smart class rfp - dnh · 2016-03-31 · request for proposal no: dated: smart classrooms-...

88
Request for Proposal No: dated: Smart Classrooms- Department of Education, DD & DNH Page 1 REQUEST FOR PROPOSAL (RFP) For Implementation of Smart Classrooms (including Supply and Installation of software solution, IT and non-IT equipment), commissioning, integration and maintenance For The Education Department, UT Administration of Daman & Diu and Dadra & Nagar Haveli RFP No: DE/EDN/SAGY/Smart Class/2014/250 Dated: 21/03/2016 (Online e-tender No: 2016_UTDNH_97_1)

Upload: others

Post on 11-Feb-2020

5 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: Smart Class RFP - DNH · 2016-03-31 · Request for Proposal No: dated: Smart Classrooms- Department of Education, DD & DNH Page 2 RFP for Implementation of Smart Classrooms (Education

Request for Proposal No: dated:

Smart Classrooms- Department of Education, DD & DNH Page 1

REQUEST FOR PROPOSAL (RFP)

For Implementation of Smart Classrooms (including Supply and Installation

of software solution, IT and non-IT equipment), commissioning, integration

and maintenance

For

The Education Department,

UT Administration of Daman & Diu and Dadra & Nagar Haveli

RFP No: DE/EDN/SAGY/Smart Class/2014/250

Dated: 21/03/2016

(Online e-tender No: 2016_UTDNH_97_1)

Page 2: Smart Class RFP - DNH · 2016-03-31 · Request for Proposal No: dated: Smart Classrooms- Department of Education, DD & DNH Page 2 RFP for Implementation of Smart Classrooms (Education

Request for Proposal No: dated:

Smart Classrooms- Department of Education, DD & DNH Page 2

RFP for Implementation of Smart Classrooms

(Education Department)

Daman & Diu and Dadra & Nagar Haveli

Notice for Tender

The Office of the Director (Education), UT Administration of Dadra &

Nagar Haveli, Silvassa, 396230, seeks proposals from reputed and experienced

agencies to participate in competitive bidding for implementation of “Smart

Classrooms (including Supply and Installation of software solution, IT

(Desktop computers, Multifunction Printer, LAN and WAN (switch/ router etc)

and non-IT equipment (Site preparation, electrical/ UPS with required wiring

etc), commissioning, integration and maintenance” in the UT Administration of

Daman &Diu and Dadra & Nagar Haveli.

The RFP document is available on the websites “http://dnhtenders.gov.in” and

“www.dnh.nic.in”. Interested Bidders who qualify as per the criteria mentioned in

the RFP document, may submit their bids online latest by 26/04/2016 till 1700

hrs. Bidders are required to submit tender document fee of Rs. 5 ,000.00

separately in form of Demand draft from a Nationalised/ scheduled commercial

bank or in the form of a Treasury challan in favour of Director (Education), DNH,

payable at Silvassa.

Seju P. Kuruvilla

Director (Education)

Email:- [email protected]

Phone No. :- 2642098

Date: Silvassa

Page 3: Smart Class RFP - DNH · 2016-03-31 · Request for Proposal No: dated: Smart Classrooms- Department of Education, DD & DNH Page 2 RFP for Implementation of Smart Classrooms (Education

Request for Proposal No: dated:

Smart Classrooms- Department of Education, DD & DNH Page 3

TABLE OF CONTENTS

S No Description Page No

Notice for tender ------------------------- 2

Disclaimer ------------------------- 6- 8

RFP Tender schedule -------------------------- 9

1. Introduction -------------------------- 10

2. Objectives -------------------------- 10

3. Important stake holders -------------------------- 11

4. Pre Qualification Criteria -------------------------- 11-14

5. Instructions to bidders/ Transfer of RFP/ Bid response ------ 14-15

6. Amendment of RFP Document ------------------------- 16

7. Supplemental Information to the RFP ------------------------- 17

8. Earnest Money Deposit (EMD) ------------------------- 17- 18

9. Authentication of bid ------------------------- 18

10. Validation of interlineations in bid ------------------------- 19

11. Language of bids ------------------------- 19

12. Period and Validity of bids ------------------------- 19

13. Proposal Ownership ------------------------- 19

14. The Bid Process ------------------------- 19- 21

15. Negotiations, Contract Finalization and Award ---------------- 21

16. Award Criteria ------------------------- 21

17. Interpretation of the clauses in the Tender

Document / Contract Document ------------------------- 21

18. Decision Taken ------------------------- 21

19. Process of Evaluation ------------------------- 21-24

20. Selection of a System Integrator ------------------------- 24

21. Notification of Award of Contract ------------------------- 25

22. Signing of Contract ------------------------- 25

23. Miscellaneous Terms & Conditions ------------------------- 25-28

24. Limitation of liabilities ------------------------- 28

25. Title to assets/ equipment ------------------------- 28

Page 4: Smart Class RFP - DNH · 2016-03-31 · Request for Proposal No: dated: Smart Classrooms- Department of Education, DD & DNH Page 2 RFP for Implementation of Smart Classrooms (Education

Request for Proposal No: dated:

Smart Classrooms- Department of Education, DD & DNH Page 4

26. Obtaining Approval/Clearances ------------------------ 28

27. Exit Management ------------------------- 28-29

S No Description Page No

28 to 31. Divestment Requirements in respect of the

Project ------------------------- 29- 30

32. Governing Law and Jurisdiction ------------------------- 30

33. Indemnity ------------------------- 30

34. Failure to agree with the terms & conditions

of the RFP -------------------------- 31

35. Agreement -------------------------- 31

36. Intellectual Property Rights -------------------------- 32

37. Ownership of Data -------------------------- 32

38. Scope of work -------------------------- 32- 34

39. Service Level Requirement -------------------------- 34-37

40. Acceptance Testing -------------------------- 37- 44

41. System Study and Requirement Gathering ----------------------- 38- 39

42. Helpdesk Management -------------------------- 39

43. Training (IT, Non- IT equipment and Application) --------------- 39

44. Modules for Smart Classroom system --------------- 39-40

45. Testing ------------------ 40

46 & 47 Supply and installation of hardware ------------------ 40

48. Maintenance Support, Change Request and

Concurrent Updates --------------------------- 40- 41

49. Resolution of Disputes --------------------------- 41

50. Termination --------------------------- 41

51. Force Majeure --------------------------- 41-42

52. Notices --------------------------- 42

53. Annexure:

Annexure 1: Bid Form ------------------------ 43

Annexure 2: (A) Bidder Profile ------------------------- 44-45

(B) Format for eligibility criteria compliance --- 45-49

Annexure 3: Experience in I T Project Implementation ------ 50

Annexure 4: Commercial Bid Format -------------------------- 51-52

Page 5: Smart Class RFP - DNH · 2016-03-31 · Request for Proposal No: dated: Smart Classrooms- Department of Education, DD & DNH Page 2 RFP for Implementation of Smart Classrooms (Education

Request for Proposal No: dated:

Smart Classrooms- Department of Education, DD & DNH Page 5

Annexure 5: Payment schedule/ Milestones -------------------- 53

Annexure 6: Technical specifications and Bill of Material --- 54-58

Annexure 7: Technical and functional scope of

Smart class solution --------------------- 59- 69

Annexure 8: Certificate of giving unlimited rights ---------- 70

Annexure 9: Technical bid marking system ----------------- 71-72

Annexure 10: Format for Power of Attorney for Lead bidder - 73-74

Annexure 11: Format for OEM MAF ------------------------- 75

Annexure 12: Proforma For Contract Performance

Bank Guarantee ------------------------ 76-79

Annexure 13: Schedule for Time Of Completion Of

Project and Training ------------------------ 80

Annexure 14: No of classrooms for smart class- DD & DNH- 81

Annexure 15: List of school buildings- DNH - 82

Annexure 16: List of school buildings- Diu - 83- 84

Annexure 17: List of School, Daman ----------------------- 85- 87

Page 6: Smart Class RFP - DNH · 2016-03-31 · Request for Proposal No: dated: Smart Classrooms- Department of Education, DD & DNH Page 2 RFP for Implementation of Smart Classrooms (Education

Request for Proposal No: dated:

Smart Classrooms- Department of Education, DD & DNH Page 6

DISCLAIMER

All information contained in this Request for Proposal (RFP) are provided/

clarified in good interest and faith. This is not an agreement and this is not an

offer or invitation to enter into an agreement of any kind with any party.

Though adequate care has been taken in the presentation of this RFP document,

the interested bidders shall satisfy themselves that the document is complete in

all respects. The purpose of this RFP is to provide interested parties with

information that may be useful to them in eliciting their financial offers (the

“Proposal”) pursuant to this RFP. This RFP includes statements, which reflect

various assumptions and assessments arrived at by the Education Department, UT

Administration of DD & DNH (the department) in relation to the Project. Such

assumptions, assessments and statements do not purport to contain all the

information that each Bidder may require. This RFP may not be appropriate for

all persons, and it is not possible for t h e d epartment, its employees or

Consultants to consider the investment objectives, financial situation and particular

needs of each party who reads or uses this RFP. The assumptions, assessments,

statements and information contained in this RFP, may not be complete, accurate,

adequate or correct. Each Bidder should, therefore, conduct its own surveys

and analysis and should check the accuracy, adequacy, correctness,

reliability and completeness of the assumptions, assessments, statements and

information contained in this RFP and obtain independent advice from appropriate

sources before filling up the RFP. Any deviation in the specification or proposed

solutions, unless otherwise brought to the notice of the department and which after

due consideration is accepted by the department, will be deemed as incapability

of the respective bidder and shall not be considered for final evaluation process.

In any case, these assumptions should not materially affect the submission of the

RFP and should not result in a conditional bid, which shall be summarily rejected.

Intimation of discrepancy, if any, should be given to the department in writing

(letter/ fax/ email etc) immediately. If no intimation is received by this office by the

date mentioned in the document, it shall be deemed that the RFP document is

complete in all respects and firms submitting their bids are satisfied that the RFP

Page 7: Smart Class RFP - DNH · 2016-03-31 · Request for Proposal No: dated: Smart Classrooms- Department of Education, DD & DNH Page 2 RFP for Implementation of Smart Classrooms (Education

Request for Proposal No: dated:

Smart Classrooms- Department of Education, DD & DNH Page 7

document is complete in all respects.

The Education Department, UT Administration of Daman & Diu and Dadra & Nagar

Haveli reserves the right to reject any or all of the applications/ bids submitted in

response to this RFP document at any stage without assigning any reasons

whatsoever.

The Education Department, UT Administration of Daman & Diu and Dadra & Nagar

Haveli also reserves the right to withhold or withdraw the process at any stage with

intimation to all who have submitted their bids in response to this RFP, without

assigning any reason.

The Education Department, UT Administration of Daman & Diu and Dadra & Nagar

Haveli reserves the right to change/ modify/ amend any or all of the provisions of

this RFP document without assigning any reason. Any such change would be

communicated to the bidders by News Paper Publication and/ or through the

websites “http://dnhtenders.gov.in”/ www.dnh.nic.in/www.dnhtenders.gov.in

The Education Department, UT Administration of Daman & Diu and Dadra & Nagar

Haveli will bear no liability to any prospective Respondent interested to apply or

any other person under the law of contract to the principles or resolution or unjust

enrichment or otherwise for any loss, expense or damage which may arise from or

be incurred or suffered in connection with anything contained in this RFP

document, any matter deemed to form part of this RFP document, the award

of the Assignment, the information and any other information supplied by or on

behalf of the Education Department, UT Administration of Daman & Diu and Dadra

& Nagar Haveli and Prime bidder/ Consortiums or otherwise arising in any way

from the selection process for the Assignment.

Information provided in this document or imparted to any respondent as

part of RFP process is confidential and shall not be used by the respondent for

any other purpose, distributed to, or shared with any other person or organization

without the written consent of the department.

The information contained in this Request for Proposal (RFP) document or

subsequently provided to Bidder(s), whether verbally or in documentary or any

other form by or on behalf of the Education Department, UT Administration of DD &

DNH or any of their employees or consultants, is provided to Bidder(s) on the terms

and conditions set out in this RFP and such other terms and conditions subject to

which such information is provided.

Page 8: Smart Class RFP - DNH · 2016-03-31 · Request for Proposal No: dated: Smart Classrooms- Department of Education, DD & DNH Page 2 RFP for Implementation of Smart Classrooms (Education

Request for Proposal No: dated:

Smart Classrooms- Department of Education, DD & DNH Page 8

Information provided in this document to the Bidder(s) is on a wide range of

matters, some of which depends upon interpretation of law. The information given

is not an exhaustive account of statutory requirements and should not be regarded

as a complete or authoritative statement of law. The Education Department, UT

Administration of Daman & Diu and Dadra & Nagar Haveli accepts no responsibility

for the accuracy or otherwise for any interpretation or opinion on law expressed

herein.

The Education Department, DD & DNH, its employees and advisors make no

representation or warranty and shall have no liability to any person, including any

Applicant or Bidder under any law, statute, rules or regulations or tort, principles of

restitution or unjust enrichment or otherwise for any loss, damages, cost or

expense which may arise from or be incurred or suffered on account of anything

contained in this RFP or otherwise, including the accuracy, adequacy, correctness,

completeness, delay or reliability of the RFP and any assessment, assumption,

statement or information contained therein or deemed to form part of this RFP or

arising in any way during the Bidding process.

This is an OPEN online e-tender. Bids are invited from all the bidders, who

qualify the eligibility criteria mentioned at various sections of this RFP. As part of

the RFP, bidders must propose a solution to all the components mentioned in the

RFP. SIs are allowed to collaborate, form teams with OEMs and Consortia but in

any case the number of members in the consortia should not be more than three

(including the Prime bidder). Any individual company who submits or participates

in more than one proposal will render that or all such bids liable for disqualification,

ab initio.

Page 9: Smart Class RFP - DNH · 2016-03-31 · Request for Proposal No: dated: Smart Classrooms- Department of Education, DD & DNH Page 2 RFP for Implementation of Smart Classrooms (Education

Request for Proposal No: dated:

Smart Classrooms- Department of Education, DD & DNH Page 9

RFP Tender schedule:

The tender schedule of this RFP is as mentioned below:

(a) Tender Downloading from

portal

From 23rd March, 2016 till 17:00 hrs

(b) Receipt of pre-bid

Queries (Start Date)

23rd March, 2016, 1 7 :00 hrs (05:00 PM) through

http://dnhtenders.gov.in

(c) Receipt of pre-bid

Queries (End Date)

19th April, 2016, 1 7 :00 hrs (05:00 PM) through

http://dnhtenders.gov.in

(d) Pre-bid meeting

7th April, 2016 at 11:00 A.M. in Conference Hall,

Secretariat, 66 KV Road, Amli, Silvassa,

Dadra & Nagar Haveli 396230

(e) Receipt of Bids (on-line)

(Start Date)

23rd March, 2016 by 17:00 hrs

(f) Receipt of Bids (on-line)

(End Date)

26th April, 2016 by 17:00 hrs

(g) Opening of pre-

qualification and

technical Bids (on-line)

27th April, 2016, at 11:00 A.M at Directorate of

Education, Bldg No. 05, PWD Office Complex,

Silvassa, Dadra & Nagar Haveli 396230

Page 10: Smart Class RFP - DNH · 2016-03-31 · Request for Proposal No: dated: Smart Classrooms- Department of Education, DD & DNH Page 2 RFP for Implementation of Smart Classrooms (Education

Request for Proposal No: dated:

Smart Classrooms- Department of Education, DD & DNH Page 10

1. Introduction

The Union Territory depends heavily on the Gujarat Education Board (for Gujarat

Board – Gujarati Hindi & English Medium school), Maharashtra Education Board

(for Marathi Schools in Dadra & Nagar Haveli) and Central Board (CBSE, for Hindi

and English) for the purpose of schools curriculum, affiliation and examinations in

Daman & Diu and Dadra & Nagar Haveli. The rail route from Mumbai to

Ahmedabad links Vapi/ Bhilad, which are the nearest railheads to Daman and

Silvassa, respectively. The UT (Daman and DNH) is also well connected by road to

Mumbai and Ahmedabad through the NH8. Surat and Mumbai are the nearest

airports.

1.1 Profile of UTs of Dadra & Nagar Haveli and Daman & Diu

1.1.1 Dadra & Nagar Haveli

The Union Territory (UT) of Dadra & Nagar Haveli is located on the western side of

the foot hills of Western Ghats and has undulating terrain. 40% of the total

geographical area is covered with forests. The Territory is surrounded by Valsad

District (Gujarat State) on West and North side and Palghar District (Maharashtra

State) on south side. The UT consists of 72 villages. The 72 villages have been

divided into 20 Patelads with administrative units at local village level for the

purpose of land and other revenue related works. The UT has population of 3.43

lakh as per the 2011 census which has predominance of tribals forming a major

chunk of 62% of the total population.

1.1.2 Daman and Diu: Daman is situated on the West Coast of India surrounded

by the south of Gujarat. Diu is a tiny island situated slightly off the coast of

Kathiawar near the port of Veraval with a coastal length of 21kms and is at a

distance of about 768 kms from Daman, the capital of Daman and Diu. Diu is

bounded by Junagadh and Amreli District of Gujarat in the North and by the

Arabian Sea from three sides. It is connected by two bridges with the mainland. The

nearest railway station is Delwada at a distance of 9 kms from Diu. But most

important trains are linked with Veraval which is 90 kms away.

Page 11: Smart Class RFP - DNH · 2016-03-31 · Request for Proposal No: dated: Smart Classrooms- Department of Education, DD & DNH Page 2 RFP for Implementation of Smart Classrooms (Education

Request for Proposal No: dated:

Smart Classrooms- Department of Education, DD & DNH Page 11

2. Objectives: The Core Objectives of the Project are:

(a) Make the classroom a smart classroom that provides an instructor station

equipped with computer and audiovisual equipment, allowing the instructor to

teach using a wide variety of media. These often include DVD and other office

productivity software e.g. PowerPoint presentations, and more all displayed through

a data projector.

(b) In general, Smart classrooms are equipped with the following:

• Ceiling mounted LCD projector and projection screen

• Connectivity for PC laptops

• DVD system

• Sound system

• Touch screen Control system

• Telephone

• AUX-video Input

• Microphone (wireless hand-held and/or lavaliere)

• Document Camera

• Wireless Presenter/Mouse

• USB/ HDMI facility

• Interactive whiteboard (with slate/ tablet - optional)

3. Important stake holders:

(a) Department of Education, Daman, Diu and Dadra & Nagar Haveli

(b) School authorities and their staff

(c) The System Integrator of the project

(d) National Informatics Centre (NIC)

• Daman & Diu

• Dadra & Nagar Haveli

(e) Department of Information Technology, Daman & Diu and Dadra

& Nagar Haveli

(f) District Panchayats- DNH, Daman, Diu

(g) Municipal Council-, Silvassa, Daman, Diu

4. Pre Qualification Criteria

4.1 Consortia:

(a) Consortia is allowed upto 3 Partners i.e. Prime bidder + 2 partners

(b) The members of the consortium shall enter into a

Memorandum of Understanding (MoU) for the purpose of submitting the

Page 12: Smart Class RFP - DNH · 2016-03-31 · Request for Proposal No: dated: Smart Classrooms- Department of Education, DD & DNH Page 2 RFP for Implementation of Smart Classrooms (Education

Request for Proposal No: dated:

Smart Classrooms- Department of Education, DD & DNH Page 12

proposal and designate one of the members as the Prime/ lead bidder. The

bid shall be submitted by the lead bidder only, who shall also be the majority

stakeholder in the consortium

(c) MoU / Letter of Association amongst Consortium members must be

furnished with the Technical bid along with agreement between Consortium

member defining their roles and responsibility for this project only

(d) Power of Attorney for Lead Member of Consortium (prime bidder)

should be signed by consortium partner(s)

4.2 The Bidder (Prime bidder in case of consortium) should be an

Information Technology Service based Company/Firm registered in India and

operational in the domain of Education sector for at least last 5 (five) years i.e FY

2010-11, 11-12, 12-13, 13-14 and 14-15. Self- attested copies of

Incorporation/Registration certificate along with MoA/ Byelaws (or similar document)

should be furnished as documentary proof

4.3 The bidder (pr ime bidder in case of consor t ium) should have

average minimum annual turnover of Rs. 20 crore (Rupees Twenty crore only) in

the last 3 financial years (FY 12-13, 13-14 & 14-15). As documentary proof,

attested copy of the Audited Balance Sheet & Profit & Loss A/c is to be submitted.

