s . n .suresh

132
Date: page 0 Of 131 Place; Signature of the Bidder GOVT. OF KARNATAKA Commissioner for Public Instruction At Department of State Education Research and Training, 100, Feet Ring Road, Banashankari 3 rd Stage, Bangalore 560 004. Telephones: 26422372,26422374,26422375 Fax: 26422377 INVITATION FOR TECHNICAL AND COMMERCIAL BID FOR (a) SUPPLY AND INSTALLATION OF COMPUTER HARDWARE, SOFTWARE PERIPHERALS etc (b) FOR PROVIDING COMPUTER EDUCATION SERVICES AND (c) ANNUAL MAINTENANCE DURING THE PROJECT PERIOD IN 1571 SELECTED GOVT. HIGH SCHOOLS AND 708 GOVERNMENT PRE- UNIVERSITY COLLEGES IN KARNATAKA UNDER CENTRALLY SPONSORED ICT PHASE – II PROJECT BID DOCUMENT (to be used for furnishing bids by the eligible firms) Address for communication: The Commissioner for Public Instruction At Dept. of State Education Research & Training 100 Feet Ring Road, Banashankari 3 rd Stage, Bangalore - 560085 Phone: 26422372,26422374,26422375 Fax :080-26422377 e-mail [email protected] website : http://dsert.kar.nic.in

Upload: others

Post on 19-Apr-2022

0 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: S . N .Suresh

Date: page 0 Of 131

Place; Signature of the Bidder

GOVT. OF KARNATAKA Commissioner for Public Instruction

At Department of State Education Research and Training,

100, Feet Ring Road, Banashankari 3rd Stage, Bangalore 560 004.

Telephones: 26422372,26422374,26422375 Fax: 26422377

INVITATION FOR TECHNICAL AND COMMERCIAL BID FOR (a) SUPPLY AND INSTALLATION OF COMPUTER HARDWARE, SOFTWARE PERIPHERALS etc (b) FOR

PROVIDING COMPUTER EDUCATION SERVICES AND (c) ANNUAL MAINTENANCE DURING THE PROJECT

PERIOD IN 1571 SELECTED GOVT. HIGH SCHOOLS AND 708 GOVERNMENT PRE-

UNIVERSITY COLLEGES

IN KARNATAKA UNDER CENTRALLY SPONSORED ICT PHASE – II PROJECT

BID DOCUMENT (to be used for furnishing bids by the eligible firms)

Address for communication: The Commissioner for Public Instruction

At Dept. of State Education Research & Training 100 Feet Ring Road, Banashankari 3rd Stage,

Bangalore - 560085

Phone: 26422372,26422374,26422375 Fax :080-26422377

e-mail [email protected] website : http://dsert.kar.nic.in

Page 2: S . N .Suresh

Date: page 1 Of 131

Place; Signature of the Bidder

Government of Karnataka

Office of the Commissioner for Public Instruction

New Public Office, Nrupathunga Road,

K.R.Circle, Bangalore-560001

No. DSERT/ETC2/computer Edn/Bid/2007-08 Dated; 06-03-08.

short term re tender Invitation for technical and commercial Bids for (a) supply and installation of computer hardware, peripherals, software etc., (b) for providing computer education services and (c) annual maintenance services during the project period in 1571 selected Government High Schools and 708 Government Pre- University Colleges in Karnataka State under centrally sponsored ICT project phase II 1. Bid reference No. DSERT/ETC2/Computer Edn/ Bid /2007-08

2. Date of issue of notification 03-03-2008.

3. Date of commencement of sale of Bid document

03-03-3008

4. Pre-Bid meeting 10-03-2008 11.00 hours

5. Last date for sale of Bid document 18-03-2008 12.00 hours

6. Last date and time for submission of Bid documents

18-03-2008 16.00 hours

7. Date and time of opening of Bids Cover 1 Cover 2 Cover 3

19-03-2008 11.00 hours 24-03-2008 11.00 hours 27-03-2008 11.00 hours

8. Place of issue of Bid document Office of the Director of Public Instruction, Department of State Education Research and Training, No.4, 100 ft Ring Road, Banashankari 3rd Stage, Bangalore-560085. Applications can be downloaded From the DSERT website http://dsert.kar.nic.in

9. Place of acceptance, opening of Bid document and address for communication

Office of the Director of Public Instruction, Department of State Education Research and Training, No.4, 100 ft Ring Road, Banashankari 3rd Stage, Bangalore-560085. Phone: 2642 2372, 2642 2374, 2632 2375

Page 3: S . N .Suresh

Date: page 2 Of 131

Place; Signature of the Bidder

10. Interested and eligible bidders may obtain the prescribed bid document by submitting a non-refundable demand draft for a sum of Rs-11,250/= (Rupees Eleven thousand, two hundred and fifty only). Bidders who have downloaded the bid document from Internet will have to enclose a non-refundable demand draft for a sum of Rs 11,250/= (Rupees Eleven thousand two hundred and fifty only). In both cases the demand draft shall be drawn in favour of Director, DSERT, Bangalore. 11. All bids must be accompanied by bid security as specified in the bid document and must be delivered at the above address on or before the date and time indicated above. 12. Bids will be opened in the presence of authorised bidders representatives who choose to attend on the specified date and time. 13. In the event of the date specified for the bid acceptance and opening being declared as holiday for the purchaser’s office, the due process will be the following working day at the same appointed time. Commissioner for Public Instruction, Government of Karnataka.

Page 4: S . N .Suresh

Date: page 3 Of 131

Place; Signature of the Bidder

INDEX

Sl.No PARTICULARS PARA NO. PAGE NO

1 Notification 1-2

Volume – 1 (section 1)

2 Introduction 1 7

3 Scope of work 2 8-9

Volume-II - Instruction to Bidders

4 Background 1.1 10

5 Brief description of Bidding Process 1.2 12

6 RFP document available on Internet 1.3 13

A SECTION –II Instruction to Bidders 2 14

7 Eligible Bidders 2.1 14-16

8 Proposal due date - 16

9 Requirements for a Consortium 2.2 17

10 Number of Proposals 2.3 18

11 Proposal Preparation cost 2.4 20

12 Project Inspection and visit to the sites 2.5 20

Right to accept or reject any of the proposaL 2.6 21

B Documents

13 Contents of RFP 2.7 21

14 Amending of RFP 2.8 22

15 Pre-Bid Meeting 2.9 22

C Preparation and submission of proposal

16 Language and currency 2.10 23

17 Bid Security 2.11 24

18 validity of proposal 2.12 25

19 Extension of validity of proposal 2.13 25

20 Format and signing of proposal 2.14 25

21 Sealing and Marking of Proposal 2.15 26

22 Proposal due date 2.16 27

D Evaluation of Proposal

23 proposal opening 2.17 27

24 Confidentiality 2.18 28

25 Tests of responsiveness 2.19 28

26 Clarifications 2.20 29

27 Consultant(s) or Advisor(s) 2.21 29

28 proposal Evaluation: Price Qualification Submissions 2.22 29

29 proposal Evaluation : Technical Proposal 2.23 30

30 proposal Evaluation : Price Proposal 2.24 30

31 Declaration of Successful Bidder 2.25 30

32 Notifications 2.26 30

33 Department’s Right to Accept or Reject Proposal 2.27 31

34 Acceptance of letter of Acceptance & Execution of Agreement

2.28 32

Page 5: S . N .Suresh

Date: page 4 Of 131

Place; Signature of the Bidder

INDEX

Sl.No PARTICULARS PARA NO.

PAGE NO

35 Performance Security 2.29 32

SECTION –III Evaluation for Qualification 3

36 Evaluation Parameters 3.1 33

37 Qualification criteria for Experience 3.2 33

38 Experience of Proposal for ICT based education 3.2.1 33

39 Details of Experience 3.3 34

40 Financial Capability 3.4 34

41 Qualification criteria for Financial Capability 3.5 35

42 Qualification Evaluation criteria for a Consortium 3.6 35

43 Qualified Bidders 3.7 36

SECTION –IV Technical Proposal Evaluation 4 36

44 Components of Technical Proposal 4.1 36

45 Specifications 4.1.1 36

46 Evaluation Process 4.2 36

SECTION –V Evaluation of Price Proposal 5

47 Evaluation Parameters 5.1 37

48 Evaluation Methodology 5.2 38

SECTION-VI Contents of Proposal 6 39

49 Qualification Submissions 6.1 39

50 Technical Proposal 6.2 40

51 Price Proposal 6.3 40

SECTION – VII Bidding Schedule 7 42

SECTION - VIII General Conditions of Contract 8

52 Definitions 8.1 43

53 Applications 8.2 44

54 Standards 8.3 44

55 Use of Contract Documents and Information 8.4 44

56 Patent Rights 8.5 45

57 Performance Security 8.6 45

58 Inspections and Tests 8.7 46

59 Comprehensive visit report & acceptance certificate 8.7.1 48

60 Packing 8.8 49

61 Delivery and Documents 8.9 49

62 Insurance 8.10 49

63 Transportation 8.11 50

64 Incidental Services 8.12 50

65 Spare Parts 8.13 50

66 Warranty 8.14 51

67 Payment 8.15 53

68 Prices 8.16 53

69 Change Orders 8.17 54

Page 6: S . N .Suresh

Date: page 5 Of 131

Place; Signature of the Bidder

INDEX

Sl.No PARTICULARS PARA NO.

PAGE NO

70 Contract Amendments 8.18 54

71 Assignment 8.19 54

72 Subcontracts 8.20 54

73 Delay in the Supplier’s Performance 8.21 55

74 Liquidated Damages 8.22 55

75 Termination for Default 8.23 55

76 Force Majeure 8.24 56

77 Termination for Insolvency 8.25 57

78 Termination for Convenience 8.26 57

79 Resolution of Disputes 8.27 58

80 Limitation of Liability 8.28 58

81 Governing Language 8.29 59

82 Applicable Law 8.30 60

83 Notices 8.31 60

84 Taxes and Duties 8.32 60

SECTION-IX Special Conditions of Contract 9

85 Definitions 9.1 61

86 Inspections and Tests (GCC clause 8.7) 9.2 61

87 Delivery and Documents(GCC clause 8.9) 9.3 62

88 Incidental Services (GCC Clause 12) 9.4 62

89 Payment (GCC Clause 8.15) 9.5 64

90 Settlement of Disputes(clause 8.27) 9.6 65

91 Notices(clause 8.31) 9.7 65

92 Progress of Supply 9.8 66

93 Right to use defective equipment 9.9 66

94 Supplier Integrity 9.10 67

95 Supplier’s Obligations 9.11 67

96 Patent Rights 9.12 67

97 Site Preparation and Installation 9.13 68

98 Hardware Installation 9.14 68

99 Hardware Maintenance 9.15 69

100 Training and Education Delivery 9.16 69

101 Technical Documentation 9.17 73

SECTION –X Technical Specifications 10 74

Volume-III- Contract Agreement 81

APPENDIX

102 Format for letter proposal A 82-90

103 P.O.A-for lead member B 91

104 Details of Bidder C 93

Page 7: S . N .Suresh

Date: page 6 Of 131

Place; Signature of the Bidder

INDEX

Sl.No PARTICULARS PARA NO.

PAGE NO

104 Format for Anti-collusion format for Undertaking

D E

95 96

105 Format for Bid security F 97

106 Format for undertaking IT company/computer Education provider company

G 100

107 Statement of financial capability H 101

108 Format for Technical proposal I 103

109 price proposal J,J1 107-109

110 Format for Submission OF assumption rates K 110

111 Acceptance Certificate format L 111

112 List of Web Portal Management M 112

113 Delivery Challan N 113-117

114 Monthly signoff O 118-121

115 Division Wise number of Schools and colleges P 122

116 District Wise number of Schools and colleges Q 123-124

117 Performance Security Form R,R1 125-126

118 Statement of past performance S 127

119 Format of Acceptance of Implementation Schedule T 128

120 Undertaking U 129

121 Details of Organization V 130

122 Check List of Documents W 131

Page 8: S . N .Suresh

Date: page 7 Of 131

Place; Signature of the Bidder

Volume I: ICT@schools – A Brief Description of the Project

1. Introduction

1.1 ICT @ schools is a project being implemented by the Department of Public

Instruction, Government of Karnataka and Ministry of Human Resource Development

Government of India. The project is financed by Government of Karnataka

(Department of Public Instruction) and Government of India (Ministry of Human

Resource Development) in 25:75 proportions respectively.

1.2 ICT @ Schools is a sub-activity under the Department of Public Instruction. The

objectives of ICT @ schools are:

• Establish an enabling environment to promote the usage of ICT in

Government High schools and Government Pre-university Colleges. Critical

factors of such of an enabling environment include widespread availability of

access devices, connectivity to the Internet and promotion of ICT literacy.

• Ensure the availability of quality content on-line and through access devices

both in public and private sector.

• Enrichment of existing curriculum and pedagogy by employing ICT tools for

teaching and learning.

• Enable students to acquire skills needed for the digital world for higher

studies and gainful employment.

• Provide an effective learning environment for children with special needs

through ICT tools.

• Promote critical thinking and analytical skills by developing self learning. This

shall transform the classroom environment from teacher centric to student

centric learning.

• Promote the use of ICT tools in distance education, including the

employment of audio-visual medium and satellite based devices.

Page 9: S . N .Suresh

Date: page 8 Of 131

Place; Signature of the Bidder

2. Scope of Work

2.1 Out of around 4000 Government High Schools and 1875 Government Pre-

University Colleges in Karnataka, 1571 Government High schools and 708

Government Pre-University Colleges are selected for implementation in phase 2 of

this project. These schools are scattered all over the 33 education districts of the

state. In each of these schools/colleges a computer lab with a networked system

consisting of one Server, ten thin client workstations with specified peripherals like

printer, digital camera, scanner and multi-media projector would be implemented.

The system would be connected to a three KV Line Interactive Uninterrupted Power

System with at least 4 hours battery backup. The computer network would be

loaded with Windows 2005 server, UNIX or LINUX support terminals with open office

and educational software. The students work on these systems in batches and use

office software provided by the bidding agency, some educational games and the

educational software provided by the Purchaser. The Schools will also be supplied

with CDs which are likely to have multi-media content. The teachers and students

will be using the CDs as part of the teaching learning activity that goes on in the

schools.

Each of these schools are also to be provided with computer furniture that includes

12 computer tables and 32 plastic chairs.

On a pilot basis ICT@schools phase II project would also experiment K-YAN model

or any other equivalent model in one Government High school and one Government

Pre-University College in each of the revenue districts of Karnataka. The K-YAN

model or any other equivalent model that includes hardware with high memory,

integrated LCD projector and pre-loaded e-learning contents OR K-YAN equivalent

system without LCD projector, instead of this provide TV tuner to be connected to

29” TV to be explored. These pilot schools are included within the 1571 Government

High Schools and 708 Government Pre-University Colleges earmarked for the project.

Page 10: S . N .Suresh

Date: page 9 Of 131

Place; Signature of the Bidder

The bidding agency shall provide a duly qualified faculty for each of the computer

lab in each of the school/college where the project is implemented. The bidding

agency shall take complete responsibility for the compensation to be paid to these

faculty and statutory obligations to be adhered as per the laws prevailing during the

period of project implementation.

2.2 Karnataka State has 33 education districts and each district is divided into taluks..

This project aims at providing ICT facilities, generally, cutting across districts, taluks

reaching out to interior village schools.

2.3 The bidding agency / consortium is expected to familiarize with the rural context

where these computer systems and UPS are proposed to be deployed. The bidder

would be responsible to procure, test and install computer systems, with preloaded

operating systems and all other necessary software to run the systems and

peripherals like printers, scanners, digital cameras, multimedia projector etc.

2.4 The Bidder is responsible to keep the computer systems, UPS and all other

equipments running for the entire contract period by providing free service as per

the terms and conditions of this RFP in general and the Service Level Agreement in

particular. The bidder is responsible for maintaining the computer centres in each of

the 1571 Government High Schools and 708 Government Pre-University Colleges in

such a way that the students get ICT education and ICT based education as per

project objectives, without any interruption, except those caused by power shut

down beyond the control of the bidder, after accounting for the prescribed battery

back up time of the UPS, during the normal working hours of the school.

Page 11: S . N .Suresh

Date: page 10 Of 131

Place; Signature of the Bidder

Volume II: Instructions to the Bidders

Section 1. Introduction

1.1 Background

1.1.1 Government of Karnataka has a goal of extending the use of Information and

communication technology (ICT) in High School education and towards this goal

plans to introduce ICT in schools in a gradual manner. The ICT @ Schools is funded

by the Government of India and Karnataka state Government in 75:25 proportions.

The Government of India and Government of Karnataka now plans to implement the

ICT @ Schools program for a period of five years from 2007-08 to 2011-12. Under

this programme it is planned to introduce ICT based education in 1571 Government

High Schools and 708 Government Pre-University Colleges of Karnataka. These

schools are spread all over Karnataka.

1.1.2 In pursuance of this objective, the Commissioner for Public Instruction, at

Department of State Education Research and Training, Government of Karnataka

invites proposals from interested parties to participate in this project to bring ICT

based education to select Government High Schools and Government Pre-University

Colleges all over Karnataka. Such interested parties (“Bidders”) are required to

submit detailed proposals as per provisions of the RFP (“Proposals”).

1.1.3 The Proposals would be evaluated on the basis of the evaluation criteria set

out in this RFP document in order to identify the successful Bidder for the Project

(“Successful Bidder”).

1.1.4 The Successful Bidder would then have to enter into an Agreement with the

Commissioner for Public Instruction, Government of Karnataka, and perform its

obligations as stipulated therein in respect of the Project. The Draft Agreement

forms part of this RFP document (Refer : Volume III).

Page 12: S . N .Suresh

Date: page 11 Of 131

Place; Signature of the Bidder

1.1.5 The Successful Bidder would be required to;

a. supply, install computer systems, including networking equipment, other specified

hardware, Uninterrupted Power Systems (UPS) of prescribed specifications and

computer furniture at the selected 1571 Government High Schools and 708

Government Pre-University Colleges of Karnataka State in specified

locations;

b. provide regular maintenance of aforesaid systems including computer

hardware, software and the UPS for the period of contract, in accordance with

the terms and conditions laid down in the service level agreement;

c. provide a duly qualified faculty with required skills for each of the computer

lab in each of the school where the project is implemented. The bidding

agency shall take complete responsibility for the compensation to be paid to

these instructors and statutory obligations to be adhered as per the laws

prevailing during the period of implementation.

d. provide training to the teachers of the schools where the systems would be

located in use of the computer systems that includes printer, digital camera,

scanner and the software. This training involves both theory and on hand

practice.

d. provide training to the students of classes 8, 9, 10, 11 and 12 in the

schools where the systems would be located in use of the computer systems

that includes printer, digital camera, scanner and the software. This training

involves both theory and on- hand practicals.

1.1.6 The period of the contract is 5 years from the date of its execution.

Page 13: S . N .Suresh

Date: page 12 Of 131

Place; Signature of the Bidder

1.1.7 The Successful Bidder, upon successful completion of the supply,

installation and commissioning of the computer systems, UPS and all the

required relevant equipments would be paid an amount equal to 80 per cent

of the equipment cost on receipt of flawless delivery challans and

comprehensive verification certificate from all the schools where the

successful bidder should have commissioned the required equipments. The

remaining 20% of the equipment cost would be paid in EQIs in 20

installments covering the project period. The costs towards education delivery

and annual maintenance service would be made in equal quarterly payments.

The payments towards the services provided by the successful bidder will be

made by Commissioner for Public Instruction, Government of Karnataka in

case of 1571 Government High Schools and by Commissioner for Pre-

University Education in case of 708 Government Pre-University Colleges in

accordance with the terms and conditions set out in this RFP Document.

1.2 Brief Description of Bidding Process

1.2.1 The Commissioner for Public Instruction, Government of Karnataka intends to

follow a three stage; three cover process for selection of the Successful Bidder for

the Project. Bidders would need to submit the following three sets of documents in

duplicate in separate sealed envelopes as part of their Proposal:

a. Documents relating to establishing the qualification of the Bidder in terms of the

qualification criteria set out in this RFP Document (“Qualification Submissions”),

b. Documents relating to technical aspects of the project (“Technical Proposal”), and

c. Financial proposal (“Price Proposal”) for the Project.

1.2.2 The evaluation of the Proposals would be carried out in three stages.

1.2.2(i) In the first stage- Qualification Stage, the information of the Bidders relating

to their experience, financial capability and all other documents/submissions which

render the bid responsive would be evaluated. Bidders meeting the experience,

Page 14: S . N .Suresh

Date: page 13 Of 131

Place; Signature of the Bidder

financial capability criteria and other submissions as set out in this RFP Document

shall be short-listed (“Qualified Bidders“) for further evaluation.

1.2.2(ii) In the second stage, the Technical Proposals from Qualified Bidders would

be evaluated to ascertain conformance with the technical requirements of the

Project. Only Bidders whose technical proposals are found to be acceptable

(“Technically Qualified Bidders“) would be considered for evaluation in the next

stage

1.2.2(iii) In the third stage, the Price Proposals of the Technically Qualified Bidders

would be evaluated based on the specified evaluation criteria for the Price Proposal

in order to identify the Preferred Bidder.

1.3 RFP Document Available on Internet

1.3.1 In case the document is downloaded from the internet, the demand draft for

the amount payable towards cost of RFP document should be enclosed along with

the qualification Proposal.

