Tende

145
Request For Proposal (RFP) For Biometric Attendance & Computer Aided Learning System for Ashramshalas, Adarsh Niwasi, Eklavya, Primary & Upper Primary Schools Tender Notice: VKY/2007/267/D-SAG Dated: 25 August, 2008 Commissioner of Tribal Development Department Government of Gujarat Birsa Munda Bhavan Gandhinagar

Transcript of Tende

Page 1: Tende

Request For Proposal (RFP)

For

Biometric Attendance & Computer Aided Learning

System for Ashramshalas, Adarsh Niwasi, Eklavya,

Primary & Upper Primary Schools

Tender Notice: VKY/2007/267/D-SAG

Dated: 25 August, 2008

Commissioner of Tribal Development Department

Government of Gujarat

Birsa Munda Bhavan

Gandhinagar

Page 2: Tende

TDD/2008/BIOMETRICS/001

- 2 -

Table of Contents

List of Abbreviations....................................................................................................................... 7

IMPORTANT INFORMATION........................................................................................................... 8

SECTION I: PREFACE ................................................................................................................... 10

SECTION II: PROJECT PROFILE .................................................................................................. 14

1. About State ............................................................................................................................ 15

2. About Biometric Attendance & Computer Aided Learning System................................... 16

SECTION III: INSTRUCTIONS TO BIDDERS................................................................................. 19

1. Definitions.............................................................................................................................. 20

2. Eligibility Criteria ................................................................................................................... 23

3. Consortium ............................................................................................................................ 24

4. Cost of RFP............................................................................................................................ 25

5. Pre-bid Conference (PBC)..................................................................................................... 25

6. Amendment or Modification of RFP..................................................................................... 26

7. Proposal preparation............................................................................................................. 26

8. Cost of Bidding...................................................................................................................... 29

9. Bid Security (EMD) ................................................................................................................ 29

10. Proposal Submission ........................................................................................................ 30

11. Number of Proposals ........................................................................................................ 31

12. Proposal Prices ................................................................................................................. 31

13. Discounts, Taxes, Levies, etc. .......................................................................................... 32

14. Proposal Validity................................................................................................................ 32

15. Language ........................................................................................................................... 32

16. Late Proposals................................................................................................................... 32

Page 3: Tende

TDD/2008/BIOMETRICS/001

- 3 -

17. Modification & Withdrawl of Proposals............................................................................ 33

18. Right to Accept Proposal .................................................................................................. 33

19. Proposal Forms ................................................................................................................. 33

20. Local Conditions................................................................................................................ 33

21. Contacting the Tenderer ................................................................................................... 34

22. Schedule of Events............................................................................................................ 34

23. Opening of Proposal ......................................................................................................... 35

24. Proposal Evaluation .......................................................................................................... 36

25. Award of Contract.............................................................................................................. 42

26. Confidentiality.................................................................................................................... 43

27. Publicity ............................................................................................................................. 44

28. Insurance ........................................................................................................................... 44

29. Arbitration .......................................................................................................................... 44

30. Buy Back Policy................................................................................................................. 45

31. Sub-Contracting................................................................................................................. 45

32. Termination of RFP............................................................................................................ 45

SECTION IV: PROJECT REQUIREMENTS ................................................................................... 47

1. Scope of Work ....................................................................................................................... 48

2. Application Software Modules.............................................................................................. 49

3. Education Software ............................................................................................................... 51

4. Help Desk............................................................................................................................... 52

5. Project Management Unit (PMU)........................................................................................... 53

SECTION V: SPECIAL CONDITIONS OF CONTRACT ................................................................. 54

1. Roles & Responsibilities of Stakeholders ........................................................................... 55

2. Third Party Monitoring Agency ............................................................................................ 57

3. Site Preparation..................................................................................................................... 57

Page 4: Tende

TDD/2008/BIOMETRICS/001

- 4 -

4. Hardware, Power Backup, Etc. ............................................................................................. 58

5. Standards to be Followed ..................................................................................................... 59

6. Application Software............................................................................................................. 62

7. Acceptance Test .................................................................................................................... 62

8. Performance Guarantee ........................................................................................................ 63

9. Force Majeure ........................................................................................................................ 64

10. Implementation Schedule ................................................................................................. 65

11. SLA Requirement............................................................................................................... 68

12. Penalties............................................................................................................................. 72

13. Penalties for Misuse .......................................................................................................... 75

14. Payment Terms.................................................................................................................. 75

15. Quarterly Guaranteed Payment for System..................................................................... 76

16. Representation & Warranties............................................................................................ 77

17. No Title to Equipment........................................................................................................ 79

18. Approval/Clearances ......................................................................................................... 79

19. Exit Management ............................................................................................................... 79

20. Tenderer’s Event of Default .............................................................................................. 81

21. Maintenance of Equipment ............................................................................................... 81

22. Bankruptcy & Insolvency .................................................................................................. 82

23. IPR, CopyRights, etc. ........................................................................................................ 82

24. Data Rights......................................................................................................................... 83

25. Project Duration................................................................................................................. 84

SECTION VI: ANNEXURE - FORMATS ......................................................................................... 85

Annexure 1 – Covering Letter ...................................................................................................... 86

Annexure 2 – Bidder’s Profile....................................................................................................... 89

Annexure 2A – Consortium Member’s Profile............................................................................. 93

Page 5: Tende

TDD/2008/BIOMETRICS/001

- 5 -

Annexure 3 - Financial Information Summary............................................................................. 97

Annexure 4 – Proposed Solution Architecture ........................................................................... 98

Annexure 4A -Data Collection, Transfer, Storage and Retrieval................................................ 99

Annexure 4B – Biometric Enrollment and Attendance............................................................. 100

Annexure 4C - Application Software Development................................................................... 101

Annexure 4D - Training............................................................................................................... 102

Annexure 4E -Operations and Maintenance.............................................................................. 103

Annexure 4F –Education Software Deployment and Training ................................................. 104

Annexure 4G - Any Other detail ................................................................................................. 105

Annexure 5 - Manufacturer’s Authorization Form..................................................................... 106

Annexure 6 - Firm Experience.................................................................................................... 107

Annexure 7- Composition and Task Assignments Summary .................................................. 108

Annexure 8 - Curriculum Vitae Of Proposed Staff .................................................................... 109

Annexure 9 - Statement of Deviation from Requirement Specification................................... 111

Annexure 10 - Statement of Deviation from Tender Terms and Conditions ........................... 113

Annexure 11 - Un-priced Bill Of Material ................................................................................... 115

Annexure 12 - Proposal letter – Commercial............................................................................. 117

Annexure 13 - Statement of Commercial Deviation .................................................................. 120

Annexure 14 - Commercial Proposal Details............................................................................. 122

Annexure 15 - Bill Of Material..................................................................................................... 124

Annexure 16 - Bank Guarantee Format for EMD....................................................................... 125

Annexure 17: Performance Bank Guarantee Format................................................................ 128

Annexure 18 - Format for Pre-bid Conference Queries / Clarifications................................... 131

SECTION VII: ANNEXURE – INDICATIVE STATISTICS & DATA............................................... 132

Annexure 19 – Details of Primary Ashramshalas (Std.1-7) ...................................................... 133

Annexure 20 – Details of Secondary Ashramshalas (Std. 8-12)............................................... 135

Page 6: Tende

TDD/2008/BIOMETRICS/001

- 6 -

Annexure 21 – Details of Adarsh Niwasi Schools (Std. 8-12)................................................... 137

Annexure 22 – Details of Eklavya Schools (Std. 6-11) .............................................................. 139

Annexure 23 - Offices Of DPA .................................................................................................... 140

Annexure 24 – Offices of DPO.................................................................................................... 141

Annexure 25 – Sample Report.................................................................................................... 142

Annexure 26 – List of Education Software ................................................................................ 143

Annexure 27 – List of Primary & Upper Primary Schools ........................................................ 144

Page 7: Tende

TDD/2008/BIOMETRICS/001

- 7 -

LIST OF ABBREVIATIONS

Abbreviation Detail

BG Bank Guarantee

BOM Bill of Material

BOO Build Own Operate

DHQ District Head Quarter

DPA District Project Administrator

DPO District Project Officer

EMD Earnest Money Deposit

FPS Finger Print Scanner

GoG Government of Gujarat

ICT Information and Communication Technology

O&M Operation and Maintenance

PG Performance Guarantee

PST Peak Service Time

QCBS Quality and Cost Based Selection

RFP Request for Proposal

SHQ State Head Quarter

TPA Third Party Agency

TDD Tribal Development Department

D-SAG Development Support Agency of Gujarat

Page 8: Tende

TDD/2008/BIOMETRICS/001

- 8 -

IMPORTANT INFORMATION

Sale of RFP

document

The tender form can be downloaded from https://www.nprocure.com

between from 25-08-2008 till 30-09-2008 and the non-refundable

tender fees can be deposited at the time of pre-bid conference or on or

before 30-09-08 between 10.00 am to 4.00 pm on all working days.

Non-Refundable

Tender Fees

Rs. 10,000/- (Rupees Ten Thousand only) through Demand Draft from

a Scheduled Commercialized / Nationalized Bank (except Co-operative

Bank), drawn in favour of “Commissioner, Tribal Development

Department”, payable at Gandhinagar.

EMD

Rs. 50,00,000/- (Rupees Fifty Lakhs only) in the form of Demand Draft

/Bank Guarantee in favour of “Commissioner, Tribal Development

Department”, payable at Gandhinagar from a Scheduled

Commercialized / Nationalized Bank (except Co-operative Bank).

Last Date of

Submission of

written queries on

RFP

Bidders have to submit their written clarifications & queries (if any)

related to the RFP in writing before 2:00 P.M. 06-09-2008 in enclosed

format (Annexure 18) at the below mentioned address. The same can

also be sent by email to [email protected]. Any

clarification or query received after the due time and date will not be

entertained.

Pre bid conference

At 12:30 P.M. on 09-09-2008

Venue: Secretary’s Chamber,

Tribal Development Department,

Block No. 8, 2nd Floor,

Sachivalaya,

Gandhinagar

Page 9: Tende

TDD/2008/BIOMETRICS/001

- 9 -

Last date for

submission of

Proposal

4:00 P.M. on 30-09-2008

The commercial proposal is to be submitted online in electronic format only as mentioned in the RFP, 4:00 PM on 30-09-08 on the website https:/www.nprocure.com. The hard copies of the Pre-Qualification and Technical Proposal as specified in the RFP can be submitted on or before 4:00 PM, 30-09-08 between at the address mentioned below.

Opening of

Technical Proposal

5:00 P.M. 25-09-2008

Venue: Development Support Agency of Gujarat

Tribal Development Department

Block No. 8, 2nd Floor

Sachivalaya

Gandhinagar

Address for

Correspondence and

Clarifications

Development Support Agency of Gujarat

Tribal Development Department

Block No. 8, 2nd Floor

Sachivalaya

Gandhinagar Tel: +91-79-23257678/79

Fax: +91-79-23252081

Email: [email protected]

Page 10: Tende

TDD/2008/BIOMETRICS/001

- 10 -

SECTION I: PREFACE

Page 11: Tende

TDD/2008/BIOMETRICS/001

- 11 -

1. Government of Gujarat (GoG) is committed to leveraging advances in Information and

Communication Technologies (ICT) to improve the quality of services being delivered to

citizens and enhance the pace of overall development of the State through improvement of

Intra-Government and Government – Citizen Interface.

2. Biometric Attendance & Computer Aided Learning System aims to capture the reach of

education services extended to targeted beneficiaries and also improve the learning process

through standard education software for schools. It further aims to ensure transparency and

accountability in processes, coupled with effective monitoring mechanism by generation of

MIS reports.

3. To achieve the above objectives, GoG has decided that it will engage a professional agency

that will supply, install, operate & maintain the envisaged system on an appropriate Public

Private Partnership (PPP) model. In line with the same, GoG through Commissioner, Tribal

Development Department (TDD) has come up with a Request for Proposal (RFP) for

Biometric Attendance & Computer Aided Learning System for Ashramshalas, Adharsh

Niwasi & Eklavya Schools under TDD and Primary and Upper Primary Schools under

Education Department. Bidder has to quote for the implementation and management of the

system on Build, Own, Operate (BOO) model for duration of 5 (five) years, in accordance

with the various provisions of this RFP document.

4. The Bidder(s) will be selected on Quality and Cost Based Selection (QCBS) basis. D-SAG,

TDD will select a minimum of 2 ( two) and a maximum of 3 (three) bidders based on the

hierarchy of the “Best Quote” obtained from different bidders. However, D-SAG, TDD

reserves the right to negotiate on the Quote given by the bidders. Subsequently, the Bidders

offering the “Best Quote” will be declared as Successful Bidders. The D-SAG, TDD also

reserves the right to decide on the number of vendors to be selected and the zones/districts

to be awarded to each vendor.

5. The Biometric Attendance & Computer Aided Learning System is to be implemented across

various schools in 11 (eleven) districts of Gujarat state. There are 486 (four hundred and

eighty six) Ashramshalas, 31 (thirty one) Adharsh Niwasi Schools & 10 (ten) Eklavya

Schools under TDD in 39 talukas of 11 (eleven) districts. Further, there are 8136 (eight

Page 12: Tende

TDD/2008/BIOMETRICS/001

- 12 -

thousand one hundred thirty six) Primary & Upper Primary Schools under Education

Department in the same 39 (thirty nine) talukas of 11 (eleven) districts. It is to be emphasized

here that GoG is looking at this engagement as a set of complete services to be provided by

the selected agency and not as a supply of hardware & software. To that end the

specifications laid out in this RFP are indicated as the minimum requirement whereas the

bidders are expected to focus on the objectives of this project and formulate their solution

offerings in a manner that enables achieving those objectives both in letter as well as spirit.

6. D-SAG, TDD, GoG has been entrusted for selection of Service Provider and monitoring of

the Project. D-SAG, TDD, GoG now invites sealed technical and commercial proposals from

eligible Bidders for selection as bidder, to implement and operate the Biometric Attendance &

Computer Aided Learning System in 11 (eleven) districts of Gujarat. The bidder shall be

selected as per the procedures described in this Request for Proposal (RFP). The last date

for submitting the Technical and Commercial Proposal is 25-09-2008, latest by 4:00 PM.

7. Bidders who wish to participate in this selection process will have to register on

https://www.nprocure.com. Further participating Bidders will have to procure Digital

Certificate as per Information Technology Act 2000 using which they can sign their electronic

commercial proposals. Bidders can procure the same from (n) Code Solutions – a division of

GNFC Limited, or from any other agency licensed by Controller of Certifying Authority,

Government of India. Bidders who already have a Digital Certificate need not procure a new

digital certificate.

8. Bidder shall submit the commercial proposal online only. The Pre-Qualification Proposal and

the Technical Proposal and other documents as described in the RFP have to be submitted

physically before the last date of proposal submission as mentioned in the RFP.

9. A Pre-Bid Conference would be held on 09-09-2008 at 12:30 PM in the office of –

D-SAG

Tribal Development Department

Block No. 8, 2nd Floor,

Sachivalaya

Gandhinagar

Page 13: Tende

TDD/2008/BIOMETRICS/001

- 13 -

10. Bidders are requested to submit their queries or clarifications regarding the RFP in the

format provided (Annexure 18) only, latest by 2:00 P.M. on 06-09-2008. Any queries

received after the specified date & time will not be entertained. Only those queries that are

submitted in writing and in the format provided will be taken up for discussion in the pre-bid

conference.

11. The authorized representative of the bidder should sign all the communication including a

copy of this RFP. The Bidder should submit the copy of RFP, duly signed on each page by

the authorized signatory, along with the Pre-Qualification Proposal. The commercial proposal

is to be signed electronically while submission. The pre-qualification and technical proposal

has to be signed on each page by the authorized signatory.

Page 14: Tende

TDD/2008/BIOMETRICS/001

- 14 -

SECTION II: PROJECT PROFILE

Page 15: Tende

TDD/2008/BIOMETRICS/001

- 15 -

ABOUT STATE

The State of Gujarat came into existence as a separate State on 1st May 1960. The State is situated

on the west coast of India between 20-6' N to 24-42' N North latitude and 68-10'E to 74-28'E East

longitude. It is bounded by the Arabian Sea in the West, by the States of Rajasthan in the North and

North-East, by Madhya Pradesh in the East and by Maharashtra in the South and South East.

The State has an international boundary and has a common border with the Pakistan at the north-

western fringe. The two deserts, one north of Kachchh and the other between Kachchh and the

mainland Gujarat are saline wastes.

The State has a long coast-line of about 1600 kms. which is the longest among the States of

country. For the purpose of administration, Gujarat State at present comprises of 25 districts, sub-

divided into 226 talukas, having 18618 villages and 242 towns. Gujarat has geographical area of

1.96 lakh sq.kms. and accounts for 6.19 percent of the total area of the country.

Page 16: Tende

TDD/2008/BIOMETRICS/001

- 16 -

According to the provisional results of Population Census 2001, the population of Gujarat as on 1st

March 2001, stood at 5.06 Crores, including the estimated population of earthquake affected areas.

The decadal growth rate of the decade 1991-2001 has increased in comparison to 1981-1991 from

21.19 percent to 22.48 percent.

The density of Gujarat is 258 persons per sq.km. in 2001. The literacy rate in the State (excluding

children in the age group 0-6 years) has increased from 61.29 per cent in 1991 to 69.97 per cent in

2001. About 37.67 per cent population of Gujarat resides in urban areas (Excluding earthquake

affected areas). Out of the total population of 483.87 Lakhs in the state (excluding the earthquake

affected areas), 203.7 Lakhs (42.10 per cent) are workers and 280.2 Lakhs (57.90 per cent) are

non-workers. According to the provisional results of population census 2001, the total number of

households is 96.44 Lakhs.

The state has a substantial tribal population concentrated mainly in the eastern part of the state. The

State’s TDD looks after the welfare of the tribal population across the state. The department has

been focused on improving the education level of the people in tribal areas and has thereby

established several schools in tribal areas. The department also provides financial assistance to

different societies who run schools in the tribal areas. The financial assistance provided is based on

the number of students enrolled in schools. In its continuing effort to improve upon the conditions of

education system in tribal areas, the department has proposed the project of biometric attendance

and computer aided learning system.

ABOUT BIOMETRIC ATTENDANCE & COMPUTER AIDED LEARNING

SYSTEM

Biometric Attendance system seeks to use ICT in monitoring the attendance of teachers,

administrative staff and students at various schools being supported or run by Tribal Development &

Education Departments. It is aimed to create transparency and accountability so as to make

education in schools more efficient and effective.

Computer Aided Learning system aims to employ the same infrastructure to improve the learning

process of students by using standard education software relevant to different classes of school.

Page 17: Tende

TDD/2008/BIOMETRICS/001

- 17 -

Objective of Project

• Use of biometrics technology to capture attendance of teachers, administrative staff and

students.

• Use of computerized application as primary mode of attendance recording and replacement

of manual records.

• Collect, record and generate a centralized database of all teachers, administrative staff and

students enrolled in various schools which can be organized on the basis of name, category,

class, gender, caste, etc.

• Creation of Biometrics based attendance capturing system.

• To generate MIS at district and state level.

• To create a standard education software library at district level for different classes

• Use of education software to improve the learning process of students by employing a

monthly rotational deployment of software at each school.

Requirement of TDD

The scope of work has been designed in consonance with the requirements of TDD & Education

Department. The scope of work has been finalized after several rounds of discussion between

various stakeholders of the project.

The biometric based attendance and computer aided learning project of Government of Gujarat

would have the following scope of work -

• Design, Development, Implementation and Maintenance of the application software.

• Supply of robust equipment, which are resistant to damages from heat, dust, moisture, rough

handling and poor storage conditions.

• Collection of information related to teachers, administrative staff & students like fingerprints,

photograph, name, gender, caste/category, etc. and entry of records.

• Installation, commissioning & maintenance of hardware including computers, fingerprint

reading devices, etc. at various locations for capturing attendance.

Page 18: Tende

TDD/2008/BIOMETRICS/001

- 18 -

• Establishment and maintenance of network connectivity at all project locations.

• Collection & transfer of data from various locations to DPA/DPO Office (district level) and

further to state headquarters.

• Creation of education software library in each district.

• Monthly rotational deployment of education software at schools.

• MIS generation at District Head Quarter (DHQ) and State Head Quarter (SHQ) level.

• Updation of database as and when required.

• Training (including capacity building) of various stakeholders.

• Deployment of manpower for operations & maintenance for a period of 5 (five) years.

Broad Outcomes of Project and Deliverables

• Application Software and hardware for Biometric Attendance system for Schools in 11

(eleven) districts of Gujarat.

• Biometric enrollment (including collection, entry and validation of data) of all

teachers/administrative staff and students from individual schools and generation of a

centralized Database at SHQ.

• Education software library at each district.

