Standard Bidding Document

📑 Procurement Notice (NIT)

Procurement of Software & Hardware for Digital Forensics and Screening Labs

Published on: Friday, March 13, 2026

Ref# : P11675
QR Code

INVITATION TO BIDS

PROCUREMENT OF GOODS

  1. The NTISB (National Telecommunication and Information Technology Security Board (NTISB)) has reserved Funds for the procurement planned for FY 2025-26. The NTISB (National Telecommunication and Information Technology Security Board (NTISB)) intends to apply part of the proceeds of this Fund to cover eligible payments under the contract for the "Procurement of Software & Hardware for Digital Forensics and Screening Labs".
  2. The NTISB (National Telecommunication and Information Technology Security Board (NTISB)) invites E-bids from eligible Bidders for procurement of goods descibed in the bidding documents on EPADS v2.0.
  3. Single Stage-Two Envelope will be used by adopting Quality and Cost Based Selection (QCBS) Technique for the subject procurement, in line with the Public Procurement Rules, 2004 and any Regulations, Regulatory Guides, Procurement Guidelines or Instructions issued by the Authority from time to time.
  4. All Bids must be accompanied by a Bid Security amounting described in Bid Security Section in Bidding Document in the form of  Pay Order, Banker's Cheque, Demand Draft. Where Bid Security is not required by the Procuring Agency, Bidders are required to furnish Bid Security Declaration as specified in Bidding Document.
  5. E-Bidding documents, containing detailed terms & conditions, specifications and requirements etc. are available on e-Pak Acquisition and Disposal System (EPADS) at https://vendors.epads.gov.pk/. 
  6. Bidder(s) are required to get themselves registered on EPADS v2.0 on or before Wednesday, April 1, 2026 11:00 AM. E-bids will be opened using EPADS v2.0 on the same day at Wednesday, April 1, 2026 11:30 AM. Manual submission of Bids shall not be entertained. Those vendors who have not yet registered on the new version of EPADS v2.0, may register themselves on https://vendors.epads.gov.pk/. A tutorial to explain the registration process is available at https://www.youtube.com/watch?v=MNW6T38v7tc

7. In terms of Rules 48 of Public Procurement Rules, 2004 Grievance Redressal Committee (GRC) is notified for the subject procurement and notification copy is available on the procuring agency’s website and on Authority’s website at (www.ppra.org.pk).

 

 

NTISB (National Telecommunication and Information Technology Security Board (NTISB)), Communication Security Officer
Block-L, Pak-Sectt., Islamabad Capital Territory
+92-333-613-3350
bid@pkcert.gov.pk

📑 Instructions to Bidders (ITB)

Procurement of Software & Hardware for Digital Forensics and Screening Labs

Published on: Friday, March 13, 2026

Ref# : P11675
QR Code

A. Introduction

1.Scope of Bids

1.1 The Procuring Agency (PA), as indicated in the Bids Data Sheet (BDS) invites Bids through EPADS v2.0 for the provision of Goods for as specified in the BDS and in Section V – Evaluation Criteria, Specifications & Schedule of Requirements. The name, identification, and number of items/deliverables are provided in the BDS. The successful Bidders will be expected to provide the goods within the specified period and timeline(s) as stated in the BDS.

2. Source of Funds

2.1 Source of funds is referred in Clause-1 of Invitation for Bids.

3. Eligible Bidders

3.1  A Bidder may be natural person, company or firm or public or semi-public agency of Pakistan or any foreign country, or any combination of them with a formal existing agreement (on Judicial Papers) in the form of a joint venture, consortium, or association. In the case of a joint venture, consortium, or association, all members shall be jointly and severally liable for the execution of the Contract in accordance with the terms and conditions of the Contract. The joint venture, consortium, or association shall nominate a Lead Member as nominated in the BDS, who shall have the authority to conduct all business for and on behalf of any and all the members of the joint venture, consortium, or association during the Bidding process, and in case of award of contract, during the execution of the contract.

3.2  Verifiable copy of the agreement that forms a joint venture, consortium or association shall be required to be submitted as part of the Bid.

3.3  The appointment of Lead Member in the joint venture, consortium, or association shall be confirmed by submission of a valid Power of Attorney to the Procuring Agency.

3.4  Any bid submitted by the joint venture, consortium or association shall indicate the part of proposed contract to be performed by each party and each party shall be evaluated (or post qualified if required) with respect to its contribution only, and the responsibilities of each party shall not be substantially altered without prior written approval of the Procuring Agency and in line with any instructions issued by the Authority.

(The limit on the number of members of JV or Consortium or Association may be prescribed in BDS, in accordance with the guidelines issued by the PPRA).

3.5  The invitation for Bids is open to all prospective suppliers, manufacturers, or authorized agents / dealers subject to any provisions of incorporation or licensing by the respective national incorporating agency or statutory body established for that particular trade or business. Procuring agencies shall specify the registration/licensing requirements for the foreign bidders keeping in view the requirement of that business.

3.6  A Bidder shall not have a conflict of interest. All Bidders found to have a conflict of interest shall be disqualified. A Bidder may be considered to have a conflict of interest with one or more parties in this Bidding process, if they:

  1. are associated or have been associated in the past, directly or indirectly with a firm or any of its affiliates which have been engaged by the Procuring Agency to provide consulting services for the preparation of the design, specifications and other documents to be used for the procurement of the Goods to be purchased under this Invitation for Bids.
  2. have controlling shareholders in common; or
  3. receive or have received any direct or indirect subsidy from any of them; or
  4. have the same legal representative for purposes of this Bid; or
  5. have a relationship with each other, directly or through common third parties, that puts them in a position to have access to information about or influence on the Bids of another Bidder, or influence the decisions of the Procuring Agency regarding this Bidding process; or     
  6. Submit more than one Bid in this Bidding process.

3.7  A Bidder may be ineligible if –

  1. he is declared bankrupt or, in the case of company or firm, insolvent;
  2. payments in favor of the Bidder is suspended in accordance with the judgment of a court of law other than a judgment declaring bankruptcy and resulting (in accordance with the national laws) in the total or partial loss of the right to administer and dispose of its property;
  3. the Bidder is convicted, by a final judgment, of any offence involving professional conduct;
  4. the Bidder is blacklisted locally or by international organizations and hence debarred due to involvement in corrupt and fraudulent practices, or performance failure or due to breach of Bid securing declaration.  

3.8  As and when required, bidders shall provide to the Procuring Agency evidence of their eligibility, proof of compliance with the necessary legal requirements to carry out the contract effectively.

3.9  Bidders shall submit Bids relating to the nature, conditions and modalities of sub-contracting wherever the sub-contracting of any elements of the contract amounting to more than ten (10) percent of the Bid price is envisaged.

4. Eligible Goods and Related Services

4.1  All goods and related services to be supplied under the contract shall have their origin in eligible source countries, and all expenditures made under the contract will be limited to such goods and services. For purpose of this Bid, ineligible countries are the countries declared ineligible by the Federal Government. 

5. One Bid per Bidder

5.1  A bidder shall submit only one Bid, in the same bidding process, either individually as a Bidder or as a member in a joint venture or any similar arrangement.

5.2  The Bidder shall not engage a subcontractor for any portion of the contract if the value of such subcontracting exceeds thirty percent (30%) of the total contract amount.

6. Cost of Bidding

6.1   Any cost incurred by the bidder relating to the preparation and submission of its Bid shall be borne by the bidder, and the Procuring Agency shall in no case be responsible or liable for those costs, regardless of the conduct or outcome of the bidding process.

B. Bidding Documents

7. Contents of  Bidding Document

7.1  The Goods required, Bidding procedures, and terms and conditions of the contract are prescribed in the Bidding Documents.  In addition to the Invitation for Bids, the Bidding documents which should be read in conjunction with any addenda issued in accordance with ITB 9.1 include:

Section I -Invitation to Bids

Section II Instructions to Bidders (ITB)

Section III Bid Data Sheet (BDS)

Section IV Evaluation Criteria, Specifications, Schedule of Requirements

Section V Bid Forms

Section VI General Conditions of Contract (GCC)

Section VII Special Conditions of Contract (SCC)

Section VIII Contract Forms

7.2  The Bidder is expected to examine all instructions, forms, terms and specifications in the Bidding documents. Failure to furnish all the information required in the Bidding documents through EPADS v2.0 will be at the Bidder’s risk and may result in the rejection of his Bids.

8. Clarification of Bidding documents

8.1  A prospective Bidder requiring any clarification of the Bidding documents may notify the Procuring Agency through EPADS v2.0.

8.2  The Procuring Agency will within three (3) working days after receiving the request for clarification, respond to any request for clarification through EPADS v2.0 provided that such request is received not later than three (03) days prior to the deadline for the submission of Bids as prescribed in ITB 22

8.3  Copies of the Procuring Agency's response will be forwarded to all identified Prospective Bidders through EPADS v2.0, including a description of the inquiry, but without identifying its source.

8.4  Should the Procuring Agency deem it necessary to amend the Bidding document as a result of a clarification, it shall do so following the procedure under ITB 9.

8.5  If indicated in the BDS, the Bidder’s designated representative is invited at the Bidder’s cost to attend a pre-Bid meeting at the place, date and time mentioned in the BDS. During this pre-Bid meeting, prospective Bidders may request clarification of the schedule of requirement, the Evaluation Criteria or any other aspects of the Bidding document.

8.6  Minutes of the pre-Bid meeting, if applicable, including the text of the questions asked by Bidders, including those during the meeting (without identifying the source) and the responses given, together with any responses prepared after the meeting will be uploaded on EPADS v2.0. Any modification to the Bidding documents that may become necessary as a result of the pre-Bid meeting shall be made by the Procuring Agency exclusively through the use of an Addendum pursuant to ITB 9. Non-attendance at the pre-Bid meeting will not be a cause for disqualification of a Bidder.

9. Amendment of Bidding documents

9.1  Before the deadline for submission of Bids, the Procuring Agency for any reason, whether at its own initiative or in response to a clarification requested by a prospective Bidder or Pre-Bid meeting may modify the Bidding documents by issuing addenda through EPADS v2.0.

9.2  The Procuring Agency shall promptly publish the addendum through EPADS v2.0.

9.3  Any addendum issued including the notice of any extension of the deadline shall also be communicated through EPADS v2.0 to all the bidders who have already submitted their bids. Such bidders shall have the right to withdraw their already submitted bid and re-submit the revised bid prior to the original or extended bid submission deadline.

9.4  To give prospective Bidders reasonable time in which to take an addendum/corrigendum into account in preparing their Bids, the Procuring Agency may, at its discretion, extend the deadline for the submission of Bids through EPADS v2.0:

Provided that the Procuring Agency shall extend the deadline for submission of Bids, if such an addendum is issued within last three (03) days of the Bids submission deadline.

C. Preparation of Bids

10. Language of Bid

10.1  The Bid prepared by the bidder, as well as all correspondence and documents relating to the Bids exchanged by the Bidder and the Procuring Agency shall be written in the English language unless otherwise specified in the BDS.  Supporting documents and printed literature furnished by the Bidder may be in another language provided they are accompanied by an accurate translation of the relevant pages in the English language unless otherwise specified in the BDS, in which case, for purposes of interpretation of the Bidder, the translation shall govern.

11. Documents and samples Constituting the Bid

11.1  The Bid prepared by the Bidder shall constitute thedocuments required in the BDS.

Details of sample(s) where applicable and requested in the BDS.

1.  Documentary evidence established in accordance with ITB that the Bidder is eligible and/or qualified for the subject bidding process;

2.  Documentary evidence establish that the Bidder has been authorized by the manufacturer to deliver the goods into Pakistan, where required and where the supplier is not the manufacturer of those goods;

3.  Documentary evidence establish that the goods and related services to be supplied by the Bidder are eligible goods and services, and conform to the Bidding Documents;

4.  Bid security or Bid Securing Declaration furnished in accordance with ITB 18.

12. Documents Establishing Eligibility of the Goods and Conformity to Bidding documents

12.1  To establish the conformity of the bidder to the Bidding document, the Bidder shall furnish as part of its Bids the documentary evidence that Goods provided conform to the technical specifications and standards.

13. Documents Establishing Eligibility and Qualification of the Bidder

13.1  The Bidder shall furnish, as part of itsBid, all those documents establishing the Bidder’s eligibility to participate in the Bidding process and/or its qualification to perform the contract if its Bid is accepted.

14. Form of Bids

14.1  The Bidder shall fill the Form of Bid furnished in the Bidding documents.The Bids Form must be completed without any alterations to its format and no substitute shall be accepted.

15. Bids Prices

15.1  The Bids Prices quoted by the Bidder in the Form of Bid and in the Price Schedules shall conform to the requirements specified below or exclusively mentioned hereafter in the Bidding documents.

15.2  All items in the Schedule of Requirement must be listed and priced separately in the Price Schedule(s). If a Price Schedule shows items listed but not priced and neither explicitly denied, their prices shall be construed to be included in the prices of other items.

15.3  Items not listed in the Price Schedule shall be assumed not to be included in the Bid, and provided that the Bid is still substantially responsive in their absence or due to their nominal nature, the corresponding average price of the respective item(s) of the remaining substantially responsive Bidder(s) shall be construed to be the price of those missing item(s)

15.4  The Bid price to be quoted in the Form of Bid in accordance with ITB 14.1 shall be the total price of the Bid.

15.5  The Bidder shall indicate on the appropriate Price Schedule, the unit prices (where applicable) and total Bid price of the Goods it proposes to provide under the contract.

15.6  Prices quoted by the Bidder shall be fixed during the Bidder’s performance of the contract and not subject to variation on any account. A Bid submitted with an adjustable price will be treated as non-responsive and shall be rejected.

16. Bids Currencies

16.1 Prices shall be quoted in Pakistani Rupees unless otherwise specified in the BDS in accordance with Rule 30 (2) of the Public Procurement Rules, 2004.

17. Bids Validity Period

17.1  Bids shall remain valid for the period specified in the BDS after the Bid submission deadline prescribed by the Procuring Agency. A Bid valid for a shorter period shall be rejected by the Procuring Agency as non-responsive. The period of Bid validity will be determined from the complementary Bid securing instrument, i.e. the expiry period of Bid Security or Bids Securing Declaration as the case may be.

17.2  The procuring agency shall ordinarily be under an obligation to process and evaluate the bid and to issue letter of award within the stipulated bid validity period.

17.3  Under exceptional circumstances, prior to the expiration of the initial Bid validity period, the Procuring Agency may request the Bidders’ consent to an extension of the period of validity of their Bids only once through EPADS v2.0, for the period not more than the period of initial bid validity. The Bid Security provided under ITB 18 shall also be suitably extended. A Bidder may refuse the request without forfeiting its Bid security or causing to be executed its Bid Securing Declaration.  A Bidder agreeing to the request will not be required nor permitted to modify its Bid, but will be required to extend the validity of its Bid Security or Bid Securing Declaration for the period of the extension.

18. Bid Security or Bid Securing Declaration

18.1  The Bidder shall furnish as part of its Bid, a Bid Security in accordance with Rule 25 of the Public Procurement Rules, 2004.

18.2  The original Bid Security shall be enclosed within the sealed envelope and to be submitted physically before closing time for submission of bids. Whereas, scanned copy of bid security shall be uploaded electronically through EPADS v2.0 before closing hours for submission of bids.

18.3  The Bidder who failed to submit the original Bids security before the submission deadline shall be disqualified straightaway. 

18.4  The Bid Security or Bid Securing Declaration is required to protect the Procuring Agency against the risk of Bidder’s conduct which would warrant the security’s forfeiture, pursuant to ITB 18.7.

18.5  The Bid Security shall be denominated in the local currency, and it shall be a Bank Draft in the name of the Procuring Agency and valid for twenty-eight (28) days beyond the end of the validity of the Bid. This shall also apply if the period for Bids/Bid Validity is extended. In either case, the form must include the complete name of the Bidder.

18.6  The Bid Security shall be payable promptly upon written demand by the Procuring Agency in case any of the conditions listed in ITB 18 are invoked.

18.7  Unsuccessful Bidders’ Bid Security will be discharged or returned as promptly as possible, however in no case later than thirty (30) days after the expiration of the period of Bids Validity prescribed by the Procuring Agency pursuant to ITB 17. The Procuring Agency shall make no claim to the amount of the Bid Security, and shall promptly return the Bid Security document, after whichever of the following that occurs earliest:

  1. the expiry of the Bid Security;
  2. the entry into force of a procurement contract and the provision of a Performance Guarantee, for the performance of the contract if such a guarantee, is required by the Bid documents;
  3. the rejection by the Procuring Agency of all Bids;
  4. the withdrawal of the Bids prior to the deadline for the submission of Bids, unless the Bids documents stipulate that no such withdrawal is permitted.

18.8  The successful Bidder’s Bids Security will be discharged upon the Bidder signing the contract, or furnishing the Performance Guarantee.

18.9  The Bid Security may be forfeited or the Bid Securing Declaration executed:

  1.  if a Bidder:
  2. withdraws its Bid during the period of Bid Validity as specified by the Procuring Agency, and referred by the Bidder on the Form of Bids except as provided for in ITB 17.2; or
  3. does not accept the correction of errors; or
  4. in the case of a successful Bidder, if the Bidder fails:
  5. to sign the contract; or
  6. to furnish Performance Guarantee.

19. Withdrawal, Substitution, and Modification of Bid

19.1  Before Bid submission deadline, any Bidder may withdraw, substitute, or modify its Bid after it has been submitted through EPADS v2.0. Bids requested to be withdrawn, shall be returned unopened to the Bidders through EPADS v2.0.

20. Format and Signing of Bid

20.1  The Bidder shall prepare and submit Bids with due diligence after carefully reading all the terms and condition before bid submission deadline through EPADS v2.0.

D. Submission of Bids

21.  Submission of Bids through EPADS v2.0

21.1  The Technical and Financial Bids if required to submitted, shall be submitted on EPADS v2.0.  

22. Deadline for Submission of Bids

22.1  Bids shall be received by the Procuring Agency through EPADS v2.0 before bid submission deadline.

22.2  The Procuring Agency may, under exceptional circumstances, extend the deadline for the submission of Bids, after recording reasons in writing and in an equal opportunity manner.   

In such case, all rights and obligations of the Procuring Agency and the Bidders that were previously governed by the original deadline shall thereafter be subject to the revised deadline.

E. Opening and Evaluation of Bids

23. Opening of Bids

23.1  The Bid Evaluation Committee of the Procuring Agency shall open all Bids through the EPADS v2.0, on the date and time specified in the Bid Data Sheet (BDS).

23.2  The Bid Evaluation Committee shall generate minutes through EPADS v2.0 containing brief details of bid opening process. The record of the Bid opening shall include, as a minimum: the name of the Bidder, the Bid price if applicable, and the presence or absence of a Bid Security or Bid Securing Declaration.

23.3  The procuring agency shall live broadcast the opening of bids on national media or on their website or digital channels, if the volume of procurement exceeds five hundred million rupees in case of goods and services and one thousand million rupees in case of works.

23.4  In case the date of opening of bid has been declared as public holiday or the procuring agency fail to open bid due to any EPADS v2.0 related issues, the submission and opening of bids shall be shifted to the next working day on the same time.

23.5  In case of Single Stage One Envelope Procedure, the Bidders names, the Bid prices, the total amount of each Bid and, the presence or absence of Bid Security, Bid Securing Declaration and such other details as the Procuring Agency may consider appropriate, will be announced by the Bid Evaluation Committee.

24. Clarification of Bids

24.1  To assist in the examination, evaluation and comparison of Bids of the Bidders, the Procuring Agency may, ask any Bidder for a clarification of its Bid including breakdown of prices.   

24.2  The request for clarification and the response shall be sought through EPADS v2.0 before three days prior to the deadline for submission of bids. No change in the prices or substance of the Bids shall be sought, offered, or permitted.

24.3  The alteration or modification in the BIDS which in any way affect the following parameters will be considered as a change in the substance of a Bids:

  1. evaluation & qualification criteria;
  2. required scope of work or specifications;
  3. all securities requirements;
  4. tax requirements;
  5. terms and conditions of Bidding documents.
  6. change in the ranking of the Bidder

24.4  From the time of Bids opening to the time of Contract award if any Bidder wishes to contact the Procuring Agency on any matter related to the Bids it should do so through EPADS v2.0.

25. Preliminary Examination of Bids

25.1  Prior to the detailed evaluation of Bids, the Procuring Agency will determine whether each Bid:

  1. meets the eligibility criteria defined in ITB 3;
  2. has been prepared as per the format and contents defined by the Procuring Agency in the Bidding documents;
  3. is accompanied by the required securities; and
  4. is substantially responsive to the requirements of the Bidding documents.

25.2  The Procuring Agency's determination of a Bid's responsiveness will be based on the contents of the Bid itself.

25.3  A substantially responsive Bid is one which conforms to all the terms, conditions, and specifications of the Bidding documents, without material deviation or reservation. A material deviation or reservation is one that: -

  1. affects in any substantial way the scope, quality, or performance of the Goods;
  2. limits in any substantial way, inconsistent with the Bidding documents, the Procuring Agency's rights or the Bidders obligations under the Contract; or
  3. if rectified, would affect unfairly the competitive position of other Bidders presenting substantially responsive Bids.

25.3  If a Bids is not substantially responsive, it will be rejected by the Procuring Agency and may not subsequently be evaluated for complete technical responsiveness.

26. Examination of Terms and Conditions; Technical Evaluation

26.1  The Procuring Agency shall examine the Bids to confirm that all terms and conditions specified in the GCC and the SCC have been accepted by the Bidder without any material deviation or reservation.

26.2  The Procuring Agency shall evaluate the technical aspects of the Bids submitted, to confirm that all requirements specified in Schedule of Requirements and Technical Specifications of the Bidding documents have been met without material deviation or reservation.

26.3  If after the examination of the terms and conditions and the technical evaluation, the Procuring Agency determines that the Bid is not substantially responsive in accordance with ITB 25.2, it shall reject the Bid.

27. Correction of Errors

27.1  Bids determined to be substantially responsive will be checked for any arithmetic errors.  Errors will be corrected as follows: -

  1. if there is a discrepancy between unit prices and the total price that is obtained by multiplying the unit price and quantity, the unit price shall prevail, and the total price shall be corrected, unless in the opinion of the Procuring Agency there is an obvious misplacement of the decimal point in the unit price, in which the total price as quoted shall govern and the unit price shall be corrected;
  2. if there is an error in a total corresponding to the addition or subtraction of sub-totals, the sub-totals shall prevail and the total shall be corrected; and
  3. where there is a discrepancy between the amounts in figures and in words, the amount in words will govern.
  4. Where there is discrepancy between grand total of price schedule and amount mentioned on the Form of Bids, the amount referred in Price Schedule shall be treated as correct subject to elimination of other errors.

27.2  The amount stated in the Bid will, be adjusted by the Procuring Agency in accordance with the above procedure for the correction of errors and, with the concurrence of the Bidder, shall be considered as binding upon the Bidder. If the Bidder does not accept the corrected amount, its Bid will then be rejected, and the Bid Security may be forfeited or the Bids Securing Declaration may be executed.

