Secondary Education Department, Bikaner, Rajasthan NIT: Shivira-Sec/Secondary/CompCell/ICT-II/Tender/09 dtd.18/12/09 Page 1 of 40 Signature & Seal of the Tenderer Tender Document for Integrated Scheme for Computer Education (CE) and Information & Communication Technology (ICT) @ Schools (Phase-II) (Cost of Tender Document per Range: Rs. 10,000/-) Important Dates and References Date of commencement of sale of tender document : 10/01/2010 NIT No. : Shivira-Sec/Secondary/CompCell/ICT- II/Tender/2009 Dated 18/12/2009 Pre-Bid date & venue 20/01/2010 at 1400 hrs. Conference Hall, Block-V, 4th Floor, DPEP/SSA Dr. Radha Krishnan Shiksha Sankul, JLN Marg, Jaipur Last Date of Submission of filled tender document and venue for all Ranges : 17/02/2010 Up to 1500 hrs Conference Hall, Block-V, 4th Floor, DPEP/SSA Dr. Radha Krishnan Shiksha Sankul, JLN Marg, Jaipur Validity of bid : 120 days from the date of opening of technical bid Schedule I : Tender Information Schedule II : Check List Technical Bid Schedule III : Tender Form Schedule IV : Terms & Conditions Schedule V : Technical Specifications Schedule VI : No. of schools & Earnest Money Schedule VII : Undertaking of Authenticity for Computer Equipment Supplies Schedule VIII : Declaration by Hardware OEMs (Desktop & UPS) Schedule IX : Manufacturer Authorization Certificate Financial Bid Schedule X : Price Quotation Name of the Tenderer : ______________________________________________________ Address of the Correspondence: ____________________________________________________ ____________________________________________________ Phone No.: _______________ Fax No.: ______________ Email Address: ___________________ Contact Person’s Details: Name ________________________Designation _________________ Phone No. ___________________ Fax No. ____________________ Mobile No.____________________ E-mail______________________
This document is posted to help you gain knowledge. Please leave a comment to let me know what you think about it! Share it to your friends and learn new things together.
NIT: Shivira-Sec/Secondary/CompCell/ICT-II/Tender/09 dtd.18/12/09 Page 23 of 40 Signature & Seal of the Tenderer
Schedule V
(OPTION-I: SHARED COMPUTING with N1)
TECHNICAL SPECIFICATIONS 1 Hardware:
A. Desktop Computer (High End)
Make & Model
Offered same (Y/N)
Certification(s) ISO 9001 series manufacturer, MS Windows certified desktop computer, DMI 2.0 Compliance and Support
Specifications Processor: Intel Pentium Dual Core E5300 (2.6 GHz, 2 MB L2 cache) or higher OR AMD Athlon X2 7850+ (2.9 Ghz, 1 MB L2 Cache) or higher Chipset: Intel G31 Chipset or better OR AMD 740G with Radeon 2100 Graphics or NVidia Ge Force 6150 chipset or better RAM: Minimum 2 GB 800 MHz DDR2 RAM with expandability to 4GB Bus Architecture: Integrated Graphics, 2 PCI, 1PCI Express x 1 and 1 PCI Express x 16 Hard Disk: 160GB SATA 2 @ 7200 RPM Optical Drive: DVD RW (16x or higher), Ports: 4 USB Ports (with at least 2 in front), 1 Serial Port, 1 PS/2 Keyboard and 1 PS2 Mouse Port, audio ports for microphone and headphone in front Colour Monitor: 15” wide TFT or higher (TCO‟03/FCC-B/CE/EPA/RoHS certified or equivalent) Ethernet/LAN: Gigabit with RJ45 jack Mouse: Optical with scroll mouse with antistatic pad Speakers: External 300 W PMPO or higher Keyboard: OEM Keyboard, Dust Cover: Quality Dust Cover for CPU, Monitor, Keyboard & Mouse Cabinet: Micro ATX with Front USB Port(s) Internal PCI TV Tuner Card Wireless LAN adapter (USB /Integrated/PCI)
Anti-Virus The Anti-Virus Software would be procured by Education Department separately and would be supplied to each school directly. The tenderer would be responsible to install and maintain this software on the desktops at no extra cost in all schools during the entire project period
Operating System
Pre-loaded OEM Operating System (Server Edition) Note: The Operating System (Server Edition) would be procured by Education Department separately and would be supplied to each school directly. The tenderer would be responsible to install and maintain this operating system on the desktops at no extra cost in all schools during the entire project period.
