• No results found

Telangana State Forensic Science Laboratory

N/A
N/A
Protected

Academic year: 2022

Share "Telangana State Forensic Science Laboratory"

Copied!
85
0
0

Loading.... (view fulltext now)

Full text

(1)

Tender For

Supply, Installation, Maintenance of Equipment & Tools for

Telangana State Forensic Science Laboratory

February, 2018

Prepared By

Telangana State Technology Services BRKR Bhavan, C Block, 1st floor, Tank bund Road, Hyderabad, 500 063, India.

(2)

--- Proprietary & Confidential

This tender call is issued by Telangana State Technology Services (TSTS) on behalf of Telangana State Forensic Science Laboratory and no part of this document can be reproduced in any form or by any means, disclosed or distributed to any person without the prior consent of Telangana State Forensic Science Laboratory/TSTS except to the extent required for submitting bid and no more. The guidelines referred are indicative; the Service Provider is bound by other appropriate guidelines related to the subject. This Tender is not an agreement and is neither an offer nor invitation by the TSTS to the prospective Service Provider or any other person. The purpose of this Tender is to provide interested parties with information that may be useful to them in the formulation of their bids pursuant to this Tender. This Tender includes statements, which reflect various assumptions and assessments arrived at by the TSTS in relation to the supply of services for wings of Telangana State Forensic Science Laboratory. Such assumptions, assessments and statements do not purport to contain all the information that each Service Provider may require. Each Service Provider should, therefore, conduct its own investigations and analysis and should check the accuracy, adequacy, correctness, reliability and completeness of the assumptions, assessments and information contained in this Tender and to obtain independent advice from appropriate sources.

TSTS, its employees and advisers make no representation or warranty and shall have no liability to any person including any Service Provider under any law, statute, and rules or regulations or tort, principles of restitution or unjust enrichment or otherwise for any loss, damages, cost or expense which may arise from or be incurred or suffered on account of anything contained in this Tender or otherwise, including the accuracy, adequacy, correctness, reliability or completeness of the Tender and any assessment, assumption, statement or information contained therein or deemed to form part of this Tender or arising in any way in this selection process.

(3)

Contents

Section – 1 Invitation to Open Competitive Bid ... 4

Section – 2. Scope of Work ... 5

Section – 3 Pre-Qualification Criteria ... 10

Table 3.1 - Item wise EMD, Financial Turnover and Sales Experience ... 12

Section 4- Bid related Conditions ... 14

Section 5- Technical Specifications ... 16

Section 6- Instructions to Bidders & Evaluation Process ... 48

Section– 7. OTHER IMPORTANT CONDITIONS & GENERAL CONDITIONS ... 53

Formats of Bidding Form ... 65

(4)

---

Section – 1 Invitation to Open Competitive Bid

1.1 Introduction:

TSTS on behalf of Telangana State Forensic Science Laboratory(TSFSL) issues tender for procurement of Equipment & Tools for FSL/Regional FSLs/ Clue Teams in Telangana from the experienced and reputed firms / agencies including Original Equipment Manufacturers (OEM), having expertise in supply, install, test, commission, support and having proven experience in supply of the said items.

Bidders are advised to study the Tender document and Terms & Conditions carefully and completely.

Submission of Bids shall be deemed to have been done after careful study of Tender document and examination of Terms & Conditions with full understanding of its implications.

1.2 Tender Schedule:

Time schedule of various Tender related events:

Issue of OCB Tender call Notice 07.02.2018

Pre bid meeting schedule 12.02.2018 @ 11:30 AM in Conference hall, TSFSL, Opp. Niloufer Hospital, Redhills, Lakdikapool, HYD.

Bid Submission Due date & time 22.02.2018 @ 03:00 PM on eProcurement portal PQ Bid opening date & time 22.02.2018 @ 03:30 PM

Commercial bid opening date & time Will be informed to PQ & TQ qualified bidder Bid Document Price Rs. 10,000.00 (Rupees Ten thousand only) Tender Reference No. TSTS/CS/TSFSL/2018

Email ID for Contact mngdirector-tsts@telangana.gov.in, director_fsl@tspolice.gov.in,

rpushpa-tsts@telangana.gov.in

For full details regarding Tender notification, please visit www.tender.eprocurement.gov.in, www.tsts.telangana.gov.in, and on eProcurement portal, the tender document shall be available under department ‘TGTS’.

Managing Director, TSTS

(5)

Section – 2. Scope of Work

2.1. Introduction & Scope of Work:

As part of strengthening the Police Department at the District level and leveraging modern technology & latest tools in speedy solving of the Crimes, the Telangana State Forensic Science Laboratory has decided to procure the certain Equipment & Tools for FSL/RFSLs/Clues Teams for Telangana State.

Scope of Work:

The identified Bidder should supply, install the said items as specified in the Bill of Material (BOM) &

maintain them for a period specified for each item from the date of installation. The items being supplied should be good quality duly meeting the technical specifications specified in this RFP. The items being supplied should be with 3 years warranty.

2.2. Equipment & Tools

Following are to be supplied to the Telangana State Forensic Science Laboratory. The perpetual license (if any) should be obtained in the name of Director - Telangana State Forensic Science Lab, and copy of the license should be submitted as a deliverable to the department.

The bidders can either bid for single item or multiple items subject Pre-Qualification criteria mentioned in this document.

S.no Equipment Name Qty (nos)

1 Powder X-ray Diffraction Instrument 1

2 Advanced Stereo Spectral Comparator for firing pin and bullet impression 1

3 CCD spectrometer /UV-spectrometer 1

4 Portable Raman Spectrometer(I- Raman deep cooled) 1

5 Hand held Raman Spectrometer(Nano Raman) 1

6 Rapid Hman Identification system (Rapid HIT) 1

7 M.Vac DNA Sample Collection and isolation system (Touch DNA) 1

8 Forensic Evidence Safe dry cabinet (Dry safe) 1

9 Advanced Polygraph 1

10 LED based advanced Video Spectral Comparator with all accessories including

Highly Configured Desktop, Color Printer and relevant software, libraries etc. 1

11 Portable light source for diverse spectra 1

12 Advanced Reflected Ultra violet imaging system 1

13 Creation of virtual reconstruction lab with 3D animation/CAD and Solid

solutions etc. 1

14

Creation of facility for Mitochondrial DNA, X chromosome profiling, Y-

Chromosome profiling and single nucleotide polymorphic micro-plate reader facility.

1

15 3D Scanner- a. Outdoor and b. Indoor units 1

16 High Spin Micro Centrifuge 1

17 Table top High Spin Centrifuge 1

18 UV-Gel Doc System 5

19 Micro controlled display water baths 5

20 Set of fine Pipettes 1

21 HPLC with Desktop operation with relevant library 1

22 Head space Gas chromatography instrument 1

23 Fraction distillation unit for tissue alcohol isolation 5

24 TLC Platter 5

25 Mobile Phase units and chambers (Each 25 sets) 5

26 Silica gel pre-coated aluminum plates (Size: 20 x 20) 1 Pack Containing 25

plates 5

27 Dish Washer capable to clean and wash 20ml glass dish to 1 litre glass flasks or

more 5

(6)

---

28 50 sets Reagent Spray bottles I sprayers 5

29

a. Advanced Audio Authentication & examination software System.

b. Video enhancement and authentication including hardware, Software.

c. Other accessories and Other supporting softwares & hardware specimen voice recording room.