28. Conversion to Single Currency

28.1  To facilitate evaluation and comparison, the Procuring Agency will convert all Bids prices expressed in the amounts in various currencies in which the Bids prices are payable. For the purposes of comparison of bids quoted in different currencies, the price shall be converted into a single currency specified in the bidding documents. The rate of exchange shall be the selling rate prevailing on the date of opening of financial bids specified in the bidding documents, in accordance with weighted average customer exchange rates list issued by the State Bank of Pakistan on that day.

29. Evaluation of Bids

29.1  The Bids, quotations, or proposals shall be evaluated by the respective evaluation committees as per evaluation criteria described in the Bidding Documents in accordance with Rule 29 and 30 of the Public Procurement Rules, 2004.

1. Least Cost Based Selection (LCBS)
After meeting the requirements of eligibility, qualification and substantial responsiveness, the bid in compliance with all the mandatory (technical) specifications/requirements and/or requisite quality threshold (if any), and having lowest evaluated cost (or financial proposal) shall be considered Successful Bid.

2. Quality and Cost Based Selection (QCBS)
In such combination, there shall be some specific weightage of both the technical features and financial aspects of the proposal. The financial marks shall be awarded on the basis of inverse proportion calculations. The successful bid shall be declared, on the basis of combined evaluation.

3. Quality Based Selection (QBS)
Atter meeting the requirements of eligibility, qualification and substantial responsiveness the bid in compliance with all the mandatory (technical) specifications/requirements and attaining highest marks in the Technical Evaluation considering all other qualitative and/or quantitative parameters (or point rated criteria) for technical proposal(s) such as working methodology, implementation plan, resource allocation, additional functionalities, risk management approach, knowledge transfer techniques, post implementation methodology etc. shall be treated as highest ranked bid. Later on, the financial proposal of highest ranked bidder shall be opened, however, in case of failure to proceed further with such a bidder, the procuring agency may resort to second highest bidder and so on.

29.2  In case of tie of bids, the bidders shall be provided an opportunity to offer their best and final monetary offer through EPADS v2.0. However, in no case the rates shall be higher than the original financial bids.

30. Domestic Preference

30.1  The procuring agency shall evaluate and compare bids, allow for preference to domestic bidders, while competing with the international bidders in accordance with the policies of Federal Government.

The percentage of preference, to be accorded shall be clearly mentioned in the bidding documents under the bid evaluation criteria.

31. Determination of Successful Bid

31.1  Selection technique will be adopted for determining the Successful Bid in accordance with the criteria referred in the BDS or prescribed in the separate section titled as Evaluation Criteria.

31.2  In case where the Procuring Agency adopts the Cost Based Evaluation Technique and, the Bid with the lowest evaluated price from amongst those which are eligible, compliant and substantially responsive shall be the Successful Bid.

31.3  The Procuring Agency may adopt the Quality & Cost Based Selection Technique due to the following two reasons:

1. Where the Procuring Agency knows about the main features, usage and output of the products; however not clear about the complete features, technical specifications and functionalities of the goods to be procured and requires the bidders to submit their proposals defining those features, specifications and functionalities; or

2. Where the Procuring Agency, in addition to the mandatory requirements and mandatory technical specifications, requires parameters specified in Evaluation Criteria to be evaluated while determining the quality of the goods.

31.4  In such cases, the Procuring Agency may allocate certain weightage to these factors as a part of Evaluation Criteria, and may determine the ranking of the bidders on the basis of combined evaluation in accordance with provisions of Rule 2(1)(h) of the Public Procurement Rules, 2004.

32. Abnormally Low Financial Bids

32.1Where the Bid price is considered to be abnormally low, the Procuring Agency shall perform price analysis either during determination of Successful Bids or as a part of the post-qualification process.

32.2  The Procuring Agency may reject an Abnormally low financial bids.

32.3  In order to identify the Abnormally Low Bids (ALB) following approaches can be considered to minimize the scope of subjectivity:

  1. Comparing the Bids price with the cost estimate;
  2. Comparing the Bids price with the Bids offered by other Bidders submitting substantially responsive Bids; and
  3. Comparing the Bids price with prices paid in similar contracts in the recent past either government- or development partner-funded.

32.4  The Procuring Agency will determine to its satisfaction whether the Bidder that is selected as having submitted the successful bid is qualified to perform the contract satisfactorily.

32.5  The determination will take into account the Bidder’s financial, technical, and production capabilities.  It will be based upon an examination of the documentary evidence of the Bidder’s qualifications submitted by the Bidder, as well as such other information as the Procuring Agency deems necessary and appropriate. Factors not included in these Bidding documents shall not be used in the evaluation of the Bidders’ qualifications.

32.6  Procuring Agency may seek “Certificate for Independent Price Determination” from the Bidder and the results of reference checks may be used in determining an award of contract.

Explanation: The Certificate shall be furnished by the Bidder. The Bidder shall certify that the price is determined keeping in view of all the essential aspects such as raw material, its processing, value addition, optimization of resources due to economy of scale, transportation, insurance and margin of profit etc.

32.7  An affirmative determination will be a prerequisite for award of the contract to the Bidder. A negative determination will result in rejection of the Bidder’s Bids, in which event the Procuring Agency will proceed to the next ranked Bidder to make a similar determination of that Bidder’s capabilities to perform satisfactorily.

F. Award of Contract

33. Criteria of Award

33.1 The Procuring Agency will award the Contract to the Bidder whose Bids has been determined to be substantially responsive to the Bidding documents and who has been declared as Most Advantageous Bidder.

34. Negotiations

34.1  The procuring agency shall not engage in negotiations with respect to scope and price with the bidder except when the procuring agency conducts a procurement using direct or negotiated contracting or a request for proposals with evaluation based on quality alone.

34.2  The procuring agency may negotiate with the most advantageous bid with a view to streamline the work or task execution, at the time of contract finalization on methodology, work plan, staffing, finalizing payment arrangements, delivery arrangements, minor amendments to the special conditions of the contract.

35. Procuring Agency Right to reject all bids

35.1  The Procuring Agency reserves the right to reject all bids or proposals at any time prior to the issuance of the Letter of Award, without incurring any liability, in accordance with Rule 33 of the Public Procurement Rules, 2004.

36. Procuring Agency’s Right to Vary Quantities at the Time of Award

36.1  The Procuring Agency reserves the right at the time of contract award to increase or decrease the quantity of Goods originally specified in these Bidding documents provided this does not exceed by 15%, without any change in unit price or other terms and conditions of the Bids and Bidding documents.

37. Notification of Award

37.1  Prior to the award of contract, the procuring agency shall announce and publish the result of bid evaluation on EPADS v2.0 in accordance with Rule 35 of the Public Procurement Rules, 2004.

37.2  The Bidder whose Bids has been accepted will be notified of the award by the Procuring Agency prior to expiration of the Bids/Bid Validity period. The Letter of Award will state the sum that the Procuring Agency will pay the successful Bidder in consideration for the delivery of Goods as prescribed by the Contract (hereinafter and in the Contract called the "Contract Price).

37.3  The Letter of award will constitute the formation of the Contract, subject to the Bidder furnishing the Performance Guarantee and signing of the contract.

38. Signing of Contract

38.1  Promptly after issuance of Letter of award, Procuring Agency shall send the successful Bidder the draft Contract, incorporating all terms and conditions as agreed by the parties to the contract.

38.2  Immediately after the Redressal of grievance by the GRC (if any), mandatory standstill period in accordance with Rule 35 of the Public Procurement Rules, 2004 and after fulfillment of all condition’s precedent of the Contract Form, the successful Bidder and the Procuring Agency shall sign the Contract. 

39. Corrupt & Fraudulent Practices

39.1  Procuring Agencies (including beneficiaries of Government funded projects and procurement) as well as Bidders/Contractors under Government financed contracts, observe the highest standard of ethics during the procurement and execution of such contracts, and will avoid to engage in any corrupt and fraudulent practices. 

F. Grievance Redressal & Complaint Review Mechanism

40. Constitution of Grievance Redressal

40.1  The Grievance Redressal Committee shall address the grievance, if any submitted by any party, including the bidder, in accordance with Rule 48 of the Public Procurement Rules, 2004 to be read with Redressal of Grievances Regulations, 2021.

40.2  In case if any party or the bidder is not satisfied with the decision of the GRC or if it fails to decide within ten days, the bidder or the party may file an appeal before the Appellate Committee of the Authority in accordance with Rule 48 of the Public Procurement Rules, 2004 to be read with Redressal of Grievances Regulations, 2021.

G. Mechanism of Blacklisting

41. Mechanism of Blacklisting

41.1  The Procuring Agency shall initiate blacklisting proceedings against any bidder, supplier, or contractor in accordance with the Mechanism for Blacklisting Regulations, 2024, read with Rule 19 of the Public Procurement Rules, 2004.

41.2  The blacklisted/debarred bidder may file the review petition before the Authority in accordance with Rule 19 of the Public Procurement Rules, 2004 to be read with Procedure of filing and disposal of Review Petitions Regulations, 2021.

📑 Bid Data Sheet (BDS)

Procurement of Software & Hardware for Digital Forensics and Screening Labs

Published on: Friday, March 13, 2026

Ref# : P11675
QR Code

Bids Data Sheet (BDS)

The following specific data for the procurement of Goods to be procured shall complement, supplement, or amend the provisions in the Instructions to Bidders (ITB).  Whenever there is a conflict, the provisions herein shall prevail over those in ITB.

BDS Clause Number

ITB Number

Amendments of, and Supplements to, Clauses in the Instruction to Bidders

A. Introduction

1

1.1

Name of Procuring Agency: NTISB (National Telecommunication and Information Technology Security Board (NTISB))

The subject of procurement is: Procurement of Software & Hardware for Digital Forensics and Screening Labs

Expected commencement date: Friday, May 15, 2026

2.

2.1

Financial year for the operations of the Procuring Agency: 2025-26

Name and identification number of the Contract: P11675 

3. 3.1 JV/Consortium or Association Allowed: Yes
Number of JV/Consortium Members: 3
see section of eligibility criteria.

B. Bidding Documents

4.

8.1

The Bidders may seek clarifications through EPADS v2.0 : Clarification Date: Friday, March 20, 2026
Pre-Bid Meeting: Tuesday, March 17, 2026 11:00 AM
Venue: Block-L, Pak-Sectt.

C. Preparation of Bids

5.

10.1

The Language of all correspondences and documents related to the Bids shall be in: English 

List of documents required along with the bid:

  1. Bidder must provide Sales/Income Tax registrations, be on FBR ATL, upload Bid Security on e-PADS and submit original BD/PO to NCERT by deadline, affidavit, Pakistan office/local authorized partner with support center, tech docs (NTN/tax, experience, OEM/partner certs), audited 3-year financials, security clearance, NTISB bug-free and MAL certs where required, 2-year software license with updates/support, 1-year hardware warranty, and OEM/OEM-authorized training.

 
6. 11.1 


Items/Lots and threre related documents:
See section items and Lots
 

7. 12.1

Items / Lots Specifications:

see section of items specifications.

8.

15.6

The price shall be Fixed.

9.

16.1

Currency of the Bids shall be : PKR

10.

17.1

The Bids/Bid Validity period shall be: 180 Days

11.

18.1

The amount of Bid Security shall be as defined in Bid Security Section for items and lots given in BDS 6

The Bid Security shall be in the form of: Pay Order, Banker's Cheque, Demand Draft  

 

D. Submission of Bids

12.

20.1

Bid shall be submitted online on EPADS v2.0 whereas hard copy of the bid security should be submitted to the following;

Block-L, Pak-Sectt., Islamabad Capital Territory before bid submission deadline.

Bids that are not submitted on EPADS v2.0 shall be disqualified.

The deadline for Bids submission is: Wednesday, April 1, 2026 11:00 AM

E. Opening and Evaluation of Bids

13.

23.1

The Bids opening shall take place on EPADS v2.0.

Day : Wednesday

Date: Wednesday, April 1, 2026

Time : 11:30 AM

14.

31.1

Selection technique adopted will be: Quality and Cost Based Selection (QCBS)
see Evaluation Criteria

F. Review of Procurement Decisions

15.

41.1

Grievence against this procurement shall be submitted online on EPADS v2.0.

Arbitrator shall be appointed by mutual consent of the both parties.

Eligibility Criteria

Bidder's Type Required Registration

Individual / Individual Consultant

Sole Proprietorship

Partnership Firm

Company (Private Limited)

Company (Public Limited)

Company (Holding Company)

Company (Limited by Guarantee)

State Owned Enterprise (Private Limited)

State Owned Enterprise (Public Limited)

FBR (NTN)

FBR (GSTN)

SECP

Eligibility Criteria Document
Bidder must provide Sales/Income Tax registrations, be on FBR ATL, upload Bid Security on e-PADS and submit original BD/PO to NCERT by deadline, affidavit, Pakistan office/local authorized partner with support center, tech docs (NTN/tax, experience, OEM/partner certs), audited 3-year financials, security clearance, NTISB bug-free and MAL certs where required, 2-year software license with updates/support, 1-year hardware warranty, and OEM/OEM-authorized training. Yes

Evaluation Criteria

Eligibile bidder(s) with substantially responsive bid(s) offering Quality and Cost Based Selection (QCBS) shall be consider for the award of contract(s).

Quality and Cost Based Selection (QCBS)

Technical Marks70
Passing Marks34
Mandatory Evaluation Criteria
Bidder’s Experience: Bidder’s relevant experience, including deployments in Pakistan and/or internationally (Qualitative)(Doc Required)5
Presentation / Demonstration / POC (Qualitative)(Doc Required)15
Training & Support (Qualitative)(Doc Required)10
Technical Evaluation Criteria
Technical Evaulation w.r.t. Criteria mentioned in Technical Specifications tables Sr. 2-36 (Qualitative)(Doc Required)40

Items/Lots

Items Without Lots :

Item UNSPSC Delivery Schedule Quantity Bid SecurityManufacturer / Dealer AuthorizationWarranty
Portable Imaging Device / Write Blocker / Duplicator Kit Portable hard disk storage device
Address: Block-L, Pak-Sectt., Islamabad Capital Territory Schedule: 56 Days Quantity: 1
1 55000Any 2 Years
Cryptanalysis/ Password cracking Solution (like Passware kit Ultimate or equivalent) Cloud-based protection or security software
Address: Block-L, Pak-Sectt., Islamabad Capital Territory Schedule: 56 Days Quantity: 1
1 125000Any 2 Years
Mobile Forensics Software (such as Cellebrite UFED with Cellebrite Inseyets / Oxygen / XRY / MOBILedit / MD NEXT/ MD RED bundle (MD Plug) or equivalent) Cloud-based protection or security software
Address: Block-L, Pak-Sectt., Islamabad Capital Territory Schedule: 56 Days Quantity: 1
1 200000Any 2 Years
Cloud Forensics / DB Forensics / Cloud Applications Forensics/ (Like Magnet, AXIOM Cyber or equivalent) Cloud-based protection or security software
Address: Block-L, Pak-Sectt., Islamabad Capital Territory Schedule: 56 Days Quantity: 1
1 175000Any 2 Years
DATA RECOVERY & ANALYSIS of Hard Drive/ USB/ SD Cards or similar products (Exterro FTK, EnCase or equivalent) Cloud-based protection or security software
Address: Block-L, Pak-Sectt., Islamabad Capital Territory Schedule: 56 Days Quantity: 1
1 105000Any 2 Years
ADVANCED DIGITAL EVIDENCE EXAMINATION & ANALYSIS (Data Analysis) Cloud-based protection or security software
Address: Block-L, Pak-Sectt., Islamabad Capital Territory Schedule: 56 Days Quantity: 1
1 200000Any 2 Years
macOS based Forensic Suite (like RECONLAB, MacQuisition or equivalent) Cloud-based protection or security software
Address: Block-L, Pak-Sectt., Islamabad Capital Territory Schedule: 56 Days Quantity: 1
1 100000Any 2 Years
Data recovery from damaged HDD / SSD / USB and SD card (like PC3000 portable, salvation data or equivalent) Cloud-based protection or security software
Address: Block-L, Pak-Sectt., Islamabad Capital Territory Schedule: 56 Days Quantity: 1
1 200000Any 2 Years
MEMORY FORENSICS (Volatile Memory Analysis) Cloud-based protection or security software
Address: Block-L, Pak-Sectt., Islamabad Capital Territory Schedule: 56 Days Quantity: 1
1 140000Any 2 Years
IoT & FIRMWARE FORENSICS TOOLS Cloud-based protection or security software
Address: Block-L, Pak-Sectt., Islamabad Capital Territory Schedule: 56 Days Quantity: 1
1 200000Any 2 Years
AI FORENSICS & DEEPFAKE DETECTION TOOLS Cloud-based protection or security software
Address: Block-L, Pak-Sectt., Islamabad Capital Territory Schedule: 56 Days Quantity: 1
1 225000Any 2 Years
Mobile Application Security Testing (MAST) Cloud-based protection or security software
Address: Block-L, Pak-Sectt., Islamabad Capital Territory Schedule: 56 Days Quantity: 1
1 190000Any 2 Years
Fuzz Testing Cloud-based protection or security software
Address: Block-L, Pak-Sectt., Islamabad Capital Territory Schedule: 56 Days Quantity: 1
1 225000Any 2 Years
Forensics Workstation Computer workstation
Address: Block-L, Pak-Sectt., Islamabad Capital Territory Schedule: 56 Days Quantity: 4
4 1200000Any 1 Years
Forensics Laptops Notebook computer
Address: Block-L, Pak-Sectt., Islamabad Capital Territory Schedule: 56 Days Quantity: 4
4 500000Any 1 Years
LED Monitors Liquid crystal display LCD panels or monitors
Address: Block-L, Pak-Sectt., Islamabad Capital Territory Schedule: 56 Days Quantity: 8
8 70000Any 1 Years
FORENSIC SERVER Computer server
Address: Block-L, Pak-Sectt., Islamabad Capital Territory Schedule: 56 Days Quantity: 2
2 850000Any 1 Years
Password Cracking System Computer server
Address: Block-L, Pak-Sectt., Islamabad Capital Territory Schedule: 56 Days Quantity: 1
1 475000Any 1 Years
NAS Storage System Network attached storage NAS device
Address: Block-L, Pak-Sectt., Islamabad Capital Territory Schedule: 56 Days Quantity: 1
1 1025000Any 1 Years
Accessories with Functional Requirements Computer accessory kits
Address: Block-L, Pak-Sectt., Islamabad Capital Territory Schedule: 56 Days Quantity: 1
1 110000Any 1 Years
Faraday’s Box (like Ramsey STE3000F2 Isolation Box or equivalent) Electromagnetic interference EMI shielding equipment
Address: Block-L, Pak-Sectt., Islamabad Capital Territory Schedule: 56 Days Quantity: 1
1 100000Any 1 Years
RF Analyzer – Table Mounted Frequency analyzers
Address: Block-L, Pak-Sectt., Islamabad Capital Territory Schedule: 56 Days Quantity: 1
1 2500000Any 1 Years
iOS Computing Device Notebook computer
Address: Block-L, Pak-Sectt., Islamabad Capital Territory Schedule: 56 Days Quantity: 2
2 150000Any 1 Years
Forensics Adapter Kit Setting adapter kit
Address: Block-L, Pak-Sectt., Islamabad Capital Territory Schedule: 56 Days Quantity: 2
2 50000Any 1 Years
LAPTOP (Supporting Infrastructure) Notebook computer
Address: Block-L, Pak-Sectt., Islamabad Capital Territory Schedule: 56 Days Quantity: 8
8 140000Any 1 Years
COLOR LASER MULTIFUNCTION PRINTER (All-in-One) Laser printers
Address: Block-L, Pak-Sectt., Islamabad Capital Territory Schedule: 56 Days Quantity: 2
2 25000Any 1 Years
65" LED DISPLAYS Liquid crystal display LCD panels or monitors
Address: Block-L, Pak-Sectt., Islamabad Capital Territory Schedule: 56 Days Quantity: 4
4 75000Any 1 Years
55" LED DISPLAYS Liquid crystal display LCD panels or monitors
Address: Block-L, Pak-Sectt., Islamabad Capital Territory Schedule: 56 Days Quantity: 4
4 60000Any 1 Years
OFFICE FURNITURE Furniture set
Address: Block-L, Pak-Sectt., Islamabad Capital Territory Schedule: 56 Days Quantity: 8
8 200000Any 1 Years
USB FLASH DRIVES Pen or flash drive
Address: Block-L, Pak-Sectt., Islamabad Capital Territory Schedule: 56 Days Quantity: 12
12 5000Any 1 Years
KEYBOARD + MOUSE Dual Mode (WIRELESS & WIRED) Keyboard and mouse kit
Address: Block-L, Pak-Sectt., Islamabad Capital Territory Schedule: 56 Days Quantity: 12
12 10000Any 1 Years
High Quality HDMI CABLES Computer cable
Address: Block-L, Pak-Sectt., Islamabad Capital Territory Schedule: 56 Days Quantity: 10
10 2500Any 1 Years
BARCODE / LABEL PRINTER WITH HANDHELD WIRELESS BARCODE SCANNER Scanners
Address: Block-L, Pak-Sectt., Islamabad Capital Territory Schedule: 56 Days Quantity: 2
2 25000Any 1 Years
BLACK & WHITE LASER MULTIFUNCTION PRINTER (All-in-One) Laser printers
Address: Block-L, Pak-Sectt., Islamabad Capital Territory Schedule: 56 Days Quantity: 3
3 25000Any 1 Years
PAPER SHREDDER Cassette or tape shredders
Address: Block-L, Pak-Sectt., Islamabad Capital Territory Schedule: 56 Days Quantity: 2
2 25000Any 1 Years

Related Services of Goods:

Yes

Item UNSPSC Related Services
Portable Imaging Device / Write Blocker / Duplicator Kit Portable hard disk storage device OEM Training, training material, Staff certifications, OEM support/Local Support
Cryptanalysis/ Password cracking Solution (like Passware kit Ultimate or equivalent) Cloud-based protection or security software OEM Training, training material, Staff certifications, OEM support/Local Support
Mobile Forensics Software (such as Cellebrite UFED with Cellebrite Inseyets / Oxygen / XRY / MOBILedit / MD NEXT/ MD RED bundle (MD Plug) or equivalent) Cloud-based protection or security software OEM Training, training material, Staff certifications, OEM support/Local Support
Cloud Forensics / DB Forensics / Cloud Applications Forensics/ (Like Magnet, AXIOM Cyber or equivalent) Cloud-based protection or security software OEM Training, training material, Staff certifications, OEM support/Local Support
DATA RECOVERY & ANALYSIS of Hard Drive/ USB/ SD Cards or similar products (Exterro FTK, EnCase or equivalent) Cloud-based protection or security software OEM Training, training material, Staff certifications, OEM support/Local Support
ADVANCED DIGITAL EVIDENCE EXAMINATION & ANALYSIS (Data Analysis) Cloud-based protection or security software OEM Training, training material, Staff certifications, OEM support/Local Support
macOS based Forensic Suite (like RECONLAB, MacQuisition or equivalent) Cloud-based protection or security software OEM Training, training material, Staff certifications, OEM support/Local Support
Data recovery from damaged HDD / SSD / USB and SD card (like PC3000 portable, salvation data or equivalent) Cloud-based protection or security software OEM Training, training material, Staff certifications, OEM support/Local Support
MEMORY FORENSICS (Volatile Memory Analysis) Cloud-based protection or security software OEM Training, training material, Staff certifications, OEM support/Local Support
IoT & FIRMWARE FORENSICS TOOLS Cloud-based protection or security software OEM Training, training material, Staff certifications, OEM support/Local Support
AI FORENSICS & DEEPFAKE DETECTION TOOLS Cloud-based protection or security software OEM Training, training material, Staff certifications, OEM support/Local Support
Mobile Application Security Testing (MAST) Cloud-based protection or security software OEM Training, training material, Staff certifications, OEM support/Local Support
Fuzz Testing Cloud-based protection or security software OEM Training, training material, Staff certifications, OEM support/Local Support
Forensics Workstation Computer workstation OEM Training, training material, Staff certifications, OEM support/Local Support
Forensics Laptops Notebook computer OEM Training, training material, Staff certifications, OEM support/Local Support
LED Monitors Liquid crystal display LCD panels or monitors OEM Training, training material, Staff certifications, OEM support/Local Support
FORENSIC SERVER Computer server OEM Training, training material, Staff certifications, OEM support/Local Support
Password Cracking System Computer server OEM Training, training material, Staff certifications, OEM support/Local Support
NAS Storage System Network attached storage NAS device OEM Training, training material, Staff certifications, OEM support/Local Support
Accessories with Functional Requirements Computer accessory kits OEM Training, training material, Staff certifications, OEM support/Local Support
Faraday’s Box (like Ramsey STE3000F2 Isolation Box or equivalent) Electromagnetic interference EMI shielding equipment OEM Training, training material, Staff certifications, OEM support/Local Support
RF Analyzer – Table Mounted Frequency analyzers OEM Training, training material, Staff certifications, OEM support/Local Support
iOS Computing Device Notebook computer OEM Training, training material, Staff certifications, OEM support/Local Support
Forensics Adapter Kit Setting adapter kit OEM Training, training material, Staff certifications, OEM support/Local Support
LAPTOP (Supporting Infrastructure) Notebook computer OEM Training, training material, Staff certifications, OEM support/Local Support
COLOR LASER MULTIFUNCTION PRINTER (All-in-One) Laser printers OEM Training, training material, Staff certifications, OEM support/Local Support
65" LED DISPLAYS Liquid crystal display LCD panels or monitors OEM Training, training material, Staff certifications, OEM support/Local Support
55" LED DISPLAYS Liquid crystal display LCD panels or monitors OEM Training, training material, Staff certifications, OEM support/Local Support
OFFICE FURNITURE Furniture set OEM Training, training material, Staff certifications, OEM support/Local Support
USB FLASH DRIVES Pen or flash drive OEM Training, training material, Staff certifications, OEM support/Local Support
KEYBOARD + MOUSE Dual Mode (WIRELESS & WIRED) Keyboard and mouse kit OEM Training, training material, Staff certifications, OEM support/Local Support
High Quality HDMI CABLES Computer cable OEM Training, training material, Staff certifications, OEM support/Local Support
BARCODE / LABEL PRINTER WITH HANDHELD WIRELESS BARCODE SCANNER Scanners OEM Training, training material, Staff certifications, OEM support/Local Support
BLACK & WHITE LASER MULTIFUNCTION PRINTER (All-in-One) Laser printers OEM Training, training material, Staff certifications, OEM support/Local Support
PAPER SHREDDER Cassette or tape shredders OEM Training, training material, Staff certifications, OEM support/Local Support

Items/Lot Specification

Items Without Lots :

Item: Portable Imaging Device / Write Blocker / Duplicator Kit

UNSPSC: Portable hard disk storage device

Specifications / Requirements:

TECHNICAL SPECIFICATIONS Score a. Bidder’s Experience: Bidder’s relevant experience, including deployments in Pakistan and/or internationally. 5 b. Presentation / Demonstration / POC: A representative of the bidder shall deliver a comprehensive presentation of the quoted solution, including its architecture, key features, modules, capabilities, constraints, limitations, and licensing terms and conditions. Additional features/modules quoted by the vendor may be considered for extra technical merit. This shall also include a Demonstration / Proof of Concept (POC), preferably onsite, or remotely if required. 15 c. The kit should have the blocker devices for the storage media having the interface of SATA, IDE, Firewire USB2, USB3, e-SATA, Micro-SATA, Combine SATA, and ZIF, PCIe/NVMe, USB-C / Thunderbolt and SAS (Serial Attached SCSI) along with their respective connecting cables 15 d. Should support various operating systems i. Windows, Linux, Unix, Sun Solaris, Macintosh, Apple iOS. Capable to acquire/clone data from one-to-one, two-to-two destinations media. ii. Support different forensics image formats i.e. dd, EnCase, FTK, AFF, and Apple disk images 15 e. Should have the facility to Disk-to-Disk duplication with a facility of compression. Preview and acquire full disk, targeted data, support Image formats of AD1, E01, RAW, or SMART. 10 f. Mandatory Requirement 1) Training Plan for this Item: The bidder shall provide a comprehensive training plan specifically for the proposed item, comprising at minimum: (i) training delivered either directly by the Original Equipment Manufacturer (OEM), whether on premises or online (preferred), or by an OEM-authorized/certified partner or instructor; online thirdparty/non-OEM training shall be treated as a non-preferred option and, where allowed by the technical requirements for this item, shall be accorded a lower technical score during evaluation; (ii) provision of item-specific training materials, including, as applicable, digital content, videos, hardcopy manuals, and standard operating procedures (SOPs); and (iii) issuance of staff certifications or formal proof of successful completion of the training for all designated personnel who will operate or administer this item. 2) Local Support: (i) 24-month dedicated technical support by OEM; (ii) Dedicated technical support by vendor: on-call assistance, virtual sessions (as required), dedicated support contact, remote investigation assistance, troubleshooting support; 10 Total 70

Item: Cryptanalysis/ Password cracking Solution (like Passware kit Ultimate or equivalent)

UNSPSC: Cloud-based protection or security software

Specifications / Requirements:

TECHNICAL SPECIFICATIONS Score a. Bidder’s Experience: Bidder’s relevant experience, including deployments in Pakistan and/or internationally. 5 b. Presentation / Demonstration / POC: A representative of the bidder shall deliver a comprehensive presentation of the quoted solution, including its architecture, key features, modules, capabilities, constraints, limitations, and licensing terms and conditions. Additional features/modules quoted by the vendor may be considered for extra technical merit. This shall also include a Demonstration / Proof of Concept (POC), preferably onsite, or remotely if required. 15 c. Should detect and decrypt Password from Windows, Android. Recovery of passcodes for Apple and Android devices. Extraction of data from locked or encrypted mobile devices. 8 d. Recover passwords from all MS Office files (i.e. MS word, MS excel files) for all versions, PDF, Zip, RAR, and more. Full Disk Decryption: Decrypts or recovers passwords for various encryption types, including BitLocker, FileVault2, and VeraCrypt. Reset passwords for Local and Domain Windows Administrators, recover encryption keys from HDD protected with BitLocker, including BitLockerToGo. 8 e. i. User can provide own password dictionary and partial known password. Capable of recovering Mac User Login passwords and FileVault2 keys from computer and support Distributed and Cloud Computing password recovery on both Windows and Linux platforms. ii. Include Special password recovery attacks such as: Rainbow Tables, Decryptum, SureZip, ZipPlaintext, support Password modifiers (case changes, reversed words,etc.) 8 f. i. Should recover passwords from a memory dump / image or a standalone SAM file, recover passwords for email, websites, and network connections from standalone registry files. ii. Should have Search Index Examiner to retrieve electronic evidence from a Windows Desktop Search Database, able to decrypt passwords for Facebook, Google, and other websites from live memory images or hibernation files. 8 g. GPU Acceleration & Distributed Computing: Accelerated password recovery using multiple computers, GPUs, and Rainbow Tables. Live Memory Analysis: Acquires and analyzes live memory images to extract encryption keys and passwords. 8 h. Mandatory Requirement 1) Training Plan for this Item: The bidder shall provide a comprehensive training plan specifically for the proposed item, comprising at minimum: (i) training delivered either directly by the Original Equipment Manufacturer (OEM), whether on premises or online (preferred), or by an OEM-authorized/certified partner or instructor; online third-party/non-OEM training shall be treated as a non-preferred option and, where allowed by the technical requirements for this item, shall be accorded a lower technical score during evaluation; (ii) provision of item-specific training materials, including, as applicable, digital content, videos, hardcopy manuals, and standard operating procedures (SOPs); and (iii) issuance of staff certifications or formal proof of successful completion of the training for all designated personnel who will operate or administer this item. 2) Local Support: (i) 24-month dedicated technical support by OEM; (ii) Dedicated technical support by vendor: on-call assistance, virtual sessions (as required), dedicated support contact, remote investigation assistance, troubleshooting support; 10 Total 70

Item: Mobile Forensics Software (such as Cellebrite UFED with Cellebrite Inseyets / Oxygen / XRY / MOBILedit / MD NEXT/ MD RED bundle (MD Plug) or equivalent)

UNSPSC: Cloud-based protection or security software

Specifications / Requirements:

TECHNICAL SPECIFICATIONS Score a. Bidder’s Experience: Bidder’s relevant experience, including deployments in Pakistan and/or internationally. 5 b. Presentation / Demonstration / POC: A representative of the bidder shall deliver a comprehensive presentation of the quoted solution, including its architecture, key features, modules, capabilities, constraints, limitations, and licensing terms and conditions. Additional features/modules quoted by the vendor may be considered for extra technical merit. This shall also include a Demonstration / Proof of Concept (POC), preferably onsite, or remotely if required. 15 c. Core Mobile Forensics Capability: The proposed Mobile Forensics solution shall include industry-recognized tools such as Cellebrite UFED together with Cellebrite Inseyets, or equivalent, to enable advanced extraction, analysis, and intelligence generation from mobile devices. The solution should have the ability to capture, extract, process, decode, review, and analyze artifacts from a variety of sources, including smartphones (iOS and Android), cloud data, GPS devices, IoT devices, smartwatches, home devices, and drones. Data acquisition techniques should include multiple supported methods, such as rooting, jailbreaking, ADB backup, application downgrading, and chip-off / chip dump techniques, wherever applicable, to ensure extraction from a wide range of Apple iOS and Android devices and versions. 15 d. Chipset and Application / Cloud Support: The solution should support a broad range of Chinese and U.S. chipsets, including but not limited to MediaTek, Spreadtrum, and Qualcomm. The solution should also support recovery, parsing, backup analysis, and/or cloud processing of data from social media and communication platforms, including services such as Instagram, Facebook, X (Twitter), LinkedIn, Snapchat, TikTok, Amazon Alexa, Gmail, Google Drive, iCloud, DJI Go, Fitbit, and smartwatch ecosystems. 13 e. Reporting, Localization, and Updates: The solution should provide options for generating investigative and forensic reports in multiple formats, including HTML, CSV, TXT, RTF, Excel, and PDF. The solution should also include regular software and signature/parser updates to maintain compatibility with newly released devices, applications, and operating system versions. 12 f. Mandatory Requirement 1) Training Plan for this Item: The bidder shall provide a comprehensive training plan specifically for the proposed item, comprising at minimum: (i) training delivered either directly by the Original Equipment Manufacturer (OEM), whether on premises or online (preferred), or by an OEM-authorized/certified partner or instructor; online third-party/non-OEM training shall be treated as a non-preferred option and, where allowed by the technical requirements for this item, shall be accorded a lower technical score during evaluation; (ii) provision of item-specific training materials, including, as applicable, digital content, videos, hardcopy manuals, and standard operating procedures (SOPs); and (iii) issuance of staff certifications or formal proof of successful completion of the training for all designated personnel who will operate or administer this item. 2) Local Support: (i) 24-month dedicated technical support by OEM; (ii) Dedicated technical support by vendor: on-call assistance, virtual sessions (as required), dedicated support contact, remote investigation assistance, troubleshooting support; 10 Total 70

Item: Cloud Forensics / DB Forensics / Cloud Applications Forensics/ (Like Magnet, AXIOM Cyber or equivalent)

UNSPSC: Cloud-based protection or security software

Specifications / Requirements:

TECHNICAL SPECIFICATIONS Score a. Bidder’s Experience: Bidder’s relevant experience, including deployments in Pakistan and/or internationally. 5 b. Presentation / Demonstration / POC: A representative of the bidder shall deliver a comprehensive presentation of the quoted solution, including its architecture, key features, modules, capabilities, constraints, limitations, and licensing terms and conditions. Additional features/modules quoted by the vendor may be considered for extra technical merit. This shall also include a Demonstration / Proof of Concept (POC), preferably onsite, or remotely if required. 15 c. Cloud application acquisition and recovery support — ability to collect/recover data from major cloud platforms and apps such as Google services, Facebook, Instagram, WhatsApp, X/Twitter, etc. 10 d. Database forensics capability — ability to parse, extract, reconstruct, and analyze databases such as SQLite, app databases, logs, deleted records, timestamps, and related metadata 10 e. Cloud credential / token / session artifact support — support for using recovered credentials, tokens, session artifacts, or imports from tools like UFED, Oxygen, Magnet Axiom 10 f. Artifact parsing and analysis depth — chats, files, account data, logs, timeline reconstruction, user activity correlation, metadata analysis 6 g. Reporting and export options — reports in HTML, CSV, TXT, RTF, Excel, PDF; filtering, bookmarking, evidence presentation. Software updates and compatibility — regular updates for new cloud apps, schema changes, and evolving app versions 4 h. Mandatory Requirement 1) Training Plan for this Item: The bidder shall provide a comprehensive training plan specifically for the proposed item, comprising at minimum: (i) training delivered either directly by the Original Equipment Manufacturer (OEM), whether on premises or online (preferred), or by an OEM-authorized/certified partner or instructor; online third-party/non-OEM training shall be treated as a non-preferred option and, where allowed by the technical requirements for this item, shall be accorded a lower technical score during evaluation; (ii) provision of item-specific training materials, including, as applicable, digital content, videos, hardcopy manuals, and standard operating procedures (SOPs); and (iii) issuance of staff certifications or formal proof of successful completion of the training for all designated personnel who will operate or administer this item. 2) Local Support: (i) 24-month dedicated technical support by OEM; (ii) Dedicated technical support by vendor: on-call assistance, virtual sessions (as required), dedicated support contact, remote investigation assistance, troubleshooting support; 10 Total 70

Item: DATA RECOVERY & ANALYSIS of Hard Drive/ USB/ SD Cards or similar products (Exterro FTK, EnCase or equivalent)

UNSPSC: Cloud-based protection or security software

Specifications / Requirements:

TECHNICAL SPECIFICATIONS Score a. Bidder’s Experience: Bidder’s relevant experience, including deployments in Pakistan and/or internationally. 5 b. Presentation / Demonstration / POC: A representative of the bidder shall deliver a comprehensive presentation of the quoted solution, including its architecture, key features, modules, capabilities, constraints, limitations, and licensing terms and conditions. Additional features/modules quoted by the vendor may be considered for extra technical merit. This shall also include a Demonstration / Proof of Concept (POC), preferably onsite, or remotely if required. 15 c. Data Recovery and File Carving Capability The proposed solution shall support recovery, extraction, and file carving of data from hard disk drives (HDDs), USB flash drives, and SD cards. The solution shall be capable of recovering deleted, lost, formatted, or corrupted data, including recovery from damaged or corrupted partition structures. 10 d. Supported Platforms, File Systems, and Analysis Capability The proposed solution shall support recovery and analysis from storage media and/or network-attached computers running Windows, macOS, Linux, and other UNIX-based operating systems. The solution shall support commonly used file systems including exFAT, FAT/FAT32, NTFS, NTFS5, HFS, HFS+, HFSX, and APFS. The solution shall support identification and recovery of files based on known file signatures/file types. The quoted solution shall include EnCase or equivalent recognized forensic-grade data recovery and analysis capability. 10 e. RAID Recovery Support The proposed solution shall support data recovery and reconstruction from RAID volumes, including at minimum RAID 4, RAID 5, and RAID 6, as well as custom RAID layouts where applicable. 10 f. Forensic Imaging, Integrity Verification, and Chain of Custody Capability The proposed solution shall support forensic imaging/acquisition of hard drives, USB flash drives, and SD cards in a forensically sound manner without altering original evidence. The solution shall support generation and verification of hash values (such as MD5, SHA-1, and SHA-256) for integrity validation before and after acquisition/analysis. The solution shall also support audit logs, case documentation, and reporting features to help maintain chain of custody and evidentiary integrity. 10 g. Mandatory Requirement 1) Training Plan for this Item: The bidder shall provide a comprehensive training plan specifically for the proposed item, comprising at minimum: (i) training delivered either directly by the Original Equipment Manufacturer (OEM), whether on premises or online (preferred), or by an OEM-authorized/certified partner or instructor; online third-party/non-OEM training shall be treated as a non-preferred option and, where allowed by the technical requirements for this item, shall be accorded a lower technical score during evaluation; (ii) provision of item-specific training materials, including, as applicable, digital content, videos, hardcopy manuals, and standard operating procedures (SOPs); and (iii) issuance of staff certifications or formal proof of successful completion of the training for all designated personnel who will operate or administer this item. 2) Local Support: (i) 24-month dedicated technical support by OEM; (ii) Dedicated technical support by vendor: on-call assistance, virtual sessions (as required), dedicated support contact, remote investigation assistance, troubleshooting support; 10 Total 70

Item: ADVANCED DIGITAL EVIDENCE EXAMINATION & ANALYSIS (Data Analysis)

UNSPSC: Cloud-based protection or security software

Specifications / Requirements:

• TECHNICAL SPECIFICATIONS • Digital Evidence Examination Suite: The solution shall provide a comprehensive digital forensic examination and investigation platform for analysis of digital evidence. • Multi-Operating System and File System Support: The solution shall support analysis of evidence originating from Windows, macOS, Linux, and other common file systems and operating environments. • Acquisition Capabilities: The solution shall support physical and logical acquisition of digital evidence, where applicable. • Artifact Extraction and Analysis : The solution shall support advanced artifact extraction from multiple evidence sources, including user activity, system activity, application data, and other relevant forensic artifacts. • Timeline Analysis and Visualization: The solution shall provide timeline creation, correlation, filtering, and visualization for reconstruction of user and system activity. • Email and Communication Analysis: The solution shall support examination and analysis of emails, message stores, chat data, and other communication records. • Cloud Data Analysis: The solution shall support collection, parsing, and analysis of cloud-based data sources, subject to lawful access and platform compatibility. • Mobile Device Data Analysis: The solution shall support examination and analysis of data extracted from mobile devices and associated backups, where applicable. • Encrypted Data / Communication Support: The solution shall support analysis of encrypted data, encrypted communications, and protected evidence sources, including available decryption or decoding support where lawfully permissible. • Metadata Extraction and Analysis: The solution shall support identification, extraction, and analysis of file, media, communication, and system metadata. • Search, Indexing, and Filtering: The solution shall provide fast indexing, keyword searching, filtering, and evidence correlation capabilities for efficient review of large datasets. • Reporting and Export: The solution shall support report generation and export in multiple formats, including formats suitable for legal, investigative, and management use. • Case Management and Investigation Support: The solution shall include case organization, bookmarking, tagging, notes, and evidence management features to support structured investigations. • Integrated Investigation Tools: The solution shall provide integrated or compatible tools for handling multiple investigation types, including computer, mobile, communication, and cloud-based evidence analysis. • Interoperability: The solution shall support integration or interoperability with other forensic platforms and evidence sources, where applicable. EVALUATION CRITERIA Score a. Bidder’s Experience: Bidder’s relevant experience, including deployments in Pakistan and/or internationally. 5 b. Presentation / Demonstration / POC: A representative of the bidder shall deliver a comprehensive presentation of the quoted solution, including its architecture, key features, modules, capabilities, constraints, limitations, and licensing terms and conditions. Additional features/modules quoted by the vendor may be considered for extra technical merit. This shall also include a Demonstration / Proof of Concept (POC), preferably onsite, or remotely if required. 15 c. Multi-OS Support, Acquisition, and Artifact Extraction Capabilities The proposed solution shall support forensic examination and analysis of evidence originating from Windows, macOS, Linux, and other common operating systems and file systems. The solution shall support physical and logical acquisition, where applicable, and shall provide advanced extraction and analysis of forensic artifacts including user activity, system activity, application data, logs, and other relevant evidence sources. 10 d. Timeline Analysis, Visualization, and Encrypted Data / Communication Support The proposed solution shall provide timeline creation, event correlation, filtering, and visualization features for reconstruction of user and system activity. The solution shall also support examination and analysis of encrypted data, encrypted communications, and protected evidence sources, including available decryption, decoding, or interpretation support where lawfully permissible. 10 e. Email, Communication, Cloud, and Metadata Analysis Features The proposed solution shall support examination and analysis of emails, message stores, chat data, and other communication records. The solution shall also support collection, parsing, and analysis of cloud-based data sources, subject to lawful access and platform compatibility, along with extraction and analysis of file, media, communication, and system metadata. 10 f. Search, Reporting, Case Management, and Interoperability Features The proposed solution shall provide fast indexing, keyword searching, filtering, and evidence correlation capabilities for efficient review of large datasets. The solution shall support reportin

Item: macOS based Forensic Suite (like RECONLAB, MacQuisition or equivalent)

UNSPSC: Cloud-based protection or security software

Specifications / Requirements:

TECHNICAL SPECIFICATIONS Score a. Bidder’s Experience: Bidder’s relevant experience, including deployments in Pakistan and/or internationally. 5 b. Presentation / Demonstration / POC: A representative of the bidder shall deliver a comprehensive presentation of the quoted solution, including its architecture, key features, modules, capabilities, constraints, limitations, and licensing terms and conditions. Additional features/modules quoted by the vendor may be considered for extra technical merit. This shall also include a Demonstration / Proof of Concept (POC), preferably onsite, or remotely if required. 15 c. Native macOS Forensic Suite with Multi-Platform Artifact Support The proposed solution shall be a full forensic suite designed natively on macOS. The solution shall support parsing, examination, and recovery of a wide range of forensic artifacts from Windows, macOS/iOS including Apple Extended Metadata, Android OS, Google Takeout data, SQLite databases, Hex data, and Windows Registry artifacts. The solution shall support extraction and analysis of maximum available artifacts relevant to forensic examination and investigation. 10 d. RAM Analysis Support for Windows and macOS the proposed solution shall support memory (RAM) analysis for both Windows and macOS systems. The solution shall be capable of examining volatile memory artifacts to assist in identification of running processes, network connections, logged-in users, malware indicators, system activity, and other relevant live evidence. 10 e. Advanced Reporting, Sorting, and Filtering Capabilities The proposed solution shall provide advanced reporting with an integrated built-in editor, enabling investigators to review, edit, and finalize forensic reports within the application. The solution shall support chronological organization of bookmarked, tagged, or selected evidence items and provide advanced sort and filter options based on automated results, metadata, and Apple Extended Metadata for efficient evidence review. 10 f. Case Management, Bookmarking, and Evidence Review Features The proposed solution shall support case management and structured evidence review features including bookmarking, tagging, notes, categorization, and organization of artifacts within individual cases. The solution shall enable investigators to efficiently correlate, review, and manage evidence items during forensic examination and reporting. 10 g. Mandatory Requirement 1) Training Plan for this Item: The bidder shall provide a comprehensive training plan specifically for the proposed item, comprising at minimum: (i) training delivered either directly by the Original Equipment Manufacturer (OEM), whether on premises or online (preferred), or by an OEM-authorized/certified partner or instructor; online third-party/non-OEM training shall be treated as a non-preferred option and, where allowed by the technical requirements for this item, shall be accorded a lower technical score during evaluation; (ii) provision of item-specific training materials, including, as applicable, digital content, videos, hardcopy manuals, and standard operating procedures (SOPs); and (iii) issuance of staff certifications or formal proof of successful completion of the training for all designated personnel who will operate or administer this item. 2) Local Support: (i) 24-month dedicated technical support by OEM; (ii) Dedicated technical support by vendor: on-call assistance, virtual sessions (as required), dedicated support contact, remote investigation assistance, troubleshooting support; 10 Total 70

