Smart Class RFP - DNH · 2016-03-31 · Request for Proposal No: dated: Smart Classrooms-...
Transcript of Smart Class RFP - DNH · 2016-03-31 · Request for Proposal No: dated: Smart Classrooms-...
Request for Proposal No: dated:
Smart Classrooms- Department of Education, DD & DNH Page 1
REQUEST FOR PROPOSAL (RFP)
For Implementation of Smart Classrooms (including Supply and Installation
of software solution, IT and non-IT equipment), commissioning, integration
and maintenance
For
The Education Department,
UT Administration of Daman & Diu and Dadra & Nagar Haveli
RFP No: DE/EDN/SAGY/Smart Class/2014/250
Dated: 21/03/2016
(Online e-tender No: 2016_UTDNH_97_1)
Request for Proposal No: dated:
Smart Classrooms- Department of Education, DD & DNH Page 2
RFP for Implementation of Smart Classrooms
(Education Department)
Daman & Diu and Dadra & Nagar Haveli
Notice for Tender
The Office of the Director (Education), UT Administration of Dadra &
Nagar Haveli, Silvassa, 396230, seeks proposals from reputed and experienced
agencies to participate in competitive bidding for implementation of “Smart
Classrooms (including Supply and Installation of software solution, IT
(Desktop computers, Multifunction Printer, LAN and WAN (switch/ router etc)
and non-IT equipment (Site preparation, electrical/ UPS with required wiring
etc), commissioning, integration and maintenance” in the UT Administration of
Daman &Diu and Dadra & Nagar Haveli.
The RFP document is available on the websites “http://dnhtenders.gov.in” and
“www.dnh.nic.in”. Interested Bidders who qualify as per the criteria mentioned in
the RFP document, may submit their bids online latest by 26/04/2016 till 1700
hrs. Bidders are required to submit tender document fee of Rs. 5 ,000.00
separately in form of Demand draft from a Nationalised/ scheduled commercial
bank or in the form of a Treasury challan in favour of Director (Education), DNH,
payable at Silvassa.
Seju P. Kuruvilla
Director (Education)
Email:- [email protected]
Phone No. :- 2642098
Date: Silvassa
Request for Proposal No: dated:
Smart Classrooms- Department of Education, DD & DNH Page 3
TABLE OF CONTENTS
S No Description Page No
Notice for tender ------------------------- 2
Disclaimer ------------------------- 6- 8
RFP Tender schedule -------------------------- 9
1. Introduction -------------------------- 10
2. Objectives -------------------------- 10
3. Important stake holders -------------------------- 11
4. Pre Qualification Criteria -------------------------- 11-14
5. Instructions to bidders/ Transfer of RFP/ Bid response ------ 14-15
6. Amendment of RFP Document ------------------------- 16
7. Supplemental Information to the RFP ------------------------- 17
8. Earnest Money Deposit (EMD) ------------------------- 17- 18
9. Authentication of bid ------------------------- 18
10. Validation of interlineations in bid ------------------------- 19
11. Language of bids ------------------------- 19
12. Period and Validity of bids ------------------------- 19
13. Proposal Ownership ------------------------- 19
14. The Bid Process ------------------------- 19- 21
15. Negotiations, Contract Finalization and Award ---------------- 21
16. Award Criteria ------------------------- 21
17. Interpretation of the clauses in the Tender
Document / Contract Document ------------------------- 21
18. Decision Taken ------------------------- 21
19. Process of Evaluation ------------------------- 21-24
20. Selection of a System Integrator ------------------------- 24
21. Notification of Award of Contract ------------------------- 25
22. Signing of Contract ------------------------- 25
23. Miscellaneous Terms & Conditions ------------------------- 25-28
24. Limitation of liabilities ------------------------- 28
25. Title to assets/ equipment ------------------------- 28
Request for Proposal No: dated:
Smart Classrooms- Department of Education, DD & DNH Page 4
26. Obtaining Approval/Clearances ------------------------ 28
27. Exit Management ------------------------- 28-29
S No Description Page No
28 to 31. Divestment Requirements in respect of the
Project ------------------------- 29- 30
32. Governing Law and Jurisdiction ------------------------- 30
33. Indemnity ------------------------- 30
34. Failure to agree with the terms & conditions
of the RFP -------------------------- 31
35. Agreement -------------------------- 31
36. Intellectual Property Rights -------------------------- 32
37. Ownership of Data -------------------------- 32
38. Scope of work -------------------------- 32- 34
39. Service Level Requirement -------------------------- 34-37
40. Acceptance Testing -------------------------- 37- 44
41. System Study and Requirement Gathering ----------------------- 38- 39
42. Helpdesk Management -------------------------- 39
43. Training (IT, Non- IT equipment and Application) --------------- 39
44. Modules for Smart Classroom system --------------- 39-40
45. Testing ------------------ 40
46 & 47 Supply and installation of hardware ------------------ 40
48. Maintenance Support, Change Request and
Concurrent Updates --------------------------- 40- 41
49. Resolution of Disputes --------------------------- 41
50. Termination --------------------------- 41
51. Force Majeure --------------------------- 41-42
52. Notices --------------------------- 42
53. Annexure:
Annexure 1: Bid Form ------------------------ 43
Annexure 2: (A) Bidder Profile ------------------------- 44-45
(B) Format for eligibility criteria compliance --- 45-49
Annexure 3: Experience in I T Project Implementation ------ 50
Annexure 4: Commercial Bid Format -------------------------- 51-52
Request for Proposal No: dated:
Smart Classrooms- Department of Education, DD & DNH Page 5
Annexure 5: Payment schedule/ Milestones -------------------- 53
Annexure 6: Technical specifications and Bill of Material --- 54-58
Annexure 7: Technical and functional scope of
Smart class solution --------------------- 59- 69
Annexure 8: Certificate of giving unlimited rights ---------- 70
Annexure 9: Technical bid marking system ----------------- 71-72
Annexure 10: Format for Power of Attorney for Lead bidder - 73-74
Annexure 11: Format for OEM MAF ------------------------- 75
Annexure 12: Proforma For Contract Performance
Bank Guarantee ------------------------ 76-79
Annexure 13: Schedule for Time Of Completion Of
Project and Training ------------------------ 80
Annexure 14: No of classrooms for smart class- DD & DNH- 81
Annexure 15: List of school buildings- DNH - 82
Annexure 16: List of school buildings- Diu - 83- 84
Annexure 17: List of School, Daman ----------------------- 85- 87
Request for Proposal No: dated:
Smart Classrooms- Department of Education, DD & DNH Page 6
DISCLAIMER
All information contained in this Request for Proposal (RFP) are provided/
clarified in good interest and faith. This is not an agreement and this is not an
offer or invitation to enter into an agreement of any kind with any party.
Though adequate care has been taken in the presentation of this RFP document,
the interested bidders shall satisfy themselves that the document is complete in
all respects. The purpose of this RFP is to provide interested parties with
information that may be useful to them in eliciting their financial offers (the
“Proposal”) pursuant to this RFP. This RFP includes statements, which reflect
various assumptions and assessments arrived at by the Education Department, UT
Administration of DD & DNH (the department) in relation to the Project. Such
assumptions, assessments and statements do not purport to contain all the
information that each Bidder may require. This RFP may not be appropriate for
all persons, and it is not possible for t h e d epartment, its employees or
Consultants to consider the investment objectives, financial situation and particular
needs of each party who reads or uses this RFP. The assumptions, assessments,
statements and information contained in this RFP, may not be complete, accurate,
adequate or correct. Each Bidder should, therefore, conduct its own surveys
and analysis and should check the accuracy, adequacy, correctness,
reliability and completeness of the assumptions, assessments, statements and
information contained in this RFP and obtain independent advice from appropriate
sources before filling up the RFP. Any deviation in the specification or proposed
solutions, unless otherwise brought to the notice of the department and which after
due consideration is accepted by the department, will be deemed as incapability
of the respective bidder and shall not be considered for final evaluation process.
In any case, these assumptions should not materially affect the submission of the
RFP and should not result in a conditional bid, which shall be summarily rejected.
Intimation of discrepancy, if any, should be given to the department in writing
(letter/ fax/ email etc) immediately. If no intimation is received by this office by the
date mentioned in the document, it shall be deemed that the RFP document is
complete in all respects and firms submitting their bids are satisfied that the RFP
Request for Proposal No: dated:
Smart Classrooms- Department of Education, DD & DNH Page 7
document is complete in all respects.
The Education Department, UT Administration of Daman & Diu and Dadra & Nagar
Haveli reserves the right to reject any or all of the applications/ bids submitted in
response to this RFP document at any stage without assigning any reasons
whatsoever.
The Education Department, UT Administration of Daman & Diu and Dadra & Nagar
Haveli also reserves the right to withhold or withdraw the process at any stage with
intimation to all who have submitted their bids in response to this RFP, without
assigning any reason.
The Education Department, UT Administration of Daman & Diu and Dadra & Nagar
Haveli reserves the right to change/ modify/ amend any or all of the provisions of
this RFP document without assigning any reason. Any such change would be
communicated to the bidders by News Paper Publication and/ or through the
websites “http://dnhtenders.gov.in”/ www.dnh.nic.in/www.dnhtenders.gov.in
The Education Department, UT Administration of Daman & Diu and Dadra & Nagar
Haveli will bear no liability to any prospective Respondent interested to apply or
any other person under the law of contract to the principles or resolution or unjust
enrichment or otherwise for any loss, expense or damage which may arise from or
be incurred or suffered in connection with anything contained in this RFP
document, any matter deemed to form part of this RFP document, the award
of the Assignment, the information and any other information supplied by or on
behalf of the Education Department, UT Administration of Daman & Diu and Dadra
& Nagar Haveli and Prime bidder/ Consortiums or otherwise arising in any way
from the selection process for the Assignment.
Information provided in this document or imparted to any respondent as
part of RFP process is confidential and shall not be used by the respondent for
any other purpose, distributed to, or shared with any other person or organization
without the written consent of the department.
The information contained in this Request for Proposal (RFP) document or
subsequently provided to Bidder(s), whether verbally or in documentary or any
other form by or on behalf of the Education Department, UT Administration of DD &
DNH or any of their employees or consultants, is provided to Bidder(s) on the terms
and conditions set out in this RFP and such other terms and conditions subject to
which such information is provided.
Request for Proposal No: dated:
Smart Classrooms- Department of Education, DD & DNH Page 8
Information provided in this document to the Bidder(s) is on a wide range of
matters, some of which depends upon interpretation of law. The information given
is not an exhaustive account of statutory requirements and should not be regarded
as a complete or authoritative statement of law. The Education Department, UT
Administration of Daman & Diu and Dadra & Nagar Haveli accepts no responsibility
for the accuracy or otherwise for any interpretation or opinion on law expressed
herein.
The Education Department, DD & DNH, its employees and advisors make no
representation or warranty and shall have no liability to any person, including any
Applicant or Bidder under any law, statute, rules or regulations or tort, principles of
restitution or unjust enrichment or otherwise for any loss, damages, cost or
expense which may arise from or be incurred or suffered on account of anything
contained in this RFP or otherwise, including the accuracy, adequacy, correctness,
completeness, delay or reliability of the RFP and any assessment, assumption,
statement or information contained therein or deemed to form part of this RFP or
arising in any way during the Bidding process.
This is an OPEN online e-tender. Bids are invited from all the bidders, who
qualify the eligibility criteria mentioned at various sections of this RFP. As part of
the RFP, bidders must propose a solution to all the components mentioned in the
RFP. SIs are allowed to collaborate, form teams with OEMs and Consortia but in
any case the number of members in the consortia should not be more than three
(including the Prime bidder). Any individual company who submits or participates
in more than one proposal will render that or all such bids liable for disqualification,
ab initio.
Request for Proposal No: dated:
Smart Classrooms- Department of Education, DD & DNH Page 9
RFP Tender schedule:
The tender schedule of this RFP is as mentioned below:
(a) Tender Downloading from
portal
From 23rd March, 2016 till 17:00 hrs
(b) Receipt of pre-bid
Queries (Start Date)
23rd March, 2016, 1 7 :00 hrs (05:00 PM) through
http://dnhtenders.gov.in
(c) Receipt of pre-bid
Queries (End Date)
19th April, 2016, 1 7 :00 hrs (05:00 PM) through
http://dnhtenders.gov.in
(d) Pre-bid meeting
7th April, 2016 at 11:00 A.M. in Conference Hall,
Secretariat, 66 KV Road, Amli, Silvassa,
Dadra & Nagar Haveli 396230
(e) Receipt of Bids (on-line)
(Start Date)
23rd March, 2016 by 17:00 hrs
(f) Receipt of Bids (on-line)
(End Date)
26th April, 2016 by 17:00 hrs
(g) Opening of pre-
qualification and
technical Bids (on-line)
27th April, 2016, at 11:00 A.M at Directorate of
Education, Bldg No. 05, PWD Office Complex,
Silvassa, Dadra & Nagar Haveli 396230
Request for Proposal No: dated:
Smart Classrooms- Department of Education, DD & DNH Page 10
1. Introduction
The Union Territory depends heavily on the Gujarat Education Board (for Gujarat
Board – Gujarati Hindi & English Medium school), Maharashtra Education Board
(for Marathi Schools in Dadra & Nagar Haveli) and Central Board (CBSE, for Hindi
and English) for the purpose of schools curriculum, affiliation and examinations in
Daman & Diu and Dadra & Nagar Haveli. The rail route from Mumbai to
Ahmedabad links Vapi/ Bhilad, which are the nearest railheads to Daman and
Silvassa, respectively. The UT (Daman and DNH) is also well connected by road to
Mumbai and Ahmedabad through the NH8. Surat and Mumbai are the nearest
airports.
1.1 Profile of UTs of Dadra & Nagar Haveli and Daman & Diu
1.1.1 Dadra & Nagar Haveli
The Union Territory (UT) of Dadra & Nagar Haveli is located on the western side of
the foot hills of Western Ghats and has undulating terrain. 40% of the total
geographical area is covered with forests. The Territory is surrounded by Valsad
District (Gujarat State) on West and North side and Palghar District (Maharashtra
State) on south side. The UT consists of 72 villages. The 72 villages have been
divided into 20 Patelads with administrative units at local village level for the
purpose of land and other revenue related works. The UT has population of 3.43
lakh as per the 2011 census which has predominance of tribals forming a major
chunk of 62% of the total population.
1.1.2 Daman and Diu: Daman is situated on the West Coast of India surrounded
by the south of Gujarat. Diu is a tiny island situated slightly off the coast of
Kathiawar near the port of Veraval with a coastal length of 21kms and is at a
distance of about 768 kms from Daman, the capital of Daman and Diu. Diu is
bounded by Junagadh and Amreli District of Gujarat in the North and by the
Arabian Sea from three sides. It is connected by two bridges with the mainland. The
nearest railway station is Delwada at a distance of 9 kms from Diu. But most
important trains are linked with Veraval which is 90 kms away.
Request for Proposal No: dated:
Smart Classrooms- Department of Education, DD & DNH Page 11
2. Objectives: The Core Objectives of the Project are:
(a) Make the classroom a smart classroom that provides an instructor station
equipped with computer and audiovisual equipment, allowing the instructor to
teach using a wide variety of media. These often include DVD and other office
productivity software e.g. PowerPoint presentations, and more all displayed through
a data projector.
(b) In general, Smart classrooms are equipped with the following:
• Ceiling mounted LCD projector and projection screen
• Connectivity for PC laptops
• DVD system
• Sound system
• Touch screen Control system
• Telephone
• AUX-video Input
• Microphone (wireless hand-held and/or lavaliere)
• Document Camera
• Wireless Presenter/Mouse
• USB/ HDMI facility
• Interactive whiteboard (with slate/ tablet - optional)
3. Important stake holders:
(a) Department of Education, Daman, Diu and Dadra & Nagar Haveli
(b) School authorities and their staff
(c) The System Integrator of the project
(d) National Informatics Centre (NIC)
• Daman & Diu
• Dadra & Nagar Haveli
(e) Department of Information Technology, Daman & Diu and Dadra
& Nagar Haveli
(f) District Panchayats- DNH, Daman, Diu
(g) Municipal Council-, Silvassa, Daman, Diu
4. Pre Qualification Criteria
4.1 Consortia:
(a) Consortia is allowed upto 3 Partners i.e. Prime bidder + 2 partners
(b) The members of the consortium shall enter into a
Memorandum of Understanding (MoU) for the purpose of submitting the
Request for Proposal No: dated:
Smart Classrooms- Department of Education, DD & DNH Page 12
proposal and designate one of the members as the Prime/ lead bidder. The
bid shall be submitted by the lead bidder only, who shall also be the majority
stakeholder in the consortium
(c) MoU / Letter of Association amongst Consortium members must be
furnished with the Technical bid along with agreement between Consortium
member defining their roles and responsibility for this project only
(d) Power of Attorney for Lead Member of Consortium (prime bidder)
should be signed by consortium partner(s)
4.2 The Bidder (Prime bidder in case of consortium) should be an
Information Technology Service based Company/Firm registered in India and
operational in the domain of Education sector for at least last 5 (five) years i.e FY
2010-11, 11-12, 12-13, 13-14 and 14-15. Self- attested copies of
Incorporation/Registration certificate along with MoA/ Byelaws (or similar document)
should be furnished as documentary proof
4.3 The bidder (pr ime bidder in case of consor t ium) should have
average minimum annual turnover of Rs. 20 crore (Rupees Twenty crore only) in
the last 3 financial years (FY 12-13, 13-14 & 14-15). As documentary proof,
attested copy of the Audited Balance Sheet & Profit & Loss A/c is to be submitted.
The prime bidder also has to provide the CA certificate specifying that the bidder
has minimum average Rs 10 crore of revenue from the business of smart class
operations and IT enabled educational solutions.
