Telangana State Technology Services Ltd BRKR Bhavan, 1st floor, C-Block, Tank bund Road, Hyderabad – 500063, Telangana, India. CIN NO: U74900TG2015SGC101517 website: http://tsts.telangana.gov.in/

TSTS/CS/TSFSL/2019 Dated 27.07.2019 To The Prospective Bidders OCB Tender Notice

Sub: TSTS – Supply, Installation & Maintenance of Forensic Lab Equipment & Tools for FSL/Regional FSLs (Khammam, Mahabubnagar and Manchirial) / Commissioneraters For Telangana State Forensic Science Laboratory (TSFSL) – Reg.

TSTS on behalf of Director-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. Corrigendum II Issued

Old Bid Submission New Bid Submission Old Bid Submission New Bid Submission Start Date & Time Start Date & Time Closing Date & Time Closing Date & Time 27/07/2019 05:00 PM 27/07/2019 05:00 PM 03/09/2019 03:00 PM 04/09/2019 03:00 PM

Old Stage Evaluation Date Opening New Stage Evaluation Date Opening Stage Name Date & Time Date & Time PQ Stage 03/09/2019 03:10 PM 04/09/2019 03:15 PM Technical Stage 03/09/2019 03:15 PM 04/09/2019 03:20 PM Commercial 13/09/2019 02:00 PM 13/09/2019 02:00 PM Stage

Bid Document Fee : Rs. 10,000/- (DD shall be drawn in favour of The Managing Director, TSTS, Hyderabad) Time Schedule : Last date and time for Bid submission : 13/08/2019 03:00 PM on eProcurement portal Opening of Bids : 13/08/2019 03:30 PM

For any further details related to tender, please contact Mr. Sridharachary M, SSE, 9963029421, Email: [email protected], [email protected], [email protected], [email protected] Any queries related to this tender should be communicated within 3 days from publishing of tender documen and queries received after the mentioned period shall not be considered/entertained.

----1----

1 Bids should be submitted online on e-Procurement Website only. The Original EMD & Bid document fees to be submitted to TSTS on bid closing date. Note: This tender call is issued on e-procurement market place at https:// tender.telangana.gov.in. All the terms and conditions are to be read jointly as mentioned in the e-procurement market website and in this document. 2 Any deviations in format may make the quotation liable for rejection. Conditional bids not acceptable and liable for rejection. 3 Bid should be valid at least for a period of 90 days from the date of bid opening. 4 The Managing Director, TSTSL reserves the right to accept or reject any or all the quotations without assigning any reasons thereof and to add, modify or delete any of the terms and conditions without any notice. 5 Bidders can quote for single item or for multiple items mentioned in in the tender document duly paying respective EMDs. 6 No options will be accepted. If the vendor wants to give option, he may submit it as separate bid along with Separate EMD. This will be treated as a separated bid for evaluation. 7 EMD: The vendor should submit EMD as per Table 1 , in the form of Demand Draft from any Nationalized/Scheduled bank in favour of The Managing Director, TSTS, Hyderabad with validity of 90 days from Bid closing date. The scanned copy of EMD should be uploaded on e-procurement website in technical bid. The original EMD should be submitted before opening of the Bid. EMD will be returned to unsuccessful bidders after issue of Purchase order to L1 bidder. The EMD of the successful bidder will be returned after submission of PBG to TSTS. The bid security (EMD) may be forfeited:  if a bidder withdraws its bid during the period of bid validity or  Provides/submit false or manipulated or forged information

----2----  in the case of a successful bidder, if the bidder fails:  To sign the contract in time; or  To furnish performance security. 8 Bidder Eligibility :

A. 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 GST Authorities. Bidder should submit copy PAN, RoC and GST.

B. Bidder should be a manufacturer / 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. The bidder should submit ‘Single’ MAF from an OEM for a participating item. Multiple MAFs for same item is not allowed.

C. The Bidder should have relevant experience in the field of Supply, installation, commissioning of Forensic Lab Equipment items or Cyber Crime Tools and Training to any Central/ State Department or PSUs during the last three financial yrs. (i.e., 2016‐17, 2017‐18, 2018-19) as on bid calling date. The minimum sales experience required for bidding is as per Table 1. Copies of Purchase Orders/ Work Orders to be submitted along with Completion or satisfactory performance.

D. The minimum cumulative annual turnover required in the last 3 FYs from 2016‐17, 2017‐18 & 2018-19 is as per Table 1 for each participating item from Lab Equipment or IT H/w items or Cyber Crime Tools business. Copy of Audited Balance Sheets /CA certificate to be submitted.

E. Bidder should have local office as on date of bidding. Details of the local office should be submitted in Technical Bid. Should submit Self-Certification by the authorized signatory

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

G. The bidder should submit declaration stating that they are not debarred/ blacklisted in Technical bid.

H. 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. The bidder to submit the declaration letter as per format in PQ forms 9 Delivery: i. Successful Bidder shall deliver and install the goods/services within 45 Days from the date of issue of the Purchase Order along with licenses. For any delays in delivery and installation beyond delivery & installation period mentioned in the purchase order, the vendor will be liable for penalties as mentioned in this tender. ii. The identified bidder shall also provide necessary training to the Department Officials on the items being supplied. Address for Delivery: Telangana state Forensic Science Laboratory, Hyderabad & District Office. 10 Payment Terms: For all the items: I. 80 % payment on delivery & successful installation of the items. II. 20 % payment on completion of acceptance test by Department/ TSTSL or submission of satisfactory performance report from Department after 2 months from date of installation. III. Incase site not ready: 70% of the PO value or item for that site/location. Note : All the Delivery Challans & Installation Reports/Site Not Ready Certificate/report to be Counter signed by the respective Competent Authority. 11 Penalty for Late Delivery & Installation: For any delay in delivery and installation, the bidder will ----3----

be liable for penalties as follows: i. 1% of the late delivered/installed goods for One week or part thereof; ii. 1.5%, for Two weeks or part thereof; iii. 2% for Three weeks or part thereof and so on up to a maximum of 10% on the value of late delivered/installed goods.

If any delay is for more than 30 days, TSTSL will reserve the right to cancel the order without giving any notice and EMD and Performance Security will be liable for forfeiture. 12 After Delivery & installation: a) TSTSL will conduct AT. b) TSTSL will also conduct 2nd AT if there are any shortfalls, remarks in the first AT. In this case an amount of Rs 2,000/- per visit per location will be charged to vendor account and same will be deducted from the amount Payable to the vendor. c) The vendor should visit at least twice in a year after installation during warranty period for preventive Maintenance. 13 Bidding Procedure: Bids should be submitted in two parts namely, “Technical bid” and “Financial bid on e- procurement website. The bidder should upload all the required formats and documents as mentioned in the tender document. Technical Bid: 1. Bid Letter Form 2. EMD 3. Bid Document fee 4. Form P-1 with supporting documents 5. Form P-2 with supporting documents 6. Form P-3 with supporting documents 7. Form P-4 with supporting documents 8. Form P-5 9. Form P-6 10. Form T-1 11. Form T-2 12. Technical brochures of offered items. 13. Commercial Bid Financial Bid: The Financial bids of the TQ qualified bidders only shall be opened on e-Procurement portal and L1 cost shall are arrived for each respective item.

L1 bidder should provide live demonstration and hands on training to the department officials on respective items. 14 Bid Evaluation: The Bid evaluation shall be undertaken by the Evaluation Committee. The bids received on eProcurement portal as on bid closing date & time, shall be opened for evaluation. The bids shall be verified prima-fascia with the tender conditions. The Commercial bids of only TQ qualified bidders shall be opened and L1 cost shall are arrived for each respective item. During the evaluation the Bidders would/may be asked to make presentation on technical and operational aspect including the demonstration of the product quoted in bid. 15 Other Terms & Conditions  Performance Bank Guarantee (PBG): The Successful L1 bidder should submit PBG for an amount of 10% of the Project Value in the name of “The Managing Director, Telangana State Technology Services” within 1 week from issue of Purchase Order. The PBG should be valid for beyond 30 days post warranty Period for each item.  Warranty: 3 years onsite comprehensive warranty.  Variation in Quantities: +/- 25% of the items mentioned in this tender.

----4----

 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.25,000/- if the purchase value is above Rs.50 crores & service tax applicable as levied by Govt. of India on transaction fee through online in favour of MD, TSTS. The amount payable is non-refundable.

 Corpus Fund: Successful bidder has to pay an amount of 0.04% on quoted value through demand draft in favor of Managing Director, TSTSL, Hyderabad towards corpus fund at the time of concluding agreement.  Persistent complaints from the user Department during the warranty period relating to the improper service will be sufficient ground for the TSTSL to blacklist the successful bidder from participating in future tenders. 16 Bidders are requested to submit the bids after issue of amendments/clarifications duly considering the changes made if any. Bidders are totally responsible for incorporating/complying the changes/amendments issued if any, before bid submission time & date.

 Bidder should furnishing of a detailed operations and maintenance manual for each appropriate unit of the supplied goods/ items/ services.  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.  The forensic equipment to be supplied should be supported by the technical service/support engineers authorized by OEM in Hyderabad/India.  Execution of SLA with client and compliance of metrics defined in SLA during warranty & maintenance period.  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.  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.  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.  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.  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. 17 Bids shall be submitted online on https://tender.telangana.gov.in platform 1. The participating bidders in the tender should register themselves free of cost on e- procurement platform in the website https://tender.telangana.gov.in. 2. 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. 3. The bidders should scan and upload the respective documents in Technical bid documentation as detailed mentioned in bid document including EMD. The bidders shall sign on all the statements, documents certificates uploaded by them, owning responsibility for their correctness/authenticity. The rates should be quoted in online in Indian Rupees only 18 1.After uploading the documents, the copies of the uploaded statements, certificates, documents, original EMD in respect of Bid Security (except the Price bid/offer/break-up of taxes) are to be

----5----

submitted by the bidder to the O/o The Managing Director, TSTSL , BRKR Bhavan, Hyderabad as and when required. Failure to furnish any of the uploaded documents, certificates, will entitled in rejection of the bid. The TSTSL shall not hold any risk on account of any delay. 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. 2. TSTSL will not hold any risk and responsibility regulating non-visibility of the scanned and uploaded documents. 3. The Documents that are uploaded online on e-market place will only be considered for Bid Evaluation. 4. Important Notice to Contractors, Suppliers and Department users 4. (i)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. 19 Note- This tender call is issued on e-procurement market place at https:// tender.telangana.gov.in. All the terms and conditions are to be read jointly as mentioned in the e-procurement market website and in this document. 20 TSTSL /User Department reserves their right in not considering the bid of a bidder, if such bidder was a previous supplier and had a past bad track record or their earlier performance was unsatisfactory on any count. 21 Incase of parts/equipment to be repaired or replaced are not available, the bidder may use equal or higher models. All compatibility issues are the responsibility of the bidder. 22 1. The bidder should upload all the required documents duly signed by the Authorized person of the bidding Organization with clear visibility, avoid missing documents and avoid bidding mistakes. In such cases, TSTS reserves it’s right in seeking clarification from the bidder and may disqualify the bidder for the bidding mistakes, missing documents and for the documents that are not clear. 2. An undertaking from Supplier is required stating that they would facilitate the Tenderer on regular basis with the technology/product updates and extend support for the warranty and AMC period as well. 3. 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. 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. 23 General Conditions of Bidding: 1. Authentication of Bid The original and all copies of the bid shall be typed or written in indelible ink. The original/copies shall be signed by the Bidder or a person or persons duly authorized to bind the Bidder to the contract. A letter of authorization shall be supported by a written power of attorney accompanying the bid. All pages of the bid, except for un-amended printed literature, shall be signed and stamped by the person or persons signing the bid.