1 30 Software and Hardware Tools

1 ADF Triage – Field Data Acquisition Portable Kit 1

2 Encase 8 – Disk Forensic Software 1

3 Belkasoft Evidence Centre- Internet. Mobile and Disk Forensics Artifact

Analysis Solution. 1

4 Magnet Axiom Complete 1

5 Recon for MAC Complete Imaging & Analysis Tool 1 6 UFED 4PC Ultimate with Chinex, Cloud Analyser & Link Analyser 1

7 XRY Complete with Pin Point 1

8 DVR Forensic Examiner 1

9 High End Forensic Server (Tower Type) 1

10 High End Laptop 1

11 High End MAC Workstation 1

12 Skimmer, Short Range Jammer 1

2.3. Training to Department Officials:

The identified bidders have to deliver the finalized items to the TSFSL and the hands-on training to the Department officials on usage of the installed items are to be provided at Headquarters , Hyderabad by the bidder. The bidders should also provide a copy of ready-reckoner or technical literature on usage of the installed along with each item being delivered.

2.4. Project Milestones & Time Schedules

# Deliverable Timelines

1 Event: Supply of All the Items

Deliverable: Delivery, Acceptance of Delivery Challan Installation report, User Acceptance Report signed by the relevant authority in the Department and configuration details of items installed.

Within 30 Days from the Date of issue of Notification of Award/ LoI.

2 Event: Installation &Commissioning of items

Deliverable: Installation & commissioning report signed by the relevant authority.

Within 7 Days from the Date of Delivery of items.

2.5. Payment Terms and Schedule:

#. Event Deliverables Payment

1

Supply, Installations and

commissioning of 100% items &

Training to the Officials

Delivery acceptance, Installation and commissioning of 100% items (with duly acknowledged original delivery challan (s) &invoice(s) signed by the authorized representative of the respective Authorities

80 % of contract value

2

Completion of successful 2 months after installation &

commissioning of 100% items.

Satisfactory Performance Certificate from Department

Balance 20%

payment 3 In case of Site Not Ready

Delivery and acceptance

Delivery and acceptance (with duly acknowledged original delivery challan (s) &invoice(s) signed by the

70% of the contract value/ respective

(7)

#. Event Deliverables Payment

of100% items authorized representative in

Department and In case of Site not ready Certificate to be issued by the respective District Police Authorities

items.

• In case, if the site is not made available for installation of supplied items during the period of delivery and installation as given in the bidding document, then the bidder would request purchaser in writing accompanied by "Site Not Ready" certificate duly sealed & signed from the Nodal Officer for extension of installation period without liquidity damages penalty charges.

• Payments shall be made by TSTS/User Department to the successful Bidder subject to completion of milestones and verification & approval of the work / performance as per metrics in SLA by the competent authority.

• All remittance charges will be borne by the supplier/ selected bidder.

• In case of disputed items, disputed amount shall be withheld and will be paid only after settlement of the dispute.

• Advance Payments will not be made.

• 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 mile stones.

• Taxes (work contract tax, service tax, VAT, income tax, etc.), as applicable, will be deducted at source, from due payments, as per the prevalent rules and regulations.

2.6. Warranty

Warranty period is for 3 Years comprehensive (including Spares-Parts/Service/Labour /On-site) from the date of commissioning. During warranty period the bidders should conduct preventive maintenance besides attending the calls. The bidder should also provide AMC for another 2 years post completion of 3 years warranty period.

2.7 SERVICE LEVEL AGREEMENTS

i) The original call log for all the logged calls of complaints and calls closed status should be sent by email to TSTS and Department on fortnightly basis for monitoring.

ii) Along with the above mentioned call log, a date-wise abstract of calls logged and repair status within SLA and outside SLA should be provided to TSTS and Department in the following format with supporting call reports duly signed by the user.

CALLS CLOSED Date No. of calls

logged

Within 1 hour

Within 2 hours

Within 4 hours

Within 8 hours

Within 12 hours

Within 1 day

Within 2 days

The above table may be used for calculation of penalties for not meeting the SLA requirements during maintenance/warranty period.

iii) Persistent complaints from the user department during the warranty period relating to the improper service will be sufficient ground for the TSTS/ User department to blacklist the successful bidder from participating in the future tenders.

(8)

--- 2.8 General Terms and Conditions

a. The Bidder has to submit a certificate of their authorized dealership/channel partnership/resellers issued from the OEM. Bidder should submit the Manufacturer Authorization Form for each product / Item.

b. Furnishing of a detailed operations and maintenance manual for each appropriate unit of the supplied goods/ items/ services.

c. The Bidder should have adequate facilities, trained manpower and staff for installation, commissioning and providing maintenance support service after the sales of the equipment in India. The Bidder will deploy their own manpower for the installation and commissioning of the equipment and should not be outsourced to any third party.

d. The forensic equipment to be supplied should be supported by the technical service/support engineers authorized by OEM in Hyderabad/India.

e. Bidders should disclose the name and full address (along with telephone/Fax No.) of the place where the stores will be manufactured and offer for inspection. In case the Company is registered, they should clarify whether they are registered as a Manufacturing unit or in any other capacity. In case the registration is as a Manufacturer, they should indicate the registration number & place of registration with full address/phone no. of their manufacturing facility.

f. Conduct of Tests with various business cases as desired by the TSTS/User Department to assess optimal performance and efficiency of complete system.

g. Execution of SLA with client and compliance of metrics defined in SLA during warranty &

maintenance period.

h. Preparation and delivery of technical documents including technical configurations of the system.

i. TSTS/ User department reserves the right to increase or decrease the quantity at any stage.

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

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

l. TSTS/ User department reserves the right to change the consignee and change the quantity of stores allotted to them. Authority reserves the right to scrap the tender without assigning any reasons at any stage.

m. TSTS/ User department reserves the right to get the manufacturing capacity of all the companies verified irrespective of their registration status (if applicable).

n. Offer from companies whose business activities are limited to procuring items from manufacturers, both Indian and foreign and supplying the same to Authority having no after sales service back up will not be entertained.

o. The Bidder shall bear all costs associated with the preparation and submission of its Bid and the Authority will, in no case, be responsible or liable for these costs, regardless of the conduct or outcome of the Bid Process.

p. Bidders are advised to attach a letter from an authorized signatory of the company owning the patent of the technology being offered clearly detailing the deliverables / ownerships & rights for implementation, service, warrant and post-sales support.

q. The Bidder shall supply all the equipment required to install and operate/run the equipment including Database required whether Open Source or Licensed.

r. Equipment should include the quality aspects like user friendliness, secure, interoperability, modifiability, integrality and extensibility, maintainability, scalability and modularity etc.,

(9)

s. The Bidder at no point of time can excuse themselves from any claims by the TSTS whatsoever for their deviations in conforming to the terms and conditions, payment schedules, timeframe for implementation etc. as mentioned in RFP document.

t. The Bidder has to adhere to the time schedule of activities mentioned in the RFP and no request to change the last date or extend period / time for submission shall be entertained by the TSTS.