The prime bidder also has to provide the CA certificate specifying that the bidder

has minimum average Rs 10 crore of revenue from the business of smart class

operations and IT enabled educational solutions.

4.4 The bidder (prime bidder, in case of a consortium) must be a profit making

company (PAT) for the last three preceding financial years FY 12-13, 13-14 & 14-

15). The prime bidder must attach self-attested copies audited accounts or CA

certificate as supporting documents. Un-audited accounts will not be considered

4.5 The b i d d e r ( prime bidder, in case of a consortium) must have a

p o s i t i v e net worth of a t l e a s t Rs. 25 crore (Rupees Twenty Five Crore

only) as on 31.03.2015. The prime bidder must attach self-attested copies of

audited accounts or CA certificate as supporting documents for this purpose.

4.6 The bidder ( o r a t l e a s t o n e c o n s o r t i u m p a r t n e r , i f i n

c o n s o r t i a ) should have successfully implemented a ny on e o f t he

f o l l o w i ng i n l a s t t h r ee f i n a nc i a l y e a rs that involve smart classroom

solution supply, installation, integration, support and maintenance etc as per scope

of this RFP (Customer references on their official letterhead should be submitted):

Page 13: Smart Class RFP - DNH · 2016-03-31 · Request for Proposal No: dated: Smart Classrooms- Department of Education, DD & DNH Page 2 RFP for Implementation of Smart Classrooms (Education

Request for Proposal No: dated:

Smart Classrooms- Department of Education, DD & DNH Page 13

(a) One project of at least Rs. 5 Crore or 500 smart classrooms or

(b) Two projects of Rs. 3 Crore or 300 smart classrooms or

(c) Three projects of Rs. 2 Crore or 200 smart classrooms

4.7 The bidder ( o r a t l e a s t o n e c o n s o r t i u m p a r t n e r , i f i n

c o n s o r t i a ) should have successfully implemented s o f t w a r e so l u t i o n

cov e r i ng s y l l a bu s o f m in im um 2 E d uc a t i o n b o a r ds ( CB SE /

M a h a r as h t r a / G u j a r a t b o a r d ) for smart classroom. Customer references

should be submitted.

4.8 The bidder ( o r a t l e a s t o n e c o n s o r t i u m p a r t n e r , i f i n

c o n s o r t i a ) should have successfully implemented s o f t w a r e so l u t i o n

cov e r i ng s y l l a b u s i n m i n im um 2 m ed i um s (G u j a r a t i / M a ra t h i /

H i nd i / En g l i s h ) for smart classroom. Customer references should be

submitted.

4.9 The bidder ( o r a t l e a s t o n e c o n s o r t i u m p a r t n e r , i f i n

c o n s o r t i a ) should have successfully implemented com p l e t e i n t e g r a t e d

so f t w a re s o l u t i o n c ov e r i n g s y l l a b i o f s t an d a r d 1 t o 1 0 ( f u l l

cov e r a g e o f Sc i e nc e , M a t h em a t i c s , Soc ia l S t u d i es a n d E n g l i s h

G ram m ar ) an d S t an d a r d 1 1 & 12 ( M a t h em a t i c s , Ph y s i cs ,

Chem is t r y & B i o l o g y ) o f a t l e as t o n e Bo a r d ( G u j a r a t /

M a h a r as h t r a / CBS E) for smart classrooms and should have full ownership

and IPR of software solution. Customer references on their letterheads and self-

declaration for IPR and ownership should be submitted.

4.10 The bidder (including all members of the consortia) shall not be under a

declaration of ineligibility for corrupt or fraudulent practices and should not be black

listed by any State/ UT Government, Central Government or any other Public

Sector undertaking as on the date of Bid Submission. An undertaking to this

effect should be submitted by the bidder (prime bidder, in case of consortia) on its

letter head.

4.11 The Bidder (Prime bidder in case of consortium) should be authorized by

OEM for IT and non- IT equipment (in respect of each product and its services) to

quote against this tender. The MAF (Manufacturer’s/ OEM Authorisation Form)

should be submitted by the lead bidder, in case of a consortium

4.12 The bidder (Prime bidder in case of consortium) must be registered under

any State's/ UT’s Commercial Tax Act / VAT / Sales Tax Act or Central Sales Tax

Page 14: Smart Class RFP - DNH · 2016-03-31 · Request for Proposal No: dated: Smart Classrooms- Department of Education, DD & DNH Page 2 RFP for Implementation of Smart Classrooms (Education

Request for Proposal No: dated:

Smart Classrooms- Department of Education, DD & DNH Page 14

Act which must be quoted in the bid. The bidder must have paid all applicable

Commercial Tax Act / VAT / Sales Tax Act or Central Sales Tax Act till year

2015-2016. Self-attested documentary proof is to be submitted

4.13 The bidder ( o r a t l e a s t o n e c o n s o r t i u m p a r t n e r , i f i n

c o n s o r t i a ) must have on its rolls at least 15 Domain experts (Education field

– Minimum qualification – Post graduation) and 50 technically qualified

professionals in the area of Project Management, Electronics Solutions, Software

Application development, System Integration and Networking and providing the

services as on 30/09/2015, exclusive of out sourced or contractual persons/

workers. Self-Declaration of HR head of the company clearly mentioning the name

of employees, their qualifications and experience should be submitted. Combined

total of all the consortia members to meet this requirement will not be acceptable

4.14 The bidder (prime bidder, in case of a consortia) should submit valid letter

from the OEMs confirming following:

(a) Authorization letter from OEM / Technology partner mentioning the

support for 5 years including Spares, Software upgrades, after “Go-live”*

(b) Technology partner letter confirming Products quoted are not end-of-

life/ end of sale for a period of 06 months from the date of submission of the

bid.

* Go-live is defined as the date when the full solution (including supply,

installation, testing, integration and acceptance) is completed and formally

accepted as such by the Education Department, as evidence by the letter from

the department. This is an important requirement as the maintenance phase

will commence from this date

4.15 The prime bidder / consortium must provide a list of places where such

systems have been installed and/or are being maintained by him with their

configuration and with the references, Work order or purchase order copies etc.

The bidder is required to provide assurance to arrange for a visit at such place in

case the tender evaluat ion committee needs to evaluate the performance of

the installation.

5. Instructions to bidders (Prime bidder, in case of a consortium)

(a) The entire proposal shall be strictly as per the format specified in

this Request for Proposal. Bids with deviation from this format shall be

rejected

Page 15: Smart Class RFP - DNH · 2016-03-31 · Request for Proposal No: dated: Smart Classrooms- Department of Education, DD & DNH Page 2 RFP for Implementation of Smart Classrooms (Education

Request for Proposal No: dated:

Smart Classrooms- Department of Education, DD & DNH Page 15

(b) The bidders are required to submit the technical bid, on-line, as per

the instruction given in this RFP

(c) Financial Bids must also be submitted only online on

http://dnhtenders.gov.in.

(d) The Financial Bid should be s u b m i t t e d as per format

provided. The formats are available online, as part of the RFP, on the

website http://dnhtenders.gov.in

(e) Please note that prices should not be indicated in the Technical Bid

(f) Any deficiency or deviation in the documentation may result in the

rejection of the bid.

5.1 The bidders can also download the RFP document from

“http://dnhtenders.gov.in”. In this case, the bidder has to enclose a bank

demand draft of Rs. 5,000.00 (Rupees Five Thousand only) drawn on a

Nationalized/Scheduled commercial Bank payable at Silvassa in favour of “The

Director (Education), DNH” along with the Pre-Qualification bid documents

5.2 Transfer of RFP: The RFP document is not transferable to any other bidder,

(including inside the consortium, if in consortia)

5.3 Bid Response

5.3.1 Bidders are advised to study all instructions, forms, terms, requirements

and other information in the RFP documents carefully. Submission of bid shall be

deemed to be done after careful study and examination of the RFP document with

full understanding of its implications

5.3.2 The response to this RFP should be full and complete in all respects.

Failure to furnish all information required by the RFP documents or submission of

a proposal not substantially responsive to the RFP documents in every respect

will be at the bidder's risk and may result in rejection of its proposal and forfeiture

of the bid EMD. The decision of the Education Department, DD & DNH in this

regard is final and binding on all bidders

5.4 Proposal Preparation Costs: The bidder is responsible for all costs

incurred in connection with participation in this process, including, but not limited

to, costs incurred in conduct of informative and other diligence activities,

participation in meetings/discussions/presentations, preparation of proposal, in

providing any additional information required by the Education Department, DD &

DNH to facilitate the evaluation process, and in negotiating a definitive contract or

Page 16: Smart Class RFP - DNH · 2016-03-31 · Request for Proposal No: dated: Smart Classrooms- Department of Education, DD & DNH Page 2 RFP for Implementation of Smart Classrooms (Education

Request for Proposal No: dated:

Smart Classrooms- Department of Education, DD & DNH Page 16

all such activities related to the bid process. UT Administration of DD & DNH will in

no case be responsible or liable for those costs, regardless of the conduct or

outcome of the bidding process.

5.5 This RFP does not commit the Education Department, DD & DNH to award

a contract or to engage in negotiations. Further, no reimbursable cost may be

incurred in anticipation of award.

5.6 All materials submitted by the bidder shall become the property of

Education Department, DD & DNH and may be returned at its sole discretion,

provided, any materials which are identified as “Proprietary and Confidential

Material of Bidder” shall remain the property of such bidder and the Education

Department, DD & DNH shall maintain confidentiality of such materials

5.7 Signing of Communication to the Education Department, DD & DNH

5.7.1 All the communication to Education Department, DD & DNH including this

RFP and the bid documents shall be signed on each page by the authorized

representative of the bidder and authorization letter should be attached with the

bid.

5.7.2 Bidder shall send their written queries to the contact at which the bids are

to be submitted .The response to the queries will be published on the website:

http://dnhtenders.gov.in.

5.7.3 The preferred mode of delivering written questions to the aforementioned

contact details would be through email. Telephone calls will not be accepted. In

no event will the Education Department, DD & DNH be responsible for ensuring

those bidders' inquiries have been received by the Education Department

6. Amendment of RFP Document

(a) At any time, the Education Department, DD & DNH may, for any

reason, whether at its own initiative or in response to a clarification

requested by a prospective bidder, modify the RFP document by an

amendment. All the amendments made in the document would be

published on website http://dnhtenders.gov.in and will form part of RFP for

purpose of bid evaluation

(b) The bidders are advised to visit http://dnhtenders.gov.in on

regular basis for checking necessary updates. Education Department, DD

& DNH also reserves the right to amend the dates mentioned in this RFP

for bid process

Page 17: Smart Class RFP - DNH · 2016-03-31 · Request for Proposal No: dated: Smart Classrooms- Department of Education, DD & DNH Page 2 RFP for Implementation of Smart Classrooms (Education

Request for Proposal No: dated:

Smart Classrooms- Department of Education, DD & DNH Page 17

(c) In order to afford prospective bidders reasonable time in which to

take the amendment into account in preparing their bids, the Education

Department, DD & DNH may, at its sole discretion, extend the last date for

the receipt of bids by a suitable period

7. Supplemental Information to the RFP

7.1 If the Education Department, DD & DNH deems it appropriate to revise

any part of this RFP or to issue additional data to clarify an interpretation of

provisions of this RFP, it may issue supplements to this RFP as a corrigendum.

7.2 Any such corrigendum shall be deemed to be incorporated by this

reference into this RFP. The same will be uploaded as corrigendum on

http://dnhtenders.gov.in.

8. Earnest Money Deposit and its amount (EMD)

(a) Bidders shall submit, along with their bids, an EMD of Rs. 50.00

Lakh (Rupees Fifty lakh only) in the form of a FDR/ Bank Guarantee

drawn on Nationalized/ Scheduled commercial bank in favor of “Director

(Education), Education Department, DNH”, payable at Silvassa in an

acceptable form, safeguarding the department’s interest in all respect,

valid for the period of 1 year from the bid submission date

(b) The EMD shall be denominated in Indian Rupees only. No

interest will be payable to the bidder on the amount of the EMD

(c) Unsuccessful bidder’s EMD will be discharged/ returned within 60

days after the selection of and s ign ing o f cont rac t w i th the

System Integrator

(d) The EMD and the tender fee draft/ challan (both in original), shall

be submitted during the opening of the pre-qualification bid in a

separately sealed envelope as mentioned in this section. Bids submitted

without EMD will be rejected

(e) The EMD may be forfeited:

(i) If a bidder withdraws his bid or increases his quoted prices

during the period of bid validity or its extended period, if any; or

(ii) In the case of a successful bidder, if the bidder fails to sign

the contract for any reason not attributable to the Education

Department, DD & DNH or to furnish Performance Bank Guarantee

Page 18: Smart Class RFP - DNH · 2016-03-31 · Request for Proposal No: dated: Smart Classrooms- Department of Education, DD & DNH Page 2 RFP for Implementation of Smart Classrooms (Education

Request for Proposal No: dated:

Smart Classrooms- Department of Education, DD & DNH Page 18

within specified time in accordance with the format given in the RFP

(iii) During the bid process, if a bidder indulges in any

such deliberate act as would jeopardize or unnecessarily delay

the process of bid evaluation and finalization

(iv) During the bid process, if any information is found to be

wrong/ manipulated/ hidden in the bid

8.1 The decision of the Education Department, DD & DNH regarding forfeiture

of the EMD amount and rejection of bid shall be final and binding on all the

bidder(s)

8.2 The successful Bidder’s EMD shall be discharged upon the signing of

agreement by the successful bidder

8.3 The successful bidder shall submit the Performance Security/Security

deposit @ 10% of the total value of contract in the form of Bank Guarantee or FDR,

which shall be valid for a period of 3 months beyond the date of completion of

the project and all contractual obligations of successful bidder/ SI, including the

AMC period, if any

8.4 After the completion of all contractual obligations, security deposit of the

successful bidder/ SI shall be returned within 60 days of such completion

date

9. Authentication of bid

9.1 This RFP does not envisage submission of hard copies of the bid document

except original EMD and Tender fee demand draft. EMD and Tender fee should

be submitted physically to the Education Department, Dadra & Nagar Haveli. The

evaluation shall be done solely on the basis of documents submitted on line as per

requirements of the RFP.

9.2 It is mandatory to submit scanned copy of t h e EMD and Tender fee

on line as part of the submission of Pre- qualification and Technical bid. Hence,

it is advised that the bidders ensure all documents as per the RFP are submitted,

duly attested/ certified as necessary. The scanned copies must be clear, visible,

readable and complete in all aspects.

9.3 However, the department may call for submission of hard copies of the bid

documents, as necessary, in case of the successful bidder, for records purposes.

In such a case, the original and all copies (if required) of the bid shall be typed or

written in indelible ink and shall be signed on each page by the bidder or a person

Page 19: Smart Class RFP - DNH · 2016-03-31 · Request for Proposal No: dated: Smart Classrooms- Department of Education, DD & DNH Page 2 RFP for Implementation of Smart Classrooms (Education

Request for Proposal No: dated:

Smart Classrooms- Department of Education, DD & DNH Page 19

or persons duly authorized to bind the bidder to the contract. A letter of

authorization shall be supported by a written power-of-attorney accompanying the

bid.

9.4 All pages of the bid, except for un-amended printed literature, shall be

initialed and stamped by the person or persons signing the bid. These

documents shall be submitted prior to issue of Letter of Intent (LoI)/ work order,

as the case may be.

10. Validation of interlineations in bid: The bid shall contain no

interlineations, erasures or overwriting except as necessary to correct errors

made by the bidder, in which case such corrections shall be initialed by the person

or persons signing the bid.

11. Language of bids: The bids and all correspondence and documents

relating to the bids, shall be written in the English language. Supporting documents

and printed literature furnished by the bidder may be in another language provided

they are accompanied by a self- attested copy/ copies of the accurate

translation of the relevant passages into the English language. In case of

ambiguity, the English version of the bid shall be considered final and binding.

There should be proper indexing and page numbering on every page of the bid for

proper referencing. Documents not marked as such and not evaluated will be at the

sole risk of the bidder. No complaint/ request shall be entertained at a later date

12. Period and Validity of bids: The bid shall be valid for 180 days from the

closing date of submission of the bid. In extreme circumstances, the Education

Department, DD & DNH at its discretion may solicit the bidders consent to extend

the period of validity. The request and the responses for the same shall be made

in writing. The bid valid for shorter period shall be rejected as non-responsive bid.

In any case, a bid once submitted cannot be withdrawn.

13. Proposal Ownership

The proposal and all supporting documentation submitted by the bidder shall

become the property of The Education Department, UT Administration of

Daman & Diu.

14. The Bid Process

14.1 Pre-Bid Conference

(a) The Education Department, DD & DNH may host a pre-bid

conference at Conference Hall, Secretariat, at Silvassa. If there would be

Page 20: Smart Class RFP - DNH · 2016-03-31 · Request for Proposal No: dated: Smart Classrooms- Department of Education, DD & DNH Page 2 RFP for Implementation of Smart Classrooms (Education

Request for Proposal No: dated:

Smart Classrooms- Department of Education, DD & DNH Page 20

any change in date, time and venue then the same will be communicated

to all the bidders

(b) The bidder and/or its official representative(s) will be invited to

attend the pre-bid conference. The bidders may confirm their participation

one day in advance

(c) The purpose of this meeting is to provide bidders with information

and clarif ications, i f any, regarding the RFP and the Project

(d) The response to queries of the pre-bid conference, if any, shall be

uploaded on the website: http://dnhtenders.gov.in.

(e) The Education Department, DD & DNH may, suo moto, also make

modifications to the RFP, if necessary. All such modifications made to the

RFP by Education Department, DD & DNH will be issued as a

corrigendum to the RFP and shall be uploaded on the website:

http://dnhtenders.gov.in. Such corrigenda shall also become part of the

RFP for the purpose of response/ submission of the bid

14.2 Tender Evaluation Committee

14.2.1 The Tender Evaluation Committee constituted by the Education

Department, DD & DNH shall evaluate the bid response submitted by the bidders.

The decision of the Tender Evaluation Committee in the evaluation of the Pre–

Qualification Criteria, Technical and Financial bids shall be final. No

correspondence will be entertained outside the process of negotiation/ discussion

with the committee

14.2.2 Opening of bids

(a) Education Department, DD & DNH reserves the right to postpone or

cancel the opening of the bid

(b) The bidders’ representatives, who are present at the time of

opening of the bid, shall sign a register evidencing their attendance. In the

event of the specified date of bid opening being declared a holiday, the

bids may be opened at the same time and location on the next working

day. However if there is no representative of the bidder or any of the

bidders, the Education Department, DD & DNH shall go ahead and open

the bid of the bidders

(c) During the bid opening, preliminary scrutiny of the bid documents

will be made to determine whether they are complete, whether the

Page 21: Smart Class RFP - DNH · 2016-03-31 · Request for Proposal No: dated: Smart Classrooms- Department of Education, DD & DNH Page 2 RFP for Implementation of Smart Classrooms (Education

Request for Proposal No: dated:

Smart Classrooms- Department of Education, DD & DNH Page 21

documents have been properly signed, and whether the bids are generally

in order. Bids not conforming to such preliminary requirements will be,

prima facie, rejected

(d) To assist in the scrutiny, evaluation & comparison of offers,

the department may, at its discretion, ask some or all the bidders for

clarifications on their offer. The request for and response to such

clarification and response shall be necessarily be in writing and shall form

part of the bid evaluation, if issued as corrigenda

15. Negotiations, Contract Finalization and Award

The Education Department, DD & DNH may award the contract to the bidder

whose bid has been determined to be the MOST responsive and ranked FIRST.

As per CVC circular dated 03rd March, 2007, there should be no post tender

negotiations with the such a bidder, except in certain exceptional situations and

in case this bidder backs out, the project will be re-tendered

16. Award Criteria

The Education Department, DD & DNH reserves the right to accept / reject any or

all proposals during any stage of the bid process/ evaluation

17. Interpretation of the clauses in the Tender Document / Contract

Document: In case of any ambiguity in the interpretation of any of the clauses in

Tender Document or the Contract Document, the Education Department’s

interpretation of the clauses shall be final and binding on all parties

18. Decision Taken: The decision taken by the Tender evaluation Committee in

the process of Tender evaluation will be final and binding.

