sarva siksha abhiyaan (ssa), rajasthan implementing agency

49
SARVA SIKSHA ABHIYAAN (SSA), RAJASTHAN IMPLEMENTING AGENCY RAJASTHAN COUNCIL OF ELEMENTARY EDUCATION II nd and III rd Floor, 5 th Block, Dr. S.Radhakrishnan Shiksha Sankul, Jawahar Lal Nehru Marg, Jaipur Ph: 0141-2703544, 2700366 Fax: 0141-512738, 2700366 BID DOCUMENT FOR COMPUTER AIDED LEARNING PROGRAMME (CALP) ON THE BASIS OF BOOT / BOO MODEL IN 2500 GOVT. UPPER PRIMARY SCHOOLS FOR 5 YEARS (W.E.F. 2008-09 TO 2012-13)

Transcript of sarva siksha abhiyaan (ssa), rajasthan implementing agency

SARVA SIKSHA ABHIYAAN (SSA), RAJASTHAN

IMPLEMENTING AGENCY

RAJASTHAN COUNCIL OF ELEMENTARY EDUCATION II nd and IIIrd Floor, 5th Block, Dr. S.Radhakrishnan Shiksha Sankul,

Jawahar Lal Nehru Marg, JaipurPh: 0141-2703544, 2700366 Fax: 0141-512738, 2700366

BID DOCUMENT FOR

COMPUTER AIDED LEARNING PROGRAMME (CALP) ON

THE BASIS OF BOOT / BOO MODEL IN

2500 GOVT. UPPER PRIMARY SCHOOLS FOR 5 YEARS (W.E.F. 2008-09 TO 2012-13)

2

RAJASTHAN COUNCIL OF ELEMENTARY EDUCATION

II nd and IIIrd Floor, 5th Block, Dr. S.Radhakrishnan Shiksha Sankul, Jawahar Lal Nehru Marg, Jaipur

NATIONAL COMPETITIVE BIDDING FOR COMPUTER AIDED LEARNING PROGRAMME (CALP) ON THE BASIS OF BOOT / BOO MODEL

Bid Ref: F-7 ()/RCEE/CALP-BOOT / BOO MODEL /NCB-SSA-I/2008-09 ___________Date : 05.12.2008

DATE OF COMMENCEMENT OF SALE OF BIDDING DOCUMENT : 05.12.2008

LAST DATE FOR SALE OF BIDDING DOCUMENT : 24.12.2008

TIME AND DATE OF PRE BID : 15.12.2008 at 1400 hrs MEETING

LAST DATE AND TIME FOR RECEIPT OF BIDS : 26.12.2008 upto 1400 hrs.

TIME AND DATE OF OPENING OF BIDS : 26.12.2008 at 1430 hrs.

VALIDITY OF BID : 120 DAYS FROM THE DATE OF OPENING OF TECHNICAL BID

PLACE OF PRE BID MEETING, OPENING OF BIDSAND ADDRESS FOR COMMUNICATION

Rajasthan Council of Elementary EducationII nd and IIIrd Floor, 5th Block, Dr. S.Radhakrishnan Shiksha Sankul,

Jawahar Lal Nehru Marg, JaipurTelephones 0141-2703544, 2700366 Fax : 5127388

3

I. CONTENTS OF BID DOCUMENT

SECTION DESCRIPTION PAGE NO.

I Invitation for bids (IFB) 5

II Instructions to bidders 7

III Description and scope of the contract 16

IV Technical Specifications 18

V General Conditions of Contract – GCC 21

VI Special Conditions of Contract – SCC (22-36) 22

II. LIST OF DOCUMENTS TO BE SUBMITTED IN FIRST ENVELOPE

TABLE DESCRIPTION PAGE NOI Bid form 35II Earnest Money form 36IV Statement of past performance 38

V Undertaking 39VI Details of the organization 40VII Experience in having implemented projects under Sarva

Shiksha Abhiyan41

VIII Details of number of schools run by the agency in Rajasthan or any other state

42

X Contract Form 44XI Check list of documents to be submitted in first envelope 46XII Undertaking of Authenticity of Computer Equipment supplies 46XIII Declaration by hardware OEMs ( Desktop & UPS) 47XIV Authorization Certificate to be issued by the manufacturer of

the all hardware products in the favor of Distributor / dealer / channel partner on the company letterhead

48

III. LIST OF DOCUMENTS TO BE SUBMITTED IN SECOND ENVELOPE

TABLE Description PAGE NOIX Financial Bid 43

4

The Commissioner, Rajasthan Council for Elementary Education, Jaipur

Bid Ref: F-7 ()/RCEE/CALP-BOOT/BOO MODEL /NCB-SSA-I/2008-09 ___________ Date : 05.12.2008

INVITATION FOR BIDS (IFB)

NATIONAL COMPETITIVE BIDDING FOR COMPUTER AIDED LEARNING PROGRAMME (CALP) FOR 5 YEARS

Rajasthan Council for Elementary Education (RCEE) invites sealed Technical & Financial Bids for implementation of computer aided learning project in 2,500 upper primary schools in the state of Rajasthan including supply of hardware, software and maintenance of the systems on a BOOT (Build, Own, Operate, and Transfer) / BOO (Build, Own & Operate) basis over a period of 5 years ( w.e.f. 2008-09 to 2012-13).

Comprehensive Bid Document can be obtained from the office of RCEE on any working day on proper request to the Commissioner, RCEE, Jaipur (Raj) on their letter head from 05.12.2008 to 24.12.2008 on payment of an amount of Rs.5000.00 (Five Thousand only) in cash or in form of Demand Draft in favour of Commissioner, Rajasthan Council of Elementary Education, Jaipur payable at any Scheduled/Nationalized bank branch at Jaipur. Bid document may also be downloaded from the website: www.rajshiksha.gov.in. In case of bid document being downloaded from the website, the bid must be accompanied with the cost of bid document i.e. Rs.5000/- (Five Thousand only) in form of Demand Draft. For sending through post the Bidder should also pay Rs. 500 extra as postal charges. Intending bidders or their authorized representative may attend the pre-bid meeting to be held on 15.12.2008 at 1400 Hrs in the Office of RCEE, Jaipur. The sealed bids should reach the office of RCEE, Jaipur on the above-mentioned address by 2.00 PM on 26.12.2008, Bids submitted thereafter shall not be received/accepted/entertained. Technical Bid will be opened on the same day at 2.30 PM in the presence of the bidders or his authorized representatives. Other details can be seen in the tender document. Authority reserves the right to amend, cancel or reject the tender or any part of the tender without assigning any notice or reason thereof and is also not bound to accept the lowest tender. The number of schools can be increased or decreased at the discretion of the tendering authority. Additional schools may be added or deleted in subsequent years.

CommissionerRCEE, Jaipur (Raj.)

5

SECTION-IINVITATION FOR BIDS (IFB)

1.1. Rajasthan Council for Elementary Education (RCEE) invites sealed Technical & Financial Bids for implementation of computer aided learning project in 2,500 upper primary schools in the state of Rajasthan including supply of hardware, software, teacher training and maintenance of the systems on a BOOT (Build, Own, Operate, and Transfer) / BOO (Build, Own & Operate) basis over a period of 5 years2008-09 to 2012-13.

1.2. A complete set of Bid Document may be purchased by any interested eligible bidder on the payment of a non refundable tender fee of Rs. 5,000 (Rupees five thousand) only in the form of Cash/Demand Draft in favour of Commissioner, RCEE payable at Jaipur. The Bid Document may be obtained during office hours on all working days. For sending through post the Bidder should also pay Rs. 500 extra as postal charges. The Bidding document will be sent by Registered post or courier at the risk and responsibility of the prospective Bidder.

1.3. Interested eligible Bidders may obtain further information from office of the RCEE, from 05.12.2008 to 24.12.2008.

1.4. Pre-bid meeting will be held on 15.12.2008 at 1400 Hrs. in the Committee Hall of the RCEE, IV Floor, Vth Block, Shiksha Sankul, JLN Marg, Jaipur.

1.5. Interested and eligible Bidders are required to submit the Technical and Financial Bids in two separate sealed envelopes. The Technical and Financial Bids should be accompanied by the Earnest Money as specified in this Bid Document. The Bid Security should be included in the same envelope containing the Technical Bid. The Technical and Financial Bid along with Earnest Money must be delivered to the Office of commissioner, RCEE on or before 26.12.2008 at 14:00 Hrs.

1.6. The envelope containing the Technical Bid and the Earnest Money will be opened on the specified date & time in presence of Bidders or their authorised representative who chooses to attend. In the event of the date specified for bid receipt and opening being declared as a government holiday the due date for submission and opening of bids will be the following working day at the appointed times.

1.7. The summary of various activities with regard to this invitation of bids are listed in the table below:

1 BID REFERENCE Bid Ref: F-7 ()/RCEE/ CALP-BOOT /BOO MODEL /NCB-SSA-I/2008-09 Date : 05.12.2008

2 Date of commencement of issue of Bid documents 05.12.2008

3 Pre Bid Conference 15.12.2008 at 1400 Hrs.

4 Last date and time for purchase of Tender documents

24.12.2008 at 1800 Hrs.

6

5 Last date & Time for submission of Bids 26.12.2008 at 1400 Hrs.

6 Date & Time of opening of first envelope containing the Technical Bid

26.12.2008 at 1430 Hrs.

7 Date & Time of opening of Second envelope containing the Financial Bid

Will be intimated to the qualified bidders by the Purchaser on the day of opening of first envelope or on any subsequent days either through fax or through letter.

8 Place of issue of Bid Document; and venue of Pre Bid conference, Bid submission, and opening of Technical and Financial Bids

Commissioner, RCEE, Committee Hall, IV Floor, V Block, Shiksha Sankul, JLN Marg, Jaipur

9 Earnest Money As per Table-XV

CommissionerRCEE, Jaipur

7

SECTION-IIINSTRUCTIONS TO BIDDERS

1. IntroductionWithin the framework of Sarva Siksha Abhiyan (SSA), the RCEE intends to introduce Computer Based Education in 2,500 Government Upper Primary Schools in 33 districts of Rajasthan. Towards this end, RCEE proposes to procure hardware, software and services for Computer Based Education in 2,500 Upper Primary Schools. The proposal is that selected agencies will provide computer hardware, software and connected accessories. Technical and Financial Bids are invited from the eligible firms, to participate in the bidding process.