2. Validation of Interlineations in Bid The bid shall contain no interlineations, erasures or overwriting except as necessary to correct errors made by the BIDDER, in which case such corrections shall be counter signed by the person or persons signing the bid.

3. Contract Finalization and Award

----6----

TSTS will award the contract to the BIDDER whose bid has been determined to be substantially responsive and has been determined as the best value bid (as per Overall Evaluation Process), provided further that the BIDDER has demonstrated that it is qualified to perform services required for the project satisfactorily.

The notification of the award shall constitute signing of the agreement. The signing of agreement will amount to award of contract and BIDDER will initiate the execution of the wok as specified in the agreement. At the same time as TSTS notifies the successful BIDDER that its bid has been accepted, TSTS will send the Bidder the proforma for contract, incorporating all agreements between the parties. Within 7 days of receipt of the contract, the successful BIDDER shall sign and date the contract and return it to TSTS. However, it is the discretion of the Authority  To engage the bidder for all or part of the Services as per RFP.  To drop one or more items from the scope at the time of engagement of bidder.

4. Rights to Accept / Reject any or all Proposals The Evaluation Committee reserves the right to accept or reject any proposal, and to annul the bidding process and reject all bids at any time prior to award of contract, without thereby incurring any liability to the affected Solution Provider or Bidder or any obligation to inform the affected Solution Provider or Bidder of the grounds for Committee’s action.

5. Modification and withdrawal of bids i) No bid can be modified subsequent to the deadline for submission of bids. ii) No bid can be withdrawn in the interval between the deadline for submission of bids and the expiration of the period of bid validity. Withdrawal of a bid during this interval will result in the forfeiture of its bid security (EMD). 6. Force Majeure i) The Bidder shall not be liable for forfeiture of its performance security, liquidated damages, or termination for default if and to the extent that its delay in performance or other failure to perform its obligations under the Contract is the result of an event of Force Majeure. ii) For purposes of this clause, “Force Majeure” means an event beyond the control of the Bidder/bidder and not involving the Supplier’s fault or negligence and not foreseeable. Such events may include, but are not restricted to, acts of the State Government in its sovereign capacity, wars or revolutions, fires, floods, epidemics, quarantine restrictions and freight embargoes. iii) If a Force Majeure situation arises, the Bidder/bidder shall promptly notify the TSTS in writing of such condition and the cause thereof. Unless otherwise directed by the TSTS / User Dept. in writing, the Bidder/bidder shall continue to perform its obligations under the Contract as far as is reasonably practical, and shall seek all reasonable alternative means for performance not prevented by the Force Majeure event.

7. Terminate the Contract i) Retain such amounts from the payment due and payable by User Dept to the Bidder as may be required to offset any losses caused to User Dept as a result of such event of default and the Bidder shall compensate User Dept for any such loss, damages or other costs, incurred by User Dept in this regard. Nothing herein shall effect the continued obligation of the Bidder / other members of its Team to perform all their obligations and responsibilities under this Contract in an identical manner as were being performed before the occurrence of the default. ii) the Performance Bank Guarantee and other Guarantees furnished hereunder, enforce the Deed of Indemnity, recover such other costs/losses and other amounts from the Bidder may have resulted from such default and pursue such other rights and/or remedies that may be available to User Dept under law.

8. Application of LD Liquidated damages shall be assessed as per the millstones as per schedule, submission of

----7---- deliverables and its acceptance”. 9. Governing Language The contract shall be written in English. All correspondence and other documents pertaining to the contract which are exchanged by the parties shall be written in same languages.

10. Applicable law The contract shall be interpreted in accordance with appropriate Indian Laws.

11. No Interest for Performance Guarantee No interest shall be paid on the earnest money, security deposit and the amount retained against performance guarantee.

12. Notices i) Any notice given by one party to the other pursuant to this contract shall be sent to the other party in writing or by Telex, e-mail, Cable or Facsimile and confirmed in writing to the other party’s address. ii) A notice shall be effective when delivered or tendered to other party whichever is earlier.

13. Taxes and duties The Bidder shall be entirely responsible for all taxes, duties, license fee etc. incurred until delivery of the contracted services to the User department or as per the terms of tender document if specifically mentioned. Any increase or decrease in the rates of the applicable taxes or any new levy on account of changes in law shall be to the account of User Department.

Yours Sincerely,

I/c General Manager, TSTS

----8----

Table 1 Item wise EMD, Financial Turnover and Sales Experience Required for Bidding Cumulative Past Experience Financial Qty in Sale of # Equipment Name EMD in (Rs.) Turnover in last (nos) similar items in 3 FYs 2016-17 to the last 3 FYs 2018-19 (Rs) 1 FT-IR with Forensic Library 1 1,00,000 Rs.1.00 crore

2 Gas Generator (Nitrogen, Air) 1 75,000 Rs.50.00 Lakhs 3 UV – Visible Spectrometer 1 25,000 Rs.50.00 lakhs 4 Kinematic Viscosity Bath with density 1 1,00,000 Rs.1.00 crore 5 Pensky Martins Flash Point 1 50,000 Rs.50.00 lakhs

Distillation Apparatus for petroleum 6 1 1,00,000 Rs.1.00 crore products 7 PCR Machine 1 15,000 Rs.20.00 lakhs 8 Vertical Cooling cabinets (4° to 8 ° C) 4 25,000 Rs.50.00 lakhs 9 Deep freezer (-20° C) for samples 2 10,000 Rs.20.00 lakhs

10 Deep freezer (-80° C) for samples 2 50,000 Rs.50.00 lakhs

Rs.50.00 lakhs 11 Electronic Balance 5 50,000 12 Ice Flaker 1 50,000 Rs.50.00 lakhs Table Top Refrigerated High Speed 13 2 25,000 Rs.50.00 lakhs Centrifuge Table Top Refrigerated High Speed micro Rs.50.00 lakhs 14 1 10,000 Centrifuge Trinocular Microscope with calibrating Rs.50.00 lakhs 15 4 50,000 Minimum 3 software along with all accessories Purchase Orders Comparison Microscope with all Rs.50.00 lakhs in supply similar 16 4 25,000 accessories(for hair examination) items to any 17 Handheld XRF instrument 1 25,000 Rs.50.00 lakhs Central/ State Government/ 18 XRF High end 1 2,50,000 Rs.2.00 Cr. PSUs. Laser induced Break Down Spectrometer Rs.50.00 lakhs 19 1 75,000 (With Quantification) Stereo Microscope with measurement Rs.50.00 lakhs 20 1 10,000 system HD Camera for existing Leica FSC Rs.50.00 lakhs 21 1 10,000 Comparison Microscope 22 Stereo Zoom Microscope 1 15,000 Rs.50.00 lakhs 23 Fume Hood Cupboards with Exhaust 5 25,000 Rs.50.00 lakhs 24 Electronic balance sensitivity up to 0.1 mg 4 25,000 Rs.50.00 lakhs 25 TLC- MS Interframe 1 75,000 Rs.50.00 lakhs 26 Portable Alcohol meter 4 10,000 Rs.50.00 lakhs 27 Closed System derivatizer 1 15,000 Rs.50.00 lakhs 28 Ultron ES Ph-CD HPLC Column 150 x 6.0,5µ 1 10,000 Rs.50.00 lakhs 29 PC-3000 express professional system 1 25,000 Rs.50.00 lakhs 30 Atola Taskforce with Accessories 1 25,000 Rs.50.00 lakhs Detego ultimate kit with all adaptors Rs.50.00 lakhs 31 1 50,000 accessories lab in Bag 32 TLC Platter 5 5,000 Rs.50.00 lakhs

----9----

Creation of virtual reconstruction lab with Rs.50.00 lakhs 33 1 5,000 3D animation/CAD and Solid solutions etc. 34 Skimmer, Short Range Jammer 1 10,000 Rs.50.00 lakhs 35 Encase 8 - Disk Forensic Software 1 Rs.50.00 lakhs Belkasoft Evidence Centre Internet, Mobile 25,000 Rs.50.00 lakhs 36 1 and Disk Forensic Artifact Analysis Solutions 37 Table Top High Spin Centrifuge 1 20,000 Rs.50.00 lakhs

Technical Specifications of Items Item 1: FT-IR with Forensic Library: 1 Fourier Transform infra Red (FTIR) Spectrophotometer High - end advanced PC based system FTIR system with Windows 7 Professional /10 Pro based Lab solution IR for operation on 220v/50Hz . Specifications:-  Full mid-IR wave number range from 7800cm -1 to 350cm-1  Michelson’s interfero meter with 300 incident angle, completely sealed and desiccated optics.  Highest signed to noice ratio in its class of minimum 23,000:l or higher (peak – to – peak, Around 2100cm-1, 4cm-1 resolution, 1min accumulations)  Wave number precision - ± 0.0005 cm-1 ( @ 2,000cm-1 )  Wave number accuracy - ±I 0.1 cm-1  High stability and throughput features dynamic alignment at 5000 times per second.  Maximum spectral resolution of 0.9cm-1 up to 16cm-1  Ge coated KBr beam splitter with moisture resistant coatings on surfaces.  High intensity long life ceramic source  High sensitivity temperature controlled D LATGS detector ( DTGS doped with L - Atamine)  Data sampling by semiconductor laser with temperature control.  Sample compartment - equipped with automatic accessory recognition mechanism & allowing it to easily accommodate.  IR pilot program with maximum standard application programme.  Accessory kit consists of Lab solution IR  Demountable cell, Nacl.  Q ATR-S Single bounce ATR- Diamond Prism disc.  Library suit to Forensic applications.  Live Demo to be given  Complete training to be given after installation of Instrument.  Three Years Warranty from date of installation.

