Upload
others
View
2
Download
0
Embed Size (px)
Citation preview
1
[Ref. No. RCSE/Innovation/Tender/Digital Classroom/2017-18/ Date :
Mode of Bid Submission Online through e-Procurement/ e-Tendering system at http://eproc.rajasthan.gov.in
Procuring entity/ Procuring entity State Project Director, Rajasthan Council of Secondary Education,
Jaipur (Rajasthan)
email : [email protected]
Date & Time of Pre-bid meeting 22.03.2018 at 11.00 AM
Last Date & Time of Submission of Bid
16.04.2018 upto 6.00 PM
Date & Time of Opening of Technical 17.04.2018 at 2.00 PM Bid
Cost of Tender Document: Rs.5000/- (Rupees Five Thousand only)
e-Tender processing fee: Rs. 1,000/- (Rupees One Thousand Only)
Name of the Bidding Company/ Firm:
Contact Person (Authorised Bid
Signatory):
Correspondence Address:
Mobile No.
Telephone &
Fax Nos.:
Website &
E-Mail:
Tender Document
"Establishment of Digital Classroom with Wi-Fi based Digital Library in
150 Girls Hostels"
2
TABLE OF CONTENTS
SNo.
Chapter
Page No.
Abbreviations & Definitions 4
1. INVITATION FOR BIDS (IFB) & NOTICE INVITING TENDER (NIT) 8
2. Scheme Profile 9
3. Eligibility Criteria 10
4. Scope of Work 13
5. INSTRUCTION TO BIDDERS (ITB) AND BIDDING PROCESS 14
6. TERMS AND CONDITIONS OF TENDER & CONTRACT 29
Annexures
1. Bill of Material (BoM) required in each school 52
2. Technical Specifications 53
3. No. of Schools and Bid Security 57
4. Pre-Bid Queries Format 58
5. Tender Form 59
6. Bidder’s Authorization Certificate 62
7. Self-Declaration – No Blacklisting 63
8. Certificate of Conformity/ No Deviation 64
9. Manufacturer’s Authorization Form (MAF) 65
10. Undertaking of Authenticity of Computer Equipments 66
11. Financial Bid Undertaking 67
12. Price bid (to be uploaded in BoQ on e-proc site) 68
13. Draft Performance Bank Guarantee (PBG) 69
14. Draft Agreement Format 71
15. Components Offered – BoM 73
3
16. Technical Bid Submission Sheet 74
17. Draft Bank Guarantee-Bid Security 78
18. Bid Securing Declaration 78
Appendix-A: Procedure of Appeals 79
19.
Memorandum of Appeal under the Rajasthan Transparency in Public 80
Procurement Act, 2012
20. Tentative list of 150 Schools 81
4
ABBREVIATIONS & DEFINITIONS
Authorized The bidder’s representative/ officer vested (explicitly, implicitly, or
Signatory through conduct) with the powers to commit the authorizing
organization to a binding agreement. Also called signing officer/
authority having the Power of Attorney (PoA) from the competent
authority of the respective Bidding firm.
BB Battery Backup
Bidder "Bidder" means any firm/ agency/ company/ contractor/ supplier/
vendor responding to Invitation for Bids and which is participating in
the Bid. Also called offeror or quoter.
BoD Board of Directors
BSER Board of Secondary Education, Rajasthan, Ajmer
Business Day A working day except Rajasthan Government or school holidays.
CMC Contract Monitoring Committee
Contract “The Contract” means a legally enforceable agreement entered into
between State Project Director and the selected Bidder(s) with mutual
obligations.
Contract/ Project
The Contract/ Project Period shall commence from the date of issue of Work order till 3 Years of Operations & Maintenance Services after
commissioning of the project.
Period
Day “Day” means a calendar day as per GoR
Department Rajasthan Council of Secondary Education
DIT Department of Electronics & Information Technology, Govt. of India
DoIT&C Department of Information Technology and Communications, Government of Rajasthan.
BS Bid Security (EMD)
ETDC Electronic Testing & Development Centre
FOR/ FOB Free on Board or Freight on Board
GoI/ GoR Govt. of India/ Govt. of Rajasthan
“Goods” means a tangible physical product that can be contrasted with
a service which is intangible i.e. all the products which the bidder is required to supply to Procuring entity under the Contract.
Goods
ICT Information and Communication Technology.
INR Indian Rupee
ISI Indian Standards Institution
ISO International Organisation for Standardisation
IT Information Technology
ITB Instruction to Bidders
LoI Letter of Intent
MFMP Manual on financial Management and Procurement for RMSA
NeGP National e-Governance Plan of Government of India, Department of
5
Information Technology (DIT), Ministry of Communications and
Information Technology (MCIT), New Delhi.
NIT Notice Inviting Tender.
OEM Original Equipment Manufacturer. It is a company that purchases for use in its own products a component made by a second company.
If a company purchases any equipment from another company to put in its desktop/ computers/ laptops/, the first company is the OEM, and the second company (whose product is used by OEM) would classify the transaction as an OEM sale.
OEM Sale
PAN Permanent Account Number
PC Procurement Committee
PQ Pre-Qualification
Project Site
“The Project Site”, wherever applicable, means the designated place
or places.
PSD Performance Security Deposit.
Tendering authority/ Person or entity that is a recipient of a good or service provided by a
Purchaser/ seller (bidder) under a purchase order or contract of sale. Also called
Procuring Entity buyer. DPC(S) in this RFP document.
RCSE Rajasthan council of Secondary Education
RFP Request for Proposal (Bidding document), an early stage in procurement process, issuing an invitation for suppliers, through a
bidding process, to submit a proposal on a specific commodity or
service.
RISL RajCOMP Info Services Limited (formerly RajCOMP)
RSDC Rajasthan State Data Centre located at Yojana Bhawan, Jaipur. (New
SDC)
School Day See Business Day
SDC State Data Centre located at Yojana Bhawan, Jaipur. (Old SDC)
SecLAN Secretariat Local Area Network
“Services” means the services to be delivered by the successful bidder and as required to run the project successfully as per the Contract. A service is the intangible equivalent of an economic good.
Services
SI System Integrator/Successful Bidder/ Vendor/ Supplier
Service Level Agreement is a negotiated agreement between two parties wherein one is the customer and the other is the service
provider. It is a service contract where the level of service is formally defined. In practice, the term SLA is sometimes used to refer to the contracted delivery time (of the service) or performance.
SLA
State Government Government of Rajasthan.
STQC Standardization Testing and Quality Certification, Govt. of India
TIN Tax Identification Number
TPA Third Party Auditors
WO/ PO Work Order/ Purchase Order
GST Goods and Service Tax
Working Day See Business Day
6
Chapter-1:
NOTICE INVITING e-TENDER
State Project Director, Rajasthan Council of Secondary Education (RCSE) invites single stage
two-envelopes unconditional competitive e-bids from the eligible bidders for “Establishment of
Digital Classroom with Wi-Fi based Digital Library in 150 Girls Hostels” under the provisions of
guidelines issued by Government of India for Procurement. The tender/bid shall only be submitted
through online tendering system of www.eproc.rajasthan.gov.in. The schedule of dates is as
follows :-
Nature of the Project Establishment of Digital Classroom with Wi-
Fi based Digital Library in 150 Girls Hostels
Cost of Tender Document (non-refundable) Rs.5000/- (Rupees Five Thousand only)
E-Processing Fee (non-refundable) Rs.1000/- (Rupees One Thousand only)
Estimated Cost of Project Rs.7,83,00,000/- (Rupees Seven Crore Eighty
Three Lacs only)
Bid Security (EMD) 2% of Estimated Cost i.e. Rs.15.66 lakhs
(As per Annexure - 3)
E-Tender Publishing Date and Time 14.03.2018 at 9.30 AM
Document Download Start Date & Time 14.03.2018 at 9.30 AM
Date, Time and Venue of Pre-bid Meeting 22.03.2018 at 11.00 AM
Office of State Project Director, RCSE, VIth
Block, Shiksha Sankul, JLN Marg, Jaipur
(Rajasthan)
Bid Submission Start Date & Time 27.03.2018 at 9.30 AM
Document Download End Date & Time 16.04.2018 upto 6.00 PM
Bid Submission End Date and Time 16.04.2018 upto 6.00 PM
Submission of Demand Draft/Banker Cheque of
Tender Cost and Processing Fees and
Draft/Bankers Cheuqe/Bank Guarantee for
Earnest Money1
From 14.03.2018 at 9.30 AM to to 16.04.2018
upto 6.00 PM
Technical Bid opening Date, Time and Venue 17.04.2018 at 2.00 PM
Office of State Project Director, RCSE, VIth
Block, Shiksha Sankul, JLN Marg, Jaipur
(Rajasthan)
Date and Time of Opening of Financial Bids Will be intimated later to the Technically
Qualified Bidders
1 In case any bidder fails to submit the original Demand Draft/Bankers Cheque of Tender Cost & Processing Fees and
Draft/Banker Cheque/BG for Earnest Money upto 6.00 PM on 16.04.2018 the Technical Bid of the bidder shall not be
opened. For the processing fees the Demand Draft/Banker Cheque should be of Scheduled Bank drawn in favour of
Managing Director, RISL, Jaipur. All the documents are to be submitted at e-proc website.
Note : The Procuring Entity reserves the right to accept or reject any bid, and to cancel the bidding process and reject
all the bids without assigning any reason, at any time prior to contract award, without thereby incurring any liability to
the bidders.
7
Website for downloading Tender Document, Corrigendum(s), Addendum(s) etc.
http://eproc.rajasthan.gov.in
http://sppp.rajasthan.gov.in
http://rajrmsa.nic.in
Bid & EMD Validity 90 days from the date of technical bid opening
State Project Director,
RCSE, Jaipur
8
INVITATION FOR BIDS (IFB) & NOTICE INVITING BID (NIB)
State Project Director, Rajasthan Council of Secondary Education, Jaipur invites Single Stage Two
Cover unconditional electronic bid (e-bids) proposals from reputed, competent and professional
Firms and System Integrators (SI’s), who meet the minimum eligibility criteria as specified in this
bidding document for “Establishment of Digital Classroom with Wi-Fi based Digital Library in
150 Girls Hostels" as detailed in the RFP document. The tender/bid shall only be submitted through
online tendering system of www.eproc.rajasthan.gov.in.
1. The complete bidding document has been published on the website
http://eproc.rajasthan.gov.in, http://sppp.rajasthan.gov.in and http://rajrmsa.nic.in for the
purpose of downloading.
2. Bidders who wish to participate in this bidding process must register on
http://eproc.rajasthan.gov.in.
3. To participate in online bidding process, Bidders must procure a Digital Signature Certificate
(Type II/III) as per Information Technology Act-2000 using which they can digitally sign
their electronic bids. Bidder can procure the same from any CCA approved certifying agency, i.e. TCS, safecrypt, Ncode etc. Bidders who already have a valid Digital Signature
Certificate (DSC) need not procure a new DSC.
4. A single-stage two cover selection procedure shall be adopted.
5. Bidder (authorized signatory) shall submit their offer on-line in Electronic Formats both for
technical and financial proposal. However, DD for Tender Fee, RISL Processing Fee and
EMD should be submitted physically at the office of Procuring entity as prescribed in NIT
and scanned copies of same should also be uploaded along with the technical bid cover.
6. Department will not be responsible for delay in online submission due to any reason. For
this, bidders are requested to upload the complete bid well advance in time so as to avoid
11th hour issue like slow speed, choking of web site due to heavy load or any other
unforeseen problems.
7. Bidders are also advised to refer "Bidder Manual Kit" available at e-proc website for further
details about the e-tendering process.
8. Training for the bidders on the usages of e-Tendering System (e-procurement) is also being
arranged by RISL on regular basis. Bidder interested for training may contact e-procurement
cell, RISL for booking the training slot-
e-mail : [email protected]
Address : e-Procurement Cell, RISL, Yojana Bhawan, Tilak Marg, C-Scheme, Jaipur
9. Please note that a pre-bid meeting of prospective bidders, who have purchased the tender
bidding document, is scheduled as per the details specified in Notice Inviting Bid (NIB)
below. The objective of this meeting is to address the queries of the prospective bidders
related to the Project/Bidding Document.
10. No contractual obligation whatsoever shall arise from the RFP/bidding process unless and
until a formal contract is signed and executed between the procuring entity and the
successful bidder(s).
11. Department disclaims any factual/or other errors in this document (the onus is purely on the
individual bidders to verify such information) and the information provided herein are intended only to help the bidders to prepare a logical bid-proposal.
State Project Director,
RCSE, Jaipur
9
Chapter – 2: Scheme profile
The scheme of Educational Technology (ET) was started in 1972 during the IV Plan. Under the
scheme 100% assistance was given to 6 State Institutes of Educational Technology (SIET) and the
States/UTs were assisted for procurement of radio cum cassette players and colour Display Units.
Further, in recognition of the importance of role of ICT in education, the Computer Literacy and
Studies in Schools (CLASS) Project was introduced as a pilot project in 1984-85 with the use of BBC
micros. The project was adopted as a Centrally Sponsored Scheme during the 8th Plan (1993-98) and
its scope was widened to provide financial grants to educational institutions and also to cover new
Government and Government aided secondary and higher secondary schools. The National Task Force on Information Technology and Software Development (IT Task Force),
constituted by the Hon'ble Prime Minister in July, 1998 made specific recommendations on
introduction of IT in the education sector including schools for making computers accessible through
the Vidyarthi Computer Scheme, Shikshak Computer Scheme and School Computer Schemes. Smart
Schools were recommended on a pilot basis in each State for demonstration purposes. It was also
stipulated that 1 to 3% of the total budget was to be spent on provision of computers to all educational
Institutions up to Secondary and Higher Secondary level during the next five years. Based on the
experience gained so far, a need for a revision of the scheme of ICT @ Schools was felt on the
following grounds. 1. Expansion with emphasis on quality and equity: A need was felt to expand the outreach of the
scheme to cover all Government and Government aided secondary and higher secondary schools
in the country with emphasis on educationally backward blocks and areas with concentration of
SC, ST, minority and weaker sections. Along with that, there is a need for ensuring dependable
power supply where the electricity supply is erratic and internet connectivity, including broadband
connection. 2. Demonstration effect: There is a need to set up smart schools at the district level to serve as
demonstration models for neighboring schools. 3. Teacher engagement and better in-service and pre-service training: There is a need for pre service
as well as in service training of all teachers in effective use of ICT in teaching and learning
process. 4. Development of e-content: There is also a need to develop and use appropriate e-content to
enhance the comprehension levels of children in various subjects. 5. A strong mechanism for monitoring and management needs to be set in place at all levels for
ensuring optimal delivery of set targets. 6. The Scheme envisages that the School Management Committee, Parents Teachers Association
and local bodies would be involved in the programme management along
with the setting up of an online web-based portal for real-time monitoring and transparency. In addition, independent monitoring and evaluation is envisaged.
Accordingly, the Scheme has been revised, with the approval of Cabinet Committee on Economic
Affairs (CCEA) on 9th January 2010, for implementation during the remaining period of 11th Plan. Mode of implementation: States are encouraged to implement the programme which the supplier
would make available the ICT infrastructure for the duration of the contract period on the basis of a
service level agreement and assurance of a periodic payment subject to satisfactory maintenance.
10
Chapter – 3: ELIGIBILITY CRITERIA
Basic pre-qualification criteria for the Tenderer for participation in the tender process are as under:
S.No Basic
Requirement Specific Requirement Documents Required
1. Legal Entity The bidder should be a firm/
organization/ institute/ company/
corporation/ trust,
registered/incorporated in India and
should be in existence prior to
01.04.2010. Consortium in any form is
not allowed. The Bidder shall have the
nationality of India.
1. In case bidder is a company: - Certified copy of the
Certificates of Incorporation
for companies issued by the
registrar of Companies and
Memorandum & Articles of
Association.
2. In case the bidder is a
registered society: - Certified
copy of Registration Deed with
objects of constitution of
society.
3. In case the bidder is a
corporation: - Authenticated
copy of the parent statute.
4. In case the bidder is a Trust: -
Certified copy of the Trust
Deed.
5. In case the bidder is a Firm: -
Certified copy of the
Registration Deed.
2. Turnover from
IT/ITES/Smart
Classes etc.
The tenderer should have minimum
average turnover of Rs.40.00 Crores of
the last Five (5) Financial Years taken
together (2012-13 to 2016-17). In order
to calculate the turnover
IT/ITES/Smart/Digital Classes etc. field
of the parent company shall be taken into
consideration. The Company should be
profit making entity
Audited Balance Sheets, Profit and
Loss Account of last Five years
alongwith CA Certificate with
CA’s Registration Number and
Seal.
3. Net Worth The net worth of the bidder as on
31.03.2018 should be positive.
CA Certificate with CA’s
Registration number and Seal.
4. Project
Experience
"(i) The tenderer should have required
experience in implementation of
minimum 01 project of minimum 8
crores value or 02 projects of minimum 4 crore value for each project during the
last 5 years i.e. as on 31.03.2018 for
Establishment and Implementation of
Smart/Digital Classrooms basis in India
for any Government/Public Sector
Undertaking/Government Institution. (ii)
Requires experience of Similar activity installation and implementation in
Work Order/ Agreement/
Completion Certificate from the
Client.
OR
Work Order + Self Certificate of
Completion (Certified by the
Statutory Auditor)
OR
Work Order + Phase Completion
11
minimum 1000 Govt. Schools/Schools
within the last 5 years.
Certificate from the Client.
5. Tax Registration
Certificates
"The bidder should have a valid
registration number of :
1. GST where his business is located.
2. PAN Number
The bidder should have cleared his GST
dues, if any to the State
Government/Central Government."
1. Copies of relevant registration
certificates of GST and PAN.
2. Certified copies of the last
return filed for Taxes stating
that no Tax/GST due to the
State Government/ Central
Govt.
6. Financial
Resources
The bidder should have adequate
financial resources or should have
sufficient Reserves as per the Audited
financial statement to undertake the
contract.
Letter from a Financial Institution
(as a unit or groups of same unit)
that it is willing to fund this
project/scheme.
OR
Declaration on bidder’s letterhead
(in case the bidder wish to use the
internal resources for funds) shall be furnished.
7. Certification 1. The bidder must possess a valid ISO
9001:2008 certification as on date of
submission of the bid and a copy of
the same should be enclosed with the
Technical bid.
2. The manufacturer of the product(s)
(OEM) mentioned in BOM, should
possess the ISO 9001:2000 and BIS
certificates.
Copies of valid certificates and
Authorization certificates. The
bidder should enclose relevant
photocopies of these certificates,
catalogues, brochures,
Authorization Certificates etc. in
the Technical Bid.
8. Mandatory
Undertaking
1. The bidder should: -
a) Not be insolvent, in receivership,
bankrupt or being wound up, not
have its affairs administered by a
court or a judicial officer, not
have its business activities
suspended and must not be the subject of legal proceedings for
any of the foregoing reasons.
b) Not have and their directors and
officers not have been convicted
of any criminal offence related to
their professional conduct or the
making of false statements or misrepresentations as to their
qualifications to enter into a
procurement process, or not have
been otherwise disqualified
pursuant to debarment
proceedings.
c) Not have a conflict of interest in
the procurement in question as
specified in the bidding
document.
A self-declaration on bidders letter
head as per Annexure - 7
12
d) Comply with the code of
integrity as specified in the bidding document.
2. A firm is not eligible to participate in
this project while under sanction by
Education Department, GoR.
Similarly, at the time of bidding, the
firms black listed/debarred in
participating in any procurement
process undertaken by: -
a) Any Procuring Entity, if
debarred by the State
Government.
b) Procuring Entity if debarred by
such procuring entity.
Other Requirement:
9. Make & Model The tenderer will indicate the exact make
and model in the technical bid so that
their performance eligibility could be
assured as per specifications mentioned
in this tender.
Tenderer would supply only those makes
and models which have been accepted
during technical evaluation. No other
make and model will be supplied which
is not quoted or not approved.
A self-declaration (on Bidders
Letterhead) and Annexure-15
10 All Schools The bidder must bid for all the schools as
enumerated in the bid document
irrespective of its location in any district.
Partial bidding is not allowed.
NIL
11. POA General Power of Attorney/Board of
Directors Resolution/Deed of Authority executed in favour of person(s)
authorized to sign the bid document and
the contract and all
correspondence/document thereof.
As required
13
CHAPTER 4: SCOPE OF WORK
OBJECTIVE OF THE PROJECT
1. Providing IT infrastructure to empower and enable teachers to provide individualized and
student-centric teaching.
2. Providing digital content to students locally through Wi-Fi.
3. Availability of digital library will improve the teaching-learning process in classrooms by
enabling the teachers to use digital references material in class using projector/LCD/Mobile.
Detailed strategy for implementation of the project and Key activities performed in setting up
digital classroom solution are as under :-
• Alignment with School Team for starting process and paperwork.
• Location visit, feasibility study around access, density, use case, status of civil
construction, availability of basic infrastructure etc. and finalization of location.
• Setting up Knowledge Server at mutually identified locations.
• Installation of interactive board and projector with tablet charging stand.
• Customization & Configuration including local brand & network conventions.
• Assembling & Installation of the digital library locally by teacher.
• Wi-Fi network setup with adequate access point (up to 5) providing accessibility to
surrounding community.
• Complete system testing for installation.
• Onsite training of staff to manage and administer the setup.
• Monitoring and reporting student engagement through a usage data report.
• Providing onsite and offsite support.
4. Provide Education as per BSER Syllabus through Live Satellite for a maximum of 120 minutes
per school working day and meet the running expenses there on.
5. To Provide Installation of Equipments, deployment of Software, Commissioning, Training and
Help Centre Support during Warranty Period.
6. The payment will be managed by the RCSE and no fee or any amount shall be charged from
the students or school employees by the tenderer.
