93
ABCD Directorate of School Education, Haryana RFP For ICT Education in Haryana on BOOT/BOO Basis

Directorate of School Education, Haryanaschooleducationharyana.gov.in/downloads_pdf/Circullers...Directorate of School Education, Haryana RFP For ICT Education in Haryana on BOOT/BOO

  • Upload
    tranthu

  • View
    219

  • Download
    2

Embed Size (px)

Citation preview

ABCD

Directorate of School Education, Haryana

RFP For ICT Education in Haryana on BOOT/BOO Basis

Directorate of School Education, Haryana

RFP For ICT Education in Haryana on BOOT/BOO Basis

i

Contents

A. Important Information 1 B. Eligibility Criteria of Bidder 3

1 Preface and Project File 6

2 Scope of Work 7 2.1 Physical Infrastructure Requirements in each ICT Computer Lab 7 2.2 Power back up Arrangements 8 2.3 IT Infrastructure Requirements 9 2.4 Software modules required 12 2.5 Hosting of Software Modules 16 2.6 Software Licenses 16 2.7 Manpower Requirements 16 2.8 Services 17 2.9 Project Management Unit 17 2.10 Setting a Help Desk/Call Center Facility at Chandigarh/ Panchkula 19 2.11 Duration of Contract 21 2.12 Number of Schools 21

3 General Instructions to the Bidders 22 3.1 Distribution of RFP Documents 22 3.2 Completeness of Response 22 3.3 Proposal Preparation Costs 22 3.4 Signing of Communication to the Directorate of School Education 23 3.5 Pre Bid Meeting 23 3.6 Bidder queries and Directorate of School Education’s response 24 3.7 Amendment of RFP Document 25 3.8 Directorate of School Education’s right to modify submission

deadline 25 3.9 Directorate of School Education’s right to terminate the process 25 3.10 Earnest Money Deposit and its amount (EMD) 26 3.11 Submission of Bids 27 3.12 Language of Bid and Correspondence 28 3.13 Local Conditions 28 3.14 Evaluation of Proposals 29 3.15 Award of Contract 30 3.16 Miscellaneous Terms & Conditions 31

4 Special Conditions of the Contract 44 4.1 Appointment of Third Party Agency 44 4.2 Inspections 44 4.3 Site Preparation and Site Survey 45

Directorate of School Education, Haryana

RFP For ICT Education in Haryana on BOOT/BOO Basis

ii

4.4 Implementation Schedule 46 4.5 Commissioning of the Project 47 4.6 Performance Bank Guarantee 47 4.7 Service Level Agreement 47 4.8 Payment Terms 54

Annexure 1- Detailed Technical Specifications 56

Annexure 2: Cover Letter 69

Annexure 3 - Technical Bid Evaluation Criteria 71

Annexure 4 - Past Relevant Experience 72

Annexure 5 – CV Format 73

Annexure 6 - Pre-Bid Query Format 74

Annexure 7 - Deviations* (if any) 75

Annexure 8 - Manufacturers Authorization Form 76

Annexure 9 - List of 2622 Schools (2617 schools and 5 smart schools) 77

Annexure 10 – Special Power of Attorney Format 78

Annexure 11 – Checklist 79

Form 1 – Pre Qualification Format 81

Form 2 - Technical Bid Format 87

Form 3 (a) - Commercial Bid Format 89

Form 3 (b) - Commercial Bid Format (Unit Wise) 90

Directorate of School Education, Haryana

1

A. Important Information

S.No. Information Details

1. Document Reference Number RFP No. 3/45-2010-CEC (1)

2. Start date of issue of RFP 16-Nov-2010

3. Last date of receipt of Pre-bid queries 23-Nov-2010

4. Pre bid meeting 29-Nov-2010 3:00 P.M

5. Release of response to clarifications on www.schooleducationharyana.gov.in via e-mail

01-Dec-2010

6. Last date and time for receipt of proposals

15-Dec 2010, Up to 3:00 PM

7. Date and time of opening of Pre-Qualification and Technical

Proposals

15-Dec 2010 , 3:30 PM

8. Date of Commercial bid opening To be intimated

9. Venue for pre‐bid meeting & opening of Proposals

Top Floor, 30 Bays Building, Sector 17 B, Chandigarh

10. Cost of RFP document Rs 5000 /-

11. Earnest Money Deposit (EMD) Rs.2, 50, 00, 000 /- (Rs. Two Crores and Fifty Lakh Only)

12. Website http://schooleducationharyana.gov.in

13. Email id [email protected], [email protected]

14. Contact Person for queries Director School Education, Haryana Top Floor, 30 Bays Building, Sector 17 B, Chandigarh Tel: 0172-2701333

Directorate of School Education, Haryana

2

Fax: 0172-2701347 Email: [email protected] / [email protected]

Addressee and Address at which proposal in response to RFP notice is to be submitted:

Director School Education, Haryana Top Floor, 30 Bays Building, Sector 17 B, Chandigarh Tel: 0172-2701333 Fax: 0172-2701347

Email: [email protected] / [email protected]

Directorate of School Education, Haryana

3

B. Eligibility Criteria of Bidder The eligibility criteria parameters which are to be necessarily fulfilled to be eligible for technical evaluation of the proposed project are as per table below. Only those bidders who satisfy the following eligibility criteria should respond to this RFP.

S.No. Eligibility Criteria Supporting Documents

1. The bidding company (Prime bidder in case of consortium bid) should have been in existence in India for the last 5 years. Maximum three partners, including prime bidder are allowed to participate in the bid.

Certificate of Registration and Memorandum of Association / Understanding of all the consortium partners

2. The bidder (Prime bidder as well as consortium members) should be a profitable entity for the last three financial years.

Certificate from CA or audited P&L Account and Balance sheet for the same years and IT clearance certificate from competent authority of all the consortium partners

3. In case of consortium, an MoU between consortium members that includes inter-alia the following: • Role of each Member of the consortium • Mechanism for decision making and

dispute resolution • Power of Attorney for appointing of the

Lead member/Company as a Prime Bidder.

• Consortium members should be from different line of business as per the scope of the RFP

Relevant Documents

4. The Bidder must bid for all 2622 Govt. Schools. Partial bidding shall not be permitted.

Relevant documents or undertaking signed by the authorized signatory to testify the claim

5. The Bidder (Prime bidder in case of Certificate from CA or audited

Directorate of School Education, Haryana

4

consortium bid) should have average annual turnover of Rs. 500 Crores in the last three financial years in IT/ICT related activities in India.

P&L Account and Balance sheet for the same years and IT clearance certificate from competent authority.

6. Bidder (in case of consortium, at least one of the partner individually) should have successfully completed / executing a similar scope of work of supply, installation and maintenance of IT Infrastructure and supply of Lab Assistant/Computer Teacher in schools in India for at least 1000 schools in last 5 years on BOO/BOOT basis.

Copy of contract/ purchase order and Work in progress/satisfactory work certificate highlighting the relevant project areas.

7. The bidder (in case of consortium at least one of the partner individually) should have direct authorization form Original Equipment Manufacturer (OEM) for supply, installation and maintenance of hardware as per scope of the RFP.

Relevant Authorization document from OEM as per Annexure 8

8. The bidder (in case of consortium at least one of the partner individually) should have office in Chandigarh/Panchkula. In case bidder has no office in Chandigarh/Panchkula, bidder shall furnish an undertaking that an office shall be opened in Chandigarh/Panchkula, with comprehensive support services including sufficient personnel within one month of issue of LOI.

Relevant documents or undertaking signed by the authorized signatory to testify the claim

9. Bidder (as well as consortium members) must have valid Service Tax Registration and PAN No.

Copy of Service Tax Registration certificate issued by Service Tax department of GoI and PAN card.

10. The bidder (in case of consortium at least one of the partner individually) should have provided at least 500 Lab Assistant /ICT assistants to central/state govt. schools/Institutions in last 5 years.

Copy of contract/ purchase order and work in progress/ satisfactory work certificate highlighting the relevant project areas.

Directorate of School Education, Haryana

5

11. a-The prime bidder (as well as consortium members) should not have been blacklisted with any of the Central Government Department and any State Department on account of corrupt or fraudulent practices. b-No pending litigation against bidder (as well as consortium members) with any Central Govt. Department and any State Department.

Affidavit in this regard by the authorized signatory of the prime bidder.

12. The turnover of the manufacturer (OEM) of computer server and thin client should be minimum 100 crores per annum during the last three preceding financial years i.e. 2007-08,2008-09 and 2009-10

13. The turnover of the manufacturer (OEM) of printers should be minimum 100 crores per annum during the last three preceding financial years i.e. 2007-08,2008-09 and 2009-10

14. The turnover of the manufacturer (OEM) of Diesel Generator Set engine to be offered should be minimum 200 crores per annum during the last three preceding financial years i.e. 2007-08,2008-09 and 2009-10

15. In case of networking, the turnover of OEM to be offered should not be less than Rs. 100 crores per annum during last three preceding financial years i.e. 2007-08, 2008-09 and 2009-10 and the products should be UL listed.

16. The turnover of the manufacturer (OEM) of Integrated Projector to be offered should be minimum 100 crores per annum during the last three preceding financial years i.e. 2007-08,2008-09 and 2009-10

Directorate of School Education, Haryana

6

1 Preface and Project File The Directorate of School Education invites sealed technical and financial proposals from eligible Bidders for selection as “BOO/BOOT Operator”, to implement ICT Labs in 2622 Senior Secondary and Secondary Schools, which also includes 5 smart Schools. The bidder shall be selected as per the procedures described in this Request for Proposal (RFP).

a. Bidders may note that Bids are to be submitted as per the instructions laid out in the RFP. The selection of BOO/BOOT operator would be a three step process :

• Prequalification

• Technical Evaluation

• Commercial Evaluation

b. The last date for submitting the technical and financial Proposal is as per Table A. Bids to be submitted to the following address which is to be used for all communication in regard to this bid process:

Directorate of School Education, Government of Haryana 30 Bays Building, Top Floor, Sector 17-B, Chandigarh-160017

Tel No:- (91)0172-2701333,Fax No: - (91) 0172-2701347

E-mail:[email protected],

Web Site: www.schooleducationharyana.gov.in

Directorate of School Education, Haryana

7

2 Scope of Work Supply, Installation and Maintenance of IT and Physical Infrastructure for ICT labs and supply of services in Government Senior Secondary and Secondary Schools in Haryana

The Bidder is required to supply and install the Computer Hardware, software and other allied accessories/equipment, (i.e. projector, printers, UPS, etc.), site preparation (i.e. vinyl flooring, furniture and fixtures, electrical fittings, LAN, etc.), provisioning of ICT Assistants, Bio-metric device for attendance of teachers in the school in each of the 2622 ICT Labs which also includes 5 smart Schools. Please refer Annexure 9 for the details and names of the 2617 schools and 5 smart schools.

Out of 2622 schools, 2617 schools will have one ICT lab and its entire IT infrastructure as detailed out in this section of RFP. The rest 5 smart schools will have four (4) times the IT infrastructure of the regular one ICT lab detailed out in this section of RFP excluding bio-metric device and Genset which will be required only one in each of the 5 smart schools.

Web based MIS for monitoring and evaluation purpose also to be supplied and maintained. Bidder will Maintain and upkeep the ICT Lab during the contract period (. 5 years). The entire infrastructure to be provided must be new and branded as per the specifications laid out in the RFP document. The project is on BOO/BOOT basis.

2.1 Physical Infrastructure Requirements in each ICT Computer Lab 2.1.1 ICT Lab Preparation

The bidder will be provided with 1 room of suitable size which shall have sufficient space to seat 20 students, one ICT assistant, One Server and 10 Thin Clients, one printer, UPS, Switch etc. with necessary locking arrangements. The bidder has to undertake all other necessary activities required for establishing the ICT Lab. Maintenance & security of this ICT Lab is the sole responsibility of the bidder. Bidder is required to apply plastic vinyl flooring as per the specification in Annexure 1. Adequate partitioning of the room also needs to be done to house UPS.

Directorate of School Education, Haryana

8

2.1.2 Electrical wiring and equipment

The bidder has to undertake electrical wiring (of ISI marked & branded) for all electrical and IT equipment like Server, Thin clients, Multifunctional Printer, UPS,LAN equipment etc. in the ICT Lab. Electrical wiring would also include earthing arrangements. The bidder is required to provide internal electric wiring and sufficient power point fittings. Wiring (All equipments/ appliances /fittings should be ISI/ISO certified). Two ceiling fans, one exhaust fan and adequate illumination should also be provided. The cost of the electricity bill shall be borne by the respective head of the schools who will in return claim it as per the existing arrangement.

2.1.3 Furniture & Fixtures

The bidder has to provide furniture for each ICT Lab as follows:

• 10 computer tables and 20 student chairs,

• One Computer Table and one instructor Chair with arm rest for ICT assistant.

Please refer Annexure 1 for the furniture specifications.

2.2 Power back up Arrangements 2.2.1 UPS

The bidder has to provide a 5 KVA UPS online ISO 9001 branded UPS with at least 2 hours backup in each of 2622 schools and 15 KVA UPS online ISO 9001 branded UPS with at least 2 hours backup in each of 5 smart schools. Please refer Annexure 1 for the specifications. The bidder will ensure that the UPS provides full rated backup throughout the contract period. Bidder would be responsible for maintenance/replacement of batteries whenever required during the contract period at his own cost to ensure requisite backup.

2.2.2 Diesel Generator:

The bidder has to provide ISO 9001 branded minimum 7.5 KVA silent diesel generators in 2622 Schools and 15 KVA silent diesel generators in 5 smart schools refer Annexure 1 for the specifications. Bidder has to provide proper canopy/shed arrangements for diesel generator and fuel storage. At any given point of time at least 10 litres of fuel should be available in

Directorate of School Education, Haryana

9

storage. The generator should be located at a suitable place to ensure minimum disturbance to school learning environment. Wiring/connection/change over switch from generator set till ICT Lab shall be provisioned by bidder. The cost of diesel for the Genset shall be borne by the respective head of the schools who will in return claim it as per the existing arrangement.