19. Process of Evaluation: The bid will be evaluated on QCBS methodology in

the ratio 70:30 i.e. 70% weightage will be given to the technical solution and 30%

weightage will be given to the financial bid.

19.1 The evaluation will consist of the following phases

Phase I: Evaluation of Eligibility/ pre-qualification Criteria

Phase II: Evaluation of Technical Bids (of eligible bidders in pre-qualification)

Phase III: Evaluation of Financial Bids (of technically qualified bidders)

Phase IV: Combined Evaluation of Technical & Financial Bid

19.2 Phase I: Evaluation of Eligibility criteria:

In this part the Bidders will be evaluated for the fulfillment of the conditions

specified in the Eligibility criteria mentioned at Annexure 2. It is clearly specified

Page 22: Smart Class RFP - DNH · 2016-03-31 · Request for Proposal No: dated: Smart Classrooms- Department of Education, DD & DNH Page 2 RFP for Implementation of Smart Classrooms (Education

Request for Proposal No: dated:

Smart Classrooms- Department of Education, DD & DNH Page 22

that, unless otherwise specifically mentioned, the eligibility criteria of only the prime

bidder will be considered during the pre-qualification stage but the technical

evaluation will consider the cumulative experience and expertise of the consortium,

if any

19.3 Phase II: Evaluation of Technical Bids:

In this part the technical bid of only those bidders who have qualified the Phase I

Eligibility criteria will be evaluated. The technical bid will be evaluated on the

parameters described below

19.3.1 Analysis of technical bid

(a) The technical Bid should contain a detailed description of how the Bidder

will provide the required services outlined in this Bid. It should articulate in detail,

as to how the Bidder’s Technical Solution meets the requirements specified in

the Bid

(b) The Technical Bid must not contain any pricing information

(c) Any information submitted which is additional to the required response

should be marked as ‘Supplementary’ and shall be furnished as a separate

section, linking it to the relevant section of the RFP

(d) If the Bidder wishes to propose additional services (or enhanced levels of

services) beyond the scope of this Bid, the proposal must include a description of

such services as a separate attachment to the Bid. However, this additional

information will not entail the bidder to claim higher marking/ ranking,

unless all the other bidders submit similar information. The decision of the

department/ tender evaluation committee in this regards will be final and

binding. The bid evaluation committee may however ask this particular

bidder to supply these features, in case this bidder becomes the selected

bidder, at no extra cost

(e) The technical Bid should detail the tasks to be performed as per detailed

scope of work and technical specifications given in the Bid covering the following

at the minimum:

(i) Overview of the Proposed Solution that meets the requirements

specified in the Bid

(ii) Detail of ready to deploy (after customization) product, if any

(iii) Operational environment

(iv) Implementation methodology, project plan and implementation

Page 23: Smart Class RFP - DNH · 2016-03-31 · Request for Proposal No: dated: Smart Classrooms- Department of Education, DD & DNH Page 2 RFP for Implementation of Smart Classrooms (Education

Request for Proposal No: dated:

Smart Classrooms- Department of Education, DD & DNH Page 23

schedule

(v) Project team structure, size and capability/ qualifications (Total

Staffing plan including numbers)

(vi) Quality standards and assurance process proposed to be followed

(vii) Risk Identification/Mitigation Strategies

(viii) Training & Change Management Strategies

(ix) Key Deliverables along with examples

(f) Bidders are advised to describe proposed solution on above points in

detail. Incomplete or poorly described technical proposal will be considered as

irresponsive bid submission and may lead to disqualification. The Education

Department reserves the right to take appropriate action in this regard.

(g) The technical bid marks (Stm) out of 100 shall be assigned to each bid on

the basis of evaluation matrix at Annexure 9.

(h) Each competency group will have minimum Qualification score 50%

and only those Technical Bids receiving marks greater than or equal to cut-

off marks in each competency group and overall a minimum 60% will be

eligible for consideration in financial bids

(i) If required the Bid Evaluation Committee may seek specific clarifications

from any or all Bidders at this stage. The Bid Evaluation Committee shall determine

the Bidder that qualifies for the next phase after reviewing the clarifications

provided by the Bidders

19.3.2 Technical Bid Score: The Technical Bid Score ‘St’ of the Bidder shall be

derived as under:

St= (Stm/SH) x 100, where

• St is the relative Technical Bid Score (out of 100) of the bidder

• Stm= Total technical bid marks of the bidder under consideration (out of 100)

• SH= Highest total technical bid marks amongst all evaluated bids (out of

100)

19.4 Phase III: Evaluation of Financial Bids:

19.4.1 In this phase, the Financial Bids of the Bidder, who are technically qualified

(as mentioned in section 19.3.1(b) above), in Phase II, shall be opened. Formula to

determine the scores for the Financial Bids shall be as follows.

Sf = (FL/F) x 100, where,

• Sf is the relative Financial Score (out of 100) of the bidder

Page 24: Smart Class RFP - DNH · 2016-03-31 · Request for Proposal No: dated: Smart Classrooms- Department of Education, DD & DNH Page 2 RFP for Implementation of Smart Classrooms (Education

Request for Proposal No: dated:

Smart Classrooms- Department of Education, DD & DNH Page 24

• FL is the value of the lowest Commercial Bid amongst all the bidders

• F is the price quoted by the bidder under consideration

19.4.2 Errors in Commercial bid submission:

(a) The financial bid submitted by the bidder shall be treated as final.

Where there is any discrepancy, either between the amounts in figures and

in words, or between the unit rate and the line item total, the bid may be

treated as non-responsive and may be rejected.

(b) However, if the tender evaluation committee decides to continue with

the evaluation, then the best value to the department will be considered and

the bidder shall agree to the same, failing which it may result in forfeiture of

EMD and rejection of bid

(c) If against any column(s) in financial bid, if a zero or no value is

mentioned, then it will be presumed that that particular line item(s) will be

supplied Free of Cost and no change will be accepted on any grounds once

the bid is submitted. The bidder shall agree to the same, failing which it may

result in forfeiture of EMD and rejection of bid

19.5 Phase IV: Combined Evaluation of Technical & Financial Bid

19.5.1 The Total score of the Bidder will be determined as under:

Total Score = (TS) = (0.7 x St) + (0.3 x Sf)

The bid of bidder, who obtains the highest TS value, will be rated as the

Most Responsive Bid. In the event of the same TS score of more than one

bidder, the bid with the highest technical score (St) will be rated as the most

responsive bid. If a tie still continues, the Bid Evaluation Committee will

decide the matter in its full discretion

19.5.2 The Bid Evaluation Committee may award the Contract to the successful

Bidder whose bid has been determined as the most responsive bid.

19.5.3 The Education Department and the bid evaluation committee shall have the

right to negotiate with the successful bidder.

19.5.4 The decision of the Tender Evaluation Committee shall be final and

binding on all the bidders.

20. Selection of a System Integrator

20.1 The tender Evaluation Committee will select the bidder achieving the highest

total score, (as defined above) as the System Integrator (SI) of the project.

Page 25: Smart Class RFP - DNH · 2016-03-31 · Request for Proposal No: dated: Smart Classrooms- Department of Education, DD & DNH Page 2 RFP for Implementation of Smart Classrooms (Education

Request for Proposal No: dated:

Smart Classrooms- Department of Education, DD & DNH Page 25

20.2 In case there is only a single bidder who meets the minimum requirement

marks of the Technical bid evaluation, the same may be accepted as the SI for the

project by the department, subject to evaluation of the financial bid, as per the

decision of the tender evaluation committee

21. Notification of Award of Contract

21.1 Prior to the expiration of the period of proposal validity, the Education

Department or its authorized representative will notify the successful bidder in

writing (by fax or email) that its bid has been accepted

21.2 The Education Department, DD & DNH may place the work order/ LoI (letter

of Intent) to such successful bidder

21.3 The bidder shall acknowledge in writing to the department, the receipt and

acceptance of the work order/ LoI. If no reply, as mentioned above, is received

within 07 days, it will be deemed to be accepted by the bidder and all project

related activities will commence from this date

22. Signing of Contract/ Master Service Agreement (MSA)

22.1 Within 30 days of receipt of the work order/ LoI, the successful bidder shall

sign the agreement (MSA) with the department

22.2 All incidental expenses towards execution of the agreement (MSA) shall be

borne by the successful bidder

22.3 The Master Service Agreement (MSA) between Education Department, DD

& DNH and the successful bidder shall cover in detail the aspects/terms of contract

such as mentioned below but not limited to:

a. Performance security b. Warranty c. Payment

d. Prices e. Assignment f. Sub-contracts

g. Termination h. Applicable Law i. Notices

j. Change orders k. Taxes and Duties l. Confidentiality

m. Limitation of liability n. Training and consultancy

o. Technical Documentation p. Project Management

q. Bidder’s obligations r. Department’s obligations

s. Patent Rights & IPR

t. Service Levels & Penalty on breaching Service Levels

u. Any additional items as decided by the department

23. Miscellaneous Terms & Conditions

Page 26: Smart Class RFP - DNH · 2016-03-31 · Request for Proposal No: dated: Smart Classrooms- Department of Education, DD & DNH Page 2 RFP for Implementation of Smart Classrooms (Education

Request for Proposal No: dated:

Smart Classrooms- Department of Education, DD & DNH Page 26

23.1 In case of a consortium, the same shall not consist of more than three

companies/ corporations (including the prime bidder) and shall be formed under a

duly stamped consortium agreement. Every member of the consortium shall be

equally responsible and jointly and severally liable for the successful completion of

the entire project

23.2 The end product of the work assignment carried out by the selected bidder,

in any form, will be the sole property of the Education Department, DD & DNH

23.3 The selected bidder shall not outsource the work to any other associate /

franchisee / third party under any circumstances without the written prior approval

of the department. However, jobs like civil, furniture, fabrication, cabling, passive

jobs etc can be subcontracted with due prior approval of the department

23.4 Bidder is required to give detailed qualification, classification, role and

responsibility of people deployed for execution, trouble shooting, and maintenance

for the period of five years

23.5 All goods/materials/items supplied shall be new and of best quality in every

respect and as per the standards wherever applicable. The bidder shall be

responsible for the proper packaging of the goods so as to avoid damages under

normal conditions of transport by sea, rail, road or air and for delivery of the

material in good conditions to the consignee at destination. In the event of any

loss, damage, breakage, leakage or any shortage bidder shall be liable to make

good of such loss and shortage found at the time of checking/inspection of the

materials by the consignee. No extra cost on such account shall be admissible to

the bidder.

23.6 If the selected bidder applies for the extension of the delivery period, the

extension could be granted on valid grounds only once and maximum up to 15

days, or as decided by the department, upon specific request, in writing, by the

bidder

23.7 The bidder shall invariably furnish complete address of the premises of his

office, godown and workshop, together with full name and address of the person

who is to be contacted, for the purpose where inspection can be held

23.8 All rates quoted in the tender must be based on free delivery (FOR) at

Silvassa/ Daman/ Diu school premises in good condition and securely

packed for Education Department, DD & DNH. The location for specific deliveries

at Daman, Diu and Dadra & Nagar Haveli respectively will be intimated to the

Page 27: Smart Class RFP - DNH · 2016-03-31 · Request for Proposal No: dated: Smart Classrooms- Department of Education, DD & DNH Page 2 RFP for Implementation of Smart Classrooms (Education

Request for Proposal No: dated:

Smart Classrooms- Department of Education, DD & DNH Page 27

bidder/ SI at the delivery stage

23.9 The rates should be inclusive of all taxes (taxes & duties should be shown

separately). No cartage shall be paid by the UT Adminis t rat ion and the

delivery of goods, including unloading/ unpacking, shall have to be given at the

locations indicated as mentioned above

23.10 The supplier shall bear all risks of loss, leakage or damage and shall deliver

the goods in good condition to the consignee at the destination mentioned in the

order.

23.11 Rates of Goods/Items must be mentioned only in Indian Currency. The

department shall not be responsible and shall not reimburse for any variation in the

rates of foreign currency vis-a-vis Indian currency. No correspondence in this

regard shall be entertained

23.14 The quantities shown in the tender notice are approximate and can be

increased / decreased as per requirement. The supplies shall be made

according to the requirements of the department

23.15 The proposals submitted should have all pages numbered. It should also

have an index giving page wise information of documents. Proposals that are

incomplete or not in prescribed format will be summarily rejected

23.16 If the SI fails to complete any milestone within the time period (s) specified

in this RFP, the Education Department may without prejudice to its other remedies

under the Agreement, levy penalties

23.17 Project delay, caused on account of the Education Department approvals or

Data Centre co-hosting services, will be excluded from the calculation of duration

for penalty

23.18 Upon breach of any of the Terms and Conditions of contract and/or breach

of the agreement by the supplier, it will be lawful for the department to forfeit the

bidder of the Earnest money/ Security Deposit in whole or part, or impose such

penalty as deemed fit and recover the same from the Security Deposit or from any

other payment to be made to the supplier or in any other manner as the deemed

fit by the department, but without prejudice to right of the department to recover

any further sum of money as damages from the bidder

23.19 Delivery of goods: The SI shall notify the department about the delivery of

the goods to the Delivery Site one week in advance of the expected date of partial

or complete delivery

Page 28: Smart Class RFP - DNH · 2016-03-31 · Request for Proposal No: dated: Smart Classrooms- Department of Education, DD & DNH Page 2 RFP for Implementation of Smart Classrooms (Education

Request for Proposal No: dated:

Smart Classrooms- Department of Education, DD & DNH Page 28

23.20 The Supplier shall ensure that its representatives are present for the

inventory of the Goods supplied under the contract failing which the department

shall proceed with the inventory in the SI’s absence and the Department’s inventory

report shall be binding on the SI, who shall then make good the deficiencies/

defects without any demur/ representations

24. Limitation of liabilities: In no event shall the department be liable for any

indirect, incidental, consequential, special or punitive loss or damage including but

not limited to loss of profits or revenue, loss of data, of the bidder. In any case, the

aggregate liability of the bidder, what so ever and how so ever arising, whether

under the contract, tort or other legal theory, shall not exceed the total contract

value, with respect to the goods or services supplied under this agreement, which

gives rise to the liability.

25. Title to assets/ equipment: The department of Education, DD & DNH shall

own all the assets (IT/ Non-IT/ software etc) of the project from day one

26. Obtaining Approval/Clearances: Necessary approvals/ clearances from

concerned authorities, as required, for fire protection, government duties/ taxes/

octroi, and providing network connectivity shall be obtained by the successful

bidder

27. Exit Management: The selected successful bidder will submit an exit

management plan within one month of the award of the project/ project start date,

whichever is later. Upon successful completion of the contract period or upon

termination of the agreement for any reasons, the Bidder shall comply with the

following.

(a) Notify to the department forthwith the particulars of all Project Assets;

(b) Deliver forthwith actual or constructive possession of the Project free

and clear of all encumbrances and execute such deeds, writings and

documents as may be required by the department, for fully and effectively

divesting the Bidder of all of the rights, title and interest of the Bidder in the

Project and conveying the Project;

(c) Comply with the Divestment Requirements except in case if

Termination of this Agreement is due to action taken by the department

(d) In the Event of Default, the Bidder shall have implemented the

maintenance schedule as well as any repairs pointed out by the Independent

Consultant/ department official in its Operations and Maintenance Inspection

Page 29: Smart Class RFP - DNH · 2016-03-31 · Request for Proposal No: dated: Smart Classrooms- Department of Education, DD & DNH Page 2 RFP for Implementation of Smart Classrooms (Education

Request for Proposal No: dated:

Smart Classrooms- Department of Education, DD & DNH Page 29

Report prior to date of Termination Notice. In case of Termination due to

Force Majeure Event, the Divestment Requirements shall be mutually

agreed between the department and the Bidder; and

(e) Pay all transfer costs and stamp duty applicable on hand-back of

project assets except in case the Project is being transferred due to

department requirement, or expiry of Contract period, in which case the

department, shall be responsible for transfer costs and stamp duty, if any.

For clarification of doubt, transfer costs in this Clause relate to taxes and

duties applicable at transfer of Project, if any.

28. Divestment Requirements in respect of the Project:

28.1 All Project Assets including the hardware, software, documentation and any

other Infrastructure shall have been renewed and cured of all defects and

deficiencies if necessary, so that the Project is compliant with the Specifications

and Standards set forth in the RFP, Agreement and any other amendments made

during the contract period;

28.2 The Bidder delivers relevant records and reports pertaining to the Project

and its design, engineering, operation, and maintenance including all operation and

maintenance records and manuals pertaining thereto and complete as on the

Divestment Date;

28.3 The Bidder executes such deeds of conveyance, documents and other

writings as the department may reasonably require to convey, divest and assign all

the rights, title and interest of the Bidder in the Project free from all encumbrances

absolutely and free of any charge or tax unto the department, or its Nominee; and

28.4 The Bidder complies with all other requirements as may be prescribed under

Applicable Laws to complete the divestment and assignment of all the rights, title

and interest of the Bidder in the Project free from all Encumbrances absolutely and

free of any charge or tax to the department or its nominee.

29. Not earlier than 3 (three) months before the expiry of the contract Period but

not later than 30 (thirty) days before such expiry, or in the event of earlier

Termination of the contract, immediately upon but not later than 15 (fifteen) days

from the date of issue of Termination Notice, the Independent Consultant/

department nominee, as nominated by the department, shall verify, in the presence

of a representative of the Bidder, compliance by the Bidder with the Divestment

Requirements set forth above in relation to the Project and, if required, cause

Page 30: Smart Class RFP - DNH · 2016-03-31 · Request for Proposal No: dated: Smart Classrooms- Department of Education, DD & DNH Page 2 RFP for Implementation of Smart Classrooms (Education

Request for Proposal No: dated:

Smart Classrooms- Department of Education, DD & DNH Page 30

appropriate tests to be carried out at the Bidder’s cost for determining the

compliance therewith. If either Party finds any shortcomings in the Divestment

Requirements, it shall notify the other of the same and the Bidder shall rectify the

same at its cost.

30. Upon the Bidder conforming to all Divestment Requirements and handing

over actual or constructive possession of the Project to the department, or a person

nominated by the department, in this regard, the department, shall issue a

certificate substantially in the form set forth above, which will have the effect of

constituting evidence of divestment of all rights, title and lien in the Project by the

Bidder and their vesting in Project pursuant hereto. The department shall not

unreasonably withhold issue of such certificate.

31. The divestment of all rights, title and lien in the Project shall be deemed to

be complete on the date when all the Divestment Requirements have been fulfilled

or the Certificate has been issued, whichever is later, it being expressly agreed that

any defect or deficiency in any Divestment Requirement shall not in any manner be

construed or interpreted as restricting the exercise of any rights by the department,

or its nominee on or in respect of the Project on the footing as if all Divestment

Requirements have been complied with by the Concessionaire

32. Governing Law and Jurisdiction: The Contract and the transactions

contemplated therein shall be governed by and construed in accordance with the

laws of India and shall be subject to the exclusive jurisdiction of the competent

Courts in Silvassa, Dadra & Nagar Haveli, India

33. Indemnity

33.1 The successful bidder shall at all times indemnify and keep indemnified the

department and its officers/ officials, servants and agents from and against all third

party claims whatsoever (including but not limited to property loss and damage,

personal accident, injury or death of/to property or person of any Sub-contractor

and/or the servants of agents of the Bidder, and Subcontractor and the Bidder shall

at his own cost and initiative at all times upon the successful conclusion of the

defect liability period specified hereof take out and maintain insurance policies in

respect of all insurable liabilities under this Clause, including but not limited to third

party insurance and act.

33.2 The successful bidder shall perform the services and carry out its obligations

with due diligence and efficiency, in accordance with generally accepted techniques

Page 31: Smart Class RFP - DNH · 2016-03-31 · Request for Proposal No: dated: Smart Classrooms- Department of Education, DD & DNH Page 2 RFP for Implementation of Smart Classrooms (Education

Request for Proposal No: dated:

Smart Classrooms- Department of Education, DD & DNH Page 31

and practices used in the industry and with professional engineering and training /

consulting standard recognized by national / international professional bodies and

shall observe sound management practice. It shall deploy appropriate advanced

technology and safe and effective methods.