Office Suite The office suite would be procured by Education Department separately and would be supplied to each school directly. The tenderer would be responsible to install and maintain this software on the desktops at no extra cost in all schools during the entire project period.
B. Desktop Computer (Low End) – HOST PC
Make & Model
Offered same (Y/N)
Certification(s) ISO 9001 series manufacturer, MS Windows certified desktop computer, DMI 2.0 Compliance and Support
Specifications
Processor: Intel Pentium Dual Core E5300 (2.6 GHz, 2 MB L2 cache) or higher OR AMD Athlon X2 7850+ (2.9 Ghz, 1 MB L2 Cache) or higher Chipset: Intel G31 Chipset or better OR AMD 740G with Radeon 2100 Graphics or NVidia Ge Force 6150 chipset or better RAM: Minimum 2 GB 800 MHz DDR2 RAM with expandability to 4GB Bus Architecture: Integrated Graphics, 2 PCI, 1PCI Express x 1 and 1 PCI Express x 16
NIT: Shivira-Sec/Secondary/CompCell/ICT-II/Tender/09 dtd.18/12/09 Page 24 of 40 Signature & Seal of the Tenderer
Hard Disk: 160GB SATA 2 @ 7200 RPM Ports: 4 USB Ports (with at least 2 in front), 1 Serial Port, 1 PS/2 Keyboard and 1 PS2 Mouse Port, audio ports for microphone and headphone in front Colour Monitor: 15” wide TFT or higher (TCO‟03/FCC-B/CE/EPA/RoHS certified or equivalent) Ethernet/LAN: Gigabit with RJ45 jack Mouse: Optical with scroll mouse with antistatic pad Keyboard: OEM Keyboard, Dust Cover: Quality Dust Cover for CPU, Monitor, Keyboard & Mouse Cabinet: Micro ATX with Front USB Port(s) Wireless LAN adapter (USB /Integrated/PCI)
Anti Virus The Anti-Virus Software would be procured by Education Department separately and would be supplied to each school directly. The tenderer would be responsible to install and maintain this software on the desktops at no extra cost in all schools during the entire project period
Operating System
Pre-loaded OEM Operating System. Note: The Operating System would be procured by Education Department separately and would be supplied to each school directly. The tenderer would be responsible to install and maintain this operating system on the desktops at no extra cost in all schools during the entire project period.
Office Suite The office suite would be procured by Education Department separately and would be supplied to each school directly. The tenderer would be responsible to install and maintain this software on the desktops at no extra cost in all schools during the entire project period.
C. Shared Computing Access Point
Make & Model
Offered Same (Y/N)
Certification/ Compliance (s)
ISO 9001, FCC Class B, MIC, Restriction of Hazardous Substances (RoHS) compliant
Allow 4 users (as per the network diagram cited below) to share a single host PC through a Shared Computing PC-Sharing kit (which includes one Full Height PCI Card, Virtualization software, Access devices with Speaker Output, PS/2 Mouse and PS/2 Keyboard output. SVGA Monitor output and RJ 45 Connection Port. (See Bill of Material for actual number of Host-PC and Access Devices)
Each user should have 15” wide TFT or higher (TCO‟03/FCC-B/CE/EPA/RoHS certified or equivalent), PS/2 keyboard and PS/2 mouse.
Solution should support Office Suite (MS), Internet and other software‟s proposed in this tender document
User experience on shared terminal should be substantially the same as on the host PC (Boot time, Login Experience, Responsiveness (mouse, keyboard, application start-up and execution), Graphics/Multimedia, Logout.
Power consumption of each access device should not exceed more than 1-2 watts.
Operating systems to be supported are Windows OS (any) and Linux (Ubuntu 8.04).
Tenderer to provide Manufacturer‟s Authorization Letter from technology OEM as per terms and conditions of this tender document.
Tenderer to provide reference site of OEM with order copies and satisfactory performance report of their proposed solution in India.
Note: Manufacturers should guarantee that the products being manufactured by them and / or the components being used for the manufacture of such products and / or the facilities being used for the manufacturing of such products conform to the basic parameters which restrict and protect the environment and the living beings who use these products from any type of hazardous emission, touch, feel, contact of any type, that could cause any type of discomfort to the living beings or cause the depletion of the environments‟ (atmospheres‟) protective layers (See Schedule – VII). All the hardware equipments supplied / installed have to be environmental friendly as these are to be used by students.