14
CHAPTER 5: INSTRUCTION TO BIDDERS (ITB) and BIDDING PROCESS
1) Bidding Document- The complete bidding document would be available on the websites for the
period as specified in the NIB. The prospective bidders are permitted to download the bidding
document from any of the specified websites but must pay the cost of tender/ bidding document
while submitting the e-bids. The Procuring Entity is not responsible for the completeness of the
Bidding Document and its addenda, if they were not obtained directly from the Procuring Entity
or not downloaded correctly from the Procuring Entity’s website/State Public Procurement
Portal/E-procurement. 2) Clarification of Bidding Document and Pre-Bid Conference-
a) The Bidder shall be deemed to have carefully examined the conditions, specifications, size,
make and drawings, etc., of the Goods and Related Services to be supplied. If any Bidder has
any doubts as to the meaning of any portion of the conditions or of the specifications,
drawings etc., it shall, before submitting the Bid, refer the same to the Procuring Entity and
get clarifications in the specified format as per Annexure-4. A Bidder requiring any
clarification of the Bidding Document shall contact the Procuring Entity in writing at the
Procuring Entity’s address indicated in the NIT. The Procuring Entity will respond in writing
to any request for clarification, within seven days, provided that such request is received no
later than twenty-one (21) days prior to the deadline for submission of Bids. The Procuring
Entity shall forward copies of its response to all Bidders who have acquired/ procured the
Bidding Document directly from it including a description of the inquiry but without
identifying its source. It shall also be placed on the websites of State Public Procurement
Portal and the Procuring Entity.
b) The purpose of the Pre-Bid Conference will be to clarify issues and to answer questions on
any matter related to this procurement that may be raised at that stage.
c) The Bidder is requested, to submit questions in writing, to reach the Procuring Entity before or at the time of Pre-Bid Conference.
d) Minutes of the Pre-Bid Conference, including the text of the questions raised, and the
responses given, without identifying the source, will be transmitted promptly to all Bidders
who have acquired the Bidding Document and will also be placed on the State Public
Procurement Portal. Any modification to the Bidding Document that may become necessary
as a result of the Pre-Bid Conference shall be made by the Procuring Entity exclusively
through the issue of an addendum (part of Bid document) and not through the minutes of the
Pre-Bid Conference.
e) At any time prior to the deadline for submission of the Bids, the Procuring Entity, suo motto,
may also amend the Bidding Document if required by issuing an addenda which will form
part of the Bidding Document.
f) Non-attendance at the Pre-Bid Conference will not be a cause for disqualification of a Bidder.
g) The procuring entity reserves the right not to respond to any/ all queries raised or
clarifications sought if, in their opinion and at their sole discretion, they consider that it
would be inappropriate to do so or do not find any merit in it. 3) Amendment of Bidding Document-
a) Any addendum issued shall be part of the Bidding Document and shall be communicated in
writing to all Bidders who have obtained the Bidding Document directly from the Procuring
Entity. It shall also be uploaded on the websites of State Public Procurement Portal and the
Procuring Entity for prospective bidders to download.
b) To give prospective Bidders reasonable time in which to take an addendum into account in
15
preparing their Bids, the Procuring Entity may, at its discretion, extend the deadline for the
submission of the Bids under due intimation to the Bidders who have procured the Bidding
Document from the Procuring Entity and also by uploading it on the websites of State
Public Procurement Portal and Procuring Entity. 4) Documents comprising the Bid-
a) A Single stage-Two cover system shall be followed for the bid – a. Technical bid b. Financial bid
b) Technical bid shall include the following documents: -
SNo. Documents Type Document Format
1 Covering Letter – Technical Bid On bidder’s letter head duly signed by authorized signatory
Fee Details
1 Tender Fee Scanned copy of Fee Receipt / DD/ Banker’s Cheque.
2 RISL Processing Fee Scanned copy of DD/ Banker’s Cheque.
3 Bid Security (EMD) Scanned copy of DD/ Banker’s Cheque/ BG.
Pre-Qualification Documents
1 Tender Form as per Annexure-5
2 Bidder’s Authorization Certificate along with as per Annexure-6
copy of PoA/ Board resolution stating that
Auth. Signatory can sign the bid/ contract on
behalf of the firm
3 Self-Declaration – No Blacklisting as per Annexure-7
4 Certificate of Conformity/ No-Deviation as per Annexure-8
5 All the documents mentioned in the As per the format mentioned against “Eligibility Criteria”, in support of the the respective eligibility criteria clause eligibility
Technical Documents
1 Manufacturer’s Authorisation Form (MAF) of hardware/software items as required as per Annexure-9
2 Undertaking of Authenticity of Equipments On non-judicial stamp paper of Rs.
100 as per Annexure-10
3 Financial Bid Undertaking On bidder’s letter head duly signed by authorized signatory as per Annexure-
11
4 Components Offered as per Annexure-15
5 Technical specifications + Compliance Compliance sheet as per Annexure 2 Sheet for all items only on OEM Letter Head from OEM of the product and bidders both on their respective letterheads. Please note the Financial bid undertaking needs to be submitted along with the technical bid. Price bid needs to be submitted only on e-procurement website as per the BoQ template.
c) Financial Bid shall include the following documents: - SNo. Documents Type Document Format
1. Price Bid As per Annexure-12 (As per BoQ (.XLS) format available on e-Procurement portal)
16
d) The bidder should ensure that all the required documents, as mentioned in this bidding
document, are submitted along with the bid and in the prescribed format only. Non-
submission of the required documents or submission of the documents in a different
format/ contents may lead to the rejections of the bid proposal submitted by the bidder.
e) Post-bid clarifications, if any, will be sought only once. Hence, bidders are advised to
prepare and submit the bid accordingly and ensure that all the required documents are in
place. Also, clarifications shall be sought only for the bid/ documents submitted and no
new documents shall be accepted. 5) Cost of Bidding: The Bidder shall bear all costs associated with the preparation and
submission of its Bid, and the procuring entity shall not be responsible or liable for those
costs, regardless of the conduct or outcome of the bidding process. 6) Language of Bid: The e-Bid, as well as all correspondence and documents relating to the
Bid exchanged by the Bidder and the procuring entity, shall be written only in English
Language. Supporting documents and printed literature that are part of the Bid may be in
another language provided they are accompanied by an accurate translation of the relevant
passages duly accepted by the Bidder in English/ Hindi language, in which case, for
purposes of interpretation of the Bid, such translation shall govern. 7) Bid Prices-
a. The price/ financial bid must be specified in the BoQ file available at e-proc and without changing its form and type.
b. Prices quoted in the bid must be firm and final and shall not be subject to any
modifications, on any account whatsoever. The price quoted shall include all costs and
duties (except CGST/SGST (As applicable)) applicable to the bidder as per law of the
Central/ State Government/Local Authorities. Revision in taxes/duties except GST shall
be on account of the tenderer. In case any new tax is levied by the Government the
same shall be paid by the department to the bidder from the imposition of such tax.
c. All the prices shall be quoted by the Bidder entirely in Indian Rupees (INR). All payments shall be made in Indian Rupees only.
d. Prices/ Rates shall be both in figures and words, as applicable.
e. All rates quoted must be FOR destination/ site where the IT and allied items are to be
installed, and should include all incidental charges excluding CGST/SGST. In case of
local supplies the procuring entity will not pay any cartage or transportation charges. f. Prices quoted by the Bidder shall be fixed during the Bidder’s Performance of the
Contract and not subject to variation on any account. A Bid submitted with an adjustable
price quotation shall be treated as non-responsive and shall be rejected.
g. The prices quoted by the Bidder in the Financial/ Commercial bid shall conform to the requirements specified therein.
h. The price to be quoted in the financial bid shall be the total price of the bid. Discount, if
any, should be included in the quoted price.
i. The disaggregation of price components, if required, is solely for the purpose of
facilitating the comparison of bids by the procuring entity. This shall not in any way
limit the procuring entity’s right to contract on any of the terms offered: - � For Goods offered from within/ outside the country. � For Related Services whenever such Related Services are specified in the bidding
document.
17
8) Period of Validity of Bids-
a. Bids shall remain valid for the period as specified in Bid Document, after the bid
submission deadline date prescribed by the procuring entity. A bid valid for a shorter
period shall be rejected by the procuring entity as nonresponsive bid.
b. In exceptional circumstances, prior to the expiration of the bid validity period, the
procuring entity may request bidders to extend the period of validity of their Bids. The
requests and the responses shall be made in writing. The Bid Security (EMD) shall also
be extended for a corresponding period. A Bidder may refuse the request without
forfeiting its Bid Security. A Bidder granting the request shall not be required or
permitted to modify its Bid. 9) Bid Security-
a. Unless otherwise specified in this BID DOCUMENT, the Bidder shall furnish as part
of its Bid, Bid Security in original form and in the amount and currency specified in this
BID DOCUMENT.
b. Bid Security shall be 2% of the estimated value of subject matter of procurement
put to bid. The Bid Security shall be given in the form of bank demand draft/bankers
cheque/bank guarantee of a Scheduled/Nationalized Bank in India.
c. Any Bid not accompanied by Bid Security, shall be liable to be rejected.
d. BID SECURITY of a Bidder lying with the Procuring Entity in respect of other Bids awaiting decision shall not be adjusted towards BID SECURITY for this Bid. The
BID SECURITY originally deposited may, however, be taken into consideration in
case Bids are re-invited.
e. The issuer of the BID SECURITY and the confirmer, if any, of the BID SECURITY,
as well as the form and terms of the BID SECURITY, must be acceptable to the
Procuring Entity.
f. The BID SECURITY of unsuccessful Bidders shall be refunded soon after final
acceptance of successful Bid and signing of Contract Agreement and submitting
Performance Security by successful Bidder
g. The BID SECURITY taken from a Bidder shall be forfeited in the following cases,
namely:-
(i) when the Bidder withdraws or modifies his Bid after opening of Bids; or
(ii) when the Bidder does not execute the agreement in accordance with terms &
conditions laid down in this BID DOCUMENT within the specified time after
issue of letter of acceptance/ placement of supply order; or
(iii) when the Bidder fails to commence the supply of the Goods or Related Services
as per supply order within the time specified; or
(iv) when the Bidder does not deposit the Performance Security in the specified time
period after the LoI/Award of Contract is placed;
(v) if the Bidder breaches any provision of the Code of Integrity prescribed for
Bidders specified in the Act/Rules; or
(vi) if the Bidder does not accept the correction of its Bid Price
h. In case of the successful Bidder, the amount of Bid Security may be adjusted in
arriving at the amount of the Performance Security, or refunded if the successful
Bidder furnishes the full amount of Performance Security. No interest will be paid by
the Procuring Entity on the amount of Bid Security.
10) Deadline for the submission of Bids- Bids shall be received, by the person designated for
the purpose by the Procuring Entity or submitted electronically, where asked for at the place
and up to the time and date specified in the Notice Inviting Bids or an extension issued
thereof.
18
11) Format and Signing of Bid-
a. The bid forms/templates/annexures etc., wherever applicable, shall be typed or written
in indelible ink and shall be signed (all the pages) by a person duly authorized to sign,
in token of acceptance of all the terms and conditions of the bidding document. This
authorization shall consist of a written letter of Authorization from the authorized
person, accompanied with a board resolution, in case of a company/power of attorney as
per Annexure-6.
b. Any amendments such as interlineations, erasures, or overwriting shall be valid only if they are signed by the person signing the bid.
c. The bid, duly signed (digitally) by authorized signatory, should be uploaded on the e-
proc portal in respective file/ format.
d. Bidders must submit their bids online at e-proc portal. Bids received by another other means shall not be accepted.
e. If bids are not submitted as per the details mentioned in this bidding document and e-
proc website, the procuring entity shall reject the bid.
12) Withdrawal, Substitution and Modification of Bids-
b) A Bidder may withdraw, substitute or modify its Bid Proposal after it has been submitted,
only on the eproc.rajasthan.gov.in website. Notice, digitally signed by the Bidder or its
authorized representative, shall include a copy of the authorization in accordance with
ITB Sub-Clause 'Format and Signing of Bid'. The corresponding withdrawal, substitution
or modification of the Bid must be as per the provisions available on e-proc website only.
b) No Bid shall be withdrawn, substituted or modified in the interval between the deadline
for submission of the Bid and the expiration of the period of Bid validity specified in ITB
Clause 'Period of Validity of Bids' or any extension thereof.
c) instructions/ procedure are mentioned at e-Procurement website under the section "Bidder's Manual Kit".
13) Bid Opening-
a) The designated Procurement Committee will perform the bid opening, which is a critical event in the bidding process.
b) The procuring entity shall conduct the bid opening at the address, date and time
specified in the NIT.
c) All the bids received up to the specified time and date in response to all the bid inquiries
shall be opened by the members of the designated Procurement Committee at the
specified place, date and time in the presence of bidders or their authorized
representatives who may choose to be present. Alternatively, the bidders may also view
the bid opening status/ process online at e-Proc website.
d) All the documents comprising of technical bid/ cover shall be opened & downloaded
from the e-Proc website. (only for the bidder’s who have submitted the prescribed
fee(s)).
e) All the Technical Bids/ Envelopes shall be opened one at a time, and the following
heads will be read out and recorded: the name of the BIDDER; the presence of the
RISL Processing Fee, Tender Fee, Bid Security and any other details as the Procuring
Entity may consider appropriate. No Bid shall be rejected at the time of opening of
Technical Bids except the late Bids, Alternative Bids (if not permitted) and Bids not
accompanied with the proof of payment or instrument of the required price of Bidding
Document, Processing Fee or user charges (in case of e-procurement) and Bid Security.
f) The Procuring entity shall prepare a record of the bid opening that shall include, at a
minimum: the name of the bidder and the presence or absence of processing fee, Tender
fee, and Bid Security. The bidder’s representatives who are present shall be required to
19
sign the attendance sheet.
g) The Financial cover will remain unopened and will be opened later on the date and time
intimated to the bidders who qualify in the evaluation of technical bids. The date, time,
and location of the opening of Financial Bids will be advised in writing by the
Procuring Entity.
h) The Bids opening committee shall prepare a list of the Bidders or their representatives
attending the opening of Bids and obtain their signatures on the same. The list shall also
contain the representative’s name and telephone number and corresponding Bidders’
names and addresses. The authority letters brought by the representatives shall be
attached to the list. The list shall be signed by all the members of Bids opening
committee with date and time of opening of the Bids.
i) The Bids opening committee shall prepare a record of opening of Technical Bids that
shall include, as a minimum: the name of the Bidder and whether there is a withdrawal,
substitution, modification, or alternative offer (if they were permitted), any conditions
put by Bidder and the presence or absence of the price of Bidding documents,
processing fee or user charges and Bid Security. The Bidders or their representatives,
who are present, shall sign the record. The omission of a Bidder’s signature on the
record shall not invalidate the contents and effect of the record The members of the
Bids opening committee shall also sign the record with date.
14) Selection method- The selection method is Least Cost Based Selection (LCBS or L1). 15) Guiding Principles for Evaluation of Bids-
a) The procuring entity shall strictly apply only and all of the evaluation and qualification criteria specified in the bidding document.
b) The determination shall be based upon an examination of the documentary evidence of
the bidder’s qualifications and proposed solution submitted by the bidder.
c) A bidder shall be considered to be eligible if it meets the eligibility criteria mentioned in the RFP
d) Deviations, Reservations, or Omissions in Technical or Financial Bids: A responsive
bid would be the one that meets the requirements of the bidding document including the
technical evaluation criteria, if any, without material deviation, reservation, or omission
where: -
i. “Deviation” is a departure from the requirements specified in the bidding document;
ii. “Reservation” is the setting of limiting conditions or withholding from complete
acceptance of the requirements specified in the bidding document; and
iii. “Omission” is the failure to submit part or all of the information or documentation required in the bidding document.
e) Responsiveness of Technical or Financial Bids: i. The Procuring Entity’s determination of the responsiveness of a Technical or
Financial Bid is to be based on the contents of the Bid itself, as defined in Documents Comprising the Bid.
ii. A substantially responsive Technical or Financial Bid is one that meets without
material deviation, reservation, or omission to all the terms, conditions, and
specifications of the Bidding Document. A material deviation, reservation, or
omission is one that, a. if accepted, would: -
(i) affect in any substantial way the scope, quality, or performance of the
Goods and Related Services specified in the bidding document; or
(ii) limits in any substantial way, inconsistent with the bidding document, the
procuring entity’s rights or the bidder’s obligations under the proposed
Contract; or
20
b. If rectified, would unfairly affect the competitive position of other bidders
presenting responsive bids.
iii. The Procuring Entity shall examine the technical aspects of the Bid in particular, to confirm that requirements of this tender have been met without any material deviation or reservation.
iv. If a Technical or Financial Bid is not substantially responsive to the Bidding
Document, it shall be rejected by the Procuring Entity and may not subsequently be
made responsive by the Bidder by correction of the material deviation, reservation,
or omission.
f) Nonmaterial Non-conformities in Technical or Financial Bids: Provided that abide is substantially responsive, the procuring entity -
o may waive any nonconformity (with recorded reasons) in the bid that does not
constitute a material deviation, reservation or omission.
o may request that the bidder to submit the necessary information or
documentation, within a reasonable period of time, to rectify nonmaterial
nonconformities or omissions in the bid related to documentation requirements.
o Request for information or documentation on such nonconformities shall not be
related to any aspect of the Financial proposal of the bid. Failure of the bidder to
comply with the request may result in the rejection of its bid.
o will rectify nonmaterial nonconformities or omissions (with recorded reasons). To
this effect, the bid price shall be adjusted during evaluation of financial proposals
for comparison purposes only, to reflect the price of the missing or non-
conforming item or component. The adjustment shall be made using the method
indicated in pre-qualification and Evaluation Criteria of this bidding document. 15) Evaluation of Technical Bids-
a) The technical evaluation shall be completed by the designated Procurement Committee
as early as possible after opening of technical bids. It shall examine the technical bid
including the pre-qualification documents as mentioned in this RFP. b) Examination of Terms and Conditions of the Technical or Financial Bids:
i. The Procuring Entity shall examine the Bids to confirm that all terms and conditions
specified in the bidding document have been accepted by the Bidder without any
material deviation or reservation.
ii. The Procuring Entity shall evaluate the technical aspects of the Bid submitted in
accordance with 'Documents Comprising the Bid' and Documents Establishing the
Conformity of the Goods and Related Services to the Bidding Document, to confirm
that all requirements specified in this document and all amendments or changes
requested by the Procuring Entity in accordance with 'Amendment of Bidding
Document', have been met without any material deviation or reservation.
c) Technical Evaluation Criteria – Bid shall be evaluated technically based on the
documents submitted by the bidder as asked in the clause “Documents comprising the
bid”
d) The eligible bidders whose bid is determined to be substantially responsive shall be
considered to be qualified in the technical evaluation, unless disqualified pursuant to
clause “Conflict of Interest” or “Disqualification”, and shall be informed, either in
writing or by uploading the details on the websites mentioned in the NIT, about the
date, time and place of opening of their financial bids.
e) The Procuring Entity shall notify Bidders in writing whose Technical Bids have been
rejected on the grounds of being substantially nonresponsive and not qualified in
accordance with the requirements of the Bidding Document and return their Financial
Bids unopened.
f) The firms which could not qualify in technical evaluation will be informed about this
21
fact. Their financial bid will be returned unopened and Bid Security refunded after
completion of the bid process i.e. award of the contract to the best/ successful bidder.
16) Evaluation of Financial Bids-
a) The Procuring Entity shall evaluate each Financial Bid, the corresponding Technical Bid of which has been determined to be substantially responsive.
b) To evaluate a Financial Bid, the Procuring Entity shall only use all the criteria and
methodologies defined in this document. No other criteria or methodology shall be
permitted. c) To evaluate a Financial Bid, the Procuring Entity shall consider the following:
i. the Bid Price quoted in the Financial Proposal;
ii. price adjustment for correction of arithmetical errors in accordance with Clause
'Correction of Arithmetical Errors';
iii. price adjustment due to discounts offered, if permitted, in accordance with Clause 'Bid Prices'; and
iv. price and/ or purchase preference in accordance with Clause 'Price and/ or Purchase
Preference'
v. price adjustment due to application of all the evaluation criteria specified in
Evaluation and Qualification Criteria. These criteria may include factors related to
the characteristics, performance, and terms and conditions of procurement of the
Goods and Related Services which shall be expressed to the extent practicable in
monetary terms to facilitate comparison of the Bids, unless otherwise specified.
d) Unless otherwise specified, the evaluation of the total Price of a Bid shall be the price of
delivering the Goods and Related Services at the site(s) or place(s) of delivery
including all taxes and duties payable on them, insurance, transport, loading, unloading,
erecting, stacking, testing, commissioning, etc.
18) Clarification of Technical or Financial Bids-
a) To assist in the examination, evaluation, comparison and qualification of the Technical
or Financial Bids, the Bid evaluation committee may, at its discretion, ask any Bidder
for a clarification regarding its Bid. The committee’s request for clarification and the
response of the Bidder shall be in writing/ email or through the e-Procurement portal.
b) Any clarification submitted by a Bidder with regard to his Bid that is not in response to a request by the Bid evaluation committee shall not be considered.
c) No change in the prices or substance of the Bid shall be sought, offered, or permitted,
except to confirm the correction of arithmetical errors discovered by the Bid evaluation
committee in the evaluation of the financial Bids.
d) No substantive change to qualification information or to a submission, including
changes aimed at making an unqualified Bidder, qualified or an unresponsive
submission, responsive shall be sought, offered or permitted.
19) Correction of Arithmetical Errors in Financial Bid- Provided that the bid is substantially
responsive, the Procuring Entity will correct arithmetical errors during evaluation of
Financial Bids on the following basis:-
i. if there is a discrepancy between the unit price and the total price that is obtained by
22
multiplying the unit price and quantity, the unit price shall prevail and the total price
shall be corrected, unless in the opinion of the procuring entity there is an obvious
misplacement of the decimal point in the unit price, in which case the total price as
quoted shall govern and the unit price shall be corrected;
ii. if there is an error in a total corresponding to the addition or subtraction of subtotals, the subtotals shall prevail and the total shall be corrected; and
iii. if there is a discrepancy between words and figures, the amount in words shall prevail,
unless the amount expressed in words is related to an arithmetic error, in which case the
amount in figures shall prevail subject to (i) and (ii) above.
iv. If the Bidder that submitted the lowest evaluated Bid does not accept the correction of
errors, its Bid shall be disqualified and its Bid Security shall be forfeited or its Bid
Securing Declaration shall be executed.
