Tool Specific Skill Acquisition Programs

advertisement
OFFICE OF THE DY. COMMISSIONER OF POLICE: PROV. & LOGISTICS:
5, RAJPUR ROAD, DELHI – 110054
(FAX NO.011–23993344 & 23974427) (e-mail ID – acpcsa@yahoo.com)
NOTICE INVITING E-TENDER
Tender Notice No.89/CSA/Q-III/DCP/P&L/2014
Digitally signed online e-tenders are invited by the undersigned in two bid system i.e. (i)
Technical Bid and (ii) Financial Bid from the reputed Private/Government/Semi-Government
Computer Firms/Institute/Labs for “Providing Tool Specific Skill Argumentation Programs for Cyber
Forensics for a period of three years”. Last date for submission of tender is 01.12.2014 upto 1030
Hours, which will be opened on the same day at 1130 Hrs. In case the due date is declared
holiday, the tenders will be opened on the next working day at the same time. For more
information
please
log
on
Central
Public
Procurement
Portal
(CPPP):
https://eprocure.gov.in/eprocure/app.
Sd/DY. COMMISSIONER OF POLICE:
PROV. & LOGISTICS DELHI
TERMS & CONDITIONS
Online e-tenders are invited in two bid system i.e. Technical Bid and Price/Commercial
Bid by the undersigned from the reputed Private/Government/Semi-Government Computer
Firms/Institute/Labs for “Providing Tool Specific Skill Argumentation Programs for Cyber
Forensics for a period of three years”.
The details of specifications are mentioned at Annexure “A”. Instructions for submitting
online e-tender are enclosed at Annexure-D. Bidders are advised to quote their rate/price after
careful study of the tender specifications as well as the following terms and conditions:1.
The tender document can be downloaded from Central Public Procurement Portal website
https://eprocure.gov.in/eprocure/app.
Bid submission will be will be closed on
01.12.2014 at 1030 Hrs.
2.
Online technical bids will be opened on 01.12.2014 at 1100 Hrs in the Committee Room, at
5, Rajpur Road, Delhi. The bidders or their authorized representatives may remain
present, if so desire.
3.
Only authorized representative will be allowed to attend the meeting of the Purchase
Committee. He/She should also bring authority letter on company/firm’s letter head and
any decision/negotiation taken by him/her would be accepted by company/firm.
4.
No representative shall be allowed to attend the meeting of the Purchase Committee on
behalf of more than one tendering company/firm. The representative, who is deputed to
attend the meeting, should be Director or Partner or Owner or an employee of the
company possessing an authority letter, whose specimen signatures should be attested by
the company/firm’s authorized signatory with seal.
5.
Only service tax payee firms are eligible to bid for the tender. The firm shall quote their
service tax registration No. in their technical bid and also attach/upload legible scanned
documentary proof of having registered with service tax department for such
services/trade.
6.
The firm shall also upload/attach a legible scanned copy of documentary proof of
depositing service tax latest by 30.06.2014 or thereafter for such services/trade in the
concerned service tax department (in the language of English/Hindi).
7.
The participating firm/institute/lab/agency shall submit/upload scan copy of scan a
certificate issued by the concerned OEM (i.e. the one who is manufacturing/creating/
distributing the said software/hardware at an international level) showing therein that the
firm/institute/lab/agency
has
been
certified
for
providing
such
software/hardware/services.
8.
As per instructions of the Govt., the tender document has been published on the Central
Public Procurement Portal: http://eprocure.gov.in The bidders are required to submit soft
copies of their bids electronically on the CPP Portal, using valid Digital Signature
Certificates before the stipulated date & time.
9.
The legible scanned copy of application fee of Rs.500/- (Rupees Five Hundred only) in the
form of Account Payee Demand Draft/Pay Order/Banker’s Cheque drawn in favour of Dy.
Commissioner of Police (Prov. & Logistics), 5, Rajpur Road, Delhi-110054 shall be
attached/uploaded in the prescribed column alongwith the Technical Bid of Tender. The
application fee is non-refundable. The original DD/Pay Order/ Bankers Cheque i.e.
Application Fee shall be submitted by the bidder either before or at the time of tender
opening i.e. latest by 1100 Hrs. on 01.12.2014.
10.
The legible scanned copy of Earnest Money Deposit (EMD) of Rs.1,25,000/- shall be
deposited/uploaded by the bidders with the Technical bid. No tender will be accepted
without requisite E.M.D. The E.M.D. shall be in the shape of A/C Payee Demand Draft in
favour of Dy. Commissioner of Police, Prov. & Logistics, 5, Rajpur Road, Delhi payable at
Delhi. The EMD can also be submitted either in the shape of FDR, Banker’s cheque or Bank
Guarantee. No interest will be given on E.M.D. The EMD should be valid for Forty Five
days beyond bid validity. The original DD/Bankers Cheque/FDR/BG i.e. EMD shall be
submitted by the bidder either before or at the time of tender opening i.e. latest by 1100
Hrs. on 01.12.2014.