33.3 The selected bidder/ SI automatically agrees with the Education Department,

DD & DNH for honoring all aspects of fair trade practices in executing the work

orders placed by the department, UT Administration of Daman & Diu and Dadra &

Nagar Haveli.

33.4 In the event the Selected bidder or the concerned division of the successful

bidder company is taken over / bought over by another company, all the obligations

under the agreement with the department shall be passed on for compliance to the

new company/ new division in the negotiations for their transfer

33.5 All the cost and charges in the bid should be expressed in Indian Rupees

without any dependence on exchange rate, duty or tax structure

33.6 The SI has to indemnify the Education Department, DD & DNH against any

claims, losses, causes, damages, expenses, action suits and other proceedings,

resulting from any proceedings initiated against Education Department, DD & DNH

for any deficiency in services related to the project provided by the SI during the

period of contract.

33.7 In case of Consortium, prime bidder would be held responsible for any

claims, losses, causes, damages, action suits and other such proceedings in the

project

34. Failure to agree with the terms & conditions of the RFP: Failure of the

SI/ successful bidder to agree with the terms & conditions of the RFP shall

constitute sufficient grounds for the annulment of the award of contract and

invoking of EMD, in which event the contract may be awarded to the next most

responsive bidder.

35. Agreement

35.1 The Education Department, DD & DNH shall execute an agreement with the

System Integrator (SI) as per the terms and conditions of the RFP. The conditions

stipulated in the agreement must be strictly adhered to and any violation of any of

the conditions will entail termination of the contract without prejudice to the rights of

the department to impose and enforce other penalties at its discretion

Page 32: Smart Class RFP - DNH · 2016-03-31 · Request for Proposal No: dated: Smart Classrooms- Department of Education, DD & DNH Page 2 RFP for Implementation of Smart Classrooms (Education

Request for Proposal No: dated:

Smart Classrooms- Department of Education, DD & DNH Page 32

35.2 In such a case, Education Department, DD & DNH has the right to

unilaterally invoke the Performance Bank Guarantee and further right to terminate

the entire or part of the contract by giving 1 month notice period

36. Intellectual Property Rights

36.1 The source code of the solution shall be with the Education Department, DD

& DNH (an escrow arrangement is not permitted)

36.2 The successful bidders should give unlimited rights for the use of the

solution to any new offices of the department as well in the present offices under

UT Administration of DD & DNH. Annexure 8 is relevant.

36.3 The IPR (Intellectual Property Rights) for solution which are developed and/

or customized in offered solution and under this RFP, shall be with the Education

Department, DD & DNH

36.4 The Bidder shall indemnify Education Department, DD & DNH, against all

third-party claims of infringement of patent, trademark or industrial design rights

arising from use of the supplied software solution or any part thereof

36.5 In the event of any claim asserted by a third party for software piracy, the

Bidder shall act expeditiously to extinguish such claim. If the Bidder fails to comply

and the Department is required to pay compensation to a third party resulting from

such a claim, the Bidder shall be responsible for compensation including all

expenses, court costs and lawyer fees. The Department will give notice to the

Bidder of such claim if it is made, and the Bidder shall reimburse the same to the

Department without delay, apart from any other claim made regarding loss of

reputation, etc

37. Ownership of Data

37.1 While the Bidder is responsible for the functioning and operation of the

Smart classrooms solutions, the backend databases will be owned by the

department

37.2 Education Department, DD & DNH will be the owner of all data, transactions

in any form kept at the different locations where the solution has been installed,

either in electronic form or physical form such as paper etc.

38. Scope of work

38.1 All the IT hardware should be IPv6 ready/ enabled from day 1 with all rights

for patches, upgrades and updates enabled

Page 33: Smart Class RFP - DNH · 2016-03-31 · Request for Proposal No: dated: Smart Classrooms- Department of Education, DD & DNH Page 2 RFP for Implementation of Smart Classrooms (Education

Request for Proposal No: dated:

Smart Classrooms- Department of Education, DD & DNH Page 33

38.2 Supply, installation and support of following items at each class room

defined as smart class for Go-live plus 5 years at the schools where smart

classrooms are less than 5:

(a) Computer system

(b) Projector with ceiling mounting kits and cables

(c) Interactive White Board solution with required software

(d) Visualizer/ Document Camera with student evaluation software

(e) UPS with required batteries

(f) Speakers

(g) An Integrated All in One Housing with whiteboard, space to house

CPU/ Speaker &UPS, and with integrated controller unit

(h) Green board

(i) Required electrification within each Class Room and their relevant

accessories to operationalize the entire setup

(j) Multi-function Laser printer

38.3 Supply, installation and support of RF based wireless Assessment system

with 50 remotes at each school from Go-live plus 5 years

38.4 Supply, installation and support of following items at each school with 5 or

more smart classrooms per school from Go-live plus 5 years:

(a) Server for centralized management of implemented smart classrooms

(b) Multi-function Laser Printer

(c) One PC for teachers to preview content and make lesson plans in

advance

(d) UPS for server and PC

(e) Setting LAN including passive and active component for connecting

each class room PC with server

(f) Storage table for Server and PC

(g) All the hardware required at each smart class room.

Supply and install digital educational content in Gujarati/ English/ Hindi/

Marathi languages as per curriculum of Gujarat Secondary Education Board

(GSEB)/ CBSE/ Maharashtra state Education board along with required

upgrades/updates for schools of UTs of DD & DNH. Details of smart class rooms

content – Technical and functional - to be established is given in Annexure 7.

38.5 The Project comprises of these major components:

Page 34: Smart Class RFP - DNH · 2016-03-31 · Request for Proposal No: dated: Smart Classrooms- Department of Education, DD & DNH Page 2 RFP for Implementation of Smart Classrooms (Education

Request for Proposal No: dated:

Smart Classrooms- Department of Education, DD & DNH Page 34

(a) Carrying out complete FRS (Functional Requirement Specification) and

SRS (System Requirement Specification), designing the software for the Smart

classrooms solution, study and obtaining department approval prior to

Development of Application

(b) Development of Smart classrooms solution

(c) Support Infrastructure and General Installation Requirements

(d) Network Requirements (including integration with existing UTWAN)

(e)Integration with third party Systems, database and development of

appropriate bridging software (as required)

(f)IT and Non- IT equipment for Central locations, Furniture, Fixtures and

Equipment

(g) Warranty and Service Response levels

(m) System Support/ Preventive and predictive Maintenance

(h) Training and Transfer of Knowledge

(i) Handholding

38.6 The bidder shall provide comprehensive on-site support and warranty for all

the equipment supplied under the contract at least for a period of 5 years from the

date of final acceptance (Go-live) of the system. The bidder and OEM should

support next business day delivery against defective spares through major

locations in India. The OEM should have 24x7x365 support in India.

38.7 The bidder will provide maintenance services, including spares free of cost

during the support period of go-live plus 5 years and technical man power services

for onsite support to the Education department during implementation phase and

support phase at the three major locations (Daman, Diu and Silvassa).

39. Service Level Requirement/ Service Level Agreement (SLA):

39.1 During the term of warranty, the service/repair calls will have to be attended

by the bidder within the time mentioned from the time of such calls. In case of major

defects requiring the defective equipments to be taken out of location, the cost for

which will have to borne by the bidder, it should be returned within permissible time

duly repaired and simultaneously immediate substitute equipment should be

provided by the bidder for the continued smooth operation of the system.

39.2 Penalty for non-achievement of SLA Requirement (Implementation SLA)

(a) Delay shall attract a penalty per week as per the following –

Page 35: Smart Class RFP - DNH · 2016-03-31 · Request for Proposal No: dated: Smart Classrooms- Department of Education, DD & DNH Page 2 RFP for Implementation of Smart Classrooms (Education

Request for Proposal No: dated:

Smart Classrooms- Department of Education, DD & DNH Page 35

1. Penalty for delay in design, development of Software Application =

0.5% (A) per week of delay or part thereof (calculated pro-rata); (one week is

of 07 days)

2. Penalty for delay in supply, implementation, training etc = 0.5% (B)

per week of delay or part thereof (calculated pro-rata); (one week is 07 days)

Where A is the Design, Development Cost in Development Phase and

B is the supply, implementation, training etc. cost

3. Delays in equipment supply/installation: 0.5% * (Equipment cost) per

week of delay or part thereof (calculated pro-rata); (one week is of 07 days)

(b) A total deduction as penalties of 10% (cumulative) of the charges for any of

the above may lead to termination of contract

39.3 Support Related SLA (Operational SLA)

39.3.1 SLA System Bug Resolution Time Definition

(a) If the complaint is booked and the response is not received within 24 hours

from the time of booking, then the penalty applicable will be Rs. 100.00 per day per

complaint

(b) If the problem is not resolved within 48 hours of the complaint booking time

then the penalty applicable is Rs. 500.00 per day per complaint.

Successful bidder will provide after spares service during the

comprehensive warranty period from nearest place of service point to the location

of installation in Daman, Diu and Dadra & Nagar Haveli, respectively. The

complaint should be attended within 48 hours failing which the following

addit ional penalties shall be imposed. The complaint will be recorded in help

desk constituted by successful bidder for this purpose by email or phone and a

log will be maintained of the complaints by SI and the transport department

S No Duration Penalty

1 Upto 24 hours from the logging of

the complaint with the SI

Nil

2 Beyond 48 hours upto 15 days from

the logging of the complaint with the

SI

0.2% per day of the total value

of the defective equipment/

software

3 Beyond 15 days of the logging of

the complaint till rectification of the

fault

0.3% per day of the total value

of the defective equipment/

software

39.3.2 Service Level Requirement

Page 36: Smart Class RFP - DNH · 2016-03-31 · Request for Proposal No: dated: Smart Classrooms- Department of Education, DD & DNH Page 2 RFP for Implementation of Smart Classrooms (Education

Request for Proposal No: dated:

Smart Classrooms- Department of Education, DD & DNH Page 36

R1, R2, R3 – 100% within response and resolution times

39.3.3 Measurement of Service Level Parameter

Support query should be classified in following three categories.

• Severity Level 1 (R1): System issues that have the greatest business

impact wherein application users are not able to perform his/her regular work

at a time. Or there is a downtime of the Smart class solution, Servers, or

equipment, at one or more locations

• Severity Level 2 (R2): System issues that have medium business impact

wherein the user is partially able to perform his/her regular work. But the

system not fully functional and has bugs, errors, faults etc. For example,

user is able to login and perform most of his normal work, but some of the

features have issues e.g. some supplementary reports are not available,

some misalignment in reports, some role access issues, privileges conflicts,

slow fetching of data etc

• Severity Level 3 (R3): System issues which have the least/no business

impact on working, e.g. change of profile settings, Screen resolution issues,

Customer tracking, error popup, messages etc.

39.4 Prime Business Hours are defined as 6:00 AM – 6:00 PM (Monday to

Saturday). Any defect call not rectified within the given time, will automatically be

upgraded to the next higher severity level and the appropriate penalty for this level

will then be applicable for the whole duration of the defect existence

39.5 After commissioning & acceptance, during warranty & AMC, the bidder shall

be responsible for the uptime of the equipment (IT and non-IT) and shall enter into

a contract with SLA of maintaining the setup for a minimum of 99% uptime on

24x7x365 basis. The uptime will be calculated every quarter, over a twelve (12)

month time frame. The permissible downtime of 1% will further be subject to

maximum downtime of 4 hours at a stretch or 24 hours cumulative over a period

of one month. In case the same exceeds 24 hours at a stretch then penalty clause

as mentioned below will be enforced. The same penalty clause will also be

enforced in case the downtime exceeds the permissible total downtime as stated

above in this clause.

39.6 In any case, if the equipment is not made operational within 8 days from the

time of reporting of fault, the Performance Security submitted by the SI to the

department shall be invoked. Any payments (payable to Bidder) shall not be paid

Page 37: Smart Class RFP - DNH · 2016-03-31 · Request for Proposal No: dated: Smart Classrooms- Department of Education, DD & DNH Page 2 RFP for Implementation of Smart Classrooms (Education

Request for Proposal No: dated:

Smart Classrooms- Department of Education, DD & DNH Page 37

too. This will be deemed to be an event of default and the department may

terminate the contract.

39.7 The delay due to force majeure conditions, closure of site/non accessible of

site shall be excluded from the penalty subject to submission of notice/ letter/

document duly endorsed by concerned authorities.

39.8 The selected SI should provide service as per the following requirements:

Type of

Support

call

No. of Instances

Per Quarter

Resolution time from

reporting the issue

(Not more than)

Penalty from the Quarterly

payment

R1 Exceeding 2 2 Hrs 0.5% X Per Instance X Every

2 Hrs

R2 Exceeding 5 4 hrs 0.25% X Per Instance X

Every 4 hrs

R3 Exceeding 10 2 Working Days 0.05% X Per Instance X

Every 2 Working Days

40. Acceptance Testing

(a) The primary goal of Testing & Acceptance is to ensure that the project meets

requirements, standards, specifications and performance prescribed by the RFP

(b) Completion of any other tests/evaluation criteria that the department

may specify

(c) The Acceptance Tests for the Hardware and Networking Components

shall involve successful supply, delivery at site, installation and

commissioning of systems at all implementation locations of the project

(d) In the event of the site not being allocated by the Department, the SI

and the Department may mutually agree to redefine the milestones by

following appropriate change control process, to be defined in the contract

40.1 On successful completion of the Acceptance Test(s) and after the

Committee so constituted by the department to conduct the said Acceptance Tests

are satisfied with the working of the system, the acceptance certificates shall be

signed by the SI and authorized representative(s) of the department.

40.2 Any delay by the SI in the performance of its contracted obligations shall

render the SI liable to the imposition of penalties, as deemed appropriate

Page 38: Smart Class RFP - DNH · 2016-03-31 · Request for Proposal No: dated: Smart Classrooms- Department of Education, DD & DNH Page 2 RFP for Implementation of Smart Classrooms (Education

Request for Proposal No: dated:

Smart Classrooms- Department of Education, DD & DNH Page 38

40.3 All components & deliverables of the Applications, hardware, networking

components, software and other peripherals, as the case may be, would be

deemed accepted on attainment of the receipt of Site Acceptance Certificate from

each Location

40.4 Any delay attributable to the SI in the Acceptance Testing shall render the SI

liable to the imposition of appropriate penalties, as mentioned in the RFP.

41. System Study and Requirement Gathering

41.1 The selected bidder shall be responsible to Design, Develop, Install,

Configure and Maintain application software, supply of necessary Hardware as

provided in Bill of Material in the RFP and impart training with concurrent

handholding support. Under this project, the Application software will be hosted in

the central location per school premises or at any other location as decided by the

department and will be accessed by all the schools/ classrooms/ department

offices and staff, for which necessary hardware, software and provisioning for

bandwidth expansion will be done by the selected bidder. Hence, the selected

bidder shall also provide necessary support to host the application as necessary

and configure the local network of the UT (UTWAN) to access the Application.

Selected Bidder will also maintain the application software for a period of 5

years after go-live.

41.2 Connectivity/ Interfacing

(a) The bidder shall create dedicated fiber based/ Cat 6 backbone which

connects all classrooms in a particular location from the respective server

(b) The fibre/ Cat 6 network in both the above cases shall be maintained

by the bidder from the date of acceptance of the network

(d) Bidder shall also offer required network management system for all

the network components

(e) The Right of Way for the laying of fibre/ Cat 6 shall be arranged by the

bidder. However, the Education Department shall provide the facilitation

required, if any.

41.3 The bidder is essentially required to conduct a detailed site survey with

regard to the feasibility of connectivity of the system based on optional networks to

be proposed by the bidders and shall submit the project plan that should include

the Site survey report and connectivity diagrams for all the sites, in the minimum.

Page 39: Smart Class RFP - DNH · 2016-03-31 · Request for Proposal No: dated: Smart Classrooms- Department of Education, DD & DNH Page 2 RFP for Implementation of Smart Classrooms (Education

Request for Proposal No: dated:

Smart Classrooms- Department of Education, DD & DNH Page 39

The bidder is also informed that the infrastructure at sites may need to be upgraded

before installation of equipment and the same needs to be factored in the bid. No

exceptions will be entertained at a later stage (after opening of pre-qualification

bids) for exclusions to scope or price

41.4 Document giving the details of methodology using the best practices of the

industry and optimized configuration for network devices to be installed and

configured under this project as well as details about methodology to be used for

Project Management, and Service Level Management will form part of the bid and

evaluation

42. HELPDESK MANAGEMENT

42.1 The bidder will set up a helpdesk at a central location in each of the

territories i.e. Daman, Diu and DNH as identified by the department

42.2 The proposed helpdesk solution must support request management,

problem management, configuration management and change order management

42.3 The proposed helpdesk solution must support tracking of SLA (service level

agreements) for call requests within the help desk through service types

43. TRAINING (IT, Non- IT equipment and Application) for all Primary/

Upper Primary/ Secondary and Higher Secondary Teachers

43.1 The SI shall be required to prepare a comprehensive Training Plan and

obtain approval/ sign-off for this from the department prior to commencing the

training. The training will have to be carried out at least at three locations i.e.

(a)Daman, (b)Diu and (c) Dadra & Nagar Haveli. The physical infrastructure will

be provided by the department at these locations. The SI shall arrange for

required training aids (projector/ laptop etc), training material (handouts,

booklets, brochures etc).

43.2 SI should ensure that the knowledge transfer to the staff of the department

and at field locations happens effectively during the training, post training, during

the project implementation and also the maintenance phase as well.

43.3 Detailed training for operation and management of equipment/infrastructure

will be given to minimum 05 teachers/ officials at each installation location to the

satisfaction of the department and shall be mandatory so that the department

officials can handle the equipment/infrastructure, once the project management

period is over.

44. Modules for Smart classrooms solution: The Smart classrooms solution

Page 40: Smart Class RFP - DNH · 2016-03-31 · Request for Proposal No: dated: Smart Classrooms- Department of Education, DD & DNH Page 2 RFP for Implementation of Smart Classrooms (Education

Request for Proposal No: dated:

Smart Classrooms- Department of Education, DD & DNH Page 40

software should consists of the following modules

44.1 Students module standard wise/ medium of instruction wise/ subject wise

and Board wise

44.2 Teacher training module standard wise/ medium of instruction wise/ subject

wise and Board wise

44.3 Remedial Class Module: for weak students

44.4 Module for promoting extracurricular activities i.e. quiz competition,

elocution, debates etc.

45. Testing

45.1 All recommended levels of testing, as per approved standard test plan,

shall be conducted at appropriate sites. The testing must demonstrate that the

Application Software:

(a) Satisfies the technical performance requirements and

system functional requirements

(b) Performs according to detailed functional requirements

(c) Provide right information to each user group or provide the

efficient system navigation to process various queries or process

transactions

45.2 The Director (Education) of either DD or DNH shall issue installation

completion certificate to the SI after successful installation and testing of the

application at their respective locations

45.3 The Education Department, DD & DNH will form different user groups

which shall be headed by a competent officer appointed by the department for

the UAT. These user groups would test the application for the functionality,

reliability and all other related tests. Once the users are completely satisfied with

the application, the SI should take a formal sign off from the competent officer

appointed by the department for acceptance of each module. Based on the sign

off and user feedback, the Education Department would issue UAT certification.

46. Supply and Installation of Hardware: The SI will procure, install, configure

and commission client-side hardware (including Hand held device, desktops, printer

etc.) & software (application software, system software and any other software) as

per the specifications mentioned in the Bill of Material

47. It is mentioned that the Bill of Material is indicative and it is upto the bidder to

quote for all items (including those felt necessary by the bidder) to ensure complete

Page 41: Smart Class RFP - DNH · 2016-03-31 · Request for Proposal No: dated: Smart Classrooms- Department of Education, DD & DNH Page 2 RFP for Implementation of Smart Classrooms (Education

Request for Proposal No: dated:

Smart Classrooms- Department of Education, DD & DNH Page 41

and reliable system operations, post commissioning

48. Maintenance Support, Change Request and Concurrent Updates

48.1 During the comprehensive Maintenance period (5 years), the bidder

shall provide all product(s) and documentation updates, patches/ fixes, and

version upgrades within 15 days of their availability/release date and should carry

out installation and make operational the same at no additional cost to the

department

48.2 Such activity would have to be planned by bidder in such a way that the

same results in zero down time for users i.e. ideally to be completed during off

business hours (06:00 PM to 06:00 AM next day), with prior approval

48.3 Bidder should have all necessary licenses, approvals, consents of third

Parties/principle manufacturers and all necessary technology, hardware and

software to enable it to provide the solution.