20) Preliminary Examination of Technical or Financial Bids:
a) The Procuring Entity shall examine the Technical or Financial Bids to confirm that all
documents and technical documentation requested in 'Documents Comprising the Bid'
have been provided, and to determine the completeness of each document submitted.
b) The Procuring Entity shall confirm, following the opening of the Technical or Financial Bids, that the following documents and information have been provided : (i) Bid is signed, as per the requirements listed in the Bidding documents; (ii) Bid has been sealed as per instructions provided in the Bidding documents; (iii) Bid is valid for the period, specified in the Bidding documents; (iv) Bid is accompanied by Bid Security or Bid securing declaration;
(v) Bid is unconditional and the Bidder has agreed to give the required performance
Security; and (vi) Price Schedules in the Financial Bids are in accordance with RFP Clauses; (vii) written confirmation of authorization to commit the Bidder; (viii) Manufacturer’s Authorization, if applicable; (ix) Declaration by the Bidder; (x) Other conditions, as specified in the Bidding documents are fulfilled.
21) Price /Purchase Preference: Price and/or purchase preference notified by the State
Government and as mentioned in the bidding document shall be considered in the evaluation of bids and award of contract.
22) Comparison of bids: The procuring entity shall compare all substantially responsive bids
to determine the lowest-evaluated bid in accordance with the evaluation criteria given in
this RFP. 23) Post qualification of the Bidder: The Procuring Entity shall determine to its satisfaction
that the Bidder that is selected as the lowest Bidder is qualified to perform the Contract
satisfactorily. 24) Negotiations-
a) Except in case of procurement by method of single source procurement, to the extent
possible, no negotiations shall be conducted after the pre-Bid stage. All clarifications
needed to be sought shall be sought in the pre-bid stage itself.
b) CVC Guidelines will be followed in the Negotiations. may, however, be undertaken only with the lowest or most advantageous bidder under the following circumstances-
(i) when ring prices have been quoted by the Bidders for the subject matter of
procurement; or
(ii) when the rates quoted vary considerably and considered much higher than the prevailing market rates.
c) The Bid evaluation committee shall have full powers to undertake negotiations. Detailed
reasons and results of negotiations shall be recorded in the proceedings.
23
d) The lowest Bidder shall be informed about negotiations in writing either through
messenger or by registered letter and e-mail (if available). A minimum time of seven
days shall be given for calling negotiations. In case of urgency the Bid evaluation
committee, after recording reasons, may reduce the time, provided the lowest Bidder
has received the intimation and consented to holding of negotiations.
e) Negotiations shall not make the original offer made by the Bidder inoperative. The Bid
evaluation committee shall have option to consider the original offer in case the Bidder
decides to increase rates originally quoted or imposes any new terms or conditions
f) In case of non-satisfactory achievement of rates from lowest Bidder, the Bid evaluation
committee may choose to make a written counter offer to the lowest Bidder and if this
is not accepted by him, the committee may decide to reject and
re-invite Bids or to make the same counter-offer first to the second lowest Bidder, then
to the third lowest Bidder and so on in the order of their initial standing in the bid
evaluation and supply order be awarded to the Bidder who accepts the counter-offer.
g) In case the rates even after the negotiations are considered very high, fresh Bids shall be invited.
25) Disqualification: Procuring entity may at its sole discretion and at any time during the
processing of bids, disqualify any bidder/ bid from the bid process if the bidder: - i. Has not submitted the bid in accordance with the bidding document.
ii. Has submitted bid without submitting the prescribed Tender Fee, RISL Processing Fee,
Bid Security or the Bidder's authorization certificate/ Power of Attorney. iii. Has imposed other conditions in his bid. iv. During validity of the bid or its extended period, if any, increases his quoted prices.
v. Has made misleading or false representations in the forms, statements and attachments
submitted in proof of the eligibility requirements. vi. Has failed to provide clarifications related thereto, when sought.
vii. Has submitted more than one bid. This will cause disqualification of all bids submitted by
such bidders including forfeiture of the Bid Security.
viii. Is found to canvass, influence or attempt to influence in any manner for the qualification
or selection process, including without limitation, by offering bribes or other illegal
gratification 26) Acceptance of the successful bid and award of contract-
a) The Procuring Entity after considering the recommendations of the Bid Evaluation
Committee and the conditions of Bid, if any, financial implications, samples, test
reports, etc., shall accept or reject the successful Bid.
b) Before award of the Contract, the Procuring Entity shall ensure that the price of successful Bid is reasonable and consistent with the required quality.
c) A Bid shall be treated as successful only after the competent authority has approved the
procurement in terms of that Bid.
d) The Procuring Entity shall award the contract to the Bidder whose offer has been
determined to be the lowest in accordance with the evaluation criteria, and if the Bidder
has been determined to be qualified to perform the contract satisfactorily.
e) Prior to the expiration of the period of validity of Bid, the Procuring Entity shall inform
the successful Bidder in writing, by registered post or email, that its Bid has been
accepted.
f) If the issuance of formal letter of acceptance (LOA) is likely to take time, in the
meanwhile a Letter of Intent (LOI) may be sent to the successful Bidder. The
acceptance of an offer is complete as soon as the letter of acceptance or letter of intent
is posted and/ or sent by email (if available) to the address of the successful Bidder
given in its Bid.
24
27) Confidentiality-
a) Information relating to the examination, evaluation, comparison, and post-qualification
of Bids, and recommendation of contract award, shall not be disclosed to Bidders or any
other persons not officially concerned with such process until information on Contract
award is communicated to all Bidders.
b) Any attempt by a Bidder to influence the Procuring Entity in the examination,
evaluation, comparison, and post qualification of the Bids or Contract award decisions
may result in the rejection of its Bid, in addition to the legal action which may be taken
by the Procuring Entity under the Act / Rules.
c) Notwithstanding above clause, from the time of opening the Bid to the time of Contract
award, if any Bidder wishes to contact the Procuring Entity on any matter related to the
Bidding process, it should do so in writing.
d) In addition to the restrictions specified the Procuring Entity, while procuring a subject
matter of such nature which requires the procuring Entity to maintain confidentiality,
may impose condition for protecting confidentiality of such information. 28) Conflict of Interest- A conflict of interest is considered to be a situation in which a party
has interests that could improperly influence that party’s performance of official duties or
responsibilities, contractual obligations, or compliance with applicable laws and
regulations:
a) A Bidder may be considered to be in conflict of interest with one or more parties in this bidding process if, including but not limited to: i. have controlling partners/ shareholders in common; or ii. receive or have received any direct or indirect subsidy from any of them; or iii. have the same legal representative for purposes of this Bid; or
iv. have a relationship with each other, directly or through common third parties, that
puts them in a position to have access to information about or influence on the Bid
of another Bidder, or influence the decisions of the Procuring Entity regarding this
bidding process; or
v. the Bidder participates in more than one Bid in this bidding process. Participation
by a Bidder in more than one Bid will result in the disqualification of all Bids in
which the Bidder is involved. However, this does not limit the inclusion of the same
subcontractor, not otherwise participating as a Bidder, in more than one Bid; or
vi. the Bidder or any of its affiliates participated as a consultant in the preparation of
the design or technical specifications of the Goods and Services that are the subject
of the Bid; or
vii. Bidder or any of its affiliates has been hired (or is proposed to be hired) by the Procuring Entity as engineer-in-charge/ consultant for the contract.
b) The Bidder shall have to give a declaration regarding compliance of the Code of
Integrity prescribed in the Act/ Rules and stated above in this Clause along with its Bid,
in the format specified in Section IV, Bidding Forms.
c) Breach of Code of Integrity by the Bidder: Without prejudice to the provisions of
Act/rules, in case of any breach of the Code of Integrity by a Bidder or prospective
Bidder, as the case may be, the Procuring Entity may take appropriate action in
accordance with the provisions of Act/rules. 29) Procuring entity’s Right to accept any bid, and to reject any or all of the Bids: The
procuring entity reserves the right to accept or reject any bid, and to annul the bidding
process and reject all bids at any time prior to contract award, without assigning any reasons
thereof and without thereby incurring any liability to the bidders.
25
30) Procuring entity’s Right to Vary Quantities at the time of award-
a) At the time of award of contract, the quantity of Goods, works or services originally
specified in the Bidding Documents may be increased or decreased, but such increase or
decrease shall not exceed fifty percent, of the quantity specified in the Bidding
Document. It shall be without any change in the unit prices or other terms and
conditions of the Bid and the conditions of contract.
b) If the Procuring Entity does not procure any subject matter of procurement or procures
less than the quantity specified in the Bidding Document due to change in
circumstances, the Bidder shall not be entitled for any claim or compensation except
otherwise provided in the Conditions of Contract. 31) Dividing quantities among more than one Bidder at the time of award - As a general rule
all the quantities of the subject matter of procurement shall be procured from the Bidder,
whose Bid is accepted. However, when it is considered that the quantity of the subject
matter of procurement to be procured is very large and it may not be in the capacity of the
Bidder, whose Bid is accepted, to deliver the entire quantity or when it is considered that the
subject matter of procurement to be procured is of critical and vital nature, in such cases, the
quantity may be divided between the Bidder, whose Bid is accepted and the second lowest
Bidder or even more Bidders in that order, in a fair, transparent and equitable manner at the
rates of the Bidder, whose Bid is accepted. Counter offer to first lowest Bidder (L1), in
order to arrive at an acceptable price, shall amount to negotiation. However, any counter
offer thereafter to second lowest Bidder (L2), third lowest Bidder (L3) etc., (at the rates
accepted by L1) in case of splitting of quantities shall not be deemed to be a negotiation.
32) Signing of Contract-
a) In the written intimation of acceptance of its Bid sent to the successful Bidder, it shall
also be asked to execute an agreement in the format given in the Bidding Document on
a non-judicial stamp of requisite value at his cost and deposit the amount of
Performance Security or a Performance Security Declaration, as applicable, within a
period of fifteen days from the date on which the LOA or LOI or Work Order is
dispatched to the Bidder. Until a formal contract is executed, LOA or LOI or Work
Order shall constitute a binding contract.
b) If the Bidder, whose Bid has been accepted, fails to sign a written procurement contract
or fails to furnish the required Performance Security or Performance Security
Declaration, as the case may be, within the specified time period, the Procuring Entity
shall take action against the successful Bidder as per the provisions of the Rules. The
Procuring Entity may, in such case, cancel the procurement process or if it deems fit,
offer for acceptance on the rates of lowest Bidder to the next lowest responsive Bidder.
c) The Bid Security and samples, if any, of the Bidders whose Bids could not be accepted
shall be refunded soon after the contract with the successful Bidder is signed and his
Performance Security is obtained.
33) Performance Security Deposit (PSD)- a) Performance Security shall be solicited from all successful Bidders.
b) The amount of Performance Security shall be five percent (5%) of the amount of the
supply order. The currency of Performance Security shall be Indian Rupees.
c) Performance Security shall be furnished in one of the following forms.
i. Bank Draft/ Banker's Cheque/Bank Guarantee of a Scheduled/Nationalized Bank in India
in favour of State Project Director, RCSE. It shall be got verified from the issuing bank
with the banks undertaking of making the payment to the Procuring Entity without the
consent of the bidder.
26
The validity of the Bank Guarantee shall be for 6 Months beyond the stipulated time
of completion of the entire contract. The validity of the Bank Guarantee would be
extended for the required period on request by the Procuring Entity. or
ii. Fixed Deposit Receipt (FDR) of a Scheduled/Nationalized Bank. It shall be in the
name of the Procuring Entity on account of Bidder and discharged by the Bidder in
advance. The Procuring Entity shall ensure before accepting the Fixed Deposit
Receipt that the Bidder furnishes an undertaking from the bank to make
payment/ premature payment of the Fixed Deposit Receipt on demand to the
Procuring Entity without requirement of consent of the Bidder concerned. In the
event of forfeiture of the Performance Security, the Fixed Deposit shall be forfeited
along with interest earned on such Fixed Deposit.
e) Failure of the successful Bidder to submit the above-mentioned Performance Security
or sign the Contract within the specified time period shall constitute sufficient
grounds for the annulment of the award and forfeiture of the Bid Security. In that
event the Procuring Entity may award the Contract to the next lowest evaluated
Bidder at the rates of the lowest bidder whose offer is substantially responsive and
is determined by the Procuring Entity to be qualified to perform the Contract
satisfactorily
f) Forfeiture of Performance Security: The amount of Performance Security in full or
part may be forfeited in the following cases-
i. when the Bidder does not execute the agreement in accordance with Clause
'Signing of Contract' within the specified time period; after issue of letter of
acceptance/ placement of supply order; or
ii. when the Bidder fails to commence the supply of the Goods or Related Services as per
supply order within the time specified; or iii. when Bidder fails to commence or make complete supply of the Goods or Related
Services satisfactorily within the time specified; or
iv. when any terms and conditions of the contract is breached; or
v. if the Bidder breaches any provision of the Code of Integrity prescribed for Bidders in
the Act/Rules.
g) Notice of reasonable time will be given in case of forfeiture of Performance
Security. The decision of the Procuring Entity in this regard shall be final.
34) Reservation of Rights: To take care of unexpected circumstances, procuring entity reserves
the rights for the following: - a) Extend the closing date for submission of the bid proposals.
b) Amend the bidding requirements at any time prior to the closing date, with the
amendment being notified to prospective bidders and on the respective websites.
c) Allow a bidder to change its technical proposal if the same opportunity is given to all bidders but before the opening of financial bids.
d) To accept any bid not necessarily the lowest, reject any bid without assigning any
reasons and accept bid for all or anyone or more of the articles/ services for which bid
has been invited or distribute items of stores/ services to more than one bidder.
e) Terminate or abandon the bidding procedure or the entire project whether before or after the receipt of bid proposals.
f) Seek the advice of external consultants to assist procuring entity in the evaluation or
review of proposals.
g) Make enquiries of any person, company or organization to ascertain information regarding the bidder and its proposal.
h) Reproduce for the purposes of the procedure the whole or any portion of the proposal
despite any copyright or other intellectual property right that may subsist in the
proposal.
27
35) Monitoring of Contract-
a) An officer or a committee of officers named Contract Monitoring Committee (CMC)
may be nominated by procuring entity to monitor the progress of the contract during its
delivery period.
b) During the delivery period the CMC shall keep a watch on the progress of the contract
and shall ensure that quantity of goods and service delivery is in proportion to the total
delivery period given, if it is a severable contract, in which the delivery of the goods
and service is to be obtained continuously or is batched. If the entire quantity of goods
and service is to be delivered in the form of completed work or entire contract like
fabrication work, the process of completion of work may be watched and inspections of
the selected bidder’s premises where the work is being completed may be inspected.
c) If delay in delivery of goods and service is observed a performance notice would be given to the selected bidder to speed up the delivery.
d) Any change in the constitution of the firm, etc. shall be notified forth with by the
contractor in writing to the procuring entity and such change shall not relieve any
former member of the firm, etc., from any liability under the contract.
e) No new partner/ partners shall be accepted in the firm by the selected bidder in respect
of the contract unless he/ they agree to abide by all its terms, conditions and deposits
with the procuring entity through a written agreement to this effect.
The bidder’s receipt for acknowledgement or that of any partners subsequently
accepted as above shall bind all of them and will be sufficient discharge for any of the
purpose of the contract.
f) The selected bidder shall not assign or sub-let his contract or any substantial part thereof to any other agency without the permission of procuring entity.
g) The Bidder is expected to examine all instructions, forms, terms, and specifications in
the Bidding Document. Failure to furnish all information or authentic documentation
required by the Bidding Document may result in the rejection of the Bid. 36) Code of Integrity- Any person participating in the procurement process shall -
a) not offer any bribe, reward or gift or any material benefit either directly or indirectly in
exchange for an unfair advantage in procurement process or to otherwise influence the
procurement process;
b) not misrepresent or omit that misleads or attempts to mislead so as to obtain a financial or other benefit or avoid an obligation;
c) not indulge in any collusion, Bid rigging or anti-competitive behaviour to impair the
transparency, fairness and progress of the procurement process;
d) not misuse any information shared between the procuring Entity and the Bidders with an intent to gain unfair advantage in the procurement process;
e) not indulge in any coercion including impairing or harming or threatening to do the
same, directly or indirectly, to any party or to its property to influence the procurement
process; f) not obstruct any investigation or audit of a procurement process; g) disclose conflict of interest, if any; and
h) disclose any previous transgressions with any Entity in India or any other country during
the last three years or any debarment by any other procuring entity. 37) Grievance handling during procurement process- Any grievance of a Bidder pertaining to
the procurement process shall be by way of filing an appeal to the First or Second Appellate
Authority, as the case may be, as specified in the BDS as given in Appendix A to these
ITB.
28
38) Samples-
a) When notified by the Procuring entity to the supplier/ bidder/ selected bidder bids for
specified articles, if any, shall be accompanied by one set of sample of the articles bid,
where asked for, properly packed. Such samples if submitted personally will be
received in the office. A receipt will be given for each sample by the officer receiving
the samples.
b) Each sample shall be marked suitably either by writing on the sample or on a slip of
durable paper securely fastened to the sample, the name of the Bidder and serial
number of the item, of which it is a sample in the Schedule of Supply
c) Approved samples would be retained free of cost up to the period of six months after the
expiry of the contract. The Procuring Entity shall not be responsible for any damage,
wear and tear or loss during testing, examination, etc., during the period these samples
are retained. The samples shall be collected by the Bidder on the expiry of stipulated
period. The Procuring Entity shall in no way make arrangements to return the samples.
The samples uncollected within 9 months after expiry of contract shall be forfeited by
the Procuring Entity and no claim for their cost, etc., shall be entertained.
d) Samples not approved shall be collected by the Bidders. The Procuring Entity will not
be responsible for any damage, wear and tear, or loss during testing, examination, etc.,
during the period these samples are retained. The uncollected samples shall be forfeited
and no claim for their cost, etc., shall be entertained.
e) Supplies when received may be subject to inspection to ensure whether they conform to
the specifications or with the approved samples. Where necessary or prescribed or
practical, tests shall be carried out in Government laboratories, reputed testing house
like STQC (ETDC) and the like and the supplies will be accepted only when the articles
conform to the standard of prescribed specifications as a result of such tests.
f) The selected bidder shall at its own expense and at no cost to the Procuring entity, carry
out all such tests and/ or inspections of the Goods and Related Services as are specified
in the bidding document.
g) Drawl of Samples: In case of tests, wherever feasible, samples shall be drawn in four
sets in the presence of selected bidder or his authorized representative and properly
sealed in their presence. Once such set shall be given to them, one or two will be sent to
the laboratories and/ or testing house and the third or fourth will be retained in the
office for reference and record.
29
CHAPTER 6: TERMS AND CONDITIONS OF TENDER & CONTRACT
A. GENERAL CONDITIONS OF CONTRACT (GCC): 1) Definitions- The following words and expressions shall have the meanings hereby assigned to
them- a) ‘Rules.’ Means Rajasthan Transparency in Public Procurement Rules., 2013.
b) 'Act’ Means the Rajasthan Transparency in Public Procurement Act., 2012
c) “Completion” means the fulfilment of the Related Services by the Supplier in accordance with the terms and conditions set forth in the Contract.
d) “Contract” means the Agreement entered into between the Procuring Entity and the
Supplier, together with the Contract Documents referred to therein, including all
attachments, appendices, specifications and codes and all documents incorporated by
reference therein.
e) “Contract Documents” means the documents listed in the Agreement, including any amendments thereto.
f) “Contract Price” means the price payable to the Supplier as specified in the Agreement,
subject to such additions and adjustments thereto or deductions there from, as may be
made pursuant to the Contract. g) “Day” means calendar day.
h) “Delivery” means the transfer of the Goods from the Supplier to the Procuring Entity in
accordance with the terms and conditions set forth in the Contract. i) “GCC” mean the General Conditions of Contract
j) “Goods” means all of the commodities, raw material, machinery and equipment,
documents, guarantees/warrantees and/or other materials that the Supplier is required to
supply to the Procuring Entity under the Contract.
k) “Procuring Entity” means the Entity purchasing the Goods and Related Services, as specified in the bidding document.
l) “Related Services” means the services incidental to the supply of the Goods, such as
insurance, installation, training and initial maintenance, commissioning of equipment or
machinery and other similar obligations of the Supplier under the Contract. m) “SCC” means the Special Conditions of Contract.
n) “Subcontractor” means any natural person, private or government Entity, or a
combination of the above, including its legal successors or permitted assigns, to whom
any part of the Goods to be supplied or execution of any part of the Related Services is
subcontracted by the Supplier.
o) “Supplier” means the natural person, private or government Entity, or a combination of
the above, whose Bid to perform the Contract has been accepted by the Procuring Entity
and is named as such in the Agreement, and includes the legal successors or permitted
assigns of the Supplier.
p) “The Site,” where applicable, means the place of delivery, installation,
testing/commissioning of the goods/equipment or machinery or any other place named in
the bidding document 2) Interpretation-
a) If the context so requires it, singular means plural and vice versa.
b) Entire Agreement- The Contract constitutes the entire agreement between the Procuring
Entity and the Supplier and supersedes all communications, negotiations and agreements
(whether written or oral) of parties with respect thereto made prior to the date of Contract
c) Amendment- No amendment or other variation of the Contract shall be valid unless it is
in writing, is dated, expressly refers to the Contract, and is signed by a duly authorised
representative of each party thereto;
30
d) Non-waiver-
i. Subject to GCC Sub-Clause (e) below, no relaxation, forbearance, delay, or indulgence
by either party in enforcing any of the terms and conditions of the Contract or the
granting of time by either party to the other shall prejudice, affect, or restrict the rights
of that party under the Contract, neither shall any waiver by either party of any breach
of Contract operate as waiver of any subsequent or continuing breach of Contract.
ii. Any waiver of a party’s rights, powers, or remedies under the Contract must be in
writing, dated, and signed by an authorized representative of the party granting such
waiver, and must specify the right and the extent to which it is being waived.
e) Severability- If any provision or condition of the Contract is prohibited or rendered in
valid or unenforceable, such prohibition, invalidity or unenforceability shall not affect the
validity or enforceability of any other provisions and conditions of the Contract. 3) Income Tax, GST Registration - No Dealer who does not hold a valid Permanent Account
Number (PAN) from Income Tax department and GST registration shall not bid. The GST
Registration Certificate shall be submitted without which the bid is liable to be rejected. The
bidder quoting GST should have valid GST registration and bidder should mention the same
GST registration number in the bid document.