1.3.2 It may be noted that all subsequent notifications, changes and amendments

on the project/ document would be posted only on the following website:

http://dsert.kar.nic.in

1.3.3. The bid document can also be obtained form the office of the Department of

State Education Research and Training, during the working hours on all working

days on payment of the prescribed fee in the form of Demand Draft drawn on any

nationalized or scheduled bank payable at Bangalore in the name of the Director,

DSERT, Bangalore.

Page 15: S . N .Suresh

Date: page 14 Of 131

Place; Signature of the Bidder

SECTION 2. INSTRUCTIONS TO BIDDERS

A. General

2.1 Eligible Bidders

2.1.1. The entities eligible for participating in the qualification process shall be any

one of the following two categories:

a. Category 1: A single company with large scale experience in providing computer

education in schools in India.

b. Category 2: A consortium of not more than three companies, with each of the

member being either an IT company or computer education provider with large scale

experience in providing computer education in schools in India. (hereinafter referred

to as “Consortium”)

The term Bidder would hereinafter apply to both the above-mentioned categories.

2.1.2. For the purpose of this RFP, IT Company shall mean :

A. A company which is registered in India under the provisions of the Companies Act,

1956; AND

B. It has been in the business of any one or more of the following continuously for

at least the last three years:

i) Sale, supply, installation of computer hardware as an empanelled vendor with the

Government of Karnataka, Department of e-Governance/ DGS & D; or

ii. maintenance of ICT facilities including computer systems, peripherals, UPS,

management of the operating systems and software in geographically dispersed

locations including rural and remote locations of Karnataka; or

Page 16: S . N .Suresh

Date: page 15 Of 131

Place; Signature of the Bidder

2.1.3. For the purpose of this RFP, Computer education Provider shall mean;

A. A company which is registered in India under the provisions of the Companies

ACT; AND

B. It has been in the business of the following continuously for at least the last three

years:

i. Provision of ICT based education and training in Schools, which should include

maintenance of the ICT facilities including computer systems, peripherals, UPS,

management of the operating systems and software in geographically dispersed

locations including rural and remote locations of India.

2.1.4a. In case the bidding company / consortium is not an Original Equipment

Manufacturer (OEM) involved in manufacture of computer hardware and other

required equipment, then the company or consortium is required to source its

hardware from an Original Equipment Manufacturer who is an empanelled vendor

with the e-Governance Department, Government of Karnataka OR DGS & D.

Wherever certain hardware/equipment is not empanelled with either of the above, in

such exceptional cases the hardware/equipment shall be sourced from OEM who has

a valid ISO 9001-2001certification as on the date of submission of the bid.

2.1.4b. If the bidder is an OEM empanelled with the Government of Karnataka,

Department of E-Governance for supply of hardware and if it by itself does not have

experience of the nature described in 2.1.2 (B)(ii) and 2.1.3 B(i) above, then it

should enter into a joint venture with a computer education delivery Company that

has the experience of facility management and that fulfills the qualification

requirements of this RFP document.

Page 17: S . N .Suresh

Date: page 16 Of 131

Place; Signature of the Bidder

2.1.4c The bidding consortium is also required to source software from the Genuine

and Original Suppliers of such software, who provide after sales support during the

contract period.

2.1.4d should have three years experience in providing ICT based computer

education in at least 200 schools in projects in India.

2.1.4e Should have proven curriculum development experience in IT education i.e.,

course material development.

Proposal due date.

The proposal should be submitted on or before 18-03-2008. The last time for

submitting the bids is 16:00 hrs IST at the office of the Department of State

Education Research and Training, No. 4, 100 ft Ring Road, Banashankari 3rd Stage,

Bangalore - 560085.

2.1.5 The following documents shall be submitted by the Bidders along with the

Qualification Submissions as proof of being an IT Company/Computer education

delivery and facility management Company:

a. A copy of Registration Certificate; and

b. An undertaking issued by the Chief Financial Officer/ Company Secretary of the

Bidder confirming its status in terms of Clause 2.1.2(B)/2.1.3(B) above and

Appendix-f.

c. A copy of the ISO 9001-2001 certification in the name of the Bidder.

2.1.6 Any entity which has been barred by the Education Department or any other

department, Government of Karnataka (GoK), any other State Government in India

(SG) or Government of India (GoI), or any of the agencies of GoK/SG/GoI and the

bar subsists as on the Proposal Due Date, would not be eligible to submit a Proposal,

Page 18: S . N .Suresh

Date: page 17 Of 131

Place; Signature of the Bidder

either individually or as a member of a Consortium. The Bidder shall execute an

undertaking to this effect as per the format enclosed in Appendix-E.

2.2 Requirements for a Consortium

2.2.1 Proposals submitted by a Consortium should comply with the following

additional requirements:

a. The number of members in a Consortium would be limited to three members and

one of whom shall be designated as a Lead Member and others as

Operating Member(s);

b. The Proposal should contain the information required from each member;

c. The Proposal should include a description of the roles and responsibilities of each

of the members, however the sole responsibility for procurement, supply,

deployment, service delivery and maintenance would rest with the lead member;

d. A Bidder who has applied for a Project in its individual capacity or as a part of a

Consortium cannot participate as a member of any other Consortium applying for

the Project;

e. The members of the Consortium shall execute a Power of Attorney in favor of the

lead member-Bidder as per the format enclosed at Appendix B;

f. The members of the Consortium shall enter into a Memorandum of Understanding

(MoU) and submit the same with the Proposal. The MoU should, inter alia:

i. convey the intent of the Lead Member to enter into a joint venture agreement with

the Operating Member(s). In case the Contract to undertake the Project is awarded

to the Consortium, the Lead Member would enter into the Agreement with the

Commissioner for Public Instruction for 1571 Government High schools and with

Commissioner for Pre-University Education for 708 Government Pre-University

Page 19: S . N .Suresh

Date: page 18 Of 131

Place; Signature of the Bidder

Colleges, Government of Karnataka and subsequently carry out all the

responsibilities in terms of the Agreement;

ii. clearly outline the proposed roles and responsibilities of each member of the

Consortium; and

iii. include a statement to the effect that the members of the Consortium shall be

liable jointly and severally for the implementation of the Project in accordance with

the terms of the Agreement. However the sole responsibility for satisfactory

execution of different aspects of contract would rest with the lead member;

The MoU entered into, between the members of the Consortium should be

specific to the Project and should contain the above requirements, failing

which the Proposal shall be considered non-responsive.

2.3 Number of Proposals

ICT@schools project PHASE II intends to cover 1571 government high schools in

Karnataka State. Karnataka State is divided in to four revenue divisions. Each

revenue division and the number of schools coming under it is considered as a

separate package.

Division & District wise distribution of schools for ICT Phase II

PACKAGE I II III IV

DIVISIONS BANGALORE MYSORE GULBURGA BELGAUM TOTAL

No of

education

districts

11 8 6 8 33

No of

schools

407 586 359 219 1571

Category A B

A B

A B

A B

A=1463

B= 108

364 43 549 37 343 16 207 12 1571

Page 20: S . N .Suresh

Date: page 19 Of 131

Place; Signature of the Bidder

Similarly 708 Government Pre-University colleges are divided into two regions i.e.,

Bangalore & Gulbarga revenue divisions as one region and Mysore & Belgaum

revenue divisions as the second region. Each of the region and the number of

colleges coming under it is considered as a separate package.

Region and revenue divisions wise distribution of colleges

Package/ Region V VI Total

Revenue Division Bangalore & Gulbarga Mysore & Belgaum

Number of

education districts

17 16 33

Number of colleges 351 357 708

Category A B TOTAL A B TOTAL A= 641

B= 67

307 44 351 334 23 357 708

The number of schools and colleges to be covered in each of the districts

coming under each of the package is separately enclosed in Appendix -Q.

The commissioner for public instruction, Government of Karnataka has the right to

change the school locations in case of extraneous circumstances, however the

number of schools within the revenue division would remain the same.

Each Bidder/ consortium is eligible to bid in all the six packages in response to this

RFP subject to fulfilling the conditions laid down in qualification criteria in 3.2. If the

bidder is a consortium, the members of the consortium shall remain constant in all

the bids. The successful bidder will be awarded either one package or more

packages depending on the qualification criteria

In case if the bidder is bidding in more than one package the bidder shall explicitly

express in writing the decreasing order of preference in Appendix-A.

Each bidder is required to submit a single qualification proposal irrespective of the

number of packages he is bidding for. However technical and price proposals shall

be submitted separately for each package.

Page 21: S . N .Suresh

Date: page 20 Of 131

Place; Signature of the Bidder

2.4 Proposal Preparation Cost

The Bidder shall be responsible and shall pay for all of the costs associated with the

preparation of its Proposal and its participation in the bidding process. The

Commissioner for Public Instruction, Government of Karnataka will not be

responsible or in any way be liable for such costs, regardless of the conduct or

outcome of the bidding process.

2.5 Project Inspections and Visit to the Sites

2.5.1 It is desirable that each Bidder submits its Proposal after visiting some of the

sites for installation of computer systems and ascertaining for itself the location,

surroundings, or any other matter considered relevant by it.

2.5.2 It would be deemed that by submitting the Proposal for RFP, the Bidder has:

a. made a complete and careful examination of the RFP Document

b. received all relevant information requested from the Commissioner for Public

Instruction, Government of Karnataka , and

c. made a complete and careful examination of the various aspects of the Project

including but not limited to:

i. the Project sites;

ii. existing facilities, infrastructure and structures, if any;

iii. the conditions of utilities in the vicinity of the Project sites;

iv. conditions affecting transportation, access, disposal, handling and

storage of materials, travel and access by personnel; and

vi. all other matters that might affect the Bidder's performance under the

terms of this RFP document.

2.5.3 The Commissioner for Public Instruction, Government of Karnataka, shall not

be liable for any mistake or error on the part of the Bidder in respect of the above.

Page 22: S . N .Suresh

Date: page 21 Of 131

Place; Signature of the Bidder

2.6 Right to Accept or Reject any of the Proposals

2.6.1 Not withstanding anything contained in this RFP, the Commissioner for Public

Instruction, Government of Karnataka reserves the right to accept or reject any

Proposal or to annul the bidding process to reject all Proposals, at any time without

any liability or any obligation for such rejection or annulment, without assigning any

reasons.

2.6.2 The Commissioner for Public Instruction, Government of Karnataka reserves

the right to reject any Proposal if:

a. at any time, a material misrepresentation is made or discovered, or

b. the Bidder does not respond promptly and diligently to requests for

supplemental information required for the evaluation of the Proposal

2.6.3 Rejection of the Proposal by the Commissioner for Public Instruction,

Government of Karnataka as aforesaid would lead to the disqualification of the

Bidder. If such disqualification / rejection occur after the bids have been opened and

the best bidder gets disqualified / rejected, then the Commissioner for Public

Instruction, Government of Karnataka reserves the right to:

a. either invite the next best Bidder to match the Proposal submitted by the best

Bidder; OR

b. take any such measure as may be deemed fit in the sole discretion of the

Commissioner for Public Instruction, Government of Karnataka, including annulment

of the bidding process.

B. Documents

2.7 Contents of RFP

The RFP Document comprises the contents as listed below, and would additionally

include any Addendum issued in accordance with Clause 2.8.

Page 23: S . N .Suresh

Date: page 22 Of 131

Place; Signature of the Bidder

Volume I A Brief Description of the Project

Volume II Instructions to Bidders

Volume III Draft Agreement

Appendixes

2.8 Amendment of RFP

2.8.1 At any time prior to the Proposal due date, the Commissioner for Public

Instruction, Government of Karnataka may, for any reason on his own initiative

modify the RFP Document by the issuance of Addenda.

2.8.2 Any Addendum thus issued will be hosted on the website http://dsert.kar.nic.in

2.8.3 In order to provide the Bidders a reasonable time to examine the Addendum,

or for any other reason, the Commissioner for Public, Government of Karnataka, may,

at his own discretion, extend the Proposal Due Date.

2.9 Pre-Bid Meeting

2.9.1 To clarify and discuss issues with respect to the Project and the RFP, the

Commissioner for Public Instruction, Government of Karnataka may hold Pre-Bid

meeting(s).

2.9.2 Prior to the Pre-Bid meeting(s), the Bidders may submit their queries and

propose deviations in writing, if any, to the Project requirements prior to the pre-bid

meeting. Bidders must formulate their queries and forward the same to the

Commissioner for Public Instruction, Government of Karnataka. The Commissioner

for Public Instruction may, at his sole discretion or based on inputs provided by

Bidders that it considers acceptable, amend the RFP.

Page 24: S . N .Suresh

Date: page 23 Of 131

Place; Signature of the Bidder

2.9.3 Bidders may note that the Commissioner for Public Instruction, Government of

Karnataka will not entertain any deviations to the RFP after the pre-bid meeting or

thereafter. The Proposal to be submitted by the Bidders would have to be

unconditional and unqualified and the Bidders would be deemed to have accepted

the terms and conditions of the RFP with all its contents including the Draft

Agreement. Any conditional Proposal shall be regarded as non responsive and would

be liable for rejection.

2.9.4 The Commissioner for Public Instruction, Government of Karnataka will

endeavor to hold the Pre-Bid meeting as per Bidding Schedule.

2.9.5 Attendance of the Bidders at the Pre-Bid meeting is not mandatory.

2.9.6 All correspondence / enquiries should be submitted to the following in writing

by registered post / courier: and super scribed

“ATTN. OF: Commissioner for Public Instruction at Department of

Education Research and Training, No. 4, 100 feet Ring Road, Banashankari

3rd Stage, Bangalore- 560085.”

2.9.7 No interpretation, revision, or other communication from Commissioner for

Public Instruction, Government of Karnataka regarding this solicitation is valid unless

it is in writing and is signed by the CPI, GOK.

C. Preparation and Submission of Proposal

2.10 Language and Currency

2.10.1 The Proposal and all related correspondence and documents should be

written in the English language. Supporting documents and printed literature

furnished by the Bidder with the Proposal may be in any other language provided

that they are accompanied by appropriate translations of the pertinent passages in

the English language. Supporting materials, which are not translated into English,

Page 25: S . N .Suresh

Date: page 24 Of 131

Place; Signature of the Bidder

may not be considered. For the purpose of interpretation and evaluation of the

Proposal, the English language translation shall prevail.

2.10.2 The currency for the purpose of the Proposal shall be the Indian Rupee (INR).

2.11 Bid Security

2.11.1 Proposals would need to be accompanied by a Bid Security. To be considered

for award of one package the amount of bid security would be Rs.1.50 crores

(Rupees one crore fifty lakhs only).To be considered for award of more then one

package the bid security amount shall be Rs.3.00 crores (Rupees three crores only).

The Bid Security shall be kept valid for at least 45 days in addition to the Proposal

Validity Period and would need to be extended, if so required by the Commissioner

for Public Instruction, Government of Karnataka, for any extension in Proposal

Validity Period.

2.11.2 The Bid Security shall be in the form of a Bank Guarantee or a Demand Draft

in favour of Commissioner for Public Instruction, Karnataka issued by any scheduled

bank in India, payable at Bangalore as per details enclosed as Appendix - F. In case

of Consortium the Bank Guarantee shall be in the name of the lead member.

2.11.3 The Bid Security shall be returned to the unsuccessful Bidders within a period

of eight (8) weeks from the date of announcement of the Successful Bidder. The Bid

Security submitted by the Successful Bidder shall be released upon furnishing of the

Performance Security in the form and manner as stipulated in the Agreement.

2.11.4 The Bid Security shall be forfeited in the following cases:

a. If the Bidder modifies or withdraws its Proposal except as provided in Clause 2.17;

b. If the Bidder withdraws its Proposal during the interval between the Proposal Due

Date and expiration of the Proposal Validity Period;

Page 26: S . N .Suresh

Date: page 25 Of 131

Place; Signature of the Bidder

c. If the Successful Bidder fails to provide the Performance Security within the

stipulated time or any extension thereof provided by the Commissioner for Public

Instruction, Government of Karnataka;

d. If any information or document furnished by the Bidder turns out to be misleading

or untrue in any material respect.

2.12 Validity of Proposal

Proposal shall remain valid for a period not less than 120 days from the last date for

submission of bids from the Proposal Due Date (“Proposal Validity Period”). The

Commissioner for Public Instruction, Government of Karnataka reserves the right to

reject any Proposal, which does not meet this requirement.

2.13 Extension of Validity of Proposal

In exceptional circumstances, prior to expiry of the original Proposal Validity Period,

the Commissioner for Public Instruction, Government of Karnataka may request

Bidders to extend the Proposal Validity Period for a specified additional period.

2.14 Format and Signing of Proposal

2.14.1 The Bidder would provide all the information as per this RFP. The

Commissioner for Public Instruction, Government of Karnataka reserves the right to

evaluate only those Proposals that are received in the required format and is

complete in all respects.

2.14.2 The Bidder shall submit the proposal in three separate covers, namely,

a. Qualification Submission, consisting of the details mentioned in Clause 6.1 of this

RFP Document,

b. Technical Proposal, consisting of the details mentioned in Appendix - I of this RFP

Document, and

c. Price Proposal, consisting of the Bidders financial proposal for the project in

prescribed format (Appendix – J,J1 & k).

d. Each of the above covers shall be superscribed as qualification submission,

technical proposal or price proposal depending upon the contents of the cover.

Page 27: S . N .Suresh

Date: page 26 Of 131

Place; Signature of the Bidder

2.14.3 The Bidder shall submit one original and one copy of the entire proposal. In

the event of any discrepancy between the original and the copies, the original shall

prevail.

2.14.4 The Proposal shall be typed or written in indelible ink. The pages and

volumes of each part of the Proposal shall be clearly numbered and the Bidder shall

initial each page. The person signing the Proposal shall initial all the alterations,

omissions, additions, or any other amendments made to the Proposal.

2.15 Sealing and Marking of Proposals

2.15.1 The Bidder shall seal each of the three parts of the Proposal in separate

covers. The three sealed covers shall be placed in a single outer cover, clearly

marking each of the envelopes as “ORIGINAL”.

2.15.2 Similarly, the copies of three parts of the Proposal shall be sealed in separate

envelopes and placed in a single larger cover, clearly marking each of the envelopes

as “COPY”.

2.15.3 Both the envelopes original and the copy shall be placed in a single larger

envelope and sealed.

2.15.4 Each of the envelopes (outer and inner) shall clearly bear the following

identification: “Proposal for Implementation of ICT@ Schools in Government

High Schools/Government Pre-University Colleges in Karnataka-

Superscribed as Qualification proposal/Technical proposal/Priceproposal

as the case may be”.

2.15.5 The envelopes shall be addressed and submitted to:

“ATTN. OF: Commissioner for Public Instruction at Department of

Education Research and Training, No. 4, 100 feet Ring Road, Banashankari

3rd Stage, Bangalore- 560085.”

2.15.6 If the envelops are not sealed and marked as instructed above, the

Commissioner for Public Instruction, Government of Karnataka assumes no

responsibility for the misplacement or premature opening of the contents of the

Proposal submitted and such Proposal may, at the sole discretion of the

Commissioner for Public Instruction, Government of Karnataka, be rejected.

Page 28: S . N .Suresh

Date: page 27 Of 131

Place; Signature of the Bidder

The bidder is also requested to adhere to the instructions provided in

clause 2.3

2.16 Proposal Due Date

2.16.1 Proposals should be submitted before 16:00 hours IST on the Proposal Due

Date mentioned in the Bidding Schedule, to the address provided in Clause 2.15.5 in

the manner and form as detailed in this RFP. Proposals submitted by either facsimile

transmission or telex will not be acceptable.

2.16.2 Commissioner for Public Instruction, Government of Karnataka may, in

exceptional circumstances, and for reasons to be recorded in writing, extend the

Proposal Due Date, by issuing an Addendum in accordance with Clause 2.8,

uniformly for all Bidders.

D. Evaluation of Proposal

2.17 Proposal Opening

2.17.1 Commissioner for Public Instruction, Government of Karnataka would open

the Qualification Submissions at 11.00 hrs on 19/03/2008 for the purpose of

evaluation.

2.17.2 Commissioner for Public Instruction, Government of Karnataka would

subsequently examine and evaluate Proposals in accordance with the criteria set out

in Sections 3, 4 and 5 of this RFP Document.

Page 29: S . N .Suresh

Date: page 28 Of 131

Place; Signature of the Bidder

2.18 Confidentiality

Information relating to the examination, clarification, evaluation, and

recommendation for the Bidders shall not be disclosed to any person not officially

concerned with the process. Commissioner for Public Instruction, Government of

Karnataka will treat all information submitted as part of Proposal in confidence and

would require all those who have access to such material to treat the same in

confidence. Commissioner for Public Instruction, Government of Karnataka will not

divulge any such information unless it is ordered to do so by any authority pursuant

to applicable law or order of a competent court or tribunal, which requires its

disclosure.

2.19 Tests of responsiveness

2.19.1 Prior to evaluation of Proposals, Commissioner for Public Instruction,

Government of Karnataka will determine whether each Proposal is responsive to the

requirements of the RFP. A Proposal shall be considered responsive if the Proposal:

a. is received/deemed to be received by the Proposal Due Date including any

extension thereof pursuant to Clause 2.16.2;

b. is signed, sealed and marked as stipulated in Clause 2.14 and Clause 2.15;

c. is accompanied by the Bid Security as stipulated in Clause 2.11;

d. is accompanied by the Power of Attorney, the format for which is specified in

Appendix B;

e. contains all the information as requested in this document;

f. contains information in formats same as those specified in this document;

g. mentions the validity period as set out in Clause 2.12, and

h. is accompanied by a demand draft towards cost of the RFP Document, in case the

same has been downloaded from the internet.