Item: Data recovery from damaged HDD / SSD / USB and SD card (like PC3000 portable, salvation data or equivalent)

UNSPSC: Cloud-based protection or security software

Specifications / Requirements:

TECHNICAL SPECIFICATIONS Score a. Bidder’s Experience: Bidder’s relevant experience, including deployments in Pakistan and/or internationally. 5 b. Presentation / Demonstration / POC: A representative of the bidder shall deliver a comprehensive presentation of the quoted solution, including its architecture, key features, modules, capabilities, constraints, limitations, and licensing terms and conditions. Additional features/modules quoted by the vendor may be considered for extra technical merit. This shall also include a Demonstration / Proof of Concept (POC), preferably onsite, or remotely if required. 15 c. Support for Logical Data Recovery from Multiple Storage Media and Interfaces The proposed solution shall support logical data recovery from damaged or corrupted HDDs, SSDs, USB flash drives, and SD cards. The solution shall support a wide range of storage interfaces and adapters, including M.2 PCIe NVMe/AHCI SSD, M.2 SATA SSD, PCIe NVMe/AHCI adapter for Apple MacBook SSD, MacBook Pro A1406/A1408 adapter, PCIe x16 SSD adapter, SSD PCIe U.2 adapter, SSD PCIe NVMe/AHCI + Intel Optane adapter, and CFexpress adapter or equivalent. 10 d. Recovery from Logically Damaged Media and File Systems The proposed solution shall be capable of recovering data from logically damaged media, including cases involving partition corruption, deleted files, formatted volumes, damaged file systems, and other logical data loss scenarios. The solution shall support identification, extraction, and reconstruction of accessible data from such storage media without reliance on physical repair processes. 10 e. RAID Data Recovery Capability The proposed solution shall support data recovery from damaged RAID arrays and logically degraded RAID volumes. The solution shall support analysis and reconstruction of RAID configurations, where applicable, to facilitate recovery of data from RAID-based storage systems. 10 f. File System Analysis, Imaging, and Recovery Verification Features The proposed solution shall support analysis of common file systems and provide features for disk imaging, sector-level access, and verification of recovered data. The solution shall support integrity checking, preview of recoverable data, and validation of recovery results to assist investigators or operators in confirming successful recovery outcomes. 10 g. Mandatory Requirement 1) Training Plan for this Item: The bidder shall provide a comprehensive training plan specifically for the proposed item, comprising at minimum: (i) training delivered either directly by the Original Equipment Manufacturer (OEM), whether on premises or online (preferred), or by an OEM-authorized/certified partner or instructor; online third-party/non-OEM training shall be treated as a non-preferred option and, where allowed by the technical requirements for this item, shall be accorded a lower technical score during evaluation; (ii) provision of item-specific training materials, including, as applicable, digital content, videos, hardcopy manuals, and standard operating procedures (SOPs); and (iii) issuance of staff certifications or formal proof of successful completion of the training for all designated personnel who will operate or administer this item. 2) Local Support: (i) 24-month dedicated technical support by OEM; (ii) Dedicated technical support by vendor: on-call assistance, virtual sessions (as required), dedicated support contact, remote investigation assistance, troubleshooting support; 10 Total 70

Item: MEMORY FORENSICS (Volatile Memory Analysis)

UNSPSC: Cloud-based protection or security software

Specifications / Requirements:

TECHNICAL SPECIFICATIONS • Multi-OS support: Windows (7/8/10/11/Server), Linux (Ubuntu, CentOS, Debian, Kali), macOS (10.x-14.x), Android (4.x-14.x), iOS, and embedded systems • Memory acquisition formats: RAW, ELF Core dumps, Microsoft crash dumps (.dmp), hibernation files (hiberfil.sys), VMware snapshots, Hyper-V saves • Advanced artifact extraction: Process enumeration, DLL/module analysis, network connections, registry hives, command history, credentials, encryption keys • Malware detection capabilities: Process injection, code hollowing, reflective DLL loading, API hooking, inline hooking, kernel rootkits, UEFI threats • Automated threat intelligence integration with YARA rules, VirusTotal, and custom IOC databases • Memory structure parsing and reconstruction for forensic timeline analysis • Live memory acquisition with minimal system footprint (kernel-level acquisition drivers) • Volatility framework integration for extensible plugin architecture • Machine learning-based anomaly detection for advanced persistent threats (APTs) • Kernel object analysis: drivers, SSDT hooks, IRP handlers, filter drivers • Distributed processing capabilities for large-scale memory analysis (10GB+ dumps) • Cross-platform analysis: analyze Windows memory on Linux/macOS workstations • Encrypted memory support: FileVault 2, BitLocker, LUKS decryption • Cloud memory forensics: AWS EC2, Azure VM, GCP instance memory capture • Reporting and visualization: timeline views, process trees, network graphs, exportable reports (PDF, HTML, JSON, XML) • API integration for automated workflows and SIEM/SOAR platforms • Chain of custody tracking and evidence integrity verification (hash validation) • Multi-threading and GPU acceleration for faster processing EVALUATION CRITERIA Score a. Bidder’s Experience: Bidder’s relevant experience, including deployments in Pakistan and/or internationally. 5 b. Presentation / Demonstration / POC: A representative of the bidder shall deliver a comprehensive presentation of the quoted solution, including its architecture, key features, modules, capabilities, constraints, limitations, and licensing terms and conditions. Additional features/modules quoted by the vendor may be considered for extra technical merit. This shall also include a Demonstration / Proof of Concept (POC), preferably onsite, or remotely if required. 15 c. Comprehensive support for Windows (7/8/10/11/Server 2012-2022), Linux distributions (Ubuntu, CentOS, Debian, Kali, RedHat), macOS (10.12-14.x Sonoma), Android (4.x-14.x), iOS (12.x-17.x), and emerging platforms. Support for virtual machines (VMware, Hyper-V, VirtualBox, KVM) and cloud instances (AWS, Azure, GCP). 5 d. Live memory acquisition with kernel-level drivers for Windows, Linux, macOS. Support for multiple acquisition formats: RAW, ELF, Microsoft crash dumps, hibernation files, VMware memory snapshots. Minimal footprint during acquisition. Remote memory acquisition capability for enterprise investigations. 7 e. Detection of advanced threats: process injection (Create Remote Thread, APC, Atom Bombing), code hollowing, reflective DLL loading, API hooking (inline, IAT, SSDT), kernel rootkits, UEFI/bootkit threats, fileless malware. Integration with YARA rules, Virus Total API, and custom threat intelligence feeds. Machine learning-based anomaly detection. 7 f. Multi-threaded processing with GPU acceleration support. Ability to process large memory dumps (16GB-256GB) efficiently. Distributed processing architecture for enterprise-scale investigations. Processing speed benchmarks: 8GB dump analyzed within 15-30 minutes on mid-range workstation. Parallel case processing capabilities. 7 g. Comprehensive artifact extraction: process listing with PID/PPID trees, loaded DLLs and modules, network connections (TCP/UDP/raw sockets), open files and handles, registry hives (SAM, SYSTEM, SOFTWARE, SECURITY), command-line history (bash, PowerShell, cmd), clipboard contents, encryption keys (BitLocker, LUKS, TrueCrypt), cached credentials (LSA secrets, Kerberos tickets, NTLM hashes), browser artifacts, Shimcache, Amcache, Prefetch. Support for memory-based timeline reconstruction. 7 h. Plugin architecture for custom analysis modules. API integration with SIEM (Splunk, QRadar, ArcSight), SOAR platforms, and case management systems. Export capabilities: CSV, JSON, XML, PDF, HTML. Integration with third-party forensic tools (Autopsy, EnCase, FTK, X-Ways). Command-line interface for automation and scripting (Python, PowerShell). Support for custom YARA rules and threat intelligence feeds. 7 i. Mandatory Requirement 1) Training Plan for this Item: The bidder shall provide a comprehensive training plan specifically for the proposed item, comprising at minimum: (i) training delivered either directly by the Original Equipment Manufacturer (OEM), whether on premises or online (preferred), or by an OEM-authorized/certified partner or instructor; online third-party/non-OEM training shall be t

Item: IoT & FIRMWARE FORENSICS TOOLS

UNSPSC: Cloud-based protection or security software

Specifications / Requirements:

TECHNICAL SPECIFICATIONS • Firmware acquisition from multiple sources: vendor downloads, OTA updates, SPI/UART/JTAG extraction, device backups, companion apps • Automated firmware unpacking and filesystem extraction: SquashFS, JFFS2, CramFS, YAFFS, UBIFS, ext2/3/4, custom proprietary formats • Binary analysis and reverse engineering: ARM, MIPS, x86, PowerPC, RISC-V architecture support • Software Bill of Materials (SBOM) generation with component identification and version tracking • CVE vulnerability scanning against 100,000+ known vulnerabilities in embedded software, libraries, and open-source components • Binary hardening assessment: Stack Canaries, ASLR, NX/DEP, RELRO, PIE, SafeSEH, Control Flow Guard • Security vulnerability detection: hardcoded credentials, private keys, certificates, API tokens, backdoor accounts, weak cryptography • Cryptographic analysis: certificate expiration, weak algorithms (MD5, SHA1, DES, 3DES), self-signed certificates, insecure random number generation • Configuration file analysis: default passwords, insecure settings, exposed services, debug interfaces • Hardware interface detection and exploitation: UART console access, JTAG debugging, SPI flash dumping, I2C communication • Runtime firmware emulation with QEMU for dynamic analysis and vulnerability testing • IoT protocol analysis: MQTT, CoAP, Zigbee, Z-Wave, BLE, LoRaWAN, Thread, Matter, Modbus TCP/RTU • Network traffic analysis for IoT devices: packet capture, protocol dissection, privacy assessment, data exfiltration detection • Device fingerprinting and behavioral profiling: device identification, communication patterns, cloud endpoint mapping • Supply chain security assessment: third-party component analysis, license compliance, known vulnerable libraries • Compliance checking: OWASP IoT Top 10, NIST Cybersecurity Framework, IEC 62443, FDA premarket guidance • Automated report generation with remediation recommendations • API integration for CI/CD pipeline and DevSecOps workflows • Cloud-based and on-premise deployment options EVALUATION CRITERIA Score a. Bidder’s Experience: Bidder’s relevant experience, including deployments in Pakistan and/or internationally. 5 b. Presentation / Demonstration / POC: A representative of the bidder shall deliver a comprehensive presentation of the quoted solution, including its architecture, key features, modules, capabilities, constraints, limitations, and licensing terms and conditions. Additional features/modules quoted by the vendor may be considered for extra technical merit. This shall also include a Demonstration / Proof of Concept (POC), preferably onsite, or remotely if required. 15 c. Support for firmware acquisition from vendor websites, OTA update servers, direct memory dumping (SPI, UART, JTAG), device backup files, and companion mobile apps. Automated firmware extraction from compressed archives, encrypted containers, and proprietary formats. Support for multiple filesystem types: SquashFS, JFFS2, CramFS, YAFFS, UBIFS, ext2/3/4, custom formats. 8 d. Multi-architecture binary analysis: ARM (32/64-bit), MIPS (little/big endian), x86/x64, PowerPC, RISC-V, AVR. Automated disassembly and decompilation. Static analysis for vulnerability identification. Binary comparison and diffing capabilities. Reverse engineering tools integration (Ghidra, IDA Pro, Radare2). 8 e. Comprehensive Software Bill of Materials (SBOM) generation with component identification, version tracking, and license information. CVE vulnerability scanning against 90,000+ known vulnerabilities in embedded Linux, BusyBox, OpenSSL, libraries, and open-source components. Automated severity scoring (CVSS v3.1). Patch availability checking. Compliance with SBOM standards (SPDX, Cyclone DX). 8 f. Binary hardening analysis: Stack Canaries, ASLR, NX/DEP, RELRO, PIE, Control Flow Guard. Hardcoded credential detection (passwords, API keys, tokens, SSH keys). Private key and certificate identification. Weak cryptography detection (MD5, SHA1, DES, RC4, weak RSA keys). Backdoor and suspicious function identification. Configuration file security analysis. Default password detection. Debug interface identification. 8 g. UART console identification and access. JTAG debugging interface support. SPI flash memory dumping. I2C and SPI protocol analysis. PCB investigation guidance. IoT protocol analysis: MQTT, CoAP, Zigbee, Z-Wave, BLE, LoRaWAN, Thread, Matter. Network traffic capture and analysis. Privacy assessment and data exfiltration detection. 8 h. Mandatory Requirement 1) Training Plan for this Item: The bidder shall provide a comprehensive training plan specifically for the proposed item, comprising at minimum: (i) training delivered either directly by the Original Equipment Manufacturer (OEM), whether on premises or online (preferred), or by an OEM-authorized/certified partner or instructor; online third-party/non-OEM training shall be treated as a non-preferred option and, where allowed by the technical requir

Item: AI FORENSICS & DEEPFAKE DETECTION TOOLS

UNSPSC: Cloud-based protection or security software

Specifications / Requirements:

TECHNICAL SPECIFICATIONS • Multi-modal deepfake detection: video (face swap, face reenactment, synthetic faces), audio (voice cloning, speech synthesis), images (GAN-generated, diffusion models), text (LLM-generated content) • Advanced detection algorithms: convolutional neural networks (CNNs), recurrent neural networks (RNNs), transformer-based models, ensemble learning • Video analysis capabilities: facial landmark inconsistency detection, blinking pattern analysis, lip-sync verification, temporal coherence analysis, compression artifact detection • Audio deepfake detection: phonetic inconsistency analysis, spectral artifact detection, prosody analysis, speaker embedding verification, voice biometric comparison • Image forensics: GAN fingerprint detection, diffusion model artifacts, pixel-level manipulation detection, EXIF metadata analysis, compression signature analysis • Facial recognition and verification: identity matching, face morphing detection, presentation attack detection (PAD) • Real-time and batch processing: live stream analysis, API-based real-time detection, bulk file processing • Confidence scoring and probability assessment: per-frame analysis, overall authenticity score, manipulation likelihood heatmaps • Visual evidence presentation: manipulation localization, side-by-side comparison, temporal anomaly highlighting, forensic markers overlay • Metadata and file structure analysis: creation timestamp verification, editing software fingerprints, hidden metadata extraction • Forensic-grade reporting: chain of custody, tamper-evident documentation, court-admissible evidence packaging, expert witness support • Machine learning model transparency: explainable AI (XAI) features, decision rationale documentation, confidence interval reporting • Adversarial robustness: resistance to anti-forensic techniques, adversarial example detection, model hardening • Multi-language support: text analysis in 100+ languages, global deployment capability • Integration capabilities: API for third-party applications, SDK for custom development, SIEM/SOAR integration, case management system connectivity • Threat intelligence integration: known deepfake campaign tracking, actor attribution, IOC correlation • Cloud and on-premise deployment: SaaS platform, private cloud, air-gapped systems • Data privacy and security: zero data persistence options, GDPR/CCPA compliance, end-to-end encryption, SOC 2 Type II certification • Performance benchmarks: 95%+ detection accuracy, <2% false positive rate, real-time processing capability • Continuous model updates: monthly detection algorithm improvements, new deepfake technique coverage, emerging threat adaptation EVALUATION CRITERIA Score a. Bidder’s Experience: Bidder’s relevant experience, including deployments in Pakistan and/or internationally. 5 b. Presentation / Demonstration / POC: A representative of the bidder shall deliver a comprehensive presentation of the quoted solution, including its architecture, key features, modules, capabilities, constraints, limitations, and licensing terms and conditions. Additional features/modules quoted by the vendor may be considered for extra technical merit. This shall also include a Demonstration / Proof of Concept (POC), preferably onsite, or remotely if required. 15 c. Comprehensive detection across multiple modalities: video deepfakes (face swap, face reenactment, full synthesis), audio deepfakes (voice cloning, TTS-generated speech), AI-generated images (GAN, diffusion models like DALL-E/Stable Diffusion/Midjourney), AI-generated text (ChatGPT, GPT-4, Claude, LLaMA). Support for various deepfake techniques: FaceSwap, DeepFaceLab, Wav2Lip, RVC, ElevenLabs cloning, and emerging methods. 8 d. Minimum 95% detection accuracy across video, audio, and image modalities. False positive rate <2%. Real-time processing capability: 1080p video at 30fps, audio analysis in <5 seconds per minute. Batch processing: 1000+ files per hour. Performance validation through third-party testing (NIST, academic institutions). Benchmark results on standard datasets (FaceForensics++, DFDC, ASVspoof). 8 e. Per-frame and temporal analysis with confidence scoring. Manipulation localization with heatmaps and visual overlays. Temporal inconsistency detection across video sequences. Metadata and file structure forensics. Compression artifact analysis. Creation timeline reconstruction. Visual evidence presentation tools for court proceedings. Exportable forensic reports with technical details and lay-person summaries. Chain of custody documentation. Tamper-evident evidence packaging. 8 f. Facial landmark inconsistency detection. Blinking pattern and micro-expression analysis. Lip-sync verification and audio-visual coherence checking. Spectral analysis for audio deepfakes. Voice biometric verification. EXIF and metadata extraction. Hidden data detection (steganography). Adversarial attack detection. Anti-forensic technique identification. Explainable AI fe

Item: Mobile Application Security Testing (MAST)

UNSPSC: Cloud-based protection or security software

Specifications / Requirements:

Technical Specifications Score a. Bidder’s Experience: Bidder’s relevant experience, including deployments in Pakistan and/or internationally. 5 b. Presentation / Demonstration / POC: A representative of the bidder shall deliver a comprehensive presentation of the quoted solution, including its architecture, key features, modules, capabilities, constraints, limitations, and licensing terms and conditions. Additional features/modules quoted by the vendor may be considered for extra technical merit. This shall also include a Demonstration / Proof of Concept (POC), preferably onsite, or remotely if required. 15 c. Emulate iOS/Android devices at the kernel level for accurate runtime analysis. Support for both static (SAST) and dynamic (DAST) analysis. Ability to test native, hybrid, and web mobile applications 10 d. Generate detailed security assessment reports, highlighting vulnerabilities, evidence, and remediation steps. Automated reports aligned with standards like OWASP Mobile Application Security Testing Guide (MASTG), CWE, and CVE. Detailed findings with impact analysis and remediation guidance to support compliance efforts 10 e. On-Premise deployment and allows tailored security checks to meet specific organizational needs. 10 f. Process tracing for dynamic analysis. One-click jailbreak/root access for comprehensive testing scenarios. Network traffic interception and SSL/TLS stripping capabilities. 10 g. Mandatory Requirement 1) Training Plan for this Item: The bidder shall provide a comprehensive training plan specifically for the proposed item, comprising at minimum: (i) training delivered either directly by the Original Equipment Manufacturer (OEM), whether on premises or online (preferred), or by an OEM-authorized/certified partner or instructor; online third-party/non-OEM training shall be treated as a non-preferred option and, where allowed by the technical requirements for this item, shall be accorded a lower technical score during evaluation; (ii) provision of item-specific training materials, including, as applicable, digital content, videos, hardcopy manuals, and standard operating procedures (SOPs); and (iii) issuance of staff certifications or formal proof of successful completion of the training for all designated personnel who will operate or administer this item. 2) Local Support: (i) 24-month dedicated technical support by OEM; (ii) Dedicated technical support by vendor: on-call assistance, virtual sessions (as required), dedicated support contact, remote investigation assistance, troubleshooting support; 10 Total 70

Item: Fuzz Testing

UNSPSC: Cloud-based protection or security software

Specifications / Requirements:

Technical Specifications Score a. Bidder’s Experience: Bidder’s relevant experience, including deployments in Pakistan and/or internationally. 5 b. Presentation / Demonstration / POC: A representative of the bidder shall deliver a comprehensive presentation of the quoted solution, including its architecture, key features, modules, capabilities, constraints, limitations, and licensing terms and conditions. Additional features/modules quoted by the vendor may be considered for extra technical merit. This shall also include a Demonstration / Proof of Concept (POC), preferably onsite, or remotely if required. 15 c. Automated Input Generation (Random) Automatically generates inputs to test and find hidden bugs without requiring access to source code, making it suitable for testing third-party applications and systems 10 d. Enables fuzz testing across a variety of common network protocol like HTTPs, FTP. TCP etc. supports custom and proprietary protocols through its

Item: Forensics Workstation

UNSPSC: Computer workstation

Specifications / Requirements:

1. Mainboard / Platform: Workstation-class motherboard based on Intel W790 chipset, with OEM-supported socket/package compatible with Intel Xeon W-3500 / W-2500 series processors, or equivalent, with minimum 8 DIMM slots, support for DDR5 ECC RDIMM, PCIe Gen 5.0, minimum 3 × M.2 NVMe slots, minimum 2 × Slim SAS / U.2-capable ports, and provision for dual 10GbE plus 1 × 1GbE management port, either onboard or via add-in NIC. 2. Processor: Intel Xeon w7-3565X or equivalent, minimum 32 cores / 64 threads, base clock 2.5 GHz or higher, turbo frequency up to 4.8 GHz or higher. 3. Memory: Minimum 256GB DDR5 ECC RDIMM, expandable to 1TB or higher. 4. Graphics: Professional GPU with minimum 24GB ECC VRAM, suitable for forensic visualization, AI-assisted analysis, and multi-display use; e.g., RTX PRO 6000 Blackwell or equivalent. 5. Storage: • 1 x 2TB NVMe SSD Gen 5 for OS / applications • 1 x 4TB NVMe SSD Gen 5 for case database / active evidence • 2 x enterprise HDDs of 20TB or higher each for evidence / archive storage 6. Networking: Minimum 2 x 10GbE ports and 1 x 1GbE dedicated management port. 7. Chassis / Power: Full-tower workstation chassis with high-airflow cooling, support for multiple full-length PCIe cards, and minimum 1200W, 80 PLUS Platinum power supply. 8. Minimum 32-inch 4K LED monitor with IPS panel and USB-C / hub functionality, including all accessories for connectivity. 9. Forensic Bridge: Integrated forensic write-blocking bridge, such as OpenText / Tableau T356789iu Forensic Universal Bridge, or equivalent. 10. Cable / Adapter Set: Complete compatible forensic cable and adapter set for common interfaces, including PCIe, SATA, IDE, LIF, and ZIF, or equivalent. 11. General: The offered system shall be supplied as a fully integrated, complete, and ready-to-use forensic workstation solution, including all required accessories, cables, adapters, and components for immediate operational deployment. • Forensic-Bridge: Tableau T356789iu Forensic Universal Bridge USB3, Imaging Shelf. • Cable Set: TC2-8-R2, TC4-8-R2, TC6-8, TC7-9-9 PCIe Adapter Set: TDA7-1, TDA7-2, TDA7-3, TDA7-4, TDA7-7, TCPCIE-4, SATA&IDE Adapter Set: TC6-2, TDA3-1, TDA3-2, TDA3-3, TDA3-LIF, two LIF cables, TDA5-18, TDA5-25, TDA5-ZIF, TC20- BNDL Mandatory Requirement • The bidder / vendor shall provide an official OEM warranty of minimum one (1) year from the date of delivery for all supplied hardware items, unless otherwise specified in the bidding document. • The bidder / vendor shall ensure minimum two (2) years local support services, including repair, replacement, servicing, warranty claim facilitation, faulty hardware replacement, and necessary coordination with the principal / OEM / authorized partner for timely resolution of issues, unless otherwise mentioned. • Repair, replacement, and servicing support for the supplied hardware shall be provided in accordance with the applicable warranty, support terms, and service response commitments defined in the contract and/or Service Level Agreement. • If required by the Client, a Service Level Agreement may be executed at the time of contract award; therefore, the financial proposal shall clearly include an optional SLA cost/component. The quoted price shall be deemed inclusive of all applicable taxes and the SLA cost/component, wherever applicable under the final contract.