NIT: Shivira-Sec/Secondary/CompCell/ICT-II/Tender/09 dtd.18/12/09 Page 25 of 40 Signature & Seal of the Tenderer
2 Network Diagram (N1):
(OPTION-II: SHARED COMPUTING with N2)
TECHNICAL SPECIFICATIONS 1 Hardware:
A. Desktop Computer (High End)
Make & Model
Offered same (Y/N)
Certification(s) ISO 9001 series manufacturer, MS Windows certified desktop computer, DMI 2.0 Compliance and Support
Specifications Processor: Intel Pentium Dual Core E5300 (2.6 GHz, 2 MB L2 cache) or higher OR AMD Athlon X2 7850+ (2.9 Ghz, 1 MB L2 Cache) or higher Chipset: Intel G31 Chipset or better OR AMD 740G with Radeon 2100 Graphics or NVidia Ge Force 6150 chipset or better RAM: Minimum 2 GB 800 MHz DDR2 RAM with expandability to 4GB Bus Architecture: Integrated Graphics, 2 PCI, 1PCI Express x 1 and 1 PCI Express x 16 Hard Disk: 160GB SATA 2 @ 7200 RPM Optical Drive: DVD RW (16x or higher), Ports: 4 USB Ports (with at least 2 in front), 1 Serial Port, 1 PS/2 Keyboard and 1 PS2 Mouse Port, audio ports for microphone and headphone in front Colour Monitor: 15” wide TFT or higher (TCO‟03/FCC-B/CE/EPA/RoHS certified or equivalent) Ethernet/LAN: Gigabit with RJ45 jack Mouse: Optical with scroll mouse with antistatic pad Speakers: External 300 W PMPO or higher Keyboard: OEM Keyboard, Dust Cover: Quality Dust Cover for CPU, Monitor, Keyboard & Mouse Cabinet: Micro ATX with Front USB Port(s) Internal PCI TV Tuner Card Wireless LAN adapter (USB /Integrated/PCI)
Anti-Virus The Anti-Virus Software would be procured by Education Department separately and would be supplied to each school directly. The tenderer would be responsible to install and maintain this software on the desktops at no extra cost in all schools during the entire project period
NIT: Shivira-Sec/Secondary/CompCell/ICT-II/Tender/09 dtd.18/12/09 Page 26 of 40 Signature & Seal of the Tenderer
Operating System
Pre-loaded OEM Operating System (Server Edition) Note: The Operating System (Server Edition) would be procured by Education Department separately and would be supplied to each school directly. The tenderer would be responsible to install and maintain this operating system on the desktops at no extra cost in all schools during the entire project period.
Office Suite The office suite would be procured by Education Department separately and would be supplied to each school directly. The tenderer would be responsible to install and maintain this software on the desktops at no extra cost in all schools during the entire project period.
B. Desktop Computer (Low End) – HOST PC
Make & Model
Offered same (Y/N)
Certification(s) ISO 9001 series manufacturer, MS Windows certified desktop computer, DMI 2.0 Compliance and Support
Specifications
Processor: Intel Pentium Dual Core E5300 (2.6 GHz, 2 MB L2 cache) or higher OR AMD Athlon X2 7850+ (2.9 Ghz, 1 MB L2 Cache) or higher Chipset: Intel G31 Chipset or better OR AMD 740G with Radeon 2100 Graphics or NVidia Ge Force 6150 chipset or better RAM: Minimum 2 GB 800 MHz DDR2 RAM Bus Architecture: Integrated Graphics, 2 PCI, 1PCI Express x 1 and 1 PCI Express x 16 Hard Disk: 160GB SATA 2 @ 7200 RPM Ports: 4 USB Ports (with at least 2 in front), 1 Serial Port, 1 PS/2 Keyboard and 1 PS2 Mouse Port, audio ports for microphone and headphone in front Colour Monitor: 15” wide TFT or higher (TCO‟03/FCC-B/CE/EPA/RoHS certified or equivalent) Ethernet/LAN: Gigabit with RJ45 jack Mouse: Optical with scroll mouse with antistatic pad Keyboard: OEM Keyboard, Dust Cover: Quality Dust Cover for CPU, Monitor, Keyboard & Mouse Cabinet: Micro ATX with Front USB Port(s) Wireless LAN adapter (USB /Integrated/PCI)
Anti Virus The Anti-Virus Software would be procured by Education Department separately and would be supplied to each school directly. The tenderer would be responsible to install and maintain this software on the desktops at no extra cost in all schools during the entire project period
Operating System
Pre-loaded OEM Operating System. Note: The Operating System would be procured by Education Department separately and would be supplied to each school directly. The tenderer would be responsible to install and maintain this operating system on the desktops at no extra cost in all schools during the entire project period.