Basic pre-qualification criteria for the Agency for participation in the bid process are as under:

a. The bidders must fulfil the following preconditions and must also submit documentary evidence in support of fulfilling these conditions while submitting the technical bid:

i. The bidder should have at least 3 years experience in Computer Education.ii. The bidder should have a minimum average turnover for each schedule Rs.11

Crores during the last three financial years related to Computer Education. iii. The bidder should have ISO certification in computer education.iv. The bidder should have experience in implementation of computer aided

education projects in primary and upper primary schools and must have already implemented Computer Aided Education project in at least 100 primary and / or upper primary Govt. Schools for each schedule in a particular state for more than one year.

v. The bidder should have trained at least 1000 govt. school teachers up to 31-08-2008.

vi. The bidder should have adequate financial resources to undertake the contract. The Bidder will submit a letter from a financial institution that is willing to fund this project or should have sufficient reserves as per the audited financial statement.

vii. If a Bidder applies for more than one schedule, then the turnover and earnest money will be calculated for each schedule separately.

1.1 All bids must be accompanied by Earnest Money as specified below and submitted on or before the prescribed date, at place and time given in section I of this document. Bids submitted without Earnest Money will be summarily rejected.

1.2 Interested and eligible Bidders may obtain the prescribed Bidding document by paying Rs 5,000/- (Rs Five thousand only) in cash or in the form of Demand Draft drawn in favour of the Commissioner, RCEE payable at Jaipur. It may also be downloaded from web site www.rajshiksha.gov.in, in which case the tender fee in the form of DD should be enclosed with the bid document at the time of submission of bid.

1.3 Bidding documents can be collected from the RCEE either in person or by Registered post / Courier by paying the cost of bidding document as per clause 1.2 of IFB. For sending through post the Bidder should also pay Rs. 500 extra as postal / courier charges. The Bidding document will be sent by Registered post or courier at the risk and responsibility of the prospective Bidder.

8

3. Content of bidding documents

The Bidding document for provide computer hardware, software and connectedaccessories in 2,500 Upper Primary Schools in Rajasthan include:

TABLE DESCRIPTIONI Bid formII Earnest Money formIII Performance security formIV Statement of past performance

V UndertakingVI Details of the organizationVII Experience in having implemented projects under Sarva

Shiksha AbhiyanVIII Details of number of schools run by the agency in Rajasthan

or any other state

IX Financial BidX Contract FormXI Check list of documents to be submitted in first envelopeXII Undertaking of Authenticity of Computer Equipment

suppliesXIII Declaration by hardware OEMs ( Desktop & UPS)XIV Authorization Certificate to be issued by the manufacturer of

the all hardware products in the favor of Distributor / dealer / channel partner on the company letterhead

XV No. of Zone, District, Schools, Earnest Money & Turnover

4. The Bidder is expected to examine all instructions, forms, terms and specifications in the Bidding Documents. Failure to furnish all information required by the Bidding Documents or submission of a Bid not substantially responsive to the Bidding Documents in every respect will be at the Bidder’s risk and may result in rejection of its Bid.

5. Pre-bid Conference

5.1 The bidder or his official representative is invited to attend a pre Bid Conference which will take place at State Project Office, RCEE, Jaipur on date 15.12.2008 at 1400 Hrs.

5.2 The purpose of the meeting will be to clarify issues and to answer questions on any matter that may be raised at this stage.

5.3 Any modification of the Bid document listed in clause 6 which may become necessary as a result of the pre bid conference shall be made by the purchaser exclusively by issuing an corrigendum pursuant to Clause 6 and not through the minutes of the pre bid conference.

5.4 Non attendance at the pre bid meeting will not be a cause for disqualification of a bidder.

9

6. Amendment of Bidding Documents

6.1 At any time prior to the deadline for submission of bids, the Purchaser may, for any reason whether at its own initiative or in response to a clarification requested by a prospective bidder, modify the Bidding Documents by amendment.

6.2 The amendment will be notified in writing to all prospective Bidders who have received the Bidding Documents and will be binding on them.

6.3 In order to allow prospective Bidders reasonable time in which to take the amendment into account in preparing their bid, the Purchaser may, at its discretion, extend the deadline for the submission of bids.

7 Language of Bid

7.1 The Bid prepared by the Bidder and all correspondence and documents relating to the bid exchanged by the Bidder and the Purchaser, shall be written in the English language only.

8 Documents Comprising the Bid - The Bid prepared by the Bidder shall be submitted in ‘Three Envelopes’ comprising the following components :

8.1 First Envelope shall contain Technical Bid Comprising of :-

8.2 Bid form as per Table I.

8.3 Technical Proposal, with specific focus on

BOOT / BOO Model Implementation – Implementation process including monitoring and reporting.

Quality Assurance benchmarks and processes to be deployed.

8.4 The Technical Bids shall also include the attested copies of the following documents to demonstrate that the bidder has the Financial, Technical and Service capability necessary to perform the contract and meet the criteria outlined in the qualification requirements:i. Attested copies showing the legal status, place of registration and principal place

of business of the firm.ii. Attested copy of ISO certification in computer education.iii. Attested copies of documents showing that the firm had average turnover of each

schedule Rs 11 Crores per year during the last three financial years related to Computer Education, Computer Aided Education, Teacher Training,

iv. Attested copies of Audited financial Statements for the last three years i.e., 2005-2006, 2006-2007 and 2007-2008.

v. Details of the Bidding Organisation as per Table-VI including the details of hardware and software infrastructure available and the list of Technical Staff –Specialist on Pedagogy & Educational Research, Subject Matter Experts, Instructional Designers, Software Engineers, Application Developers, Trainers and Project Managers.

vi. Statement of past performance of the Bidder as per Table IV.vii. Documentary evidence of experience in implementation of similar projects with

other States or organisations in India.viii. Documentary evidence of having experience in implementing computer aided

education projects in primary and upper primary schools and having already implemented Computer Aided Education project in at least 100 primary and / or upper primary Govt. Schools for each schedule in a particular state for more than one year.

ix. Documentary evidence of having trained at least 1000 Govt School teachers for each schedule.

x. Details of experience in similar Projects.

10

xi. Details of Number of years of experience in providing Computer Training. xii. Latest Sales Tax Clearance Certificate (upto 31.03.2008)

8.5 Earnest Money in the form of D.D /Bank Guarantee drawn on Nationalized or scheduled Bank in favour of the Commissioner, RCEE, payable at Jaipur.

8.6 Format of Acceptance of Implementation schedule as per Table V.

9 The Second Envelope shall contain the Financial Bid and will include:

9.1 The rate should be quoted for consolidated rate per school for the supply of computer hardware, software and connected accessories and provision of services. Rates should be specified as per the Price schedule provided in Table-IX.

9.2 Prices shall be indicated separately in the schedule as per the format. Any Interlineations, erasures or overwriting shall be valid only if initialled by the person or persons authorised to sign the Bid.

9.3 Prices quoted by the Bidder shall be fixed during the bidder’s performance of the contract and not subject to variation on any account. A bid submitted with an adjustable price quotation will be treated as non-responsive and rejected.

10 The Bidder must submit all the documents listed under Clause 8.4 and all the sub-clauses thereof, along with the Bid form as per Table-I and Earnest Money as per Table-II in the First Envelope.

11 Earnest Money

11.1 The Bidder shall furnish, as part of its Bid, Earnest Money as per table XV.

11.2 The Earnest Money is required to protect the purchaser against risk of Bidder’s conduct, which would warrant the forfeiture of earnest money.

11.3 The Earnest Money shall be in Indian Rupees and shall be in the following form :-

a. D.D or Bank Guarantee issued by a Nationalised or Scheduled Bank in the form prescribed in Table II of Bidding document and valid for 120 days from the date of opening of Financial Bid and can be got extended wherever required.

11.4 Any Bid not secured in accordance with Clause 9.1, 9.2 and 9.3 above will be rejected by the Purchaser as non-responsive.

11.5 Unsuccessful Bidder’s Earnest Money will be discharged/returned as promptly as possible but not later than 30 days after the expiration of the period of Bid validity prescribed by the purchaser.

11.6 The successful Bidder’s Earnest Money may be adjusted towards performance security to be furnished by the Bidder before signing the contract agreement.

12. The Bid security may be forfeited:(a) If a Bidder withdraws his Bid during the period of Bid validity specified by the

Bidder on the Bid Form; or(b) In case of a successful Bidder, if the Bidder fails

(i) To sign the contract agreement; and(ii) To furnish performance security.

13. Period of Validity of Bids

13.1 Bids shall remain valid for 120 days after the date of opening of second envelope. A bid valid for a shorter period shall be rejected by the Purchaser as non-responsive.

11

13.2 In exceptional circumstances, the Purchaser may solicit the Bidder’s consent to an extension of the period of validity. The Earnest Money provided under Clause 12 shall also be suitably extended. A Bidder may refuse the request without forfeiting its Earnest Money. A Bidder granting the request will not be required nor permitted to modify its bid.

14. Sealing and Marking of Bids

The First and Second sealed Envelopes shall be addressed to the purchaser at the following address:

The CommissionerRAJASTHAN COUNCIL OF ELEMENTARY EDUCATION, IInd and IIIrd Floor, 5th Block, Dr. S.Radhakrishnan Shiksha Sankul, Jawahar Lal Nehru Marg, Jaipur Phone : 0141-2703544, 2700366; Fax : 512738, 2700366

All the sealed envelopes shall indicate the name and address of the Bidder to enable the purchaser to return the same unopened to the bidders in case it is declared late.

If the two Envelopes are not sealed and marked as required by the purchaser will assume no responsibility for the bid’s misplacement or premature opening.

15 The Bids could be sent by Speed Post or Registered Post or Courier or Dropped in the boxes kept separately for First Envelope and Second Envelope at the above address in person. Bids sent by Telex or Fax or E-mail will be rejected.

16 Deadline for Submission of Bids

16.1 Bids must be received by the Purchaser at the address specified under not later than the time and the date specified in the Invitation for Bids (Section I). In the event of the specified date for the submission of Bids being declared a holiday for the Purchaser the Bids will be received up to the appointed time on the next working day.

16.2 If the Bids are sent by Speed Post or Registered post or courier, it should reach the purchaser on or before the scheduled last Date and Time fixed for receipt of Bids as per Section I. The purchaser shall not be responsible for any delay in transit when Bids are sent through post/Courier.

16.3 The Purchaser may, at its discretion, extend this deadline for submission of bids by amending the Bid Documents in which case all rights and obligations of the Purchaser and Bidders previously subject to the deadline will thereafter be subject to the deadline as extended.

17 Late Bids

17.1 Any Bid received by the Purchaser after the deadline for submission of bids prescribed by the Purchaser pursuant will be rejected and/or returned unopened to the Bidder.

18 Modification and Withdrawal of Bids

18.1 The Bidder may modify or withdraw its bid after the bid’s submission, provided that written notice of the modification or withdrawal is received by the Purchaser prior to the deadline prescribed for submission of bids.

18.2 The Bidder’s modification or withdrawal notice shall be prepared, sealed, marked and dispatched in accordance with the provisions. A withdrawal notice may also be sent by Fax but followed by a signed confirmation copy, post marked not later than the deadline for submission of bids.