However, TSTS reserves the right to extend the date/time for submission of the responses without assigning any reason by notifying in its e-procurement portal.

u. The Bidders would/may be asked to make presentation on technical and operational aspect including the demonstration of the technology submitted in form of the Bid.

v. Software version numbers and Hardware Model, Part and Sub-part numbers are to be clearly stated by the Bidder in both the bids – Technical and Financial.

w. The Bidder will have to arrange / provide for all the testing equipment & tools required for the successful installation, testing & acceptance, maintenance etc.,

x. Information relating to the examination, clarification, evaluation and comparison of bids, and recommendations for the award of the Project shall not be disclosed to Bidders or any other persons not officially concerned with such process until the award to the successful Bidder has been announced.

y. The Bid should be completed with regard to specification, price, delivery period, terms of delivery, salient terms and confirm technical specification clause wise technical compliance statement should be submitted by the Bidder.

(10)

---

Section – 3 Pre-Qualification Criteria

The bidders have choice to bid for any of the line items - either for single item or for multiple items duly complying with the PQ criteria.

Consortium Bid is not permitted for this tender.

Pre-Qualification Criteria:

The Bidder must meet the minimum conditions of eligibility provided herein. Proposals of only those Bidders who satisfy the Conditions of Eligibility will be considered for evaluation and eligible for the

“Technical Stage” evaluation.

#. Pre-Qualification Criteria Supporting Documents

1 The Bidder should be a Registered company under Indian Company Act, 1956/2013 or a Registered Firm registered under relevant act and should have completed 3 years of business in India.

Should be registered with the Sales/VAT &

Service Tax Authorities.

Copy of the Company Registration certificate, VAT / Service Tax Registration certificate, PAN card

2 Bidder should be a manufacturer/ whole sale dealer/ Authorized representative of a manufacturer and should be in business of manufacture and or supply and maintenance of the offered items in India as on bid calling date.

Bidders should disclose the name and full address (along with telephone/Fax No.) of the place where the stores will be manufactured and offer for inspection. In case the Company is registered, they should clarify whether they are registered as a Manufacturing unit or in any other capacity. In case the registration is as a Manufacturer, they should indicate the registration number & place of registration with full address/phone no. of their manufacturing facility

The Manufacture Authorization Form duly indicating the registration number & place of registration with full address/phone no. of their manufacturing facility for all the items to be submitted in PQ Bid valid for the said tender.

The MAF from OEM should be specific to this tender with date of issue after publication of Tender notice. The MAF should be as per the format prescribed in this tender document.

Note: The bidder should submit ‘Single’ MAF from an OEM for a participating item.

Multiple MAFs for same item is not allowed.

3 Financial Turnover:

The minimum cumulative annual turnover required in the last 3 FYs from 2014-15 to 2016-17 is as per Table 3.1 for each participating item from Lab Equipment or IT H/w items or Cyber Crime Tools business.

The Bidder should have a positive net worth.

i) Audited Balance sheet for each financial year.

ii) Certificate from the Statutory Auditor

4 Past Experience:

Bidder should have a relevant experience in the field of Supply, installation, commissioning of Lab Equipment or IT H/w items or Cyber Crime Tools and Training to any investigating Central/ State Department or PSUs during the last three financial yrs. i.e., 2014‐15, 2015‐16 &

2016-17.

The minimum sales experience required for bidding is as per Table 3.1.

Work Order copies along with Satisfactory certificate from the clients supporting the supply and installation should be submitted.

(11)

5 The bidders/OEM should not have been debarred/blacklisted by any State Government, Central Government, Central &

State Govt. Undertakings/ enterprises/

Organizations and by any other Quasi Government bodies/ Organizations, World Bank or any major Enterprise / Organization in India for non-satisfactory performance, corrupt

& Fraudulent or any other unethical business practices.

Undertaking to this effect shall be submitted by the Bidder on their letter head by the authorized signatory stating/ declaring that no cases pending against the firm/organization either in Government (State or Union) for involvement in cases for supply of sub-standard goods/material or track record of supply of inferior quality or no enquiries on past supplies are being conducted or underway to be submitted.

If bidders who were black listed and subsequently revoked should also submit the revocation letter.

6 Local Presence

Bidder should have local office as on date of bidding.

Note: An undertaking in this regard should be submitted on the company letter head.

Self-certified Address on Letter head to be submitted.

If the Bidder is not having local presence, it has to open a local office within 15 days from the issue of LOI and same must be communicated to TSTS for future correspondence.

7 Bidder should have adequate Manpower for installation of the software technical support team & training the department officials as per Project deliverables

should submit Self-Certification by the authorized signatory

8 Product Declaration: The products quoted should not be declared as end of life at the time of delivery and OEM should support the products quoted for at least 5 years.

A letter to this extent from OEM to be attached as a confirmation. The bidder to submit the declaration letter as per format in PQ forms

The participating bidders should meet the above criteria and the PQ forms, Technical Forms &

Financial Forms are to be submitted separately. Relevant documents in support of above with due attestation of the competent authority should be furnished along with the bid documents.

• Sub-contracting of any part of the project is not permitted

• TSTS/ User Department reserves their right in not considering the bid of a bidder, if such bidder is a previous supplier and had a past bad track record or their earlier performance was unsatisfactory on any count or they do not posses required experience in undertaking the work.

• Representations received from the bidders within 3 days from the date of opening of technical bids on the issues related to Pre-qualification/Technical bids evaluation and within a day from the date of opening of commercial bids on the issues related to the commercial bid evaluation will only be accepted. Representations received beyond this period will not be considered and strictly rejected

• Relevant supporting documents (ink signed) should be furnished without fail otherwise the bid is liable to be treated as “non responsive”.

• The bidder should upload all the required documents with clear visibility, avoid missing documents and avoid bidding mistakes. In such cases, TSTS reserves it’s right in seeking clarification from the service provider and may disqualify the service provider for the bidding mistakes, missing documents and for the documents that are not clear.

• Deviation from this shall be treated as termination of contract and shall attract the liability as specified in the Tender.

(12)

---

Table 3.1 - Item wise EMD, Financial Turnover and Sales Experience

# Equipment Name Qty

(nos) EMD in (Rs.)

Cumulative Financial Turnover in last 3 FYs from 2014- 15 to 2016-17

(Rs)

Past Experience in Sale of similar items in

the last 3 FYs from 2014-15 to

2016-17 1 Rapid Human Identification system (Rapid

HIT) 1 5,00,000 Rs. 5.00 crore

Minimum 3 Purchase Orders in supply similar

items to any Central/ State Government/

PSUs. The quantity in each

PO should be minimum 1 no.