Office Suite The office suite would be procured by Education Department separately and would be supplied to each school directly. The tenderer would be responsible to install and maintain this software on the desktops at no extra cost in all schools during the entire project period.
C. Shared Computing Access Point
Make & Model
Offered Same (Y/N)
Certification/ Compliance (s)
ISO 9001, FCC Class B, MIC, Restriction of Hazardous Substances (RoHS) compliant
NIT: Shivira-Sec/Secondary/CompCell/ICT-II/Tender/09 dtd.18/12/09 Page 27 of 40 Signature & Seal of the Tenderer
Allow 6 users (as per the network diagram cited below) to share a single host PC through a Shared Computing PC-Sharing kit (which includes one Full Height PCI Card, Virtualization software, Access devices with Speaker Output, PS/2 Mouse and PS/2 Keyboard output. SVGA Monitor output and RJ 45 Connection Port. (See Bill of Material for actual number of Host-PC and Access Devices)
Each user should have 15” wide TFT or higher (TCO‟03/FCC-B/CE/EPA/RoHS certified or equivalent), PS/2 keyboard and PS/2 mouse.
Solution should support Office Suite (MS), Internet and other software‟s proposed in this tender document
User experience on shared terminal should be substantially the same as on the host PC (Boot time, Login Experience, Responsiveness (mouse, keyboard, application start-up and execution), Graphics/Multimedia, Logout.
Power consumption of each access device should not exceed more than 1-2 watts.
Operating systems to be supported are Windows OS (any) and Linux (Ubuntu 8.04).
Tenderer to provide Manufacturer‟s Authorization Letter from technology OEM as per terms and conditions of this tender document.
Tenderer to provide reference site of OEM with order copies and satisfactory performance report of their proposed solution in India.
Note: Manufacturers should guarantee that the products being manufactured by them and / or the components being used for the manufacture of such products and / or the facilities being used for the manufacturing of such products conform to the basic parameters which restrict and protect the environment and the living beings who use these products from any type of hazardous emission, touch, feel, contact of any type, that could cause any type of discomfort to the living beings or cause the depletion of the environments‟ (atmospheres‟) protective layers (See Schedule – VII). All the hardware equipments are to be environmental friendly as these are to be used by students.
NIT: Shivira-Sec/Secondary/CompCell/ICT-II/Tender/09 dtd.18/12/09 Page 28 of 40 Signature & Seal of the Tenderer
(OPTION-III CLIENT-SERVER) (INDEPENDENT DESKTOPS CONNECTED WITH SERVER IN LOCAL AREA NETWORK)
TECHNICAL SPECIFICATIONS
1 Hardware:
A. Desktop Computer (High End)
Make & Model
Offered same (Y/N)
Certification(s) ISO 9001 series manufacturer, MS Windows certified desktop computer, DMI 2.0 Compliance and Support
Specifications Processor: Intel Pentium Dual Core E5300 (2.6 GHz, 2 MB L2 cache) or higher OR AMD Athlon X2 7850+ (2.9 Ghz, 1 MB L2 Cache) or higher Chipset: Intel G31 Chipset or better OR AMD 740G with Radeon 2100 Graphics or NVidia Ge Force 6150 chipset or better RAM: Minimum 2 GB 800 MHz DDR2 RAM with expandability to 4GB Bus Architecture: Integrated Graphics, 2 PCI, 1PCI Express x 1 and 1 PCI Express x 16 Hard Disk: 160GB SATA 2 @ 7200 RPM Optical Drive: DVD RW (16x or higher), Ports: 4 USB Ports (with at least 2 in front), 1 Serial Port, 1 PS/2 Keyboard and 1 PS2 Mouse Port, audio ports for microphone and headphone in front Colour Monitor: 15” wide TFT or higher (TCO‟03/FCC-B/CE/EPA/RoHS certified or equivalent) Ethernet/LAN: Gigabit with RJ45 jack Mouse: Optical with scroll mouse with antistatic pad Speakers: External 300 W PMPO or higher Keyboard: OEM Keyboard, Dust Cover: Quality Dust Cover for CPU, Monitor, Keyboard & Mouse Cabinet: Micro ATX with Front USB Port(s) Internal PCI TV Tuner Card Wireless LAN adapter (USB /Integrated/PCI)
Anti Virus The Anti-Virus Software would be procured by Education Department separately and would be supplied to each school directly. The tenderer would be responsible to install and maintain this software on the desktops at no extra cost in all schools during the entire project period
Operating System
Pre-loaded OEM Operating System (Server Edition). Note: The Operating System (Server Edition) would be procured by Education Department separately and would be supplied to each school directly. The tenderer would be responsible to install and maintain this operating system on the desktops at no extra cost in all schools during the entire project period.