Item 2: Gas Generator (Nitrogen, Air) 2 S.NO Principle specifications N2 specifications Air specifications 1 Moisture <2 ppm <2 ppm 2 Oxygen <5 ppm - 3 Total hydro carbon(THC) <0.3 ppm <0.3 ppm 4 CO & CO2 <2 ppm <2 ppm 5 Purity Minimum 99.995 % Minimum 99.995 % 6 Micron particles <0.01 <0.01 7 Capacity Minimum 600 ml/min at Minimum 1.5 LPM or 5 kg/cm2 1500 ml/min at 5kg/cm2 8 Method of purification Pressure swing Pressure swing Adsorption(PSA) & Adsorption(PSA) & Depressurisation Depressurisation

9 Room Temperature 5 C – 25 C 5 C – 25 C

----10----

10 Start up time 10 min /programmable 10 min by timer 11 Electrical requirements 230 V AC, 50Hz,1ph, 230 V AC, 50Hz,1ph, 5 Amp 5 Amp 12 Inbuilt Generator with compressor - -

- Live Demo and training to be provided. - 3 years warranty from date of installation. - Accessories for installation of Equipment

Item3: UV-Visible Spectrometer 3 UV – Visible Spectrophotometer PC based high performance, double beam spectrophotometer with UV-Probe software working in WINDOWS Environment for operation on 220v/50Hz

Specifications:-

1. Photometric System : Double beam system 1300 lines mm, 240nm blazed grating. 2. Setting warelength Range : 185mm to 1400nm 3. Measurement wavelength range: 185mm to 900nm 4. Spectral bandwidth : 0.1, 0.2, 0.5,1, 2 & 5mm 5. Wavelength Accuracy : ± I0.1nm (656.1nm, D2), ± 0.3nm (All range) wavelength 6. Scanning speed : Scan Rate : 4000 to 0.5nm/min. 7. Stray Light : Max. 0.005% ( 340,370nm NaNo2) : Max. 1% (198nm, Kcl) 8. Photometric) Accuracy : ± 0.002 Abs (0.5Abs) : ± 0.003 (1 Abs). 9. Photometric Range : - 5Abs. to 5 Abs Transmittance, reflectance: 0 to 100000% 11. Monochromater : Czerny – Turner mounting 12. Light source : 50W ;Halogen and Deuterium Lamp, Light source auto position adjustment built in

13. Software Features : General: Full multitasking windows 7 professional vista Business compatibility 32-bit operation for stable operation: QM/QC functionality; GLP/GMP Support function, Flexible report generator, customized formats editing of templates, multirange printout support, detailed on- Help. Spectrum: Comparison of multiple intra active specter Storage if all Processed data with original data set including a history of all manipulations. Spectrum enlargement/shrinking and auto scale Automatic interlink with spectral date processing. Annotation an spectrum screen.

14. UV 10mn cell GS kit 15. Instrument with online ups of 5KVs capacity 16. Live demo to be provided 17. Complete training to be given after installation of instrument. 18. Three Years Warranty from date of installation.

Item4: Kinematic Viscosity Bath with Density

4 Specifications for Viscometer cum Density Meter The latest and high end version of the system shall fulfill all requirements of standards.

----11----

 One cell to measure viscosity from 0.2 to 30,000 mm2/s.  Instrument should have a built-in Oscillating U-tube for measuring density from 0.65 to 3g/cm3.  Sample temperature for viscosity and Density cells should get controlled at set temperature between -25 to 135 °C by built-in Peltier solid-stat e thermostat. With counter cooling, temperature range should extend up to -60 °C  Should have a built-in Filling Check for monitoring the filling quality of the density cell in real time.  Viscosity and Density should simultaneously get measured from single injection of sample.  Typical solvent volume for cleaning and rinsing should not be more than 10 ml.  Instrument should have a standard mode for calculating VI according to ASTM D2270 and ISO 2909  Instrument should have integrated provision of calculating and displaying API density, API number and API specific gravity at 15 °C, 20 °C, 29.5°C & 60°F for the three product groups A, B and D.  Display resolution: Viscosity: 5 significant digits, Density: 0.0001 g/cm3, Thermostat: 0.001°C (Display)  Reproducibility Viscosity: + 0.35% + uncertainty of standard.  Reproducibility density: + 0.0001 g/cc + uncertainty of standard  Instrument should have in-built Memory for data storage.  Four, UKAS certified standards, 100 ml each, certified for Viscosity and Density at 20, 40, 60, 80 and 100 Deg. C. should be supplied.  Animated Video manual, detailing operation, working and maintenance of the viscometer should be provided.  Instrument should be compact, light weight bench top device for use in lab and industrial environment with a footprint of maximum 0.3 m².  The complete system should not consume power more than 100 watt.

 Should have facility to upgrade the instrument with an AutoSampler and RI Measuring System. Live demonstration of the instrument to be presented and after installation complete training to be given.

Three Years Warranty from date of installation.

Item5: Pensky Martins Flash Point (automatic) 5 Technical Specifications for Automatic PMCC Flash Point Apparatus The latest and High end model should with, assembly, inspection & testing of FLASH POINT TEST KIT for distillate fuels and other homogeneous liquids in transformer oil, Diesel using Pensky-Martens method. It should be enable to distillate fuels according to ASTM D93 A+B+C,ISO 2719 A+B+C, JISK 2265-3 A+B, IP 34 A+B, GOST REN ISO 2719. It is required that the supplier accepting the contract agrees to furnish all apparatus, appliances and material whether specially mentioned or not but which may be found necessary to complete to perform and testing any of requirement herein specified for the equipment implied without extra charges. The erection / maintenance tools and specific tools, if any, will also form part of supply. Technical Specifications for Automatic Flash Point Apparatus (Pensky Marten Closed Cup method)  The apparatus should conform to test method ASTM D93 A+B+C, ISO 2719 A+B+C, JIS K 2265- 3, IP 34 A+B  Should have with sample changer measures the flash point of up to 12 samples automatically.  Should be suitable for flammability applications on both biodiesel and biodiesel blended fuels along with diesel, heating oil and kerosene. It is also commonly used for other potentially flammable liquids.  Microprocessor controlled fully automatic operation.  Multi-Function-Head for easy one-hand simultaneous connection of all sensors and actuators such as shutter-actuator, stirrer, igniter and detector contacts.  Temperature range of 0 to + 405 degree C ----12----

 Apparatus should have program methods of ASTM, ISO and also should have facility of rapid heating programs, user defined and search programs.  Adjustable stirring speeds from 60 to 250 rpm.  Adjustable heating rate from 1 to10 degree C per minute  Differential-thermocouple method of flash sensing system.  In-built memory for 500 or more test results  Automatic Barometric pressure correction, with built-in pressure sensor.  5'' or more QVGA color LCD with real-time measurement display.  The device should be able to use with both electrical and gas ignition  Apparatus should have Integrated Automatic Fire Extinguishing System  Device should have Heating control with rapid heating stage and equipped with safety over- temperature shut-off.  The device should have power controlled/monitored for electric or gas igniter with automatic re-ignition of flame.  USB, RS 232 and LAN interface.  Password protection.  Apparatus can be placed on a bench Space of width below 300 mm.  Cooling by in-built fan only.  Certified Reference Material as option.  Standard Supply along with instrument should consist of , o Standard test insert with sample changer – 12 cover &cup. o 1 No. standard multi-detector (Pt 100 probe and flash detector ) o 1 No. gas igniter o 1 No. electric igniter o 1 No. tray (to hold cup/lid, sensor and igniters) o 1 No. tong & 1 handle for cup o Live demonstration of the instrument to be presented with o after installation complete training to be given o Three Years Warranty from date of installation.

Item6: Distillation Apparatus for Petroleum products 6 Specifications for Automatic Distillation Apparatus Technical Specification for high end and latest model of Auto Distillation Equipment As per test method ASTM D 86 D850, D1078, IP 123 and ISO 3405, IS 1448: part 18 is as per following. Auto Distillation Units should be a compact self-contained Instruments with liquid coolant free cooling system, delivered with all accessories to immediately begin testing. It should include one number each of the following: 125 ml flask, 100 ml receiver, vapor probe with centering device, heater plates 38 and 50 mm, Flask connection silicon tubes, receiver cap and condenser cleaner. The Equipment should have the facility to calculate Cetane Index as per D4737and D976 and Driveability Index according to D4814. The instrument should be supplied along with portable digital density meter with 3 digits accuracy for measurement of density and calculation for Cetane Index as per ASTM D4737. User Interface: Large 10” graphic TFT-LCD color touch screen and Alpha Numeric key pad with dedicated function keys and solvent proof protection. The distillation analyzer should have connectivity ports such as USB ports,HDMI and Bluetooth/Wifi to connect to mouse, keyboard, printer and monitor without any need of a PC. Flask Heating System: Low mass and low voltage non-contact heater with self-positioning heating system and automatic heater lifting and lowering. Heating coil should not be in contact with the flask to avoid any damage to the flask. Fully automatic initial heat settings, distillation rate regulation and final heating regulation, to start test select the group and push start button.

----13----

Condenser Temperature range 0 to 80°C programmable constant temperature, temperature ramping or special temperature profile, instantaneously ready at switch on, automatic cooling via pielter cooling and switch between groups within 5 mins. Receiver chamber should be capable of maintaining programmable temperature from 0 to 40°C and also should measure the charge volume before distillation. The analyzer volume measurement system should have image capture based optical sensor technology with +/- 0.1ml accuracy and +/- 0.01ml Resolution. The analyzer should have facility to detect temperature of the flask and LED system to indicate the operator. The analyzer should have facility to detect right flask attached to the condenser line. Instrument should be able to perform manual distillation with ASTM thermometer and manual heating control. The pt100 sample vapor temperature probe should be wireless and easy to connect. It should have the facility to adjust the probe position in the flask without removing from the flask. The instrument should have a built-in calibrated atmospheric pressure sensor and humidity sensor. The analyzer should have built in fire extinguishing system with UV fire sensor, and should automatically shut down the heater and other power devices in case of fire. The instrument should also detect weather the inert gas is connected or not. The analyzer shall have Safety interlock for the receiver chamber; door movement should be automatic without any manual intervention. The equipment should have Sensors to monitor and alert operators for the following cases: a) absence or improper placing of temperature probe in distillation flask b) Absence of distillate receiver cylinder c) Absence of distillate drop plate d)Wrong heater base plate e) condenser not cleaned f)Receiver Chamber door open e) flask not in position. The software should have function to disable the above sensors. The analyzer software should have Temperature and Volume calibration functions and should store the calibration data with Last Calibration date, due and frequency of calibration etc. The software should have provision to record error log. Supplier should supply below consumables and spares necessary for trouble free operation of the distillation analyzer. Distillation Flask 125ml: 30 Nos. Measuring cylinder with metal base: 5 Nos Mesuring cylinder without metal base: 10 Nos Sample pt100 sensor: 1 Nos Heater Plate 38mm & 50 mm: 2 Nos. Each Boiling Stones: minimum 200g Condenser Cleaning with plugs: 1 Nos Drip Plate: 2 Nos. Condenser stopper: 5 Nos. CRM Gasoline & Diesel: 250ml each - Three Years Warranty from date of installation

Item 7: PCR Machine: 7 SPECIFICATION OF PCR MACHINE (THERMOCYCLER) The PCR System should offer compatibility with three block formats 3 × 32-well block, 96-well block, and 2 × 96-well block, and in conjunction with STR chemistry validated platform.