11.
In case the firm fails to submit the Original Demand Draft / Pay Order / Banker’s Cheque of
application fee as well as EMD before opening of tender i.e. latest by 1100 Hrs. on
01.12.2014, the tender shall be rejected straightway.
12.
In case the firm fails to upload the scanned copy of Demand Draft / Pay Order / Banker’s
Cheque/Bank Guarantee in respect of application fee as well as EMD online, the tender
shall be rejected straightway.
13.
The bidders registered with DGS&D/NSIC for this particular item/service as well as other
agencies viz. Kendriya Bhandar and KVIC which are bidding directly shall be exempted
from Application Fee as well as EMD. But they have to attach/upload the scanned copy of
valid registration document/exemption certificate with the technical bid showing their
registration for the said item for such claim.
14.
Conditional tender will not be accepted.
15.
Submission/uploading of unwarranted/irrelevant/out of context documents online with the
bid with an intension to disturb/misuse online procurement system will be taken seriously
and stringent action against such bidders besides action for rejection of bid and
blacklisting of firm initiated.
16.
Tenderer would not be permitted to alter/modify or withdraw their bids after expiry of the
deadline for receipt of Bids.
17.
The firm whose rates are accepted will have to deposit 10% of the contractual amount as
Security Money in the shape of an Account Payee Demand Draft/ Bank Guarantee/FDR
from any of the Commercial Bank in an acceptable form in favour of Deputy Commissioner
of Police, Provisioning & Logistics, 5, Rajpur Road, Delhi-54 before the work order placed
to the firm. Security Money shall bear no interest. Security Money should be valid for a
period of 60 days beyond the completion of all contractual obligations by the vendor.
18.
In case successful bidder fails to deposit the Security Money within 07 days from the date
of receipt of letter, the E.M.D. of the firm will be forfeited in favour of department and
action will be initiated to blacklist the firm.
19.
20.
The rates offered shall remain valid for 06 (six) calendar months from the date of bid
opening. A bid valid for a shorter period may be rejected by the Purchaser as nonresponsive.
The tendering firm will deposit the papers of the Past Performance, if any.
21.
Tendering firm/institute/lab/agency must have 05 (Five) numbers of computers
(minimum) in each lab for participation.
22.
The firm whose rates are accepted will have to deposit Performance Security @ 10% in the
shape of Account Payee Demand Draft or Bankers Cheque, Fixed Deposit Receipt, or Bank
Guarantee from any of the commercial banks in an acceptable form in favour of Deputy
Commissioner of Police, Prov. & Logistics, 5, Rajpur Road, Delhi-110054 payable at Delhi,
safeguarding the purchaser’s interest in all respects, within a week’s time after acceptance
of letter of acceptance. Security Money Deposit shall bear no interest and shall be released
only after 60 days beyond completion of all contractual obligations.
23.
Tenderers must quote the net price (inclusive of all taxes) both in words as well as in
figures in price bid proforma at Annexure-“B”. Any over writing/cutting etc. will render
the tender invalid.
24.
The tendering firms will have to submit the list of branches/ offices alongwith address and
telephone numbers.
25.
The faculty qualification and details may also be enclosed with tender.
26.
For the Certification programs mentioned in Annexure A, supporting documents from the
respective OEMs (i.e. the one who is manufacturing/creating/ distributing the said
software/hardware at an international level) would also have to be provided.
27.
Delhi Police reserves the right to vary the quantities and/or split the order among the
selected Bidders, in case the Technical Quality and Cost matrix are found to be the same.
28.
A bidder can bid in any one or more of the line items (serial numbers) mentioned in
Annexure A and indicated accordingly in Annexure B. The lowest bidder for each line item
(serial number) would be calculated separately.
29.
Delhi Police reserves the right to accept or reject any bid, and to annul the bid process and
reject all bids at any time, without assigning any reason, prior to signing of contract,
without thereby incurring any liability to the affected Bidder(s) or any obligation to inform
the affected Bidder(s) of the grounds for the action of Delhi Police.
30.
Scope of Work: The Bidder would have to provide all software, hardware, support
materials and other training infrastructure in his Training Center. The training shall be
provided by the successful bidder in his own Training Center / Facility and by their own
faculty so as to train personnel in a batch of 01-05 candidates/trainees at one time. The
training must be completed as per required schedule indicated in Annexure-“A”. The
training would be provided for at least 06 hours or more per day so as to impart sufficient
proficiency in the training subject. The training shall cover the course contents for each
course as per Annexure-“A”. For the Certified Training Programs, Certificates of
Completion of Training would be issued after successful completion of the program from
the OEM concerned. An examination would have to be conducted at the end of each
training session and a proficiency certificate alongwith details of the hardware /software
and the nature of training would have to be provided to each passing participant.
31.
