Directorate of Education (Secondary and Higher Secondary), Maharashtra State (D.E.S &H.S.) (ICT Scheme)

Similar documents
This is a Dummy Tender for Training on e- Tendering System it has no Relation to Actual Work There Off

NOTICE INVITING QUOTATION

TENDER DOCUMENT FOR REF: BNS/P&E/2018/RDCC

INDIAN INSTITUTE OF TECHNOLOGY INDORE

DELHI METRO RAIL CORPORATION LTD. (A Joint Venture of Govt. of India & Govt. of NCT, Delhi)

Disable friendly Washrooms at hostel blocks (A & E)

CORRIGENDUM NO 1 FOR RFP FOR IMPLIMENTATION OF ICT SCHEME IN 5000 SCHOOLS (ICT PHASE III) IN VARIOUS REGIONS OFD MAHARASHTRA STATE Page S.N. No.

Development of Automation Software for Bodoland University

Tender No GSO/CED/CE/TR - 410/2011

HIMACHAL PRADESH TOURISM DEVELOPMENT CORPORATION INDIA (AN UNDERTAKING OF THE GOVT OF HIMACHAL PRADESH)

OFFERS ARE INVITED FOR MANAGEMENT OF LOYALTY CARDS PROGRAM FOR CITCO S HOTEL MOUNTVIEW

KUDUMBASHREE STATE MISSION

SARDAR VALLABHBHAI PATEL INTERNATIONAL SCHOOL OF TEXTILES AND MANAGEMENT

TECHNICAL BID. UTI Infrastructure Technology And Services Ltd.

Deposit 2% in in Rs Construction of Godown for MSSC

2 Name of work Construction of Neutronics Laboratory Building and allied works at Institute for Plasma Research (IPR), Bhat, Gandhinagar.

STATE BANK OF INDIA, LOCAL HEAD OFFICE, LUCKNOW

Tender for Engagement of Chartered Accountant CONTENTS

STATE BANK OF INDIA, LOCAL HEAD OFFICE, CHANDIGARH

REQUEST FOR PROPOSAL FOR DESIGN, DEVELOPMENT & MAINTENANCE OF STATE OF THE ART WEBSITE

Expression of Interest for Supply and Installation of Laboratory Furniture

DELHI METRO RAIL CORPORATION LTD. (A JOINT VENTURE OF GOVT. OF INDIA AND GOVT. OF DELHI) TENDER NO. REP/MACHINES/DMRC/MB/2018

NOTICE INVITING TENDER (e-tender) AMC of IT Equipment (Computers, Associated Peripherals and Servers) (Tender: AMC17)

Directorate of Primary Education, Maharashtra State (D.P.E.M.S.) (Mid Day Meal Scheme) CORRIGENDUM -02

Replacement of old Split ACs with VRV AC system at SHD, SLAP, KG & TZI

Tender. For. Consultancy Services for Auditorium interior works. All India Institute of Medical Sciences, Jodhpur

Mehr Chand Mahajan DAV College for Women Sector 36-A, Chandigarh (U.T.) Tender Document for Purchase of Desktop Computers

PANJAB UNIVERSITY CHANDIGARH

Gujarat Technological University

Standard Bidding Document TECHNICAL BID. Raja Narendra Lal Khan Women's College

INDIAN INSTITUTE OF TECHNOLOGY BOMBAY MATERIALS MANAGEMENT DIVISION

Tender No: DLI/CON/728/505 NOTICE INVITING TENDER

Supply of Digital Rebound Hammer at College of Engineering Pune

SECRETARIAT OF ELECTION COMMISSION OF INDIA ELECTION COMMISSION OF INDIA Nirvachan Sadan, Ashoka Road, New Delhi

Services for Assessment, Designing and Implementation of IT Governance Framework

KARNATAKA POWER CORPORATION LIMITED (A Government of Karnataka Enterprise) Abstract Bid Notification. (Two Cover System)

NOTICE FOR EMPANELMENT OF ARCHITECTS CONTRACTORS, ELECTRICAL CONTRACTORS, A/C CONTRACTORS

FACT RCF BUILDING PRODUCTS LTD (A Joint Venture of FACT & RCF, Both Government of India Enterprises)

NOTICE INVITING TENDERS

STATE BANK OF INDIA, LOCAL HEAD OFFICE, CHANDIGARH

TECHNICAL BID UTI Infrastructure Technology And Services Ltd.

Jhabua Power Ltd. NOTICE INVITING BIDS

CONTRACT DOCUMENTS FOR THE WORK

Subject: Inviting Tender / Quotation for Designing and Printing of University Annual Report (Hindi Version)

KARNATAKA POWER CORPORATION LTD TENDER DOCUMENT

STATE BANK OF INDIA, LOCAL HEAD OFFICE, CHANDIGARH

CANTONMENT BOARD AMBALA

Subject: Tender for Manufacturing and Supply of Self Adhesive Stickers under two bid system (technical bid and financial bid) -reg

प ज ब एण ड स ध ब क PUNJAB & SIND BANK

Corporation Bank (A Premier Govt. of India Enterprise)

DOCUMENT FOR EMPANELMENT OF ARCHITECTS FOR THE PERIOD This document consists of the following

PANJAB UNVIERSITY, CHANDIGARH. TENDER NOTICE. Sealed tenders are invited in three part bid system from the eligible firms for following work:

Department of Information and Public Relations, Government of Andhra Pradesh invites applications from reputed advertising agencies for empanelment.

South Bengal State Transport Corporation Dr. B.C. Roy Avenue, Durgapur ,Burdwan. ( A Govt. of West Bengal Undertaking )

MEMO NO. 02/KIT/CE/HOUSING SECTOR/KMDA/T-1 (13-14) Dt: Detailed e-tender Notice No. KMDA/HOUSING SECTOR/CE/NIT-21/

Scanned by CamScanner

DELHI METRO RAIL CORPORATION LTD.

INVITATION EXPRESSION OF INTEREST (EOI) Jharkhand Bijli Vitran Nigam Limited FOR SECRETARIAL AUDIT FOR THE F.Y

DELHI METRO RAIL CORPORATION LIMITED KOCHI METRO RAIL PROJECT

CENTRAL WAREHOUSING CORPORATION

Ref No. MAIN-MEP0STN(WO)/1/2017-ELE-MEP 19 th April 2017

Central Electricity Supply Utility of Odisha

NOTICE INVITING TENDER (NIT) (e-tender)

FACT RCF BUILDING PRODUCTS LTD (A Joint Venture of FACT & RCF, Both Government of India Enterprises)

National Science Foundation Ministry of Science, Technology & Research

The Election Commission of India

Divisional Office Jeevan Prakash Nainital Road Haldwani,P.O. Kathgodam Wanted RENTED ROOMS for use as ORDINARY GUEST HOUSE on Lease at Haldwani

Tender For Construction Of 5.00 Llpd Dairy Plant at Dehri-On- Sone, Bihar, From Grid Y11 To Y19 etc complete.