----14----

1. The PCR system should be validated for HID, validation in assay performance of Identifiler®, Identifiler® Plus, Identifiler® Direct, MiniFiler™, NGM Select™, Yfiler®, Yfiler® Plus, Global Filer®, and Global Filer® Express Kits. 2. Thermal cycler should allow simultaneous control by three users to control three, 32 well independent blocks. 3. Thermal Cycler should allow the user to interchange the 3x32 well blocks, 1x96 well blocks, 2x384 well blocks, 2xflat block, and 2x96 well blocks on the same system. 4. Thermal cycler should simulate the ramp speed of other PCR instruments with pre- programmed thermal simulation modes. 5. Thermal cycler should have a unique Veriflex blocks which can allow users to precisely set target temperatures for PCR optimization. 6. Thermal cycler software should allow programming an Auto-Delta program, which can increment and decrement set-point times and/or temperatures by a fixed amount every cycle 7. Thermal cycler should have block ramp rate is of 6oc/sec . 8. Thermal Cycler should have a USB interface that can be used for any future software upgrades or transporting methods. 9. Thermal cycler should have a provision to connect by Wi-Fi or LAN to the internet and remote monitor run status by using a free mobile app. 10. Sample Temperature Uniformity across the sample block is designed to be +/-0.5°C, 10 seconds after the clock starts at 95° C. 11. Thermal Cycler should have a memory for approximately 800+ PCR methods. 12. System should be supplied with lazer printer. 13. Three Years Warranty from date of installation.

Item8: Vertical Cooling Cabinets (4 to 8°) 8 Specification for Vertical Cooling Cabinet 1. Capacity : 656 liters 2. Temperature Range: Programmable temperature range from 2 to 8Deg.C 3. Freezer Type : Upright/Vertical – two door 4. Alarms : Microcomputer control of temperature alarms. 5. Display : LED - Digital temperature display 6. System safety : lock protection system ,prevent from unauthorized change of parameter 7. Inner material : Stainless Steel 8. External material : Sprayed steel 9. Insulation : PURF 10. Warranty : Three Years Warranty from date of installation.

Item9: Deep Freezer (-20°C) for Samples: 9 SPECIFICATION OF DEEP FREEZER -20 1. Capacity : 450 liters 2. Temperature Range: Programmable temperature range from -10 deg.C to -25Deg.C 3. Freezer Type : Upright/Vertical 4. Alarms : Microcomputer control of temperature alarms. 5. Display : LED - Digital temperature display 6. Insulation for Door and Cabin: PURF 7. System safety : lock and password protection system ,prevent from unauthorized change of parameter 8. Battery Backup : yes 9. Inner material : ABS 10. Warranty : Three Years Warranty from date of installation.

Item 10: Deep Freezer (-80°C) for samples 10 SPECIFICATION OF DEEP FREEZER -80 ----15----

1. Capacity : 1000 liters 2. Temperature Range: Programmable temperature range from -10 deg.C to -86Deg.C 3. Freezer Type : Upright/Vertical 4. Alarms : Microprocessor control of temperature alarms. 5. Display : LCD controller touch screen with 7” clear display 6. Data Download : USB interface for users to download the temperature data 7. Insulation for Door and Cabin: two times foaming thermal insulation door, multi patents out d design and cabinet uses high performance vacuum insulation board. 8. System safety : with keyboard lock and protection system ,prevent from unauthorized change of the parameter. 9. Data recorder : Built in 10. Battery Backup : yes 11. Inner material : Stainless steel 304 12. Warranty : Three Years Warranty from date of installation. 13. System should be supplied with Brady labels printer with thermal paper adjustable upto 0.5 inch to 4 inch

Item11: Electronic Balance 11 Reading unit (d) 0.1 mg

Repeatability ±0.0001 gm (± 0.1mg) Linearity ±0.0002gm (±0.2mg) Tare range Full Range upto Capacity Calibration Auto Internal Calibration wih GMP-GLP Weighing time <4~6s Pan size Ø 90mm Total dimensions 215 (235 with legs) x 345 x 350 mm Weight chamber dimensions 175 x 140 x 230 mm Balance weight 6,5 kg Power supply ~ 230V 50Hz 9VA / =12V 1200mA Interface Serial RS232, PS2 (Optional USB & W-LAN) Power supply ~230V 50Hz 9VA / =12V 1200mA Warranty Three Years Warranty from date of installation.

Item 12: Ice Flaker 12 SPECIFICATION OF ICE MAKER 1. capacity 100 kg /day 2. high quality stainless steel outer skin , anticorrosion and durable 3. Cabin insulation is CFC free foam, fluorine free antibacterial type inner 4. TUV or VDE safety certification for electrical safety components 5. Auto microcomputer control and running 6. Tank float type water system to ensure that no residual water more than water. 7. Ice full display, lack of water, too cold protection, fault warning display protecting shut down alarms 8. 1 year general &3 years warranty on compressor

Item13: Table Top Refrigerated High Speed Centrifuge 13 SPECIFICATION OF TABLE TOP REFRIGERATED HIGH SPEED CENTRIFUGE 1. Maximum Speed : 26500 r/min

----16----

2. Maximum RCF : 50000xg 3. Temperature Range: -20deg.C to +40deg.C 4. Maximum Capacity : 100 ml 5. Speed Accuracy : +/- 20r/min 6. Temperature Accuracy : +/- 1 degree 7. Time Range :1s to 99h 59min59Sec 8. Short running function 9. Automatic rotor identification system 10. Over temperature ,over speed, door and unbalanced protection 11. Power Supply : 210 V to 230V/ 50Hzs 12. Three Years Warranty from date of installation.

Item14: Table Top Refrigerator High Speed Micro Centrifuge: 14 Max RCF 21,100 x g Max Speed 14,800 rpm Max Noise Level 50 dBA (refrigerated) Acceleration/Deceleration 8/9 seconds Rates 1 min - 99 min; 1 min increments + HOLD mode Time Set Range Set from -9 °C to +40 °C per 1 °C increment Temperature Range* CSA certified, CE marked, IVD compliant certification IEC 61010-1, IEC 61010-2, IEC 61010-020 Technical Standards Dimensions, H x W x D, mm (in) 330 x 295 x 445 (12.9 x 11.6 x 7.5) Warranty Three Years Warranty from date of installation.

Item 15: Trinocular Microscope with Calibrating Software 15 Trinocular Microscope with Calibrating Software along with all Accessories: SPECIFICATION OF Trinocular Microscope :

Description: Trinocular darkfield microscope, 1000x, IOS, Digital camera with Calibration software and Computer (Imported) Specifications: Observation Method: Bright field and Dark field Main Body Type: Upright Head Type: Trinocular, Split ratio: 50/50 Inclination: 30°, 360° rotating Eyepieces Field number :(mm) 22, Magnification :10x Nosepiece Positions: Quintuple, Reversed, Rotation on ball bearings Objective thread: RMS Objectives Type: IOS W-PLAN Objectives included: 4x/0.10, W.D. 17.3 mm, 10x/0.25, W.D. 10 mm 40x/0.65, W.D. 0.54 mm, 100x/0.36-1.25 W.D. 0.18 mm with iris (Oil), Stage Type: Double layer, Dimensions (mm) : 233x147, Moving range (mm) : 78x54 Condenser - Immersion Darkfield Type: Dark field (oil) with built-in LED, Removable, Numerical aperture (N.A.): 1.36, Centrable Focusable: By rack and pinion Focusing System Type: Coaxial coarse & fine, Coarse total travel (mm):25 ----17----

Fine total travel (per single rotation) (mm): 0.2, Fine resolution (µm) :2 Transmitted Illumination Kohler illumination: Fixed type Type: X-LED Light source power: (W) 3.6, Lifetime (hours) > 65,000,Temperature (K) 6,300

Accessories

Dust cover, Tension adjustment tool, Allen wrench, Cantering telescope User Manual: Digital version (downloadable)

High-performance camera with advanced calibration software package Camera Specifications: Digital camera resolution 3.1 MP (2048 x 1536) output USB 3.0 Sensor Size 1/2.8” Sensor technology CMOS Sensor type SONY EXMOR CMOS Image format 4/3 Pixel size 2.5 x 2.5 µm Frame rate full resolution 50 fps (2048 x 1536) Frame rate other resolutions 50 fps (1920 x 1080) Sensitivity 600 mV at 1/30sec Dark signal 0.15 mV at 1/30sec ADC Conversion 8 Bit - 12 Bit Color Depth 1 Bit; 4 Bit; 8 Bit; 24 Bit Exposure Time 0.1 msec - 15 sec Binning 1x1 IR filter 380-650 nm (IR-cut filter) Camera power PC USB Type C-Mount

0.5x focusable C-Mount adapter Compatible PC Accessories: Calibration Slide for calibration: 1.5 m USB cable

Three Years Warranty from date of installation.

Item16: Comparison Microscope with all Accessories (For Hair Examination): 16 SPECIFICATIONS FOR COMPARISION MICROSCOPE WITH ALL ACCESSORIES (With Built in Digital System for viewing and recording) 1. Optic Magnification Range : 2.5X-120X 2. Eyepiece : WF10X, WF20X 3. Objective : 0.6x,1.2x, 3.5x, 5.0x 4. Objective view field diameter : 2.5mm-90mm 5. Built-in digital color video recording system: *3mega pixels, 1024x768 resolution, Support USB numerical or VGA/AV/DAI output *Match with digital camera port video 6. Magnification : Interface Magnify 0.44x 7. Working Distance : 100mm

----18----

8. Object Stage : Dimension 100mm 9. Moving range : X/50mm Y/50mm Z/50mm 10. Objective stage horizontal linkage range : 50mm Coarse moving range : 50 mm New semiconductor light source illumination (brightness adjustable) Illumination 11. 220V AC input, 12V DC stable voltage output. 300W independent exteriorized cold light source, photoconductive fiber with adjustable condenser power Supply : 220V input. 24V DV stable voltage output. 12. Supplied with Senior analysis software 13. Three Years Warranty from date of installation.

Item 17: Hand Held XRF Instrument: 17 Hand Held Energy dispersive X-Ray Fluorescence (ED-XRF)

1. It should suitable for the detection & analysis of gunshot residues on cloths, swabs etc. 2. It should suitable for the detection & analysis of traces of copper and lead around the bullet holes on clothes. 3. Detection range : Mg to U

4. Fluorescent X- Ray detector : Silicon Drift Detector (SDD) 5. Weight : 1 to 3 kgs 6. Excitation Source : Rh target 7. Operating Temperature : -100c to 500c 8. Analysis software : latest user friendly software, elemental Mapping desirable 9. Data storage : 1 GB or more micro SD 10. Data transfer : USB or any 11. Power : rechargeable Li-ion battery 12. PC interface : Should supports for windows 7 or high version 13. Warranty : Three Years Warranty from date of installation.