12

18.3 No bid may be modified subsequent to the deadline for submission of bids.

18.4 No bid may be withdrawn in the interval between the deadline for submission of bids and the expiration of the period of bid validity specified by the Bidder on the Bid Form. Withdrawal of a bid during this interval may result in the Bidder’s forfeiture of its bid security, pursuant.

19 Opening of Bids by the purchaser.

The Purchaser will open the FIRST ENVELOPE of the Bidder, in the presence of Bidder or their authorised representatives who choose to attend, at 1430 Hrs on 26.12.2008 at Confrence Hall, 4th Floor, RCEE, 5th Block, Dr. S.Radhakrishnan Shiksha Sankul, Jawahar Lal Nehru Marg, Jaipur

The Bidders of representatives who are present shall sign a register evidencing their attendance. In the event of the specified date of Bid opening being declared a holiday for the Purchaser, the Bids shall be opened at the appointed time and location on the next working day.

19.1 The date on which SECOND ENVELOPE would be opened will be intimated to the qualified bidders by the Purchaser.

19.2 The Bidders Names, Bid Modifications, or Withdrawals, and the presence or absence of the requisite Bid security and such other details as the Purchaser, at its discretion, may consider appropriate will be announced at the time of opening. No Bid shall be rejected at bid opening, except late bids and bid without bid security, which shall be returned unopened to the bidder.

19.3 The Second Envelope containing the Financial Bid will be opened only for the Technically Qualified Bidder. The Second Envelope of Bidders, who have not qualified in the technical evaluation will not be opened under any circumstances and will be returned to the Bidder.

19.4 Bids that are not opened and read out at bid opening shall not be considered further for evaluation, irrespective of the circumstances. Withdrawn bids will be returned unopened to the bidders.

19.5 The Purchaser will prepare minutes of the Bid opening.

19.6 The Bidder shall be responsible for properly super scribing and sealing the first and second Envelops. The purchaser shall not be responsible for accidental opening of Envelopes that are not properly super scribed and sealed, before the time appointed for opening of Envelopes.

20 Clarification of Bids

20.1 During evaluation of Bids, the purchaser may, at its discretion, ask the Bidder for a clarification of its bid. The request for clarification and the response thereof shall be in writing.

21 Preliminary Examination

21.1 The Purchaser will examine the Bids to determine whether they are complete, whether any computational errors have been made, whether required sureties have been furnished, whether the documents have been properly signed, and whether the bids are generally in order.

21.2 Arithmetical errors will be rectified on the following basis. If there is a discrepancy between words and figures, the amount in words will prevail and the bid shall

13

stand corrected to that effect. If the supplier does not accept the correction of errors, its bid will be rejected. The purchaser may waive any minor infirmity or non-conformity or irregularity in a bid, which does not constitute a material deviation, provided such a waiver does not prejudice or affect the relative ranking of any bidder.

21.3 Prior to the detailed evaluation, the Purchaser will determine the substantial responsiveness of each bid to the Bidding Documents. For purposes of these Clauses, a substantially responsive bid is one, which conforms to all the terms and conditions of the Bidding Documents without material deviations. Deviations from or objections or reservations to critical provisions such as those concerning Performance Security, Warranty, Applicable Law and taxes and duties will be deemed to be a material deviation. The purchaser’s determination of the responsiveness of a Bid will be based on the contents of the bid itself without recourse to extrinsic evidence.

21.4 If a bid is not substantially responsive, it will be rejected by the Purchaser and may not subsequently be made responsive by the Bidder by correction of the non-conformity or through clarifications.

22 Evaluation and Comparison of Bids

22.1 The Purchaser will evaluate and compare the Bids, previously determined to be substantially responsive.

22.2 The Bid Evaluation Committee (BEC) constituted by the Purchaser will evaluate the Bids to determine the technical qualification and competence of the substantially responsive Bidders to prepare a panel of technically qualified Bidder. The Bid Evaluation Committee will evaluate the Financial Bids of only qualified Bidders and the Financial Bids of the Bidders, not qualified as per the eligibility criteria will be returned unopened and will not be opened under any circumstances

22.3 The assessment by the Bid Evaluation Committee constituted by the purchaser as to the Technical Competency of the bidder will be final and binding to all substantially responsive Bidders.

23. Acceptance or Rejection of Bids

23.1 The State Project Director, RCEE reserves the right to accept or reject any bid and to annul the bidding process and reject all bids at any time prior to award of contract, without thereby incurring any liability or any obligation to inform the affected bidder or bidders of the grounds for the said action.

23.2 Any Bid with incomplete information is liable for rejection.

23.3 For each category of pre qualification criteria, the documentary evidence is to be produced duly attested by the Bidder, serially numbered and enclosed with the Bids. If the documentary proof is not enclosed for any/all criteria the Bid is liable for rejection.

23.4 If any information given by the contractor is found to be false /fictitious, the contractor will be debarred for 3 years from participating in any other tenders of any Govt Departments.

24 Award of Contract

24.1 The Purchaser will award the contract to the successful Bidder whose bid has been determined to be substantially responsive, has been evaluated to be technically competent by the Bid Evaluation Committee.

14

24.2 The Purchaser reserves the right at the time of Contract award to increase or decrease the quantity of goods and services originally specified in the Schedule of Requirements (rounded off to the next whole number) without any change in unit price or other terms and conditions and / or to award the contract to more than one party.

25 Notification of Award

25.1 Prior to the expiration of the period of bid validity, the Purchaser will notify the successful bidder in writing by registered letter or by fax that its bid has been accepted. The notification of award will constitute the formation of the Contract

25.2 Upon the successful Bidder’s signing of contract and furnishing of performance security, the Purchaser will promptly notify each unsuccessful Bidder and will discharge its bid security.

26 Signing of Contract

26.1 At the time as the Purchaser notifies the successful bidder that its bid has been accepted, the Purchaser will send the bidder the Contract Form, incorporating all agreement between the parties.

26.2 Within 10 (Ten) days of receipt of the Contract Form, the successful Bidder shall sign and date the Contract and return it to the Purchaser. Any incidental expenses of execution of agreement shall be borne by the successful Bidder(s). Hereafter the successful Bidder shall be referred to as “Contractor”.

27 Performance Security

27.1 At the time of signing of the contract bank guarantee for each schedule of rupees 3.33 Crores and performance security 1.67 Crores valid up to contract period will be deposited by tenderer against security. The Contractor will be required to furnish Performance Security in accordance with the Conditions of Contract in the form of D.D./Bank Guarantee of nationalized bank valid for 60 months drawn in favour of the Commissioner, RCEE payable at Jaipur within 10 (Ten) days of receipt of the notification of award of contract. The Performance Security is to be furnished along with the contract agreement duly signed by the Contractor.

27.2 If the Contractor fails to furnish the Performance Security in the format specified in TABLE III within 10 (Ten) days and sign the contract agreement, the Earnest Money furnished by such bidder will be forfeited.

27.3 The performance security furnished by the successful Bidder in respect of his/her bid will be returned to him/her at the end of 60 months subject to the satisfactory performance of the contractual obligations.

27.4 If the successful Bidder after signing the contract agreement fails to perform any contractual obligation, the Performance Security furnished by the Contractor will be forfeited.

28 Failure of the successful bidder to comply with the requirement of Clause 24.2 and 25.1 shall institute grounds for the annulment of the award and forfeiture of the Bid security, in which event the Purchaser may make the award to the next lowest evaluated bidder or call for new bids.

29 The Contractor shall not assign or make over the contract, the benefit or burden thereof to any other person or persons or body corporate. No under letting or subletting to any

15

persons or body corporate for the execution of the contract or any other part thereof is permitted.

30 Penalty and Termination for non-fulfilment of Contract

30.1 If the contracted assignment is not completed in full within the period as stipulated in the Contract Agreement, a penalty at the rate of 2.5% of the total contract value will be levied for a period of 1 month from the date of expiry of the stipulated period. If the hardware and software installation, production, delivery, installation are not completed even within this additional 1 month period, the Contract may be terminated at the discretion of the Purchaser and at the risk and cost of the Contractor.

30.2 In the eventuality of termination for non-fulfilment of the contractual obligations, the Performance Security furnished by the Contractor will stand forfeited.

16

SECTION-IIIDESCRIPTION AND SCOPE OF THE CONTRACT

The Bidder are required (a) provide computer hardware, software and connected accessories (b) produce, supply in 2,500 upper primary schools in 33 districts of Rajasthan under a contractual obligation with RCEE, herein after called the “Contract” for which Bids are invited. The contract includes:

I Computer Hardware, Software and connected accessories

a) Supply of Computer Hardware, Software and connected accessories (must be brand new) and provide education services in the specified Government Schools on BOOT (Build, Own, Operate, Transfer) / BOO (Build, Own & Operate) basis as prescribed in the tender document for a contract period of 5 years.

b) To provide and maintain in working condition the hardware, software andnecessary infrastructure such as UPS, furniture etc. on a BOOT / BOO basis

c) To supply adequate stationary and consumables at each centre.

d) To provide the following personnel to manage the project on a full time basis:

One Project manager at the state level for co-ordination and implementation of the project and to provide monthly feedback and reporting to the Commissioner, RCEE.

One Full time Computer Assistant [School Coordinator] to manage 10 schools per Computer Assistants, Should be a Graduate from a recognized university with “A” Level Certificate from DOEACC OR Should be a Graduate from a UGC recognized university with formal Post Graduate Diploma in Computer Application /Engineering or higher qualification in the field of Information Technology from a UGC recognized university/ ISO certified institution/Central or State Govt. Institutions. With at least 1 year experience in the field of Information Technology for Training basic Computer Science subjects (like computer fundamentals, MS-Office (Word, Excel & PowerPoint) and Internet) AND Should have training and experience of managing and troubleshooting the problems in following: (a) Windows based OS and Server (b) LAN and internet connectivity. (d) PCs and it’s peripherals including Printers and UPS.(e) Backup and restoration using various tools.

(i) The instructor will produce attested photocopies of all the Degrees/Diplomas /Certificates and his/her bio-data along with photo attested by the tenderer at the time of joining.(ii) Female instructor will be preferred in girls' schools.(iii) The working hours for instructor will be the school hours and/or as per directions given by the head of institution.(iv) The instructor will not force the students to study computer education on private basis.(v) The tenderer shall replace the instructor if his/her performance is not found satisfactory consistently.(vi) The instructor will maintain the four registers in each school duly verifying each entry by the Head of Institution and the registers will be placed in the custody of the Head of Institution: (1) Dead Stock Register, (2) Consumables Register, (3) Dead

17

Stock Down Time and Movement Register and (4) Instructor's Attendance Register. The instructor will maintain his/her daily diary as teacher's diary and student’s attendance register separately. These registers will be provided by the tenderer.