48.4 Intellectual property in anything developed by the SI specifically and

exclusively for the project, and based on the information or data owned by t h e

d e p a r t m e n t , shall vest with t h e d e p a r t m e n t . The successful bidder would

hand over the entire solution as developed/customized the project to the

department . A detailed migration plan shall be submitted by the successful

bidder in this regard to the Education Department at least 3 months before the

completion of operation & maintenance period.

49. Resolution of Disputes: The Education Department and the SI shall make

every effort to resolve amicably by direct informal negotiation any disagreement or

dispute arising between them under or in connection with the contract. If, after

thirty (30) days from the commencement of such informal negotiations, both

the parties are unable to resolve amicably a contract dispute, either party may

require that the dispute be referred for resolution to the formal mechanisms

specified here in. These mechanisms may include, but are not restricted to,

conciliation mediated by a third party. In case of a dispute or difference arising

between the Education Department and the SI relating to any matter arising out of

or connected with the agreement, such disputes or difference shall be settled in

accordance with the Arbitration and Conciliation Act, of India, 1996.

50. Termination: Either Party, without prejudice to any other remedy for

breach of Contract, may terminate this Contract in whole or in part by giving 60

days advance notice; if the other Party commits a material breach of the Contract

Page 42: Smart Class RFP - DNH · 2016-03-31 · Request for Proposal No: dated: Smart Classrooms- Department of Education, DD & DNH Page 2 RFP for Implementation of Smart Classrooms (Education

Request for Proposal No: dated:

Smart Classrooms- Department of Education, DD & DNH Page 42

and fail to rectify it after being granted a reasonable cure-period to rectify the

defect. In the event of termination, the Education Department shall pay all amounts

due from its side for the products delivered and services performed by the SI as

per agreed terms and condition mentioned in the RFP. The SI shall continue

performance of the contract to the extent not terminated.

51. Force Majeure: The SI shall not be to liable for forfeiture of its performance

security, liquidated damages, or termination for default if and to the extent that its

delay in performance or other failure to perform its obligations under the Contract is

the result of an event of Force Majeure. For purposes of this Clause, “Force

Majeure” means an event beyond the control of the Bidder and not involving

Bidder’s fault or negligence and not foreseeable. Such events may include, but

are not restricted to wars or revolutions, fires, floods, epidemics, quarantine

restrictions, and freight embargoes, act of god, riots, strikes etc. If an event of

Force Majeure continues for a period of ninety (90) days or more, the parties may,

by mutual agreement, terminate the Contract without either party incurring any

further liabilities towards the other with respect to the Contract, other than to effect

payment for goods/services already delivered or performed.

52. Notices: Any notice given by one party to the other pursuant to this

contract shall be sent to the other party in writing or email, and confirmed in

writing to the other party’s last known address. A notice shall be effective when

delivered or tendered to other party whichever is earlier

53. Annexure: Formats

Annexure 1: Bid Form

Annexure 2: (A) Bidder Profile (B) Format for eligibility criteria compliance

Annexure 3: Experience in Smart class Project Implementation

Annexure 4: Commercial Bid Format

Annexure 5: Payment schedule/ Milestones

Annexure 6: Technical Specifications and Bill of Material

Annexure 7: Technical and functional scope of Smart Class solution

Annexure 8: Certificate of giving unlimited rights

Annexure 9: Technical bid marking system

Annexure 10: Format for Power of Attorney for Lead bidder

Annexure 11: Format for OEM MAF

Annexure 12: Proforma for Contract Performance Bank Guarantee

Page 43: Smart Class RFP - DNH · 2016-03-31 · Request for Proposal No: dated: Smart Classrooms- Department of Education, DD & DNH Page 2 RFP for Implementation of Smart Classrooms (Education

Request for Proposal No: dated:

Smart Classrooms- Department of Education, DD & DNH Page 43

Annexure 13: Schedule for Time of Completion of Project and Training

Annexure 14: No of classrooms for smart class in DD & DNH

Annexure 15: List of school buildings- DNH

Annexure 16: List of school buildings- Diu

Annexure 17: List of School Buildings,Daman

Annexure 1: Bid Form

RFP No: (insert RFP No) Date: [insert date of bid]

To:

Director (Education)

DNH

Dear Sir,

1. Having examined the RFP (insert RFP no..), the receipt of which is hereby

acknowledged, we, the undersigned, submit deliverables in full conformity with the

said RFP

2. We undertake, if our bid is accepted, to commence work as per the schedule

and to achieve the Acceptance within the respective times stated in the RFP

3. We have read the provisions of bid & confirm that these are acceptable to us

4. We further declare that our response to the bid is unconditional

5. We undertake, if our bid is accepted, to commence the work as per t he

schedule immediately upon signing of the Agreement by both parties or acceptance

of work order or LoI, whichever is earlier, and to achieve completion within the time

stated in the RFP

6. If our bid is accepted, we undertake to provide a Performance Security in the

form and amounts, and within the times specified in the RFP

7. We undertake that, in competing for (and, if the award is made to us, in

executing) the above assignment, we will strictly observe the laws against fraud

and corruption in force in India.

8. Until the formal final Contract is prepared and executed between us, this bid,

together with your written acceptance of the bid and your notification of award,

shall constitute a binding contract between us.

Page 44: Smart Class RFP - DNH · 2016-03-31 · Request for Proposal No: dated: Smart Classrooms- Department of Education, DD & DNH Page 2 RFP for Implementation of Smart Classrooms (Education

Request for Proposal No: dated:

Smart Classrooms- Department of Education, DD & DNH Page 44

Dated this [insert: number] day of [insert: month],

[insert: year] Signed:

In the capacity of [insert: title of position]

Duly authorized to sign this bid for and on behalf of [insert: name of Bidder]

Annexure 2

(A) Bidder Profile

S No Particulars Bidder

submission

Page

No

1 Tender No and Publication Date

2 Name and full address of the bidder/ lead bidder and

consortium partners

3 Registered office with full address and contact details

4 Type of firm (Public/ pvt/ prop/ partnership), give full

details

5 Attach self attested certificate of Registration of

bidders (including consortia members)

6 Date of establishment of bidder, with proof

7 If Proprietorship, name and address and full liabilities,

with proof

8 If Partnership, name and address and full liabilities of

all partners

9 If company, name and address of Managing Director,

Director (s) and full liabilities, with proof

10 Income tax registration No/ PAN/ TAN

11 Annual turnover (prime bidder) for last three FY (12-

13, 13-14 & 14-15).

12 The bidders should be making profits (attach self-

attested copy of balance sheets or CA certificate for

FY 12-13, 13- 14 and 14-15)

13 Copy of Sales Tax/ Commercial Tax, VAT, Service

Page 45: Smart Class RFP - DNH · 2016-03-31 · Request for Proposal No: dated: Smart Classrooms- Department of Education, DD & DNH Page 2 RFP for Implementation of Smart Classrooms (Education

Request for Proposal No: dated:

Smart Classrooms- Department of Education, DD & DNH Page 45

Tax registration no

14 Attested copy of latest Sales tax/ service tax return

15 Attested copy of local address proof (Daman, Diu or

Dadra & Nagar Haveli). If no office exists, an

undertaking from lead bidder to the effect that an

office will be opened in one month from the date of

award of contract/ LoI

16 Details of the Single Point of Contact (SPoC) of the

bidder (prime bidder in case of consortium)

17 Detailed responsibility of bidder (all bidders, if in

consortia) with clearly defined roles and accountability

18 Details of Quality certifications of the bidder (each

bidder, if in consortia) with validity period. The

certificates should be valid on the date of the bid

submission

19 Any other relevant information

(B) Format for eligibility criteria compliance

S No Criteria Remark Pg No

1 Clause 4.1: Consortia:

(a) Consortia is allowed upto 3 Partners i.e. Prime

bidder + 2 partners

(b) The members of the consortium shall enter

into a Memorandum of Understanding (MoU) for the

purpose of submitting the proposal and designate one of

the members as the Prime/ lead bidder. The bid shall be

submitted by the lead bidder only, who shall also be the

majority stakeholder in the consortium

(c) MoU / Letter of Association amongst Consortium

members must be furnished with the Technical bid along

with agreement between Consortium member defining

their roles and responsibility for this project only

(d) Power of Attorney for Lead Member of

Page 46: Smart Class RFP - DNH · 2016-03-31 · Request for Proposal No: dated: Smart Classrooms- Department of Education, DD & DNH Page 2 RFP for Implementation of Smart Classrooms (Education

Request for Proposal No: dated:

Smart Classrooms- Department of Education, DD & DNH Page 46

Consortium (prime bidder) should be signed by

consortium partner(s)

2 Clause 4.2: The Bidder (Prime bidder in case of

consortium) should be an Information Technology

Service based Company/Firm registered in India and

operational in the domain of Education sector for at

least last 5 (five) years i.e. FY 2010-11, 11-12, 12-13,

13-14 and 14-15. Self- attested copies of

Incorporation/Registration certificate along with MoA/

Byelaws (or similar document) should be furnished as

documentary proof

3 Clause 4.3: The bidder (pr ime bidder in case of

consor t ium) should have average minimum annual

turnover of Rs. 20 crore (Rupees Twenty crore only) in

the last 3 financial years (FY 12-13, 13-14 & 14-15). As

documentary proof, attested copy of the Audited Balance

Sheet & Profit & Loss A/c is to be submitted. The prime

bidder also has to provide the CA certificate specifying

that the bidder has minimum average Rs 10 crore of

revenue from the business of smart class operations and

IT enabled educational solutions.

4 Clause 4.4: The bidder (prime bidder, in case of a

consortium) must be a profit making company (PAT) for

the last three preceding financial years FY 12-13, 13-14

& 14-15). The prime bidder must attach self-attested

copies audited accounts or CA certificate as supporting

documents. Un-audited accounts will not be considered

5 Clause 4.5: The b i d d e r ( prime bidder, in case of a

consortium) must have a p o s i t i v e net worth of a t

l e a s t Rs. 25 crore (Rupees Twenty Five Crore only)

as on 31.03.2015. The prime bidder must attach self-

attested copies of audited accounts or CA certificate as

supporting documents for this purpose

6 Clause 4.6: The bidder ( o r a t l e a s t o n e

Page 47: Smart Class RFP - DNH · 2016-03-31 · Request for Proposal No: dated: Smart Classrooms- Department of Education, DD & DNH Page 2 RFP for Implementation of Smart Classrooms (Education

Request for Proposal No: dated:

Smart Classrooms- Department of Education, DD & DNH Page 47

c o n s o r t i u m p a r t n e r , i f i n c o n s o r t i a ) should

have successfully implemented a n y o n e o f t h e

f o l l o w in g i n l a s t t h r ee f i n a nc i a l y ea r s that

involve smart classroom solution supply, installation,

integration, support and maintenance ( Customer

references should be submitted):

a. One project of at least Rs. 5 Crore or 500 schools or

b. Two projects of Rs. 3 Crores or 300 Schools or

c. Three projects of Rs. 2 Crores or 200 schools

7 Clause 4.7: The bidder ( o r a t l e a s t o n e

c o n s o r t i u m p a r t n e r , i f i n c o n s o r t i a ) should

have successfully implemented s o f tw a r e so l u t i o n

c ov e r i ng s y l l a b us o f m in im um 2 E d uc a t i on

b oa r ds (CB SE a n d Gu ja r a t b o a r d ) for smart

classroom. Customer references should be submitted.

8 Clause 4.8: The bidder ( o r a t l e a s t o n e

c o n s o r t i u m p a r t n e r , i f i n c o n s o r t i a ) should

have successfully implemented s o f tw a r e so l u t i o n

c ov e r i ng s y l l a b u s i n m in im um 2 m ed i um s

( Gu ja r a t i a nd En g l i sh ) for smart classroom.

Customer references should be submitted.

9 Clause 4.9: The bidder ( o r a t l e a s t o n e

c o n s o r t i u m p a r t n e r , i f i n c o n s o r t i a ) should

have successfully implemented com p le t e

i n t e g r a t ed s o f tw a re s o l u t i o n cov e r i n g

s y l l a b i o f s t a n d a rd 1 t o 1 0 ( f u l l cov e r a g e

o f Sc i e nc e , M a t h em a t i c s , S oc i a l S tu d i es

a nd En g l i s h G r a m m ar ) a nd S t an d a r d 11 &

1 2 ( M a th em a t i c s , Ph y s i cs , Ch em is t r y &

B io l o g y ) o f a t l e as t o n e B oa r d ( Gu ja r a t /

M a h a r as h t r a / CB SE ) for smart classrooms and

should have full ownership and IPR of software

solution. Customer references on their letterheads and

self-declaration for IPR and ownership should be

Page 48: Smart Class RFP - DNH · 2016-03-31 · Request for Proposal No: dated: Smart Classrooms- Department of Education, DD & DNH Page 2 RFP for Implementation of Smart Classrooms (Education

Request for Proposal No: dated:

Smart Classrooms- Department of Education, DD & DNH Page 48

submitted

10 Clause 4.10: The bidder (including all members of the

consortia) shall not be under a declaration of

ineligibility for corrupt or fraudulent practices and should

not be black listed by any State Government, Central

Government or any other Public Sector undertaking as

on the date of Bid Submission. An undertaking to this

effect should be submitted by the bidder (prime bidder, in

case of consortia) on its letter head.

11 Clause 4.11: The Bidder (Prime bidder in case of

consortium) should be authorized by OEM for IT and

non- IT equipment (in respect of each product and its

services) to quote against this tender. The MAF

(Manufacturer’s/ OEM Authorisation Form) should be

submitted by the lead bidder, in case of a consortium

12 Clause 4.12: The bidder (Prime bidder in case of

consortium) must be a registered under any State's/

UT’s Commercial Tax Act / VAT / Sales Tax Act or

Central Sales Tax Act which must be quoted in the bid.

The bidder must have paid all applicable Commercial

Tax Act / VAT / Sales Tax Act or Central Sales Tax Act

till year 2015-2016. Self-attested documentary proof is

to be submitted

13 Clause 4.13: The bidder ( o r a t l e a s t o n e

c o n s o r t i u m p a r t n e r , i f i n c o n s o r t i a ) must

have on its roll at least 25 Domain experts (Education

field – Minimum qualification – Post graduation) and

100 technically qualified professionals in the area of

Project Management, Electronics Solutions, Software

Application development, System Integration and

Networking and providing the services as on 30/09/2016,

exclusive of out sourced or contractual persons/ workers.

Self-Declaration of HR head of the company clearly

mentioning the name of employees, their qualifications

Page 49: Smart Class RFP - DNH · 2016-03-31 · Request for Proposal No: dated: Smart Classrooms- Department of Education, DD & DNH Page 2 RFP for Implementation of Smart Classrooms (Education

Request for Proposal No: dated:

Smart Classrooms- Department of Education, DD & DNH Page 49

and experience should be submitted. Combined total of

all the consortia members to meet this requirement will

not be acceptable

14 Clause 4.14: The prime bidder should submit valid letter

from the OEMs confirming following:

(a) Authorization letter from OEM / Technology

partner mentioning the support for 5 years including

Spares, Software upgrades, after “Go-live”

(b) Technology partner letter confirming Products

quoted are not end-of-life/ end of sale for a period of 06

months from the date of submission of the bid

15 Clause 4.15: The prime bidder/ consortium must provide

a list of places where such systems have been installed

and/or are being maintained by him with their

configuration and with the references, Work order or

purchase order copies etc. The bidder is required to

provide assurance to arrange for a visit at such place in

case the tender evaluat ion committee needs to

evaluate the performance of the installation

15 5.3.1 Bidders are advised to study all instructions,

forms, terms, requirements and other information in the

RFP documents carefully. Submission of bid shall be

deemed to be done after careful study and examination

of the RFP document with full understanding of its

implications

16 Clause 5.3.2: The response to this RFP should be full

and complete in all respects. Failure to furnish all

information required by the RFP documents or

submission of a proposal not substantially responsive

to the RFP documents in every respect will be at the

bidder's risk and may result in rejection of its proposal

and forfeiture of the bid EMD. The decision of the

Education Department, DD & DNH in this regard is

final and binding on all bidders

Page 50: Smart Class RFP - DNH · 2016-03-31 · Request for Proposal No: dated: Smart Classrooms- Department of Education, DD & DNH Page 2 RFP for Implementation of Smart Classrooms (Education

Request for Proposal No: dated:

Smart Classrooms- Department of Education, DD & DNH Page 50

Date: ------------------------------------

Place: ------------------------------------

Signed: ------------------------------------

Name: ------------------------------------

In the capacity of: ------------------------------------

For and on behalf of: ------------------------------------

Annexure 3: Experience in Smart Class Project Implementation

Submit following details separately for each project and client

S No Particulars Response/

Page No

1 Location where the solution software is already implemented

by the bidder/ consortia. It should be supported by letters

from the clients (on their letter heads) indicating date started/

completed and satisfactory nature of project execution

2 Contact person details from client organisation (s)

3 Contract details, supported by attested copies

4 Time taken for project (s) implementation with reasons for

delay, if any

5 Whether the scope of these implementations covered all the

modules indicated in the scope of this RFP with details,

including supply, installation, integration and maintenance etc

6 Hardware and software (OS/ application/ utility etc) used for

the above implementations

7 Application software latest version details and availability

8 Details of the offered solution with functionalities and features

(security/ access control/ OS/ application software/ database

etc) with schematic diagrams, as applicable

9 Details of Solution architecture

Date: ------------------------------------

Place: ------------------------------------

Page 51: Smart Class RFP - DNH · 2016-03-31 · Request for Proposal No: dated: Smart Classrooms- Department of Education, DD & DNH Page 2 RFP for Implementation of Smart Classrooms (Education

Request for Proposal No: dated:

Smart Classrooms- Department of Education, DD & DNH Page 51

Signed: ------------------------------------

Name: ------------------------------------

In the capacity of: ------------------------------------

For and on behalf of: ------------------------------------

Annexure 4

Commercial Bid Format

To:

Director (Education)

Dadra & Nagar Haveli,

Silvassa

Sub/ Ref: Submission of Bid for Implementation of Smart classrooms

solution

Dear Sir,

Having examined the Tender Document (RFP No___ and date______), the

receipt of which is hereby duly acknowledged, We/ I, the undersigned, offer to

implement Smart classrooms solution in the UT Administration of DD & DNH for

the Education Department. To meet such requirements and to provide services

as set out in the tender document, we hereby submit our quotation, summarizing

our commercial proposal in the online portal against RFP No: dated:

(Online e-tender No ______)

2. I/ We undertake that, if our proposal is accepted, we will obtain a

performance security issued by a nationalized bank in India, acceptable to the

Education Department for a sum equivalent to 10% of the total price as quoted in

our commercial proposal of the Bid document for the due performance of the

contract.

We agree for unconditional acceptance of all the terms and conditions in the Bid

document and also agree to abide by this Bid for a bid validity period of 180 days

from the date fixed for Bid opening and it shall remain binding upon us, until

within this period a formal contract is prepared and executed, this Bid response,

together with your written acceptance thereof in your notification of award, shall

constitute a binding contract between us.

Page 52: Smart Class RFP - DNH · 2016-03-31 · Request for Proposal No: dated: Smart Classrooms- Department of Education, DD & DNH Page 2 RFP for Implementation of Smart Classrooms (Education

Request for Proposal No: dated:

Smart Classrooms- Department of Education, DD & DNH Page 52

3. I/ We confirm that the information contained in this proposal or any part

thereof, including its exhibits, schedules, and other documents and instruments

delivered or to be delivered to the Education Department, DD & DNH is true,

accurate, and complete. This proposal includes all information necessary to ensure

that the statements therein do not, in whole or in part mislead the Education

Department as to any material fact.

4. I/ We agree that you are not bound to accept the lowest or any Bid

response you may receive. I/ We also agree that you reserve the right in

absolute sense to reject all or any if the products/ service specified in the Bid

response without assigning any reason whatsoever.

5. It is hereby confirmed that I/We are entitled to act on behalf of our

corporation/company/ firm/organization and empowered to sign this document as

well as such other documents, which may be required in this connection.