• Training of users, trial runs and MIS customization as per the project requirements

Conclusion

GoG through D-SAG, TDD has come out with Request for Proposal for Biometric Attendance &

Computer Aided Learning System implementation in 11 (eleven) districts of the State. As the

magnitude of the project is enormous and the project time lines will be strict; hence, it is imperative

that only those who have previous experience of executing similar projects and have necessary

capacity (expertise, technical, and financial) should try to submit their proposal for the project.

Page 19: Tende

TDD/2008/BIOMETRICS/001

- 19 -

SECTION III: INSTRUCTIONS TO

BIDDERS

Page 20: Tende

TDD/2008/BIOMETRICS/001

- 20 -

1. DEFINITIONS

In this document, the following terms shall have following respective meanings-

“Acceptance Test Document” means a mutually agreed document, which defines procedures for

testing the “Biometric Attendance System Application” against requirements laid down in the RFP.

“Affiliate” shall mean any holding company or subsidiary company of a part to the Agreement or

any company, which is subsidiary of such a holding company. The expressions “holding company”

and “subsidiary company” shall have the meaning specified in section 4 of the Companies Act 1956

(as amended from time to time).

“Agreement” means the Agreement to be signed between the successful bidder and D-SAG, TDD,

GoG including all attachments, appendices, all documents incorporated by reference thereto

together with any subsequent modifications, the RFP, the bid offer, the acceptance and all related

correspondences, clarifications, presentations.

“Authorized Representative” shall mean any person authorized by either of the parties.

“Bidder” means any firm or group of firms (called consortium) offering the solution(s), service(s)

and /or materials required in the RFP. The word Bidder when used in the pre-award period shall be

synonymous with Bidder, and when used after award of the Contract shall mean the successful

Bidder with whom D-SAG, TDD, GoG signs the agreement for rendering of services for Biometric

Attendance and Computer Aided Learning System.

“BOO” model means Build, Own and Operate. It is a financial model for financing PPP Projects.

“D-SAG, TDD”” means the Nodal agency responsible for monitoring schools under tribal areas on

behalf of GoG.

Page 21: Tende

TDD/2008/BIOMETRICS/001

- 21 -

“Contract” is used synonymously with Agreement.

“Corrupt Practice” means the offering, giving, receiving or soliciting of any thing of value to

influence the action of an official in the process of Contract execution.

“Default Notice” shall mean the written notice of default of the agreement issued by one party to

the other in terms hereof.

“DHQ” means District Head Quarter, an administrative unit of State.

“Director, Sarva Sikhsa Abhiyaan” means the Nodal agency responsible for monitoring schools

on behalf of GoG.

“Law” shall mean any Act, notification, bye law, rules and regulations, directive, ordinance, order or

instruction having the force of law enacted or issued by the Central Government and/ or by GoG or

any other Government or regulatory authority or political subdivision of government agency.

“LOI” means issuing of Letter of Intent, which shall constitute the intention of the Tenderer to place

the Purchase Order with the successful bidder.

“Partial Acceptance Test (PAT)” means In other words, Partial Acceptance test means a

provisional acceptance testing for completion of a complete section/module/ component of the

System.

“Party” means GoG or Bidder, individually and “Parties” mean GoG and Bidder, collectively.

“Period of Agreement” means 5 (five) years from the date of issue of LoI.

“PPP” means Public Private Partnership

Page 22: Tende

TDD/2008/BIOMETRICS/001

- 22 -

“Proposal” means the Technical Proposal and Commercial Proposal, i.e., complete proposal for

the Biometric Attendance and Computer Aided Learning System.

“Project Location” means any of the schools, DPO/DPA office, DHQ, SHQ or any other location as

deemed necessary for installation and running of Biometric Attendance and Computer Aided

Learning System.

“Request for Proposal (RFP)” means the detailed notification seeking a set of solution(s),

services(s), materials and/or any combination of them.

“Requirements” shall mean and include schedules, details, description, statement of technical

data, performance characteristics and standards (Indian & International) as applicable and specified

in the RFP.

“Sub-Contracting” means any person to whom any part of work under the agreement is sub-

contracted by the Bidder

“Service” means provision of contracted service viz., operation, maintenance and associated

services for Biometric Attendance and Computer Aided Learning System as per this RFP.

“Service Down Time” (SDT) means the time period when specified services with specified

technical and operational requirements as mentioned in this document are not available to TDD. The

services shall be operational on all days of a year and 24-hours/ day with in the uptime specified in

the Service Level Agreement (SLA). The services and applications are considered as operational

when all equipments and software application at all tiers/ levels are working, providing all/ specified

services as mentioned in full capacity at all locations in Biometric Attendance and Computer Aided

Learning System framework.

“SHQ” means State Head Quarter, an administrative unit of State.

“Tenderer” means the authority who has issued the tender; in the present context Biometric

Attendance and Computer Aided Learning System Tender has been issued by Commissioner, TDD,

Page 23: Tende

TDD/2008/BIOMETRICS/001

- 23 -

GoG.

“Termination Notice” means the written notice of termination of the Agreement issued by one

Party to the other in terms hereof.

“Third Party Agency” means any agency other than the successful bidder, appointed by D-SAG,

TDD for monitoring Biometric Attendance and Computer Aided Learning System during

commissioning and operation.

“Transaction Site” means the location where the attendance of teachers, administrative staff and

students will be captured.

“Uptime” means the time period when specified services with specified technical and service

standards as mentioned in this RFP are available to GoG. The uptime will be calculated as follows:

Total time in a quarter (in minutes) less total Service Down time (in minutes) in the quarter.

“%Uptime” means ratio of ‘up time’ (in minutes) of Biometric Attendance and Computer Aided

Learning System, in a quarter to Total time in the quarter (in minutes) multiplied by 100 (hundred).

“Unit” means 1 (one) PC/Desktop with a Finger Print Scanner attached to it on a USB/COM port.

2. ELIGIBILITY CRITERIA

The eligibility criteria for the bidding for the Project is as follows-

• Individual Companies registered in India under Companies Act 1956 for at least 5 (five)

years from the date of issuance of this RFP are eligible.

• Consortiums are allowed. The consortium should not comprise of more than 3 (three)

partners and at least 1 (one) of them should be registered in India under Companies Act

1956 for at least 5 (five) years from the date of issuance of this RFP. The consortium

conditions are further explained in Clause 3 of this Section.

Page 24: Tende

TDD/2008/BIOMETRICS/001

- 24 -

• Company or one Consortium Partner should be an OEM or authorized agent or

channel/business partner in India for Biometrics based Solution/Products. In case of

authorized agent or channel/business partner, authorization and its period of validity as on

the date of tender submission should be duly certified by the principal. Authorized agents or

channel/business partners must enclose the authorization of the manufacturer to quote

against this specific tender.

• Company or Prime/Lead Consortium partner should have an average annual turnover of Rs.

50,00,00,000/- (Rupees Fifty Crores only) and should have positive net worth over the last

3 (three) financial years.

• Company or at least 1 (one) Consortium Partner should have implemented at least (one)

multi-location biometric based attendance/identification project of at least Rs. 50,00,000/-

(Rupees Fifty Lakhs only) value, in past 3 (three) years.

• Company or at least 1 (one) Consortium Partner should have an office in Gujarat or should

be ready to open up an office in Gujarat within 1 (one) month of the award of contract.

• Banned or Blacklisted Companies by Government Institutions in India will not be eligible to

participate. An undertaking to this effect, signed by authorized signatory, has to be submitted

3. CONSORTIUM

The following criteria has to be met by a consortium submitting proposal against this RFP –

1. A consortium can have a maximum of 3 (three) partners and one of the members will be

nominated as the Lead Partner and others will be referred as Operating Partners.

2. All the consortium members should enter into a Memorandum of Understanding (MoU) not prior

to the date of release of this RFP. The MoU should clearly define the roles and responsibilities of

each consortium member and state that the members of the consortium shall be liable jointly and

severally for the implementation of the project in accordance with the terms of the agreement. An

original copy of the MoU on Rs. 100/- (Rupees One Hundred Only) stamp paper has to be

submitted along with EMD and Tender fees.

Page 25: Tende

TDD/2008/BIOMETRICS/001

- 25 -

3. The authorized signatories of the consortium members should execute a Power of Attorney to

nominate one person of the Lead Partner as an authorized signatory of the consortium. All

authorized signatories of consortium members should submit Board Resolutions by their

respective entities in order to support their authorization to sign the document.

4. The authorized signatory should sign all communications including the proposal and it shall be

binding on all the consortium members. For online submission the Digital Certificate of Lead

Partner shall be required to submit the bid.

5. Every consortium member shall furnish an undertaking on the letter head of their respective

companies stating that they have read and understood the entire tender document and agree

with all the terms and conditions stated in the RFP.

6. A consortium member cannot participate as a member of any other consortium or apply in its

individual capacity for this Project.

7. The composition of consortium shall not be changed during bidding or period of contract

including implementation and operation of this project. However, in exceptional cases, the bidder

can request D-SAG, TDD, in writing, with detailed explanation of change in consortium and only

after approval by Commissioner, TDD such changes will be effective.

4. COST OF RFP

The cost of RFP document is Rs. 10,000 (Ten Thousand only). The document can be downloaded

from https:\\www.nprocure.com between 25-08-2008 and 30-09-2008. The bidder has to submit the

non-refundable tender fees through a Demand Draft in favour of Chief Executive Officer,

Development Support Agency of Gujarat (D-SAG), payable at Gandhinagar, on or before 4:00

PM, 30-09-2008.

5. PRE-BID CONFERENCE (PBC)

Tenderer shall hold a pre-bid conference (PBC) after uploading the RFP document as per schedule

Page 26: Tende

TDD/2008/BIOMETRICS/001

- 26 -

mentioned in this RFP. In this PBC, Tenderer would address the clarifications sought by the bidders

with reference to the RFP and the project. The bidders would be required to submit their queries to

the “D-SAG, TDD in writing (fax/post/e-mail) to be received on or before 2:00 PM, 06-09-2008.

Queries not submitted within this deadline may not be taken up at the PBC. Queries should be

submitted in the enclosed format only (Annexure18)

Bidders who have purchased the RFP document are welcome to attend the PBC, even if they do not

have any specific queries. Only a maximum of 2 (two) representatives of one organization will be

allowed to attend pre-bid conference.

Tenderer reserves the right to not to respond to any/all queries raised or clarifications sought if, in

their opinion and at their sole discretion, they consider that it would be inappropriate to do so or do

not find any merit in it.

6. AMENDMENT OR MODIFICATION OF RFP

At any time prior to the deadline of submission of proposals, the Tenderer, for any reason, whether

its own initiative or in response to clarification request by a prospective bidder, modify the RFP. The

Tenderer also reserves the right to change any bid condition including technical specifications even

after inviting the proposals with/without prior notification.

The amendments in any of the terms and conditions including technical specifications of this RFP

document shall be published on website and will be binding on them.

The Tenderer, in order to allow prospective bidders reasonable time to take into consideration the

amendments in their bid preparation process, may extend the last date of bid submission at its

discretion.

7. PROPOSAL PREPARATION

Bidder is expected to examine all instructions, forms, terms and requirements in the RFP document

and prepare the proposal accordingly. Failure to furnish all information required by the RFP

Page 27: Tende

TDD/2008/BIOMETRICS/001

- 27 -

document or submission of a Proposal not substantially responsive to the RFP document in every

respect may result in the rejection of Proposal. The proposals should be submitted/uploaded in 3

(three) parts as mentioned hereunder -

A. Pre-Qualification Proposal

a. A copy of RFP, duly signed on each page by the authorized signatory.

b. Covering letter on the bidder’s letter-head (Annexure 1)

• Certifying that the period of validity of bid is 180 (one hundred and eighty) days from

the last date of submission of proposal, and

• Asserting that the bidder is quoting for all the items (including services) mentioned in

the tender.

c. EMD in the form of a Bank Guarantee or demand draft issued by a Scheduled

Commercialised / Nationalized Bank (except Co-operative bank), in favour of Chief

Executive Officer, Development Support Agency of Gujarat, payable at

Gandhinagar. (Annexure 16)

d. Tender Fees in the form of demand draft or Proof of submission of tender fees.

e. A registered Power-of-Attorney granting the person signing the proposal the right to bind the

bidder as the ‘Constituted Attorney of the Directorate’.

f. In case of consortium, the relevant Agreement in original between consortium partners

g. Profile of bidder/consortium partners (Annexure 2 & 2A)

h. Certificate of Incorporation

i. Audited annual financial results (balance sheet and profit & loss statement) of the

bidder/consortium partners for the last three financial years. (Annexure 3)

j. Quality certification in delivery of services sought under this RFP, from an internationally

recognized/reputed agency, e.g. ISO 9001 : 2000

k. Manufacturer’s authorization form(s) (Annexure 5)

l. Solvency Certificate/ Letter of Comfort to fund the project from bank

m. Permanent Account Number (PAN) from Income Tax authorities of area of operation of the

bidder

n. Service Tax and Sales Tax Details

Page 28: Tende

TDD/2008/BIOMETRICS/001

- 28 -

B. Technical Proposal

Proposal particulars

Client Reference list (using equipment/services similar to project requirement). (Annexure 6)

Proposed Solution Architecture, Technical & Functional Solution, details of equipment and

services offered (Annexure 4)

Un-priced Bill of Material (BOM) (Annexure 11)

Qualification and Deployment Schedule of the staff proposed for the project (Annexure 7 ) and

CVs of Key persons to be engaged in the Project (Annexure 8)

Statement of deviation from requirement specifications (Annexure 9)

Statement of deviation from tender terms and conditions (Annexure 10)

Schedule of delivery (along with Annexure 4)

Warranty

Any other document as required in the RFP

C. Commercial Proposal

Proposal letter (Annexure 12)

Bid particulars including priced Bill of Material (BOM) (Annexure 15)

Statement of commercial deviation (Annexure 13)

Quarterly Guaranteed Payment (Annexure 14)

The Documents related to Section A & B are to be submitted in hard copies only on or before 4:00

PM, 30-09-08. The section C is to be uploaded online on the website www.nprocure.com before

4:00 PM on 30-09-08 only.

Bidders should enclose with their offers details of all equipments (including make & model) and

services offered with full documentation and descriptive literature supplementing the description and

point out any special feature of the equipment and services. All documentation is required to be in

English. Any offer without complete details of equipments (including make & model) will not be

considered.

Page 29: Tende

TDD/2008/BIOMETRICS/001

- 29 -

8. COST OF BIDDING

The Bidder shall bear all costs associated with the preparation and submission of its Proposal,

including the cost of presentation for the purposes of clarification of proposal, if so desired by the

Tenderer. The Tenderer will in no case be responsible or liable for those costs, regardless of the

conduct or outcome of the bid process.

9. BID SECURITY (EMD)

a. The bidder shall furnish a bid security (EMD) of Rs. 50,00,000/- (Rs. Fifty Lakhs only).

b. The Bid Security (EMD) shall be in Indian rupees (INR) and shall be in form of a Bank

Guarantee / Demand Draft, issued by a Scheduled Commercialised / Nationalized Bank

(except Co-operative bank) in India, in favour of “Chief Executive Officer,

Development Support Agency of Gujarat”. The template of bank guarantee is

provided in Annexure 16.

c. The EMD shall be valid for at least 180 (one hundred and eighty) days from the date of

submission of proposal. No interest shall be payable on Bid Security under any

circumstance.

d. Unsuccessful Bidder’s Bid security shall be discharged or returned within 60 (sixty) days

of expiration of the period of proposal validity prescribed by the Tenderer.

e. The successful Bidder’s EMD shall be discharged upon the signing of agreement by the

Bidder.

f. The Bid security will be forfeited at the discretion of Tenderer on account of one or more

of the following reasons-

i. The Bidder withdraws its Proposal during the period of proposal validity

ii. Bidder does not respond to requests for clarification of its proposal

iii. Bidder fails to co-operate in the Proposal evaluation process

iv. In case of a successful Bidder, the said Bidder fails-

Page 30: Tende

TDD/2008/BIOMETRICS/001

- 30 -

to furnish Performance Guarantee in time; or

to sign the Agreement in time

10. PROPOSAL SUBMISSION

a. The proposals submitted should have all pages numbered. It should also have an index

giving page wise information of documents. Proposal that are incomplete or not in prescribed

format will be summarily rejected.

b. The Bidder shall prepare one commercial proposal in soft copy and upload the same on the

website https://www.nprocure.com after digitally signing the same.

c. The Commercial Proposal should be named as “Commercial Proposal from <<Company

Name>>”.

d. No Commercial Proposal will be considered unless it has been digitally signed.

e. Commercial offer submitted in physical form, will not be accepted.

f. The Bidder shall submit one hard copy and one soft copy of in CD (in Microsoft Word format)

of pre-qualification and technical proposals as described below-

Pre-qualification Proposal - hard copy separately, clearly marking “Pre-qualification

Proposal – Tender No: _____________” and soft copy on CD clearly marking

“Pre-qualification Proposal (Soft Copy) - Tender No: _____________”.

Technical Proposal - hard copy separately, clearly marking “Technical Proposal –

Tender No: _____________” and soft copy on CD clearly marking “Technical

Proposal (Soft Copy) – Tender No: _____________””.

g. Prices should not be indicated in the Technical Proposal.

h. All the columns of the quotation form shall be duly, properly and exhaustively filled in. The

rates and units shall not be overwritten. Rates shall always be both in the figures and words.

i. The proposals have to be submitted in four parts, viz.,

Envelope – 1: Containing EMD, Demand Draft for Tender Fees or proof of Tender

fees, power of attorney, consortium agreement in original (if any) and one

signed copy of RFP and one hard and one soft copy of Pre-Qualification

Proposal, superscribed as “Pre-Qualification Proposal - Tender No:

_____________”.

Page 31: Tende

TDD/2008/BIOMETRICS/001

- 31 -

Envelope – 2: Containing Technical Proposal containing one hard copy and one

soft copy of detailed Technical Proposal superscribed as “Technical Proposal -

Tender No: _____________”.

Envelope – 3: Both of the above sealed envelopes should again be placed in a

single sealed envelope, superscribed as “Response to Biometric Attendance &

Computer Aided Learning System for Ashramshalas, Adarsh Niwasi, Eklavya,

Primary & Upper Primary Schools - Tender No: _____________ Bid from:

____________ NOT TO BE OPENED BEFORE <<date & time of bid opening>>”

Document - 1: Commercial Proposal Document containing Price Schedule

superscribed as “Commercial Proposal - Tender No: _____________from

<<Company Name>>”.

11. NUMBER OF PROPOSALS

Every entity, whether an individual company or a consortium, is allowed to submit only one proposal

against this RFP. Any individual company or a member of consortium who submits or participates in

more than one proposal will be disqualified and the consortium of which the participant is a member

shall also be disqualified.

12. PROPOSAL PRICES

The Commercial Proposal as prescribed should be filled up and converted into one single

document named as “Commercial Proposal – Tender No: _________ from <<Company

Name>>”. The commercial bid should be uploaded before the last date of proposal

submission.

The prices quoted by the bidder shall be in sufficient detail to enable the Tenderer to arrive at the

price of equipment/system offered.

The tenders not submitted as specified above will be summarily rejected.

If any or all of the information asked in the RFP are not available in the Commercial Proposal the

proposal is liable for rejection.

Page 32: Tende

TDD/2008/BIOMETRICS/001

- 32 -

13. DISCOUNTS, TAXES, LEVIES, ETC.

The Bidders are informed that discount, if any, should be merged with the quoted prices. Discount of

any type, indicated separately, will not be taken into account for evaluation purposes.

The Bidders should also take into account all taxes, levies, etc. The price quoted should be inclusive

of all taxes, levies, etc. Taxes, levies, etc. of any type, indicated separately, will not be taken into

account for evaluation purposes.

14. PROPOSAL VALIDITY

The proposals shall remain valid for a period of 180 (one hundred and eighty) days from the last

date of submission of tender. If required, the Tenderer may ask the bidders to extend the proposal

validity in writing. Proposals of the bidders who do not agree to extend the validity of proposal will be

rejected and EMD will be forfeited. A bidder granting the request for extension of proposal validity

will not be allowed to modify its proposal or put any condition for extending the proposal validity.

15. LANGUAGE

All Proposals, correspondence and documents related to proposals, 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 an accurate translation of the relevant passages in

English language.

16. LATE PROPOSALS

The bidder will not be able to submit the proposals online after final submission date and time. The

physical document of proposal, as described in RFP, received by the Tenderer after final submission

date and time of proposal prescribed in the RFP document will not be considered and the entire

proposal will be rejected. The EMD of such proposals will be returned to the Bidder.

Page 33: Tende

TDD/2008/BIOMETRICS/001

- 33 -

17. MODIFICATION & WITHDRAWL OF PROPOSALS

The Bidder is not allowed to modify its proposal subsequent to the final submission of proposals.

The Bidders cannot withdraw the proposal during the period between the last date for receipt of

proposals and the expiry of proposal validity period specified in the RFP. A withdrawal of proposal

during proposal validity period may result in the forfeiture of its EMD from the Bidder.