2.3 IT Infrastructure Requirements 2.3.1 Computers

The Bidder is required to provide 1 computer server and 10 thin clients in each ICT Lab. Bidder may note that the scope of work includes all services (AMC /insurance /repair /maintenance /spares /instant replacement in case of theft etc). Refer Annexure 1 for the specifications.

2.3.2 Printer/ Scanner/Copier

The bidder has to provide 1 Multipurpose Laser Printer with facility to print, scan and copy in each ICT Lab. The Printer installed in ICT Lab should be on the network. Refer Annexure 1 for the specifications.

2.3.3 Projection System

Bidder has to provide and Integrated computer projector in each of the ICT labs. The white board (8’X 6’) to be provided in the lab would be used as a projection screen. Refer Annexure 1 for the specifications. The Integrated computer projector shall be capable of being used as back up or part time server when ICT lab server is down. All the necessary connections and networking to be provided accordingly.

2.3.4 Web Camera

Bidder has to provide one web camera in each of ICT lab in schools, refer Annexure 1 for specification.

2.3.5 LAN Equipment

The bidder has to provide LAN equipment with wall mounting rack in each of the ICT Lab. Refer Annexure 1 for the specifications.

2.3.6 LAN set up

Directorate of School Education, Haryana

10

The bidder has to undertake LAN set up including cabling, I/O boxes and other allied accessories for 1 computer server, 10 thin clients, 1 integrated computer projector and one printer in each of the ICT Lab. Two in numbers spare patch cords to be available at all the times.

2.3.7 Internet

Provision of broadband Internet connectivity of minimum 512 kbps (unlimited download) connectivity at ICT Labs would be the responsibility of BOOT/BOO Operator. Monitoring and management of availability of internet will continue to be the scope of BOOT/BOO Operator. The capital and recurring charges for Broadband internet connection/Data Card will be borne by the BOOT/BOO Operator. BOOT/BOO Operator has to coordinate with school administration and ISP for the continuous availability of internet facility in ICT Lab. Wherever there is no availability of Broadband, bidder has to provide the Data card connection of equivalent specification and whenever the broadband is available, the bidder will have to replace with the broadband.

The BOOT/BOO Operator will ensure the provision of required modem/switch/CPE either by itself or through ISP as per his internal arrangements with ISP. The internet connection should be made available on all the thin clients/server through proxy/sharing by the BOOT/BOO Operator by legal means throughout the contract period. This internet bandwidth would be used for following works among other usages:

• Training purpose for the student as part of curriculum

• Utilized for data entry / data uploading / online MIS / Asset Reporting Software and reports etc. to be sent at regular interval

The BOOT/BOO operator will maintain log book for the availability and usage of Internet facility in each of the ICT Lab. The report of this usage will be provided to Head of the School on monthly basis.

2.3.8 Registers

Fault logging cum Penalty Register, Stock Register, Internet usage Register and Cash Book etc. to be maintained at each ICT Lab by ICT Assistant.

Directorate of School Education, Haryana

11

2.3.9 Bio-metric device for capturing attendance

The bidder has to provide Bio-metric device along with software in each of the ICT Lab. Refer Annexure 1 for the specifications.

2.3.10 Consumables

Bidder will provide the following consumables in each of ICT Labs:

• One ream of white paper A4 size (min 70 GSM) per month per ICT Lab and one ream of Legal size paper per ICT Lab per year.

• Printer Cartridge: 1 new cartridge and 2 refills per year per ICT Lab for multifunctional printer.

• DVDs: Blank 1 RW DVD’s per student per year per ICT Lab

• White Board markers (6 nos.) of at least three different colors per ICT Lab per month.

• 1 Duster per Month

2.3.11 Miscellaneous

• Fire Extinguishers

Bidder will provide two portable Carbon Dioxide Handheld fire extinguishers as per IS specification located at strategic location in lab to ensure sufficient safety standards. The fire extinguishers need to be replaced/ refilled before the expiry dates during the contract period. Relevant test certificate and end user acceptance certificate should be provided for the quoted makes.

• White Board

Bidder will provide and install a white board of size 8’ X 6’ in each of the ICT Lab. This white board would also act as the projection screen for the projector. Bidder has to ensure proper placement of white board keeping in view the projector placement and writing board requirement in the class.

Directorate of School Education, Haryana

12

Lab Cleanliness Kit

Bidder will provide and maintain a Lab cleanliness kit at all times during the contract period. Cleanliness of the lab would be the responsibility of the bidder, School administration would facilitate for the basic cleaning of lab. Cleanliness kit would include dusting cloth , one hand held vacuum cleaner to clean the IT equipments, Dust cloth covers for all the IT equipments and one Foot mat to be placed outside the lab.

• Curtains

Bidder will ensure proper darkness during projector operation by providing curtains for the lab of suitable thickness and color so that the requisite darkness can be maintained at the time of projector usage. This will be assessed during Acceptance Test.

• Wall Clock

Bidder will provide one wall clock of reputed brand (ISI mark) for each ICT lab. Replacement of cell/battery in the clock would be bidder’s responsibility during contract period.

2.4 Software modules required The Directorate intends to implement computerized Management Information System (MIS) for asset management & maintenance management, teacher attendance system and child performance tracking system in all government schools in Haryana by leveraging ICT Labs being set up.

2.4.1 MIS for Monitoring and Evaluation

Bidder is required to provide web based online MIS system to manage operations in all the schools and also at central level. The Online MIS Software should be able to capture the following:

• Student related information: Student details like name, roll no, schooling history, lab attendance, course/training module enrolled, web based tool to monitor student performance through evaluation/examination, curriculum and marks obtained etc.

Directorate of School Education, Haryana

13

• ICT Assistant related information: Attendance, leave records, training details, lectures delivered etc.

• Training module feedback: To capture feedback from students, teachers, DEO(S) Inspection teams etc.

• Infrastructure module: To track uptime and downtime of the lab infrastructure (Servers/thin clients, Networking, Internet, Projector, UPS, Generator etc.) including fault logging mechanism and record of time taken for complaint redressal.

• Report generation: Software should be able to generate weekly and monthly reports as required by the Department from time to time. Formats and frequency of reports to be finalized in consultation with the department.

• The MIS should also capture the payments, checklist, generator usage and issuance & usage of consumables. It should generate quarterly bills along with reports for payment purposes.

• User Requirement specifications need to be developed and BOOT/BOO Operator needs to get it approved by the department with in one month of issue of LOI. After completion of User requirement specifications, BOOT/BOO Operator would make a presentation before the department/Committee for approval/changes. The development of MIS software should be completed within 3 months (90 days) from the date of LOI.

• The BOOT/BOO Operator shall use own infrastructure like servers, data center etc. for enabling and executing the Online MIS System. The final report formats shall be finalized/ provided by Department.

• The BOOT/BOO Operator will also have to install, operate and maintain any additional software at any given point of time (in all the schools without any additional cost) to be provided by the Department (any Education/training Software etc. compatible with proposed infrastructure) during the entire contract period.

Directorate of School Education, Haryana

14

2.4.2 Teacher Attendance System

• Supply and installation of Biometric devices in 2622 selected government schools

• Capturing the Fingerprints of teachers and should accept the attendance detail from biometric device multiple number times in a day

• Authentication of captured fingerprints with the master fingerprints at local level before transmitting the status report to the central level

• Transmitting the status reporting with respect to attendance marking of all students/teachers of the respective School to the Central database using internet connectivity;

• Provision of web-portal application for monitoring and management of attendance of teachers

• Different users can access Web portal application for required purposes;

• Providing service & support for the entire system during the 5 years of contract duration.

• Should show the attendance of teacher to principal /Head of School

• Should allow principal to approve the attendance of his school in offline mode

• Should allow principal to raise the exception in case of biometric device is not operational

• Should allow principal to submit the teachers attendance using form if exception has been already raised

• Should synchronize the teacher’s attendance detail authenticated by Head of School with teacher’s attendance detail at server end

• Should show the report on successful updating of teacher attendance record at server

Directorate of School Education, Haryana

15

• Should allow principal to connect to the the server using his user ID and Password

• Should match the version at school client with version at server and should online update the version in case of version mismatch

• Should send the report on successful updating of teacher attendance record at server

2.4.3 Student ICT Education Progress Tracking System

• Should have provision for recording the marks/ grade of the students corresponding to each computer exam

• Should allow to post the subject wise marks/ grade of the students

• Should generate the marks/ grade sheet for each student having student unique ID

• Should show the student wise marks/ grade sheet to principal

• Should allow principal to approve/reject the marks/ grade sheet of student of his school

• Should show the teacher approved and rejected marks/ grade sheet

• Should allow resubmission of the marks/ grade sheet by teacher in case of rejection

• Should allow principal to approve the final mark sheet details

• Should show the report on successful updating of student marks/ grade record

• Should allow to print the marks/ grade sheet of student at school

• Should allow principal to connect the server using his user ID and Password

Directorate of School Education, Haryana

16

2.5 Hosting of Software Modules The centralized IT infrastructure required for hosting the software application will be provided by the bidder (at their own cost and facility) for period of contract (5 Years) and should be capable of being accessed through internet by the authorized personnel of schools and Directorate of School Education. Security and safety of data will be responsibility of the selected bidder and after completion of the project complete data for all the application software will be handed over to Directorate of School Education, Haryana and Directorate reserves the right to validate the data and selected bidder will provide necessary assistance.

2.6 Software Licenses 2.6.1 All the system software or any other licenses required shall be procured by

the selected bidder. The system software licenses mentioned in the technical specifications shall be genuine, perpetual, full use and should provide patches, fixes, security updates directly from the OEM at no additional cost to Directorate of School Education, Haryana for the entire period of contract.

2.7 Manpower Requirements Providing of One ICT Assistant in each of 2617 schools for five years for providing training to students/teachers and running and maintaining the ICT Lab along with operation of DG Set. Bidder shall provide two ICT Assistant per smart school as per qualification specified below.

Minimum qualification as DOEACC O Level course or ITI in Electronics / Computers /Electrical / or 10+2 with one year diploma in computer software / hardware from reputed institution equivalent to DOEACC O Level course and one year experience in software/hardware/ networking etc.

2.7.1 The ICT Assistant shall open and close the computer lab as per the timing schedule of the school.

2.7.2 He/She shall ensure the cleanliness in ICT Lab.

2.7.3 He/She shall be responsible to operate the Generator set, provision diesel and maintain the log book.

Directorate of School Education, Haryana

17

2.7.4 He/She shall be responsible for recording the break down of computer systems, Printers, UPS systems & networking in the log book and login complaint with service providers.

2.7.5 He/She shall be responsible for up keeping and maintenance of software CD's manuals, toner, consumables, Projectors and other items to be used in the labs.

2.7.6 He/She shall also sort out the minor problems in the ICT lab.

2.7.7 He/She shall update data required for the MIS in the scope of bidder.

2.7.8 The ICT lab will remain open during winter/Summer Vacations.

2.7.9 He/ She will also operate and maintain the existing hardware and audio visual equipment.

2.7.10 In Girls School ICT Assistant provided should preferably be female.

2.8 Services 2.8.1 The bidder has to manage and maintain in working condition the complete

ICT lab and Smart Class rooms covering with equipment/accessories/fittings, software, multimedia Educational Content and other infrastructure in the scope of project like UPS, DG Set, furniture and fixtures etc. for the entire contract period.

2.8.2 Installation of software’s /upgrades/patches from time to time.

2.8.3 Selected bidder will be responsible for compliance of all the statutory labour laws w.r.t. deployment of manpower selected bidder under the contract and any/all liabilities accruing on account of labour laws or any other statutory requirements will be the responsibility of the BOO/BOOT Operator.

2.9 Project Management Unit 2.9.1 Project Director (PD): The bidder will have to provide one Project Director

(PD) based at Chandigarh/Panchkula to coordinate, implement and to provide regular feedback and reporting regarding the project to the Directorate of School Education. The bidder will have to select the PD in consultation with Directorate and will provide the appointment letter along with the eligibility documents to the Directorate of School Education.

Directorate of School Education, Haryana

18

Educational Qualifications for PD:

• Master’s Degree in Business and Administration from a recognized University.

• Minimum 4 years project management experience in handling such large school implementation project preferably in Haryana.

Roles and responsibilities of PD:

• To ensure smooth implementation of the project.

• To coordinate and cooperate with the o/o the Directorate of School Education.

• Monitoring the performance of District Coordinators.

• Infrastructure maintenance and upkeep of Hardware and software

• To get the desired data, reports on time.

• Send monthly monitoring reports to Directorate of School Education after verification.

• To supervise functioning of Help desk.

• And any other task assigned by Directorate in consultation with bidder for smooth execution of the project

2.9.2 District Coordinators: The bidder will have to provide one District

Coordinators in each district ( existing districts and in case of increase in number of districts in future) of the state to coordinate, implement and to provide periodic feedback and reporting regarding the project.

Educational Qualifications:

• Graduate in any discipline from recognized University and Diploma in computer application.

Directorate of School Education, Haryana

19

• Minimum 2 years project management experience with a reputed firm in handling such large school project preferably in Haryana

Roles and responsibilities of District Coordinators:

• To maintain close coordination with relevant department officers for the successful implementation/running of the project.

• During the visit for collection of data, these District Coordinators should be competent enough to resolve the difficulties of the teachers regarding usage of the multimedia educational contents.

• They will visit each school at least once in a month and interact with the Teachers/Principal for at least two hours.

• To ensure smooth implementation of the project in concerned district.

• To collect the desired data and reports on time from Schools.

• He will be responsible for receiving the complaints regarding scope of work as defined earlier and in response he will respond back to the concerned Principal as well as Department Officers with complaint number and its rectification report.