4) Contract Documents: Subject to the order of precedence set forth in the Agreement, all
documents forming the Contract (and all parts thereof) are intended to be correlative,
complementary, supplementary and mutually explanatory. 5) Code of Integrity- The Supplier is bound by the provisions of the Code of Integrity stipulated
in the Act and the Rules and specified in ITB Clause 36 'Code of Integrity'. The corrupt,
fraudulent, coercive and collusive practices are further defined as below:
a) “corrupt practice” means the offering, giving, receiving, or soliciting, directly or indirectly, anything of value to influence improperly the actions of another party;
b) “fraudulent practice” means any act or omission, including a misrepresentation, that
knowingly or recklessly misleads, or attempts to mislead, a party to obtain a financial or
other benefit or to avoid an obligation;
c) “coercive practice” means impairing or harming, or threatening to impair or harm,
directly or indirectly, any party or the property of the party to influence improperly the
actions of a party;
d) “collusive practice” means an arrangement between two or more parties designed to
achieve an improper purpose, including influencing improperly the actions of another
party.
e) The Procuring Entity shall take legal action against the Supplier under Section 11(3), 46
and chapter IV of the Act, if it breaches any provisions of the Code of Integrity, or is
determined to have engaged in corrupt, fraudulent, coercive or collusive practices in
competing for the Contract or execution of the Contract. f) The Supplier shall permit the Procuring Entity to inspect the Supplier’s accounts and records
relating to the performance of the Supplier and to have them audited by auditors appointed by
the Procuring Entity, if so required by the Procuring Entity
6) Language-
a) The Contract as well as all correspondence and documents relating to the Contract
exchanged by the supplier and the Procuring entity, shall be written in English language
only. Supporting documents and printed literature that are part of the Contract may be in
another language provided they are accompanied by an accurate translation of the relevant
passages in the language specified in the special conditions of the contract (SCC), in
which case, for purposes of interpretation of the Contract, this translation shall govern.
b) The supplier shall bear all costs of translation to the governing language and all risks of the accuracy of such translation.
31
7) Eligible Goods and Related Services-
a) All Goods and Related Services to be supplied under the Contract shall have India as their
country of origin or a country which has not been declared ineligible by Government of
India.
b) For purposes of this Clause, the term “Goods” includes commodities, raw material,
machinery, equipment, and industrial plants; and “Related Services” includes services
such as insurance, installation, transportation, testing, commissioning, training, and
mandated operation and maintenance.
c) The term “country of origin” means the country where the Goods have been mined,
grown, cultivated, produced, manufactured, or processed; or through manufacture,
processing, or assembly, another commercially recognized article results that differs
substantially in its basic characteristics from its imported components.
d) The nationality of the firm that produces, assembles, distributes, or sells the Goods shall not determine their origin.
e) If so required, a Bidder that does not manufacture or produce the Goods it offers to supply
shall submit the Manufacturer’s Authorization using the form included in this document,
Bidding Forms to demonstrate that it has been duly authorized by the manufacturer or
producer of the Goods to supply these Goods in India. 8) Notices-
a) Any notice given by one party to the other pursuant to the Contract shall be in writing to
the address specified in the contract. The term “in writing” means communicated in
written form with proof of receipt.
b) A Notice shall be effective when delivered or on the Notice’s effective date, whichever is later.
9) Governing Law: The Contract shall be governed by and interpreted in accordance with the
laws of India and the State of Rajasthan. 10) Scope of Supply-
a) Subject to the provisions in the bidding document and contract, the goods and related services to be supplied shall be as specified in the bidding document.
b) Unless otherwise stipulated in the Contract, the scope of supply shall include all such
items not specifically mentioned in the Contract but that can be reasonably inferred from
the Contract as being required for attaining delivery and completion of the goods and
related services as if such items were expressly mentioned in the Contract.
c) The bidder shall not quote and supply and hardware/ software that is likely to be declared as End of Sale and End of Service/ Support as mentioned in Annexure-1 (Bill of Material). OEMs are required to mention this in the MAF for all the quoted hardware/ software. If any of the hardware/ software is found to be declared as End of Sale/ Service/ Support, then the bidder shall replace all such hardware/ software with the latest ones having equivalent or higher specifications without any financial obligation to the procuring entity.
11) Delivery & Installation-
a) Subject to the conditions of the contract, the delivery of the goods and completion of the
related services shall be in accordance with the delivery and completion schedule
specified in the bidding document. The details of supply/ shipping and other documents
to be furnished by the supplier are specified in the bidding document and/ or contract.
b) The contract for the supply can be repudiated at any time by the purchase officer, if the
supplies are not made to his satisfaction after giving an opportunity to the bidder of being
heard and recording the reasons for repudiation.
c) The Supplier/ selected Bidder shall arrange to supply, install and commission the ordered
materials/ system as per specifications within the specified delivery/ completion period at
various departments and/ or their offices/ locations mentioned in the bidding document
and/ or contract.
32
d) Shifting the place of Installation: The end-user will be free to shift the place of installation
within the same city /town/ district/ division. The supplier shall re-install all the
equipments and provide assistance, incl. transportation, in shifting of the equipment.
However, in case of shifting, additional charges towards assistance in shifting and re-
installation would be decided mutually.
12) Supplier’s/ Selected Bidder’s Responsibilities: The Supplier shall supply all the goods and
related services included in the scope of supply in accordance with the provisions of bidding
document and/ or contract.
13) Procuring entity’s Responsibilities - Whenever the supply of goods and related services
requires that the Supplier obtain permits, approvals, and import and other licenses from local
public authorities, the Procuring entity shall, if so required by the Supplier, shall make its best
effort to support the Supplier in complying with such requirements in a timely and
expeditious manner. 14) Contract Price-
a) The Contract Price shall be paid as specified in the agreement subject to any additions and
adjustments thereto, or deductions therefore, as may be made pursuant to the Contract.
b) Prices charged by the Supplier for the Goods delivered and the Related Services
performed under the Contract shall not vary from the prices quoted by the Supplier in its
bid, with the exception of any price adjustments, if authorized in the special conditions of
the contract. 15) Recoveries from Supplier/ Selected Bidder-
a) Recovery of penalty, short supply, breakage, rejected articles shall be made ordinarily from bills.
b) The Purchase Officer shall withhold amount to the extent of penalty, short supply/
installation /deployment, breakage and rejected articles unless these are replaced
satisfactorily. In case of failure to withhold the amount, it shall be recovered from his
dues and Security Deposit available with procuring entity.
c) The balance, if any, shall be demanded from the Supplier/ Selected Bidder and when
recovery is not possible, the Purchase Officer shall take recourse to Rajasthan Public
Demand Recovery Act or any other law in force.
16) Taxes & Duties-
a) The TDS, GST etc., if applicable, shall be deducted at source/ paid by department as per
prevailing rates. In case of revision of the tax rates or imposition of any new tax in future
the same shall be paid by the department to the bidder. b) For Goods supplied from outside India, the Supplier shall be entirely responsible for all
taxes, stamp duties, license fees, and other such levies imposed outside India.
c) For Goods supplied from within India, the Supplier shall be entirely responsible for all
taxes, duties, license fees, etc., incurred until delivery of the contracted Goods at site to
the Procuring Entity.
d) If any tax exemptions, reductions, allowances or privileges may be available to the
Supplier in India, the Procuring Entity shall use its best efforts to enable the Supplier to
benefit from any such tax savings to the maximum allowable extent.
33
17) Agreement and Security Deposit- a) A Letter of Intent (LOI) shall be issued to the successful Tenderer to sign the agreement
within 15 days from finalization of rates. Tenderer will supply and install all the items as
per below table :
No. Particulars Event
a. Date of LOI T = Date of issuance of LOI
b. Signing of Agreement T + 10 Days = T1
c. Request for PDI T1 + xDays = T2 (x = No. of days taken by the tenderer for the PDI
request after LOI). x should not be more than 10
days
d. PDI T2 + 15 Days = T3
e. Total Delivery & T3 + 45 Days (approx.) = T4 Installation Period
Days= Calendar Days (unless mentioned otherwise).
b) The successful tenderer will be required to sign an agreement with State Project Director,
RCSE on behalf of Govt. of Rajasthan on a non-judicial stamp paper of prescribed value
of this cost incorporating all the terms and conditions attached to tender form within 15
days from the date of LOI. The agreement will be a composite agreement for a period of 3
(Three) years from the date of signing of agreement. Violation of any term and condition
of Agreement will entitle the State Project Director, RCSE to fragment, terminate the
contract and forfeit the security deposit after due approval from RCSE. Further in case of
violation of any term and condition, unsatisfactory work, failing in imparting proper
education, work can be assigned to any other tenderer at the risk and cost of the original
tenderer in the interest of the students and contract can be terminated at any time during
the progress of the contract by the GoR.
c) The expenses of completing and stamping the agreement shall be paid by the tenderer and
the tenderer will furnish free of charge on executed stamped copy of the agreement to the
SPD, RCSE.
d) The tenderer shall furnish the following documents at the time of execution of agreement:
Attested copy of Partnership Deed in case of Partnership Firms, Registration Number and
year of registration in case partnership firm is registered with Registrar of Firms, Address
of residence and office, telephone numbers in case of sole Proprietorship & Registration
issued by Registrar of Companies in case of Company. Relevant documents in case of
organization/ institute/ company/ corporation/ society registered/ incorporated in India. 18) Performance Security Deposit (PSD)-
a) The Supplier shall, within fifteen (15) days or a period specified in SCC, of the
Notification of Award, sign the Contract Agreement and provide a Performance Security
or, where applicable, a Performance Security Declaration for the due performance of the
Contract for the amount specified in the SCC.
b) The Performance Security shall be denominated in the currency of the Contract and shall be in one of the following forms: (i) Bank Draft or Banker's Cheque of a Scheduled Bank in India; or
(ii) National Savings Certificates and any other script/ instrument under National
Savings Schemes for promotion of small savings issued by a Post Office in
Rajasthan, if the same can be pledged under the relevant rules. They shall be
accepted at their surrender value at the time of Bid and formally transferred in the
name of the Procuring Entity with the approval of Head Post Master; or
(iii) Bank guarantee. It shall be of a scheduled/nationalized Bank in India in prescribed
or other acceptable format or from other Issuer acceptable to the Procuring Entity.
The bank guarantee shall be got verified from the issuing bank and confirmer, if
any; or
34
(iv) Fixed Deposit Receipt (FDR) of a scheduled/nationalized bank. It shall be in the
name of the Procuring Entity on account of Bidder and discharged by the Bidder in
advance. The Procuring Entity shall ensure before accepting the Fixed Deposit
Receipt that the Bidder furnishes an undertaking from the bank to make payment/
premature payment of the Fixed Deposit Receipt on demand to the Procuring Entity
without requirement of consent of the Bidder concerned. In the event of forfeiture
of the Performance Security, the Fixed Deposit shall be forfeited along with interest
earned on such Fixed Deposit.
c) The proceeds of the Performance Security shall be forfeited and shall be payable as
compensation to the Procuring Entity on happening of any of the events mentioned
below:
(i) when the Supplier does not sign the Agreement in accordance with ITB Clause
'Signing of Contract' within the specified time; after issue of letter of acceptance/
placement of supply order within the specified period; or
(ii) when the Supplier fails to commence the supply of the Goods or Related Services as per supply order within the time specified; or
(iii) when Supplier fails to make complete supply of the Goods or Related Services
satisfactorily within the time specified; or (iv) When any terms and conditions of the Contract is breached; or
(v) if the Supplier breaches any provision of the Code of Integrity prescribed for
Bidders in the Act / Rules and as specified in ITB.
d) Notice of reasonable time will be given in case of forfeiture of Performance Security. The decision of the Procuring Entity in this regard shall be final.
e) The Performance Security shall be discharged by the Procuring Entity and returned to the
Supplier not later than sixty (60) days following the date of satisfactory completion of the
Supplier’s performance obligations under the Contract, including any warranty and/ or
maintenance obligations, unless specified otherwise in the SCC.
19) Liquidated Damages:
a) Subject to provisions of GCC Clause 'Force Majeure' and 'Extensions of Time', if the
Supplier fails to deliver any or all of the Goods or perform the Related Services within the
period specified in the Contract , the Procuring Entity shall, without prejudice to all its
other remedies under the Contract, deduct from the Contract Price, as liquidated damages
on the basis of following percentages of value of Goods and/ or Related Service which the
Supplier has failed to supply or complete:-
No. Condition LD%*
a. Delay up to one fourth period of the specified period of delivery, 2.5%
successful installation and completion of subject matter of
procurement
b. Delay exceeding one fourth but not exceeding half of the specified 5.0%
period of delivery, successful installation and completion of subject
matter of procurement
c. Delay exceeding half but not exceeding three fourth of the specified 7.5%
period of delivery, successful installation and completion of subject
matter of procurement
d. Delay exceeding three fourth of the specified period of delivery, 10.0%
successful installation and completion of subject matter of
procurement
35
b) Fraction of a day in reckoning period of delay in supplies, successful installation and
completion of work shall be eliminated if it is less than half a day. The value of Goods
and/ or Related Services not received in specified time should be calculated carefully. The
method of calculation for contracts which include multiple items of supply/ service in
case individual value of each item is not taken in the Bid should be generally given in the
SCC. For turnkey projects in which cost of individual items is not known also, some
apportionment formula should be given in the SCC. If not given, the total value of the
turnkey project shall become the basis for imposing LD, if due.
c) The maximum amount of liquidated damages shall be 10% of the contract value. Once the
maximum is reached, the Procuring Entity may terminate the Contract pursuant to GCC
Clause 'Termination & Disputes'. d) *The percentage refers to the payment due for the associated works/ goods/ service
e) Recoveries of liquidated damages, short supply, breakage, rejected articles shall
ordinarily be made from bills. Amount may also be withheld to the extent of short supply,
breakages, rejected articles and in case of failure in satisfactory replacement by the
Supplier along with amount of liquidated damages shall be recovered from his dues and
Performance Security available with the Procuring Entity. In case balance of recovery is
not possible, recourse will be taken under Rajasthan Public Demand Recovery Act or any
other law in force. 20) Copyright: The copyright in all drawings, source code, design documents, and other
materials containing data and information furnished to the Procuring Entity by the Supplier
for this project herein shall remain vested jointly in the Procuring Entity and Supplier, or, if
they are furnished to the Procuring Entity directly or through the Supplier by any third party,
including suppliers of materials or Related Services, the copyright in such materials or related
services shall remain vested in such third party. 21) Confidential Information-
a) In addition to the requirements of the provisions of Act and Rules regarding
Confidentiality, the Procuring Entity and the Supplier shall keep confidential and shall
not, without the written consent of the other party hereto, divulge to any third party any
documents, data, or other information furnished directly or indirectly by the other party
hereto in connection with the Contract, whether such information has been furnished prior
to, during or following completion or termination of the Contract. Notwithstanding the
above, the Supplier may furnish to its Subcontractor such documents, data, and other
information it receives from the Procuring Entity to the extent required for the
Subcontractor to perform its work under the Contract, in which event the Supplier shall
obtain from such Subcontractor an undertaking of confidentiality similar to that imposed
on the Supplier under this clause. However, in case of electronic data or information, the
Procuring Entity may not hold such responsibility for access to data on line by any third
party.
b) The Procuring Entity shall not use such documents, data, and other information received
from the Supplier for any purposes unrelated to the Contract. Similarly, the Supplier shall
not use such documents, data, and other information received from the Procuring Entity
for any purpose other than the design, procurement, or other work and services required
for the performance of the Contract.
c) The obligation of a party under GCC Sub-Clauses (a) and (b) above, however, shall not apply to information that:
i. the Procuring Entity or Supplier need to share with other institutions participating in
the financing of the Contract; ii. now or hereafter enters the public domain through no fault of that party;
iii. can be proven to have been possessed by that party at the time of disclosure and
which was not previously obtained, directly or indirectly, from the other party; or
36
iv. otherwise lawfully becomes available to that party from a third party that has no
obligation of confidentiality.
d) The above provisions of this clause shall not in any way modify any undertaking of
confidentiality given by either of the parties hereto prior to the date of the Contract in
respect of the Supply or any part thereof.
e) The provisions of this clause shall survive completion or termination, for whatever reason, of the Contract.
22) Sub-contracting:
a) The Supplier shall not sublet or assign the Contract or its any part to anyone without the
prior written approval of the Procuring Entity. The Supplier shall notify the Procuring
Entity in writing of all subcontracts to be awarded under the Contract if not already
specified in the Bid. Subcontracting shall in no event relieve the Supplier from any of its
obligations, duties, responsibilities, or liability under the Contract. The capability details
of such subcontractors shall be provided to the Procuring Entity who shall evaluate and
take a decision as to whether approve it or not, it if not initially approved during the
evaluation of the bid.
b) Subcontractors shall comply with the provisions of GCC Clauses 'Code of Integrity' and 'Confidential Information'.
23) Assignment- Neither the Procuring Entity nor the Supplier shall assign, in whole or in part,
their obligations under this Contract, except with prior written consent of the other party with
recorded reasons. Such assignment shall not relieve the Supplier or the Procurement Entity of
their respective obligations under the Contract. 24) Specifications and Standards-
a) Technical Specifications and Drawings-
i. The Supplier/ Selected Bidder shall ensure that the goods and related services comply with the technical specifications and other provisions of the Contract.
ii. The Supplier/ Selected Bidder shall be entitled to disclaim responsibility for any
design, data, drawing, specification or other document, or any modification thereof
provided or designed by or on behalf of the Procuring entity, by giving a notice of
such disclaimer to the Procuring entity.
iii. All Goods and Related Services to be supplied under the Contract shall have India as
their country of origin or a country which has not been declared ineligible by
Government of India.
iv. The goods and related services supplied under this Contract shall conform to the
standards mentioned in bidding document and, when no applicable standard is
mentioned, the standard shall be equivalent or superior to the official standards whose
application is appropriate to the country of origin of the Goods. In no case such
standards shall be inferior to the relevant updated BIS or international standards.
v. To establish the conformity of the Goods and Related Services to the Bidding
Document, the Bidder shall furnish as part of its Bid, the documentary evidence
(specifications, designs and drawings and conformance to BIS or other acceptable
codes) and where asked for, supply samples, demonstrates trials or carry out tests as
specified in this document.
vi. The documentary evidence may be in the form of literature, design/drawings or data
etc., and shall consist of a detailed description of the essential technical and
performance characteristics of the Goods and Related Services, demonstrating
substantial responsiveness of the Goods and Related Services to those requirements,
and if applicable, a duly signed statement of deviations and exceptions to the
provisions mentioned in this document.
vii. Standards for workmanship, process, material, operation and maintenance and
37
equipment, as well as references to brand names or catalogue numbers specified by
the Procuring Entity in the Schedule of Supply, are the minimum acceptable standards
and are intended to be descriptive only and not restrictive. The Bidder may offer other
standards of better quality, brand names, and /or catalogue numbers, provided that it
demonstrates, to the Procuring Entity’s satisfaction, that the substitutions ensure
substantial equivalence or are superior to those specified in the Schedule of Supply.
b) Wherever references are made in the Contract to codes and standards in accordance with
which it shall be executed, the edition or the revised version of such codes and standards
shall be those specified in the bidding document. During Contract execution, any changes
in any such codes and standards shall be applied only after approval by the Procuring
entity and shall be treated in accordance with the general conditions of the contract.
c) The supply of articles specified in the BoM conform strictly to the approved samples. The
decision of the Procuring Entity whether the articles supplied conform to the
specifications and are in accordance with the samples, if any, shall be final and binding
on the Supplier. 25) Packing and Documents-
a) The Supplier shall provide such packing of the Goods as is required to prevent their
damage or deterioration during transit or transport by sea, rail and road or air to their final
destination, as indicated in the Contract. During transit, the packing shall be sufficient to
withstand, without limitation, rough handling and exposure to extreme temperatures, salt
and precipitation, and open storage. Packing case size and weights shall take into
consideration, where appropriate, the remoteness of the final destination of the Goods and
the absence of heavy handling facilities at all points in transit.
b) The packing, marking, and documentation within and outside the packages shall comply
strictly with such special requirements as shall be expressly provided for in the Contract,
including additional requirements, if any, specified in the contract, and in any other
instructions ordered by the Procuring entity. 26) Insurance- Unless otherwise specified in the SCC, the Goods supplied under the Contract
shall be fully insured against loss by theft, destruction or damage, by fire, flood, under
exposure to weather or otherwise including war, rebellion, riot, etc. The insurance charges
will be borne by the supplier and the Procuring Entity will not be required to pay such
charges, if incurred. 27) Transportation-
a) Unless otherwise specified in the SCC, obligations for transportation of the Goods shall be in accordance with the conditions and terms specified in this document
b) In case of Supply from within India, the Goods shall be supplied FOR locations specified
in this document. All transportation charges, local taxes, etc. shall be borne by the
Supplier. 28) Samples, Inspections and Tests-
a) The Procuring Entity or his authorized representative shall at all reasonable times have
access to the Supplier’s premises and the power to inspect and examine the materials and
workmanship of the goods/equipment/ machinery during manufacturing process or
afterwards as may be decided.
b) The Supplier shall at its own expense and at no cost to the Procuring Entity carry out all
such tests, and/or trials and/or inspections of the Goods and Related Services as are
specified in this document.
c) The sampling, inspections, and/or tests and/or trials may be conducted on the premises of
the Supplier or its Subcontractor, at point of delivery, and/or at the final destination of the
Goods, or at another place in India as specified in this document. All such sampling,
inspections and/ or testing shall be at the cost of the Supplier. Subject to Sub-Clause (d),
38
if conducted on the premises of the Supplier or its Subcontractor, all reasonable facilities
and assistance, including access to specification codes, designs, drawings and production
data, shall be furnished to the inspectors at no charge to the Procuring Entity.
d) The Procuring Entity or its designated representatives shall be entitled to attend the tests,
and/or inspections and/or trials referred to in Sub-Clause (c), provided that the Procuring
Entity bear all of its own costs and expenses incurred in connection with such attendance,
like travelling and boarding and lodging expenses.
e) Whenever the Supplier is ready to carry out any such test, and/or trials and/or inspection,
it shall give a reasonable advance notice, including the place and time, to the Procuring
Entity. The Supplier shall obtain from any relevant third party or manufacturer any
necessary permission or consent to enable the Procuring Entity or its designated
representative to attend the test and/or trials and/or inspection. The Supplier shall furnish
complete address of the premises of his office, godown and workshop where inspection
can be made together with name and address of the person who is to be contacted for the
purpose.
f) The Procuring Entity may require the Supplier to carry out any test and/or trials and/or
inspection not required by the Contract but deemed necessary to verify that the
characteristics and performance of the Goods comply with the technical specifications,
codes and standards and samples supplied with the Bid under the
Contract, provided that the Supplier’s reasonable costs and expenses incurred in the
carrying out of such test and/or trials and/or inspection shall be added to the Contract
Price. Further, if such test and/or trials and/or inspection impedes the progress of
manufacturing and/or the Supplier’s performance of its other obligations under the
Contract, due allowance will be made in respect of the Delivery Dates and Completion
Dates and the other obligations so affected.
g) The Supplier shall provide, the Procuring Entity with a report of the results of any such
tests and/or trials and/or inspection.
h) Supplies when received shall be subject to tests and/or trials and/or inspection to ensure
whether they conform to the specifications and with the approved samples and trials, if
any. Where necessary or prescribed or practical, tests shall be carried out in Government
laboratories, reputed testing house like Sri Ram Testing House, New Delhi and the like
and the supplies will be accepted only when the articles conform to the standard of
prescribed specifications as a result of such tests.
i) In case of tests, samples shall be drawn in four sets in the presence of the Supplier or his
authorized representative and properly sealed in his presence. One such set shall be given
to him, one or two will be sent to the laboratories and/or testing house and the third or
fourth will be retained in the office for reference and record.
j) Testing charges shall be borne by the Procuring Entity in case urgent testing is desired to
be arranged by the Supplier. In other cases and in case of test results showing that
supplies are not up to the prescribed standards or specifications, the testing charges shall
be payable by the Supplier.
k) The Procuring Entity may reject any Goods or any part thereof that are received but fail to
pass any test and/or trials and/or inspection or do not conform to the specifications and
samples supplied with the Bid, if any. The Supplier shall either rectify or replace such
rejected Goods or parts thereof or make alterations necessary to meet the specifications
and samples supplied with the Bid if any, at no cost to the Procuring Entity, and shall
repeat the test and/or trials and/or inspection, at no cost to the Procuring Entity, upon
giving a notice pursuant to Sub-Clause (e).