The firm will have to provide relevant training material in the form of hard/soft copy for
further reference. Trainees shall be catered with tea and snacks two times a day i.e.
before lunch and after lunch and Packed Lunch (Vegetarian) per day by the successful
bidder. One Computer will be provided to each trainee for training purposes.
32.
Delhi Police reserves the right to suspend training for “Providing Tool Specific Skill
Argumentation Programs for Cyber Forensics” due to major law & order arrangement or
unforeseen circumstances. However, the training shall be continued immediately
thereafter.
33.
The training will be imparted in Hindi and English so that trainees can understand the
concept clearly.
34.
The firm will have to provide training to approximately 01 – 05 candidates/ trainees per
batch.
35.
Sufficient Hands on session have to be included so as to impart practical training.
36.
The bidder shall give certificate to each trainee on successful completion of training and
provide the database of trainees to concerned Head of Office/DCP concerned periodically
after completion of training.
37.
No advance payment shall be made, on any ground. The payment will be made on per
candidate basis for a batch of candidates at any one point of time. The firm will have to
submit the bills (in triplicate) to DCP/Prov. & Logistics, 5, Rajpur Road, Delhi of each batch
duly verified by ACP/ EOW deputed by concerned DCP/EOW.
38.
The total number of candidates trained would depend upon the requirement of Delhi
Police. There would be no minimum guaranteed number of candidates.
39.
The successful bidder would be given 15 days notice to start a training program for a
batch.
40.
The Payment will be made depending upon the availability/release of funds by the Govt.
and the agencies/contractors shall have no claim in case of delayed payment and no
interest will be paid for the delayed payment.
41.
In case the successful tenderer(s) found in-breach of any conditions(s) at any stage during
the contract, legal action as per rules/laws, shall be initiated against the agency
concerned. In that case Security deposits can be forfeited and outstanding payments can
be held-up, besides debarring/ black-listing the agency concerned for at least 07 (seven)
years, for further dealing in this Department.
42.
The Purchase Committee reserves the right to reject any or all the tenders without
assigning any reason thereof.
43.
The competent authority reserves the right to terminate/recall the tender at any stage on
administrative reasons.
44.
The Purchase Committee can visit the Institute/Lab to assess the suitability of the
Institute/Lab and its training infrastructure.
45.
All disputes in this connection shall be settled in N.C.T. of Delhi Jurisdiction only.
46.
The participating firms/companies are requested to attach/upload self attested/scanned
legible documentary proof of the following documents with their technical bids. In the
absence of any of these documents, the bid will be disqualified/cancelled straightway
without any further clarification:a) Application Fee as prescribed.
b) EMD as prescribed.
c) Certificate regarding registration with DGS&D, NSIC, Kendriya Bhandar, KVIC if claim
for Application Fee, EMD exemption.
d) Service Tax registration certificate.
e) Latest Service Tax deposit receipt/challan.
f) A list of their owners/ partners etc.
g) Details and qualifications of staff
h) A Certificate to the effect that the firm is neither blacklisted by any Govt. Department
nor any Criminal Case is registered against the firm or its owner or partners anywhere
in India.
i) Copy of Certificate issued by the concerned OEM showing therein that the
firm/institute/Lab/agency
has
been
certified
for
providing
such
software/hardware/service (as per clause 7 of T&C).
j) Tender Acceptance Letter (Annexure – C).
k) Documents relating to past performance, if any.
l) List of Branch Offices/Branches with address & Telephone/Fax Numbers (Clause – 24).
m) All Other supporting documents as required in the tender shall be attached.
THE SELF ATTESTED & STAMPED SCANNED COPIES OF FOLLOWING DOCUMENTS
REQUIRED TO BE ATTACHED WITH PRICE BID:PRICE BID shall contain price only and no other documents shall be attached with the Price
bid.
47.
The price must be quoted as per proforma price schedule as per Annexure-B. Nothing
over and above the quoted price would be payable to the successful bidder. The Tenderer
must quote the price in words clearly. Any over writing/cutting etc. will render the tender
invalid. The option in the rates will not be entertained and the tender will be rejected
straightway.
48.
All firms participating in the tender must upload/attach a list of their owners/partners etc.
and a certificate to the effect that the firm is neither blacklisted by any government
department/agency nor any criminal case is registered against the firm or its
owners/partners anywhere in India.
49.
The tender will be rejected straightway without assigning any reasons if the firm founds to
be involved in any criminal cases, declared black listed by any Govt./Semi govt.
department/agencies etc. at any stage of procurement process of the tender.
50.
In case of any differences, the firm can be called for negotiation to patch up the differences
on table prior to approaching court.
51.
In case of violation of any clause of work order/contract/agreement deed, the explanation
of the firm can be called by issuing show cause notice, if the reply is not found satisfactory.
Security money can be forfeited as well as action for blacklisting can also be taken prior to
taking any legal action.
52.