The govt. shall not have any liability including litigation arising due to either recruitment or retrenchment or any other service conditions of Project Director/District Coordinators/any other staff appointed by the selected bidder. In case of any dispute/litigation arising as a result of the service conditions, the said dispute/litigation will be the exclusive dispute/litigation between the Project Director/District Coordinators/any other staff appointed by the bidder and the selected bidder.

2.10 Setting a Help Desk/Call Center Facility at Chandigarh/ Panchkula The Help Desk would be operational on all working days from 8.00 AM to 5.00 PM. The purpose of Helpdesk is to Log any call relating to the operations and management of the project in schools. At least 2 capable resources with adequate qualifications and experience should man the

Directorate of School Education, Haryana

20

Help Desk. The bidder will be provided suitable space arrangements for Help Desk set up in the Directorate office at Chandigarh/Panchkula.

The help desk service will serve as a single point of contact (SPOC) for all incidents and service requests for the Schools. The activities shall include:

• Provide Help Desk facility during agreed service period window for reporting user incidents / issues / problems.

• Provide necessary channels for reporting issues to the help desk. The incident reporting channels shall be the following:

o Specific e-Mail account

o Toll Free Phone Number which shall be provisioned by the bidder and cost to be paid by the bidder

• Implement a call logging system in line with the defined incident types as per the SLRs. The Help desk shall log user calls and assign an incident/ call ID number.

• Creation of knowledge base on frequently asked questions t in resolving basic issues themselves

• Track each incident / call to resolution

• Provide feedback to callers.

• Analyze the call statistics

• Escalate the calls, to the appropriate levels, if necessary as per the escalation matrix agreed between the BOOT/BOO Operator and the department. The escalation matrix shall be developed by BOOT/BOO Operator in discussion with Department.

• Coordinate with respective OEMs for closure of calls.

• Analyze the incident / call statistics and provide monthly reports including but not limited to:

Directorate of School Education, Haryana

21

o Type of incidents / calls logged

o Incidents / calls resolved

o Incidents / calls open

Support calls to the helpdesk should be answered in 2 rings.

2.11 Duration of Contract 2.11.1 Duration of contract would be for five years from the date of signing of the

contract. However duration of implementation and maintenance of ICT Lab would be five years from the date of acceptance of the Labs.

2.12 Number of Schools 2.12.1 Department reserves the right to change the number of schools to within

25% of total numbers mentioned in this RFP. Department will provide the list of schools where ICT Labs are to be established. However it is to be noted that in case such facility is already existing in the listed schools, department has the right to remove the school from the list and may provide another school.

Directorate of School Education, Haryana

22

3 General Instructions to the Bidders

3.1 Distribution of RFP Documents 3.1.1 The RFP document is available for sale against payment of Rs. 5000/-

(Five Thousand only) by demand draft drawn in favour of “Director Secondary Education, Haryana”, payable at Chandigarh or by cash. Only one hard copy of this RFP document will be furnished to each bidder. In addition, an electronic version of this RFP document will be made available on the websites http://schooleducationharyana.gov.in. The bidders can obtain the RFP document from Assistant Director (IT) Top Floor, 30 Bays Building, Sector 17 B, Chandigarh, as per details given in Table A, Important Information.

3.1.2 In case the RFP document is downloaded from the website, a demand draft of Rs. 5000/- (Rs Five Thousand only) should be deposited along with the bid. The draft should be in favour of “Director Secondary Education, Haryana”, payable at Chandigarh.

3.1.3 The RFP Document is not transferable to any other bidder.

3.1.4 The bidder shall bear the risk of delay in receiving the RFP Documents for any reasons whatsoever.

3.2 Completeness of Response 3.2.1 Bidders are advised to study all instructions, forms, terms, requirements

and other information in the RFP documents carefully. Submission of bid shall be deemed to have been done after careful study and examination of the RFP document with full understanding of its implications.

3.2.2 The response to this RFP should be full and complete in all respects. Failure to furnish all information required by the RFP documents or submission of a proposal not substantially responsive to the RFP documents in every respect will be at the Bidder's risk and may result in rejection of its Proposal and forfeiture of the Bid EMD.

3.3 Proposal Preparation Costs

3.3.1 The bidder is responsible for all costs incurred in connection with participation in this process, including, but not limited to, costs incurred in

Directorate of School Education, Haryana

23

conduct of informative and other diligence activities, participation in meetings/discussions/presentations, preparation of proposal, in providing any additional information required by Directorate of School Education, Haryana to facilitate the evaluation process, and in negotiating a definitive Contract or all such activities related to the bid process. Directorate of School Education, Haryana will in no case be responsible or liable for those costs, regardless of the conduct or outcome of the bidding process.

3.3.2 The Bidder shall bear all costs associated with the preparation and submission of its bid including cost of presentation for the purposes of clarification of the bid, if so desired by the Directorate of School Education, Haryana. The Directorate of School Education, Haryana will in no case be responsible or liable for those costs, regardless of the conduct or outcome of the Tendering process.

3.3.3 This RFP does not commit Directorate of School Education to award a contract or to engage in negotiations. Further, no reimbursable cost may be incurred in anticipation of award.

3.3.4 All materials submitted by the bidder become the property of Directorate of School Education and may be returned at its sole discretion, provided, any materials which are identified as “Proprietary and Confidential Material of Bidder” shall remain the property of such bidder and the Directorate of School Education shall maintain confidentiality of such materials.

3.4 Signing of Communication to the Directorate of School Education

3.4.1 All the communication to Directorate of School Education including this RFP and the bid documents shall be signed on each page by the authorized representative of the bidder and authority letter should be attached with the bid.

3.5 Pre Bid Meeting

3.5.1 The bidders or their designated representatives duly authorised in writing are invited to attend the Pre–Bid Meeting as per schedule specified, at their own cost, at the following venue:

Director School Education / Joint Secretary

Directorate of School Education, Haryana

24

30 Bays Building,

Top Floor, Sector 17-B,

Chandigarh-160 017 (India)

3.5.2 In this Pre-Bid meeting, Directorate of School Education would address the clarifications sought by only those bidders who have purchased the RFP document, with regard to the RFP document and the project. The bidders would be required to submit their queries to the Directorate of School Education in writing (or by E-mail) as per the format (MS word or Excel) specified in Annexure 6.

3.5.3 Queries not submitted within the stipulated time schedule may not be taken up at the Pre-Bid Meeting.

3.6 Bidder queries and Directorate of School Education’s response 3.6.1 All enquiries / clarifications from the bidders, related to this RFP, must be

directed in writing exclusively to the contact person notified in Table A.

3.6.2 The preferred mode of delivering written questions to the aforementioned contact person would be through mail or fax or email as per format placed at Annexure 6. Telephone calls will not be accepted. In no event will the Directorate of School Education be responsible for ensuring that bidders' inquiries have been received by Directorate of School Education.

3.6.3 Directorate of School Education will endeavour to provide a full, complete, accurate, and timely response to all questions. However, Directorate of School Education makes no representation or warranty as to the completeness or accuracy of neither response, nor does Directorate of School Education undertake to answer all the queries that have been posed by the bidders. The responses to the queries from all bidders will be made available on the department website.

3.6.4 No request for clarification from any bidder (in written) shall be entertained after time stipulated in Table A

Directorate of School Education, Haryana

25

3.7 Amendment of RFP Document 3.7.1 At any time till 7 days before the deadline for submission of bids,

Directorate of School Education, may, for any reason, whether at its own initiative or in response to a clarification requested by a prospective Bidder, modify the RFP Document by an amendment. All the amendments made in the document would be published on the Department website “http:// schooleducationharyana.gov.in”.

3.7.2 The bidders are advised to visit the aforementioned website on regular basis for checking necessary updates. The Directorate of School Education also reserves the rights to amend the dates mentioned in this RFP for bid process.

3.7.3 In order to afford prospective Bidders reasonable time in which to take the amendment into account in preparing their bids, Directorate of School Education may, at its discretion, extend the last date for the receipt of Bids by a reasonable period.

3.8 Directorate of School Education’s right to modify submission deadline

3.8.1 Directorate of School Education may, in exceptional circumstances and at its discretion, extend the deadline for submission of proposals by issuing an corrigendum or by intimating all bidders who have purchased the proposal document, in writing, e-mail or by facsimile, in which case all rights and obligations of the project and the bidders previously subject to the original deadline will thereafter be subject to the deadline as extended.

3.9 Directorate of School Education’s right to terminate the process 3.9.1 Directorate of School Education may terminate the RFP process at any

time and without assigning any reason. Directorate of School Education makes no commitments, express or implied, that this process will result in a business transaction with anyone.

3.9.2 This RFP does not constitute an offer by Directorate of School Education. The bidder's participation in this process may result in Directorate of School Education selecting the bidder to engage in further discussions and negotiations toward execution of a contract. The commencement of such

Directorate of School Education, Haryana

26

negotiations does not, however, signify a commitment by Directorate of School Education to execute a contract or to continue negotiations. The Directorate of School Education may terminate negotiations at any time without assigning any reason.

3.10 Earnest Money Deposit and its amount (EMD) 3.10.1 Bidders shall submit, along with their Bids, EMD of 2,50,00,000/- (Rupees

Two Crores and Fifty Lakh only) in the form of a Demand Draft of nationalized/Scheduled Bank only in favour of “Director Secondary Education, Haryana” payable at Chandigarh and to be valid for six months. EMD in any other form shall not be entertained.

3.10.2 The EMD shall be denominated in Indian Rupees only. No interest will be payable to the Bidder on the amount of the EMD.

3.10.3 The EMD may be forfeited:

• If a Bidder withdraws his bid or increases his quoted prices during the period of bid validity or its extended period, if any; or

• In the case of a successful bidder if the Bidder fails to sign the Contract for any reason not attributable to the Directorate of School Education or to furnish Performance Bank Guarantee within specified time in accordance with the format given in the RFP.

• The EMD shall be submitted with the technical bid in a separately sealed envelope as mentioned in this section. Bids submitted without EMD will be liable for rejection.

• During the bid process, if a Bidder indulges in any such deliberate act as would jeopardize or unnecessarily delay the process of bid evaluation and finalization. The decision of the Directorate of School Education regarding forfeiture of the Bid Security shall be final & shall not be called upon question under any circumstances.

• During the bid process, if any information found wrong / manipulated / hidden in the bid. The decision of Directorate of School Education regarding forfeiture of the Bid Security and rejection of bid shall be final & shall not be called upon question under any circumstances.

Directorate of School Education, Haryana

27

3.11 Submission of Bids 3.11.1 It is proposed to have a Three Cover System for this bid:

• Pre-Qualification Bid in one cover

• Technical Bid in one cover.

• Commercial Bid in one cover.

3.11.2 Pre-qualification Proposal – The envelope containing pre-qualification proposal shall be sealed and superscripted “Pre-qualification Proposal – RFP For Supply, Installation and Maintenance of I.T and Physical Infrastructure for ICT labs in Government Senior Secondary Schools in Haryana”. Following shall be submitted as part of Pre-qualification Proposal:

• Earnest Money Deposit

• RFP document fee (if downloaded from website ) or receipt of payment of document fee

• Annexure 10: Special Power of Attorney, duly authorizing the person(s) signing the proposal documents to sign on behalf of the bidder (Prime bidder in case of consortium bid) and thereby binding the bidder.

• Form-1a: Covering Letter: The covering letter on bidder’s letterhead for acceptance of terms and conditions contained in RFP for ICT Education in Haryana on BOOT/BOO basis.

• Form-1b: Pre-Qualification Eligibility Information.

• All supporting proofs, information and documents as specified in Eligibility Criteria for bidders in Section A which are relevant to eligibility qualifications.

3.11.3 Technical Proposal - The envelope containing technical proposal shall be sealed and superscripted “Technical Proposal – RFP for ICT Education in Haryana on BOOT/BOO basis”. Following list of documents shall be submitted as part of Technical Proposal:

• Technical Proposal Formats comprising of Technical Form – 2 along with details, supporting information and documents.

Directorate of School Education, Haryana

28

• Apart from a hardcopy of all Technical Proposal documents, bidder would also submit a softcopy of all the Technical Proposal documents on a CD.

3.11.4 Commercial Proposal - The envelope containing commercial proposal shall be sealed and superscripted “Commercial Proposal - RFP for ICT Education in Haryana on BOOT/BOO basis”. Commercial Proposal is to be submitted comprising of both Form - 3 (a) – Commercial Proposal Format and Form 3 (b) Commercial Bid Format (Unit Wise).

3.12 Language of Bid and Correspondence The Bid and all correspondence documents related to the bid exchanged by the Bidder shall be written in English language only. Supporting documents and printed literature furnished by the Bidder may, however, be in another language provided that they are accompanied by an accurate translation of the relevant passages in English language.

3.13 Local Conditions 3.13.1 Each Bidder is expected to fully get acquainted with the local conditions

and factors, which would have any effect on the performance of the contract and /or the cost.

3.13.2 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 Directorate of School Education shall not entertain any request for clarification from the Bidder regarding such local conditions.

3.13.3 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 Directorate of School Education. Neither any change in the time schedule of the contract nor any financial adjustments arising thereof shall be permitted by the Directorate of School Education on account of failure of the Bidder to know the local laws / conditions.

Directorate of School Education, Haryana

29

3.13.4 The Bidder is expected to visit and examine the location of Schools and its surroundings and obtain all information that may be necessary for preparing the bid at their own interest and cost.

3.14 Evaluation of Proposals The Tender Evaluation Committee(s) so constituted formerly by the Directorate Secondary Education, Haryana shall evaluate the Prequalification Bids, Technical Bids, Presentations and Commercial bids. The decisions of the Evaluation Committee(s) in the evaluation of the bids shall be final. No correspondence will be entertained outside the process of negotiation / discussion with the Committee(s).

The evaluation of the proposals will be carried out in three stages:

3.14.1 Pre-qualification evaluation: The pre-qualification bid documentation furnished by the bidder shall be examined prima facie to substantiate the compliance with the bidder’s eligibility criteria as per Section B as set out for this project in terms of organizational, financial and technical experience etc.