If, however, due to exigencies of Procuring Entity’s work, such replacement either in
whole or in part, is not considered feasible, the Procuring Entity after giving an
39
opportunity to the Bidder of being heard, shall for reasons to be recorded, deduct a
suitable amount from the approved rates and accept the supply. The deduction so made
shall be final.
l) The rejected articles shall be removed by the Bidder within 15 days of intimation of
rejection, after which the Procuring Entity shall not be responsible for any loss, shortage
or damage and shall have the right to dispose of such articles as he thinks fit, at the
Supplier’s risk and on his account.
m) The Supplier agrees that neither the execution of a test and/or trials and/or inspection of
the Goods or any part thereof, nor the attendance by the Procuring Entity or its
representative, nor the issue of any report pursuant to Sub-Clause (g), shall release the
Supplier from any warranties or other obligations under the Contract.
n) In case of Display units, antennae and set-top box the Pre-Dispatch Inspection (PDI) shall
be made at the bidders sample lab set-up at Jaipur (at tenderer cost) by the technical team/
inspection committee of RCSE. The inspection period would be inclusive in the duration
provided for the complete delivery & installation under the project.
o) Pre Delivery Inspection (PDI) : The tenderer will not supply the hardware directly to the
schools without PDI. The PDI will be completed within 15 days of receiving the request
in writing from the tenderer, the time taken for PDI is inclusive in the delivery period.
However if the time taken for PDI exceeds 15 days then the additional time taken by the
department/ Government to complete PDI would be in addition to the total delivery &
installation period under the project. Tenderer would supply and install only those makes
& models of hardware/ software which have been accepted during technical evaluations.
No other hardware (makes & models)/ software will be supplied which is not quoted or
not approved during the technical evaluation. The hardware/ software items not quoted or
not technically approved shall be rejected during the PDI.
p) These tests would be carried on the supplies of each items randomly selected by the
inspection committee limited to 2% of the total quantity but minimum one for each
category of equipment. 29) Testing charges: Testing and inspection charges shall be borne by the supplier. 30) Rejection-
a) Articles not approved during inspection or testing shall be rejected and will have to be
replaced by the selected bidder at his own cost within the time fixed by the Purchase
Officer.
b) If, however, due to exigencies, such replacement either in whole or in part, is not
considered feasible, the Purchase Officer after giving an opportunity to the selected
bidder of being heard shall for reasons to be recorded, deduct a suitable amount from the
approved rates. The deduction so made shall be final.
c) The rejected articles shall be removed by the selected bidder within 15 days of intimation
of rejection, after which Purchase Officer shall not be responsible for any loss, shortage or
damage and shall have the right to dispose of such articles as he thinks fit, at the
supplier’s/ bidder’s/ selected bidder’s risk and on his account. 31) Extensions of Time-
a) If at any time during performance of the Contract, the Supplier or its Subcontractors
should encounter conditions impeding timely delivery of the Goods or completion of
Related Services pursuant to GCC 'Delivery' Clause the Supplier shall promptly notify the
Procuring Entity in writing of the delay, its likely duration, and its cause. As soon as
practicable after receipt of the Supplier’s notice, the Procuring Entity shall evaluate the
situation and may at its discretion extend the Supplier’s time for performance, with or
without liquidated damages depending on the nature of causes of delay, by issuing an
amendment of the Contract.
40
b) Except in case of Force Majeure, as provided under GCC, or reasons beyond the control
of the Supplier under GCC sub-clause (a) above, a delay by the Supplier in the
performance of its Delivery and Completion obligations shall render the Supplier liable to
the imposition of liquidated damages pursuant to GCC Clause 'Liquidated Damages'. 32) Authenticity of Equipment’s-
a) The selected bidder shall certify (as per Annexure-10) that the supplied goods are brand
new, genuine/ authentic, not refurbished, conform to the description and quality as
specified in this bidding document and are free from defects in material, workmanship
and service.
b) If during the contract period, the said goods be discovered counterfeit/ unauthentic or not to conform to the description and quality aforesaid or have determined (and the decision of the Purchase Officer in that behalf will be final and conclusive), notwithstanding the fact that the procuring entity may have inspected and/ or approved the said goods, the procuring entity will be entitled to reject the said goods or such portion thereof as may be discovered not to conform to the said description and quality, on such rejection the goods will be at the selected bidder’s risk and all the provisions relating to rejection of goods etc., shall apply. The selected bidder shall, if so called upon to do, replace the goods etc., or such portion thereof as is rejected by Purchase Officer, otherwise the selected bidder shall pay such damage as may arise by the reason of the breach of the condition herein contained. Nothing herein contained shall prejudice any other right of the Purchase Officer in that behalf under this contract or otherwise.
c) Goods accepted by the procuring entity in terms of the contract shall in no way dilute
procuring entity’s right to reject the same later, if found deficient in terms of the this
clause of the contract. 33) Warranty-
a) The bidder must supply all items with comprehensive on-site OEM warranty valid for
contract period after the goods, or any portion thereof as the case may be, have been
delivered to, installed and accepted at the final destination(s) indicated in the bidding
document. However, if delay of installation is more than a month’s time due to the
reasons ascribed to the bidder, the warranty shall start from the date of last successful
installation of the items covered under the PO.
b) The Supplier warrants that all the Goods are new, unused, and of the most recent or
current models, and that they incorporate all recent improvements in design and materials,
unless provided otherwise in the Contract.
c) Subject to GCC Sub-Clause 'Specifications & Standards', the Supplier further warrants
that the Goods shall be free from defects arising from any act or omission of the Supplier
or arising from design, materials, and workmanship, under normal use.
d) Unless otherwise specified in the SCC, the warranty shall remain valid for entire project
period after supply of the Goods and completion the Related Services has been accepted
(commencing from the date of acceptance). This warranty shall cover all items
irrespective of the fact whether the tenderer has manufactured these or not. If the project
extends for one more year than comprehensive on-site OEM warranty would also be
extended without any financial liability of Department/ GoR.
e) The Procuring Entity shall give Notice to the Supplier stating the nature of any such
defects together with all available evidence thereof, promptly following the discovery
thereof. The Procuring Entity shall afford all reasonable opportunity for the Supplier to
inspect such defects.
f) Upon receipt of such Notice, the Supplier shall, within the period specified in the SCC,
expeditiously repair or replace the defective Goods or parts thereof, at no cost to the
Procuring Entity.
g) In case of machinery and equipment also, guarantee will be given as mentioned in clause
(c) above and the Supplier shall during the guarantee period replace the parts / whole if
41
any and remove any manufacturing defect if found during the above period so as to make
machinery and equipment operative. The Supplier shall also replace machinery and
equipment in case it is found defective which cannot be put to operation due to
manufacturing defect, malfunctioning, etc.
h) In case of machinery and equipment specified by the Procuring Entity the Supplier shall
be responsible for carrying out annual maintenance and repairs on the terms and
conditions as may be agreed at the time of entering in to the contract. The Supplier shall
also be responsible to ensure adequate regular supply of spare parts needed for a specific
type of machinery and equipment whether under their annual maintenance and repairs rate
contract or otherwise. In case of change of model he will give sufficient notice to the
Procuring Entity who may like to purchase spare parts from them to maintain the
machinery and equipment in perfect condition.
i) If having been notified, the Supplier fails to remedy the defect within the period specified
in the SCC; the Procuring Entity may proceed to take within a reasonable period such
remedial action as may be necessary, at the Supplier’s risk and expense and without
prejudice to any other rights which the Procuring Entity may have against the Supplier
under the Contract.
j) The bidder shall submit a undertaking (as per Annexure-9) from all the respective OEMs
mentioning the fact that the goods supplied are covered under comprehensive warranty &
support for the prescribed period, etc.
k) At the time of goods delivery, the selected bidder shall submit a certificate/ undertaking
from all the respective OEMs mentioning the fact that the goods supplied are covered
under comprehensive warranty & support for the prescribed period.
l) Maintenance: The tenderer shall provision for on-site maintenance services during the
entire contract period and attend & resolve the complaint as per SLA. The user shall not
make any payment towards this arrangement or towards transportation of faulty item
being taken away from the user’s site.
m) Bidder/ contractor has to set up and ensure complaint redressal mechanism so that within the faults are rectified within 4 working days, from the date of complaint, the user’s complaint get resolved.
34) Patent Indemnity-
a) The supplier shall, subject to the Procuring entity’s compliance with sub-clause (b) below,
indemnify and hold harmless the Procuring entity and its employees and officers from and
against any and all suits, actions or administrative proceedings, claims, demands, losses,
damages, costs, and expenses of any nature, including attorney’s fees and expenses,
which the Procuring entity may suffer as a result of any infringement or alleged
infringement of any patent, utility model, registered design, trademark, copyright, or other
intellectual property right registered or otherwise existing at the date of the Contract by
reason of:
i. the installation of the Goods by the supplier or the use of the Goods in the country where the Site is located; and
ii. the sale in any country of the products produced by the Goods.
Such indemnity shall not cover any use of the Goods or any part thereof other than for the
purpose indicated by or to be reasonably inferred from the Contract, neither any
infringement resulting from the use of the Goods or any part thereof, or any products
produced thereby in association or combination with any other equipment, plant, or
materials not supplied by the supplier, pursuant to the Contract.
42
b) If any proceedings are brought or any claim is made against the Procuring entity arising
out of the matters referred to above, the Procuring entity shall promptly give the supplier
a notice thereof, and the supplier may at its own expense and in the Procuring entity’s
name conduct such proceedings or claim and any negotiations for the settlement of any
such proceedings or claim.
c) If the supplier fails to notify the Procuring entity within twenty-eight (28) days after
receipt of such notice that it intends to conduct any such proceedings or claim, then the
Procuring entity shall be free to conduct the same on its own behalf and at the expenses of
the supplier.
d) The Procuring entity shall, at the supplier’s request, afford all available assistance to the
supplier in conducting such proceedings or claim, and shall be reimbursed by the supplier
for all reasonable expenses incurred in so doing.
e) The Procuring entity shall indemnify and hold harmless the supplier and its employees,
officers, and Subcontractors from and against any and all suits, actions or administrative
proceedings, claims, demands, losses, damages, costs, and expenses of any nature,
including attorney’s fees and expenses, which the supplier may suffer as a result of any
infringement or alleged infringement of any patent, utility model, registered design,
trademark, copyright, or other intellectual property right registered or otherwise existing
at the date of the Contract arising out of or in connection with any design, data, drawing,
specification, or other documents or materials provided or designed by or on behalf of the
Procuring entity.
35) Limitation of Liability: Except in cases of gross negligence or willful misconduct:-
a) neither party shall be liable to the other party for any indirect or consequential loss or
damage, loss of use, loss of production, or loss of profits or interest costs, provided that
this exclusion shall not apply to any obligation of the supplier to pay penalty to the
Procuring entity; and
b) the aggregate liability of the supplier to the Procuring entity, whether under the Contract,
in tort, or otherwise, shall not exceed the amount specified in the Contract, provided that
this limitation shall not apply to the cost of repairing or replacing defective equipment, or
to any obligation of the supplier to indemnify the Procuring entity with respect to patent
infringement. 36) Force Majeure-
a) The supplier shall not be liable for forfeiture of its Performance Security, liquidated
damages, or termination for default if and to the extent that it's delay in performance or
other failure to perform its obligations under the Contract is the result of an event of Force
Majeure.
b) For purposes of this Clause, “Force Majeure” means an event or situation beyond the
control of the supplier that is not foreseeable, is unavoidable, and its origin is not due to
negligence or lack of care on the part of the supplier. Such events may include, but not be
limited to, acts of the Procuring entity in its sovereign capacity, wars or revolutions, fires,
theft, floods, epidemics, quarantine restrictions, and freight embargoes.
c) If a Force Majeure situation arises, the supplier shall promptly notify the procuring entity
in writing of such condition and cause thereof. Unless otherwise directed by procuring
entity writing, the supplier shall continue to perform its obligations under the contract as
far as reasonably practical, and shall seek all reasonable alternative means at his cost for
performance not prevented by Force Majeure event. 37) Change Orders and Contract Amendments-
a) The Procuring entity may at any time order the supplier/ selected bidder through Notice
in accordance with clause 'Notices' above, to make changes within the general scope of
43
the Contract in any one or more of the following:
i. drawings, designs, or specifications, where Goods to be furnished under the Contract are to be specifically manufactured for the Procuring entity;
ii. the method of shipment or packing; iii. the place of delivery; and iv. the related services to be provided by the supplier/ selected bidder.
b) If any such change causes an increase or decrease in the cost of, or the time required for,
the supplier’s performance of any provisions under the Contract, an equitable adjustment
shall be made in the Contract Price or in the Delivery and Completion Schedule, or both,
and the Contract shall accordingly should be amended. Any claims by the supplier/
selected bidder for adjustment under this clause must be asserted within twenty-eight (28)
days from the date of the supplier’s receipt of the Procuring entity’s change order.
c) Prices to be charged by the supplier for any related services that might be needed but which were not included in the Contract shall be agreed upon in advance by the parties and shall not exceed the prevailing rates charged to other parties by the supplier for similar services.
d) Additional quantity may be procured by placing a repeat order as per rules on the rates
and conditions of the original order. However, the additional quantity shall not be more
than 50% of the value of Goods of the original contract. If the Supplier fails to do so, the
Procuring Entity shall be free to arrange for the balance supply by limited Bidding or
otherwise and the extra cost incurred shall be recovered from the Supplier.
38) Termination-
a) Termination for Default-
i. The procuring entity without prejudice to any other remedy under the provisions of
the Act, the Rules or the Contract for breach of contract, by written notice of default
of at least 30 days sent to the supplier/ selected bidder, terminate the contract in whole
or in part:
a. If the supplier/ selected bidder fails to deliver any or all quantities of the Goods
and/or related services within the period specified in the contract, or any
extension thereof granted by procuring entity pursuant to GCC clause 'Extensions
of Time'; or
b. If the supplier/ selected bidder fails to perform any other obligation under the
contract within the specified period of delivery of service or any extension
granted thereof; or
c. If the supplier/ selected bidder, in the judgment of the Procuring entity, has
breached the Code of Integrity, as defined in GCC, in competing for or in
executing the contract.
d. If the supplier/ selected bidder commits breach of any condition of the contract
ii. If procuring entity terminates the contract in whole or in part, amount of PSD may be forfeited.
iii. In the event the Procuring Entity terminates the Contract in whole or in part, pursuant
to GCC Clause (i) above, the Procuring Entity may procure, upon such terms and in
such manner as it deems appropriate, Goods and/ or Related Services similar to those
undelivered or not performed, and the Supplier shall be liable to the Procuring Entity
for any additional costs for such similar Goods or Related Services. However, the
Supplier shall continue performance of the Contract to the extent not terminated.
b) Termination for Insolvency: Procuring entity may at any time terminate the Contract by
giving a written notice of at least 30 days to the supplier if the supplier becomes bankrupt
or otherwise declared insolvent. In such event, termination will be without compensation
to the supplier, provided that such termination will not prejudice or affect any right of
44
action or remedy that has accrued or will accrue thereafter to Procuring Entity. c) Termination for Convenience-
i. The Procuring Entity, by Notice sent to the supplier/ selected bidder, may terminate
the Contract, in whole or in part, at any time for its convenience. The Notice of
termination shall specify that termination is for the Procuring Entity’s convenience,
the extent to which performance of the Supplier under the Contract is terminated, and
the date upon which such termination becomes effective.
ii. Depending on merits of the case the supplier/ selected bidder may be appropriately
compensated on mutually agreed terms for the loss incurred by the contract if any due
to such termination.
iii. The Goods that are complete and ready for shipment at the time of Supplier’s receipt
of the Notice of termination may, if required, be accepted by the Procuring Entity at
the Contract terms and prices. For the remaining Goods, the Purchaser may elect:
a. To have any portion completed and delivered at the Contract terms and prices; and/or
b. To cancel the remainder and pay to the supplier/ selected bidder an agreed amount
for partially completed Goods and Related Services and for materials and parts
previously procured by the supplier/ selected bidder 39) Dispute Resolution Mechanism- Any dispute arising from the Contract shall be resolved
amicably, as far as possible. The levels of the Dispute Resolution mechanism shall be as
follows: a) Amicable resolution between representatives of Parties to the Contract
b) If a question, difference or objection arises in connection with or out of the contract
agreement or the meaning of operation of any part, thereof or the rights, duties or
liabilities of either party have not been settled by amicable resolution through mutual
discussions, it shall be referred to the State Project Director, RCSE.
c) All legal proceedings, if necessary arise to institute by any of the parties shall have to be lodged in courts situated in Rajasthan and not elsewhere.
40) Local Conditions-
a) Each Bidder is expected to fully get acquainted with the local conditions and factors, which may have any effect on the performance of the contract and /or the cost.
b) The Bidder is expected to know all conditions and factors, which may have any effect on
the execution of the contract after issue of letter of Award as described in the bidding
documents. The department shall not entertain any request for clarification from the
Bidder regarding such local conditions.
c) It is the Bidder’s responsibility that such factors have properly been investigated and
considered while submitting the bid proposals and no claim whatsoever including those
for financial adjustment to the contract awarded under the bidding documents will be
entertained by the department. Neither any change in the time schedule of the contract nor
any financial adjustments arising thereof shall be permitted by the department, on account
of failure of the bidder to know the local laws / conditions.
d) The bidder is expected to obtain all information that may be necessary for preparing the bid at their own interest and cost
41) Accommodation for Equipments: The Head of Institution will provide space for installation
of Equipments which should be safe from theft. 42) Delivery, Installation & Commissioning of Contracted Hardware, Software and
Accessories and Provision of CE & ICT Services-
a) Subject to GCC Sub-Clause 'Change Orders and Contract Amendments' the Delivery of
45
the Goods and Completion of the Related Services shall be in accordance with the
Delivery and Completion Schedule specified in this document. The details of shipping
and other documents to be furnished by the Supplier are specified in this document.
b) All Goods must be sent freight paid through Railways or Goods transport. If Goods are
sent freight to pay, the freight together with departmental charge of 5% of the freight will
be recovered from the Supplier’s bill. R.R. should be sent under registered cover. In case
advance payment is to be made, the RR shall be sent through Bank only.
c) The tenderer whose tender is accepted shall arrange to supply the ordered material,
service setup and CE & ICT services strictly in accordance with specifications given in
the technical bid within a period mentioned in this RFP.
d) The installation and maintenance shall be done at the risk and cost of the tenderer.
e) All security arrangements for the equipment located in the each computer lab in the school shall be the responsibility of the head of the institution. It shall also be the
responsibility of the tenderer to get all the equipment’s supplied by them insured from an
Insurance Company against calamities, theft, fire etc. and all such insurance charges will
be borne by the tenderer. The department will not be required to pay such charges. All
Head of Institutions shall take adequate measures to provide for security arrangements of
equipment’s and provide assistance for insurance claim, if any.
(i) Tenderer shall temporarily restore the affected items with spare/ standby items
having similar or better technical specification within 15 school days from the date
of event/ happening so that education is not hampered till the time the original
item is procured & restored by the tenderer. During these 15 school days penalty
shall not be applicable, however, if tenderer fails to comply with the condition then
penalties as per clause 48 shall be imposed from the 16th day. (ii) Tenderer shall restore the theft item in original condition within 45 schools days
except in case of loss due to security lapse/ negligence, from the date of event/
happening or after Non-Traceable Report (NTR) by police, whichever is earlier.
Computer education shall not be stopped in any case by the tenderer.
f) Certificate/ Policy of Insurance Company for supplied items against calamities, theft,
fire etc. (only with first bill).
g) The tenderer shall only use licensed system and shall be held liable for any consequent
action arising out of patent/ intellectual property right violation and DPC(S)/Head of
Institution shall not be liable for any liabilities or damages arising thereof.
h) The Head of Institution shall have the right to use the Equipment(s) for school/ official
purpose. i) If the tenderer fails even after providing adequate notice, the Head of Institution is
empowered for alternative installation of contracted Item/equipment / accessories with
the accumulated amount by the deductions after obtaining written permission from
DPC. j) Any Item/equipment installed by the tenderer shall not be removed/ taken over out of
the school/from the place of installation without prior written permission of the head of
the institution.
k) Commissioning of the project:
If the tenderer has fulfilled following conditions then the project is deemed to have
been commissioned and payment can start as per payment conditions.