THE ADMISSION COMMITTEE FOR PROFESSIONAL COURSES GUJARAT STATE, INDIA. Price Tender Form (PTF)

Ref.No.Q027/M(P)/OSELT-30MG/TNMSC/2016 Date : INVITATION OF LIMITED TENDER FOR THE SUPPLY OF OSELTAMIVIR CAPSULE IP - 30MG TO THE TNMSC

TENDER NOTICE. Comprehensive Annual Maintenance Contract for Konica Minolta Photocopiers.

Subject: Tender for supply of Antivirus and Application Software under two bid system (technical bid and financial bid) -reg

STATE BANK OF INDIA, LOCAL HEAD OFFICE, CHANDIGARH

Detail Tender Notice (Second Call)

TENDER FOR SUPPLY, PROVIDING & FIXING HEAVY DUTY PVC FLOORING FOR M/S BALMER LAWRIE & CO LTD 21, NETAJI SUBHASH ROAD KOLKATA

5250/- Serial No DELHI METRO RAIL CORPORATION LTD. (A JOINT VENTURE OF GOVT. OF INDIA AND GOVT. OF DELHI)

TEACHERS SERVICE COMMISSION TENDER DOCUMENT FOR DISPOSAL OF LPG CYLINDERS WITH GAS (TSC EMPLOYEES ONLY). CLOSING DATE: FRIDAY, 1 ST APRIL 2016.

TENDER DOCUMENT FOR INSTALLATION OF CCTV SURVEILLANCE SYSTEM

/Institute of Physics /Sachivalaya marg / Bhubaneswar

KARNATAKA POWER CORPORATION LTD TENDER DOCUMENT

INDIAN INSTITUTE OF TECHNOLOGY INDORE

BANK OF BARODA ZONAL OFFICE, GREATER MUMBAI ZONE TENDER NOTICE : ELECTRICAL AUDIT OF THE BRANCHES / OFFICES.

YASHWANTRAO CHAVAN ACADEMY OF DEVELOPMENT ADMINISTRATION Rajbhavan Complex, Baner Road, Pune

JAMSHEDPUR (TATANAGAR)

FRANCHISING OF OPERATION AND MAINTENANCE OF PARKING AREA AT BOAT HOUSE, OOTY

SUPPLY AND INSTALLATION OF INTERNET BANDWIDTH SERVICES

WEST BENGAL STATE ELECTIRCITY DISTRIBUTION COMPANY LIMITED

NIT LIMITED NO. NC-197-CC-NP-S&M ADOBE ACROBAT PROFESSIONAL XI (PERPETUAL LICENSE)

EoI No.: WAP/H-3082/CSEZ/ /17; Dated September 15, 2018 NOTICE INVITING. EXPRESSION OF INTEREST (EoI) for

GOVERNMENT OF PUDUCHERRY DEPARTMENT OF TOURISM

South Bengal State Transport Corporation (A Government of West Bengal Undertaking )

DELHI METRO RAIL CORPORATION LIMITED

Invitation For Expression Of Interest For Providing Project Management Consultancy Services At Vidyasagar Industrial Park at Kharagpur In West Bengal

Tender Document for Purchase of Gas Chromatograph

EoI No.: WAP/H-3082/CSEZ/ /15; Dated September 15, 2018 NOTICE INVITING. EXPRESSION OF INTEREST (EoI) for

MM/IMP-COAL/CIF-IHC-2012/SMS ANNEXURE-I Annex- I (1/6) INSTRUCTIONS TO THE BIDDERS

Dr. Ram Manohar Lohiya National Law University, Lucknow

C O N T E N T S S.NO: DESCRIPTION: NO.OF PAGES: 1. Contents Notice Inviting Tenders 4

ITI LIMITED (Govt. of India Undertaking) PALAKKAD PLANT KANJIKODE WEST, PALAKKAD , KERALA STATE, INDIA Web Site:

Gujarat Technological University (Established Under Gujarat Act No.: 20 of 2007)

Transcription:

Directorate of Education (Secondary and Higher Secondary), Maharashtra State (D.E.S &H.S.) (ICT Scheme) (1st Floor, Central Building, Dr. Annie Besant Road, Pune -411001) TENDER DOCUMENT FOR Implementation of Information, Communication and Technology Scheme in Secondary & Higher Secondary Schools in Maharashtra State Name : Address & Contact : 1

Directorate of Education (Secondary and Higher Secondary), Maharashtra State (D.E.S &H.S.) (ICT Scheme) (1st Floor, Central Building, Dr. Annie Besant Road, Pune -411001) NOTICE INVITING TENDERS E - Tenders are invited by D.E.S.&H.S. from reputed and experienced organization/ Institutes for the supply of Computer and connected accessories, Education softwares,online M.I.S., faculty and provision of IT Education Services in 5000 Government Secondary and Higher Secondary schools in 10 group (i.e. 10 region) from district of the State of Maharashtra as specified in DTN on Build, Own, Operate and Transfer (BOOT MODEL) for a period of five years. The bidding unit would be 1 School and there would be a total of 5000 Schools in the state which are distributed in 10 groups (i.e. 10 regions). 1 Name of Work: Implementation of ICT scheme in 5000 schools (ICT phase III) in various regions of Maharashtra State. 2 Bid Security: Rs. 100 Lac. (Rs. One Crore only) for one group and according to multiplicity of Rs. 100 lac as per the number of groups the bidder is submitting his bid. Bid security should be in form of Demand Draft / Bank guarantee of any nationalized bank in favor of Director of Education (Secondary and higher Secondary )Maharashtra State, Pune payable at Pune. The bidder shall submit the bid security to DES&HS on or before the time of opening of technical bid, failing this will cause a rejection of bid as non responsive. The bid security /EMD of the unsuccessful bidders will be returned after the award of the contract within 30 days time. Bidders, under any circumstances, will not be entitled to claim or receive interest/penalty/damages from Director of Education 2

(Secondary & Higher Secondary) Maharashtra State, Pune Government on account of the Tender Fee, EMD, Bank Guarantee required to be submitted under this tender and the contract. No claim/dispute in this regard will be received or accepted. The above EMD amount will be held by Director of Education (Secondary & Higher Secondary) Maharashtra State, Pune 411 001 till it is returned and will not earn any interest thereof. 3 Validity of Bid: 120 days from the last date of submission. 4 Validity of the contract and Rate: Five year on BOOT basis.. 5 Issue of Blank Tender Forms: From 12/03/2012 to 26/03/2012. The prospective bidders will be authorized to download the Tender forms from the website maharashtra.etenders.in. 6 Cost of Blank Tender Form: Rs. 25,000/- (Non Refundable) in the form of Demand Draft in favour of Directorate of Education (Secondary & Higher Secondary), Maharashtra State, Pune payable at Pune. 7 Pre-bid Conference: 17/03/2012 at 3.00 PM at SCERT, Kumathekar Marg, Sadashiv Peth, Pune. The prospective bidder those participating in the pre-bid conference has to submit the cost of Blank Tender Form at the time of pre-bid conference. 8. Bid Preparation: 3/04/2012 up to 11:00 AM. 9. Tender Closing : On 3 /04/2012 from 12:01 PM to 01:00 PM 10 Submission of completed Bid: From 3/04/2012 13:01 to 06/04/2012 14:00 The Prospective Bidders shall finally upload the completed tenders on the website as mentioned above before stipulated time. 11 Opening of Technical Bid: On 06/04/2012 at 14:01 to 07/04/2012 17:45 at the office of the Director of Education (Secondary and Higher Education), Maharashtra State, Pune. 3