The Computer Assistants will provide continuous training on site job support/monitoring to the teachers (minimum four teachers per school).

e) Equip each school with the following minimum equipments as per the specifications prescribed in this tender document:

18

Section IV

TECHNICAL SPECIFICATIONS : CALP in Upper Primary Schools in RajasthanITEM -1

DESKTOPItem No. -1(A) Item No. – 1(B)

CPUIntel Pentium Dual Core E 2160 1.8 GHz, 1 MB L2 cache and 800MHz FSB with Intel EM 64 T.

AMD Athlon-64 X2 4200+ 2.2 GHz 64 bit Dual Core Processor with 2 x 128 KB L1 Cache, 2 x 512 KB L2 Cache Memory and 2000 MHz FSB or better.

Motherboard Intel 3 series / nVidia Gforce 7 Series or better on OEM Motherboard.

ATI Xpress 1150 or nVidia GE Force 6150 / AMD 690 on OEM Motherboard.

Bus Architecture Integrated Graphics, 2 PCI, 1 PCI Express x 1 and 1 PCI Express x 16.

Integrated Graphics, 2 PCI, 1 PCI Express x 1 and 1 PCI Express x 16.

Memory 1 GB 667 MHz DDR2 RAM with minimum 4 GB expandability

2 x 512 MB 533 MHz DDR2 RAM with minimum 4 GB expandability.

Hard Disk Drive160 GB 5400 rpm Serial ATA HDD

160 GB 5400 rpm Serial ATA HDD.

Monitor 43.2 cm SVGA Digital Colour Monitor (to support 1024 x 768 NI resolution) MPR II compliant or TCO-03 certified.

43.2 cm SVGA Digital Colour Monitor (to support 1024 x 768 NI resolution) MPR II compliant or TCO-03 certified.

Key Board Mechanical Key Board with Cherry Key (TVSE Gold or equivalent)

Mechanical Key Board with Cherry Key (TVSE Gold or equivalent)

Mouse Optical Mouse Optical MouseBays 4 Bays (2 External and 2 internal) 4 Bays (2 External and 2 internal)Ports 4 USB Ports (2 in front) , 1 Serial Ports, 1

Parallel Ports, 1 PS/2 mouse ports 4 USB Ports (2 in front), 1 Serial Ports, 1 Parallel Ports, 1 PS/2 mouse ports

Cabinets Desktop/Mini Tower Desktop/Mini TowerDVD-ROM 8X or better DVD ROM Drive 8X or better DVD ROM DriveNetworking

Facility10/100/1000 on board integrated Network Port with remote booting facility remote system installation, remote wake up.

10/100/1000 on board integrated Network Port with remote booting facility remote system installation, remote wake up.

Operating System Windows XP (Home) – Preloaded with media and documentations and certificate of authenticity.(Rates applicable under Partners in learning program with Microsoft)

Windows XP (Home) – Preloaded with media and documentations and certificate of authenticity.(Rates applicable under Partners in learning

program with Microsoft)

OS Certifications Win logo for Windows OS Win logo for Windows OS Power

Management Energy star qualified, Screen Blanking, Hard Disk and System IDLE mode in power on, setup password Power Supply SMPS Surge protected.

Energy star qualified, Screen Blanking, Hard Disk and System IDLE mode in power on, setup password Power Supply SMPS Surge protected.

Antivirus Software

Norton , McAfee, E Trust or equivalent Antivirus (Latest Version) up-gradation of virus definition till project period.

Norton , McAfee, E Trust or equivalent Antivirus (Latest Version) up-gradation of virus definition till project period.

Multimedia Speaker

500 PMPO or better 500 PMPO or better

Dust cover Quality Dust Cover Quality Dust Cover

19

Brief Description of 1 KVA UPS:

S.No. Description Specification 1 Capacity 1000 VA2 Topology LINE INTERACTIVE, Microcontroller based3 Technology TRANSFORMER BASED

4 Input Voltage Range120 volt – 275 volt ( capable of working in mains mode without using

battery for this range)5 Output in mains mode 195-245 volt AC

6Output wave form in inverter

modePure sine wave with the less than 3%

7 Output in inverter mode 220 +/- 3%

8 Charger capacity10-15 amp charging current needed to charger batteries up to 150 AH

within 8-10 hours9 Output sockets 3 Nos of Indian 3 pin sockets

10 Protections requiredOver load protection, Battery low cut off protection, Over voltage / under

voltage cut off protection, Short circuit protection11 Battery VAH required 2400 VAH ( preferably 100 AH x 2 No)12 Battery type required Tubular battery with container13 Switchover time Less than 5 miliseconds

14 Audio / Visual indicationsOn mains, on battery, battery discharged completely, UPS going to shut

down

Other Infrastructure

Item Specification Quantity Per School

Computer tables

600 mm * 450 mm * 725 with Sunmica Top having facility for keeping CPU, Monitor and Keyboard (pull out). Monitor should be fixed with table tope to avoid damage.

03

Chairs PVC/plastic moulded without arms-rest 12

Printer table 30’’x18’’ with 19mm block board mat finish with two slots

1

Electrical Wiring

Through PVC conduit with 2 x 1.5 sq mm multi-stranded copper cable for points and 3 x 4 sqmm multi-stranded copper cable for mains feeder including distribution box and socket boxes (6 Amp and 16 Amp). Feeder provided with Isolators and MCBs of approved ISI brands. ( 3 Computers & 1 Printers )

Item-2 SpecificationMS Office

Software with each computer

Microsoft Subscription License for MS Office license with Encarta Premium OLP Without Media CD (Rates applicable under Partners in learning program with Rajasthan & Microsoft) * One replicated CD must be provided at every school by supplier as per PIL.

Item-3 Specification Dot Matrix

PrinterDot Matrix Printer 9 Pin 80 column 300 CPS at 10 CPI with one Parallel Port with all

necessary cables (power and Data) and Driver CD's.Item-4 Specification

UPS 1 KVA online UPS input voltage range 120-275 volt with 4 Hrs batteries backup.

20

Item Specification Quantity Per School

Earthing Earthing provided with 600mm X 600mm X 4mm copper plate, and electrode with 8SWG copper wire with main switch. The copper plate has been buried at a depth of 8 ft. in the soil, along with required quantity of salt, sand, and charcoal filling, after necessary excavation.

Quantities required in each school (The tenderer may install additional equipment or depute additional manpower, over and above the quantities specified, as deemed fit by them, to meet out the time Schedule and Service Level Agreement requirements. GOR would not be liable to pay any additional cost for this) : 1 Hardware:A. Desktop Computer (Low End) – 3, B. Dot Matrix Printer 9 pin 80 col. -1. C. 1 KVA UPS 12 Software As required3 Consumables As required4 Furniture : A. Computer Table 3, B. Computer Chair 12, Printer Table-015 Electrical Fittings As required (Minimum 4 power points having 5 mtr distance, as per availability of room size)

Quantities required in each school (The tenderer may install additional equipment or depute additional manpower, over and above the quantities specified, as deemed fit by them, to meet out the time Schedule and Service Level Agreement requirements. GOR would not be liable to pay any additional cost for this

IV Duration of the Contract

The duration of the Contract period for BOOT / BOO programme will be of 5 years. The duration decided for installation of Hardware will not be a part of contract period. Hence the actual contract period starts after the successful installation of hardware and manpower deployment.Note: (1) The tenderer shall not supply any item which is declared as end of sale by OEM before date of actual supply. In such case the tenderer shall supply next higher version at no extra cost.Note: (2) The tenderer will install all the latest Hardware and latest versions of licensed Software. The tenderer will submit the software CD and manuals to the Head of school to be kept in his custody.Note: (3) The conditioning of electrical power is the sole responsibility of the tenderer wherever required.Consumables: The tenderer shall provide consumables like computer stationery (one ream quarterly), printer, ribbons or cartridge tapes etc. free of cost as per requirement so that the practical training of students is not hampered in any manner.Note: Sample of Computer table and Chair shall be got approved from the Purchase committee before supply is made to the school by tenderer.

21

SECTION-VGENERAL CONDITIONS OF CONTRACT (GCC)

1. The contractor shall maintain the hardware, software and connected accessories in proper working condition throughout the contract period.

2. The students/teachers shall not be charged any fee by the contractor.3. The normal school hours will be between 10.00 A.M and 5.00 P.M. / 7 a.m. AND 12

NOON subject to any variations at district or school level as may be intimated from time to time.

4. The Contractor shall impart teacher training in Hindi as the medium of instruction.5. The project duration shall be 5 years. Every six months the ADPC will review the

performance of the contractor at district level. 6. Bid with incomplete information OR not in accordance with instructions or without Bid

Security are liable to be rejected. 7. Competent Authority will have the right to inspect the schools of the Bidder already in

operation for the purpose of verification and assessing the fulfilment of qualification criteria by the bidder

8. The implementation schedule specified in the Contract shall be strictly adhered to.9. The Commissioner, RCEE reserves the right to award the contract to more than one

Bidder and fix the number of schools & geographical area to different bidders based on the financial, technical and service capability of the Bidder.

10. No equipment shall be removed from the school premises by the contractor without the concurrence of the School Head Master including for the purposes of replacement, services etc.

11. The Computer centre must be available for inspection by the competent authority of SSA Mission, at all times.

12. Adequate care shall be taken by the contractor for the safety and security like Insurance, Watch and Ward etc in respect of the materials supplied to school.

13. Number of children in classes 6th to 8th may vary within one year and from year to year.14. The contractor should supply adequate number of registers, records and other forms as

prescribed by the RCEE to the instructors.15. Payment is based on proper functioning of Equipment and performance test of Children.

22

SECTION-VISPECIAL CONDITIONS OF THE CONTRACT ( SCC)

1. IMPLEMENTATION SCHEDULE: Installation, testing and commissioning of Computer Systems and accessories shall be completed as per the following schedule:

a. Signing of Contract : Day 01b. Completion of Site Readiness : 15 days from signing of

Contractc. Commissioning of the Systems : 45 days from the date of

site readiness of the school.

The bidders must give their acceptance of the proposed implementation schedule in the Technical Bid.

2. PAYMENT:Payment for Goods and Services shall be made in Indian Rupees as follows:

PART I: Payment for Hardware, Software and connected accessories:

(i) On completion of installation of hardware and software and connected accessories and receipt of certificate of installation from the concerned School Headmasters and ADPC (Additional District Project Coordinator) of respective district, 50% of the total value of Hardware part will be paid to the contractor.

(ii) Remaining 50% will be paid in 4 equal instalments once every 3 months after reviewing the progress of project, proper functioning of Equipment and performance test of Children in next year.

(iii) All payments will be subject to tax deduction as applicable at the prevailing tax rates.

3. ASSIGNING OF THE CONTRACT IN WHOLE OR IN PART

The contractor shall not assign the contract in whole or make over the contract, the benefit or burden thereof to any other person or persons or body corporate. No under letting or subletting to any persons or body corporate for the execution of the contract or any part thereof is permitted.