4.4 The bidder (prime bidder, in case of a consortium) must be a profit making
company (PAT) for the last three preceding financial years FY 12-13, 13-14 & 14-
15). The prime bidder must attach self-attested copies audited accounts or CA
certificate as supporting documents. Un-audited accounts will not be considered
4.5 The b i d d e r ( prime bidder, in case of a consortium) must have a
p o s i t i v e net worth of a t l e a s t Rs. 25 crore (Rupees Twenty Five Crore
only) as on 31.03.2015. The prime bidder must attach self-attested copies of
audited accounts or CA certificate as supporting documents for this purpose.
4.6 The bidder ( o r a t l e a s t o n e c o n s o r t i u m p a r t n e r , i f i n
c o n s o r t i a ) should have successfully implemented a ny on e o f t he
f o l l o w i ng i n l a s t t h r ee f i n a nc i a l y e a rs that involve smart classroom
solution supply, installation, integration, support and maintenance etc as per scope
of this RFP (Customer references on their official letterhead should be submitted):
Request for Proposal No: dated:
Smart Classrooms- Department of Education, DD & DNH Page 13
(a) One project of at least Rs. 5 Crore or 500 smart classrooms or
(b) Two projects of Rs. 3 Crore or 300 smart classrooms or
(c) Three projects of Rs. 2 Crore or 200 smart classrooms
4.7 The bidder ( o r a t l e a s t o n e c o n s o r t i u m p a r t n e r , i f i n
c o n s o r t i a ) should have successfully implemented s o f t w a r e so l u t i o n
cov e r i ng s y l l a bu s o f m in im um 2 E d uc a t i o n b o a r ds ( CB SE /
M a h a r as h t r a / G u j a r a t b o a r d ) for smart classroom. Customer references
should be submitted.
4.8 The bidder ( o r a t l e a s t o n e c o n s o r t i u m p a r t n e r , i f i n
c o n s o r t i a ) should have successfully implemented s o f t w a r e so l u t i o n
cov e r i ng s y l l a b u s i n m i n im um 2 m ed i um s (G u j a r a t i / M a ra t h i /
H i nd i / En g l i s h ) for smart classroom. Customer references should be
submitted.
4.9 The bidder ( o r a t l e a s t o n e c o n s o r t i u m p a r t n e r , i f i n
c o n s o r t i a ) should have successfully implemented com p l e t e i n t e g r a t e d
so f t w a re s o l u t i o n c ov e r i n g s y l l a b i o f s t an d a r d 1 t o 1 0 ( f u l l
cov e r a g e o f Sc i e nc e , M a t h em a t i c s , Soc ia l S t u d i es a n d E n g l i s h
G ram m ar ) an d S t an d a r d 1 1 & 12 ( M a t h em a t i c s , Ph y s i cs ,
Chem is t r y & B i o l o g y ) o f a t l e as t o n e Bo a r d ( G u j a r a t /
M a h a r as h t r a / CBS E) for smart classrooms and should have full ownership
and IPR of software solution. Customer references on their letterheads and self-
declaration for IPR and ownership should be submitted.
4.10 The bidder (including all members of the consortia) shall not be under a
declaration of ineligibility for corrupt or fraudulent practices and should not be black
listed by any State/ UT Government, Central Government or any other Public
Sector undertaking as on the date of Bid Submission. An undertaking to this
effect should be submitted by the bidder (prime bidder, in case of consortia) on its
letter head.
4.11 The Bidder (Prime bidder in case of consortium) should be authorized by
OEM for IT and non- IT equipment (in respect of each product and its services) to
quote against this tender. The MAF (Manufacturer’s/ OEM Authorisation Form)
should be submitted by the lead bidder, in case of a consortium
4.12 The bidder (Prime bidder in case of consortium) must be registered under
any State's/ UT’s Commercial Tax Act / VAT / Sales Tax Act or Central Sales Tax
Request for Proposal No: dated:
Smart Classrooms- Department of Education, DD & DNH Page 14
Act which must be quoted in the bid. The bidder must have paid all applicable
Commercial Tax Act / VAT / Sales Tax Act or Central Sales Tax Act till year
2015-2016. Self-attested documentary proof is to be submitted
4.13 The bidder ( o r a t l e a s t o n e c o n s o r t i u m p a r t n e r , i f i n
c o n s o r t i a ) must have on its rolls at least 15 Domain experts (Education field
– Minimum qualification – Post graduation) and 50 technically qualified
professionals in the area of Project Management, Electronics Solutions, Software
Application development, System Integration and Networking and providing the
services as on 30/09/2015, exclusive of out sourced or contractual persons/
workers. Self-Declaration of HR head of the company clearly mentioning the name
of employees, their qualifications and experience should be submitted. Combined
total of all the consortia members to meet this requirement will not be acceptable
4.14 The bidder (prime bidder, in case of a consortia) should submit valid letter
from the OEMs confirming following:
(a) Authorization letter from OEM / Technology partner mentioning the
support for 5 years including Spares, Software upgrades, after “Go-live”*
(b) Technology partner letter confirming Products quoted are not end-of-
life/ end of sale for a period of 06 months from the date of submission of the
bid.
* Go-live is defined as the date when the full solution (including supply,
installation, testing, integration and acceptance) is completed and formally
accepted as such by the Education Department, as evidence by the letter from
the department. This is an important requirement as the maintenance phase
will commence from this date
4.15 The prime bidder / consortium must provide a list of places where such
systems have been installed and/or are being maintained by him with their
configuration and with the references, Work order or purchase order copies etc.
The bidder is required to provide assurance to arrange for a visit at such place in
case the tender evaluat ion committee needs to evaluate the performance of
the installation.
5. Instructions to bidders (Prime bidder, in case of a consortium)
(a) The entire proposal shall be strictly as per the format specified in
this Request for Proposal. Bids with deviation from this format shall be
rejected
Request for Proposal No: dated:
Smart Classrooms- Department of Education, DD & DNH Page 15
(b) The bidders are required to submit the technical bid, on-line, as per
the instruction given in this RFP
(c) Financial Bids must also be submitted only online on
http://dnhtenders.gov.in.
(d) The Financial Bid should be s u b m i t t e d as per format
provided. The formats are available online, as part of the RFP, on the
website http://dnhtenders.gov.in
(e) Please note that prices should not be indicated in the Technical Bid
(f) Any deficiency or deviation in the documentation may result in the
rejection of the bid.
5.1 The bidders can also download the RFP document from
“http://dnhtenders.gov.in”. In this case, the bidder has to enclose a bank
demand draft of Rs. 5,000.00 (Rupees Five Thousand only) drawn on a
Nationalized/Scheduled commercial Bank payable at Silvassa in favour of “The
Director (Education), DNH” along with the Pre-Qualification bid documents
5.2 Transfer of RFP: The RFP document is not transferable to any other bidder,
(including inside the consortium, if in consortia)
5.3 Bid Response
5.3.1 Bidders are advised to study all instructions, forms, terms, requirements
and other information in the RFP documents carefully. Submission of bid shall be
deemed to be done after careful study and examination of the RFP document with
full understanding of its implications
5.3.2 The response to this RFP should be full and complete in all respects.
Failure to furnish all information required by the RFP documents or submission of
a proposal not substantially responsive to the RFP documents in every respect
will be at the bidder's risk and may result in rejection of its proposal and forfeiture
of the bid EMD. The decision of the Education Department, DD & DNH in this
regard is final and binding on all bidders
5.4 Proposal Preparation Costs: The bidder is responsible for all costs
incurred in connection with participation in this process, including, but not limited
to, costs incurred in conduct of informative and other diligence activities,
participation in meetings/discussions/presentations, preparation of proposal, in
providing any additional information required by the Education Department, DD &
DNH to facilitate the evaluation process, and in negotiating a definitive contract or
Request for Proposal No: dated:
Smart Classrooms- Department of Education, DD & DNH Page 16
all such activities related to the bid process. UT Administration of DD & DNH will in
no case be responsible or liable for those costs, regardless of the conduct or
outcome of the bidding process.
5.5 This RFP does not commit the Education Department, DD & DNH to award
a contract or to engage in negotiations. Further, no reimbursable cost may be
incurred in anticipation of award.
5.6 All materials submitted by the bidder shall become the property of
Education Department, DD & DNH and may be returned at its sole discretion,
provided, any materials which are identified as “Proprietary and Confidential
Material of Bidder” shall remain the property of such bidder and the Education
Department, DD & DNH shall maintain confidentiality of such materials
5.7 Signing of Communication to the Education Department, DD & DNH
5.7.1 All the communication to Education Department, DD & DNH including this
RFP and the bid documents shall be signed on each page by the authorized
representative of the bidder and authorization letter should be attached with the
bid.
5.7.2 Bidder shall send their written queries to the contact at which the bids are
to be submitted .The response to the queries will be published on the website:
http://dnhtenders.gov.in.
5.7.3 The preferred mode of delivering written questions to the aforementioned
contact details would be through email. Telephone calls will not be accepted. In
no event will the Education Department, DD & DNH be responsible for ensuring
those bidders' inquiries have been received by the Education Department
6. Amendment of RFP Document
(a) At any time, the Education Department, DD & DNH may, for any
reason, whether at its own initiative or in response to a clarification
requested by a prospective bidder, modify the RFP document by an
amendment. All the amendments made in the document would be
published on website http://dnhtenders.gov.in and will form part of RFP for
purpose of bid evaluation
(b) The bidders are advised to visit http://dnhtenders.gov.in on
regular basis for checking necessary updates. Education Department, DD
& DNH also reserves the right to amend the dates mentioned in this RFP
for bid process
Request for Proposal No: dated:
Smart Classrooms- Department of Education, DD & DNH Page 17
(c) In order to afford prospective bidders reasonable time in which to
take the amendment into account in preparing their bids, the Education
Department, DD & DNH may, at its sole discretion, extend the last date for
the receipt of bids by a suitable period
7. Supplemental Information to the RFP
7.1 If the Education Department, DD & DNH deems it appropriate to revise
any part of this RFP or to issue additional data to clarify an interpretation of
provisions of this RFP, it may issue supplements to this RFP as a corrigendum.
7.2 Any such corrigendum shall be deemed to be incorporated by this
reference into this RFP. The same will be uploaded as corrigendum on
http://dnhtenders.gov.in.
8. Earnest Money Deposit and its amount (EMD)
(a) Bidders shall submit, along with their bids, an EMD of Rs. 50.00
Lakh (Rupees Fifty lakh only) in the form of a FDR/ Bank Guarantee
drawn on Nationalized/ Scheduled commercial bank in favor of “Director
(Education), Education Department, DNH”, payable at Silvassa in an
acceptable form, safeguarding the department’s interest in all respect,
valid for the period of 1 year from the bid submission date
(b) The EMD shall be denominated in Indian Rupees only. No
interest will be payable to the bidder on the amount of the EMD
(c) Unsuccessful bidder’s EMD will be discharged/ returned within 60
days after the selection of and s ign ing o f cont rac t w i th the
System Integrator
(d) The EMD and the tender fee draft/ challan (both in original), shall
be submitted during the opening of the pre-qualification bid in a
separately sealed envelope as mentioned in this section. Bids submitted
without EMD will be rejected
(e) The EMD may be forfeited:
(i) If a bidder withdraws his bid or increases his quoted prices
during the period of bid validity or its extended period, if any; or
(ii) In the case of a successful bidder, if the bidder fails to sign
the contract for any reason not attributable to the Education
Department, DD & DNH or to furnish Performance Bank Guarantee
Request for Proposal No: dated:
Smart Classrooms- Department of Education, DD & DNH Page 18
within specified time in accordance with the format given in the RFP
(iii) During the bid process, if a bidder indulges in any
such deliberate act as would jeopardize or unnecessarily delay
the process of bid evaluation and finalization
(iv) During the bid process, if any information is found to be
wrong/ manipulated/ hidden in the bid
8.1 The decision of the Education Department, DD & DNH regarding forfeiture
of the EMD amount and rejection of bid shall be final and binding on all the
bidder(s)
8.2 The successful Bidder’s EMD shall be discharged upon the signing of
agreement by the successful bidder
8.3 The successful bidder shall submit the Performance Security/Security
deposit @ 10% of the total value of contract in the form of Bank Guarantee or FDR,
which shall be valid for a period of 3 months beyond the date of completion of
the project and all contractual obligations of successful bidder/ SI, including the
AMC period, if any
8.4 After the completion of all contractual obligations, security deposit of the
successful bidder/ SI shall be returned within 60 days of such completion
date
9. Authentication of bid
9.1 This RFP does not envisage submission of hard copies of the bid document
except original EMD and Tender fee demand draft. EMD and Tender fee should
be submitted physically to the Education Department, Dadra & Nagar Haveli. The
evaluation shall be done solely on the basis of documents submitted on line as per
requirements of the RFP.
9.2 It is mandatory to submit scanned copy of t h e EMD and Tender fee
on line as part of the submission of Pre- qualification and Technical bid. Hence,
it is advised that the bidders ensure all documents as per the RFP are submitted,
duly attested/ certified as necessary. The scanned copies must be clear, visible,
readable and complete in all aspects.
9.3 However, the department may call for submission of hard copies of the bid
documents, as necessary, in case of the successful bidder, for records purposes.
In such a case, the original and all copies (if required) of the bid shall be typed or
written in indelible ink and shall be signed on each page by the bidder or a person
Request for Proposal No: dated:
Smart Classrooms- Department of Education, DD & DNH Page 19
or persons duly authorized to bind the bidder to the contract. A letter of
authorization shall be supported by a written power-of-attorney accompanying the
bid.
9.4 All pages of the bid, except for un-amended printed literature, shall be
initialed and stamped by the person or persons signing the bid. These
documents shall be submitted prior to issue of Letter of Intent (LoI)/ work order,
as the case may be.
10. Validation of interlineations in bid: The bid shall contain no
interlineations, erasures or overwriting except as necessary to correct errors
made by the bidder, in which case such corrections shall be initialed by the person
or persons signing the bid.
11. Language of bids: The bids and all correspondence and documents
relating to the bids, shall be written in the English language. Supporting documents
and printed literature furnished by the bidder may be in another language provided
they are accompanied by a self- attested copy/ copies of the accurate
translation of the relevant passages into the English language. In case of
ambiguity, the English version of the bid shall be considered final and binding.
There should be proper indexing and page numbering on every page of the bid for
proper referencing. Documents not marked as such and not evaluated will be at the
sole risk of the bidder. No complaint/ request shall be entertained at a later date
12. Period and Validity of bids: The bid shall be valid for 180 days from the
closing date of submission of the bid. In extreme circumstances, the Education
Department, DD & DNH at its discretion may solicit the bidders consent to extend
the period of validity. The request and the responses for the same shall be made
in writing. The bid valid for shorter period shall be rejected as non-responsive bid.
In any case, a bid once submitted cannot be withdrawn.
13. Proposal Ownership
The proposal and all supporting documentation submitted by the bidder shall
become the property of The Education Department, UT Administration of
Daman & Diu.
14. The Bid Process
14.1 Pre-Bid Conference
(a) The Education Department, DD & DNH may host a pre-bid
conference at Conference Hall, Secretariat, at Silvassa. If there would be
Request for Proposal No: dated:
Smart Classrooms- Department of Education, DD & DNH Page 20
any change in date, time and venue then the same will be communicated
to all the bidders
(b) The bidder and/or its official representative(s) will be invited to
attend the pre-bid conference. The bidders may confirm their participation
one day in advance
(c) The purpose of this meeting is to provide bidders with information
and clarif ications, i f any, regarding the RFP and the Project
(d) The response to queries of the pre-bid conference, if any, shall be
uploaded on the website: http://dnhtenders.gov.in.
(e) The Education Department, DD & DNH may, suo moto, also make
modifications to the RFP, if necessary. All such modifications made to the
RFP by Education Department, DD & DNH will be issued as a
corrigendum to the RFP and shall be uploaded on the website:
http://dnhtenders.gov.in. Such corrigenda shall also become part of the
RFP for the purpose of response/ submission of the bid
14.2 Tender Evaluation Committee
14.2.1 The Tender Evaluation Committee constituted by the Education
Department, DD & DNH shall evaluate the bid response submitted by the bidders.
The decision of the Tender Evaluation Committee in the evaluation of the Pre–
Qualification Criteria, Technical and Financial bids shall be final. No
correspondence will be entertained outside the process of negotiation/ discussion
with the committee
14.2.2 Opening of bids
(a) Education Department, DD & DNH reserves the right to postpone or
cancel the opening of the bid
(b) The bidders’ representatives, who are present at the time of
opening of the bid, shall sign a register evidencing their attendance. In the
event of the specified date of bid opening being declared a holiday, the
bids may be opened at the same time and location on the next working
day. However if there is no representative of the bidder or any of the
bidders, the Education Department, DD & DNH shall go ahead and open
the bid of the bidders
(c) During the bid opening, preliminary scrutiny of the bid documents
will be made to determine whether they are complete, whether the
Request for Proposal No: dated:
Smart Classrooms- Department of Education, DD & DNH Page 21
documents have been properly signed, and whether the bids are generally
in order. Bids not conforming to such preliminary requirements will be,
prima facie, rejected
(d) To assist in the scrutiny, evaluation & comparison of offers,
the department may, at its discretion, ask some or all the bidders for
clarifications on their offer. The request for and response to such
clarification and response shall be necessarily be in writing and shall form
part of the bid evaluation, if issued as corrigenda
15. Negotiations, Contract Finalization and Award
The Education Department, DD & DNH may award the contract to the bidder
whose bid has been determined to be the MOST responsive and ranked FIRST.
As per CVC circular dated 03rd March, 2007, there should be no post tender
negotiations with the such a bidder, except in certain exceptional situations and
in case this bidder backs out, the project will be re-tendered
16. Award Criteria
The Education Department, DD & DNH reserves the right to accept / reject any or
all proposals during any stage of the bid process/ evaluation
17. Interpretation of the clauses in the Tender Document / Contract
Document: In case of any ambiguity in the interpretation of any of the clauses in
Tender Document or the Contract Document, the Education Department’s
interpretation of the clauses shall be final and binding on all parties
18. Decision Taken: The decision taken by the Tender evaluation Committee in
the process of Tender evaluation will be final and binding.