12 Opening of Commercial Bid: on 6/04/2012 to 07/04/2012 17:45 at the office of the Director of Education (Secondary and Higher Education), Maharashtra State, Pune. 13 Qualification Criteria: Qualification of the prospective bidders shall be to ensure that the price bid for the work are open only for those bidders who shall fulfill the qualification criteria mentioned below and also other details in the bid documents. i) The bidder must have a minimum total turnover during the last three financial years as specified below related to computer education, computer aided education, development and provide textbook based multimedia content and teacher training business depending upon the nos. of group/region they want to quote- - Rs. 75 Crores total turnover during last three financial years if they want to quote for any single group. - Rs 150 crores total turnover during last three financial years if they want to quote for any two groups. - Rs 225 Crores total turnover during last three financial years if they want to quote for any three groups. - Rs. 300 Crores total turnover during last three financial years if they want to quote for any four groups. - Rs. 375 Crores total turnover during last three financial years if they want to quote for five groups. - Rs. 450 Crores total turnover during last three financial years if they want to quote for six groups. - Rs. 525 Crores total turnover during last three financial years if they want to quote for seven groups. - Rs. 600 crores total turnover during last three financial years if they want to quote for eight groups. - Rs. 675 crores total turnover during last three financial years if they want to quote for nine groups. - Rs. 750 crores total turnover during last three financial years if they want to quote for ten groups. ii) The bidder should have the experience in implementation of similar projects on BOOT/BOOM/BOT/turnkey basis involving supply, installation & maintenance of computer H/W and related accessories, Education Software,supply of skilled man power, computer training as on 31 st march 2011 for at least; 4

- 700 schools within the last 3 years if want to quote for one group. - 1400 schools within the last 3 years if want to quote for two groups. - 2100 schools within the last 3 years if want to quote for three groups. - 2800 schools within the last 3 years if want to quote for four groups - 3500 schools within the last 3 years if want to quote for five groups. - 4200 schools within the last 3 years if want to quote for six groups. - 4900 schools within the last 3 years if want to quote for seven groups. - 5600 schools within the last 3 years if want to quote for eight group. - 6300 schools within the last 3 years if want to quote for nine groups. - 7000 schools within the last 3 years if want to quote for ten groups. iii) The bidder must have well established and proven methodology of conducting computer training to teachers/trainers/users and should have imparted computer training to at least - 700 Teachers/Trainers/Users in the last three years if they want to quote for single group. - 1400 Teachers/Trainers/Users in the last three years if they want to quote for two groups. - 2100 Teachers/Trainers/Users in the last three years if they want to quote for three groups. - 2800 Teachers/Trainers/Users in the last three years if they want to quote for four groups. - 3500 Teachers/Trainers/Users in the last three years if they want to quote for five groups. - 4200 Teachers/Trainers/Users in the last three years if they want to quote for six groups. - 4900 Teachers/Trainers/Users in the last three years if they want to quote for seven groups. - 5600 Teachers/Trainers/Users in the last three years if they want to quote for eight groups. 5

- 6300 Teachers/Trainers/Users in the last three years if they want to quote for nine groups. - 7000 Teachers/Trainers/Users in the last three years if they want to quote for ten groups. iv) The Bidder must be a company/corporation /Society/Trust/Firm, registered in India and should have been in existence prior to 01-04- 2008. Consortium is allowed and Only 2 parties will be allowed to form a consortium and out of these 2 parties, one of the party must bid as Prime bidder/lead bidder and lead bidder shall meet the minimum qualification criteria. v) In case of consortium the bid shall contain a legally enforceable Consortium Agreement entered amongst the Members in the Bidding Consortium, designating one of the Members to be the Lead Bidder. In absence of the Consortium Agreement, the bid will be rejected. vi) Consortium Member / lead bidder for one group/region cannot: a) Bid individually in any other group/region OR same group/region. b) Bid as member / lead bidder of another consortium in any other OR same group/region. vii) The Bid shall also contain signed letter of consent from each Member in Consortium confirming that the Bid has been reviewed and each element of the Bid is agreed to by them. viii) All the consortium members shall give a Power of Attorney to the Lead Bidder to submit the bid on their collective behalf. ix) The individual bidder or any party of the consortium should not have been barred from bidding/blacklisted in any project/contract by any of state governments in India. If a bidder or any member of the consortium has been barred or blacklisted in any contract with government/state Governments, the bid of such bidder will be rejected and such bidder will be disqualified from bidding in the state for next 6

3 years. x) The bidder shall have to furnish Manufacturer s Authorization Form (MAF) from the Principal Manufacturer OEM for proposed computer who has been supplied in minimum 5000 Govt./semi Govt. schools in India in one year. The bidder is required to provide necessary documents. xi) The bidder has to provide Manufacturer s Authorization Form (MAF) from OEM for above proposed shared computing solution which is in use for more than one year in minimum 5000 Govt. /semi Govt. schools in India. The bidder is required to provide necessary documents. xii) Bidder shall have to furnish Manufacturer s Authorization Form (MAF) from OEM for proposed online UPS which is being used in more than 1000 installation in similar school project in Maharshtra. The bidder is required to provide necessary documents. xiii) Bidder shall have to furnish Manufacturer s Authorization Form (MAF) from OEM for proposed textbook based educational software and computer education software for Marathi medium. Bidder has to submit a demo set of proposed textbook based educational software and computer education software for evaluation, at the time of submission of bid security/emd. xiv) Bidder shall have to furnish Manufacturer s Authorization form (MAF) from OEM for proposed Online M.I.S software. The bidder is required to submit a detail PowerPoint presentation as per proposed Online M.I.S. software (which at later stage will be hosted on Govt. server) for evaluation at the time of submission of bid security/emd. xv) Bidder shall have to furnish Manufacturer s Authorization form (MAF) from OEM for proposed additional educational software on improving Spoken English communication skills, educational games, awareness on cyber crime, safe usage of internet. Bidder has to submit a demo 7

set of all proposed additional educational time of submission of bid security / EMD software for evaluation at xvi) If the bidder itself is the OEM then MAF is not required. xvii) In case of hardware, MAF should mention make and model which propose to be installed. xviii) Additional documents to be submitted for requirement of eligible bidder. A) In case bidder is a Company - Certified copy of the Certificates of Incorporation for companies and Memorandum and article of association. OR In case the bidder is a registered society - Certified copy of registration deed with objects of constitution of society. OR In case bidder is a corporation - Authenticated copy of the parent stature. OR In case of Trust - Certified copy of the Trust Deed. OR In case of Firm - Certified copy of Registration Deed. Certified copies of documents submitted, as above, must be signed in ink and carry the seal of the signatory. B) List of present Directors / Owners / Executives Council members /trustees / Board members as applicable. C) Copy of last income tax return. D) Copy of Service Tax Registration Certificate. E) Copy of VAT Registration Certificate. F) General Power of attorney / Board of Directors resolution / Deed of Authority executed in favour of person(s) authorised to sign the Bid Document and the contract and all correspondences / documents thereof. 8