4. PERFORMANCE BANK GUARANTEE

The successful bidder will be required to submit a bank guarantee for each schedule of Rs.3.33 Crore and performance security of Rs.1.67 Crores of the value along with the contract agreement duly signed by contractor in the form of D.D./Bank Guarantee valid for the 60 months.

23

5. Terms and Conditions

Scope of the Scheme: The Rajasthan Council of Elementary Education of Government of Rajasthan proposes to install Computer Labs and to provide services under Computer Aided Learning Programme for Computer Education (CE) and Information Technology (IT) in about 2,500 Schools with effect from the academic year 2008-2009.

6. The scopes of this Scheme are:1. To install and maintain Computer Labs and to provide educational services in

Government Upper Primary Schools. The number of schools can be increased or decreased at the discretion of the tendering authority. Additional schools may be added or deleted in subsequent years.

2. To supply, install and maintain computer hardware, software and additional accessories/materials like UPS, electric cables, furniture etc. in working condition as stipulated in this tender document during the contract period.

3. To equip each school with the minimum equipment (Hardware, software, accessories/materials) as per technical specifications.

4. To impart Computer Education to students of classes VI to VIII in accordance with the syllabi / curriculum prescribed by the RCEE. The syllabi will be provided by the RCEE.

5. To impart on site at school level (by Computer Assistant) computer training to teachers and students in each school as mentioned in the tender document without any extra cost.

6. The payment will be provided by RCEE, no fee or any amount shall be charged from the students or employees by the tenderer.

7. Cost of Tender Document:(i) The cost of tender document is Rs. 5,000/- (Rupees five thousand only) and it

is non-refundable.(ii) The cost of earnest money is 2% (As per Table XV)

8. Submission of Tender Document:(i) The Tender document contains the following: Technical Bid (including. all certificates, letters etc.)(ii) The Technical Bid should be filled in original and should be sealed in a separate cover. The Technical Bid should be superscripted as “Technical Bid Envelope-A”.(iii) With the exception of the documents/pages/paragraphs/section/part thereof etc. wherein it is specifically mentioned, that the document/ page/ paragraph/section/part thereof etc. be submitted in a specific stationery viz. letter-head, non-judicial stamp paper, etc. the necessary information constituting the bid etc. must be filled in the relevant page(s) of original tender document. In case the tenderer finds it necessary to submit any document/page/paragraph/section/part thereof etc. in page(s) separate and out of the original bid document, he may do so in sheets of plain white paper and should necessarily mention, in reference, in the relevant document/page/paragraph/section/part thereof etc. of the original bid document, the Page(s) no. /annexure(s) no. of the page (s) wherein the necessary information of that particular document/ page/paragraph/ section/part thereof etc.

24

is provided. All such pages shall be considered to be forming an integral part of the bid, not contained but referred to in the original bid document.(iv) All pages in the Technical bid must be serial numbered and annexure numbered as applicable. All pages of the Technical Bid Document must be signed-in-ink by the authorized signatory with the seal. (v) The Financial Bid should be filled in original and should be sealed in a separate cover. The Financial Bid should be super scribed as “Financial Bid-Envelope-B”.(vi) The rate specified in the Financial Bid shall incorporate all types of taxes, expenditure etc. prescribed in the terms and conditions. Any other specification in terms of costs, hidden or otherwise will entail the rejection of offer.(vii) Both the Technical Bid and Financial Bid should then be put in a single outer cover sealed and superscripted "Tender for COMPUTER AIDED LEARNING

PROGRAMME (CALP) ON THE BASIS OF BOOT / BOO MODEL”.(viii) The tenderer shall be deemed to have carefully examined the conditions, specifications etc. for executing the scheme.(ix) Direct or indirect canvassing on the part of the tenderer or his representative will be a disqualification.(x) If a tenderer puts in conditions which are in addition to or in conflict with conditions mentioned herein, his tender is liable to be summarily rejected.(xi) The rate should be clearly indicated in words and figures. Whenever there is discrepancy between words and figures, the rate indicated in words shall be considered.(xii) There should not be any overwriting/ cutting in the rates and the terms & conditions otherwise these shall not be considered and shall be rejected. Corrections, if any, must be done clearly and signed with date and stamp.(xiii) The tender could be handed over personally at Conference Hall, Block-V, 4th Floor, DPEP/SSA at Dr. Radha Krishnan Shiksha Sankul, JLN Marg, Jaipur and obtained receipt on or before the due time as mentioned in the tender. The bid must be unconditional and in the format given in this tender document.Due Date and Time: Sealed tender should reach Conference Hall, Block-V, 4th Floor, DPEP/SSA at Dr. Radha Krishnan Shiksha Sankul, JLN Marg, Jaipur on or before 1400 hrs. on 26.12.2008 Tender received after due date and time or unsealed or without earnest money will be rejected.Eligibility Criteria:Basic pre-qualification criteria for the Tenderer for participation in the tender process are as under :(i) The tenderer must be incorporated under Indian Companies Act, 1956/The Partnership Act, 1932 & registered under Indian society act, 1856, registrar Society Act. 1959. Consortium in any form is not allowed.(ii) The tenderer must bid for all the schools in the range(s) as per list irrespective of their location within that range(s). Partial bidding would disqualify the tenderer.(iii) The tenderer should have a Rs. 11.00 Crores average turnover for each schedule during the last three financial years.(iv) The tenderer should have adequate financial resources to undertake the contract. The Tenderer will submit a letter from a financial institution (as unit or groups of

25

same unit) that is willing to fund this project/scheme or should have sufficient reserves as per the audited financial statement.(v) The tenderer must have 3 yrs. experience in implementation & delivering of Computer Education/ Computer Aided Education/Teacher Training/ Multimedia based educational content as a part of computer education development Project under BOOT / BOO model as on dated 31/10/08.(vi)The LD as procedure mention in document and GA&FR would be applicable. Tenderer will be free to share this work among other tenderers.(vii) Looking to the large number of hardware the hardware OEM manufacturer from whom the hardware (desktop & UPS) are being procured by the tenderer should fulfill the following preconditions (submit documentary evidence in support of fulfilling these conditions while submitting the technical bid:(i) The desktop hardware OEM must be the manufacturer of Desktops quoted by the tenderer and it should have Direct OEM account of Microsoft and should be authorized to preload PC Operating System of Microsoft along with Recovery CD.(ii) The hardware OEM’s must carry certifications as specified in the Technical Specifications. The Windows certification, TCO certification etc. should be listed on respective certification agencies websites like www.microsoft.com, & www.tcodevelopment.com. The tenderer should enclose relevant photocopies of the certificates, catalogues, brochures, etc. in support of all the items quoted.(iii) Hardware mentioned in tender are mostly brand neutral, but the tenderer will indicate the make & model of it before supply so that their performance eligibility could be assured as per specifications mentioned in this tender.9. Inspections:(i) The tenderer shall furnish complete address of the premises of his offices and training centers 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 tenderer 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. In case of desktops and UPS the Pre-Dispatch Inspection (PDI) shall be made at the Hardware (OEM) Manufacturer’s Factory site (at tenderer cost) by the technical team/inspection committee of RCEE. In case of other hardware the inspection can be made at factory/godown (at bidders cost). The inspection period would be inclusive in the duration provided for the complete delivery & installation under the project.(ii) Supplies when received shall be subject to inspection to ensure whether they conform to the specifications. Where necessary or prescribed or practical, tests shall be carried out in Government laboratories, reputed testing house like Standardization Testing Quality Certification (STQC) - Electronic Test Development Centre (ETDC) and the like and the supplies will be accepted only where the articles conform to the standard of prescribed specifications as a result of such tests. The cost of such tests would be borne by the tenderer. These tests would be carried on the supplies of each items randomly selected by the inspection committee limited to 0.5% of the total quantity but minimum one for each category of equipment.(iii) The Commissioner, RCEE shall have all the powers at all reasonable times to inspect and monitor the computer installation & computer education services at the

26

Schools. Other authorized officers of State Govt. shall also have power to inspect, examine & monitor the computer installation & computer education services rendered by the tenderer under COMPUTER AIDED LEARNING PROGRAMME (CALP).10. Other Conditions:(i) Medium of instruction will be Hindi and English.(ii) The required premises or accommodation in a school building will be made available by the Head of School/ SDMC to the tenderer free of cost as per availability and requirement.(iv) To make the scheme economically viable the tenderer may be permitted the use of computer lab through business confederate for commercial purposes before and after the school hours as per the prescribed terms and conditions which will be binding on the Head of school and tenderer. The tenderer must obtain prior permission of Head of school before such use specifically indicating the purpose for which lab will be used before or after school hours. Generally, the permission will not be refused except where such use is likely to cause adverse impact on the functioning of school, environment in school premises and or purpose is opposed to public policy.(v) DPC/RCEE will monitor, assess and review the scheme from time to time.(vi) The progress of project and performance of the tenderer will be reviewed at least twice in a year by RCEE.(vii) The tenderer and instructor will abide by the rules and discipline of the school for timetable, teaching schedule and other related matters.(viii) The tenderer will have to prepare the annual plan to complete syllabus of each class (VI to VIII) on time.(ix) The tenderer will ensure that at a single location no multiple brands of items can be used and only single financial bid would be accepted in case of multiple branding.11. Assigning of Tender in whole or part: The tenderer shall not assign or make over the contract, the benefit or burden thereof to any other person or persons or body corporate. No under-letting or subletting to any persons or body corporate for the execution of contract or any other part thereof is permitted.12. Enclosures with Tender Envelope:A. Syllabi: Syllabi of class VI to VIII for computer education prescribed by the RCEE from the academic year 2008-2009. The tenderer for reference may retain them.Note 1: In case of change in syllabi by the RCEE the tenderer shall be bound to conduct and execute the computer education programme accordingly.Note 2: The laboratory exercises will be designed to help in the understanding of the concepts of computer and the utilization in the areas outlined in the theory syllabus. The emphasis should be on practical uses rather than on theoretical concepts only.13. Validity: Tender shall be valid for a period of 120 days from the date of opening of technical bid. The validity can be extended with mutual Agreement.14. Forfeiture of Earnest Money Deposit: The earnest money will be forfeited in the following cases:(i) When tenderer withdraws or modifies the offer after opening of tender but before acceptance of tender.