Item18: XRF High End 18 ENERGY DISPERSIVE X-RAY FLUORESCENCE SPECTROMETER (WITH AIR/PELTIER COOLING SYSTEM) With the following specifications or better with all spares, accessories etc for pre-installation and ready to operate 1. Detection range : Carbon to Uranium 2. Sample compartment size : 150 mm or more (W) & about 100 mm (H) 3. Collimator : four step variable (1 to 10 mm dia) or better 4. Detector : SDD(Silicon Drift Detector),thermoelectrically cooled 5. Resolution : 135 ev or better 6. Optics : Built in camera for field view 7. Analysis : Both qualitative & quantitative analysis 8. Accuracy : about 0.5% 9. Sample : Solid, liquid & powder 10. Measuring atmosphere : Air, Vacuum & Helium 11. Tube Voltage & wattage : 50 KV or higher and 50 W 12. Detection limit : 1 ppm to 100 % or nearest 13. Software : Measurement/ analysis software for qualitative analysis and calibration curve method, FP method, film FP method and background FP method for quantitative analysis. Automatic energy calibration and

----19----

FWHM calibration functions with port generations. Also with auto X-ray tube aging software or equivalent software elemental mapping desirable. 14. Filters : Software selectable filters 15. Sample Holders : For examination of solid, liquid and powder 16. Accessories : Standard tool kit, mylar films and other accessories 17. Standards : for system calibration as well as other standards for analysis of gold, silver, aluminum, copper, iron and nickel (CRS standards), Barium, lead etc.,

18. Computer : I-5 with Multi core processor, 16 GB RAM, 2 TB hard disc, 27” LED Monitor or better suitable computer 19. Printer : Colour laser jet printer of 1200 dpi resolution and of standard company 20. UPS : Standard ISI certified UPS with required KVA

Demo of instrument / software should be given by all the vendors during the technical evaluation process. Warranty : Instrument/ Software should be strictly with 3 -Years Comprehensive Warranty i.e., Service with free up dates from the date of installation.

The Service of the Instrument/software during warranty period should be by a qualified technical engineer who is holding training certificate from the manufacturer / certified agency of manufacturer.

Training : Hands on training ( in two spells of one week each) should be given to the staff members during installation at the customer site.

Item19: Laser Induced Break Down Spectrometer (with Quantification)

19 Specifications for Laser Induced Break Down Spectrometer (with Quantification) Laser: 266 nm, 50mJ/pulse Nd:YAG or better Detector: iCCD detector, Wavelength range 200nm-900nm or better XYZ stages: <1 um res., 2in x 2in x 2in travel or better Laser spot size: 10 um to 500 um, adjustable

Should be analyzed Light elements of Z<12 (e.g. C, H, O, N, Li, B, Be) and heavy elements • Rapid analysis – seconds to minutes • Little or no sample preparation – solid samples should be analyzed as is, or pelletized powders (excipients or binding agentsoptional) • Depth profiling and spatial mapping at a micron-scale • Micro- to macro- analysis – targeted and flexible spot analysis • Qualitative sample classification and/or quantitative element concentrations • Detection should limit in 10s of ppm for most elements Three Years Warranty from date of installation.

Item20: Stereo Microscope with Measurement System:

20 Stereo Microscope with Measurement System: SPECIFICATION FOR COMPARISION FLURESCENCE MICROSCOPE (SEMI-AUTOMATED WITH BRIGHTFIELD AND IMAGING SYSTEM 1. LED transmitted light axis (field aperture diaphragm, transmitted light, colour intensity, Kohler illumination etc.) for Bright field and fluorescence. 2. Manual Fluorescence axis (5 position fluorescence filter turret, inbuilt shutter, intensity control /

----20----

5 position neutral density filter wheel etc.) 3. Manual condenser head with motorized 7 position turret condenser. 4. Manual Fluorescence filter turret 5 positions or more with filter cubes. 5. Manual Z focus-drive with minimum three steps of focussing. 6. Mechanical X-Y stage with adjustable height rotatable and ceramic coating. Also with maximum travel range should be functional with both right and left hand users by swapping the XY handle.

7. Objective nose piece (minimum 7 positions). 8. Contrast manager for all contrast techniques (Bright field, Phrase contrast & Fluorescence). 9. LED integrated illumination with min 20,000hrs life time and flat illumination should be controlled via software and buttons, with inbuilt 8ms or faster shutter. 10. Six or more position objective nosepiece with fluorescence grade plan objectives. 5X/0.12NA, 10X/0.25NA, 20X/0.4NA, 40X/0.65NA,100X/1.25NA. All objectives with highest NA are preferred. 11. Fluorescence light source 120w/130w metal halide /mercury with minimum.1500hrs half-life time should have inbuilt 5ms or faster shutter and should be controlled by imaging software. 12. Narrow fluorescence filters for DAPI, FITC/GFP, Rhodamine , Cy5. All filters should not have any pixel shift. 13. Above items of 1 to 10 should be in two sets suitable for comparison bridge as mentioned in point 12. 14. Motorized comparison bridge with integrated (tiltable) ergotube with following features; a. Colour-neutral image with splitter prism. b. Left/right magnification difference should be as minimum to 0.1. c. Superimposed or split-image comparison with motorized variable diving line should be included. d. Motorized adjustable width of diving line should be part of the system. e. Should support both split and superimposed images simultaneously. f. To be included with LED display with Red and Green colours. g. Should support Magnification adjustable (zoom) and right-hand beam path (5%). h. To have optical axis of 400mm minimum. I. to be supplied with operating panel for easy control of all motorized components. j. Should include inbuilt magnification of 1x and 1.5x with motorized changing.

15. Should include cooled CCD camera with dual mode (colour and monochrome), min.5MP resolution and 15fps speed at full resolution, USB 3.0/Fire wire connectivity along with suitable 0.5x-0.7x C-mount adapter. 16. Software to control camera and all microscopy components to obtain images in multi dimension. Should have features for measurement, automated counting, export to excel, annotation features. 17. Factory configured computer work station with i7 / Xeon chipset, 16GB RAM, 1TB HDD, 32” LED / LCD Monitor, keyboard and mouse. 18. Comparison microscope, camera, software, workstation, light sources should be from single manufacturer. 19. 5KVA UPS with min 1hr backup. 20. Color laser printer with minimum 7 pages per minute. Three Years Warranty from date of installation.

Item21: HD Camera for Existing Leica FSC Comparison Microscope

21 Specification for HD Camera for existing Leica FSC comparison macroscope 1. C- mount adapter 0.55x; 2. Leica MC190HD high definition Camera & SW kit And PC work station with following specifications. Computer: Intel i7processor or Xenon processor or Better, 8GB RAM, 1 TB HDD, 2GB Graphics Express card, 2 no’s PC 1X Express slot, DVD writer, 19 “ square Monitor ( available in DELL) or 21’’ Rectangle

----21----

Monitor USB 2.0 Ports (minimum 3 nos.), Keyboard, Mouse, Windows 7 Professional 64 bit Version or Business edition, MS office & ATX Tower.

Item22: Stereo Zoom Microscope 22 STEREO Zoom MICROSCOPE (eye piece less) WITH MEASUREMENT SOFTWARE:

1. Zoom Ratio : 10:1 or better 2. Magnification : 6 X to 60 X and upgradable facility up to 120X 3. Working distance : 30 to 175 mm or better 4. Optical Head : dynoscopic stereo optical head, ergonomic design with eye piece less technology, expanded pupil design using a multi-lenticular disc 5. Field of view : 10 mm to 50 mm or more 6. Iris diaphragm : double iris diaphragm built into focus module to allow greater depth of field or advanced. 7. Focus : co-axial coarse and fine focus knobs 8. Illumination : integrated LED illumination for both Transmitted and incident lights with built in power supply and LED ring illumination with continuously tunable power source. 9. Measurement facility : with measurement reticle 10. Modular Camera facility:  Resolution : 2560 X 1920 pixel or more, 5 M Pixels or more  Colour depth : 12 bit or better  Live Image : Full size live image  Refresh rate : about 15 fps  File formats : bmp, jpeg, png, avi etc., 11. Computer : I-7 or better Multi core processor, 16 GB RAM, 2TB hard disc, 32” LED Monitor, with colour Laser jet printer with 1200 dpi of reputed brand and UPS 12. Software : Windows 10, Latest software for image transfer, analysis and Measurement software. 13. Warranty : Three Years Warranty from date of installation.

Item23: Fume Hood Cupboard with Exhaust

23 Specifications : Fume Hood Cupboard with Exhaust (Fuming cup boards with duct Toxicology section) Size: working area 4800 x 720 x 900mm Overall – 1500 x 900 x 2400mm Acid and chemical resistant with exhaust blower

Item24: Electronic Balance Sensitivity upto 0.1mg 24 Specification of Electronic Balance Sensitivity upto 0.1mg:  Electronic balance with accuracy up to 0.1mg. Specifications for Narcotics section Weighing range 0g. to 100/200g.  Weighing mode : Grams.  Weighing pan should be made of stainless steel.  Base should be corrosion resistant.  Back lit LCD Display.  Over load indicator  Readability 0.1mg.  Repeatability: 0.1mg.  Linearity +/- 0.2mg.  Tare across the entire range.

----22----

 Leveling feet and leveling indicator should be present.  Stabilization time: 4 seconds.  Should be provided with AC adaptor suitable to India.  Calibration : Automatic (Internal)  Calibration and Menus lock facility should be possible to prevent un-authorized persons from changing the settings. Accessories:  Protective shield to protect measurements from air currents.  Dust cover.

Item25: TLC – MS Interface 25 Specifications :  It should be able to extract sample from TLC plate and inject it directly in to Mass spectrometer for compound analysis.  Extraction of sample from selected zone should be rapid ad free from any contamination.  Time required should be in seconds.  Machine should have less than 2 micron inbuilt filter assembly to avoid blockage of MS by silica.  Machine should be interfaced to LCMS of any company.  It should be possible to collect the eluent and subject to other instrumental analysis.  Flow rate should be between 0.1ml/min to 1ml/min for glass or Aluminium foil backed plates.  Automatic piston movement and cleaning.  Detection limit should be up to microgram level or less. Three Years Warranty from date of installation.

Item26: Portable Alcohol Meter 26 Specifications :  Should be able to measure alcohol content in distilled spirits.  The time taken should be less than a minute.  Alcohol concentration should be measured from density value measure using oscillating u- tube technology.  Should be able to measure alcohol content from 0%v/v to 100 %v/v.  Accuracy should be up to 0.1%.  Should be able to measure between 0o c-40oc  Accuracy in temperature measurement should be upto 0.1oc.  Should be able to correct temperature automatically.  The values measured should be repeatable.  Should be able to function at ambient temperature i.e. between 15oC – 50oC  Should be able to measure alcohol in smaller volumes upto 2ml./1ml.  Should be robust.  Should be portable.  Should have energy saving mode.  Should be easy to clean.  Should have high level of protection against particles and fair amount of protection from water i.e. should be rated IP54.  17. Should be able to print the results.  Three Years Warranty from date of installation.

Item27: Closed System Derivatizer 27 Specifications: 1. Automated spraying device. 2. Completely sealed leak proof. 3. Low reagent consumption droplet spray. 4. Easy cleaning.