18. RIGHT TO ACCEPT PROPOSAL

The Tenderer reserves the right to accept or reject any or all Proposals at any time prior to award of

contract, without thereby incurring any liability to the affected bidder(s) or any obligation to inform

the affected bidder(s) of the grounds of such decision.

19. PROPOSAL FORMS

Wherever a specific form is prescribed in the RFP document, the Bidder shall use the form to

provide relevant information. If the form does not provide space for any required information, space

at the end of the form or additional sheets shall be used to convey the said information.

For all other cases, the Bidder shall design a form to hold the required information. The Tenderer

shall not be bound by any printed conditions or provisions in the Proposal Forms designed by the

bidder.

20. LOCAL CONDITIONS

Each Bidder is expected to get fully acquainted with the local conditions and factors, Such as

historical, geographical, social, political, legal, administrative, and/or infrastructure etc., which would

have any effect on the performance of the contract and /or the cost.

Page 34: Tende

TDD/2008/BIOMETRICS/001

- 34 -

The Bidder is expected to know all conditions and factors, which may have any effect on the

execution of the contract after issue of Letter of Award as described in the bidding documents. The

Tenderer shall not entertain any request for clarification from the Bidder regarding such local

conditions.

It is the Bidder’s responsibility that such factors have properly been investigated and considered

while submitting the bid proposals and no claim whatsoever including those for financial adjustment

to the contract awarded under the bidding documents will be entertained by the Tenderer. Neither

any change in the time schedule of the contract nor any financial adjustments arising thereof shall

be permitted by the Tenderer on account of failure of the Bidder to know the local laws / conditions.

The Bidder is expected to visit and examine the location of State offices and its surroundings and

obtain all information that may be necessary for preparing the bid at their own interest and cost.

21. CONTACTING THE TENDERER

Any effort by a Bidder influencing the Tenderer’s bid evaluation, bid comparison or contract award

decisions may result in rejection of proposal.

Bidder shall not approach TDD officers or any concerned official after office hours and/ or out side

TDD office premises, from the time of proposal opening till the time of award of Contract.

22. SCHEDULE OF EVENTS

Sr. No. Events Date

1 Date of Uploading of RFP Document 25-08-2008

2 Availability of RFP Document for download From 25-08-08 to 24-09-2008

3 Last date for submission of queries 2:00 PM, 06-09-2008

Page 35: Tende

TDD/2008/BIOMETRICS/001

- 35 -

4 Pre-bid Conference 12:30 PM, 09-09-2008

5 Last date and time of Uploading of Commercial Proposal

4:00 PM, 30-09-2008

6 Last date and time of Proposal Submission in hard copy

4:00 PM, 30-09-2008

7 Date and time of opening of Technical Proposal 4:00 PM, 30-09-2008

8 Declaration of Technical Evaluation Results To be announced later

9 Date of opening of the Commercial Proposal To be announced later

10 Date of Issuance of LOI To be announced later

11 Contract Agreement Signing And Commencement of Project

To be announced later

23. OPENING OF PROPOSAL

The Evaluation Committee or its authorized representative will open the tenders. Sequence of

opening shall be as follows-

Pre-Qualification Proposal

Technical Proposal

Commercial Proposal

The Proposals shall be opened as per the specified date and time in the RFP in the presence of

bidders representatives who intend to attend at their cost. The bidders’ representatives who are

present shall sign a register evidencing their attendance. In the absence of the bidder(s), the tender

committee may choose to open the proposals as per the prescribed schedule.

First, the envelope containing Pre-qualification Proposal will be opened and evaluated followed by

the technical proposal. The Proposals will be evaluated for being substantially responsive. The

proposals will be treated as “not substantially responsive” in case of following events-

Page 36: Tende

TDD/2008/BIOMETRICS/001

- 36 -

� Envelopes / documents not submitted as prescribed and in time

� Proposal is not signed, sealed or page numbered as stipulated

� Tender Fees or proof of Tender fees not deposited

� No or Improper Bid Security (EMD)

� Is not accompanied by Power of Attorney

� Does not have MoU in original, in case of consortium

� Does not contain all the information as required and prescribed in RFP

� Does not meet the qualifying criterion

� Any other irregularity that disqualifies the bid

In all such cases, the proposals will be treated as not responsive and even the technical proposals

will not be evaluated. The technical proposals of the only substantially responsive proposals will be

evaluated. Following the evaluation of proposals for being “substantially responsive” the technical

evaluation of the proposal will be carried out. During the technical evaluation the responses provided

in pre-qualification proposal and technical proposal will be evaluated out of 100 (one hundred)

marks. The bidder should qualify during technical evaluation by scoring minimum 75 (seventy five)

marks for the criteria defined and should have furnished all the documents in the prescribed manner.

Once the technical evaluation is complete the commercial proposals of technically qualified bidders

would be opened using the buyer’s private digital key in presence of authorized representatives of

technically qualified bidders.

24. PROPOSAL EVALUATION

An evaluation committee so constituted by Commissioner, TDD, GoG, will evaluate the proposals.

The proposals will be evaluated on QCBS basis. The Proposals will be ranked according to their

combined technical (St) and commercial (Sf) scores using the weights (T = the weight given to the

Technical Proposal = 75%; P = the weight given to the Financial Proposal = 25%; T + P = 100%)

using the formula -

S = St x T% + Sf x P%

This evaluation procedure reflects the high importance attached to quality and competence. Please

Page 37: Tende

TDD/2008/BIOMETRICS/001

- 37 -

note that the Client is not bound in any manner to select any of the firms submitting proposals or to

select the firm offering the lower price.

The firm achieving the highest combined technical and commercial score (S) will get the highest

rank, followed by others. The firm obtaining the highest number of points will be invited for contract

negotiations, with a view to clarify any outstanding points, to finalize technical and financial

arrangements and, in case of successful negotiations, to sign a Contract Agreement. Bidders

Submitting Proposals should clearly understand that any or all parts of their proposals are liable to

be part of the negotiation procedure and that key personnel to be employed on the assignment may

be called for interview.

Since the magnitude of work is high, TDD will invite other bidders also to match the prices with

lowest bidder so that more bidders could be deployed at various places.

First, the evaluation of technical proposal will be done. The technical proposal will be evaluated out

of 100 (One hundred) marks. The bidder will have to score at least 75 (Seventy Five) marks (St >=

75 marks) to be declared as technically qualified.

The Tenderer may conduct clarification meetings with each or any bidder to discuss any matters,

technical or otherwise. Further, the scope of the evaluation committee also covers taking of any

decision with regard to the RFP, execution/ implementation of the project including management

period. Proposals shall be evaluated as per the following steps.

Evaluation of Technical Proposal: A detailed evaluation of the proposals shall be carried out in

order to determine whether the bidders are competent enough and whether the bidder’s Proposal

technically qualifies to the requirements set forth in the RFP. Proposals received would be assigned

scores based on the parameters defined in the table below-

Criteria, Sub-criteria, and Point System for the Evaluation of Technical Proposals

S. No Criteria / Sub-

criteria Description – Aim / Response expected from

Bidder Maximum Marks

Page 38: Tende

TDD/2008/BIOMETRICS/001

- 38 -

1.0 Organization Capability

Aim: To assess the capability to undertake the Project

52

1.1 Human Resources Strength

Aim: To examine the Bidder’s Resource Base and assess its quality. Points would be awarded based on the quality and size of the resource base

Criteria: Documents and Certificates showing experience and volume of manpower in different profiles like management level, software development team, hardware deployment team, data entry operators & data collection team profile

5

1.2 Number of years of experience

Aim: To assess the Experience base of the Organization

Criteria: The Certificate of first project executed by the organization as prime contractor in a joint venture/consortium or individual capacity. The organization can submit certificates of subsequent projects taken up on a joint venture/ consortium/individual basis as well

4

1.3

Quality Certification such as SEI –CMM / ISO 9000, certificates, etc.

Aim: To give credit to Bidder with quality certifications.

Criteria: the Number of internationally Accepted and renowned quality certifications with the organization/ all consortium partners (provided it corresponds to the scope of work defined for the respective partner in the MoU signed between the consortium partners) will be considered

4

1.4 Bank’s certificate of solvency/ Letter of Comfort

Aim: To assess the financial back up the organization has from the Institution Financial Market

Criteria: Submission of a Relevant Document

2

1.5 Organization’s

Financial Strength

Aim: To gauge the financial strength of the Bidder and its ability to raise funds for the project.

Bidders having Turnover (in Crores) from

50 >=Turnover<= 75 - 1 marks

75 >Turnover<= 100 – 2 marks

100 >Turnover<= 150 – 3 marks

150 >Turnover<= 200 – 4 marks

Above 200 – 5 marks

In case of consortium aggregate turnover will be

5

Page 39: Tende

TDD/2008/BIOMETRICS/001

- 39 -

considered. All turnovers are to be expressed in INR.

1.6 Previous Experience Aim: To Assess the relevant experience base of the organization to execute the Project

25

1.6.1 Experience in Data Collection

Aim: To assess the data collection experience of the bidder by examining the volume and nature of data collected and experience of same for number of years

Criteria: Submission of Completion certificate for completed collection of citizen Data from the client

5

1.6.2 Software Application Development

Aim: To examine the experience of the Bidder in field of Software Development

Criteria: Submission of relevant copy of Purchase order/ completion or Successful Deployment Certificate

5

1.6.3 Project Management

Aim: To examine the experience of the Bidder in field of Project Management of PPP (BOOT/BOO/LMT/any other PPP model) projects

Criteria: Submission of relevant copy of Purchase order/ completion or Successful Deployment Certificate

5

1.6.4 Biometrics

Aim: To assess the experience of the Bidder in the area of Biometrics projects.

Criteria: Submission of relevant copy of Purchase order/ completion or Successful Deployment Certificate

5

1.6.5 MIS Software

Aim: To assess the experience of the Bidder in the Area of MIS software development

Criteria: Submission of relevant copy of Purchase order/ completion or Successful Deployment Certificate

5

1.7

Security Design & Deployment and Operations Capability

Aim: To gauge the capabilities of the Bidder with respect to security features in the various relevant products (software/hardware/other products)

Criteria: Submission of relevant copy of Purchase order/ completion or Successful Deployment Certificate

5

1.8 Capacity Building / Change

Aim: To assess the experience of the Bidder in capacity building/change management in

2

Page 40: Tende

TDD/2008/BIOMETRICS/001

- 40 -

Management experience

government projects

Criteria: Submission of relevant copy of Purchase order/ Successful Completion Certificate

2 Proposed Technical Solution 48

2.1

Solution Description - Understanding of Design, Implementation, Operation, and Maintenance of various parameters

Aim: To Assess the technological and managerial understanding and capacity of the Bidder to successfully execute the Project

Criteria: Details of -

Technical Architecture

People Architecture

Resources Architecture

Implementation Strategy and Timelines

33

2.1.1 Data Collection, Data entry and Storage

Aim: To assess the Bidders’ understanding of the requirements and proposed solution for Data collection.

Criteria: Details of -

Technical Architecture

People Architecture

Resources Architecture

Deployment strategy

Implementation Methodology and Time lines

6

2.1.2 Application Software

Aim: To assess the Bidders’ understanding of the requirements and proposed solution on Biometrics Attendance Application Software and its different modules

Criteria: Complete technical Software solution Architecture. Time lines for development of the complete software application and each of the modules. Interoperability and Scalability Provision for each module as well as complete Package. International standards followed

7

2.1.3 Hardware

Aim: To assess the Bidder’s capability of provide and support quality hardware

Criteria:

Technical Specifications of Hardware

Make and Model of Hardware

4

Page 41: Tende

TDD/2008/BIOMETRICS/001

- 41 -

Implementation Methodology and Time lines

2.1.4 Biometrics

Aim: To assess the Bidder’s capability of providing Biometric solution

Criteria:

Complete technical details of Biometrics

Security features & International Standards followed

Implementation Methodology and Time lines

6

2.1.5 Training & Operations

Aim: To assess the Bidders’ understanding of the requirements related to training and operations and proposed solution

Criteria: Methodology proposed and human resource deployment along with time lines

6

2.1.6 Education Software

Aim: To assess the Bidders’ understanding of the requirements related to education software deployment, training and operations.

Criteria:

Complete details of Education Software to be deployed along with number of licenses.

Implementation Methodology and Time lines.

4

2.2

Technical presentation before technical evaluation Team

Aim: To Assess the Complete solution proposed by the bidder in the RFP Bid through direct interaction and queries

Criteria: The answers given by the Solution provider to the Technical Evaluation Committee.

15

Note:

� Minimum Qualifying Mark to get selected for Opening of Commercial Bid is 75

(Seventy Five) Marks out of Total 100 (Hundred) Marks in the Technical Proposal

� Documentary Proof should be either P.O./ Agreement/Completion Certificates,

detailing Scope of Work, Timelines etc.

� Solution Proposed should have design, development and deployment details with

Technical aspects.

Page 42: Tende

TDD/2008/BIOMETRICS/001

- 42 -

The technical scores of the bidder against each criteria would be totaled up, and thereafter the

technical scores of all the bidders would be listed in decreasing order.

Any proposal achieving a Total Technical Score (St) less than 75 (seventy five) Marks will be treated

as “Not Technically Qualifying the Requirements” and will not be considered further. Only the

technically qualified bidders will be informed for opening of the commercial proposal.

Evaluation of Commercial Proposal: The commercial proposals will be opened only for the

bidders with score of 75 (seventy five) marks and above on the parameter defined above. The

lowest evaluated Commercial Bid (Fm) will be given the maximum commercial score (Sf) of 100

(one hundred) points. The commercial scores (Sf) of the other Commercial Proposals will be

computed as per the formula – Sf = 100 x Fm/F, in which Sf is the commercial score, Fm is the

lowest commercial quote and F is the commercial quote under consideration.

Terms and Condition:

� Conditional proposals shall be summarily rejected.

� Evaluation committee will examine the proposals to determine whether they are complete

and in order and if there are any computational errors.

� Arithmetical errors will be rectified on the following basis: If there is a discrepancy between

the unit price and the total price that is obtained by multiplying the unit price and quantity, the

unit price shall prevail and the total price shall be corrected. If the Bidder does not accept the

correction of errors, its proposal will be rejected. If there is a discrepancy between words and

figures, the amount in words will prevail.

� If there is a missing quotation for any item then the price of that component/ equipment/

services shall be put from the quotations of other bidder who has quoted highest price for

that component/equipment/ services.

� The Bidder has to abide by the decisions of the committee and Commissioner, TDD, GoG.

25. AWARD OF CONTRACT

The Tenderer reserves the right to ask for a technical elaboration/clarification in any form from the

Bidder on the already submitted Technical Proposal at any point of time before opening of the

Page 43: Tende

TDD/2008/BIOMETRICS/001

- 43 -

Commercial Proposal. The Bidder shall furnish the required information to the Tenderer and its

appointed representative on the date asked for, at no cost to the Tenderer. The Tenderer or its

representative or a party authorized on its behalf may at its discretion, visit the office / project site /

installation etc., of the Bidder for Services, any time before the issue of Letter of Award.

The Tenderer shall notify those Bidders who had qualified the Evaluation process as described in

this RFP, informing the date and time set for opening of Commercial Proposals. The notification may

be sent by mail or fax or published on official website.

Bidder's names, Bid Prices, total amount of each bid, and such other details as the Tendering

Authority may consider appropriate, will be announced and recorded by the Tenderer at the

opening.

The entire order shall be split into a maximum of three highest ranked vendors. All 11

(eleven) districts will be divided in to 3 (three) zones with at least 3 (three) districts in each

zone. A vendor will be awarded at least 1 (one) zone, if selected. The decision regarding the

number of vendors to be selected for implementation of project will lie with D-SAG, TDD.

26. CONFIDENTIALITY

As used herein, the term “Confidential Information” means any information, including information

created by or for the other party, whether written or oral, which relates to internal controls, computer

or data processing programs, algorithms, electronic data processing applications, routines,

subroutines, techniques or systems, or information concerning the business or financial affairs and

methods of operation or proposed methods of operation, accounts, transactions, proposed

transactions or security procedures of either party or any of its affiliates, or any client of either party,

except such information which is in the public domain at the time of its disclosure or thereafter

enters the public domain other than as a result of a breach of duty on the part of the party receiving

such information. It is the express intent of the parties that all the business process and methods

used by the Bidder in rendering the services hereunder are the Confidential Information of the

Bidder.

The Bidder shall keep confidential any information related to this tender with the same degree of

care as it would treat its own confidential information. The Bidders shall note that the confidential

Page 44: Tende

TDD/2008/BIOMETRICS/001

- 44 -

information will be used only for the purposes of this tender and shall not be disclosed to any third

party for any reason whatsoever.

At all times during the performance of the Services, the Bidder shall abide by all applicable security

rules, policies, standards, guidelines and procedures. The Bidder should note that before any of its

employee or assignee is given access to the Confidential Information, each such employee and

assignees shall agree to be bound by the term of this tender and such rules, policies, standards,

guidelines and procedures by its employees or agents.

The Bidder should not disclose to any other party and keep confidential the terms and conditions of

this Contract agreement, any amendment hereof, and any Attachment or Annexure hereof. The

obligations of confidentiality under this section shall survive rejection of the contract.

27. PUBLICITY

Any publicity by the bidder in which the name of TDD, Education Department or schools is to be

used, should be done only with the explicit written permission from Commissioner, TDD.

Commissioner, TDD, on behalf of GoG, will hold all Copyrights and Intellectual Proprietary Rights

created out of this Project.

28. INSURANCE

The equipment and services supplied under the contract shall be fully insured by the bidder against

loss or damage incidental to manufacture or acquisition, transportation, storage, delivery and

installation. The period of insurance shall be for the entire project duration of 5 (five) years from the

date of acceptance of supplies by Commissioner, TDD.

The Insurance cover should take care of natural calamities like earth quake, floods, accidental fire

and also manmade calamities like riots, insurgency attacks etc.

29. ARBITRATION

Page 45: Tende

TDD/2008/BIOMETRICS/001

- 45 -

No case shall be filed on the terms and conditions of the RFP Document. No case shall be filed on

the rights and prerogatives reserved by the GoG or Commissioner, TDD.

State and the selected bidder(s) 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 30 (thirty) days from the commencement of such informal negotiations, Commissioner, TDD,

GoG and the selected Bidder have been unable to amicably resolve dispute, either party may

require that the dispute be referred for resolution to the formal mechanisms, which may include, but

are not restricted to, conciliation mediated by a third party acceptable to both, or in accordance with

the Arbitration and Conciliation Act, 1996.

All Arbitration proceedings shall be held at Gandhinagar and the language of the arbitration

proceedings and that of all documents and communications between the parties shall be in English.

30. BUY BACK POLICY

In case of new services incorporation or termination of any existing services, any of the deployed

project components may have to be discarded or replaced. In such situation the vendor will take

away the project components. GoG shall not buy back any project component deployed by the

vendor.

31. SUB-CONTRACTING

Bidders are not allowed to give part of work on sub-contract to other persons/entities who are not a

part of the original bidding process.

32. TERMINATION OF RFP

Page 46: Tende

TDD/2008/BIOMETRICS/001

- 46 -

Commissioner, TDD also reserves right to Terminate/Cancel RFP at any time or stage of Bid without

giving any reasons. In such case of termination, the EMD shall be returned to the bidder. However,

the RFP document fee shall remain non-refundable.

Page 47: Tende

TDD/2008/BIOMETRICS/001

- 47 -

SECTION IV: PROJECT

REQUIREMENTS

Page 48: Tende

TDD/2008/BIOMETRICS/001

- 48 -

1. SCOPE OF WORK

The scope of work has been designed in consonance with the requirements of TDD. The scope

work has been finalized after several rounds of discussion between various stakeholders of the

project.

The biometric attendance project of TDD of GoG would have the following scope of work –

• Design, Development, Implementation and Maintenance of the application software.

• Supply of robust equipment, which are resistant to damages from heat, dust, moisture, rough

handling and poor storage conditions.

• Collection of information related to teachers, administrative staff & students like fingerprints,

photograph, etc. and entry of records.

• Installation, Commissioning & Maintenance of hardware including computers, fingerprint

reading devices, etc. at various locations for capturing attendance.

• Establishment & Maintenance of network connectivity at all schools, DHQ and SHQ level.

• Collection & Transfer of data from various locations to DPA/DPO Office (district level) and

further to state headquarters.

• Creation of education software library in each district.

• Monthly Rotational Deployment of education software at schools.

• MIS generation at District Head Quarter and State Head Quarter level.

• Updation of database as and when required.

• Training (including capacity building) of various stakeholders.

• Deployment of manpower for operations & maintenance for a period of 5 (five) years.