Item: Forensics Laptops

UNSPSC: Notebook computer

Specifications / Requirements:

Processor: • Intel® Core™ Ultra 9 Processor 386H or equivalent • Minimum 8-core CPU • 2.7+ GHz base frequency, 5.0+ GHz turbo Memory: • 64GB DDR5 RAM • Dual-channel for performance Storage: • 1TB M.2 NVMe SSD Gen 5 (OS) • 1TB SSD Gen 5 (Evidence/Data) • Hardware encryption support Display: • 14–16-inch QHD+ (2560x1600) minimum • 100% sRGB color accuracy • USB-C with Thunderbolt 4 support Graphics: • NVIDIA RTX 5070 or above • 8GB+ dedicated Battery: • 60+ Wh capacity • Fast charging capability Ports & Connectivity: • USB-C Thunderbolt 4 (minimum 2x) • USB 3.2 Type-A (minimum 2x) • HDMI 2.1 • SD Card Reader • 3.5mm audio jack • Gigabit Ethernet (RJ-45 native or via OEM-supported adapter / dock) and optional 4G / 5G cellular connectivity Accessories: • OEM Laptop Bag/Backpack: Original OEM-branded or OEM-supplied padded laptop bag/backpack including a laptop sized sleeve, compatible with 14–16-inch laptops, with separate compartments for power adapter and accessories and black/brown/grey in color; quantity: (One (1) bag per laptop) Features(preferred): • Lightweight (<2kg for portability) • Aluminum chassis for durability • Secure boot capabilities • Hardware security module support Pre-Installed OS & Software: • Operating system (licensed): Windows 11 Pro 64-bit • Productivity suite (licensed): Microsoft Office Full Suite (Word, Excel, PowerPoint, Outlook, and others) unless otherwise specified in the RFP or contract. Hardware Write Blocking: Laptop ULTRAKIT (v5) – Set of forensic hardware write blockers (Ultra Block USB3.0 to IDE/SATA, Ultra Block PCIe, and Ultra Block USB3.0) including interface cables, SATA III to m.2 and mSATA adapter, PCIe m.2 SSD adapter and two power supplies in a watertight/airtight Case - Forensic Media Card Reader – Read- Only and Read/Write switchable (Packaged in Laptop Ultra Kit v5) Mandatory Requirement • The bidder / vendor shall provide an official OEM warranty of minimum one (1) year from the date of delivery for all supplied hardware items, unless otherwise specified in the bidding document. • The bidder / vendor shall ensure minimum two (2) years local support services, including repair, replacement, servicing, warranty claim facilitation, faulty hardware replacement, and necessary coordination with the principal / OEM / authorized partner for timely resolution of issues, unless otherwise mentioned. • Repair, replacement, and servicing support for the supplied hardware shall be provided in accordance with the applicable warranty, support terms, and service response commitments defined in the contract and/or Service Level Agreement. • If required by the Client, a Service Level Agreement may be executed at the time of contract award; therefore, the financial proposal shall clearly include an optional SLA cost/component. • The quoted price shall be deemed inclusive of all applicable taxes and the SLA cost/component, wherever applicable under the final contract.

Item: LED Monitors

UNSPSC: Liquid crystal display LCD panels or monitors

Specifications / Requirements:

• Display: Minimum 32-inch 4K UHD LED monitor (3840 × 2160) with IPS panel, anti-glare surface, wide viewing angles (178°/178° minimum), and minimum 60Hz refresh rate. • Brightness & Color: Minimum 350 nits’ brightness, 1000:1 contrast ratio, minimum 99% sRGB Color gamut, support for 1.07 billion colours (8-bit + FRC or true 10-bit), factory calibrated for professional use preferred. • Connectivity & Hub: Minimum 1 × USB-C with DisplayPort Alt Mode, video/data support, and minimum 90W power delivery; minimum 1 × HDMI 2.1 or higher; minimum 1 × DisplayPort 1.4; minimum 3 × USB downstream ports / hub functionality; minimum 1 × USB upstream port; audio out / headphone out preferred; Ethernet / RJ-45 through monitor dock preferred. • Ergonomics: Height adjustment, tilt, swivel, VESA mount compatibility, and pivot functionality preferred. • Accessories: Power cable, USB-C cable, HDMI cable, DisplayPort cable, USB upstream cable (if required for hub operation), and all necessary accessories for complete connectivity and operation. • Features (preferred): Low blue light / flicker-free technology, thin bezel design, OEM-supplied stand and accessories, on-screen display controls for brightness, Color, and input source, and energy-efficient operation. • Certification & Compliance: CE / FCC or equivalent certified, Energy Star / TCO / EPEAT preferred, with OEM warranty support. Mandatory Requirement • The bidder / vendor shall provide an official OEM warranty of minimum one (1) year from the date of delivery for all supplied hardware items, unless otherwise specified in the bidding document. • The bidder / vendor shall ensure minimum two (2) years local support services, including repair, replacement, servicing, warranty claim facilitation, faulty hardware replacement, and necessary coordination with the principal / OEM / authorized partner for timely resolution of issues, unless otherwise mentioned. • Repair, replacement, and servicing support for the supplied hardware shall be provided in accordance with the applicable warranty, support terms, and service response commitments defined in the contract and/or Service Level Agreement. • If required by the Client, a Service Level Agreement may be executed at the time of contract award; therefore, the financial proposal shall clearly include an optional SLA cost/component. • The quoted price shall be deemed inclusive of all applicable taxes and the SLA cost/component, wherever applicable under the final contract.

Item: FORENSIC SERVER

UNSPSC: Computer server

Specifications / Requirements:

Technical Specifications 1. Processor & Architecture: • 64-core processing capability (Intel Xeon 6 family series or 5th Gen AMD EPYC 9005 family equivalent) • Support for parallel processing and multi-threaded operations • Base frequency minimum 2.3 GHz base, 3.9 GHz max turbo • Hyper-Threading/SMT enabled for 64 logical processors • Intel VT-x or AMD-V virtualization technology support • Advanced vector extensions (AVX-512) for AI/ML workload acceleration 2. GPU Configuration (Critical for AI Detection): • Required: 2x NVIDIA RTX 6000 Ada Generation (48GB ECC VRAM each) or equivalent enterprise GPU • Minimum Specifications: o NVIDIA CUDA Compute Capability 7.5 or higher o Tensor Core support for deep learning acceleration o PCIe 4.0 x16 interface per GPU (minimum 2 slots required) o NVLink bridge support (optional, for GPU-to-GPU communication) o VMware vGPU support for virtualized GPU sharing o 300W maximum board power per card with adequate cooling o CUDA 12.x compatible drivers • Purpose: Real-time deepfake detection, 4K video processing, AI model inference, parallel analysis 3. Memory: • 256GB DDR5 ECC RAM (expandable to 512GB) • RDIMM configuration for reliability • DDR5 up to 6400 MT/s • 16x DIMM slots minimum for expansion flexibility • Memory error correction and detection • Optimized for AI workloads: in-memory model caching, large batch processing 4. Storage Architecture: • Hot Tier (High-Speed Active Storage): o 2TB NVMe SSD PCIe 4.0 (minimum) o U.2 or M.2 form factor, enterprise-grade (min. 2 DWPD) o Purpose: Active analysis queue, ML models, temporary processing files, operating system, VMware datastores • Cold Tier (Archive/Evidence Storage): o 40TB HDD Enterprise SATA (7200 RPM or higher) o Hot-swappable drive bays o Purpose: Evidence archive, historical cases, backup ML models, long-term retention • RAID Configuration: o Hardware RAID controller with 2GB+ cache (battery-backed) o Support for RAID 0, 1, 5, 6, 10, 50, 60 o Recommended: RAID 10 for NVMe (performance + redundancy), RAID 6 for HDD (capacity + dual parity) • Expansion: o Minimum 4 or more additional hot-swap drive bays for future growth o Support for NVMe expansion cards • Automated Tiering: Intelligent data movement between hot and cold storage based on access patterns 5. Network: • Dual 10GbE network interfaces (copper or SFP+) o Intel or Broadcom chipset o Purpose: High-speed file transfers, API traffic, distributed analysis • Redundant network capability: Active-passive or active-active failover • VLAN support: 802.1Q tagging for evidence isolation and network segmentation • Additional Network Options: o 1GbE management port for out-of-band management o Optional: 25GbE or 40GbE for future scalability 6. Power & Cooling: • Redundant power supplies (N+1 configuration): o Minimum 2000W per PSU (total 4000W capacity) o 80 PLUS Platinum or Titanium efficiency o Hot-swappable capability o Sufficient capacity for dual GPU configuration (600-800W additional) • Enterprise-grade cooling: o Redundant hot-swappable fans (N+1) o GPU-specific thermal management with dedicated cooling zones o Temperature monitoring with SNMP alerts o Acoustic optimization for lab environment 7. System Features: • Remote Management: o IPMI 2.0 or Dell iDRAC/HPE iLO/Lenovo XClarity o Out-of-band management for troubleshooting o Virtual KVM capability o Remote firmware updates 8. Virtualization Environment (Mandatory): • VMware vSphere Deployment: o VMware ESXi 7.x or 8.x Enterprise Plus (installed and configured) o GPU passthrough enabled (DirectPath I/O for NVIDIA GPUs) o vMotion capability for live VM migration o Distributed Resource Scheduler (DRS) for load balancing o High Availability (HA) configuration support o vSAN ready (if shared storage required) • NVIDIA vGPU Licensing: o vGPU software for GPU virtualization (optional, for shared GPU across VMs) o GRID driver installation for VMware • Configuration Requirement: o Server must be delivered fully operational with VMware installed and configured o Ready for immediate VM deployment without additional setup o Minimum 2 VMs pre-configured: Management VM + AI Analysis VM 9. Compliance & Certifications: • Server manufacturer certification (Dell, HPE, Lenovo, Supermicro, or equivalent) • ISO 9001 quality management • Energy efficiency: ENERGY STAR, 80 PLUS Platinum/Titanium PSU • Safety: UL, CE, FCC compliance • VMware Hardware Compatibility List (HCL) certified • NVIDIA GPU compatibility certification 10. On-Premise Deployment & VMware Integration: • VMware ESXi 7.x/8.x certified with GPU passthrough (DirectPath I/O) and vGPU support • Full containerization support (Docker/Kubernetes) for microservices on virtualized environment Mandatory Requirement • The bidder / vendor shall provide an official OEM warranty of minimum one (1) year from the date of delivery for all supplied hardware items, unless otherwise specified in the bidding document. • The bidder / vendor shall ensure minimum two (2) y

Item: Password Cracking System

UNSPSC: Computer server

Specifications / Requirements:

Processor & Architecture: • Minimum 64 physical cores / 128 threads server-class processing capability • Processor family shall be Intel Xeon 6 with P-cores or AMD EPYC 9005 series or equivalent current-generation enterprise server CPU • Base frequency minimum 2.2 GHz and maximum turbo / boost frequency 3.8 GHz or higher • Support for parallel processing and multi-threaded operations • SMT / Hyper-Threading enabled • Support for hardware virtualization: Intel VT-x / VT-d or AMD-V / AMD-Vi • Support for AVX-512 or equivalent vector acceleration for AI / analytics / password processing workloads. • Support for PCIe Gen 5 and DDR5 ECC server memory • Current equivalent examples may include Intel Xeon 6760P (64C/128T) or AMD EPYC 9555 / 9575F (64C/128T) or equivalent. 2. GPU Configuration (Critical for AI Detection): • Required: 2 × NVIDIA RTX 6000 Ada Generation (48GB ECC VRAM each) or equivalent current enterprise GPU • Alternative enterprise accelerators with equivalent or better AI / CUDA / inference performance may be accepted • Minimum Specifications: o NVIDIA CUDA support with current-generation enterprise driver stack o Tensor Core support for deep learning acceleration o 48 GB ECC graphics memory per GPU minimum o PCIe Gen 4 x16 or higher interface per GPU o Support for GPU passthrough and enterprise virtual GPU use where supported by OEM / hypervisor / licensing o Maximum board power approximately 300 W per card or as per OEM design, with adequate cooling o Support for current CUDA 12.x or later compatible drivers o Purpose: real-time deepfake detection, 4K video processing, AI model inference, parallel analysis 3. Memory: • Minimum 256GB DDR5 ECC RDIMM RAM, expandable to 512GB or higher Support for RDIMM configuration for reliability • Memory speed support of 5600 MT/s or higher; 6400 MT/s support preferred where platform-supported • Minimum 16 DIMM slots for expansion flexibility in 2-socket systems, or equivalent OEM-supported expansion architecture • Memory error correction and detection • Optimized for AI workloads including in-memory model caching and large batch processing 4. Storage Architecture: • Hot Tier (High-Speed Active Storage): o 4TB NVMe SSD Gen 5 o U.2 or M.2 form factor, enterprise-grade (min. 2 DWPD) o Purpose: Active analysis queue, ML models, temporary processing files, operating system, VMware datastores • Expansion: o Minimum 4 or more additional hot-swap drive bays for future growth o Support for NVMe Gen 5 expansion cards • Automated Tiering: Intelligent data movement between hot and cold storage based on access patterns 5. Network: • Dual 10GbE network interfaces, copper or SFP+ • Intel, Broadcom, NVIDIA / Mellanox, or equivalent enterprise chipset • Purpose: high-speed file transfers, API traffic, and distributed analysis • Redundant network capability: active-passive or active-active failover, subject to platform support • VLAN support: 802.1Q tagging for evidence isolation and network segmentation Additional Network Options: • Minimum 1GbE dedicated management port for out-of-band management • Optional: 25GbE for future scalability 6. Power & Cooling: • Redundant power supplies in N+1 configuration • Minimum PSU sizing sufficient for dual enterprise GPUs, high-core-count CPU platform, storage, and expansion • For this class, 2 × 1600W to 2 × 2000W redundant PSUs may be accepted, subject to OEM design validation • Minimum 80 PLUS Platinum efficiency; Titanium may be offered • Hot-swappable capability • Enterprise-grade cooling: • Redundant hot-swappable fans • GPU-specific thermal management with dedicated cooling zones or directed airflow • System temperature monitoring and alerting support through OEM management tools 7. System Features: • Remote Management: o Integrated remote management such as IPMI 2.0 / Dell iDRAC / HPE iLO / Lenovo XClarity / equivalent o Out-of-band management for troubleshooting o Virtual KVM / remote console capability o Remote firmware and BIOS updates o System health monitoring, logging, and alerting support 8. Virtualization Environment (Mandatory): • VMware vSphere Deployment: o VMware ESXi 8.x preferred; ESXi 7.x or 8.x acceptable subject to full hardware and GPU support o GPU passthrough enabled for NVIDIA GPUs o vMotion, DRS, and HA support where compatible with the selected deployment architecture and licensing o vSAN ready, if shared storage is required • NVIDIA vGPU Licensing: o vGPU software for GPU virtualization may be offered where shared GPU access across VMs is required o NVIDIA enterprise / vGPU driver installation for VMware environment, where applicable • Configuration Requirement: o Server shall be delivered fully operational with VMware installed and configured, if VMware licensing is included in the scope o Ready for immediate VM deployment without additional setup o Minimum 2 VMs pre-configured: Management VM and AI Analysis VM 9. Compliance & Certifications: • Server manufacturer certification / OEM support from Del

Item: NAS Storage System

UNSPSC: Network attached storage NAS device

Specifications / Requirements:

• Enterprise-grade NAS storage system, rack-mountable, with support for file sharing and centralized storage management, suitable for high-capacity evidence, archive, and forensic data storage. • Minimum 500 TB usable storage at the time of delivery, expandable to minimum 1 PB through additional expansion shelves / enclosures, without replacement of the base system. • Storage shall be based on enterprise NL-SAS disks (Nearline SAS), suitable for 24/7 operation, high-capacity archival storage, and RAID-based redundancy. • The system shall include 2 x storage / RAID controllers operating in redundant mode for high availability. • The system shall support RAID 5 at minimum, with built-in data protection features such as hot spare support, snapshot capability, cache protection, and disk failure tolerance. • The system shall provide enterprise security and protection features, including user and access control, data integrity protection, snapshot / backup support, and secure management functions. • The system shall include a dual-port 10GbE SFP+ adapter minimum for high-speed storage access and data transfer. • The system shall support capacity expansion through vendor-supported expansion units / JBOD shelves. Expansion architecture shall allow future growth to at least 1 PB total usable capacity. The vendor shall be fully responsible for:  Installation and rack integration  Configuration and initial setup  Architectural layout / storage design  RAID creation and storage pool configuration  Network integration and testing  Handover of a fully operational and production-ready system • The offered NAS shall be supplied as a complete, fully integrated, and operational solution, including all required controllers, disks, rails, power supplies, transceivers/modules if applicable, cables, licenses, and accessories necessary for immediate use. Mandatory Requirement • The bidder / vendor shall provide an official OEM warranty of minimum one (1) year from the date of delivery for all supplied hardware items, unless otherwise specified in the bidding document. • The bidder / vendor shall ensure minimum two (2) years local support services, including repair, replacement, servicing, warranty claim facilitation, faulty hardware replacement, and necessary coordination with the principal / OEM / authorized partner for timely resolution of issues, unless otherwise mentioned. • Repair, replacement, and servicing support for the supplied hardware shall be provided in accordance with the applicable warranty, support terms, and service response commitments defined in the contract and/or Service Level Agreement. • If required by the Client, a Service Level Agreement may be executed at the time of contract award; therefore, the financial proposal shall clearly include an optional SLA cost/component. • The quoted price shall be deemed inclusive of all applicable taxes and the SLA cost/component, wherever applicable under the final contract.

Item: Accessories with Functional Requirements

UNSPSC: Computer accessory kits

Specifications / Requirements:

Screwdrivers set for PC/Laptop/HDD or similar 1 Screwdrivers set for Mobile Phone (Apple, Samsung, and others) 1 Digital Forensic Photo and Video Documentation System (DSLR-Based) 1 Storage box or container for carrying equipment 1 Torch 2 Magnifying glass 2 Evidence sealing or evidence bags 30 Tamper-proof stickers 100 Faraday bags (All sizes including Mobile, Tablet & Laptop size) For protection from 2G, 3G, 4G, 5G, Bluetooth, GPS, and WiFi, (2.5Ghz and 5Ghz) 30 Apple iPhone with USB-C Port (iPhone 15-17) (including original charger, data cable & accessories) 1 Apple iPhone with Lightning Port (iPhone 13-14) (including original charger, data cable & accessories) 1 Android Phone with MediaTek (Helio G series e.g. G98) chipset and latest android OS (including original charger, data cable & accessories) 1 Android Phone with MediaTek (MediaTek Helio P35 MT6765 SoC) chipset and latest android OS (including original charger, data cable & accessories) 1 Android Phone with Qualcomm chipset and latest android OS (including original charger, data cable & accessories) 1 Android Phone with Samsung Exynos chipset and latest android OS (including original charger, data cable & accessories) 1 Android Phone with Google Tensor chipset and latest android OS (including original charger, data cable & accessories) 1 Android Phone with Kirin chipset and latest android OS (including original charger, data cable & accessories) 1 Android Phone with UNISOC/ Spreadtrum chipset and latest android OS (including original charger, data cable & accessories) 1

Item: Faraday’s Box (like Ramsey STE3000F2 Isolation Box or equivalent)

UNSPSC: Electromagnetic interference EMI shielding equipment

Specifications / Requirements:

• Compatible with Forensic software tools • RF isolated 6-outlet 120VAC power strip • RF isolated 6-pole feed-though terminal block • RF isolated USB 3.x / USB-C feed-through where commercially available • 60MM Honeycomb Vents • RF tight illuminated viewing window • RF tight "hands-on" silver mesh gloves • Wide variety of I/O options • Fully isolated from Wi-Fi signal sources, Wi-Fi 6 / 6E / 7 and 6 GHz, in addition to 2.4/5 GHz Mandatory Requirement • The bidder / vendor shall provide an official OEM warranty of minimum one (1) year from the date of delivery for all supplied hardware items, unless otherwise specified in the bidding document. • The bidder / vendor shall ensure minimum two (2) years local support services, including repair, replacement, servicing, warranty claim facilitation, faulty hardware replacement, and necessary coordination with the principal / OEM / authorized partner for timely resolution of issues, unless otherwise mentioned. • Repair, replacement, and servicing support for the supplied hardware shall be provided in accordance with the applicable warranty, support terms, and service response commitments defined in the contract and/or Service Level Agreement. • If required by the Client, a Service Level Agreement may be executed at the time of contract award; therefore, the financial proposal shall clearly include an optional SLA cost/component. • The quoted price shall be deemed inclusive of all applicable taxes and the SLA cost/component, wherever applicable under the final contract.

Item: RF Analyzer – Table Mounted

UNSPSC: Frequency analyzers

Specifications / Requirements:

Frequency ranges from 2 Hz to 50 GHz (with external harmonic mixers up to 110 GHz), Low phase noise of –137 dBc (1 Hz) at 10 kHz offset (1 GHz carrier), 5G NR / WCDMA / HSPA / HSPA+ 3GPP LTE GSM/EGPRS/EDGE Evolution/VAMOS CDMA2000® 1xEV-DO (with standard accessories) Mandatory Requirement • The bidder / vendor shall provide an official OEM warranty of minimum one (1) year from the date of delivery for all supplied hardware items, unless otherwise specified in the bidding document. • The bidder / vendor shall ensure minimum two (2) years local support services, including repair, replacement, servicing, warranty claim facilitation, faulty hardware replacement, and necessary coordination with the principal / OEM / authorized partner for timely resolution of issues, unless otherwise mentioned. • Repair, replacement, and servicing support for the supplied hardware shall be provided in accordance with the applicable warranty, support terms, and service response commitments defined in the contract and/or Service Level Agreement. • If required by the Client, a Service Level Agreement may be executed at the time of contract award; therefore, the financial proposal shall clearly include an optional SLA cost/component. • The quoted price shall be deemed inclusive of all applicable taxes and the SLA cost/component, wherever applicable under the final contract.