----23----

5. Should be able to spray all common spraying reagents like dragendorff, ninhydrine, Iodine solution etc. 6. Should be able to spray strog acids like concentrated sulphuric acid. 7. Any residue should be aspirated. 8. Application should be homogeneous. 9. Should be able to spray 20/20 as well as 20/10 TLC/HPTLC plates. 10.Three Years Warranty from date of installation.

Item28: Ultron ES Ph-CD HPLC Column 150 x 6.0,5µ

28 Ultron ES Ph-CD HPLC Column 150 x 6.0,5µ (Phenyl Cyclodextrin Chiral HPLC Column) 1. 150 mm x 2mm i.d. 2. Particle size -2.2um. 3. High purity packing material. Three Years Warranty from date of installation.

Item29: PC-3000 express professional system 29 Specification : 1. Should be a combination of software and hardware that specializes in both HDD repair and data recovery 2. Should support HDD families of products from various manufacturers including Western Digital, Seagate, Hitachi (including the original series and the newer ARM series), Fujitsu, Samsung and Maxtor. 3. PCI-Express 1.0 Interface with two native SATA 2.0 ports and one IDE port 4. Should support all IDE (CE, CF, ZIF), SATA (MICRO SATA) interface HDDs 5. Should support 1.8 inch, 2.5 inch, and 3.5 HDDs with a capacity of up to 5TB 6. One-click automatic HDD diagnostic repair module 7. Efficient USB terminal that can work with Seagate F3 serial HDDs 8. Should support Flash ROM programming unit 9. Should Support the recovery of corrupted firmware in HDDs 10. Should Support the ability to unlock and reset hard drive password (i.e. decrypt the hard drive) 11. Should support data recovery and HDDs repair due to failed read/write heads 12. Should Support virtual head map technology 13. Should Support the repair of HDDs with physically-damaged sectors 14. Should Support disk imaging, imaging by selective head, file recovery 15. Should Support Head map editing in RAM for data recovery 16. Review defect tables (P-list, G-list, T-list, etc.) 17. Load service information access program – LDR 18. Hide found defects of magnetic surface 19. Provide direct read and write to Seagate SA track 20. Forward and reverse scan and directly recover data from bad sectors 21. Should compliant with SATA 2.0 standard with speed up to 150MB/s for SATA ports 22. Should compliant with the UDMA66 standard with speed up to 66MB/s for IDE port 23. Three Years Warranty from date of installation. 24. Hands on training with certification

Item30:Atola Taskforce with Accessories Extremely Fast Imaging speeds of imaging at surpassing 50GB/min*. Clone PCIe to PCIe at speeds of 1 69GB/min

----24----

Support multiple Imager Formats , copy, dd image,.dmg image, e01, ex01, supports MD5, SHA1, 2 SHA256 and dual-hash (MD5+SHA-1) authentication. Should Image & verify from 4 source to 6 destination drives for ultra-efficient imaging Multipal Imaging Ports: Write -Protected source ports include: Write-protected source ports include: 2 SAS/SATA 1 USB 3.0 (can be converted to SATA using an optional USB to SATA adapter) 1 PCIe 3 Destination ports include: 2 SAS/SATA 2 SATA only 1 USB 3.0 (can be converted to SATA using an optional USB to SATA adapter) 1 PCIe Should have Two 10GbE network ports for network connectivity. The unit should include a USB 3.0 6 device port for drive preview and two USB 2.0 host ports Capability of Parallel Imaging, Simultaneously perform multiple imaging tasks from thesame source 7 drive to multiple destinations using different imaging formats. Image simultaneously from multiple sources to multiple destinations including a network repository. Supports imaging to one location while simultaneously hashing and/or wiping a second drive. Perform 8 up to 5 tasks concurrently. Little or no speed degradation when imaging from two sources to two destinations 9 Web Browser/Remote Operation to allows to connect with device from a web browser Broad Interface Support for SAS/SATA/USB/PCIe storage devices. Supports eSATA, 10 mSATA and microSATA interfaces with adapters Support M.2 SSD hard drive that use the PCIe interface as well as the SATA interface, 11 PCIe Express cards and mini-PCIe express cards. Should Support for M.2 PCIe and M.2 NVMe type SSDs and mini-PCIe and PCIe express cards is provided 12 using optional adapters Should image CD/DVD/Blu-ray media by using a USB optical drive connected to the USB port on the 13 device Should allow to image to an external storage device such as a NAS,using the 10GbE ports, USB 3.0 or via 14 the SAS/SATA connection. 15 Should support for imaging from and to SCSI hard drives Detect and capture Host Protected Areas (HPA) and Device Configuration Overlay (DCO) hidden areas 16 on the source (suspect) drive Forensic, Filter-Based File Copy,users can filter and then image by the file extension 17 (such as.PDF,.xls, .JPEG, .mov etc.). 18 Should Capture network traffic, internet activity and VOIP. 19 Ability to preview the drive contents directly 20 Administrators can save configuration settings and set password-protected user profiles. 21 Concurrent Image and Verify 22 Generate Audit Trail Reporting/Log Files in XML, HTML or PDF format 23 Secure sensitive evidence data with whole drive AES 256 bit encryption Allow to manipulate the DCO and HPA area of the destination drive so that the destination drive’s total 24 native capacity matches the source drive 25 USB Host Ports and HDMI Port for connecting keyboard, Mouse and with Projector 26 Three Years Warranty from date of installation. 27 Hands on training with certification.

----25----

Item 31: Detego Ultimate Kit with all adaptors accessories lab in Bag 31 Specification of Detego ultimate kit

1. Should be a portable standalone and very easy to use solution for performing multi-dimensional forensic analysis including a. Forensic Imaging and Cloning of suspected storage media. b) Extraction of data (Live Forensic Image, RAM, Registry etc.) from live running machine. c) Analysis of existing, deleted, misnamed, Internet Artifacts, Email and password protected data. d) Extraction and Analysis of Data from smart phones and tablets.

2. Should have various accessories for forensic duplication, triage and Analysis of data from suspected storage media. 3. Kit should have Forensic Disk Duplicator which a) Should support forensic disk duplication of IDE/SATA(III,II,I)/USB (3.0,2.0,1.0)/SAS Drives b) Should support 1 to 1 , 1 to 2 and 1 to 3 source to destination combinations c) Should support various forensic image format like RAW (dd), E01, .dmg, EX01 d) Should have imaging speed of up to 15GB per Min while concurrently calculating MD5 and SHA-1 hashes. e) Should support Following Duplication Mode i. Disk to Disk (Clone) ii. Disk to File (Image) f) Should Calculate MD5 and SHA1 Hash simultaneously g) Should allow Blank disk check h) Should Allow encryption of forensic images using XTS-AES encryption algorithm i) Should allow Destination Drive Wiping and formatting j) Should have LCD Screen 3.5” for displaying various information related to drives connected and operations. k) Should have USB port for connecting Keyboard and USB Printer l) Should Have various types of adapters for 2.5” Drives, I.8” Drives, ZIF, LIF, Micro SATA, SSD etc. 4. Kit should have Write Blockers a) Should support for IDE/SATA b) Should support for USB c) Should support for SAS Drives d) Should support for Firewire 5. Kit should have tray less Forensic Image Drive Bay which should a)Should have High Speed USB 3.0 Interface 6. Kit should have Forensic Analysis application which should a) Should have gallery view option to quickly reveal all photographs and graphics file stored on hard drives and other media. b) Should have timeline view option to provide an easily to search adjustable graphical calendar like display for file activity of particular interest. c) Should contain Full Unicode support to allow users to search text and fonts from any foreign county and in any language d) Should support acquisition Restart facility: continue a window acquisition from its point of interruption e) Should have inbuilt LinEn utility to acquire evidence via boot disk f) Should have inbuilt WinEn utility to acquire RAM evidence g) Should do image verification by CR and MD5 h) Should have Inbuilt support for writing scripts & should have pre-built scripts i) Should Support more than 150 Filters and Conditions j) Should Support combining filters to create complex queries using simple “OR” or “AND” Logic` k) Should have Inbuilt Active Directory Information Extractor l) Should be able to automatically rebuild the structure of formatted NTFS AND FAT volumes ----26----

m) Should support Recovery of deleted file/folders n) Should have Inbuilt windows event log parser, Link file parser to search in unallocated space o) Should have Inbuilt support for Compound (e.g., zipped) documents and file analysis. p) Should support file Signature analysis q) Should have native viewing support for 400 file formats r) Should have built-in Registry Viewer s) Should support 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 and unallocated space etc. t) 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 – Internet Explore, Mozilla Firefox, Opera and Apple Safari u) 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 v) Should include system support for: i. Hardware and Software RAIDs ii. Dynamic disk support for Windows 2000/XP/2003 Server iii. Interpret and analyze VMware, Microsoft Virtual PC, DD and SafeBack v2 image formats. w) File System: i. Windows FAT12/16/32, NTFS; Macintosh HFS, HFS+; Sun Soloris UFS, ZFS; Linux EXT2/3; ii. Reiser; BSD FFS, FreeBSD’s Fast File System 2 (FFS2) and FreeBSD’s UFS2; iii. Novell’s NSS & NWFS; iv. IBM’s AIX jfs, JFS and JFS with LVm8; TiVo Series One and Two; CDFS; Joliet; DVD; UDF; ISO 9660; and Plam x) Should support reporting facillity with i. Listing of all files and folders in a case ii. Detailed listing of all URLs and corresponding dates and times of web site visited iii. Document incident response report iv. Log Records v. Registry vi. Detailed hard drive information about physical and logical partitions vii. View data about the acquisition, drive geometry, folder structures and bookmarked files and images viii. Export reports in Text, RFT (opens in Microsoft Office), HTML. XML or PDF formats.

y) 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 OS etc.

7. Should have High end Laptop which should have a. Processor i7 b. RAM 16GB c. Hard Drive 1TB d. Windows 8.1 / 10 64 Bit e. Adobe Reader and Document Viewing and editing application f. External CD/DVD Writer 8. Kit should have other accessories like a. Should be enclosed in a portable rugged kit b. Should have screwdriver kit c. Should have Digital Camera 16 MP d. Should have power extension cable ----27----

9. Three Years Warranty from date of installation. 10. Hands on training with certification

Item32: TLC Platter: Latest and best quality

Item33: Creation of virtual reconstruction 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).

Item34: Skimmer, Short Range Jammer Smart Card Skimmer, Short Range mobile phone signal Jammer, etc., for analysis of Forensic Samples.

