143683.docx  · Web viewinformation transmitted electronically after the office hours of the...

91
Approved: The State Police Procurement Commission Meeting of 9th August 2017 STATE POLICE OPEN COMPETITION “Purchase of Specialised IT Inspection Equipment and Ancillary Tools under Project No. VP/IDF/2017/1, ‘Improvement of the Capacity of the State Police in the Prevention and Combating of High-Tech Crime’ (Procurement Identification No. IeM VP 2017/44 IDF) REGULATIONS

Transcript of 143683.docx  · Web viewinformation transmitted electronically after the office hours of the...

Page 1: 143683.docx  · Web viewinformation transmitted electronically after the office hours of the authority will be considered received on the day of sending. If the Tenderer has requested

Approved:The State Police

Procurement CommissionMeeting of 9th August 2017

STATE POLICE

OPEN COMPETITION

“Purchase of Specialised IT Inspection Equipment and Ancillary Tools under Project No. VP/IDF/2017/1,

‘Improvement of the Capacity of the State Police in the Prevention and Combating of High-Tech Crime’ ”

(Procurement Identification No. IeM VP 2017/44 IDF)

REGULATIONS

Riga, 2017

Page 2: 143683.docx  · Web viewinformation transmitted electronically after the office hours of the authority will be considered received on the day of sending. If the Tenderer has requested

GENERAL INFORMATION

1. Purpose of the Procurement Procedure

1.1. The procurement is organised with the aim of selecting a tenderer for the award of a procurement contract who meets the requirements of the Regulations and whose technical tender conforms to the specifications of the Regulations and whose tender is the most economically advantageous.

1.2. The Procurement method entails an open competition in accordance with the Public Procurement Law (hereinafter ‘the Competition’).

1.3. Procurement identification number: IeM VP 2017/44 IDF.

2. Contracting Authority

2.1. The Contracting Authority is the State Police (hereinafter ‘the Contracting Authority’), reg. No. 90000099040, located at Čiekurkalna 1.līnija 1, k-4, LV-1026, Riga.

Other details – legal address of the authority: Čiekurkalna 1. līnija 1, k-4, Riga, LV – 1026, registration No. 90000099040, current account: Valsts kase, SWIFT code: TRELLV22, account number: LV67TREL2140091031000, e-mail: [email protected].

2.2. The contact person to provide organisational support during the competition: Aija Mālniece, Senior Specialist of the Procurement Division of Security Department of the Central Administrative Department of State Police, address: Čiekurkalna 1. līnija 1, k-4, LV-1026, Riga, e-mail: [email protected], phone 67829510.

2.3. Basis for the operation of the Procurement Commission: the State Police Procurement Commission (hereinafter ‘the Commission’) was approved by Order No.2730 of the State Police, dated 14 June 2017, ‘On the Establishment of the State Police Procurement Commission’.

2.4. Source of financing: funds of the project No. VP/IDF/2017/1, ‘Improvement of the Capacity of the State Police in the Prevention and Combating of High-Tech Crime’.

2.5. Neither the Contracting Authority, nor the Commission shall assume any responsibility for the tenderers’ costs associated with the preparation and submission of tenders, regardless of the competition results.

3. Tenderers of the Open Competition

3.1. The competition is open to any natural person or legal entity, or an association of any such persons (hereinafter ‘the Tenderer’), which submits a tender in accordance with the Procurement Regulations (hereinafter ‘the Regulations’).

2

Page 3: 143683.docx  · Web viewinformation transmitted electronically after the office hours of the authority will be considered received on the day of sending. If the Tenderer has requested

3.2. The same regulations shall apply to all Tenderers of the competition.3.3. If a tender is submitted for competition by an association of persons, all

members of the association must sign both the Request for Participation and the Technical and Financial Tenders. If the Request for Participation and the Technical and Financial Tenders are signed by one of the members of the association, the original or certified copies of the power of attorneys of the other members of the association must be attached to the tender.

3.4. If a tender is submitted for competition by an association of persons, the tender must specify the person who will represent the association in the competition, ensuring the exchange of information with the Commission during the competition. In the tender, the members of the association must also indicate the obligations assumed by each person in fulfilling the obligations under the prospective contract. This information must be signed by each member of the association.

3.5. If an association of persons is recognised as the winner of the competition, the members of the association shall, upon request from the Contracting Authority, establish a partnership before concluding the contract. This request will be announced by the Contracting Authority at the same time as the decision on the results of the open competition.

4. Receipt of Additional Information about the Open Competition

4.1. All interested parties may obtain the Regulations, as well as any additional information about the competition electronically, on the State Police’s website at http://www.vp.gov.lv/?id=108&said=108.

4.2. All information about the competition procedure and answers to questions from interested parties will be provided by the Commission in writing.

4.3. The Contracting Authority shall provide free direct electronic access to the competition documents and any additional documents required in its buyer profile. It will also offer an opportunity for Tenderers to review additional competition documents from the time of the call for competition. Should the Tenderer require the competition documents in hard copy, they will be issued by the Contracting Authority within three working days of receipt of the request for such documents, provided that the request is submitted in good time before the deadline for the submission of tenders.

4.4. The Tenderer is entitled to request additional information about the competition by sending a letter to the contact person by mail or e-mail, using the address specified in Article 2.2 above. The date of receipt of the matter shall be the date of registration of the letter by the State Police, but for e-mails – the date of receipt indicated in the corresponding technical instrument.

3

Page 4: 143683.docx  · Web viewinformation transmitted electronically after the office hours of the authority will be considered received on the day of sending. If the Tenderer has requested

Additional requests for information transmitted electronically after the office hours of the authority will be considered received on the day of sending.

4.5. If the Tenderer has requested additional information about the competition requirements included in the Regulations in a timely manner, the Commission will provide a reply within five (5) business days, but not later than six (6) days before the deadline for the submission of tenders.

4.6. Additional information will be sent by the Contracting Authority to the Tenderer asking the question and at the same time published on the State Police’s (hereinafter ‘SP’) website at http://www.vp.gov.lv/?id=108&said=108 containing the competition documents, by also including the question.

4.7. The Commission will send the answer to the questioner:4.7.1. By e-mail;4.7.2. By post, except in cases where the questioner has not indicated a postal

address.

5. Open Competition Deadlines

5.1. Tenders must be submitted by 10:00 on 19th September 2017, at Čiekurkalna 1. līnija 1, k-4, Riga, Room 470.

5.2. Opening of tenders will take place on 10:00 on 19th September 2017, at Čiekurkalna 1. līnija 1, k-4, Riga.

6. Information on the Subject-Matter of the Procurement

6.1. The subject-matter of the procurement is the Purchase of Specialised IT Inspection Equipment and Ancillary Tools (hereinafter ‘the Products’), to be supplied in accordance with the Contracting Authority’s Technical Specification (Annex 2 to the Regulations) and the provisions included in these Regulations.

6.2. The subject-matter of the procurement is divided into 11 (eleven) parts:

4

Page 5: 143683.docx  · Web viewinformation transmitted electronically after the office hours of the authority will be considered received on the day of sending. If the Tenderer has requested

6.2.1. Part 1: Portable computers for operational trips.6.2.2. Part 2: Portable recording protection equipment for work with internal

hard drives.6.2.3. Part 3: Portable recording protection equipment for work with external

media.6.2.4. Part 4: Workstation for parallel file decompression using Passware Kit

Forensic software.6.2.5. Part 5: Workstations for IT inspections.6.2.6. Part 6: Uninterruptible power supply units (UPS) for workstations for IT

inspections (minimum 1400 watts (w)).6.2.7. Part 7: Anti-static screwdriver sets.6.2.8. Part 8: External hard drives for operational trips.6.2.9. Part 9: SATAIII internal hard drives.6.2.10. Part 10: Universal removable memory card reader adapters.6.2.11. Part 11: Portable media cloning equipment.

6.3. The Tenderer may submit a tender for one (1), several or all parts of the pro-curement subject-matter.

6.4. In accordance with the CPV classification, the procurement subject-matter shall be as follows:6.4.1. Parts 1 to 3, 5 and 11 of the competition: 30210000 – 4 (Data-processing

machines (hardware). Products).6.4.2. Part 4 of the competition: main CPV code: 30210000 – 4 (Data-

processing machines (hardware). Products); additional code: 48100000 – 9 (Industry specific software package. Products).

6.4.3. Part 6 of the competition: 31400000 – 0 (Accumulators, primary cells and primary batteries. Products).

6.4.4. Parts 7 to 10 of the competition: 30237200 – 1 (Computer accessories. Products).

6.5. The estimated contract price is 294,209.09 (two hundred ninety four thousand two hundred and nine euros, and 09 cents) euros, excluding VAT.

6.6. The procurement aims to select the supplier of goods and conclude a goods supply contract.

6.7. Conditions for the supply of products and procedures for the transfer and acceptance of the products:

5

Page 6: 143683.docx  · Web viewinformation transmitted electronically after the office hours of the authority will be considered received on the day of sending. If the Tenderer has requested

6.7.1. The Tenderer must deliver the products within forty five (45) calendar days from the contract registration date.

6.7.2. Place of delivery of the products: free shipping to the Contracting Authority’s premises at Čiekurkalna 1. līnijā 1, k-4, Riga.

6.7.3. The day of delivery shall be the day of signing the supporting document for the products.

6.7.4. Supporting document in competition`s Parts 2, 3, 4 and 11 will be signed by the Contracting Authority after the Tenderer has delivered Products and provided the training course for Contracting Authority`s employees for work with delivered Products.

6.8. Warranty and quality requirements: 6.8.1. The warranty service period for the products must be twenty four (24)

calendar months from the date of signing the document supporting the delivery of the products.

6.8.2. The warranty service must include free repairs and/or replacement of damaged nodes as soon as possible, but within no more than fourteen (14) days from the date on which the request is sent electronically by an authorised person of the Contracting Authority regarding the damaged goods under the warranty. The Contracting Authority and the Tenderer may agree on a longer warranty service period.

6.8.3. The products must comply with requirements and criteria set forth in Cabinet Regulation No. 353 “Requirements for Green Public Procurement”.

6.8.4. The products must comply with the standards of the European Union (have relevant CE marking). If the products are assembled using separate equipment/components, each of these equipment/components must meet the corresponding EU standards.

6.8.5. The Tenderer must ensure that software updates for the delivered products are available from the manufacturer for two (2) years after the purchase.

6.8.6. The Tenderer must provide representatives of the Contracting Authority with high-quality training for working with delivered goods in parts 2, 3, 4 and 11 of the competition as described in the Technical Specification (Annex 2 to the Regulations). The Tenderer submits the training course in the respective part of the Competition on the day of delivery of the Products or on another day, in advance by mutual consent of the Contracting Authority, not exceeding delivery deadline specified in clause 6.7.1..

6.8.7. The Tenderer must be an authorised representative of the manufacturer or of the manufacturer’s authorised representative, with sufficient skills to ensure the specified delivery of the goods within the specified time and with the possibility to provide certified warranty service during the warranty period.

6.8.8. The products offered must be new, unused, and must not contain any used or refurbished components.

6

Page 7: 143683.docx  · Web viewinformation transmitted electronically after the office hours of the authority will be considered received on the day of sending. If the Tenderer has requested

6.8.9. The Contracting Authority’s authorised person may inform the supplier within ten (10) working days from the date of signature of the supporting document for the delivery of the products if it is established that the product does not comply with the technical specification, and request the supplier to remedy the deficiencies.

6.9. Payment terms: 100% post-payment within twenty (20) business days after the submission of the supporting document to the Contracting Authority’s accounting department at Čiekurkalna 1. līnija 1, k-4, Riga.

7. Technical Specification of the Procurement Subject-matter

7.1. The technical specification of the procurement subject-matter is specified in Annex 2 to the Regulations.

7.2. The technical tender shall be evaluated taking into account the compliance of the information provided by the Tenderer with the requirements of the Contracting Authority. However, the tender must also comply with the other requirements of these Regulations.

8. Information on the Presentation of the Tender and the Documents to be Submitted

8.1. The Tenderer must submit the tender as follows:8.1.1. In printed, computerised form in Latvian, in a large, sealed envelope or

package marked in accordance with Article 8.6 of the Regulations; and8.1.2. In electronic form on an electronic medium (CD or USB); the document

must be presented in both Microsoft Word and PDF formats. The electronic media (CD or USB) must be packaged and the name of the Tenderer and the procurement must be indicated on the packaging.