3.14.2 Technical evaluation: The next stage of the evaluation will be an assessment of the technical bid for the bidders qualifies in pre-qualification evaluation. During technical bid assessment, the Directorate of School Education committee will look for completeness of the bids and their responsiveness to the requirements of the RFP in all respects. The incomplete bids may be rejected straightforward.

A detailed technical evaluation criterion is given in Annexure 3. The Commercial Bids of only the technically qualified bidders will be considered for further evaluation. Minimum qualifying technical score of 75 out of 100 must be scored by bidder to be eligible for being considered for commercial bid evaluation. Only the technically qualified bidders will be informed for opening of the Commercial Bid. No further discussion/interface will be held with the bidder whose bid has been technically disqualified / rejected.

3.14.3 Commercial Evaluation

• The Least Value Bid (L1 i.e. the bidder quoting minimum amount) will be given preference in the order of selection.

Directorate of School Education, Haryana

30

• If there is a discrepancy between words and figures, the amount in words will prevail. If the bidder does not accept the correction of the errors, its Bid would be rejected and may result in forfeiture of EMD.

• The Directorate of School Education reserves the right to reject any or all proposals on the basis of any deviations or conditions in the commercial bid.

• 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.

3.15 Award of Contract • The Evaluation committee will select that Bidder(s) as the “BOO/BOOT

Operator”, who has quoted the lowest amount for the QGR for 2622 schools.

• In case of a situation where lowest bid quoted by the bidders are equal then only those bidders may be offered an opportunity to quote a revised quote in sealed envelopes. In such a situation, the bidder offering the lowest revised quote may be declared as successful bidder.

• In case there is a single Bid, the same may be accepted by the Directorate of School Education after appropriate negotiations if required with the Bidder, as per existing rules.

• The Director School Education, Haryana reserves the right to negotiate further reduction of rates as quoted in the tender by the lowest bidder.

• Prior to expiry of the period of the bid validity, Directorate of School Education will notify the successful bidder (L1) in writing that its bid has been accepted.

• The successful bidder will have to sign an agreement with Director of School Education, Haryana with in 15 days of the issuance of letter of the award and all the expenses involved for the preparation of agreement has to be borne by the successful bidder.

Directorate of School Education, Haryana

31

3.16 Miscellaneous Terms & Conditions 3.16.1 Force Majeure: Force Majeure shall not include any events caused due to

acts/omissions of such party or result from a breach/contravention of any of the terms of the contract, bid and/or the RFP. It shall also not include any default on the part of a party due to its negligence or failure to implement the stipulated/proposed precautions, as were required to be taken under the contract.

• The failure or occurrence of a delay in performance of any of the obligations of either party shall constitute a Force Majeure event only where such failure or delay could not have reasonably been foreseen or where despite the presence of adequate and stipulated safeguards the failure to perform obligations has occurred. In such an event, the affected party shall inform the other party in writing within five days of the occurrence of such event. Directorate of School Education will make the payments due for Services rendered till the occurrence of Force Majeure.

• However, any failure or lapse on the part of the bidder in performing any obligation as is necessary and proper to negate the damage due to projected force majeure events or to mitigate the damage that may be caused due to the abovementioned events or the failure to provide adequate disaster management/recovery or any failure in setting up a contingency mechanism would not constitute force majeure, as set out above.

• In case of a Force Majeure all Parties will endeavor to agree on an alternate mode of performance in order to ensure the continuity of service and implementation of the obligations of a party under the contract and to minimize any adverse consequences of Force Majeure.

• Force majeure clause shall mean and be limited to the following in the execution of the Conditions of contract placed by Directorate of School Education :

a. War / hostilities

b. Riot or Civil commotion

Directorate of School Education, Haryana

32

c. Earth quake, flood, tempest, lightning or other natural physical disaster

d. Restriction imposed by the Government or other statutory bodies, which is beyond the control of the selected IA, which prevents or delays the executive of the order by the selected IA.

• The selected bidder shall advise Directorate of School Education in writing, duly certified by the local Chamber of Commerce, the beginning and the end of the above causes of delay, within seven days of the occurrence and cessation of the force majeure conditions. In the event of a delay lasting for more than one month, if arising out of clauses of force majeure, Directorate of School Education reserve the right to cancel the conditions of contract without any obligation to compensate the selected bidder in any manner for what so ever reason, subject to the provision of clause mentioned.

3.16.2 Warranties by the bidder

• There is 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 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 bid 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 mis-statement of fact or omits to state as fact which would be materially adverse to the enforcement of the rights and remedies of Department of Higher Education 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 in the ICT Project shall be branded & new and the product should not be de-supported or declared end of life within next 5 years. A certificate to that effect should be furnished from OEM. All equipment shall conform to the

Directorate of School Education, Haryana

33

codes, standards and regulations applicable and benefit from the usual manufacturer's guarantees.

• The warranties for all the equipments should be valid for 5 years from the date of commissioning of the equipment at school sites.

3.16.3 Applicable Law: The Conditions shall be governed by the laws and procedures established by Govt. of India and Govt. of Haryana within the framework of applicable legislation and enactment made from time to time concerning such commercial dealings/processing.

3.16.4 Period of bid validity: The bid shall be valid for 180 days after date of opening of the commercial bid. If any bidder withdraws his proposal before the said period or makes any modifications in the terms and conditions of the RFP which are not acceptable to Directorate of School Education, then the Directorate of School Education shall, without prejudice to any other right or liberty, be at liberty to forfeit the entire said Earnest Money Deposit absolutely. In addition to all these, the party will not be allowed to bid for tender for any work of Directorate of School Education for a period of five years.

3.16.5 Corrupt, fraudulent and unethical practices: “Corrupt Practice” means the offering, giving, receiving or soliciting of any thing of value to influence the action of Directorate of School Education official in the process of contract execution. “Fraudulent Practice” means a misrepresentation of facts in order to influence a Tendering process or the execution of a contract detrimental to the interests of Directorate of School Education and includes collusive practice among Bidders (prior to or after bid submission) designed to establish prices at artificial non-competitive levels and to deprive Directorate of School Education of the benefits of free and open competition. “Unethical Practice” means any activity on the part of bidder, which tries to circumvent RFP process in any way. Unsolicited offering of discounts, reduction in financial bid amount, upward revision etc. after opening of bid will be treated as unethical practice. Directorate of School Education will reject a bid for award and also may debar the bidder for future Tenders in Nodal Department if it determines that the bidder has engaged in corrupt, fraudulent or unethical practices in competing for, or in executing a contract.

3.16.6 Arbitration: Directorate of School Education and the selected bidder shall make every effort to resolve amicably by direct informal negotiation

Directorate of School Education, Haryana

34

any disagreement or dispute arising between them under or in connection with the Contract. If, after thirty (30) days from the commencement of such informal negotiations, Directorate of School Education and the selected Bidder have been unable to amicably resolve dispute, the dispute be referred to the sole arbitrator, which in case of this Bid will be the Financial Commissioner & Principal Secretary to Govt., Haryana, School Education Department, whose decision shall be final. All Arbitration proceedings shall be in accordance with the Arbitration and Conciliation Act, 1996 and would be held at Chandigarh, and the language of the arbitration proceedings and that of all documents and communications between the parties shall be in English.

3.16.7 Right of Monitoring, Inspection and Periodic Audit

• Directorate of School Education shall have right to conduct inspection at OEM’s hardware manufacturing facility. There will be no cost of inspection if the facility is within 15 Km of department Chandigarh office (sector 17 Chandigarh). But if the hardware facility is beyond 15 km radius of the department office than the cost will be borne by bidder including travelling, boarding and lodging of the department representatives.

• Directorate of School Education reserves the right to inspect and monitor/assess the progress/performance/maintenance of the project at any time during the course of the contract, after providing due notice to the selected bidder. Directorate of School Education may demand and upon such demand being made department shall be provided with any document, data, material or any other information which it may require to enable it to assess the progress of the project.

• Directorate of School Education shall have the right to conduct, either itself or through another third party as it may deem fit, an audit to monitor the performance by the third party of its obligations/functions in accordance with the standards committed to or required by department and the selected bidder undertakes to cooperate with and provide to the department any other agency appointed by Nodal department, all documents and other details as may be required by them for this purpose. Any deviations or contravention identified as a result of such

Directorate of School Education, Haryana

35

audit/assessment would need to be rectified by the selected bidder failing which the client may without prejudice to any other rights that it may have issue a notice of default.

3.16.8 Security: All security arrangements for the equipment located in the each computer lab in the school are the responsibility of the selected Bidder and he will get it insured from an Insurance Company against calamities, theft, fire etc and all the insurance charges will be borne by the selected Bidder. The department will not be required to pay such charges. All Head of Institutions are expected to take adequate measures and to provide assistance to the selected Bidder for security arrangements of equipments and insurance claim if any. Bidder shall restore the lab in original condition as per Force Majeure clause. Computer education shall not be stopped in any case.

3.16.9 Risk Management

The selected Bidder shall at its own expense adopt suitable risk management methodology to mitigate all risks assumed by the bidder under this contract. Selected bidder shall underwrite all the risk related to its personnel deputed under this contract as well as equipment and components of the project, equipment, tools and any other belongings of the bidder or their personnel during the entire period of their engagement in connection with this contract and take all essential steps to reduce and mitigate the risk. Department will have no liability on this account.

3.16.10 Suspension of Work

The Selected bidder shall, if ordered in writing by Directorate of School Education representative, temporarily suspend the works or any part thereof for such a period and such a time as ordered. The selected bidder shall not be entitled to claim compensation for any loss or damage sustained by him by reason of temporary suspension of the works as aforesaid. An extension of time for completion corresponding with the delay caused by any such suspension of the works as aforesaid shall be granted to the selected bidder, if request for same is made and that the suspension was not consequent to any default or failure on the part of the selected bidder. In case the suspension of works is not consequent to any default or failure on the part of the selected bidder and lasts

Directorate of School Education, Haryana

36

for a period of more than 3 months, the selected bidder shall have the option to request the Directorate of School Education to terminate the contract with mutual consent.

3.16.11 Publicity

The selected bidder shall not make or permit to be made a public announcement or media release about any aspect of this Contract unless the Directorate of School Education first gives the selected bidder its written consent.

3.16.12 Insurance

The equipment and services supplied under the contract shall be fully insured by the bidder against theft, loss or damage by fire or otherwise, incidental to manufacture or acquisition, transportation, storage, delivery and installation. The period of insurance shall be for the entire contract period.

3.16.13 Buy Back Policy

• In case of incorporation of new services or termination of any existing services, any of the deployed hardware / network components/physical or IT equipment may have to be upgraded / discarded or to be replaced. In such a situation, the Directorate Secondary Education, Haryana shall NOT be liable to buy back any such equipment. However, it is the sole responsibility of BOO/BOOT operator to ensure that all such components should be in full working condition throughout the contract period and should be able to meet the Service Level Agreements as per the RFP terms and conditions. The components of the ICT Lab like furniture &fixtures, electrical fittings and Genset on Build Own Operate and Transfer (BOOT) basis. For all other components Build Own and Operate (BOO) framework will be applicable. Components covered under BOOT basis would be transferred to the department in fully functional condition after the contract period, at no financial implication to the department. Selected bidder will need to develop exit management plan which will be approved by the Directorate.

3.16.14 Default by Selected bidder

The failure on the part of the selected bidder to perform any of its obligations or comply with any of the terms of this contract shall constitute an event of default on the part of the selected bidder. The events of default

Directorate of School Education, Haryana

37

as mentioned above may include but not limited to inter alia the following also:

• The selected bidder has failed to perform any instructions or directives issued by Directorate of School Education which it deems proper and necessary to execute the scope of work under the contract or

• The selected bidder has failed to adhere to any of the SLAs as laid down in the RFP/contract or if the selected bidder has fallen short of matching such standards/targets as the Directorate of School Education may have designated with respect to any task necessary for the execution of the scope of work under the contract. The above mentioned failure on the part of the selected bidder may be in terms of failure to adhere to timelines, specifications, requirements or any other criteria as defined by Directorate of School Education from time to time.

• The selected bidder has failed to remedy a failure to perform its obligations in accordance with the specifications issued by Directorate of School Education despite being served with a default notice which laid down the specific deviance on the part of the service provider to comply with any stipulations or standards as laid down by Directorate of School Education or

• The selected bidder or its team has failed to conform with any of the service/facility specifications/standards as set out in the scope of work of this RFP document or has failed to adhere to any amended direction, modification or clarification as issued by Directorate of School Education during the term of this contract and which Directorate of School Education deems proper and necessary for the execution of the scope of work under this contract.

• The selected bidder has failed to demonstrate or sustain any representation or warranty made by it in this contract with respect to any of the terms of its bid or the RFP and this contract

• There is a proceeding for bankruptcy, insolvency, winding up or there is an appointment of receiver, liquidator, assignee, or similar official against or in relation to the selected bidder.

• The selected bidder or its team has failed to comply with or is in breach or contravention of any applicable laws.

Directorate of School Education, Haryana

38

• Where there has been an occurrence of such defaults inter alia as Directorate of School Education above, Directorate of School Education shall issue a notice of default to the selected bidder, setting out specific defaults / deviances / omissions and providing a notice of thirty (30) days to enable such defaulting party to remedy the default committed.

• Where despite the issuance of a default notice to the selected bidder by the Directorate of School Education the bidder fails to remedy the default to the satisfaction, Directorate of School Education may, where it deems fit, issue to the defaulting party another default notice or proceed to adopt such remedies as may be available to department.

3.16.15 Consequences in event of Default

• Where an event of default subsists or remains uncured beyond permissible or reasonable time, Directorate of School Education may/shall be entitled to the following for cases where permissible time is not indicated in the contract, Directorate of School Education will decide, at its discretion, the quantum of reasonable time to cure the default.