(Signature)

(In the capacity of)WWWWWWWWWWWWWWWWWWW..

Duly authorized to sign the Bid Response for and on behalf of: (Name and

Address of Company)

Seal/Stamp of bidder

CERTIFICATE AS TO AUTHORISED SIGNATORIES

I, certify that I am WWWWWWWWWWW of the WWWWWWW, and that

W..WWWWWWWWWWW who signed the above Bid is authorized to bind the

corporation by authority of its governing body.

Date:

Place:

Name and Designation with Seal

Page 53: Smart Class RFP - DNH · 2016-03-31 · Request for Proposal No: dated: Smart Classrooms- Department of Education, DD & DNH Page 2 RFP for Implementation of Smart Classrooms (Education

Request for Proposal No: dated:

Smart Classrooms- Department of Education, DD & DNH Page 53

Annexure 5

A. Payment Schedule/ milestones (Hardware)

Sr. No. Payment Milestone (as percentage of hardware

component obtained in price bid)

Payment to be

done

1 Mobilization advance against submission of bank

guarantee of full amount other than the PBG-

Performance Bank Guarantee of the project

10%

2 Delivery of Hardware 30%

3 Successful installation of Hardware 10%

4 Go-live of the project 20%

5 After Go-live – 1.5% payment after completion of

each quarter for 20 quarters (5 Years)

30%

Total 100%

B. Payment Schedule/ milestones (Software solution):

Sr. No. Payment Milestone (as percentage of software

solution price obtained in the bid)

Payment to be

done

1 Mobilization advance against submission of bank

guarantee of full amount other than the PBG-

Performance Bank Guarantee of the project

10%

2 SRS submission & Acceptance 10%

3 Successful UAT 10%

4 Successful implementation in 30% Smart classes 10%

5 Successful implementation in 60% Smart classes 10%

6 Successful implementation in 100% Smart classes 10%

Page 54: Smart Class RFP - DNH · 2016-03-31 · Request for Proposal No: dated: Smart Classrooms- Department of Education, DD & DNH Page 2 RFP for Implementation of Smart Classrooms (Education

Request for Proposal No: dated:

Smart Classrooms- Department of Education, DD & DNH Page 54

7 Go-Live of the project 10%

5 After Go-live – 1.5% payment after completion of each

quarter for 20 quarters (5 Years)

30%

Total 100%

Annexure 6: Technical Specifications and Bill of Material

Bidders are to quote for only one type of (make/ model/ OEM) per item. Multiple

OEM/ make/ model for one item will not be accepted.

In case of single smart classroom setup or less than 5 smart classrooms in same

premise, below will be the bill of material &technical specifications:

Minimum Hardware Specification for Each Class room Deployment:

Sr.

No.

Item Brief Description Quantity

1 CPU with Key Board,

Mouse and

Accessories

Intel i7/ AMD series or better with

equivalent Chipset, 4 GB RAM, 500 GB

Hard Disk, DVD Writer, Wireless KBD

and Mouse ( PC should be of Reputed

National or Multi National Brand.

Regional Brand or Assembled systems

would not be accepted), Windows 10

Operating system – Academic version

preloaded

2 UPS 1 KVA with 30 min battery backup

3 Speakers Speaker 2.0 with required cables

4 Interactive whiteboard

Solution

• Portable Interactive whiteboard solution

• Optical Touch Technology with 3D optical tracking

• Should support four or more simultaneous touch input

• Minimum 77” diagonal

• Should have easy calibration

• Tracking Speed of 60-70 FPS

• Interaction by stylus with super

Page 55: Smart Class RFP - DNH · 2016-03-31 · Request for Proposal No: dated: Smart Classrooms- Department of Education, DD & DNH Page 2 RFP for Implementation of Smart Classrooms (Education

Request for Proposal No: dated:

Smart Classrooms- Department of Education, DD & DNH Page 55

capacitive technology with recharge time of 180 sec

• Plug & play USB 2.0 interface with power through USB only

• Should be compatible with Windows/Mac/Linux & Android platforms

• Should be able to export file by default to popular formats like PDF,JPEG etc in addition to OEM’s format

• Should have provision to capture real time annotation and presentation in software for later review & reference

• Inter active white board Software should have features like various pen tools, seamless mouse controls, easy right click functions, predefined backgrounds, special tool for training environment, Image/video inserts, In built geometric tools, Capture with handwritten data in single file, recoding features etc..

• Software should also provide access to cloud based education content through internet

5 Projector, Cable and

Accessories

2400 Lumens or higher with required

ceiling mount kit and VGA Cable

6 Visualiser Camera • 720P HD visualiser camera with base resolution of 1280X960 extrapolated upto 8 Megapixels and flexible gooseneck

• Additional software for student evaluation using visualiser camera as input device for capturing student’s MCQ answer sheet

7 All in One Housing • Integrated wall mount cabinet

• Dual purpose Whiteboard for projection as well as writing with whiteboard marker

• Cabinet should have self to house UPS, speaker, CPU in such a way that it is not visible from outside

• White board should be easily removable fully or should have hinges to allow easy access for maintenance for CPU,UPS & speaker housed inside

• It should have integrated controller to

Page 56: Smart Class RFP - DNH · 2016-03-31 · Request for Proposal No: dated: Smart Classrooms- Department of Education, DD & DNH Page 2 RFP for Implementation of Smart Classrooms (Education

Request for Proposal No: dated:

Smart Classrooms- Department of Education, DD & DNH Page 56

Switch ON/OFF UPS & PC. Controller also should have indicator for UPS power mode & battery mode & USB port.

• It should have two lockable self to house keyboard/mouse & Visualiser camera

8 Green Board Suitable Green board to be fitted

alongside the white board

9 Necessary

Electrification/cabling

in the class room.

School would provide the Electrical

Connection up to Class Room. All

necessary Electrification and audio cable

laying for connecting speakers within

Class Room to be done by bidder as per

requirement.

IN CASE OF SERVER BASE SETUP: Minimum Hardware Specification for

systems to be deployed at School with 5 Classrooms or more over and above class

room setup:

Sr.

No.

Item Brief Description Quantity

1 Server with

Key Board,

Mouse and

Monitor

Intel Xeon E3 1220 Quad core 3.1 Ghz or higher,

4GB RAM, 500 GB + 500 GB Sata Hard disk, DVD

Writer,Keyboard, Mouse , 18.5”TFT Monitor,

Windows Server 2008 std, MS SQL 2008 data

base

2 PC For

teacher

Intel i7/ AMD series or better with equivalent

Chipset, 4 GB RAM, 500 GB Hard Disk, DVD

Writer, Wireless KBD and Mouse,18.5” TFT

Monitor ( PC should be of Reputed National or

Multi National Brand. Regional Brand or

Assembled systems would not be accepted),

Windows 7 Operating system preloaded

3 UPS for

Server and

PC

1/2/5/10 KVA with 30 min battery backup

4 Printer Multi-function Laser Printer

5 Furniture Storage table to house PC+UPS and Server+UPS

Page 57: Smart Class RFP - DNH · 2016-03-31 · Request for Proposal No: dated: Smart Classrooms- Department of Education, DD & DNH Page 2 RFP for Implementation of Smart Classrooms (Education

Request for Proposal No: dated:

Smart Classrooms- Department of Education, DD & DNH Page 57

6 LAN 24 Port network switch - Unmanageable, Supply

and laying of required cat-6 cable using casing

capping for connecting class room with servers

within school premises with necessary RJ-45

connectors, suitable rack to mount switch and

terminate cabling. The LAN cabling should be

structured LAN cabling.

Minimum Hardware Specification for systems to be deployed at each School

for Wireless Assessment system :

Sr.

No.

Item Brief Description No. of

Schools

Quantity

1 Wireless

Assessment

system

Radio Frequency based, Range up to

10 meter. It should include RF

receiver, Master remote for teacher

and student remote 50 nos.

Multi-Function Printer – 1 at each school:

Specifications: Copy

(i) Copy Type Monochrome Laser

(ii) Copy Speed 18 / 19cpm (A4 / LTR) or better

(iii) Copy Resolution Speed priority mode: 600 x 400dpi

(iv) Resolution priority mode 600 x 600dpi

(v) Halftones 256 levels

(vi) Zoom 50 - 200% in 10% increments

(vii) Copy Size Platen: Up to A4 / LTR

(viii) Copy Features 2 on 1, ID Card Copy

(ix) Copy Memory 64MB (Shared)

Print

(i) Printer Type Monochrome Laser

(ii) Print Speed 18 / 19ppm (A4 / LTR)

(iii) Print Resolution Up to 600 x 600dpi, 1200 (equivalent) x 600dpi

(iv) Print Memory 64MB (Shared)

Scan

(i) Scan Type CIS

(ii) Scan Resolution Optical: Max 600x600dpi

Page 58: Smart Class RFP - DNH · 2016-03-31 · Request for Proposal No: dated: Smart Classrooms- Department of Education, DD & DNH Page 2 RFP for Implementation of Smart Classrooms (Education

Request for Proposal No: dated:

Smart Classrooms- Department of Education, DD & DNH Page 58

Driver enhanced: Up to 9600 x 9600dpi

(iii) Colour Depth 24-bit

(iv) Document Size Platen: Up to A4

(v) Output File Format: TIFF, BMP Mac: PDF, JPEG, TIFF, BMP, PNG

(vi) Pull Scan USB Standard Interface USB 2.0 Hi-Speed

(vii) Certification UL/CE

(viii) Warranty/support/updates Comprehensive for 3 Years

Maintenance free Earthing system

• The maintenance free earthing shall ensure ground to neutral voltage of

less than 2 volts close to ICT Centres/ lab. The earthing system shall be

integrated with electricity system provided terminated at ICT Centers. The

acceptable Earth Resistance at earth busbar will not be more than 2 ohm

• Earth enhancement material shall have resistivity of less than 2 ohms-

meter and suitable for installation in dry form or in a slurry form

• Earth enhancement material shall have high conductivity and humidity

retention capability and shall not depend on the continuous presence of

water to maintain its conductivity.

• All materials & equipment and earthing shall confirm to the relevant Indian

Standards & Electricity Rules and shall be of the approved make and

design.

Note: SI is required to quote for any additional component/equipment needed to

fulfill the project. No financial details are to be filled here. The same shall be

uploaded as a separate sheet in the financial format on-line

SIGNATURE OF THE BIDDER

(In the capacity of)WWWWWWWWWWWWWWWWWWW..

Duly authorized to sign the Bid Response for and on behalf of: (Name and Address

of Company) with Seal/ Stamp of bidder

Page 59: Smart Class RFP - DNH · 2016-03-31 · Request for Proposal No: dated: Smart Classrooms- Department of Education, DD & DNH Page 2 RFP for Implementation of Smart Classrooms (Education

Request for Proposal No: dated:

Smart Classrooms- Department of Education, DD & DNH Page 59

Annexure 7 - Technical and Functional scope of Smart class solution:

A. The system should include but not be limited to the following:

� The Software should be operational on open source platform and/or Microsoft

windows platform

� The Software should run on Desktop and on LAN set up having one server with

desktops.

� The software should not require any other software other than the operating

system and standard browser to run the said content.

� It should cover entire syllabus & subjects as mentioned in this RFP as per the

GSEB/CBSE/MHSEB for Std. 1 to 12.

� It should be available in English, Hindi, Marathi & Gujarati languages. Each

module should have effective and clear voice over. The entire content should be

supported by proper sound effect also.

� It should also have powerful visualization, hyperlinks, self-learning assessment &

dictionary Facilities.

� The graphics in the content should be 2D/3D in nature and should be of high

quality.

� The content should be of broadcast quality (Min. 24 frames per second)

� In each module wherever required, labeling of diagrams/models should be in

respective language.

� The entire content should be mapped as per the syllabus and arranged as in a

standard wise format and the topics should be listed chapter wise.

� All the topics should have self-explanatory visuals (animated contents) for each

and every point and there should be no need for reading any text except labels

of diagrams.

Page 60: Smart Class RFP - DNH · 2016-03-31 · Request for Proposal No: dated: Smart Classrooms- Department of Education, DD & DNH Page 2 RFP for Implementation of Smart Classrooms (Education

Request for Proposal No: dated:

Smart Classrooms- Department of Education, DD & DNH Page 60

� All the topics should have a reasonable number of quiz/test.

� Software should contain the facility of datasheet generation for software usage

from each operation.

� It should have a facility whereby a teacher/student can stop at any point and

restart after a pause from the same point in any topic. All modules should have

pause, play, fast forward and rewind facilities.

� It should have facility to add localized content by the School

Administration/Teachers under the guidance of technical expert of the company.

If required, the same will be done by the expert as per the supported quality

standards.

� SI should give the training of all subject modules to School Teachers of each

school.

� The SI shall be responsible for updating the content for Go-live plus 5 years

without any additional cost, if the syllabus of any subject of the scope is changed

during the warranty & support period. The warranty & support period will be for

five years from the date of ‘Go-live’.

� The SI shall be responsible for updating the content for 5 years without any

additional cost as per the same demanded by the education department. The

requirements will be given to SI every three months by the designated authority

of education department.

� The Software should permit tracking of the performance of individual student in

Quiz and/or tests.

� It should allow generation of test results for an individual student and/or class.

� The software also should be able to run diagnostics test for any person to test

basic academic competence in particular subject, suggest remedies &

Diagnostics steps needed for such persons/Students.

� Voice over in English should be in Indian English accent of good quality.

Gujarati/Hindi/Marathi voice over should be in standard well-modulated accent.

� Voice/Audio should be in both male & female voices with option to customize. In

default it should play alternatively male & female voice.

B. LIST OF TOPICS FOR DEVELOPING DIGITAL CONTENTS WITH

RECOMMENDED MEDIA CHOICE

� Main objective of the Digital Contents should be to simulate life-like situations so

Page 61: Smart Class RFP - DNH · 2016-03-31 · Request for Proposal No: dated: Smart Classrooms- Department of Education, DD & DNH Page 2 RFP for Implementation of Smart Classrooms (Education

Request for Proposal No: dated:

Smart Classrooms- Department of Education, DD & DNH Page 61

that students may experience the concept, procedure and principles in a virtual

world, wherever relevant and possible.

� The Digital Content developed should be as per that prescribed by applicable

board Textbook.

� Each Digital Content should be curriculum-based, but enriching; textbook will be

the guiding factor, but not limiting. Digital Content will go beyond the textbooks

with additional and innovative examples and illustrations, and enriched contents

and concepts.

� Digital Content would use local metaphors and life-related examples and

illustrations in addition to the examples cited in the books for facilitating relating

learning to life (situated cognition);

� Each Digital Content preparation should be based on (preceded by) content

analysis, and a concept map indicating main and sub-concepts;

� Each Digital Content should provide complete coverage to the chapter -- all the

contents/concepts in the chapter based on the content analysis so as to become

a ‘self-contained learning module’ or a stand-alone programme;

� Total content should be broken down to meaningful chunks of three to five

minutes duration with activities, and provision for formative evaluation;

� Each Digital Content should provide, on screen, statement of objectives in the

form of learning outcomes for each chapter at the level of ‘knowledge’,

understanding and application’.

� Each Digital Content should contain on screen minimum 3 maximum 5 lead

questions that students will be expected to find answers while watching the

Digital Content;

� Digital Contents should be interactive and contain activities, practice exercises

including lead-on to digital (blogs and wikis) and printed text references,

questions and answers (accessible through hyper link);

� Each Digital Content should have end-of-the-module objective type tests

measuring the learning outcomes stated in the programme at the beginning.

B1. Media Choice

Each chapter was subjected to detailed critical scrutiny. On the basis of the scrutiny

of contents/concepts, examples and illustrations, derivations and numerical,

Page 62: Smart Class RFP - DNH · 2016-03-31 · Request for Proposal No: dated: Smart Classrooms- Department of Education, DD & DNH Page 2 RFP for Implementation of Smart Classrooms (Education

Request for Proposal No: dated:

Smart Classrooms- Department of Education, DD & DNH Page 62

Committee recommended multi-media mode comprising slides/still photographs, 2D

animation, 3D animation and Video-grabbing. Since virtual reality construction or

Immersive Visualization technology are not feasible, Committee recommended 3D

simulations close to virtual reality.

Depending upon the nature of the contents, there would be one main medium and a

few supportive media. Whereas 2D animations are the main media across all the

titles; there are contents where either 3D animation or video should be the main

media. Further, committee has cited examples on the choice of supportive media.

However, these are only examples. Detailed work will be done for each Digital

Content by the authors of storyboards/scripts. Experts have made subject specific

comments along with recommendations of media choice. These recommendations

also need consideration.

As a generic statement, out of all digital content, about 60% time will be in 2D

animation, 15% in 3D animation; 10% video; and the rest in slides/still

pictures/photographs, etc.

B2. A few Important Conditions

� Digital Contents should according to the recommended media specifications

(2D/3D/Video/Still pictures);

� The committee (Panel of experts) responsible will analyze the Digital Content

produced and certify the same for quality.

� For assessing the capability of a bidder and quality of contents, each bidder will

submit the one full set for all subjects and all standards for the evaluation

purpose when the same will be asked by the department.

� Use of Video has been recommended for representing real life situation, e.g. soil

preparation in crop production, hydro power, etc.; interview with relevant people

like freedom fighters, Director of Archeological survey; brief presentation of a

concept or an explanation by a content expert, etc.

� Walk through 3D animation has been recommended for experiencing in the

virtual world, e.g. Indian Parliament, Mohenjodaro; temples, mosques,

Gurdwaras and Churches;

� Slides/photographs are recommended wherever still pictures are necessary –

face of a scientist, poet, a leader, etc.

Page 63: Smart Class RFP - DNH · 2016-03-31 · Request for Proposal No: dated: Smart Classrooms- Department of Education, DD & DNH Page 2 RFP for Implementation of Smart Classrooms (Education

Request for Proposal No: dated:

Smart Classrooms- Department of Education, DD & DNH Page 63

� Tables, charts and diagrams would be drawn in 2D animation;

B3. Common instructions for all modules:

� Since the aim is to teach language through modules/ Lessons therefore every

module would have sections like: vocabulary, pronunciation, grammar,

comprehension and activity (reading and writing).

� Main media for all these would be slides (text) and supportive media would be

voice and pictures.

� In all modules both the options i.e. text and voice should be there.

� In the activity section sound effects and visual effects would be used to start and

conclude an activity.

� Correct answers will always be provided in the module.

C. INSTRUCTIONAL DESIGN FOR DIGITAL CONTENTS

Instructional Design (ID) will comprise the following

1. Statement of objectives

2. Focusing attention

3. Advance Organizer

4. Choice and structuring of contents

5. Level Validation

6. Interactivity

7. Closure

C1. Statement of Objectives

� Objectives should be stated in terms of learning outcome of students, typically

completing a sentence like, ‘after reviewing this digital content you (student)

should be able to W..

� Objectives should be stated at least at the lower three levels namely knowledge,

understanding and application, preferably at two levels higher, namely analysis

and evaluation.

C2. Focusing attention

� To focus and sustain attention, each programme should ask students to ‘find

answers to the following questions while you watch the programme’.

Page 64: Smart Class RFP - DNH · 2016-03-31 · Request for Proposal No: dated: Smart Classrooms- Department of Education, DD & DNH Page 2 RFP for Implementation of Smart Classrooms (Education

Request for Proposal No: dated:

Smart Classrooms- Department of Education, DD & DNH Page 64

� There would be three or four on screen questions on the chapter/theme

immediately after the statement of objectives.

C3. Advance Organizers

� Advance organizer will be in the form of a Concept Map. Concept maps are

developed on the basis of detailed content analysis of a chapter. The concept

map will be loaded on to the screen.

� Content analysis will be provided to Education department for distribution

among the teachers.

C4. Choice and Structuring of Contents

� Contents of the programme will primarily be the chapter of the book as

prescribed by the Gujarat State Textbook Board.

� Content should be broken down into smaller meaningful bits. For example, a

programme of 15 minutes duration may be broken down into semiautonomous

learning units of three to four minutes each.

� The visuals, besides being high quality, should be relevant to the students

reflecting relative landscape, flora and fauna, people – their habitations,

dresses, food, festivals; names of places and characters, etc. Local metaphors

should be preferred for examples and illustrations. This helps situated cognition

and creates sustainable learning.