Item: iOS Computing Device

UNSPSC: Notebook computer

Specifications / Requirements:

M4 Pro (MacBook Pro or equivalent) • Processor: Apple M4 Max chip with a 16-core CPU and a 40-core GPU. • Memory: 48 GB of unified RAM. • Storage: 1 TB SSD or above, configurable up to 8 TB. • Display: 16.2-inch Liquid Retina XDR display. • Accessory: Apple Magic Mouse and / or Apple Magic Trackpad, compatible with the supplied MacBook Pro, one per device or as specified by the procuring agency. Mandatory Requirement • The bidder / vendor shall provide an official OEM warranty of minimum one (1) year from the date of delivery for all supplied hardware items, unless otherwise specified in the bidding document. • The bidder / vendor shall ensure minimum two (2) years local support services, including repair, replacement, servicing, warranty claim facilitation, faulty hardware replacement, and necessary coordination with the principal / OEM / authorized partner for timely resolution of issues, unless otherwise mentioned. • Repair, replacement, and servicing support for the supplied hardware shall be provided in accordance with the applicable warranty, support terms, and service response commitments defined in the contract and/or Service Level Agreement. • If required by the Client, a Service Level Agreement may be executed at the time of contract award; therefore, the financial proposal shall clearly include an optional SLA cost/component. • The quoted price shall be deemed inclusive of all applicable taxes and the SLA cost/component, wherever applicable under the final contract.

Item: Forensics Adapter Kit

UNSPSC: Setting adapter kit

Specifications / Requirements:

Forensics Adapter Kit (TABLEAU PCIE ADAPTER BUNDLE (TKDA7-3PC-BNDL)) • TDA7-1 Tableau PCIe Card SSD Adapter • TDA7-2 Tableau PCIe M.2 SSD Adapter • DA7-3 Tableau PCIe Adapter for Apple SSD • TC-PCIE-4 Tableau PCIe Adapter Cable - 4" Rugged Travel Case with Foam. Mandatory Requirement • The bidder / vendor shall provide an official OEM warranty of minimum one (1) year from the date of delivery for all supplied hardware items, unless otherwise specified in the bidding document. • The bidder / vendor shall ensure minimum two (2) years local support services, including repair, replacement, servicing, warranty claim facilitation, faulty hardware replacement, and necessary coordination with the principal / OEM / authorized partner for timely resolution of issues, unless otherwise mentioned. • Repair, replacement, and servicing support for the supplied hardware shall be provided in accordance with the applicable warranty, support terms, and service response commitments defined in the contract and/or Service Level Agreement. • If required by the Client, a Service Level Agreement may be executed at the time of contract award; therefore, the financial proposal shall clearly include an optional SLA cost/component. • The quoted price shall be deemed inclusive of all applicable taxes and the SLA cost/component, wherever applicable under the final contract.

Item: LAPTOP (Supporting Infrastructure)

UNSPSC: Notebook computer

Specifications / Requirements:

Processor: • Intel® Core™ Ultra 7 Processor 356H or equivalent • Minimum 8-core CPU • 2.5 GHz base frequency, 4.5GHz turbo or similar Memory: • 32GB DDR5 RAM • Dual-channel for performance Storage: • 2TB M.2 NVMe SSD Gen 5 Display: • 14–16-inch QHD+ (2560x1600) • 100% sRGB color accuracy • USB-C with Thunderbolt 4 support Graphics: • NVIDIA RTX 5060 or equivalent • 2GB dedicated or above Battery: • 60+ Wh capacity • Fast charging capability Ports & Connectivity: • Minimum 1 × USB-C with Thunderbolt 4 support • USB 3.2 Type-A (minimum 2x) • HDMI 2.1 • SD Card Reader • 3.5mm audio jack Accessories: • OEM Laptop Bag/Backpack: Original OEM-branded or OEM-supplied padded laptop bag/backpack including a laptop sized sleeve, compatible with 14–16-inch laptops, with separate compartments for power adapter and accessories and black/brown/grey in color; quantity: (One (1) bag per laptop) Features(preferred): • Lightweight (<2kg for portability) • Aluminum chassis for durability • Secure boot capabilities • Hardware security module support Pre-Installed OS & Software: • Operating system (licensed): Windows 11 Pro 64-bit • Productivity suite (licensed): Microsoft Office (Word, Excel, PowerPoint, Outlook) unless otherwise specified in the RFP or contract. Mandatory Requirement • The bidder / vendor shall provide an official OEM warranty of minimum one (1) year from the date of delivery for all supplied hardware items, unless otherwise specified in the bidding document. • The bidder / vendor shall ensure minimum two (2) years local support services, including repair, replacement, servicing, warranty claim facilitation, faulty hardware replacement, and necessary coordination with the principal / OEM / authorized partner for timely resolution of issues, unless otherwise mentioned. • Repair, replacement, and servicing support for the supplied hardware shall be provided in accordance with the applicable warranty, support terms, and service response commitments defined in the contract and/or Service Level Agreement. • If required by the Client, a Service Level Agreement may be executed at the time of contract award; therefore, the financial proposal shall clearly include an optional SLA cost/component. • The quoted price shall be deemed inclusive of all applicable taxes and the SLA cost/component, wherever applicable under the final contract.

Item: COLOR LASER MULTIFUNCTION PRINTER (All-in-One)

UNSPSC: Laser printers

Specifications / Requirements:

Color Laser Multifunction Printer (Quantity = To be specified): (Offered product shall meet, conform to, or exceed the following minimum technical specifications) • Type: Office / business-class Color laser multifunction printer • Functions: Print, copy, scan; fax may be built-in or optional • Print Technology: Laser / Color laser • Print Speed: Minimum 26 pages per minute in both Color and black & white • Print Resolution: Minimum 600 × 600 dpi or equivalent enhanced print quality technology • Duty Cycle: Minimum 40,000 pages per month • Recommended Monthly Volume: Manufacturer-rated recommended monthly print volume shall be clearly stated in the bid • Color System: 4-cartridge CMYK toner system • Toner Yield: Standard and high-yield toner cartridges shall be available; bidder shall clearly quote page yields in the technical offer • Automatic Document Feeder: Minimum 50-sheet ADF • ADF Capability: Duplex / single-pass / automatic two-sided scanning supported, as per OEM design • Duplex Printing: Automatic duplex printing as standard • Paper Handling: Minimum 1 internal input tray standard • Input Capacity: Minimum 250-sheet standard input capacity • Media Support: Support for A4, A5, and other common office paper sizes; mixed media support required • Output Capacity: Minimum 100-sheet output bin • Special Media: Support for labels, cardstock, envelopes, and other manufacturer-supported office specialty media • Connectivity (Standard): USB device, USB host, Gigabit Ethernet or Fast Ethernet • Wireless Connectivity: Wireless / Wi-Fi Direct / BLE / NFC may be offered either standard or through official manufacturer support, where applicable • Mobile / Network Printing: Support for Apple AirPrint, Mopria, and standard network printing protocols • Security: Standard business / enterprise security features including password protection, secure configuration, firmware protection, and network security features • Display: Color touchscreen / control panel display • Compatibility: Compatible with current Windows, macOS, and Linux environments • Installation: Plug-and-play and network deployment support for official office environment • Paper Rim: 80 gm or above (2 with each printer) • Warranty: Minimum 1-year manufacturer / OEM / authorized local warranty Mandatory Requirement • The bidder / vendor shall provide an official OEM warranty of minimum one (1) year from the date of delivery for all supplied hardware items, unless otherwise specified in the bidding document. • The bidder / vendor shall ensure minimum two (2) years local support services, including repair, replacement, servicing, warranty claim facilitation, faulty hardware replacement, and necessary coordination with the principal / OEM / authorized partner for timely resolution of issues, unless otherwise mentioned. • Repair, replacement, and servicing support for the supplied hardware shall be provided in accordance with the applicable warranty, support terms, and service response commitments defined in the contract and/or Service Level Agreement. • If required by the Client, a Service Level Agreement may be executed at the time of contract award; therefore, the financial proposal shall clearly include an optional SLA cost/component. • The quoted price shall be deemed inclusive of all applicable taxes and the SLA cost/component, wherever applicable under the final contract.

Item: 65" LED DISPLAYS

UNSPSC: Liquid crystal display LCD panels or monitors

Specifications / Requirements:

Technical Specifications: • Screen Size: 65 inches • Resolution: 4K UHD (3840 × 2160) minimum • Panel Type: IPS / VA / ADS or equivalent commercial-grade panel technology with minimum 178° / 178° viewing angles • Brightness: 500 nits minimum • Contrast Ratio: 1200:1 minimum or OEM equivalent • Refresh Rate: 60 Hz minimum • Color Depth: 1.07 billion colors minimum (8-bit + FRC or true 10-bit) • Response Time: 8 ms or better • Surface Treatment: Anti-glare / haze-treated commercial display surface • Orientation Support: Landscape and portrait operation support Connectivity: • HDMI: Minimum 2 × HDMI input ports, HDMI 2.1 preferred; HDMI 2.0 or higher acceptable • DisplayPort: Minimum 1 × DisplayPort input, DP 1.2 or higher • USB: Minimum 2 × USB ports for media playback / peripheral connectivity • Ethernet: 1 × RJ45 Gigabit Ethernet minimum • Wireless: Built-in Wi-Fi 6 (802.11ax) preferred; Wi-Fi 5 (802.11ac) or higher acceptable • Bluetooth: Built-in Bluetooth supports preferred • Audio: Audio out / headphone out were supported by OEM design • Control Interfaces: RS-232C / LAN / remote management support preferred for commercial deployment Smart / Platform Features: • Built-in Smart Platform: Commercial smart platform such as Tizen, webOS, or equivalent • Content Management: Built-in content scheduling, playlist, and remote device management capability • Wireless Sharing: Screen casting / wireless display sharing support such as Miracast / AirPlay / equivalent where OEM-supported • Application Support: App platform / CMS integration / browser-based content playback support • Security: OEM platform security / device protection features for managed deployment Display Features: • Image Controls: Brightness, contrast, colour temperature, and colour calibration controls • Multi-View: Picture-in-Picture (PIP) and / or Picture-by-Picture (PBP), where supported • Speakers: Integrated speakers • Power Management: Low-power / sleep mode and scheduled power on / off capability • Commercial Use: Suitable for continuous professional / institutional display applications Stand & Mounting: • VESA Compatibility: 400 × 400 or larger, as applicable to the offered model • Mounting: Suitable for wall mount, ceiling mount, or floor stand installation, as required by site conditions • Wall Mount Bracket: Included, where wall mounting is required under the scope of supply • Cable Management: Integrated or supplied cable management arrangement Accessories: • Power cable, remote control, batteries, HDMI cable(s), mounting accessories as applicable, and all other accessories required for complete installation, connectivity, and operation Certification & Compliance: • CE / FCC or equivalent certified • Energy-efficient commercial operation • OEM warranty support through manufacturer / authorized partner Mandatory Requirement • The bidder / vendor shall provide an official OEM warranty of minimum one (1) year from the date of delivery for all supplied hardware items, unless otherwise specified in the bidding document. • The bidder / vendor shall ensure minimum two (2) years local support services, including repair, replacement, servicing, warranty claim facilitation, faulty hardware replacement, and necessary coordination with the principal / OEM / authorized partner for timely resolution of issues, unless otherwise mentioned. • Repair, replacement, and servicing support for the supplied hardware shall be provided in accordance with the applicable warranty, support terms, and service response commitments defined in the contract and/or Service Level Agreement. • If required by the Client, a Service Level Agreement may be executed at the time of contract award; therefore, the financial proposal shall clearly include an optional SLA cost/component. • The quoted price shall be deemed inclusive of all applicable taxes and the SLA cost/component, wherever applicable under the final contract.

Item: 55" LED DISPLAYS

UNSPSC: Liquid crystal display LCD panels or monitors

Specifications / Requirements:

TECHNICAL SPECIFICATIONS Technical Specifications: • Screen Size: 55 inches • Resolution: 4K UHD (3840 × 2160) minimum • Panel Type: IPS / VA / ADS or equivalent commercial-grade panel technology with minimum 178° / 178° viewing angles • Brightness: 500 nits minimum • Contrast Ratio: 1200:1 minimum or OEM equivalent • Refresh Rate: 60 Hz minimum • Color Depth: 1.07 billion colors minimum (8-bit + FRC or true 10-bit) • Response Time: 8 ms or better • Surface Treatment: Anti-glare / haze-treated commercial display surface • Operation Rating: Suitable for professional / commercial continuous operation; 24/7 support preferred • Orientation Support: Landscape and portrait operation support Connectivity: • HDMI: Minimum 2 × HDMI input ports, HDMI 2.1 preferred; HDMI 2.0 or higher acceptable • DisplayPort: Minimum 1 × DisplayPort input, DP 1.4 or higher • USB: Minimum 2 × USB ports for media playback / peripheral connectivity • Ethernet: 1 × RJ45 Gigabit Ethernet minimum • Wireless: Built-in Wi-Fi 6 preferred; Wi-Fi 5 (802.11ac) or higher acceptable • Bluetooth: Built-in Bluetooth support preferred • Audio: Audio out / headphone out where supported by OEM design • Control Interfaces: RS-232C / LAN / remote management support preferred for commercial deployment Smart Features: • Built-in Smart Platform: Commercial smart platform such as Tizen, webOS, or equivalent • Content Management: Built-in content scheduling, playlist, and remote device management capability • Wireless Sharing: Screen casting / wireless display sharing support such as Miracast / AirPlay / equivalent where OEM-supported • Application Support: App platform / browser-based content playback / CMS integration support • Security: OEM platform security / device protection features for managed deployment Features: • Image Controls: Brightness, contrast, colour temperature, and colour calibration controls • Multi-View: Picture-in-Picture (PIP) and / or Picture-by-Picture (PBP), where supported • Speakers: Integrated speakers • Power Management: Low-power / sleep mode and scheduled power on / off capability • Commercial Use: Suitable for conference rooms, control rooms, digital signage, monitoring, and institutional environments Stand & Mounting: • VESA Compatibility: 300 × 300, 400 × 400, or larger, as applicable to the offered model • Mounting: Suitable for wall mount, ceiling mount, or floor stand installation, as required by site conditions • Wall-Mount Bracket: Included, where wall mounting is required under the scope of supply • Cable Management: Integrated or supplied cable management arrangement Accessories: • Power cable, remote control, batteries, HDMI cable(s), mounting accessories as applicable, and all other accessories required for complete installation, connectivity, and operation. Mandatory Requirement: • The equipment shall be installed on-premises at the site designated by the Purchaser, ensuring proper operational, environmental, and security conditions. • The LED display may be installed using a wall mount, ceiling mount, or floor stand, as appropriate, to ensure safe, secure, and optimal viewing placement in the designated location. • The bidder / vendor shall provide an official OEM warranty of minimum one (1) year from the date of delivery for all supplied hardware items, unless otherwise specified in the bidding document. • The bidder / vendor shall ensure minimum two (2) years local support services, including repair, replacement, servicing, warranty claim facilitation, faulty hardware replacement, and necessary coordination with the principal / OEM / authorized partner for timely resolution of issues, unless otherwise mentioned. • Repair, replacement, and servicing support for the supplied hardware shall be provided in accordance with the applicable warranty, support terms, and service response commitments defined in the contract and/or Service Level Agreement. • If required by the Client, a Service Level Agreement may be executed at the time of contract award; therefore, the financial proposal shall clearly include an optional SLA cost/component. • The quoted price shall be deemed inclusive of all applicable taxes and the SLA cost/component, wherever applicable under the final contract.

Item: OFFICE FURNITURE

UNSPSC: Furniture set

Specifications / Requirements:

Storage Cabinets (Quantity = 4): • Type: Metal filing cabinets (4-drawer minimum) • Material: Steel with powder coating • Dimensions: 0.5m W x 0.65m D x 1.3m H (adjustable) • Locking Mechanism: Keylock or combination lock • Fire Rating: Optional 1-hour fire protection • Capacity: Multiple cabinets for complete organization Filing Systems (Quantity = 4): • Type: Lateral or vertical filing cabinets • Drawer Quantity: 4-5 drawers per cabinet • Label Organization: Archival-quality labels • Partitions: Options available for various document sizes Additional Furniture: • Reception Desk with Chair: For check-in/processing (Quantity = 1) • Evidence Processing Table: 2m x 1m work surface (Quantity = 2) • Display Shelving: For presentations and training • Conference Table: 2.5m x 1.2m for meetings (Quantity = 2) • Lockers: Individual evidence technician lockers (Quantity = 4) Office Chairs (Quantity = 12): • Type: Ergonomic office chairs with adjustable height and backrest • Base: Five-wheel swivel base for smooth mobility • Adjustability: Pneumatic seat height adjustment and tilt/recline mechanism with lock • Support: Contoured back with lumbar support suitable for extended use • Upholstery: Durable, easy-to-clean commercial-grade fabric or mesh in professional neutral colours (grey, black) Standards & Specifications: • Ergonomics: ANSI/BIFMA standards compliance • Finishes: Commercial-grade durability • Mobility: Casters/wheels on mobile items • Colors: Professional neutral colors (grey, black, white) • Assembly: Professional installation included Mandatory Requirement • The bidder / vendor shall provide an official OEM warranty of minimum one (1) year from the date of delivery for all supplied hardware items, unless otherwise specified in the bidding document. • The bidder / vendor shall ensure minimum two (2) years local support services, including repair, replacement, servicing, warranty claim facilitation, faulty hardware replacement, and necessary coordination with the principal / OEM / authorized partner for timely resolution of issues, unless otherwise mentioned. • Repair, replacement, and servicing support for the supplied hardware shall be provided in accordance with the applicable warranty, support terms, and service response commitments defined in the contract and/or Service Level Agreement. • If required by the Client, a Service Level Agreement may be executed at the time of contract award; therefore, the financial proposal shall clearly include an optional SLA cost/component. • The quoted price shall be deemed inclusive of all applicable taxes and the SLA cost/component, wherever applicable under the final contract.

Item: USB FLASH DRIVES

UNSPSC: Pen or flash drive

Specifications / Requirements:

USB Flash Drives – 128 GB (Quantity = 6): (System must meet, conform to, or exceed the following minimum technical specifications) • Type: High-speed portable USB flash drive • Capacity: 128 GB nominal storage • Interface: USB 3.2 Gen 2 or above • Connector: 4 x USB Type-C & 2 x USB Type-A • Data Transfer: High-speed data transfer supported through USB 3.2 Gen 2 or higher interface • Design: Compact and durable design suitable for official and office use • Build: Shock-resistant enclosure made of high-quality plastic or metal, with key ring / lanyard provision • Compatibility: Plug-and-play support for Windows, macOS, and Linux systems • File System Support: Supplied preformatted and supporting standard file systems including exFAT / FAT32 / NTFS as applicable • Memory Type: Non-volatile NAND flash memory • Reliability: Suitable for routine official data transfer, storage, and backup operations • Security: OEM-provided password protection and/or hardware/software encryption support, where applicable • Certifications: CE, FCC, RoHS, or equivalent internationally recognized certifications USB Flash Drives – 64 GB (Quantity = 6): (System must meet, conform to, or exceed the following minimum technical specifications) • Type: High-speed portable USB flash drive • Capacity: 64 GB nominal storage • Interface: USB 3.2 Gen 2 or above • Connector: 4 x USB Type-C & 2 x USB Type-A • Data Transfer: High-speed data transfer supported through USB 3.2 Gen 2 or higher interface • Design: Compact and durable design suitable for official and office use • Build: Shock-resistant enclosure made of high-quality plastic or metal, with key ring / lanyard provision • Compatibility: Plug-and-play support for Windows, macOS, and Linux systems • File System Support: Supplied preformatted and supporting standard file systems including exFAT / FAT32 / NTFS as applicable • Memory Type: Non-volatile NAND flash memory • Reliability: Suitable for routine official data transfer, storage, and backup operations • Security: OEM-provided password protection and/or hardware/software encryption support, where applicable • Certifications: CE, FCC, RoHS, or equivalent internationally recognized certifications Mandatory Requirement • The bidder / vendor shall provide an official OEM warranty of minimum one (1) year from the date of delivery for all supplied hardware items, unless otherwise specified in the bidding document. • The bidder / vendor shall ensure minimum two (2) years local support services, including repair, replacement, servicing, warranty claim facilitation, faulty hardware replacement, and necessary coordination with the principal / OEM / authorized partner for timely resolution of issues, unless otherwise mentioned. • Repair, replacement, and servicing support for the supplied hardware shall be provided in accordance with the applicable warranty, support terms, and service response commitments defined in the contract and/or Service Level Agreement. • If required by the Client, a Service Level Agreement may be executed at the time of contract award; therefore, the financial proposal shall clearly include an optional SLA cost/component. • The quoted price shall be deemed inclusive of all applicable taxes and the SLA cost/component, wherever applicable under the final contract.

Item: KEYBOARD + MOUSE Dual Mode (WIRELESS & WIRED)

UNSPSC: Keyboard and mouse kit

Specifications / Requirements:

TECHNICAL SPECIFICATIONS Wireless & Wired Keyboard + Mouse Combo (Quantity = 12): (System must meet, equivalent to, or exceed the following specifications) • Product Type: Dual-mode keyboard and mouse combo supporting both wireless and wired operation • Connectivity: Dual-mode operation through 2.4 GHz wireless connection via USB receiver and wired USB connection • Keyboard Type: Full-size keyboard with standard QWERTY layout and dedicated numeric keypad • Keyboard Keys: Low-profile or soft-touch keys suitable for continuous office use • Keyboard Durability: Minimum key life of 10 million keystrokes • Keyboard Functions: Standard office-use keyboard with function keys • Mouse Type: Optical dual-mode mouse supporting both wireless and wired operation with ergonomic design • Sensor Type: Optical sensor with adjustable DPI, minimum 800–1600 DPI or higher • Buttons: Minimum 3 buttons comprising left-click, right-click, and scroll wheel • Battery: Rechargeable battery for wireless mode • Charging Interface: USB-C or Micro-USB charging interface • Charging / Data Cable: Detachable USB cable for charging and wired operation • Wireless Range: Minimum 10 meters under normal office operating conditions • Receiver: USB nano receiver or equivalent compact receiver • Build Quality: Commercial-grade durable construction with smooth scroll wheel and reliable switches • Mouse Durability: Minimum 3 million clicks • Keyboard Protection: Spill-resistant design suitable for office environment • Mouse Pad: One high-quality mouse pad shall be included with each set, having a non-slip rubber base and minimum dimensions of 220 × 180 mm • Compatibility: Fully compatible with Windows, macOS, and Linux operating systems • Installation: Plug-and-play operation without requirement for proprietary hardware for basic functionality • Color: Professional neutral colours such as black, grey, or white • Accessories Included: USB receiver, charging / wired cable, mouse pad, batteries where applicable, and user documentation • Warranty: Minimum 1-year manufacturer / OEM / authorized local warranty • Certifications: CE, FCC, RoHS, or equivalent internationally recognized certifications Mandatory Requirement • The bidder / vendor shall provide an official OEM warranty of minimum one (1) year from the date of delivery for all supplied hardware items, unless otherwise specified in the bidding document. • The bidder / vendor shall ensure minimum two (2) years local support services, including repair, replacement, servicing, warranty claim facilitation, faulty hardware replacement, and necessary coordination with the principal / OEM / authorized partner for timely resolution of issues, unless otherwise mentioned. • Repair, replacement, and servicing support for the supplied hardware shall be provided in accordance with the applicable warranty, support terms, and service response commitments defined in the contract and/or Service Level Agreement. • If required by the Client, a Service Level Agreement may be executed at the time of contract award; therefore, the financial proposal shall clearly include an optional SLA cost/component. • The quoted price shall be deemed inclusive of all applicable taxes and the SLA cost/component, wherever applicable under the final contract.