(i) Has supplied and installed equipment’s in the computer lab as per the scope of work, specifications and term & conditions of this tender document and all the
services are available; and
46
(ii) The delay in start of classes is not due to any shortage or delay in scope of work
and supply & installation of any equipment by the supplier.
43. Training to Teacher cum Hostel Warden : Training schedule as below :
S.No. Training Period Participants Venue
1. One day orientation
training for three
years. One training in
a year.
Two Person on each
Hostel
Division Head
Quarter
44. Setting a Help Desk/ Call Centre Facility at State HQ- The Help Desk would be operational on all
working days from 9.30 AM to 6.00 PM at State HQ. The purpose of Helpdesk is to log any call
relating to the operations and management of the project in schools. At least one capable resources
with adequate qualifications and experience should man the Help Desk. The bidder will have to
arrange for suitable space arrangements for Help Desk on its own. The help desk service will serve as
a single point of contact (SPOC) for all incidents and service requests for the Schools.
a) The following shall be clearly marked on the equipment’s using labels or indelible ink
in the presence of school staff:
(i) The date of installation,
(ii) Period of warranty,
(iii) The details of service person
b) Implement a call logging system in line with the defined incident types as per the SLA.
The Help desk shall log user calls and assign an incident/ call ID number.
c) Creation of knowledge base on frequently asked questions to help in resolving basic issues themselves
f) Track each incident / call to resolution
g) Provide feedback to callers.
h) Analyze the call statistics
45) Other Conditions-
a) Medium of instruction will be Hindi and English.
b) The required premises or accommodation in a school building will be made available by
the Head of Institution to the tenderer free of cost as per availability and requirement.
c) RCSE Officials will monitor, assess and review the scheme from time to time.
d) The progress of project and performance of the tenderer will be reviewed at least twice in
a year by RCSE.
e) The payment will be managed by the RCSE.
f) The final acceptance of the tender would be entirely vested with the procuring entity who
reserves the right to accept or reject any tender, without assigning any reason whatsoever.
There are no obligations on the part of the procuring entity to communicate in any way
with the rejected tenderer. After acceptance of the tender by procuring entity the tenderer
shall have no right to withdraw his tender or claim higher price.
47
g) Tenders with incomplete information are liable for rejection.
h) For each category of qualification criteria, the documentary evidence is to be produced
duly attested by the tenderer, serial numbered and enclosed with the technical bids. If the
documentary proof is not enclosed for any/ all criteria the tender is liable for rejection.
i) If any information given by the tenderer is found to be false/fictitious, the action would be initiated against the tenderer as per Govt. rules.
j) If GoR/ RCSE decide to appoint a third party agency for inspection and evaluation to
measure the success of the project during the tenure of the project and tenderer need to share all the information and co-operate with third party monitoring /technical agency during the period of contract.
m) During the course of contract when the successful tenderer is maintaining the machines,
complete record should be kept of all the changes made to the configuration for any
system that undergoes part replacement. The specification of each replacement. The
specification of each replacement part should be equivalent or better than that of the
original.
n) The Multimedia based Education Content to be provided by the Department has to be
installed free of cost. 46) Terms of Payment-
a) The Supplier’s request for payment shall be made to the RCSE in writing, accompanied
by invoices describing, as appropriate, the Goods delivered and Related Services
performed, and by the documents submitted pursuant to GCC 'Delivery' Clause and upon
fulfilment of all the obligations stipulated in the Contract.
b) Payments should be made promptly by the RCSE, as far as possible, within Thirty (30)
days after submission of an invoice or request for payment by the Supplier/Service
Provider, and the Procuring Entity has accepted it. All remittance charges shall be borne
by the Supplier.
c) The currency in which payments shall be made to the Supplier/Service Provider under this Contract shall be Indian Rupees.
d) In case of any dispute/pendency, 10 to 25% of the amount of the price of such items may
be withheld and will be paid on settlement of the dispute.
e) Payment in case of those Goods which need trials or testing as specified in this document
shall be made only when such trials or tests have been carried out and trials or test results
received conforming to the prescribed specifications
f) No advance payment shall be made.
g) The payment for implementing this scheme will be made on submission of bills in proper
form [along with performance report issued by the HOI (School Head)] by the tenderer to
the concerned District Project Coordinator in accordance with the directions mentioned in
the tender document. Part payment can also be made. All remittance charges will be borne
by the tenderer.
h) The tenderer will not be entitled for the start of first payment for the entire work unless
the tenderer has delivered and installed the entire equipment as mentioned in this RFP and
commissioned the scheme in all schools.
i) The tenderer will submit the bills quarterly with the following documents duly verified by him:
(i) Performance report (in the format prescribed by RCSE) duly signed by the HOI
(School Head).
(ii) Certificate/ Policy of Insurance Company for supplied items against calamities,
theft, fire etc. (only with first bill).
48
j) Payment will be started from the date of commissioning of project and will be made as
per Payment Schedule mentioned in this tender document to the tenderer by the RCSE
upon satisfaction and on submission of the certificates as mentioned above.
k) No Payment will be made to the tenderer if the work is unsatisfied as per prescribed
norms.
l) The Classroom will remain open during vacations (Mid Term/ winter/ summer vacations)
and preparation leaves as per school working hours.
m) The RCSE would provide the Income tax deduction certificate and the reasons of other
deductions in writing to the tenderer at the time of payment.
47) Payment schedule – Payments to the bidder, after successful completion of the target
milestones (including specified project deliverables), would be made as under:
Sr. No. % age of Payment Condition/Event
1 No Advance payment shall be made (if any advance payment allowed by RCSE, the bidder shall have to submit BG/FDR of equal amount of advance payment. Validity of BG/FDR should be more than 6 months of completion date of Project).
-
2 Payments "(i) Delivery and Installation - 80% payment on the report of HOI duly countersigned by concerned DPC, RMSA. The payment will be made on submission of bills in proper form by the
tenderer to the RCSE. Part payment can also be made. (ii) Onsite Comprehensive Warranty - 10% payment shall be released after two years and remaining 10% will be released on completion of project. Payment will be released on production of Performance report for onsite comprehensive warranty (in the format prescribed by RCSE) duly signed by the HOI (School Head) and countersigned by DPC, RMSA to be submitted alongwith bill.".
Note: (i) Remittance charge on payment made shall be borne by the tenderer. (ii) The tenderer is advised to quote charges in absolute Indian Rupees as per Boq available on eproc portal.
a) In case, if the site is not made available for installation of supplied items during the period
of delivery and installation as given in the bidding document, then the bidder would
request procuring entity in writing accompanied by "Site Not Ready" certificate duly
sealed & signed from the School (Head of Institution) for extension of installation period
without penalty. If the site is not made ready by the school even after one month of
scheduled date/ actual date of delivery whichever is later, then proportionate payment due
shall be made to the successful bidder. The payment will be made after the submission of
invoice (in triplicate) and duly entered in the stock register, remaining payment will be
released after successful installation & commission as per the bidding document.
b) The supplier’s/ selected bidder’s request for payment shall be made to the procuring
entity in writing, accompanied by invoices describing, as appropriate, the goods delivered
and related services performed, and by the required documents submitted pursuant to
general conditions of the contract and upon fulfilment of all the obligations stipulated in
the Contract. c) Due Payments shall be made promptly by the procuring entity, generally within thirty
(30) days after submission of an invoice or request for payment by the supplier/ selected
bidder, and the procuring entity has accepted it.
d) The currency or currencies in which payments shall be made to the supplier/ selected bidder under this Contract shall be Indian Rupees (INR) only.
e) All remittance charges will be borne by the supplier/ selected bidder.
49
f) In case of disputed items, disputed amount shall be withheld and will be paid only after settlement of the dispute.
g) Payment in case of those goods which need testing shall be made only when such tests
have been carried out, test results received conforming to the prescribed specification. h) Advance Payments will not be made.
i) Any penalties accumulated due to non-compliance of service level requirements shall be
deducted from the Bank Guarantee provided by the supplier as well as from any
payments due to the supplier for respective/ prospective quarters.
j) Taxes (work contract tax, GST, income tax, etc.), as applicable, will be deducted at
source, from due payments, as per the prevalent rules and regulations.
B. Special Conditions of the Bid-
48) Service Level Agreement (SLA) with Penalties-
a) SLA defines the terms of the bidder’s responsibility in ensuring the performance of the Project based on the Performance Indicators as detailed in this RFP.
b) Measurement of SLA: The Measurement of SLA shall be performed either by the
department or a Third Party Agency as designated by the Department for respective
scope of work in schools.
c) In case of failure to mitigate the material breach within the stipulated period, RCSE may
terminate the agreement. The table below summarizes the performance indicators for the
services to be offered by the bidder:
S.
No.
SLA Parameter Stipulated period of
Mitigation
Material/SLA
Breach
Penalty per lab
1 Penalty for delay
in execution of
scheme
If the installation and commissioning of the system is not completed in full
within the stipulated period as prescribed in the implementation schedule the
‘Liquidated Damages’ clause shall be applicable on the value for hardware &
infrastructure (i.e.
Rs.5,22,500/- per school) for only the un-commissioned number of schools.
Penalty for non
implementation of
scheme
If the installation and commissioning is not completed even after maximum
installation and commissioning period or after any extension provided thereof
the Contract may be terminated in part of whole at the discretion of Procuring
Entity and at the risk and cost of the Tenderer. The Performance Security may
be forfeited in part or whole as the case may be.
2 Non provisioning
of Training to
Teachers due to
failure of
equipments
(except electric
power failure)
Within 3 working days
from the lodging of the
complaint
<= 3 days @ Rs. 150/- per day per school.
The penalty will be computed
from day one.
>3 days
<= 15 days
@ Rs. 200/- per day per school
will be imposed on the bidder.
> 15 days
<= 30 days
@ Rs. 300/- per day per school
will be imposed on the bidder.
50
>30 days @ Rs. 500/- per day per school
will be imposed on the bidder.
3 Penalty for non-
functioning of
Help Desk/ Call
Centre Facility at
State HQ
Within 3 working days
from the downing of the
Help Desk/ Call Centre
Facility
<= 3 days @ Rs. 1000/- per day.
>3 days
<= 15 days
@ Rs. 5000/- per day.
> 15 days
<=30 days
@ Rs. 7500/- per day.
> 30 days @ Rs. 10000/- per day.
(a) Notwithstanding any of the penalty clauses above and those listed elsewhere in the SLA,
GoR/ Department shall be free to hold back or deduct entirely the quarterly costs and/ or
invoke termination if after due intimations and/ or warning, improvements in service are
not made to the satisfaction of GoR/ Department.
(b) Fraction of a day in reckoning period in supplies, successful installation and completion
of work shall be eliminated if it is less than half a day. In case of calculation for month
wise penalties the month will be of 30 days and if duration is less than a month then
penalty will be levied on pro-rata basis. 49) Acceptance Testing and Certification
a) The primary goal of Acceptance Testing and Certification is to ensure that the Project
(including all the project components as discussed in the scope of work) meets
requirements, standards, specifications and performance, by ensuring that the following
are associated with clear, quantifiable metrics for accountability:
I. Infrastructure (Hardware and Network) Compliance Review II. Performance
III. Project Documentation
b) Infrastructure Compliance Review: Department/ Third party agency may perform the
Infrastructure Compliance Review to verify the conformity of the Infrastructure (both
IT, non IT) supplied by the selected Bidder against the requirements and specifications
provided in the RFP and/or as proposed in the proposal submitted by the selected
Bidder. Compliance review shall not absolve the vendor from ensuring that proposed
infrastructure meets the SLA requirements.
c) Performance: Performance is another key requirement for the project and the agency
shall review the performance of the deployed solution against certain key parameters
defined in SLA.
d) Project Documentation: The Agency shall review the project documents developed by
the selected Bidder including deliverables given in the scope of work and other
documents as required.
51
50) Exit Management-
Purpose- This clause sets out the provisions which will apply on expiry or
termination of the "Contract Agreement". In the case of termination of the
Contract Agreement due to any illegal activity performed by the bidder
during/ as part of the activities related to the project, the procuring entity shall
have the right to, at its sole discretion; apply this clause with or without
seeking an appropriate remedy from the bidder.
52
ANNEXURE-1: BILL OF MATERIAL (BoM) required in each school
S.No. Item Name Estimated Qty. per school
MAF Required (Yes/No)
(As per Annexure-9)
1 Computer System as
Server 1
Yes
2 Wi-Fi Device-Access
Point 1
Yes
3 White Board and
Interactive Features and
Stylus
1 Yes
4 Vertical Mattel Cabinet 1 NO
5 Projector 1 Yes
6 Learner Tablet 40 Yes
7 UPS 1 Yes
8 Tablet Charging Cabinet 1 NO
9 LMS Software 1 NO
Note :
1. The tenderer may install additional equipment or depute additional service setup, over and above
the quantities specified, as deemed fit by them, to meet out the time Schedule and Service Level
Agreement requirements. GoR would not be liable to pay any additional cost for this.
2. Detailed Technical Specification are given in the Annexure-2
3. The tenderer shall not supply any item which is declared as end of sale by OEM before date of
actual supply. In such case the tenderer shall supply next higher version at no extra cost
53
"ANNEXURE – 2: TECHNICAL SPECIFICATIONS
Specifications of the Items
S.N
o.
Item
Description
Specifications & Other Details of the Item
1 Computer
System as
Server
Branded (In IDC Top 5) Company Desktop- Intel Core i5- 6tth generation or
higher processor with Intel Compatible chipset OR Equivalent AMD A-10 Quad
Core Processor with minimum 8 GB DDR4 RAM and 1 TB 7200 SATA HDD,
HD Graphics and
• Network Connectivity - 10/100/1000 on board integrated network port. Integrated Wi-Fi and Bluetooth connectivity features
• I/O Ports (Minimum) - 4 USB (min 1x3.0) ports, 1 HDMI, 1 headphone , Microphone, Line in, line out, VGA Port
• Operating System - Pre-installed Genuine Microsoft Windows 10 Home (64-bit)
• Monitor : 18.5 inch TFT Color Monitor, TCO’06 or above
• Keyboard & Mouse - Wireless-branded like Logitech or equivalent
3 Years Onsite Comprehensive Warranty is required. OEM MAF is required.
2 Wi-Fi Device Type of Access Point
Indoor Access Point with One Gigabit Ethernet port Should support IEEE
802.11ac concurrent dual band ; Frequency Bands: IEEE 802.11ac in 5 GHz &
802.11bgn in 2.4 GHz; 2x2 MIMO Stream; Range: at least 150 m ; support min
120 concurrent clients in 5 GHz ; support at least 16 SSIDs i.e. 32 BSSIDs;
Antenna Gain: Integrated omni antenna 5 dBi or better; FCC, CE certified
WiFi Features (Minimum)
Zero touch configuration; Autonomous Mode; Security: WPA-TKIP, WPA2 AES;
Authentication: Secure Web page, support MAC based authentication, SSID
Schedule; WMM for QoS; Client Isolation; multi hop mesh and mesh auto
recovery; L2TP tunnelling, Network Address Translation; inbuilt Firewall to
protect from DOS attack, Smurf attack, IP Spoof, ICMP Segment; DNS based
filtering; Hotspot 2.0 /802.11u functionality
Wi-Fi AP Management
Web browser enabled tabbed GUI; support Zero touch bulk configuration and
provisioning"; Inventory tracking and reporting; status monitoring; Software
Upgrade: Bulk upgrade 00+ managed devices; with Wi-Fi analyzer; Support for
ping and traceroute; Packet capture capability; Listing the clients failing to
connect with reason.
3 Years Onsite Comprehensive Warranty is required with free s/w upgradation
during warranty period. OEM MAF is required.
3 White Board
and
Interactive
Features and
Stylus
Ceramic Steel Matte finished surface wall mounted whiteboard for writing and
projection E3 or JFE Standard, 6 X 4 feet size with following interactivity
features and other requirements.
• White board can be used as a white board when no image is being projected on the screen through projector and the surface of it has excellent erasability when the specified writing medium is used.
• Real time interaction and writing speed without any time lag. Tracking speed: 195 Mn dots / sec or better
54
• IR/Optical tracking Simultaneous touch point support of minimum 230 Points Interactivity
• Should be enabled with Functional and precise auto‐calibration as well as manual calibration features.
• Can use a 4:3, 16:9, or any other aspect ratio as required.
• Pen / Stylus: Super capacitive Stylus, No consumable. Should support up to 3 hrs standard use, after 3 to 4 minutes of charging & with a life of more than 1 million charge Cycles.
• Writing performance Smooth and rounded writing experience
This item should accompanied with OEM software (Provide all upgrades of the
software during Warranty period).
• Should Support multi touch & multi writing
• Should support Gesture Recognition like zoom, pan, tilt, flicks etc
• Native handwriting recognition of English (on Windows OS platform)
• Should have the following interactive tools/features like Pen, Eraser, spot light, curtain, shape recognition, shape editing, auto grouping, infinite colour options for annotation, colour bucket, back ground pattern, lines & arrows, screen capture tools (freehand captureis must), import / export files, recycle bin, unlimited pages, Cut & Paste, page navigation, save page(s), Undo/Redo, Geometric Tools like protractor, compass, ruler etc.
• Shape‐recognition up to six‐sided figures
• Software should support & compatible with document camera solution
• Capability of taking Snapshot from running video
• “Cloud Access” in Interactive Whiteboard Application to access filtered free educational content on any topic in the world
3 Years Onsite Comprehensive Warranty is required with free s/w upgradation
during warranty period.OEM MAF of the device & ISO Certifications required
for Quality.
4 Mattel
Cabinet
Vertical wall mounted metal cabinet to put (mounting) Computer, Access
Device, UPS with bottom base sheet for Monitor, Keyboard & Mouse. Power
Sockets for all such devices with Lock and Key. Along with 2*30 Watts
Speakers & Amplifier. 3 Years Onsite Warranty is required.
5 Projector Technology 3 LCD (Long Through)
Projection Method Front
Resolution Min 1200 X 800, WXGA
Brightness (Minimum) 3300 ANSI Lumens (for Color & White light output)
Contrast Ratio (Minimum) 15000:1
Aspect Ratio 4.3 Native, Min. 16:9 (Supported)
Lamp Life Min. 5,000 Hrs. or More (Normal and Echo Mode)
Wireless remote Control Required
Ceiling mount kit Required with necessary accessories
Input/ Output connection Minimum ..1 VGA, I HDMI, 1 VGA out 1 USB, 1 Video In, 1 Audio In/Out
OEM MAF is required. AT least one single order of Quoted item, of 150+ Projectors in any of the Govt. department during last one year.
Warranty 03 years Onsite Comprehensive warranty
6 Learner
Tablet Display
Minimum 7 inch with Capacitive Multi-Touch Screen
55
Screen Resolution Minimum 1024x600 or above
Processor Minimum 1.3 GHz Quad Core or better
Operating System Android OS with GMS Certification. Device to be listed in Google supported Device list. OS to be Google Certified.
Camera 5 MP or above (Rear) and 2 MP or above (Front) with auto focus & Support for Geo Tagging
RAM 1 GB DDR3 RAM or above
Internal Storage 8 GB or higher
OTG Support Required
Cellular Connectivity Yes should support 2G, 3G or above
Connectivity Wifi, one SIM Card slot, GPS, AGPS and GPRS enabled
Wi-Fi Connectivity 802.11b/g/n or 802.11a/b/g/n
Blue tooth Connectivity V 4.0 or higher
Headphone Yes, of OEM
Battery 3400 mAh or Higher
Weight less than 300 gms
Sunlight Readability 300 Nits or more.
Certifications EMC, CE, FCC, CB/UL BIS, RoHS, GMS & MAF and SAR compliance, to be sent from OEM email ID to buyer email ID
OEM based SDK Required for White list & blacklist desired App, set department wallpaper etc. features
MDM Support
Company Owned or authorised MDM (with support assurance during warranty period) with standard features of MDM like White listing/black listing of applications, manage Tablet remotely, Install/Upgrade applications remotely, Access Reports, etc.
OEM Should be in Top 6 in the 2017 IDC ranking report in India.. Made in India device
Supply order OEM should have supplied minimum of 15,000 tablet in single PO to Govt. Education department
Warranty 3 Years (1 Standard + 2 Extended) Onsite Warranty at district H/Q.
Service Centres OEM Service support network present in each district of Rajasthan
7 UPS Line Interactive UPS 0.6 KVA with minimum 30 minutes backup on Full Load,
Input Voltage range 160-280 V (single phase), AVR Output Voltage 230 V +
9%, Battery Type - Sealed Lead Acid Valve Regulated Type, Protections - a)
Input voltage goes outside the range 160 to 280 V the system will switch over to
battery mode, b)Over voltage, short circuit & overload at UPS output terminals
c) Protection against over discharge ( The load will be cut-off as soon as
voltage of battery terminals falls below 10.5 V for 12 Volts and 21 V for 24 Volts
battery systems, Switching over time (From AC mains to UPS mode on power
failure)- 10 milliseconds (Maximum). MAF and 3 Years Onsite Comprehensive
Warranty is required.
8 Tablet
Charging
Cabinet
Wall Mounted Cabinet with Lock and Key. Minimum 10 port Charging Station
and capability to accommodate 20 Tablet properly at a time. The charging
station should be able to charge the laptop/tablet through USB cable with
proper Electrical input. 3 Years Onsite Warranty is required.
9 LMS User and Roles • Teachers/Students
• user groups.
56
Software
(SCORM
Compliant as
per industry
standard)
• Admin, Teacher learner.
Registration • Registration of Class wise learners with configurable approval process.
• Class/Subject wise School teacher’s registration and access to reports.
Learner • Ability to access assigned courses with time tracking.
• Course feedback.
• Notifications.
Assessment • Different types of questions, including – MCQs, True/False, Single/Multi-select, Match.
Reports • Access/Usage/Assignment related reports with drill down functionality.
Content Uploading
Department will Provide about 100 GB
Educational Content and the bidder shall be
responsible for uploading all the content to be to
be used by the students/Learners on the LMS
throughout the project period without any extra
cost. Teachers may also download the
Educational content and Learners are able to
access these content offline (through Wi-Fi
access)
Other Features
• Screen broadcast: Broadcast teacher's tablet screen to student tablets
• Collaborative interactive whiteboard: Open a virtual interactive whiteboard in students tablets, enabling simultaneous collaborative work of the teacher and the students on the same virtual whiteboard
• On screen annotation: On-screen tool for real-time annotation while sharing screens
• Video broadcast: Broadcast and stream video files to the class
• Remote control: Control students’ tablet screens remotely
• File submission: Student submit file to the teacher .