G) Audited Balance Sheet and Income statement for three years of 2008-09, 2009-10 and 2010-11 duly signed in ink by the authorised signatory of the Bidder. H) Any other documentary evidences (signed in ink by authorised signatory) providing that bidder fulfills the eligibility criteria. 14 The districts covered in each Educational group/region are as mentioned below. Sr. Group name Approximate Districts Cover No. (Region Name) Number of Schools 1 Mumbai (MCGM) 500 Mumbai & Mumbai Suburban (MCGM area) 2 Mumbai 394 Thane, Raigad (OMCGM) 3 Pune 696 Pune, Ahmednagar, Solapur 4 Kolhapur 314 Ratnagiri, Sindhudurg (Konkan belt) 5 Kolhapur 536 Kolhapur, Sangli, Satara (Western belt) 6 Aurangabad 294 Aurangabad, Parbhani, Jalna, Beed, Hingoli 7 Nasik 470 Nasik, Dhule, Jalgaon, Nandurbag 8 Amravati 520 Amravati, Yeotmal, Akola, Washim, Buldhana 9 Nagpur 674 Nagpur, Chandrapur, Wardha, Bhandara, Gondiya, Gadchiroli 10 Latur 602 Latur, Osmanabad, Nanded Note: 9

i) Earnest Money Deposit (E.M.D.) exemption certificate shall not be considered to anyone and every bidder shall have to submit EMD along with the offer. ii) DES&HS reserves right to reject any or all tenders without assigning any reason thereof. iii) Number of schools shown in above table may have deviation of + 20% Note: Any Queries regarding e-tendering please contact Helpdesk No.: 020-25315555 9167969601/04/14 10

Directorate of Education (Secondary and Higher Secondary), Maharashtra State (D.E.S &H.S.) (ICT Scheme) (1st Floor, Central Building, Dr. Annie Besant Road, Pune -411001) DETAIL TENDER NOTICE I) E - Tenders are invited by D.E.S.&H.S. from reputed and experienced organization/ Institutes for the supply of Computer and connected accessories, Education softwares,online M.I.S., faculty and provision of IT Education Services in 5000 Government Secondary and Higher Secondary schools in 10 group (i.e. 10 region) from district of the State of Maharashtra as specified in DTN on Build, Own, Operate and Transfer (BOOT MODEL) for a period of five years. The bidding unit would be 1 School and there would be a total of 5000 Schools in the state which are distributed in 10 groups (i.e. 10 regions). 7 Name of Work: Implementation of ICT scheme in 5000 schools (ICT phase III) in various regions of Maharashtra State. 8 Bid Security: Rs. 100 Lac. (Rs. One Crore only) for one group and according to multiplicity of Rs. 100 lac as per the number of groups the bidder is submitting his bid. Bid security should be in form of Demand Draft / Bank guarantee of any nationalized bank in favor of Director of Education (Secondary and higher Secondary )Maharashtra State, Pune payable at Pune. The bidder shall submit the bid security to DES&HS on or before the time of opening of technical bid, failing this will cause a rejection of bid as non responsive. The bid security /EMD of the unsuccessful bidders will be returned after the award of the contract within 11

30 days time. Bidders, under any circumstances, will not be entitled to claim or receive interest/penalty/damages from Director of Education (Secondary & Higher Secondary) Maharashtra State, Pune Government on account of the Tender Fee, EMD, Bank Guarantee required to be submitted under this tender and the contract. No claim/dispute in this regard will be received or accepted. The above EMD amount will be held by Director of Education (Secondary & Higher Secondary) Maharashtra State, Pune 411 001 till it is returned and will not earn any interest thereof. 9 Validity of Bid: 120 days from the last date of submission. 10 Validity of the contract and Rate: Five year on BOOT basis.. 11 Issue of Blank Tender Forms: From 12/03/2012 to 26 /03/2012. The prospective bidders will be authorized to download the Tender forms from the website maharashtra.etenders.in. 12 Cost of Blank Tender Form: Rs. 25,000/- (Non Refundable) in the form of Demand Draft in favour of Directorate of Education (Secondary & Higher Secondary), Maharashtra State, Pune payable at Pune. 7 Pre-bid Conference: 17/03/2012 at 3.00 PM at SCERT, Kumathekar Marg, Sadashiv Peth, Pune. The prospective bidder those participating in the pre-bid conference has to submit the cost of Blank Tender Form at the time of pre-bid conference. 10. Bid Preparation: 3/04/2012 up to 11:00 AM. 11. Tender Closing : On 03/04/2012 from 11:01 PM to 13:00 PM 10 Submission of completed Bid: From 03/04/2012 13:01 to 06/04/2012 14:00 PM. The Prospective Bidders shall finally upload the completed tenders on the website as mentioned above before stipulated time. 12

11 Opening of Technical Bid: On 06/04/2012 14:01 to 07/04/2012 17:45 at the office of the Director of Education (Secondary and Higher Education), Maharashtra State, Pune. 14 Opening of Commercial Bid: on 06/04/2012 14:01 to 07/04/2012 17:45 PM at the office of the Director of Education (Secondary and Higher Education), Maharashtra State, Pune. 15 Qualification Criteria: Qualification of the prospective bidders shall be to ensure that the price bid for the work are open only for those bidders who shall fulfill the qualification criteria mentioned below and also other details in the bid documents. i) The bidder must have a minimum total turnover during the last three financial years as specified below related to computer education, computer aided education, development and provide textbook based multimedia content and teacher training business depending upon the nos. of group/region they want to quote- - Rs. 75 Crores total turnover during last three financial years if they want to quote for any single group. - Rs 150 crores total turnover during last three financial years if they want to quote for any two groups. - Rs 225 Crores total turnover during last three financial years if they want to quote for any three groups. - Rs. 300 Crores total turnover during last three financial years if they want to quote for any four groups. - Rs. 375 Crores total turnover during last three financial years if they want to quote for five groups. - Rs. 450 Crores total turnover during last three financial years if they want to quote for six groups. - Rs. 525 Crores total turnover during last three financial years if they want to quote for seven groups. - Rs. 600 crores total turnover during last three financial years if they want to quote for eight groups. - Rs. 675 crores total turnover during last three financial years if they want to quote for nine groups. - Rs. 750 crores total turnover during last three financial years if they want to quote for ten groups. ii) The bidder should have the experience in implementation of similar projects on BOOT/BOOM/BOT/turnkey basis involving supply, installation 13