Item: High Quality HDMI CABLES

UNSPSC: Computer cable

Specifications / Requirements:

TECHNICAL SPECIFICATIONS Quality HDMI Cable (5 Meters) (Quantity = 10): (Offered product shall meet, conform to, or exceed the following minimum technical specifications) • Product Type: High-quality HDMI cable for audio and video transmission • Length: 5 meters (Qty = 4) & 1.5-2 meters (Qty = 6) • Version: HDMI 2.1 or above, backward compatible with HDMI 2.0 and earlier supported standards • Bandwidth: Minimum 48 Gbps data transfer capability • Resolution Support: Minimum support for 4K at 120 Hz and 8K at 60 Hz • Connectors: Male-to-male HDMI connectors on both ends • Connector Finish: Gold-plated or equivalent corrosion-resistant connector contacts • Cable Construction: High-quality braided or reinforced PVC outer jacket suitable for frequent official and office use • Shielding: Triple shielding or equivalent interference protection for stable and distortion-free signal transmission • Signal Quality: Cable shall support reliable transmission of high-definition digital audio and video without noticeable signal degradation over the specified length • Compatibility: Fully compatible with desktops, laptops, monitors, projectors, televisions, conference room displays, and other HDMI-enabled media devices • Durability: Cable shall be designed for long operational life with reinforced joints / strain relief at connector ends • Compliance: Plug-and-play operation without requirement for additional drivers or proprietary accessories • Certifications: HDMI Certified / Premium Certified / Ultra High Speed Certified, CE, FCC, RoHS, or equivalent internationally recognized certifications • Warranty: Minimum 1-year replacement / manufacturer / OEM / authorized local warranty Mandatory Requirement • The bidder / vendor shall provide an official OEM warranty of minimum one (1) year from the date of delivery for all supplied hardware items, unless otherwise specified in the bidding document. • The bidder / vendor shall ensure minimum two (2) years local support services, including repair, replacement, servicing, warranty claim facilitation, faulty hardware replacement, and necessary coordination with the principal / OEM / authorized partner for timely resolution of issues, unless otherwise mentioned. • Repair, replacement, and servicing support for the supplied hardware shall be provided in accordance with the applicable warranty, support terms, and service response commitments defined in the contract and/or Service Level Agreement. • If required by the Client, a Service Level Agreement may be executed at the time of contract award; therefore, the financial proposal shall clearly include an optional SLA cost/component. • The quoted price shall be deemed inclusive of all applicable taxes and the SLA cost/component, wherever applicable under the final contract.

Item: BARCODE / LABEL PRINTER WITH HANDHELD WIRELESS BARCODE SCANNER

UNSPSC: Scanners

Specifications / Requirements:

TECHNICAL SPECIFICATIONS Barcode / Label Printer with Handheld Wireless Barcode Scanner (Quantity = 2): (Offered product shall meet, conform to, or exceed the following minimum technical specifications) • Type: Desktop or industrial-grade thermal barcode / label printer suitable for continuous official and forensic evidence labelling use • Printing Technology: Direct thermal and / or thermal transfer printing • Print Resolution: Minimum 203 dpi; higher resolution up to 300 dpi or above may be offered • Print Speed: Minimum 100 mm/second or higher • Print Width: Minimum 2 inches and above • Media Handling: Support for continuous labels, die-cut labels, tags, and evidence labels • Label Sizes: Capable of printing multiple label widths and lengths suitable for evidence bags, case files, storage media, shelves, and chain-of-custody tagging • Barcode Support: Support for common 1D and 2D barcode symbologies including Code 128, Code 39, QR Code, Data Matrix, PDF417, and equivalent standard formats • Printing Output: Clear, durable, smudge-resistant, and legible printing suitable for long-term record and evidence identification • Connectivity: USB 2.0 or higher as standard; Ethernet and / or Wi-Fi connectivity may be provided • Memory: Sufficient onboard memory and processor capacity for fast and uninterrupted label printing • Media Loading: Easy-load mechanism for quick replacement of labels and ribbons, where applicable • Ribbon Support: In case of thermal transfer printer, ribbon support shall be available for durable long-life labels • Software Compatibility: Compatible with current Windows operating systems; support for standard label design and barcode printing software required • Driver Support: OEM-supported printer drivers and utilities for configuration, calibration, and printing • Sensors: Adjustable media sensors for gap, black mark, or continuous media detection • Construction: Commercial-grade durable body suitable for continuous office and laboratory use • Use Case: Suitable for printing evidence labels, barcode tags, case reference labels, storage media labels, asset tags, and chain-of-custody identifiers Handheld Wireless Barcode Scanner: • Type: Handheld wireless barcode scanner compatible with the offered barcode / label printer and printed barcode formats • Scanning Capability: Support for both 1D and 2D barcode symbologies, including at minimum Code 128, Code 39, QR Code, Data Matrix, and PDF417 • Compatibility: Scanner shall be fully compatible with the barcode labels printed by the offered printer • Connectivity: Wireless connectivity through 2.4 GHz wireless receiver and / or Bluetooth; USB wired connectivity may also be provided for charging and direct operation • Wireless Range: Minimum 10 meters under normal office / laboratory operating conditions • Scanning Performance: Fast and accurate scanning of printed barcodes from labels, tags, and evidence markings • Trigger Mode: Manual trigger and auto-sensing / continuous scan mode support • Indicator: Audible beep and LED indicator for successful scan confirmation • Battery: Rechargeable battery suitable for extended office and laboratory use • Charging: Charging cradle, docking station, or USB charging cable shall be included • Construction: Durable ergonomic design suitable for routine official and forensic lab use • Interface Compatibility: Compatible with Windows-based systems without requiring proprietary hardware for normal operation Accessories Included: • Power adapter • Interface cable(s) • Starter label rolls (Quantity = 2 per printer) • Ribbon, where applicable • Handheld wireless barcode scanner • Wireless receiver / charging cradle / docking station, where applicable • Documentation and all accessories required for complete operation • All other accessories that may be required to achieve fully operational functionality Warranty: Minimum 1-year manufacturer / OEM / authorized local warranty for printer and barcode scanner Mandatory Requirement • The bidder / vendor shall provide an official OEM warranty of minimum one (1) year from the date of delivery for all supplied hardware items, unless otherwise specified in the bidding document. • The bidder / vendor shall ensure minimum two (2) years local support services, including repair, replacement, servicing, warranty claim facilitation, faulty hardware replacement, and necessary coordination with the principal / OEM / authorized partner for timely resolution of issues, unless otherwise mentioned. • Repair, replacement, and servicing support for the supplied hardware shall be provided in accordance with the applicable warranty, support terms, and service response commitments defined in the contract and/or Service Level Agreement. • If required by the Client, a Service Level Agreement may be executed at the time of contract award; therefore, the financial proposal shall clearly include an optional SLA cost/component. • The quoted price shall be deemed inclusive of all applic

Item: BLACK & WHITE LASER MULTIFUNCTION PRINTER (All-in-One)

UNSPSC: Laser printers

Specifications / Requirements:

Black & White Laser Multifunction Printer (Quantity = To be specified): (Offered product shall meet, conform to, or exceed the following minimum technical specifications) • Type: Office / business-class monochrome laser multifunction printer • Functions: Print, copy, scan; fax may be built-in or optional • Print Technology: Laser / Monochrome laser • Print Speed: Minimum 40 pages per minute in black & white • Print Resolution: Minimum 1200 × 1200 dpi or equivalent enhanced print quality technology • Duty Cycle: Minimum 80,000 pages per month • Recommended Monthly Volume: Manufacturer-rated recommended monthly print volume shall be clearly stated in the bid • Toner System: Single black toner cartridge system • Toner Yield: Standard and high-yield toner cartridges shall be available; bidder shall clearly quote page yields in the technical offer • Automatic Document Feeder: Minimum 50-sheet ADF • ADF Capability: Duplex / single-pass / automatic two-sided scanning supported, as per OEM design • Duplex Printing: Automatic duplex printing as standard • Paper Handling: Minimum 1 internal input tray standard • Input Capacity: Minimum 250-sheet standard input capacity • Media Support: Support for A4, A5, and other common office paper sizes; mixed media support required • Output Capacity: Minimum 100-sheet output bin • Special Media: Support for envelopes, labels, cardstock, and other manufacturer-supported office specialty media • Connectivity (Standard): Gigabit Ethernet or Fast Ethernet, USB host / device ports • Wireless Connectivity: OEM-supported wireless / BLE / NFC may be offered either standard or through official manufacturer accessory • Mobile / Network Printing: Support for Apple AirPrint, Mopria, and standard enterprise network printing protocols • Security: Standard business / enterprise security features including password protection, secure configuration, firmware protection, user authentication, and encrypted data handling • Display: Touchscreen or equivalent control panel display • Compatibility: Compatible with current Windows, macOS, and Linux environments • Installation: Plug-and-play and network deployment support for official office environment • Paper Rim: 80 gm or above (2 with each printer) • Warranty: Minimum 1-year manufacturer / OEM / authorized local warranty Mandatory Requirement • The bidder / vendor shall provide an official OEM warranty of minimum one (1) year from the date of delivery for all supplied hardware items, unless otherwise specified in the bidding document. • The bidder / vendor shall ensure minimum two (2) years local support services, including repair, replacement, servicing, warranty claim facilitation, faulty hardware replacement, and necessary coordination with the principal / OEM / authorized partner for timely resolution of issues, unless otherwise mentioned. • Repair, replacement, and servicing support for the supplied hardware shall be provided in accordance with the applicable warranty, support terms, and service response commitments defined in the contract and/or Service Level Agreement. • If required by the Client, a Service Level Agreement may be executed at the time of contract award; therefore, the financial proposal shall clearly include an optional SLA cost/component. • The quoted price shall be deemed inclusive of all applicable taxes and the SLA cost/component, wherever applicable under the final contract.

Item: PAPER SHREDDER

UNSPSC: Cassette or tape shredders

Specifications / Requirements:

TECHNICAL SPECIFICATIONS Paper Shredder (Quantity = 2): (Offered product shall meet, conform to, or exceed the following minimum technical specifications) - Type: Heavy-duty office paper shredder suitable for continuous official use - Security Level: Minimum DIN P-4 security level, cross-cut type - Sheet Capacity: Minimum 20 to 30 sheets per pass - Shred Size: Maximum particle size not exceeding 4 x 40 mm - Run Time: Minimum continuous run time of 30 to 60 minutes - Bin Capacity: Minimum 50 to 70 liters waste bin capacity - Shreddable Materials: Paper, staples, paper clips, and plastic cards; CD and DVD shredding may be supported where available - Entry Width: Minimum 230 mm to 300 mm - Operation: Automatic start and stop function - Jam Protection: Anti-jam or jam reversal mechanism for uninterrupted operation - Motor Protection: Thermal overload or overheat protection system - Noise Level: Maximum 55 to 60 dB under normal operating conditions - Build Quality: Commercial-grade construction suitable for continuous office and records disposal use - Safety Features: Safety lock, safety cut-off, or user protection mechanism during operation - Mobility: Heavy-duty castors or wheels for ease of movement, where applicable - Power Supply: Standard 220-240V AC, 50/60 Hz - Accessories: Any and all accessories for achieving full operational functionality - Warranty: Minimum 1-year manufacturer, OEM, or authorized local warranty Mandatory Requirement - The bidder or vendor shall provide an official OEM warranty of minimum one (1) year from the date of delivery for all supplied hardware items, unless otherwise specified in the bidding document. - The bidder or vendor shall ensure minimum two (2) years local support services, including repair, replacement, servicing, warranty claim facilitation, faulty hardware replacement, and necessary coordination with the principal, OEM, or authorized partner for timely resolution of issues, unless otherwise mentioned. - Repair, replacement, and servicing support for the supplied hardware shall be provided in accordance with the applicable warranty, support terms, and service response commitments defined in the contract or Service Level Agreement. - If required by the Client, a Service Level Agreement may be executed at the time of contract award; therefore, the financial proposal shall clearly include an optional SLA cost component. - The quoted price shall be deemed inclusive of all applicable taxes and the SLA cost component, wherever applicable under the final contract.

Price Schedule

For Individual Items

# Item Title Quantity Unit Price (PKR) Total Price (PKR) Delivery Location Delivery Period / Year Country of Origin
1
2
For Lots
# Lot Title Total Lot Price (PKR) Country of Origin
1 [Lot 1 Title]

📑 General Conditions of Contract (GCC)

Procurement of Software & Hardware for Digital Forensics and Screening Labs

Published on: Friday, March 13, 2026

Ref# : P11675
QR Code

A. General

1. Definitions

1.1 Unless the context otherwise requires, the following terms whenever used in this Contract shall have the same meaning and shall be interpreted as indicated
  1. “Applicable Law” means the laws and any other instruments having the force of law in the Government’s Country, or in such other country as may be specified in the Special Conditions of the Contract (SC), as they may be issued and in force from time to time;
  2. “Procuring Agency” means:-
    1. any Ministry, Division, Department or any Office of the Government;
    2. any authority, corporation, body or organization established by or under a Law or which is owned or controlled by the Government;.
  3. “The Contract” means an agreement enforceable by law;
  4. “The Contract Price” means the price payable to the Bidder under the Contract for the full and proper performance of its contractual obligations;
  5. “Ancillary Services” means those services ancillary to the provision  of Goods, such as transportation and insurance, and any other incidental services, such as installation, commissioning, provision of technical assistance, training, and other such obligations of the Bidder covered under the  Contract;
  6. “GCC” means the General Conditions of Contract contained in this section;
  7. “SCC” means the Special Conditions of Contract by which the GCC may be amended or supplemented;
  8. Day” means calendar day unless indicated otherwise.
  9. “Effective Date” means the date on which this Contract comes into force and effect.
  10. The Bidder” means the individual or corporate body whose Bids to provide the Goods has been accepted by the Procuring Agency;
  11. “The Project Site,” where applicable, means the place or places named in Bids Data Sheet and technical Specifications;
  12. “Government” means the Government of Pakistan;
  13. “Subcontractor” means any entity to which the Bidder subcontracts any part of the Goods.
  14.  "Service" means any object of procurement other than goods or works;
  15. “Party” means the Procuring Agency or the Bidder, as the case may be, and “Parties” means both of them;
  16. “Foreign Currency” means any currency other than the currency of the country of the Procuring Agency;
  17. “Completion Date” means the date of completion of the contract by the Bidder as certified by the Procuring Agency;
  18.  “In Writing” means communicated in written form with proof of receipt;
  19. “Local Currency” means the currency of Pakistan;

2. Application and Interpretation

2.1 These General Conditions shall apply to the extent that they are not superseded by provisions of other parts of the Contract.

2.2 In interpreting these Conditions of Contract headings and marginal notes are used for convenience only and shall not affect         their interpretations unless specifically stated; references to singular include the plural and vice versa; and masculine include the feminine. Words have their ordinary meaning         under the   language   of   the   Contract   unless specifically defined.

3. Applicable Law

3.1 The contract shall be governed and interpreted in accordance with the laws of Pakistan, unless otherwise specified in SCC.

4. Governing Language

4.1 The Contract as well as all correspondence and documents relating to the Contract exchanged between the Bidder and the Procuring Agency, shall be written in the English language unless otherwise stated in the SCC.  Supporting documents and printed literature that are part of the Contract may be in another language provided these are accompanied by an accurate translation of the relevant passages in English, in which case, for purposes of interpretation of the Contract, this translation shall govern.

5. Notices

5.1 Any notice, request, or consent made pursuant to this Contract shall be in writing and shall be deemed to have been made when delivered in person to an authorized representative of the Party to whom the communication is addressed, or when sent by registered mail, telex, telegram, or facsimile to such Party at the address specified in the SCC.

6. Delivery/Location

6.1 The Goods shall be delivered to such locations as the Procuring Agency may approve and as specified in SCC.

7. Authorized Representatives / Authority of Member in charge

7.1 Any action required or permitted to be taken, and any document required or permitted to be executed, under this Contract by the Procuring Agency or the Bidder may be taken or executed by the officials specified in the SCC.

B. Commencement, Completion, Modification, and Termination of Contract

8. Effectiveness of Contract

8.1 This Contract shall come into effect on the date the Contract is signed by both parties and such other later date as may be stated in the SCC.

9. Commencement of Services

9.1 The Bidder shall confirm availability of Key Experts and begin carrying out the Services not later than the number of days after the Effective Date specified in the SCC.

10. Program

10.1 Before commencement of the Services, the Bidder shall submit to the Procuring Agency for approval a Program showing the general methods, arrangements, order and timing for all activities. The Services shall be carried out in accordance with the approved Program as updated.

11. Starting Date/Expiration Date

11.1 The Bidder shall start carrying out the Services Five (05) days after the date the Contract becomes effective, or at such other date as may be specified in the SCC.

11.2 Unless terminated earlier pursuant to Clause GCC 15 hereof, this Contract shall expire at the end of such time period after the Effective Date as specified in the SCC.

12. Entire Agreement

12.1 This Contract contains all covenants, stipulations and provisions agreed by the Parties.  No agent or representative of either Party has authority to make, and the Parties shall not be bound by or be liable for, any statement, representation, promise or agreement not set forth herein.

13. Modification

13.1 Any modification or variation of the terms and conditions of this Contract, including any modification or variation of the scope of the Services, may only be made by written agreement between the Parties. However, each Party shall give due consideration to any Bids for modification or variation made by the other Party.

13.2 In cases of any modifications or variations, the prior written consent of the Procuring Agency is required.

14. Force Majeure

14.1 Definition

For the purposes of this Contract, “Force Majeure” means an event which is beyond the reasonable control of a Party and which makes a Party’s performance of its obligations under the Contract impossible or so impractical as to be considered impossible under the circumstances.

14.2 No Breach of Contract

The failure of a Party to fulfill any of its obligations under the contract shall not be considered to be a breach of, or default under, this Contract in so far as such inability arises from an event of Force Majeure, provided that the Party affected by such an event (a) has taken all reasonable precautions, due care and reasonable alternative measures in order to carry out the terms and conditions of this Contract, and (b) has informed the other Party as soon as possible about the occurrence of such an event.

14.3 Extension of Time

Any period within which a Party shall, pursuant to this Contract, complete any action or task, shall be extended for a period equal to the time during which such Party was unable to perform such action as a result of Force Majeure.

14.4 Payments

During the period of their inability to perform the Services as a result of an event of Force Majeure, the Bidder shall be entitled to continue to be paid under the terms of this Contract, as well as to be reimbursed for additional costs reasonably and necessarily incurred by them during such period for the purposes of the Services and in reactivating the Service after the end of such period.

15. Termination

15.1 By the Procuring Agency

The Procuring Agency may terminate this Contract in case of the occurrence of any of the events specified in paragraphs (a) through (e) of this Clause. In such an occurrence the Procuring Agency shall give at least thirty (30) calendar days’ written notice of termination to the Bidder in case of the events referred to in (a) through (d); at least sixty (60) calendar days’ written notice in case of the event referred to in (e);

  1. If the Bidder fails to remedy a failure in the performance of its obligations hereunder, as specified in a notice of suspension;
  2. If the Bidder becomes (or, if the Bidder consists of more than one entity, if any of its members becomes) insolvent or bankrupt or enter into any agreements with their creditors for relief of debt or take advantage of any law for the benefit of debtors or go into liquidation or receivership whether compulsory or voluntary;
  3. If the Bidder fails to comply with any final decision reached as a result of arbitration proceedings;
  4. If, as the result of Force Majeure, the Bidder is unable to perform a material portion of the Services for a period of not less than sixty (60) calendar days;
  5. If the Procuring Agency, in its sole discretion and for any reason whatsoever, decides to terminate this Contract;

15.2 By the Bidder

The Bidder may terminate this Contract, by not less than thirty (30) calendar days’ written notice to the Procuring Agency, in case of the occurrence of any of the events specified in paragraphs (a) through (d) of this Clause.

  1. If the Procuring Agency fails to pay any money due to the Bidder pursuant to this Contract and not subject to dispute within forty-five (45) calendar days after receiving written notice from the Bidder  that such payment is overdue.
  2. If, as the result of Force Majeure, the Bidder is unable to perform a material portion of the Services for a period of not less than sixty (60) calendar days.
  3. If the Procuring Agency fails to comply with any final decision reached as a result of arbitration.
  4. If the Procuring Agency is in material breach of its obligations pursuant to this Contract and has not remedied the same within forty-five (45) days (or such longer period as the Bidder may have subsequently approved in writing) following the receipt by the Procuring Agency of the Bidder’s notice specifying such breach.

C.  Obligations of the Bidder

16. General

16.1 Standard of Performance

  1. The Bidder shall deliver the product and carry out the Services with all due diligence, efficiency and economy, in accordance with generally accepted professional standards and practices, and shall observe sound management practices, and employ appropriate technology and safe and effective equipment, machinery, materials and methods. The Bidder shall always act, in respect of any matter relating to this Contract or to the Services, as a faithful adviser to the Procuring Agency, and shall at all times support and safeguard the Procuring Agency’s legitimate interests in any dealings with the third parties.

16.2 Law Applicable to Goods

The Bidder shall deliver the goods in accordance with the Contract and in accordance with the Law of Pakistan and shall take all practicable steps to ensure that any of its Experts and Sub-Bidders, comply with the Applicable Law. 

17. Conflict of Interests

17.1 Bidder Not to Benefit from Commissions and Discounts.

The remuneration of the Bidder shall constitute the Bidder’s sole remuneration in connection with this Contract or the Services, and the Bidder shall not accept for their own benefit any trade commission, discount, or similar payment in connection with activities pursuant to this Contract or to the Services or in the discharge of their obligations under the Contract, and the Bidder shall use their best efforts to ensure that the Personnel, any Subcontractors, and agents of either of them similarly shall not receive any such additional remuneration.

17.2  Bidder and Affiliates Not to be Otherwise Interested in Project

The Bidder agree that, during the term of this Contract and after its termination, the Bidder and its affiliates, as well as any Subcontractor and any of its affiliates, shall be disqualified from providing Goods for any project resulting from or closely related to the Services.

17.3  Prohibition of Conflicting Activities

Neither the Bidder nor its Subcontractors nor the Personnel shall engage, either directly or indirectly, in any of the following activities:

  1. during the term of this Contract, any business or professional activities in the Government’s country which would conflict with the activities assigned to them under this Contract;
  2. during the term of this Contract, neither the Bidder nor their Subcontractors shall hire public employees in active duty or on any type of leave, to perform any activity under this Contract;

18. Confidentiality

18.1 Except with the prior written consent of the Procuring Agency, the Bidder and the Experts shall not at any time communicate to any person or entity any confidential information acquired in the course of the contract.