27

(ii) When tenderer does not execute the agreement, if any prescribed, within the specified time.(iii) When the tenderer does not deposit the performance security after the order is given to execute the agreement.Note: The earnest money of unsuccessful tenderer shall be refunded soon after final acceptance of tender.15 Agreement and Security Deposit:(i) A Letter of Intent (LOI) shall be issued to the successful tenderer to sign the agreement within 5 days from finalization of rates and install entire hardware and software within 60 days from the date of signing of contract.(ii) The successful tenderer will be required to sign an agreement with RCEE on behalf of Govt. of Rajasthan on a non-judicial stamp paper of Rs. 1000/-incorporating all the terms and conditions attached to tender form. The agreement will be a composite agreement up to 30th March, 2013. Violation of any term and condition of Agreement will entitle the RCEE to fragment, terminate the contract and forfeit the security deposit after due approval from GoR. Further in case of violation of any term and condition, unsatisfactory work, failing in imparting proper education, work can be assigned to any other tenderer at the risk and cost of the original tenderer in the interest of the students and contract can be terminated at any time during the progress of the contract by the GoR.

(iii) At the time of signing of the contract bank guarantee for each schedule of rupees 3.33 Crores and performance security 1.67 Crores valid up to contract period will be deposited by tenderer against security. The security deposit shall in no case be less than earnest money.(iv) No interest will be paid by the department on the security deposit.(v) The forms of security deposit shall be as below and it must be renewed time to time as per rules, if necessary :-(a) Bank Draft/Banker Cheque/Bank Guarantee from any nationalized bank.(b) Post Office Savings Bank duly pledged.(c) National Savings Certificates/ Defense Savings Certificates or any other script/instrument under National SavingsScheme for promotion of Small Savings, if the same can be pledged.(vi) The security deposit shall be refunded within six months after completion of the contract as per order or after the expiry of contract on satisfactory completion of the same after the expiry of the period of contract whichever is later and after production of no dues certificate in favour of the tenderer by the concerned Headmaster.(vii) The expenses of completing and stamping the agreement shall be paid by the tenderer and the tenderer will furnish free of charge on executed stamped copy of the agreement to the respective DPC.

28

16. Forfeiture of Security Deposit : Security deposit in full or part may be forfeited in the following cases:(i) If any term and condition of the contract is breached.(ii) If Tendering Authority/ DPC is not satisfied with the teaching and training Computer Education given to the students, the fees will not be remitted to the tenderer for the said training program. If same situation rises for three times, the security deposit may be forfeited. The performance will be evaluated on the basis of number of days & classes executed, result achieved, internal evaluation and promptness in maintenance. The performance will be rated on following basis-

(a) Number of days – 20%(b) No. of classes – 20%(c) Result – 20%(d) Internal Evaluation – 20%(e) Prompt Maintenance – 20%

The tenderer will be graded accordingly.(iii) Notice of 15 days time will be given in case of forfeiture of security deposit. The decision of the Tendering Authority in this regard shall be final.17. Procedure of Payment:(i) No advance payment shall be made. (ii) The tenderer will submit the bills quarterly with the following documents duly verified by him :-(a) The photocopy of Daily Attendance of the Computer Assistant.(b) Certificate/Policy of Insurance Company for Computer Lab against calamities, theft, fire etc.(iii) No Payment will be made to the tenderer if the infrastructure of computer lab is not as per prescribed norms and also if the Computer Assitant does not satisfy the desired qualification as specified.(iv) If the computer lab will remain open during vacations (Mid Term/ Winter/Summer vacations) and preparation leaves as per school working hours, the payment will be made against these vacations/leaves. The payment will also be made against Holidays.(v) If the class(s) is/are not run during the full quarter except Government vacations, no payment will be made.(vi) If the class(s) is/are not run more than one month, the payment will be made on average base (working days).(vii) Service tax, Income tax and any other taxes led by Central/State Government will be deducted at source as per rules.18. Liquidated damages: In case of extension in the delivery and/or installation period / completion with liquidated damages the recovery shall be made on the basis of following percentages of value of Stores / work completion which the tenderer has failed to supply / complete the work: -Conditions of LD %a. Delay up to ¼ period of the prescribed delivery period, successful installation & completion of work 2.5 %b. Delay exceeding ¼ but not exceeding ½ of the prescribed delivery period, successful installation & completion of work 5.0 %

29

c. Delay exceeding ½ but not exceeding ¾ of the prescribed delivery period, successful installation & completion of work 7.5 %d. Delay exceeding ¾ of the prescribed delivery period, successful installation & completion of work 10.0 %(i) Fraction of a day in reckoning period in supplies shall be eliminated if it is less than half a day.(ii) The maximum amount of liquidated damages shall be 10% (subject to other clauses mentioned in this tender).(iii) If the supplier requires an extension of time in completion of contractual supply on account of occurrence of any hindrance, he shall apply in writing to the respective Programm Officer at SPO, which has placed the work order, for the same immediately on occurrence of the hindrance but not after the stipulated date of completion of supply.(iv) Delivery and installation period may be extended with or without liquidated damages if the delay in the supply of goods is on account of hindrances beyond the control of the tenderer.(v) Recoveries: Recoveries of liquidated damages, short supply, breakage, rejected articles shall ordinarily be made from bills.

Amount may also be withheld to the extent of short supply, breakage, rejected articles and in case of failure in satisfactory replacement by the supplier along with amount of liquidated damages shall be recovered from his dues and security depositavailable with the department. In case recovery is not possible recourse will be taken under Rajasthan Public Demand Recovery Act or any other law in force.

19. Penalty and Termination due to Non-Fulfillment of Contract:(a) Penalty for failure of equipment(s):(i) No equipment shall be down for more than 3 calendar days (even if equipment is down during part of a calendar day, it will be counted as one calendar day) over one month period. For downtime beyond 3 calendar days in a month, Rs. 100/- per school per calendar day or part thereof shall be levied as penalty on the executing agency.(ii) In the event of continuing non-functioning or defective functioning of any equipment provided under the Contract, the Tenderer(s) shall forthwith replace such equipment provided by the Tenderer to the School concerned by equivalent/similar/better equipment, failing which DPC shall be entitled to replace such equipment as found non-functioning or defective and charge the said cost(s) together with interest thereof to the account of the Tenderer(s)

(b) Penalty for absence of instructor:(i) The tenderer shall ensure that the instructor attends the school regularly and a substitute is provided in case of his/her absence. If the instructor is absent from the school and no substitute is provided, the tenderer shall be liable to pay a fine Rs.100/-per day for 1st week, Rs. 200/- per day for 2nd week and Rs. 300/- per day for further weeks.(ii) For regular absence of instructor for more than a month then action would be taken.

30

(c) Termination of contract for default: The Commisioner, RCEE without prejudice to any other remedy available for breach of contract, may terminate the contract in whole or in part on a per School basis by a 30 (thirty) days notice in writing to the Tenderer(s) in the event of any one or all of the following:(i) If the Tenderer fails to implement the scheme in that school/schools within the time period stipulated in the bid and within time period extended with or without liquidated damages.(ii) If the Tenderer fails to provide any one or all services as per this Contract, and fails to set right the disruption in service within the 30 (thirty) days notice period or show a valid reason to Commissioner, RCEE for the lapse.(iii) If the Tenderer has engaged in corrupt or fraudulent practices in executing the Contract.(iv) In the event of termination of the contract in part or in whole for default of the Tenderer, Commissioner, RCEE is entitled to forfeit the proportionate amount by invocation of the Performance Security Deposit and damages recovery from any other amounts of the Tenderer which are in the hands of Commissioner, RCEE for that specified school on a per school basis.(d) Termination for insolvency: If the Tenderer(s) becomes bankrupt or is otherwise declared insolvent, then Commissioner, RCEE may at any time terminate the contract by giving written notice of 30 (thirty) days to the Tenderer(s). Such termination shall not prejudice or preclude any right of the action or remedy, which has accrued or will accrue to the Commissioner, RCEE and vice versa.

20 Acceptances and Withdrawal: (i) The final acceptance of the tender would be entirely vested with the respective Commissioner, RCEE who reserves the right to accept or reject any tender, without assigning any reason whatsoever. There is no obligation on the part of the respective Commissioner, RCEE to communicate in any way with the rejected tenderer. After acceptance of the tender by the respective Commissioner, RCEE the tenderer shall have no right to withdraw his tender or claim higher price.(ii) Tenders with incomplete information are liable for rejection.(iii) For each category of qualification criteria, the documentary evidence is to be produced dully attested by the tenderer, serially numbered and enclosed with the technical bids. If the documentary proof is not enclosed for any/ all criteria the tender is liable for rejection.(iv) If any information given by the tenderer is found to be false/ fictitious, the action would be initiated against the tenderer as per Govt. rules.

21. Force Majeure:(i) The tenderer shall not be liable for invocation of its Performance Security Deposit, levy of liquidated damages or termination for default in performance of this Contract, if and to the extent that it’s default in performance or other failure to perform its obligations under this Contract is the result of Force Majeure.(ii) For purposes of this Clause, “Force Majeure” means an unforeseeable event beyond the control of the tenderer and not involving the tenderer’s fault or negligence. Such events shall include, but are not restricted to, acts of God, acts of the Government in its sovereign capacity, earthquakes, riots, vandalism, acts of

31

insurgency/terrorism, Strikes, Lock outs, war or revolutions, fires, floods, epidemics, quarantine restricts and freight embargoes.(iii) If a Force Majeure situation arises, the tenderer shall promptly notify Commissioner, RCEE in writing of such condition and the cause thereof within a period of 15 (fifteen) days from the date of happening of such an event requiring invocation of this force majeure clause. Unless otherwise directed by respective Commissioner, RCEE in writing, the tenderer shall continue to perform its obligations under the Contract as far as is reasonably practical and shall seek all reasonable alternative means for performances of this Contract. If the force majeure situation continues, either party may terminate the contract by giving a 30 day notice in writing and accepted by the other party in writing.22. Provisions for Unsatisfactory Services: If services of tenderer are not found satisfactory, at any stage during the period in any school/Schools by DPC/DEO(E) or any competent authority, in such situations the tenderer will be bound to remove the deficiencies at his own cost within the time period fixed by DPC. In case the tenderer is not able to remove and rectify the deficiencies within the given time period RCEE will be competent to make alternative arrangements of Computer Installation and Computer Education Services at the risk and cost of the tenderer and the costs so incurred shall be deducted from security deposit and/or due amount payable to the tenderer.

23 Accommodation for Computer Lab: The SDMC will provide sufficient and safe room for computer lab and the maintenance & security of this lab is the sole responsibility of the tenderer. The SDMC would provide the computer room having hardwearing floor finish, with a pucca roof, easily maintainable and should not produce dust. The room to be provided by SDMC must have sufficient space for placing 3 computers, one printer, UPS, Switch etc. with necessary locking arrangements. Standard size of Computer Room : ~ 150 Sq. feet .

32

24. Fitting of Electricity/Site Preparation:(i) The basic Electric connection will be provided by the School. Other additional electric fitting materials within the computer lab shall have to be made by the tenderer.(ii) The sub-meter, wherever required, will be installed by the tenderer.(iii) The electricity bill of the computer lab will be paid by the tenderer.