19. Process of Evaluation: The bid will be evaluated on QCBS methodology in
the ratio 70:30 i.e. 70% weightage will be given to the technical solution and 30%
weightage will be given to the financial bid.
19.1 The evaluation will consist of the following phases
Phase I: Evaluation of Eligibility/ pre-qualification Criteria
Phase II: Evaluation of Technical Bids (of eligible bidders in pre-qualification)
Phase III: Evaluation of Financial Bids (of technically qualified bidders)
Phase IV: Combined Evaluation of Technical & Financial Bid
19.2 Phase I: Evaluation of Eligibility criteria:
In this part the Bidders will be evaluated for the fulfillment of the conditions
specified in the Eligibility criteria mentioned at Annexure 2. It is clearly specified
Request for Proposal No: dated:
Smart Classrooms- Department of Education, DD & DNH Page 22
that, unless otherwise specifically mentioned, the eligibility criteria of only the prime
bidder will be considered during the pre-qualification stage but the technical
evaluation will consider the cumulative experience and expertise of the consortium,
if any
19.3 Phase II: Evaluation of Technical Bids:
In this part the technical bid of only those bidders who have qualified the Phase I
Eligibility criteria will be evaluated. The technical bid will be evaluated on the
parameters described below
19.3.1 Analysis of technical bid
(a) The technical Bid should contain a detailed description of how the Bidder
will provide the required services outlined in this Bid. It should articulate in detail,
as to how the Bidder’s Technical Solution meets the requirements specified in
the Bid
(b) The Technical Bid must not contain any pricing information
(c) Any information submitted which is additional to the required response
should be marked as ‘Supplementary’ and shall be furnished as a separate
section, linking it to the relevant section of the RFP
(d) If the Bidder wishes to propose additional services (or enhanced levels of
services) beyond the scope of this Bid, the proposal must include a description of
such services as a separate attachment to the Bid. However, this additional
information will not entail the bidder to claim higher marking/ ranking,
unless all the other bidders submit similar information. The decision of the
department/ tender evaluation committee in this regards will be final and
binding. The bid evaluation committee may however ask this particular
bidder to supply these features, in case this bidder becomes the selected
bidder, at no extra cost
(e) The technical Bid should detail the tasks to be performed as per detailed
scope of work and technical specifications given in the Bid covering the following
at the minimum:
(i) Overview of the Proposed Solution that meets the requirements
specified in the Bid
(ii) Detail of ready to deploy (after customization) product, if any
(iii) Operational environment
(iv) Implementation methodology, project plan and implementation
Request for Proposal No: dated:
Smart Classrooms- Department of Education, DD & DNH Page 23
schedule
(v) Project team structure, size and capability/ qualifications (Total
Staffing plan including numbers)
(vi) Quality standards and assurance process proposed to be followed
(vii) Risk Identification/Mitigation Strategies
(viii) Training & Change Management Strategies
(ix) Key Deliverables along with examples
(f) Bidders are advised to describe proposed solution on above points in
detail. Incomplete or poorly described technical proposal will be considered as
irresponsive bid submission and may lead to disqualification. The Education
Department reserves the right to take appropriate action in this regard.
(g) The technical bid marks (Stm) out of 100 shall be assigned to each bid on
the basis of evaluation matrix at Annexure 9.
(h) Each competency group will have minimum Qualification score 50%
and only those Technical Bids receiving marks greater than or equal to cut-
off marks in each competency group and overall a minimum 60% will be
eligible for consideration in financial bids
(i) If required the Bid Evaluation Committee may seek specific clarifications
from any or all Bidders at this stage. The Bid Evaluation Committee shall determine
the Bidder that qualifies for the next phase after reviewing the clarifications
provided by the Bidders
19.3.2 Technical Bid Score: The Technical Bid Score ‘St’ of the Bidder shall be
derived as under:
St= (Stm/SH) x 100, where
• St is the relative Technical Bid Score (out of 100) of the bidder
• Stm= Total technical bid marks of the bidder under consideration (out of 100)
• SH= Highest total technical bid marks amongst all evaluated bids (out of
100)
19.4 Phase III: Evaluation of Financial Bids:
19.4.1 In this phase, the Financial Bids of the Bidder, who are technically qualified
(as mentioned in section 19.3.1(b) above), in Phase II, shall be opened. Formula to
determine the scores for the Financial Bids shall be as follows.
Sf = (FL/F) x 100, where,
• Sf is the relative Financial Score (out of 100) of the bidder
Request for Proposal No: dated:
Smart Classrooms- Department of Education, DD & DNH Page 24
• FL is the value of the lowest Commercial Bid amongst all the bidders
• F is the price quoted by the bidder under consideration
19.4.2 Errors in Commercial bid submission:
(a) The financial bid submitted by the bidder shall be treated as final.
Where there is any discrepancy, either between the amounts in figures and
in words, or between the unit rate and the line item total, the bid may be
treated as non-responsive and may be rejected.
(b) However, if the tender evaluation committee decides to continue with
the evaluation, then the best value to the department will be considered and
the bidder shall agree to the same, failing which it may result in forfeiture of
EMD and rejection of bid
(c) If against any column(s) in financial bid, if a zero or no value is
mentioned, then it will be presumed that that particular line item(s) will be
supplied Free of Cost and no change will be accepted on any grounds once
the bid is submitted. The bidder shall agree to the same, failing which it may
result in forfeiture of EMD and rejection of bid
19.5 Phase IV: Combined Evaluation of Technical & Financial Bid
19.5.1 The Total score of the Bidder will be determined as under:
Total Score = (TS) = (0.7 x St) + (0.3 x Sf)
The bid of bidder, who obtains the highest TS value, will be rated as the
Most Responsive Bid. In the event of the same TS score of more than one
bidder, the bid with the highest technical score (St) will be rated as the most
responsive bid. If a tie still continues, the Bid Evaluation Committee will
decide the matter in its full discretion
19.5.2 The Bid Evaluation Committee may award the Contract to the successful
Bidder whose bid has been determined as the most responsive bid.
19.5.3 The Education Department and the bid evaluation committee shall have the
right to negotiate with the successful bidder.
19.5.4 The decision of the Tender Evaluation Committee shall be final and
binding on all the bidders.
20. Selection of a System Integrator
20.1 The tender Evaluation Committee will select the bidder achieving the highest
total score, (as defined above) as the System Integrator (SI) of the project.
Request for Proposal No: dated:
Smart Classrooms- Department of Education, DD & DNH Page 25
20.2 In case there is only a single bidder who meets the minimum requirement
marks of the Technical bid evaluation, the same may be accepted as the SI for the
project by the department, subject to evaluation of the financial bid, as per the
decision of the tender evaluation committee
21. Notification of Award of Contract
21.1 Prior to the expiration of the period of proposal validity, the Education
Department or its authorized representative will notify the successful bidder in
writing (by fax or email) that its bid has been accepted
21.2 The Education Department, DD & DNH may place the work order/ LoI (letter
of Intent) to such successful bidder
21.3 The bidder shall acknowledge in writing to the department, the receipt and
acceptance of the work order/ LoI. If no reply, as mentioned above, is received
within 07 days, it will be deemed to be accepted by the bidder and all project
related activities will commence from this date
22. Signing of Contract/ Master Service Agreement (MSA)
22.1 Within 30 days of receipt of the work order/ LoI, the successful bidder shall
sign the agreement (MSA) with the department
22.2 All incidental expenses towards execution of the agreement (MSA) shall be
borne by the successful bidder
22.3 The Master Service Agreement (MSA) between Education Department, DD
& DNH and the successful bidder shall cover in detail the aspects/terms of contract
such as mentioned below but not limited to:
a. Performance security b. Warranty c. Payment
d. Prices e. Assignment f. Sub-contracts
g. Termination h. Applicable Law i. Notices
j. Change orders k. Taxes and Duties l. Confidentiality
m. Limitation of liability n. Training and consultancy
o. Technical Documentation p. Project Management
q. Bidder’s obligations r. Department’s obligations
s. Patent Rights & IPR
t. Service Levels & Penalty on breaching Service Levels
u. Any additional items as decided by the department
23. Miscellaneous Terms & Conditions
Request for Proposal No: dated:
Smart Classrooms- Department of Education, DD & DNH Page 26
23.1 In case of a consortium, the same shall not consist of more than three
companies/ corporations (including the prime bidder) and shall be formed under a
duly stamped consortium agreement. Every member of the consortium shall be
equally responsible and jointly and severally liable for the successful completion of
the entire project
23.2 The end product of the work assignment carried out by the selected bidder,
in any form, will be the sole property of the Education Department, DD & DNH
23.3 The selected bidder shall not outsource the work to any other associate /
franchisee / third party under any circumstances without the written prior approval
of the department. However, jobs like civil, furniture, fabrication, cabling, passive
jobs etc can be subcontracted with due prior approval of the department
23.4 Bidder is required to give detailed qualification, classification, role and
responsibility of people deployed for execution, trouble shooting, and maintenance
for the period of five years
23.5 All goods/materials/items supplied shall be new and of best quality in every
respect and as per the standards wherever applicable. The bidder shall be
responsible for the proper packaging of the goods so as to avoid damages under
normal conditions of transport by sea, rail, road or air and for delivery of the
material in good conditions to the consignee at destination. In the event of any
loss, damage, breakage, leakage or any shortage bidder shall be liable to make
good of such loss and shortage found at the time of checking/inspection of the
materials by the consignee. No extra cost on such account shall be admissible to
the bidder.
23.6 If the selected bidder applies for the extension of the delivery period, the
extension could be granted on valid grounds only once and maximum up to 15
days, or as decided by the department, upon specific request, in writing, by the
bidder
23.7 The bidder shall invariably furnish complete address of the premises of his
office, godown and workshop, together with full name and address of the person
who is to be contacted, for the purpose where inspection can be held
23.8 All rates quoted in the tender must be based on free delivery (FOR) at
Silvassa/ Daman/ Diu school premises in good condition and securely
packed for Education Department, DD & DNH. The location for specific deliveries
at Daman, Diu and Dadra & Nagar Haveli respectively will be intimated to the
Request for Proposal No: dated:
Smart Classrooms- Department of Education, DD & DNH Page 27
bidder/ SI at the delivery stage
23.9 The rates should be inclusive of all taxes (taxes & duties should be shown
separately). No cartage shall be paid by the UT Adminis t rat ion and the
delivery of goods, including unloading/ unpacking, shall have to be given at the
locations indicated as mentioned above
23.10 The supplier shall bear all risks of loss, leakage or damage and shall deliver
the goods in good condition to the consignee at the destination mentioned in the
order.
23.11 Rates of Goods/Items must be mentioned only in Indian Currency. The
department shall not be responsible and shall not reimburse for any variation in the
rates of foreign currency vis-a-vis Indian currency. No correspondence in this
regard shall be entertained
23.14 The quantities shown in the tender notice are approximate and can be
increased / decreased as per requirement. The supplies shall be made
according to the requirements of the department
23.15 The proposals submitted should have all pages numbered. It should also
have an index giving page wise information of documents. Proposals that are
incomplete or not in prescribed format will be summarily rejected
23.16 If the SI fails to complete any milestone within the time period (s) specified
in this RFP, the Education Department may without prejudice to its other remedies
under the Agreement, levy penalties
23.17 Project delay, caused on account of the Education Department approvals or
Data Centre co-hosting services, will be excluded from the calculation of duration
for penalty
23.18 Upon breach of any of the Terms and Conditions of contract and/or breach
of the agreement by the supplier, it will be lawful for the department to forfeit the
bidder of the Earnest money/ Security Deposit in whole or part, or impose such
penalty as deemed fit and recover the same from the Security Deposit or from any
other payment to be made to the supplier or in any other manner as the deemed
fit by the department, but without prejudice to right of the department to recover
any further sum of money as damages from the bidder
23.19 Delivery of goods: The SI shall notify the department about the delivery of
the goods to the Delivery Site one week in advance of the expected date of partial
or complete delivery
Request for Proposal No: dated:
Smart Classrooms- Department of Education, DD & DNH Page 28
23.20 The Supplier shall ensure that its representatives are present for the
inventory of the Goods supplied under the contract failing which the department
shall proceed with the inventory in the SI’s absence and the Department’s inventory
report shall be binding on the SI, who shall then make good the deficiencies/
defects without any demur/ representations
24. Limitation of liabilities: In no event shall the department be liable for any
indirect, incidental, consequential, special or punitive loss or damage including but
not limited to loss of profits or revenue, loss of data, of the bidder. In any case, the
aggregate liability of the bidder, what so ever and how so ever arising, whether
under the contract, tort or other legal theory, shall not exceed the total contract
value, with respect to the goods or services supplied under this agreement, which
gives rise to the liability.
25. Title to assets/ equipment: The department of Education, DD & DNH shall
own all the assets (IT/ Non-IT/ software etc) of the project from day one
26. Obtaining Approval/Clearances: Necessary approvals/ clearances from
concerned authorities, as required, for fire protection, government duties/ taxes/
octroi, and providing network connectivity shall be obtained by the successful
bidder
27. Exit Management: The selected successful bidder will submit an exit
management plan within one month of the award of the project/ project start date,
whichever is later. Upon successful completion of the contract period or upon
termination of the agreement for any reasons, the Bidder shall comply with the
following.
(a) Notify to the department forthwith the particulars of all Project Assets;
(b) Deliver forthwith actual or constructive possession of the Project free
and clear of all encumbrances and execute such deeds, writings and
documents as may be required by the department, for fully and effectively
divesting the Bidder of all of the rights, title and interest of the Bidder in the
Project and conveying the Project;
(c) Comply with the Divestment Requirements except in case if
Termination of this Agreement is due to action taken by the department
(d) In the Event of Default, the Bidder shall have implemented the
maintenance schedule as well as any repairs pointed out by the Independent
Consultant/ department official in its Operations and Maintenance Inspection
Request for Proposal No: dated:
Smart Classrooms- Department of Education, DD & DNH Page 29
Report prior to date of Termination Notice. In case of Termination due to
Force Majeure Event, the Divestment Requirements shall be mutually
agreed between the department and the Bidder; and
(e) Pay all transfer costs and stamp duty applicable on hand-back of
project assets except in case the Project is being transferred due to
department requirement, or expiry of Contract period, in which case the
department, shall be responsible for transfer costs and stamp duty, if any.
For clarification of doubt, transfer costs in this Clause relate to taxes and
duties applicable at transfer of Project, if any.
28. Divestment Requirements in respect of the Project:
28.1 All Project Assets including the hardware, software, documentation and any
other Infrastructure shall have been renewed and cured of all defects and
deficiencies if necessary, so that the Project is compliant with the Specifications
and Standards set forth in the RFP, Agreement and any other amendments made
during the contract period;
28.2 The Bidder delivers relevant records and reports pertaining to the Project
and its design, engineering, operation, and maintenance including all operation and
maintenance records and manuals pertaining thereto and complete as on the
Divestment Date;
28.3 The Bidder executes such deeds of conveyance, documents and other
writings as the department may reasonably require to convey, divest and assign all
the rights, title and interest of the Bidder in the Project free from all encumbrances
absolutely and free of any charge or tax unto the department, or its Nominee; and
28.4 The Bidder complies with all other requirements as may be prescribed under
Applicable Laws to complete the divestment and assignment of all the rights, title
and interest of the Bidder in the Project free from all Encumbrances absolutely and
free of any charge or tax to the department or its nominee.
29. Not earlier than 3 (three) months before the expiry of the contract Period but
not later than 30 (thirty) days before such expiry, or in the event of earlier
Termination of the contract, immediately upon but not later than 15 (fifteen) days
from the date of issue of Termination Notice, the Independent Consultant/
department nominee, as nominated by the department, shall verify, in the presence
of a representative of the Bidder, compliance by the Bidder with the Divestment
Requirements set forth above in relation to the Project and, if required, cause
Request for Proposal No: dated:
Smart Classrooms- Department of Education, DD & DNH Page 30
appropriate tests to be carried out at the Bidder’s cost for determining the
compliance therewith. If either Party finds any shortcomings in the Divestment
Requirements, it shall notify the other of the same and the Bidder shall rectify the
same at its cost.
30. Upon the Bidder conforming to all Divestment Requirements and handing
over actual or constructive possession of the Project to the department, or a person
nominated by the department, in this regard, the department, shall issue a
certificate substantially in the form set forth above, which will have the effect of
constituting evidence of divestment of all rights, title and lien in the Project by the
Bidder and their vesting in Project pursuant hereto. The department shall not
unreasonably withhold issue of such certificate.
31. The divestment of all rights, title and lien in the Project shall be deemed to
be complete on the date when all the Divestment Requirements have been fulfilled
or the Certificate has been issued, whichever is later, it being expressly agreed that
any defect or deficiency in any Divestment Requirement shall not in any manner be
construed or interpreted as restricting the exercise of any rights by the department,
or its nominee on or in respect of the Project on the footing as if all Divestment
Requirements have been complied with by the Concessionaire
32. Governing Law and Jurisdiction: The Contract and the transactions
contemplated therein shall be governed by and construed in accordance with the
laws of India and shall be subject to the exclusive jurisdiction of the competent
Courts in Silvassa, Dadra & Nagar Haveli, India
33. Indemnity
33.1 The successful bidder shall at all times indemnify and keep indemnified the
department and its officers/ officials, servants and agents from and against all third
party claims whatsoever (including but not limited to property loss and damage,
personal accident, injury or death of/to property or person of any Sub-contractor
and/or the servants of agents of the Bidder, and Subcontractor and the Bidder shall
at his own cost and initiative at all times upon the successful conclusion of the
defect liability period specified hereof take out and maintain insurance policies in
respect of all insurable liabilities under this Clause, including but not limited to third
party insurance and act.
33.2 The successful bidder shall perform the services and carry out its obligations
with due diligence and efficiency, in accordance with generally accepted techniques
Request for Proposal No: dated:
Smart Classrooms- Department of Education, DD & DNH Page 31
and practices used in the industry and with professional engineering and training /
consulting standard recognized by national / international professional bodies and
shall observe sound management practice. It shall deploy appropriate advanced
technology and safe and effective methods.