Page 49: Tende

TDD/2008/BIOMETRICS/001

- 49 -

2. APPLICATION SOFTWARE MODULES

The Application software to be implemented in this project should be a single, modular and multi-

user supporting application. It should be cost effective, scalable, secure and user friendly. The

Application Software should at least have the following modules –

A. Enrollment Module – This shall allow enrollment of users including teachers, admininstrative

staff and students. The enrollment module should also be able to capture fingerprints of the

users. The master data for all the teachers and students will be created at individual school

level and the correctness of the data entered will be the responsibility of vendor. Collection of

at least following data-

i. Name

ii. Father/ Husband’s name

iii. Address

iv. Age

v. Gender

vi. Caste/Category

vii. Identification Mark

viii. Photograph

ix. Educational qualification/ Class; as applicable

x. Fingerprint; as applicable (4 fingerprints to be captured)

xi. Any other information as required

The enrollment for students will be done in the beginning of school session every year. This

enrollment will be done for all the students, irrespective of being enrolled earlier in the

system. After that, students joining in mid-session shall be enrolled every month when the

vendor personnel visit the school for deployment of education software. The enrollment of

teachers/administrative staff will be done once. However, in case of any new joinee the

enrollment will be done as in the case of students.

Page 50: Tende

TDD/2008/BIOMETRICS/001

- 50 -

B. Transaction Module – This module shall allow the users to mark their attendance at

individual locations using fingerprint scanner. There will be generally more than one PC with

an attached fingerprint scanner to mark the attendance. However, it will be the responsibility

of the vendor to ensure that no duplicate attendance is being captured. The attendance will

be captured twice a day, once in morning and once in evening or when the school ends.

C. Data Storage & Transfer Module – The attendance marked every day will be stored in the

system. The attendance will be transferred at the end of every day to DHQ and SHQ level.

This module shall enable the storage & transfer of data as desired. It should also enable

collation of data as required at each level. The master database will have to be maintained at

the SHQ level and each individual location will have the relevant set of database. Any

updation (addition/deletion/modification) should be immediately reflected at all levels. The

responsibility of data transfer and connectivity will be of the bidder.

D. Reporting/MIS Module – The DHQ & SHQ will be interested in having information related to

attendance of various users in different formats. This module shall enable generation of

various reports as required by TDD at various levels. It should be able to generate standard

as well as Ad-hoc reports. The bidders should specifically mention what all reports can be

provided by their application software.

E. Fingerprint Management Module – This will involve the following:

� Fingerprint Capturing

� Hot listing of fingerprints

� Fingerprints will be stored both in raw and template format and updation of

records will be done on as and when required basis

The bidders are free to offer any other module to make application software a Complete and

Comprehensive System.

Special Conditions Related to Application Software:

The Application software should lock the system clock. The system clock can only be changed

after biometric authentication of both principal/supervisor and vendor personnel.

Page 51: Tende

TDD/2008/BIOMETRICS/001

- 51 -

The database of the application at each location should also be locked and should only be

editable after biometric authentication of both principal/supervisor and vendor personnel.

Any kind of above mentioned changes should also be recorded in the database and be

transferred to the higher levels for reporting purposes.

The system should allow manual entry of attendance in case of exceptions. However, the

manual entry should only be done by the vendor personnel. Any manual entry of attendance

will be recorded separately in the database and will have to be approved by the respective

DPO/DPA before being accepted and accounted for reporting purposes.

The vendor personnel visiting the site shall also mark their ‘in’ and ‘out’ attendance using

biometric system.

The system should also record the rejections during attendance marking process for reporting

purposes.

There should be a clear audio visual signal to denote the success and failure of attendance

marking process.

The centralized database will be hosted at the data centre of state or NIC. The raw images of

fingerprints will be maintained only at the central server.

The Bidder will be required to modify the software from time to time as per the requirements of

TDD.

The formats of reports will be finalized at the time of system study.

3. EDUCATION SOFTWARE

The vendor will have to provide licensed education software for all classes. An indicative list of

education software to be provided is given in Annexure 27. The license has to be taken in the name

of Commissioner, TDD, GoG.

The vendor will keep licensed copies of each software at district level. There should be 2 (two)

licensed software available at a given point in time at each school. The vendor should provide

comprehensive list of educational software that shall be provided along with the price and number of

licensed copies that will be purchased and provided to the Tenderer. The vendor will have to take a

formal approval of the list of education software that can be deployed from the Tenderer before

actually creating the library.

Page 52: Tende

TDD/2008/BIOMETRICS/001

- 52 -

The vendor will deploy personnel who will install the software at each school on a rotational basis.

The software installed at one school will be run for a month and on the next visit of the vendor

personnel will be uninstalled. The vendor will install new software which will run for another month

and will install the previously installed software at some other school. The vendor will also train the

school official as to how to use the newly installed software, if there is any such requirement. The

vendor will also ensure that at single point of time there are not more than 2 (two) copies of the

same software running in any school.

Besides this, a number of education software are available with the education department which

shall be provided to the vendor for deployment in the schools. The vendor will not be charged

anything for the software. However, the list of software provided by the education department will

not be counted while calculating the number of licenses for education software.

4. HELP DESK

The vendor will have to setup a technical support unit (helpdesk) in each district. This helpdesk will

be established in either DPO or DPA office and shall become the part of DHQ. The role of the

technical support unit will be as follows-

• Install and Maintain the hardware at each location in the district

• Install and maintain software at each location including the education software

• Collect and transfer data from each location to the required offices

• Carry out monthly enrollments as and when required

• Provide support and troubleshoot any hardware/software problem at any location

• Maintain backup inventory of the required hardware deployed by the vendor

• Generate Reports as per the requirement

In order to carry out the above activities, a web based application software shall be designed,

developed and deployed by the vendor which can record and report the above the activities. This

software will at least have the following –

• Personnel Information Module

• Preventive Maintenance Module

Page 53: Tende

TDD/2008/BIOMETRICS/001

- 53 -

• Inventory Management Module

• Repair & Troubleshooting Module

• Report Generation Module

The manpower deployed at every help desk centre will be as follows-

• One Project Leader (preferably MCA) who has at least 10 (ten) years of experience in

managing IT projects.

• One hardware engineer who has at least 5 (five) years of experience in hardware

maintenance.

• One software engineer who has at least 5 (five) years of experience working as a support

engineer for software projects.

• IT Support staff who has diploma in computers and will be responsible for field activities.

There should be at least one IT Support staff on every 25 (twenty- five) schools in each

district.

5. PROJECT MANAGEMENT UNIT (PMU)

The Project Management Unit (PMU) would be established at a centralized location in Gandhinagar

and will become part of SHQ. The PMU would be responsible for monitoring of the entire project and

will have representatives of DSAG, TDD, Education Department, Consultant, Vendor and Third

Party, if any. The PMU will be connected to all help desk and also to the central server. It will also

have the web base application interface which shall allow monitoring of help desks and the entire

system.

The space for the PMU will be provided by TDD. However, the necessary infrastructure including

power backup, air conditioning, furniture, hardware and software will be deployed by the vendor.

The application software for the PMU will be developed by the highest ranked vendor and the other

selected vendors will co-operate for the development of the software for PMU.

Page 54: Tende

TDD/2008/BIOMETRICS/001

- 54 -

SECTION V: SPECIAL CONDITIONS

OF CONTRACT

Page 55: Tende

TDD/2008/BIOMETRICS/001

- 55 -

The following clauses shall supplement the Instructions to Bidders.

1. ROLES & RESPONSIBILITIES OF STAKEHOLDERS

Responsibility Matrix

The following shall describe the roles & responsibilities of various stake holders in this project.

Tribal Development Department

• Finalization of RFP for the Selection of Service Provider for Project

• Tender Process for the Selection of Service Provider

• Approval for Appointment of Service Provider

• Providing space for Site Preparation and other necessary clearances

• Application Software (Acceptance)

• Acceptance Tests (Partial & Final)

• Field Inspection and Verification of Acceptance Tests

• Witness of Trial Run

• Monitoring & Supervision

• Verification of the Status Report

• Apex Committee Review of Project

• Periodical Auditing of Application

Education Department

• Finalization of RFP for the Selection of Service Provider for Project

• Providing space for Site Preparation and other necessary clearances

• Field Inspection and Verification of Acceptance Tests

• Acceptance Tests (Partial & Final)

• Witness of Trial Run

• Verification of the Status Report

• Apex Committee Review of Project

Page 56: Tende

TDD/2008/BIOMETRICS/001

- 56 -

Consultant

• Preparation of RFP for the Selection of Service Provider for Project

• Assistance in Tender Process for the Selection of Service Provider

• Field Inspection and Verification of Acceptance Tests

• Witness of Trial Run

• Centralized Monitoring & Supervision of Operations

• Verification of the Status Report

• Apex Committee Review of Project

• Periodical Auditing of Application

• Submission of the Audited Report of Application

Bidder/Operator

• Design & Development of Application Software

• Data Collection, Entry & Validation

• Site Preparation

• Application Software (Testing & Acceptance)

• Installation & Commissioning of the system

• Training

• Trial Run

• Witness of Trial Run

• Operation, Management and Maintenance of the System

• Centralized Monitoring Station

• Periodical Generation of Project Status Reports & Field Visits

• Periodical Auditing of Application

• Submission of the Audited Report of Application as advised by Consultant

Page 57: Tende

TDD/2008/BIOMETRICS/001

- 57 -

2. THIRD PARTY MONITORING AGENCY

Commissioner, TDD shall appoint a Third Party Agency, which shall monitor the Project during

implementation, commissioning and operation. The Third Party Agency shall also conduct the Partial

and Final Acceptance Test as per the technical requirement of the Agreement and shall issue the

Certificate of Completion. Third Party Agency shall verify the services as mentioned in Section IV

proposed by the bidder in Annexure 4 (Technical Proposal). The bidder shall cooperate with such

Third Party Agency. Third Party Agency will be responsible for verification, validation of all invoices

under the terms & conditions of the Agreement and will recommend on the eligible payment. Third

party agency will be responsible for performance audit and will recommend release of payments due

to service provider. The charges for Third Party Monitoring Agency will be borne by GoG.

3. SITE PREPARATION

As per implementation plan, Commissioner, TDD shall arrange the necessary minimum space for

installing computers and other hardware at schools, DPO/DPA offices and SHQ. It shall also provide

space for warehouse for stationing FPS and other backup hardware. The necessary site preparation

will be done by the vendor. The space cannot be used for any purpose other than for the intended

and assigned one, as mentioned in Section IV and as contracted under the Agreement.

Commissioner, TDD shall arrange for necessary clearances, which shall enable the Bidder to

undertake civil, electrical, and mechanical works including false ceiling, partitioning, installation of air

conditioning equipment, cable laying etc. It is suggested that vendor should take into account

placement of table, chair, etc. only at school level rather than considering establishment of complete

infrastructure.

The entry and exit to site for Bidder’s equipment and personnel shall be in accordance with Security

Rules and Regulations that may apply to the Government Campus where the site is located.

For undertaking Data Collection at each school, successful bidder/Consortium is advised to first visit

the school and make necessary arrangements to enable them to collect data related to users. It is

suggested that the successful bidder/Consortium can employ mobile vans for data collection.

Page 58: Tende

TDD/2008/BIOMETRICS/001

- 58 -

4. HARDWARE, POWER BACKUP, ETC.

The vendor will arrange for all hardware and licensed software required for the execution of the

project. All the hardware to be provided should be of the brands of international repute.

The vendor will have to install at least two computers in each school along with FPS, i.e., 2 (two)

units at least. The vendor should make necessary arrangement of hardware such that the total time

taken for recording of attendance for the entire school should not be more than 15 (fifteen) minutes.

One PC with an attached FPS, i.e., one unit will be installed for every 60 (sixty) users in a school.

The minimum specifications for computers are - PIV Core Duo 2.4 GHz, 15” Colour Monitor, 512 MB

RAM, 120 GB hard disk, 4 USB ports, multimedia keyboard, optical mouse, built in speakers,

Windows XP and MS Office. The software licenses are to be purchased in the name of

Commissioner, Tribal Development Department.

The vendor will also have to provide for the following minimum hardware –

S. No. Location Server Computers FPS

1 DPO -- 2 1

2 DPA 1 5 2

3 PMU 1 10 2

Similarly, the vendor will also install the servers in the data centre of the state or NIC. The vendor

will also arrange for network connectivity between all the schools, DPO, DPA, SHQ and central

server.

The minimum specifications for servers is – Intel Dual Core X 5260 Proc, 4 GB RAM, 2X146 GB,

15K RPM SAS HDD, 2x HBA Card, DRAC, 8x DVD-R, with licensed Operating System.

The vendor will also make arrangements for power backup, etc. It is suggested that the vendor

should provide for UPS at each location such that it can provide at least 1 (one) hour backup for the

Page 59: Tende

TDD/2008/BIOMETRICS/001

- 59 -

entire setup at that location.

TDD has computers installed in Ashramshalas, Adarsh Niwasi and Eklavya schools which will be

provided to the vendor for installation of systems. Similarly, education department has installed

computers in Upper Primary schools which shall also be provided to the vendor. In such locations,

the vendor will have to install other hardware and software as required for operating & maintaining

the system.

Commissioner, TDD can also purchase the computers and provide it to the vendor for operations

and maintenance, if the vendor desires so. In such case, the vendor will have to provide for detailed

specifications of the computers required. However, in every case TDD will consider the government

procurement prices as the benchmark for the computers being installed while calculating

depreciation of them. The maintenance of entire hardware involved in the system for a period of five

years will be the responsibility of the vendor.

5. STANDARDS TO BE FOLLOWED

Preference for Open standards

The system must be designed following open standards, to the extent feasible and in line with

overall system requirements set out in this RFP, in order to provide for good interoperability with

multiple platforms and avoid any technology or technology provider lock-in.

Compliance with Industry Standards

In addition to above, the proposed solution has to be based on and compliant with industry

standards (their latest versions as on date) wherever applicable. This will apply to all the aspects of

solution including but not limited to design, development, security, installation, and testing. There are

many standards that are indicated throughout this volume as well as summarized below. However

the list below is just for reference and is not to be treated as exhaustive-

Photograph JPEG (minimum resolution of 640 x 480 pixels)

Scanned documents TIFF (Resolution of 600 X 600 dpi)

Page 60: Tende

TDD/2008/BIOMETRICS/001

- 60 -

Finger print � ANSI – 378

� ISO/IEC 19794-4:2005, Biometric Data Interchange Formats – Part 4: Finger Image Data.

Project Documentation IEEE/ISO specifications for documentation

Specifications for Biometric (Fingerprint) module

A biometric shall include Plain Impressions of the data collected from a minimum of 4 (four) fingers.

The left and right index fingers shall normally be designated as the primary and secondary finger,

respectively. However if those fingers cannot be imaged, the primary and secondary designations

shall be taken from the other fingers, in the decreasing order of priority.

Selection of fingers collected shall be in the following order-

1. Left Fore (Index)

2. Right Fore (Index)

3. Left Thumb

4. Right Thumb

5. Left Middle

6. Right Middle

7. Left Ring

8. Right Ring

9. Left Little

10. Right Little

If an individual is missing the selected finger or the fingerprint image quality is poor, the next finger

in this order shall be used. Where usable finger images are not available, this shall be noted in the

record describing the hand configuration.

Electronic images must be of sufficient quality to allow for-

� conclusive fingerprint comparisons (verification);

� automatic feature detection;

There are two factors in collecting quality finger images: the collection device performance and the

actual quality of each image collection in terms of repeatability and consistency needed for

successful matching processes.

Page 61: Tende

TDD/2008/BIOMETRICS/001

- 61 -

Finger images of sufficiently good quality should generate records that are “sufficiently similar” for all

compliant equipment and algorithms. This is essential to the underlying goal of interoperability.

Testing for this requirement may consist of encoding and formatting of data from a test set of sample

images.

Finger Image Collection Device

Finger live-scan collection devices shall conform to the specification sets for performance standards

on finger image scanners for resolution, geometric image accuracy, modulation transfer function,

signal-to-noise ratio, Gray-scale range, Gray-scale linearity, and grey scale uniformity. The minimum

specifications are as follows –

� Finger Capture Device: Optical Sensor Based

� Resolution: Minimum 500 DPI Image

� Interface to Host: USB/Com Port

� Supported Operating System: Windows XP/ Linux

� Supported development tool: Active-X (VB), Java Beans for finger image capture &

Verification

� SDK: Development tool should give facility to store image in any industry standard neutral

format without any data loss.

The finger image collection device should not be susceptible to rural and/or school environment (like

water, dirt, chalk, etc.) as regards to image capturing performance. It should also take into account

the different ways (especially in case of children) of finger placement and its pressure on the image

collection device so that good quality of image is captured.

NOTE: The algorithm used should be made available to GoG through Commissioner, TDD. The

biometric standard used should have interoperability with respect to standard industry practices.

Digital Photograph

The data will also include photograph of students taken in digital form so as to be fed into Database.

The format for digital photograph should be any of industries open standard and the device &

application should be available at least with three manufacturers. The vendor will have to provide

proof for the same.

Page 62: Tende

TDD/2008/BIOMETRICS/001

- 62 -

6. APPLICATION SOFTWARE

� The proprietary of the application software shall be transferred to GoG (including Source

Code, Design Documents etc.)

� The GoG through Commissioner, TDD will enter into agreement with the bidder to hand over

the proprietary of application software.

� The application software developed has to have interoperability with respect to various

standard operating systems.

7. ACCEPTANCE TEST

Partial Acceptance: The provisional acceptance of the system shall be given after testing by

Commissioner, TDD or a Third Party appointed by Tenderer. Before Acceptance testing is done by

Commissioner, TDD or a Third Party appointed by Commissioner, TDD, the Bidder shall submit the

status of Application software developed, data digitization, peripherals integration test cases, etc., in

terms of functionality in accordance with the requirements in Section IV. After successful testing by

the Third Party Agency a Partial Acceptance Test Certificate shall be issued by Commissioner, TDD

to the Bidder. The test shall include the following -

� All hardware and software items must be installed at particular site as per the specification.

� Availability of all the defined services shall be verified. The successful bidder shall be

required to demonstrate all the features/facilities/functionalities as mentioned in the RFP &

as per SLA.

� The bidder shall provide test cases to the Testing team.

� The third party monitoring agency in consultation with Commissioner, TDD & Bidder shall

define detailed test plan. Bidder is obligated to provide any information for facilitating the

testing process either to Commissioner, TDD or third party monitoring agency from time to

time. It shall be the responsibility of the bidder to arrange the test

� Successful bidder will arrange the test for equipment and software required for performance

verification. Successful bidder shall provide documented test results.

Page 63: Tende

TDD/2008/BIOMETRICS/001

- 63 -

Final Acceptance Testing: After successful Field and Live run of System for at least 2 (two)

months an acceptance test in accordance with the requirements in Section IV shall be conducted.

After successful testing by TPA, a Final Acceptance Test Certificate shall be issued by

Commissioner, TDD to the Bidder. The date on which Final Acceptance certificate is issued shall be

deemed as the date of successful commissioning of the System. The test shall include the following

-

� All hardware and software items must be installed at particular site as per the specification.

� Availability of all the defined services shall be verified. The successful bidder shall be

required to demonstrate all the features/facilities/functionalities as mentioned in the RFP for

each site.

� The third party monitoring agency in consultation with Commissioner, TDD & Bidder shall

define detailed test plan. Bidder is obligated to provide any information for facilitating the

testing process either to Commissioner, TDD or TPA from time to time.

� Successful bidder will arrange the test equipment required for performance verification.

Successful bidder will also provide documented test results.

� The successful bidder shall be responsible for the security audit of the network to be carried

out by a certified agency other than the successful bidder.

� All documentation as defined should be completed before the final acceptance test.

� Training requirements as mentioned should be completed before the final acceptance test.

� Any delay by the Bidder in the Partial/ Final Acceptance Testing shall render the Bidder liable

to the imposition of appropriate Penalties.

8. PERFORMANCE GUARANTEE

Within 15 (fifteen) days of the issuance of Letter of Intent (LoI) the Bidder shall furnish revolving

Performance Guarantee, as provided, to “Commissioner, Tribal Development Department” for an

amount equal to 5% of the project value (Annexure 17). The Performance Guarantee shall be valid

initially for a period of 1 (one) year. The guarantee shall be renewed year by year, at least 30 (thirty)

days before expiry date, for a minimum period of 1 (one) year and thus cover the balance period of

the agreement. The guarantee amount for each year shall be calculated on the basis of Guaranteed

Revenue for the remaining years of operation under the agreement subject to minimum

Page 64: Tende

TDD/2008/BIOMETRICS/001

- 64 -

Performance Guarantee based on sum of two years Guaranteed Revenue. The Commissioner, TDD

may forfeit the Performance Guarantee for any failure on part of Bidder to complete its obligations

under the Agreement. The Performance Guarantee shall be denominated in Indian Rupees and

shall be in the form of a Bank Guarantee issued by a Scheduled Commercial / Nationalized Bank

(except co-operative bank) located in India with at least one branch office in Gandhinagar in the

format provided by Commissioner, TDD (Annexure 17). The Performance Guarantee shall be

returned to the Bidder within 30 (thirty) days of the date of successful discharge of all contractual

obligations at the end of the period of the Agreement by Commissioner, TDD. In the event of any

amendments to Agreement, the Bidder shall within 15 (fifteen) days of receipt of such amendment

furnish the amendment to the Performance Guarantee as required.