2 Advanced Reflected Ultra violet imaging

system 1 2,00,000 Rs. 2.00 crore

3 Creation of virtual reconstruction lab with

3D animation/CAD and Solid solutions etc. 1 1,50,000 Rs. 2.00 crore 4 3D Scanner- a. Outdoor and b. Indoor

units 1 1,50,000 Rs. 2.00 crore

5

LED based advanced Video Spectral Comparator with all accessories including Highly Configured Desktop, Color Printer and relevant software, libraries etc.

1 1,00,000 Rs. 1.00 crore

6 M Vac DNA Sample Collection and isolation

system (Touch DNA) 1 75,000 Rs. 1.00 crore

7 UV-Gel Doc System 5 75,000 Rs. 1.00 crore

8 Powder X-ray Diffraction Instrument 1 50,000 Rs. 50.00 lakhs

9 Advanced Polygraph 1 50,000 Rs. 50.00 lakhs

10 Portable Raman Spectrometer(I- Raman

deep cooled) 1 30,000 Rs. 50.00 lakhs

11 Hand held Raman Spectrometer(Nano

Raman) 1 30,000 Rs. 50.00 lakhs

12 Portable light source for diverse spectra 1 30,000 Rs. 50.00 lakhs 13 HPLC with Desktop operation with relevant

library 1 30,000 Rs. 50.00 lakhs

14 Advanced Stereo Spectral Comparator for

firing pin and bullet impression 1 25,000 Rs. 50.00 lakhs 15 CCD spectrometer /UV-spectrometer 1 20,000 Rs. 50.00 lakhs 16 Forensic Evidence Safe dry cabinet (Dry safe) 1 20,000 Rs. 50.00 lakhs 17 Table top High Spin Centrifuge 1 20,000 Rs. 50.00 lakhs 18 Fraction distillation unit for tissue alcohol

isolation 5 20,000 Rs. 50.00 lakhs

19 Micro controlled display water baths 5 15,000 Rs. 20.00 lakhs 20 Head space Gas chromatography instrument 1 15,000 Rs. 20.00 lakhs

21 High Spin Micro Centrifuge 1 10,000 Rs. 20.00 lakhs

22

Creation of facility for Mitochondrial DNA, X chromosome profiling, Y-Chromosome profoling and single nucleotide polymorphic micro-plate reader facility.

1 5,000 Rs. 20.00 lakhs

23 Set of fine Pipettes 1 5,000 Rs. 20.00 lakhs

24 TLC Platter 5 5,000 Rs. 20.00 lakhs

25 Mobile Phase units and chambers (Each 25

sets) 5 5,000 Rs. 20.00 lakhs

26 Silica gel pre-coated aluminum plates (Size:

20 x 20) 1 Pack Containing 25 plates 5 5,000 Rs. 20.00 lakhs 27 Dish Washer capable to clean and wash

20ml glass dish to 1 litre glass flasks or more 5 5,000 Rs. 20.00 lakhs 28 50 sets Reagent Spray bottles I sprayers 5 5,000 Rs. 20.00 lakhs

(13)

# Equipment Name Qty

(nos) EMD in (Rs.)

Cumulative Financial Turnover in last 3 FYs from 2014- 15 to 2016-17

(Rs)

Past Experience in Sale of similar items in

the last 3 FYs from 2014-15 to

2016-17

Software and Hardware Tools

Software Item

29

a. Advanced Audio Authentication &

examination software System.

b. Video enhancement and authentication including hardware, Software.

c. Other accessories and Other supporting software & hardware specimen voice recording room.

1 5,00,000 Rs. 5.00 crore

Minimum 3 Purchase Orders in supply similar

items to any Central/ State Government/

PSUs. The quantity in each

PO should be minimum 1 no.

Forensic Software/Tools

30

ADF Triage – Field Data Acquisition

Portable Kit 1 25,000

Rs. 1.50 crore

31 Encase 8 – Disk Forensic Software 1 25,000

32

Belkasoft Evidence Centre- Internet.

Mobile and Disk Forensics Artifact Analysis

Solution. 1 25,000

33 Magnet Axiom Complete 1 25,000

34

Recon for MAC Complete Imaging &

Analysis Tool 1 25,000

35

UFED 4PC Ultimate with Chinex, Cloud

Analyser & Link Analyser 1 50,000

Rs. 2.50 crore

36 XRY Complete with Pin Point 1 50,000

37 DVR Forensic Examiner 1 50,000

Hardware Items

38 High End Forensic Server (Tower Type) 1 25,000

Rs. 50.00 lakhs

39 High End Laptop 1 15,000

40 High End MAC Workstation 1 15,000

41 Skimmer, Short Range Jammer 1 10,000

Note: The price quoted in the bid should not be higher than the prevailing market rate or previous orders submitted.

(14)

---

Section 4- Bid related Conditions

4.1. Statement of Important Limits /values related to bid:

This section provides important deadlines and associated activities, such as Bid Security information, Implementation cum Performance Guarantee, Warranty Period.

S.No Item Description

1 EMD (DD/BG) As per Table 3.1 of this RFP.

EMD in the form of DD only which is to be drawn in favour of “The Managing Director, Telangana State Technology Services Limited”

from any Nationalized Bank.

Note: Scanned copy of EMD document should be uploaded on e- Procurement website. The Original Copy of EMD should be submitted to TSTS before bid closing date duly taking acknowledgement.

2 Bid Validity Period 90 days from the date of opening of bids.

3 Price Validity The offered price of each item should be valid for 1 year.

4 EMD Validity Period EMD Validity Period: 3 months from the date of issue of DD/BG.

The DD/BG issue date shall be later than bid calling date.

DD/BG from Cooperative banks are not acceptable

5 Warranty Period 3 years Comprehensive onsite warranty from date of installation 6 Variation in quantities +/- 25%

7 Period for furnishing performance security

Within 7 days from date of receipt of Notification of Award/LoI 8 Performance security

value

10% of P.O Value in favor of “The Managing Director, Telangana State Technology Services Limited” from any Nationalized Bank.

9 Performance security validity period

60 days beyond warranty period 10 Period for signing

contract

Within 7 days from date of receipt of Notification of Award 11 Run Time & Up time 99% Uptime is the bidders responsibility

12 Payment terms As mentioned in Section 2.0 13 LD for late

deliveries/installations

1% of value of item/s of the late delivered or deemed late delivered/installed goods for One week or part thereof, 1.5% of value of item/s for Two weeks or part thereof, 2% of value of item/s for Three weeks or part thereof,

2.5% of value of item/s for 4 weeks or part thereof and so on.

14 Maximum LD for late deliveries/installation

Maximum LD for late deliveries/installations: 10% on the Total value of goods for that location/site for late delivery/installation or deemed late delivered/installed goods.