33.3 The selected bidder/ SI automatically agrees with the Education Department,
DD & DNH for honoring all aspects of fair trade practices in executing the work
orders placed by the department, UT Administration of Daman & Diu and Dadra &
Nagar Haveli.
33.4 In the event the Selected bidder or the concerned division of the successful
bidder company is taken over / bought over by another company, all the obligations
under the agreement with the department shall be passed on for compliance to the
new company/ new division in the negotiations for their transfer
33.5 All the cost and charges in the bid should be expressed in Indian Rupees
without any dependence on exchange rate, duty or tax structure
33.6 The SI has to indemnify the Education Department, DD & DNH against any
claims, losses, causes, damages, expenses, action suits and other proceedings,
resulting from any proceedings initiated against Education Department, DD & DNH
for any deficiency in services related to the project provided by the SI during the
period of contract.
33.7 In case of Consortium, prime bidder would be held responsible for any
claims, losses, causes, damages, action suits and other such proceedings in the
project
34. Failure to agree with the terms & conditions of the RFP: Failure of the
SI/ successful bidder to agree with the terms & conditions of the RFP shall
constitute sufficient grounds for the annulment of the award of contract and
invoking of EMD, in which event the contract may be awarded to the next most
responsive bidder.
35. Agreement
35.1 The Education Department, DD & DNH shall execute an agreement with the
System Integrator (SI) as per the terms and conditions of the RFP. The conditions
stipulated in the agreement must be strictly adhered to and any violation of any of
the conditions will entail termination of the contract without prejudice to the rights of
the department to impose and enforce other penalties at its discretion
Request for Proposal No: dated:
Smart Classrooms- Department of Education, DD & DNH Page 32
35.2 In such a case, Education Department, DD & DNH has the right to
unilaterally invoke the Performance Bank Guarantee and further right to terminate
the entire or part of the contract by giving 1 month notice period
36. Intellectual Property Rights
36.1 The source code of the solution shall be with the Education Department, DD
& DNH (an escrow arrangement is not permitted)
36.2 The successful bidders should give unlimited rights for the use of the
solution to any new offices of the department as well in the present offices under
UT Administration of DD & DNH. Annexure 8 is relevant.
36.3 The IPR (Intellectual Property Rights) for solution which are developed and/
or customized in offered solution and under this RFP, shall be with the Education
Department, DD & DNH
36.4 The Bidder shall indemnify Education Department, DD & DNH, against all
third-party claims of infringement of patent, trademark or industrial design rights
arising from use of the supplied software solution or any part thereof
36.5 In the event of any claim asserted by a third party for software piracy, the
Bidder shall act expeditiously to extinguish such claim. If the Bidder fails to comply
and the Department is required to pay compensation to a third party resulting from
such a claim, the Bidder shall be responsible for compensation including all
expenses, court costs and lawyer fees. The Department will give notice to the
Bidder of such claim if it is made, and the Bidder shall reimburse the same to the
Department without delay, apart from any other claim made regarding loss of
reputation, etc
37. Ownership of Data
37.1 While the Bidder is responsible for the functioning and operation of the
Smart classrooms solutions, the backend databases will be owned by the
department
37.2 Education Department, DD & DNH will be the owner of all data, transactions
in any form kept at the different locations where the solution has been installed,
either in electronic form or physical form such as paper etc.
38. Scope of work
38.1 All the IT hardware should be IPv6 ready/ enabled from day 1 with all rights
for patches, upgrades and updates enabled
Request for Proposal No: dated:
Smart Classrooms- Department of Education, DD & DNH Page 33
38.2 Supply, installation and support of following items at each class room
defined as smart class for Go-live plus 5 years at the schools where smart
classrooms are less than 5:
(a) Computer system
(b) Projector with ceiling mounting kits and cables
(c) Interactive White Board solution with required software
(d) Visualizer/ Document Camera with student evaluation software
(e) UPS with required batteries
(f) Speakers
(g) An Integrated All in One Housing with whiteboard, space to house
CPU/ Speaker &UPS, and with integrated controller unit
(h) Green board
(i) Required electrification within each Class Room and their relevant
accessories to operationalize the entire setup
(j) Multi-function Laser printer
38.3 Supply, installation and support of RF based wireless Assessment system
with 50 remotes at each school from Go-live plus 5 years
38.4 Supply, installation and support of following items at each school with 5 or
more smart classrooms per school from Go-live plus 5 years:
(a) Server for centralized management of implemented smart classrooms
(b) Multi-function Laser Printer
(c) One PC for teachers to preview content and make lesson plans in
advance
(d) UPS for server and PC
(e) Setting LAN including passive and active component for connecting
each class room PC with server
(f) Storage table for Server and PC
(g) All the hardware required at each smart class room.
Supply and install digital educational content in Gujarati/ English/ Hindi/
Marathi languages as per curriculum of Gujarat Secondary Education Board
(GSEB)/ CBSE/ Maharashtra state Education board along with required
upgrades/updates for schools of UTs of DD & DNH. Details of smart class rooms
content – Technical and functional - to be established is given in Annexure 7.
38.5 The Project comprises of these major components:
Request for Proposal No: dated:
Smart Classrooms- Department of Education, DD & DNH Page 34
(a) Carrying out complete FRS (Functional Requirement Specification) and
SRS (System Requirement Specification), designing the software for the Smart
classrooms solution, study and obtaining department approval prior to
Development of Application
(b) Development of Smart classrooms solution
(c) Support Infrastructure and General Installation Requirements
(d) Network Requirements (including integration with existing UTWAN)
(e)Integration with third party Systems, database and development of
appropriate bridging software (as required)
(f)IT and Non- IT equipment for Central locations, Furniture, Fixtures and
Equipment
(g) Warranty and Service Response levels
(m) System Support/ Preventive and predictive Maintenance
(h) Training and Transfer of Knowledge
(i) Handholding
38.6 The bidder shall provide comprehensive on-site support and warranty for all
the equipment supplied under the contract at least for a period of 5 years from the
date of final acceptance (Go-live) of the system. The bidder and OEM should
support next business day delivery against defective spares through major
locations in India. The OEM should have 24x7x365 support in India.
38.7 The bidder will provide maintenance services, including spares free of cost
during the support period of go-live plus 5 years and technical man power services
for onsite support to the Education department during implementation phase and
support phase at the three major locations (Daman, Diu and Silvassa).
39. Service Level Requirement/ Service Level Agreement (SLA):
39.1 During the term of warranty, the service/repair calls will have to be attended
by the bidder within the time mentioned from the time of such calls. In case of major
defects requiring the defective equipments to be taken out of location, the cost for
which will have to borne by the bidder, it should be returned within permissible time
duly repaired and simultaneously immediate substitute equipment should be
provided by the bidder for the continued smooth operation of the system.
39.2 Penalty for non-achievement of SLA Requirement (Implementation SLA)
(a) Delay shall attract a penalty per week as per the following –
Request for Proposal No: dated:
Smart Classrooms- Department of Education, DD & DNH Page 35
1. Penalty for delay in design, development of Software Application =
0.5% (A) per week of delay or part thereof (calculated pro-rata); (one week is
of 07 days)
2. Penalty for delay in supply, implementation, training etc = 0.5% (B)
per week of delay or part thereof (calculated pro-rata); (one week is 07 days)
Where A is the Design, Development Cost in Development Phase and
B is the supply, implementation, training etc. cost
3. Delays in equipment supply/installation: 0.5% * (Equipment cost) per
week of delay or part thereof (calculated pro-rata); (one week is of 07 days)
(b) A total deduction as penalties of 10% (cumulative) of the charges for any of
the above may lead to termination of contract
39.3 Support Related SLA (Operational SLA)
39.3.1 SLA System Bug Resolution Time Definition
(a) If the complaint is booked and the response is not received within 24 hours
from the time of booking, then the penalty applicable will be Rs. 100.00 per day per
complaint
(b) If the problem is not resolved within 48 hours of the complaint booking time
then the penalty applicable is Rs. 500.00 per day per complaint.
Successful bidder will provide after spares service during the
comprehensive warranty period from nearest place of service point to the location
of installation in Daman, Diu and Dadra & Nagar Haveli, respectively. The
complaint should be attended within 48 hours failing which the following
addit ional penalties shall be imposed. The complaint will be recorded in help
desk constituted by successful bidder for this purpose by email or phone and a
log will be maintained of the complaints by SI and the transport department
S No Duration Penalty
1 Upto 24 hours from the logging of
the complaint with the SI
Nil
2 Beyond 48 hours upto 15 days from
the logging of the complaint with the
SI
0.2% per day of the total value
of the defective equipment/
software
3 Beyond 15 days of the logging of
the complaint till rectification of the
fault
0.3% per day of the total value
of the defective equipment/
software
39.3.2 Service Level Requirement
Request for Proposal No: dated:
Smart Classrooms- Department of Education, DD & DNH Page 36
R1, R2, R3 – 100% within response and resolution times
39.3.3 Measurement of Service Level Parameter
Support query should be classified in following three categories.
• Severity Level 1 (R1): System issues that have the greatest business
impact wherein application users are not able to perform his/her regular work
at a time. Or there is a downtime of the Smart class solution, Servers, or
equipment, at one or more locations
• Severity Level 2 (R2): System issues that have medium business impact
wherein the user is partially able to perform his/her regular work. But the
system not fully functional and has bugs, errors, faults etc. For example,
user is able to login and perform most of his normal work, but some of the
features have issues e.g. some supplementary reports are not available,
some misalignment in reports, some role access issues, privileges conflicts,
slow fetching of data etc
• Severity Level 3 (R3): System issues which have the least/no business
impact on working, e.g. change of profile settings, Screen resolution issues,
Customer tracking, error popup, messages etc.
39.4 Prime Business Hours are defined as 6:00 AM – 6:00 PM (Monday to
Saturday). Any defect call not rectified within the given time, will automatically be
upgraded to the next higher severity level and the appropriate penalty for this level
will then be applicable for the whole duration of the defect existence
39.5 After commissioning & acceptance, during warranty & AMC, the bidder shall
be responsible for the uptime of the equipment (IT and non-IT) and shall enter into
a contract with SLA of maintaining the setup for a minimum of 99% uptime on
24x7x365 basis. The uptime will be calculated every quarter, over a twelve (12)
month time frame. The permissible downtime of 1% will further be subject to
maximum downtime of 4 hours at a stretch or 24 hours cumulative over a period
of one month. In case the same exceeds 24 hours at a stretch then penalty clause
as mentioned below will be enforced. The same penalty clause will also be
enforced in case the downtime exceeds the permissible total downtime as stated
above in this clause.
39.6 In any case, if the equipment is not made operational within 8 days from the
time of reporting of fault, the Performance Security submitted by the SI to the
department shall be invoked. Any payments (payable to Bidder) shall not be paid
Request for Proposal No: dated:
Smart Classrooms- Department of Education, DD & DNH Page 37
too. This will be deemed to be an event of default and the department may
terminate the contract.
39.7 The delay due to force majeure conditions, closure of site/non accessible of
site shall be excluded from the penalty subject to submission of notice/ letter/
document duly endorsed by concerned authorities.
39.8 The selected SI should provide service as per the following requirements:
Type of
Support
call
No. of Instances
Per Quarter
Resolution time from
reporting the issue
(Not more than)
Penalty from the Quarterly
payment
R1 Exceeding 2 2 Hrs 0.5% X Per Instance X Every
2 Hrs
R2 Exceeding 5 4 hrs 0.25% X Per Instance X
Every 4 hrs
R3 Exceeding 10 2 Working Days 0.05% X Per Instance X
Every 2 Working Days
40. Acceptance Testing
(a) The primary goal of Testing & Acceptance is to ensure that the project meets
requirements, standards, specifications and performance prescribed by the RFP
(b) Completion of any other tests/evaluation criteria that the department
may specify
(c) The Acceptance Tests for the Hardware and Networking Components
shall involve successful supply, delivery at site, installation and
commissioning of systems at all implementation locations of the project
(d) In the event of the site not being allocated by the Department, the SI
and the Department may mutually agree to redefine the milestones by
following appropriate change control process, to be defined in the contract
40.1 On successful completion of the Acceptance Test(s) and after the
Committee so constituted by the department to conduct the said Acceptance Tests
are satisfied with the working of the system, the acceptance certificates shall be
signed by the SI and authorized representative(s) of the department.
40.2 Any delay by the SI in the performance of its contracted obligations shall
render the SI liable to the imposition of penalties, as deemed appropriate
Request for Proposal No: dated:
Smart Classrooms- Department of Education, DD & DNH Page 38
40.3 All components & deliverables of the Applications, hardware, networking
components, software and other peripherals, as the case may be, would be
deemed accepted on attainment of the receipt of Site Acceptance Certificate from
each Location
40.4 Any delay attributable to the SI in the Acceptance Testing shall render the SI
liable to the imposition of appropriate penalties, as mentioned in the RFP.
41. System Study and Requirement Gathering
41.1 The selected bidder shall be responsible to Design, Develop, Install,
Configure and Maintain application software, supply of necessary Hardware as
provided in Bill of Material in the RFP and impart training with concurrent
handholding support. Under this project, the Application software will be hosted in
the central location per school premises or at any other location as decided by the
department and will be accessed by all the schools/ classrooms/ department
offices and staff, for which necessary hardware, software and provisioning for
bandwidth expansion will be done by the selected bidder. Hence, the selected
bidder shall also provide necessary support to host the application as necessary
and configure the local network of the UT (UTWAN) to access the Application.
Selected Bidder will also maintain the application software for a period of 5
years after go-live.
41.2 Connectivity/ Interfacing
(a) The bidder shall create dedicated fiber based/ Cat 6 backbone which
connects all classrooms in a particular location from the respective server
(b) The fibre/ Cat 6 network in both the above cases shall be maintained
by the bidder from the date of acceptance of the network
(d) Bidder shall also offer required network management system for all
the network components
(e) The Right of Way for the laying of fibre/ Cat 6 shall be arranged by the
bidder. However, the Education Department shall provide the facilitation
required, if any.
41.3 The bidder is essentially required to conduct a detailed site survey with
regard to the feasibility of connectivity of the system based on optional networks to
be proposed by the bidders and shall submit the project plan that should include
the Site survey report and connectivity diagrams for all the sites, in the minimum.
Request for Proposal No: dated:
Smart Classrooms- Department of Education, DD & DNH Page 39
The bidder is also informed that the infrastructure at sites may need to be upgraded
before installation of equipment and the same needs to be factored in the bid. No
exceptions will be entertained at a later stage (after opening of pre-qualification
bids) for exclusions to scope or price
41.4 Document giving the details of methodology using the best practices of the
industry and optimized configuration for network devices to be installed and
configured under this project as well as details about methodology to be used for
Project Management, and Service Level Management will form part of the bid and
evaluation
42. HELPDESK MANAGEMENT
42.1 The bidder will set up a helpdesk at a central location in each of the
territories i.e. Daman, Diu and DNH as identified by the department
42.2 The proposed helpdesk solution must support request management,
problem management, configuration management and change order management
42.3 The proposed helpdesk solution must support tracking of SLA (service level
agreements) for call requests within the help desk through service types
43. TRAINING (IT, Non- IT equipment and Application) for all Primary/
Upper Primary/ Secondary and Higher Secondary Teachers
43.1 The SI shall be required to prepare a comprehensive Training Plan and
obtain approval/ sign-off for this from the department prior to commencing the
training. The training will have to be carried out at least at three locations i.e.
(a)Daman, (b)Diu and (c) Dadra & Nagar Haveli. The physical infrastructure will
be provided by the department at these locations. The SI shall arrange for
required training aids (projector/ laptop etc), training material (handouts,
booklets, brochures etc).
43.2 SI should ensure that the knowledge transfer to the staff of the department
and at field locations happens effectively during the training, post training, during
the project implementation and also the maintenance phase as well.
43.3 Detailed training for operation and management of equipment/infrastructure
will be given to minimum 05 teachers/ officials at each installation location to the
satisfaction of the department and shall be mandatory so that the department
officials can handle the equipment/infrastructure, once the project management
period is over.
44. Modules for Smart classrooms solution: The Smart classrooms solution
Request for Proposal No: dated:
Smart Classrooms- Department of Education, DD & DNH Page 40
software should consists of the following modules
44.1 Students module standard wise/ medium of instruction wise/ subject wise
and Board wise
44.2 Teacher training module standard wise/ medium of instruction wise/ subject
wise and Board wise
44.3 Remedial Class Module: for weak students
44.4 Module for promoting extracurricular activities i.e. quiz competition,
elocution, debates etc.
45. Testing
45.1 All recommended levels of testing, as per approved standard test plan,
shall be conducted at appropriate sites. The testing must demonstrate that the
Application Software:
(a) Satisfies the technical performance requirements and
system functional requirements
(b) Performs according to detailed functional requirements
(c) Provide right information to each user group or provide the
efficient system navigation to process various queries or process
transactions
45.2 The Director (Education) of either DD or DNH shall issue installation
completion certificate to the SI after successful installation and testing of the
application at their respective locations
45.3 The Education Department, DD & DNH will form different user groups
which shall be headed by a competent officer appointed by the department for
the UAT. These user groups would test the application for the functionality,
reliability and all other related tests. Once the users are completely satisfied with
the application, the SI should take a formal sign off from the competent officer
appointed by the department for acceptance of each module. Based on the sign
off and user feedback, the Education Department would issue UAT certification.