Foreign Companies shall participate in the tender, only through their Distributors/Agent in
India. No foreign company shall be entertained directly. In case any Indian Agent/Supplier
desired to quote directly on behalf of their foreign principal, the supplier/agent should get
them enlisted with DGS&D and copy of the same be attached with technical bid. The
enlistment of such firm with DGS&D will not entitle the firm for exemption of EMD as well as
Application Fee.
53.
All the procedure for purchase of store laid down in GFRs & DPFRs shall be adhered to
strictly and the bidders are to be bound to respect the same.
Sd/DY. COMMISSIONER OF POLICE:
PROV. & LOGISTICS: DELHI.
SIGN. OF TENDERER ___________________
NAME IN BLOCK LETTERS:______________
FULL ADDRESS : _______________________
ANNEXURE-“A”
Tool Specific Skill Acquisition Programs
Sl.
Name
No.
Certification Programs
1.
Accessdata
Certified
Examiner (ACE)
2.
Encase Certified
Examiner
3.
Certified
Steganography
Examiner
4.
Logicube
CellXtract Mobile
Device Examiner
5
Cellebrite UFED
Mobile
Devices
Examiner
6.
AccessData
Mobile Examiner
(AME)
Topic Covered
Install and configure FTK and its components i.e. FTK Imager, PRTK,
Registry Viewer, Preview evidence with FTK Imager, export
evidence files, create forensic images, convert existing images,
Create a case in FTK, process and analyze documents, metadata,
graphics and e-mail, Use bookmarks and check marks, KFF
database, file filters, Conduct Live Indexed, Internet Keyword and
Regular Expression searches, Import search lists for Indexed
searches, Data Carving, Create reports, Different mechanism of
password recovery, Password Recovery through PRTK, Use custom
dictionaries and dictionary profiles, Identify the basic components
of the Windows registry, Review Registry Viewer functions,
accessing the Protect Storage System Provider & hidden keys,
Create biographical dictionaries.
Review features through case studies and
Certifications
examination.
Installation of Encase v7, Creating a case, Navigating within the
EnCase v7 environment, timeline viewing function, Fastbloc SE,
Imaging a removable media, The CMOS, BIOS and boot sequence,
Interpreting Binary and hexadecimal data, NT/FAT File Systems,
Acquisition of a hard disk, Drive-to-drive acquisition, Network
crossover-cable acquisition, Processing evidence, Using the
EnCase® Evidence Processor, Preparing evidence for processing,
Creating and conducting raw and index searches, Bookmarking and
tagging search result, File types analysis, Installing external
viewers, Signature analysis, Hash analysis, report creation.Review
features through case studies and Certifications examination.
Understanding steganography applications and data hiding
technology, Creating the case, Selecting the case evidence, Search
for artifacts, Mount and scan forensic images, Search for Microsoft
Windows registry artifacts, LSB Analysis, Append Analysis, pointclick-and-extract, Creating the report.Review features through case
studies and Certifications examination.
Understanding the connections, Understanding the graphical user
interface (GUI), Connecting the handset, Data extraction, Data
Analysis, SIM card acquisition, Memory card/extended memory
acquisition, Report preparation.Review features through case
studies and Certifications examination.
Understanding the connections, understanding the unit commands,
understanding the features of the device, connecting the mobile
device, extracting the data from mobile phone including SIM Card,
understanding the logical analysis and physical analysis, taking the
hex dump of the phone memory, SIM Card cloning, understanding
Physical Analyzer, Physical extraction and analysis, GPS extraction
and decoding, Reporting. Review features through case studies and
Certifications examination.
The AME credential demonstrates your proficiency with Mobile
Phone Examiner Plus as well as a general knowledge on process,
cellular networks, technology and procedure. Although there are
no prerequisites, AME candidates will benefit from taking the
No. of
Days
05
05
02
02
02
02
Mobile Forensics 101 Course and/or the Mobile Phone Examiner
Plus course as a foundation. In preparation for the process,
candidates are encouraged to test their knowledge of the skills
acquired in the Mobile Forensics 101 and Mobile Phone Examiner
Plus course by reviewing their course manuals for the abovementioned course. Review features through case studies and
Certifications examination.
7.
Logicube
Understanding the different HDD interfaces, Hashing, Acquiring
Computer
data from SATA/IDE HDDs, Acquiring Data from SAS/SCSI HDDs,
Forensic
Protecting the HDD with ATA Password, Acquiring Laptop HDD
Acquisition
through USB, write protecting captured HDD for analysis,
Examiner
Connecting high end storage and Net connection with the
equipment, Generating Capture Reports, Running Audit Trail on
capture reports. Review features through case studies and
Certifications examination.
8.
NUIX e-Discovery Overview of Nuix technology, Evidence ingestion options and
Certification
Product support channels and Installation options. Simple and
Compound Case Creation Adding evidence files and Pre-filtering
case file ingestion incl. Nuix logs. Performing OC on Data consisting
Encryption, Exception handling, Corruption and
OCR and
Importing replacements. Analyzing Data including Custodian
management, Nuix desktop overview, Nuix tab and menu functions,
Desktop navigation, Filtered views and Results and review pane.