Office Suite The office suite would be procured by Education Department separately and would be supplied to each school directly. The tenderer would be responsible to install and maintain this software on the desktops at no extra cost in all schools during the entire project period.
B. Desktop Computer (Low End)
Make & Model
Offered same (Y/N)
Certification(s) ISO 9001 series manufacturer, MS Windows certified desktop computer, DMI 2.0 Compliance and Support
Specifications
Processor: Intel Atom (1.6 GHZ with 512 KB L2 cache memory and 533 MHZ FSB) OR equivalent AMD CPU or higher Motherboard: Intel 945 GC chipset based OEM Motherboard OR equivalent AMD chipset for AMD Processor RAM: 1GB DDR2 667 MHZ upgradeable to 2GB. Hard Disk Drive: 80 GB Serial ATA HDD.
NIT: Shivira-Sec/Secondary/CompCell/ICT-II/Tender/09 dtd.18/12/09 Page 29 of 40 Signature & Seal of the Tenderer
Bays: 1 X2.5 Inch internal Bay. Ports: 4 USB Ports.1VGA, 1PS/2 port for Keyboard, 1PS/2 port for Mouse and audio output port. Networking facility: 10/100 on board integrated Network Port or higher Energy Efficiency: Less than 70 watts power consumption for the desktop (in case of Atom desktop) OR higher/lower in case of AMD desktop (tenderer to quote best option available) Colour Monitor: 15” wide TFT or higher (TCO‟03/FCC-B/CE/EPA/RoHS certified or equivalent) Mouse: Optical with scroll mouse with antistatic pad Keyboard: OEM Keyboard Dust Cover: Quality Dust Cover for CPU, Monitor, Keyboard & Mouse Wireless LAN Adapter: 802.11 b/g WLAN adapter (USB /Integrated/PCI)
Anti Virus The Anti-Virus Software would be procured by Education Department separately and would be supplied to each school directly. The tenderer would be responsible to install and maintain this software on the desktops at no extra cost in all schools during the entire project period
Operating System
Pre-loaded OEM Operating System. Note: The Operating System would be procured by Education Department separately and would be supplied to each school directly. The tenderer would be responsible to install and maintain this operating system on the desktops at no extra cost in all schools during the entire project period.
Office Suite The office suite would be procured by Education Department separately and would be supplied to each school directly. The tenderer would be responsible to install and maintain this software on the desktops at no extra cost in all schools during the entire project period.
Note: Manufacturers should guarantee that the products being manufactured by them and / or the components being used for the manufacture of such products and / or the facilities being used for the manufacturing of such products conform to the basic parameters which restrict and protect the environment and the living beings who use these products from any type of hazardous emission, touch, feel, contact of any type, that could cause any type of discomfort to the living beings or cause the depletion of the environments‟ (atmospheres‟) protective layers (See Schedule – VII). All the hardware equipments are to be environmental friendly as these are to be used by students.
NIT: Shivira-Sec/Secondary/CompCell/ICT-II/Tender/09 dtd.18/12/09 Page 30 of 40 Signature & Seal of the Tenderer
COMMON HARDWARE
FOR OPTION-I (SHARED COMPUTING N1), OPTION-II (SHARED COMPUTING N2)
and OPTION-III (CLIENT-SERVER) TECHNICAL SPECIFICATIONS
D. Online UPS
Make & Model
Offering Same (Y/N)
MANDATORY CERTIFICATION
Valid Test certificate obtained from any Govt. approved test/certifying agency. ISO 9001 Series Manufacturer
TECHNOLOGY: Microcontroller based IGBT High Frequency Technology. PWM Rectifier with inbuilt APFC & IGBT Charger; INPUT RANGE: 145-270V (on full load); OUTPUT VOLTAGE & WAVEFORM: 220/230 +/- 1% PURE SINE WAVE; I/P & O/P POWER FACTOR: ≥0.98, 0.8; MAINS & BATTERY: Sealed Maintenance Free Battery, MAINS & BATTERY ISOLATION With necessary indicators, alarms and protection; BATTERY MAKE: Exide, Panasonic, Amar Raja, HBL Nife, Sunshine, Global Yuasa, ProStarM, Amco; I/P & O/P Freq.: 50 Hz +/- 10%, 50Hz +/- 0.1%; CREST FACTOR - min. 3:1; THIRD HARMONIC DISTRIBUTION: < 3%; INPUT HARMONIC LEVEL: < 10%; Overall EFFICIENCY: Min. 90% on Full Load; NOISE LEVEL: < 55 db; Cables: With all necessary cables & plug; Over Load Capacity: 105% to130% for 10 min. above 130% for 10 sec. with over voltage cut device; Display type: LCD for input & output parameter; Rack: Suitable metallic rack for housing of SMF batteries
CAPACITY: Based on Option I (Shared Computing N1) or Option II (Shared Computing N2) or III (Client-Server). Tenderer to provide adequate number of UPS for desired power, rating and backup as per the option opted.