46. Supply and Installation of Hardware: The SI will procure, install, configure
and commission client-side hardware (including Hand held device, desktops, printer
etc.) & software (application software, system software and any other software) as
per the specifications mentioned in the Bill of Material
47. It is mentioned that the Bill of Material is indicative and it is upto the bidder to
quote for all items (including those felt necessary by the bidder) to ensure complete
Request for Proposal No: dated:
Smart Classrooms- Department of Education, DD & DNH Page 41
and reliable system operations, post commissioning
48. Maintenance Support, Change Request and Concurrent Updates
48.1 During the comprehensive Maintenance period (5 years), the bidder
shall provide all product(s) and documentation updates, patches/ fixes, and
version upgrades within 15 days of their availability/release date and should carry
out installation and make operational the same at no additional cost to the
department
48.2 Such activity would have to be planned by bidder in such a way that the
same results in zero down time for users i.e. ideally to be completed during off
business hours (06:00 PM to 06:00 AM next day), with prior approval
48.3 Bidder should have all necessary licenses, approvals, consents of third
Parties/principle manufacturers and all necessary technology, hardware and
software to enable it to provide the solution.
48.4 Intellectual property in anything developed by the SI specifically and
exclusively for the project, and based on the information or data owned by t h e
d e p a r t m e n t , shall vest with t h e d e p a r t m e n t . The successful bidder would
hand over the entire solution as developed/customized the project to the
department . A detailed migration plan shall be submitted by the successful
bidder in this regard to the Education Department at least 3 months before the
completion of operation & maintenance period.
49. Resolution of Disputes: The Education Department and the SI shall make
every effort to resolve amicably by direct informal negotiation any disagreement or
dispute arising between them under or in connection with the contract. If, after
thirty (30) days from the commencement of such informal negotiations, both
the parties are unable to resolve amicably a contract dispute, either party may
require that the dispute be referred for resolution to the formal mechanisms
specified here in. These mechanisms may include, but are not restricted to,
conciliation mediated by a third party. In case of a dispute or difference arising
between the Education Department and the SI relating to any matter arising out of
or connected with the agreement, such disputes or difference shall be settled in
accordance with the Arbitration and Conciliation Act, of India, 1996.
50. Termination: Either Party, without prejudice to any other remedy for
breach of Contract, may terminate this Contract in whole or in part by giving 60
days advance notice; if the other Party commits a material breach of the Contract
Request for Proposal No: dated:
Smart Classrooms- Department of Education, DD & DNH Page 42
and fail to rectify it after being granted a reasonable cure-period to rectify the
defect. In the event of termination, the Education Department shall pay all amounts
due from its side for the products delivered and services performed by the SI as
per agreed terms and condition mentioned in the RFP. The SI shall continue
performance of the contract to the extent not terminated.
51. Force Majeure: The SI shall not be to liable for forfeiture of its performance
security, liquidated damages, or termination for default if and to the extent that its
delay in performance or other failure to perform its obligations under the Contract is
the result of an event of Force Majeure. For purposes of this Clause, “Force
Majeure” means an event beyond the control of the Bidder and not involving
Bidder’s fault or negligence and not foreseeable. Such events may include, but
are not restricted to wars or revolutions, fires, floods, epidemics, quarantine
restrictions, and freight embargoes, act of god, riots, strikes etc. If an event of
Force Majeure continues for a period of ninety (90) days or more, the parties may,
by mutual agreement, terminate the Contract without either party incurring any
further liabilities towards the other with respect to the Contract, other than to effect
payment for goods/services already delivered or performed.
52. Notices: Any notice given by one party to the other pursuant to this
contract shall be sent to the other party in writing or email, and confirmed in
writing to the other party’s last known address. A notice shall be effective when
delivered or tendered to other party whichever is earlier
53. Annexure: Formats
Annexure 1: Bid Form
Annexure 2: (A) Bidder Profile (B) Format for eligibility criteria compliance
Annexure 3: Experience in Smart class Project Implementation
Annexure 4: Commercial Bid Format
Annexure 5: Payment schedule/ Milestones
Annexure 6: Technical Specifications and Bill of Material
Annexure 7: Technical and functional scope of Smart Class solution
Annexure 8: Certificate of giving unlimited rights
Annexure 9: Technical bid marking system
Annexure 10: Format for Power of Attorney for Lead bidder
Annexure 11: Format for OEM MAF
Annexure 12: Proforma for Contract Performance Bank Guarantee
Request for Proposal No: dated:
Smart Classrooms- Department of Education, DD & DNH Page 43
Annexure 13: Schedule for Time of Completion of Project and Training
Annexure 14: No of classrooms for smart class in DD & DNH
Annexure 15: List of school buildings- DNH
Annexure 16: List of school buildings- Diu
Annexure 17: List of School Buildings,Daman
Annexure 1: Bid Form
RFP No: (insert RFP No) Date: [insert date of bid]
To:
Director (Education)
DNH
Dear Sir,
1. Having examined the RFP (insert RFP no..), the receipt of which is hereby
acknowledged, we, the undersigned, submit deliverables in full conformity with the
said RFP
2. We undertake, if our bid is accepted, to commence work as per the schedule
and to achieve the Acceptance within the respective times stated in the RFP
3. We have read the provisions of bid & confirm that these are acceptable to us
4. We further declare that our response to the bid is unconditional
5. We undertake, if our bid is accepted, to commence the work as per t he
schedule immediately upon signing of the Agreement by both parties or acceptance
of work order or LoI, whichever is earlier, and to achieve completion within the time
stated in the RFP
6. If our bid is accepted, we undertake to provide a Performance Security in the
form and amounts, and within the times specified in the RFP
7. We undertake that, in competing for (and, if the award is made to us, in
executing) the above assignment, we will strictly observe the laws against fraud
and corruption in force in India.
8. Until the formal final Contract is prepared and executed between us, this bid,
together with your written acceptance of the bid and your notification of award,
shall constitute a binding contract between us.
Request for Proposal No: dated:
Smart Classrooms- Department of Education, DD & DNH Page 44
Dated this [insert: number] day of [insert: month],
[insert: year] Signed:
In the capacity of [insert: title of position]
Duly authorized to sign this bid for and on behalf of [insert: name of Bidder]
Annexure 2
(A) Bidder Profile
S No Particulars Bidder
submission
Page
No
1 Tender No and Publication Date
2 Name and full address of the bidder/ lead bidder and
consortium partners
3 Registered office with full address and contact details
4 Type of firm (Public/ pvt/ prop/ partnership), give full
details
5 Attach self attested certificate of Registration of
bidders (including consortia members)
6 Date of establishment of bidder, with proof
7 If Proprietorship, name and address and full liabilities,
with proof
8 If Partnership, name and address and full liabilities of
all partners
9 If company, name and address of Managing Director,
Director (s) and full liabilities, with proof
10 Income tax registration No/ PAN/ TAN
11 Annual turnover (prime bidder) for last three FY (12-
13, 13-14 & 14-15).
12 The bidders should be making profits (attach self-
attested copy of balance sheets or CA certificate for
FY 12-13, 13- 14 and 14-15)
13 Copy of Sales Tax/ Commercial Tax, VAT, Service
Request for Proposal No: dated:
Smart Classrooms- Department of Education, DD & DNH Page 45
Tax registration no
14 Attested copy of latest Sales tax/ service tax return
15 Attested copy of local address proof (Daman, Diu or
Dadra & Nagar Haveli). If no office exists, an
undertaking from lead bidder to the effect that an
office will be opened in one month from the date of
award of contract/ LoI
16 Details of the Single Point of Contact (SPoC) of the
bidder (prime bidder in case of consortium)
17 Detailed responsibility of bidder (all bidders, if in
consortia) with clearly defined roles and accountability
18 Details of Quality certifications of the bidder (each
bidder, if in consortia) with validity period. The
certificates should be valid on the date of the bid
submission
19 Any other relevant information
(B) Format for eligibility criteria compliance
S No Criteria Remark Pg No
1 Clause 4.1: Consortia:
(a) Consortia is allowed upto 3 Partners i.e. Prime
bidder + 2 partners
(b) The members of the consortium shall enter
into a Memorandum of Understanding (MoU) for the
purpose of submitting the proposal and designate one of
the members as the Prime/ lead bidder. The bid shall be
submitted by the lead bidder only, who shall also be the
majority stakeholder in the consortium
(c) MoU / Letter of Association amongst Consortium
members must be furnished with the Technical bid along
with agreement between Consortium member defining
their roles and responsibility for this project only
(d) Power of Attorney for Lead Member of
Request for Proposal No: dated:
Smart Classrooms- Department of Education, DD & DNH Page 46
Consortium (prime bidder) should be signed by
consortium partner(s)
2 Clause 4.2: The Bidder (Prime bidder in case of
consortium) should be an Information Technology
Service based Company/Firm registered in India and
operational in the domain of Education sector for at
least last 5 (five) years i.e. FY 2010-11, 11-12, 12-13,
13-14 and 14-15. Self- attested copies of
Incorporation/Registration certificate along with MoA/
Byelaws (or similar document) should be furnished as
documentary proof
3 Clause 4.3: The bidder (pr ime bidder in case of
consor t ium) should have average minimum annual
turnover of Rs. 20 crore (Rupees Twenty crore only) in
the last 3 financial years (FY 12-13, 13-14 & 14-15). As
documentary proof, attested copy of the Audited Balance
Sheet & Profit & Loss A/c is to be submitted. The prime
bidder also has to provide the CA certificate specifying
that the bidder has minimum average Rs 10 crore of
revenue from the business of smart class operations and
IT enabled educational solutions.
4 Clause 4.4: The bidder (prime bidder, in case of a
consortium) must be a profit making company (PAT) for
the last three preceding financial years FY 12-13, 13-14
& 14-15). The prime bidder must attach self-attested
copies audited accounts or CA certificate as supporting
documents. Un-audited accounts will not be considered
5 Clause 4.5: The b i d d e r ( prime bidder, in case of a
consortium) must have a p o s i t i v e net worth of a t
l e a s t Rs. 25 crore (Rupees Twenty Five Crore only)
as on 31.03.2015. The prime bidder must attach self-
attested copies of audited accounts or CA certificate as
supporting documents for this purpose
6 Clause 4.6: The bidder ( o r a t l e a s t o n e
Request for Proposal No: dated:
Smart Classrooms- Department of Education, DD & DNH Page 47
c o n s o r t i u m p a r t n e r , i f i n c o n s o r t i a ) should
have successfully implemented a n y o n e o f t h e
f o l l o w in g i n l a s t t h r ee f i n a nc i a l y ea r s that
involve smart classroom solution supply, installation,
integration, support and maintenance ( Customer
references should be submitted):
a. One project of at least Rs. 5 Crore or 500 schools or
b. Two projects of Rs. 3 Crores or 300 Schools or
c. Three projects of Rs. 2 Crores or 200 schools
7 Clause 4.7: The bidder ( o r a t l e a s t o n e
c o n s o r t i u m p a r t n e r , i f i n c o n s o r t i a ) should
have successfully implemented s o f tw a r e so l u t i o n
c ov e r i ng s y l l a b us o f m in im um 2 E d uc a t i on
b oa r ds (CB SE a n d Gu ja r a t b o a r d ) for smart
classroom. Customer references should be submitted.
8 Clause 4.8: The bidder ( o r a t l e a s t o n e
c o n s o r t i u m p a r t n e r , i f i n c o n s o r t i a ) should
have successfully implemented s o f tw a r e so l u t i o n
c ov e r i ng s y l l a b u s i n m in im um 2 m ed i um s
( Gu ja r a t i a nd En g l i sh ) for smart classroom.
Customer references should be submitted.
9 Clause 4.9: The bidder ( o r a t l e a s t o n e
c o n s o r t i u m p a r t n e r , i f i n c o n s o r t i a ) should
have successfully implemented com p le t e
i n t e g r a t ed s o f tw a re s o l u t i o n cov e r i n g
s y l l a b i o f s t a n d a rd 1 t o 1 0 ( f u l l cov e r a g e
o f Sc i e nc e , M a t h em a t i c s , S oc i a l S tu d i es
a nd En g l i s h G r a m m ar ) a nd S t an d a r d 11 &
1 2 ( M a th em a t i c s , Ph y s i cs , Ch em is t r y &
B io l o g y ) o f a t l e as t o n e B oa r d ( Gu ja r a t /
M a h a r as h t r a / CB SE ) for smart classrooms and
should have full ownership and IPR of software
solution. Customer references on their letterheads and
self-declaration for IPR and ownership should be
Request for Proposal No: dated:
Smart Classrooms- Department of Education, DD & DNH Page 48
submitted
10 Clause 4.10: The bidder (including all members of the
consortia) shall not be under a declaration of
ineligibility for corrupt or fraudulent practices and should
not be black listed by any State Government, Central
Government or any other Public Sector undertaking as
on the date of Bid Submission. An undertaking to this
effect should be submitted by the bidder (prime bidder, in
case of consortia) on its letter head.
11 Clause 4.11: The Bidder (Prime bidder in case of
consortium) should be authorized by OEM for IT and
non- IT equipment (in respect of each product and its
services) to quote against this tender. The MAF
(Manufacturer’s/ OEM Authorisation Form) should be
submitted by the lead bidder, in case of a consortium
12 Clause 4.12: The bidder (Prime bidder in case of
consortium) must be a registered under any State's/
UT’s Commercial Tax Act / VAT / Sales Tax Act or
Central Sales Tax Act which must be quoted in the bid.
The bidder must have paid all applicable Commercial
Tax Act / VAT / Sales Tax Act or Central Sales Tax Act
till year 2015-2016. Self-attested documentary proof is
to be submitted
13 Clause 4.13: The bidder ( o r a t l e a s t o n e
c o n s o r t i u m p a r t n e r , i f i n c o n s o r t i a ) must
have on its roll at least 25 Domain experts (Education
field – Minimum qualification – Post graduation) and
100 technically qualified professionals in the area of
Project Management, Electronics Solutions, Software
Application development, System Integration and
Networking and providing the services as on 30/09/2016,
exclusive of out sourced or contractual persons/ workers.
Self-Declaration of HR head of the company clearly
mentioning the name of employees, their qualifications
Request for Proposal No: dated:
Smart Classrooms- Department of Education, DD & DNH Page 49
and experience should be submitted. Combined total of
all the consortia members to meet this requirement will
not be acceptable
14 Clause 4.14: The prime bidder should submit valid letter
from the OEMs confirming following:
(a) Authorization letter from OEM / Technology
partner mentioning the support for 5 years including
Spares, Software upgrades, after “Go-live”
(b) Technology partner letter confirming Products
quoted are not end-of-life/ end of sale for a period of 06
months from the date of submission of the bid
15 Clause 4.15: The prime bidder/ consortium must provide
a list of places where such systems have been installed
and/or are being maintained by him with their
configuration and with the references, Work order or
purchase order copies etc. The bidder is required to
provide assurance to arrange for a visit at such place in
case the tender evaluat ion committee needs to
evaluate the performance of the installation
15 5.3.1 Bidders are advised to study all instructions,
forms, terms, requirements and other information in the
RFP documents carefully. Submission of bid shall be
deemed to be done after careful study and examination
of the RFP document with full understanding of its
implications
16 Clause 5.3.2: The response to this RFP should be full
and complete in all respects. Failure to furnish all
information required by the RFP documents or
submission of a proposal not substantially responsive
to the RFP documents in every respect will be at the
bidder's risk and may result in rejection of its proposal
and forfeiture of the bid EMD. The decision of the
Education Department, DD & DNH in this regard is
final and binding on all bidders
Request for Proposal No: dated:
Smart Classrooms- Department of Education, DD & DNH Page 50
Date: ------------------------------------
Place: ------------------------------------
Signed: ------------------------------------
Name: ------------------------------------
In the capacity of: ------------------------------------
For and on behalf of: ------------------------------------
Annexure 3: Experience in Smart Class Project Implementation
Submit following details separately for each project and client
S No Particulars Response/
Page No
1 Location where the solution software is already implemented
by the bidder/ consortia. It should be supported by letters
from the clients (on their letter heads) indicating date started/
completed and satisfactory nature of project execution
2 Contact person details from client organisation (s)
3 Contract details, supported by attested copies
4 Time taken for project (s) implementation with reasons for
delay, if any
5 Whether the scope of these implementations covered all the
modules indicated in the scope of this RFP with details,
including supply, installation, integration and maintenance etc
6 Hardware and software (OS/ application/ utility etc) used for
the above implementations
7 Application software latest version details and availability
8 Details of the offered solution with functionalities and features
(security/ access control/ OS/ application software/ database
etc) with schematic diagrams, as applicable
9 Details of Solution architecture
Date: ------------------------------------
Place: ------------------------------------
Request for Proposal No: dated:
Smart Classrooms- Department of Education, DD & DNH Page 51
Signed: ------------------------------------
Name: ------------------------------------
In the capacity of: ------------------------------------
For and on behalf of: ------------------------------------
Annexure 4
Commercial Bid Format
To:
Director (Education)
Dadra & Nagar Haveli,
Silvassa
Sub/ Ref: Submission of Bid for Implementation of Smart classrooms
solution
Dear Sir,
Having examined the Tender Document (RFP No___ and date______), the
receipt of which is hereby duly acknowledged, We/ I, the undersigned, offer to
implement Smart classrooms solution in the UT Administration of DD & DNH for
the Education Department. To meet such requirements and to provide services
as set out in the tender document, we hereby submit our quotation, summarizing
our commercial proposal in the online portal against RFP No: dated:
(Online e-tender No ______)
2. I/ We undertake that, if our proposal is accepted, we will obtain a
performance security issued by a nationalized bank in India, acceptable to the
Education Department for a sum equivalent to 10% of the total price as quoted in
our commercial proposal of the Bid document for the due performance of the
contract.
We agree for unconditional acceptance of all the terms and conditions in the Bid
document and also agree to abide by this Bid for a bid validity period of 180 days
from the date fixed for Bid opening and it shall remain binding upon us, until
within this period a formal contract is prepared and executed, this Bid response,
together with your written acceptance thereof in your notification of award, shall
constitute a binding contract between us.
Request for Proposal No: dated:
Smart Classrooms- Department of Education, DD & DNH Page 52
3. I/ We confirm that the information contained in this proposal or any part
thereof, including its exhibits, schedules, and other documents and instruments
delivered or to be delivered to the Education Department, DD & DNH is true,
accurate, and complete. This proposal includes all information necessary to ensure
that the statements therein do not, in whole or in part mislead the Education
Department as to any material fact.