15 Penalty for failure to maintain during warranty period for all items.

Failure to maintain the deployed items during the warranty period, a penalty of Rs. 2500/- per day will be levied for each item/location or part there of subject to a maximum of total equipment cost.

*The penalty amount will be deducted from the amounts payable to the bidder by TSTS/User department. Once this amount is exhausted, penalty amount will be recovered from the Performance Security. Once the Performance Security also exhausted, the bidder will be required to recoup the Performance Security. If the bidder fails to recoup the Performance Security, the bidder will be debarred from participating in tenders till the time he recoups the Performance Security.

16 Conditional bids Not acceptable and liable for rejection. Also liable for forfeiture of EMD.

Transaction Fee Transaction fee: All the participating bidders who submit the bids have to pay an amount @ 0.03% of their final bid value online with a cap of Rs. 10,000/- for quoted value of purchase up to Rs.50 crores and Rs.25000/- if the purchase value is above Rs.50 crores& service

(15)

tax applicable 15% as levied by Govt. of India on transaction fee through online in favour of MD, TSTS. The amount payable to TSTS is non-refundable.

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

17 Transaction Fee Payable

The Managing Director, TSTS, Hyderabad

18 Bid submission On Line. Bidders are requested to submit the bids after issue of minutes of the pre bid meeting duly considering the changes made if any, during the pre-bid meeting. Bidders are totally responsible for incorporating/complying the changes/amendments issued if any during pre-bid meeting in their bid.

19 Procedure for Bid Submission

Bids shall be submitted online on https://tender.telangana.gov.in platform only.

1. The participating bidders in the tender should register themselves free on e-procurement platform.

2. Bidders can log-in to e-procurement platform in Secure mode only by signing with the Digital certificates.

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

4. The bidders should scan and upload the respective documents in Pre-Qualification and Technical bid documentation as detailed at Section E & G of the RFP including EMD. The bidders shall sign on all the statements, documents certificates uploaded by them, owning responsibility for their correctness/authenticity.

5. The rates should be quoted in online only

20 Other conditions 1. Failure to furnish /uploaded documents, certificates, will entitled in rejection of the bid.

2. TSTS shall not hold any risk on account of delay/error during bid submission on e-procurement platform. Similarly, if any of the certificates, documents, etc., furnished by the Bidder are found to be false / fabricated / bogus, the bidder will be disqualified, blacklisted, action will be initiated as deemed fit and the Bid Security will be forfeited.

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

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

5. TSTS Shall not receive any physical bids.

6. TSTS shall receive the EMD Original copy in sealed envelope at the time of bid closing.

In the endeavor to bring total automation of processes in e-

Procurement, the Govt. has issued orders vide G.O.Ms.No. 13 dated.

5.7.2006 permitting integration of electronic Payment Gateway of ICICI/HDFC/Axis Banks with e-Procurement platform, which provides a facility to participating suppliers / contractors to

electronically pay the transaction fee online using their credit cards.

(16)

---

Section 5- Technical Specifications

The technical specifications mentioned are minimum requirement and the bidders can propose higher or better specifications meeting the functionality.

Item 1: Rapid Human Identification System:

System along with accessories validated for forensic use and compatible with kits validated for forensic analysis with acceptability of results as evidence in Court

1. 24-capillary electrophoresis (CE) genetic analysis system for DNA sequencing, genotyping and mutation detections applications. Fully automated system from sample loading to polymer replacement.

2. Virtual filters for fluorescent detection and should readily accommodate new dyes and applications as they become available without requiring changes in the optical hardware.

3. Should have choice of Uncoated Capillaries with 36 cm for forensic applications and different lengths & choice of flowable polymer for different applications. The system should be also capable of ‘one polymer one array’ for both sequencing as well as fragment analysis applications with easy switchover between the runs.

4. The system should be capable of doing both fragment analysis and sequencing application.

The instrument should come along with fragment analysis and sequencing software for performing fragment analysis and sequencing applications.

5. Should include capability to use 8 strip tubes, 96- or 384-Autosampler plate trays and an automated sample injection system. The system should have capability for tracking consumables using RFID technology to monitor usage, lot nos., part nos., expiry dates, and on instrument lifetimes

6. The Detection Technology should be by using Virtual Filters and Peltier cooled CCD camera.

The Excitation of upto six fluorescent dyes should be by a single solid state laser 505nm.

The instrument should be capable of detecting minimum six Fluorescent Dyes or more and readily accommodate new dyes sets and applications as they become available without requiring changes in the optical hardware.

7. Intuitive easy to use software for data collection with single page display for common operations. Workflow driven user interface with real time data quality assessment and sample re-injection. Built-in mixture analysis tools for sample analysis. Software validated for Forensic applications such as identification of genotype quality, pre-defined analysis settings for STR analysis, CODIS compatible reporting for easy uploading of data to database.

8. Accessory validated for extraction of DNA from all types of forensic samples.

It should be based on pre-filled cartridge extraction principle with capability to extract DNA from at least 13 samples or more at a time. It should automate the DNA isolation steps of binding, washing and elution. System should allow use of seven different elution volumes from 20ul to 250ul to allow modulation of final DNA concentration.

Magnetic bead based kits for DNA extraction from routine/standard samples (100) and challenging samples such as bone, tooth and adhesive based samples (100) should be provided for use with the accessory. The kits should include combination column which is suitable for both lyses and separation. It should also include a bar code scanner. The total time from sample to DNA should not take more than 3-4 hours including lysis for all types of forensic samples.

9. The vendor must have a fully functional own lab to offer Application training for Forensic analysis with Field Applications / Service Support to help solve chemistry and instrumentation problems.

10. Necessary consumables for 3000 samples processing to be supplied along with the instrument in staggered manner.

(17)

11. A PCR validated for HID workflow to be supplied.

12. The vendor should provide Flourimeter for Quantification of nucleic acids using Flourometry approach. Should provide table top high speed refrigerated centrifuge with 50ml and 1.5ml Adaptors.

User list and satisfactory report from at least 5 users for Genetic Analyzer in India must be attached.

All the relevant brochure and certifications should be provided for adherence of the submitted compliance sheet for the tendered specification.

Item 2: Advanced Reflected Ultra Violet Imaging System : Specifications :

Full Spectrum Imaging System with the most advanced image capturing system (Lab model).

• Full Spectrum Imaging System with the most advanced image capturing system

• a full spectrum 16MP digital camera with sensitivity from the deep UV through real IR. With over 16 megapixels of resolution and sensitivity from 254nm to 1100nm

• To capture a full handprint at 1000 PPI (pixels per inch), and micro evidence up to 2,500 PPI.

• Should digitally capture a high-resolution image in all spectrums and display it in real time.

• Equipped with highest resolution image capturing software to provide consistent sensitivity and sharpness in the UV, visible and IR spectrums.

• The large field of view (f3.6-f16), high resolution (up to 2,500 PPI), and full spectrum capability (254nm-1100nm) provide an unequaled system to view and capture altered documents, urine, semen, saliva, blood, GSR, footwear, untreated latent prints, fumed prints, dye-stained prints, and more.