Page 30: S . N .Suresh

Date: page 29 Of 131

Place; Signature of the Bidder

2.19.2 Commissioner for Public Instruction, Government of Karnataka reserves the

right to reject any Proposal which is non-responsive and no request for alteration,

modification or withdrawal shall be entertained by Commissioner for Public

Instruction, Government of Karnataka in respect of such Proposals.

2.20 Clarifications

To facilitate evaluation of Proposals, Commissioner for Public Instruction,

Government of Karnataka may, at his sole discretion, seek clarifications in writing

from any Bidder regarding its Proposal.

2.21 Consultant(s) or Advisor(s)

To assist in the examination, evaluation, and comparison of Proposals, Commissioner

for Public Instruction, Government of Karnataka may utilize the services of

consultant(s) or advisor(s).

2.22 Proposal Evaluation: Qualification Submissions

2.22.1 The Qualification Submissions of the Bidders would first be checked for

responsiveness as set out in Clause 2.19 above. All Proposals found to be

substantially responsive shall be evaluated as per the Qualification Criteria set out in

Section 3 and documents submitted as per Section 6 clause 6.1.

2.22.2 Bidders who meet the qualification criteria shall be short-listed (“Qualified

Bidders”) for further evaluation.

2.22.3 The envelopes containing the Technical Proposal and Price Proposal of the

Bidders who do not meet the Qualification Criteria shall be returned unopened to

such Bidders.

Page 31: S . N .Suresh

Date: page 30 Of 131

Place; Signature of the Bidder

2.23 Proposal Evaluation: Technical Proposal

2.23.1 The Technical Proposals of the Qualified Bidders would be evaluated as per

the Technical Evaluation Criteria set out in Section 4 and documents submitted

under Section 6 clause 6.2

2.23.2 Only Bidders whose technical proposals are found to be acceptable

(“Technically Qualified Bidders“) would be considered for evaluation in the next

stage.

2.23.3 The envelope containing the Price Proposal of the Bidders who do not satisfy

the Technical Evaluation Criteria shall be returned unopened to such Bidders.

2.24 Proposal Evaluation: Price Proposal

Price Proposal of only the Technically Qualified Bidders would be opened and

evaluated as per process set out in Section 5 and documents submitted under

Section 6 clause 6.3 to identify a Preferred Bidder.

2.25 Declaration of Successful Bidder

2.25.1 Commissioner for Public Instruction, Government of Karnataka may either

choose to accept the Proposal of the Preferred Bidder or invite him for negotiations.

2.25.2 Upon acceptance of the Proposal of the Preferred Bidder with or without

negotiations, Commissioner for Public Instruction, Government of Karnataka shall

declare the Preferred Bidder as the Successful Bidder.

2.26 Notifications

Commissioner for Public Instruction, Government of Karnataka will notify the

Successful Bidder through a Letter of Acceptance (LOA) that its Proposal has been

accepted.

Page 32: S . N .Suresh

Date: page 31 Of 131

Place; Signature of the Bidder

2.27 Department’s Right to Accept or Reject Proposal

2.27.1 Commissioner for Public Instruction, Government of Karnataka reserves the

right to accept or reject any or all of the Proposals without assigning any reason and

to take any measure as it may deem fit, including annulment of the bidding process,

at any time prior to award of the Project, without liability or any obligation for such

acceptance, rejection or annulment.

2.27.2 Commissioner for Public Instruction, Government of Karnataka reserves the

right to invite revised Proposals from Bidders with or without amendment of the RFP

at any stage, without liability or any obligation for such invitation and without

assigning any reason.

2.27.3 Commissioner for Public Instruction, Government of Karnataka reserves the

right to reject any Proposal at any time:

a. a material misrepresentation made at any stage in the bidding process is

uncovered; or

b. the Bidder does not respond promptly and thoroughly to requests for

supplemental information required for the evaluation of the Proposal

This would lead to the disqualification of the Bidder. If such disqualification /

rejection occurs after the Proposals have been opened and the Successful Bidder

gets disqualified / rejected, then Commissioner for Public Instruction, Government of

Karnataka reserves the right to:

a. declare the Bidder with second lowest Price Proposal/ Modified Price Proposal as

the Preferred Bidder and where warranted, invite such Bidder for negotiations;

or

b. take any such measure as may be deemed fit in the sole discretion of

Commissioner for Public Instruction, Government of Karnataka, including annulment

of the bidding process.

Page 33: S . N .Suresh

Date: page 32 Of 131

Place; Signature of the Bidder

2.28 Acceptance of Letter of Acceptance and Execution of Agreement

2.28.1 Within a week from the date of issue of the Letter of Acceptance (“LoA”), the

Successful Bidder shall accept the LoA and confirm the receipt to Commissioner for

Public Instruction, Government of Karnataka.

The Successful Bidder shall execute the Agreement for the Project, within a week of

the issue of LoA or within such further time as Commissioner for Public Instruction,

Government of Karnataka may agree to in its sole discretion.

2.28.2 If the Successful Bidder is a Consortium, then the Lead Member of such

Consortium shall, before signing of the Agreement, submit to Commissioner for

Public Instruction, Government of Karnataka,

a. a detailed inter se agreement between the Consortium Members

incorporating the provisions of the MoU submitted as part of the Proposal, and

b. a power of attorney from Operating Members authorizing Lead Member of

such Consortium to sign the Agreement with Commissioner for Public

Instruction, Government of Karnataka.

2.28.3 Commissioner for Public Instruction, Government of Karnataka will promptly

notify other Bidders that their Proposal have not been accepted and their Bid

Security will be returned as promptly as possible.

2.29 Performance Security

2.29.1 The successful Bidder shall furnish Performance Security by way of an

irrevocable Bank Guarantee for an amount equal to 5 percent of the contract price in

the form of a Bank Guarantee issued by a nationalized or scheduled bank in India in

favour of Commissioner for Public Instruction, Government of Karnataka in case of

packages 1 to 4 and in favour of Commissioner for Pre-University Education for

packages 5 and 6, as required under the draft Agreement, and at the time of signing

the agreement.

Page 34: S . N .Suresh

Date: page 33 Of 131

Place; Signature of the Bidder

2.29.2 Failure of the Successful Bidder to comply with the requirements of Clause

2.28 or 2.29.1 shall constitute sufficient grounds for the annulment of the LoA, and

forfeiture of the Bid Security. In such an event, Commissioner for Public Instruction,

Government of Karnataka reserves the right to take any such measure as may be

deemed fit in the sole discretion of Commissioner for Public Instruction, Government

of Karnataka, including annulment of the bidding process.

SECTION 3. EVALUATION FOR QUALIFICATION

3.1 Evaluation Parameters

3.1.1 The Bidder’s competence and capability is proposed to be established by the

following parameters:

a. Experience in terms of:

i. Supply and Installation of computer systems;

ii. Maintenance of computer systems; and

iii. provision of ICT based education and training in schools.

b. Financial capability in terms of:

i. Net worth; and

ii. Annual sales turnover.

3.1.2 On each of these parameters, the Bidder would be required to meet the

evaluation criteria as detailed in this Section 3.

3.2 Qualification Criteria for Experience

3.2.1 Experience of providing ICT based education in schools

Experience of providing ICT based education and training in projects of similar

nature

Experience Criteria Eligibility to bid Eligibility for award of bids

Providing ICT based education in

between 200 and upto 400 schools

Eligible to bid in all

the six packages

For award of one package

Providing ICT based education in

more than 400 schools

Eligible to bid in all

the six packages

For award of more than one

package

Page 35: S . N .Suresh

Date: page 34 Of 131

Place; Signature of the Bidder

In case if the bidder’s past experience of working in schools is between 200 and

upto 400 schools, the bidder is eligible for award of one package only. However, if

the past experience of working in schools is more than 400 schools than the bidder

is eligible for award of more than one package. The bidders can bid for all the

packages. However, packages are restricted to their past experience and financial

capability.

3.3 Details of Experience

3.3.1 The Bidder shall furnish evidence to support its claim as per Appendix - S

3.3.2 In case, the Bidder has executed the project as a member of a consortium,

then, the inter se agreement signed by the consortium members clearly setting out

the role of the Bidder and the contract value of bidder’s scope of work would need

to be submitted in addition to certificate from the client.

3.4 Financial Capability

3.4.1 Financial Capability of the Bidders would be evaluated on the basis of the

following:

a. Net worth as at the end of the most recent financial year (Ref. Appendix-H);

and

b. Average annual turnover for the last two completed financial years (Ref.

Appendix-H).

3.4.2 The Bidders should provide information regarding the above based on audited

annual accounts for the respective financial years. The financial year would be the

same as the one normally followed by the Bidder for its Annual Report.

3.4.3 The Proposal must be accompanied by the audited annual financial statements

of the Bidder (of the Lead Member and Operating Members in case of a Consortium)

for the last two (2) completed financial years.

3.4.4 In case the annual accounts for the latest financial year are not audited and

therefore the Bidder could not make it available, the Bidder shall give an undertaking

to that effect and the statutory auditor shall certify such undertaking. In such a case,

the Bidder shall provide the Audited Annual Financial Statements for two years

Page 36: S . N .Suresh

Date: page 35 Of 131

Place; Signature of the Bidder

preceding the latest financial year which would be used for the purpose of

evaluation.

3.5 Qualification Criteria for Financial Capability

3.5.1 For the purpose of Qualification, a Bidder would be required to demonstrate

the financial capability as set out below.

Financial capability Eligibility to bid Eligibility for award of bids

Net worth of at least Rs

10,00,00,000/-(Rupees ten crores)

and above upto 20 crores.

Eligible to bid in all

the six packages

For award of one package

Net worth of at least Rs

20,00,00,000/-(Rupees twenty

crores) and above upto 40 crores.

Eligible to bid in all

the six packages

For award of more than one

package

Average annual turnover of at least

Rs.20,00,00,000/-(Rupees Twenty

Crores) and above and upto 40

crores in the last two(2) completed

financial years.

Eligible to bid in all

the six packages

For award of one package

Average annual turnover of

Rs.40,00,00,000/-(Rupees Forty

Crores) and above in the last

two(2) completed financial years.

Eligible to bid in all

the six packages

For award of more than one

package

3.5.2 For the purposes of evaluation only figures from the latest two audited annual

financial statements would be considered.

3.6 Qualification Evaluation Criteria for a Consortium

3.6.1 In case of a Consortium, the Lead Member shall have the Experience of

providing ICT based education in schools in projects of similar nature. However in

case the lead member falls short of the criteria, the Consortium as a whole should

meet the Experience Criteria as stipulated in clause 3.2

3.6.2 The Lead Member shall meet the Financial Capability Criterion stipulated under

Clause 3.5.1.

Page 37: S . N .Suresh

Date: page 36 Of 131

Place; Signature of the Bidder

3.7 Qualified Bidders

Bidders meeting both the Experience Criteria and Financial Capability Criteria shall be

declared as Qualified Bidders. The Technical Proposals of only the Qualified Bidders

shall be considered for evaluation.

SECTION 4. TECHNICAL PROPOSAL EVALUATION

4.1 Components of Technical Proposal

4.1.1 Specifications

Bidders shall, in the format set out in Appendix I, set out the component-wise

specifications (“Proposed Specifications”) including a description of the components

and single specific brand and model to be supplied. The brochures of the brand and

model to be supplied are to be enclosed.

4.2. Evaluation Process

4.2.1 Preliminary Examination for completeness

a. The Technical Proposal shall first be scrutinized to determine completeness

and to assess whether any conceptual errors have been made.

b. The Technical Evaluation Committee shall, based on the preliminary

examination, determine the substantial responsiveness of the Technical

Proposals. Technical Proposals without any material omissions, errors or

incompleteness shall be considered responsive.

c. Commissioner for Public Instruction, Government of Karnataka reserves the

right to reject any Proposal which is non responsive and no request for

alteration, modification or withdrawal shall be entertained by Commissioner

for Public Instruction, Government of Karnataka in respect of such Proposals.

4.2.2 Performance Analysis

The Technical Evaluation Committee shall scrutinize the output of the Performance

Tests to ascertain conformance with the Department’s requirements.

Page 38: S . N .Suresh

Date: page 37 Of 131

Place; Signature of the Bidder

4.2.3 Deviation Analysis

The Technical Evaluation Committee shall also analyse the deviations if any, to

assess acceptability of the proposed deviations.

4.2.4 Clarifications from Bidders

Commissioner for Public Instruction, Government of Karnataka may, at any time

during the evaluation of Technical Proposals, seek clarifications/additional

information from the bidders. This may include discussions with technical faculties of

the bidders and/or visit to bidders’ site to verify claims made in the technical

proposal.

4.2.5 Short listing of Technically Qualified Bidders

Commissioner for Public Instruction, Government of Karnataka shall, subsequent to

evaluation of the Technical Proposals, including responses/clarifications from the

Bidders, shortlist the Bidders whose Technical Proposals are found to be acceptable

(“Technically Qualified Bidders”). The Price Proposals of only the Technically

Qualified Bidders would be evaluated for identification of the Preferred Bidder.

SECTION 5. EVALUATION OF PRICE PROPOSAL

5.1 Evaluation Parameters

The Price Proposals of the Bidders would be evaluated on the basis of the following

three parameters:

Prices indicated on the price schedule shall be entered separately in the following

manner

Page 39: S . N .Suresh

Date: page 38 Of 131

Place; Signature of the Bidder

Hardware:

i) the price of the goods quoted (ex-factory, ex-showroom, ex-warehouse or ex-of

the shelf, as applicable) including all duties and sales and other taxes already paid or

payable, transportation, installation, commissioning and training on usage of

equipment to teachers.

Education delivery: ii) This would include costs towards facility management that

includes courseware, training, education software, computer stationery brad band

connectivity, electricity etc., The price towards payment of salary/ honorarium/

compensation to the faculty appointed in each of the school where the program is

implemented, it shall also include all statutory contributions of both employer and

employee and deductions to be made as per the labour and Tax laws prevalent in

the geography where the program is implemented. However the net salary /

honorarium / compensation to be paid to the faculty shall not be less than Rs.3500/-

excluding the contributions and deductions mentioned above.

Annual Maintenance:

iii) the price of other incidental services listed in special conditions of contract

including the price towards annual maintenance for the whole contract period

The first parameter shall be divided into two parts i.e. 80% of the equipment cost

would be paid on successful commissioning, training of school staff on usage of

equipment, comprehensive verification report and delivery challens. The remaining

20% of the equipment cost will be paid on the basis of fixed quarterly payment offer,

where as The second and third parameters shall be calculated on the basis of Fixed

Quarterly Payment Offer. Bidders shall propose a uniform payment (“Fixed Quarterly

Payment Offer”) for the balance project cost, in the format set out in Appendix K,

payable quarterly by the Commissioner for Public Instruction, Government of

Karnataka in accordance with the provisions set out in the Draft Agreement.

5.2 Evaluation Methodology

5.2.1 The composite price proposal (“Composite Price proposal”) shall be computed

as follows:

Page 40: S . N .Suresh

Date: page 39 Of 131

Place; Signature of the Bidder

5.2.2 In case the Price Proposal of any Bidder does not comply with the aforesaid

condition, the Commissioner for Public Instruction, Government of Karnataka may, at

its own discretion, reject such Proposal as non responsive.

The Bidders shall be ranked based on the CPP computed from the Bidder’s Price

Proposal.

The Bidder with the lowest CPP shall be ranked L1 and other proposals ranked in

ascending order.

5.2.3 In the event that two or more Bidders have been ranked the highest,

Commissioner for Public Instruction, Government of Karnataka may;

a. Invite fresh Price Proposals from such Bidders, OR

b. Take any such measure as may be deemed fit in its sole discretion.

5.2.4 Any bidder who by his qualification is eligible to be awarded one package only,

has bid for more than one package and if he emerges as L1 in more than one

package, then the package for which he has expressed higher preference(Annexure-

A) will be considered for award.

5.2.5 The highest ranked Bidder shall be the Preferred Bidder and the Commissioner

for Public Instruction, Government of Karnataka shall proceed with finalizing the

agreement with such Bidder in accordance with Clause 2.25.

5.3 Statement of Financial Assumptions

As reffered to in Appendix K

SECTION 6. CONTENTS OF PROPOSAL

6.1 Qualification Submissions

Qualification Submissions shall consist of two sub-parts:

a. Other Submissions, which shall include the following

i. Letter of Proposal as per Appendix A

ii. Power of Attorney as per Appendix B, equipments the signatory of

the Proposal to commit the Bidder

Page 41: S . N .Suresh

Date: page 40 Of 131

Place; Signature of the Bidder

iii. Details of Bidder as per Appendix C

iv. Anti-Collusion Certificate as per Appendix D

v. Letter of Undertaking from Bidder as per Appendix -E

vi. Bid Security as per Appendix F

vii. List of web portal and service centres – Appendix - M

viii. Cost toward RFP Document, in case downloaded from internet

ix. Past performance Appendix –S

x. Acceptance of implementation schedule Appendix – T

xi. Undertaking Appendix – U

xii. Details of organization Appendix – V

xiii. Details of Computer education in Govt. schools Appendix-P

b. Qualification Documents, which shall consist of the following:

i. Certificate of Incorporation

ii. Undertaking of being an IT Company as per Appendix G

iii. ISO 9001-2001 Certification

iv. Statement of Financial Capability as per Appendix H

v. Annual reports as required in Section 3

6.2 Technical Proposal

Technical Proposal shall comprise of:

a. Technical Proposal as per the format set out in Appendix-I

6.3 Price Proposal

Price Proposal shall consist of :

a. Price Proposal as per the format set out in Appendix J.J1

b. Statement of financial assumptions as set out in Appendix K

c. The bidders have to quote the total cost of servers, thin clients, accessories,

networking charges, operating system, office software, UPS systems, computer

furniture, printer, scanner, digital camera, multi-media projector etc., and the

delivery of computer education and facility management / maintenance costs for

Five years together.

Page 42: S . N .Suresh

Date: page 41 Of 131

Place; Signature of the Bidder

d. Prices indicated on the price schedule shall be entered separately in the following

manner

Hardware

i) the price of the goods quoted (ex-factory, ex-showroom, ex-warehouse or ex-of

the shelf, as applicable) including all duties and sales and other taxes already paid or

payable, transportation, installation, commissioning and training on usage of

equipment to school staff.

Education Delivery: ii) This would include costs towards facility management that

includes courseware, training, education software, computer stationery brad band

connectivity, electricity etc., The price towards payment of salary/ honorarium/

compensation to the faculty appointed in each of the school where the program is

implemented, it shall also include all statutory contributions of both employer and

employee and deductions to be made as per the labour and Tax laws prevalent in

the geography where the program is implemented. However the net salary /

honorarium / compensation to be paid to the faculty shall not be less than Rs.3500/-

excluding the contributions and deductions mentioned above.

Annual Maintenance:

iii) the price of other incidental services listed in special conditions of contract

including the price towards annual maintenance for the whole contract period

e) The bidders separation of the price components will be solely for the purpose of

facilitating the comparison of bids by the purchaser and will not in any way limit the

purchaser’s right to contract on any of the terms offered. (please also refer to

Section-V)

Page 43: S . N .Suresh

Date: page 42 Of 131

Place; Signature of the Bidder

SECTION 7: BIDDING SCHEDULE

Commissioner for Public Instruction, Government of Karnataka would endeavour to

adhere to the following schedule:

Date Time

2. Date of issue of notification 03-03-2008 3. Date of commencement of sale of 03-03-2008 Bid document 4. Pre-Bid meeting 10-03-2008 11.00 hours 5. Last date for sale of Bid document 18-03-2008 12.00 hours 6. Last date and time for submission of 18-03-2008 16.00 hours Bid documents 7. Date and time of opening of Bids Cover 1 19-03-2008 11.00 hours Cover 2 24-03-2008 11.00 hours Cover 3i 27-03-2008 11.00 hours

The time and venue for the pre-bid meeting shall be as follows:

Date and Time : 10-03-2008 at 11.00 AM

Venue : Conference hall of the Office of the Department of Education and

Training, No. 4, 100feet Road, Banashankari 3rd Stage, Bangalore 560085.

Page 44: S . N .Suresh

Date: page 43 Of 131

Place; Signature of the Bidder

SECTION 8. GENERAL CONDITIONS OF CONTRACT

8.1 Definitions

8.1.1 In this Contract, the following terms shall mean and be interpreted as

indicated:

(a) “The Contract” means the agreement entered into between the

Purchaser and the Supplier, as recorded in the Contract Form signed by the parties,

including all the attachments and appendices thereto and all documents

incorporated under reference therein;

(b) “The Contract Price” means the price payable to the Supplier under the

Contract for the full and proper performance of its contractual obligations;

(c) “The Goods” means all the equipment, machinery, and/or other

materials which the Supplier is required to supply to the Purchaser under the

Contract;

(d) “Services” means services ancillary to the supply of the Goods, such as

transportation and insurance, and any other incidental services, such as installation,

commissioning, provision of technical assistance, maintenance, appointment of

faculty, training and other obligations of the Supplier covered under the Contract;

(e) “GCC” means the General Conditions of Contract contained in this

section.

(f) “SCC” means the Special Conditions of Contract.

(g) “The Purchaser” means the Commissioner for Public Instruction,

Government of Karnataka

(h) “The Purchaser’s country” is India

Page 45: S . N .Suresh

Date: page 44 Of 131

Place; Signature of the Bidder

(i) “The Supplier” means the individual or firm supplying the Goods and

Services under this Contract.

(j) “The Government” means the Government of Karnataka State.

(k) “The Project Site”, where applicable, means the place or places where

the computer hardware are likely to be installed.