& maintenance of computer H/W and related accessories, Education Software,supply of skilled man power, computer training as on 31 st march 2011 for at least; - 700 schools within the last 3 years if want to quote for one group. - 1400 schools within the last 3 years if want to quote for two groups. - 2100 schools within the last 3 years if want to quote for three groups. - 2800 schools within the last 3 years if want to quote for four groups - 3500 schools within the last 3 years if want to quote for five groups. - 4200 schools within the last 3 years if want to quote for six groups. - 4900 schools within the last 3 years if want to quote for seven groups. - 5600 schools within the last 3 years if want to quote for eight group. - 6300 schools within the last 3 years if want to quote for nine groups. - 7000 schools within the last 3 years if want to quote for ten groups. iii) The bidder must have well established and proven methodology of conducting computer training to teachers/trainers/users and should have imparted computer training to at least - 700 Teachers/Trainers/Users in the last three years if they want to quote for single group. - 1400 Teachers/Trainers/Users in the last three years if they want to quote for two groups. - 2100 Teachers/Trainers/Users in the last three years if they want to quote for three groups. - 2800 Teachers/Trainers/Users in the last three years if they want to quote for four groups. - 3500 Teachers/Trainers/Users in the last three years if they want to quote for five groups. - 4200 Teachers/Trainers/Users in the last three years if they want to quote for six groups. - 4900 Teachers/Trainers/Users in the last three years if they want to quote for seven groups. 14

- 5600 Teachers/Trainers/Users in the last three years if they want to quote for eight groups. - 6300 Teachers/Trainers/Users in the last three years if they want to quote for nine groups. - 7000 Teachers/Trainers/Users in the last three years if they want to quote for ten groups. iv) The Bidder must be a company/corporation /Society/Trust/Firm, registered in India and should have been in existence prior to 01-04- 2008. Consortium is allowed and Only 2 parties will be allowed to form a consortium and out of these 2 parties, one of the party must bid as Prime bidder/lead bidder and lead bidder shall meet the minimum qualification criteria. v) In case of consortium the bid shall contain a legally enforceable Consortium Agreement entered amongst the Members in the Bidding Consortium, designating one of the Members to be the Lead Bidder. In absence of the Consortium Agreement, the bid will be rejected. vi) Consortium Member / lead bidder for one group/region cannot: a) Bid individually in any other group/region OR same group/region. b) Bid as member / lead bidder of another consortium in any other OR same group/region. vii) The Bid shall also contain signed letter of consent from each Member in Consortium confirming that the Bid has been reviewed and each element of the Bid is agreed to by them. viii) All the consortium members shall give a Power of Attorney to the Lead Bidder to submit the bid on their collective behalf. ix) The individual bidder or any party of the consortium should not have been barred from bidding/blacklisted in any project/contract by any of state governments in India. If a bidder or any member of the consortium has been barred or blacklisted in any contract with 15

government/state Governments, the bid of such bidder will be rejected and such bidder will be disqualified from bidding in the state for next 3 years. x) The bidder shall have to furnish Manufacturer s Authorization Form (MAF) from the Principal Manufacturer OEM for proposed computer who has been supplied in minimum 5000 Govt./semi Govt. schools in India in one year. The bidder is required to provide necessary documents. xi) The bidder has to provide Manufacturer s Authorization Form (MAF) from OEM for above proposed shared computing solution which is in use for more than one year in minimum 5000 Govt./semi Govt. schools in India. The bidder is required to provide necessary documents. xii) Bidder shall have to furnish Manufacturer s Authorization Form (MAF) from OEM for proposed online UPS which is being used in more than 1000 Installation in similar school project in Maharashtra. The bidder is required to provide necessary documents. xiii) Bidder shall have to furnish Manufacturer s Authorization Form (MAF) from OEM for proposed textbook based educational software and computer education software for Marathi medium. Bidder has to submit a demo set of proposed textbook based educational software and computer education software for evaluation, at the time of submission of bid security/emd. xiv) Bidder shall have to furnish Manufacturer s Authorization form (MAF) from OEM for proposed Online M.I.S software. The bidder is required to submit a detail PowerPoint presentation as per proposed Online M.I.S. software (which at later stage will be hosted on Govt. server) for evaluation at the time of submission of bid security/emd. xv) Bidder shall have to furnish Manufacturer s Authorization form (MAF) from OEM for proposed additional educational software on improving 16

Spoken English communication skills, educational games, awareness on cyber crime, safe usage of internet. Bidder has to submit a demo set of all proposed additional educational software for evaluation at time of submission of bid security / EMD. xvi) If the bidder itself is the OEM then MAF is not required. xvii) In case of hardware, MAF should mention make and model which propose to be installed. xviii) Additional documents to be submitted for requirement of eligible bidder. A) In case bidder is a Company - Certified copy of the Certificates of Incorporation for companies and Memorandum and article of association. OR In case the bidder is a registered society - Certified copy of registration deed with objects of constitution of society. OR In case bidder is a corporation - Authenticated copy of the parent stature. OR In case of Trust - Certified copy of the Trust Deed. OR In case of Firm - Certified copy of Registration Deed. Certified copies of documents submitted, as above, must be signed in ink and carry the seal of the signatory. B) List of present Directors / Owners / Executives Council members /trustees / Board members as applicable. C) Copy of last income tax return. D) Copy of Service Tax Registration Certificate. E) Copy of VAT Registration Certificate. F) General Power of attorney / Board of Directors resolution / Deed of Authority executed in favour of person(s) authorised to sign the Bid 17

Document and the contract and all correspondences / documents thereof. G) Audited Balance Sheet and Income statement for three years of 2008-09, 2009-10 and 2010-11 duly signed in ink by the authorised signatory of the Bidder. H) Any other documentary evidences (signed in ink by authorised signatory) providing that bidder fulfills the eligibility criteria. 14 The districts covered in each Educational group/region are as mentioned below. Sr. Group name Approximate Districts Cover No. (Region Name) Number of Schools 1 Mumbai (MCGM) 500 Mumbai & Mumbai Suburban (MCGM area) 2 Mumbai 394 Thane, Raigad (OMCGM) 3 Pune 696 Pune, Ahmednagar, Solapur 4 Kolhapur 314 Ratnagiri, Sindhudurg (Konkan belt) 5 Kolhapur 536 Kolhapur, Sangli, Satara (Western belt) 6 Aurangabad 294 Aurangabad, Parbhani, Jalna, Beed, Hingoli 7 Nasik 470 Nasik, Dhule, Jalgaon, Nandurbag 8 Amravati 520 Amravati, Yeotmal, Akola, Washim, Buldhana 9 Nagpur 674 Nagpur, Chandrapur, 18