Advanced Analysis comprising of Data analysis and culling, Custom
metadata profiles, Flagging ignorable items, Checking items,
Tagging items, Adding comments, Explorting data, Predefined
filters, Hash lists and de-duplication. Nuix Searching incl. Basic
keyword searching, Advanced searching, Regular expressions and
Near duplicates-shingles. Nuix Visual Analytics consisting of Nuix
Visual Analytics, Exploring data sets, Tagging and exporting
options and NVA reporting options. Review Jobs consisting of
defining the review job function, Uses of fast review, Assigning data
to reviewers, Review job progress reports and Detailed review job
progress. Exporting and Reporting consisting of preparing tagged
items for exporting, Export options, Applying custom metadata
profiles, Reporting options, Case information report, Windows
artifact report, Microsoft Office document report and Graphic file
report.
Non Certification Oriented Programs
9.
Live
Data
Acquisition using
Helix3 Pro and
Live
Response
Toolkit
10.
Live
Data
Acquisition using
AccessData Triage
What is live data forensics, difference between offline data analysis
and live data analysis, understanding the tool capabilities, making
the search profiles, imaging the hard drive images, searching the
files, learning the open source tolls, Understanding the tool
capabilities, making the profiles, searching the items, preparing the
report, Booting the system with bootable CD, making the profiles,
searching the items and preparing the reports. Review features
through case studies and Certifications examination.
What is live data forensics, difference between offline data analysis
and live data analysis, understanding the tool capabilities, making
the search profiles, imaging the hard drive images, searching the
files, learning the open source tools, Understanding the AD triage
capabilities, making the profiles, searching the items, preparing the
report, Booting the system with bootable CD, making the profiles,
searching the items and preparing the reports. Review features
through case studies and Certifications examination.
03
03
02
02
11.
RAID
:
Acquisition
0/1/5
HDD
data
Acquisition
for
SAS,
IDE/SATA,
SCSI, SSD
Laptop
data
acquisition
12.
13.
14.
15.
HDD
data
Acquisition
for
SAS,
IDE/SATA,
SCSI, SSD using
IDAS
HDD data Analysis
using
X
way
forensics
and
WinHex
RAM
Analysis
using
X-ways
Forensics
with
Winhex
Remote
Data
analysis using Xways
Forensics
with Winhex
HDD data Analysis
using Encase
RAM
Analysis
using Encase
Remote
Data
Analysis
using
Encase
HDD data Analysis
using AccessData
RAM
Analysis
using AccessData
Remote
Data
Analysis
using
AccessData
Understanding RAID concepts, Difference between RAID 0, 1 & 5,
connecting the RAID hard drives to acquisition devices, making the
images of RAID Hard drives, make 02 images of RAID hard drives,
viewing the captured images through computer.
Understanding the SAS, IDE, SATA, SCSI & SSD connectivity,
understanding the optional adapters, connecting the hard drive to
duplicator through adapter, image SCSI hard drive to SATA hard
drive,
Booting the laptop through bootable CD, capturing laptop hard
drives through USB, Capturing the laptop hard drive through
PCMCIA.
Understanding the SAS, IDE, SATA, SCSI & SSD connectivity,
understanding the optional adapters, connecting the hard drive to
duplicator through adapter, image SCSI hard drive to SATA hard
drive, and also capture laptop hard drive and SD card data
04
Connecting the hard drive with write blocker, Acquiring image,
Make a new case, add acquired image to the case, Indexing the
case, search for deleted items, search for data files such as doc, xls,
pdf, search for internet history, search for USB history, identification
of encrypted files, decryption of files, email searching,
understanding the KFF, applying the filters, exporting the files,
installed application analysis, Unknown user search, preparing the
report
Capturing the RAM dump through software, text string searching,
searching for running programs
02
02
Connecting to remote system, preview the remoter system disk,
acquisition of logical drives, acquisition of physical drives, ram
dump acquisition, preparing the report.
Connecting the hard drive with write blocker, Make a new case,
add acquired image to the case, Indexing the case, search for
deleted items, search for data files such as doc, xls, pdf, search for
internet history, search for USB history, identifications of encrypted
files, decryption of files, email searching understanding the KFF,
applying the filters, exporting the files, installed applications
analysis, Unknown user search, preparing the report.
Capturing the RAM dump through software, text string searching,
searching for running programs
Connecting to remote system, preview the remoter system disk,
acquisition of logical drives, acquisition of physical drives, RAM
dump acquisition, preparing the report.
Connecting the hard drive with write blocker, Make a new case,
add acquired image to the case, Indexing the case, search for
deleted items, search for data files such as doc, xls, pdf, search for
internet history, search for USB history, identifications of encrypted
files, decryption of files, email searching understanding the KFF,
applying the filters, exporting the files, installed applications
analysis, Unknown user search, preparing the report.