BATTERY BACKUP: Minimum 30 minutes on full lab load depending upon the option opted.
E. Generator Set
MAKE & MODEL
Offering Same (Y/N)
Branded Generator Set of ISO 9001/9002 certified, diesel / petrol driven, single phase 220-250v, 50Hz frequency, monthly fuel will be provided by tenderer.
CAPACITY: Based on Option I (Shared Computing N1) or Option II (Shared Computing N2) or III (Client-Server). Tenderer to provide for desired power and backup to run the computer lab & charge the UPS.
No. of Pins: 24 pins, 80 col. ; Print Speed (HSD) @ 10 CPI: 300 cps; Indian Languages Printing: Yes (In-built having Hindi Font Standards); Overall Printer Input buffer: 64KB; MTBF: Minimum 6,000 POH @ 25% duty cycle; Cables: All necessary power & data cables as per requirements and drivers on CD, Dust cover
H. PROJECTOR
Make & Model
Offered Same (Y/N)
Display technology: 3LCD/ DLP Projector; Brightness: Min. 2000 ANSI lumens; Resolution: min. 800x600, SVGA native resolution; Lamp life: Min. 3000 hours; Digital keystone correction; Contrast ratio: Min. 2000:1; Video color signals compatibility: NTSC, PAL, SECAM etc.; Interface: Computer-in & Monitor-out; Wireless remote control: Required; Laser pointer: Required; Menu On Screen Display
NIT: Shivira-Sec/Secondary/CompCell/ICT-II/Tender/09 dtd.18/12/09 Page 31 of 40 Signature & Seal of the Tenderer
(OSD): Preferably in Hindi; Cables: All necessary cables and carrying bag; Screen Type: White Matte Hi-Gain screen wall mounted; Screen Size: 4ft x 6ft
I. WEB CAMERA
Make & Model Offering Same (Y/N)
Type: VGA CMOS webcam; Video capture: Up to 640 x 480 pixels; Still image capture: Up to 640 x 480 pixels; Frame rate: Up to 30 frames per second; 55° diagonal field of view ; 2 MP video memory ; Imaging Feature: Automatic image adjustment with manual overwrite ; Built-in: Microphone; Omni directional microphone; Misc.: USB 2.0 certified, Windows Hardware Quality Labs (WHQL) ; should comply with part 15 of the FCC rules, It may not cause harmful interference; USB Cable, Universal monitor Clip for LCD, CRT, or notebooks; Integrated Software (Complete/ Full with Latest version): One-click video e-mail software, Video broadcasting software, Web album creator software, Dashboard provides access to animated video special effect features and webcam controls; Web camera software etc with guide , Desktop and CRT universal attachment base/ Notebook and LCD universal attachment base.
2 Local Area Networking: The tenderer shall provide Wi-Fi Local Area Networking in each school as per following specifications:
A. WIRELESS ROUTER
MAKE & MODEL Offering Same (Y/N)
STANDARDS : IEEE 802.11 b/g, IEEE 802.3/3u; WIRELESS SIGNAL RATES : Up to 54 Mbps ; SECURITY : WPA-Wi-Fi Protected Access(TKIP,MIC, IV EXPANSION, Shared Key Authentication), 802.1x, 64/128-bit WEP; MODULATION TECHNLOGY :OFDM; Receiver Sensitivity : 54Mbps OFDM, 10% PER,-68 dBm; VPN Pass Through : PPTP,L2TP, IPSec; Device Management : Web Based; Wireless Frequency Range : 2.4GHz to 2.462GHz; Wireless operating range : Indoor-upto 100mtrs, Outdoor- upto 400mtrs;Wireless Transmit Power : 15dBm±2dBm External Antenna Type : Single detachable reverse SMA
B. WIRELESS LAN ADAPTER MAKE & MODEL Offering
Same (Y/N) STANDARDS : IEEE 802.11 b/g ; Bus Type : USB 2.0, PCI, PCMCIA; Transmission Rate : 54,48,36,24,12,9,6 Mbps (auto sense) for 802.11g and 11,5.5,2,1 Mbps ( auto sense) for 802.11b Channel : 1-13 ; Security : 64/128- bits WEP En
3 Internet Broadband Connection (any other connection, other than dial-up, if broadband is not available): Tenderer will provide internet connectivity of minimum 256 Kbps at each lab through a suitable Internet Service Provider (ISP). Monitoring, management and recurring expenses of internet will be in the scope of tenderer. The tenderer will ensure the provision of required modem/router either by itself or through ISP as per his internal arrangements with ISP. This connection should be made available on all the computer systems through proxy/sharing by the tenderer by legal means throughout the contract period. This internet bandwidth would be used for following works among other usages:
Training purpose for the student as part of curriculum
Utilized for data entry / data uploading / online MIS / Asset Reporting Software and reports etc. to be sent at regular interval
The teachers will use Internet available resources and standard software to develop lessons and to integrate ICT tools in the classroom.