Only and above this 5% value of work completed will be deducted from each bill as a retention

money which will be refunded after the completion of work.

9. FORCE MAJEURE

Neither party shall be responsible to the other for any delay or failure in performance of its

obligations due to any occurrence commonly known as Force Majeure which is beyond the control

of any of the parties, including, but not limited to, fire, flood, explosion, acts of GoG or any

Governmental body, public disorder, riots, embargoes, or strikes, acts of military authority,

epidemics, strikes, lockouts or other labour disputes, insurrections, civil commotion, war, enemy

actions. If a Force Majeure arises, the Bidder shall promptly notify Tenderer in writing of such

condition and the cause thereof. Unless otherwise directed by Tenderer, the successful bidder shall

continue to perform his obligations under the contract as far as is reasonably practical, and shall

seek all reasonable alternative means for performance not prevented by the Force Majeure event.

The successful bidder shall be excused from performance of his obligations in whole or part as long

as such causes, circumstances or events shall continue to prevent or delay such performance.

Page 65: Tende

10.

IMPLEM

EN

TA

TIO

N S

CHEDULE

The e

ntire

pro

ject

are

a h

as b

een d

ivid

ed into

thre

e z

ones.

The im

ple

menta

tion a

ctivitie

s in e

ach z

one w

ill b

e d

ivid

ed in 2

phases.

Phase A

has to

be s

uccessfu

lly c

om

ple

ted b

efo

re the c

om

mencem

ent of

Phase B

. T

he t

hre

e z

ones a

re c

ate

gorized a

s b

elo

w-

S. No.

Zone

Districts

Sabark

anth

a

Dahod

Panchm

ahal

1

Zone I

Vadodara

Bharu

ch

Sura

t

Tapi

2

Zone II

Navsari

Vals

ad

Ahw

a

3

Zone III

Banaskanth

a

Page 66: Tende

TD

D/2

00

8/B

IOM

ET

RIC

S/0

01

- 66 -

Weeks

Phase

Steps

Deliverables

1

2

3

4

5

6

7

8

9

10

11

12

13

14

15

16

17

18

19

20

21

22

23

24

Agre

em

ent

Sig

nin

g/P

.O./

LoI

Agre

em

ent/P

.O./LoI

Syste

m

Stu

dy,

Desig

n

&

Deplo

ym

ent

Pla

n

Deta

iled P

roje

ct

Report

Mobili

sation

of

Resourc

es

Resourc

e

Mobili

sation R

eport

Applic

ation S

oft

ware

D

evelo

pm

ent

inclu

din

g t

esting a

nd

deliv

ery

Applic

ation S

oftw

are

Data

C

olle

ction

inclu

din

g

captu

ring

bio

metr

ics,

photo

gra

phs

and

data

entr

y

and

cre

ation

of

centr

alis

ed d

ata

base

Data

base c

reation

Site P

repara

tion

Hard

ware

&

S

oftw

are

In

sta

llation

& C

om

mis

sio

nin

g

Insta

llation R

eport

s

Tra

inin

g o

f U

sers

Feedback R

eport

s &

S

atisfa

ction

Cert

ific

ate

fro

m the

Depart

ment

Part

ial

Accepta

nce

Test

Accepta

nce T

est

Cert

ific

ate

Trial R

un

NA

Liv

e R

un

NA

A

Covering

Ashra

mshala

s,

Adars

h N

iwasi,

Ekla

vya, P

rim

ary

&

Upper

Prim

ary

S

chools

in O

ne

Dis

tric

t and

DP

O,/D

PA

offic

e &

S

HQ

in e

ach z

one

Fin

al

Accepta

nce

Test

Accepta

nce T

est

Cert

ific

ate

The

phase

B

will

com

mence

aft

er

successfu

l com

ple

tion

of

phase

A.

At

least

150

schools

in

each

dis

tric

t have

to

be

com

ple

ted

for

com

mencem

ent of

quart

erl

y g

uara

nte

ed p

aym

ent in

each d

istr

ict.

Page 67: Tende

TD

D/2

00

8/B

IOM

ET

RIC

S/0

01

- 67 -

Weeks

Phase

Steps

Deliverables

25

26

27

28

29

30

31

32

33

34

35

36

37

38

39

40

41

42

43

44

45

46

47

Data

Colle

ction

inclu

din

g

captu

ring

bio

metr

ics,

photo

gra

phs

and data

entr

y

and

updation

of

centr

alis

ed

data

base

Data

base

cre

ation

Site

Pre

para

tion

Hard

ware

&

S

oft

ware

In

sta

llation

&

Com

mis

sio

nin

g

Insta

llation

Report

s

Tra

inin

g

of

Users

Feedback

Report

s &

S

atisfa

ction

Cert

ific

ate

fr

om

the

Depart

ment

Part

ial

Accepta

nce

Test

Accepta

nce

Test

Cert

ific

ate

Liv

e R

un

NA

B

Covering

Ashra

mshala

s,

Adars

h N

iwasi,

Ekla

vya, P

rim

ary

&

Upper

Prim

ary

S

chools

, D

PA

and

DP

O o

ffic

es in r

est

of

the D

istr

icts

in

each z

one

Fin

al

Accepta

nce

Test

Accepta

nce

Test

Cert

ific

ate

Page 68: Tende

11. SLA REQUIREMENT

Service Level Agreement (SLA) is the contract between the Government of Gujarat and the

Implementation Agency. SLA defines the terms of the operator’s responsibility in ensuring the

performance of the Project based on the agreed Performance Indicators as detailed in the

Agreement. This section defines various Service Level Indicators for the System are Listed.

The Table below summarizes the Indicative Performance Indicators for the services to be offered by

the System Operator. The detailed description of the performance indicators, SLA Terms and their

definitions are discussed in the following sections.

NOTE: SLA Defined in this section is only INDICATIVE. D-SAG of TDD along with

Consultants and Bidder will decide SLA Parameters at time of Agreement signing.

S. No. Indicative SLA Parameter SLA

Measurement SLA Target

1 Availability of Application Software at School Level Time 99%

2 Availability of Application Software at DPO & DHQ Time 98%

3 Availability of Application Software at SHQ Time 95%

4 Mistakes in Database No of Records /

day NIL

5 FPS Defects rectification In Days 1 Day

6 Enrollment Failure Rate No. of enrollees 0.1%

7 Time for recording attendance of all users at one

location Time 15 mins.

Page 69: Tende

TDD/2008/BIOMETRICS/001

- 69 -

7 Daily Data transfer In hours Within 12

hours

8 Uptime of Hardware (Servers & other hardware) Time 99%

Service Type: Availability of Production and Reporting Environments

SLA SLA

Definition SLA Metric

Measurement &

Reporting Comment/Assumption

97%

Quarterly

Average

Hours of

Availability

Unless otherwise

specified, the listed

hours of availability:

Mon – Sat

7:30 AM – 5:30 PM

PST

Availability: Sunday

7:30 AM – 5:30 P.M.

PST

Monitored daily,

reported monthly

All maintenance work to

be performed during

Maintenance Window

Backups will be

required both prior to

batch processing and

after batch processing

is completed.

“Business hours” to be

calculated based on

Hours of Availability

Service Type: Problem Management

At School Level

SLA Metric

SLA

Definition Problem Level

Response

Time Resolution Time

Measurement &

Reporting

Severity 1 Problem affecting

transaction processing 24 hours 4 - 8 hours max

Monitored daily,

reported monthly

Page 70: Tende

TDD/2008/BIOMETRICS/001

- 70 -

Severity 2

Problem affecting

anything other than

transaction processing

36 hours 8 -12 hours max Monitored daily,

reported monthly

Severity 3 No impact to service 72 hours 12 - 24 hours max Monitored daily,

reported monthly

At DPO/DPA Level

SLA Metric

SLA

Definition Problem Level

Response

Time Resolution Time

Measurement &

Reporting

Severity 1 Problem affecting

transaction processing 12 hours 4 - 8 hours max

Monitored daily,

reported monthly

Severity 2

Problem affecting

anything other than

transaction processing

24 hours 8 -12 hours max Monitored daily,

reported monthly

Severity 3 No impact to service 48 hours 12 - 24 hours max Monitored daily,

reported monthly

At SHQ Level

SLA Metric

SLA

Definition Problem Level

Response

Time Resolution Time

Measurement &

Reporting

Severity 1 Problem affecting

transaction processing 30 minutes 2 - 4 hours max

Monitored daily,

reported monthly

Page 71: Tende

TDD/2008/BIOMETRICS/001

- 71 -

Severity 2

Problem affecting

anything other than

transaction processing

2 hours 4 – 8 hours max Monitored daily,

reported monthly

Severity 3 No impact to service 6 hours 8 - 12 hours max Monitored daily,

reported monthly

SLA Terms & Definitions

S. No SLA Terms Description

1 Uptime

‘Uptime’ refers to application/system availability across various

segments i.e. schools, DPO/DPA office and SHQ. “%Uptime” means

ratio of ‘up time’ (in minutes) in a month to Total time in the month (in

minutes) multiplied by 100 (One hundred).

2 Prime Business

Hours (PBH)

PBH refers to the school, office operation period respectively, which

shall be typically starting from 07:30 hrs till 17:30 hrs Monday to

Saturday or any other period to be defined by the state.

3 Extended SLA

Hours (ESH)

ESH refers to the school, office operation period respectively, which

shall be typically starting from 17:30 hrs till 07:30 hrs on Monday to

Saturday and 08:00 hrs to 16:00 hrs on Sunday or any other period to

be defined by the state.

4 Planned

Outage

‘Planned Outage’ refers to unavailability of application/system due to

infrastructure maintenance activities such as configuration changes,

upgradation or changes to any supporting infrastructure. Details related

to such planned outage shall be agreed with the State government and

shall be notified to DPO, DPA at least 5 (five) working days in advance.

5 Unplanned

Outage

‘Unplanned Outage’ refers to an instance in which no transaction takes

place in the system for more than 30 (thirty) consecutive minutes.

Page 72: Tende

TDD/2008/BIOMETRICS/001

- 72 -

Measurement of SLA

The Measurement of SLA shall be performed by a third party agency, independent of the Operator,

to be identified by the State Government.

Security Auditing

Upon completion of Installation and before the ‘go-live’ phase, it is mandatory for the operator to get

the Infrastructure audited by a reputed third party agency from a security and business continuity

perspective. Such Security audit shall include complete infrastructure established at the State Head

Quarter and the infrastructure at DPO/DPA and school on a sample basis. Such sampling rate shall

be agreed mutually between the state Project Management Unit (PMU), consultant and the

implementation partner.

12. PENALTIES

The Successful Bidder shall be paid QGR as per the services (i.e. availability) provided to the

Tenderer as per the matrix below-

Application Availability

during PBH (AP) Penalty

Availability

during ESH (AE) Penalty

AP>= 95% Nil AE>= 90% Nil

94%<= AP<95% 0.5% of QGR 89%<= AE<90% 0.25% of QGR

93%<= AP<94% Additional 1% of

QGR 88%<= AE<89%

Additional 0.5%

of QGR

SHQ Application

90%<= AP<93%

Additional 2% of

QGR for every

%age

85%<= AE<88%

Additional 1%

of QGR for

every %age

Page 73: Tende

TDD/2008/BIOMETRICS/001

- 73 -

Application Availability

during PBH (AP) Penalty

Availability

during ESH (AE) Penalty

70%<= AP<90%

Additional 2.5%

of QGR for every

%age

65%<= AE<85%

Additional

1.25% of QGR

for every %age

AP < 70% No payment AE<65% No payment

AP>= 98% Nil AE>= 90% Nil

97%<= AP<98% 0.5% of QGR 89%<= AE<90% 0.25% of QGR

95%<= AP<97% Additional 1% of

QGR 88%<= AE<89%

Additional 0.5%

of QGR

90%<= AP<95%

Additional 2% of

QGR for every

%age

85%<= AE<88%

Additional 1%

of QGR for

every %age

70%<= AP<90%

Additional 2.5%

of QGR for every

%age

65%<= AE<85%

Additional

1.25% of QGR

for every %age

DPO, DHQ

Application

AP<70% No payment AE<65% No payment

AP>= 99% Nil AE>= 95% Nil

98%<= AP<99% 0.5% of QGR 94%<= AE<95% 0.25% of QGR

97%<= AP<98% Additional 1% of

QGR 93%<= AE<94%

Additional 0.5%

of QGR

School

95%<= AP<97%

Additional 2% of

QGR for every

%age

90%<= AE<93%

Additional 1%

of QGR for

every %age

Page 74: Tende

TDD/2008/BIOMETRICS/001

- 74 -

Application Availability

during PBH (AP) Penalty

Availability

during ESH (AE) Penalty

75%<= AP<95%

Additional 2.5%

of QGR for every

%age

70%<= AE<90%

Additional

1.25% of QGR

for every %age

AP < 75% No payment AE<70% No payment

SLA for Fingerprint Scanner and data collection will be defined at time of Agreement signing in

consultation with Bidder.

Penalties for delay in implementation

If the Operator fails to complete the Partial Acceptance Test within the time period (s) specified in

the implementation plan, Commissioner, TDD, GoG may, without prejudice to its other remedies

under the Agreement, levy as Penalties, a sum equivalent to 0.25 % of the arithmetic sum of the

guaranteed revenue for five years payable under the Agreement, for each week or part thereof of

delay, until actual delivery of performance. The maximum penalty for delay shall not exceed 2% of

the arithmetic sum of five years Guaranteed Revenue for all districts awarded to the vendor. If the

delay continues beyond 12 (twelve) weeks, Commissioner, TDD may terminate the Agreement.

Failure to complete the Final Acceptance Test as specified in the implementation plan,

Commissioner, TDD may, without prejudice to its other remedies under the Agreement, levy as

Penalties, a sum equivalent to 0.25 % of the arithmetic sum of the guaranteed revenue of the all the

District awarded to the vendor, for five years payable under the Agreement, for each week or part

thereof of delay, until actual delivery of performance. The maximum penalty for delay shall not

exceed 10% of the arithmetic sum of five years Guaranteed Revenue for all districts. If the delay

continues beyond 20 (twenty) weeks, Commissioner, TDD may terminate the Agreement

It is to be noted that the implementation of both Biometric Attendance System and Education

Software Deployment and Training has to be completed. If only Biometric Attendance System is

implemented only 60% of the work will considered as completed and the penalties will be applicable

accordingly. If the Education Software Deployment and Training has only been completed and

Page 75: Tende

TDD/2008/BIOMETRICS/001

- 75 -

Biometric Attendance System has not been implemented successfully then only 40% of the work will

be considered as completed and the penalties will be applicable accordingly.

Operational Penalties

It is to be noted that both Biometric Attendance System and Education Software Deployment and

Training System should be operational for the system to be considered as fully operational. If only

Biometric Attendance System is successfully operational then it will be considered that only 60% of

the system is operational and the penalties will be applicable accordingly. If the Education Software

Deployment and Training is only successfully operational then it will be considered that only 40% of

the system is operational and the penalties will be applicable accordingly.

In the event the operator is unable to meet any one of the SLA parameters defined in this RFP for

10% or more of the operational period during 2 (two) quarters in a year or (four) quarters during the

5 (five) years of the contract, Commissioner of TDD reserves the right to terminate the contract.

13. PENALTIES FOR MISUSE

In case of misuse of hardware/Internet/Data/Application etc., at the instance of Operator, the penalty

imposed on the Operator, without prejudice to Commissioner, TDD, other remedies under the

Agreement shall be 100% of the quarterly guaranteed revenue under the Agreement for all the

districts. If the misuse continues for two quarters, Commissioner, TDD may terminate the

Agreement. The operator shall realize returns on the costs incurred on creating the whole asset

(Capital Cost), the operations cost for operating these assets (Operations Cost), for maintaining

these assets (Maintenance Cost).

14. PAYMENT TERMS

No payment shall accrue until the performance guarantee bond has been furnished. The selected

operator engaged shall be responsible to invest in the project to implement and operate the facilities,

for a term of 5 (five) years and on expiry of 5 (five) years, the bidder will take back the system on

completion of agreement period. During this period of 5 (five) years, the operator shall have full

responsibility for the delivery of the services, including all operational, maintenance, and

Page 76: Tende

TDD/2008/BIOMETRICS/001

- 76 -

management activities, etc.

The Operator shall be paid Minimum Guaranteed Revenue on quarterly basis in arrears at the end

of each quarter for the project which has been accepted in the Final Acceptance Test by

Commissioner, TDD based on the certificate provided by the Third Party Agency, at the rates

specified by the Operator.

Implementation and Commissioning of Biometric Attendance and Computer Aided Learning System

in minimum of 1 district have to be completed for payment to start.

The payment for Primary & Upper Primary Schools will be made by Director, Sarva Shiksha

Abhiyaan, The payment for Ashramshalas, Adarsh Niwasi & Eklavya Schools will be made by

Commissioner, TDD. The vendor will submit the invoice along with reports to concerned officials.

The payment will be made as per SLA met. In case of any dispute between Director, Sarva Shiksha

Abhiyaan & vendor, an adhoc payment equivalent to 50% of the claimed revenue will be released.

The balance payment shall be released after the resolution of dispute by the Commissioner, TDD.

15. QUARTERLY GUARANTEED PAYMENT FOR SYSTEM

The payment period will be through the contract period of 5 (five) years, which would start from the

date of issuance of Final Acceptance certificate after the Final Acceptance Test of each District as

defined in the RFP.

The selected operator shall be paid Guaranteed Revenue on quarterly basis at the end of each

quarter which has been accepted in the Final Acceptance Test by Commissioner, TDD based on the

certificate provided by the Third Party Agency, at the rates specified by the bidder.

Quarterly guaranteed payment shall include the procurement, implementation, operation and

maintenance of equipments as specified in the requirements section along with providing the

specified services for the entire service period.

Eligible quarterly payments, accepted in the Acceptance Test shall become due from the date of

Page 77: Tende

TDD/2008/BIOMETRICS/001

- 77 -

issuance of final Acceptance Certificate. Prices indicated for QGR should include cost of all

equipments, cost of installation, configuring, erection, commissioning, making equipment and

services fully operational, maintaining and providing service for the next 5 (five) years thereafter.

The Selected operator shall make a payment request after the end of each quarter with the following

supporting document-

� Acceptance certificate

� SLA compliance report as prepared by the Third Party Monitoring Agency

16. REPRESENTATION & WARRANTIES

REPRESENTATIONS AND WARRANTIES BY THE BIDDER

It is a company duly organized and validly existing under the laws of India and has all requisite legal

power and authority and corporate authorizations to execute the Agreement and carry out the terms,

conditions and provisions hereof;

It has in full force and effect all requisite clearances, approvals and permits necessary to enter into

the Agreement and perform its obligations hereof;

It will have the legally valid and enforceable title to all Equipment as may be necessary for proper

functioning and it will be free from all encumbrances, liens, charges, any security interest and

adverse claims of any description;

The Agreement and the transactions and obligations hereof do not contravene its constitutional

documents or any law, regulation or government directive and will not contravene any provisions of,

or constitute a default under, any other Agreement or instrument to which it is a party or by which it

or its property may be bound or any of its obligations or undertakings by which it or any of its assets

are bound or cause a limitation on its powers or cause it to exceed its authorized powers;

There are no pending or threatened actions, suits or proceedings affecting the Bidder or its affiliates

or any of their respective assets before a court, governmental agency, commission or arbitrator or

Page 78: Tende

TDD/2008/BIOMETRICS/001

- 78 -

administrative tribunal which affects the Bidder's ability to perform its obligations under the

Agreement; and neither Bidder nor any of its affiliates have immunity from the jurisdiction of a court

or from legal process (whether through service of notice, attachment prior to judgment, attachment

in aid of execution or otherwise);

The Bidder confirms that all representations and warranties of the Bidder set forth in the Agreement

are true, complete and correct in all respects;

No information given by the Bidder in relation to the Agreement, project documents or any document

comprising security contains any material understatement of fact or omits to state as fact which

would be materially adverse to the enforcement of the rights and remedies of Commissioner, TDD or

which would be necessary to make any statement, representation or warranty contained herein or

therein true and correct;

All equipment including material to be installed by the Bidder shall be new and the product should

not be de-supported or declared end of life within next 7 (seven) years. A certificate to that effect

should be furnished from OEM. All equipment shall conform to the codes, standards and regulations

applicable and benefit from the usual manufacturer’s guarantees.