4. I/ We agree that you are not bound to accept the lowest or any Bid
response you may receive. I/ We also agree that you reserve the right in
absolute sense to reject all or any if the products/ service specified in the Bid
response without assigning any reason whatsoever.
5. It is hereby confirmed that I/We are entitled to act on behalf of our
corporation/company/ firm/organization and empowered to sign this document as
well as such other documents, which may be required in this connection.
(Signature)
(In the capacity of)WWWWWWWWWWWWWWWWWWW..
Duly authorized to sign the Bid Response for and on behalf of: (Name and
Address of Company)
Seal/Stamp of bidder
CERTIFICATE AS TO AUTHORISED SIGNATORIES
I, certify that I am WWWWWWWWWWW of the WWWWWWW, and that
W..WWWWWWWWWWW who signed the above Bid is authorized to bind the
corporation by authority of its governing body.
Date:
Place:
Name and Designation with Seal
Request for Proposal No: dated:
Smart Classrooms- Department of Education, DD & DNH Page 53
Annexure 5
A. Payment Schedule/ milestones (Hardware)
Sr. No. Payment Milestone (as percentage of hardware
component obtained in price bid)
Payment to be
done
1 Mobilization advance against submission of bank
guarantee of full amount other than the PBG-
Performance Bank Guarantee of the project
10%
2 Delivery of Hardware 30%
3 Successful installation of Hardware 10%
4 Go-live of the project 20%
5 After Go-live – 1.5% payment after completion of
each quarter for 20 quarters (5 Years)
30%
Total 100%
B. Payment Schedule/ milestones (Software solution):
Sr. No. Payment Milestone (as percentage of software
solution price obtained in the bid)
Payment to be
done
1 Mobilization advance against submission of bank
guarantee of full amount other than the PBG-
Performance Bank Guarantee of the project
10%
2 SRS submission & Acceptance 10%
3 Successful UAT 10%
4 Successful implementation in 30% Smart classes 10%
5 Successful implementation in 60% Smart classes 10%
6 Successful implementation in 100% Smart classes 10%
Request for Proposal No: dated:
Smart Classrooms- Department of Education, DD & DNH Page 54
7 Go-Live of the project 10%
5 After Go-live – 1.5% payment after completion of each
quarter for 20 quarters (5 Years)
30%
Total 100%
Annexure 6: Technical Specifications and Bill of Material
Bidders are to quote for only one type of (make/ model/ OEM) per item. Multiple
OEM/ make/ model for one item will not be accepted.
In case of single smart classroom setup or less than 5 smart classrooms in same
premise, below will be the bill of material &technical specifications:
Minimum Hardware Specification for Each Class room Deployment:
Sr.
No.
Item Brief Description Quantity
1 CPU with Key Board,
Mouse and
Accessories
Intel i7/ AMD series or better with
equivalent Chipset, 4 GB RAM, 500 GB
Hard Disk, DVD Writer, Wireless KBD
and Mouse ( PC should be of Reputed
National or Multi National Brand.
Regional Brand or Assembled systems
would not be accepted), Windows 10
Operating system – Academic version
preloaded
2 UPS 1 KVA with 30 min battery backup
3 Speakers Speaker 2.0 with required cables
4 Interactive whiteboard
Solution
• Portable Interactive whiteboard solution
• Optical Touch Technology with 3D optical tracking
• Should support four or more simultaneous touch input
• Minimum 77” diagonal
• Should have easy calibration
• Tracking Speed of 60-70 FPS
• Interaction by stylus with super
Request for Proposal No: dated:
Smart Classrooms- Department of Education, DD & DNH Page 55
capacitive technology with recharge time of 180 sec
• Plug & play USB 2.0 interface with power through USB only
• Should be compatible with Windows/Mac/Linux & Android platforms
• Should be able to export file by default to popular formats like PDF,JPEG etc in addition to OEM’s format
• Should have provision to capture real time annotation and presentation in software for later review & reference
• Inter active white board Software should have features like various pen tools, seamless mouse controls, easy right click functions, predefined backgrounds, special tool for training environment, Image/video inserts, In built geometric tools, Capture with handwritten data in single file, recoding features etc..
• Software should also provide access to cloud based education content through internet
5 Projector, Cable and
Accessories
2400 Lumens or higher with required
ceiling mount kit and VGA Cable
6 Visualiser Camera • 720P HD visualiser camera with base resolution of 1280X960 extrapolated upto 8 Megapixels and flexible gooseneck
• Additional software for student evaluation using visualiser camera as input device for capturing student’s MCQ answer sheet
7 All in One Housing • Integrated wall mount cabinet
• Dual purpose Whiteboard for projection as well as writing with whiteboard marker
• Cabinet should have self to house UPS, speaker, CPU in such a way that it is not visible from outside
• White board should be easily removable fully or should have hinges to allow easy access for maintenance for CPU,UPS & speaker housed inside
• It should have integrated controller to
Request for Proposal No: dated:
Smart Classrooms- Department of Education, DD & DNH Page 56
Switch ON/OFF UPS & PC. Controller also should have indicator for UPS power mode & battery mode & USB port.
• It should have two lockable self to house keyboard/mouse & Visualiser camera
8 Green Board Suitable Green board to be fitted
alongside the white board
9 Necessary
Electrification/cabling
in the class room.
School would provide the Electrical
Connection up to Class Room. All
necessary Electrification and audio cable
laying for connecting speakers within
Class Room to be done by bidder as per
requirement.
IN CASE OF SERVER BASE SETUP: Minimum Hardware Specification for
systems to be deployed at School with 5 Classrooms or more over and above class
room setup:
Sr.
No.
Item Brief Description Quantity
1 Server with
Key Board,
Mouse and
Monitor
Intel Xeon E3 1220 Quad core 3.1 Ghz or higher,
4GB RAM, 500 GB + 500 GB Sata Hard disk, DVD
Writer,Keyboard, Mouse , 18.5”TFT Monitor,
Windows Server 2008 std, MS SQL 2008 data
base
2 PC For
teacher
Intel i7/ AMD series or better with equivalent
Chipset, 4 GB RAM, 500 GB Hard Disk, DVD
Writer, Wireless KBD and Mouse,18.5” TFT
Monitor ( PC should be of Reputed National or
Multi National Brand. Regional Brand or
Assembled systems would not be accepted),
Windows 7 Operating system preloaded
3 UPS for
Server and
PC
1/2/5/10 KVA with 30 min battery backup
4 Printer Multi-function Laser Printer
5 Furniture Storage table to house PC+UPS and Server+UPS
Request for Proposal No: dated:
Smart Classrooms- Department of Education, DD & DNH Page 57
6 LAN 24 Port network switch - Unmanageable, Supply
and laying of required cat-6 cable using casing
capping for connecting class room with servers
within school premises with necessary RJ-45
connectors, suitable rack to mount switch and
terminate cabling. The LAN cabling should be
structured LAN cabling.
Minimum Hardware Specification for systems to be deployed at each School
for Wireless Assessment system :
Sr.
No.
Item Brief Description No. of
Schools
Quantity
1 Wireless
Assessment
system
Radio Frequency based, Range up to
10 meter. It should include RF
receiver, Master remote for teacher
and student remote 50 nos.
Multi-Function Printer – 1 at each school:
Specifications: Copy
(i) Copy Type Monochrome Laser
(ii) Copy Speed 18 / 19cpm (A4 / LTR) or better
(iii) Copy Resolution Speed priority mode: 600 x 400dpi
(iv) Resolution priority mode 600 x 600dpi
(v) Halftones 256 levels
(vi) Zoom 50 - 200% in 10% increments
(vii) Copy Size Platen: Up to A4 / LTR
(viii) Copy Features 2 on 1, ID Card Copy
(ix) Copy Memory 64MB (Shared)
(i) Printer Type Monochrome Laser
(ii) Print Speed 18 / 19ppm (A4 / LTR)
(iii) Print Resolution Up to 600 x 600dpi, 1200 (equivalent) x 600dpi
(iv) Print Memory 64MB (Shared)
Scan
(i) Scan Type CIS
(ii) Scan Resolution Optical: Max 600x600dpi
Request for Proposal No: dated:
Smart Classrooms- Department of Education, DD & DNH Page 58
Driver enhanced: Up to 9600 x 9600dpi
(iii) Colour Depth 24-bit
(iv) Document Size Platen: Up to A4
(v) Output File Format: TIFF, BMP Mac: PDF, JPEG, TIFF, BMP, PNG
(vi) Pull Scan USB Standard Interface USB 2.0 Hi-Speed
(vii) Certification UL/CE
(viii) Warranty/support/updates Comprehensive for 3 Years
Maintenance free Earthing system
• The maintenance free earthing shall ensure ground to neutral voltage of
less than 2 volts close to ICT Centres/ lab. The earthing system shall be
integrated with electricity system provided terminated at ICT Centers. The
acceptable Earth Resistance at earth busbar will not be more than 2 ohm
• Earth enhancement material shall have resistivity of less than 2 ohms-
meter and suitable for installation in dry form or in a slurry form
• Earth enhancement material shall have high conductivity and humidity
retention capability and shall not depend on the continuous presence of
water to maintain its conductivity.
• All materials & equipment and earthing shall confirm to the relevant Indian
Standards & Electricity Rules and shall be of the approved make and
design.
Note: SI is required to quote for any additional component/equipment needed to
fulfill the project. No financial details are to be filled here. The same shall be
uploaded as a separate sheet in the financial format on-line
SIGNATURE OF THE BIDDER
(In the capacity of)WWWWWWWWWWWWWWWWWWW..
Duly authorized to sign the Bid Response for and on behalf of: (Name and Address
of Company) with Seal/ Stamp of bidder
Request for Proposal No: dated:
Smart Classrooms- Department of Education, DD & DNH Page 59
Annexure 7 - Technical and Functional scope of Smart class solution:
A. The system should include but not be limited to the following:
� The Software should be operational on open source platform and/or Microsoft
windows platform
� The Software should run on Desktop and on LAN set up having one server with
desktops.
� The software should not require any other software other than the operating
system and standard browser to run the said content.
� It should cover entire syllabus & subjects as mentioned in this RFP as per the
GSEB/CBSE/MHSEB for Std. 1 to 12.
� It should be available in English, Hindi, Marathi & Gujarati languages. Each
module should have effective and clear voice over. The entire content should be
supported by proper sound effect also.
� It should also have powerful visualization, hyperlinks, self-learning assessment &
dictionary Facilities.
� The graphics in the content should be 2D/3D in nature and should be of high
quality.
� The content should be of broadcast quality (Min. 24 frames per second)
� In each module wherever required, labeling of diagrams/models should be in
respective language.
� The entire content should be mapped as per the syllabus and arranged as in a
standard wise format and the topics should be listed chapter wise.
� All the topics should have self-explanatory visuals (animated contents) for each
and every point and there should be no need for reading any text except labels
of diagrams.
Request for Proposal No: dated:
Smart Classrooms- Department of Education, DD & DNH Page 60
� All the topics should have a reasonable number of quiz/test.
� Software should contain the facility of datasheet generation for software usage
from each operation.
� It should have a facility whereby a teacher/student can stop at any point and
restart after a pause from the same point in any topic. All modules should have
pause, play, fast forward and rewind facilities.
� It should have facility to add localized content by the School
Administration/Teachers under the guidance of technical expert of the company.
If required, the same will be done by the expert as per the supported quality
standards.
� SI should give the training of all subject modules to School Teachers of each
school.
� The SI shall be responsible for updating the content for Go-live plus 5 years
without any additional cost, if the syllabus of any subject of the scope is changed
during the warranty & support period. The warranty & support period will be for
five years from the date of ‘Go-live’.
� The SI shall be responsible for updating the content for 5 years without any
additional cost as per the same demanded by the education department. The
requirements will be given to SI every three months by the designated authority
of education department.
� The Software should permit tracking of the performance of individual student in
Quiz and/or tests.
� It should allow generation of test results for an individual student and/or class.
� The software also should be able to run diagnostics test for any person to test
basic academic competence in particular subject, suggest remedies &
Diagnostics steps needed for such persons/Students.
� Voice over in English should be in Indian English accent of good quality.
Gujarati/Hindi/Marathi voice over should be in standard well-modulated accent.
� Voice/Audio should be in both male & female voices with option to customize. In
default it should play alternatively male & female voice.
B. LIST OF TOPICS FOR DEVELOPING DIGITAL CONTENTS WITH
RECOMMENDED MEDIA CHOICE
� Main objective of the Digital Contents should be to simulate life-like situations so
Request for Proposal No: dated:
Smart Classrooms- Department of Education, DD & DNH Page 61
that students may experience the concept, procedure and principles in a virtual
world, wherever relevant and possible.
� The Digital Content developed should be as per that prescribed by applicable
board Textbook.
� Each Digital Content should be curriculum-based, but enriching; textbook will be
the guiding factor, but not limiting. Digital Content will go beyond the textbooks
with additional and innovative examples and illustrations, and enriched contents
and concepts.
� Digital Content would use local metaphors and life-related examples and
illustrations in addition to the examples cited in the books for facilitating relating
learning to life (situated cognition);
� Each Digital Content preparation should be based on (preceded by) content
analysis, and a concept map indicating main and sub-concepts;
� Each Digital Content should provide complete coverage to the chapter -- all the
contents/concepts in the chapter based on the content analysis so as to become
a ‘self-contained learning module’ or a stand-alone programme;
� Total content should be broken down to meaningful chunks of three to five
minutes duration with activities, and provision for formative evaluation;
� Each Digital Content should provide, on screen, statement of objectives in the
form of learning outcomes for each chapter at the level of ‘knowledge’,
understanding and application’.
� Each Digital Content should contain on screen minimum 3 maximum 5 lead
questions that students will be expected to find answers while watching the
Digital Content;
� Digital Contents should be interactive and contain activities, practice exercises
including lead-on to digital (blogs and wikis) and printed text references,
questions and answers (accessible through hyper link);
� Each Digital Content should have end-of-the-module objective type tests
measuring the learning outcomes stated in the programme at the beginning.
B1. Media Choice
Each chapter was subjected to detailed critical scrutiny. On the basis of the scrutiny
of contents/concepts, examples and illustrations, derivations and numerical,
Request for Proposal No: dated:
Smart Classrooms- Department of Education, DD & DNH Page 62
Committee recommended multi-media mode comprising slides/still photographs, 2D
animation, 3D animation and Video-grabbing. Since virtual reality construction or
Immersive Visualization technology are not feasible, Committee recommended 3D
simulations close to virtual reality.
Depending upon the nature of the contents, there would be one main medium and a
few supportive media. Whereas 2D animations are the main media across all the
titles; there are contents where either 3D animation or video should be the main
media. Further, committee has cited examples on the choice of supportive media.
However, these are only examples. Detailed work will be done for each Digital
Content by the authors of storyboards/scripts. Experts have made subject specific
comments along with recommendations of media choice. These recommendations
also need consideration.
As a generic statement, out of all digital content, about 60% time will be in 2D
animation, 15% in 3D animation; 10% video; and the rest in slides/still
pictures/photographs, etc.
B2. A few Important Conditions
� Digital Contents should according to the recommended media specifications
(2D/3D/Video/Still pictures);
� The committee (Panel of experts) responsible will analyze the Digital Content
produced and certify the same for quality.
� For assessing the capability of a bidder and quality of contents, each bidder will
submit the one full set for all subjects and all standards for the evaluation
purpose when the same will be asked by the department.
� Use of Video has been recommended for representing real life situation, e.g. soil
preparation in crop production, hydro power, etc.; interview with relevant people
like freedom fighters, Director of Archeological survey; brief presentation of a
concept or an explanation by a content expert, etc.
� Walk through 3D animation has been recommended for experiencing in the
virtual world, e.g. Indian Parliament, Mohenjodaro; temples, mosques,
Gurdwaras and Churches;
� Slides/photographs are recommended wherever still pictures are necessary –
face of a scientist, poet, a leader, etc.
Request for Proposal No: dated:
Smart Classrooms- Department of Education, DD & DNH Page 63
� Tables, charts and diagrams would be drawn in 2D animation;
B3. Common instructions for all modules:
� Since the aim is to teach language through modules/ Lessons therefore every
module would have sections like: vocabulary, pronunciation, grammar,
comprehension and activity (reading and writing).
� Main media for all these would be slides (text) and supportive media would be
voice and pictures.
� In all modules both the options i.e. text and voice should be there.
� In the activity section sound effects and visual effects would be used to start and
conclude an activity.
� Correct answers will always be provided in the module.
C. INSTRUCTIONAL DESIGN FOR DIGITAL CONTENTS
Instructional Design (ID) will comprise the following
1. Statement of objectives
2. Focusing attention
3. Advance Organizer
4. Choice and structuring of contents
5. Level Validation
6. Interactivity
7. Closure
C1. Statement of Objectives
� Objectives should be stated in terms of learning outcome of students, typically
completing a sentence like, ‘after reviewing this digital content you (student)
should be able to W..
� Objectives should be stated at least at the lower three levels namely knowledge,
understanding and application, preferably at two levels higher, namely analysis
and evaluation.
C2. Focusing attention
� To focus and sustain attention, each programme should ask students to ‘find
answers to the following questions while you watch the programme’.
Request for Proposal No: dated:
Smart Classrooms- Department of Education, DD & DNH Page 64
� There would be three or four on screen questions on the chapter/theme
immediately after the statement of objectives.
C3. Advance Organizers
� Advance organizer will be in the form of a Concept Map. Concept maps are
developed on the basis of detailed content analysis of a chapter. The concept
map will be loaded on to the screen.
� Content analysis will be provided to Education department for distribution
among the teachers.
C4. Choice and Structuring of Contents
� Contents of the programme will primarily be the chapter of the book as
prescribed by the Gujarat State Textbook Board.
� Content should be broken down into smaller meaningful bits. For example, a
programme of 15 minutes duration may be broken down into semiautonomous
learning units of three to four minutes each.