8.2. The Tenderer shall submit the tender in paper form in duplicate, of which one should be marked ‘ORIGINAL’ and the other ‘DUPLICATE’, at the following address: State Police, Čiekurkalna 1. līnija 1, k- 4, Riga, Room 470.

8.3. The tender copy marked as ‘ORIGINAL’ should contain all the original documents required in the Regulations, and the copy marked as ‘DUPLICATE’ should contain a copy of the tender only.

8.4. The Tenderer must submit the tender by 10:00 on 19th September 2017. No tenders will be accepted after this deadline.

8.5. If the Tenderer sends the tender by post, it must make sure that the tender is received by the deadline specified in Article 5.1 of the Regulations. No tenders sent by post will be accepted after this deadline.

8.6. All documents of the tender must be submitted in a sealed package or envelope marked with:8.6.1. The name and address of the Contracting Authority;8.6.2. The name, registration number and legal address of the Tenderer;

7

Page 8: 143683.docx  · Web viewinformation transmitted electronically after the office hours of the authority will be considered received on the day of sending. If the Tenderer has requested

8.6.3. The following reference: “For the Open Competition

“Purchase of Specialised IT Inspection Equipment and Ancillary Tools under Project No. VP/IDF/2017/1, ‘Improvement of the

Capacity of the State Police in the Prevention and Combating of High-Tech Crime’ ”

(Procurement Identification No. IeM VP 2017/44 IDF). Do not open until 10:00 on 19th September 2017”.

8.7. All pages of the tender must be bound together. The original tender documents and all of its copies must be stitched and the ends of the cords must be fastened. The number of pages must be certified. The presentation must be designed so as to prevent the possibility of pages being replaced without damaging the fastening.

8.8. The tender and all the documents attached thereto must comply with the Law on the Legal Force of Documents and the Cabinet Regulation No.916, ‘Document Design and Layout Procedures’.

8.9. The Procurement Commission will only accept tenders if the design of the tender prevents the information included in the tender to be accessed until the opening of the tenders. If the design of the tender does not correspond to the Regulations, the Procurement Commission will return the tender to the submitter and will not register the tender.

8.10. The tender must contain the following documents:8.10.1. Request for Participation (Annex 1).8.10.2. Technical Tender (Annex 3).8.10.3. Financial Tender (Annex 4).8.10.4. Proof of Experience (Annex 5).8.10.5. Confirmation from the manufacturer or its authorised representative

that the Tenderer is the authorised representative of that manufacturer or of its authorised representative with sufficient skills to provide the specified delivery of products within the specified time and with the possibility to provide certified warranty service during the warranty period.

8.10.6. Complete manufacturer’s documentation in Latvian and the original language, to verify the conformity of the products offered and their equipment/components to the technical specification.

8.10.7. Tenderers registered or resident in Latvia may, together with the tender, present a certified printout from the Electronic Declaration System of the State Revenue Service or a written statement from the State Revenue Service regarding the absence of tax debts, including state social insurance contributions, exceeding 150 euros in total as of the tender submission deadline, to certify his or her qualifications. Otherwise, the Tenderer may submit a copy of the decision issued by

8

Page 9: 143683.docx  · Web viewinformation transmitted electronically after the office hours of the authority will be considered received on the day of sending. If the Tenderer has requested

the State Revenue Service regarding the extension or deferral of the tax payment or a copy of an agreement with the State Revenue Service on the payment of the tax debt or other objective evidence of the absence of tax debts for each of the following persons:8.10.7.1.The Tenderer submitting the tender,8.10.7.2.Each member of the partnership, if the Tenderer is a

partnership.8.10.8. A Tenderer registered or resident abroad may prove their

qualifications by submitting the following documents together with the tender:8.10.8.1.Certificates issued by foreign competent authorities certifying

compliance with Article 15 of the Regulations;8.10.8.2.If no such documents are issued by which a candidate or

Tenderer registered or resident abroad is able to certify that it is not subject to the conditions specified in Article 42(1) of the Public Procurement Law, or if such documents are not sufficient to certify the above, the said documents may be replaced by an oath or, if the law of the respective country does not provide for the giving of the oath, by an acknowledgment of the candidate or Tenderer itself or by another person referred to in paragraph one above, provided before a competent executive or judicial authority, a sworn notary or a competent organisation of the relevant industry in the Tenderer’s country of registration (permanent residence).

8.11. The Tenderer’s Request for Participation shall be signed by a person authorised to represent the Tenderer, or his/her authorised representative. The person’s power of attorney must be submitted together with the tender, included in the same bound volume as the Request for Participation.

8.12. Technical information, booklets, brochures and other materials explaining the information submitted in the tender may be submitted in an unbound manner.

8.13. For all the original documents and document copies submitted in another language, the Tenderer shall submit a translation into Latvian, the accuracy of which must be certified by the Tenderer.

8.14. When submitting the documents required in Article 8.10 of the Regulations, the Tenderer must certify that it has sufficient qualifications to implement the contract.

8.15. The Tenderer may withdraw or amend its tender at any time until the deadline for the submission of tenders. A notice of changes should be prepared, sealed, marked and sent in the same way as the original tender and include an indication that it contains amendments to the original tender. Withdrawal of

9

Page 10: 143683.docx  · Web viewinformation transmitted electronically after the office hours of the authority will be considered received on the day of sending. If the Tenderer has requested

the tender is unconditional and excludes the Tenderer from further participation in the competition.

8.16. The tenders submitted in the competition are the property of the Contracting Authority and will not be returned to the Tenderers, except when the Tenderer withdraws the tender before the deadline for the submission of tenders.

8.17. The Commission reserves the right to amend the competition documents, provided that the amendments do not concern the submission of different tenders or the participation or selection of other Tenderers in the competition. If the competition documents are amended, the Commission will extend the deadline for the submission of tenders based on the importance of the information or changes made, and post information on the amendments on the State Police’s website at http://www.vp.gov.lv/?id=108&said=108 no later than on the day after the notice of changes has been submitted to the Procurement Monitoring Bureau for publication.

8.18. It will be deemed that all Tenderers have received the additional information, amendments, additions to the competition documents, explanations of the Regulations, and answers to suppliers’ questions when posted by the Contracting Authority on the State Police’s website at www.vp.gov.lv.

8.19. Any issues not covered by this Regulation will be resolved in accordance with the Public Procurement Law.

8.20. Each Tenderer may submit one tender only. If the Tenderer submits several tenders, all of them will be considered invalid.

8.21. The Tenderer must distinguish the parts of the tender that contain business secrets.

8.22. In accordance with Article 49 of the Public Procurement Law, the Tenderer may choose to submit a European Single Procurement Document1 to certify compliance with the Tenderer’s qualification requirements specified in the contract notice or competition documents. The Tenderer shall also submit the said document for each person on whose resources the Tenderer relies to certify that their qualifications meet the requirements specified in the contract notice or competition documents, and for the subcontractor designated by the Tenderer, whose value of services to be provided constitutes at least 10% of the procurement contract value. An association of suppliers must submit a separate European Single Procurement Document for each of its members.

8.23. If the Tenderer chooses to submit a European Single Procurement Document to prove compliance with the selection requirements of Tenderers specified in

1 Sample forms of the European single Procurement Document are defined by the European Commission Implementing Regulation 2016/7 of 5 January 2016 establishing the standard form for the European Single Procurement Document. The document form is available at https://ec.europa.eu/growth/tools-databases/espd/filter?lang=lv.

10

Page 11: 143683.docx  · Web viewinformation transmitted electronically after the office hours of the authority will be considered received on the day of sending. If the Tenderer has requested

the competition Regulations, the Commission may, at any time during the competition, require the Tenderer to submit any certificates or supporting documents, or a part thereof, if necessary to ensure the proper conduct of the open competition.

9. Technical and Financial Tenders

9.1. Submission of tender variants by the Tenderer is not permitted.9.2. The technical tender must contain the following information:

9.2.1. Information about the product (specifying its conformity to the technical specifications), to be presented in the form provided for in Annex 3 to the Regulations;

9.2.2. Booklets, brochures, leaflets and other materials, whether in paper form, or on a CD or USB, containing technical information and a visual presentation of the products offered.

9.3. The financial tender must be completed based on the sample form provided in Annex 4 to the Regulations by filling in all boxes provided in the form: 9.3.1. The product price must include all taxes and fees associated with the

delivery, guarantee obligations and provision of training course;9.3.2. The price stated in the financial tender must be in euros, excluding

VAT;9.3.3. All prices shown in the tender must be calculated and indicated with

the accuracy of two (2) decimal places;9.3.4. The financial tender must take into account that the tender price must

include all costs, including the cost of delivery of the goods and provision of training course, as well as all taxes and fees payable in accordance with Latvian legislation, excluding VAT;

9.4. The technical and financial tenders must be signed by the Tenderer’s officer entitled to represent the Tenderer.

10. Proof of Experience

10.1. Proof of experience shall be presented in accordance with Annex 5 to the Regulations.

10.2. In the experience form, the Tenderer must state that, over the period of the last three (3) years (2014, 2015, 2016, and 2017 will be taken into account also), the tendered has performed at least one (1) delivery of products similar to the subject-matter of the procurement (similar to the products described in the Technical Specification (Annex 2), corresponding to the part of the competition, for which the tender is submitted) and provision of a warranty service, where the

11

Page 12: 143683.docx  · Web viewinformation transmitted electronically after the office hours of the authority will be considered received on the day of sending. If the Tenderer has requested

financial scope of at least one supply contract is not less than proposed by the Tenderer in the tender.

10.3. To confirm the Tenderer’s compliance with the above requirement, the Tenderer shall specify the name of the buyer, the financial scope of the contract, the contact person, and a supporting document (e.g., an invoice) or a public source (e.g., the procurement results publication). Additionally, the tendered shall also submit a written reference from the contracting authority.

11.Examination of Tenders

11.1. The meeting for the opening of tenders will take place at 10:00 on 19th September 2017, at the premises of the State Police at Čiekurkalna 1. līnija 1, k-4, Riga.

11.2. Participants of the meeting must register on the Commission’s registration page by indicating the name, address and phone number of the Tenderer they represent, as well as their own name, surname and title.

11.3. After the opening of the tender, the Commission will announce the tender submission date, time and total price offered by the Tenderer. All members of the Commission will sign the original pages of the financial tender.

11.4. The Commission will keep minutes to record the tender opening procedure and all the information announced during the opening meeting.

11.5. When all tenders have been opened and the prices offered by Tenderers have been announced, the meeting will be closed.

11.6. Upon the Tenderer’s request, the Commission shall, within three (3) business days after the meeting of the opening of tenders, provide the Tenderer with a copy of the meeting minutes.

11.7. Tender presentation compliance evaluation, Tenderer selection, technical tender compliance evaluation and evaluation of tenders will take place in a closed meeting of the Commission.

12.Evaluation of Tenders

12.1. Compliance with the requirements of the Regulations will be evaluated in a consecutive four-stage procedure:12.1.1. Evaluation of the presentation of tenders,12.1.2. Selection of Tenderers,12.1.3. Evaluation of technical tenders,12.1.4. Award of the contract.

12.2. Upon detection of non-compliance with any of the requirements, the Commission shall be entitled to exclude the Tenderer from further

12

Page 13: 143683.docx  · Web viewinformation transmitted electronically after the office hours of the authority will be considered received on the day of sending. If the Tenderer has requested

participation in the competition and not to consider the tender at the next stages of the evaluation.

12.3. The decision taken by the Contracting Authority shall be notified to all Tenderers within three (3) business days after the decision.

12.4. Tender evaluation will be performed by the Commission. The Commission may call on the services of an expert.

12.5. Tender evaluation will be conducted in a closed meeting, without the presence of Tenderers.

13.Evaluation of Presentation of Tenders

13.1. After the opening of tenders and before examining the Tenderers’ qualifications, the Commission will prepare a report on the compliance of the tenders with the Regulations.

13.2. The Commission will examine the compliance of each tender with the Regulations and decide on further consideration of the tender.