Capturing the RAM dump through software, text string searching,
searching for running programs
Connecting to remote system, preview the remoter system disk,
acquisition of logical drives, acquisition of physical drives, RAM
dump acquisition, preparing the report.
05
05
16.
iPhone,
Forensics
iPAD
Android Forensics
Blackberry
Forensics
Mobiles
Forensics
Phone
Chinese Phones
17.
Password
Recovery
18.
Mac familiarization
& Forensics
19.
Link Analysis
20.
CDR Analysis
Understanding the iOS storage technology, selection of tool for data
capturing, difference between physical and file system acquisition,
Passcode recovery, deleted data recovery SQLite databases such as
messages, images, videos, calls history, contacts and much more,
extracts and presents GPS fixes, Wi-Fi networks and cell towers IDs
from all iOS devices, integration of Google maps and google earth,
extracting the keychain file, iOS data decoding, Safari data
decoding, application data decoding, preparing the report.
Understanding OS, Physical extraction of Android Phone, bypassing
any type of lock of Android based devices, Physical extraction and
advanced decoding, via USB debugging, Data decoding of Android
phones, deleted data recovery, decoding installed applications,
preparing the report.
Understanding Blackberry OS, data storage technique of
Blackberry, physical extraction and logical extraction of BB,
decoding of Address Book including contact, photos, SMS MMS,
Emails and PIN messages, Recent email contacts (BB OS 6 and
above, where available), Bluetooth devices, Calendar entries,
Memo pad notes, Web browser history, Web bookmarks, Cookies,
BlackBerry messenger – contacts and chats (excluding group
contacts, group chats, attachments and deleted entries), BlackBerry
messenger history (if enabled by the user), BlackBerry messenger
history (if enabled by the user), Installed applications, Device Info
(Model, IMEI/MEID, ICCID, PIN, OS version, Platform, Supported
Networks)
Understanding the data storage technology of phones, connecting
the phone to device, pushing the agent, data acquisition, physical
data acquisition, data display, data analysis and report generation.
Difference between Chinese phones and standard phones, Chinese
phone chipsets, connectivity of Chinese phones, understanding the
connectivity options, data acquisition, physical data acquisition,
GPS data analysis (if phone supports) data viewing, deleted data
recovery, report preparation.
Understanding the password recovery processes, connecting the
HDD to the password recovery hardware, password recovery,
analysis and report generation.
Using Apple Mac Operating System incl overview, orientation to the
desktop, navigation, system features, preferences, window
elements, applications, multitasking, usage of different applications,
security, various mac softwares and handson. Digital forensics of
apple devices, setting up of a system, imaging and acquisition,
forensic tools and evidence gathering advanced file system
analysis. Usages of various tools like Backlight R5.
Macdisk for Windows, MacQuisition – Stand alone USB Forensic
image, Hex Fiend, Softblock – Software based write block,
EmailChemy 11.2, Mac Marshall Forensic as well as Field Edition
etc.
Using l2 Notebook for data acquisition and analysis for diverse
databases incl. bank a/c details, CDRS, Access logs and
interpretation of results.
Using CDR Analysis Toolkit for multiple CDR Analysis and
Interpretation.
05
02
10
04
03
ANNEXURE-“B”
PROFORMA FOR PRICE SCHEDULE
Sl.
No.
1.
2.
3.
4.
5
6.
7.
8.
9.
10.
11.
12.
13.
14.
15.
16.
Description
Name
No.
of
Days
Rates Offered per
person/trainee for
the
indicated
number of days for
providing
complete training
for
“Providing
Tool Specific Skill
Argumentation
Programs
for
Cyber Forensics”
for a period of
three years to
Delhi
Police
Personnel
[including
all
taxes and cost for
providing relevant
training materials
in the form of
hard/soft
copy,
catering tea and
snacks two times a
day i.e. before
lunch and after
lunch,
Packed
Lunch
(Vegetarian) and
any other services
associated
with
the training etc.]
Accessdata Certified Examiner
(ACE)
Encase Certified Examiner
Certified
Steganography
Examiner
Certified Logicube CellXtract
Mobile Device Examiner
Certified
Cellebrite
UFED
Mobile Devices Examiner
Certified AccessData Mobile
Examiner (AME)
Certified Logicube Computer
Forensic Acquisition Examiner
NUIX e-Discovery Certification
Live Data Acquisition using
Helix3 Pro and Live Response
Toolkit
Live Data Acquisition using
AccessData Triage
RAID : 0/1/5 Acquisition
HDD data Acquisition for SAS,
IDE/SATA, SCSI, SSD
Laptop data acquisition
HDD data Acquisition for SAS,
IDE/SATA, SCSI, SSD using IDAS
HDD data Analysis using X way
forensics and WinHex
RAM Analysis using X-ways
Forensics with Winhex
Remote Data analysis using Xways Forensics with Winhex
05
HDD data Analysis using Encase
RAM Analysis using Encase
Remote Data Analysis using
Encase
HDD
data
Analysis
using
AccessData
RAM Analysis using AccessData
Remote Data Analysis using
AccessData
iPhone, iPAD Forensics
Android Forensics
Blackberry Forensics
Mobiles Phone Forensics
Chinese Phones
05
05
02
02
02
02
03
03
02
02
04
02
02
05
05
Rates offered
inclusive of
all taxes
[in Indian
Rupees]
In figure
Rates
offered
inclusive of
all taxes
[in Indian
Rupees]
In words
17.