• System components should fit securely in a carry-on sized Pelican case with custom cut foam.

SYSTEM SHOULD BE SUPPLIED WITH

• 16MP Digital FSIS camera, w/ 16 Megapixel resolution able to image a 4.9” by 3.3” area with 1000 PPI resolution from 254nm to 1100nm. (Camera pre-threaded for optional tripod mounting)

 Camera Resolution: 16 million pixels

 Frame Rate: 1.5 fps @ full resolution

 Spectral Sensitivity: 254nm to 1100nm

 Integration time: 1ms to 16 seconds

 Aspect Ratio: ≈ 3 to 2

 Electrical Interface: Firewire (IEEE 1394)

 Lens: 78mm with T-mount

 Optical Filter: 254nm bandpass

 Mechanical Interface: Standard 1/4-20 mount

Apple iMac or All-In-One Computer, Intel Quad Core 3.2GHz, 8GB RAM, 1TB Hard Drive, with a 27 inch, 2560 by 1440 pixel display, a wireless mouse and keyboard running Windows®7.

• Image Capture Foot Pedal (for hands free image capture)

• Specialty Curved Surface Patch Software

• 36” Camera Stand - Articulating Camera Arm

• Flexible Arm for Light Source

• 78mm UV Lens with Universal Filter Holder

• Dual Band 254/365nm UV Lamp ; 3 watt, 365nm (UV) LED lamp

• 3 watt, 450nm (Blue) LED lamp ;3 watt, 520nm (Green) LED lamp

• 3 watt, 625nm (Red) LED lamp; 3 watt, 850nm (IR) LED lamp

• 365nm Bandpass Filter ;445nm Blue Filter ;695nm IR Filter

• 3 Position Filter Slider includes: - 254nm UV, 550nm Orange, 830nm IR Filter

• (2) UV Faceshields; UV and Orange Goggles

Item 3: Creation of virtual reconstruction of lab with 3D animation/CAD and Solid Solutions etc : With suitable computer and complete latest software and also software/software cum hardware for analysis of all types of digital storage media such as hard disks, memory cards, pen drives, mobile phones i.e. with UFED Touch for PC & XRY Complete or better (with 3 years license) .

(18)

--- Item 4: 3D Scanner a. Outdoor& b. Indoor units :

a.Out door & b.Indoor units each

To scan entire scene of crimes for trace evidence search and retrieval, to submit documented scene to the court of law and also for virtual reconstruction of crime scene.

Specifications:

Digitization of SOC with 360 degree scanning with panoramic photography and documentation. To scan by rotating the scanner 360 degree capable of capturing complete data from SOC, It can be utilized for reconstruction of scene in 3D view. Laser Scanners X Series - Perfect instruments for 3D Documentation.

Equal or better model to FARO 3D Scanner

Item 5: LED based Advanced Video Spectral Comparator:

With all accessories including highly configured desktop, colour printer, relevant software and library and compatible microscope.

Device for forensic examination of questioned documents. The device is intended for advanced authenticity verification of passports, ID cards, travel documents, passport stamps, banknotes, driving licences, vehicle registration certificates and other vehicle related documents, signatures and handwriting fragments, paintings, revenue stamps and other security documents.

GENERAL

• PC interface: USB 3.0

• Power supply: 110-240 V, 50-60 Hz, 200 W

• Protection class: IP20

• Document size supported: ≥530×400 mm VIDEO CAMERA

• Type: ≥ 5Mp CMOS

• Field of view: ≥ 195×145mm

• Image size: Full HD 16:9

• Optical zoom: x30

• Consecutive zoom: ≤ x2 to ≥ x210 on 32” monitor

• Digital zoom: ≥ x2 LIGHT SOURCES –

Incident -

• UV 365 nm ; UV 313 nm (Lamp); UV 254 nm (Lamp);UV 400 nm ;IR 700 nm ; IR 860 nm ; IR 940 nm ; White Visible ; 450 nm ; 470 nm ; 505 nm ; 530 nm ; 590 nm ; 620 nm ; 640 nm Transmitted:

• UV 365 nm

• White Visible ; White Visible High Sport

• Infrared 870nm; Infrared 870nm High Sport Oblique:

• White Visible (2 sides x 3 pcs)

• IR (2 sides x 3 pcs) Other:

• Coaxial ; OVD examination (Horizontal ≥30 Vertical ≥9) OPTICAL FILTERS

• IR High pass 580 nm ; IR High pass 600 nm ; IR High pass 630 nm

• IR High pass 650 nm ; IR High pass 670 nm ; IR High pass 685 nm

• IR High pass 700 nm ; IR High pass 715 nm ; IR High pass 730 nm

• IR High pass 780 nm ; IR High pass 850 nm

• Visible pass 370-700 nm ; UV cut off 450-1100 nm

• Polarization Neutral Additional accessories and tools

• Integrated RFID chip reader into VSC

• Magnetic ink examination

• Hyper spectral imaging

• Micro spectrometry: 350-1000nm with resolution of approx. 1.5 nm

(19)

• XY motorized table

• Thermal ink examination

• Quartz glass

• Control Software 5 Years of free Updates

• Information Reference System of secured documents Software with 5 Years of Updates

• With more latest facilities SUPORTED OPERATION SYSTEMS

• Windows 10 32/64 bits or Windows 7 32/64 bits FUNCTIONALITY AND FEATURES

• Machine readable zone (MRZ) OCR

• 1D barcode reading: Codabar, Code 128, Code 39 (+extended), Code 93, EAN-13, EAN-8, Interleaved 2 of 5 (ITF), STF (Industrial), Matrix 2 of 5, IATA 2 of 5 (Airline), UPC-A, UPC-E

• 2D barcode reading: PDF-417, QR Code, Aztec

• Verification of control sums in MRZ against Doc 9303 ICAO

• Invisible personal information visualization

• Saving scanned images in formats: BMP, JPEG, PCX, TGA, TIFF, PNG.

• Automatic selection of the correct viewing filter dependent on the excitation waveband used when highlighting luminescence

• Auto focus, gain and iris control with manual over-ride

• Including camera settings, light and filter values into result image

• Possibility to create examination script

• Remote device control through software

• Display real time video from camera

• Display stored image from camera & from disc file

• Overlay (mixed) live and stored image for comparison

• Strobe between two images (live/stored) for comparison

• Image processing functionality for image sharpen, image soften, inversion

• Shading correction filter, contrast stretch, image addition and image subtraction

• Measurement functions including distance, angle and area measurements

• Image rotation and mirroring

• Export images into other applications (MS Word)

• Import images from Information Reference Systems COMPUTER CONFIGURATION:

• Latest Intel Core i7 processor (3.4 GHz)

• 16GB RAM

• 500GB SATA HDD

• DVD RW Drive

• Card reader

• 4 x USB 2.0/3.0 ports

• Network interface Integrated

• 1GB Graphics Adaptor

• Licensed Windows 7/10 64 bit

• Wired USB Mouse

• Standard numeric keypad

• Monitor- 30-inch Widescreen LED Flat Panel

The supplier shall submit a certificate of warranty for a minimum period of 3 years on parts and services from the date of completion and acceptance.