13.3. The Commission will reject the tender due to deficient presentation if any of the components specified in Article 8 of the Regulations is missing and, if the deficiencies are significant, if they make it difficult to further evaluate the tender, or if they cause a legitimate concern regarding the documents submitted being part of the same tender.

14.Selection of Tenders

14.1. The competition is open for all Tenderers who are a supplier, an association of suppliers or a partnership that meets the requirements for the selection of Tenderers.

14.2. The products offered by the Tenderer must comply with the standards of the European Union (have relevant CE marking).

14.3. If the products offered by the Tenderer are assembled using separate equipment/components, each of these equipment/components must meet the corresponding EU standards.

14.4. The Tenderer must be an authorised representative of the manufacturer or of the manufacturer’s authorised representative, with sufficient skills to ensure the specified delivery of the products within the specified time and with the possibility to provide certified warranty service during the warranty period.

14.5. The Tenderer must be able to provide employees of the Contracting Authority with high-quality training course for working with delivered products in parts 2, 3, 4 and 11 of the competition as described in the Technical Specification (Annex 2 to the Regulations).

14.6. If any of the documents referred to in Article 8.10 of the Regulations is missing or does not meet the requirements of the Regulations, the tender will

13

Page 14: 143683.docx  · Web viewinformation transmitted electronically after the office hours of the authority will be considered received on the day of sending. If the Tenderer has requested

not be considered and will be excluded from further participation in the competition.

15.Evaluation of Technical Tenders

15.1. Before the evaluation of the Tenderer’s financial tender, the Commission will check whether the Tenderer’s technical tender corresponds to the technical specifications (Annex 2).

15.2. The Commission will verify that:15.2.1. All the information required in the technical tender has been

submitted;15.2.2. The information submitted in the technical tender meets all the

requirements of Article 9 of the Regulations.15.3. After performing the necessary checks, the Commission will take a decision

on the compliance of the technical tender with the technical specifications.15.4. If the tender does not meet the requirements of the technical specifications, it

will be excluded from further participation in the open competition.

16.Award of the Contract

16.1. The Commission will only evaluate the tenders that were not rejected during the previous stages of evaluation.

16.2. The Commission will verify that:16.2.1. The financial tender does not contain any arithmetical errors;16.2.2. The financial tender is not abnormally low. If the Commission

suspects that the Tenderer’s financial tender is abnormally low, the Commission will take appropriate measures in accordance with the Public Procurement Law.

16.3. If the Commission finds an arithmetical error in the financial tender, the Commission will correct that error. The Commission will inform both the Tenderer whose arithmetical error was corrected and the other Tenderers participating in the competition about the correction made.

16.4. In determining the most economically advantageous tender, the Commission will apply the only criterion, i.e. the lowest total price.

16.5. If several Tenderers submit tenders with the same total price, the Commission may hold a draw to determine the winning tender.

16.6. Prior to awarding the contract, the Contracting Authority shall, in accordance with the procedures laid down in the Public Procurement Law, check the qualifications of the Tenderer to whom the contract is to be awarded as well as those of the party indicated by the Tenderer, whose resources the Tenderer relies on to make sure that their qualifications meet the requirements of the contract notice or open competition documents, and to see whether the

14

Page 15: 143683.docx  · Web viewinformation transmitted electronically after the office hours of the authority will be considered received on the day of sending. If the Tenderer has requested

exclusion provisions contained in Article 42(1) of the Public Procurement Law have set in:16.6.1. The Tenderer will be excluded from participation in the open

competition if any of the cases specified in Article 42(1) of the Public Procurement Law has set in. The Commission will examine the cases of Tenderer exclusion in accordance with Article 42 of the Public Procurement Law;

16.6.2. If the Tenderer is subject to exclusion based on Article 42(1), Clause 1, 3, 4, 5, 6 or 7 of the Public Procurement Law, the Tenderer must indicate that in the tender and, if the Tenderer’s right to be awarded the contract is acknowledged, the Tenderer must then provide an explanation and proof in accordance with Article 43 of the Public Procurement Law.

17.The Commission’s Work and Decision-making Procedures

17.1. The Commission acts in accordance with these Regulations, the Public Procurement Law and other laws and regulations governing public procurement procedures.

17.2. The Commission consists of five (5) members. The composition of the Commission has been approved by the 14 June 2017 Order No.2730 of the State Police, ‘On the Establishment of the State Police Procurement Commission’.

17.3. The Commission meetings are chaired by the Commission Chairman. In the absence of the Commission Chairman, the obligations will be performed by the Deputy Chairman of the Commission.

17.4. Minutes of the meetings of the Commission are kept. The minutes are signed by all members of the Commission present at the meeting. If any of the members of the Commission does not agree with the conclusions or decisions set out in the minutes, he or she has the right to express their special opinion in writing, which will be annexed to the minutes of the meeting.

17.5. Meetings of the Commission may take place if at least two thirds of the Commission members are present.

17.6. Decisions of the Commission are taken by open vote during the meeting. A decision is considered as having been taken if the majority of the Commission members present at the meeting have voted for it. If the votes are split equally, the Chairman of the Commission shall have the casting vote.

15

Page 16: 143683.docx  · Web viewinformation transmitted electronically after the office hours of the authority will be considered received on the day of sending. If the Tenderer has requested

18.Rights and Obligations of the Commission

18.1. The Commission takes decisions within its competence, as well as performs other actions in accordance with the Regulations.

18.2. The Commission is obliged:18.2.1. To review the tender in accordance with the Regulations;18.2.2. To refuse to review any documents submitted for the competition if

such documents have not been submitted properly, or if they do not meet the requirements of the Regulations;

18.2.3. To adopt a decision on the results of an open competition;18.2.4. To take other actions provided for in laws and regulations and the

Regulations.18.3. The Commission is entitled:

18.3.1. To request the Tenderers to submit a written explanation or additional information necessary for the comparison and evaluation of tenders. Such requests may only be submitted for clarification purposes, which are necessary for the comparison and evaluation of tenders, and do not entitle the Tenderer to demand any changes in its tender in any way;

18.3.2. To invite experts with advisory rights to provide opinions to the Commission;

18.3.3. To verify the truthfulness of the information provided;18.3.4. To correct arithmetical errors in the Tenderers’ financial tenders in

accordance with applicable laws and regulations;18.3.5. To perform other actions arising from the Regulations;18.3.6. To decide to enter into a contract with the most economically

advantageous Tenderer, or to terminate the competition without selecting any tender.

18.4. Requests for additional information shall be sent to Tenderers by the Commission as follows:18.4.1. By e-mail, to the e-mail address indicated in the Tenderer’s Request

for Participation, or18.4.2. By mail, to the address indicated in the Request for Participation; if

the Tenderer’s office address and legal address are different, the request will be sent to the office address indicated in the Request for Participation.

19.The Decision

19.1. After reviewing the tenders and prior to the adoption of the decision establishing the successful Tenderer, the Commission shall, using the information system established by the Cabinet of Ministers and in accordance

16

Page 17: 143683.docx  · Web viewinformation transmitted electronically after the office hours of the authority will be considered received on the day of sending. If the Tenderer has requested

with the procedures specified by the Cabinet of Ministers, verify in the public registers the compliance of the Tenderer with the requirements of Article 16.6 of the Regulations.

19.2. The Commission will request the Tenderer to submit a statement or another document concerning a fact, if the information obtained by the Commission does not correspond to the actual situation.

19.3. After reviewing the tenders and prior to the adoption of the decision establishing the successful Tenderer, the Commission shall further request the Tenderer registered abroad who is to be awarded the contract to submit relevant statements issued by competent foreign authorities not earlier than six months before their submission to the Contracting Authority, confirming the Tenderer’s compliance with Article 16.6 of the Regulations.

19.4. The Commission has determined that the period for submitting the documents referred to in Articles 19.2 and 19.3 of the Regulations shall be not less than ten (10) working days. If the Tenderer fails to submit the documents referred to in Articles 19.2 and 19.3 of the Regulations within the specified term, the Commission will exclude the Tenderer from participation in the competition.

20.Rights and Obligations of the Tenderer

20.1. Participation in the competition is based on the Tenderer’s free will. By submitting a tender to participate in the competition, the Tenderer fully accepts and is willing to comply with all the requirements of these Regulations and the applicable legislation. If a Tenderer’s tender or a part thereof is in violation of these Regulations, it will not be accepted and may lead to the rejection of the tender.

20.2. The Tenderer must carefully review and respect all the instructions, forms, rules and specifications contained in the Regulations. If the Tenderer finds a conflict between any parts of the Regulations, or if any part of the Regulations it is not clear to it, the Tenderer must request an explanation from the Commission.

20.3. All costs of preparation and submission of the tender shall be borne by the Tenderer.

20.4. The Tenderer must provide a response to the Commission’s additional request for information within the specified time and manner:20.4.1. By sending it to the e-mail address provided in Article 2.2 herein, and20.4.2. By post to the address specified in Article 2.2 herein, or20.4.3. By personal delivery to the address specified in Article 2.2 herein.

17

Page 18: 143683.docx  · Web viewinformation transmitted electronically after the office hours of the authority will be considered received on the day of sending. If the Tenderer has requested

21.Information on the Procurement Contract

21.1. The successful Tenderer will be awarded the right to enter into a procurement contract.

21.2. The procurement contract will be concluded between the Contracting Authority and the successful Tenderer on the basis of the competition Regulations and the Tenderer’s tender.

21.3. The procurement contract will be concluded between the Contracting Authority and the successful Tenderer no earlier than on the next business day after the waiting period specified in the Public Procurement Law.

21.4. Should the selected Tenderer refuse to conclude the procurement contract with the Contracting Authority, the Commission will decide to conclude a contract with the Tenderer whose tender is the next most economically advantageous, or to terminate the competition without selecting a tender. If a decision is taken to enter into a contract with the Tenderer whose tender is the next most economically advantageous, but that Tenderer refuses to enter into such contract, the Commission will adopt a decision to terminate the competition without selecting a tender.

21.5. Before adopting the decision to conclude a contract with the Tenderer whose tender is the next most economically advantageous, the Commission will assess whether the Tenderer may be considered as a single market participant along with the originally selected Tenderer who refused to conclude a procurement contract with the Contracting Authority. If necessary, the Commission shall be entitled to request from the next most economically advantageous Tenderer a certificate and, if necessary, evidence that it is not considered a single market participant along with the originally selected Tenderer. If the next Tenderer is considered a single market participant along with the initially selected Tenderer, the Commission will adopt a decision to terminate the competition without selecting a tender.

21.6. The draft procurement contract constitutes an integral part of the Regulations (Annex 6).

22. Other Provisions

22.1. The Contracting Authority is entitled to refuse to enter into a contract if sufficient funding is not available for the payment of the contract price.

22.2. Other obligations relating to the competition process not stipulated in these Regulations shall be determined in accordance with applicable Latvian legislation.

22.3. The following annexes have been attached to these Regulations and are to be regarded as an integral part thereof:

18

Page 19: 143683.docx  · Web viewinformation transmitted electronically after the office hours of the authority will be considered received on the day of sending. If the Tenderer has requested

22.3.1. Annex 1– Request for Participation in the Competition (sample form)22.3.2. Annex 2 – Technical Specifications22.3.3. Annex 3 – Technical Tender (sample form)22.3.4. Annex 4 – Financial Tender (sample form)22.3.5. Annex 5 – Proof of Experience (sample form)22.3.6. Annex 6 – Draft Contract.