• Impose any such obligations and conditions and issue any clarifications as may be necessary to inter alia ensure smooth continuation of services and the project which the selected bidder shall be obliged to comply with which may include unilateral re-determination of the consideration payable to the selected bidder hereunder. The selected bidder shall in addition take all available steps to minimize loss resulting from such event of default.

• Directorate of School Education may by a written notice of suspension to the selected bidder, suspend all payments to the selected bidder under the contract provided that such notice of suspension shall specify the nature of the failure and shall request the selected bidder to remedy such failure within a specified period from the date of receipt of such notice of suspension by the selected bidder.

• Where Directorate of School Education deems necessary it shall have the right to require replacement of any of the selected bidder’s team members/sub-contractors / selected bidders with another suitable member. The selected bidder shall in such case terminate forthwith all their agreements/contracts other arrangements with such member and find of the suitable replacement for such outgoing member with another

Directorate of School Education, Haryana

39

member to the satisfaction of Directorate of School Education who shall execute such contracts with Directorate of School Education as may require. Failure on the part of the selected bidder to find a suitable replacement and/or terminate all agreements/contracts with such member shall amount to a breach of the terms hereof and Directorate of School Education in addition to all other rights, Directorate of School Education may procure similar services from other service provider at the cost of selected bidder and Directorate of School Education will also have the right to claim damages and recover from the selected bidder all losses/ or other damages that may have resulted from such failure.

• Directorate of School Education reserves the right to terminate the contract with 30 days notice.

3.16.16 Terminate the Contract

• Retain such amounts from the payment due and payable by Directorate of School Education to the selected bidder as may be required to offset any losses caused to Directorate of School Education as a result of such event of default and the selected bidder shall compensate Directorate of School Education for any such loss, damages or other costs, incurred by Directorate of School Education in this regard. Nothing herein shall effect the continued obligation of the selected bidder / other members of its team to perform all their obligations and responsibilities under this contract in an identical manner as were being performed before the occurrence of the default.

• Invoke the Performance Bank Guarantee and other Guarantees furnished hereunder, enforce the Deed of Indemnity, recover such other costs/losses and other amounts from the selected bidder may have resulted from such default and pursue such other rights and/or remedies that may be available to Directorate of School Education under law.

3.16.17 Termination

Directorate of School Education may terminate this contract in whole or in part by giving the selected bidder prior and written notice indicating its intention to terminate the contract under the following circumstances:

• Directorate of School Education ,Govt. of Haryana without prejudice to any other remedy available for breach of contract, may terminate the

Directorate of School Education, Haryana

40

contract in whole by serving 30 (thirty) days notice in writing to the bidder in the event of any one or all of the following:

i. If the selected bidder fails to implement the scheme in 85% or more than 85% of the allocated schools within the given time schedule at any point of time.

ii. If the selected bidder fails to provide any one or all services as per the Contract, and fails to set right the disruption in service within the 30 (thirty) days notice period or show a valid reason to Director of Secondary Education for the lapse.

iii. If the bidder has engaged in corrupt or fraudulent practices in executing the Contract.

iv. In the event of termination of the contract for default of the bidder, Directorate is entitled to invoke the Performance Bank Guarantee and the entire infrastructure installed in the ICT Labs in schools will become the property of the Govt of Haryana.

v. In case the total penalty amount for all schools on any/all accounts during contract period exceeds the amount of 200 lacs cumulative, then this will be counted towards default and shall lead to termination of the contract.

In case of termination of contract at any case, entire infrastructure like instruction material, software, hardware, furniture and site installations etc. will become the property of the Govt. of Haryana. No compensation/payment of any kind shall be made to the bidder. Also the EMD of the bidder will be forfeited and the Performance Bank Guarantee submitted by the bidder will be invoked by the Directorate.

• Where it comes to Directorate of School Education attention that the selected bidder (or the selected bidder’s Team) is in a position of actual conflict of interest with the interests of Directorate of School Education in relation to any of terms of the selected bidder’s bid, the RFP or this contract

• Where the selected bidder’s ability to survive as an independent corporate entity is threatened or is lost owing to any reason whatsoever including inter alia the filing of any bankruptcy proceedings against the

Directorate of School Education, Haryana

41

selected bidder, any failure by the selected bidder to pay any of its dues to its creditors, the institution of any winding up proceedings against the selected bidder or the happening of any such events that are adverse to the commercial viability of the selected bidder. In the event of the happening of any events of the above nature, Directorate of School Education shall reserve the right to take any steps as are necessary to ensure the effective transition of the project to a successor selected bidder/service provider, and to ensure business continuity

• Termination for Default:: Directorate of School Education may at any time terminate the contract by giving 30 days written notice to the selected bidder without compensation to the selected bidder in the event of default on the part of the selected bidder which may include failure on the part of the selected bidder to respect any of its commitments with regard to any part of its obligations under its bid, the RFP or under this contract.

• Termination for Insolvency: Directorate of School Education may at any time terminate the Contract by giving written notice to the selected bidder without compensation to the selected bidder, if the selected bidder becomes bankrupt or otherwise insolvent, provided that such termination will not prejudice or affect any right of action or remedy which has accrued or will accrue thereafter to Directorate of School Education.

• Termination for Convenience: Directorate of School Education may by prior written notice sent to the selected bidder at least 3 months in advance terminate the contract in whole or in part at any time for its convenience. The notice of termination shall specify that termination is for Directorate of School Education convenience, the extent to which performance of work under the contract is terminated and the date upon which such termination becomes effective.

• In the event of termination of this contract due to any cause whatsoever except termination for Directorate of School Education convenience the selected bidder may be blacklisted and the contract will stand cancelled effective from the date of intimation to the selected bidder.

3.16.18 Confidentiality

Directorate of School Education, Haryana

42

• Neither the selected bidder nor Directorate of School Education will disclose to any third party without the prior written consent of the other party any confidential information which is received from the other party for the purposes of providing or receiving services which if disclosed in tangible form is market confidential or if disclosed otherwise is confirmed in writing as being confidential or if disclosed in tangible form or otherwise, is manifestly confidential. Each party will take measures to project the confidential information of the other party that, in the aggregate are no less protective than those measures it uses to protect the confidentiality of its own comparable confidential information, and in any event, not less than a reasonable degree of protection. BOOTh parties agree that any confidential information received from the other party shall only be used for the purposes of providing or receiving Services under these Conditions of Empanelment or any other Conditions of Empanelment between the parties.

• These restrictions will not apply to any information which:

a. Is or becomes generally available to the public other than as a result of a breach of an obligation under this Clause; or

b. Is acquired from a third party who owes no obligation of confidential in respect of the information ; or

c. Is or has been independently developed by this recipient or was know to it prior to receipt

• Notwithstanding Clause mentioned above, either party will be entitled to disclose confidential information of the other (1) to its respective insurers or legal advisors on a need-to-know basis and shall ensure that such insurers and legal advisors maintain confidentiality of such information, or (2) to a third party to the extend that this is required by any or where there is a legal right. (ii) (and without branching any legal or regulatory requirement ) where reasonably practicable not less than 2 business days notice in writing is first given to the other party.

• Without prejudice to the foregoing provision of this Clause above Selected bidder may cite the performance of the services to clients and projective clients as an indication of its experience.

• The Selected bidder shall not, without Directorate of School Education prior written consent, disclose the commercial terms of this work order to

Directorate of School Education, Haryana

43

any person other than a person employed by the Selected bidder in the performance of the work order.

• The clause on Confidentiality shall be valid for a further period of one year from the date of expiry or termination of the assignment, whichever is earlier.

3.16.19 Taxes and Duties

• All payments will be subjected to tax deduction at source as applicable/required at the prevailing tax rates.

• Directorate of School Education shall not pay any increase in duties, taxes and surcharges and other charges on account of any revision, enactment during the period of validity of the Bids and also during the contract period. The decision of Directorate of School Education in this regard will be final and binding and no disputes in this regard will be entertained.

3.16.20 Currency of the bid

Currency of the Bid shall be in Indian Rupees only.

3.16.21 Notices

• Any notice given by one party to the other pursuant to this contract shall be sent to the other party in writing or by telex, email, cable or facsimile to the other party’s address, and confirmed in writing by the other party.

• A notice shall be effective when delivered or tendered to other party whichever is earlier

Directorate of School Education, Haryana

44

4 Special Conditions of the Contract

4.1 Appointment of Third Party Agency The Department of School/Higher Education may designate a Third Party Monitoring Agency to undertake the overall monitoring during the 5 year period of project implementation. Third Party Agency shall monitor the Project during implementation, commissioning and operation. It shall also conduct the Final Acceptance Test as per the technical requirement of the Agreement and certify the same. The Third Party Agency shall verify the services provided by the bidder. In addition the Third Party Agency may be entrusted with additional scope of work, as the Department may deem fit from time to time. The bidder shall extend full cooperation to Third Party Agency, which would also be responsible for verification, validation of all invoices under the terms & conditions of the Agreement and will recommend on the eligibility of payments.

4.2 Inspections

a. The Department/designated agency shall undertake pre-dispatch inspection of up to 15% of the equipment covered under the scope of work. The Bidder shall furnish complete address of the premises of his offices where the inspection may be made as per requirement before/ after the finalization of the tender. The tendering authority or his duly authorized representative/committee shall at all reasonable time have access to the Bidder premises and shall have the power at all reasonable time to inspect and examine the materials and workmanship of the goods/ equipment/ machineries during manufacturing process or afterwards as may be decided. The Pre-Dispatch Inspection (PDI) shall be made at the Hardware (OEM) Manufacturer’s Factory site (at Bidder cost which shall also include cost of travel and related cost of the inspection team) by the technical team/inspection committee constituted by department. The inspection period would be inclusive in the duration provided for the complete delivery & installation under the project. The Bidder will not supply the hardware directly to the schools without the PDI being successfully completed. The PDI will be completed within 15 days of receiving the request in writing from the Bidder, the time taken

Directorate of School Education, Haryana

45

for PDI is included in the delivery period. However, if the time taken for PDI exceeds 15 days then the additional time taken by the Department/Government to complete PDI would be in addition to the total delivery & installation period under the project. Bidder would supply, install & deploy only those makes & models of hardware/software which have been accepted during technical evaluation. No other hardware (make & model)/software will be supplied which is not quoted or not approved during the technical evaluation. The hardware/software items not quoted or not technically approved shall be rejected during the PDI.

b. The concerned DEO(S) shall have all the powers at all reasonable times to inspect and monitor the computer installation & computer education services at the Schools. Authorized officers of State Govt. shall also have power to inspect, examine & monitor the computer installation & computer education services rendered by the Bidder.

c. Articles not approved during inspection or testing shall be rejected and will have to be replaced by the Bidder at his own cost within the time fixed by the Tendering Authority. If, however, due to exigencies of Government work, such replacement either in whole or in part, is not considered feasible, the Tendering Authority after giving an opportunity to the Bidder of being heard, shall for reasons to be recorded, deduct a suitable amount from the approved rates. The deduction so made shall be final.

d. The goods will be supplied & installed at the schools only after inspections (PDI etc.) and the written permission of the Directorate.

4.3 Site Preparation and Site Survey As per implementation plan, Department shall arrange the necessary minimum constructed rooms/ permanent construction for locating Computer Lab. The space cannot be used for any purpose other than for delivering the services as contracted under the Agreement. Directorate of School Education shall arrange for necessary clearances, which shall enable the Bidder to undertake electrical wiring, earthing, room lighting, dust free room, installation of furniture, installation of diesel generator sets, installation of UPS equipment, network cable laying etc., at the respective school sites.

Directorate of School Education, Haryana

46

4.4 Implementation Schedule

The installation and commissioning shall be completed in two phases. Phase I will cover 50% schools and Phase II will cover balance 50% schools. Selected bidder will have to include this in the implementation plan submitted along with the technical proposal.

S. No. Activity Timeline

1. Issue of Letter of Intent (LoI) to successful

Bidder

T

2. Signing of Contract T + 15 = P

3. Implementation and commissioning of the ICT

Lab including deployment of ICT assistant in

Phase I

P + 60

4. Implementation and commissioning of the ICT

Lab including deployment of ICT assistant in

Phase II

P + 90

5. Installation of Diesel Generator in Phase I and

II

P + 115

6. Completion of work and acceptance testing in

Phase I

P + 115

7. Completion of work and acceptance testing in

Phase II

P + 145

Directorate of School Education, Haryana

47

4.5 Commissioning of the Project If the bidder has fulfilled following conditions then the Project is deemed to have been commissioned and payments can start as per payment conditions:

a. Selected bidder has supplied and installed hardware, software & equipments in the ICT Lab as per scope of work and the specifications and terms & conditions of this RFP and all the services are available.

b. Selected bidder has deputed the ICT assistant/ ICT assistants at the school as per the specifications and terms & conditions of this RFP, and

c. Help Desk set up is completed and Project Director and District Coordinators have been appointed and have assumed duty at Chandigarh/ Panchkula and allocated districts respectively.

4.6 Performance Bank Guarantee Within 15 days of the issuance of LoI the Bidder shall furnish Performance Bank Guarantee to Department of School Education for an amount equal to 5% of the arithmetic sum of 5 years of the Guaranteed Revenue according to the Agreement. The Performance Bank Guarantee shall be valid for a period of 5years and 6 months from date of signing of contract. The Department of School Education may forfeit the Performance Bank Guarantee for any failure on part of Bidder to complete its obligations under the Agreement. The Performance Bank Guarantee shall be denominated in Indian Rupees and shall be absolutely , irrevocably and unconditional guarantee in the form of a Bank Guarantee issued by a Nationalized/Scheduled Commercial Bank and payable at Chandigarh in the format provided by Department of School Education. In the event of any amendments to Agreement, the Bidder shall within 15 days of receipt of such amendment furnish the amendment to the Performance Guarantee as required.