Item 6: DNA Sample Collection and Isolation System (Imported):

DNA extraction and purification system validated for extraction of DNA from different types of forensic samples such as blood stains, tissues hair, bone, tooth, semen, cigarette butt, chewing gum, paraffin embedded slide etc. and having the following specifications:

System and kits should be validated as per SWGDAM and DAB guidelines for use in Forensic applications with published and validated data with acceptability of results as evidence in court.

Validation certificates should be attached with the offer

(20)

---

• System should have UV decontamination for a safe user environment.

• System should be a bench top system based on pre-filled cartridge extraction principle.

• System should be supplied with pre-programmed protocol cards for all types of samples viz.blood, dried blood, tissue, buccal swabs and other forensic samples.

• It should be able to extract DNA from at least 13 samples or more at a time.

• System should automate the DNA isolation steps of binding, washing and elution.

• Separate validated kits based on magnetic bead for extraction of DNA from routine samples (such as blood stains, tissues, body fluids, hair etc) should be quoted with the system, The kits should include all the required consumables such lysis buffer, cartridges, columns, sample tubes, elution tubes, proteinese K, bone and tooth lysate tubes, tips and tip holders.

• The overall time required for the complete extraction from sample to DNA (including decalcification and lysis) from bone, tooth hair and adhesive based samples should not be more than 3-4 hours to enable same day reporting of results Necessary published validated protocols supporting this claim must be provided with the offer.

• Kits and disposables/consumables manufactured under ISO 18435 Forensic Grade certified facility for processing 100 samples; 50 each routine samples (blood stains, body fuids, hair, tissue) and 50 difficult samples (bone, tooth and adhesive based samples) must be provided by the vendor along with the instrument.

• The prefilled cartridges supplied must not need any manual reagent addition to avoid contamination.

• System should allow use of seven different elution volumes from 20ul to 250ul to allow modulation of final DNA concentration.

• Software for data management and instrument operation/analysis as required should be included with the instrument.

• Data on studies for sensitivity, reproducibility, co-relation, contamination etc as per SWGDAM guidelines must be provided for various forensic sample types along with the literature and specifications.

• Suitable online UPS with 30 minute backup and Thermo mixer should be provided along with the instrument.

• System should be supplied with tissue homogenizer with four sets of stainless steel grinding jars for processing of homogenization of bone, teeth & hard tissues before DNA extraction.

Consumables for 500 Samples staggered shipment has to be provided free of cost.

Quoted extraction model must be installed in minimum 5 forensic labs in India and the user name with contact details to be provided with offer.

Item 7: UV-Gel Doc System (Imported):

1. System should be capable for Western blot imaging, DNA, RNA gel and colorimetric protein gel imaging with extensive analysis tool for molecular weight calculation, band distance, colony counting, merge marker, etc.

2. Proprietary fixed manual lens with F/0.84 aperture

3. Sensor size must be at least 1 inch and lens should be Lumigen coated

4. Should have auto reconnaissance 4-position manual filter wheel allows for dye flexibility of different fluorescent stains.

5. Should have scientific Grade eVo-6 CCD camera for high sensitivity and extremely high level of resolution

6. Camera should give 6.3 megapixels native and 20 megapixels of image resolution with - 55˚C maximum differential cooling from the ambient with -30˚C absolute and regulated cooling by three stage peltier thermoelectric cooler.

7. Image output should be of publication quality TIFF format 16-bit with 65,536 gray scales.

8. Should be a lab proof compact design, require minimal bench space, robust and chemical resistant system made of Stainless steel, aluminum, steel and not of plastic cabinet to avoid auto fluorescence from the dark room

9. UV transilluminator must have Super bright Technology to visualize faint bands thereby increased sensitivity with no visible light background while performing gel documentation 10. Should have Senso view Technology for isolation of the electronic components of the

camera during the light capture in order to avoid noise

11. Should have Fluo Flash Technology for smart auto exposure mode with optimum exposure time calculation

12. Should have sensor based detection of sample height

(21)

13. Should have light safety switch override for safety and for preparative work when the door is open

14. Software should be multi-user licensed provided for analysis and must include features for auto exposure and 3D Dynamic scan.

15. Software should have Apps Studio with library of applications for better ease of use 16. System must have future upgrade possibilities for two color multiplexing studies with

choices of Red, Green, blue and/orIR modulefor protein multiplexing studies.

17. System should be supplied with suitable desktop computer for operation and data analysis 18. System should be supplied with submarine gel electrophoresis unit along with the

accessories.

Item 8: Powder X-ray Diffraction instrument:

Specifications:

X-ray Generator

• Tube load-300W or more

• Tube voltage-30k V (Variable) or more

• Tube current-10 mA (Variable) or more

• Stability ±0.5% (for a ± 10% variation in line voltage)

• X-Ray shutter-Mechanical rotary shutter linked to Main door.

• X-ray tube-Cu 1.0kW Normal Focus

• Safety Features : Abnormal Generator Overload, Tube Voltage, Current,

• Cooling Water Flow and Pressure Detection & warning system.

Goniometer Details

• Radius minimum 140mm or more

• Scanning range –at least -3 ~ +145° (2Theta)

• Scanning Speed-atleast 0.01 ~ 100°/min (2Theta)

• Minimum step width- at least 0.005° (2Theta)

• Variable DS- Effective below 20°(2 è) to limit measurement area 20mm width

• Accuracy Better than-0.02°

• Variable Divergence-Slit

• SS (Scattering slit)-1.25°or better

• RS (Receiving slit)-0.3mm or better

• Soller slit-5.0° or better

• K-Beta reduction-Ni-Filter

• Sample Holder-Standard sample holder for accommodating both solid (metallic) and powder samples.

X-ray Detector Details

• Type-Scintillation counter NaI

• High Voltage-0 ~ 1000V

• PHA type-Fixed Pulse Height Analyzer type

• Scalar 32 bit counter

• Optional quote for a Multi strip 1D Detector with Fluorescence suppression facility.

Basic system should have the following Software Provisions

• System condition setting

• Real time angle calibration. New Angle correction method using Pre-measured Calibration data gurantees below 0.01°Accuracy

• Manual measurement

• Standard measurement

• User-settable conditions

• Sample name, Sampling width (step size), Scanning range, Scanning speed, Measurement mode (Continuous, step scan, integral measurement, skipscan)

• Peak Search Background calculation and subtraction, Profile smoothing, K-a2 calculation and removal, Peak Search.