REPRESENTATIONS AND WARRANTIES BY D-SAG, TDD

It has full legal right; power and authority to execute the project and to enter into and perform its

obligations under the Agreement and there are no proceedings pending.

The Agreement has been duly authorized, executed and delivered by Commissioner, TDD, GoG

and constitutes valid, legal and binding obligation of Commissioner, TDD, GoG.

The execution and delivery of the Agreement with the Bidder does not violate any statutory

judgment, order, decree, regulation, right, obligation or rule of any court, government authority or

arbitrator of competent jurisdiction applicable in relation to Commissioner, TDD, its assets or its

administration.

EACH DAY DURING THE AGREEMENT

The Parties agree that these representations and warranties are to be made on each day during the

term of the Agreement.

Page 79: Tende

TDD/2008/BIOMETRICS/001

- 79 -

17. NO TITLE TO EQUIPMENT

The Bidder and GoG agree that Commissioner, TDD shall have no title to any of the hardware

equipment and software any other material made available for delivery of services by the Bidder

during the period of the Agreement. After 5 (five) years, the vendor will take back the infrastructure

and state government will not accept the same.

Exceptions are:

� Application Software IPR & Copyrights

� Data Created out of Biometric Attendance System

� Education Software

18. APPROVAL/CLEARANCES

Necessary approvals/ clearances from concerned authorities, as required, for fire protection,

government duties/ taxes/ octroi, shall be obtained by the short listed Bidder. Necessary approvals/

clearances from concerned authorities, as required, for providing Internet Service shall be obtained

by the short listed Bidder.

19. EXIT MANAGEMENT

1. Upon 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 Government of Gujarat 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 GoG 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 set out in Section 2 except in case if

Termination of this Agreement is due to GoG Event of Default, Indirect Political Event

or Political Event the Bidder shall have implemented the maintenance schedule as

Page 80: Tende

TDD/2008/BIOMETRICS/001

- 80 -

well as any repairs pointed out by the Independent Consultant in its Operations &

Maintenance Inspection Report prior to date of Termination Notice. In case of

Termination due to Non-Political Force Majeure Event, the Divestment Requirements

shall be agreed between GoG and the Bidder; and

d. Pay all transfer costs and stamp duty applicable on hand-back of project assets

except in case the Project is being transferred due to Government of Gujarat of

Default, Indirect Political Event, Political Event or expiry of Concession period, where

Government of Gujarat 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.

2. Subject to clause 1 of exit management, upon completion of the contract period or upon

termination of the agreement, the Bidder shall comply and conform to the following

Divestment Requirements in respect of the Project:

a. All Project Assets including the hardware, software, documentation and any other

infrastructure shall have been renewed and cured of all defects and deficiencies as

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;

b. 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;

c. The Bidder executes such deeds of conveyance, documents and other writings as

the Government of Gujarat 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 GoG or its Nominee; and

d. 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 Government of Gujarat or its nominee.

3. 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

Page 81: Tende

TDD/2008/BIOMETRICS/001

- 81 -

Notice, the Independent Consultant as nominated by the State Government shall verify, in

the presence of a representative of the Bidder, compliance by the Bidder with the Divestment

Requirements set forth in Section 2 in relation to the Project and, if required, cause

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.

4. Upon the Bidder conforming to all Divestment Requirements and handing over actual or

constructive possession of the Project to GoG or a person nominated by Government of

Gujarat in this regard, GoG shall issue a certificate substantially in the form set forth in

Section 2, 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. State

Government shall not unreasonably withhold issue of such certificate. 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

earlier, 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 State Government 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

20. TENDERER’S EVENT OF DEFAULT

If the payment to the Operator is due for more than 3 (three) quarters consecutively - If the

termination occurs due to non payment by Commissioner, TDD to the Operator for three

consecutive quarters then the operator would be paid those three quarters revenue. No operational

charges would be paid to the operator for all those quarters for which Commissioner of Tribal

Development Department has not used his services. In the event of such termination, the Tenderer

will take over all equipment (without any liability) necessary for the proper and normal operation of

the system including but not limited to all constructed sites, laid cables, software, technical designs,

technical & operational manuals and also all electrical, civil and mechanical works at all locations of

the project.

21. MAINTENANCE OF EQUIPMENT

The selected vendor shall ensure that services of a professionally qualified person is available for

Page 82: Tende

TDD/2008/BIOMETRICS/001

- 82 -

providing comprehensive on-site maintenance and administration of hardware and software for a

period of 5 years (hardware and system software) at SHQ, DPO, DPA and schools.

The selected Vendor shall ensure the SLA’s on 24X7X365 basis. Shutting down of equipment at

Tendering authority’s discretion and Planned outage will not be considered for calculation of uptime.

The list of critical spares, the vendor proposes to stock at the major sites should be furnished

separately along with the technical bid. The scope of the contract will include at least one scheduled

servicing (Preventive Maintenance) at quarterly intervals and any number of breakdown calls. The

comprehensive maintenance would be inclusive of all spares need to be replaced and excluding

consumables.

The vendor shall guarantee the availability of spares for a period of at least 7 (seven) years in

respect of all the hardware and software. An undertaking needs to be submitted from the respective

OEM in this regard.

22. BANKRUPTCY & INSOLVENCY

Commissioner, TDD can terminate the contract if the bidder becomes bankrupt and/or loses the

desired state of solvency with a notice of 15 (fifteen) days. Commissioner, TDD, in such cases of

termination, will not be responsible for any loss or financial damage to the service provider resulted

due to termination. Commissioner, TDD, GoG will also, in such cases have the right to recover any

pending dues by invoking the performance bank guarantee or any such instrument available with the

Government.

23. IPR, COPYRIGHTS, ETC.

� Government of Gujarat will be owner of IPR for Application Developed

� Source Code will be kept under escrow with bidder and a banker. Cost of escrow account to

be borne by the bidder.

� Biometrics algorithm to be disclosed to GoG and should be based on national and

international standards current or future.

Page 83: Tende

TDD/2008/BIOMETRICS/001

- 83 -

Copyright Ownership of Biometric Attendance Application Software

Copyright ownership of all software developed and delivered to Tendering Authority Name for the

application lies with Government of Gujarat. Any use of the Application Software or it’s modules,

components or any part by the Service Providers shall be treated as violation of the Service Level

Agreement and hence liable to be executed under Contracts Act.

Any person or organization or anybody making use of the Application Software, or it’s modules,

components or any part shall be treated offender under Indian Copyright Act and hence liable to be

tried/punished/prosecuted under Contracts Act.

24. DATA RIGHTS

Government of Gujarat shall have complete and total ownership and control over all the data

generated, stored and processed during the Project.

The Department reserves the Data Rights in the following areas-

� The right to information of Data subject: The Department reserves the right of full knowledge

of the collected data, its nature and prior authorization by the department to collect, store and

process them.

� The right to prevent processing: The Department reserves all the rights to prevent the

processing or reprocessing of the data collected, stored and under process.

� The right to prevent collection, storage and processing for direct marketing and/or indirect

marketing: The Department reserves all the rights to prevent any or all data collected, stored

and processed for any sale, lease, rent or any other monetary or non-monetary transfer of

data without it’s written permission with explanation of grounds for such sale, lease, rent,

transfer for monetary or non-monetary basis. The Department, however can sale, lease or

rent the data for monetary or non-monetary gains

� The right to compensation: The Department reserves all the rights to extract compensation

for loss or damage, whether full or partial, of the data by the service provider or any person

authorized on behalf of the service provider.

� The right to rectification and other remedies for inaccuracy: The Department reserves

complete authority to ask the service provider to make up for the wrong or tempered or

manipulated or distorted or illegitimate data with or without any compensation on finding the

data bearing any evidence of deviation at any time, irrespective of the fact that department

Page 84: Tende

TDD/2008/BIOMETRICS/001

- 84 -

has accepted the same data at any prior time from the date of issuing letter to service

provider to make any change or replacement in the data. The department also reserves

rights to take action through a court to rectify, block, erase or destroy inaccurate data.

The Department reserves all the rights to give order pertaining to manner and methodology for data

collection, storage and processing to the service provider at any time within the contract period,

which may not be a part of the Agreement.

The Principles for Data collection, storage and Processing -

� Fairly and lawfully processed

� Processed for limited purposes

� Adequate, relevant and not excessive

� Accurate and up-to-date

� Not kept longer than necessary

� Processed in accordance with the individual's rights

� Security

� Not transferred to any Third Party.

25. PROJECT DURATION

The project duration will be initially for 5 (five) years. However, the Tenderer and the successful

bidder, on a mutually acceptable basis, can extend the project for another 1 (one) year after the

completion of initial 5 (five) years.

The Education Department of GoG may award the contract for primary and upper primary schools

under the rest of the districts of Gujarat within 12 (twelve) months of satisfactory completion of

Phase A of the project. The vendor to be awarded the contract will be decided by the Education

Department and will be awarded the contract at the same prices at which this tender is finally

awarded.

Page 85: Tende

TDD/2008/BIOMETRICS/001

- 85 -

SECTION VI: ANNEXURE - FORMATS

Page 86: Tende

TDD/2008/BIOMETRICS/001

- 86 -

ANNEXURE 1 – COVERING LETTER

Date: dd/mm/yyyy

To

Chief Executive Officer,

Development Support Agency of Gujarat

Block No. 8, 2nd Floor,

Sachivalaya,

Gandhinagar (Gujarat)

.

Reference: Tender Number Dated ……

Sir,

We hereby declare that:

� We are the Manufacturers/ Authorized agents of manufacturers of the hardware equipments

and software proposed in our solution.

� We are equipped with adequate maintenance and service facilities within India for supporting

the offered equipment. Our maintenance and service facilities are open for inspection by

representatives of Government of Gujarat.

� We offer to supply the equipment and provide the services at the prices and rates mentioned

in the attached commercial bid.

� We are not banned or blacklisted by any government institution in India.

In the event of acceptance of our bid, we do hereby undertake:

� To supply the equipment and commence services as stipulated in the schedule of delivery

forming a part of the attached technical bid.

� To undertake the project on BOO basis for a period of 5 (five) years, for quarterly guaranteed

revenue as mentioned in the commercial bid.

Page 87: Tende

TDD/2008/BIOMETRICS/001

- 87 -

� We affirm that the prices quoted are inclusive of delivery, installation, and commissioning

charges and inclusive of all taxes, levies, etc.

� We enclose herewith the complete Technical Proposal along with this bid letter as required

by you. This includes:

� Bid particulars

� Proposed solution architecture, detailed technical solution, details of equipment

and services offered

� Proposed Project Plan and Implementation Schedule

� Statement of deviation from requirement specifications

� Statement of deviation from tender terms and conditions

� Schedule of delivery

� Warranty

� Manufacturer’s authorization form(s)

We agree to abide by our offer for a period of 180 (one hundred and eighty) days from the last date

of submission of proposal prescribed by Government of Gujarat and that we shall remain bound by a

communication of acceptance within that time.

We have carefully read and understood the terms and conditions of the tender and the conditions of

the contract applicable to the tender. We do hereby undertake to provision as per these terms and

conditions.

The deviations from the requirement specifications of tendered items and schedule of requirements

are only those mentioned in section

OR (Strike out whatever is not applicable)

There are no deviations from the requirement specifications of tendered items and schedule of

requirements.

The deviations from the terms and conditions of the tender are only those mentioned in section

OR (Strike out whatever is not applicable)

There are no deviations from the terms and conditions of the tender.

Page 88: Tende

TDD/2008/BIOMETRICS/001

- 88 -

We hereby certify that the Bidder is a Directorate and the person signing the tender is the

constituted attorney.

Bid Security in the form of a Bank Guarantee issued by ______________ (bank), valid till

___/___/_____ (dd/mm/yyyy), for an amount of Rupees 50,00,000/- (Rupees Fifty Lakhs only) is

enclosed in the cover containing pre-qualifying requirements.

We do hereby undertake, that, until a formal contract is prepared and executed, this bid, together

with your written acceptance thereof and notification of award of contract, shall constitute a binding

contract between us.

Signature of Bidder (with official seal)

Date

Name

Designation

Address

Telephone

Fax

E-mail address

Details of Enclosures:

1.

2.

3.

Page 89: Tende

TDD/2008/BIOMETRICS/001

- 89 -

ANNEXURE 2 – BIDDER’S PROFILE

(For Prime Bidder or Individual Company)

Sr. No Particulars Details

1 Name of the Firm

2

Registered Office Address

Telephone Number

Fax Number

e-mail

3 Correspondence Address

4

Details of Contact person

(Name, designation, address)

Telephone Number

Fax Number

e-mail

5

Is the firm a registered company? If yes, submit documentary

proof.

Year and Place of the establishment of the Company

6 Former name of the company, if any.

7

Is the firm -

• Government/ Public Sector Undertaking

• Proprietary Firm

Page 90: Tende

TDD/2008/BIOMETRICS/001

- 90 -

• Partnership firm (if yes, give partnership deed)

• Limited company or Limited Corporation

• Member of a group of companies (if yes, give name and

address, and description of other companies)

• Subsidiary of a large corporation (if yes give the name

and address of the parent organization) If the company is

subsidiary, state what involvement if any, will the parent

company have in the project.

• Joint venture consortia (if yes, give name and address of

each partner)

8 Is the firm registered with sales tax department? If yes, submit

valid sales tax registration certificate.

9

Is the firm registered for service tax with Central Excise

Department (Service Tax Cell)? If yes,

Submit valid service tax registration certificate.

10 Is the firm registered under Labour Laws Contract Act? If yes,

submit valid registration certificate.

11

Attach the organizational chart showing the structure of the

organization including the names of the directors and the

position of the officers.

Total number of employees

12 Number of years of experience as a prime contractor in a joint

venture/ Consortium

13 Are you registered with any Government/ Department/ Public

Sector Undertaking (if yes, give details)

14 How many years has your organization been in business under

your present name? What were your fields when you

Page 91: Tende

TDD/2008/BIOMETRICS/001

- 91 -

established your organization?

When did you add new fields (if any)?

15

What type best describes your firm? (documentary proof to be

submitted)

· Manufacturer

· Supplier

· System Integrator

· Consultant

· Service Provider (pl. specify details)

· Software Development

· Total solution provider (Design, Supply, Integration, O&M)

· IT Company

16 Number of Offices / Project Locations

17

Do you have a local representation /office in Gujarat? If so,

please give the address and the details of staff, infrastructure

etc in the office and no. of years of operation of the local office

18

Do you intend to associate any other organization for the works

for which you are bidding? If so, please give full particulars of

that organization separately.

19

Please give details of Key Technical and Administrative staff

who will be involved in this project, their role in the project, their

Qualifications & experience and the certification obtained.

(documentary proof to be submitted)

20

Is your organization has SEI –CMM / ISO 9000 certificates? If

so, attach copies of the certificates. State details, if certified by

bodies, other than that stated.

Page 92: Tende

TDD/2008/BIOMETRICS/001

- 92 -

21 List the major clients with whom your organization has been/ is

currently associated.

22

Were you ever required to suspend a project for a period of

more than three months continuously after you started? If so,

give the names of project and reasons for the same.

23

Have you in any capacity not completed any work awarded to

you? (If so, give the name of project and reason for not

completing the work)

24 In how many projects you were imposed penalties for delay?

Please give details.

25

The bidder/ prime member of the consortium shall disclose

details pertaining to all contingent liabilities, claims, disputes,

matters in appeal & in court and any pending litigation against

the bidder or any member of the Consortium. If nil, an

undertaking from the bidder/ prime member of the consortium

mentioning the same.

26 Whether your organization has Bank’s certificate of solvency. If

yes, submit documentary proof.

27

Have you ever been denied tendering facilities by any

Government/ Department/ Public sector Undertaking? (Give

details)

(In case of Consortium also fill in the Annexure 2A for each consortium member)

Page 93: Tende

TDD/2008/BIOMETRICS/001

- 93 -

ANNEXURE 2A – CONSORTIUM MEMBER’S PROFILE

Sr. No Particulars Details

1 Name of the Firm

2

Registered Office Address

Telephone Number

Fax Number

e-mail

3 Correspondence Address

4

Details of Contact person

(Name, designation, address)

Telephone Number

Fax Number

e-mail

5

Is the firm a registered company? If yes, submit documentary

proof.

Year and Place of the establishment of the Company

6 Former name of the company, if any.

7

Is the firm -

• Government/ Public Sector Undertaking

• Proprietary Firm

• Partnership firm (if yes, give partnership deed)

Page 94: Tende

TDD/2008/BIOMETRICS/001

- 94 -

• Limited company or Limited Corporation

• Member of a group of companies (if yes, give name and

address, and description of other companies)

• Subsidiary of a large corporation (if yes give the name

and address of the parent organization) If the company is

subsidiary, state what involvement if any, will the parent

company have in the project.

• Joint venture consortia (if yes, give name and address of

each partner)

8 Is the firm registered with sales tax department? If yes, submit

valid sales tax registration certificate.

9

Is the firm registered for service tax with Central Excise

Department (Service Tax Cell)? If yes,

Submit valid service tax registration certificate.

10 Is the firm registered under Labour Laws Contract Act? If yes,

submit valid registration certificate.

11

Attach the organizational chart showing the structure of the

organization including the names of the directors and the

position of the officers.

Total number of employees

12 Are you registered with any Government/ Department/ Public

Sector Undertaking (if yes, give details)

13

How many years has your organization been in business under

your present name? What were your fields when you

established your organization?

When did you add new fields (if any)?

Page 95: Tende

TDD/2008/BIOMETRICS/001

- 95 -

14

What type best describes your firm? (documentary proof to be

submitted)

· Manufacturer

· Supplier

· System Integrator

· Consultant

· Service Provider (pl. specify details)

· Software Development

· Total solution provider (Design, Supply, Integration, O&M)

· IT Company

15 Number of Offices / Project Locations

16

Do you have a local representation /office in Gujarat? If so,

please give the address and the details of staff, infrastructure

etc in the office and no. of years of operation of the local office

17

Please give details of Key Technical and Administrative staff

who will be involved in this project, their role in the project, their

Qualifications & experience and the certification obtained.

(documentary proof to be submitted)

18

Is your organization has SEI –CMM / ISO 9000 certificates? If

so, attach copies of the certificates. State details, if certified by

bodies, other than that stated.

19 List the major clients with whom your organization has been/ is

currently associated.

20

Were you ever required to suspend a project for a period of

more than three months continuously after you started? If so,

give the names of project and reasons for the same.

Page 96: Tende

TDD/2008/BIOMETRICS/001

- 96 -

21

Have you in any capacity not completed any work awarded to

you? (If so, give the name of project and reason for not

completing the work)

22 In how many projects you were imposed penalties for delay?

Please give details.

23

Have you ever been denied tendering facilities by any

Government/ Department/ Public sector Undertaking? (Give

details)

Page 97: Tende

TDD/2008/BIOMETRICS/001

- 97 -

ANNEXURE 3 - FINANCIAL INFORMATION SUMMARY

(To be filled in separately for each consortium member)

S. No. Description

Financial Year

2007-2008

Financial Year

2006-2007

Financial Year

2005-2006

1

Turnover:

Note: All major

segments having

10% of total

turnover to be listed

2 Net Profit

3 Net Worth

Signature of Bidder (with official

seal)

Signature of Chartered

Accountant

Date Date

Name Name

Designation Membership No

Address Address

Telephone Telephone

Fax Fax

E-mail address E-mail address

Note: Please enclose audited balance sheet and Profit & Loss statement.

Page 98: Tende

TDD/2008/BIOMETRICS/001

- 98 -

ANNEXURE 4 – PROPOSED SOLUTION ARCHITECTURE

The Bidder shall furnish definite Solution Proposal and give complete set of Architecture for the Data

Collection, Data Entry, Application Software Development, Training, Operation and Maintenance of

System etc.

The Architecture for execution of the above Project should contain the following:

� Functional Architecture

� Technology Architecture

� Process Architecture

� People Architecture

� Resource Architecture

For Data collection, Data Entry, Application Software Development, Biometric fingerprints, digital

photographs, fingerprint scanners, database management, establishment, operation and

maintenance of Project infrastructure, etc.

[Note: furnish different architecture on different pages, along with a sheet showing the integration of

the proposed architectures into one system.]

Page 99: Tende

TDD/2008/BIOMETRICS/001

- 99 -

ANNEXURE 4A -DATA COLLECTION, TRANSFER, STORAGE AND RETRIEVAL

The Bidder is expected to furnish definite Solution Proposal and give complete set of Architecture for

Data collection, transfer and storage, and retrieval. This shall include: -

� Functional Architecture

� Technology Architecture with details of all hardware equipments their numbers, technical

specifications; Software details etc.

� Process Architecture

� People Architecture

� Resource Architecture

� Strategy for complete coverage and Zero error

The Bidder is further expected to give complete and detailed implementation strategy and time lines

for covering all locations.