4.7 Service Level Agreement a. Service Level Agreement (SLA) defines the terms of the BOO/BOOT

operator’s responsibility in ensuring the performance of the Project based on the Performance Indicators as detailed in the RFP.

Directorate of School Education, Haryana

48

b. Measurement of SLA: The Measurement of SLA shall be performed either by a Third Party Agency as designated by the Department of School Education for respective scope of work in schools.

c. SLA Reporting: For reports of performance of the Project, the BOO/BOOT operator is required to submit monthly MIS for availability of Manpower/Hardware / Software and other equipments installed at schools site certified by the head of the school in the formats to be prescribed separately by the Directorate.

d. In case of failure to mitigate the material breach within the stipulated period, Directorate may terminate the Agreement. The Table below summarizes the Performance Indicators for the services to be offered by the BOO/BOOT Operator:

S.no SLA Parameter Stipulated period of Mitigation

Material/ SLA Breach Penalty per lab

1.

Computer system (Server, thin clients, monitor, keyboard, mouse, webcam, speakers) and Integrated Computer Projector installed in the ICT Lab or smart class rooms

2 working days continuously (even if computer system/Integrated Computer Projector is down during part of a calendar day, it will be counted as one calendar day)

> 2 days <=15 days

Rs. 500/- per computer system/ Integrated computer Projector per school per calendar day will be imposed on the bidder and it will be counted from day two

>15 days<=30days

Rs. 1000/- per computer system/ Integrated computer Projector per school per calendar day will be imposed on the bidder and it will be counted from day one

>30 days<=60days

all future payments due for next twelve months in respect of that school shall stand dissolved and

Directorate of School Education, Haryana

49

S.no SLA Parameter Stipulated period of Mitigation

Material/ SLA Breach Penalty per lab

1. Individual School >60 days if the bidder does not rectify the problem within this period then all future payments due for next remaining months in respect of that school shall stand dissolved

<=15% allotted Govt. Sr. Sec. Schools

the bidder is bound to provide all the services covered under the scope of work and for faulty execution penalty @ Rs 1000/- per day will be imposed as per the norms.

>15% allotted Govt. Sr. Sec. Schools

the contract shall be terminated at the risk and cost of the bidder.

Directorate of School Education, Haryana

50

S.no SLA Parameter Stipulated period of Mitigation

Material/ SLA Breach Penalty per lab

1. Non working of the equipments such as Multipurpose Printer, UPS and LCD TV/Monitor

within 3 working days from the lodging of the complaint.

<=3days @ Rs. 500/- per equipment per day per school.The penalty will be computed from day one.

>3 days<=15days

@ Rs. 1000/- per equipment per day per school will be imposed on the bidder.

>15days<=30days

@ Rs. 2000/- per equipment per day per school will be imposed on the bidder.

>30days payments due in respect of that school for the remaining months shall stand dissolved.

2. Non working of Internet(The clause is not to be invoked where Internet Service Provider (ISP) is not available)

within 3 working days from the lodging of the complaint

<=3days @Rs.500/- per day per school.The penalty will be computed from day one

>3 days<=15days

@ Rs. 1000/- per day per school will be imposed on the bidder.

>15days<=30days

@ Rs. 2000/- per day per school will be imposed on the bidder.

Directorate of School Education, Haryana

51

>30days payments due in respect of that school for the remaining months shall stand dissolved.

3. Non working of the networking

Within 3 calendar days from the lodging of the complaint.

<=3days @ Rs. 500/- per day per school will be imposed. The penalty will be counted from day one

>3 days<=15days

@ Rs. 1000/- per day per school will be imposed on the bidder

>15days<=30days

@ Rs. 2000/- per day per school will be imposed on the bidder

>30days payments due in respect of that school for the remaining months shall stand dissolved.

4. Non Functionality of the Multimedia Content(Penalty on multimedia educational content will be applicable only when Integrated Computer Projector/ system/LCD Tv/monitor is operational and multimedia educational content is non-functional)

<=3days >3days @Rs. 500/- per day will be imposed.The penalty will be counted from day one

>3 days <=15 days

@Rs. 1000/- per day per school will be imposed on the bidder

>15 days <=30 days

@Rs. 2000/- per day per school will be imposed on the bidder

>30days payments due in respect of that school for the remaining months shall stand dissolved

Directorate of School Education, Haryana

52

S.no SLA Parameter Penalty

1.

if Cluster Coordinators and State Project Officer remains absent without written intimation and does not respond to the queries raised by the Dy. DHE & DHE.

@Rs 1000/- Per day will be imposed

2. If the bidder fails to conduct the refreshers course of teachers as per schedule

@ Rs 1000/-per day per school will be imposed till the bidder conducts the refresher courses of teachers.

3.

If the Bidder fails to submit the Monthly Monitoring Reports (MMRs) of 628 schools within a week after each quarter

@ Rs. 500/- per school per day will be imposed for maximum 30 days, thereafter a consolidated penalty of Rs.1,000/- per school per day will be imposed till the submission of MMRs.

4.

If the Monthly Monitoring Reports (MMRs) submitted by the bidder is not as per the specified structure and format or is observed incomplete in any respect then report in respect of that school will be considered rejected

@ Rs. 500/- per MMR will be imposed till the complete MMR is submitted.

5.

If the bidder fails to complete all the liabilities in a school with in a stipulated period as mentioned in implementation schedule

@ Rs. 2000/- per school will be imposed for first 15 days

for next 15 days the penalty amount applicable will be @ Rs. 3000/- per school

Thereafter, all future payments due for next twelve months in respect of that school shall stand dissolved

If the bidder fails to complete all the remaining liabilities in these schools within 2 months after the expiry of the allotted time i.e. 120 days then all the due future

Directorate of School Education, Haryana

53

payments in r/o these schools will not be made in any case. All the furniture and fixtures and power point fittings need to be repaired / replaced, as per the requirement arise.

Directorate of School Education, Haryana

54

4.8 Payment Terms a. On completion of installation of hardware and software and connected

accessories as per RFP scope of work in all schools in the scope and receipt of certificate of installation from the concerned Head of School and Third Party Agency deputed by department, 20% of the total value of the contract will be paid to the selected bidder and remaining 80% will be paid in 20 equal Quarterly Guaranteed Revenue (QGR) installments after adjustment of the advance proportionately. The QGR shall be released after reviewing the progress of project, proper functioning of Equipment and adjustments of penalty if any as per SLA’s laid down in the RFP. The payment period will be for the contract period of five years, which would start from the date of issuance of Acceptance Certificate after the Acceptance Test of the school sites as defined in the RFP.

b. The QGR payment will be released on completion of three months and will not be given any installment in advance.

c. All payments will be subject to tax deduction as applicable at the prevailing tax rates.

d. The selected operator shall be paid Guaranteed Revenue on quarterly basis, at the rates agreed as per the agreement at the end of each 3 month for each school site which has been accepted in the Acceptance Test by Directorate based on the duly signed compliance reports by the respective head of the school and the Third Party Agency.

e. Quarterly guaranteed payment for each school site shall include the procurement, implementation, operation and maintenance of equipments along with providing the specified services for the entire service period as specified in the requirements section.

f. Eligible quarterly payments, for the school site accepted in the Acceptance Test shall become due from the date of issuance of Acceptance Certificate.

g. The Selected operator shall make a payment request after the end of each quarter separately to Directorate of School Education for scope of work in Schools with at least following supporting document:

I. Acceptance certificate in case inclusion of new school sites is there in a respective quarter

Directorate of School Education, Haryana

55

II. SLA compliance report as prepared by the Third Party Agency

h. No payment shall accrue until the performance security has been furnished.

Directorate of School Education, Haryana

56

Annexure 1- Detailed Technical Specifications

Vinyl Flooring Details

Providing and fixing 2mm thick plain PVC/Rubber flooring. Colored /Corbel

or mosaic or mottled or wood pattern finish, laid with approved adhesive.

Wherever a minor repair is required for leveling the floor the same may

also be carried out.

Electrical wiring and equipments

Earthing • Copper plate earthing stations making earthing with copper earth plate

600 mm x 600 mm x 3 mm thick including funnel, charcoal/coke, salt, all

earth work.

• The earthing should be 8 feet deep or more.

Lighting • 12X20 W CFL (Compact Fluorescent Light) and bulb holders

Ceiling fans

No 2

• 48” blade with regulator

• Indicative Brands: Philips / Wipro/ Usha /Crompton Greaves /Khaitan /

Bajaj

1 Exhaust fans

• 10” sweep (Two exhaust fan per lab)

• Indicative Brands: Philips / Wipro/ Usha /Crompton Greaves /Khaitan /

Bajaj

Switches and sockets

• Two 6 A- 240 V switches

• Two 2 in 1 sockets with shutter

• One 16 A – 240 V socket with shutter

• Indicative Brands: - Anchor / Havells / crabtree /Wipro /Phillips/ North

West

• Switches and sockets is to be provided for all electronics/IT equipments

including printer and amplifier to be placed at lab technician table.

Wiring • PVC conduits including MS/GI boxes

• All wires should be covered, insulated and properly clamped.

• Wiring for 6/16 A power outlets with 4 mm2 PVC insulated stranded

copper conductor wires

Directorate of School Education, Haryana

57

• Earthing of 3rd pin with PVC insulated green color 2.5 mm2 copper wire

Furniture - Should be ISO 9001-2000 and ISO 14001 and green guard certified Manufacturer.

Computer Table

Refer Picture 1.1

• Computer table of dimensions 1200 mm X 600 mm.

• 18mm pre laminated particle board conforming IS: 12823.

• Pretreated & powder coated steel frame (as per the line drawing).

• Good quality PVC edge bending to be provided on pre laminated board.

• No Sharp corners, smooth edges are essential.

• Legs frame made of 1.5 inch square pipe, 16 gauges.

• Table rests on good quality glide screws.

• Full length footrest is to be provided.

• 65mm diameter hole for drawing cables is to be provided , this hole has

to be covered with plastic cover

• Good quality telescopic slider along with full width keyboard with 30cm

projected depth panel, keyboard free space is 10 cm.

• Table must have a modesty panel of 200mm height to be provided.

• End caps to be provided.

• Connector tube as per the line drawing to be provided.

Students Chair

Refer Picture 1.2

• Seat/Back Assembly: The seat and back are made of minimum1.0 cm

thick hot pressed water resistant commercial plywood. Upholstered with

P.U foam and fabric.

• Back Size : 42.0 cm W x 27.0 cm (H)

• Seat Size 42.0 cm W x 42.0 cm (D)

• Polyurethane foam is moulded with density = 45 +/-2 kg/m3 and

Hardness = 20 +/- 2 kg on Hampden machine at 25 % compression.

• Understructure assembly is a mainframe made of dia. 2.54 cm (1”) x 14

BG M.S.E.R.W. tube and welded leg tube made of dia. 2.54 cm (1”) x

18 BG M.S.E.R.W. tube to the form the complete assembly which is

black powder coated.

Instructor • Supply and placing the chair whose seat shall be made up of 1.2 cm

thick hot pressed plywood and back injection moulded from black Co-

Directorate of School Education, Haryana

58

Chair

Refer Picture 1.3

polymer Polypropylene are upholstered with fabric and moulded

Polyurethane foam together with covers.

• The back foam shall be designed with contoured lumbar support for

extra comfort. The back size shall be 39.0cm (W) x 24.0cm. (H) And

seat size shall be 44.0cm (W) x 41.0cm. (D).

• The foam used shall be the polyurethane foam moulded with density =

45 +/-2 Kg. /m and hardness = 20 +/-2 on Hampden machine at 25%

compression.

• The armrest tube shall be made of 3.5cm. X 1.5cm. X 16 BG. M.S.

E.R.W. oblong connecting tube welded to Dia. 2.54cm. X 16 BG. M.S.

E.R.W. support tubes and black powder coated.

• The armrest shall be made of black integral skin polyurethane with 50-

70 Shore `A’ Hardness and reinforced with M.S. insert.

• The upholstered seat shall be covered on the underside with black

Polypropylene non-woven fabric and the upholstered back shall be

covered with a back cover injection moulded in black Co-polymer

Polypropylene.

• The adjustable back mechanism shall be designed with the following

features namely 360 degree revolving type ,shall have Provision for

backrest tube (3.5cm. x 1.5cm. x 16BG.) , shall have Back height

adjustment 9.0 cm and shall have infinite locking of back height.

• The pneumatic height adjustment shall have an adjustment stroke of

9.0 cm. The pedestal shall be fabricated from 0.2cm. thick CR steel,

powder coated and fitted with an injection moulded black Polypropylene

hub cap and 5 nos. twin wheel castors.(castor wheel dia. 5.0cm.)

• The pedestal shall be 55.0cm and pitch-center dia (65.0 cm with

castors).

• The twin wheel castors shall be injection moulded in 30% Glass Filled

Black Nylon.

Power back up Arrangements

UPS • Capacity for 2617 schools: Minimum 5 KVA, ISO 9001/9002

• Capacity for 5 smart schools: Minimum 15 KVA, ISO 9001/9002

Directorate of School Education, Haryana

59

• Technology: Microcontroller based IGBT High Frequency Technology.

PWM Rectifier with inbuilt APFC & IGBT Charger

• Input Range: 160-270V (on full load)

• Output Voltage & Waveform: 230 +/- 1% Pure Sine Wave

• I/P & O/P Power Factor: 0.8 or higher power factor for UPS implies

that the actual output capacity of UPS to be 8KW or higher

• Mains & Battery: Sealed Maintenance Free Battery, Mains & Battery

with necessary indicators, alarms and protection with proper battery

storage stand

• Indicative Brands: Exide, Panasonic, Amar Raja, Global Yuasa,

Hitachi, CSB, Amco

• I/P & O/P Freq: 50 Hz +/- 10%, 50Hz +/- 0.1%;

• Crest Factor: min. 3:1;

• Third Harmonic Distribution: < 3%;

• Input Harmonic Level: < 10%;

• Overall Efficiency: Min. 90% on Full Load;

• Noise Level: < 55 db;

• Cables: With all necessary cables & plug;

• Display type: LCD for input & output parameter;

• Rack: Suitable metallic rack for housing of SMF batteries

• Certification: ISO 9001/9002

Diesel Generator Set

• Capacity for 2617 schools: Minimum 7.5 KVA, ISO 9001/9002

• Capacity for 5 smart schools: Minimum 15 KVA, ISO 9001/9002

• Type: Diesel Run Silent Generator

• Power Factor: 0.8

• Engine: Engine should be electric auto start, water cooled, maximum

1500 rpm, 4 stroke multiple cylinders/single, and diesel operated

confirming to relevant BS and IS standard.