4 Latest Software (as per BSER syllabus):
(a) Licensed copies of software required as per the BSER syllabus. (Declaration and list of these softwares along with technical bid should be submitted by the tenderer). Paper licenses can be used for low end PCs to reduce cost. All software should be licensed as understood within the terms of Intellectual Property Rights (IPR). Note: (1) The tenderer shall not supply, install & deploy 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 for both hardware and software. Note: (2) The tenderer will install all the latest Hardware and latest versions of licensed Software. The tenderer will submit all the original software, keys, media and manuals to the Head of Institution to be kept in his custody.
NIT: Shivira-Sec/Secondary/CompCell/ICT-II/Tender/09 dtd.18/12/09 Page 32 of 40 Signature & Seal of the Tenderer
Note: (1) The tenderer shall not supply, install & deploy any item which is declared as end of sale by OEM before date of actual supply. In such case the tenderer shall supply, install & deploy next higher version at no extra cost. Note: (2) The tenderer will install all the latest Hardware and latest versions of licensed Software. The tenderer will submit the original software, media and manuals to the Head of Institution to be kept in his custody.
5 Online Management Information System (MIS) Interactive Software: Tenderer is required to provide web based online MIS system to manage operations in all the schools and also at central level. The Online MIS Software should be able to capture the following: (a) Student related information: Student details like name, roll no, schooling history, lab attendance,
course/training module enrolled, web based tool to monitor student performance through evaluation/examination, curriculum and marks obtained etc.
(b) Computer Instructor related information: Attendance, leave records, training details, lectures delivered etc. (c) Training module feedback: To capture feedback from students, teachers, DEO(S) etc. (d) Infrastructure module: To track uptime and downtime of the lab infrastructure (Desktop, Networking, Internet,
Projector, UPS, Generator etc.) including fault logging mechanism and record of time taken for compliant redressal.
(e) Report generation: Software should be able to generate weekly and monthly reports as required by the Department/GoR from time to time.
(f) The MIS should also capture the payments, checklist, generator usage and issuance & usage of consumables. It should generate quarterly bills along with reports for payment purposes.
(g) The development of MIS software should be completed within 3 months (90 days) from the date of LOI. After completion respective tenderers would make a presentation before the department/Committee for approval/changes. The best software selected would then be replicated across the state at no extra cost by the tenderer.
(h) The tenderer shall use own infrastructure for enabling and executing the Online MIS System at respective Ranges. The final report formats shall be finalized/ provided by Department/RajCOMP.
(i) The tenderer will also have to install, operate and maintain any additional software (in all the schools without any additional cost) to be provided by the Department/GoR/RajCOMP (like Assets Reporting System, any Education Software etc.) during the entire contract period at any given point of time.
6 Consumables: The tenderer shall provide consumables like computer stationery, CD-Rs, printer ribbons or cartridge tapes etc. free of cost as per schedule provided below so that the practical training of students is not hampered in any manner. The tenderer will also provide a CD-RW with jewel case (at least one CD-RW per student per year) to all students. The students will keep record of their final projects, tasks, exercises, presentations etc. on CD and may be asked to submit the same for examinations/inspections, temporarily or permanently by school or departmental authorities. However, the CDs given to students will not be collected back by tenderer for redistribution. (a) Paper – 4 reams of 80 Col. continuous stationary (min. 70 GSM) per year per school, and (b) DMP Printer Cartridge - 5 per year per school, and (c) DMP Printer Ribbon Refill - 5 per year per school, and (d) CD –RW with jewel case for students – One per year per student as described above.