Page 100: Tende

TDD/2008/BIOMETRICS/001

- 100 -

ANNEXURE 4B – BIOMETRIC ENROLLMENT AND ATTENDANCE

The Bidder is expected to furnish definite Solution Proposal and give complete set of Architecture for

Biometric Enrollment and Attendance. This shall include: -

� Functional Architecture

� Technology Architecture

� The Standards used, IPR, copyright etc. has to be also mentioned

� Process Architecture

� People Architecture

� Resource Architecture

� Strategy for complete coverage and Zero error

The Bidder is further expected to give complete and detailed implementation strategy and time lines

for covering all locations.

Page 101: Tende

TDD/2008/BIOMETRICS/001

- 101 -

ANNEXURE 4C - APPLICATION SOFTWARE DEVELOPMENT

The Bidder is expected to furnish definite Solution Proposal and give complete set of Architecture for

Application Software Development for all the modules specified. This shall include: -

� Functional Architecture

� Technology Architecture

� Interpretability and Scalability Design and Parameters

� Process Architecture

� People Architecture

� Resource Architecture

� Testing Methodology and Strategy

The Bidder is further expected to give complete and detailed implementation strategy and time lines

for covering all locations.

Note: The IPR of the Software Application so developed and /or employed for Project shall lie

with TDD.

Page 102: Tende

TDD/2008/BIOMETRICS/001

- 102 -

ANNEXURE 4D - TRAINING

The Bidder is expected to furnish definite Solution Proposal and give complete set of Architecture for

capacity building, change management and training of users. This shall include:-

� Functional Architecture

� Technology Architecture

� Process Architecture

� People Architecture

� Resource Architecture

The Bidder is further expected to give complete and detailed implementation strategy and time lines

for covering all locations.

Page 103: Tende

TDD/2008/BIOMETRICS/001

- 103 -

ANNEXURE 4E -OPERATIONS AND MAINTENANCE

The Bidder is expected to furnish definite Solution Proposal and give complete set of Architecture for

Operation & Maintenance including helpdesk & PMU. This shall include: -

� Functional Architecture

� Technology Architecture

� Process Architecture

� People Architecture

� Resource Architecture

The Bidder is further expected to give complete implementation strategy and time lines.

Page 104: Tende

TDD/2008/BIOMETRICS/001

- 104 -

ANNEXURE 4F –EDUCATION SOFTWARE DEPLOYMENT AND TRAINING

The Bidder is expected to furnish detail list of education software and the number of licenses/copies

of each software to be provided. It should clearly define Solution for deployment and training related

to education software and the process of library management.

S. No. Description Details No. of Licences

The Bidder is further expected to give complete implementation strategy and time lines.

Page 105: Tende

TDD/2008/BIOMETRICS/001

- 105 -

ANNEXURE 4G - ANY OTHER DETAIL

Any Other Items required for solution.

S. No. Description Details

Note: Please Provide Tables for All mentioned type (Functional, Technology, Process,

People, and Resource) architecture on a separate sheet.

Page 106: Tende

TDD/2008/BIOMETRICS/001

- 106 -

ANNEXURE 5 - MANUFACTURER’S AUTHORIZATION FORM

To Date: dd/mm/yyyy

Chief Executive Officer,

Development Support Agency of Gujarat

Block No. 8, 2nd Floor,

Sachivalaya,

Gandhinagar (Gujarat)

Reference:

Sir

We _______________________, (name and address of the manufacturer) who are established and

reputed manufacturers of __________________ having factories at __________________

(addresses of manufacturing locations) do hereby authorize M/s _______________________ (name

and address of the bidder) to bid, negotiate and conclude the contract with you against the above

mentioned tender for the above equipment manufactured by us.

Yours faithfully

For and on behalf of M/s __________________________(Name of the manufacturer)

Signature

Name

Designation

Address

Date

Directorate Seal

Note: This letter of authority should be on the letterhead of the concerned manufacturer and

should be signed by a person competent and having the power of attorney to bind the

manufacturer.

Page 107: Tende

TDD/2008/BIOMETRICS/001

- 107 -

ANNEXURE 6 - FIRM EXPERIENCE

(Relevant to the nature of Project)

Assignment Name:

Location within Country: Professional Staff Provided by Your Firm

Name of Client: No. of Staff:

Address: No. of Staff-Months; duration of

assignment

Start Date (Month/Year): Completion Date

(Month/Year):

Approx. Value of Services :

Name of Associated Consultants, if any:

No. of Months of Professional Staff,

provided by Associated Consultants:

Name of Senior Staff (Project Director/Coordinator, Team Leader) involved and functions performed:

Narrative Description of Project:

Description of Actual Services Provided by You :

Page 108: Tende

TDD/2008/BIOMETRICS/001

- 108 -

ANNEXURE 7- COMPOSITION AND TASK ASSIGNMENTS SUMMARY

Name Qualifications Years of Experience Area of

Expertise

Task &

Position

Assigned

Page 109: Tende

TDD/2008/BIOMETRICS/001

- 109 -

ANNEXURE 8 - CURRICULUM VITAE OF PROPOSED STAFF

(CVs of Key Persons)

Proposed Position [only one candidate shall be nominated for each position]:

Name of Firm [Insert name of firm proposing the staff]:

Name of Staff [Insert full name]:

Date of Birth: Nationality:

Education [Indicate college/university and other specialized education of staff member, giving

names of institutions, degrees obtained, and dates of obtainment]:

Membership of Professional Associations:

Other Training [Indicate significant training since degrees under 5 - Education were obtained]:

Countries of Work Experience: [List countries where staff has worked in the last 10 (ten) years]:

Languages [For each language indicate proficiency: good, fair, or poor in speaking, reading, and

writing]:

Employment Record [Starting with present position, list in reverse order every employment held by

staff member since graduation, giving for each employment (see format here below): dates of

employment, name of employing organization, positions held.]:

From [Year]: To [Year]:

Employer:

Positions held:

Page 110: Tende

TDD/2008/BIOMETRICS/001

- 110 -

Detailed Tasks Assigned

[List all tasks to be performed under this

assignment]

Work Undertaken that Best Illustrates

Capability to Handle the Tasks Assigned

[Among the assignments in which the staff

has been involved, indicate the following

information for those assignments that best

illustrate staff capability to handle the tasks

listed under point 11.]

Name of assignment or project:

Year:

Location:

Client:

Main project features:

Positions held:

Activities performed:

Certification:

I, the undersigned, certify that to the best of my knowledge and belief, this CV correctly describes

myself, my qualifications and my experience. I understand that any willful misstatement described

herein may lead to my disqualification or dismissal, if engaged.

Date:

[Signature of staff member or authorized representative of the staff] Day/Month/Year

Full name of authorized representative:

Page 111: Tende

TDD/2008/BIOMETRICS/001

- 111 -

ANNEXURE 9 - STATEMENT OF DEVIATION FROM REQUIREMENT

SPECIFICATION

Date: dd/mm/yyyy

To

Chief Executive Officer,

Development Support Agency of Gujarat

Block No. 8, 2nd Floor,

Sachivalaya,

Gandhinagar (Gujarat)

Reference:

Sir,

There are no technical deviations (null deviations) from the requirement specifications of tendered

items and schedule of requirements. The entire work shall be performed as per your specifications

and documents.

OR (Strike out whatever is not applicable)

Following is the exhaustive list of technical deviations and variations from the requirement

specifications of tendered items and schedule of requirements. Except for these deviations and

variations, the entire work shall be performed as per your specifications and documents.

S. No. Section No. REQ No. Page No. Statement of deviations and variations

Witness Bidder

Signature Signature

Page 112: Tende

TDD/2008/BIOMETRICS/001

- 112 -

Name Name

Designation Designation

Address Address

Directorate Directorate

Date Date

Directorate Seal

Page 113: Tende

TDD/2008/BIOMETRICS/001

- 113 -

ANNEXURE 10 - STATEMENT OF DEVIATION FROM TENDER TERMS AND

CONDITIONS

Date: dd/mm/yyyy

To

Chief Executive Officer,

Development Support Agency of Gujarat

Block No. 8, 2nd Floor,

Sachivalaya,

Gandhinagar (Gujarat)

Reference:

Sir,

There are no deviations (null deviations) from the terms and conditions of the tender. All the terms

and conditions of the tender are acceptable to us.

OR (Strike out whatever is not applicable)

Following are the deviations from the terms and conditions of the tender. These deviations and

variations are exhaustive. Except these deviations and variations, all other terms and conditions of

the tender are acceptable to us.

S. No. Section No. Page No. Para Statement of deviations and variations

Witness Bidder

Signature Signature

Name Name

Page 114: Tende

TDD/2008/BIOMETRICS/001

- 114 -

Designation Designation

Address Address

Directorate Directorate

Date Date

Directorate Seal

Page 115: Tende

TDD/2008/BIOMETRICS/001

- 115 -

ANNEXURE 11 - UN-PRICED BILL OF MATERIAL

Component wise Specifications

Brief particulars of the goods and services, which shall be supplied/ provided by the Bidder, are as

under:

Item No. Description of the

Item

Detailed

Specification of

the Item

Quantity

Phase A

Quantity

Phase B

Note: This has to be specified for each zone separately. This format will not be used for commercial

evaluation.

Witness Bidder

Signature Signature

Name Name

Designation Designation

Address Address

Directorate Directorate

Date Date

Directorate Seal

Page 116: Tende

TDD/2008/BIOMETRICS/001

- 116 -

Page 117: Tende

TDD/2008/BIOMETRICS/001

- 117 -

ANNEXURE 12 - PROPOSAL LETTER – COMMERCIAL

Date: dd/mm/yyyy

To

Chief Executive Officer,

Development Support Agency of Gujarat

Block No. 8, 2nd Floor,

Sachivalaya,

Gandhinagar (Gujarat)

Reference:

Sir,

We hereby declare that:

� We are the manufacturers/ authorized agents of the manufacturers of the all hardware

equipment proposed in our solution.

� We / our principals (manufacturer) are equipped with adequate maintenance and service

facilities within India for supporting the offered equipment. Our maintenance and service

facilities are open for inspection by representatives of TDD.

� We do hereby undertake that, in the event of acceptance of our bid, the supply of equipment

and commencement of services shall be made as stipulated in the schedule of delivery

forming a part of the attached technical bid.

In the event of acceptance of our bid, we do hereby undertake that:

� To supply the equipment and commence services as stipulated in the schedule of delivery

forming a part of the attached technical bid.

� To undertake the project on BOO basis for a period of 5 (five) years, for quarterly guaranteed

revenue as mentioned in the financial bid.

We affirm that the prices quoted are inclusive of delivery, installation, and commissioning charges

and inclusive of all taxes, levies, etc.

Page 118: Tende

TDD/2008/BIOMETRICS/001

- 118 -

We enclose herewith the complete Commercial Bid as required by you. This includes:

� This bid letter

� Bid particulars

� Statement of commercial deviation

� Quarterly Guaranteed Payment

We agree to abide by our offer for a period of 180 (one hundred and eighty) days from the last date

of submission of commercial bid prescribed by GoG and that we shall remain bound by a

communication of acceptance within that time.

We have carefully read and understood the terms and conditions of the tender and the conditions of

the contract applicable to the tender. We do hereby undertake to provision as per these terms and

conditions.

The deviations from the requirement specifications of tendered items and schedule of requirements

are only those mentioned in Annexure 9

OR (Strike out whatever is not applicable)

There are no deviations from the requirement specifications of tendered items and schedule of

requirements.

The commercial deviations of tendered items are only those mentioned in Annexure 13

OR (Strike out whatever is not applicable)

There are no commercial deviations.

The deviations from the terms and conditions of the tender are only those mentioned in Annexure 10

OR (Strike out whatever is not applicable)

There are no deviations from the terms and conditions of the tender.

We hereby certify that the Bidder is a Directorate and the person signing the tender is the

constituted attorney.

Page 119: Tende

TDD/2008/BIOMETRICS/001

- 119 -

Bid Security in the form of a Bank Guarantee issued by ______________ (bank), valid till

___/___/_____ (dd/mm/yyyy), for an amount of Rs. 50,00,000/- (Rupees Fifty Lakhs only) is

enclosed in the cover containing pre-qualifying requirements.

We do hereby undertake, that, until a formal contract is prepared and executed, this bid, together

with your written acceptance thereof and notification of award of contract, shall constitute a binding

contract between us.

Signature of Bidder (with official seal)

Date

Name

Designation

Address

Telephone

Fax

E-mail address

Details of Enclosures:

1.

2.

3.

Page 120: Tende

TDD/2008/BIOMETRICS/001

- 120 -

ANNEXURE 13 - STATEMENT OF COMMERCIAL DEVIATION

Date: dd/mm/yyyy

To

Chief Executive Officer,

Development Support Agency of Gujarat

Block No. 8, 2nd Floor,

Sachivalaya,

Gandhinagar (Gujarat)

Reference:

Sir,

There are no deviations (null deviations) from the requirement specifications of tendered items and

schedule of requirements and hence there are no commercial deviations. The entire work shall be

performed as per your specifications and documents.

OR (Strike out whatever is not applicable)

Following is the exhaustive list of commercial deviations and variations from the exceptions to the

specifications and documents for the above mentioned tender. Except for these deviations and

variations, the entire work shall be performed as per your specifications and documents.

S. No. Section

No.

REQ No. Page No. Statement of deviations and

variations

Witness

Bidder

Signature Signature

Page 121: Tende

TDD/2008/BIOMETRICS/001

- 121 -

Name Name

Designation Designation

Address Address

Directorate Directorate

Date Date

Directorate Seal

Page 122: Tende

TDD/2008/BIOMETRICS/001

- 122 -

ANNEXURE 14 - COMMERCIAL PROPOSAL DETAILS

Terms and Condition:

� The financial model will be on a Quarterly Guaranteed Payment Mechanism.

� The Vendor will quote for monthly payment per location per unit. One PC with a FPS will be

treated as one unit.

� The payment will be made to the vendor on a quarterly basis and as per the Service level

agreement at the end of every quarter.

� The first quarterly payment will be made only after the vendor has installed system in all the

locations of at least one district and SHQ as per the timeline and the installation has been

approved by the department and have functioned as per SLA for 2 (two) months

� The subsequent quarterly payments will be made as per SLA and on a continuum basis.

� The quarterly payment will be made only the basis of the number of places the system has

been installed and is operational. No payment will be made for the nodes that have not been

installed or made operational.

� The cost for SHQ, DPA and DPO has to be taken into consideration while proposing

commercial quote.

� Places where government will provide the computer, the vendor will be paid only 50% of the

quoted price for the services offered.

� The rates should be quoted inclusive of all the taxes and duties prevailing at the time of

submission of tenders. However, statutory variation if any will be on account of GoG.

� The bid price quoted in consolidated commercial proposal format will only be considered for

financial evaluation

� The present tender is on BOO i.e. Build, Operate and Own mode and as such at the time of

completion , the ownership of equipment will be of bidder

Page 123: Tende

TDD/2008/BIOMETRICS/001

- 123 -

Consolidated Commercial Bid

(For 20 Quarters/5years) (Figure in Rupees)

S. No.

A

Item

B

Approximate

Quantity*

C

Unit Price

D

Proposal Price

E = D x C

1

Implementation of

Biometric Attendance &

Computer Aided

Learning System with

necessary hardware &

software including

supply, installation,

testing and O&M for 5

years

10829

Amount in Words: __________________________________________________________

Commercial Proposal = E1

* Approximate quantity is an arbitrary number of units taken for bid evaluation.

Witness Bidder

Signature Signature

Name Name

Designation Designation

Address Address

Directorate Directorate

Date Date

Directorate Seal

Page 124: Tende

TDD/2008/BIOMETRICS/001

- 124 -

ANNEXURE 15 - BILL OF MATERIAL

Brief particulars of the goods and services, which shall be supplied/ provided by the Bidder

Item

No.

Description of

the Item

Specification

of the Item Quantity

Price

per Unit*

Operation and

maintenance

charges*

Total

Price

* Price is inclusive of all taxes and duties

Witness Bidder

Signature Signature

Name Name

Designation Designation

Address Address

Directorate Directorate

Date Date

Directorate Seal

Page 125: Tende

TDD/2008/BIOMETRICS/001

- 125 -

ANNEXURE 16 - BANK GUARANTEE FORMAT FOR EMD

To

Chief Executive Officer,

Development Support Agency of Gujarat

Block No. 8, 2nd Floor,

Sachivalaya,

Gandhinagar (Gujarat)

Whereas ...........................(hereinafter called “the Bidder”) has submitted its Bid dated ......................

(date of submission of Bid) for execution of Turnkey Information Technology project on BOO Model

for the Project in terms of the Tender notice no. <__________> issued by the Chief Executive

Officer, Development Support Agency of Gujarat, (hereinafter called “the Bid”).

Whereas as per Clause of Section III of the Bid, the Bidder is required to furnish a bank guarantee

as Earnest Money Deposit from a scheduled commercial bank (Bank Guarantee) having at least one

branch at Gandhinagar.

In consideration of the fact that the Bidder is our valued customer and the fact that he has submitted

the Bid, we, (name and address of the bank), (hereinafter called “the Guarantor Bank”), has agreed

to bind ourselves, our successors, and assigns to irrevocably issue this Bank Guarantee and

guarantee as under

NOW THIS GUARANTEE WITNESSETH: -

a) If the Bidder

i) withdraws its Bid proposal during the period of Bid validity specified by the Bidder on the

Technical Proposal Cover Letter; or having been notified of the acceptance of its Bid by

the Chief Executive Officer, Development Support Agency of Gujarat

ii) during the period of Bid Proposal validity; or

iii) fails or refuses to enter into the Contract; or

Page 126: Tende

TDD/2008/BIOMETRICS/001

- 126 -

iv) fails or refuses to furnish the performance guarantee, in accordance with the Terms of

Reference of the Tender document issued to the Bidders.

b) The Guarantor Bank shall immediately on demand pay the Commissioner, Tribal

Development Department, Government of Gujarat without any demur and without the

Commissioner, Tribal Development Department, Government of Gujarat having to

substantiate such demand a sum of Rs 50,00,000/- (Rupees Fifty Lakhs only) (Guaranteed

Amount).

c) The Guarantor Bank will make the payment of the Guaranteed Amount forthwith on the

demand made by the Commissioner, Tribal Development Department, Government of

Gujarat, notwithstanding any objection or dispute that may exist or arise between the

Commissioner, Tribal Development Department, Government of Gujarat and the Bidder or

any other person.

d) The demand of the Commissioner, Tribal Development Department, Government of Gujarat

on the Guarantor Bank for the payment of the Guaranteed Amount, shall be deemed as the

final proof of fulfillment of the conditions stipulated in (1) above.

e) This Guarantee shall be irrevocable and shall not be discharged except by payment of the

above amount by us to the Commissioner, Tribal Development Department, Government of

Gujarat and our liability under this Guarantee shall be restricted to the Guaranteed Amount

being Rs 50,00,000/- ( Rupees Fifty Lakhs Only).

f) If it is necessary to extend this Guarantee on account of any reason whatsoever, we

undertake to extend the period of this Guarantee on the request of the Bidder under

intimation to the Commissioner, Tribal Development Department, Government of Gujarat.

g) To give full effect to the Guarantee contained herein, the Commissioner, Tribal Development

Department, Government of Gujarat shall be entitled to act as if the Guarantor Bank is the

principal debtor in respect of claims against the Bidder and the Guarantor Bank hereby

expressly waives all its rights of surety-ship and other rights, if any, which are in any way

inconsistent with any of the provisions of this Guarantee.

Page 127: Tende

TDD/2008/BIOMETRICS/001

- 127 -

h) Any notice by way of demand or otherwise may be sent by special courier, telex, fax,

registered post or other electronic media to our address as afore-said and if sent by post,

shall be deemed to have been given to us after expiry of 48 hours when the same has been

posted.

i) Our liability under this Guarantee will continue to exist until a demand is made by the

Commissioner, Tribal Development Department, Government of Gujarat in writing or up to

and including 180 (one hundred and eighty) days after the period of the Bid Proposal validity,

i.e. up to ________2008, and any demand in respect thereof should reach the Bank not later

than the above date.

Dated ……………………. this ……………….. day …………..2008….

Yours faithfully,

For and on behalf of the …………. Guarantor Bank,

(Signature)

Designation

(Address and Common Seal of the bank)

Page 128: Tende

TDD/2008/BIOMETRICS/001

- 128 -

ANNEXURE 17: PERFORMANCE BANK GUARANTEE FORMAT

To

Chief Executive Officer,

Development Support Agency of Gujarat

Block No. 8, 2nd Floor,

Sachivalaya,

Gandhinagar (Gujarat)

Whereas ...........................(hereinafter called “the Bidder”) has submitted its Bid dated ......................

(date of submission of Bid) for execution of Turnkey Information Technology project on BOO Basis

for the Project in terms of the Tender dated …………. issued by the Commissioner, Tribal

Development Department, (hereinafter called “the Bid”).