• Output Frequency: 50Hz+-0.5Hz

• Acoustic Enclosure: A proper canopy/shed arrangement has to be

provided to house the Generator .Fuel tank shall be provided inside the

Directorate of School Education, Haryana

60

enclosure and shall have the capacity for not less than 8 hours of

operation. The school authority will facilitate identification of a suitable

location to ensure minimum disturbance to school learning environment

• Installation: Suitable foundation, vibration isolation mounting should be

provided

• Indicators and warnings: Over speed /under speed/High water

temperature/low lube oil etc.

• Intake System: Naturally Aspirated

• Certification: ISO 9001/9002, relevant BS and IS standard.

IT Infrastructure Requirements

Computer Server

• CPU:

Intel Xeon 3430 Quad Core processor 2.4 GHz or better with 8 MB L2

cache Memory, 1066 MHz FSB or better.

Or

AMD Opteron 1389, 2.9 GHz Quad Core, 64 bit processor or better with 4 x

512 KB L2 cache and 2 MB L3 cache,2000 MHz HT Bus or better

• Motherboard:

Intel 3420 Series or equivalent OEM Motherboard. Motherboard should be

capable of 1333 MHz FSB.

Or

Better/ Nvidia /Broadcom chipset for AMD Processor on OEM to support

2000 MHz FSB with support for Quad core CPU.

• Slots: 4 PCI/ PCI Express

• Memory: 4 GB ECC 1066 MHz DDR3 RAM and min. 4 DIMM slots.

• Hard Disk Drive: 2 x 500 GB or higher Enterprise Class Hot swap

SATA HDD 7200 RPM with RAID 0/1 support

• Monitor: 18.5’’ TFT/wide TFT, TCO-05 with same make as of CPU.

• Video Controller: To support VGA or above resolution

• Keyboard: 104 Keys Keyboard

• Mouse: USB Mouse

Directorate of School Education, Haryana

61

• Bays: 4 Bays (Minimum 2 Internal)

• Ports: 4 USB Port, 1 Serial Port

• Cabinet: Tower

• Certifications: Windows & Linux Certified & ISO 9001 certified.

• DVD ROM: 16 x DVD Writer

• Networking: Dual LAN (10/100/1000) Network Card with asset

features tracking and security management, remote wake up.

• Power Management: Screen blanking, hard disk and system idle mode

in power on, set up password, power supply surge protected.

• Operating System & Pre-loaded software:

• Latest Windows operating system for server or Linux operating system

for server

• Pre loaded office suite for word processing, spreadsheets, and

presentations.

• PDF Reader

• Media player

• Latest Anti virus software

1 GHz OR ABOVE LINUX/WINDOWS BASED THIN CLIENT WITH BROWSER

• Processor: 1 GHz or above AMD/Intel/VIA Mobile processor

• RAM: 1 GB DDR2/ SDRAM (includes 64MB reserved for video)

• Flash: 1 GB powered IDE Flash

• Graphics & Monitor: 16 MB graphics shared memory with support for

high resolution monitors up to 1280 x 1024 (monitor not included)

• Audio: Line in, Line out and Speaker out one each at front and back

• Keyboard: Minimum 104 keys keyboard with USB 2.0 or PS2 interface

• Mouse: 2 button Scroll optical mouse with USB 2.0 or PS2 interface

• Monitor: 18.5’’ TFT/wide TFT, TCO-05 with same make as of CPU

• Expansion: Mini PCI/PCI Slot

• Printer support: Local and network printers (RDP, ICA) Thin Client

Local print manager

• Networking: TCP/IP with DNS and DHCP, 10/100/1000 Base Fast

Ethernet

Directorate of School Education, Haryana

62

• Protocols: Twisted pair (RJ-45), Point-to-Point Protocol (PPP), Point-

to-Point Protocol over Ethernet (PPPoE), Point-to-Point Tunneling

Protocol (PPTP), Wake on LAN and PXE.

• I/O Ports: 4 USB ports (ver 2.0), 2 PS/2, 1 RJ-45, 1 VGA Connectors, 2

High speed serial ports, one centronics parallel port

• Power Supply: 100 to 240 VAC, 50 Hz energy-saving automatic Power

down.

• Terminal Server:

X RDP and X ICA, X 11R6 and REXEC Protocols

OR

integrated Microsoft RDP and Citrix ICA

• Operating System & Management S/W:

LINUX (2.6 Kernel) with FIREOX 3.5, FLASH PLAYER, Acrobat reader

9.0, Enterprise Client Management software with asset management to

be able to control all the Thin Client functioning like re-start, shutdown,

shadow, upgrade etc.

OR

Latest windows software, with IE 8.0 Browser Enterprise Client or

higher, Media player, Acrobat reader 9.0, Enterprise Client

Management software with asset management to be able to control all

the Thin Client functioning like re-start, shutdown, shadow, upgrade

etc.,

• Additional Features: DHCP/FTP enabled flash upgrade, VNC Server

and Txtpad, Multi user/Single user log on support locally.

• Physical Characteristics: Connection cooled fan less design, no

moving part.

• Regulatory Compliance from Govt. approved regulatory bodies: EMI/EMC - FCC Class-B, Fire safety, Shock proof and Power

consumption: - Energy Star

• 16-Port Copper Gigabit Web Smart Switch

Directorate of School Education, Haryana

63

• Port Interface : 10BASE-T/100BASE-TX/1000BASE-T: 16

• Performance: Switching Capacity: 32 Gbps; Max. Packet Forwarding

Rate: 23.8 Mpps; MAC Address Table Size: 8K; Static MAC Entries:

256 entries

• Physical Features: 19" Rackmount, 1U Height; Fanless; Internal AC

Power Supply; Power Saving (Green)

• Layer 2 Features : Spanning Tree (STP) 802.1d; Rapid Spanning Tree

(RSTP) 802.1w; Loopback Detection; Static Port Trunking (Up to 8

groups / Max. 8 ports per group); Link Aggregation LACP 802.3ad (Up

to 8 groups / Max. 8 ports per group); Port Mirroring (One-to-One /

Many-to-One); Jumbo Frame (10,240 Bytes); CPU Interface Filtering

• Layer 2 Multicast Features: Internet Group Management Protocol

(IGMP) Snooping (v1 / v2); IGMP Snooping Groups: 256

• Virtual LAN (VLAN) Features: Tagged VLAN 802.1Q (256 Static

VLANs); Voice VLAN; Asymmetric VLAN

• Quality of Service (QoS) Features : 4 Queues; Traffic Prioritization

802.1p; Strict Priority; Weighted Round Robin (WRR); CoS based on

Switch Port; CoS based on 802.1p Priority; CoS based on Differentiated

Services Code Point (DSCP); Bandwidth Control

• Access Control List (ACL) Features: Access Control List; Max. ACL

Profiles / Rules: 50 / 240

• Security: Secure Sockets Layer (SSL) (v1 / v2 / v3); Port Security (Max.

64 MAC Addresses per Port); Broadcast/Multicast/Unicast Storm

Control; DHCP Server Screening; ARP Spoofing Prevention

• Authentication, Authorization & Accounting (AAA) Features : 802.1X

Access Control; ARP Spoofing Prevention

• Management Features : Web-Based GUI; Command Line Interface

(CLI) (Compact CLI); Telnet Server; TFTP Client; Simple Network

Management Protocol (SNMP) (v1 / v2c / v3); SNMP Trap; System Log;

Trap / Alarm / Log Severity Control (Trap only); BOOTP / DHCP Client;

Directorate of School Education, Haryana

64

Cable Diagnostics

Printer/ Scanner/ Copier

• Multi Functional Laser Printer with facility of print, scan, copy speed 16

PPM, 1200 DPI, 64 MB RAM

• 150 sheet tray output, auto redialing, display 6.4 cm LCD, 10/100 Base

–T Ethernet network, copier resize 25 to 400%, copy speed up to

18cpm

Integrated Computer Projector

• Display Engine: Brightness: 3000 ANSI Lumens, Contrast Ratio:

2000:1, Resolution: XGA: 1024 x 768, Lamp life: 5000 hr,

• Computing Engine: Intel® Core™ 2 Duo Processor 1.6 GHz or higher

with Intel G4X Chipset or higher Intel Chipset, 2GB Dual Channel DR II

or higher, Graphics: Intel 945G with up to 128 MB of VRAM, Storage:

160 GB SATAII@7200rpm of higher Optical Drive: DVD RW

• System Audio: (Internal: 30W )External: connections required for

connecting stereo active speakers/amplifier & speakers Microphone:

Stereo Microphone input

• TV Tuner with native XGA resolution, 150” Channels, recording and

playback capabilities

• External I/O: 4x hi-speed USB 2.0, 1xgigabit LAN, 3x RCA in from

VHS/VCD player, 1x stereo in for connecting microphone, 1x VGA in for

connecting external XGA document camera, 1 x RF input for

cable/antenna connection Audio Output through Stereo jack for external

powered speakers should be compatible with Microsoft Windows Xp,

Windows Vista, Windows 7 and Linux etc.

• Accessories: Remote for integrate computer Projector Remote for TV

Tuner. DVD writing software and TV Tuner application installed with the

product

Web Camera • Enhanced VGA sensor (640 x 480 pixels)

• Video capture: up to 800 x 600 pixels (software enhanced)

• Photos: up to 1.3 mega pixels (software enhanced) Up to 30 frames per

second video (with recommended systems),

• Hi-Speed USB 2.0 certified,

• Universal clip fits notebooks, LCD or CRT monitors

Directorate of School Education, Haryana

65

• Snapshot button for capturing photos

LAN Equipment and Cabling

• 16 Port 1000 mbps semi managed Switch should be Rack Mountable

• Providing and fixing of 9U Rack Wall mounting of standard design

• Providing and fixing of 24 Port Patch Panel with making necessary

connections and of standard design

• CAT 6 UTP cable

• CAT6 Patch Panel

• 9U wall mounting Rack

• 3m patch code from IO to PC

• 1m Patch code from patch panel to switch

• Information outlet box

• PVC pipe 1.5’’ – IS certified

• Certification: ISO 9000:14000 as OEM

• UL Listed , ETL, ROHS Compliant verified for passive components

Bio Metric Device

• LCD Color display with Min 3" screen size

• High Resolution Optical Fingerprint Scanner minimum 500 DPI

• Transaction record: 50,000 impressions

• Biometrics only Authentication

• USB Port

• In-device authentication

• Person Name and ID display

• Automatic Server to Device Synchronized

• Lowest Fingerprint Data Storage

• FAR 0.0001% & FRR 0.01% max

• Automatic Fingerprint Detection and Activation

• Online or Offline Transmission of data

• CE, FCC and ISO 9000 Certification or any other standard Certification.

• Suitable enclosure with lock and key for biometric devices with Wall

Mounting accessories for physical security and to make it temper proof

Note: The device should have either an in built GPRS modem in the device

or capable of transmitting data using broadband internet connection.

Directorate of School Education, Haryana

66

Picture 1.1

Picture 1.2

Directorate of School Education, Haryana

67

Picture 1.3

Looking to the large number of hardware, the hardware OEM manufacturer from

whom the hardware (desktop & UPS) are being procured by the bidder should fulfil

the following preconditions (submit documentary evidence in support of fulfilling

these conditions while submitting the technical bid):

• The desktop hardware OEM must be the manufacturer of Desktops quoted by the

Bidder and it should have Direct OEM account and should be authorized to preload

PC Operating System of along with Recovery CD.

• The hardware OEM‟s must carry certifications as specified in the Technical

Specifications. The Bidder should enclose relevant internet printouts, photocopies

of the certificates, catalogues, brochures, etc. in support of all the items quoted.

The Manufacturer of the product (OEM) should be ISO 9001:2000 Process Certified

for manufacturing. ISO certificates are must for items like Desktops, Printers,

Scanner, Projector, Generator set and UPS.

• Bidder to provide reference site of OEM with order copies and satisfactory

performance report of their proposed solution in India.

Directorate of School Education, Haryana

68

• The Bidder will indicate the exact make & model of it in the technical bid so that

their performance eligibility could be assured as per specifications mentioned in this

tender. Bidder would supply, install & deploy only those makes & models which

have been accepted during technical evaluation. No other make & model will be

supplied which is not quoted or not approved.

Directorate of School Education, Haryana

69

Annexure 2: Cover Letter

Date: RFP Reference No. : To Director, Secondary Education, Haryana, Top Floor, 30 Bays Building, Sector 17 B, Chandigarh Sub: Acceptance of Terms and Conditions contained in RFP NO-______. Dear Sir,

1) We, the undersigned, having carefully examined the referred RFP, offer to

Propose for the selection as service provider for ICT Labs in Schools in

Haryana on BOOT/BOO Basis, in full conformity with the said RFP.

2) We have read the all the provisions of RFP and confirm that these are

acceptable to us.

3) All the prices mentioned in our proposal are in accordance with the terms as

specified in the RFP document. We do hereby confirm that our proposal

includes all taxes, duties etc.

4) We further declare that we will start and complete various tasks as per

promulgated time schedule.

5) We hereby declare that all the information and statements made in this

proposal are true and accept that any misrepresentation or misinterpretation

contained in it may lead to our disqualification.

6) We understand you are not bound to accept any proposal you receive, not to

give reason for rejection of any proposal and that you will not defray any

expenses incurred by us in bidding.