19

Page 20: 143683.docx  · Web viewinformation transmitted electronically after the office hours of the authority will be considered received on the day of sending. If the Tenderer has requested

Annex 1To the Regulations of the Open Competition

“Purchase of Specialised IT Inspection Equipmentand Ancillary Tools under Project No. VP/IDF/2017/1

‘Improvement of the Capacity of the State Policein the Prevention and Combating

of High-Tech Crime’ ” (Procurement Identification No. IeM VP 2017/44 IDF)

Request for Participation in the Open Competition

“Purchase of Specialised IT Inspection Equipment and Ancillary Tools under Project No. VP/IDF/2017/1, ‘Improvement of the Capacity of the State Police in the

Prevention and Combating of High-Tech Crime’ ”

(Procurement Identification No. IeM VP 2017/44 IDF)Tenderer

(Name of the Tenderer)Reg. No. , represented by its

(Name and position of the manager or the manager’s authorised person)

By submitting this Request for Participation, the Tenderer:1.Applies for participation in the open competition “Purchase of Specialised IT Inspection Equipment and Ancillary Tools under Project No. VP/IDF/2017/1, ‘Improvement of the Capacity of the State Police in the Prevention and Combating of High-Tech Crime’ ” (Procurement Identification No. IeM VP 2017/44 IDF);2.Confirms that it has read the Open Competition Regulations and undertakes to comply with all the requirements contained therein;3.Confirms that it is not subject to the exclusion conditions specified in Article 42(1) of the Public Procurement Law;4.If awarded the contract, undertakes to comply with all the provisions of the procurement contract;5.Warrants that all the information provided in the tender is truthful; 6.Confirms that the Tenderer’s status corresponds/does not correspond (leave/underline as needed) to the status of a large enterprise (number of employees exceeding 250 persons; annual turnover exceeding EUR 50 million);7.Confirms that the tender has been drawn up in an independent manner.

(Signature)

L.s.

Address of the Tenderer (mailing address):20

Page 21: 143683.docx  · Web viewinformation transmitted electronically after the office hours of the authority will be considered received on the day of sending. If the Tenderer has requested

Address of the Tenderer (legal address, if different):

Phone (fax) numbers:

Bank details (bank account number, bank name, bank code):

______________________________________________________________

_______________________________________________________________

Contact person in relation to the contract (name, surname, title, phone number, e-mail):____________________________________________________________

_____________________________________________________________________

21

Page 22: 143683.docx  · Web viewinformation transmitted electronically after the office hours of the authority will be considered received on the day of sending. If the Tenderer has requested

Annex 2To the Regulations of the Open Competition

“Purchase of Specialised IT Inspection Equipmentand Ancillary Tools under Project No. VP/IDF/2017/1

‘Improvement of the Capacity of the State Policein the Prevention and Combating

of High-Tech Crime’ ” (Procurement Identification No. IeM VP 2017/44 IDF)

Technical Specification

of the Open Competition “Purchase of Specialised IT Inspection Equipment and Ancillary Tools under Project

No. VP/IDF/2017/1, ‘Improvement of the Capacity of the State Police in the Prevention and Combating of High-Tech Crime’ ”

(Procurement Identification No. IeM VP 2017/44 IDF)

GENERAL REQUIREMENTS AND CRITERIA

The offered products must comply with Green Public Procurement requirements and criteria for computer equipment in all parts of the procurement

Requirements and criteria apply to products sold as computers (personal computers, notebooks, monoblock units, tablets) and monitors, as well as to components of the information and communication technologies (ICT) infrastructure and ICT infrastructure services.

Components of procurement documents

GPP requirements and criteria

Subject-matter of the procurement contract

Purchase of [personal computers / notebooks / monitors / monoblock units / tablets] with minimum environmental impact during its entire service life.

Technical specifications 1. ENERGY EFFICIENCY CRITERIA

All products must comply with the latest ENERGY STAR energy efficiency criteria available on the ES Energy Star website.

2. SERVICE LIFE OF THE DEVICE

2.1. Personal (desktop) computers must be constructed so that:

2.1.1 RAM could be replaced or modernised;

2.1.2 hard disk (or parts fulfilling the functions of the hard disk) and CD drives, and/or DVD drives, if any, could

22

Page 23: 143683.docx  · Web viewinformation transmitted electronically after the office hours of the authority will be considered received on the day of sending. If the Tenderer has requested

be replaced.

2.2. Tablets must have built-in memory of at least 16 GB and a possibility of placing additional internal data carriers and using an external data carrier.

2.3. Monoblock units must be constructed so that RAM could be replaced or modernised.

3. USE OF MERCURY IN LCD MONITORS FOR BACKGLIGHT

Lamps used in backlight of LCD monitors cannot contain more than 3.5 mg of mercury on average per lamp.

4. NOISE LEVELS

4.1. In accordance with Clause 3.2.5 of ISO 9296:1988 “Declared noise emission values of information technology and telecommunications equipment”, the “declared A-weighted sound power level” (re 1 pW) of a personal computer, which is measured in accordance with LVS EN ISO 7779:2011 “Acoustics — Measurement of airborne noise emitted by information technology and telecommunications equipment (ISO 7779:2010)” or equivalent standards, cannot exceed the following:

4.1.1 4.0 B(A) in the standby mode (equal to 40 dB(A));

4.1.2 4.0 B(A) during the operation of the hard disk drive (equal to 40 dB(A)).

4.2. In accordance with Clause 3.2.5 of ISO 9296:1988 “Declared noise emission values of information technology and telecommunications equipment”, the “declared A-weighted sound power level” (re 1 pW) of a notebook, which is measured in accordance with LVS EN ISO 7779:2011 “Acoustics — Measurement of airborne noise emitted by information technology and telecommunications equipment (ISO 7779:2010)” or equivalent standards, cannot exceed the following:

4.2.1 3.0 B(A) in the standby mode (equal to 30 dB(A));

4.2.2 3.5 B(A) during the operation of the hard disk drive (equal to 3.5 dB(A)).

4.3. In accordance with Clause 3.2.5 of ISO 9296:1988 “Declared noise emission values of information technology and telecommunications equipment”, the “declared A-weighted sound power level” (re 1 pW) of a monoblock unit, which is

23

Page 24: 143683.docx  · Web viewinformation transmitted electronically after the office hours of the authority will be considered received on the day of sending. If the Tenderer has requested

measured in accordance with LVS EN ISO 7779:2011 “Acoustics — Measurement of airborne noise emitted by information technology and telecommunications equipment (ISO 7779:2010)” or equivalent standards, cannot exceed the following:

4.3.1. 3.5 B(A) in the standby mode (equal to 35 dB(A));

4.3.2 4.0 B(A) during the operation of the hard disk drive (equal to 4.0 dB(A)).

5. INFORMATION ON ENVIRONMENTALLY FRIENDLY USE

Instructions on use and/or training courses on IT-support for the environmentally friendly management of computer equipment must be ensured.

6. PACKAGING

If cardboard boxes are used, they shall be manufactured from at least 50% of recycled material. If plastic bags or sheets are used as the final packaging, they must be manufactured from at least 50% of recycled raw materials or must be biologically degradable or compostable in accordance with definitions set in LVS EN 13432:2001/AC:2005 “Packaging — Requirements for packaging for recovery of resources by composting or biodegrading — Testing scheme and packaging compliance assessment criteria” or equivalent standards.

7. ENERGY CONSUMPTION MANAGEMENT

7.1 For the purposes of informing clients, computer equipment is delivered with the following informative materials:

7.1.1. description of default energy consumption management settings;

7.1.2 description of time settings of different energy consumption management functions;

7.1.3 references regarding the correct activation of the computer from the sleep mode.

7.2 Computer equipment is delivered with one or several of the following informative materials:

7.2.1 a list of default energy consumption management settings;

7.2.2. a reference regarding the fact that default

24

Page 25: 143683.docx  · Web viewinformation transmitted electronically after the office hours of the authority will be considered received on the day of sending. If the Tenderer has requested

energy consumption management functions have been selected to ensure compliance with ENERGY STAR;

7.2.3 information on ENERGY STAR and energy consumption management benefits.

8. SPARE PARTS

The supplier must guarantee that spare parts will be available at least for 3 years following the termination of production.

Tender assessment criteria  POSSIBILITIES OF DISASSEMBLY AND PROCESSING OF PLASTIC PARTS

Additional points will be granted for the convenience of disassembly and processing of lightweight plastic parts for personal (desktop) computers, monitors, notebooks:

a) joints are accessible with simple tools and are standardized to the extent possible;

b) plastic parts weighing more than 25 g have a permanent label, according to which the material is identified in accordance with LVS EN 11469:2016 “Plastic. General identification and labelling of plastic items” or equivalent standard. This criterion does not apply to extruded plastic and light guide fibers of flat-screen displays;

c) plastic parts are made of one polymer or compatible polymers, except for housing consisting of no more than two types of polymers, which are separable.

PART I: TECHNICAL SPECIFICATIONS FOR PORTABLE COMPUTERS USED DURING OPERATIONAL TRIPS

The subject-matter of the procurement is the purchase and warranty service of eight (8)* portable computers for operational trips (hereinafter ‘Portable computers’). The portable computers offered by the Tenderer must comply with the following requirements:

1) Number of processor cores: at least 4 2) Processor performance according to PassMark (CPU Mark) tests should be at least

7600 points

25

Page 26: 143683.docx  · Web viewinformation transmitted electronically after the office hours of the authority will be considered received on the day of sending. If the Tenderer has requested

3) RAM volume, one module 16GB (1pcs. X 16GB), tact frequency at least 12,800 Hz.

4) Built-in video card, minimum 4 GB.5) 1HDMI interface.6) At least 3.0 USB interfaces.7) Built-in SC adapter (SecurityCard).8) LAN network card supporting the speed of at least 100 mbps.9) Two (2) internal hard drives, one of which must necessarily be: SSD minimum

500 GB, and the other: HDD minimum 1 TB.10)Minimum screen size 15.6”.11)Resolution: at least 1366x768.12)Operating system: MS Windows 10 Professional or later.13)The power supply unit must be suitable for use in a 220 volt power supply

network and equipped with a European standard plug.14)Portable computers should be adapted for work outside the office, in difficult

meteorological conditions (rain, wind, snow, etc.), in high humidity, dust and temperature fluctuations, in combination with impact-resistant, plastic carrying bags for each portable computer.

*Estimated number of items to be purchased: 8 pcs. Number of items to be purchased will be calculated, depending on the price and the funding provided.

26

Page 27: 143683.docx  · Web viewinformation transmitted electronically after the office hours of the authority will be considered received on the day of sending. If the Tenderer has requested

PART 2: TECHNICAL SPECIFICATIONS FOR PORTABLE RECORDING PROTECTION EQUIPMENT FOR WORK WITH INTERNAL HARD DRIVES

The subject-matter of the procurement is the purchase and warranty service of sixty (60)* portable recording protection devices for work with internal hard drives, with different interfaces: IDE/SATA/ZIF/MicroSata/Blade SSD, Read Only mode, (hereinafter ‘Equipment’). The equipment offered by the tendered must comply with the following requirements:

1) Supported operating systems – MS Windows, Unix, Mac OS.2) Compatibility on the side of the computer – USB 3.0 interface.3) Compatibility on the side of the research subject – IDE/SATA interface,

with the additional possibility of connecting the following interfaces through data cables:o portable computers with 1.8-inch and 2.5-inch hard disk drives, and

ZIF interface;o microSATA interface;o blade-style SSD interface.

4) The equipment must enable the computer system to connect research subjects in the recording protection mode, ensuring the integrity of data of the research subjects.

5) The kit must include: Equipment, transport bag, power supply cable, computer connection cable (USB interface) and compatible data cables for:o IDE and SATA drives;o 1.8-inch and 2.5-inch portable computer hard disk drives, and ZIF

interface;o microSATA interface;o blade-style SSD interface.

6) The power supply unit must be suitable for use in a 220 volt power supply network and be fitted with a European standard plug.

The Tenderer must provide a training course for working with delivered goods to the Contracting Authority’s employees by agreeing on the time for the training with the Contracting Authority in advance: two (2) academic hours (45 min each), estimated number of trainees: twenty (20) people.

* Estimated number of products to be purchased: 60 pcs. Number of products to be purchased will be calculated, depending on the price and the funding provided.

27

Page 28: 143683.docx  · Web viewinformation transmitted electronically after the office hours of the authority will be considered received on the day of sending. If the Tenderer has requested

PART 3: TECHNICAL SPECIFICATIONS FOR PORTABLE RECORDING PROTECTION EQUIPMENT FOR WORK WITH EXTERNAL MEDIA

The subject-matter of the procurement is the purchase and warranty service of sixty (60) portable recording protection devices for work with external media, with the following interfaces: USB 3.0/2.0/1.1, Read only mode (hereinafter ‘Equipment’). The equipment offered by the tendered must comply with the following requirements:

1) Supported operating systems – MS Windows, Unix, Mac OS.2) Compatibility on the side of the computer – USB 3.0 interface.3) Compatibility on the side of the research subject – USB 3.0

interface/2.0/1.1.4) The equipment must enable the computer system to connect research

subjects in the recording protection mode, ensuring the integrity of data of the research subjects.

