. ____________ and
completed by supplier within the period as specified in the RFP document.
5. In case of extension in the delivery and/ or installation period/ completion period with
liquidated damages, the recovery shall be made on the basis of following percentages of value
of stores/ works which supplier has failed to supply/ install/ complete: -
a) Delay up to one fourth period of the prescribed delivery period, successful
installation & completion of work
2.5%
b) Delay exceeding one fourth but not exceeding half of the prescribed delivery
period, successful installation & completion of work.
5.0%
c) Delay exceeding half but not exceeding three fourth of the prescribed
delivery period, successful installation & completion of work.
7.5%
d) Delay exceeding three fourth of the prescribed delivery period, successful
installation & completion of work.
10.0%
Note:
i. Fraction of a day in reckoning period of delay in supplies/ maintenance services shall
be eliminated if it is less than half a day.
ii. The maximum amount of agreed liquidated damages shall be 10%.
Supply & Installation of Cyber Forensic Tools &IT/ Non-IT Infrastructure for Cyber Forensic Lab cum Training centre under CCPWCat RPA
Page 157 of 158
iii. If supplier requires an extension of time in completion of contractual supply on account
of occurrence of any hindrances, he shall apply in writing to the authority which had
placed the supply order, for the same immediately on occurrence of the hindrance but
not after the stipulated date of completion of supply.
iv. Delivery period may be extended with or without liquidated damages if the delay in the
supply of goods in on account of hindrances beyond the control of supplier.
6. All disputes arising out of this agreement and all questions relating to the interpretation of this
agreement shall be decided as per the procedure mentioned in the RFP document.
In witness whereof the parties have caused this contract to be executed by their Authorized
Signatories on this _____day of _______________, 2019.
Signed By: Signed By:
()
Designation:,
Company:
(Authorized Signatory)
DIG, Police, SCRB, Rajasthan
In the presence of:
In the presence of:
()
Designation:
Company:
()
Designation:
DIG, Police, SCRB, Rajasthan
( )
Designation:
Company:
()
Designation:
DIG, Police, SCRB, Rajasthan
Supply & Installation of Cyber Forensic Tools &IT/ Non-IT Infrastructure for Cyber Forensic Lab cum Training centre under CCPWCat RPA
Page 158 of 158
ANNEXURE-13: Geographical Coverage
The table below highlights total client locations which are to be considered for Supply &
Installation of Cyber tools &IT/ Non-IT Infrastructure for Cyber Forensic Lab cum Training centre under
CCPWCat Rajasthan Police Academy ,Jaipur:
Type of Office Number of Offices
RPA, Nehru Nagar, Jaipur 302 016 1
Total 1
ANNEXURE-14: List of Locations
The table below highlights total client locations which are to be considered for Supply &
Installation of Cyber tools &IT/ Non-IT Infrastructure for Cyber Forensic Lab cum Training centre under
CCPWC at Rajasthan Police Academy ,Jaipur.
Type of Office Number of Offices
Type of Office 1
RPA, Nehru Nagar, Jaipur 302 016 1
Recommended