(l) “Day” means calendar day.

8.2 Application

8.2.1 These General Conditions shall apply to the extent that they are not

superseded by provisions in other parts of the Contract.

8.3 Standards

8.3.1 The goods supplied under this contract shall confirm to the standards

mentioned in the Technical Specifications, and, when no applicable standard is

mentioned, to the authoritative standard appropriate to the Goods’ country of origin

and such standard shall be latest issued by the concerned institution.

8.4 Use of Contract Documents and Information

8.4.1 The Supplier shall not, without the Purchaser’s prior written consent, disclose

the Contract, or any provision thereof, or any specification, plan, drawing, pattern,

sample or information furnished by or on behalf of the Purchaser in connection

therewith, to any person other than a person employed by the Supplier in

performance of the Contract. Disclosure to any such employed person shall be

made in confidence and shall extend only so far as may be necessary for purposes of

such performance.

8.4.2 The Supplier shall not, without the Purchaser’s prior written consent, make

use of any document or information enumerated in GCC Clause 8.4.1 except for

purposes of performing the Contract.

Page 46: S . N .Suresh

Date: page 45 Of 131

Place; Signature of the Bidder

8.4.3 Any document, other than the Contract itself, enumerated in GCC Clause8.

4.1 shall remain the property of the Purchaser and shall be returned (in all copies) to

the Purchaser on completion of the Supplier’s performance under the Contract if so

required by the Purchaser.

8.4.4 The supplier shall permit the purchaser /Government to inspect the Supplier’s

accounts and records relating to the performance of the Supplier and to have them

audited by auditors appointed by the purchaser/Government if so required by the

Government.

8.5 Patent Rights

8.5.1 The Supplier shall indemnify the Purchaser against all third-party claims of

infringement of patent, trademark or industrial design rights arising from use of the

Goods or any part thereof in India.

8.6 Performance Security

8.6.1 Within 7 days of receipt of the notification of contract award, the Supplier

shall furnish performance security in the amount of 5% of the Contract Value/price

in respect of cost of materials supplied, for providing computer education services

and annual maintenance, valid for the project period of 5 years and up to 120 days

after the date of completion of performance obligations including warranty

obligations, in the form of irrevocable bank guarantee or crossed demand draft

8.6.2 the proceeds of the performance security shall be payable to purchaser as

compensation for any loss resulting from the supplier failure to complete its

obligations under the contract.

8.6.3 The Performance Security shall be denominated in Indian Rupees and shall be

in one of the following forms:

Page 47: S . N .Suresh

Date: page 46 Of 131

Place; Signature of the Bidder

(a) A Bank guarantee issued by a nationalized/scheduled bank located in

India acceptable to the Purchaser, in the form provided in the bidding documents or

another form acceptable to the Purchaser; or

(b) A crossed demand draft on a nationalized/scheduled bank located in

India drawn in favour of the purchaser.

8.6.4 The Performance Security will be discharged by the Purchaser and returned to

the Supplier after the completion of the project period subject to fulfillment of all the

services stipulated in the RFP as also settlement of all issues / disputes arising out of

the contract.

8.6.5 If the successful bidder fails to submit the performance security within seven

days and sign the contract agreement the bid security furnished by such bidder will

be forfeited.

8.6.6 If the successful bidder after signing of the contract agreement fails to perform

any contractual obligations its performance security mentioned above will be

forfeited.

8.6.7 The successful bidder shall also furnish an indemnity bond for the total value

of the hardware and other peripherals supplied as mentioned in 5.1 (i) while

receiving the 17th EQI, for a period of two years.

8.7 Inspections and Tests

8.7.1 The Purchaser or its representative shall have the right to inspect and/or to

test the Goods to confirm their conformity to the Contract specifications. The

Purchaser shall notify the Supplier in writing in a timely manner of the identity of any

representatives retained for these purposes.

Page 48: S . N .Suresh

Date: page 47 Of 131

Place; Signature of the Bidder

8.7.2 Should any inspected or tested Goods fail to conform to the specifications, the

Purchaser may reject the goods and the Supplier shall either replace the rejected

Goods or make alterations necessary to meet specification requirements free of cost

to the Purchaser.

8.7.3 The Purchaser’s right to inspect, test and, where necessary, reject the Goods

after the Goods’ arrival at Project Site shall in no way be limited or waived by reason

of the Goods having previously been inspected, tested and passed by the Purchaser

or its representative prior to the Goods shipment.

8.7.4 The pre-delivery inspection will be carried out by the purchaser or by any one

authorized by the purchaser for this purpose.

8.7.5 Nothing in GCC Clause 8 shall in any way release the Supplier from any

warranty or other obligations under this Contract.

8.7.6 Manuals

8.7.6.1 Before the goods and equipment are taken over by the Purchaser, the

Supplier shall supply operation and maintenance manuals together with the goods

and equipment. These shall be in such detail as will enable the Purchaser to operate,

maintain, adjust and repair all parts of the equipment as stated in the specifications.

8.7.6.2 The manuals shall be in the ruling language (English) and in such form and

numbers as stated in the contract.

8.7.6.3 Unless and otherwise agreed, the goods and equipment shall not be

considered to be completed for the purpose of taking over until such manuals and

drawings have been supplied to the Purchaser.

8.7.7 For the System & Other Software the following will apply :

Page 49: S . N .Suresh

Date: page 48 Of 131

Place; Signature of the Bidder

The Supplier shall provide complete and legal documentation of hardware, all

sub-systems, operating systems, compiler, system software and the other software.

The Supplier shall also provide licensed software for all software products, whether

developed by it or acquired from others. The supplier shall also indemnify the

purchaser against any levies/penalties on account of any default in this regard.

8.7.8 Comprehensive Verification report.

8.7.8.1 The supplier after completion of commissioning of all equipments and

training of at least two teachers in each of the school at the project site, shall

intimate the purchaser about the completed tasks. On receipt of the completion

report and the delivery challans issued by the head teacher of the school the

purchaser would ask its representative agency to verify the completeness of the

work executed in terms of technical specifications and complete functionality of all

equipments and such representative agency would issue a comprehensive

verification report signed by the supplier and the representative agency of the

supplier. The date on which such report is signed shall be deemed to be the date of

successful commissioning of the systems.

8.7.8.2 Acceptance certificate

After completion of each quarter the supplier is supposed to obtain the monthly sign

offs for all the months of the quarter, duly filled in and signed by the Head teacher

and also the acceptance certificate issued by the agency identified by the purchaser

indicating that all activities scheduled for the quarter are completely discharged and

the equipments commissioned are fully functional. Only on fulfillment of the above

i.e. monthly sign offs and acceptance certificate, certifying that all the specified

activities to be carried out are completed as also the complete functionality of all the

equipments commissioned, the EQI for the quarter would be paid subject to

deductions / penalties towards non performance on the part of the supplier.

8.7.8.3 The training as per clause 8.12of GCC and9.16 of Special Conditions of

Contract shall be conducted on the dates mutually agreed upon and within one

Page 50: S . N .Suresh

Date: page 49 Of 131

Place; Signature of the Bidder

month from the date of acceptance of supply and continue till the end of project

period

8.8 Packing

8.8.1 The Supplier shall provide such packing of the Goods as is required to prevent

their damage or deterioration during transit to their final destination as indicated in

the Contract. The packing shall be sufficient to withstand, without limitation, rough

handling during transit and exposure to extreme temperatures, salt and precipitation

during transit and open storage. Packing case size and weights shall take into

consideration, where appropriate, the remoteness of the Goods’ final destination and

the absence of heavy handling facilities at all points in transit.

8.8.2 The packing, marking and documentation within and outside the packages

shall comply strictly with such special requirements as shall be provided for in the

Contract including additional requirements, if any, specified in SCC and in any

subsequent instructions ordered by the Purchaser.

8.8.3 Packing Instructions: The Supplier will be required to make separate packages

for each Consignee. Each package will be marked on three sides with proper

paint/indelible ink, the following:

i) Project ii) Contract No. iii) Country of Origin of Goods iv) Supplier’s Name,

and v) Packing list reference number.

8.9 Delivery and Documents

8.9.1 Delivery of the Goods shall be made by the Supplier in accordance with the

terms specified by the Purchaser in the Notification of Award. The details of

shipping/transport and/or other documents to be furnished by the supplier are

specified in SCC.

8.10. Insurance

8.10.1 The Goods supplied under the Contract shall be fully insured in Indian Rupees

against loss or damage incidental to manufacture or acquisition, transportation,

storage and delivery. For delivery of goods at site, the insurance shall be obtained

Page 51: S . N .Suresh

Date: page 50 Of 131

Place; Signature of the Bidder

by the supplier in an amount equal to 110% of the value of the goods from

“Warehouse to warehouse” (Final destinations) on “All Risks” basis including War

risks and Strikes.

8.11. Transportation

8.11.1 Where the Supplier is required under the Contract to transport the Goods to a

specified place of destination within India defined as Project site, transport to such

place of destination in India including insurance, as shall be specified in the

Contract, shall be arranged by the Supplier, and the related cost shall be included in

the Contract Price.

8.12. Incidental Services

8.12.1 The supplier is required to provide any or all of the following services,

including additional services, if any, specified in SCC:

(a) performance or supervision of the on-site assembly and/or start-up of

the supplied Goods;

(b) furnishing of tools required for assembly and/or maintenance of the

supplied Goods;

(c) furnishing of detailed operations and maintenance manual for each

appropriate unit of supplied Goods;

(d) performance or supervision or maintenance and/or repair of the

supplied Goods, for a period of time agreed by the parties, provided that this service

shall not relieve the Supplier of any warranty obligations under this Contract; and

(e) training of the Purchaser’s personnel, at the Supplier’s plant and/or on-

site, in assembly, start-up, operation, maintenance and/or repair of the supplied

Goods at least two teachers will be required to be trained by the supplier at the

project schools for one day, the expenses towards this training shall be borne by the

supplier

8.12.2 Price proposal shall include all such incidental services.

8.13. Spare Parts

8.13.1 As specified in the SCC, the Supplier is required to provide all of the following

materials, notifications, and information pertaining to spare parts manufactured or

distributed by the Supplier:

Page 52: S . N .Suresh

Date: page 51 Of 131

Place; Signature of the Bidder

(a) such spare parts as the Purchaser may elect to purchase from the

Supplier, providing that this election shall not relieve the Supplier of any warranty

obligations and maintenance obligations under the Contract for the project period;

and

(b) In the event of termination of production of the spare parts:

(i) Advance notification to the Purchaser of the pending termination, in

sufficient time to permit the Purchaser to procure needed requirements; and

(ii) Following such termination, furnishing at no cost to the Purchaser,

the blueprints, drawings and specifications of the spare parts, if requested.

8.13.2 The supplier shall carry sufficient inventories to assure ex-stock supply of

spares for the Goods supplied.

8.14. Warranty

8.14.1 The Supplier warrants that the Goods supplied under this Contract are new,

unused, of the most recent or current models and that they incorporate all recent

improvements in design and materials unless provided otherwise in the Contract.

The Supplier further warrants that all Goods supplied under this Contract shall have

no defect arising from design, materials or workmanship or from any act or omission

of the Supplier, that may develop under normal use of the supplied Goods in the

conditions prevailing in the country of final destination.

8.14.2 This warranty shall remain valid for 36 months after the Goods or any portion

thereof as the case may be, have been delivered, commissioned and accepted at the

final destination indicated in the Contract, or for 40 months after the date of receipt

of goods whichever period concludes later. The supplier shall, in addition, comply

with the performance and/or consumption guarantees specified under the contract.

If for reasons attributed to the supplier, these guarantees are not attained in whole

or in part, the supplier shall at its discretion either;

(a) make such changes, modifications, and/or additions to the goods or

any part thereof as may be necessary in order to attain the contractual guarantees

specified in the contract at its own cost and expense and to carry out further

performance test in accordance with SCC4 OR

Page 53: S . N .Suresh

Date: page 52 Of 131

Place; Signature of the Bidder

(b) pay liquidated damages to the Purchaser with respect to the failure

to meet the contractual guarantees. The rate of these liquidated damages shall be

as specified in the Service Level Agreement

8.14.3 The faculty appointed by the bidder for on site support shall promptly notify

the Supplier in writing of any claims arising under this warranty.

8.14.4 “Upon receipt of such notice, the Supplier, within the period specified in SCC,

repair or replace the defective goods or parts thereof, free of cost at the ultimate

destination. The Supplier shall take over the replaced parts/goods at the time of

their replacement. No claim whatsoever shall lie on the Purchaser for the replaced

parts/goods thereafter.

8.14.5 If the Supplier, having been notified, fails to remedy the defect(s) within 3

days, the Purchaser may proceed to take such remedial action as may be necessary,

at the Supplier’s risk and expense and without prejudice to any other rights which

the Purchaser may have against the Supplier under the Contract.

8.14.6 The supplier shall guarantee a 98% uptime of computer systems/peripherals.

8.14.7 If any computer system(s) gives continuous trouble, say six times in a month

during the warranty period, the supplier shall replace the system(s) without any

additional cost to the Purchaser.

The supplier shall set up a web based portal system for monitoring the functioning

of the computer hardware and UPS systems at the taluk headquarters. The

monitoring reports should be collected, consolidated and submitted to the purchaser

at the end of every month based on which the down time will be calculated.

Provision should also be made in the portal system for reporting on the functioning

of the hardware systems by the Head teachers of the concerned schools.

Page 54: S . N .Suresh

Date: page 53 Of 131

Place; Signature of the Bidder

8.15. Payment

8.15.1 The method and conditions of payment to be made to the Supplier under this

Contract shall be specified in the SCC.

8.15.2 The Supplier’s request(s) for payment shall be made to the Purchaser in

writing, accompanied by an invoice describing, as appropriate, the Goods delivered

and the Services performed, and by documents, submitted pursuant to GCC Clauses

8.7 & 8.9 ., and upon fulfillment of other obligations stipulated in the contract.

8.15.3. Payments shall be made promptly by the Purchaser subject to submission of

the invoice, comprehensive verification report, acceptance certificate, prescribed

delivery challans and sign offs duly attested by the Head teacher and Nodal officer

from DIET of the respective school / district.

8.15.4 Payment shall be made in Indian Rupees.

8.15.5 Payment against delivery and installation as per the contract would be made

to the extent of 80% of the contract price pertaining towards the supply of hardware

components and software installation subject to the payment terms specified in

clause 8.7 & 8.9 of GCC and 9.2 & 9.3 of SCC. The balance 20% would be retained

by the purchaser towards the performance of the goods supplied and paid in EQIs

till the completion of the contract period subject to acceptance reports furnished by

the inspection agency designated by the purchaser, and monthly sign offs from

schools. The contract price towards education delivery and facility management /

maintenance would be paid to the supplier in quarterly equal installments subject to

the satisfactory performance as per the terms of the Contract and RFP and subject

to any deduction of penalties

8.16. Prices

8.16.1 Prices payable to the supplier as stated in the contract shall be fixed during

the performance of the contract.

Page 55: S . N .Suresh

Date: page 54 Of 131

Place; Signature of the Bidder

8.17. Change Orders

8.17.1 The Purchaser may at any time, by written order given to the Supplier

pursuant to GCC Clause 8.3.1, make changes within the general scope of the

Contract in any one or more of the following:

(a) drawings, designs, or specifications, where Goods to be furnished

under the Contract are to be specifically manufactured for the Purchaser;

(b) the method of transport or packing;

(c) the place of delivery; and/or

(d) the Services to be provided by the Supplier.

8.17.2 . If any such change causes an increase or decrease in the cost of, or the

time required for, the Supplier’s performance of any provisions under the Contract,

all such costs shall be borne by the supplier without any extra cost to the purchaser.

8.18. Contract Amendments

8.18.1 Subject to GCC Clause 8.17.1, no variation in or modification of the terms of

the Contract shall be made except by written amendment signed by the parties.

8.19. Assignment

8.19.1 The Supplier shall not assign, in whole or in part, its obligations to perform

under the Contract, except with the Purchaser’s prior written consent.

8.20. Subcontracts

8.20.1 The Supplier shall notify the Purchaser in writing of all subcontracts awarded

under this Contract in the Bid document itself. Such subcontract shall not relieve the

Supplier from any liability or obligation under the Contract. Sub contract shall be

only for bought out items and sub assemblies.

8.20.2 Subcontracts must comply with the provisions of GCC Clause 8.2.

Page 56: S . N .Suresh

Date: page 55 Of 131

Place; Signature of the Bidder

8.21. Delays in the Supplier’s Performance

8.21.1 Delivery of the Goods and performance of the Services shall be made by the

Supplier in accordance with the time schedule specified by the Purchaser under

various clauses of GCC and SCC.

8.21.2 If at any time during performance of the Contract, the Supplier or its sub-

contractor(s) should encounter conditions impeding timely delivery of the Goods and

performance of Services, the Supplier shall promptly notify the Purchaser in writing

of the fact of the delay, its likely duration and its cause(s). As soon as practicable

after receipt of the Supplier’s notice, the Purchaser shall evaluate the situation and

may, at its discretion, extend the Supplier’s time for performance with or without

liquidated damages, in which case the extension shall be ratified by the parties by

amendment of the Contract.

8.21.3 Except as provided under GCC Clause 8.24, a delay by the Supplier in the

performance of its delivery obligations shall render the Supplier liable to the

imposition of liquidated damages pursuant to GCC Clause 8.23, unless an extension

of time is agreed upon pursuant to GCC Clause 8.21.2 without the application of

liquidated damages.

8.22. Liquidated Damages

22.1 8.22.1 Subject to GCC Clause 8.24, if the Supplier fails to deliver any or all of

the Goods or to perform the Services within the period(s) specified in the

Contract, the Purchaser shall, without prejudice to its other remedies under the

Contract, deduct from the Contract Price, as liquidated damages, a sum

equivalent to 0.5% of the delivered price of the delayed goods or unperformed

services for each week or part thereof of delay until actual delivery or

performance, up to a maximum deduction of 30% of the contract price. Once the

maximum is reached, the purchaser may consider termination of the contract

pursuant to Clause 8.23 and or as will be agreed upon in the Service Level

Agreement, executed by the supplier –

Page 57: S . N .Suresh

Date: page 56 Of 131

Place; Signature of the Bidder

• No System shall be down for more than 72 hours in one stretch. If

• The penalty for percentage for not maintaining 98 percent uptime shall be as

per the provisions of the contract.

The Purchaser reserves the right to terminate the contract, at any time without

assigning any reasons and the Supplier cannot claim any compensation in this

respect.

8.23. Termination for Default

8.23.1 The Purchaser may, without prejudice to any other remedy for breach of

contract, by written notice of default sent to the Supplier, terminate the Contract in

whole or part:

(a) if the Supplier fails to deliver any or all of the Goods within the period(s)

specified in the Contract, or within any extension thereof granted by the Purchaser

pursuant to GCC Clause 8.21; or

(b) if the Supplier fails to perform any other obligation(s) under the

Contract.

(c) If the Supplier, in the judgment of the Purchaser has engaged in

corrupt or fraudulent practices in competing for or in executing the Contract.

For the purpose of this Clause:

“Corrupt practice” means the offering, giving, receiving or soliciting of

any thing of value to influence the action of a public official in the procurement

process or in contract execution.

“fraudulent practice” means a misrepresentation of facts in order to influence

a procurement process or the execution of a contract to the detriment of the

Borrower, and includes collusive practice among Bidders (prior to or after bid

submission) designed to establish bid prices at artificial non-competitive levels and to

deprive the Borrower of the benefits of free and open competition.

Page 58: S . N .Suresh

Date: page 57 Of 131

Place; Signature of the Bidder

8.23.2 In the event the Purchaser terminates the Contract in whole or in part,

pursuant to GCC Clause 8.23.1, the Purchaser may procure, upon such terms and in

such manner as it deems appropriate, Goods or Services similar to those undelivered,

and the Supplier shall be liable to the Purchaser for any excess costs for such similar

Goods or Services. However, the Supplier shall continue the performance of the

Contract to the extent not terminated.

8.24. Force Majeure

8.24.1 Notwithstanding the provisions of GCC Clauses 8.21, 8.22, 8.23, the Supplier

shall not be liable for forfeiture of its performance security, liquidated damages or

termination for default, if and to the extent that, its delay in performance or other

failure to perform its obligations under the Contract is the result of an event of Force

Majeure.

8.24.2 For purposes of this Clause, “Force Majeure” means an event beyond the

control of the Supplier and not involving the Supplier’s fault or negligence and not

foreseeable. Such events may include, but are not limited to, acts of the Purchaser

either in its sovereign or contractual capacity, wars or revolutions, fires, floods,

epidemics, quarantine restrictions and freight embargoes.

8.24.3 If a Force Majeure situation arises, the Supplier shall promptly notify the

Purchaser in writing of such conditions and the cause thereof. Unless otherwise

directed by the Purchaser in writing, the Supplier shall continue to perform its

obligations under the Contract as far as is reasonably practical, and shall seek all

reasonable alternative means for performance not prevented by the Force Majeure

event.

8.25. Termination for Insolvency

8.25.1 The Purchaser may at any time terminate the Contract by giving written

notice to the Supplier, if the Supplier becomes bankrupt or otherwise insolvent. In

this event, termination will be without compensation to the Supplier, provided that

such termination will not prejudice or affect any right of action or remedy which has

accrued or will accrue thereafter to the Purchaser.