C5. Level Validation

� Level validation is used to check the appropriateness of contents vis-à-vis the

levels of students. Level of the content would normally be pitched at the

textbook level. However, since digital content is much more powerful and smart

learning media than print media, digital content should take the students little

beyond the textbook – can be termed as enriched textbook. It may also be in

the form of lead-on-learning.

C6. Interactivity

� First component of interactivity is Activities and Assignments built into the

programme. Depending upon the subject, activities and assignments can be

designed for students to respond immediately – either on screen or off-screen.

Page 65: Smart Class RFP - DNH · 2016-03-31 · Request for Proposal No: dated: Smart Classrooms- Department of Education, DD & DNH Page 2 RFP for Implementation of Smart Classrooms (Education

Request for Proposal No: dated:

Smart Classrooms- Department of Education, DD & DNH Page 65

Correct procedure and answers should be available on the mouse click through

hyper-links. Each smaller bit of the content, mentioned earlier should have

activities and assignments.

� Second component of Interactivity is Self-checks or formative evaluation.

Instead of waiting for the end of the programme, end of every small bit of three

to four minutes should have self-checks – objective type or very short answer

type questions. Students can answer either online or offline. Online answering

will require special programming. Nonetheless, the correct answers should be

available on mouse click through hyper-links.

� Third component of interactivity is the face-to-face interaction. Programmes will

contain issues and questions and instructions to students to consult each other

and find solution.

C7. Closure

Each programme will have two-step closure.

� First step will comprise a test covering the contents of the entire programme.

The test should be developed on the basis of an assessment blue print mapping

the different types of tests items against different levels of objectives. This blue

print should be available to the department for distribution to teachers. At least,

40% Weightage should be given to higher order thinking, e.g. application,

analysis and evaluation; remaining 60% on lower order cognition, namely

knowledge and understanding. Students may answer online or offline

depending upon the feasibility; correct answers should be available through

hyperlinks.

� Second important step is ‘Lead-on’. The programme will end with lead on to

higher order contents and cognition asking students to consult books and

reference materials in library, internet, etc.

� Programme will draw students’ attention to the questions raised in the beginning

(Focusing attention) and ask them to consult friends and classmates and find

answers collectively.

D. TECHNICAL SPECIFICATIONS

The Education Department is planning to implement Smart Class with the objectives

like, attracting children to schools, creating excitement in and around the school,

Page 66: Smart Class RFP - DNH · 2016-03-31 · Request for Proposal No: dated: Smart Classrooms- Department of Education, DD & DNH Page 2 RFP for Implementation of Smart Classrooms (Education

Request for Proposal No: dated:

Smart Classrooms- Department of Education, DD & DNH Page 66

simplifying difficult concepts, thereby making learning an exciting experience,

fundamentals strong and give a sound foundation to IT literacy etc.

1) The Software should run on open source platform and/or Microsoft windows

platform.

2) The software should compatible with the normal hardware used in LAN

environment.

3) The software should be operational in LAN and Desktop environment.

4) The software should not require any other software other then the operating

system to run the content.

5) It should be available in English, Hindi, Marathi & Gujarati languages. Each

module should have effective and clear voice over. The entire content should

be supported by proper sound effect also.

6) It should cover entire syllabus & subjects as mentioned in this RFP as per the

GSEB/CBSE/MHSEB for Std. 1 to 12.

7) The graphics in the content should be 2D/3D in nature and should be of high

quality. The content should be of broadcast quality (Min. 24 frames per

second)

8) In each module wherever required labeling of diagrams/models should be in

respective language

9) The entire content should be mapped as per the syllabus and arranged as in

a standard wise format and the topics should be listed chapter wise

10) All the topics should have self-explanatory visuals (animated contents) for

each and every point.

11) All the topics should have a number of quizzes/test based on a large number

of questions out of which certain are selected randomly and offered to

student with a choice of 5, 10 or 15 questions of Multiple Choice Questions

which is auto evaluated by computer and results are displayed. If at the end

of the test student has scored less than 50%, the software should suggest &

enable revision of the topic. On 2nd test due to random selection of MCQs

by software a very different quiz/test will be offered and student evaluated on

his responses during 2nd test the results should be given immediately after

the response to each question and in case student had given wrong answer

reasons should be given for committing this mistake along with right answer.

The learning /testing cycle should be repeated again if necessary. i.e. score

Page 67: Smart Class RFP - DNH · 2016-03-31 · Request for Proposal No: dated: Smart Classrooms- Department of Education, DD & DNH Page 2 RFP for Implementation of Smart Classrooms (Education

Request for Proposal No: dated:

Smart Classrooms- Department of Education, DD & DNH Page 67

is <50%.

12) It should have a facility whereby a teacher/student can stop at any point and

restart after a pause from the same point in any topic. All modules should

have pause, play, fast forward and rewind facilities. Software should track the

progress of every student individually on no. of topics covered; scores

achieved topic wise as well as overall, strong and weak topics for this child,

further suggestion for revision and practice. Software should enabled

Computer aided learning as well as computer assisted teaching.

13) It should allow addition of locally developed content of module by the school

Administration/Teachers to allow addition as well as options to customize

(The addition can be taken place by an expert of the service provider.)

14) The SI shall be responsible for updating the content, if the syllabus of any

subject of the scope is changed during the warranty & support period for 5

years. This would cover changes in the prescribed syllabus, as approved by

the Education Department/Gujarat Education Board/Gujarat State School

Textbook Board without any additional cost.

15) The SI will hold periodical review meetings with Education Department (every

3 months to work out ways and means to improve the CAL, CAT in terms of

pedagogy, ease of use etc. based on experience from the field level.

16) Software should be capable of protecting confidential information with

constant reliability. Additionally, constantly back-up all user data.

17) The Software should be capable of

� Course "engine" can be customized to meet department's future needs.

� Any further upgradation in future as and when needed.

18) Software should make learning an enjoyable and encouraging experience for

the students as well as teachers. Presentation on this feature should be

included in the bid.

19) Encourage learners to become more self-sufficient.

20) The software should run on desktop and on a network environment

seamlessly i.e. the content should work without jerks on a shared peer to

peer or network operating system environment and be network enabled.

21) Difficult words should be provided links to electronic dictionaries in English,

Gujarati as the case may require which should further allow cross referencing

through hyperlinks or links activated by right or left click of the mouse.

Page 68: Smart Class RFP - DNH · 2016-03-31 · Request for Proposal No: dated: Smart Classrooms- Department of Education, DD & DNH Page 2 RFP for Implementation of Smart Classrooms (Education

Request for Proposal No: dated:

Smart Classrooms- Department of Education, DD & DNH Page 68

22) Learning as a voyage should take students beyond the textbooks e.g. in

languages chapters the authors or poets are hyperlinked to their own pages

which gives the brief life history of the person, his major works and

publications, his contributions to the society in brief a short biography which

in turn is richly linked to internet through hyperlinks a fusion of developed

content with open courseware and other freely available resources on

internet for e-learning. With the number, quality, and variety of freely available

educational resources growing exponentially which can produce an exciting

learning-teaching experience.

23) Network-enabled open education can catalyze a whole new set of learning

opportunities. The growing open-education movement has made an

increasing number and variety of resources freely available online, including

everything from lecture notes to complete courses and real-time laboratory

experiments. The result is an ability to tailor education to local contexts and

individual learners. That ability, combined with communication technologies

that link learners across the world, can create a powerful new kind of learning

experience that melds localized, individual education with global networks.

Tenderer should demonstrate awareness of these developments and give a

note describing and proposing methods to incorporate these in their software.

24) Computer-aided Assessment ranging from automated multiple-choice tests to

more sophisticated systems, feedback geared towards a student’s specific

mistakes or the computer can navigate the student through a series of

questions adapting to what the student appears to have learned or not

learned. There should be question banks for each subject, class wise and

competency wise. Tests/ quizzes should be generated based on this question

bank.

25) The software should include Hypertext courses: Structured course material to

be used, material to be provided electronically and can be viewed with a

browser. Hyperlinks should connect text, multimedia parts and exercises in a

meaningful way. This should cover subjects & topics for Std. 1 to 12.

26) Animated courses: Enriching text-oriented or audio-based course material by

animations making the content and its appearance more interesting.

Animations created using Macromedia Flash or similar technologies.

27) Search- providing search feature ensuring that one can find the Information

Page 69: Smart Class RFP - DNH · 2016-03-31 · Request for Proposal No: dated: Smart Classrooms- Department of Education, DD & DNH Page 2 RFP for Implementation of Smart Classrooms (Education

Request for Proposal No: dated:

Smart Classrooms- Department of Education, DD & DNH Page 69

needed by doing a simple search.

28) Clarity – utilizing lively and bright colors to facilitate interaction, reading and

information.

29) Learning Management System should be incorporated to include Manage

users, roles, courses, instructors and facilities and generate reports

30) Course calendar i.e. time table

31) Assessment/testing capable of handling student pre/post testing

32) Display scores

33) Dictionary should be with audio pronunciation. There should be read out

facility for English texts in good diction and Indian English accent.

34) Should include psychometric tests for testing the aptitude of children and

generate results and reports for follow up actions.

35) The OMR enabled question paper generation and evaluation facility should

be offered by the software.

Page 70: Smart Class RFP - DNH · 2016-03-31 · Request for Proposal No: dated: Smart Classrooms- Department of Education, DD & DNH Page 2 RFP for Implementation of Smart Classrooms (Education

Request for Proposal No: dated:

Smart Classrooms- Department of Education, DD & DNH Page 70

ANNEXURE-8: CERTIFICATE OF GIVING UNLIMITED RIGHTS

RFP Ref: ________________________ Date: _____________

To,

The Director (Education),

UT Administration of DNH

Silvassa.

We, _____________________ do hereby confirm that in case of the contract being

awarded to us, we are ready to give unlimited licensing rights to Education

Department, DD & DNH for using the software in UTs of DD & DNH as per the their

requirement.

We assure that the unlimited use of licensing rights of the software solution will be

transferred to the Education department, DD & DNH.

Name of the Bidder: -

Signature: -

Seal of the Organization: -

Page 71: Smart Class RFP - DNH · 2016-03-31 · Request for Proposal No: dated: Smart Classrooms- Department of Education, DD & DNH Page 2 RFP for Implementation of Smart Classrooms (Education

Request for Proposal No: dated:

Smart Classrooms- Department of Education, DD & DNH Page 71

Annexure 9: Technical bid marking system

The Technical Evaluation shall be in the format shown below. The information

furnished by the bidders in the technical bid as well as the presentation shall be

the basis for this evaluation. In case any of the information is not made

available the Committee will assign zero marks to that item.

Detailed Marking System

S No Criteria Marks

1 Company Competence 15

1.1

Annual Turnover - Prime bidder’s average annual turnover for the period FY 2012- 2013, 2013-14 and 2014-2015. Audited Financial Statements/ Auditor’s certificate to be submitted.

5

Between 20-25 Cr Between 25- 30 Cr > 30 Cr

3 Marks 4 Marks 5 Marks

1.2 Total no. of smart class rooms successfully implemented. Customer references with execution certificates are required to be submitted.

10

1000 Class rooms (4 Marks)

1001-2000 Class rooms (6 Marks)

2001-3000 Class rooms (8 Marks)

More than 3000 class rooms (10 Marks)

2 Domain experience of the bidder 30

2.1 No. of Education boards supported by the solution proposed. Documentary proofs with customer references should be submitted

5 2 Edu. boards

3 Edu. boards More than 3 Edu. boards

3 Marks 4 marks 5 Marks

2.2 No. of Language mediums supported by the solution proposed

5

Page 72: Smart Class RFP - DNH · 2016-03-31 · Request for Proposal No: dated: Smart Classrooms- Department of Education, DD & DNH Page 2 RFP for Implementation of Smart Classrooms (Education

Request for Proposal No: dated:

Smart Classrooms- Department of Education, DD & DNH Page 72

2 Language mediums

3 Language mediums

More than 3 Language mediums

3 Marks 4 marks 5 Marks

2.3 Quality of the Education content software Solution proposed

by the bidder:

Pre-qualified bidders will be asked to provide the content of

specified syllabus topics in minimum of 2 Education boards

and 2 Language mediums. The team of teachers designated

by tender evaluation committee will evaluate this solution and

then marking will be done.

20

3 Technical capabilities of the bidder 15

3.1 Central server based solution offered by the bidder from

connecting minimum 10 computers (Smart Class rooms) with

the central server in the following no of schools 5

1- 10 11-20 21-30 > 30

2 Marks 3 Marks 4 Marks 5 Marks

3.2 Technical capabilities of the solution proposed : Web based

solution capabilities, Usefulness of the solution through

Internet, Interactive capabilities of the solution, Self-learning

capability features provided by the solutions, Security

features offered by the solution etc. 10

The solution will be evaluated by the tender evaluation

committee based on the technical capabilities offered by the

solution

4 Manpower capabilities of the bidder 10

4.1 The no. of Domain experts borne (Education field ) with

minimum post-graduation in any discipline qualification

with at least 02 years post qualification experience in

the domain of training/ teaching

5

0- 15 16- 25 26- 30 31- 35 > 35

1 mark 2 Marks 3 Marks 4 Marks 5 Marks

4.2 No. of technically qualified professionals in the area of

Project Management, Electronics Solutions, Software

Application development, System Integration and

5

Page 73: Smart Class RFP - DNH · 2016-03-31 · Request for Proposal No: dated: Smart Classrooms- Department of Education, DD & DNH Page 2 RFP for Implementation of Smart Classrooms (Education

Request for Proposal No: dated:

Smart Classrooms- Department of Education, DD & DNH Page 73

Networking

0- 50 51- 100 101-125 126-150 > 150

1 mark 2 Marks 3 Marks 4 Marks 5 Marks

5 Technical Presentation 30

TOTAL 100

Annexure 10 - Format for Power of Attorney for Lead Member of Consortium

Whereas the Director (Education), Dadra & Nagar Haveli, Silvassa has

invited bids from the interested bidders for implementing "Smart classrooms

solution (including Supply and Installation of software, IT (Desktop computers,

Multifunction Printer, LAN and WAN (switch/ router etc) and non-IT equipment

(Site preparation, electrical/ UPS with required wiring etc), commissioning,

integration and maintenance in the UT Administration of Daman & Diu and Dadra

& Nagar Haveli” (hereinafter referred as "the Project"). Whereas,

AND

___________________ (the “bidder” or collectively “Consortium” being Members

of the Consortium) are interested in bidding for the Project in accordance with the

terms and conditions of the Request for Proposal and other connected documents

in respect of the Project,

AND

Whereas, it is necessary for the Members of the Consortium to designate one of

them as the Lead Member with all necessary power and authority to do for and on

behalf of the Consortium, all acts, deeds and things as may be necessary in

connection with the Consortium’s bid for the Project and its execution.

NOW THEREFORE KNOW ALL MEN BY THESE PRESENTS

I, M/s.________, having our registered office at _________ , [the respective names

and addresses of the registered office] (hereinafter collectively referred to as the

“Principals”) do hereby irrevocably designate, nominate, constitute, appoint and

M/s _______ , having its registered office at ________ , being a Member of the

Consortium, as the Lead Member and true and lawful attorney of the Consortium

Page 74: Smart Class RFP - DNH · 2016-03-31 · Request for Proposal No: dated: Smart Classrooms- Department of Education, DD & DNH Page 2 RFP for Implementation of Smart Classrooms (Education

Request for Proposal No: dated:

Smart Classrooms- Department of Education, DD & DNH Page 74

(hereinafter referred to as the “Attorney”) and hereby irrevocably authorize the

Attorney (with power to sub-delegate) to conduct all business for and on behalf of

the Consortium and any one of us during the bidding process and, in the event the

Consortium is awarded the contract, during the execution of the Project, and in this

regard, to do on our behalf and on behalf of the Consortium, all or any of such acts,

deeds or things as are necessary or required or incidental to the submission of its

bid for the Project, including but not limited to signing and submission of all

applications, bids and other documents and writings, participate in bidders’ and

other conferences, respond to queries, submit information/ documents, sign and

execute contracts and undertakings consequent to acceptance of the bid of the

Consortium and generally to represent the Consortium in all its dealings with the

Tendering Party, and/ or any other Education Department Agency or any person, in

all matters in connection with or relating to or arising out of the Consortium’s bid for

the Project and/ or upon award thereof till the contract is entered into with the

Education Department and the Tendering Party.

AND hereby agree to ratify and confirm and do hereby ratify and confirm all acts,

deeds and things lawfully done or caused to be done by our said Attorney pursuant

to and in exercise of the powers conferred by this Power of Attorney and that all

acts, deeds and things done by our said Attorney in exercise of the powers hereby

conferred shall and shall always be deemed to have been done by us/ Consortium.

IN WITNESS WHEREOF WE THE PRINCIPALS ABOVE NAMED HAVE

EXECUTED THIS POWER OF ATTORNEY ON THIS _____ DAY OF _____, 20**.

For (Name & Title) For _ (Name & Title)

Witnesses:

1.

2.

(Executants)

(To be executed by all the Members of the Consortium) Notes:

(a) The mode of execution of the Power of Attorney should be in accordance

with the procedure, if any, laid down by the applicable law and the charter

documents of the notarized(s) and when it is so required, the same should be under

common seal affixed in accordance with the required procedure.

(b) Also, wherever required, the Bidder should submit for verification the extract

of the charter documents and documents such as a resolution/ power of attorney in

Page 75: Smart Class RFP - DNH · 2016-03-31 · Request for Proposal No: dated: Smart Classrooms- Department of Education, DD & DNH Page 2 RFP for Implementation of Smart Classrooms (Education

Request for Proposal No: dated:

Smart Classrooms- Department of Education, DD & DNH Page 75

favour of the person executing this Power of Attorney for the delegation of power

hereunder on behalf of the Bidder.

(c) For a Power of Attorney executed and issued overseas, the document will

also have to be notarized by the Indian Embassy and notarized in the jurisdiction

where the Power of Attorney is being issued.

Annexure 11 - Format for OEM / Manufacturers Authorization Certificate

(To be enclosed with Technical Bid)

(On the letterhead of OEM carrying address, contact numbers, TIN number with sign

and seal of authorized signatory)

To: The Director (Education),

Dadra & Nagar Haveli

1. It is certified that M/s________, are our authorized distributors / resellers/

agents and they have been authorized to quote and sell WWW. (name of

equipment or part or hardware or COTS software with full details ) and

WWWWWWWWW. (Accessories) Make/ Model No.----------------------------------- is

manufactured / developed by us to Education Department, DD & DNH.

We will provide them all necessary support for providing effective after sale

services.

2. That in the event of this bidder being awarded this tender, we will provide

adequate quantity of quoted make, model of hardware/ quoted version of software

and associated services within the given delivery period of this tender.

3. We further certify that the items offered are not “end of life/ end of sale” for

the period of five years from the last date of the bid submission. In the event the

offered items are so declared, after installation and commissioning, during the

project period, we accept to replace the said item (s) with an equivalent or superior

product at no extra cost to the department.

4. We also agree to provide updates/ upgrades of the offered items (including

Page 76: Smart Class RFP - DNH · 2016-03-31 · Request for Proposal No: dated: Smart Classrooms- Department of Education, DD & DNH Page 2 RFP for Implementation of Smart Classrooms (Education

Request for Proposal No: dated:

Smart Classrooms- Department of Education, DD & DNH Page 76

OS, patches etc) at no extra cost to the UT Administration/ Education Department,

DD & DNH during the project duration

5. That this assurance is being given after assessing the financial capability of

the bidder and our contractual arrangements with the bidder.

Authorized signatory

(Signature, Name, designation, contact address and Telephone number)

Seal

Annexure 12: PROFORMA FOR CONTRACT PERFORMANCE BANK

GUARANTEE

(To be stamped in accordance with Stamp Act)

Bank Guarantee No___________ Date__________

Ref________________________

To,

The Director (Education)

Dadra & Nagar Haveli, Silvassa

Dear Sir,

In consideration of the Director (Education), Dadra & Nagar Haveli, Silvassa

(hereinafter referred to as the ‘Education Department, Silvassa’ which expression

shall unless repugnant to the context or meaning thereof include its successors,

administrators and assignees) having awarded to M/s_________________ with its

Registered/ Head Office at_____________ (hereinafter referred to as the ‘SI’ which

expression shall unless repugnant to the context or meaning thereof, include its

successors, administrators, executors and assignees), a Contract by issue of the

Education Department, Silvassa’s letter of intent No._______ dated __/__/____

entering into a formal contract to that effect with the Education Department, Dadra

& Nagar Haveli, Silvassa on _________vide Agreement No.________(hereinafter

referred to as the “Contract”) and the SI having agreed to provide a Contract

Performance Bank Guarantee for the faithful performance of the entire Contract

equivalent to_______*_______Fifteen percent of the said value of the Contract to

the Education Department, Silvassa.