• Digital Content available on Computers (Pre-Load or download later) should be accessible through LMS to the students through Wi-Fi facility locally
• Access Reports /data of all the Tablet/ Teachers/students have to be upload on Departmental Portal on availability of Internet (auto sinking).
NOTE : Bidder must quote only one OEM for the product. If the bidder quoted more than one OEM for the
same product, the bid should be treated as 'technically rejected'.
57
Annexure-3
LIST OF NO. OF SCHOOLS AND BID SECURITY AMOUNT
S.No. Number of Districts No. of Schools Estimated Cost
(For five years)
Bid Security
Amount (2% of
Estimated Cost)
1 33
(Thirty Three) 150 Rs.7,83,00,000/-
Rs.15,66,000 /-
58
ANNEXURE-4: PRE-BID QUERIES FORMAT {to be filled by the bidder}
Name of the Company/Firm:
Tender Fee Receipt No. _____________Dated____________for Rs. ________________/-
Name of Person(s) Representing the Company/ Firm:
Name of Person Designation Email-ID(s) Tel. Nos. & Fax Nos.
Company/Firm Contacts:
Contact Person(s) Address for Email-ID(s) Tel. Nos. & Fax Nos.
Correspondence
Query / Clarification Sought:
S.No. RFP RFP Rule Rule Details Query/ Suggestion/
Page No. No. Clarification
Note: - Queries must be strictly submitted only in the prescribed format (.XLS/ .XLSX/ .PDF). Queries not
submitted in the prescribed format will not be considered/ responded at all by the procuring entity.
59
ANNEXURE-5: TENDER FORM {to be filled by the bidder}
I. Addressed to:
a. Name of the procuring State Project Director,
entity Rajasthan Council of Secondary Education, Jaipur
b. Address As mentioned in _______________
c. Telephone As mentioned in _______________
d. Telephone/Fax As mentioned in _______________
e. e-Mail As mentioned in _______________ (clearly mention the
NIT no. in the subject of the mail)
II. NIT Reference: Dated _____
III. Other related details: -
1. Name of Tenderer
2. Name & Designation of
Authorized Signatory
3. Registered Office Address
Telephone Nos. / Mobile Fax:
Website Email
4. Rajasthan Address
center
(if any) Phone Fax:
Contact
Person
5. Jaipur Address
center
(if any) Phone Fax:
Contact
Person
6. Year of Establishment
7. Nature of the Firm Public Private Partnership Proprietary
Ltd. Ltd.
Put Tick () mark
8. No. of Years providing No. of Years providing
computer education & computer education &
training in Rajasthan Yrs. training in India Yrs.
9. Previous Experience in
Computer Aided Learning
10. Any other details in support
60
of your offer
Note: Please attach list of offices & centers situated in Rajasthan along with address and phone & Fax numbers. Pls. attach proof in support of details stated above.
IV. Annual Turnover during last five years (as stated in the eligibility criteria, attach proof at page no
________):
Financial year Total Turnover
(Rs. In crores)
Audited Accounts
submitted? (yes/ no)
2012-13
2013-14
2014-15
2015-16
2016-17
Total Average Turnover V. Details of experience in similar activities at Govt. Departments/Institutions/PSU’s:
SL.No. Year No. of Govt.
Schools/ Govt. run Education Institutes
Name of the State Govt.
Skilled Service Setup
Start Date of Project
End Date of project
Project Value
(in Rs.
Lacs)
Current Status
1 2 3 4 5 6 7 8 9
1 2012-13
2 2013-14
3 2014-15
4 2015-16
5 2016-17
Note: Provide separate note on each project in detail with proof. Please attach a copy of the work order/
completion certificate/ purchase order/ letter from the customer for each project reference.
VI. Information regarding Equipments Original Equipment Manufacturer (OEM) (attach proof)
S.No. ISO 9001 & BIS
(Yes/No)
Service centre in Rajasthan
Own/Authorized
Service Provider
Location
61
VII. The Cost of Tender amounting to Rs. 5,000/- (Rupees Five Thousand Only) has been deposited
vide cash receipt / DD/ Banker's cheque no._____________________ dated ______________ in favour of the State Project Director, RCSE, Jaipur payable at Jaipur.
VIII. The processing fees amounting to Rs. 1,000/- (Rupees One Thousand) has been deposited vide
DD/ Banker's cheque no._____________________ dated ______________ in favour of Managing Director, RISL payable at Jaipur.
IX. I/we have applied for this tender and following documents are attached towards the proof of
Earnest Money Deposited in favour of State Project Diretor, RCSE, payable at Jaipur. I/we also
fulfill the eligibility criteria as mentioned in this tender document:
SNo EMD Amount DD/ Banker's No. with date
(in Rs.) Cheque/ Bank
Guarantee
1. Rs.15,66,000/-
X. The rate for the complete work (quarterly per school per district) mentioned as prescribed has been mentioned separately in the financial bid.
XI. The rates quoted are applicable up to 90 days from the date of opening of technical bid of tender
document. This validity can be extended with mutual agreement. XII. The Permanent Income Tax No. (PAN) _________________ has been submitted. XIII. We agree to abide by all the terms and conditions mentioned in this form issued by the
Procuring entity and also the further conditions of the said notice given in the attached sheets
(all the pages of which have been signed by us in token of acceptance of the terms mentioned
therein along with stamp of the firm).
Date: Name & Seal of the firm: ________________________ Authorized Signatory: ___________________________
62
ANNEXURE-6: BIDDER’S AUTHORIZATION CERTIFICATE{to be filled by the bidder} To, {Procuring entity}, ______________________________, ______________________________,
I/ We {Name/ Designation} hereby declare/ certify that {Name/ Designation} is hereby authorized to
sign relevant documents on behalf of the company/ firm in dealing with Tender/ NIT No:
........................... Dated .................
He/ She is also authorized to attend meetings & submit technical & commercial information/
clarifications as may be required by you in the course of processing the Bid. For the purpose of
validation, his/ her verified signatures are as under.
Thanking you,
Name of the Bidder: - Verified Signature:
Authorised Signatory: -
Seal of the Organization: -
Date:
Place:
63
ANNEXURE-7: DECLARATION by the Bidder–{to be filled by the bidder} To,
{Procuring entity}, ______________________________,
In response to the NIB Ref. No. _____________________________ dated ___________ for {Project Title}, as an Owner/ Partner/ Director/ Auth. Sign. of ____________________________________, I/ We hereby declare that presently our Company/ firm _________________, at the time of bidding,: -
a) possess the necessary professional, technical, financial and managerial resources and competence required by the Bidding Document issued by the Procuring Entity;
b) have fulfilled my/ our obligation to pay such of the taxes payable to the Union and the State
Government or any local authority as specified in the Bidding Document;
c) is having unblemished record and is not declared ineligible for corrupt & fraudulent
practices either indefinitely or for a particular period of time by any State/ Central
government/ PSU/ UT.
d) does not have any previous transgressions with any entity in India or any other country during the last three years
e) does not have any debarment by any other procuring entity
f) is not insolvent in receivership, bankrupt or being wound up, not have its affairs
administered by a court or a judicial officer, not have its business activities suspended and
is not the subject of legal proceedings for any of the foregoing reasons;
g) does not have, and our directors and officers not have been convicted of any criminal
offence related to their professional conduct or the making of false statements or
misrepresentations as to their qualifications to enter into a procurement contract within a
period of three years preceding the commencement of the procurement process, or not have
been otherwise disqualified pursuant to debarment proceedings;
h) does not have a conflict of interest as mentioned in the bidding document which materially affects the fair competition.
i) will comply with the code of integrity as specified in the bidding document. If this declaration is found to be incorrect then without prejudice to any other action that may be taken
as per the provisions of the applicable Act and Rules thereto prescribed by GoR, my/ our security may
be forfeited in full and our bid, to the extent accepted, may be cancelled.
Thanking you,
Name of the Bidder: - Authorised Signatory: - Seal of the Organization: - Date: Place:
64
ANNEXURE-8: CERTIFICATE OF CONFORMITY/ NO DEVIATION {to be filled by thebidder}
To, {Procuring entity}, ______________________________, ______________________________,
NIT No: ....................................................... Dated ...................
CERTIFICATE
This is to certify that, the specifications of Hardware & Software which I/ We have mentioned in the
Technical bid, and which I/ We shall supply if I/ We am/ are awarded with the work, are in
conformity with the minimum specifications of the Tender/ bidding document and that there are no
deviations of any kind from the requirement specifications.
Also, I/ we have thoroughly read the tender/ bidding document and by signing this certificate, we
hereby submit our token of acceptance to all the tender terms & conditions without any deviations.
I/ We also certify that the price I/ we have quoted is inclusive of all the cost factors involved in the
end-to-end implementation and execution of the project, to meet the desired Standards set out in the
Tender/ bidding Document.
Thanking you,
Name of the Bidder: - Authorised Signatory: - Seal of the Organization: - Date: Place:
65
ANNEXURE-9: MANUFACTURER’S AUTHORIZATION FORM (MAF)
{to be filled by hardware OEMs as mentioned in BoQ}
(Indicative Format of MAF) Date:
NIB No.:
Alternative No., if applicable:
To:
WHEREAS
We, who are official manufacturers of having factories at do hereby authorise to submit a Bid in
relation to the Invitation for Bids indicated above, the purpose of which is to provide the following
Goods, manufactured by us and to subsequently negotiate and sign the Contract.
We hereby extend our full guarantee and warranty in accordance with the General Conditions of
Contract, with respect to the Goods offered by the above firm in reply to this Invitation for Bids.
Name In the capacity of: Signed Duly authorised to sign the Authorisation for and on behalf of Tel: Fax: e-mail Date
66
ANNEXURE-10: UNDERTAKING ON AUTHENTICITY OF EQUIPMENTS
{to be filled by the bidder (On Rs. 100/- Non-judicial stamp paper)}
To, {Procuring entity}, ______________________________,
Reference: ................................................. Dated ……………
This has reference to the items being supplied/ quoted to you vide our bid ref. no. __________ dated ___________.
We hereby undertake that all the components/ parts/ assembly/ software used in the equipment shall
be genuine, original and new components /parts/ assembly/ software from respective OEMs of the
products and that no refurbished/ duplicate/ second hand components/ parts/ assembly/ software are
being used or shall be used. In respect of licensed operating system, we undertake that the same shall
be supplied along with the authorized license certificate with our name/logo. Also, that it shall be
sourced from the authorized source for use in India.
In case, we are found not complying with above at the time of delivery or during installation, for the
equipment already billed, we agree to take back the equipment already supplied at our cost and return
any amount paid to us by you in this regard and that you will have the right to forfeit our EMD/ SD
for this bid or debar/ black list us or take suitable action against us.
Authorized Signatory Name: Designation:
67
ANNEXURE-11: FINANCIAL BID Submission Sheet
{on bidders letterhead in technical bid}
To, {Procuring Entity}, ______________________________,
Reference: NIB No. :___________________________________ Dated:__________
Dear Sir,
We, the undersigned bidder, Having read & examined in detail, the Bidding Document, the receipt of
which is hereby duly acknowledged, I/ we, the undersigned, offer to supply/ work as mentioned in the
Scope of the work, Bill of Material, Technical specifications, Service Level Standards & in
conformity with the said bidding document for the same.
I / We undertake that the prices are in conformity with the specifications prescribed. The quote/ price
are inclusive of all cost likely to be incurred for executing this work. The prices are inclusive of all
type of govt. taxes/duties as mentioned in the financial bid (BoQ).
I / We undertake, if our bid is accepted, to deliver the goods in accordance with the delivery schedule specified in the schedule of Requirements.
I/ We hereby declare that in case the contract is awarded to us, we shall submit the contract performance guarantee as prescribed in the bidding document.
I / We agree to abide by this bid for a period of _____ days after the last date fixed for bid submission
and it shall remain binding upon us and may be accepted at any time before the expiry of that period.
Until a formal contract is prepared and executed, this bid, together with your written acceptance
thereof and your notification of award shall constitute a binding Contract between us.
I/ We hereby declare that our bid is made in good faith, without collusion or fraud and the information contained in the bid is true and correct to the best of our knowledge and belief.
We understand that you are not bound to accept the lowest or any bid you may receive.
We agree to all the terms & conditions as mentioned in the bidding document and submit that we have not submitted any deviations in this regard.
Date: Authorized Signatory Name: Designation:
68
ANNEXURE-12: PRICE BID (to be filled on e-Proc website)
Tender Inviting Authority:
State Project Director, Rajasthan Council of Secondary Education, Jaipur
Name of Work: Establishment of Digital Classroom with Wi-Fi based Digital Library in
150 Girls Hostels.
Ref. No. .................................... Dated ............
Bidder Name: PRICE SCHEDULE
(BoQ)
S.
No
Item
Description
No of
Schools
(Units)
Estimated
Cost for 3
Years
(Inclusive of
All taxes)
(INR)
Rate Per
School in INR
for 3 years
comprehensive
warranty
(including all
taxes and
duties except
GST)
Applicable
CGST
(in Rs)
Applicable
SGST
(in Rs.)
Total
Amt.
without
GST
Total
Amt.
with
GST
1 2 3 4 5 6 7 8 9
1 Particulars
1.01
Establishment
of Digital
Classroom with
Wi-Fi based
Digital Library
in 150 Girls
Hostels
150 7,83,00,000.00
Total Project Cost (in words) in INR
69
ANNEXURE-13: DRAFT PERFORMANCE BANK GUARANTEE
{to be submitted by the bidder’s bank}
(To be stamped in accordance with Stamp Act and on a Stamp Paper purchased from Rajasthan
State only and to be issued by a Nationalised/ Scheduled bank having its branch in Rajasthan) (Payable at par at respective Range HQ)
To, {Procuring entity}, ______________________________,
1. In consideration of the Rajasthan Council of Secondary Education (hereinafter called
"RCSE") having agreed to exempt M/s .................................... (hereinafter called "the said
Contractor(s)" from the demand, under the terms and conditions of an Agreement
No.................................. dated ..................... madebetween the RCSE through District Project Coordinator
(DPC) and .......................(Contractor)for the work ................. (hereinafter called "the said
Agreement") of Security Deposit for the due fulfillment by the said Contractor (s) of the
terms and conditions contained in the said Agreement, on production of a Bank Guarantee for Rs................... (rupees ........................................ only), we ................... (indicate the name of the Bank),
(hereinafter referred to as "the Bank") at the request of .................. Contractor(s) do hereby
undertake to pay to the Department an amount not exceeding Rs...................
(Rupees.................................. only) on demand.
2. We................. (Indicate the name of Bank), do hereby undertake to pay Rs.................... (Rupees............................
only), the amounts due and payable under this guarantee without any demur or delay,
merely on a demand from the RCSE. Any such demand made on the bank by the RCSE shall be conclusive as regards the amount due and payable by the Bank under this guarantee. The
Bank Guarantee shall be completely at the disposal of the RCSE.......................andWe (Indicate the name of
Bank), bound ourselves with all directions given by RCSE regarding this Bank Guarantee.
However, our liability under this guarantee shall be restricted to an amount not exceeding
Rs...................... (Rupees.................... only).
3. We....................... (indicate the name of Bank), undertake to pay to the RCSE any money so
demanded notwithstanding any dispute or disputes raised by the contractor(s) in any suit or
proceeding pending before any Court or Tribunal or Arbitrator etc. relating thereto, our
liability under these presents being absolute, unequivocal and unconditional.
4. We.....................(indicate the name of Bank) further agree that the performance guarantee
herein contained shall remain in full force and effective up to <DATE> and that it shall
continue to be enforceable for above specified period till all the dues of RCSE under or by
virtue of the said Agreement have been fully paid and its claims satisfied or discharged or till
the RCSE certifies that the terms and conditions of the said Agreement have been fully and
properly carried out by the said Contractor(s) and accordingly discharges this guarantee.
5. We ...........................(indicate the name of Bank) further agree with the RCSE that the RCSE shall
have the fullest liberty without our consent and without affecting in any manner our
obligations hereunder to vary any of the terms and conditions of the said Agreement or to
extend time of performance by the said Contractor(s) from time to time or to postpone for any
time or from time to time any of the powers exercisable by the RCSE against the said Contractor(s) and to forbear or enforce any of the terms and conditions relating to the said
Agreement and we shall not be relieved from our liability by reason of any such variation, or
extension being granted to the said Contractor(s) or for any forbearance, act or omission on
the part of the RCSE or any indulgence by the RCSE to the said Contractor(s) or by any such
matter or thing whatsoever which would but for this provision, have effect of so relieving us.
6. The liability of us (indicate the name of Bank), under this guarantee
will not be discharged due to the change in the constitution of the Bank or the
contractor(s).
7. We..............................(indicate the name of Bank), lastly undertake not to revoke this guarantee except
with the previous consent of the RCSE in writing.
70
8. This performance Guarantee shall remain valid and in full effect, until it is decided to be
discharged by the Department. Notwithstanding anything mentioned above, our liability
against this guarantee is restricted to Rs...........................
(Rupees............... only). 9. It shall not be necessary for the RCSE to proceed against the contractor before proceeding against
the Bank and the guarantee herein contained shall be enforceable against the Bank
notwithstanding any security which the RCSE may have obtained or obtain from the contractor. 10. We .............................. (indicate the name of Bank) verify that we have a branch at Jaipur. We
undertake that this Bank Guarantee shall be payable at any of its branch at Jaipur. If the last day
of expiry of Bank Guarantee happens to be a holiday of the Bank, the Bank Guarantee shall
expire on the close of the next working day. 11. We hereby confirm that we have the power(s) to issue this guarantee in your favor under the
memorandum and articles of Association/constitution of our bank and the undersigned is/are the
recipient of authority by express delegation of power(s) and has/have full power(s) to execute this
guarantee for the power of attorney issued by the bank. Dated..........................day of....................For and on behalf of the <Bank> (indicate the Bank)
Signature
(Name & Designation) Bank's Seal
The above performance Guarantee is accepted by the RCSE For and on behalf of the RCSE
Signature (Name & Designation)
71
ANNEXURE-14: DRAFT AGREEMENT FORMAT
{to be signed by selected bidder and procuring entity} 1. An agreement made this______ (enter date of Agreement)__between__(enter your firm’s name &
address)__(hereinafter called "the successful tenderer", which expression shall, where the context
so admits, be deemed to include his heirs, successors, executors and administrators of the one part
and the Government or the State of Rajasthan (hereinafter called "the Government" which
expression shall, where the context so admits, be deemed to include his successors in office and
assigns) of the other part. 2. Whereas the successful tenderer has agreed with the Government to impart Establishment of
Digital Classroom with Wi-Fi based Digital Library in 150 Girls Hostels in_____(no. of schools)___ Govt. Secondary and Senior Secondary Schools of Rajasthan in the manner set forth in the terms & conditions of the bidding document appended herewith and at the rates set forth in the said annexure-12.
3. And whereas the successful tenderer has deposited a sum of Rs.____________ (Rupees ________________________) through the Bank Guarantee no. _________________ dated _________ (Name of bank with branch: ______________).
4. Now these Presents witness:
a. In consideration of the payment to be made by the District Project Coordinator (DPC) through
cheque/ DD at the rate set forth in the annexure hereto appended the successful tenderer will
duly impart Computer Education and Information & Communication Technology in the
schools set forth in effective way and thereof in the manner set forth in the condition of the
tender and contract.
b. The NIT, Tender Form, Scope of Work, General and Special Terms & Conditions of the open
tender and Contract, Technical Bid and Financial Bid along with their enclosures enclosed
with the Tender Notice NIT No: ....................................... Dated ……….and also appended
to this agreement will be deemed to be taken as part of this agreement and are binding on the
parties executing this agreement.
c. The Letter of Intent issued by the RCSE and appended to this agreement shall also form part of this agreement.
d. In consideration of the payment to be made by the concerned RCSE in accordance with the
directions mentioned in the tender document on submission of bills in proper form (along
with performance report of each school issued by Head of Institution) by the tenderer. Part
payment can also be made.
e. The tenderer will not be entitled for the start of first payment for the entire district unless the
tenderer has delivered and installed the entire equipment including school instructor as
mentioned in this tender and commissioned the scheme in at least 75% of the total no. of
schools of that district. 5. The installation of equipments, other accessories and provision of services under "Integrated
Scheme for Computer Education and Information & Communication Technology in the schools"
shall be effected and completed as per tender document. 6. Penalties and termination due to non-fulfilment of contract and other, if any, shall be as per terms
& conditions of the tender document.
72
7. All disputes arising out of this agreement and all questions relating to the interpretation of this
agreement shall be decided by the State Level High Empowered Committee and the decision of
this committee shall be final. 8. The RCSE approved the rate as per BoQ vide letter no. ..................................... Dated …………..
The rate for "Establishment of Digital Classroom with Wi-Fi based Digital Library in 150 Girls
Hostels" is as under:
Consolidated Rate per School for 3 Years (in rupees) (including all taxes, duties, levies & and any other charges)
Description/Item In Figures (INR) In Words
In witness whereof the parties hereto have set their hands on the _____ day of_____ (Year). Signature of the successful Signature of Procuring Entity
tenderer
Designation: Designation:
Date: Date:
Witness No.1 Witness No.1
Witness No.2 Witness No.2
73
ANNEXURE-15: COMPONENTS OFFERED – BoM
{to be filled by the bidder} NIT No: ............................ Dated ................... Please fill the following BoM for all the offered components.
S.No. Item name Product Details
(make and model)
Detailed Technical
Specification
Reference**
OEM Details (Name, Address,
E-Mail, etc.)
1 Computer System as
Server
2 Wi-Fi Device-Access
Point
3 White Board and
Interactive Features and
Stylus
4 Vertical Mattel Cabinet
5 Projector
6 Learner Tablet
7 UPS
8 Tablet Charging Cabinet
9 LMS Software
** Please attach technical specifications. (Deviations, if any, should be appropriately mentioned &
highlighted in the compliance/ deviation column of the respective table as provided above in the
Annexure “Technical Specifications” for more than one OEM’s quoted).