Page 59: S . N .Suresh

Date: page 58 Of 131

Place; Signature of the Bidder

8.26. Termination for Convenience

8.26.1 The Purchaser, by written notice sent to the Supplier, may terminate the

Contract, in whole or in part, at any time for its convenience. The notice of

termination shall specify that termination is for the Purchaser’s convenience, the

extent to which performance of the Supplier under the Contract is terminated, and

the date upon which such termination becomes effective.

8.26.2 The Goods that are complete and ready for shipment within 30 days after the

Supplier’s receipt of notice of termination shall be accepted by the Purchaser at the

Contract terms and prices. For the remaining Goods, the Purchaser may elect:

(a)to have any portion completed and delivered at the Contract terms and

prices; and/or

(b) to cancel the remainder and pay to the Supplier an agreed amount for

partially completed Goods and for materials and parts previously procured

by the Supplier.

8.27. Resolution of Disputes

8.27.1 The Purchaser and the supplier shall make every effort to resolve amicably by

direct informal negotiation any disagreement or dispute arising between them under

or in connection with the Contract.

8.27.2 If, after thirty (30) days the parties fail to resolve their dispute or difference

by such consultations, then either the Purchaser or the Supplier may give notice to

the other party of its intention to commence arbitration, as hereinafter provided, as

to the matter in dispute, and no arbitration in respect of this matter may be

commenced unless such notice is given.

8.27.2.1 Any dispute or difference in respect of which a notice of intention to

commence arbitration has been given in accordance with this clause shall be finally

settled by arbitration. Arbitration may be commenced prior to or after delivery of the

Goods under the contract.

Page 60: S . N .Suresh

Date: page 59 Of 131

Place; Signature of the Bidder

8.27.2.2 Arbitration proceedings shall be conducted in accordance with the rules of

procedure specified in the SCC.

8.27.3 Notwithstanding any reference to arbitration herein;

(a) The parties shall continue to perform their respective obligations under

the contract unless they otherwise agree; and

(b) The purchaser shall pay the supplier any money due to the supplier

subject to the conditions laid for all such payments.

8.28. Limitation of Liability

8.28.1 Except in case of criminal negligence or willful misconduct, and in the case of

infringement pursuant to clause 5,

(a) The supplier shall not be liable to the Purchaser, whether in contract, tort,

or otherwise, for any indirect or consequential loss or damage, loss of use, loss of

profits or interest costs, provided that this exclusion shall not apply to any obligation

of the supplier to pay liquidated damage to the purchaser; and this exclusion shall

not apply to any obligation of the supplier to pay liquidated damages to the

Purchaser; and

(b) The aggregate liability of the supplier to the Purchaser, whether under the

contract, in tort or otherwise, shall not exceed the total contract price, provided that

this limitation shall not apply to the cost of repairing or replacing defective

equipment.

8.29. Governing Language

8.29.1 The contract shall be written in English language. Subject to GCC Clause 8.30,

English language version of the Contract shall govern its interpretation. All

correspondence and other documents pertaining to the Contract which are

exchanged by the parties shall be written in the same language.

Page 61: S . N .Suresh

Date: page 60 Of 131

Place; Signature of the Bidder

8.30. Applicable Law

8.30.1 The Contract shall be interpreted in accordance with the laws of the Union of

India.

8.31. Notices

8.31.1 Any notice given by one party to the other pursuant to this Contract shall be

sent to other party in writing and confirmed in writing to the other Party’s address

specified in SCC.

8.31.2 A notice shall be effective when delivered or on the notice’s effective date,

whichever is later.

8.32 Taxes and Duties

8.32.1 Suppliers shall be entirely responsible for all taxes, duties, license fees, octroi,

road permits, etc., incurred until delivery of the contracted Goods to the designated

destinations specified by the purchaser.

Page 62: S . N .Suresh

Date: page 61 Of 131

Place; Signature of the Bidder

SECTION 9: SPECIAL CONDITIONS OF CONTRACT

Special Conditions of Contract

The following Special Conditions of Contract shall supplement the General

Conditions of Contract. Whenever there is a conflict, the provisions herein shall

supplement over those in the General Conditions of Contract. The corresponding

clause number of the General Conditions is indicated in parentheses.

9.1. Definitions (GCC Clause 8.1)

(a) The Purchaser is The Commissioner for Public Instruction, Government

of Karnataka.

(b) The Supplier is ___________________________ (to be filled at the

time of signing contract)

9.2. Inspection and Tests (GCC Clause 8.7)

Inspection and tests prior to shipment of Goods and at final acceptance

are as follows:

(i) The inspection of the Goods shall be carried out to check

whether the Goods are in conformity with the technical specifications attached to the

contract and shall be in line with the inspection/test procedures laid down in the

Technical Specifications and the General Conditions of contract. Following broad test

procedure will generally be followed for inspection and testing of machine. The

supplier will dispatch the goods to the ultimate consignee after internal inspection

testing by a third party along with the supplier’s inspection report and

manufacturer’s warranty certificate. The purchaser will test the equipment after

completion of the installation and commissioning at the site of the installation. The

supplier should furnish all details to the purchaser sufficiently in advance so as to get

the works completed before receipt of the equipment. Complete hardware and

software as specified in Section 5 should be supplied, installed and commissioned

properly by the supplier prior to commencement of performance tests.

Page 63: S . N .Suresh

Date: page 62 Of 131

Place; Signature of the Bidder

(ii) The comprehensive verification / acceptance test will be

conducted by the purchaser, their consultant or any other person nominated by the

purchaser, at its option. The comprehensive verification / acceptance will involve

trouble-free operation. No malfunction, partial or complete failure of any part of

hardware or excessive heating of motors attached to printers, drivers etc. or bugs in

the software should occur. All the software should be complete and no missing

modules / sections will be allowed. The supplier shall maintain necessary log book in

respect of the results of the tests to establish to the entire satisfaction of the

purchaser, the successful completion of the test specified. An average uptake

efficiency of 98% for the duration of test period shall be considered as satisfactory.

(iii) In the event of the hardware and software failing to pass the

acceptance test, a period not exceeding two weeks will be given to rectify the

defects and clear the acceptance test, failing which the purchaser reserves the right

to get the equipment replaced by the supplier at no extra cost to the purchaser.

9.3. Delivery and Documents (GCC Clause 8.9)

Upon delivery of the Goods, the supplier shall notify the purchaser and the

insurance company in writing/fax the full details of the shipment including contract

number, railway receipt number and date, description of goods, quantity, name of

the consignee etc. The supplier shall post the following documents to the purchaser

with a copy to the insurance company:

(i) Three copies of the Supplier invoice showing Goods description, quantity,

unit price, total amount;

(ii) Railway receipt/acknowledgment of receipt of goods from the

consignee(s);

(iii) Insurance Certificate;

(iv) Manufacturer’s/Supplier’s warranty certificate;

(v) Inspection Certificate issued by the nominated inspection agency, and the

Supplier’s factory inspection report; and

(vi) Certificate of Origin.

Page 64: S . N .Suresh

Date: page 63 Of 131

Place; Signature of the Bidder

The above documents shall be received by the Purchaser before arrival of the

Goods. The above documents shall also be delivered directly to the consignee. If the

same is not received, the Supplier will be responsible for any consequent expenses.

9.4. Incidental Services (GCC Clause 8.12)

The following services shall be furnished and the cost shall be included in the

contract price:

a. Performance of the on-site assembly, commissioning and start-up of

the equipment.

b. Furnishing the detailed operation and maintenance manuals for each

items of supply at each location.

c. Training of the Purchaser’s personnel at the site of installation, in the

installation and operation of the computer hardware, UPS systems, printer, scanner,

digital camera, multi-media projector and other utilities along with the contracted

software, as specified in Clause8.12 of GCC and 9.16 of S.C.C.

d. Maintenance and repair of the equipment at each location during the

warranty period including supply of all spares. This shall not relieve the supplier of

any warranty/maintenance obligations under this contract.

e. Providing computer literacy and computer aided education to students

of classes 8, 9 and 10 as also the teachers in the school where the project is

implemented and the schools around the project school. The supplier shall also

provide the required printed text books cum workbooks to all students and teachers

as per the syllabus developed by the agency and approved by the department.

f. The Warranty and Facility Management will be comprehensive and will

cover the cost of all the spare parts required for replacement/repair of computer

system including consumable items like printer-bands, printer-ribbons, printer-heads,

stationery etc. The facility Management may be on regular basis to ensure the

minimum downtime of the system. In other words AMC should assure 98% uptime

of all computer systems/peripherals.

Page 65: S . N .Suresh

Date: page 64 Of 131

Place; Signature of the Bidder

9.5. Payment (GCC Clause 8.15)

The bidder/supplier while submitting the price proposal shall categorize the price

into three separate entities ie.,

a. Unit cost of the equipment supply

b. Unit cost of education delivery per quarter

c. Unit cost of AMC per quarter beyond warranty period

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

(i) On Delivery: Eighty percent of the Contract Price pertaining to the cost

of equipment supply, excluding the cost towards education delivery and

maintenance, subject to all conditions specified under5.1 of Section V,8.7 & 8.12 of

GCC and 9.4 of SCC.

(ii) The remaining twenty percent of the Contract Price pertaining to the

cost of equipment supply, excluding the cost towards education delivery and

maintenance shall be paid in 20 EQI’s as consolidated rates per school, per quarter

for the contract period subject to all conditions specified under 5.1of Section V,8.7 &

8.12 of GCC and 9.4 of SCC.

(iii) The amount to be paid to the supplier towards providing of education

delivery and for annual maintenance during the project period of Five years including

the warranty period should be a consolidated rate per school per quarter for the

contact period. However no amount becomes payable towards AMC charges during

the warranty period i.e., not less than three years, for each of the materials

supplied/ repaired/ replaced. However the quarterly payment (EQI) is subject to

monthly production of prescribed sign offs by the supplier duly attested by head

teachers ,nodal officer of the DIET and acceptance certificate by the purchaser’s

representitive.

(iv) The electricity, telephone including the internet connection charges

during and after the school hours should be borne by the supplier and shall be

included under education delivery.

(v) All the costs towards activities to be carried out as specified in clause

9.16 of SCC shall also be part of the educational delivery component

Page 66: S . N .Suresh

Date: page 65 Of 131

Place; Signature of the Bidder

(vi) In case the computer lab is used for providing computer education to

general public after the school hours, the supplier shall pay at the rate of Rupees

1000/= to the school per month irrespective of the number of days the facility is

utilized

(vii) The students shall not be charged any fee by the supplier under any

circumstances

9.6. Settlement of Disputes (Clause 8.27)

The dispute settlement mechanism to be applied pursuant to clause 8.27.2.2

shall be as follows;

(a) In case of Dispute or difference arising between the Purchaser and a

domestic supplier relating to any matter arising out of or connected with this

agreement, such dispute or difference shall be settled in accordance with the

Arbitration and Conciliation Act, 1996, by a Sole Arbitrator. The Sole Arbitrator

shall be appointed by agreement between the parties; failing such agreement, by

the appointing authority namely the Indian Council of Arbitration/President of the

Institution of Engineers (India)/The International Centre for Alternative Dispute

Resolution (India). A certified copy of the appointment Order shall be supplied to

each of the Parties.

(b) Arbitration proceedings shall be held at Bangalore Karnataka, and the

language of the arbitration proceedings and that of all documents and

communications between the parties shall be English.

(c) The decision of arbitrators shall be final and binding upon both parties.

The cost and expenses of Arbitration proceedings will be paid as determined by the

Arbitrator. However, the expenses incurred by each party in connection with the

preparation, presentation etc. of its proceedings shall be borne by each party itself.

(d) under no circumstances the purchaser be made a party or made

liable for any issues / arising between the staff/faculty and the supplier.

9.7. Notices (Clause 8.31)

For the purpose of all notices, the following shall be the address of the

Purchaser and Supplier.

Page 67: S . N .Suresh

Date: page 66 Of 131

Place; Signature of the Bidder

Purchaser: The Commissioner for Public Instruction,

At Department of State Education Research and Training,

No. 4, 100 feet Ring Road,

Banashankari 3rd Stage, Bangalore – 560085

Supplier: (To be filled in at the time of Contract signature)

…..........................................

.............................................

.............................................

9.8. Progress of Supply:

Supplier shall regularly intimate progress of supply, in writing to the Purchaser

on a weekly basis as under

- Quantity offered for inspection and date

- Quantity accepted/rejected by inspection agency and date

- Quantity dispatched/delivered to consignees and date

- Quantity where incidental services have been satisfactorily completed with

date,

-Quantity where rectification/repair/replacement effected/completed on

receipt of any communication from consignee/Purchaser with date;

-Delivery challans duly attested from the head teacher and nodal officer of

the DIET

-Comprehensive Verification Report from purchaser’s representative

-Acceptance certificates from the purchaser’s representative

- Monthly sign offs from each of the school and attested by the head teacher

and nodal officer of the DIET

- Date of completion of entire contract including services if any, and

- Date of receipt of entire payment under the contract.

9.9. Right to use defective equipment:

If after delivery, acceptance and installation and within the guarantee and

warranty period, the operation or use of the equipment proves to be unsatisfactory,

Page 68: S . N .Suresh

Date: page 67 Of 131

Place; Signature of the Bidder

the Purchaser shall have the right to continue to operate or use such equipment until

rectifications of defects, errors or omissions by repair or by partial or complete

replacement is made without interfering with the Purchaser’s operation.

9.10. Supplier Integrity:

The supplier is responsible for and obliged to conduct all contracted activities

in accordance with the Contract using state-of-the-art methods and economic

principles and exercising all means available to achieve the performance specified in

the Contract.

9.11. Supplier’s Obligations:

The Supplier is obliged to work closely with the Purchaser’s staff, act within its

own authority and abide by directives issued by the Purchaser and implementation

activities.

The Supplier will abide by the job safety measures prevalent in India and will

free the Purchaser from all demands or responsibilities arising from accidents or loss

of life the cause of which is the Supplier’s negligence. The Supplier will pay all

indemnities arising from such incidents and will not hold the Purchaser responsible

or obligated.

The Supplier is responsible for managing the activities of its personnel or sub-

contracted personnel and will hold itself responsible for any misdemeanors.

The Supplier will treat as confidential all data and information about the

Purchaser, obtained in the execution of his responsibilities, in strict confidence and

will not reveal such information to any other party without the prior written approval

of the Purchaser.

9.12. Patent Rights:

In the event of any claim asserted by a third party of infringement of

copyright, patent, trademark or industrial design rights arising from the use of the

Goods or any part thereof in the Purchaser’s country, the supplier shall act

Page 69: S . N .Suresh

Date: page 68 Of 131

Place; Signature of the Bidder

expeditiously to extinguish such claim. If the supplier fails to comply and the

Purchaser is required to pay compensation to a third party resulting from such

infringement, the supplier shall be responsible for the compensation including all

expenses, court costs and lawyer fees. The Purchaser will give notice to the supplier

of such claim, if it is made, without delay.

9.13. Site Preparation and Installation:

The Purchaser is solely responsible for the construction of the hardware sites

in compliance with the technical and environmental specifications defined by the

Supplier. The Purchaser will designate the installation sites before the scheduled

installation date to allow the Supplier to perform a site inspection to verify the

appropriateness of the sites before the installation of the hardware. The following

facilities shall be provided by the department as part of the site preparation;

a. leak proof room with three phase power connection inside the room with proper

earthing

b. glass windows, 2 exhaust fans and wire mesh for dust proofing

c. electricity sub meter to run the center

d. steel grilled door for computer room

e. curtains for the windows of computer room

f. vinyl flooring

g. false ceiling to computer room wherever necessary

h. Two ISI marked ceiling fans of 20” or pedestal fans

i. four tube lights for the computer room

9.14. Hardware Installation:

The Supplier is responsible for all unpacking, assemblies, wiring, installations,

cabling between hardware units and connecting to power supplies. The Supplier will

test all hardware operations and accomplish all adjustments necessary for successful

and continuous operation of the hardware at all installation sites.

Page 70: S . N .Suresh

Date: page 69 Of 131

Place; Signature of the Bidder

9.15 Hardware Maintenance:

The Supplier will accomplish preventive and breakdown maintenance activities

to ensure that all hardware execute without defect or interruption for at least 98%

uptime for 24 hours a day, 7 days a week of operation of the machine worked on a

monthly and quarterly basis.

If any critical component of the entire configuration is out of service for more

than three days, the Supplier shall either immediately replace the defective unit at its

own cost.

The Supplier will respond to a site visit and commence repair work on the

equipment within 24 hours of being notified of equipment malfunction.

The supplier shall provide a computer logging syst–m - a web portal management

system, at each of the blocks to monitor the functioning of the computer hardware,

UPS and software. Weekly reports need to be submitted to the Purchaser during the

project period. The provision should also have to be made for the end users to log in

to this portal system and entries made regarding the functioning of the hardware

installed in the schools. These reports will be consolidated and considered for

calculating the average down time of the systems.

9.16 Training and Education Delivery:

a. For each hardware and software component installed, the Supplier is required

to train the designated Purchaser’s technical and end-user personnel to

enable them to effectively operate the total system. The end user personnel

i.e., at least two teachers will have to be trained for one full day from each of

the schools where the computer hardware/ K-yan, printer, scanner, multi-

media projector, TV tuner, TV, digital camera etc., (as applicable) are

installed. The training would include taking them through the manuals

provided for each of the equipment and hands on experience to use the

equipments with ease. The training schedule will be agreed to by both parties

during the performance of the Contract and shall form part of the delivery

challan to be submitted by the supplier. In case if the site preparation is not

completed at the time of commissioning, the teachers shall be trained by the

supplier in the nearest school where the site preparation is completed.

Page 71: S . N .Suresh

Date: page 70 Of 131

Place; Signature of the Bidder

b. The supplier shall provide the following computer education and other

services in all the schools during the contract period;

1. The supplier shall appoint one full time qualified and competent computer

faculty to each of the school as per the following details:

i) The candidate must be a graduate with one year diploma/ certificate in

computer application from a reputed training institute or BCA or higher

qualification in computer science/application. In addition, only candidates

with knowledge of Kannada speaking, reading and writing shall be

appointed. The faculty shall be appointed by the supplier for all the twelve

months of the year, including the period of vacation.

ii) All issues/ disputes arising out of the appointment of the computer faculty

by the supplier for the project period and there after shall be resolved

between the faculty / faculty members and the supplier and under no

circumstances the purchaser be made liable for any payments, penalties

or damages in the event of such dispute/s.

iii) The faculty selected by the supplier shall be appropriately trained by the

supplier on all aspects of education delivery including usage of hardware

and software with ease, communication skills, upkeep and maintenance of

the equipment, and only then shall the faculty be appointed and posted to

the school. The supplier shall take appropriate measures to retain the

trained faculty, in case of attrition, any new faculty selected shall also

undergo appropriate training and only then shall the faculty be appointed

and posted to the school.

iv) Provide computer literacy and computer aided education to the students of

classes 8, 9 and 10, through a package of print and interactive multi-

media.

v) Introduce to the students the various applications of computer

vi) Teach computer education in Kannada and/or English depending on the

medium of instruction followed in the school. The syllabus to be followed

would be prescribed by DSERT/Government. Syllabus may be changed/

revised at any point of time by DSERT/Government.

Page 72: S . N .Suresh

Date: page 71 Of 131

Place; Signature of the Bidder

vii) The normal school hours will be between 9.00 AM and 5.00PM subject to

any variations at the district level as may be intimated from time to time.

The total minimum number of periods of computer training shall be forty

five periods per week.

viii) The appointed faculty shall be present and provide computer education on

all working days of the school and also during the school vocation,

absence from duty or not carrying out the assigned duties would amount

to down time and these days would attract penalty.

ix) The faculty should ensure that all teachers and students in the school are

provided personal E-mail accounts and each person send and receive at

least five E-mails in a month.

x) It will be the responsibility of the faculty appointed by the supplier to

maintain all the records and registers as prescribed by the purchaser from

time to time. The supplier should supply adequate number of registers,

records and other forms as prescribed by the purchaser.

xi) Teach computer education in Kannada and/or English depending on the

medium of instruction for classes 8, 9 and 10 based on the syllabus as

approved by Government of Karnataka/DSERT.

xii) The minimum periods of computer education should be;

-for 8 class 2 period for computer education and 2 periods for computer

aided education per student per week

-for 9 class 1 period for computer education and 3 periods for

computer aided education per student per week

- for 8 class 1 period for computer education and 3 periods for

computer aided education per student per week

xiii) Computer training to be provided to a minimum of 5 government school

teachers, including the head teacher of that school and nearby schools

covering all areas in computer literacy and computer aided education for a

period of 30 days each year during mid-term and summer vacation. In all

such trainings the ratio between teacher and computer shall be 1:1.

xiv) Provide assistance to the head teacher in using the computers for school

administration, EMIS, school management and monitoring through E-mail.

Page 73: S . N .Suresh

Date: page 72 Of 131

Place; Signature of the Bidder

b) The supplier should make arrangements for the conduct of at least two tests

and one mid-term examination during the academic year. The supplier must also

ensure that at least 60% of the students pass in an evaluation conducted by

KSSEB or any other agency. If this percentage is not achieved in any academic

year, then 2% of the annual payment shall be deducted in the next EQI to be

paid

c) For covering Internet as part of the syllabus, the supplier must arrange/obtain

a broadband/ dial tone connection at its cost in the name of the school. The

internet connection must be available for a minimum of 2 hours per student per

annum in each school for the five year contract period must be obtained for the

exclusive use of the students and teachers. In addition to this, 100 hours of

internet per annum should be provided for the use of teachers of the school.