Page 77: Smart Class RFP - DNH · 2016-03-31 · Request for Proposal No: dated: Smart Classrooms- Department of Education, DD & DNH Page 2 RFP for Implementation of Smart Classrooms (Education

Request for Proposal No: dated:

Smart Classrooms- Department of Education, DD & DNH Page 77

We__________________________ (Name & Address of the bank) having its Head

office at________________(hereinafter referred to as the ‘Bank’ which expression

shall, unless repugnant to the context or meaning thereof, include its successors,

administrators, executors and assignees) do hereby guarantee and undertake to

pay the Education Department, Dadra & Nagar Haveli, Silvassa, on mere demand

any and all moneys payable by the SI to the extent of Rs____*____as aforesaid at

any time upto ____________ (day/month/year) without any demur, reservation,

contest, recourse or protest and/or without any reference to the SI. Any such

demand made by the Education Department, Dadra & Nagar Haveli, Silvassa on

the Bank shall be conclusive and binding notwithstanding any difference between

the Education Department, Dadra & Nagar Haveli, Silvassa and the SI or any

dispute pending before any court, Tribunal, Arbitrator or any other authority. The

Bank undertakes not to revoke this guarantee during its currency without previous

consent of the Education Department, Dadra & Nagar Haveli, Silvassa and further

agrees that the guarantee herein contained shall continue to be enforceable till the

Education Department, Dadra & Nagar Haveli, Silvassa discharges this guarantee.

The Education Department, Dadra & Nagar Haveli, Silvassa shall have the fullest

liberty without affecting in any way the liability of the bank under this guarantee,

from time to time to extend the time for performance of the contract by the SI. The

Education Department, Dadra & Nagar Haveli, Silvassa shall have the fullest

liberty, without affecting the guarantee, to postpone from time to time the exercise

of any powers vested in them or of any right which they might have against the SIs,

and to exercise the same at any time in any manner, and either to enforce or to

forbear to enforce any covenants, contained or implied in the Contract between the

Education Department, Dadra & Nagar Haveli, Silvassa and the SI or any other

course or remedy or security available to the Education Department, Silvassa. The

bank shall not be relieved of its obligations under these presents by any exercise

by the Education Department, Dadra & Nagar Haveli, Silvassa of its liberty with

reference to the matters aforesaid or any of them or by reason of any other act or

forbearance or other acts of omission or commission on the part of the Education

Department, Dadra & Nagar Haveli, Silvassa or any other indulgence shown by the

Education Department, Dadra & Nagar Haveli, Silvassa or by any other matter or

thing whatsoever which under law would, but for this provision, have the effect of

relieving the bank.

Page 78: Smart Class RFP - DNH · 2016-03-31 · Request for Proposal No: dated: Smart Classrooms- Department of Education, DD & DNH Page 2 RFP for Implementation of Smart Classrooms (Education

Request for Proposal No: dated:

Smart Classrooms- Department of Education, DD & DNH Page 78

The Bank also agrees that the Education Department, Dadra & Nagar Haveli,

Silvassa at its option shall be entitled to enforce this Guarantee against the Bank as

a principal debtor, in the first instance without proceeding against the SI and

notwithstanding any security or other guarantee that the Education Department,

Dadra & Nagar Haveli, Silvassa may have in relation to the SI’s liabilities. We

undertake to pay to the Education Department any amount so demanded by the

Education Department, notwithstanding.

a. any dispute or difference between the Education Department or the SI or any

other person or between the SI or any person or any suit or proceeding pending

before any court or tribunal or arbitration relating thereto; or

a. the invalidity, irregularity or un-enforceability of the contract; or

c. in any other circumstances which might otherwise constitute discharge of this

Guarantee, including any act of omission or commission on the part of the

Education Department to enforce the obligations by the SIs or any other person for

any reason whatsoever.

We, the Bank further agree that the guarantee herein contained shall be continued

on and remain in full force and effect during the period that would be taken for the

performance of the said Agreement and that it shall continue to be enforceable till

all the dues of the Education Department under or by virtue of the said agreement

have been fully paid and its claims satisfied or discharged or till the Education

Department, Silvassa, certifies that the terms and conditions of the said Agreement

have been fully and properly carried out by the said SI(s) and accordingly

discharges this guarantee.

We___________________________________ hereby agree and undertake that

(indicate the name of the bank) any claim which the Bank may have against the SI

shall be subject and subordinate to the prior payment and performance in full of all

the obligations of the Bank hereunder and the Bank will not without prior written

consent of the Education Department exercise any legal rights or remedies of any

kind in respect of any such payment or performance so long as the obligations of

the Bank hereunder remain owing and outstanding, regardless of the insolvency,

liquidation or bankruptcy of the SI or otherwise howsoever. We will not counter

claim or set off against its liabilities to the Education Department hereunder any

sum outstanding to the credit of the Education Department with it.

Page 79: Smart Class RFP - DNH · 2016-03-31 · Request for Proposal No: dated: Smart Classrooms- Department of Education, DD & DNH Page 2 RFP for Implementation of Smart Classrooms (Education

Request for Proposal No: dated:

Smart Classrooms- Department of Education, DD & DNH Page 79

Notwithstanding anything contained herein above our liability under this guarantee

is limited to total amount of Rs______*______and it shall remain in force upto and

including__________**_________and shall be extended from time to time for such

further period as desired by M/s____________________ on whose behalf this

guarantee has been given.

Dated this ____________day of______________20**___________ at

WITNESS

(Signature)_________________ (Signature)

________________________________

(Name)____________________

NAME____________________ (Banker’s Rubber Stamp) ____________________

(Official address)____________ Attorney as per Power of Attorney_____________

* This sum shall be ten percent (10%) of the Contract Price.

** The date will be 05 (five) years and three months from the date of award of the

contract. In case of Bank guarantee issued by a Foreign Bank, the same shall be

confirmed by any Nationalised/ Scheduled Commercial Bank in India.

Page 80: Smart Class RFP - DNH · 2016-03-31 · Request for Proposal No: dated: Smart Classrooms- Department of Education, DD & DNH Page 2 RFP for Implementation of Smart Classrooms (Education

Request for Proposal No: dated:

Smart Classrooms- Department of Education, DD & DNH Page 80

Annexure 13

SCHEDULE FOR TIME OF COMPLETION OF PROJECT AND TRAINING

The following shall be the time schedule for completion of the proposed project.

I/ We (the bidder/ prime bidder) agree to abide by the above schedule and

understand that penalty will be imposed as follows in case of failure to meet above

schedule.

S No Criteria/ Activity/Task/ Milestones Time to Completion

1. Acceptance of work order/ Project Start T

2 Requirement Gathering and Planning T+ 21 days

3 Submission of FRS and SRS Document T + 45 days

4 Supply and installation of equipments at

respective sites and completion of Hardware/

networking requirement

T + 75 days

5 Application Development/Customization T + 90 days

6 User Acceptance Testing T + 100

7 Application hosting in local servers in each

location or alternatively in UT Data Centre/

NIC cloud/ SI data centre and System Go-

Live

T + 120 days

8 Training T + 150 days

9 Acceptance of the system T + 150 days

Page 81: Smart Class RFP - DNH · 2016-03-31 · Request for Proposal No: dated: Smart Classrooms- Department of Education, DD & DNH Page 2 RFP for Implementation of Smart Classrooms (Education

Request for Proposal No: dated:

Smart Classrooms- Department of Education, DD & DNH Page 81

10 Trail run for one month and handing over of

the system to the department

T + 180 days

• T refers to project start date. This should be within 1 week of t h e

p r o j e c t k i c k - o f f m e e t i n g / signing of Agreement whichever is earlier

• Date of entering into the contract agreement from the issue of work order

should not exceed 15 days

• O&M Phase will start from the date of Go-Live Date and will last for 5 Years

• Above timelines are mentioned for the SI to perform various activities under

given milestones

• Time taken by the Education Department for evaluation and approval of

deliverables will be excluded from above timelines

Annexure 14: No of classrooms for smart class

Daman (only Gujarat Board)

Medium

Section Gujarati English Marathi Hindi Total

Secondary/ Higher

Secondary 66 06 -- -- 72

Upper Primary 85 21 -- -- 106

Primary (School buildings) 31 03 -- -- 34

Total 182 30 -- -- 212

Diu (only Gujarat Board)

Medium

Section Gujarati English Marathi Hindi Total

Secondary/ Higher

Secondary 65 02 -- -- 67

Upper Primary 64 -- -- -- 64

Primary (School buildings) 18 -- -- -- 18

Total 147 02 -- -- 149

Dadra & Nagar Haveli (no of classrooms)

Page 82: Smart Class RFP - DNH · 2016-03-31 · Request for Proposal No: dated: Smart Classrooms- Department of Education, DD & DNH Page 2 RFP for Implementation of Smart Classrooms (Education

Request for Proposal No: dated:

Smart Classrooms- Department of Education, DD & DNH Page 82

Medium

Board Gujarati English Marathi Hindi Total

Gujarat 166 37 -- 16 219

Maharashtra -- -- 51 -- 51

CBSE -- -- -- -- --

Total 166 37 51 16 270

No of buildings 24: for 270 classes

Primary 179 08 68 -- 255

Upper Primary 284 22 79 -- 385

Total 463 30 147 -- 640

No of buildings: 249 for 640 classes

Annexure 15: Lists of School buildings: UT of Dadra & Nagar Haveli

Sr. No.

Name and Address of the School

1 Govt. Higher Secondary School, Rakholi

2 Govt. Higher Secondary School, Dadra

3 Govt. Higher Secondary School, Galonda

4 Govt. Higher Secondary, Silvassa (T) (GM)

5 Govt. Higher Secondary School, Randha

6 Govt. Higher Secondary School, Naroli

7 Govt. Higher Secondary School, Silvassa, (T) (EM)

8 Govt. Higher Secondary School, Khanvel, (GM)

9 Govt. Higher Secondary School, Khanvel, (MM)

10 Govt. Higher Secondary School, Silvassa, (T) (HM)

11 Govt. Higher Secondary School Silvassa, (T) (MM)

12 Govt. Higher Secondary School, Dudhani

13 Govt. Higher Secondary School, Dapada

14 Govt. High School, Mandoni (MM)

15 Govt. High School, Dokmardi

Page 83: Smart Class RFP - DNH · 2016-03-31 · Request for Proposal No: dated: Smart Classrooms- Department of Education, DD & DNH Page 2 RFP for Implementation of Smart Classrooms (Education

Request for Proposal No: dated:

Smart Classrooms- Department of Education, DD & DNH Page 83

16 Govt. High School, Bedpa (MM)

17 Govt. High School, Sindoni

18 Govt. High School, Morkhal

19 Govt. High School, Kharadpada

20 Govt. High School, Amboli (MM)

21 Govt. High School, Silvassa (Z)

22 Govt. High School, Surangi

23 Govt. High School, Sili

24 Govt. High School, Falandi

Page 84: Smart Class RFP - DNH · 2016-03-31 · Request for Proposal No: dated: Smart Classrooms- Department of Education, DD & DNH Page 2 RFP for Implementation of Smart Classrooms (Education

Request for Proposal No: dated:

Smart Classrooms- Department of Education, DD & DNH Page 84

Annexure 16: Number of Buildings of Primary/Upper Primary/Sec./ Higher Sec

School, Diu

Sr No.

Name of School Compound No. Of School Building

Section Medium

1 GPS NO. 1 Ghoghla Own building in broken condition School operating in GHS(B) Ghoghla

1 Primary Gujarati

2 GPS NO.3 Ghoghla Primary Gujarati

3 GPS NO.2 Ghoghla One 1 Primary Gujarati

4 GMS(B) Ghoghla Own building in broken condition. School operating in GHS(G) Ghoghla

1

Upper Primary

Gujarati

5 GMS(G) Ghoghla Upper

Primary Gujarati

6 Govt. High school(boys), Ghoghla

One 1 Secy Gujarati

7 Govt. Higher sec. school(G),Ghoghla

One 1 Higher Secy

Gujarati

8 Govt. Higher secondary school, Diu

One 1 Higher Secy

Gujarati

9 GPS NO.1 Diu

One 1

Primary Gujarati

10 GPS NO. 2 Diu Primary Gujarati

11 Govt. High school(G), Diu

1 Secy Gujarati

12 GMS(B) Diu One 1

Upper Primary

Gujarati

13 GMS(G) Diu Upper

Primary Gujarati

14 GPS Gandhipara One 1 Primary Gujarati

15 GPS Fudam

One 1

Primary Gujarati

16 GMS Fudam Upper

Primary Gujarati

17 Govt. High school, Fudam

Secy Gujarati

18 GPS Malala One 1 Primary Gujarati

19 GPS Kevdi One 1

Primary Gujarati

20 GMS Kevdi Upper

Primary Gujarati

21 GPS Zolawadi One 1 Primary Gujarati

Page 85: Smart Class RFP - DNH · 2016-03-31 · Request for Proposal No: dated: Smart Classrooms- Department of Education, DD & DNH Page 2 RFP for Implementation of Smart Classrooms (Education

Request for Proposal No: dated:

Smart Classrooms- Department of Education, DD & DNH Page 85

22 GPS Bucharwada

Own building under construction. Currently operating in GPS Patelwadi

1

Primary Gujarati

23 GMS Bucharwada

Own building under construction. Currently operating in GHS Bucharwada

Upper Primary

Gujarati

24 Govt. Higher secondary school, Bucharwada

One 1 Higher Secy

Gujarati

25 GPS Patelwadi One 1 Primary Gujarati

26 GPS Nagoa

One 1

Primary Gujarati

27 GMS Nagoa Upper

Primary Gujarati

28 Govt. High school, Nagoa

Secy Gujarati

29 GPS Dagachi One 1 Primary Gujarati

30 GMS Dagachi One 1

Upper Primary

Gujarati

31 Govt. High school, Dagachi

Secy Gujarati

32 GPS Saudwadi

One 1

Primary Gujarati

33 GMS Saudwadi Upper

Primary Gujarati

34 Govt. High school, Saudwadi

1 Secy Gujarati

35 GPS NO.1 Vanakbara

One 1

Primary Gujarati

36 GPS NO.2 Vanakbara Primary Gujarati

37 GMS (G) Vanakbara Upper

Primary Gujarati

38 Govt Higher Sec. School(G), Vanakbara

Higher Secy

Gujarati

39 GPS NO.3 Vanakbara One 1 Primary Gujarati

40 GPS No.4 Vanakbara One 1 Primary Gujarati

41 GMS (B) Vanakbara

One 1

Upper Primary

Gujarati

42 Govt Higher Secondary School, Vanakbara

Higher Secy

Gujarati

Total 26

Page 86: Smart Class RFP - DNH · 2016-03-31 · Request for Proposal No: dated: Smart Classrooms- Department of Education, DD & DNH Page 2 RFP for Implementation of Smart Classrooms (Education

Request for Proposal No: dated:

Smart Classrooms- Department of Education, DD & DNH Page 86

Annexure 17: List of School Buildings, Daman

Sr No.

Name of School Compound No. Of School Building

Section Medium

1 GPS Patlara

One 1

Primary Gujarati

2 GMS Patlara Upper

Primary Gujarati

3 GHS Patlara Secy Gujarati

4 GPS Bharwadfalia One 1

Upper Primary

Gujarati

5 GMS Bharwadfalia Primary Gujarati

6 GPS Magarwada One 1 Primary Gujarati

7 GPS Bhamti

One 1

Primary Gujarati

8 GMS Bhamti Upper

Primary Gujarati

9 GPS Damanwada E/M Primary English

10 GMS Damanwada E/M Upper

Primary English

11 GPS A/S Zari

One

1 Primary Gujarati

12 GMS Zari Upper

Primary Gujarati

13 GHS Zari 1 Secy Gujarati

High Secy

Gujarati

14 GPS Damanwada

One 1

Primary Gujarati

15 GMS Damanwada Upper

Primary Gujarati

16 GHS Damanwada 1 Secy Gujarati

17 GPS Nailapardi One 1 Primary Gujarati

18 GPS Pariyari One 1

Primary Gujarati

19 GMS Pariyari Upper

Primary Gujarati

20 GHS Pariyari One 1 Secy Gujarati

21 GPS Jampore One 1 Primary Gujarati

22 GPS,Varliwad, Jampore

One 1 Primary Gujarati

23 GPS Thanapardi One 1 Primary Gujarati

Page 87: Smart Class RFP - DNH · 2016-03-31 · Request for Proposal No: dated: Smart Classrooms- Department of Education, DD & DNH Page 2 RFP for Implementation of Smart Classrooms (Education

Request for Proposal No: dated:

Smart Classrooms- Department of Education, DD & DNH Page 87

24 GMS Thanapardi Upper

Primary Gujarati

25 GPS Ambawadi One 1

Primary Gujarati

26 GMS Ambawadi Upper

Primary Gujarati

27 GPS Bhens Road One 1

Primary Gujarati

28 GMS Bhens Road Upper

Primary Gujarati

29 GPS Dunetha

One 1

Primary Gujarati

30 GMS Dunetha Upper

Primary Gujarati

31 GHS Dunetha Secy Gujarati

32 GPS Varkund

One 1

Primary Gujarati

33 GMS Varkund Upper

Primary Gujarati

34 GHS Varkund Secy Gujarati

35 GPS Kachigam

One

1 Primary Gujarati

36 GMS Kachigam Upper

Primary Gujarati

37 GHS Kachigam 1 Secy Gujarati

1 High Secy

Gujarati

38 GPS Ringanwada

One 1

Primary Gujarati

39 GPS Ringanwada E/M Primary English

40 GMS Ringanwada E/M Upper

Primary English

41 GPS Dabhel

One

1 Primary Gujarati

42 GMS Dabhel Upper

Primary Gujarati

43 GHS Dabhel 1 Secy Gujarati

High Secy

Gujarati

44 GPS Marwad

One

1 Primary Gujarati

45 GMS Marwad 1

Upper Primary

Gujarati

46 GHS Marwad Secy Gujarati

47 GPS Devka One 1

Primary Gujarati

48 GMS Devka Upper Gujarati

Page 88: Smart Class RFP - DNH · 2016-03-31 · Request for Proposal No: dated: Smart Classrooms- Department of Education, DD & DNH Page 2 RFP for Implementation of Smart Classrooms (Education

Request for Proposal No: dated:

Smart Classrooms- Department of Education, DD & DNH Page 88

Primary

49 GPS Devka Colony One 1

Primary Gujarati

50 GMS Devka Colony Upper

Primary Gujarati

51 GPS Kadaiya One 1

Primary Gujarati

52 GMS Kadaiya Upper

Primary Gujarati

53 GPS Bhimpore One 1

Primary Gujarati

54 GMS Bhimpore Upper

Primary Gujarati

55 GHS Bhimpore One 1 Secy Gujarati

High Secy

Gujarati

56 GPS A/S Bhimpore One 1

Primary Gujarati

57 GMS A/S Bhimpore Upper

Primary Gujarati

58 GPS Moti Vankad One 1

Primary Gujarati

59 GMS Moti Vankad Upper

Primary Gujarati

60 GPS Dalwada One 1

Primary Gujarati

61 GMS Dalwada Upper

Primary Gujarati

62 GPS Moti Daman

One 1

Primary Gujarati

63 GMS Moti Daman Upper

Primary Gujarati

64 GHS Moti Daman Secy Gujarati

High Secy

Gujarati

65 GPS Nani Daman (G/M)

One 1

Primary Gujarati

66 GPS Kharawad Primary Gujarati

67 GHS Nani Daman (E/M)

Secy English

68 GMS Nani Daman (E/M)

One 1 Primary English

69 GPS Nani Daman (E/M)

Upper Primary

English

70 GPS Kathiriya One 1

Primary Gujarati

71 GMS Kathiriya Upper

Primary Gujarati

72 GPS Khariwadi One 1 Primary Gujarati

Total 39