� The visuals, besides being high quality, should be relevant to the students
reflecting relative landscape, flora and fauna, people – their habitations,
dresses, food, festivals; names of places and characters, etc. Local metaphors
should be preferred for examples and illustrations. This helps situated cognition
and creates sustainable learning.
C5. Level Validation
� Level validation is used to check the appropriateness of contents vis-à-vis the
levels of students. Level of the content would normally be pitched at the
textbook level. However, since digital content is much more powerful and smart
learning media than print media, digital content should take the students little
beyond the textbook – can be termed as enriched textbook. It may also be in
the form of lead-on-learning.
C6. Interactivity
� First component of interactivity is Activities and Assignments built into the
programme. Depending upon the subject, activities and assignments can be
designed for students to respond immediately – either on screen or off-screen.
Request for Proposal No: dated:
Smart Classrooms- Department of Education, DD & DNH Page 65
Correct procedure and answers should be available on the mouse click through
hyper-links. Each smaller bit of the content, mentioned earlier should have
activities and assignments.
� Second component of Interactivity is Self-checks or formative evaluation.
Instead of waiting for the end of the programme, end of every small bit of three
to four minutes should have self-checks – objective type or very short answer
type questions. Students can answer either online or offline. Online answering
will require special programming. Nonetheless, the correct answers should be
available on mouse click through hyper-links.
� Third component of interactivity is the face-to-face interaction. Programmes will
contain issues and questions and instructions to students to consult each other
and find solution.
C7. Closure
Each programme will have two-step closure.
� First step will comprise a test covering the contents of the entire programme.
The test should be developed on the basis of an assessment blue print mapping
the different types of tests items against different levels of objectives. This blue
print should be available to the department for distribution to teachers. At least,
40% Weightage should be given to higher order thinking, e.g. application,
analysis and evaluation; remaining 60% on lower order cognition, namely
knowledge and understanding. Students may answer online or offline
depending upon the feasibility; correct answers should be available through
hyperlinks.
� Second important step is ‘Lead-on’. The programme will end with lead on to
higher order contents and cognition asking students to consult books and
reference materials in library, internet, etc.
� Programme will draw students’ attention to the questions raised in the beginning
(Focusing attention) and ask them to consult friends and classmates and find
answers collectively.
D. TECHNICAL SPECIFICATIONS
The Education Department is planning to implement Smart Class with the objectives
like, attracting children to schools, creating excitement in and around the school,
Request for Proposal No: dated:
Smart Classrooms- Department of Education, DD & DNH Page 66
simplifying difficult concepts, thereby making learning an exciting experience,
fundamentals strong and give a sound foundation to IT literacy etc.
1) The Software should run on open source platform and/or Microsoft windows
platform.
2) The software should compatible with the normal hardware used in LAN
environment.
3) The software should be operational in LAN and Desktop environment.
4) The software should not require any other software other then the operating
system to run the content.
5) It should be available in English, Hindi, Marathi & Gujarati languages. Each
module should have effective and clear voice over. The entire content should
be supported by proper sound effect also.
6) It should cover entire syllabus & subjects as mentioned in this RFP as per the
GSEB/CBSE/MHSEB for Std. 1 to 12.
7) The graphics in the content should be 2D/3D in nature and should be of high
quality. The content should be of broadcast quality (Min. 24 frames per
second)
8) In each module wherever required labeling of diagrams/models should be in
respective language
9) The entire content should be mapped as per the syllabus and arranged as in
a standard wise format and the topics should be listed chapter wise
10) All the topics should have self-explanatory visuals (animated contents) for
each and every point.
11) All the topics should have a number of quizzes/test based on a large number
of questions out of which certain are selected randomly and offered to
student with a choice of 5, 10 or 15 questions of Multiple Choice Questions
which is auto evaluated by computer and results are displayed. If at the end
of the test student has scored less than 50%, the software should suggest &
enable revision of the topic. On 2nd test due to random selection of MCQs
by software a very different quiz/test will be offered and student evaluated on
his responses during 2nd test the results should be given immediately after
the response to each question and in case student had given wrong answer
reasons should be given for committing this mistake along with right answer.
The learning /testing cycle should be repeated again if necessary. i.e. score
Request for Proposal No: dated:
Smart Classrooms- Department of Education, DD & DNH Page 67
is <50%.
12) It should have a facility whereby a teacher/student can stop at any point and
restart after a pause from the same point in any topic. All modules should
have pause, play, fast forward and rewind facilities. Software should track the
progress of every student individually on no. of topics covered; scores
achieved topic wise as well as overall, strong and weak topics for this child,
further suggestion for revision and practice. Software should enabled
Computer aided learning as well as computer assisted teaching.
13) It should allow addition of locally developed content of module by the school
Administration/Teachers to allow addition as well as options to customize
(The addition can be taken place by an expert of the service provider.)
14) The SI shall be responsible for updating the content, if the syllabus of any
subject of the scope is changed during the warranty & support period for 5
years. This would cover changes in the prescribed syllabus, as approved by
the Education Department/Gujarat Education Board/Gujarat State School
Textbook Board without any additional cost.
15) The SI will hold periodical review meetings with Education Department (every
3 months to work out ways and means to improve the CAL, CAT in terms of
pedagogy, ease of use etc. based on experience from the field level.
16) Software should be capable of protecting confidential information with
constant reliability. Additionally, constantly back-up all user data.
17) The Software should be capable of
� Course "engine" can be customized to meet department's future needs.
� Any further upgradation in future as and when needed.
18) Software should make learning an enjoyable and encouraging experience for
the students as well as teachers. Presentation on this feature should be
included in the bid.
19) Encourage learners to become more self-sufficient.
20) The software should run on desktop and on a network environment
seamlessly i.e. the content should work without jerks on a shared peer to
peer or network operating system environment and be network enabled.
21) Difficult words should be provided links to electronic dictionaries in English,
Gujarati as the case may require which should further allow cross referencing
through hyperlinks or links activated by right or left click of the mouse.
Request for Proposal No: dated:
Smart Classrooms- Department of Education, DD & DNH Page 68
22) Learning as a voyage should take students beyond the textbooks e.g. in
languages chapters the authors or poets are hyperlinked to their own pages
which gives the brief life history of the person, his major works and
publications, his contributions to the society in brief a short biography which
in turn is richly linked to internet through hyperlinks a fusion of developed
content with open courseware and other freely available resources on
internet for e-learning. With the number, quality, and variety of freely available
educational resources growing exponentially which can produce an exciting
learning-teaching experience.
23) Network-enabled open education can catalyze a whole new set of learning
opportunities. The growing open-education movement has made an
increasing number and variety of resources freely available online, including
everything from lecture notes to complete courses and real-time laboratory
experiments. The result is an ability to tailor education to local contexts and
individual learners. That ability, combined with communication technologies
that link learners across the world, can create a powerful new kind of learning
experience that melds localized, individual education with global networks.
Tenderer should demonstrate awareness of these developments and give a
note describing and proposing methods to incorporate these in their software.
24) Computer-aided Assessment ranging from automated multiple-choice tests to
more sophisticated systems, feedback geared towards a student’s specific
mistakes or the computer can navigate the student through a series of
questions adapting to what the student appears to have learned or not
learned. There should be question banks for each subject, class wise and
competency wise. Tests/ quizzes should be generated based on this question
bank.
25) The software should include Hypertext courses: Structured course material to
be used, material to be provided electronically and can be viewed with a
browser. Hyperlinks should connect text, multimedia parts and exercises in a
meaningful way. This should cover subjects & topics for Std. 1 to 12.
26) Animated courses: Enriching text-oriented or audio-based course material by
animations making the content and its appearance more interesting.
Animations created using Macromedia Flash or similar technologies.
27) Search- providing search feature ensuring that one can find the Information
Request for Proposal No: dated:
Smart Classrooms- Department of Education, DD & DNH Page 69
needed by doing a simple search.
28) Clarity – utilizing lively and bright colors to facilitate interaction, reading and
information.
29) Learning Management System should be incorporated to include Manage
users, roles, courses, instructors and facilities and generate reports
30) Course calendar i.e. time table
31) Assessment/testing capable of handling student pre/post testing
32) Display scores
33) Dictionary should be with audio pronunciation. There should be read out
facility for English texts in good diction and Indian English accent.
34) Should include psychometric tests for testing the aptitude of children and
generate results and reports for follow up actions.
35) The OMR enabled question paper generation and evaluation facility should
be offered by the software.
Request for Proposal No: dated:
Smart Classrooms- Department of Education, DD & DNH Page 70
ANNEXURE-8: CERTIFICATE OF GIVING UNLIMITED RIGHTS
RFP Ref: ________________________ Date: _____________
To,
The Director (Education),
UT Administration of DNH
Silvassa.
We, _____________________ do hereby confirm that in case of the contract being
awarded to us, we are ready to give unlimited licensing rights to Education
Department, DD & DNH for using the software in UTs of DD & DNH as per the their
requirement.
We assure that the unlimited use of licensing rights of the software solution will be
transferred to the Education department, DD & DNH.
Name of the Bidder: -
Signature: -
Seal of the Organization: -
Request for Proposal No: dated:
Smart Classrooms- Department of Education, DD & DNH Page 71
Annexure 9: Technical bid marking system
The Technical Evaluation shall be in the format shown below. The information
furnished by the bidders in the technical bid as well as the presentation shall be
the basis for this evaluation. In case any of the information is not made
available the Committee will assign zero marks to that item.
Detailed Marking System
S No Criteria Marks
1 Company Competence 15
1.1
Annual Turnover - Prime bidder’s average annual turnover for the period FY 2012- 2013, 2013-14 and 2014-2015. Audited Financial Statements/ Auditor’s certificate to be submitted.
5
Between 20-25 Cr Between 25- 30 Cr > 30 Cr
3 Marks 4 Marks 5 Marks
1.2 Total no. of smart class rooms successfully implemented. Customer references with execution certificates are required to be submitted.
10
1000 Class rooms (4 Marks)
1001-2000 Class rooms (6 Marks)
2001-3000 Class rooms (8 Marks)
More than 3000 class rooms (10 Marks)
2 Domain experience of the bidder 30
2.1 No. of Education boards supported by the solution proposed. Documentary proofs with customer references should be submitted
5 2 Edu. boards
3 Edu. boards More than 3 Edu. boards
3 Marks 4 marks 5 Marks
2.2 No. of Language mediums supported by the solution proposed
5
Request for Proposal No: dated:
Smart Classrooms- Department of Education, DD & DNH Page 72
2 Language mediums
3 Language mediums
More than 3 Language mediums
3 Marks 4 marks 5 Marks
2.3 Quality of the Education content software Solution proposed
by the bidder:
Pre-qualified bidders will be asked to provide the content of
specified syllabus topics in minimum of 2 Education boards
and 2 Language mediums. The team of teachers designated
by tender evaluation committee will evaluate this solution and
then marking will be done.
20
3 Technical capabilities of the bidder 15
3.1 Central server based solution offered by the bidder from
connecting minimum 10 computers (Smart Class rooms) with
the central server in the following no of schools 5
1- 10 11-20 21-30 > 30
2 Marks 3 Marks 4 Marks 5 Marks
3.2 Technical capabilities of the solution proposed : Web based
solution capabilities, Usefulness of the solution through
Internet, Interactive capabilities of the solution, Self-learning
capability features provided by the solutions, Security
features offered by the solution etc. 10
The solution will be evaluated by the tender evaluation
committee based on the technical capabilities offered by the
solution
4 Manpower capabilities of the bidder 10
4.1 The no. of Domain experts borne (Education field ) with
minimum post-graduation in any discipline qualification
with at least 02 years post qualification experience in
the domain of training/ teaching
5
0- 15 16- 25 26- 30 31- 35 > 35
1 mark 2 Marks 3 Marks 4 Marks 5 Marks
4.2 No. of technically qualified professionals in the area of
Project Management, Electronics Solutions, Software
Application development, System Integration and
5
Request for Proposal No: dated:
Smart Classrooms- Department of Education, DD & DNH Page 73
Networking
0- 50 51- 100 101-125 126-150 > 150
1 mark 2 Marks 3 Marks 4 Marks 5 Marks
5 Technical Presentation 30
TOTAL 100
Annexure 10 - Format for Power of Attorney for Lead Member of Consortium
Whereas the Director (Education), Dadra & Nagar Haveli, Silvassa has
invited bids from the interested bidders for implementing "Smart classrooms
solution (including Supply and Installation of software, IT (Desktop computers,
Multifunction Printer, LAN and WAN (switch/ router etc) and non-IT equipment
(Site preparation, electrical/ UPS with required wiring etc), commissioning,
integration and maintenance in the UT Administration of Daman & Diu and Dadra
& Nagar Haveli” (hereinafter referred as "the Project"). Whereas,
AND
___________________ (the “bidder” or collectively “Consortium” being Members
of the Consortium) are interested in bidding for the Project in accordance with the
terms and conditions of the Request for Proposal and other connected documents
in respect of the Project,
AND
Whereas, it is necessary for the Members of the Consortium to designate one of
them as the Lead Member with all necessary power and authority to do for and on
behalf of the Consortium, all acts, deeds and things as may be necessary in
connection with the Consortium’s bid for the Project and its execution.
NOW THEREFORE KNOW ALL MEN BY THESE PRESENTS
I, M/s.________, having our registered office at _________ , [the respective names
and addresses of the registered office] (hereinafter collectively referred to as the
“Principals”) do hereby irrevocably designate, nominate, constitute, appoint and
M/s _______ , having its registered office at ________ , being a Member of the
Consortium, as the Lead Member and true and lawful attorney of the Consortium
Request for Proposal No: dated:
Smart Classrooms- Department of Education, DD & DNH Page 74
(hereinafter referred to as the “Attorney”) and hereby irrevocably authorize the
Attorney (with power to sub-delegate) to conduct all business for and on behalf of
the Consortium and any one of us during the bidding process and, in the event the
Consortium is awarded the contract, during the execution of the Project, and in this
regard, to do on our behalf and on behalf of the Consortium, all or any of such acts,
deeds or things as are necessary or required or incidental to the submission of its
bid for the Project, including but not limited to signing and submission of all
applications, bids and other documents and writings, participate in bidders’ and
other conferences, respond to queries, submit information/ documents, sign and
execute contracts and undertakings consequent to acceptance of the bid of the
Consortium and generally to represent the Consortium in all its dealings with the
Tendering Party, and/ or any other Education Department Agency or any person, in
all matters in connection with or relating to or arising out of the Consortium’s bid for
the Project and/ or upon award thereof till the contract is entered into with the
Education Department and the Tendering Party.
AND hereby agree to ratify and confirm and do hereby ratify and confirm all acts,
deeds and things lawfully done or caused to be done by our said Attorney pursuant
to and in exercise of the powers conferred by this Power of Attorney and that all
acts, deeds and things done by our said Attorney in exercise of the powers hereby
conferred shall and shall always be deemed to have been done by us/ Consortium.
IN WITNESS WHEREOF WE THE PRINCIPALS ABOVE NAMED HAVE
EXECUTED THIS POWER OF ATTORNEY ON THIS _____ DAY OF _____, 20**.
For (Name & Title) For _ (Name & Title)
Witnesses:
1.
2.
(Executants)
(To be executed by all the Members of the Consortium) Notes:
(a) The mode of execution of the Power of Attorney should be in accordance
with the procedure, if any, laid down by the applicable law and the charter
documents of the notarized(s) and when it is so required, the same should be under
common seal affixed in accordance with the required procedure.
(b) Also, wherever required, the Bidder should submit for verification the extract
of the charter documents and documents such as a resolution/ power of attorney in
Request for Proposal No: dated:
Smart Classrooms- Department of Education, DD & DNH Page 75
favour of the person executing this Power of Attorney for the delegation of power
hereunder on behalf of the Bidder.
(c) For a Power of Attorney executed and issued overseas, the document will
also have to be notarized by the Indian Embassy and notarized in the jurisdiction
where the Power of Attorney is being issued.
Annexure 11 - Format for OEM / Manufacturers Authorization Certificate
(To be enclosed with Technical Bid)
(On the letterhead of OEM carrying address, contact numbers, TIN number with sign
and seal of authorized signatory)
To: The Director (Education),
Dadra & Nagar Haveli
1. It is certified that M/s________, are our authorized distributors / resellers/
agents and they have been authorized to quote and sell WWW. (name of
equipment or part or hardware or COTS software with full details ) and
WWWWWWWWW. (Accessories) Make/ Model No.----------------------------------- is
manufactured / developed by us to Education Department, DD & DNH.
We will provide them all necessary support for providing effective after sale
services.
2. That in the event of this bidder being awarded this tender, we will provide
adequate quantity of quoted make, model of hardware/ quoted version of software
and associated services within the given delivery period of this tender.
3. We further certify that the items offered are not “end of life/ end of sale” for
the period of five years from the last date of the bid submission. In the event the
offered items are so declared, after installation and commissioning, during the
project period, we accept to replace the said item (s) with an equivalent or superior
product at no extra cost to the department.
4. We also agree to provide updates/ upgrades of the offered items (including
Request for Proposal No: dated:
Smart Classrooms- Department of Education, DD & DNH Page 76
OS, patches etc) at no extra cost to the UT Administration/ Education Department,
DD & DNH during the project duration
5. That this assurance is being given after assessing the financial capability of
the bidder and our contractual arrangements with the bidder.
Authorized signatory
(Signature, Name, designation, contact address and Telephone number)
Seal
Annexure 12: PROFORMA FOR CONTRACT PERFORMANCE BANK
GUARANTEE
(To be stamped in accordance with Stamp Act)
Bank Guarantee No___________ Date__________
Ref________________________
To,
The Director (Education)
Dadra & Nagar Haveli, Silvassa
Dear Sir,
In consideration of the Director (Education), Dadra & Nagar Haveli, Silvassa
(hereinafter referred to as the ‘Education Department, Silvassa’ which expression
shall unless repugnant to the context or meaning thereof include its successors,
administrators and assignees) having awarded to M/s_________________ with its
Registered/ Head Office at_____________ (hereinafter referred to as the ‘SI’ which
expression shall unless repugnant to the context or meaning thereof, include its
successors, administrators, executors and assignees), a Contract by issue of the
Education Department, Silvassa’s letter of intent No._______ dated __/__/____
entering into a formal contract to that effect with the Education Department, Dadra
& Nagar Haveli, Silvassa on _________vide Agreement No.________(hereinafter
referred to as the “Contract”) and the SI having agreed to provide a Contract
Performance Bank Guarantee for the faithful performance of the entire Contract
equivalent to_______*_______Fifteen percent of the said value of the Contract to
the Education Department, Silvassa.