They must also maintain log book regarding the time of usage by the

students/teachers by using suitable software developed for the purpose. This

logbook must be available for inspection. Internet connection must be provided

within 30 days from the time of installation of equipment in the school or

obtaining delivery challan from the school.

d) Course material will be provided by the supplier for each student in Kannada/

English as per the medium of instruction. The syllabus to be followed in the

course material for classes 8th, 9th and 10th shall be developed by the supplier

and approved by the purchaser. The responsibility towards DTP, print and supply

of course material would completely rest with the supplier and the costs towards

the same shall be included in the computer education delivery component.

The course material shall be supplied at the rate of one book for each of the

student studying in classes 8th, 9th and 10th for each of the academic year

separately. The number of copies of course material to be supplied shall be

ascertained on the basis of actual enrolment in each of the class / school. The

course material shall be printed in both Kannada and English languages and

supplied according to the required medium of instruction and number of students

Page 74: S . N .Suresh

Date: page 73 Of 131

Place; Signature of the Bidder

in the schools. The supplier shall take special care to provide high quality content

with abundant pictures / graphics and shall also provide the printed course

material books with high quality cover page and paper. The syllabus and content

shall be developed and approval obtained from the department within 30 days

from the date of signing of the contract. The printed course material shall be

supplied to the project schools within 30 days from the date of approval from the

department.

e) Supplier shall provide CD at the rate of one per student/10 per teacher per

year to be used by the students/teachers to keep record of their exceptional work.

f) Supplier shall provide sufficient computer stationery and all kinds of

consumables during the contract period without giving room for stoppage or

postponement of any scheduled learning activity.

g) Supplier shall provide high quality plastic covers for each of the equipment

provided.

h) All software required to be installed by the supplier must be taken in the name

of the respective school.

9.17 Technical Documentation:

The Technical Documentation involving detailed instruction for operation and

maintenance is to be delivered with every unit of the equipment supplied. The

language of the documentation should be English.

Page 75: S . N .Suresh

Date: page 74 Of 131

Place; Signature of the Bidder

SECTION. 10 TECHINCAL SPECIFICATIONS

I. Thin Client Model:

Sl. No.

Specification Remarks

1 Flash Memory 512 MB

2 Main Memory 512 MB

3 Secondary Storage Option to have internal storage

4 Processor 1 HGZ or above – Fanless design

5 Support Should support Windows 2000/2003/2005 servers, Unix and Linux servers (Both text & GUI support)

6 Peripherals � PS/2 Optical Mouse � 17” TFT M/onitor � 104/107 button PS/2 Mechanical Keyboard

which provides all features or 107 keys. � VESA Mounting support for the thin client with

VESA mounting kit

7 Network Interface 10/100 Mbps Ethernet (auto Sensing) NIC, RJ45 connector, should have provision for an internal wireless connector

8 Ports/Slots a. 1 Serial Port, 1 Parallel port b. 2 PS/2, 4 USB ports c. Audio Head Phone d. VGA type video output on DB-15 type port

9 Booting Support Locally from flash ROM with Linux embedded. Client should support multimedia.

10 Emulation/protocol support

a. ICA for CITRIX b. Tarantella native client / c. X 11R6 Protocol/XDM for Unix+Linux

11 OS Support a. Unix + Derivatives b. Linux c. Citrix Metaframe

12 Networking a. TCP/IP with DNS and DHCP, Wake on LAN. b. DHCP/FTP support for automatic firmware

upgrades & Unit configuration c. PPP (PPPOE, PPPTP)

13 Power Supply With buit in SMPS based power supply

14 Browser Fire Fox {1.5 or above} Mozilla Acrobat Reader, Flash Player, JRE 1.4.2 or above support for open office.

15 Thin Client Management

Client Management software with 3 year warranty (with the upgrades during warranty period)

Page 76: S . N .Suresh

Date: page 75 Of 131

Place; Signature of the Bidder

Server Configuration

1 Processor � Single xeon 3040 or Opteron AMD 1216 or better

2 Chipset � Server Class chipset

3 Memory 2 x 1 GB ECC DDR2 667 3 MHz Ram or better upgradeable up to 8.0 GB

4 Hard Disk Drive 160 GB

5 Monitor 17” TFT Monitor

6 Video Controller On Board Video Memory

7 Key Board 104/107 Mechanical Key Board

8 Mouse Optical Mouse with Pad

9 Ports 4 USB ports + 2(Front), 1 Serial Port

10 Cabinet Tower

11 Operating System Widows 2003 Server, Unix or Linux with Open Office

12 Certifications Windows, Red Hat and Novell Certified, DMI 2.00 Compliance and Support.

13 C D ROM DVD R/W Writer.

14 Networking Features

Dual LAN 10/100/1000 MPBS Net work card with asset tracking and security management, remote wake up.

15 Power Management Energy Star Compliance, Screen blanking, hard disk and system idle mode in power on, set up password, power supply surge protected.

16 Preloaded Software Nortan Antivirus Corporate version ( Latest Version) with 1 Year maintenance and Nudi Software.

17 Warranty 3 years on site comprehensive warranty

18 Modem 56 KPBS Internal Modem

I I . U P S

Sl.No. Parameters Requirements

1 2 3

GENERAL Capacity Model No. and Name a.Inverter Technology b.Operating Temperature c. Humidity d. VAH Rating e.Cold Start Feature

3 KVA/2.1 KW@ 0.7 pf( for ICT in schools) To be specified by the Bidder 0-55 Deg.C 10% to 90 % 19200 for 3 K VA Shall be Provided

II

INPUT a) Input Voltage b) Input Voltage Range c) Input Frequency range d) Active Input PF Correction

Following should be provided • Input Over Voltage Protection • Input under Voltage Protection

230 V A C/50 Hz Single Phase 90 V to 270 V 50Hz+ 3Hz -0.95( Mandatory)

Page 77: S . N .Suresh

Date: page 76 Of 131

Place; Signature of the Bidder

III IV

• Input range for which mains fail is sensed at full load

• Input range for which mains and battery share the load

Input range for which battery backup takes over completely at full load

OUTPUT 1. Out put power 2. Out put Voltage 3. Regulation(line variation& Land Variation) 4. Dynamic Regulation (transient response) 5.Output frequency. 6. Output under Voltage/over Voltage protection 7. Total Harmonic Distortion 8. Out put wave form. 9. crest factor Efficiency a) Over all efficiency

(for full load/o.7 PF) b) Inverter Efficiency.

( for full load/ 0.7 PF) c) Static Switch

Overload capacity

2.1 kw @ 0.7 PF 230 VAC , Single Phase+ +1% -5% with 100 % step load 50Hz+3Hz(free synchronized to main) should be provided -3% for linear load -5% for non linear load Pure sine wave 3:1 @ full load Shall be better than 87% Shall be better than 90% Shall be provided and shall take care of 100% load transfer without any break 110% for 10 minutes 125% for 1 minute

V Following Protections shall be provided with audible alarm

a. Out put over voltage. b. Output Under voltage c. Battery Low d. Inverter Over load e. Over temperature Output short

circuit

VI Isolation a. Isolation of power b. Short Circuit Protection

Both Input shall have MCBs or MCCB. To be provided

VII Battery Back up. 1. Period lf Back up 2. Battery Type 3. Battery Make

4 Hrs @ full load ( 2.1 kW/0.7 pf) Lead acid Tubular Batteries. Panasonic/YUSA/Exide/CSB/Southeren with ISO 9001/14001. certified and approved/certified by NABL labs such as E T D C. CPRI&

Page 78: S . N .Suresh

Date: page 77 Of 131

Place; Signature of the Bidder

4. Battery Recharge time 5. Battery Housing 6. Battery life.

7. V A H rating

ERTL) Battery Recharge time shall not exceed 12 Hrs Battery stand. 3 Years comprehensive unconditional warranty. 19200 VAH for 3 K V A

VIII Warranty. 3 Years onsite comprehensive including batteries.

I I I Printers: a. Dot Matrix Printer.

Column:136 Col, 24 pin, 360 CPS or higher or 12 C P I having IEEE: 1284, Parallel Port

Language Printing Capability: English, Kannada

3 Year Warranty

IV. Digital Camera: 5 Mage Pixel and above, 3 x optical Zoom, I GB Memory Card with carrying pouch. V. Scanner: High End Scanner with ICR / OCR twain support, 1200 X 1200 DPI Resolution. VI. Additional Head Phone for thin client ( 2 for each thin Clint): 31420 Nos. Multimedia Projector:

Multimedia Projector Configuration:

Projection System: DLPTM

Resolution: Native XGA ( 1024 X 768) Maximum SXGA ( 1,280 X 1,024)

Video Compatibility: NTPC ( 3.58/4.43), PAL ( B/D/G/H/I/M/N), SECAM ( B/D/G/K/KI/L), HDTV (720p, 1080i), EDTV (480p, 576p) SDTV (480i, 576i)

Aspect ratio : 4.3 ( Native), 16:9

Contrast Ratio : 2000:1

Displayable colors: 16.7 Million Colors

Brightness:2500 ANSI Lumens ± 100 ANSI Lumens

Projection Lens:F2.5-2.9, f=20.0 ∼ 24.2mm

Projection Screen Size(Diagonal) - 1:1:2 Manual Zoom and Manual Focus

Projection Distance : 1.0m ∼ 12m

Horizontal scan rate: 31 ∼ 79 KHz

Lamp : 200W

Warranty for Lamp:4,000 Hours or 37 months whichever earlier

Keystone correction : +/- 20 degrees

Page 79: S . N .Suresh

Date: page 78 Of 131

Place; Signature of the Bidder

Projection Mode: Front, Rear, Front Ceiling, Rear Ceiling

Audio: One Internal Speakers with 1 Watts Outpur

Weight: Less than 3.0 kg

Remote Control, Laser Pointer

Power Supply : AC Input 200 ∼ 240V auto switching power supply

Power consumption : 250 Watts

Operation Temperature : 50 C ∼ 350 C/ 410 F ∼ 950 F

Noise Level : 35 dB

Uniformity:90%

I/0 Connectors: Computer Input

• 1 HDB –5 - Pin D- Sub (VGA/Component/HDTV) • 1 3.5mm Audio mini jack

AV Input: • 1 HDB –5 - Pin D- Sub (VGA/Component/HDTV, same as above)

• 1 Composite Video RCA Jack • 1 S-Video Mini DIN • 1 3.5mm Audio mini jack (same as above)

Output:

Standard Accessories:

AC Power Cord, Composite Video Cable (RCA), S-Video Cable, VGA (D-Sub) to Component / HDTV Cable, Audio Cable (Mini to Mini Phone Jack), Remote Control, Laser Pointer, Batteriesx2 Remote Controller

User’s Guide (CD ROM), Quick Start Card

Lens Cap, Carrying Case

Warranty : 3 years comprehensive on site

VIII Softwares: a. Norton Antivirus : 1 corporate license + 1571 paper licenses b. Windows 2003 server: 1 corporate license + 1571 Windows paper licenses 15710 nos- with terminal services client access license. c. Open Office-providing service for 3 years IX K-YAN or Equivalent model. TECHNICAL SPECIFICATION

Projection system Light Output: 2000 ANSI lumens; Lamp life: 3000 Mrs (Eco mode); Native resolution: SVGA 800X600; Maximum Resolution: XGA 1024s 788; Image size 36-300 inch diagonal; Projection distance: 1.26-1050 m; Colour reproduction: 1 million colours simultaneously; Contrast ratio: 2000:1 Keystone Correction: yes

Scan rate Horizontal: 15 kHz to 93kHz; Vertical: 50 Hz to 85 Hz; Video signal: NTSE/PAL/SECAM

Lens Manual Zoom & Focus; Aperture: Range F 1.99 to 2.15; Focal Length: f = 19.40 mm to 22.50mm;

Page 80: S . N .Suresh

Date: page 79 Of 131

Place; Signature of the Bidder

Zoom Ratio 1.2x Lamp: 180W: Power consumption 250 w

Computing system Central Processing Unit: Pentium 4,3-OHs. 1M 1.2 Cache Memory,800/533 Mhz FSB Hard disk drive: 16005 HOG (7200 rpm); Combo Drive: 52x CD’RW 1 & DVD RAM512 MB for RAM, Mother board: Intel DIOIGGC with all chipset

LAN & Mode Internal P Modem: 10/100-Mbps Ethernet LAN connectivity;

TV Tuner NTSEPAL,SECAM,video standard support; VGA Output Resolution: 800-600 or 1024 X 76B

Power source ATX2.01/2.03/12V 300 W Designed to support IV reck-server. Meets Intel Specifications with low ripple & noise design and over voltage and over load protection

Input Interface Wireless Keyboard, Wittiest N remote control and Wireless Mouse

Output Ports Four 1,155 2.0 pnt,Monitor Out

Preinstalled software Window XP home

Environment Operational Temp: 4P to 95 Crt 35c, 30% to 70% Humidity (non-condensing)

Audio 5W*5W PMPO: Left and Right Speaker

Dimensions Length 39cm, Width 34cm. Height 28cm

Weight 14kg

All specifications are subject to change without notice lamp life is defined as the average time span for the brightness of the lamp to reduced by half. K-Yan Accessories Since IL&FS(K-YAN) is willing to provide to learning content is a separate package. It should be provided separately & installed OR similar equivalent package with Kannada and English including covering all subjects of classes 8-10 as per the syllabus is & Textbooks-of Karnataka Government. The qualification for senior service engineer would remain as per RFP document, however the qualification of service engineer for every 25 schools is relaxed to diploma in computer science or electronics or science graduate or any other graduate with fairly good knowledge to attend to minor repairs or computing provide guidance to school and computer faculty and effectively monitor the program. Apart from the above, on a pilot basis 5 schools in each of the district wherein ICT@schools phase II project is implemented, the a) K-YAN model would be supplied. The K-YAN model includes hardware with high memory with integrated LCD projector and pre-loaded e-learning contents.

Page 81: S . N .Suresh

Date: page 80 Of 131

Place; Signature of the Bidder

b) supplier would also evaluate the K-YAN system without LCD projector, instead of this TV tuner to be connected to a 29” TV to be explored. X Computer Furniture’s: Computer Furniture’s are to be supplied as mentioned below:

a) for category A: 33 Chairs and 13 Tables; b) for category B: 48 Chairs and 18 Tables;

Specifications: Computer Table : – 36”x 27” X 30” with two legs and with 21” key boards. The table should be made out of 25 mm thick pre laminated board for the top and PVC edge banding lipping all round. 19 mm thick pre laminated for the key board. The frame is made out of 25 mm square tubular CR pipe and bottom KG is make out of 50mm X 25 mm tubular pipe and powered quoted with bottom adjustable knobs. Chairs:- a. Poly propylene chairs with calcium carbonate and colours master batch. b. Chairs without arm rest and with dimension 540” (w) X 480 (d) X 830 (h) in mm. c. Minimum weight of chairs should be 2.3 KG d. Chairs to be supplied should have BIS/ISO certification. (BIS-Burro of Indian Standards) Any one of the following brands can be purchased NITRA/PRIMA/SUPRIME FEATHERLITE/ABCO All these technical specifications shall be part of the technical and price proposal

Page 82: S . N .Suresh

Date: page 81 Of 131

Place; Signature of the Bidder

Volume III. Contract Agreement

DEED OF AGREEMENT

This Agreement entered into on this the _____ day of ___________ (Month), Two

Thousand and _____ at Bangalore,

BETWEEN

The Commissioner for Public Instruction, Government of Karnataka, (“GoK”), at

Department of State Education Research and Training, No. 4, 100 feet Ring Road,

Banashankari 3rd Stage , Bangalore- 560 085, (hereinafter referred to as “First Party”

which expression shall unless repugnant to the context include the successors and

assigns), on the one part,

AND

_____________________(name and address), a company incorporated under the

provisions of the Companies Act, 1956, hereinafter referred to as “Second Party”

having its registered office at ___________________which expression shall unless

repugnant to the context include its successors and permitted assigns, on the other

part,

WHEREAS,

A. Commissioner for Public Instruction, Government of Karnataka (GoK), in order to

impart ICT based education in Government High Schools, is desirous to implement

Computer Assisted Learning project in select Government High Schools.

B. The details of the locations where the project is to be carried out under this

Agreement is set out in appendix P and Q. Separate list of schools would be shared

as and when required.

C. Commissioner for Public Instruction, Government of Karnataka through a

competitive bid process invited proposals from interested parties for supply,

installation, and maintenance of computers including specified software, UPS and all

Page 83: S . N .Suresh

Date: page 82 Of 131

Place; Signature of the Bidder

other associated hardware, provide education delivery and maintenance service

during the contract period and carryout other activities incidental thereto.

D. After evaluating the proposals, Commissioner for Public Instruction, Government

of Karnataka has accepted the proposal submitted by M/s. __________ (in case of

PPP Partner is not Consortium) or the Consortium comprising of M/s __________,

M/s____________ and M/s ___________ (in case Second Party is part of

Consortium)

(“Successful Bidder”) and issued to such Successful Bidder a Letter of Acceptance No.

_____________dated ___________ to the PPP Partner, being the Lead Member of

the Consortium, duly acknowledged by the PPP Partner by its letter No.__________

dated_____________.

WHEREAS the Commissioner for Public Instruction, Government of Karnataka desired that contractors are required to provide certain equipments and services such as: computer hardware, software and connected accessories as per the Bid and providing computer education services and Annual Maintenance in 1571 Schools (One thousand, five hundred and seventy one Government High Schools) under ICT@schools Project II and has been accepted by the contractors for providing the said services in said schools as per the rate mentioned below for all the revenue Division/s of Karnataka for the contract period of FIVE Years (Table as per price schedule, contract price in words and figures; herein after "the contract price").

Sl. No.

Name of the Revenue Division/s

Name of the company

Unit Cost of the Equipment Supply – 80% on acceptance of CVR & delivery challans and remaining in quarterly payments in Rupees

Unit cost of Education Delivery per quarter in Rupees

Unit cost of AMC per quarter in Rupees (beyond warranty period)

1 2 3 4 5 6

1 2

Rs Rs. Rs

Page 84: S . N .Suresh

Date: page 83 Of 131

Place; Signature of the Bidder

The total Amount in words: M/S -----------------------------------------------------------: 80% of Equipment Supply in Rupees in words: Rupees -------------------------------------------------------------------------------------------------------------. Remaining 20% of equipment supply per quarter in Rupees in words: Rupees ------------------------------- Education Delivery per quarter in Rupees in words: ---------------------------------------------------------------------------------------------------------. AMC beyond warranty period in Rupees in words: -----------------------------------------------------------------------------------------------------------.( cost will be given for all the equipments required to be supplied, computer education delivery and annual maintenance) The following documents shall be deemed to form and be read and construed as part of this Agreement, viz.,

a) The bid form and Price Schedule submitted by the Bidder b) The Description and Scope of Contract c) The general and special conditions of contract d) The Technical Specifications in the bid document e) Appendix A to Y.

Supply and installation of Brand new (a) Computer Hardware- File server and Nodes as per the Technical specifications mentioned in the Bid document - One server and Ten workstations for each of the 407/586/359/219 schools and one server and ten workstations for each of the 351/357 colleges in each of the revenue division as the case maybe.

a) One computer will be shared by not more than three students. b) Computer Software c) Computer peripherals d) U.P.S as per the Technical specifications mentioned in the Bid document

e) Network (LAN) f) Printer g) Scanner h) Digital Camera i) Multimedia Projector j) K-YAN system (Optional) k) TV (optional) l) TV tuner (optional)

m) Computer Furniture's- 1) 12 computer tables and (2) 32 plastic moulded chairs, as per technical specifications mentioned in the Bid document for each of the 407/586/359/219 schools and 351/357 colleges as the case maybe.

Page 85: S . N .Suresh

Date: page 84 Of 131

Place; Signature of the Bidder

E. The Parties hereto are required to enter into an Agreement, being these presents,

to record the terms, conditions and covenants set forth hereunder.

A. Implementation of the Project

F) The Second Party should as soon as this agreement is signed begin the process

for implementation of the project by procuring, testing and preparing for delivery

and installation at destination sites the project equipments.

G. As soon as the project equipments are ready for shipment the Second Party

should notify the first party in writing the location of the project equipment in order

for the first party to carry out pre-shipment quality check of the equipment. Such

notification should be made not later than one month from the date of signing of

this agreement.

H. As soon as the First Party completes the pre-shipment quality check the Second

Party should take action to transport the project equipment to the project

destinations, install the same, test and make the systems functional for use of

Computer Education in schools. For accomplishing this the second party should

configure the entire hardware systems, including multi-media equipments and install,

and where necessary reinstall, all the software including operating systems. The

second party after commissioning of all equipments shall also train two teachers

from each of the school at school site, so that the teachers handle all the

equipments with ease. The second party shall take them through the equipments,

their parts/components, serial numbers, cost, brand, manuals and usage. Please

refer to clause 8.12of GCC and 9.4 of SCC. Incase of delay in site preparation, the

training shall be held in the near by schools where the site is prepared. The cost

towards such training shall be borne by the second party.

I. The Second Party should complete the entire process of implementation of the

project as soon as possible and in any case not later than 60 days from the date of

signing of this contract, that includes brad band connectivity and printed courseware

material for students and teachers. The Second Party is, however, permitted to

Page 86: S . N .Suresh

Date: page 85 Of 131

Place; Signature of the Bidder

deduct the time taken by the First Party to conduct the post-delivery inspection

(quality check) of the project equipment.

J. The second party shall warrant the computer hardware including all components

and the software supplied are as per the specifications laid down in the Technical

specifications in the RFP document, are new, genuine, unused and they incorporate

all recent improvements in design and material unless provided otherwise in the

contract. The second party further warrants that all the computer hardware, other

relevant equipments and software supplied under this contract are free from any

defects arising out of design, material or workmanship, or from any act or omission

of the second party that may develop in the normal process of supply of the

contracted items.