25. Delivery, Installation & Commissioning of Contracted Hardware, Software and Accessories and Provision of CE & IT Services:

(i) The tenderer should give on-site guarantee/warrantee for Computer Hardware, Software and connected accessories coveringthe contract upto 2013 commencing from the date of acceptance of the system against breakages and breakdowns. This guarantee/warrantee shall cover all items irrespective of the fact whether these have been manufactured by the tenderer or not. (ii) The installation and maintenance shall be done at the risk and cost of the tenderer.(iii) The safe custody of the equipment, furniture and fittings etc., in the computer lab shall be responsibility of the tenderer.(iv) The tenderer shall only use licensed software and shall be held liable for any consequent action arising out of patent/intellectual property right violation and DPC/Head of School shall not be liable for any liabilities or damages arising thereof.(v) The tenderer will not be permitted to operate computer at any other premises other than the one provided in the school.(vi) The tenderer should maintain all the computer hardware, software and other equipment in proper working condition throughout the contract period.(vii) The tenderer shall provide all the other consumables such as stationery, CD-Rs etc. as per the requirements of school during the contract period without any extra cost.(viii) If any computer training is imparted to the teachers in the school by any agency, other than the tenderer, the Head of Institution shall have the right to use the computer lab along with hardware and software for this purpose.(ix) The Computer lab can also be used by the Computer Assistant (s) of the SDMC.(x) The computer lab can be used in conducting examination of computer education in the School.(xi) If the tenderer fails, the SDMC, after permission from DPC, is empowered, for alternative installation of contracted hardware/software/accessories and for providing computer education services with the accumulated amount by the deductions.(xii) Any Hardware/Software etc. installed by the tenderer shall not be removed/taken over out of the school/from the place of installation without prior written permission of the head of the school/SDMC.

26. Security: All security arrangements for the equipment located in the each computer lab in the school are the responsibility of the tenderer and he will get it insured from an Insurance Company against calamities, theft, fire etc.

33

27. Dispute:(i) If any dispute arises between the Head of School and the tenderer, it will be settled by mutual negotiations failing which the matter will be referred to District Level Committee and its decisions shall be final.(ii) If any dispute arises out of the contract with regard to the interpretation, meaning and breach of the terms of the contract and any decision of DPC, the matter shall be referred by the tenderer to the State Level Committee and its decision shall be final.(iii) If any dispute arises out of the contract with regard to the interpretation, meaning and breach of the terms of the contract and any decision of Commissioner, Rajasthan Council of Elementary Education, Jaipur the matter shall be referred by the tenderer to the State Level High Empowered Committee and its decision shall be final. Any fact or condition which may not have been mentioned in terms and conditions and may arise during the contract period shall be decided as per the State Government policy rules. In case rules do not provide any such situation, the issue will be decided by the State Level High Empowered Committee.(iv) All legal proceedings, if necessary, related to any of the parties (Government or Tenderer) shall have to be lodged in the court.

28. Warranty/ Guarantee Clause:

(i) The tenderer would provision for comprehensive onsite warranty/guarantee that the goods/stores/articles would continue to conform to the description and quality as specified for the period of as mentioned in this tender document from the date ofdelivery & installation of the said goods/ stores/ articles to be used and that notwithstanding the fact that the user may have inspected and/or approved the said goods/stores/article, if during the aforesaid period, the said goods/ stores/ articles be discovered not to conform to the description and quality aforesaid or have determined (and the decision of the Tendering Authority in that behalf will be final and conclusive), the user will be entitled to reject the said goods/ stores/ articles or such portion thereof as may be discovered not to conform to the said description and quality, on such rejection the goods/articles/ stores will be at the tenderer’s risk and all the provisions relating to rejection of goods etc., shall apply. The tenderer shall if so called upon to do, replace the goods etc., or such portion thereof as is rejection by Tendering Authority, otherwise the tenderer shall pay such damage as may arise by the reason of the breach of the condition herein contained. Nothing hereincontained shall prejudice any other right of the Tendering Authority in that behalf under this contract or otherwise.(ii) In case of machinery and equipment also, the tenderer shall, during the contract period, replace the parts if any and remove any manufacturing defect if found during the above said period so as to make machinery and equipments operative. The tenderer shall also replace machinery and equipments in case it is found defective which cannot be put to operation due to manufacturing defect, etc.(iii) In case of machinery and equipment specified by the Tendering Authority the tenderer shall be responsible for carrying out annual maintenance and repairs on the terms and conditions as may be agreed. The tenderer shall also be responsible to

34

ensure adequate regular supply of spare parts needed for a specific type of machinery and equipments whether under their annual maintenance and repairs rate contract or otherwise. The tenderer would maintain the machinery and equipments in perfect condition within the contract period.(iv) The tenderer shall provision for on-site maintenance services during the contract period within 24 hours excluding traveling time limited to 12 hours, of making the complaint by the user. The service provider will rectify the faults within 36 hrs. failing which the service provider will arrange temporary replacements in next 24 hrs. If it becomes necessary to be taken out the machinery or equipment or its part, the tenderer would provide similar item or as acceptable to the head of institution. The user shall not make any payment towards this arrangement or towards transportation of faulty item away from the user’s site.(v) The instructor appointed by the tenderer in the school shall maintain a maintenance register for each hardware mentioning the time and date of complaint along with the complaint number. It should also mention the time & date of reporting by the engineer & rectification of problem.

29. Earnest Money: Tender shall be accompanied by an earnest money as per details given without which tenders will not be considered. The amount should be deposited in the form of Bank Draft/ Bankers Cheque of the scheduled Bank (drawn) in favor of Commissioner, RCEE, payable at Jaipur(i) Refund of earnest money: The earnest money of unsuccessful tenderer shall be refunded soon after final acceptance of tender & placing order to successful tenderer.(ii) The Central Government and Government of Rajasthan Undertakings need not furnish any amount of earnest money.(iii) The earnest money/ security deposit lying with Department/ office in respect of other tenders awaiting approval or rejected or on account of contracts being completed will not be adjusted towards earnest money/ security money for the fresh renders.The earnest money may however, be taken into consideration in case tenders are re-invited.

35

Table-I

BID FORM

To The Commissioner RCEE, -----------------,-----------------

Sir/Madam,

Having examined the Bidding Documents including Bid No.: ----------------------------- the receipt of which is hereby duly acknowledged, we, the undersigned, offer to (a) provide computer hardware, software and connected accessories in ............... upper primary schools in Rajasthan. (In conformity with the said Bidding Documents as per the price schedule in Table-IX).

We undertake, if our bid is accepted, to provide computer hardware, software and connected accessories and provide training to teachers by Computer Assistant [School Coordinator], in accordance with the terms and conditions in the bidding document.

Schedule No. Please clearly mention for applied schedule(s)

Schedule - 1

Schedule - 2

Schedule - 3

If our bid is accepted we will submit the guarantee of a bank for a sum of rupees .......... Crores and performance security ..................... Crores for each schedule valid up to contract period, in the form prescribed by the purchaser.

We agree to abide by this bid for a period of 120 days after the date fixed for opening of 2nd

envelop under the Instruction to Bidders and shall remain binding upon us and may be accepted at any time before the expiry of that period.

Until a formal contract is prepared and executed, this bid, together with your written acceptance thereof an your notification of award, shall constitute a binding Contract between us.

We understand that in competing for (and if the award is made to us, in executing the above contract), we will strictly observe the laws against fraud and corruption in force in India namely Prevention of Corruption Act 1988.

We understand that you are not bound to accept the lowest or any bid you may receive.

Dated this _________ day of____________2008.

Signature :______________________________(in the Capacity of) :

Duly authorized to sign bid for and on behalf of_______________________________________

36

TABLE-IIEARNEST MONEY FORM

(Bank Guarantee to be furnished as per nationalized bank rules)

ToThe Commissioner----------------------------

----------------------------

Sir/Madam

Whereas………………………………………………..(hereinafter called “the Bidder”) has submitted its bid dated…………………2008 to (a) provide computer hardware, software and connected accessories (b) produce, supply and install Multimedia Based Educational Content for Computer Based Education in Computer Literacy, Science, Mathematics and English in class VI,VII and VIII in identified topics / hard-spots; (c) provide training of teachers in .................... upper primary schools (for each schedule) in Rajasthan, KNOW ALL MEN by these presents that We……………. Of…………………… having our registered office At………………………………………………….(hereinafter called the “Bank”) are bound unto……………………………………..(hereinafter called “the purchaser”) in the sum of………………….. for which payment well and truly to be made to the said Purchaser, the Bank binds itself, its successors and assigns by these presents. Sealed, with the Common Seal of the said Bank this……………. Day of……………..2008

THE CONDITIONS OF THIS OBLIGATION ARE:

1. If the Bidder withdraws its Bid during the period of bid validity specified by the Bidder on the Bid Form; or

2. If the Bidder, having been notified of the acceptance of its bid by the Purchaser during the period of bid validity :

(a) Fails or refuses to execute the Contract Form if required; or

(b) Fails or refuses to furnish the Performance Security, in accordance with the Instruction to Bidders.

We undertake to pay the Purchaser up to the above amount upon receipt of its first written demand, without the Purchaser having to substantiate its demand, provide that its demand the purchaser will note that the amount claimed by it is due it owing to the occurrence of one or both of the two conditions, specifying the occurred condition or conditions.

The guarantee will remain in force up to and including 90 days after the period of the bid validity and any demand in respect thereof should reach the Bank not later than the above date.

Yours sincerely

(Signature of the authorized officer of the Bank)

37

TABLE-IIIPERFORMANCE SECURITY FORM

To-----------------------------------------------------------------------------------------------------------------------

Sir/Madam,

WHEREAS…………………………………………. (Name of the Contractor) hereinafter called “the Contractor” has undertaken, in pursuance of Contract No………… dated………..2008 to (a) provide computer hardware, software and connected accessories (b) produce, supply and install Multimedia Based Educational Content for Computer Based Education in Computer Literacy, Science, Mathematics and English in class VI to VIII in identified topics / hard-spots; (c) provide training of teachers in ............ upper primary schools in Rajasthan, hereinafter called “the Contract”.

AND WHEREAS it has been stipulated by you in the said Contract that the Contractor shall furnish you with a Bank Guarantee by a Nationalised Bank for the sum specified therein as security for compliance with the Contractors performance obligations in accordance with the Contractor.

AND WHEREAS we have agreed to give the Contractor a Guarantee:

THEREFORE WE hereby affirm that we are Guarantor and responsible to you, on behalf of the Contractor, up to a total of …………………………………………………. (Amount of the Guarantee in Words and Figures) and we undertake to pay you, upon your first written demand declaring the Contractor to be default under the Contract and without cavil or argument, any sum or sums within the limit of………………………….. (Amount of Guarantee) as aforesaid, without your needing to prove or show grounds or reasons for your demand for the sum specified therein.