Wardha, Bhandara, Gondiya, Gadchiroli 10 Latur 602 Latur, Osmanabad, Nanded Note: i) Earnest Money Deposit (E.M.D.) exemption certificate shall not be considered to anyone and every bidder shall have to submit EMD along with the offer. ii) DES&HS reserves right to reject any or all tenders without assigning any reason thereof. iii) Number of schools shown in above table may have deviation of + 20% Note: Any Queries regarding e-tendering please contact Helpdesk No.: 020-25315555 - 9167969601/04/14 II) Scope of the Tender / Scope of Work: 1. To Supply Computer Hardware and connected accessories (must be brand new & as per minimum specifications given in this Tender Document) for 3 desktop computer with 4 shared computing nodes each, and provide Textbook bases Educational software, Computer Education software, additional educational software, Online M.I.S and computer education in the specified Government Secondary and Higher Secondary Schools from Std V to Std XII on BOOT Model as prescribed in the Tender Document for a contract period of 5 years. To set up a computer lab in a Virtual Environment with 3 host desktops connected with 12 virtual Desktop (4 virtual desktops connected to each host desktops). (Specification provided in 19

the Annexure). 2. To set up a computer lab with 10 computers (9:1) where 1 computer is of higher configuration that can accommodate twenty students at any given time. High End Desktop Computer: Specification provided in the tender document). OR 3. To set up a computer lab in a Virtual Environment with 3 Desktop with 4 virtual nodes each that can accommodate thirty students at any given time. Specification provided in the tender document. 4. To provide State board textbook based educational software for Std V to Std. X of all subjects, for Std. XI & Std. XII hard-spots on P,C,M,B and provide, software on computer education, as per the course outline mentioned in this tender on all computer system/nodes. 5. To provide computer educational Software in each lab 6. To deploy and maintain at his own cost School Management Software provided by the department in each desktop computer in the lab to automate various aspects of a school. 7. To maintain the entire system in working condition during the contract period of 5 years. 8. Soft copy of the syllabus and textbook will be provided by the Government. 9. To impart training to at least 5 (five) teachers per year per school for a period of five days on usage of Textbook based Educational software, computer education software and additional Educational Software, S.M.S software and Online M.I.S. 10. To provide one full-time instructor at each school with the minimum qualification of basic graduation with postgraduate diploma in computer applications / DOEACC _A_ Level / BCA or higher from reputed institutions. In case any relaxation is required due to non availability of qualified candidates, a committee constituted by the Government for the purpose may consider such request. 20

11. To make provision for Internet broadband of at least 512 kbps where ever available. At other places, Internet should be provided at least through dialup line. But the Bidder shall switch over to internet broad band of minimum 512 kbps within 45 days of its availability in the school area. Service provider will be responsible for meeting all the expenses on this count. 12. To issue certificate in Computer Education to all the students at the end of every academic year for a period of five years. 13. To maintain the hardware, software and connected accessories for a period of five years and ensure systems are functional all the time on all computer system. 14. To make provision for electricity by installing generator which will generate electricity for a period of 4 hours per day and meet running expenses there on. 15. Bidder will have to ensure safety & security in the school premises. 16. To maintain and Refill fire extinguishers year. 17. To supply adequate stationery and consumables at each computer lab. For every student register, writing pad will be provided by department 18. To provide computer education as per the prescribed syllabus for each standard. 19. To assist the school teachers to use computer aided technology for teaching other subjects by using approved educational software. 20. The bidder has to provide an Online MIS hosted on a internet server to make live information available on the Director of Education (Secondary & Higher Secondary). The Online MIS will have the modular approach towards workflow. The MIS at later stage will be hosted on Government server if required. 21. To provide the school children an opportunity to get familiar with the use of computer, internet & gain extracurricular knowledge by using various additional educational software s. Various Additional educational software on improving Spoken English communication skills, educational games, 21

awareness on cyber crime, safe usage of internet. To allow the local population to use the center as an internet kiosk by charging suitable user charges, not more than Rs.20/- per hour. The user charges may be retained by the operator. The operator may also use the facility to provide computer education to the local population and run other courses on spoken English communication or to carry out data entry and other activities, which can provide employment to the local population. 22. To allow the computer lab to be used under the supervision of the computer teacher for computer education of local population for 3-4 hours before/after schools hours. 23. If the Government of India sanction additional number of schools for ICT scheme, the same work may be allotted to bidder/operator with the discretion of the State Government. 24. To Provide 1 District Coordinator for each district and 1 project Manager for a region for project Management & Monitoring, This Project manager who shall be coordinating with Govt. of Maharashtra. 25. The successful bidder shall put a Name Board of size 4 X3 on the outer façade of computer lab as per the sample layout printed copy provided by the D.E. (S &HS). 26. Help Desk Services: The bidder will provide help desk service which will serve as a single point of contact for all ICT related incidents and service requests. The service will provide a Single Point of Contact (SPOC) and also resolution of incidents. The scope of work includes: a. Help Desk facility for reporting issues / problems with the IT infrastructure. b. To provide a service desk facility and the set up all necessary channels for reporting issues to help desk. The incident reporting channels will be the following: i. Specific E-Mail account ii. Dedicated Phone Numbers / Fax iii. Online MIS 22

c. To implement a Online MIS system as mentioned in the scope of this tender. d. The Help Desk shall undertake the following activities: i. Log issues / complaints related to IT at the school under the scope of work and issue an ID number against the issue / complaint. ii. Assign severity level to each issue / complaint. iii. Track each issue / complaint to resolution iv. Escalate the issues / complaints, to department if necessary as per the escalation matrix defined in discussion with D.E.S &H.S v. Provide feedback to D.E.S &H.S vi. Analyze the issue / complaint statistics vii. Creation of knowledge base on frequently asked questions (FAQs) to aid the users of the this IT infrastructure 27. Operations and Maintenance: The Bidder shall provide the following services for Management of all computer training laboratories at designated schools. The Successful Bidder shall ensure that appropriate System and Processes are in place for delivering them. a. Configuration Management b. Problem Management c. Performance Management d. Change Management e. Help Desk Management f. Service Level Management 28. MIS Reports: The successful bidder shall provide the MIS reports for all the devices installed in the computer laboratories in all designated schools in the state in a prescribed format on a quarterly basis. Whenever required by D.E.S &H.S, bidder should be able to provide additional reports in a prespecified format. 23