Request for Proposal No: dated:
Smart Classrooms- Department of Education, DD & DNH Page 77
We__________________________ (Name & Address of the bank) having its Head
office at________________(hereinafter referred to as the ‘Bank’ which expression
shall, unless repugnant to the context or meaning thereof, include its successors,
administrators, executors and assignees) do hereby guarantee and undertake to
pay the Education Department, Dadra & Nagar Haveli, Silvassa, on mere demand
any and all moneys payable by the SI to the extent of Rs____*____as aforesaid at
any time upto ____________ (day/month/year) without any demur, reservation,
contest, recourse or protest and/or without any reference to the SI. Any such
demand made by the Education Department, Dadra & Nagar Haveli, Silvassa on
the Bank shall be conclusive and binding notwithstanding any difference between
the Education Department, Dadra & Nagar Haveli, Silvassa and the SI or any
dispute pending before any court, Tribunal, Arbitrator or any other authority. The
Bank undertakes not to revoke this guarantee during its currency without previous
consent of the Education Department, Dadra & Nagar Haveli, Silvassa and further
agrees that the guarantee herein contained shall continue to be enforceable till the
Education Department, Dadra & Nagar Haveli, Silvassa discharges this guarantee.
The Education Department, Dadra & Nagar Haveli, Silvassa shall have the fullest
liberty without affecting in any way the liability of the bank under this guarantee,
from time to time to extend the time for performance of the contract by the SI. The
Education Department, Dadra & Nagar Haveli, Silvassa shall have the fullest
liberty, without affecting the guarantee, to postpone from time to time the exercise
of any powers vested in them or of any right which they might have against the SIs,
and to exercise the same at any time in any manner, and either to enforce or to
forbear to enforce any covenants, contained or implied in the Contract between the
Education Department, Dadra & Nagar Haveli, Silvassa and the SI or any other
course or remedy or security available to the Education Department, Silvassa. The
bank shall not be relieved of its obligations under these presents by any exercise
by the Education Department, Dadra & Nagar Haveli, Silvassa of its liberty with
reference to the matters aforesaid or any of them or by reason of any other act or
forbearance or other acts of omission or commission on the part of the Education
Department, Dadra & Nagar Haveli, Silvassa or any other indulgence shown by the
Education Department, Dadra & Nagar Haveli, Silvassa or by any other matter or
thing whatsoever which under law would, but for this provision, have the effect of
relieving the bank.
Request for Proposal No: dated:
Smart Classrooms- Department of Education, DD & DNH Page 78
The Bank also agrees that the Education Department, Dadra & Nagar Haveli,
Silvassa at its option shall be entitled to enforce this Guarantee against the Bank as
a principal debtor, in the first instance without proceeding against the SI and
notwithstanding any security or other guarantee that the Education Department,
Dadra & Nagar Haveli, Silvassa may have in relation to the SI’s liabilities. We
undertake to pay to the Education Department any amount so demanded by the
Education Department, notwithstanding.
a. any dispute or difference between the Education Department or the SI or any
other person or between the SI or any person or any suit or proceeding pending
before any court or tribunal or arbitration relating thereto; or
a. the invalidity, irregularity or un-enforceability of the contract; or
c. in any other circumstances which might otherwise constitute discharge of this
Guarantee, including any act of omission or commission on the part of the
Education Department to enforce the obligations by the SIs or any other person for
any reason whatsoever.
We, the Bank further agree that the guarantee herein contained shall be continued
on and remain in full force and effect during the period that would be taken for the
performance of the said Agreement and that it shall continue to be enforceable till
all the dues of the Education Department under or by virtue of the said agreement
have been fully paid and its claims satisfied or discharged or till the Education
Department, Silvassa, certifies that the terms and conditions of the said Agreement
have been fully and properly carried out by the said SI(s) and accordingly
discharges this guarantee.
We___________________________________ hereby agree and undertake that
(indicate the name of the bank) any claim which the Bank may have against the SI
shall be subject and subordinate to the prior payment and performance in full of all
the obligations of the Bank hereunder and the Bank will not without prior written
consent of the Education Department exercise any legal rights or remedies of any
kind in respect of any such payment or performance so long as the obligations of
the Bank hereunder remain owing and outstanding, regardless of the insolvency,
liquidation or bankruptcy of the SI or otherwise howsoever. We will not counter
claim or set off against its liabilities to the Education Department hereunder any
sum outstanding to the credit of the Education Department with it.
Request for Proposal No: dated:
Smart Classrooms- Department of Education, DD & DNH Page 79
Notwithstanding anything contained herein above our liability under this guarantee
is limited to total amount of Rs______*______and it shall remain in force upto and
including__________**_________and shall be extended from time to time for such
further period as desired by M/s____________________ on whose behalf this
guarantee has been given.
Dated this ____________day of______________20**___________ at
WITNESS
(Signature)_________________ (Signature)
________________________________
(Name)____________________
NAME____________________ (Banker’s Rubber Stamp) ____________________
(Official address)____________ Attorney as per Power of Attorney_____________
* This sum shall be ten percent (10%) of the Contract Price.
** The date will be 05 (five) years and three months from the date of award of the
contract. In case of Bank guarantee issued by a Foreign Bank, the same shall be
confirmed by any Nationalised/ Scheduled Commercial Bank in India.
Request for Proposal No: dated:
Smart Classrooms- Department of Education, DD & DNH Page 80
Annexure 13
SCHEDULE FOR TIME OF COMPLETION OF PROJECT AND TRAINING
The following shall be the time schedule for completion of the proposed project.
I/ We (the bidder/ prime bidder) agree to abide by the above schedule and
understand that penalty will be imposed as follows in case of failure to meet above
schedule.
S No Criteria/ Activity/Task/ Milestones Time to Completion
1. Acceptance of work order/ Project Start T
2 Requirement Gathering and Planning T+ 21 days
3 Submission of FRS and SRS Document T + 45 days
4 Supply and installation of equipments at
respective sites and completion of Hardware/
networking requirement
T + 75 days
5 Application Development/Customization T + 90 days
6 User Acceptance Testing T + 100
7 Application hosting in local servers in each
location or alternatively in UT Data Centre/
NIC cloud/ SI data centre and System Go-
Live
T + 120 days
8 Training T + 150 days
9 Acceptance of the system T + 150 days
Request for Proposal No: dated:
Smart Classrooms- Department of Education, DD & DNH Page 81
10 Trail run for one month and handing over of
the system to the department
T + 180 days
• T refers to project start date. This should be within 1 week of t h e
p r o j e c t k i c k - o f f m e e t i n g / signing of Agreement whichever is earlier
• Date of entering into the contract agreement from the issue of work order
should not exceed 15 days
• O&M Phase will start from the date of Go-Live Date and will last for 5 Years
• Above timelines are mentioned for the SI to perform various activities under
given milestones
• Time taken by the Education Department for evaluation and approval of
deliverables will be excluded from above timelines
Annexure 14: No of classrooms for smart class
Daman (only Gujarat Board)
Medium
Section Gujarati English Marathi Hindi Total
Secondary/ Higher
Secondary 66 06 -- -- 72
Upper Primary 85 21 -- -- 106
Primary (School buildings) 31 03 -- -- 34
Total 182 30 -- -- 212
Diu (only Gujarat Board)
Medium
Section Gujarati English Marathi Hindi Total
Secondary/ Higher
Secondary 65 02 -- -- 67
Upper Primary 64 -- -- -- 64
Primary (School buildings) 18 -- -- -- 18
Total 147 02 -- -- 149
Dadra & Nagar Haveli (no of classrooms)
Request for Proposal No: dated:
Smart Classrooms- Department of Education, DD & DNH Page 82
Medium
Board Gujarati English Marathi Hindi Total
Gujarat 166 37 -- 16 219
Maharashtra -- -- 51 -- 51
CBSE -- -- -- -- --
Total 166 37 51 16 270
No of buildings 24: for 270 classes
Primary 179 08 68 -- 255
Upper Primary 284 22 79 -- 385
Total 463 30 147 -- 640
No of buildings: 249 for 640 classes
Annexure 15: Lists of School buildings: UT of Dadra & Nagar Haveli
Sr. No.
Name and Address of the School
1 Govt. Higher Secondary School, Rakholi
2 Govt. Higher Secondary School, Dadra
3 Govt. Higher Secondary School, Galonda
4 Govt. Higher Secondary, Silvassa (T) (GM)
5 Govt. Higher Secondary School, Randha
6 Govt. Higher Secondary School, Naroli
7 Govt. Higher Secondary School, Silvassa, (T) (EM)
8 Govt. Higher Secondary School, Khanvel, (GM)
9 Govt. Higher Secondary School, Khanvel, (MM)
10 Govt. Higher Secondary School, Silvassa, (T) (HM)
11 Govt. Higher Secondary School Silvassa, (T) (MM)
12 Govt. Higher Secondary School, Dudhani
13 Govt. Higher Secondary School, Dapada
14 Govt. High School, Mandoni (MM)
15 Govt. High School, Dokmardi
Request for Proposal No: dated:
Smart Classrooms- Department of Education, DD & DNH Page 83
16 Govt. High School, Bedpa (MM)
17 Govt. High School, Sindoni
18 Govt. High School, Morkhal
19 Govt. High School, Kharadpada
20 Govt. High School, Amboli (MM)
21 Govt. High School, Silvassa (Z)
22 Govt. High School, Surangi
23 Govt. High School, Sili
24 Govt. High School, Falandi
Request for Proposal No: dated:
Smart Classrooms- Department of Education, DD & DNH Page 84
Annexure 16: Number of Buildings of Primary/Upper Primary/Sec./ Higher Sec
School, Diu
Sr No.
Name of School Compound No. Of School Building
Section Medium
1 GPS NO. 1 Ghoghla Own building in broken condition School operating in GHS(B) Ghoghla
1 Primary Gujarati
2 GPS NO.3 Ghoghla Primary Gujarati
3 GPS NO.2 Ghoghla One 1 Primary Gujarati
4 GMS(B) Ghoghla Own building in broken condition. School operating in GHS(G) Ghoghla
1
Upper Primary
Gujarati
5 GMS(G) Ghoghla Upper
Primary Gujarati
6 Govt. High school(boys), Ghoghla
One 1 Secy Gujarati
7 Govt. Higher sec. school(G),Ghoghla
One 1 Higher Secy
Gujarati
8 Govt. Higher secondary school, Diu
One 1 Higher Secy
Gujarati
9 GPS NO.1 Diu
One 1
Primary Gujarati
10 GPS NO. 2 Diu Primary Gujarati
11 Govt. High school(G), Diu
1 Secy Gujarati
12 GMS(B) Diu One 1
Upper Primary
Gujarati
13 GMS(G) Diu Upper
Primary Gujarati
14 GPS Gandhipara One 1 Primary Gujarati
15 GPS Fudam
One 1
Primary Gujarati
16 GMS Fudam Upper
Primary Gujarati
17 Govt. High school, Fudam
Secy Gujarati
18 GPS Malala One 1 Primary Gujarati
19 GPS Kevdi One 1
Primary Gujarati
20 GMS Kevdi Upper
Primary Gujarati
21 GPS Zolawadi One 1 Primary Gujarati
Request for Proposal No: dated:
Smart Classrooms- Department of Education, DD & DNH Page 85
22 GPS Bucharwada
Own building under construction. Currently operating in GPS Patelwadi
1
Primary Gujarati
23 GMS Bucharwada
Own building under construction. Currently operating in GHS Bucharwada
Upper Primary
Gujarati
24 Govt. Higher secondary school, Bucharwada
One 1 Higher Secy
Gujarati
25 GPS Patelwadi One 1 Primary Gujarati
26 GPS Nagoa
One 1
Primary Gujarati
27 GMS Nagoa Upper
Primary Gujarati
28 Govt. High school, Nagoa
Secy Gujarati
29 GPS Dagachi One 1 Primary Gujarati
30 GMS Dagachi One 1
Upper Primary
Gujarati
31 Govt. High school, Dagachi
Secy Gujarati
32 GPS Saudwadi
One 1
Primary Gujarati
33 GMS Saudwadi Upper
Primary Gujarati
34 Govt. High school, Saudwadi
1 Secy Gujarati
35 GPS NO.1 Vanakbara
One 1
Primary Gujarati
36 GPS NO.2 Vanakbara Primary Gujarati
37 GMS (G) Vanakbara Upper
Primary Gujarati
38 Govt Higher Sec. School(G), Vanakbara
Higher Secy
Gujarati
39 GPS NO.3 Vanakbara One 1 Primary Gujarati
40 GPS No.4 Vanakbara One 1 Primary Gujarati
41 GMS (B) Vanakbara
One 1
Upper Primary
Gujarati
42 Govt Higher Secondary School, Vanakbara
Higher Secy
Gujarati
Total 26
Request for Proposal No: dated:
Smart Classrooms- Department of Education, DD & DNH Page 86
Annexure 17: List of School Buildings, Daman
Sr No.
Name of School Compound No. Of School Building
Section Medium
1 GPS Patlara
One 1
Primary Gujarati
2 GMS Patlara Upper
Primary Gujarati
3 GHS Patlara Secy Gujarati
4 GPS Bharwadfalia One 1
Upper Primary
Gujarati
5 GMS Bharwadfalia Primary Gujarati
6 GPS Magarwada One 1 Primary Gujarati
7 GPS Bhamti
One 1
Primary Gujarati
8 GMS Bhamti Upper
Primary Gujarati
9 GPS Damanwada E/M Primary English
10 GMS Damanwada E/M Upper
Primary English
11 GPS A/S Zari
One
1 Primary Gujarati
12 GMS Zari Upper
Primary Gujarati
13 GHS Zari 1 Secy Gujarati
High Secy
Gujarati
14 GPS Damanwada
One 1
Primary Gujarati
15 GMS Damanwada Upper
Primary Gujarati
16 GHS Damanwada 1 Secy Gujarati
17 GPS Nailapardi One 1 Primary Gujarati
18 GPS Pariyari One 1
Primary Gujarati
19 GMS Pariyari Upper
Primary Gujarati
20 GHS Pariyari One 1 Secy Gujarati
21 GPS Jampore One 1 Primary Gujarati
22 GPS,Varliwad, Jampore
One 1 Primary Gujarati
23 GPS Thanapardi One 1 Primary Gujarati
Request for Proposal No: dated:
Smart Classrooms- Department of Education, DD & DNH Page 87
24 GMS Thanapardi Upper
Primary Gujarati
25 GPS Ambawadi One 1
Primary Gujarati
26 GMS Ambawadi Upper
Primary Gujarati
27 GPS Bhens Road One 1
Primary Gujarati
28 GMS Bhens Road Upper
Primary Gujarati
29 GPS Dunetha
One 1
Primary Gujarati
30 GMS Dunetha Upper
Primary Gujarati
31 GHS Dunetha Secy Gujarati
32 GPS Varkund
One 1
Primary Gujarati
33 GMS Varkund Upper
Primary Gujarati
34 GHS Varkund Secy Gujarati
35 GPS Kachigam
One
1 Primary Gujarati
36 GMS Kachigam Upper
Primary Gujarati
37 GHS Kachigam 1 Secy Gujarati
1 High Secy
Gujarati
38 GPS Ringanwada
One 1
Primary Gujarati
39 GPS Ringanwada E/M Primary English
40 GMS Ringanwada E/M Upper
Primary English
41 GPS Dabhel
One
1 Primary Gujarati
42 GMS Dabhel Upper
Primary Gujarati
43 GHS Dabhel 1 Secy Gujarati
High Secy
Gujarati
44 GPS Marwad
One
1 Primary Gujarati
45 GMS Marwad 1
Upper Primary
Gujarati
46 GHS Marwad Secy Gujarati
47 GPS Devka One 1
Primary Gujarati
48 GMS Devka Upper Gujarati
Request for Proposal No: dated:
Smart Classrooms- Department of Education, DD & DNH Page 88
Primary
49 GPS Devka Colony One 1
Primary Gujarati
50 GMS Devka Colony Upper
Primary Gujarati
51 GPS Kadaiya One 1
Primary Gujarati
52 GMS Kadaiya Upper
Primary Gujarati
53 GPS Bhimpore One 1
Primary Gujarati
54 GMS Bhimpore Upper
Primary Gujarati
55 GHS Bhimpore One 1 Secy Gujarati
High Secy
Gujarati
56 GPS A/S Bhimpore One 1
Primary Gujarati
57 GMS A/S Bhimpore Upper
Primary Gujarati
58 GPS Moti Vankad One 1
Primary Gujarati
59 GMS Moti Vankad Upper
Primary Gujarati
60 GPS Dalwada One 1
Primary Gujarati
61 GMS Dalwada Upper
Primary Gujarati
62 GPS Moti Daman
One 1
Primary Gujarati
63 GMS Moti Daman Upper
Primary Gujarati
64 GHS Moti Daman Secy Gujarati
High Secy
Gujarati
65 GPS Nani Daman (G/M)
One 1
Primary Gujarati
66 GPS Kharawad Primary Gujarati
67 GHS Nani Daman (E/M)
Secy English
68 GMS Nani Daman (E/M)
One 1 Primary English
69 GPS Nani Daman (E/M)
Upper Primary
English
70 GPS Kathiriya One 1
Primary Gujarati
71 GMS Kathiriya Upper
Primary Gujarati
72 GPS Khariwadi One 1 Primary Gujarati
Total 39