5) When calculating the MD5 and SHA-1 hash values, the data transfer rate should be at least 300Mbps.

6) The equipment kit must include: Equipment, transport bag, power supply cable, computer connection cable (USB 3.0 interface) connecting cable to the research subject (USB interface 3.0/2.0/1.1).

7) The power supply unit must be suitable for use in a 220 volt power supply network and be equipped with a European standard plug.

The Tenderer must provide a training course for working with delivered goods to the Contracting Authority’s employees by agreeing on the time for the training with the Contracting Authority in advance: 2 two (2) academic hours (45 min each), estimated number of trainees: twenty (20) people.

* Estimated number of products to be purchased: 60 pcs. Number of products to be purchased will be calculated, depending on the price and the funding provided.

28

Page 29: 143683.docx  · Web viewinformation transmitted electronically after the office hours of the authority will be considered received on the day of sending. If the Tenderer has requested

PART 4: TECHNICAL SPECIFICATIONS FOR A WORKSTATION FOR PARALLEL FILE DECOMPRESSION USING PASSWARE KIT

FORENSIC SOFTWARE

The subject-matter of the procurement is the purchase and warranty service of one (1) workstation for parallel file decompression using Passware Kit Forensic Software (hereinafter ‘Workstation’). The Workstation supplied by the Tenderer must comply with the following requirements:

Housing:Type: SilentForm factor: Aluminium or equivalent.Internal cooling system – at least 4 ventilators with air filters.At least 4 USB 3.0 interfaces.Designed for a server-type chipset bundle for two processors with a LGA2011-3 socket.The housing should be designed for at least 4 graphic adapters with separate bus cooling systems.

Power supply unit:Power: minimum 1300W.Energy efficiency: at least 80+ Gold.Cables: 100% modular.Fan mode: Zero RPM Fanmode.Fan size: minimum 135mm.Must have the following options:

Heavy – Duty Protections Include: OVP (Over Voltage Protection); UVP (Under Voltage Protection); OCP (Over Current Protection); OPP (Over Power Protection); SCP (Short Circuit Protection); OTP (Over Temperature Protection).

Microchip bus:Server-type chip bus for two processors with LGA2011-3 socket (Intel C612 or equivalent recommended).With at least 4 video card support, PCI Express 3.0 interface slots for video cards with separate bus cooling systems.The bus must have at least 8 RAM DDR4 2133MHz slots.RAM: minimum 64GB DDR4 2133MHz RAM support.SATA III ports: at least six (6).USB 3.0: at least five (5).Integrated network card (LAN): minimum 1 port.

29

Page 30: 143683.docx  · Web viewinformation transmitted electronically after the office hours of the authority will be considered received on the day of sending. If the Tenderer has requested

PCI-E 16x slots: at least 4.Integrated RAID controller with RAID 1 support.Compatible with MicrosoftWindows 8.1 Professional or equivalent.

Processor:2 identical, single-manufacturer server-type processors. Performance of each processor, according to PassMark (CPU Mark) tests should be minimum 11,000 points.Basic Frequencies for each processor must be identical: at least 2.1.GHz.Number of processor cores per processor: identical, at least eight (8).Cache memory: minimum 15MB.Processor socket: LGA2011-3, compatible with microchip bus.Maximum TDP (thermal design power): 85W.

RAM:Memory bus: DDR4.Volume: at least 64GB.Bus speed: at least 2133MHz.Complete set: with radiator, one set of modules.

Video card:Interface: PCI Express 3.0.Memory: at least 8GB.Video card memory performance must be at least 10Gb/sec.Screen maintenance: at least two (2).Cooling method: combined both passive and active, with a fan.Must support Windows 8.1 Professional 64 bit or equivalent.Video outputs: 2xDVI or: lxDVI and 1xHDMI.Video card must be compatible with Microsoft Windows 7 Professional 64-bit., 8 Professional 64-bit. and 10 Professional 64-bit operating systems. Note: When a 1xDVI + 1xHDMI video card is offered, the computer must be connected to an HDMI cable of at least 3m.

Hard/SSD drives:1) Disk No. 1 (System Disk):Type: SSD.Capacity: at least 240 GB.Bus: SATAIII.Reading speed: at least 500Mbps.Writing speed: at least 500Mbps.

2) Disk No.2:Capacity: at least 3 TB.Revolutions: at least 7200revolutions/min.

30

Page 31: 143683.docx  · Web viewinformation transmitted electronically after the office hours of the authority will be considered received on the day of sending. If the Tenderer has requested

Bus: SATAIII.

Workstation for parallel file decryption of peripherals should include:

1)Keyboard:Type: with cord.PC connection and power: USB cable. Key language: ENG/RUS.Keyboard type: standard.Colour: black.Separate digital block.Adjustable height.Silent keys.

2)Computer mouse:Type: laser mouse with cord.PC connection and power: USB cable.Number of buttons: six (6).Mouse sensitivity (dpi): 800, 1200, 1600.DPI switch.Colour: black.

3)Mouse pad:Material: fabric surface with embroidered edges to limit wear.Designed for a laser mouse.

4)Monitor:Screen size: at least 27".Panel type: VA or PLS, or IPS.Screen type: preferably matte (Anti-Glare).Resolution: at least 1920x1080. Contrast ratio: at least 1000:1.Brightness: at least 300 cd/m2.Response time: no more than 8ms.Viewing angle (horizontal/vertical): minimum 178/178 degrees.Connectivity: at least l x DVI and at least l x HDMI. Power supply unit: built-in.

Software:

1) Operating system:Microsoft Windows 10 Professional 64-bit or equivalent.

31

Page 32: 143683.docx  · Web viewinformation transmitted electronically after the office hours of the authority will be considered received on the day of sending. If the Tenderer has requested

2) Office software:Microsoft Office Home and Business 2016 ENG or equivalent.

3) Password decryption software Passware Kit Forensic Software:Required functionality:

Online memory analysis: the software must be able to retrieve decryption keys from encryption platforms such as FileVault2, TrueCrypt, VeraCrypt, BitLocker, access data for Windows & Mac profiles from media mirror copies and computer hibernation memory.

Data retrieval capabilities from cloud storages such as AppleiCloud, iCloudDrive, MS OneDrive, Dropbox.

Mobile terminal password decryption for AppleiPhone/iPad, Androidbackups, Androidimages. Retrieval of data from Windows Phones’ images.

Ability to identify and distinguish between encrypted file types and types of media mirror copies and the degree of complexity of the encryption.

Other requirements:1. The system unit must be fully assembled, configured, and contain the above software.2. The supplied hardware must not be pre-used, or have any built-in used or refurbished components.3. The Supplier must submit the remaining components and spare parts unused in the computer system configuration and their original packaging.

The Tenderer must provide a training course for working with delivered goods to the Contracting Authority’s employees by agreeing on the time for the training with the Contracting Authority in advance: four (4) academic hours (45 min each), estimated number of trainees: three (3) people.

32

Page 33: 143683.docx  · Web viewinformation transmitted electronically after the office hours of the authority will be considered received on the day of sending. If the Tenderer has requested

PART 5: TECHNICAL SPECIFICATIONS FOR WORKSTATIONS FOR IT INSPECTIONS

The subject-matter of the procurement is the purchase and warranty service of fourteen (14)* workstations for IT inspections (hereinafter ‘Workstations’). The Workstations offered by the Tenderer must comply with the following requirements:

Housing:Type: Silent.Form factor: Aluminium or equivalent.3.5" internal HDD niches: at least 4.2.5" internal SSD niches: at least 4.External niches: at least 6.Internal cooling system – at least 4 ventilators with air filters.At least 4 USB 3.0 interfaces.

Power supply unit:Power: minimum 1000W.Energy efficiency: at least 80+ Gold.Cables: 100% modular.Fan mode: Zero RPM Fan mode.Fan size: minimum 135mm.

Microchip bus:Server-type microchip bus, for two processors with LGA2011-3 socket.With at least 8 RAM DDR4 slots.RAM:At least 64GB DDR4 2133MHz RAM support.SATAIII ports: at least 6.USB 3.0: at least 4.Integrated network card (LAN): at least 1 port.Slots PCI-E 16x: at least 4.Integrated RAID controller with RAID 1 support.Operating system compatibility: at least Microsoft Windows 8.1 Professional or equivalent.Processor:2 identical, single-manufacturer server-type processors. Performance of each processor, according to PassMark (CPU Mark) tests should be at least 11,000 points.Basic Frequencies for each processor must be identical: Number of processor cores for each identical processor: at least eight (8).Cache memory: minimum 15MB.Processor socket: LGA2011-3, Compatible with microchip bus.Maximum TDP (thermal design power): 85W.

33

Page 34: 143683.docx  · Web viewinformation transmitted electronically after the office hours of the authority will be considered received on the day of sending. If the Tenderer has requested

RAM:Memory bus: DDR4.Volume: at least 64GB.Bus speed: at least 2133MHz.Complete set: with radiator, one set of modules.

Video card:Memory: At least 4GB.Screen maintenance: at least 2.Cooling method: active with a fan.Video outputs: 2xDVI or: lxDVI and 1xHDMI.Note: when offering a video output with 1xDVI + 1xHDMI, the computer kit should include a 3m HDMI cable.

The external niche must have integrated recording protection equipment meeting the following technical requirements:

1) Compatibility on the side of the research subject – media interfaces SATA/SAS/IDE/USB 3.0/FW/PCIe, with the additional possibility of connecting the following interfaces through data cables: portable computer hard drives with the dimensions of 1.8 inches and 2.5

inches and ZIF interface; FireWire; USB 3.0.; microSATA interface; blade-style SSD interface.

2) The equipment must ensure the connection of the research subject to the computer system in the recording protection mode to ensure the integrity of data of the research subject.

3) The kit must include a power supply cable, cables for the connection with research subjects for: IDE and SATA drives; portable computer hard drives with the dimensions of 1.8 inches and 2.5

inches and ZIF interface; FireWire; USB 3.0.; microSATA interface; blade-style SSD interface.

The external niche must have an integrated adapter for work with research subjects, with an air cooling system.The external niche must have an integrated external memory card reader adapter with at least 9 interfaces meeting the following technical requirements:

1) Supported operating systems: MS Windows, Unix, Mac OS.

34

Page 35: 143683.docx  · Web viewinformation transmitted electronically after the office hours of the authority will be considered received on the day of sending. If the Tenderer has requested

2) Compatibility on the side of the research subject – with the following interfaces: CompactFlashCard (CFC); MicroDrive (MD); MemoryStickCard (MSC); MemoryStickPro (MSP); MemoryStickProDuo (MSPD); SmartMediaCard (SMC); xDCard (xD); SecureDigitalCard (SDC, SDHC and SDXC); MicroSD - MultiMediaCard (MMC).

The external niche must have an integrated disk drive:Style: BD-RE (ReWritable).Size: 5.25".Type: internal.Compatibility: SATA.Includes: disk recording software.

Hard/SSD drives:1) Disk No. 1 (System Disk):Type: SSD.Capacity: at least 240 GB.Bus: SATAIII.Reading speed: at least 500Mbps.Writing speed: at least 500Mbps.

2)Disk 2:Capacity: 3 TB.Revolutions: at least 7200rpm.Bus: SATAIII.

3)Disk 3 (RAID 1):Number of disks: 2 pcs.Capacity: at least 4TB.Revolutions: at least 7200rpm.Bus: SATAIII.Data buffer: minimum 128MB. Configuration: combined in a RAID l array.

Workstations must include:35

Page 36: 143683.docx  · Web viewinformation transmitted electronically after the office hours of the authority will be considered received on the day of sending. If the Tenderer has requested

1)Keyboard:Type: with cord.PC connection and power: USB cable.Key language: ENG/RUS.Keyboard type: standard.Colour: black.Separate digital block.Adjustable height.Silent keys.

2)Computer mouse:Type: laser mouse with cord.PC connection and power: USB cable.Number of buttons: 6.Mouse sensitivity (dpi): 800, 1200, 1600.DPI switch.Colour: black.

3)Mouse pad:Material: fabric surface with embroidered edges to limit wear. Designed for a laser mouse.