SECTION (I): INSTRUCTIONS TO BIDDERS (ITB) Name of Work: Implementation of ICT scheme in 5000 schools (ICT phase III) in various regions of Maharashtra State. In all the contents mentioned anywhere in this tender the owner/employer is Director of Education (Secondary and Higher Secondary), Maharashtra State, Pune and the competent authority is also Director of Education (Secondary and Higher Secondary), The use of word DES&HS anywhere in the contents, to mean the owner of work shall have by similar and same meaning as in Director of Education (Secondary and Higher Secondary), Maharashtra State, Pune, unless otherwise so required. 1) SCOPE OF THE BID: As per scope of work mentioned in Detailed Tender Notice. 2) ELIGIBLE BIDDERS: As per Detail Tender Notice. 3) QUALIFICATION OF BIDDER 1) To be eligible for award of the contract, the bidder shall provide satisfactory evidence to the Employer of their eligibility, capability and adequacy of resources to carry out the work / contract effectively. For the purpose of this, all bids submitted shall include the information in relevant formats as stated in ITB. 2) For the purpose of this contract, the bidder shall meet the qualifying criteria as mentioned in Detailed Tender Notice. 4) COST OF BIDDING: The Bidder shall bear all costs associated with the preparation and submission of the Bid and the Employer will in no case be responsible and liable for those costs. 24

5) CONTRACTORS TO GET ACQUAINTED THEMSELVES FULLY: The Bidder is advised to ensure the information that may be necessary for preparation of the bid. A declaration to this effect will have to be signed by the bidder in the format prescribed. 6) BIDDING DOCUMENT: CONTENTS OF BID DOCUMENT: The following documents shall be part of Contract - 1) Any modification or amendment issued by Employer prior to Bid submission date, along with documents submitted for prequalification. 2) Correspondence between the employer and bidder after opening the bid and prior to letter of acceptance. 3) Agreement on Stamp paper. 4) Letter of Acceptance & Work Order. 5) Tender Notice & Detailed Tender Notice. 6) Instructions to Bidders. 7) General Conditions of Contract. 8) Amendments to the Conditions of Contracts 9) Declaration of Contractor and Tender Form C 10) Scope of Work. 25

11) Technical Specifications of the items. 7) CLARIFICATION OF BIDDING DOCUMENTS: During the pre-bid meeting, the prospective Bidders who had purchased tender form shall have liberty to ask for any additional information or clarification either in writing or orally and the reply to the same will be given by the DES&HS and the same will be published on official web site. This clarification referred to as Common Set of Deviations (CSD) and shall form part of Bid documents which will also be common and applicable to all Bidders. Common Set of Deviations issued if any by DES&HS will form Part and parcel of the Bid Document. The prospective bidder those participating in the pre-bid conference has to submit the cost of Blank Tender Form at the time of pre-bid conference. 8) AMENDMENTS TO BIDDING DOCUMENTS: At any time prior to the deadline of submission of bid, the Employer may for any reason, whether at his own initiative or in response to the clarification requested by a prospective bidder, modify the bid document by issuance of addendum. The addendum will be uploaded on the web site. The bidder shall download the same from website and incorporate the same in the bid and will be binding on the bidders. 9) PREPERATION OF BID: LANGUAGE OF THE BID: The language of bid shall be English. 10) DOCUMENTS COMPRISING BID: The bid to be prepared by bidder shall comprise of the form of bid and appendices thereto, the bid security, the information on eligibility and 26

qualification. Relevant information and any other material required to be completed and submitted in accordance with the ITB embodied in bid document and standard contract document. The forms and data provided in this document shall be used without exception. 11) BID PRICES: The bidder shall quote his offer as prescribed in Form of Bid, to be submitted as per procedure set in ITB. 1) The financial bid/ commercial bid as prescribed should be filled group wise on rate per school basis. There are total 10 groups. The bidder has choice to submit bid for any number of group according to qualification criteria mentioned in the tender document / DTN. 2) The price quoted by bidder shall include all the costs including all taxes, duties and such charges. 3) The rates and prices quoted by bidder shall be valid for the original contract period as well as during extensions for any increase in quantity if any. 4) The rate quoted by The Bidder shall be a Lump Sum rate per school for all the schools in the group in which bidder is submitting his bids. 5) The rate quoted by the Bidder shall be same for all the schools in the group for which it is submitted. 6) The bidder has to quote the rate for all the schools in the groups as mentioned in the bid documents and partial bidding will rejected as non responsive bid 12) CURRENCY OF BID AND PAYMENT: 27

All prices and rates quoted by the bidder shall be entirely in Indian Rupees only. All the payments shall be made in Indian Rupees only. 13) BID VALIDITY: Validity of the bid shall be 120 working days and shall be reckoned from the last date of submission of bids and thereafter until it is withdrawn by notice in writing duly addressed to the authority opening the bid. Such withdrawal before 120 working days shall effective from the date of receipt of notice by the Employer. 14) EARNEST MONEY DEPOSIT (BID SECURITY): 1) The Bidder shall furnish as a part of his bid an Earnest Money Deposit (EMD) as mentioned in detailed tender notice. Bid security / EMD shall be Rs. 100 Lac per group. i.e. if bidder is submitting bid for 2 groups then EMD shall be of Rs. 200 Lac. & so on. 2) If EMD is not submitted within pre-scribed date, the bid will be rejected as non responsive. 3) Original EMD shall be submitted to the DES&HS on or before submission of bid & copy of EMD shall be uploaded with the bid document by the bidder. 4) If after submitting the bid, the bidder withdraws his offer or modifies the same or if after acceptance of bid fails or neglects to furnish the performance security within prescribed time, without prejudice to any rights or powers of the Employer here under or in law, the Employer shall be entitled to forfeit the full amount of Earnest Money deposited by the bidder. 5) The amount of earnest money will be refunded without any interest to the unsuccessful bidders after the award of contract to the successful bidder. 28

15) FORMAT AND SIGNING OF BID: 1) All pages of the bid document in original shall be signed by a person duly authorized to sign on behalf of the Bidder. All pages of the bid where entries or amendments have been made shall be initialed by the person signing the bid. 2) The bid shall contain no alterations or additions, except those to comply with instructions issued by the Employer, or as necessary to correct errors made by the bidder in which case such corrections shall be initialed by the person signing bid. 16) SUBMISSION OF BIDS: MANNER OF SUBMISSION OF TENDER AND ITS ACCOMPANIMENTS: The tender shall be submitted online only. 29

SECTION (II): BID OPENING AND TECHNICAL EVALUATION 1) BID OPENING: 1) The bids will be opened on prescribed date and time as per DES&HS as intimated. The bidder/authorized representatives may remain present at the date, time and place stipulated in Detailed Tender Notice. 2) Following procedure will be adopted for opening of bids. Firstly information about number of bids received will be announced. 3) The technical bid will be downloaded by the bid opening authority to check their validity as per requirements. If any particular document of any bid is either missing or does not meet the requirements specified, then a note to that effect will be made by the bid opening authority. The Employer will carry out the process of scrutiny and analysis of various documents/ data received in technical bid. 4) The financial bids of bidders, who do not pass through technical bid validity requirement shall not be opened and a note to that effect will be made. 5) After analysis and scrutiny of the documents with respect to the requirements of the bidding is over, the Employer shall declare the outcome of the scrutiny and will open financial bid of the bidders whose technical bid satisfies the qualification criteria. 6) Preliminary scrutiny will be made to determine whether they are complete, whether any computational errors have been made, whether required sureties have been furnished, whether the documents have been properly signed, and whether the bids are generally in order. 30