K. Performance of Service

K.1a. The Second Party shall ensure that all the computer systems (including

operating system and other software) UPS, Batteries and other relevant equipments

along with internet connection are up and running during all working hours and

days of the schools, subject to availability of power from the Electricity Supply

Company (ESCOM). If power from the ESCOM is not available during the working

hours, then the UPS must provide the specified duration of battery back up.

K.1b. The second party shall ensure that qualified faculty with additional necessary

training to meet all the requirements of the contract including education delivery and

maintenance of computer laboratory is appointed and becomes functional from the

first day after the commissioning of equipments in the school.

K.2 No computer system must be down (except for the reason of non availability of

power from the ESCOM and after the specified duration of power backup from the

UPS is accounted for) for more than onefull day (24hours). The down time is

calculated from the time a complaint about non functioning or defectiveness of any

of the equipment or software is reported to the authorized agent of the Second

Party.

Page 87: S . N .Suresh

Date: page 86 Of 131

Place; Signature of the Bidder

K.3 The Second Party shall repair or rectify the problem reported and make the

computer system fully functional as soon as it receives the complaint and in any case

not later than 48 hours. If for some reason the Second Party is unable to set the

defective equipment, or part or the system right then it should temporarily replace

the equipment or part or the entire system of same make or equivalent make or

brand.

K.4 The Second Party shall have service centers in all the divisional headquarters of

Bangalore, Mysore, Belguam and Gulbarga and each of these service center must be

headed by a Senior Service Engineer and must be staffed with at least one Service

Engineer for every 25 schools. The Senior Service Engineer must be a Computer

Science or Electronics and Communication Engineer with at least 5 years of

experience in hardware and software installation and maintenance including

networking and must have worked in technologies that are specified in the Technical

Specifications of the RFP document. The Service Engineer must have the same

qualification as the Senior Service Engineer with three years of relevant experience.

K.5 The Second Party agrees to pay a penalty as per the following matrix in case the

uptime of the systems is not maintained:

Sl No Down time for the month

expressed in terms of wrong

symbols in serial numbers 2 to 12

14 to 23 in appendix-O and @ 20

wrong symbols for every wrong

symbol in serial number 1, 25 and

26.

Penalties

1 Less than 13 wrong symbols No penalty

2 Between 14 to 35 wrong symbols 5 % of the monthly amount due to the

supplier

3 Between 36 to 69 wrong symbols 10 % of the monthly amount due to the

Page 88: S . N .Suresh

Date: page 87 Of 131

Place; Signature of the Bidder

supplier

4 Between 70 and 104 wrong

symbols

15% of the monthly amount due to the

supplier

5 More than 105 wrong symbols Forfeiture of the bank guarantee and

termination of the contract

K.6 The penalty will be calculated on the basis of information furnished in monthly

sign-offs as shown in appendix-O and signed by the head teacher of the respective

school and further substantiated by the purchaser’s representative in the quarterly

format in appendix L (format to be prescribed by purchaser’s representative)

K.7 For the purpose of calculation of penalty 13 and less wrong symbols in the

monthly sign-off in serial numbers from 2 to 12 and 14 to 23 of annexure-O would

be considered as no penalty, the number of wrong symbols between 14 and 35 in

serial numbers 2 to 23 would be 5 percent penalty, similarly between 36 and 69

wrong symbols would be 10 percent and between 70 and 104 wrong symbols would

be 15% penalty. However, every wrong symbol in serial numbers 1, 13 and 27

would be would be treated as 20 wrong symbols. The percentage of penalty is

based on EQI of the respective quarter towards education delivery and Annual

Maintenance.

L. The supplier shall agree to provide a computer logging system - a web portal

management system, at each of the blocks to monitor the functioning of the

computer hardware, UPS, battery, all other relevant electronic equipments and

software. Monthly sign-offs and acceptance certificates need to be submitted to the

Purchaser during the project period. The provision should also have to be made for

the end users to log in to this portal system and entries made regarding the

functioning of the hardware installed in the schools. These reports will be

consolidated and considered for calculating the average down time of the systems.

M. The end user personnel ie at least two teachers will have to be trained for one

full day from each of the schools where the computer hardware is installed.

Page 89: S . N .Suresh

Date: page 88 Of 131

Place; Signature of the Bidder

In witness whereof the parties have set their hands hereunto on the day, month and

year first herein above written.

(Signature of the 1st party) Witnesses: 1. Signature ..................................................... (Name and designation) Name and designation (Signature of the 2nd party) 2. Signature ..................................................... (Name and designation) Name and designation

Page 90: S . N .Suresh

Date: page 89 Of 131

Place; Signature of the Bidder

APPENDIX – A (refer 6.1.a(i)) Format for Letter of Proposal

(On the Letter head of the Bidder)

Date :

To, The Commissioner for Public Instruction, At Department of Education Research and Training, No. 4, 100 feet Ring Road, Banashankari 3rd Stage Bangalore – 560 085 Sir, Re : Implementation of ICT@ schools in Government High Schools/ Government Pre-University Colleges in Karnataka

Being duly authorized to represent and act on behalf of .........................................

(hereinafter referred to as “the Bidder”), and having reviewed and fully understood

all of the Proposal requirements and information provided, the undersigned hereby

submits the Proposal for the project referred above.

We are enclosing our Proposal in One (1) original plus one (1) copy, with the details

as per the requirements of the RFP, for your evaluation.

We confirm that our Proposal is valid for a period of 120 days from Proposal Due

Date

We offer to supply the materials and to provide computer education and annual

maintenance for the project period of Five years including guarantee/warranty

period ------------schools in 1)--------------2)----------------3)---------------4)------------

5)--------- 6)------- revenue division/package for which necessary bid security

amounting to Rupees----------------- is enclosed.

My/ our decreasing order of preference to implement the project is as follows:

1st

prefer

ence

2nd

prefer

ence

3rd

prefer

ence

4th

preference

5th

preference

6th

preference

Package Number

and name of the

division

Page 91: S . N .Suresh

Date: page 90 Of 131

Place; Signature of the Bidder

We understand that you are not bound to accept the lowest or any Bid you may

receive.

Dated this--------------day of-------------------2007.

Yours faithfully ..................................................... (Signature of the Authorised Signatory of Bidder) ..................................................... (Name and designation of the Authorised Signatory of Bidder)

Page 92: S . N .Suresh

Date: page 91 Of 131

Place; Signature of the Bidder

APPENDIX - B (Refer 2.2.1(f))

Format for Power of Attorney for Signing for Lead Member of Consortium

(On stamp paper of appropriate value)

POWER OF ATTORNEY

Whereas the Commissioner for Public Instruction, Karnataka proposes to implement

ICT@schools at Government High Schools (“the Project”),

Whereas, the members of the Consortium are interested in bidding for the Project

and implementing the Project in accordance with the terms and conditions of the

Request for Proposal (RFP) Document, and other connected documents in respect of

the Project, and

Whereas, it is necessary under the RFP Document for the members of the

Consortium to designate one of them as the Lead Member with all necessary power

and authority to do for and on behalf of the Consortium, all acts, deeds and things,

as may be necessary in connection with the Consortium’s bid for the Project.

NOW THIS POWER OF ATTORNEY INESSETH THAT;

We, M/s. ..........................., M/s. ............................., and M/s. ..........................

(the respective names and address of the registered offI) do hereby designate

M/s. ........................................... being one of the members of the Consortium, as

the Lead Member of the Consortium, to do on behalf of the Consortium, all or any of

the acts, deeds or things necessary or incidental to the Consortium’s bid for the

Project, including submission of Proposal, participating in conferences, responding to

queries, submission of information/ documents and generally to represent the

Consortium in all its dealings with the Commissioner for Public Instruction, at DSERT,

No. 4, 100 feet Road, Banashankari 3rd Stage, Bangalore- 560085, in connection

Page 93: S . N .Suresh

Date: page 92 Of 131

Place; Signature of the Bidder

with the Project until culmination of the process of bidding and thereafter till the

Agreement is entered into with the Commissioner for Public Instruction, Karnataka.

We hereby agree to ratify all acts, deeds and things lawfully done by Lead Member,

our said attorney pursuant to this Power of Attorney and that all acts deeds and

things done by our aforesaid attorney shall always be deemed to have been done

us/consortium.

Dated this the ........... day of .................., 2007

....................................

(Signature)

(Title, Name and Address of the Executants)

(To be executed by all the members of the Consortium)

Note:

1. The mode of execution of the Power of Attorney should be in accordance with the procedure, if any, laid down by the applicable law and the charter documents of the executant(s) and when it is so required the same be under common seal affixed in accordance with the required procedure.

2. Also, wherever required, the Bidder should submit for verification the extract of the charter documents or documents such as Attorney in favour of the person executing this Power of Attorney (Appendix B-2).

Page 94: S . N .Suresh

Date: page 93 Of 131

Place; Signature of the Bidder

APPENDIX – C (Refer 6.1.a(v) and (vi))

Details of Bidder 1. Name

2. Address of the office(s)

3. Date of incorporation and/or commencement of business.

4. Brief description of the Company including details of its main lines of business.

5. Name, Designation, Address and Phone Numbers of Authorised Signatory of

the Bidder:

a. Name :

b. Designation :

c. Company :

d. Address :

e. Telephone Number :

f. Fax Number :

g. Mobile Number :

h. E-Mail Address :

6. Details of individual (s) who will serve as the point of contact /

communication for Commissioner for Public Instruction, Karnataka:

a. Name :

b. Designation :

c. Company :

d. Address :

e. Telephone Number :

f. Fax Number :

g. Mobile Number :

h. E-Mail Address :

Page 95: S . N .Suresh

Date: page 94 Of 131

Place; Signature of the Bidder

7. In case of Consortium :

Information above (1-4) should be provided for all the members of the Consortium

and information regarding role of each member should be provided as per table

below :

Sl. No

Name of the Member Role (Lead Member or Operating

Member)

Dated this the ........... day of .................., 2007

....................................

(Signature)

(Title, Name and Address of the Executants)

Page 96: S . N .Suresh

Date: page 95 Of 131

Place; Signature of the Bidder

APPENDIX - D

Format for Anti-Collusion Certificate

(On the Letterhead of the Bidder or Lead Member, in case of Consortium)

We hereby certify and confirm that in the preparation and submission of our

Proposal for the Implementation of ICT@ schools project at Government Schools

and Government Pre-University Colleges in Karnataka, we have not acted in concert

or in collusion with any other Bidder or other person(s) and also not done any act,

deed or thing which is or could be regarded as anti-competitive.

We further confirm that we have not offered nor will offer any illegal gratification in

cash or kind to any person or agency in connection with the instant Proposal.

Dated this ..................................... Day of .............................., 2007

...................... (Name of the bidder) --------------------------------on) ----------------------------------- (Name and designation of the Authorised Person)

Page 97: S . N .Suresh

Date: page 96 Of 131

Place; Signature of the Bidder

APPENDIX - E (Refer 2.1.6)

Format for Undertaking

(On the Letterhead of the Bidder or Lead Member, in case of Consortium)

Date:

The Commissioner for Public Instruction, At Department of Education Research and Training No. 4, 100 feet Ring Road, Banashankari 3rd Stage, Bangalore – 560 085 Sir, Re : Implementation ICT@ schools in Government High Schools and Government Pre-University Colleges in Karnataka

We confirm that we are not barred by Government of Karnataka, any other State Government in India (SG) or Government of India (GoI), or any of the agencies of GoK/SG/GoI from participating in infrastructure / computerItion projects (BOT or otherwise) as on .....................................proposal due date

Yours faithfully

----------------------------- Signature of the authorized person) ----------------------------------- (Name and designation of the Authorised Person)

Page 98: S . N .Suresh

Date: page 97 Of 131

Place; Signature of the Bidder

APPENDIX- F (Refer 2.11.2, 6.1.a(vii)

Format for Bid Security

(To be Issued by a Scheduled Bank in India)

B.G.No. .................................................... dated ......................

This Deed of guarantee executed at ...................... by ........................ (schedule of

Bank) having its Registered office at ............................. .................. (hereinafter

referred to as “the Guarantor”) which expression shall unless it be repugnant to the

subject or context thereof include its, successors and assigns;

In favour of, Commissioner for Public Instruction, Government of Karnataka, which

expression shall unless it be repugnant to the subject or context thereof include its

successors and assigns;

WHEREAS

A. M/s. ...........................................Ltd., a company registered under

provisions the Companies Act, 1956, having its registered office at ............... (here

in after called “the Bidder”) which expression shall unless it be repugnant to the

subject or context thereof include its / their executors administrators, successors and

assigns, intends to bid implementation of ICT@ schools at Government High Schools

and Government Pre-University Colleges in Karnataka.

B. In terms of Clause 2.11 of the Request for Proposal Document

dated .................... issued in respect of the Project (hereinafter referred to as “RFP

Document”) the Bidder is required to furnish to Commissioner for Public Instruction,

Government of Karnataka, an unconditional and irrevocable Bank Guarantee for an

amount of Rs. .................. (Rupees ............... only) as Bid Security for the Project .

The Guarantor has at the request of the Bidder and for valid consideration agreed to

provide such Bank Guarantee being these presents: NOW THEREFORE THIS DEED

WITNESSETH AS FOLLOWS:

Page 99: S . N .Suresh

Date: page 98 Of 131

Place; Signature of the Bidder

1. The Guarantor, as primary obligor shall, without demur, pay to

Commissioner for Public Instruction, Government of Karnataka an amount not

exceeding Rs.................. (Rupees .............................only), and within 5 days of

receipt of a written demand from Commissioner for Public Instruction calling upon

the Guarantor to pay the said amount.

2. Any such demand made on the Guarantor by Commissioner for Public

Instruction shall be conclusive and absolute as regards the forfeiture of Bid security

and the amount due and payable by the Guarantor under this Guarantee.

3. The above payment shall be made without any reference to the Bidder or

any other person and irrespective of whether the claim of Commissioner for Public

Instruction is disputed by the Bidder or not.

4. This Guarantee shall be irrevocable and remain in full force for a period of

135 days from ………..(the proposal due date) or for such extended period as may be

mutually agreed between Commissioner for Public Instruction, and the bidder and

shall continue to be enforceable till all amounts under this Guarantee are paid.

5. The Guarantee shall not be affected by any change in the constitution or

winding up of the Bidder/the Guarantor or any absorption, merger or amalgamation

of the Bidder/the Guarantor with any other person.

6. In order to give full effect to this Guarantee, The Commissioner for Public

Instruction, shall be entitled to treat the Guarantor as Principal debtor. The

obligations of the Guarantor shall not be affected by any variations in the terms and

conditions of the RFP document or other documents or by extension of time of

performance of any obligations granted to the Bidder or postponement /non

exercise/delayed exercise/ delayed exercise of any of its rights by Commissioner for

Public Instruction , to the Bidder and the Guarantor shall not be relieved from the

its obligation under this Bank Guarantee on account of any such variation, extension,

postponement, non exercise, delayed exercise or omission on the part of

Page 100: S . N .Suresh

Date: page 99 Of 131

Place; Signature of the Bidder

Commissioner for Public Instruction to the bidder to give such matter or thing

whatsoever which under the law relating to sureties would but for this provision

have effect of so relieving the Guarantor.

7. The Guarantor has power to issue this Guarantee and discharge the

obligations contemplated herein, the undersigned is duly authorised to execute this

Guarantee pursuant to the power granted under…………………………

In witness whereof the Guarantor has set its hands hereunto on the day, month and

year first herein above written.

Signed and delivered by…………………………………… bank

By the hand of Mr/Mrs…………………..

Its ……………………….. and authorised official.

Page 101: S . N .Suresh

Date: page 100 Of 131

Place; Signature of the Bidder

Appendix – G (Refer 6.1.b(ii))

Format for under taking for IT company/Computer education provider company

(on the letter head of the bidder or Lead member, in case of consortium)

Date

The Commissioner for Public Instruction At DSERT, No.4, 100 feet Ring Road, Banashankari 3rd Stage, Bangalore-560085.

Sir,

Re: Implementation of ICT@ schools programme in the Schools and Colleges in Karnataka

We confirm that we have been in the business for the last ____ years

1. sale, supply, installation of computer hardware, education related electronic equipment and furniture’s

2. maintenance of computer hardware

3. maintenance of software

4. Providing computer education and computer aided education

(Strike out whichever not applicable)

and have earned income from the said three years

Yours faithfully

1. Signature

--------------------------- (Name and designation of chief financial officer/company secretary)

2. Signature

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

(Name and designation of the authorised signatory)

Page 102: S . N .Suresh

Date: page 101 Of 131

Place; Signature of the Bidder

Appendix H (Refer 3.4.& 3.5)

Format for statement of Financial Capability

Criteria Year 1 Year 2 Average turn over (Rs Crores)

1 Annual Turnover (Rs in crores

2 Net worth of last completed Audited Financial year (Rs.Crores)

Instructions: For the purpose of qualification:

1. The financial year would be the same as one normally followed by the bidder for its Annual Report. Year 1 shall be the last completed financial year for which audited financial statements are available. Year 2 shall be the financial year previous to year 1.

2. The bidder shall provide the audited annual financial statements as required for this RFP.Failure to do so would result in the Proposal being considered as non responsive.

3. A certificate from the Statutory Auditor should be provided as supporting document certifying the Qualification Statement submitted by the Bidder

4. For the purpose of this RFP, Ne– Worth shall mean: i. Net Worth= (subscribed and paid up Equity +reserves) -

(Revaluation reserves +miscellaneous expenditure not written off)

5. Experience (Financial Capability and Experience) of only the Bidderr shall be considered. Experience of associate company/parent company/subsidiary company shall not be considered for qualification purposes.

Dated this the ........... day of .................., 2007

....................................

(Signature)

(Title, Name and Address of the Executants)

Page 103: S . N .Suresh

Date: page 102 Of 131

Place; Signature of the Bidder

Format 2: Financial Capability Certification Date We have verified the relevant statutory and other records of

M/s ………………………………( Name of the bidder) and certify the following

Criteria For the year 1 (Financial Year 20 to 20 )

For the year 2 (Financial Year 20 to 20 )

Net Worth

Annual Turnover

and Seal And registration number of Statutory Auditor

Page 104: S . N .Suresh

Date: page 103 Of 131

Place; Signature of the Bidder

Appendix – I (Refer 2.14.2(b), 6.2a)

Format for Technical Proposal A. Server Configuration for schools

Component Single Specific Brand name with relevant brochures

Processor

Cache

Chipset

Memory Type

Network Card

Memory

Expansion Slots

Storage Controller

CD-ROM

Hard Drives

Maximum Internal Storage

USB

Interfaces

Graphics

Form Factor

Industry Standard Compliance

Manageability

Security

Power Supply

OS Support

Management

Monitor

Modem

Software for servers

Component Single Specific Brand name with relevant brochures

B Thin Clients for schools

Component Single Specific Brand name with relevant brochures

Flash Memory

Main Memory

Page 105: S . N .Suresh

Date: page 104 Of 131

Place; Signature of the Bidder

Processor

Peripherals

Network Interface

Ports / Slots

Local Operating System

Emulation Protocol Support

OS Support

Networking Protocols

Power Supply

Software for Thin Clients

Component Single Specific Brand name with relevant brochures

Monitors

Component Single Specific Brand name with relevant brochures

Key board and mouse

Component Single Specific Brand name with relevant brochures

C. Net working

Component Single Specific Brand name with relevant brochures

Passive components

LAN cabling 1. I/O ports 2. Jack Panels

Page 106: S . N .Suresh

Date: page 105 Of 131

Place; Signature of the Bidder

D. UPS Systems for schools

Component Single Specific Brand name with relevant brochures

Brand Name

Model No

Nominal specification Capacity

A. Input plug B. Input protection C. Receptacles

Mechanical Specification a. Dimensions

(mm) b. Net weight

(Kg) A.

AC inputs a. Voltage

(selectable)

a. Voltage range

b. Frequency

AC Output a. Voltage b. Frequency c. Receptacles

segments d. Voltage THD e. Crest factor f. Overload capacity g. Transfer time

E. Printer

Component Single Specific Brand name with relevant brochures

F. Scanner Component Single Specific Brand name with relevant brochures

Page 107: S . N .Suresh

Date: page 106 Of 131

Place; Signature of the Bidder

G. Digital Camera Component Single Specific Brand name with relevant brochures

H. Multimedia Projector Component Single Specific Brand name with relevant brochures

I. K-YAN system OR Alternative system Component Single Specific Brand name with relevant brochures

J. Additional Headphones Component Single Specific Brand name with relevant brochures

K. Computer Furniture Component Single Specific Brand name with relevant brochures

Dated this the ........... day of .................., 2007

....................................

(Signature)

(Title, Name and Address of the Executants)

Page 108: S . N .Suresh

Date: page 107 Of 131

Place; Signature of the Bidder

APPENDIX - J (Refer 2.14.2(c), 5.1(iii), 6.3.a) PRICE PROPOSAL FOR PACKAGE NUMBER-------------

To The Commissioner for Public Instruction, No. 4, 100 feet Ring Road, Banashankari 3rd Stage, Bangalore- 560085,

Sir, Ref: Implementation of the ICT@schools project II programme in Government Schools in Karnataka state

Our Price Proposal is hereunder for package number----------------

80% on supply, installation and commissioning of the servers, thin clients, UPS

and all other required relevant equipments/ systems and on submission of

comprehensive verification report report and delivery challans from the Purchasers’

representative offers Rs ------------------------------------( Rs in words --------------------

----------------------------------------------------------------) . Remaining 20% of supply,

installation, commissioning of Server, Thin client. UPS and other required relevant

equipments/systems in Quarterly Contract Payment of Twenty EQI’s of

Rs………………………………(Rupees in words…………………………………………………)

Quarterly contract payment towards education delivery of Rs---------------------

(Rs in words -------------------------------------------------------------------)

Quarterly contract payment towards Annual maintenance for 8 EQI’s after the

warranty period delivery of Rs---------------------(Rs in words ------------------------------

-------------------------------------)

We confirm that our Price Proposal is for all the obligations to be discharged by us as

per terms of the draft agreement and provisions of GCC and SCC.