4) Two (2) monitors:Screen size: at least 27".Panel type: VA, PLS or IPS.Screen type: preferably matte (Anti-Glare).Resolution: at least 1920x1080px. Contrast ratio: at least 1000:1.Brightness: at least 300 cd/m2.Response time: no more than 8ms.Viewing angle (horizontal/vertical): minimum 178/178 degrees.Connectivity: at least l x DVI, at least l x HDMI.Power supply unit: built-in.

Software:1)Operating system:Microsoft Windows 10 Professional 64-bit or equivalent.

2)Office software:Microsoft Office Home and Business 2016 ENG or equivalent.

Other requirements:36

Page 37: 143683.docx  · Web viewinformation transmitted electronically after the office hours of the authority will be considered received on the day of sending. If the Tenderer has requested

1. The system unit must be fully assembled, configured, and complete with an installed operating system and Office software.2. The supplied hardware must not be pre-used, or have any built-in used or refurbished components.3. The Supplier must submit the remaining components and spare parts unused in the computer system configuration and their original packaging.

* Estimated number of products to be purchased: 14 pcs. Number of products to be purchased will be calculated, depending on the price and the funding provided.

PART 6: TECHNICAL SPECIFICATIONS FOR UNINTERRUPTIBLE POWER SUPPLY UNITS (UPS) FOR WORKSTATIONS FOR IT

INSPECTIONS, MINIMUM 1400 WATTS (W)

The subject-matter of the procurement is the purchase and warranty service of fifteen (15)* uninterruptible power supply units (UPS) for workstations for IT inspections. The power supply units offered by the Tenderer must comply with the following requirements:

Output frequency adjustment: 50Output power capacity (VA): 2000 VAOutput power: Not less than 1400 WInput operating voltage (min): 162 VOutput operating voltage (min): 230 VPower source input frequency: 50/60Maximum current: 10 AOutlets: Not less than 6 USB 2.0 ports: Not less than 1RS-232 ports: Not less than 1Screen: LCDNoise level: 55 dBForm factor: Mini Tower.Battery voltage: 12 V

* Estimated number of products to be purchased: 15 pcs. Number of products to be purchased will be calculated, depending on the price and the funding provided.

37

Page 38: 143683.docx  · Web viewinformation transmitted electronically after the office hours of the authority will be considered received on the day of sending. If the Tenderer has requested

PART 7: TECHNICAL SPECIFICATIONS FOR ANTI-STATIC SCREWDRIVER SETS

The subject-matter of the procurement is the purchase and warranty service of eighty two (82)* dielectric screwdriver sets for the disassembly of research subjects – equipment and internal hard drives (hereinafter ‘the Kit’).

1. The kits offered by the tendered must provide screwdriver handle insulation which at the same time prevents anti-static electricity from accessing the research subject through its metallic parts. At the same time, the insulation of the screwdriver handle must be impervious to electricity, so as to protect the expert from receiving an electric shock from the research subject. 2. The kits must be certified to work with electronic equipment.3. The kit should include the following types of nozzles suitable for the technical maintenance of the most common brands of electronic equipment (Apple: Mac Pro, Mac Air, Mac Book, iPad, iPod, iPhone, mobile phones: Samsung, HTC, ASUS, SONY, SHARP, Motorola, Nokia, Samsung, LG):

1. ( + type nozzles) #0002. ( + type nozzles) #003. ( + type nozzles) #04. ( + type nozzles) #15. ( - type nozzles) 2.06. ( - type nozzles) 2.57. ( - type nozzles) 3.08. ( - type nozzles) 4.09. T410.T511.T612.T813.T1014.T1515.T2016.H 0.717.H 1.518.H 2.019.H 3.020.TA 2.021.TRI0022.TRI023.TRI124.PZ125.PZ026.Spanner 2.627.Awl

38

Page 39: 143683.docx  · Web viewinformation transmitted electronically after the office hours of the authority will be considered received on the day of sending. If the Tenderer has requested

28.P2 29.P5 (1.2.mm) for MacBook30.P6 (1.5.mm) for MacBookPro battery.

* Estimated number of products to be purchased: 82 pcs. Number of products to be purchased will be calculated, depending on the price and the funding provided.

PART 8: TECHNICAL SPECIFICATIONS FOR EXTERNAL HARD DRIVES FOR OPERATIONAL TRIPS

The subject-matter of the procurement is the purchase and warranty service of eight (8)* external hard drives for operational trips (hereinafter ‘the Equipment’). The equipment offered by the tendered must comply with the following requirements:

Must have a HDD drive: 2.5 inches, with a USB 3.0 interface. Data transfer speed: at least 5 GB/s. Drive speed: not less than 5400 rpm. Intermediate memory: not less than 64 MB. Disk capacity: 2 TB. The body of the appliance must be shockproof, waterproof and dust-proof.

* Estimated number of products to be purchased: 8 pcs. Number of products to be purchased will be calculated, depending on the price and the funding provided.

PART 9: TECHNICAL SPECIFICATIONS FOR SATAIII INTERNAL HARD DRIVES

The subject-matter of the procurement is the purchase and warranty service of thirty two (32) SATA III internal hard drives (hereinafter ‘the Equipment’). The equipment offered by the tendered must comply with the following requirements:

HDD drive: 3.5 inches, with SATAIII interface Speed: at least 6 GB/sec Drive speed: not less than 7200 rpm Intermediate memory: not less than 64 MB Disk capacity: 3 TB.

* Estimated number of products to be purchased: 32 pcs. Number of products to be purchased will be calculated, depending on the price and the funding provided.

39

Page 40: 143683.docx  · Web viewinformation transmitted electronically after the office hours of the authority will be considered received on the day of sending. If the Tenderer has requested

PART 10: TECHNICAL SPECIFICATIONS FOR UNIVERSAL REMOVABLE MEMORY CARD READER ADAPTERS

The subject-matter of the procurement is the purchase and warranty service of sixty (60)* universal external memory card reader adapters with at least 9 interfaces (hereinafter ‘the Equipment’). The equipment offered by the tendered must comply with the following requirements:

Supported operating systems: MS Windows, Unix, Mac OS Compatibility on the side of the computer: USB 3.0 interface Compatibility on the side of the research subject – with the following

interfaces:- CompactFlashCard (CFC);- MicroDrive (MD);- MemoryStickCard (MSC);- MemoryStickPro (MSP);- MemoryStickProDuo (MSPD);- SmartMediaCard (SMC);- xDCard (xD);- SecureDigitalCard (SDC, SDHC and SDXC);- MicroSD - MultiMediaCard (MMC) The kit must include: Equipment, transport bag, a power supply cable,

computer connection cable (USB 3.0 interface).

* Estimated number of products to be purchased: 60 pcs. Number of products to be purchased will be calculated, depending on the price and the funding provided.

40

Page 41: 143683.docx  · Web viewinformation transmitted electronically after the office hours of the authority will be considered received on the day of sending. If the Tenderer has requested

PART 11: TECHNICAL SPECIFICATIONS FOR PORTABLE MEDIA CLONING EQUIPMENT

The subject-matter of the procurement is the purchase and warranty service of eight (8)* portable media cloning devices (hereinafter ‘the Equipment’). The equipment offered by the tendered must comply with the following requirements:

The device must be fully autonomous in its functionality, namely, it must have a control panel with a touch-sensitive colour screen;

The device must have built-in functionality to produce mirror copies in the following formats: .dd, .dmg, .e01 .ex01;

The device must have built-in functionality to produce mirror copies from media with the following interfaces: SATA, USB 3.0/2.0/1.1, FireWire, IDE, SAS and from network media connected to the Ethernet interface;

Compatibility on the side of the research subject with the following interfaces:o CompactFlashCard (CFC)o MicroDrive (MD)o MemoryStickCard (MSC)o MemoryStickPro (MSP)o MemoryStickProDuo (MSPD) o SmartMediaCard (SMC)o xDCard (xD)o SecureDigitalCard (SDC, SDHC and SDXC)o MicroSD - MultiMediaCard (MMC)o IDE and SATA driveso Portable computer hard drives with the dimensions of 1.8 inches and 2.5 inches, and ZIF interfaceo MicroSATA interfaceo Blade-style SSD interface.

The power supply unit must be suitable for use in a 220 volt power supply network and be equipped with a European standard plug.

The kit must include: device, power supply cable and computer connection cable (USB 3.0 interface) in a shockproof shipping case complete with an inner polyurethane padding.

The Tenderer must provide a training course for working with delivered goods to the Contracting Authority’s employees by agreeing on the time for the training with the Contracting Authority in advance: four (4) academic hours (45 min each), estimated number of trainees: ten (10) people.

* Estimated number of products to be purchased: 8 pcs. Number of products to be purchased will be calculated, depending on the price and the funding provided.

41

Page 42: 143683.docx  · Web viewinformation transmitted electronically after the office hours of the authority will be considered received on the day of sending. If the Tenderer has requested

Annex 3To the Regulations of the Open Competition

“Purchase of Specialised IT Inspection Equipmentand Ancillary Tools under Project No. VP/IDF/2017/1

‘Improvement of the Capacity of the State Policein the Prevention and Combating

of High-Tech Crime’ ” (Procurement Identification No. IeM VP 2017/44 IDF)

Technical Tender

of the Open Competition “Purchase of Specialised IT Inspection Equipment and Ancillary Tools under Project

No. VP/IDF/2017/1, ‘Improvement of the Capacity of the State Police in the Prevention and Combating of High-Tech Crime’ ”

(Procurement Identification No. IeM VP 2017/44 IDF)

Tenderer:___________________________________________________

(Name of the Tenderer)

Part No.: ____________________________________________________

No.

Detailed description of the product in accordance with the Technical Specification

1.

(Signature) (Print name)

L.s.

___ ___________ 2017

42

Page 43: 143683.docx  · Web viewinformation transmitted electronically after the office hours of the authority will be considered received on the day of sending. If the Tenderer has requested

Annex 4To the Regulations of the Open Competition

“Purchase of Specialised IT Inspection Equipmentand Ancillary Tools under Project No. VP/IDF/2017/1

‘Improvement of the Capacity of the State Policein the Prevention and Combating

of High-Tech Crime’ ” (Procurement Identification No. IeM VP 2017/44 IDF)

Financial Tenderof the Open Competition

“Purchase of Specialised IT Inspection Equipment and Ancillary Tools under Project No. VP/IDF/2017/1, ‘Improvement of the Capacity of the State Police in the

Prevention and Combating of High-Tech Crime’ ”

(Procurement Identification No. IeM VP 2017/44 IDF)

Tenderer_____________________________________________________

(Name of the Tenderer)

Part 1

Product description Price per unit, EUR (excluding

VAT)Portable computer for operational trips

Number of products to be purchased will be calculated, depending on the price and the funding provided.

(Signature) (Print name)

___ ___________ 2017

43

Page 44: 143683.docx  · Web viewinformation transmitted electronically after the office hours of the authority will be considered received on the day of sending. If the Tenderer has requested

Tenderer_____________________________________________________

(Name of the Tenderer)

Part 2

Product description Price per unit, EUR (excluding

VAT)Portable recording protection equipment for work with internal hard drives, with different interfaces: IDE/ SATA/ ZIF/ MicroSata/Blade SSD, Read Only mode

Number of products to be purchased will be calculated, depending on the price and the funding provided.

(Signature) (Print name)

___ ___________ 2017

Tenderer_____________________________________________________

(Name of the Tenderer)

Part 3

Product description Price per unit, EUR (excluding

VAT)Portable recording protection equipment for work with external media, with the following interfaces: USB 3.0/2.0/1.1, read only mode

Number of products to be purchased will be calculated, depending on the price and the funding provided. (Signature) (Print name)

___ ___________ 2017

44

Page 45: 143683.docx  · Web viewinformation transmitted electronically after the office hours of the authority will be considered received on the day of sending. If the Tenderer has requested

Tenderer_____________________________________________________

(Name of the Tenderer)

Part 4

Product description Price per unit, EUR (excluding

VAT)Workstation for parallel file decompression using Passware Kit Forensic Software

Number of products to be purchased will be calculated, depending on the price and the funding provided.