74
ANNEXURE-16: Technical Bid Submission Sheet NIB No.: Alternative No., if permitted: To:
We, the undersigned, declare that: a) We have examined and have no reservations to the Bidding Document, including Addenda No.:
We offer to supply in conformity with the Bidding Document and in accordance with the delivery
schedule specified in Section V, Schedule of Supply, the following Goods and Related Services: b) Our Bid shall be valid for a period of________________ days from the date fixed for the bid
submission deadline in accordance with the Bidding Document, and it shall remain binding upon
us and may be accepted at any time before the expiration of that period; c) If our Bid is accepted, we commit to obtain a Performance Security in the amount of__________
percent of the Contract Price or Performance Security Declaration for the due performance of the
Contract; d) Our firm, including any subcontractors or suppliers for any part of the Contract, have nationalities
from the eligible countries; e) We are not participating, as Bidders, in more than one Bid in this bidding process, other than
alternative offers, if permitted, in the Bidding Document; f) Our firm, its affiliates or subsidiaries, including any subcontractors or suppliers has not been
debarred by the State Government or the Procuring Entity; g) We understand that this Bid, together with your written acceptance thereof included in your
notification of award, shall constitute a binding contract between us, until a formal Contract is
prepared and executed; h) We understand that you are not bound to accept the lowest evaluated bid or any other bid that you
may receive; i) We agree to permit the Procuring Entity or its representative to inspect our accounts and records
and other documents relating to the bid submission and to have them audited by auditors
appointed by the Procuring Entity; j) We declare that we have complied with and shall continue to comply with the provisions of the
Code of Integrity for Bidders as specified in the Rajasthan Transparency in Public Procurement
Act, 2012, the Rajasthan Transparency in Public Procurement Rules, 2013 and this Bidding
Document in this procurement process and in execution of the Contract; k) Other comments, if any:
Name/ address: In
the capacity of
Signed Duly authorised to sign the Bid for and on behalf of
Date Tel: Fax: e-mail:
75
ANNEXURE-17: BANK GUARANTEE FORMAT
{to be submitted by the bidder’s bank}
BANK GUARANTEE FORMAT – BID SECURITY
(To be stamped in accordance with Stamp Act and to be issued by a Nationalized/ Scheduled bank having its branch in Rajasthan and payable at par)
To, {Procuring entity}, ______________________________,
1. In accordance with your Notice Inviting Bid for <please specify the project title> vide NIB
reference no. <please specify> M/s. …………………………….. (Name & full address of the
firm) (Hereinafter called the “Bidder”) hereby submits the Bank Guarantee to participate in the
said procurement/ bidding process as mentioned in the bidding document.
It is a condition in the bidding documents that the Bidder has to deposit Bid Security amounting
to <Rs. ______________ (Rupees <in words>)> in respect to the NIB Ref. No.
_______________ dated _________ issued by RCSE, Jaipur (hereinafter referred to as
“Department”) by a Bank Guarantee from a Nationalised Bank/ Scheduled Commercial Bank
having its branch at <please specify> irrevocable and operative till the bid validity date (i.e.
<please specify> days from the date of submission of bid). It may be extended if required in
concurrence with the bid validity.
And whereas the Bidder desires to furnish a Bank Guarantee for a sum of <Rs. ______________ (Rupees <in words>)> to the Department as earnest money deposit.
2. Now, therefore, we the ……………………………….…… (Bank), a body corporate constituted
under the Banking Companies (Acquisition and Transfer of Undertaking) Act.
1969 (delete, if not applicable) and branch Office at…………………... (Hereinafter referred to as
the Guarantor) do hereby undertake and agree to pay forthwith on demand in writing by the
Department of the said guaranteed amount without any demur, reservation or recourse. 3. We, the aforesaid bank, further agree that the Department shall be the sole judge of and as to
whether the Bidder has committed any breach or breaches of any of the terms costs, charges and
expenses caused to or suffered by or that may be caused to or suffered by the Department on
account thereof to the extent of the Earnest Money required to be deposited by the Bidder in
respect of the said bidding document and the decision of the Department that the Bidder has
committed such breach or breaches and as to the amount or amounts of loss, damage, costs,
charges and expenses caused to or suffered by or that may be caused to or suffered by the
Department shall be final and binding on us. 4. We, the said Bank further agree that the Guarantee herein contained shall remain in full force and
effect until it is released by the Department and it is further declared that it shall not be necessary
for the Department to proceed against the Bidder before proceeding against the Bank and the
Guarantee herein contained shall be invoked against the Bank, notwithstanding any security
which the Department may have obtained or shall be obtained from the Bidder at any time when
proceedings are taken against the Bank for whatever amount that may be outstanding or
unrealized under the Guarantee.
76
5. Any notice by way of demand or otherwise hereunder may be sent by special courier, telex, fax,
registered post or other electronic media to our address, as aforesaid and if sent by post, it shall
be deemed to have been given to us after the expiry of 48 hours when the same has been posted. 6. If it is necessary to extend this guarantee on account of any reason whatsoever, we undertake to
extend the period of this guarantee on the request of our constituent under intimation to you. 7. The right of the Department to recover the said amount of <Rs. ______________
(Rupees <in words>)> from us in manner aforesaid will not be precluded/ affected, even if,
disputes have been raised by the said M/s. ……….………………(Bidder) and/ or dispute or
disputes are pending before any court, authority, officer, tribunal, arbitrator(s) etc.. 8. Notwithstanding anything stated above, our liability under this guarantee shall be restricted to
<Rs. ______________ (Rupees <in words>)> and our guarantee shall remain in force till bid
validity period i.e. <please specify> days from the last date of bid submission and unless a
demand or claim under the guarantee is made on us in writing within three months after the Bid
validity date, all your rights under the guarantee shall be forfeited and we shall be relieved and
discharged from all liability thereunder. 9. This guarantee shall be governed by and construed in accordance with the Indian Laws and we
hereby submit to the exclusive jurisdiction of courts of Justice in India for the purpose of any
suit or action or other proceedings arising out of this guarantee or the subject matter hereof
brought by you may not be enforced in or by such count. 10. We hereby confirm that we have the power/s to issue this Guarantee in your favour under the
Memorandum and Articles of Association/ Constitution of our bank and the undersigned is/are
the recipient of authority by express delegation of power/s and has/have full power/s to execute
this guarantee under the Power of Attorney issued by the bank in your favour.
Date ………………… (Signature) ………………………………………. Place ………………… (Printed Name) …………………………………. (Designation) …………………………………… (Bank’s common seal) ………………………….
In presence of: WTTNESS (with full name, designation, address & official seal, if any) (1) ………………………………………
……………………………………… (2) ………………………………………
………………………………………
Bank Details Name & address of Bank: Name of contact person of Bank: Contact telephone number:
77
GUIDELINES FOR SUBMISSION OF BANK GUARANTEE The Bank Guarantee shall fulfill the following conditions in the absence of which they cannot be considered valid: - 1. Bank Guarantee shall be executed on non- judicial stamp paper of applicable value purchased in
the name of the bank. 2. Two persons should sign as witnesses mentioning their full name, designation, address and office
seal (if any). 3. The Executor (Bank Authorities) may mention the power of attorney No. and date of execution
in his/ her favour authorizing him/ her to sign the document. The Power of Attorney to be
witnessed by two persons mentioning their full name and address. 4. The Bank Guarantee should be executed by a Nationalised Bank/ Scheduled Commercial Bank
only. 5. Non – Judicial stamp paper shall be used within 6 months from the date of Purchase of the same.
Bank Guarantee executed on the non-judicial stamp paper after 6 (six) months of the purchase of
such stamp paper shall be treated as non-valid. 6. The contents of Bank Guarantee shall be strictly as per format prescribed by Department 7. Each page of Bank Guarantee shall bear signature and seal of the Bank and B.G. number. 8. All corrections, deletions etc. in the Bank Guarantee should be authenticated by signature of
Bank Officials signing the Bank Guarantee. 9. Bank should separately send through registered post/courier a certified copy of Bank Guarantee,
mentioning Bid reference, Bid title and bidder name, directly to the Purchaser at the following
address:
78
ANNEXURE-18: Bid Securing Declaration
Form of Bid-Securing Declaration
Date: [insert date (as day, month and year)]
Notice Inviting Bids No.: [insert number of bidding process]
To: [insert complete name of Procuring Entity] We, the undersigned, declare that:
We understand that, according to your conditions, bids must be supported by a Bid-Securing Declaration.
We accept that we will automatically be suspended from being eligible for bidding in any contract
with the Procuring Entity for the period of time of [Procuring Entity to indicate here the period of
time for which the Procuring Entity will declare a Bidder ineligible to be awarded a Contract if the
Bid Securing Declaration is to be executed.] starting on the date that we receive a notification from
the Procuring Entity that our Bid Securing Declaration is executed, if we are in breach of our
obligation(s) under the bid conditions, because we:
a) have withdrawn our Bid during the period of bid validity specified in the Form of Bid; or b) having been notified of the acceptance of its Bid by the Procuring Entity during the period of bid
validity, (i) fail or refuse to execute the Contract Form, if required,
(ii) fail or refuses to furnish the performance security, in accordance with the Instructions to
Bidders (hereinafter “the ITB”), c) have not accepted the correction of errors in accordance with the ITB, or d) have breached a provision of the Code of Integrity specified in ITB;
We understand this Bid-Securing Declaration shall expire if we are not the successful Bidder, upon
the earlier of (i) our receipt of your notification to us of the name of the successful Bidder; or (ii)
thirty days after the expiration of our Bid.
Signed: [insert signature of person whose name and capacity are shown] In the capacity of: [insert legal capacity of person signing the Bid-Securing Declaration] Name: [insert complete name of person signing the Bid-Securing Declaration] Duly authorized to sign the bid for and on behalf of: [insert complete name of Bidder] Dated on day of , [insert date of signing] Corporate Seal
79
Appendix A: Procedure of Appeals
(A) The designation and address of the First Appellate Authority is Secretary, Secondary
Education Department
(B) The designation and address of the Second Appellate Authority is Finance Department.
1) Filing an appeal- If any Bidder or prospective bidder is aggrieved that any decision, action or omission of the Procuring Entity is in contravention to the provisions of the Act or the Rules or the Guidelines issued there under, he may file an appeal to First Appellate Authority, as specified in Clause 37 within a period of ten days from the date of such decision or action, omission, as the case may be, clearly giving the specific ground or grounds on which he feels aggrieved: Provided that after the declaration of a Bidder as successful the appeal may be filed only by a Bidder who has participated in procurement proceedings: Provided further that in case a Procuring Entity evaluates the Technical Bids before the opening of the Financial Bids, an appeal related to the matter of Financial Bids may be filed only by a Bidder whose Technical Bid is found to be acceptable.
2) The officer to whom an appeal is filed under para (1) shall deal with the appeal as expeditiously as possible and shall endeavour to dispose it of within thirty days from the date of the appeal.
3) If the officer designated under para (1) fails to dispose of the appeal filed within the period specified in para (2), or if the Bidder or prospective bidder or the Procuring Entity is aggrieved by the order passed by the First Appellate Authority, the Bidder or prospective bidder or the Procuring Entity, as the case may be, may file a second appeal to Second Appellate Authority in this behalf within fifteen days from the expiry of the period specified in para (2) or of the date of receipt of the order passed by the First Appellate Authority, as the case may be.
4) Appeal not to lie in certain cases- No appeal shall lie against any decision of the Procuring Entity relating to the following matters, namely:- a) determination of need of procurement; b) provisions limiting participation of Bidders in the Bid process;
c) the decision of whether or not to enter into negotiations;
d) cancellation of a procurement process; e) applicability of the provisions of confidentiality.
5) Form of Appeal- a) An appeal under para (1) or (3) above shall be in the annexed Form along with as many
copies as there are respondents in the appeal. b) Every appeal shall be accompanied by an order appealed against, if any, affidavit verifying
the facts stated in the appeal and proof of payment of fee. c) Every appeal may be presented to First Appellate Authority or Second Appellate Authority, as
the case may be, in person or through registered post or authorised representative. 6) Fee for filing appeal-
a) Fee for first appeal shall be rupees two thousand five hundred and for second appeal shall be rupees ten thousand, which shall be non-refundable.
b) The fee shall be paid in the form of bank demand draft or banker’s cheque of a Scheduled Bank in India payable in the name of Appellate Authority concerned.
7) Procedure for disposal of appeal- a) The First Appellate Authority or Second Appellate Authority, as the case may be, upon filing
of appeal, shall issue notice accompanied by copy of appeal, affidavit and documents, if any, to the respondents and fix date of hearing.
b) On the date fixed for hearing, the First Appellate Authority or Second Appellate Authority, as the case may be, shall,- (i) hear all the parties to appeal present before him; and (ii) peruse or inspect documents, relevant records or copies thereof relating to the matter.
c) After hearing the parties, perusal or inspection of documents and relevant records or copies thereof relating to the matter, the Appellate Authority concerned shall pass an order in writing and provide the copy of order to the parties to appeal free of cost.
d) The order passed under sub-clause (c) above shall also be placed on the State Public Procurement Portal.
80
Annexure-19
FORM No. 1
[See rule 83]
Memorandum of Appeal under the Rajasthan Transparency in Public Procurement Act, 2012
Appeal No ………of …………… Before the ………………………… (First / Second Appellate Authority) 1. Particulars of appellant:
(i) Name of the appellant:
(ii) Official address, if any:
(iii) Residential address: 2. Name and address of the respondent(s): (i) (ii) (iii) 3. Number and date of the order appealed against and name and designation of the officer / authority
who passed the order (enclose copy), or a statement of a decision, action or omission of the
Procuring Entity in contravention to the provisions of the Act by which the appellant is aggrieved:
………………………………………………………………………… 4. If the Appellant proposes to be represented by a representative, the name and postal address of the
representative: ………………………………………………………………… 5. Number of affidavits and documents enclosed with the appeal: …………………………… 6. Grounds of appeal: ………………………………………………………………………………
……………………………................…………………………………………………………
…………………………………………………………………... (Supported by an affidavit)
Prayer: ....…………………………………………………………………………………………
……………................…………………………………………………………………………
………………. Place ……………………………………. Date ……………………………………
Appellant's Signature
81
Annexure-20
Tentative list of school
Ø-la-
ftys dk uke CykWd dk uke 'kkjns ckfydk Nk=kokl dk uke
1 2 3 4
1 vtesj fHkukbZ nsofy;k dyka
2 vyoj frtkjk frtkjk
3 vyoj jS.kh fiuku
4 vyoj fd'kux<ckl ckld`ikyuxj
5 cklokM+k ckxhnkSjk ckxhnkSjk
6 cwwUnh rkysM+k rkysM+k
7 cwwUnh uSuaok uSuok
8 ckjka 'kkkgckn 'kkkgckn
9 BIKANER Bikaner PUGAL
10 BIKANER Kolayat BAJJU
11 fpÙkkSM+x<+ diklu diklu
12 nkSlk egok ikoVk
13 nkSlk fldjk; fldjk;
14 nkSlk nkSlk ukaxy jktorku
15 MqqWxjiqj lheyokMk ihB
16 /kkSyiqj clsMh eksfB;kiqjk
17 /kkSyiqj ckMh gkalbZ
18 guqekux<+ fVCch fVCch
19 t;iqj cLlh cLlh
20 t;iqj lkaxkusj eqgkuk
21 t;iqj pkdlw pkdlw
22 t;iqj Qkxh Qkxh
23 t;iqj nwnw nwnw
24 t;iqj teokjkex< teokjkex<
25 >kykokM+ >kyjkikVu vlukoj
26 >kykokM+ vdysjk vdysjk
27 >kykokM+ cdkuh cdkuh
28 >kykokM+ Mx pkSegyk
29 djkSyh liksVjk ukjkSyhMkax
30 djkSyh uknkSrh uknkSrh
31 dksVk bVkok [kksMkonk bVkok
32 lokbz ek/kksiqj lokbZ ek/kksiqj pdsjh
33 lokbz ek/kksiqj ckSyh ckSyh
34 lokbz ek/kksiqj [k.Mkj [k.Mkj
35 Vksad nsoyh nsoyh
36 Vksad mfu;kjk vyhx<+
37 vyoj mejS.k ekyk[ksMk
82
Ø-la-
ftys dk uke CykWd dk uke 'kkjns ckfydk Nk=kokl dk uke
1 2 3 4
38 HkhyokMk cusMk M+kcyk
39 cwwUnh ds-ikVu ds-ikVu
40 ckjka vUrk vUrk
41 MqqWxjiqj >kSFkjh xSath
42 MqqWxjiqj nksoMk nkeMh
43 /kkSyiqj /kkSyiqj izsj.kkuxj
44 ckjka fd'kuxat fd'kuxat
45 HkhyokMk ek.Myx<+ ljk.kk
46 HkhyokMk tgktiqj vejoklh
47 ckjka NhikcMkSn gjukonk'kkgth
48 BIKANER Lunkarnsar LUNKANSAR
49 fpÙkkSM+x<+ Hknslj ukgjx<+
50 Vksad fuokbZ fuokbZ
51 vtesj vajkbZ vajkbZ
52 vtesj Jhuxj Jhuxj
53 HkhyokMk 'kkgiqjk dusNu dayk
54 /kkSyiqj jktk[ksMk ejSuk
55 jktleUn vkesV vkesV
56 jktleUn dqEHkyx<+ pkjHkqtk
57 HkhyokMk lqok.kk eaxjksi
58 ckjka NcMk NcMk
59 MqqWxjiqj vkliqj /kk.kh ?kkVh
60 ukxkSj edjkuk pkof.M;k
61 fljksgh fljksgh tkoky
62 cklokM+k ckalokM+k caklokM+k
63 BIKANER Panchu KAKKU
64 cklokM+k ?kkVksy xuksMk+
65 fpÙkkSM+x<+ fpÙkkSM+x<+ fot;iqj
66 mn;iqj ljkMk ljkMk
67 ckjka vV: vV:
68 ckjka ckjka ckjka
69 izrkix< izrkix< izrkix<
70 jktleUn nsox<+ nsox<+
71 Vksad ekyiqjk ekyiqjk
72 vtesj dsdM+h dknsM+k
73 MqqWxjiqj lkxokMk ek.kdiqjk
74 vyoj dBqej [ksMyh
75 cklokM+k dq'kyx<+ eksgdeiqjk
76 lokbz ek/kksiqj ckeuokl ckeuokl
77 fljksgh jsonj eaMkj
83
Ø-la-
ftys dk uke CykWd dk uke 'kkjns ckfydk Nk=kokl dk uke
1 2 3 4
78 vtesj elwnk fdjki
79 lokbz ek/kksiqj xaxkiqj flVh xaxkiqj flVh
80 vtesj ihlkaxu rchth
81 HkhyokMk vklhUn czk- dh ljsjh
82 BIKANER Dungargarh DUNGARGARH
83 izrkix< ihiy[kqaV ?k.Vkyh
84 fljksgh fi.MokMk fi.MokMk
85 mn;iqj ekoyh ekoyh
86 cklokM+k vkuUniqjh cMfy;k
87 Hkjriqj oSj fuBkj
88 Hkjriqj uxj uxj
89 t;iqj tkylw vuksiiqjk
90 Vksad VksMkjk;flag VksMkjk;flag
91 mn;iqj fxokZ jsthMsUlh fxokZ
92 Hkjriqj c;kuk c;kuk
93 Hkjriqj uncbZ uncbZ
94 tks/kiqj 'ksjx< 'ksjx<
95 HkhyokMk dksVMh ikjksyh
96 jktleUn Hkhe Hkhe
97 mn;iqj dksVMk dksVMk
98 HkhyokMk gqjMk gqjM+k
99 HkhyokMk lgkMk lgkM+k
100 cwwUnh fg.Mksyh fg.Mksyh
101 fpÙkkSM+x<+ fuEckgsM+k fuEckgsM+k
102 ukxkSj fj;kacM+h fj;ka
103 izrkix< /kfj;kon /kfj;kon
104 Hkjriqj dqEgsj dqEgsj
105 jktleUn jktleUn dkdjksyh
106 ukxkSj dqpkeu dqpkeu
107 ukxkSj ijcrlj ijcrlj
108 jktleUn [keuksj miyh vksM+u
109 mn;iqj >kMksy >kMksy
110 HkhyokMk jk;iqj ekS[kwUnk
111 fpÙkkSM+x<+ cSaxw cSaxw
112 djkSyh djkSyh eklyiqj
113 ikyh ckyh [ksrjyh
114 ckM+esj xMjkjksM gjlkuh
115 fpÙkkSM+x<+ jk'keh jk'keh
116 tks/kiqj cki cki
117 ukxkSj ekSyklj ekSyklj
84
Ø-la-
ftys dk uke CykWd dk uke 'kkjns ckfydk Nk=kokl dk uke
1 2 3 4
118 Jhxaxkuxj vuwix< vuwix<
119 HkhyokMk ek.My Hkxokuiqjk
120 pw: ljnkj'gkj ljnk'jgj
121 vyoj jkex< jkex<
122 tkyksj Hkhueky iwuklk
123 ukxkSj esM+rkflVh esM+rkflVh
124 ikyh jksgV jksgV
125 ckM+esj flokuk efgykokl
126 tkyksj jkuhokMk nsoiqjk
127 ukxkSj Vkadyk Vkadyk
128 nkSlk ykylksV jkgwokl
129 tkyksj lkapkSj vj.kk;
130 cklokM+k x<h+ ljs<h cMh
131 vyoj Fkkukxkth izrkix<
132 ckM+esj ckM+esj ckM+esj
133 Hkjriqj lsoj rqfg;k
134 tSlyesj tSlyesj ukpuk
135 tkyksj tkyksj tkyksj
136 ukxkSj ew.Mok :.k
137 ikyh jkuh [kkSM+
138 mn;iqj [ksjokMk [ksjokMk
139 vtesj fd'kux<+ lqjlqjk
140 tks/kiqj vkssfl;k vkssfl;k
141 djkSyh VksMkHkhe VksMkHkhe
142 izrkix< NksVhlknMh NksVhlknMh
143 vyoj ckulwj ckulwj
144 ikyh ikyh ikyh
145 fljksgh f'koxat f'koxat
146 ckM+esj ckyksrjk ckyksrjk
147 fpÙkkSM+x<+ cM+hlkn<h cM+hlknM+h
148 fpÙkkSM+x<+ xaxjkj xaxjkj xkWWo
149 tks/kiqj tkthoky dyka tkthoky dyka
150 fpÙkkSM+x<+ Hkksikylkxj Hkqikylkxj