7) Banker’s Cheque/ Demand draft no. _______ dated ________ drawn on

____________ for INR ______/- is enclosed towards EMD.

8) Banker’s Cheque/ Demand draft no _______ dated ________ drawn on

_________ for INR ______/- is enclosed towards RFP document cost as

Directorate of School Education, Haryana

70

document was downloaded from website OR receipt is enclosed as RFP

document was purchased.

9) I further certify that I am an authorized signatory of my company (Prime bidder

in case of consortium bid) and am, therefore, competent to make this

declaration.

Signature………………………………. In the capacity of Duly authorised to sign Proposal for And on behalf of [Company Name]. Date Place:

Directorate of School Education, Haryana

71

Annexure 3 - Technical Bid Evaluation Criteria

The evaluation criterion* for the technical bid will be as follows:

S.No. Criteria Weight age Organization Capability 10

a. Average Annual Turnover of Prime bidder for the past three financial years • 500 crores < turnover < 700 crores : 7 marks • 700 crores < turnover : 10 marks

10

Project Experience 55 b. Experience in Facility Management Services 15 c. Experience in implementing similar projects on PPP

framework (BOO/BOOT etc) • 1-2 Projects : 3 marks • 2-4 Projects : 7 marks • More than 4 Projects: 10 marks

10

d. Experience in implementation & delivering of IT Infrastructure for Computer Education / Computer Aided Education/ Teacher Training/ imparting Multimedia based educational content as a part of Government Education Initiatives • 1-2 Projects : 5 marks • 2-4 Projects : 10 marks • More than 4 Projects: 15 marks

15

e. Experience of provisioning ICT Assistants / Lab Assistant/Computer Instructor

• Up to 500 : 5 marks • Up to 700: 10 marks • More than 700: 15 marks

15

Miscellaneous 35 f. Proposed Technical solutions (weight age will be given

for specifications proposed over and above the prescribed specifications in the RFP) weight age will be given to the bidder proposing education learning content CD and material relevant to computer aided learning at no extra cost

10

g. Proposed Team structure (weight age will be given for manpower proposed over and above the minimum team structure proposed in the RFP)

5

h. Project Implementation Approach 10 i. Project Monitoring and MIS 5 j. Local Presence in Chandigarh/Haryana 5

Total

100

Directorate of School Education, Haryana

72

Annexure 4 - Past Relevant Experience

1. Project Serial No. 2. Name of Project: 3. Name of Client: 4. Address of Client:

5. Contact Person Name: Mobile/ Telephone:

6. Total Project value (INR):

7. Value of work: 8. Start & End Date: 9. Project Timeline/ Duration (in months):

10. Completed/ Ongoing:

11. If on-going at what stage:

12. Project Team Size : Project Manager, Service Engineers, Maintenance & Support Staff

13. Brief Narration of the project

Signature………………………………. In the capacity of Duly authorised to sign Proposal for And on behalf of [Company Name]. Date Place:

Directorate of School Education, Haryana

73

Annexure 5 – CV Format

1 Proposed Position

2 Name of Firm 3 Name of Staff

4 Designation in the firm/entity

5 Date of Birth

7 Years with company 8 Total years of

experience

10 Educational Background

12 Employment record From: To: Position held: Employer:

13 Training

14 I, the undersigned, certify that to the best of my knowledge and belief, these data correctly describe me, my qualifications, my experience

Signature………………………………. In the capacity of Duly authorised to sign Proposal for And on behalf of [Company Name]. Date Place:

Directorate of School Education, Haryana

74

Annexure 6 - Pre-Bid Query Format

Directorate School Education, Haryana

Bidder’s Request For Clarification

Name of the Organization Name & Designation of the person submitting the requests

Contact Details/ Telephone No. / email of the person submitting the requests

Tel: Fax: e-Mail: S.No. RFP Document

Reference (Section Number/page)

Content of RFP requiring clarification

Clarification sought

1 2 3

Directorate of School Education, Haryana

75

Annexure 7 - Deviations* (if any)

S.No. Reference

(Section No. & Page No.)

Deviation in proposal

Brief Reason

1)

2)

3)

4)

Directorate of School Education, Haryana

76

Annexure 8 - Manufacturers Authorization Form (To be submitted separately for Computers/Printers/UPS/Generator/Projector and

other IT equipment)

Date:

To,

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

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.

Directorate of School Education, Haryana

77

Annexure 9 - List of 2622 Schools (2617 schools and 5 smart schools)

The List of the schools will be furnished to the successful bidder

Directorate of School Education, Haryana

78

Annexure 10 – Special Power of Attorney Format

(Note: A standard document by bidder firm authorizing the person signing the proposal documents on behalf of the bidder firm will also be acceptable.)

Know all me by these presents that we <<name of company>> incorporated in India under the Companies Act, 1956 and having its registered office at <<registered office address>> (India) (Hereinafter called the “Company”) DOTH hereby nominate, constitute and appoint <<name of person in whose favour authority is being made under the attorney >>, <<Designation of the person>>, s/d/o <<father’s name of the person>>, to be true and lawful attorney in fact and at law of the Company for and in the name and on behalf of the Company, to do, execute and perform all or any of the following acts, deeds, matters and things namely:

1. To appear for and represent the Company to all intents and purposes in connection with the matters pertaining to signing and submission of tender (RFP No. xxxxxxx for Selection of service provider For ICT Education in Haryana on BOOT/BOO Basis)

2. AND the Company hereby agree that all acts, deeds and things lawfully done by the said attorney shall be construed as acts, deeds and things done by the Company itself on the above matter and the Company hereby undertakes to ratify and confirm all and whatever its attorney shall lawfully do or cause to be done for and on behalf of the Company by virtue of the powers hereby given.

In witness whereof <<name of person authorized to execute the attorney on behalf of Company>>, <<Designation of the person>> of the Company acting for and on behalf of the Company under the authority conferred by the <<reference of body/ notification/ authority orders like Board of Directors of the Company>> in its << reference/ number/ meeting held on>> dated <<date of reference>> has signed this Power of Attorney at <<place>> on this day of <<day>> <<month>>, <<year>>.

The signatures of <<name of person in whose favour authority is being made under the attorney >> given below are hereby certified.

<<Signature, name & designation of person executing attorney and name of company>>

WITNESS:

<<Signature, name & designation of person witness to this attorney>>

<<Signature & name of the person in whose favour authority is being made under the attorney >>

CERTIFIED:

<<Signature, name & designation of person executing attorney and name of company>>

Directorate of School Education, Haryana

79

Annexure 11 – Checklist

S. No.

Item Technical Specification as proposed by Bidder

Brand / Make

Quantity per ICT Lab

As per Specification described in RFP

Any additional features proposed

Supportive Documents Page No. in proposal

1. Vinyl Flooring

2. Electric wring

and

equipments

3. Furniture

4. UPS

5. Diesel

Generator set

6. Server

7. Thin Client

8. Printer/

Scanner/

Copier

9. Projection

System

10. Web Camera

11. LAN

Equipment

Directorate of School Education, Haryana

80

12. Internet

13. Consumables

14. Miscellaneous

Items (Fire

extinguisher,

white board,

Lab

cleanness kit,

Curtains, Wall

Clock)

15. Bio-Metric

Device

16. Any Other

Service

Directorate of School Education, Haryana

81

Form 1 – Pre Qualification Format

S. No

Particulars Description/ Details

Reference Documents

Page No

A Name of Bidder

In case of consortium, an MoU between consortium members that

includes inter-alia the following:

• Role of each Member of the consortium

• Mechanism for decision making and dispute resolution

• Power of Attorney for appointing of the Lead member/Company as a Prime Bidder.

• Consortium members should be from different line of business as per the scope of the RFP

B Contact Details

a) Address

b) Telephone

c) Fax

d) Email

e) Website

C Incorporation Details

a) Incorporation Number

b) Date of Incorporation

Directorate of School Education, Haryana

82

c) Authority

D Service Tax and Pan Card

Registration Details

a) Service Tax and Pan Card

Number

b) Date

c) Registration Authority

E Financial Turnover

a) 2007-2008

b) 2008-2009

c) 2009-2010

F Profitable in Last 3 Years

a) 2007-2008

b) 2008-2009

c) 2009-2010

G No of Professionals

Total Man Power

H Name of Authorized Signatory

from the Prime Bidder

a) Position

b) Telephone

c) Fax

d) E Mail

I Self certificate that bidder will bid

for all 2622 Govt. Schools

including 5 smart schools

J Project for supply, installation

and maintenance of IT

Directorate of School Education, Haryana

83

Infrastructure in Schools in India

for at least 1000 schools in last 5

years.

a) Name of the Client

b) Address

c) Contact Person Name &

Mobile/ Telephone

d) Project name and brief scope

Covering

e) Start Date

f) End Date

g) Duration

h) Order Value

K Project details covering at least

500 Lab Assistant /ICT

assistants to central/state govt.

schools/Institutions in last 5

years

OR

The consortium company /

society, to be short listed for

supplying qualified human

resource, should be facilitating

graduate/post graduate level IT

education, directly/indirectly,

through regular/distance

education mode, at least for last

three years, and must be

facilitating at least 50 Learning

Institutes of graduate/post

Directorate of School Education, Haryana

84

graduate level IT education in

India till 31-10-2010.

a) Name of the Client

b) Address

c) Contact Person Name &

Mobile/ Telephone

d) Project name and brief scope

e) Start Date

f) End Date

g) Duration

h) Order Value

L Turnover of the manufacturer

(OEM) of computer server and

thin client should be minimum

200 crores per annum during the

last three preceding financial

years

2007-08

2008-09

2009-10

M The turnover of the manufacturer

(OEM) of printer should be

minimum 100 crores per annum

during the last three preceding

financial years

2007-08

2008-09

2009-10

N The turnover of the manufacturer

Directorate of School Education, Haryana

85

(OEM) of Diesel Generator Set

to be offered should be minimum

200 crores per annum during the

last three preceding financial

years

2007-08

2008-09

2009-10

O In case of networking, the

turnover of OEM to be offered

should not be less than Rs. 100

crores per annum during last

three preceding financial years

2007-08

2008-09

2009-10

P In case of Integrated computer

projector, the turnover of OEM to

be offered should not be less

than Rs. 100 crores per annum

during last three preceding

financial years

2007-08

2008-09

2009-10

Q a) The bidder shall not be

blacklisted with any of the

Central government Department

and any State Department in

Govt. of Haryana on account of

Directorate of School Education, Haryana

86

corrupt or fraudulent practices.

b) No pending litigation against

bidder with any Central Govt.

Department and any State

Department with Govt. of

Haryana

Signature………………………………. In the capacity of Duly authorised to sign Proposal for And on behalf of [Company Name]. Date Place:

Directorate of School Education, Haryana

87

Form 2 - Technical Bid Format

S.No. Criteria Remarks Page No. of Technical Proposal

Organization Capability a. Average Annual Turnover of Prime

bidder for the past three financial years • 500 crores < turnover < 700

crores : 7 marks • 700 crores < turnover : 10 marks

Relevant Turn over document

Project Experience b. Experience in Facility Management

Services Relevant Documents

c. Experience in implementing similar projects on PPP framework (BOO/BOOT etc) • 1-2 Projects : 3 marks • 2-4 Projects : 7 marks • More than 4 Projects: 10 marks

Relevant scope of work Project work order / Completion certificate / Contract Annexure 4 format

d. Experience in implementation & delivering of IT Infrastructure for Computer Education / Computer Aided Education/ Teacher Training/ imparting Multimedia based educational content as a part of Government Education Initiatives • 1-2 Projects : 5 marks • 2-4 Projects : 10 marks • More than 4 Projects: 15 marks

Relevant scope of work Project work order / Completion certificate / Contract Annexure 4 format

e. Experience of provisioning ICT Assistants / Lab Assistant/Computer Instructor • Up to 500 : 5 marks • Up to 700: 10 marks • More than 700: 15 marks

Relevant scope of work Project work order / Completion certificate / Contract Annexure 4 format

Miscellaneous f. Proposed Technical solutions Filled Annexure

Directorate of School Education, Haryana

88

(weight age will be given for specifications proposed over and above the prescribed specifications in the RFP) weight age will be given to the bidder proposing education learning content CD and material relevant to computer aided learning to at no extra cost

11 and technical solution document

g. Proposed Team structure (weight age will be given for manpower proposed over and above the minimum team structure proposed in the RFP)

Annexure 5 for the CV of the proposed team structure

h. Project Implementation Approach

Implementation approach and timelines

i. Project Monitoring and MIS

Project management structure and monitoring and risk strategy

j. Local Presence in Chandigarh/Haryana

Supporting document in Pre Qualification will be referred

Signature………………………………. In the capacity of Duly authorised to sign Proposal for And on behalf of [Company Name]. Date Place:

Directorate of School Education, Haryana

89

Form 3 (a) - Commercial Bid Format

S.No. Details QGR per lab in Rs.

(B)

Value in words

1. ICT Labs in

Schools

2. Total

Note: Above prices should include all taxes, transport, insurance, installation etc as applicable at schools site (in each of 2622 schools). Conditional bids will be instantly rejected.

Signature………………………………. In the capacity of Duly authorised to sign Proposal for And on behalf of [Company Name]. Date Place:

Directorate of School Education, Haryana

90

Form 3 (b) - Commercial Bid Format (Unit Wise)

S. No.

Item Technical Specification as proposed by Bidder

Brand / Make

Unit Price in Rs.

1. UPS

2. Diesel Generator set

3. Server

4. Thin Client

5. Printer/ Scanner/

Copier

6. Projection System

7. Web Camera

8. Bio Metric Device per

ICT Lab

9. Networking per ICT

Lab

Signature………………………………. In the capacity of Duly authorised to sign Proposal for And on behalf of [Company Name]. Date Place:

• Price given in proposal shall be valid for 6 months from the date of signing of the agreement.