(Signature) (Print name)

___ ___________ 2017

Tenderer_____________________________________________________

(Name of the Tenderer)

Part 5

Product description Price per unit, EUR (excluding

VAT)Workstation for IT inspections

Number of products will be calculated, depending on the price and the funding provided. (Signature) (Print name)

___ ___________ 2017

45

Page 46: 143683.docx  · Web viewinformation transmitted electronically after the office hours of the authority will be considered received on the day of sending. If the Tenderer has requested

Tenderer_____________________________________________________

(Name of the Tenderer)

Part 6

Product description Price per unit, EUR (excluding

VAT)Uninterruptible power supply unit (UPS) for workstations for IT inspections

Number of products to be purchased will be calculated, depending on the price and the funding provided. (Signature) (Print name)

___ ___________ 2017

Tenderer_____________________________________________________

(Name of the Tenderer)

Part 7

Product description Price per unit, EUR (excluding

VAT)Dielectric screwdriver kit for the disassembly of research subjects – appliances and internal hard drives

Number of products to be purchased will be calculated, depending on the price and the funding provided. (Signature) (Print name)

___ ___________ 2017

46

Page 47: 143683.docx  · Web viewinformation transmitted electronically after the office hours of the authority will be considered received on the day of sending. If the Tenderer has requested

Tenderer_____________________________________________________

(Name of the Tenderer)

Part 8

Product description Price per unit, EUR (excluding

VAT)External hard drive for operational trips

Number of products to be purchased will be calculated, depending on the price and the funding provided. (Signature) (Print name)

___ ___________ 2017

Tenderer_____________________________________________________

(Name of the Tenderer)

Part 9

Product description Price per unit, EUR (excluding

VAT)SATA III internal hard drive

Number of products to be purchased will be calculated, depending on the price and the funding provided. (Signature) (Print name)

___ ___________ 2017

47

Page 48: 143683.docx  · Web viewinformation transmitted electronically after the office hours of the authority will be considered received on the day of sending. If the Tenderer has requested

Tenderer_____________________________________________________

(Name of the Tenderer)

Part 10

Product description Price per unit, EUR (excluding

VAT)Universal external memory card reader adapter with interface

Number of products to be purchased will be calculated, depending on the price and the funding provided. (Signature) (Print name)

___ ___________ 2017

Tenderer_____________________________________________________

(Name of the Tenderer)

Part 11

Product description Price per unit, EUR (excluding

VAT)Portable media cloning device

Number of products to be purchased will be calculated, depending on the price and the funding provided. (Signature) (Print name)

___ ___________ 2017

48

Page 49: 143683.docx  · Web viewinformation transmitted electronically after the office hours of the authority will be considered received on the day of sending. If the Tenderer has requested

Annex 5To the Regulations of the Open Competition

“Purchase of Specialised IT Inspection Equipmentand Ancillary Tools under Project No. VP/IDF/2017/1

‘Improvement of the Capacity of the State Policein the Prevention and Combating

of High-Tech Crime’ ” (Procurement Identification No. IeM VP 2017/44 IDF)

Tenderer’s Proof of Experience

for the Open Competition “Purchase of Specialised IT Inspection Equipment and Ancillary Tools under Project

No. VP/IDF/2017/1, ‘Improvement of the Capacity of the State Police in the Prevention and Combating of High-Tech Crime’ ”

(Procurement Identification No. IeM VP 2017/44 IDF)

Signature Print name

___ ___________ 2017

49

No. Product type Name of the Contracting Authority

Amount ordered (EUR,

excluding VAT)

Details of the contact person

Product delivery

year

1.

TOTAL:

Page 50: 143683.docx  · Web viewinformation transmitted electronically after the office hours of the authority will be considered received on the day of sending. If the Tenderer has requested

DRAFT CONTRACTAnnex 6

To the Regulations of the Open Competition “Purchase of Specialised IT Inspection Equipment

and Ancillary Tools under Project No. VP/IDF/2017/1 ‘Improvement of the Capacity of the State Police

in the Prevention and Combatingof High-Tech Crime’ ”

(Procurement Identification No. IeM VP 2017/44 IDF)

PROCUREMENT CONTRACT“Purchase of Specialised IT Inspection Equipment and Ancillary Tools"

The Contracting Authority’s Contract Reg. No. _____The Supplier’s Contract Reg. No. ______

Procurement Identification No. IeM VP 2017/44 IDF

Riga ___ ___________ 2017

The State Police, registration No. 90000099040, represented by its Deputy Head and Head of Central Criminal Police Department Andrejs Grišins, acting pursuant to Order No.1-14/1362 of the Ministry of the Interior, dated 9 June 2017, hereinafter – the Contracting Authority, on the one hand; and

Name of the successful Tenderer, represented by its name, surname and title of the authorised person, acting pursuant to name of the authorising document, hereinafter ‘the Supplier’, on the other hand, both TOGETHER hereinafter referred to as the Parties and each separately as the Party,Under project No. VP/IDF/2017/1 “Improvement of the Capacity of the State Police in the Prevention and Combating of High-Tech Crime” (hereinafter ‘the Project’), on the basis of the open competition organised by the State Police, “Purchase of Specialised IT Inspection Equipment and Ancillary Tools" (hereinafter ‘the Procurement’), (Procurement Identification No. IeM VP 2017/44 IDF, Parts 1–3; 5; and 11 of the competition: (CPV code: 30210000 – 4 (Data-processing machines (hardware). Products), Part 6 of the competition: (CPV code: 31400000 – 0 (Accumulators, primary cells and primary batteries. Products)), and Parts 7–10 of the competition: (CPV code: 30237200 – 1 (Computer accessories. Products)), without fraud, deception or coercion, have entered into the following contract (hereinafter ‘the Contract’):

1. The Contract Subject

The Contracting Authority shall order and purchase, and the Supplier shall, in accordance with the tender submitted in the Procurement and the technical specifications and prices set out in Annex 1 to the Contract, sell, deliver and hand over to the Contracting Authority Product quantity with words (quantity with digits) Product description (hereinafter ‘the Products’ or each separately ‘the Product’) in Part (part with digits) of the Procurement.

2. The Contract Price and Payment Terms

2.1. The total Contract price consists of the total price for the Products in the amount of EUR amount in digits (amount in words), excluding value added tax (hereinafter – VAT). VAT is calculated in accordance with applicable Latvian legislation.2.2. If the Contractor is not a VAT payer registered in the Republic of Latvia, 21% (twenty one percent) VAT will be calculated and paid by the Contracting Authority in accordance with applicable Latvian legislation.2.3. The product price is stated in Annex 1 to the Contract and will remain unchanged during the Contract term.

50

Page 51: 143683.docx  · Web viewinformation transmitted electronically after the office hours of the authority will be considered received on the day of sending. If the Tenderer has requested

2.4. The Contract price includes all expenses incurred by the Supplier in connection with the performance of the Contract, including expenses for the delivery, exchange and warranty of the Goods and providing Contracting Authority`s employees with training course for working with Supplier`s delivered Products in accordance with the provisions of the Contract.2.5. The Supplier shall prepare a supporting document for the delivered Products by including the following information – name of the Contracting Authority, Product description, quantity, unit of measurement, the price EUR without VAT, the Contracting Authority’s Contract Registration number, Project number and the Contracting Authority’s procurement identification number. If the Supplier fails to include the information specified in this paragraph in the supporting document, the Contracting Authority shall be entitled to request the Supplier to make appropriate adjustments and the supporting document will be paid only after the adjustments are made.2.6. The Contracting Authority pays the price for the Products within twenty (20) business days after the delivery of the Products and the receipt of the supporting document by the Contracting Authority’s accounting department at Čiekurkalna 1. līnija 1, k-4, Riga.2.7. The payment date shall be the day when the Contracting Authority submits a payment order to the Treasury regarding a transfer made to the Supplier’s account.2.8. For the purposes of this Contract, the supporting document shall serve as a Service transfer and acceptance certificate.

3. Delivery and Acceptance of the Products

3.1. The Supplier shall deliver the Products within forty five (45) calendar days from the date of registration of the Contract in the Contracting Authority’s records. The Products shall be delivered at the following address: the Contracting Authority’s premises at Čiekurkalna 1. līnija 1, k-4, Riga.3.2. The Supplier and the Contracting Authority’s representative shall coordinate the delivery time over the phone two (2) business days before the delivery.3.3. The Supplier undertakes to provide the following training course for Contracting Authority`s employees on how to work with the Products:3.3.1. In Parts 2 and 3 of the Procurement: two (2) academic hours, estimated number of trainees:

twenty (20) people;3.3.2. In Part 4 of the Procurement: four (4) academic hours, estimated number of trainees: three (3)

people;3.3.3. In Part 11 of the Procurement: four (4) academic hours, estimated number of trainees: ten (10)

people.3.3.4. The Supplier submits the training course in the respective part of the Procurement on the day

of delivery of the Products or on another day, in advance by mutual consent of the Parties, not exceeding delivery deadline specified in clouse 3.1.

3.4. The Contracting Authority shall accept the Products from the Supplier provided that they comply with the provisions of the Contract and the Technical Specification for the Products (Annex 1 to the Contract). In Procurements Parties 2, 3, 4 and 11 Contracting Authority accepts training course for Contracting Authority`s employees, if Supplier training course has provided in high quality.3.5. The day of delivery of the Products shall be the day when the Products are handed over to the Contracting Authority by the Supplier and both Parties have mutually signed the supporting document. Supporting document in Procurement`s Parties 2, 3, 4 and 11 will be signed by the Contracting Authority after the Supplier has provided the training course for Contracting Authority`s employees for work with delivered Products.3.6. Until the signature of the supporting document, the risk of accidental damage to the Product shall be borne by the Supplier.3.7. The Contracting Authority may send a claim within ten (10) business days after the date of signature of the supporting document regarding Product quality or defects in any of the following ways: in writing by mail and by e-mail (e-mail address: address), or by telephone (phone: phone number).

51

Page 52: 143683.docx  · Web viewinformation transmitted electronically after the office hours of the authority will be considered received on the day of sending. If the Tenderer has requested

3.8. If the Products delivered by the Supplier are of substandard quality or do not correspond to the technical specifications included in Annex 1 to the Contract, a defect form will be drawn up (hereinafter ‘the Defect Form’), where the Contracting Authority will indicate the defects found and how and when they will be eliminated (Annex 3 to the Contract).3.9. The identified defects and/or deficiencies shall be eliminated by the Supplier at its own expense, and the Supplier shall ensure the replacement and/or delivery of the missing Products within fourteen (14) days after the receipt of a written claim from the Contracting Authority.3.10. If the Supplier fails to deliver the Products (or some of them) within the specified period, a Delayed Delivery Form (hereinafter ‘the Form’) (Annex 2 to the Contract) will be drawn up, recording the fact of non-delivery of the Products, in which the Contracting Authority will indicate the delay in delivery.3.11. The Form or the Defect Form shall be drawn up in two (2) copies and become an integral part of the Contract.3.12. The signing of the supporting document is possible only after the complete elimination of the deficiencies specified in the Form and/or Defect Form.3.13. Until the signature of the supporting document, the risk of accidental loss of the Product shall be borne by the Supplier.3.14. Upon the bilateral signature of the supporting document, the Product shall become the property of the Contracting Authority.

4. Warranty Conditions

4.1. The Supplier warrants that the supplied Products will be of high quality and comply with the technical specifications provided in Annex 1 to the Contract, as well as with applicable Latvian legislation. The Products must comply with the standards of the European Union (have relevant CE marking). If the products are assembled using separate equipment/components, each of these equipment/components must meet the corresponding EU standards. The Products must comply with requirements and criteria set forth in Cabinet Regulation No. 353 “Requirements for Green Public Procurement”.4.2. The Supplier must provide software updates from the manufacturer for twenty four (24) months after the Product purchase.4.3. The warranty period for the Products shall be twenty four (24) months from the date of signature of the supporting document.4.4. The warranty service shall include free repairs and/or replacement of damaged nodes as soon as possible, but within no more than fourteen (14) days from the date on which the Defect Form is sent to the Supplier according to Clause 3.8 of the Contract. The Contracting Authority and the Supplier may agree on a longer warranty service period. The warranty shall cover both the Products and their components.4.5. If through no fault of the Contracting Authority the Product is damaged or incurs a defect during the warranty period, or if the Product does not correspond to the provisions of the Contract (hereinafter ‘Substandard Product’), the Contracting Authority shall draw up a Defect Form in accordance with Clause 3.8 of the Contract.4.6. Upon receipt of the Defect Form, the Supplier shall, with no extra charge and within the deadline specified in Clause 4.4 of the Contract:4.6.1. Repair the defects of the Substandard Product; or4.6.2. Replace the Substandard Product with a Product that corresponds with the Contract terms.4.7. If the Supplier fails to fulfil the obligations stipulated in Clause 4.6 of the Contract, the Contracting Authority shall be entitled to request the Supplier to refund the money paid for the Substandard Product.4.8. Upon receipt of the payment referred to in Clause 4.7 above, the Contracting Authority shall return the Substandard Product to the Supplier, which is to be confirmed by drawing up a Return of Substandard Products Form (Annex 4 to the Contract) to be signed by the Parties’ representatives.