Item35: Encase 8 or above Forensic Analysis Software

# Specification Should have gallery view option to quickly reveal all photographs and graphics file stored on hard 1 drives and other media. Should have timeline view option to provide an easily to search adjustable, graphical calendar like 2 display for file activity of particular interest. Should contain Full Unicode support to allow users to search text and fonts from any foreign county 3 and in any language 4 Should support acquisition Restart facility: continue a window acquistion from its point of terruption. 5 Should have inbuilt LinEn utility to acquire evidence via boot disk 6 Should have inbuilt WinEn utility to acquire RAM evidence 7 Should do image verification by CR and MD5 8 Should have Inbuilt support for writing scripts & should have pre-built scripts 9 Should Support more than 150 Filters and Conditions 10 Should Support combining filters to create complex queries using simple “OR” or “AND” Logic` 11 Should have Inbuilt Active Directory Information Extractor 12 Should be able to automatically rebuild the structure of formatted NTFS AND FAT volumes. 13 Should support Recovery of deleted file/folders 14 Should have Inbuilt windows event log parser, Link file parser to search in unallocated space 15 Should have Inbuilt support for Compound (e.g., zipped) documents and file analysis. 16 Should support file Signature analysis 17 Should have native viewing support for 400 file formats 18 Should have built-in Registry Viewer 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, 19 GREP ;Right to Left Reading, Big Endian/Little Endian, UTF-8/UTF-7, Search file slack and unallocated space etc. Should Support Internet and Emails Investigation for : Browsing History Analysis, WEB History &chche analysis, Kazaa toolkit, HTML carver, HTML page reconstruction, Internet 20 artifacts, Instant Messenger toolkit - Microsoft Internet Explore, Mozilla Firefox, Opera and Apple Safari Should Include Emails Support for: Outlook PSTs/OSTs (‘97-’03), Outlook Express DBXs, Microsoft 21 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

----28----

Should include system support for: a) Hardware and Software RAIDs b) Dynamic disk support for Windows 2000/XP/2003 Server c) Interpret and analyze VMware, Microsoft Virtual PC, DD and SafeBack v2 image formats. 22 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 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 23 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. Smart phone and Tablet support: Acquire data from devices running the following operating systems: 24 Apple’s iOS, Google’s Android OS, Rim’s Blackberry OS, Nokia Symbian, Microsoft’s Windows Mobile OS etc. Should have reporting feature for quickly share a report with field investigators, district attorney, 25 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. 26 Should support acquisition of mobile evidence from all smart phone Operating systems. 27 Should support more than 26.000 device profiles Should be easily review parsed mobile device evidence from the widest variety of mobile devices 28 including text , e-mails, call records, cloud repositories associated with mobile device, internet history, photos, application data, and deleted data. Should have built-in bypass functions so that the evidence within a device can be hidden and unable 29 to access. Should support SQLite Plist, archives, PDF, HTML and others can be investigated using the file viewer 30 feature. Should be able to find, extract, and analyze data within graphic files using Optical Character Recognition. Evidence from graphic files such as PDFs, photos, and other file types will be found 31 when running keyword searches, which uncovers even more critical and relevant evidence needed for the case The device must be capable to gather and review evidence from a suspects cloud-based account such 32 as Google Drive, Twitter, Facebook, and others. Should allow investigators to locate credit cards, e-mail addresses, and phone numbers to find that 33 extra piece of evidence to help finalize their collection Should have several customizable reporting options including HTML, Timeline, PDF,and many other 34 report variations. These reports are created to be shared in a compelling and easy to read way for every case.

Item36: Belkasoft Evidence Centre Internet, Mobile and Disk Forensic Artifact Analysis Solutions Features

----29----

1. Should Support various types of source for analysis like a) Operating systems: Windows (all versions, including Windows 10), Mac OS X, b) Unix-based systems (Linux, FreeBSD, etc.), Mobile Operating systems: c) iOS (iPhone/iPad), Android, 8/8.1, Blackberry d) Storage devices: hard drives and removable media e) Disk images: EnCase, L01/Lx01, FTK, DD, SMART, X-Ways, Atola, DMG f) Virtual machines: VMWare, Virtual PC, VirtualBox, XenServer. g) Memory: RAM dumps, Hibernation files, Page files h) File systems: FAT, exFAT, NTFS, HFS, HFS+, ext2, ext3, ext4, YAFFS, YAFFS2 i) Mobile Data sources: Mobile backups, UFED dumps, chip-off dumps, JTAG dumps 2. Should support following types of artifacts which can be extracted and analyzed: a) Picture and Videos i. Supported picture formats:3FR, ARW, BAY, BMP, BMQ, CAP, CINE, CR2, CRW, CS1, CUT, DC2, DCR, DDS, DIB, DNG, DRF, DSC, EMF, ERF, EXIF, EXR, FAX, FFF, G3, GIF, HDR, IA, ICO, IFF, IIQ, J2K, JFIF, JNG, JP2, JPE, JPEG, JPG, K25, KC2, KDC, KOA, LBM, MDC, MEF, MNG, MOS, MRV, NEF, NRW, ORF, PBM, PCD, PCX, PEF, PFM, PGM, PICT, PNG, PNM, PPM, PSD, PTX, PXN, QTK, RAF, RAS, RAW, RDC, RLE, RPBM, RPGM, RPPM, RW2, RWZ, SGI, SR2, SRF, STI, TGA, TIF, TIFF, WBMP, WMF, XBM, XPM. ii. Picture analysis should allows detection of texts, faces, and skin tone iii. Should allow following formats to be carved: GIF, JPEG/JPG, PNG, BMP, WMF iv. Supported video formats: 3GP, 3G2, AVI, FLV, IFO, MP4, MKV, MPEG, MPG, TS, WMV, MOV v. Key frame analysis for 3GP, 3G2, AVI, MP4, MPEG, MPG, WMV, MOV videos b) Email Clients: Outlook 2013, 2010, 2007 and older, Outlook Express ,Apple Mail ,Gmail ,Hotmail ,Yahoo Mail ,Windows Live Mail ,Mozilla ,hunderbird ,The Bat ,MIME Emails. c) Major Browsers Support- Edge , Google Chrome ,Internet Explorer ,Mozilla Firefox ,Opera ,Safari 3. Mobile Applications 1. Android: a) Standard Apps i. Calendar ii. Calls iii. Contacts iv. Installed Applications v. SMS b) Browsers i. ii. Chrome iii. Default Browser App iv. Dolphin v. Firefox vi. Maxthon vii. Mercury viii. Opera

c) Messengers i. AIM ii. Badoo iii. Brosix iv. BBM v. ChatOn vi. CommFort vii. eBuddy XMS viii. ix. FireChat

----30----

x. Fring xi. Google+ xii. Grindr xiii. Growlr xiv. Hangouts xv. ICQ xvi. Im+ xvii. KakaoTalk xviii. Kik xix. Line xx. Mail.ru Agent xxi. MeetMe xxii. Meow Chat xxiii. NextPlus xxiv. Odnoklassniki xxv. ooVoo xxvi. xxvii. xxviii. xxix. xxx. Text Plus xxxi. Textie xxxii. TextMe xxxiii. Touch xxxiv. Tumblr xxxv. Twitter xxxvi. xxxvii. Vipole xxxviii. Vkontakte xxxix. Voxer xl. Wamba xli. WeChat xlii. WhatsApp xliii. Xabber xliv. Yahoo Messenger

d) Other Apps i. Any.do ii. Evernote iii. Foursquare iv. Instagram v. LinkedIn vi. Pinterest vii. SinaWeibo viii. Swarm ix. Tinder x. Whisper xi. Zello e) Payment Systems -Qiwi Wallet 2. iOS: a) Standard Apps i. Calendar ii. Calls iii. Contacts iv. SMS v. Tasks ----31----

vi. Browsers i. Chrome ii. Safari b) Messengers i. Brosix ii. ChatOn iii. eBuddy XMS iv. Fring v. Grindr vi. Heytell vii. ICQ viii. Im+ ix. KakaoTalk x. Kik xi. Line xii. MeetMe xiii. Meow Chat xiv. NextPlus xv. Odnoklassniki xvi. ooVoo xvii. Paltalk xviii. Skype xix. Tango xx. TextMe xxi. Touch xxii. Viber xxiii. WeChat xxiv. WhatsApp xxv. Yahoo Messenger c) Other Apps a) Tinder b) Whisper c) Zello 3. Blackberry: a) Standard Apps i. Calendar ii. Calls iii. Contacts iv. Notes v. SMS vi. Voice Mail 4. Should support Office Documents a) Microsoft Office: Excel (.xls, .xlsx), Word (.doc, .docx), PowerPoint (.ppt, .pptx) b) Open Office: Documents (.odt), Spreadsheets (.ods), Presentations (.odp) c) PDF d) RTF 5. Should Support Peer-to-peer Software a) eMule b) Frostwire c) Gigatribe d) Torrent 6. Should Support Social Networks and Cloud Services a) Social Networks: Bebo, Facebook, Google+, Odnoklassniki, Orkut, Twitter, VKontakte b) Cloud Services: Dropbox, Flickr, Google Drive, SkyDive, Yandex Disk Should support Windows Registry Files a. Accounts (user name, last login time, last failed login time, last password changed time, ----32----

user RID, LM-hash, NT-hash) b. Autorun (USBs, CDs, DVDs) c. Common file dialogs d. Computer name e. Event log location f. Internet Explorer g. List of USB devices ever connected to the system h. List of mounted devices i. MS Paint j. Network cards k. version and installation date l. Prefetch files m. Program startup n. Recently opened and saved documents for MS Office Word, Excel, PowerPoint o. Search Assistant p. Shellbags q. System shutdown time r. Time zone s. t. UserAssists u. User name and SID v. Windows Explorer w. Windows Media Player x. Wireless profiles 7. Should identify Encrypted Files and Volumes a) Acrobat 3.0, 4.0, 5.0, 6.0, 7.0, 8.0, 9.0 b) eBook document c) Symantec ACT! 2.0, 3.0, 4.0, 2000 d) ACT! by Sage 2005, 2006, 2007, Sage 2008, 2009 e) Apple iTunes PLIST f) BestCrypt 6.0, 7.0, 8.0 g) FileMaker Pro 3.0, 4.0, 5.0, 6.0, 7.0, 8.x, 9.0, 10.0, 11.0 h) ICQ 2000 - 2003 (.dat), 99a (.dat) i) ICQ Lite (.fb) j) Lotus 1-2-3 1.1+ k) Lotus Notes 4.x, 6.x, 7.0, 8.0 l) Lotus Notes Client m) Lotus Organizer 1.0, 2.0, 3.0, 4.0, 5.0, 6.0 n) Lotus WordPro o) Mac OS Keychain p) MS Access 2.0 q) MS Access 2.0 System Database r) MS Access 95, 97, 2000, 2002, 2003, 2007, 2010, 2013 s) MS Access 97 System Database, 2000 System Database, 2003 System Database, 2007 System Database, 2010 System Database t) MS Backup u) MS Excel 4.0, 5.0, 95, 97, 2000, 2002, 2003, 2007, 2010, 2013 v) MS Pocket Excel w) MS Mail x) Money 99 or earlier, 2000 - 2007 y) MS OneNote 2003 Section, 2007 Section, 2010 Section z) MS Outlook 2000 Personal Storage, 2003 Personal Storage, 2007 Personal Storage, 2010 Personal Storage aa) MS Outlook 2000 Form Template, 2003 Form Template, 2007 Form Template, 2010 Form Template bb) MS PowerPoint 2002, 2003, 2007, 2010, 2013 ----33----

cc) MS Project 95, 98, 2000, 2002, 2003, 2007 dd) MS Schedule Schedule+ 1.0, 7.x ee) MS SQL 2000, 2005, 2008 ff) MS Word 1.0, 2.0, 3.0, 4.0, 5.0, 6.0, 95, 97, 2000, 2002, 2003, 2007, 2010, 2013 gg) MYOB earlier than 2004, 2004-2009 hh) Norton Backup ii) Paradox Database jj) Peachtree 2002 - 2006, 2007 kk) PGP Desktop Zip ll) PGP Desktop Private Keyring & PGP Desktop Virtual Disk& PGP Desktop Self-Decrypting Archive mm) Quattro Pro 5 - 6, 7 - 8, 9 - 12, X3, X4 nn) QuickBooks 3.x - 4.x, 5.x, 6.x - 8.x, 99, 2000-2012 oo) Quicken 95/6.0, 98, 99, 2000, 2001, 2002, 2003, 2007-2012 pp) RAR Archives qq) Remote Desktop Connection Document rr) Visual Basic for Applications Projects ss) WordPerfect 5.x, 6.0, 6.1, 7 - 12, X3, X4 tt) Zip Archives uu) 7-Zip Archives