This guarantee is valid until the……………….. day of…………………..2008.

Signature and Seal of Guarantors

…………………………………………………………….

…………………………………………………………….

…………………………………………………………….

…………………………………………………………….

Date……………………….

Address………………………………………………….

…………………………………………………………….

…………………………………………………………….

38

TABLE-IVSTATEMENT OF PAST PERFORMANCE

(Performa for performance statement for a period of last three years 2005-2006, 2006-07 and 2007-08)

Bid No.__________________________Date of opening____________Time___________Hours______

Name of the Firm____________________________________________________________________

Organisation or Govt. Dept for which the

services were provided in years

Contract No. & date

Description of the

contract

Value of Contract

Period of performance of Contract

1 2 3 4 5

Signature and seal of the Bidder____________________________

39

TABLE-VUNDERTAKING

ToThe --------------- Director ----------------------------------------------------------------------------------------------

Sir/Madam,

We M/s………………………………………. (Name of the bidder) hereinafter called “the Contractor” do hereby affirm and undertake to abide by all the terms, conditions and specifications given in the bidding document while performing the contractual obligations relating to (a) provide computer hardware, software and connected accessories in ...... upper primary schools in Rajasthan.

Yours faithfully

Signature & Seal of the Bidder

Place :

Date :

40

TABLE-VIDETAILS OF THE ORGANISATON

a) Name of the Organisation:

b) Registered Address:

c) Year of Establishment:

d) Details of Registration / Incorporation

e) Details of the Technical Specialist employed with the Organisation:Sl. No. Specialty / Skill-set No. of People Average length of

service with the Organisation

f) List of Project Handled:

1.

2.

3.

4.

5.

6.

PLACE :

DATE : SIGNATURE OF AUTHORISED PERSON WITH SEAL

41

TABLE-VII

Experience in having implemented projects under Sarva Siksha Abhiyan

Sl.No.

Name of the State

Name of the School

Nature of program

Conducted

Medium of Instruction

Place :

Date : Signature of the Authorised Person with Seal

42

TABLE-VIIIDetails of number of schools run by the agency in Rajasthan or any other state

Serial No.

Name of the School / State

Number of Schools Period of training

Place :

Date : Signature of the Authorised Person with Seal

43

Table - IXFINANCIAL BID (PRICE QUOTATION)

(To be sealed in a separate envelope)Name of the Tenderer (Company/Firm):_______________________________________________________________________Address for Correspondence:_____________________________________________________________________

ToThe CommissionerRCEE, Jaipur

Sir/Madam,

Having examined the tender documents including addenda number___________and dated_________ the receipt of which duly acknowledged. We the undersigned, offer to quote the rates towards(a) provide computer hardware, software and connected accessories in ............. upper primary schools in Rajasthan. and provision of CALP services as per the Scope of work given in this tender document within the time specified and in accordance with the terms and conditions. The consolidated rate is quoted in the prescribed format given below:-

School for the Supply of Computer Hardware, Software and Connected Accessories including installation, testing, commissioning and FMS in Rupees Consolidated Rate per School under BOOT / BOO Model (For 5 years) (in rupees) (including all taxes)

BOOT MODEL BOO Model

Schedule

In Figures In Words In Figures In WordsSchedule-1Schedule -2Schedule -3Note – Price quoted only for those schedule(s) for which the other conditions fullfil, otherwise it is treated as rejected. Commissioner, RCEE, empower to choose any model (BOOT/BOO model).

Validity.The Tender is valid for a period of 120 days from the date of opening of First envelope.

CONDITIONS :1. The rate should not be provided as a percentage figure.2. The consolidated rate should include all govt. and any other levies (e.g. Service Tax etc.)3. The tenderer is advised to quote rate in absolute Indian Rupees.4. The rate quoted will be valid for 120 days. The period can be extended with mutual agreement.5. No condition will be entertained and conditional tender will be liable to be rejected6. The tenderer must bid for all the schools in the range(s) irrespective of their location within that range(s). Partial bidding would disqualify the tenderer.7. Hardwares mentioned in tender are mostly brand neutral, but the tenderer will indicate the make & model, in following table, so that their performance eligibility could be assured as per specifications mentioned in this tender.

SNo. Item Name Make & Model1 Hardware:A. Desktop Computer – 3 Nos.B. Dot Matrix Printer 9 pin 80 col. – 1 No.C. 1 KVA Online UPS – 1 No.2 FurnitureA. Computer Table – 03 Nos.B. Computer Chair – 12 Nos.C. Printer Table – 01 No.3 Electrical Fittings

(Signature with seal / stamp of the company) Name: Designation:

44

TABLE-X

CONTRACT FORM

THIS AGREEMENT made the ……………….. day of …………… 20……….. . Between ……………………….. (Name of Purchaser) of …………………………………….. (Country Purchaser) (hereinafter “the Purchaser”) of the one part and …………………………………………………… (Name of Supplier) of ………………………. (City and Country of Supplier) (hereinafter called “the Supplier”) of the other part :

WHEREAS the Purchaser is desirous that certain Goods and ancillary services viz. ……………………………………………………………. (Brief description of Goods and Services) and has accepted a bid by the Supplier for the supply of those goods and services in the sum of ………………………………………………………………………….. (Contract Price in Words and Figure) (hereinafter called “the Contract Price”).

NOW THIS AGREEMENT WITHNESSETH AS FOLLOWS:

1. In this agreement words and expression shall have the same meanings as are respectively assigned to them in the Conditions of Contract referred to.

2. The following documents shall be deemed to form and be read and construed as part of this Agreement, viz :(a) the Bid Form and the Price Schedule submitted by the Bidders;(b) the schedule of Requirements;(c) the Technical Specifications;(d) the General Conditions of Contract;(e) the Special Conditions of Contract; and(f) the Purchaser’s Notification of Award.

3. In considerations of the payments to be made by the Purchaser to the Supplier as hereinafter mentioned, the Supplier hereby covenants with the Purchaser to provide the goods and services and to remedy defects there in conformity in all respects with the provisions of the contract.

4. The Purchaser hereby covenants to pay the Supplier in consideration of the provision of the goods and services and the remedying of defects therein, the contract price or such other sum as may become payable under the provisions of the contract at the times and in the manner prescribed by the contract.

Brief particulars of the goods and services which will be supplied /provided by the Supplier are as under:

S. NO.

BRIEF DESCRIPTION OF GOODS &

SERVICES

QUANTITY TO BE

SUPPLIED

UNIT PRICE TOTAL PRICE

DELIVERY TERMS

Total Value :

45

Delivery Schedule :

IN WITNESS whereof the parties hereto have caused this Agreement to be executed in accordance with their respective laws the day and year first above written.

Signed, Sealed and Delivered by theSaid__________________________________________________________(For the Purchaser)

In the preference ofSigned, Sealed and Delivered by theSaid__________________________________________________________(For the Supplier)

46

TABLE-XICheck list of documents to be submitted in first envelope

S.No. Certificate Page No.123456789

TABLE – XII Undertaking of Authenticity of Computer Equipment supplies

Authorization Certificate to be issued by the manufacturer of the all hardware productsin the favor of Distributor / dealer / channel partner on the company letterhead

This is to certify that M/s … … … … … . (Name, complete address, city) are our authorized … … … … (Distributor / Dealer / Channel partner) for the sale, support and services for the … … … . (Name of the product(s) until date … … … … … (till min. to the contract period)

We also undertake that we would provide the support for the above product(s) during the warranty period and further for a period of minimum of 1 years after the warranty period, for all the spares and parts of the supplied product/products.

(Signature with seal / stamp of the company) Name:

Designation:

47

TABLE – XIII Declaration by hardware OEMs (Desktop & UPS)

DECLARATION FROM Desktop & UPS OEMs

(On Non-judicial Stamp Paper of Rs.100, duly attested by the first class Magistrate/Notary public)(Note: The signing authority should be no lower than Company Secretary of the OEM in case of Desktops)

I/We declare that I am / we are owner/Partner/Company having own manufacturing company.(i) We hereby undertake that all the components / parts/ assembly/ hardwares such as Hard disk, CPU, Motherboard, Monitors, Memory, power components, networking components, printer head etc. to be used in the above mentioned IT Resources shall be original, new, genuine and as per the said technical specifications from respective OEM(s) of the quoted products. It is also certified that no refurbished/ duplicate/ second hand components/ parts/assembly/ software are being used or shall be used.

(ii) That our firm has never been blacklisted or debarred from doing business by Government Department / PSU / Bank in Rajasthan.

(iii) I/We have not imposed any condition in conflict with the tender condition if it is found it should be treated as withdrawn.

(iv) No Criminal case(s) has been Instituted/Pending against as by Government Department / PSU / Bank in Rajasthan, regarding any supply and contracts with our firm.

(v) We have not breached any contractual liability to any Government Department / PSU / Bank in Rajasthan.

If this declaration is found to be incorrect that without prejudice to any other action that may be taken including the forfeiture of security deposits and the tender if accepted may be cancelled.

Authorized signatoryName:

Designation:

48

TABLE – XIV

Authorization Certificate to be issued by the manufacturer of the all hardware productsin the favor of Distributor / dealer / channel partner on the company letterhead

This is to certify that M/s … … … … … . (Name, complete address, city) are our authorized … … … …. (Distributor / Dealer / Channel partner) for the sale, support and services for the … … (Name of the product(s) until date … … … … … (till min. to the contract period).

We also undertake that we would provide the support for the above product(s) during the warranty period and further for a period of minimum of 1 years after the warranty period, for all the spares and parts of the supplied product/products.

(Signature with seal / stamp of the company)Name:

Designation:

49

TABLE – XV No. of Schedule, District, Schools, Earnest Money & Turnover

Schedule S.No. Name of District Estimated Cost(Rs.)

Nos of Schools(Estimated)

Earnest Money

(2% of the Cost)(Rs.)

Required Turnover(Average

Last Three Year)

1 Bikaner2 Churu3 Ganganagar4 Hanumangarh5 Jodhpur6 Barmer7 Jaisalmer8 Pali9 Sirohi

10 Jalore

Schedule- 1

11 Nagaur

11 Crore 836 22 Lacs 11 Crore

1 Bharatpur2 Dhaulpur3 Karauli4 S.Madhopur5 Jaipur6 Sikar7 Jhunjhunu8 Dausa9 Alwar

10 Tonk

Schedule - 2

11 Ajmer

11 Crore 836 22 Lacs 11 Crore

1 Bhilwara2 Kota3 Bundi4 Baran5 Jhalawar6 Udaipur7 Rajsamand8 Banswara9 Dungarpur

10 Chittogarh

Schedule - 3

11 Pratapgarh

11 Crore 836 22 Lacs 11 Crore

Total 33 Crore 2508 66 Lacs 33 Crore