52

Page 53: 143683.docx  · Web viewinformation transmitted electronically after the office hours of the authority will be considered received on the day of sending. If the Tenderer has requested

5. Liabilities of the Parties

5.1. The Parties shall be mutually liable for any damage incurred by the other Party, if such damage has incurred due to the actions, carelessness, gross negligence or malicious intent by the Party, its employees or third parties involved in the implementation of the Contract.

5.2. If the Contracting Authority fails to comply with the deadline specified in Clause 2.6 herein, it shall pay a late penalty to the Supplier in the amount of 0.5% (zero point five percent) from the amount due for each day of delay, but no more than 10% (ten percent) of the amount due.

5.3. If the Supplier fails to comply with the deadlines specified in Clauses 3.1, 3.9 and 4.4 herein, it shall pay a late penalty to the Contracting Authority in the amount of 0.5% (zero point five percent) for each day of delay, but no more than 10% (ten percent) of the Order amount.

5.4. Payment of the late penalty does not relieve the Parties from further compliance with their obligations under the Contract.

6. Force Majeure

6.1. The Parties shall be released from liability for partial or complete non-fulfilment of the contractual obligations, if such non-fulfilment is caused by force majeure or extraordinary circumstances which began after the Contract signing date and which could not be foreseen or prevented. Force majeure or extraordinary circumstances may include: natural disasters, accidents, epidemics, acts of war, strikes, internal unrest, acts of blockade, actions of State or local authorities, the adoption and entry into force of laws and regulations that significantly limit or violate the rights of the Parties and affect the obligations assumed by them, except if these decisions of the State or local authorities are adopted as a consequence of the Party’s acts or omissions.6.2. The Party referring to the operation of force majeure or extraordinary circumstances shall notify the other Party thereof in writing no later than within five (5) working days. The notification must indicate in what period, in their opinion, the fulfilment of their obligations under the Contract is possible and foreseeable and, upon request, attach a statement issued by the competent authority, containing a confirmation of the operation of the extraordinary circumstances and their characteristics. Failure to submit such a notice to the other Party on time will prevent the other Party from relying on the force majeure circumstances.6.3. The Contract term may be extended for the duration of force majeure events, and, upon agreement of the Parties, for a period of time which would allow them to complete the implementation of obligations provided for in the Contract.6.4. If the circumstances referred to in Clause 6.1 above last for more than two (2) calendar months, the Parties will agree on the suspension, termination or continuation of the obligations.

7. Representatives of the Parties

7.1. The Parties have agreed that the issues related to the implementation of the Contract will be addressed by the following representatives of the Parties:7.1.1. Contracting Authority’s representative: (name, surname, phone, e-mail);7.1.2. Supplier’s representative: (name, surname, phone, e-mail).7.2. The representatives shall have the following rights:7.2.1. To coordinate the delivery time of the Products;7.2.2. To sign the supporting document, the Defect Form, the Return of Substandard Products Form, and the Form;7.2.3. To submit claims regarding breaches of the Contract;7.2.4. To address other organisational issues related to the performance of the Contract;7.3. The representatives of the Parties shall not be entitled to make any corrections or amendments to the Contract or its annexes.7.4. In the mutual correspondence, the representatives of the Parties shall use the means of communication and details (e-mail addresses and telephone numbers) provided in Clause 7.1 above.

53

Page 54: 143683.docx  · Web viewinformation transmitted electronically after the office hours of the authority will be considered received on the day of sending. If the Tenderer has requested

8. Settlement of Disputes

8.1. If a dispute or disagreement arises between the Parties as to the implementation of the Contract, the Parties shall use their best endeavours to resolve it by negotiations.8.2. If an agreement between the Parties cannot be reached within fifteen (15) days, the dispute shall be resolved in the courts of the Republic of Latvia, in accordance with applicable Latvian legislation and binding international laws and regulations.

9. Other Provisions

9.1. The Contract shall enter into force on the day of its registration in the Contracting Authority’s records at Čiekurkalna 1.līnija 1, k-4, LV-1026, Riga, and be valid until the total amount referred to in Clause 2.1 of the Contract has been reached.9.2. The Supplier’s warranty obligations shall be valid until the warranty completion date.9.3. By agreement of the Parties, the Contract may be corrected, amended or supplemented subject to the provisions of Article 61 of the Public Procurement Law. All corrections, modifications and additions shall be made in writing and will only enter into force when signed by both Parties.9.4. The Contracting Authority shall be entitled to unilaterally withdraw from the Contract if the Supplier:9.4.1. Fails to transfer the Products to the Contracting Authority within the time limit specified in Clause 3.1 of the Contract;9.4.2. Delays the deadline specified in Clauses 3.9 and 4.4 of the Contract by more than fourteen (14) days;9.4.3. Has allowed the provisions of Article 165 of the 20.09.2016 Cabinet Instruction No.3, ‘Guidelines for the elaboration and conclusion of civil contracts financed by foreign financial instruments in direct public administration institutions’, or if any of the conditions described in the aforementioned clause has set in.9.5. The Supplier shall be entitled to unilaterally withdraw from the Contract if the Contracting Authority delays the deadline specified in Clause 2.6 of the Contract by more than thirty (30) days.9.6. Withdrawal from the Contract in accordance with Clauses 9.4 or 9.5 herein shall not relieve the guilty Party from the obligation to pay a penalty for the period from the occurrence of the delay until the Party’s unilateral withdrawal from the Contract.9.7. If the Contract is terminated on the basis of Clause 9.4.2 herein, the Supplier shall be obliged, within five (5) working days after the receipt of information referred to in Clause 9.4.2 herein, to refund the payment received from the Contracting Authority for substandard Products, as well as the contractual penalty. When the Contracting Authority receives the payments referred to in this paragraph, the Contracting Authority will return all the substandard Products to the Supplier.9.8. Each Party undertakes to notify the other Party by e-mail of any changes in their name, address or other details, including the Party’s representative and his/her phone number, fax, or e-mail, within three (3) business days.9.9. This Contract has been drawn up in two (2) copies, on number of pages in digits (number of pages in words) pages each, of which one is kept by the Contracting Authority and the other by the Supplier. In case of disagreements on the interpretation of the Agreement, the Latvian version of the Agreement shall prevail.9.10. All Annexes to the Contract form an integral part of the Contract. The Contract contains the following annexes:9.10.1. Annex 1: “Product Technical Specification and Price”, on number of pages in digits (number of pages in words) pages;9.10.2. Annex 2: “Delayed Delivery Form”, on one (1) page;9.10.3. Annex 3: “Defect Form”, on one (1) page;9.10.4. Annex 4: “Return of Substandard Products Form”, on one (1) page.

54

Page 55: 143683.docx  · Web viewinformation transmitted electronically after the office hours of the authority will be considered received on the day of sending. If the Tenderer has requested

10. Details of the Parties

The Contracting Authority:State Police Reg. No. 90000099040 Čiekurkalna 1.līnija 1, k – 4, Riga, LV-1026Valsts kase (Treasury)Code: TRELLV22Account: LV67TREL2140091031000 Deputy HeadAndrejs Grišins

____________________L.s. Signature

The Supplier:

________________________L.s. Signature

55

Page 56: 143683.docx  · Web viewinformation transmitted electronically after the office hours of the authority will be considered received on the day of sending. If the Tenderer has requested

Annex 1 ____________________2017

The Contracting Authority’s Contract Reg. No._____The Supplier’s Contract Reg. No._____

Procurement Identification No. IeM VP 2017/44 IDF

PRODUCT TECHNICAL SPECIFICATION AND PRICE*

* This annex to the contract will be added from Annex 2 to the Procurement, ‘Technical Specifications’, and from the tender submitted by the Tenderer

56

The Contracting Authority:State Police Reg. No.90000099040 Deputy HeadAndrejs Grišins

______________________L.s. Signature

The Supplier:

______________________L.s. Signature

Page 57: 143683.docx  · Web viewinformation transmitted electronically after the office hours of the authority will be considered received on the day of sending. If the Tenderer has requested

Annex 2____________________2017

The Contracting Authority’s Contract Reg. No._____The Supplier’s Contract Reg. No._____

Procurement Identification No. IeM VP 2017/44 IDF Sample

Delayed Delivery Form

___________ ___ _____________201__ (Place)

The Delayed Delivery Form has been drawn up on ______ (__) pages, one copy for each Party.

The Delayed Delivery Form was drawn up by:

1) The Contracting Authority’s representative: ___________________________________________(Title, name, surname)

__________________________________________________________________________(The Contracting Authority’s name, address, Reg. No. and other details)

2) The Supplier’s representative: __________________________________________________ (Title, name, surname)

(The Supplier’s name, address, Reg. No. and other details)

THIS SAMPLE FORM IS APPROVED BY:

57

No. Product description

Quantity of the Products ordered

(pcs.) and the time of placing the Order

(date, time)

Quantity of the Products delivered (pcs.) and the time of delivery (date,

time)

Delay in delivery time and/or quantity of the

missing Products

The Contracting Authority:State Police Reg. No.90000099040 Deputy HeadAndrejs Grišins

______________________L.s. Signature

The Supplier:

______________________L.s. Signature

Page 58: 143683.docx  · Web viewinformation transmitted electronically after the office hours of the authority will be considered received on the day of sending. If the Tenderer has requested

Annex 3

____________________2017The Contracting Authority’s Contract Reg. No._____

The Supplier’s Contract Reg. No._____Procurement Identification No. IeM VP 2017/44 IDF

Sample

DEFECT FORM

Riga ____ _____________ 201__

Defects and/or deficiencies found

How the defect and/or

deficiency will be eliminated

Deadline for eliminating

the defect/defici

ency

Who found the defect and/or

deficiency

(Title, name, surname, signature)

Mark that the defect has been

eliminated

This Defect Form has been drawn up in two copies in Latvian on ______ (__) pages each, with equal legal force, one copy for each party.The Defect Form was drawn up by:

1) The Contracting Authority’s representative: _________________________________________________________

(Title, name, surname)___________________________________________________________________________

(The Contracting Authority’s name, address, Reg. No. and other details)

2) The Supplier’s representative: ________________________________________________________

(Title, name, surname)___________________________________________________________________________

(The Supplier’s name, address, Reg. No. and other details)

THIS SAMPLE FORM IS APPROVED BY:

58

The Contracting Authority:State Police Reg. No.90000099040 Deputy HeadAndrejs Grišins

______________________L.s. Signature

The Supplier:

______________________L.s. Signature

Page 59: 143683.docx  · Web viewinformation transmitted electronically after the office hours of the authority will be considered received on the day of sending. If the Tenderer has requested

Annex 4____________________2017

The Contracting Authority’s Contract Reg. No._____The Supplier’s Contract Reg. No._____

Procurement Identification No. IeM VP 2017/44 IDF Sample

Return of Substandard Products FormRiga ____ _____________ 201__

No. Product description Product quantity

(pcs.)

Defects found Product price per unit, EUR excluding

VAT

Total amount,

EUR excluding

VAT

1.

2.

3.

4.

5.

The Contracting Authority’s representative: ___________________________________________________________

(Title, name, surname)___________________________________________________________________________

(The Contracting Authority’s name, address, Reg. No. and other details)The Supplier’s representative: _________________________________________________________

(Title, name, surname)

(The Supplier’s name, address, Reg. No. and other details)

THIS SAMPLE FORM IS APPROVED BY:

59

The Contracting Authority:State Police Reg. No.90000099040 Deputy HeadAndrejs Grišins

______________________L.s. Signature

The Supplier:

______________________L.s. Signature