18.
19.
20..
Password Recovery
Mac familiarization & Forensics
Link Analysis
CDR Analysis
02
10
04
03
NOTE:
 RATES SHOULD BE OFFERED ONLY FOR EACH SL. No.
 RATES FOR EACH SL. No. IRRESPECTIVE OF NUMBER OF DAYS HAS TO BE INDICATED.
FOR eg. TRAINING FOR ITEM AT SL. No. 1 HAS TO BE COMPLTED IN O5 DAYS; and RATES
HAVE TO BE QUOTED FOR ‘ONE’ TRAINING OF A BATCH OF OFFICERS IN THESE 05
DAYS.
 OPTIONAL BID WILL NOT BE ENTERTAINED AS CLARIFIED IN CLAUSE NO. 10 OF TENDER
TERMS & CONDITIONS.
 NO CONDITION SHOULD BE INSERTED IN THE PRICE BID AS CLARIFIED IN CLAUSE NO.9
OF TENDER TERMS & CONDITIONS.
It is hereby certified that we have understood all the terms and conditions specified in the
tender document and are thoroughly aware of the nature of job required to be done and
stores/items to be supplied. We agree to abide by all the tender terms and conditions.
We hereby offer to carry out the job and (or) supply the stores/items detailed above or
such portion(s) thereof as you specify in the notification of award.
(Signature and seal of Bidder)
Dated: _______________
ANNEXURE – C
TENDER ACCEPTANCE LETTER
(To be given on Company Letter Head)
(Enclose with Technical Bid)
Date:_________
To,
The Deputy Commissioner of Police,
Prov. & Logistics, 5, Rajpur Road,
Delhi-110 054
Sub: Acceptance of Terms & Conditions of Tender.
Tender Reference No: ________________________
Name of Tender / Work: -
TENDER FOR “PROVIDING TOOL SPECIFIC SKILL ARGUMENTATION PROGRAMS FOR CYBER
FORENSICS FOR A PERIOD OF THREE YEARS
Dear Sir,
1. I/ We have downloaded / obtained the tender document(s) for the above mentioned
‘Tender/Work’ from the web site(s) namely: ___________________________________________
___________________________________________________________________________________ as per
your advertisement, given in the above mentioned website(s).
2. I/We hereby certify that I / we have read the entire terms and conditions of the tender
documents from Page No. _______ to ______ (including all documents like annexure(s),
schedule(s), etc.), which form part of the contract agreement and I / we shall abide hereby by the
terms / conditions / clauses contained therein.
3. The corrigendum(s) issued from time to time by your department/ organization too have also
been taken into consideration, while submitting this acceptance letter.
4. I/We hereby unconditionally accept the tender conditions of above mentioned tender
document(s) / corrigendum(s) in its totality / entirety.
5. In case any provisions of this tender are found violated , then your department/ organization
shall without prejudice to any other right or remedy be at liberty to reject this tender/bid
including the forfeiture of the full said earnest money deposit absolutely.
Yours Faithfully,
(Signature of the Bidder, with Official Seal)
ANNEXURE-D
INSTRUCTIONS FOR ONLINE BID SUBMISSION
As per the directives of Department of Expenditure, this tender document has been published on the
Central Public Procurement Portal (URL: http://eprocure.gov.in). The bidders are required to submit
soft copies of their bids electronically on the CPP Portal, using valid Digital Signature Certificates. The
instructions given below are meant to assist the bidders in registering on the CPP Portal, prepare their
bids in accordance with the requirements and submitting their bids online on the CPP Portal.
More information useful for submitting online bids on the CPP Portal may be obtained at:
https://eprocure.gov.in/eprocure/app.
REGISTRATION
i)
Bidders are required to enroll on the e-Procurement module of the Central Public Procurement
Portal: https://eprocure.gov.in/eprocure/app by clicking on the link “Click here to Enroll” on
the CPP Portal which is free of charge.
ii)
As part of the enrolment process, the bidders will be required to choose a unique username and
assign a password for their accounts.
iii) Bidders are advised to register their valid email address and mobile numbers as part of the
registration process. These would be used for any communication from the CPP Portal.
iv) Upon enrolment, the bidders will be required to register their valid Digital Signature Certificate
(Class II or Class III Certificates with signing key usage) issued by any Certifying Authority
recognized by CCA India (e.g. Sify / TCS / nCode / eMudhra etc.), with their profile.
v)
Only one valid DSC should be registered by a bidder. Please note that the bidders are
responsible to ensure that they do not lend their DSC’s to others which may lead to misuse.
vi) Bidder then logs in to the site through the secured log-in by entering their user ID / password
and the password of the DSC / e-Token.