The financial assumptions used for arriving at our offer, in the format as prescribed

in the FRP Document, has been enclosed.

Yours faithfully (Signature of Authorised signatory) (Name and designation of the authorised person)

Page 109: S . N .Suresh

Date: page 108 Of 131

Place; Signature of the Bidder

In case of a consortium – On the letter head of the Lead member In case of differences in amount quoted in figures and words, the amount quoted in words shall be considered for evaluation

APPENDIX - J1 (Refer 2.14.2(c), 5.1(iii), 6.3.a) PRICE PROPOSAL FOR PACKAGE NUMBER-------------

To The Commissioner for Public Instruction, No. 4, 100 feet Ring Road, Banashankari 3rd Stage, Bangalore- 560085,

Sir, Ref: Implementation of the ICT@ schools project II programme in Government Pre_ University Colleges in Karnataka state

Our Price Proposal is hereunder for package number----------------

80% on supply, installation and commissioning of the servers, thin clients, UPS

and all other required relevant equipments/ systems and on submission of

comprehensive verification report report and delivery challans from the Purchasers’

representative offers Rs ------------------------------------( Rs in words --------------------

----------------------------------------------------------------) . Remaining 20% of supply,

installation, commissioning of Server, Thin client. UPS and other required relevant

equipments/systems in Quarterly Contract Payment of Twenty EQI’s of

Rs………………………………(Rupees in words…………………………………………………)

Quarterly contract payment towards education delivery of Rs---------------------

(Rs in words -------------------------------------------------------------------)

Quarterly contract payment towards Annual maintenance for 8 EQI’s after the

warranty period delivery of Rs---------------------(Rs in words ------------------------------

-------------------------------------)

We confirm that our Price Proposal is for all the obligations to be discharged by us as

per terms of the draft agreement and provisions of GCC and SCC.

The financial assumptions used for arriving at our offer, in the format as prescribed

in the FRP Document, has been enclosed.

Page 110: S . N .Suresh

Date: page 109 Of 131

Place; Signature of the Bidder

Yours faithfully (Signature of Authorised signatory) (Name and designation of the authorised person) In case of a consortium – On the letter head of the Lead member In case of differences in amount quoted in figures and words, the amount quoted in words shall be considered for evaluation

Page 111: S . N .Suresh

Date: page 110 Of 131

Place; Signature of the Bidder

Appendix – K

Assumption made by the Bidder on the basis of which rates have been quoted towards supply and installation of computer Hardware, Software etc : providing of Computer Education services and Annual Maintenance for the project period of 5 years including Guarantee / Warranty period AMOUNT IN RUPEES

SL. No

Brief Description of supply of Equipment & Services to be Provided

Total number of schools/ colleges for package--- A B

Amount for each school/ College A B

Amount per EQI per school/ college A B

Total cost for the package----- A B

1

Cost towards supply of Computer Hardware and all required peripherals including speakers.

2 Cost towards supply of required Computer Software

3 Cost towards supply of UPS

4 Cost towards Scanner

5 Cost towards printer

6 Cost towards digital camera

7 Cost towards multimedia projector

8 Cost towards additional headphones

9 Cost towards K-Yan system or any other alternative system as specified in technical specifications.

10

Cost towards supply of Furniture. A) Tables B) Chairs

11 Salaries to One Instructor per month

12 Teacher Training Cost

13 Telephone Charges per month

14 Internet Charges per month

15 Electricity charges per month

16 Computer Stationery and consumables per month

17 Cost towards preparation, print and supply of course material.

18 Miscellaneous charges and cost towards insurance of computer Hardware, Software, peripherals, UPS etc.,

19 Annual Maintenance contract charges for the project period after the guarantee/warranty period in EQI per quarter.

Place : Signature Date : Name and address of the bidder with seal

Page 112: S . N .Suresh

Date: page 111 Of 131

Place; Signature of the Bidder

Appendix-L

Acceptance certificate format to be given by the purchaser’s

representative

(format to be provided)

Dated this the ........... day of .................., 2007

....................................

(Signature of the purchaser’s representatives)

(Title, Name and Address)

Page 113: S . N .Suresh

Date: page 112 Of 131

Place; Signature of the Bidder

Appendix-M (Refer 6.1.1(viii))

List of web-portal management system at each of the revenue division to

monitor the functioning of the hardware and software.

List of service centers at the revenue division level.

Serial No Name of the

Revenue

division

Names of the

districts covered

Address, where

the center

located

Dated this the ........... day of .................., 2007

....................................

(Signature)

(Title, Name and Address of the Executants)

Page 114: S . N .Suresh

Date: page 113 Of 131

Place; Signature of the Bidder

Appendix-N

Delivery Challan

A. Server Configuration for schools/colleges

Component Serial No/code no

Brand name

Supplied Commis sioned

Deviations if any

Unit Price

Processor

Cache

Chipset

Memory Type

Network Card

Memory

Expansion Slots

Storage Controller

CD-ROM

Hard Drives

Maximum Internal Storage

USB

Interfaces

Graphics

Form Factor

Industry Standard Compliance

Manageability

Security

Power Supply

OS Support

Management

Monitor

Modem

B. Software for servers

Component Serial No/code no

Brand name

Supplied Commis sioned

Deviations if any

Unit price

Page 115: S . N .Suresh

Date: page 114 Of 131

Place; Signature of the Bidder

C. Thin Clients for schools/colleges

Component Serial No/code no

Brand name

Supplied Commiss- ioned

Deviations if any

Unit Price

Flash Memory

Main Memory

Processor

Peripherals

Network Interface

Ports / Slots

Local Operating System

Emulation Protocol Support

OS Support

Networking Protocols

Power Supply

D. Software for Thin Clients

Component Serial No/code no

Brand name

Supplied Commissioned Deviations if any

Unit Price

E. Monitors

Component Serial No/code no

Brand name

Supplied Commissioned Deviations if any

Unit Price

F. Key board and mouse

Component Serial No/code no

Brand name

Supplied Commissioned Deviations if any

Unit Price

Page 116: S . N .Suresh

Date: page 115 Of 131

Place; Signature of the Bidder

G. Net working

Component Serial No/code no

Brand name

Supplied Commissioned Deviations if any

Unit Price

Passive components

LAN cabling 3. I/O ports 4. Jack Panels

H. UPS Systems for schools/colleges

Component Serial No/code no

Brand name

Supplied Commissioned Deviations if any

Unit Price

Brand Name

Model No

Nominal specification Capacity

D. Input plug E. Input protection F. Receptacles

Mechanical Specification c. Dimensions

(mm) d. Net weight

(Kg) A.

AC inputs b. Voltage

(selectable) a. Voltage

range b. Frequency

AC Output h. Voltage i. Frequency j. Receptacles

segments k. Voltage THD l. Crest factor m. Overload capacity n. Transfer time

Page 117: S . N .Suresh

Date: page 116 Of 131

Place; Signature of the Bidder

I. Printer Component Serial

No/code no

Brand name

Supplied Commissioned Deviations if any

Unit Price

J. Scanner Component Serial

No/code no

Brand name

Supplied Commissioned Deviations if any

Unit Price

K. Additional headphones Component Serial

No/code no

Brand name

Supplied Commissioned Deviations if any

Unit Price

L. Digital Camera

Component Serial No/code no

Brand name

Supplied Commissioned Deviations if any

Unit Price

M. Multimedia Projector

Component Serial No/code no

Brand name

Supplied Commissioned Deviations if any

Unit Price

N. K-YAN system Component Serial

No/code no

Brand name

Supplied Commissioned Deviations if any

Unit Price

O. Computer Furniture Component Serial

No/code no

Brand name

Supplied Commissioned Deviations if any

Unit Price

Page 118: S . N .Suresh

Date: page 117 Of 131

Place; Signature of the Bidder

Note: 1. Supplier is requested to fill in all the details in the component column and thereby the corresponding subsequent columns. 2. In case of not having unit price for each of the component, combined price may be shown in the assigned column. However, separate unit price shall be shown for each of the table from A to N. 3. Supplier shall commission all the hardware and software in the presence of head teacher of the school and demonstrate the flawless functioning of the of the computer laboratory

Certificate: I certify that the following teachers of our school 1. 2. Have been trained for one full by the supplier on the use of hardware and software to our school in our school premises. The above teachers are confident of using the above hardware and software commissioned in our school. Signatures of the teachers: 1. 2. Signature of the head teacher: Name of the head teacher: School seal: Name and signature of the person the supplier’s representative who has commissioned the hardware and software

Page 119: S . N .Suresh

Date: page 118 Of 131

Place; Signature of the Bidder

Appendix-O

Monthly sign-off for the month of--------------------------Year-----------

date Si

No.

Details

Of

hardware/

Software/

education

Delivery

And

maintanence

1 2 3 4 ���� 31

01 Server

02 Thin client 1

03 2

04 3

05 4

06 5

07 6

08 7

09 8

10 9

11 10

12 Key board

and mouse

13 UPS

14 Battery

15 Printer

16 Scanner

17 Digital

camera

18 Multimedia

projector

19 Head

phones

Page 120: S . N .Suresh

Date: page 119 Of 131

Place; Signature of the Bidder

20 K-yan

system

21 TV tuner

22 TV

23 Computer

consumables

24 CD’s in

stock

25 Use of

comp-lab

after the

school

hours

26 Internet

usage

-No. of

hours for

teachers

-No. of

hours for

students

27 Attendance

of faculty

28 No. of

periods of

computer

classes

29 Total

number

right

symbols

30 Total no. of

wrong

symbols

31 Initial of

the

computer

faculty

Page 121: S . N .Suresh

Date: page 120 Of 131

Place; Signature of the Bidder

32 Initial of

the head

teacher

33

34

Note: The head teacher before filling in appendix-O, has to bear in mind

the following instructions.

1. The faculty appointed by the supplier has to maintain the above format in the

form of a register and fill in the information on a daily basis and obtain the initial of

the head teacher on every working day.

2. The equipments supplied in serial numbers 1 to 22 shall remain fully functional on

all days of the year. Strike off the equipments that are not supplied to your school.

3. In case the equipment is fully functional, the particular cell corresponding to the

date shall be marked with right symbol, if the equipment is not fully functional, it

shall be marked with wrong symbol.

4. In case of serial number 23 and 234, on every given date the computer

laboratory shall have stock of CD’s and computer stationery (registers, print out

sheets, cartridges, CD’s etc.,) that would last for the next 30 days. In case of

shortage it shall be marked as wrong symbol and if not with right symbol.

5. In case of serial number 25 and 26, on every given date, the number of hours the

facility is provided / used shall be filled in figures.

6. In case of serial number 27, the days on which the faculty appointed by the

supplier is present and worked for all working hours, the corresponding cell shall be

marked by right symbol, if not by wrong symbol.

Page 122: S . N .Suresh

Date: page 121 Of 131

Place; Signature of the Bidder

7. It shall be the responsibility of the faculty appointed by the supplier to oversee

that equipments supplied are fully functional through the year, if not she/he shall

report to the supplier immediately and make such equipment/s fully functional within

24 hours, If not, all such days shall be marked by wrong symbol.

I certify that the information furnished in the above format (appendix-Q) is true and

factual.

Signature of the head teacher: Signature of the faculty:

Name of the head teacher: Name of the faculty:

School seal

Page 123: S . N .Suresh

Date: page 122 Of 131

Place; Signature of the Bidder

Appendix-P

Division wise number of schools and colleges

Division & District wise distribution of schools under package 1 to 4 and

colleges under package 5 and 6 for ICT Phase II

07-08

DETAILS OF GOVERNTMENT HIGH SCHOOLS DETAILS OF GOVERNMENT PRE-

UNIVERSITY COLLEGES

Divisions Bangalore

Package 1

Mysore

Package

2

Gulbarga

Package

3

Belgaum

Package

4

Total BANGALORE &

GULBERGA

Package 5

MYSORE &

BELGAUM

Package 6

Total

No of

districts

11 8 6 8 33 17 16 33

No of

schools

407 586 359 219 1571 351 357 708

Category A B A B A B A B A B A B

364 43 549 37 343 16 207 12 1571 307 44 334 23 708

Govt high schools are categorised as A and B. In category A students strength is less

than 350 in class 8 to 10 and these schools shall be provided 10 nodes where as

category B schools which have more than 350 student strength shall be provided 15

nodes.

Similarly in case of Govt pre university colleges they are categorised as A and B. For

category A the student strength is less than 999 and these schools shall be provided

10 nodes. Where as category B schools which have more than 999 student strength

shall be provided 15 nodes.

Page 124: S . N .Suresh

Date: page 123 Of 131

Place; Signature of the Bidder

Appendix-Q – (Refer 2.3)

District wise number of schools and colleges package wise

Package - I

Division Districts No of schools

Bangalore 1 Bangalore North 07

2 Bangalore South 29

3 Bangalore Rural 15

4 Ramanagara 29

5 Chitradurga 33

6 Davanagere 64

7 Kolar 57

8 Tumkur 44

9 Shimoga 62

10 Chikaballapur 37

11 Madhugiri 30

Total 407

Package - II

Division Districts No of schools

Mysore 1 Mysore 123

2 Chamarajanagar 17

3 Chikamagalur 63

4 Hassan 107

5 Kodagu 9

6 Dakshina Kannada 115

7 Udupi 51

8 Mandya 101

Total 586

Package - III

Division Districts No of schools

Gulburga 1 Gulburga 104

2 Bidar 59

3 Bellary 41

4 Raichur 31

5 Koppal 69

6 Yadgir 55

Total 359

Page 125: S . N .Suresh

Date: page 124 Of 131

Place; Signature of the Bidder

Package - IV

Division Districts No of schools

Belgaum 1 Belgaum 29

2 Bijapur 28

3 Bagalkote 35

4 Dharwad 08

5 Gadag 35

6 Haveri 42

7 UttaraKannada 11

8 Chikkodi 31

Total 219

Package - V Division Districts No of schools

Bangalore & Gulberga 1 Bangalore South and North 25

2 Bangalore Rural 12

3 Ramanagara 15

4 Davanagere 34

5 Chithradurga 27

6 Chickaballapura 16

7 Kolar 22

8 Shimoga 33

9 Tumkur 47

10 Koppal 19

11 Raichur 23

12 Bellary 22

13 Bidar 16

15 Gulbarga 40

351

Package - VI Division Districts No of schools

Mysore & Belguam 1 Mysore 42

2 Mandya 43

3 Chickamagalur 28

4 Coorg 10

5 Chamarajanagar 15

6 Udupi 34

7 Dakshina Kannada 35

8 Hassan 46

9 Belguam 24

10 Bagalkote 16

11 Bijapura 08

12 Gadag 11

13 Haveri 17

14 Dharwad 09

15 Uttara Kannada 19

357

Page 126: S . N .Suresh

Date: page 125 Of 131

Place; Signature of the Bidder

Appendix – R PERFORMANCE SECURITY FORM

To The Commissioner for Public Instruction In Karnataka, New Public offices, K. R. Circle, Bangalore Sir

WHEREAS...............................................(Name of the Contractor) hereinafter called “the

Contractor” has undertaken, in pursuance of Contract No...........dated............to supply

certain equipment and provide services and undertake Annual Maintenance of computer

Hardware, Software, UPS, Computer furniture and connected accessories and providing

computer Education services in ….. Govt. High Schools in Karnataka, and related services

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

Contract.

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 in 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.....................200

Signature and Seal of Guarantors

...........................................

...........................................

Date.............................

Address...............................

.............................................

Page 127: S . N .Suresh

Date: page 126 Of 131

Place; Signature of the Bidder

Appendix – R1 PERFORMANCE SECURITY FORM

To The Commissioner Pre-University Education, Bangalore Sir

WHEREAS...............................................(Name of the Contractor) hereinafter called “the

Contractor” has undertaken, in pursuance of Contract No...........dated............to supply

certain equipment and provide services and undertake Annual Maintenance of computer

Hardware, Software, UPS, Computer furniture and connected accessories and providing

computer Education services in ….. Govt. Pre-University Colleges in Karnataka, and related

services 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

Contract.

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 in 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.....................200

Signature and Seal of Guarantors

...........................................

...........................................

Date.............................

Address...............................

.............................................

Page 128: S . N .Suresh

Date: page 127 Of 131

Place; Signature of the Bidder

Appendix – S (Refer 3.3.1, 3.22, 6.1.a(x))

STATEMENT OF PAST PERFORMANCE (Proforma for performance statement (for a period of last two years from20 , and 20 ) Name of the Firm _____________________________________

Orders Palced by (Full

Address of Purchaser)

Contract

No. & Date

Description

of State/s

Total number Of District/s

Total number of the schools

Remarks indicating

reasons for non

performance or delay, if

any

Has the work

entrusted completed

satisfactorily (Attach

certificate From an

Officer who entrusted the

work)

1 2 3 4 5 6 7

Please enclose the relevant Orders/MOU./ Certificate for each project separately Signature and seal of the bidder ___________________________ Certificate:

To whomsoever it may concern This is to certify that M/s ----------------- has executed/executing ICT based education programme in our State--------- district/s in ----------------number of schools from year ---------- to ------ Signature of the Officer with Designation

Page 129: S . N .Suresh

Date: page 128 Of 131

Place; Signature of the Bidder

Appendix – T (Refer 6.1.a(xi))

FORMAT OF ACCEPTANCE OF IMPLEMENTATION SCHEDULE To The Commissioner for Public Instruction, New Public Offices, K.R. Circle, BANGALORE - 560 001. Sir, We M/s....................................................... (Name of the bidder) here in after called " the Contractor " have furnished the BID for supply of computer Hardware etc: providing the Computer Education Services and Annual Maintenance contract for a project period of _____years including the Gu/rantee / Warranty period in ..................................................... (No. of Schools/colleges in the ................................................ Division ( Name of the division) of Karnataka do here by agree to the implementation schedule of the said project of commissioning of system and commencement of lessons will be completed within 30 days from the date of receipt of intimation of readiness to handover the possession of the room, failing which the Commissioner for Public Instruction herein after called (the Purchaser) may at his discretion reject and cancel the contract agreement.

Yours faithfully,

Place: Date: Signature & Seal of the Bidder.

Page 130: S . N .Suresh

Date: page 129 Of 131

Place; Signature of the Bidder

Appendix – U (Refer 6.1(a) (xii))

UNDERTAKING We M/s....................................................... (Name of the bidder) here in after called

" the Contractor " do hereby affirm and undertake to a BID by all the terms, conditions and

specifications given in the Bid document while performing the contractual obligations

relating to supply of computer Hardware etc: providing the Computer Education Services

and Annual Maintenance for a project period of 5 years including the Guarantee / Warranty

period and Computer Education in ------ number of District of Government High Schools/

Government Pre-University Colleges in Karnataka State.

Yours faithfully,

Place: Signature & Seal of the bidder Date:

Page 131: S . N .Suresh

Date: page 130 Of 131

Place; Signature of the Bidder

Appendix – V (Refer 3.3.1, 6.1.b(xiii))

DETAILS OF THE ORGANISATION:

No of People employed Name and address

Phone and Fax Nos

Year of Establishment

Registration No

No of Engineers

No of Programmers

Hardware details

List of S/W available

List of Projects handled

PLACE:

DATE: Signature and seal of the Bidder

Page 132: S . N .Suresh

Date: page 131 Of 131

Place; Signature of the Bidder

Appendix – W

CHECK LIST OF DOCUMENTS TO BE SUBMITTED.

Sl no

Description Whether the

Document is

enclosed or not

Page No

From and To

1 Letter of Proposal as per Appendix A YES/NO

2 Power of Attorney for the Lead member of the Consortium Appendix- B

YES/NO

3 Details of Bidder as per Appendix C YES/NO

4 Anti-Collusion Certificate as per Appendix D YES/NO

5 Letter of Undertaking from Bidder as per Appendix E YES/NO

6 Bid Security(Bank guarantee) as per Appendix F YES/NO

7 Undertaking of being an IT Company as per Appendix G YES/NO

8 Statement of Financial Capability as per Appendix H YES/NO

9 Technical proposal appendix - I YES/NO

10 Price Proposal as per the format set out in Appendix J,J1. YES/NO

11 Statement of financial assumptions as set out in Appendix K. YES/NO

12 Acceptance certificate appendix – L YES/NO

13 List of web portal and service centres – Appendix - M YES/NO

14 Details of Computer education in Govt. schools Appendix-P YES/NO

15 Selected package as per appendix Q YES/NO

16 Cost toward RFP Document, in case downloaded from internet YES/NO

17 Past performance Appendix –S YES/NO

18 Acceptance of implementation schedule Appendix – T YES/NO

19 Undertaking Appendix – U YES/NO

20 Details of organization Appendix – V YES/NO

21 Certificate of Incorporation YES/NO

22 ISO 9001-2001 Certification YES/NO

23 Annual reports as required in Section 3 YES/NO

PLACE: DATE: Signature and seal of the Bidder