7) Director of Education (Secondary & Higher Secondary) Maharashtra State, Pune 411 001 may waive any minor informality, nonconformity or irregularity in a bid which does not constitute a material deviation, provided such waiver does not prejudice or affect the relative ranking of any bidder. 8) Prior to the detailed evaluation, Director of Education (Secondary & Higher Secondary) Maharashtra State, Pune 411 001 will determine the substantial responsiveness of each bid to the bidding documents. For purposes of these clauses, a substantially responsive bid is one which conforms to all the terms and conditions of the bidding documents without material deviations. 9) If a bid is not substantially responsive, it will be rejected by the Director of Education (Secondary & Higher Secondary) Maharashtra State, Pune 411 001 and may not subsequently be made responsive by the bidder by correction of the nonconformity. 2. Clarification of bids During evaluation of the bids, Director of Education (Secondary & Higher Secondary) Maharashtra State, Pune 411 001 may, at its discretion, ask the bidder for clarification of its bid. 3. Evauation of Technical bids : A) The technical qualification of the bid shall be evaluated in following criteria and weight Sr. Criteria no 1 No. of Government Schools / Government run Educational institutions in which similar computer Education / Computer Aided Education program on BOOT is implemented by the bidder in India in last three years i.e. 2008-2009, 2009-2010, 2010-2011. Maximum Method of allotting marks Marks 20 Sr No Bidders having experience of number of schools 1 More than 15000 20 2 10001 to 15000 15 3 9001 to 10000 10 4 7001 to 9000 8 5 5001 to 7000 6 6 3001 to 5000 4 Allotment Marks of 31

2 Total turnover in computer education and / or Computer aided education (Proof to be attached) in last three years i.e. 2008-2009, 2009-2010 & 2010-2011. 3 The number of states the bidder is implementing CE / CAL / ICT projects in last three years i.e. 2008-2009, 2009-2010 & 2010-2011. 4 The number of CE / CAL / ICT projects completed by the bidder 7 1001 to 3000 2 8 700 to 1000 1 9 Below 700 NIL 10 Sr No Bidders having Allotment turnover of Rs in Marks crore 1 More than 1000 10 2 751 to 1000 9 3 501 to 750 8 4 251 to 500 6 5 151 to 250 4 6 75 to 150 2 7 Below 75 NIL 10 Sr No No of states Allotment of Marks 1 Above 10 10 2 Above 8 8 3 Above 6 6 4 Above 4 4 5 Above 2 2 6 1 1 10 Sr No No of Projects Allotment completed Marks of of Total 50 1 Above 10 10 2 Above 8 8 3 Above 6 6 4 Above 4 4 5 Above 2 2 6 1 1 B) The bidder getting minimum 25 marks out of above 50 marks will be qualified for the further evaluation of the bidders contents, software and methodology & approach for the implementation of the projects. 4. EVALUATION OF CONTENT, SOFTWARE AND METHODOLOGY & APPROACH FOR THE PROJECT IMPLEMENTATION :- A) The Committee with the help of experts will be set up to evaluate the content, educational software and methodology and approach for implement of the 32

project. The bidder has to give presentation to the committee as per above credential. The committee will evaluate by following procedure. Sr.No Criteria Maximum Points 1. Text book based content (educational software) 5 2. Teaching methodology of computer education 2 3. Methodology & approach for project implementation 3 Total 10 B) Out of above 10 points the bidder getting more than 4 points will be qualified for opening of commercial bid. The bidders who are qualified in technical bids will be declared and their commercial bids will be opened. 5) BIDLIABLE FOR REJECTION: The bid is likely to be rejected if on opening it is found that- a) The bidder has not strictly followed the procedure laid down for submission of bid. b) The bidder has proposed conditions, which are inconsistent with or contrary to the terms and conditions specified. c) Additions, corrections or alterations made by the bidder on any page of the bid document, without affixing signature / initials. d) Any page or pasted slips are missing. 33

e) The bidder has not signed each page of the bid. f) The bidder has specified any additional condition. g) The bidder has not attached all documents as stated in ITB. 6) OPENING OF COMMERCIAL BIDS: a) The bidders who qualify in technical bid evaluation per clause 3 and 4 as mentioned above, the commercial bids of only those bidders will be opened. The Employer will compare the rate quoted by the bidder in particular group and the Lowest one bidders will be declared. The bidder has to quote the rates for both the options i.e. A) client server and B) Shared computing. The Lowest one (L1) bidder shall be calculated for both the options separately for each region. The Government / Employer reserves rights to select the option for award of contract, however the option chosen by the Government / Employer shall be same for all the regions. The Lowest one (L1) bidder will be declared group/region wise. b) Financial/Commercial bids of only those bidders will be opened and evaluated who are declared qualified in technical bid evaluation. c) The prices quoted by the bidder for all the goods and services shall be firm for the entire contract period of five years and shall be inclusive of all the taxes, duties, levies and all other charges as applicable from time to time during contract period. If there is a discrepancy between words and figures, the amount in words will prevail. d) Should the situation deem it necessary, Director of Education (Secondary & Higher Secondary) Maharashtra State, Pune 411 001 may require the bidder to extend the validity period of the bids and amend related time bound documents like bank guarantees, etc. Director of Education (Secondary & Higher Secondary) 34

Maharashtra State, Pune 411 001 will request for such extensions in writing and bidder shall give consent for the same in writing. 7) AWARD OF CONTRACT: 1) AWARD CRITERIA: Subject to Clause 6, the Employer will award the contract to a bidder / bidders whose bid has been found to satisfy all the requirements of bid document and who is lowest one in each region. Award of contract will be based only on Commercial bid / financial bid. The 5000 schools are divided in 10 groups. The bidder has to submit the Commercial bid separately filled for each group, according to number of groups he is willing to submit. The has also to submit the commercial bids for both the options i.e. A) Client Server and b) Shared computing. After the selection of option by the employer the group wise L1 will be awarded the contract. 2) DECIDING AWARD OF CONTRACT: the process of decision and award of contract shall be as under :- a) Only bids that qualify the qualifying criteria as per detailed tender notice shall be considered for further evaluation. The decision of employer regarding the pre qualification and opening of bids shall be final and binding on all bidders. b) The bidder with the Lowest one (L1 bidder) as per Clause 6 in particular group will be considered for allotment of tender in that group. d) The bidder shall get maximum 3 groups/ regions if his bid is found to be lowest one (L1) in more than 3 groups/ regions. In such condition L2 bidder or L3 bidder as case may be, will be considered for award of contract subject to matching of L1 rate. The Government also reserves right to award maximum 2 regions by considering the difference of rates (i.e. minimum difference) between L1 and L2 bidder. 35