SEARCHING FOR TENDER DOCUMENTS
i)
There are various search options built in the CPP Portal, to facilitate bidders to search active
tenders by several parameters. These parameters could include Tender ID, organization name,
location, date, value, etc. There is also an option of advanced search for tenders, wherein the
bidders may combine a number of search parameters such as organization name, form of
contract, location, date, other keywords etc. to search for a tender published on the CPP Portal.
ii)
Once the bidders have selected the tenders they are interested in, they may download the
required documents / tender schedules. These tenders can be moved to the respective ‘My
Tenders’ folder. This would enable the CPP Portal to intimate the bidders through SMS / e-mail in
case there is any corrigendum issued to the tender document.
iii) The bidder should make a note of the unique Tender ID assigned to each tender, in case they
want to obtain any clarification / help from the Helpdesk.
PREPARATION OF BIDS
i)
Bidder should take into account any corrigendum published on the tender document before
submitting their bids.
ii)
Please go through the tender advertisement and the tender document carefully to understand the
documents required to be submitted as part of the bid. Please take note of the number of covers
in which the bid documents have to be submitted, the number of documents - including the
names and content of each of the document that need to be submitted. Any deviations from these
may lead to rejection of the bid.
iii) Bidder, in advance, should get ready the bid documents to be submitted as indicated in the
tender document / schedule and generally, they can be in PDF / XLS / RAR / DWF formats. Bid
documents may be scanned with 100 dpi with black and white option.
iv) To avoid the time and effort required in uploading the same set of standard documents which are
required to be submitted as a part of every bid, a provision of uploading such standard
documents (e.g. PAN card copy, annual reports, auditor certificates etc.) has been provided to
the bidders. Bidders can use “My Space” area available to them to upload such documents.
These documents may be directly submitted from the “My Space” area while submitting a bid,
and need not be uploaded again and again. This will lead to a reduction in the time required for
bid submission process.
SUBMISSION OF BIDS
i)
Bidder should log into the site well in advance for bid submission so that he/she upload the bid in
time i.e. on or before the bid submission time. Bidder will be responsible for any delay due to
other issues.
ii)
The bidder has to digitally sign and upload the required bid documents one by one as indicated
in the tender document.
iii) Bidder has to select the payment option as “offline” to pay the tender fee / EMD as applicable
and enter details of the instrument.
iv) Bidder should prepare the EMD as per the instructions specified in the tender document. The
original should be posted/couriered/given in person to the Tender Processing Section, latest by
the last date of bid submission. The details of the DD/any other accepted instrument, physically
sent, should tally with the details available in the scanned copy and the data entered during bid
submission time. Otherwise the uploaded bid will be rejected.
v)
A standard Price Schedule provided with tender document (excel sheet) format has been
provided with the tender document to be filled by all the bidders. Bidders are requested to note
that they should necessarily submit their financial bids in the format provided and no other
format is acceptable. Bidders are required to download the Price Schedule provided with tender
document (excel sheet) file, open it and complete the while coloured (unprotected) cells with
their respective financial quotes and other details (such as name of the bidder). No other cells
should be changed. Once the details have been completed, the bidder should save it and submit
it online, without changing the filename. If the Price Schedule provided with tender document
(excel sheet) file is found to be modified by the bidder, the bid will be rejected.
vi) The serve time (which is displayed on the bidders’ dashboard) will be considered as the
standard time for referencing the deadlines for submission of the bids by the bidders, opening of
bids etc. The bidders should follow this time during bid submission.
vii) All the documents being submitted by the bidders would be encrypted using PKI encryption
techniques to ensure the secrecy of the data. The data entered cannot be viewed by
unauthorized persons until the time of bid opening. The confidentiality of the bids is maintained
using the secured Socket Layer 128 bit encryption technology. Data storage encryption of
sensitive fields is done.
viii) The uploaded tender documents become readable only after the tender opening by the
authorized bid openers.
ix) Upon the successful and timely submission of bids, the portal will give a successful bid
submission message & a bid summary will be displayed with the bid no. and the date & time of
submission of the bid with all other relevant details.
x)
The bid summary has to be printed and kept as an acknowledgement of the submission of the
bid. This acknowledgement may be used as an entry pass for any bid opening meetings.
ASSISTANCE TO BIDDERS
i)
Any queries relating to the tender document and the terms and conditions contained therein
should be addressed to the Tender Inviting Authority for a tender or the relevant contact person
indicated in the tender.
ii)
Any queries relating to the process of online bid submission or queries relating to CPP Portal in
general may be directed to the 24x7 CPP Portal Helpdesk. The contact number for the helpdesk
is 1800 233 7315.
*******
Download