Under Chief Minister Yogi Adityanath, Uttar Pradesh has projected an ambitious vision of building a safer, more technologically equipped and crime-resistant state, with a growing emphasis on modern policing, digital investigation and forensic capacity as pillars of governance. The proposed rollout of Cyber Investigation and Digital Assistance Labs across the state appears to flow from that broader push to strengthen institutional response to cybercrime and evidence-led policing. But alongside that vision, certain red flags in the tender specifications and eligibility conditions have begun to draw scrutiny.
A Tender Framed as Capacity Building, and Challenged as Exclusion
On paper, the procurement is expansive and ambitious. The Uttar Pradesh Police tender seeks to establish a statewide network of Cyber Investigation and Digital Assistance Labs, or CIDAL, on a turnkey basis, bundling together forensic hardware, investigation software, networking, training infrastructure, manpower and long-term support. The project, as described in the bid papers, is meant to span headquarters, range units and district-level deployments in a single integrated rollout.
But in the objections now being raised against it, the issue is not the scale of the project so much as the way that scale has been used. The pre-bid critique argues that a tender of this size, carrying an estimated value of about ₹100 crore, has been packaged in a manner that appears to narrow the field from the outset. In that telling, the problem begins with the eligibility criteria: a bidder turnover requirement of ₹50 crore, a requirement of a single work order of ₹80 crore, and a past-performance threshold of 50 percent. Together, the objectors say, these conditions make the competition look less like an open state procurement and more like a contest designed for a small club of large incumbents.
The language of the objection is pointed. It argues that the bid “looks like it is designed to support few selected and big companies,” and it links that concern directly to what it describes as “vendor lock-in, cartelization, and the sub-optimal utilization of the public exchequer.” That is, in effect, the central allegation: that the structure of the tender may restrict competition before technical merit is even meaningfully tested.
The Battle Over What Counts as a “Generic” Specification
At the center of the challenge is a familiar but consequential procurement question: when does a technical specification stop being generic and begin to resemble a product map?
The source material invokes the General Financial Rules, 2017, particularly the principles that public procurement should promote broad competition and avoid tailoring requirements toward individual vendors. The objection says those principles have not been met here. In its account, some specifications are too vague to protect quality, while others are so detailed and product-shaped that they effectively align with particular international forensic brands.
That pattern runs through the clause-by-clause objections. For the “Mobile Unlocking Tool,” listed as ML-04, the challenge says there is a contradiction between the product title and the actual requirement: the title implies a tool capable of unlocking devices, while the specification suggests that the device must already be in an unlocked or accessible state. The objection then goes further, alleging that the technical requirements are “unique to Cellebrite Inseyets Premium” and are not generic enough to permit healthy competition.
A similar complaint is raised for the “Mobile Data Extraction Kit” under ML-06, which the objection says appears aligned to particular company’s platform; for the “Image and Video Authentication and Verification Software” under ML-07, where even the threshold of “minimum 140 distinct filters” is questioned as arbitrarily precise and allegedly shaped around Amped; and for the “Mobile Device Extraction Solution with Cloud Module” and “Mobile Device Unlocking & Extraction Solution,” which are said to reflect the contours of offerings associated with Cellebrite and another proprietary platform.
This is not simply an argument about brand names being mentioned or omitted. It is subtler than that. In Indian procurement disputes, one recurring controversy is whether a specification can remain formally brand-neutral while still being functionally vendor-specific. The pre-bid note contends that this is what has happened here: that some of the tender’s requirements are written in a way that only a narrow set of products can satisfy, even if no manufacturer is named outright.
Where the Tender Is Said to Be Too Loose, and Where Too Precise
Not every criticism in the source material points in the same direction. Some clauses are attacked for being overly restrictive. Others are challenged for being so underdeveloped that they risk attracting cheaper, unsuitable or non-forensic products.
Take the “Computer Forensics Software” entry, ML-05. Here, the objection is not that the criteria are excessively demanding, but that they are too minimal. The note says the specifications are “on very lower side” and could be met by “cheaper or low standard products.” It then proposes a list of features it believes should have been included: a data-carving engine with user-defined criteria, reusable processing profiles, a KFF hash library, advanced automated analysis without scripting, and database support. In other words, the complaint is that the tender is inconsistent — exacting where certain premium tools are concerned, permissive where lower-grade products might slip through.
The same concern appears in the objections to the “Forensic Fast Imager,” where the current draft is described as covering only basic imaging, cloning and hashing, supposedly without enough safeguards to distinguish established forensic tools from “any short of Chinese product.” The phrasing is blunt, but the procurement concern beneath it is recognizable: whether the bid has specified functional outcomes tightly enough to keep out products that are inexpensive yet unsuitable for evidentiary use.
Elsewhere, the note argues that some specifications do not match the practical scope of the item being procured. The “Mac Forensic and Analysis Software,” ML-03, is questioned because the tender appears to ask for Mac analysis capability without clearly specifying how Mac systems are to be acquired in the first place. For “CDR/IPDR Analysis Software” and “Social Media Investigation,” the objection says it is unclear whether the state wants a standalone solution or an enterprise platform, and that this ambiguity matters because role-based access may not be available in simpler standalone tools. And for the “Virtual Forensic Triage Platform,” the note claims the specifications describe something more like a centralized evidence-management environment than a triage tool used for live data capture.
Taken together, these objections suggest that the tender may be vulnerable from two opposing directions at once: too narrowly framed in some places, too imprecise in others. That duality is what makes the dispute notable. The criticism is not merely that the state wants high standards. It is that the standards appear unevenly distributed in a way that could advantage certain vendors while leaving other parts of the procurement open to lower-quality interpretation.
The Larger Procurement Question Behind the Technical Fight
Beyond individual tools and clauses, the objections point to a broader legal and policy issue: whether a state cyber-forensics tender can lawfully and prudently be constructed in a way that sidelines MSME and Make in India preferences while depending heavily on imported technologies.
The source material explicitly raises this question. It argues that, through the GeM portal structure and the way the procurement parameters have been set, the tender has produced “an exclusionary parameter.” It also says that many of the products sought are imported and “does not comply with MII clause,” referring to the policy architecture that seeks to encourage domestic procurement where feasible.
That is likely to become one of the most politically resonant parts of the dispute. Public-sector technology procurement in India increasingly sits at the intersection of several competing imperatives: the demand for advanced capabilities, the pressure for domestic manufacturing and value addition, the formal requirement of fairness and competition, and the operational preference of agencies for proven high-end tools, many of them foreign. Cyber forensics, perhaps more than many other procurement categories, exposes that tension clearly. The most sophisticated mobile extraction, cloud investigation and multimedia authentication tools are often associated with a small number of global vendors. Yet the more a tender leans into the exact strengths of those products, the more open it becomes to the charge that it has stopped being generic.
What emerges from the pre-bid challenge, then, is not merely a complaint about one police tender in Uttar Pradesh. It is a window into a larger procurement dilemma. How does the state buy cutting-edge forensic capability without writing a tender that seems to describe the catalogues of a few preferred companies? How does it maintain technical rigor without collapsing competition? And how does it reconcile strategic autonomy, budget discipline and evidentiary reliability in a market where the most advanced tools are often both specialized and concentrated?
For now, those questions remain embedded in the pre-bid stage, in tables of master-list items and sharply worded technical queries. But as procurement disputes increasingly migrate from back-office scrutiny into public argument, the CIDAL tender may come to stand for something larger: not just a purchase, but a test of how India’s public institutions define fairness in a market built on proprietary advantage.