• Integrated Intensity calculation, Background subtraction, Profile Smoothing, K-a2 calculation and removal, Peak search, LPA calibration, Integrated calculation

• Multiple Recording Software

• Software for Qualitative & Quantitative Analysis

(22)

--- Monochromator (Optional)- A Diffracted Beam Monochromator for Cu radiation

Chiller - External Chiller for the above XRD Computer

Branded PC i5 processor or better, 16 GB RAM, 1TB HDD with Windows 8Professional Licensed version of latest type with 23” LED monitor , mouse, key board and Colour laser jet printer of standard company

Sample Plates

• 0.5mm Grove plates 10nos

• 0.2mm Grove plates 10nos Operational Manual

A detailed system description document and operation manual should be provided along with the system. The document should include part details and allowable Detachment / replacement procedures for all important components of the system.

Installation Commissioning and Training:

After receipt of the item at purchaser’s site the complete system shall be integrated installed and commissioned at the TSFSL designated place by vendors representative. The vendor’s representative should also provide complete hands-on training to the purchaser after installation and commissioning.

Item 9: Advanced Polygraph:

Computerized polygraph instrument to measure for the following physiological parameters for psychological detection of deception among accused, suspects, complainant, witnesses, victim etc., in various civil and criminal cases.

1) Blood pressure and pulse rate.

2) Respiration.

3) Skin conductance.

4) Movement including hand and legs.

5) Micro level facial expression.

6) Eye movement.

7) Fingerprint.

8) Audio & video recorder with computerized analysis / scoring system with subject chair fitted with accessories.

9) Ex- sense (Pro) lie detector software professional edition.

Training at TSFSL:

1.Training by technical engineer

2.External training (in their company/Training centre)

Item 10: Portable Raman Spectrometer (Similar or Better Model) Specifications:

Laser wavelengths : 785/ 830 nm or better Spectral range : 100 to 2500 cm-1 or better

Laser output power : upto 300mW or better (software adjustable) Resolution : 9 cm-1 or better

Display : High resolution and high brightness touch display Operating temperature: -20 to 40oC

Integrated TE cooled CCD array detector for low noise and long term stability Easy to use and maintain

Libraries: Narcotics, pharmaceutical drugs, cutting agents, precursors, dyes, pigments, polymers and other forensic samples.

Item 11: Hand held Raman Spectrometer (Similar or Better Model) Specifications:

Excitation Wavelength:785nm or better

Laser Output Power: 300mW Max software adjustable in 10% Increments Spectral Range: 500 to 2000 cm-1 or better

Spectral Resolution:~ 9cm-1 or better @ 912nm

Display: High Brightness and High Resolution Touch Screen,

(23)

Data Formats: .txt, .csv, .spc and other Connectivity: Ethernet, WiFi

Battery Rechargeable: Li-ion,>4hrs Operation AC Adapter:Output:DC12V, 2A Minimum, Weight :~2.5 lbs (~1.2 kg)

Operating Temperature: -20°C to +40°C, Storage Temperature:-30 °C to +60 °C

Libraries: Narcotics, pharmaceutical drugs, cutting agents, precursors, dyes, pigments, polymers and other forensic samples.

Item 12: Portable Light Source for Diverse Spectra:

Specifications :

• Full Spectrum Imaging System with the most advanced image capturing system (Lab model).

• Full Spectrum Imaging System with the most advanced image capturing system

• a full spectrum 16MP digital camera with sensitivity from the deep UV through real IR. With over 16 megapixels of resolution and sensitivity from 254nm to 1100nm

• To capture a full handprint at 1000 PPI (pixels per inch), and micro evidence up to 2,500 PPI.

• Should digitally capture a high-resolution image in all spectrums and display it in real time.

• Equipped with highest resolution image capturing software to provide consistent sensitivity and sharpness in the UV, visible and IR spectrums.

• The large field of view (f3.6-f16), high resolution (up to 2,500 PPI), and full spectrum capability (254nm-1100nm) provide an unequaled system to view and capture altered documents, urine, semen, saliva, blood, GSR, footwear, untreated latent prints, fumed prints, dye-stained prints, and more.

• System components should fit securely in a carry-on sized Pelican case with custom cut foam.

SYSTEM SHOULD BE SUPPLIED WITH

• 16MP Digital FSIS camera, w/ 16 Megapixel resolution able to image a 4.9” by 3.3” area with 1000 PPI resolution from 254nm to 1100nm. (Camera pre-threaded for optional tripod mounting)

• Camera Resolution: 16 million pixels

• Frame Rate: 1.5 fps @ full resolution

• Spectral Sensitivity: 254nm to 1100nm

• Integration time: 1ms to 16 seconds

• Aspect Ratio: ≈ 3 to 2

• Electrical Interface: Firewire (IEEE 1394)

• Lens: 78mm with T-mount

• Optical Filter: 254nm bandpass

• Mechanical Interface: Standard 1/4-20 mount

Apple iMac or All-In-One Computer,

• Intel Quad Core 3.2GHz, 8GB RAM, 1TB Hard Drive, with a 27 inch, 2560 by 1440 pixel display, a wireless mouse and keyboard running Windows®7/10.

• Image Capture Foot Pedal (for hands free image capture)

• Specialty Curved Surface Patch Software

• 36” Camera Stand - Articulating Camera Arm

• Flexible Arm for Light Source

• 78mm UV Lens with Universal Filter Holder

• Dual Band 254/365nm UV Lamp

• 3 watt, 365nm (UV) LED lamp ; 3 watt, 450nm (Blue) LED lamp

• 3 watt, 520nm (Green) LED lamp; 3 watt, 625nm (Red) LED lamp

• 3 watt, 850nm (IR) LED lamp; 365nm Bandpass Filter; 445nm Blue Filter; 695nm IR Filter

• 3 Position Filter Slider includes: - 254nm UV, 550nm Orange, 830nm IR Filter

• (2) UV Faceshields; UV and Orange Goggles

Item 13: HPLC with Desktop operation with relevant library:

• To identify polar chemical compounds like drugs poisons etc.

• Quaternary Analytical Pump LPG

• Operating principle : Serial dual-piston

• Gradient Formation: Low-pressure gradient proportioning

References

Related documents

Performance Bank Guarantee (PBG): The Successful L1 bidder should submit PBG for an amount of 5% of the Project Value in the name of “The Managing Director, Telangana

The above table may be used for calculation of penalties for not meeting the SLA requirements during maintenance/warranty period. In case the information is not

One cover containing technical details (Technical Bid) and another cover containing financial details (Financial Bid). EMD details should be enclosed with the technical bid only.

These gains in crop production are unprecedented which is why 5 million small farmers in India in 2008 elected to plant 7.6 million hectares of Bt cotton which

The above table may be used for calculation of penalties for not meeting the SLA requirements during maintenance/warranty period. In case the information is not

The following quantities of user operational and technical manuals are to be supplied by the successful bidder.. ii) The successful bidder shall submit the

The following quantities of user operational and technical manuals are to be supplied by the successful bidder.. ii) The successful bidder shall submit the

a) Each of the Parties hereby acknowledges that the Escrow Agent has been appointed under this Escrow Agreement and that it shall discharge its functions in accordance