19. Insurance to be Taken Out by the Bidder

19.1 The Bidder(a) shall take out and maintain, and shall cause any Subcontractors to take out and maintain, at its (or the Subcontractors’, as the case may be) own cost but on terms and conditions approved by the Procuring Agency, insurance against the risks, loss or damage, and for the coverage, as shall be specified in the SCC; and (b) at the Procuring Agency’s request, shall provide evidence to the Procuring Agency showing that such insurance has been taken out and maintained and that the current premiums have been paid.

20. Bidder’s Actions Requiring Procuring Agency’s Prior Approval

20.1 The Bidder shall obtain the Procuring Agency’s prior approval in writing before taking any of the following actions:

(a)    appointing such members of the Personnel not provided by the Bidder;

(b)    changing the Program of activities; and

(c)     any other action that may be specified in the SCC.

21. Reporting Obligations

21.1 The Bidder shall submit to the Procuring Agency the reports and documents in the numbers, and within the periods as prescribed by the Procuring Agency.

22. Liquidated Damages

22.1  If the Supplier fails to deliver any or all of the Goods or to perform the Services within the period(s) specified in the Contract, the Procuring Agency shall, without prejudice to its other remedies under the Contract, deduct from the Contract Price, as liquidated damages, a sum equivalent to the percentage specified in SCC of the delivered price of the delayed Goods or unperformed Services for each week or part thereof of delay until actual delivery or performance, up to a maximum deduction of the performance security (or guarantee) specified in SCC. Once the said maximum is reached, the Procuring Agency may consider termination of the Contract pursuant to GCC Clause 15.

22.2  Correction for Over-payment

If the Intended Completion Date is extended after liquidated damages have been paid, the Procuring Agency shall correct any overpayment of liquidated damages by the Bidder by adjusting the next payment certificate.  The Bidder shall be paid interest on the overpayment, calculated from the date of payment to the date of repayment, at the rates specified in SCC.

22.3  Lack of performance penalty

If the Bidder has not corrected a Defect within the time specified in the Procuring Agency’s notice, a penalty for Lack of performance will be paid by the Bidder. The amount to be paid will be calculated as a percentage of the cost of having the Defect corrected, assessed as specified in the SCC.

23. Performance Guarantee

23.1 Within Seven (07) days from the issuance of acceptance letter from the Procuring Agency, the successful Bidder shall furnish the Performance Guarantee in shape of ------- at the discretion of the PA in the amount specified in SCC. In case the amount of   Bids security is equal or greater than

23.2 The proceeds of the Performance Guarantee shall be payable to the Procuring agency as compensation for any loss resulting from the Supplier’s failure to complete its obligations under the Contract.

23.3 The Performance Guarantee shall be denominated in the currency of the Contract, or in a freely convertible currency acceptable to the Procuring agency and shall be in the acceptable form as specified in SCC.

23.4 The Performance Guarantee will be discharged by the Procuring agency and returned to the Supplier not later than thirty (30) days following the date of completion of the Supplier’s performance obligations under the Contract, including any warranty obligations, unless otherwise specified in SCC.

24. Fraud and Corruption

24.1 The Procuring Agency requires the Supplier to disclose any commissions or fees that may have been paid or are to be paid to agents or any other party with respect to the Bidding process or execution of the Contract. The information disclosed must include at least the name and address of the agent or other party, the amount and currency, and the purpose of the commission, gratuity or fee.

25. Sustainable Procurement

25.1 The Bidder shall conform to the sustainable procurement contractual provisions, if and as specified in the SCC.

D. Bidder’s Personnel

26. Description of Personnel

26.1 The titles, agreed job descriptions, minimum qualifications, and estimated periods of engagement in the carrying out of the Services of the Bidder’s Key Personnel.  The Key Personnel listed by title as well as by name are hereby approved by the Procuring Agency.

27. Removal and/or Replacement of Personnel

27.1 Except as the Procuring Agency may otherwise agree, no changes shall be made in the Key Personnel.  If, for any reason beyond the reasonable control of the Bidder, it becomes necessary to replace any of the Key Personnel, the Bidder shall provide as a replacement a person of equivalent or better qualifications.

27.2 If the Procuring Agency finds that any of the Personnel have (i) committed serious misconduct or have been charged with having committed a criminal action, or (ii) have reasonable cause to be dissatisfied with the performance of any of the Personnel, then the Bidder shall, at the Procuring Agency’s written request specifying the grounds thereof, provide as a replacement a person with qualifications and experience acceptable to the Procuring Agency.

27.3 The Bidder shall have no claim for additional costs arising out of or incidental to any removal and/or replacement of Personnel.

E.  Obligations of the Procuring Agency

28. Assistance and Exemptions

28.1 The Procuring Agency shall use its best efforts to ensure that the Government shall provide the Bidder such assistance and exemptions as specified in the SCC.

29. Change in the Applicable Law

29.1 If, after the date of this Contract, there is any change in the Applicable Law with respect to taxes and duties which increases or decreases the cost of the related Services rendered by the Bidder, then the remuneration and reimbursable expenses otherwise payable to the Bidder under this Contract shall be increased or decreased accordingly by agreement between the Parties, and corresponding adjustments shall be made to the amounts referred in the SCC.

30. Services and Facilities

30.1 The Procuring Agency shall make available to the Bidder and the Experts, for the purposes of the Services and free of any charge, the services, facilities and property described , at the times and in the manner specified in the SCC or terms of reference.

30.2 In case that such services, facilities and property shall not be made available to the Bidder, the Parties shall agree on (i) any time extension that it may be appropriate to grant to the Bidder for the performance of the Services, (ii) the manner in which the Bidder shall procure any such services, facilities and property from other sources, and (iii) the additional payments, if any, to be made to the Bidder as a result thereof.

F. Payments to the Bidder

31. Contract Price

31.1 The price payable shall be in Pakistani Rupees unless otherwise specified in the SCC. Prices charged by the Supplier for Goods delivered under the Contract shall not vary from the prices quoted by the Supplier in its Bid.

32. Terms and Conditions of Payment

32.1 Payments will be made to the Bidder according to the payment schedule stated in the SCC and as per actual invoice submitted by the Bidder.

32.2 Unless otherwise stated in the SCC, the advance payment shall be made against the provision by the Bidder of a bank guarantee for the same amount, and shall be valid for the period stated in the SCC.  Any other payment shall be made after the conditions listed in the SCC for such payment have been met, and the Bidder have submitted an invoice to the Procuring Agency specifying the amount due.

33. Currency of Payment

33.1 Any payment under this Contract shall be made in the currency(ies) specified in the SCC.

G. Quality Control

34. Identifying Defects

34.1 The principle and modalities of Inspection of the Goods by the Procuring Agency shall be as indicated in the SCC. The Procuring Agency shall check the Bidder’s performance and notify him of any Defects that are found.  Such checking shall not affect the Bidder’s responsibilities.  The Procuring Agency may instruct the Bidder to search for a Defect and to uncover and test any service that the Procuring Agency considers may have a Defect. Defect Liability Period is as defined in the SCC.

35. Correction of Defects, and

Lack of Performance Penalty

35.1 The Procuring Agency shall give notice to the Bidder of any Defects before the end of the Contract.  The Defects liability period shall be extended for as long as Defects remain to be corrected.

35.2 Every time notice a Defect is given, the Bidder shall correct the notified Defect within the length of time specified by the Procuring Agency’s notice.

35.3 If the Bidder has not corrected a Defect within the time specified in the Procuring Agency’s notice, the Procuring Agency will assess the cost of having the Defect corrected, the Bidder will pay this amount, and a Penalty for Lack of Performance.

36. Taxes and Duties

36.1 A Supplier shall be entirely responsible for all taxes, duties, fees, etc., incurred until delivery of the contracted Goods to the Procuring Agency.

H. Settlement of Disputes

37. Alternate Dispute Resolution

37.1 The disputes between the parties to the contract may be settled in accordance with Public Procurement Rules, 2004.

37.2 The procuring agency shall refer the matter to the Chief Justice Islamabad High Court or Managing Director PPRA or the Secretary Ministry of Law & Justice for appointment of Arbitrator.

37.3 The fee for the Arbitrator shall be specified in Pak Rupees as determined by the appointing authority which shall be borne and shared equally by the contracting parties.

📑 Special Conditions of Contract (SCC)

Procurement of Software & Hardware for Digital Forensics and Screening Labs

Published on: Friday, March 13, 2026

Ref# : P11675
QR Code

SECTION VIII. SPECIAL CONDITIONS OF CONTRACT

The following Special Conditions of Contract shall supplement the General Conditions of Contract. Whenever there is a conflict, the provisions herein shall prevail over those in the Conditions of Contract. The corresponding clause number of the GCC is indicated in parentheses.

Number of GC Clause

Amendments of, and Supplements to, Clauses in the General Conditions of Contract

GCC 1

Definitions

The Procuring Agency is: NTISB (National Telecommunication and Information Technology Security Board (NTISB)), Communication Security Officer Block-L, Pak-Sectt., Islamabad Capital Territory

The Supplier is:

The title of the subject procurement is: Procurement of Software & Hardware for Digital Forensics and Screening Labs

GCC 3

Applicable/Governing Law:

The Contract shall be interpreted in accordance with the laws of Islamic Republic of Pakistan

GCC 4

Language:

The language of the Contract, all correspondence and communications to be given, and all other documentation to be prepared and supplied under the Contract shall be in English.

GCC 5

Notices:

The addresses for the notices are:

Procuring Agency: 

NTISB (National Telecommunication and Information Technology Security Board (NTISB)), Communication Security Officer
Block-L, Pak-Sectt., Islamabad Capital Territory
+92-333-613-3350
bid@pkcert.gov.pk

Contractor/ Bidder: 

 [Name, address and telephone number].

The Contractor/ Bidder’s Representative(s)

[Name, address, telephone number and e-mail address]

 

GCC 7.1

The Authorized Representatives are:

 

For the Procuring Agency:

NTISB (National Telecommunication and Information Technology Security Board (NTISB)), Communication Security Officer
Block-L, Pak-Sectt., Islamabad Capital Territory
+92-333-613-3350
bid@pkcert.gov.pk

For the Bidder:

Name: ………………………

Designation: ……………..

Address: ……………………………..

 

GCC 8

Effectiveness of the contract

GCC 9

Commencement of Contract:

GCC 11.2

Expiration of Contract:

GCC 15

Termination

In the event of termination of the contract due to any reason as already defined in the General Conditions of Contract, the Bidder shall be responsible for providing to the Authority the Goods till the time of alternate arrangements.

GCC 17

Conflict of Interest:

The Procuring Agency reserves the right to determine on a case-by-case basis whether the Bidder should be disqualified from providing goods or services due to a conflict of a nature described in Clause GCC 17.

GCC 22

Liquidated Damages 

If the Bidder fails to provide services as required under the contract or in case of any data loss/data breach or any incident compromising the data security or other such failures related to any services, the Bidder shall pay to the Procuring Agency as Liquidated Damages at a rate of 0.10% to 0.50% of the Contract value, in accordance with the extent of performance failure & the cost of investigating such incidents as judged by the Authority.

GCC 23

Performance Guarantee:

The amount of performance guarantee shall be 10.00% of the contract price in acceptable form of Pay Order, Bank Guarantee, Demand Draft

GCC 32

Payment terms:

Payment will be made to the Bidder against the procured Goods and services according to the actual invoice or running bills submitted by the Bidder against the services provided within the time given in the conditions of the contract.

GCC 33

Currency of Payment:

All the payment to be released to the contractor/Bidder shall be in Pakistani Rupees.

GCC 34

Identifying Defects:

The Authority reserves the right at any time to inspect the premises of the provider to inspect the goods and monitor the goods being provided.

Inspections & Tests Requirements

For being Brand New, bearing relevant reference numbers of the equipment (Certificate from supplier)

For Physical Fitness having No Damages (Certificate from supplier)

For the Country of Origin as quoted by the Supplier (Certificate from manufacturer)

For conformance to specifications and performance parameters, through Prior to delivery inspection (Inspection Report by Procurement Committee / Inspection Team)

For successful operation at site after complete installation, testing and commissioning of the equipment (Installation, Testing and Commissioning Report by Procurement Committee / Inspection Team)

Delivery & Documents

Copies of the Supplier’s invoice showing Goods’ description, quantity, unit price, and total amount;

Manufacturer’s or Supplier’s Valid Warranty Certificate;

Inspection Certificate issued by the Nominated Inspection Agency (if any), and the Supplier’s Factory Inspection Report;

Certificate of Origin.

The above documents would be required even if the equipment has already been imported and is available with the supplier ex-stock

GCC 37

 

Following is the guidance for Dispute Resolution

  1. If any dispute of any kind whatsoever shall arise between the Authority and the Bidder in connection with or arising out of the Contract, including without prejudice to the generality of foregoing, any question regarding its existence, validity, termination and the execution of the Contract – whether during developing phase or after their completion and whether before or after the termination, abandonment or breach of the Contract – the parties shall seek to resolve any such dispute or difference by mutual diligent negotiations in good faith within 14 (fourteen) days following a notice sent by one Party to the other Party in this regard.
  2. At future of negotiation the dispute shall be resolved through mediation and mediator shall be appointed with the mutual consent of the both parties.
  3. At the event of failure of mediation to resolve the dispute relating to this contract such dispute shall finally be resolved through binding Arbitration by sole arbitrator in accordance with Arbitration Act 1940. The arbitrator shall be appointed by mutual consent of the both parties. The Arbitration shall take place in Islamabad, Pakistan and proceedings will be conducted in English language. 
  4. The cost of the mediation and arbitration shall be shared by the parties in equal proportion however the both parties shall bear their own costs and lawyer’s fees regarding their own participation in the mediation and arbitration. However, the Arbitrator may make an award of costs upon the conclusion of the arbitration making any party to the dispute liable to pay the costs of another party to the dispute.
  5. Arbitration proceedings as mentioned in the above clause regarding resolution of disputes may be commenced prior to, during or after completion of the contract.

Notwithstanding any reference to the arbitration herein, the parties shall continue to perform their respective obligations under the Contract unless they otherwise agree that the Authority shall pay the Bidder any monies due to the Bidder.

Rules of procedure for arbitration proceedings: 

Any dispute between the Authority and a Bidder who is a national of the Islamic Republic of Pakistan arising in connection with the present Contract shall be referred to adjudication or arbitration in accordance with the laws of the Islamic Republic of Pakistan including Arbitration Act 1940, however above provision shall prevail in referring the case to the Arbitrator.

Place of Arbitration and Award:

The arbitration shall be conducted in English language and place of arbitration shall be at Islamabad. The award of the arbitrator shall be final and shall be binding on the parties.

📑 Bid Securing Declaration (BSD)

Procurement of Software & Hardware for Digital Forensics and Screening Labs

Published on: Friday, March 13, 2026

Ref# : P11675
QR Code

Form 9: Bid Securing Declaration

Date: [insert date (as day, month and year)]

Bid No.:P11675

To: NTISB (National Telecommunication and Information Technology Security Board (NTISB)), Communication Security Officer Block-L, Pak-Sectt., Islamabad Capital Territory

 

 

We, the undersigned, declare that:

We understand that, according to your conditions, Bids must be supported by a Bid Securing Declaration.

We accept that we will be blacklisted and henceforth cross debarred  for participating in respective category of public procurement proceedings for a period of (not more than) six months, if fail to abide with a bid securing declaration, however without indulging in corrupt and fraudulent practices, if we are in breach of our obligation(s) under the Bid conditions, because we:

  1. have  withdrawn  or  modified  our  Bid  during  the  period  of  Bid  Validity specified in the Form of Bid;
  2. Disagreement to arithmetical correction made to the Bid price; or
  3. having been notified of the acceptance of our Bid by the Procuring Agency during the period of Bid Validity, (i) failure to sign the contract if required by Procuring Agency to do so or (ii) fail or refuse to furnish the Performance Security or to comply with any other condition precedent to signing the contract specified in the Bidding Documents.

We understand this Bid Securing Declaration shall expire if we are not the successful

Bidder, upon the earlier of (i) our receipt of your notification to us of the name of the successful Bidder; or (ii) twenty-eight (28) days after the expiration of our Bid.

 

📑 Contract Form (CNF)

Procurement of Software & Hardware for Digital Forensics and Screening Labs

Published on: Friday, March 13, 2026

Ref# : P11675
QR Code

SECTION IX: CONTRACT FORMS

 

THIS AGREEMENT made the _____ day of __________ 20_____ between NTISB (National Telecommunication and Information Technology Security Board (NTISB)), Communication Security Officer Block-L, Pak-Sectt., Islamabad Capital Territory

 (hereinafter called “the Procuring Agency”) of the one part and [name of Bidder] of [city and country of Bidder] (hereinafter called “the Bidder”) of the other part:

 

WHEREAS the Procuring Agency invited Bids for provision of goods, viz., Procurement of Software & Hardware for Digital Forensics and Screening Labs (P11675) and has accepted a Bids by the Bidder for the provision of Goods in the sum of [contract price in words and figures] (hereinafter called “the Contract Price”).

 

NOW THIS CONTRACT WITNESSETH AS FOLLOWS:

 

1.   In this Contract words and expressions shall have the same meanings as are respectively assigned to them in the Conditions of Contract referred to.

2.   The following documents shall be deemed to form and be read and construed as part of this Contract, In the event of any ambiguity or conflict between the Contract Documents listed below, the order of precedence shall be the order in which the Contract Documents are listed below:-

  1. This form of Contract;
  2. the Form of Bids and the Price Schedule submitted by the Bidder;
  3. the Schedule of Requirements;
  4. the Technical Specifications;
  5. the Special Conditions of Contract;
  6. the General Conditions of the Contract;
  7. the Procuring Agency’s Letter of Acceptance; and
  8. [add here: any other documents]

3.   In consideration of the payments to be made by the Procuring Agency to the Bidder as hereinafter mentioned, the Bidder hereby covenants with the Procuring Agency to provide the Goods related services and to remedy defects therein in conformity in all respects with the provisions of the Contract.

4.   The Procuring Agency hereby covenants to pay the Bidder in consideration of the provision of Goods and the remedying of defects therein, the Contract Price or such other sum as may become payable under the provisions of the contract at the times and in the manner prescribed by the contract.

 

IN WITNESS whereof the parties hereto have caused this Contract to be executed in accordance with their respective laws the day and year first above written.

 

Signed, sealed, delivered by __________________the ________________ (for the Procuring Agency)

 

Witness to the signatures of the Procuring Agency:

………………………………………………

Signed, sealed, delivered by __________________the ________________ (for the Procuring Agency)

 

Witness to the signatures of the Bidder: …………………………………………………

 

 

📑 Integrity Pact (INP)

Procurement of Software & Hardware for Digital Forensics and Screening Labs

Published on: Friday, March 13, 2026

Ref# : P11675
QR Code

Integrity Pact

DECLARATION OF FEES, COMMISSION AND BROKERAGE ETC. PAYABLE BYTHE SUPPLIERS OF GOODS, SERVICES & WORKS IN  CONTRACTS WORTH RS.10.00 MILLION OR MORE

 

Contract                           Number:  Contract                               Value:  Contract Title:

Dated:

 

[Name of Supplier] hereby declares that it has not obtained or induced the procurement of any contract, right, interest, privilege or other obligation or benefit from Government of Pakistan or any administrative subdivision or agency thereof or any other entity owned or controlled by it (GoP) through any corrupt business practice.

Without limiting the generality of the foregoing [Name of Supplier] represents and warrants that it has fully declared the brokerage, commission, fee etc. paid  or payable to anyone and not given or agreed to give and shall not give or agree to give to anyone within or outside Pakistan either directly or indirectly through any natural or juridical person, including its affiliate, agent, associate, broker, consultant, director, promoter, shareholder, sponsor or subsidiary, any commission, gratification, bribe, finder's fee or kickback, whether described as consultations fee or otherwise, with the object of obtaining or inducing the procurement of a contract, right, interest, privilege or other obligation or benefit in whatsoever form from GoP, except that which has been expressly declared pursuant hereto.

[Name of Supplier] certifies that it has made and will make full disclosure of all agreements and arrangements with all persons in respect of or related to the transaction with GoP and has not taken any action or will not take any action to circumvent the above declaration, representative or warranty.

[Name of Supplier] accepts full responsibility and strict liability for making and false declaration, not making full disclosure, misrepresenting fact or taking any action likely to defeat the purpose of this declaration, representation and warranty. It agrees that any contract, right interest, privilege or other obligation or benefit obtained or procured as aforesaid shall, without prejudice to any other right and remedies available to GoP under any law, contract or other instrument, be voidable at the option of GoP.

Notwithstanding any rights and remedies exercised by GoP in this regard, [Name of Supplier] agrees to indemnify GoP for any loss or damage incurred by it on account of its corrupt business practices and further pay compensation to GoP in an amount equivalent to ten time the sum of any commission, gratification, bribe, finder's fee or kickback given by [Name of Supplier] as aforesaid for the purpose of obtaining or inducing the procurement of any contract, right, interest, privilege or other obligation or benefit in whatsoever form from GoP.

📑 Performance Guarantee Form (PGF)

Procurement of Software & Hardware for Digital Forensics and Screening Labs

Published on: Friday, March 13, 2026

Ref# : P11675
QR Code

Performance Guarantee Form

 

To:     NTISB (National Telecommunication and Information Technology Security Board (NTISB)), Communication Security Officer Block-L, Pak-Sectt., Islamabad Capital Territory

 

WHEREAS [name of Bidder] (hereinafter called “the Bidder”) has undertaken, in pursuance of Contract No.  [reference number of the contract] dated [insert date] for provision of Goods(hereinafter called “the Contract”).

 

AND WHEREAS it has been stipulated by you in the said Contract that the Bidder shall furnish you with a Bank Guarantee by a reputable bank for the sum specified therein as security for compliance with the Bidder’s performance obligations in accordance with the Contract.

 

AND WHEREAS we have agreed to give the Bidders guarantee:

 

THEREFORE, WE hereby affirm that we are Guarantors and responsible to you, on behalf of the Bidder, up to a total of [amount of the guarantee in words and figures], and we undertake to pay you, upon your first written demand declaring the Bidder to be in default under the Contract and without cavil or argument, any sum or sums within the limits of [amount of guar­antee] as aforesaid, without your needing to prove or to show grounds or reasons for your demand or the sum specified therein.

 

This guarantee is valid until the: [insert date]

 

 

Signature and seal of the Guarantors

 

 

_____________________________________________________________________

[name of bank or financial institution]

 

 

_____________________________________________________________________

[address]

 

 

_____________________________________________________________________

[date}

📑 Annexure (ANX)

Procurement of Software & Hardware for Digital Forensics and Screening Labs

Published on: Friday, March 13, 2026

Ref# : P11675
QR Code

No Annexure Defined.

📑 Procurement Forms (PFD)

Procurement of Software & Hardware for Digital Forensics and Screening Labs

Published on: Friday, March 13, 2026

Ref# : P11675
QR Code

Past Experience and Completed Contracts

The following documents/evidence shall be attached in support of the technical proposal:

  1. Experience certificates;

Historical Contract Non-Performance, and Pending Litigation and Litigation History

The bidder shall submit an Affidavit on non-judicial stamp paper that the firm is not black listed by Government of Pakistan.

Financial Capacity and Net Worth Evaluation Form

The bidder shall demonstrate sound financial standing sufficient to meet its contractual obligations. For this purpose, the bidder shall provide duly audited bank/financial statements for the last three (3) years.