Item37: Table Top High Spin Centrifuge Specifications:  To be supplied with swing out rotor  Atleast 48 of 0.5 – 2.0ml tubes at a time.  Should have an option of achieve rotor identification to prevent running of erroneous program and speeds.  Fixed angle rotor should come with Metallic aerosol tight rotor  Should have easy controls, proper LED screen for temperature, speed, time and status checkup.  At set RPM function & system should be in built water drain  Should have capacity to program, store and retrieve various centrifuge protocols.  Should have an option for pre cooling of rotors at sand still position.  Should have brushless induction drive motor and auto lid lock and easy opening lid  Should have options for acceleration and deceleration control  Should have safety features like imbalance, lid lock indicators, electric fuse and emergency lid lock release options.  Should have maximum capacity 4 x 180ml, 6 x 50 ml Rotor with 12000 RPM  Maximum RPM 18000RPM (50377 x g)  Should have CFL free refrigerated for refrigeration Rapid cooling option is preferable.

----34----

Bid Letter Form From: (Registered name and address of the bidder.)

To: The Managing Director, Telangana State Technology Services Limited, HACA Bhavan, 2nd Floor, Near Assembly, Hyderabad, PIN: 500 004,

Sir,

Having examined the bidding documents and amendments there on, we the undersigned, offer to provide services/execute the works in conformity with the terms and conditions of the bidding document and amendments there on, for the following project in response to your tender call dated ...... Project title:

We undertake to provide services/execute the above project or its part assigned to us in conformity with the said bidding documents for an estimated sum of Rs...... (Total bid amount in words and figures) which may vary in accordance with the schedule of prices attached herewith and coverage options made by TSTS or its user organization. If our bid is accepted, we undertake to: 1. Provide services/ execute the work according to the time schedule specified in the bid document, 2. Obtain the performance guarantee of a bank in accordance with bid requirements for the due performance of the contract, and 3. Agree to abide by the bid conditions, including pre-bid meeting minutes if any, which remain binding upon us during the entire bid validity period and bid may be accepted any time before the expiration of that period. 4. We do hereby undertake that in the event of acceptance of our bid, and the work shall be started at designated places within as per the time lines from the date of Award of Contract. 5. We enclose the complete Bid enclosing all documents / information as required in the tender document. 6. We agree to abide by our offer for a period of 90 days from the date fixed for opening of the tenders and that we shall remain bound by a communication of acceptance within that time. 7. We have carefully read and understood the terms and conditions of a tender and the conditions of the Contract applicable to the tender and we do hereby undertake to the project as per these terms and conditions. The deviations from the above Technical specifications, Services and Terms & Conditions are only those mentioned in RFP.

We understand that you are not bound to accept the lowest or any bid you may receive, nor to give any reason for the rejection of any bid and that you will not defray any expenses incurred by us in bidding.

Place: Bidder’s signature

Date: and seal.

----35----

Manufacturer Authorization Format

Date:

To, The Managing Director, Telangana State Technology Services Limited, HACA Bhavan, 2nd Floor, Near Assembly, Hyderabad, PIN: 500 004,

Sir, Reference No.: Dated for

A. We , (name and address of the OEM) who are the original manufacturers of items -- hereby authorize to bid, negotiate and conclude the contract with you against Tender No for the following goods viz---item & model number to be mention which are manufactured by us . As an OEM we assure & honor to undertake timely supply and back to back support with services and spares for the offered product for a period of 5 years as applicable by the comprehensive warranty terms of this tender directly through us or our channel partners, distributors, authorized service centers.

B. We also certify that are authorized by us to provide technical service support, warranty and upgrade support up to the expiry of warranty period for the goods manufactured by us.

C. We also undertake to provide or make available the required spares for the products manufactured/supplied for the said tender for a period of 03 years post warranty period mentioned in the tender.

D. We assure that regular updates/information shall be provided to the bidder and their technical personnel with relevant technical literature, training etc. on a regular basis.

E. We also certify that our company-- is not blacklisted by any State/Central Government department/Agencies, Public Sector Units.

Name In the capacity of Signed Seal Contact No: Email Id:

----36----

Form P1 – General Information of the Bidder

(To be submitted in TQ bid)

Supporting Documents with page # Description nos. 1 Name of the Company/ Firm

Date of Incorporation (Registration Number & 2 Registering Authority) PAN No. and GST Regd.No. ROC, PAN & GSTN.

Legal Status of the Company in India & Nature of Public Ltd Company/ Private/ Partnership 3 Business in India firm

4 Address of the Registered Office in India

Name & e-mail id, phone number, fax of the Contact Phone: 5 Person Fax: Email 6 Web-Site 7 Certification Details (if any) Amount: 8 DD No. & Date EMD details Name of the Bank: Valid up to :

Receipt No: 9 Proof of purchase of bid document Date of purchase:

Date Signature of Bidder & Stamp

----37----

Form P2- Financial Details of the Bidder (To be submitted bidders letter head)

Overall Revenue from Supply of # Financial Years Turnover Forensic Software/ Cyber Remarks Details Crime Tools/Lab Equipment 1 2016 – 2017 2 2017 - 2018 3 2018 - 2019

1. Audited Balance sheet and Profit & Loss account statement of the Bidder for each of the last 3 audited financial years shall be submitted as supporting evidence.

2. The bidder should submit certificates from CFO of the Company duly audited by the Charted Accountant and certified by the Company Secretary for all the above stated three financial years.

2. Extracts from the audited Balance sheet and Profit & Loss; OR Certificate from the statutory auditor).

[(Bidder Authorized) Signatory] Name Title Signature

Date Place

----37----

Form P3- Past Experience Details of the Bidder (To be submitted on bidders letter head)

REFERENCE TO ATTACHED # ITEM DESCRIPTION DETAILS with Page no. SHEETS IF ANY 1 Client Name, Address and Phone/Mobile 2 Brief Project Details 3 Period / Date of Contract and Tenure 4 Solution Details (but not limited to):  Equipment Make, Type & Quantity  Platform & Technology details  Networking Technology details  Software & Tools details  Any other (Specify in details) 5 Total Value of the Contract (Rs.) 6 Total Value of the Contract for Forensic Solutions

NOTE:  Separate sheets may be attached to elaborate the projects undertaken  Necessary project completion certificate / satisfactory progress certificate must be provided as documentary evidence of the projects executed  Please submit supporting documents to support the claim and the certificates must be signed by Senior Executive/ Deputy GM of the organization clearly indicating his/her name, designation and contact details such as Telephone Number, Fax number, email-id etc.  Bidder should submit installation certifications/ delivery challan, Work order copies from the client citified by the Statutory Auditor).

[(Bidder Authorized) Signatory] Name Title Signature

Date Place and seal.

----38---- Form P4 - Declaration Regarding Clean Track Record (To be submitted bidders letter head)

To, The Managing Director, Telangana State Technology Services Limited, HACA Bhavan, 2nd Floor, Near Assembly, Hyderabad, PIN: 500 004,

Sir,

I have carefully gone through the Terms & Conditions contained in the RFP Document [No. ]. I hereby declare that my company/Consortium Partners has not been debarred/ black listed as on Bid calling date by any State Government, Central Government, Central & State Govt. Undertakings/enterprises/Organizations and by any other Quasi Government bodies/Organizations, World Bank and any other major Enterprise/Organizations in India for non- satisfactory past performance, corrupt, fraudulent or any other unethical business practices. Further, declaring that no cases pending against the firm/organization either in Government (State or Union) or as mentioned above 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. I further certify that I am competent officer in my company to make this declaration.

Yours faithfully,

(Signature of the Bidder) Printed Name Designation Seal Date: Business Address:

----39---- Form P5 - Details of Service Centres in Telangana (To be submitted bidders letter head)

S.No Full Address of service center Contact person with phone No. of Support Engineers No./ email address A B C D

(Signature of the Bidder)

Printed Name Designation Seal Date: Business Address:

----40---- Form T -1 Technical Compliance Sheet

Item wise Technical Compliance Statement as per technical specifications mentioned in this document (taking in to consideration all the amendments issued to this document, if any) is to be submitted in the following format:

Schedule: Item Name: Make & Model:

Sl. Parameter/ Specification Specification of Compliance Reference for Quality No. Feature Required proposed item along (Complied/H proof of Certifica with Part Code, Qty. & igher/Lower) compliance te for Description if any (Part (Required the code details must be docs to be item provided if available) uploaded if any along with technical bid) A B C D E F G (Detailed reference such as doc name, para no. page no. etc. should be provided)

All the participating bidders are required to fill up & submit the table.

Date Signature of Bidder & Stamp

----41---- Form T -2 Understanding of the Project

Bidder should provide the technical approach, methodology and work plan in the following sections: a) Technical Approach and Methodology to supply the Forensic Software Tools/ Equipment b) Key staff to Install & handle the technical support c) Any other details

Place: Bidder’s Signature Date: with Seal

----42---- Financial Bid Format Form F1 Detailed Commercial Proposal Forms

# ITEM Make & QTY UNIT TAX TOTAL AMC cost (%) for AMC cost (%) for NAME model (NOS) RATE in Rs. AMOUNT incl 4th year (1st year 5th year (2nd year Rs. taxes (Rs) after 3 yrs after 3 yrs warranty) warranty) 1 2 3 4 5 6 7 8 9

Total Price in words

Note:

1. All other tasks pertinent to the contract even though may not have been mentioned in the bid document are assumed to have been included in the work. 2. AMC costing is for information and shall not be considered for arriving L1 bidder. 3. Any increase or decrease in the rates of the applicable taxes or any new levy on account of changes in law shall be to the account of User Department.

Place & Date Bidder’s Signature and Seal

--oOo--

----43----