Whereas as per Section V of the Bid, the Bidder is required to furnish a bank guarantee as

Performance Guarantee from a Scheduled Commercial /Nationalized Bank (Bank Guarantee)

In consideration of the fact that the Bidder is our valued customer and the fact that he has submitted

the Bid, we, (name and address of the bank), (hereinafter called “the Guarantor Bank”), has agreed

to bind ourselves, our successors, and assigns to irrevocably issue this Bank Guarantee and

guarantee as under

NOW THIS GUARANTEE WITNESSETH: -

1) If the Bidder -

a) Having been notified of the acceptance of its Bid by the Commissioner, Tribal Development

Department, Government of Gujarat, during the period of Bid Proposal validity:

b) Fails to perform as per the contract obligations.

c) On invoking of Section III Clause 28 or Section IV “Termination for Default”; and /or on

invoking of Section IV Clause on “Exit Management Schedule”.

Page 129: Tende

TDD/2008/BIOMETRICS/001

- 129 -

2) The Guarantor Bank shall immediately on demand pay the Commissioner, Tribal Development

Department, Government of Gujarat without any demur and without the Commissioner, Tribal

Development Department, Government of Gujarat having to substantiate such demand a sum of

Rs ____ Lakhs (________ Lakhs) (Guaranteed Amount).

3) The Guarantor Bank will make the payment of the Guaranteed Amount forthwith on the demand

made by the Commissioner, Tribal Development Department, Government of Gujarat,

notwithstanding any objection or dispute that may exist or arise between the Commissioner,

Tribal Development Department, Government of Gujarat and the Bidder or any other person.

4) The demand of the Commissioner, Tribal Development Department, Government of Gujarat, on

the Guarantor Bank for the payment of the Guaranteed Amount, shall be deemed as the final

proof of fulfillment of the conditions stipulated in (1) above.

5) This Guarantee shall be irrevocable and shall not be discharged except by payment of the above

amount by us to the Commissioner, Tribal Development Department, Government of Gujarat

and our liability under this Guarantee shall be restricted to the Guaranteed Amount being Rs ___

Lakhs (_in words_______ Lakhs).

6) If it is necessary to extend this Guarantee on account of any reason whatsoever, we undertake

to extend the period of this Guarantee on the request of the Bidder under intimation to the

Commissioner, Tribal Development Department, Government of Gujarat.

7) To give full effect to the Guarantee contained herein, the Commissioner, Tribal Development

Department, Government of Gujarat shall be entitled to act as if the Guarantor Bank is the

principal debtor in respect of claims against the Bidder and the Guarantor Bank hereby expressly

waives all its rights of surety-ship and other rights, if any, which are in any way inconsistent with

any of the provisions of this Guarantee.

8) Any notice by way of demand or otherwise may be sent by special courier, telex, fax, registered

post or other electronic media to our address as afore-said and if sent by post, shall be deemed

to have been given to us after expiry of 48 hours when the same has been posted.

Page 130: Tende

TDD/2008/BIOMETRICS/001

- 130 -

9) Our liability under this Guarantee will continue to exist until a demand is made by the

Commissioner, Tribal Development Department, Government of Gujarat, in writing or up to and

including 5 year from the date of signing of contract, i.e. up to ________2008, and any demand

in respect thereof should reach the Bank not later than the above date.

Dated ……………………. this ……………….. day …………..2008….

Yours faithfully,

For and on behalf of the …………. Guarantor Bank,

(Signature)

Designation

(Address and Common Seal of the bank

Note: To be executed at the time of Signing of Contract by the Selected Vendor

Page 131: Tende

TDD/2008/BIOMETRICS/001

- 131 -

ANNEXURE 18 - FORMAT FOR PRE-BID CONFERENCE QUERIES /

CLARIFICATIONS

RFP purchase no:

Date:

Name of the Bidder:

Address:

Telephone Nos:

Fax No:

Mobile No:

Email ID:

S.

No.

Section No. –

Clause No. –

Paragraph/Bullet No. -

Corresponding

page no in the

RFP Document

Particulars of the query /

clarification Remarks of GoG

1

2

3

4

Authorized Signatory

Designation

(If the queries / clarifications are submitted through e-mail, the bidder should send the queries /

clarifications through official e-mail IDs only.)

Page 132: Tende

TDD/2008/BIOMETRICS/001

- 132 -

SECTION VII: ANNEXURE –

INDICATIVE STATISTICS & DATA

Page 133: Tende

ANNEXURE 19 – DETAILS OF PRIMARY ASHRAMSHALAS (STD.1-7)

S. No. Taluka District No. of Schools

No. of Students

No. of Teachers

No. of Admin. & Other staff

1 Amirgadh 7 1,035 26 50

2 Danta Banaskantha

14 2,122 52 99

Subtotal 21 3,157 78 149

3 Khedbramha 16 2,227 67 57

4 Vijaynagar 11 1,700 46 37

5 Bhiloda 11 1,517 45 37

6 Meghraj

Sabarkantha

7 944 29 22

Subtotal 45 6,388 187 153

7 Dahod 13 1637 56 46

8 Garbada 6 798 25 21

9 Limkheda 12 1582 52 43

10 Dhanpur 12 1,527 53 42

11 Fatehpura 9 1,124 39 32

12 Jhalod 13 1696 56 46

13 Devgadh-

Baria

Dahod

5 628 22 18

Subtotal 70 8992 303 248

14 Ghoghamba 23 2990 99 81

15 Kadana 3 432 13 10

16 Santrampur

Panchmahal

10 1231 42 34

Subtotal 36 4653 154 125

17 Chhota Udepur

15 1928 63 55

18 Naswadi 6 744 25 22

19 Kavaant 4 517 17 14

20 Jetpur Pavi

Vadodara

13 1644 54 47

38 4833 159 138

Page 134: Tende

TDD/2008/BIOMETRICS/001

- 134 -

21 Valia 9 1196 36 17

22 Jhagadia Bharuch

0 0 0 0

Subtotal 9 1196 36 17

23 Songadh 17 1983 73 64

24 Uchhal 5 701 22 19

25 Vyara 29 3552 125 110

26 Valod 5 767 21 19

27 Nizar

Tapi

3 455 13 18

Subtotal 59 7458 254 230

28 Mandvi 9 1094 39 34

29 Mahuva 5 710 22 19

30 Bardoli 5 699 21 20

31 Mangrol 7 949 30 26

32 Umrapada

Surat

10 1572 43 31

Subtotal 36 5024 155 130

33 Vansda 15 2044 64 53

34 Chikhli Navsari

7 960 30 25

Subtotal 22 3004 94 78

35 Dharampur 27 3749 116 96

36 Umargam 9 1177 38 32

37 Pardi 0 0 0 0

38 Kaprada

Valsad

14 1818 60 51

Subtotal 50 6744 214 179

39 Ahwa Dang 12 1638 52 42

Total 398 53087 1686 1489

Page 135: Tende

TDD/2008/BIOMETRICS/001

- 135 -

ANNEXURE 20 – DETAILS OF SECONDARY ASHRAMSHALAS (STD. 8-12)

S. No. Taluka District No. of Schools

No. of Students

No. of Teachers

No. of Admin. & Other staff

1 Amirgadh 3 254 9 10

2 Danta Banaskantha

2 340 12 14

Subtotal 5 594 21 24

3 Khedbramha 4 361 16 17

4 Vijaynagar 3 425 17 19

5 Bhiloda 4 592 23 24

6 Meghraj

Sabarkantha

2 246 8 12

Subtotal 13 1624 64 72

7 Dahod 6 833 36 28

8 Garbada -- -- -- --

9 Limkheda 3 414 17 17

10 Dhanpur -- -- -- --

11 Fatehpura 1 133 4 6

12 Jhalod 5 481 22 20

13 Devgadh-Baria

Dahod

3 386 17 13

Subtotal 18 2247 96 84

14 Ghoghamba 3 368 15 13

15 Kadana -- -- -- --

16 Santrampur

Panchmahal

3 320 16 12

Subtotal 6 688 31 25

17 Chhota Udepur 5 612 27 23

18 Naswadi 2 293 9 13

19 Kavaant -- -- -- --

20 Jetpur Pavi

Vadodara

3 415 12 15

Subtotal 10 1320 48 51

21 Valia Bharuch 1 0 0 0

Page 136: Tende

TDD/2008/BIOMETRICS/001

- 136 -

22 Jhagadia 1 0 0 0

Subtotal 2 0 0 0

23 Songadh 4 479 20 20

24 Uchhal -- -- -- --

25 Vyara 4 471 21 22

26 Valod 1 120 4 5

27 Nizar

Tapi

3 360 15 12

Subtotal 12 1430 60 59

28 Mandvi 3 352 15 13

29 Mahuva 2 240 10 10

30 Bardoli 2 227 11 12

31 Mangrol 2 240 10 10

32 Umrapada

Surat

2 231 11 11

Subtotal 11 1290 57 56

33 Vansda 5 633 27 23

34 Chikhli Navsari

1 126 5 6

Subtotal 6 759 32 29

35 Dharampur 4 495 20 18

36 Umargam -- -- -- --

37 Pardi 1 124 5 5

38 Kaprada

Valsad

-- -- -- --

Subtotal 5 619 25 23

39 Ahwa Dang -- -- -- --

Total 88 10571 434 423

Page 137: Tende

TDD/2008/BIOMETRICS/001

- 137 -

ANNEXURE 21 – DETAILS OF ADARSH NIWASI SCHOOLS (STD. 8-12)

BOYS SCHOOLS

S. No. Taluka District No. of Schools

No. of Students

No. of Teachers

No. of Admin. & Other staff

1 Danta Banaskantha 1 116 9 9

2 Bhiloda Sabarkantha 1 85 11 10

3 Dahod 1 206 13 16

4 Devgadh-Baria Dahod

1 120 6 5

5 Santrampur Panchmahal 1 130 8 10

6 Chhota Udepur 1 125 6 6

7 Naswadi 1 243 6 3

8 Kavaant 1 103 3 6

9 Jetpur Pavi

Vadodara

1 169 11 12

10 Jhagadia Bharuch 2 319 21 11

11 Mahuva Surat 1 143 5 2

12 Vansda Navsari 1 260 12 9

13 Dharampur Valsad 1 237 9 10

14 Ahwa Dang 2 215 9 6

Total 16 2471 129 115

GIRLS SCHOOLS

S. No. Taluka District No. of Schools

No. of Students

No. of Teachers

No. of Admin. & Other staff

1 Amirgadh 1 101 4 1

2 Danta Banaskantha

1 146 9 8

3 Khedbramha Sabarkantha 1 116 9 9

4 Limkheda 1 118 9 11

5 Jhalod Dahod

1 111 4 2

6 Chhota Udepur Vadodara 1 157 10 17

Page 138: Tende

TDD/2008/BIOMETRICS/001

- 138 -

7 Jhagadia Bharuch 1 92 3 5

8 Songadh 1 253 8 8

9 Vyara Tapi

1 300 13 12

10 Vansda 1 116 2 1

11 Chikhli Navsari

1 230 12 6

12 Dharampur 1 120 3 2

13 Umargam Valsad

1 101 2 1

14 Ahwa Dang 2 180 2 2

Total 15 2141 90 85

Page 139: Tende

TDD/2008/BIOMETRICS/001

- 139 -

ANNEXURE 22 – DETAILS OF EKLAVYA SCHOOLS (STD. 6-11)

S. No. Taluka District No. of Schools

No. of Students

No. of Teachers

No. of Admin. & Other staff

1 Danta Banaskantha 1 35 1 0

2 Bhiloda Sabarkantha 1 130 6 10

3 Dahod Dahod 1 51 1 0

4 Ghoghamba Panchmahal 1 48 4 0

5 Nizar Tapi 1 190 7 10

6 Bardoli Surat 1 186 7 10

7 Vansda Navsari 1 195 7 7

8 Pardi 1 190 6 10

9 Kaprada Valsad

1 195 6 7

10 Ahwa Dang 1 212 4 10

Total 10 1432 49 64

Page 140: Tende

TDD/2008/BIOMETRICS/001

- 140 -

ANNEXURE 23 - OFFICES OF DPA

S. No. Taluka District Name of P.A. Tel No

1 Dang Dang Mr.Anupam 02631-220201

2 Valsad Valsad Mr. A.S.Patel 02632-250601/250602

3 Vansda Navsari Mr.K.K.Parmar 02630-222265/222747

4 Mandvi Surat Mr.B.S.Dave 02623-221086

5 Songadh Tapi Mr.S.M.Modi 02624-222148/221126

6 Rajpipla Narmada Mr.K.B.Thanki 02640-220093/222436

7 Bharuch Bharuch Mr.T.A.Gami 02642-222331

8 Chhota-Udepur Vadodara Mr.S.M.Patel 02669-232006/233006

9 Dahod Dahod Mr.K.D.Chandnani 02673-220102/221450

10 Godhra Panchmahal Mrs.P.K.Jadeja 02672-252545

11 Khedbramha Sabarkantha Mr.C.B.Parmar 02775-220159

12 Palanpur Banaskantha Mr.B.C.Patani 02742-260391

13 Palanpur Banaskantha M.D.V.Rehvar 02742-257188

14 Kaprada Valsad Mr.H.M.Rathwa 02633-220002

Page 141: Tende

ANNEXURE 24 – OFFICES OF DPO

S. No. District Name of DPO Lanline

1 Ahmedabad Mr.S.P.Chaudhary 079-25507126

2 Vadodara Mr.M.C.Bhusara 02625-2436411

3 Rajkot Mr.S.K.Chhaya 0281-2444437

4 Surat Mr.P.N.Dave 0261-2425751

5 Kheda Mr.K.N.Bamania 0268-2557452

6 Anand Mr.B.K.Trivedi 02692-258105

7 Panchmahal Mr.R.D.Vankar 02672-253375

8 Dahod Mr.B.K.Patel 02673-220105

9 Sabarkantha Mr.G.M.Rabari 02772-240694

10 Junagadh Mr.B.P.Ghamecha 0285-2627136

11 Porbandar Mr.G.K.Parmar 0286-2252808

12 Mehsana Mr.M.I.Joshi 02762-222320

13 Patan Mr.M.K.Patel 02766-234239

14 Bhavnagar Mr.K.M.Tabiyad 0278-2523582

15 Jamnagar Mr.R.M.Amaliyad 0288-2550286

16 Amreli Mr.P.K.trivedi 02792-222109

17 Kachch Mr.P.A.Jalu 02832-221103

18 Bharuch Mr.K.B.Patel 02642-244210

19 Narmada Mr.Kalpesh Patel 02640-222084/85

20 Valsad Mr.B.R.Gosai 02632-253210

21 Navsari Mr.J.K.Vinchhia 02637-258467

22 Banaskantha Mr.C.K.Varmora 02742-257063

23 Surendranagar Mr.C.G.Patel 02752-282973

24 Gandhinagar Ms.Darshana Joshi 079-23256955

25 Dang Mr.S.J.Patel 02631-220337

Page 142: Tende

TDD/2008/BIOMETRICS/001

- 142 -

ANNEXURE 25 – SAMPLE REPORT

Monthly Attendance Report

Standard Class Month Year

Name of Class Teacher

No Of Students

New Admission

Type Of Student

No o

f stu

de

nts

on

fir

st

da

y o

f M

on

th

New

failu

re w

ith f

ee

failu

re w

ith

out

fee

Pa

ss w

ith

Fe

e

Pa

ss W

ith

ou

t F

ee

To

tal A

dm

issio

n

With F

ee

With

ou

t F

ee

Fa

ilure

with

ou

t fe

e

Fee

pro

mo

ted

to

n

ext

cla

ss

With

ou

t F

ee f

or

pro

mo

ted t

o

next

cla

ss

To

tal D

rop

Out

No o

f stu

de

nt

at

en

d o

f m

on

th

Boy Fee Payer Girl

Boy Relief for backward Girl

Total

No Of Student School Fee

Term Fee Admission Fee

Extra Fee Total Fee

Remaining Amount

Amount in starting of month

Amount of New Admission

Total Amount

Received Amount

Total Cancelled Amount

Remaining Amount

Clarification of Students According to Caste , Language and Study at Last day of month

Hindu

Higher Medium Backward

No Of Optional Subject

type

Of

Stu

de

nt

Bra

hm

in

Oth

er

Ka

nb

i F

arm

er

Work

er

S.C

S.T

N.T

D.N

.T

Tota

l H

ind

u

Ja

in

Mu

slim

Pars

i

Sh

ikh

Oth

er

Tota

l N

o.

Vill

eg

ers

ou

t th

em

Ave

rag

e A

tte

nd

ce

Avera

ge A

ge

Boy

Girl

Total

Page 143: Tende

TDD/2008/BIOMETRICS/001

- 143 -

ANNEXURE 26 – LIST OF EDUCATION SOFTWARE

The following is an indicative list and the vendor is free to provide any number of education software

including the one mentioned below

S. No. Description S. No. Description

1 Computer Sikho 31 I Love Spelling

2 Mathmetica 32 Atlas of the Solar System

3 Bhasha Bharati 33 Encyclopedia of History

4 Lipi 34 I Love Maths

5 Math Type 35 I Love Science

6 3D World Atlas 36 Interactive Atlas of Human Anatomy

7 Maths for Std. 1-12 37 Gujarati Mulaxaro

8 Biology for Std. 5-12 38 Primary English (all volumes)

9 Physics for Std. 5-12 39 Secondary Grammar English (all volumes)

10 English for Std. 1-12 40 Nursery Park (all volumes)

11 Hindi for Std. 1-12 41 Jump Start Grade 1 (all volumes)

12 Chemistry for Std.5-12 42 Explore Space (all volumes)

13 Computers for Std. 5-12 43 Kid Science (all volumes)

14 Science for Std. 1-8 44 Toffel Test

15 Social Science for Std. 1-10 45 Hindi, Marathi, Gujarati, English Dictionary

16 Sanskrit for Std. 1-10 46 Panchtantra – Education Stories

17 Type Tutor 47 Bird Rhymes

18 Encyclopedia of Animal & Nature 48 World Book (all volumes)

19 Children Encyclopedia 49 Nature

20 Encyclopedia of Science 50 Universe

21 Encarta Encyclopedia (latest version) 51 Structure of Atom

22 Interactive First Aid 52 Structure of Chromosomes

23 Learn to Speak English 53 Learning Elementary Science & Technology

24 Mahatma Gandhi 54 Organic Evolution

25 Student Writing Center 55 Animated Nursery Rhymes

26 Teacher’s Companion 56 Early Learning Advantage

27 Children’s Dictionary 57 Vandana

28 The Human Body 58 Birds of the World

29 History of World 59 Jump Start for all grades

30 Yoga for you 60 Ultimate 3D Skeleton

Page 144: Tende

TDD/2008/BIOMETRICS/001

- 144 -

ANNEXURE 27 – LIST OF PRIMARY & UPPER PRIMARY SCHOOLS

S. No. Taluka District No. of Schools No. of Students No. of Teachers

1 Amirgadh 101 20347 505

2 Danta Banaskantha

208 34777 968

Subtotal 309 55124 1473

3 Khedbramha 283 43813 1215

4 Vijaynagar 137 16374 583

5 Bhiloda 275 33297 1141

6 Meghraj

Sabarkantha

258 26661 923

Subtotal 953 120145 3862

7 Dahod 263 65070 1414

8 Garbada 133 29356 642

9 Limkheda 286 52394 1336

10 Dhanpur 188 28626 706

11 Fatehpura 249 37774 994

12 Jhalod 349 79339 1870

13 Devgadh-Baria

Dahod

218 41767 1068

Subtotal 1686 334326 8030

14 Ghoghamba 236 36387 996

15 Kadana 190 20744 723

16 Santrampur

Panchmahal

312 42234 1367

Subtotal 738 99365 3086

17 Chhota Udepur 202 17953 794

18 Naswadi 235 17350 695

19 Kavaant 130 18844 530

20 Jetpur Pavi

Vadodara

275 29906 1094

Subtotal 842 84053 3113

21 Valia 159 19544 684

22 Jhagadia Bharuch

222 24350 848

Subtotal 381 43894 1532

23 Songadh Tapi 267 29187 1010

Page 145: Tende

TDD/2008/BIOMETRICS/001

- 145 -

24 Uchhal 88 13361 402

25 Vyara 297 34074 1261

26 Valod 87 9390 328

27 Nizar 114 17211 508

Subtotal 853 103223 3509

28 Mandvi 212 22314 848

29 Mahuva 146 15127 553

30 Bardoli 112 17868 536

31 Mangrol 125 22350 660

32 Umrapada

Surat

108 13307 425

Subtotal 703 90966 3022

33 Vansda 196 30732 1011

34 Chikhli Navsari

242 33415 1215

Subtotal 438 64147 2226

35 Dharampur 214 29461 930

36 Umargam 158 32096 915

37 Pardi 189 31626 935

38 Kaprada

Valsad

272 42692 1220

Subtotal 833 135875 4000

39 Ahwa Dang 400 45548 1441

Total 8136 1176666 35294