7 Furniture: The tenderer shall provide 10 Computer Tables and 20 Computer Chairs to each school as per specification mentioned below:
A. Computer Table
MAKE & MODEL
Offering Same (Y/N)
600mm x 400mm x 725mm with Sunmica Top/ Polyurethane (PU) Paper lamination having facility for keeping CPU, Monitor and Keyboard (pull out).
B. Computer Chair
MAKE & MODEL
Offering Same (Y/N)
PVC/Plastic moulded without arms rest
C. Printer & Scanner Table
MAKE & MODEL
Offering Same (Y/N)
600mm x 400mm x 725mm with Sunmica Top/PU Paper lamination having facility for keeping DMP Printer & Scanner. The table should have locker (cabinet) to safely keep loose h/w, cables etc.
NIT: Shivira-Sec/Secondary/CompCell/ICT-II/Tender/09 dtd.18/12/09 Page 33 of 40 Signature & Seal of the Tenderer
Note: Sample of Computer table, Computer Chair and Printer & Scanner Table shall be submitted to DD(S) office for approval before supply is made to the school by tenderer.
8 Electrical Fitting:
Electrical Fittings
Make & Model As per specs and actual for connecting 10 nos. of PCs and other electrical fittings in the lab
Through PVC conduit with copper cable for mains feeder including distribution box and socket boxes (6Amp and 16Amp). Feeder provided with Isolators and MCBs.
Earthing: Earthing provided with copper plate, and electrode with copper wire with main switch. The copper plate has been buried at a depth of 4 ft. in the soil, along with required quantity of salt, sand, and charcoal filling, after necessary excavation.
The conditioning of electrical power is the sole responsibility of the tenderer wherever required.
All equipment/appliances/fittings should be ISI/ISO certified.
9 Quantities required in each school (Bill of Material):
Sno Item Name Estimated Qty. per School Office of the Dy. Director
(Secondary) Option-I (Shared
Computing N1)
Option-II (Shared
Computing N2)
Option-III (Client-Server)
1 Hardware:
A. Desktop Computer (High End) 1 1 1 1 (without TV tuner
Card and Wireless
LAN adapter)
B. Desktop Computer (Low End) 3 2 9 --
C. Access Point 6 7 -- --
D. Online UPS As per option opted --
E. Generator Set As per option opted --
F. Scanner 1 --
G. Dot Matrix Printer 24 pin 80
column
1 --
H. Projector 1 --
I. Web Camera 1 --
2 Local Area Networking (Wireless)
A. Wireless Router 1 --
B. Wireless LAN Adapter (with
each desktop)
4
(1 each with
Desktop - High
& Low End)
3
(1 each with
Desktop - High
& Low End)
10
(1 each with
Desktop - High
& Low End)
--
3 Internet As mentioned above --
4 Software As required --
5 Online MIS Interactive
Software
Web based as required
6 Consumables As required --
7 Furniture
A. Computer Table 10 (1 for each PC & Access Point) 1
B. Computer Chair 20 (2 for each PC & Access Point) 1
NIT: Shivira-Sec/Secondary/CompCell/ICT-II/Tender/09 dtd.18/12/09 Page 37 of 40 Signature & Seal of the Tenderer
Schedule – VIII DECLARATION
(to be submitted by the tenderer)
(On Non-judicial Stamp Paper of Rs. 1000, duly attested by the first class Magistrate/Notary public)
I/We declare that I am / we are owner/Partner/Company/____________ having own manufacturing company.
(i) We hereby undertake that all the components / parts/ assembly/ hardware such as Hard disk, CPU, Motherboard, Monitors,
Memory, power equipments, batteries, networking components, printer head etc. mentioned in the bid and supplied shall be
original, new, genuine and as per the said technical specifications from respective OEM(s) of the quoted products. It is also
certified that no refurbished/ duplicate/ second hand components/ parts/assembly/ software are being used or shall be used, as
per the declaration provided by OEM at Schedule VII.
(ii) That our firm has never been blacklisted or debarred from doing business by any Government Department / PSU / Bank in
Rajasthan.
(iii) I/We have not imposed any condition in conflict with the tender condition if it is found it should be treated as withdrawn.
(iv) No Criminal case(s) has been Instituted/Pending against as by Government Department / PSU / Bank in Rajasthan, regarding
any supply, install & deploy and contracts with our firm.
(v) We have never breached any contractual liability to any Government Department / PSU / Bank in Rajasthan.
(vi) We also confirm and understand that we will be the single point of contact for repair of hardware, whether they are from any
OEM. Any issue related with hardware malfunctioning will be taken care by us and will be sole responsibility of ours.
(vii) We will provide a CD containing location wise serial numbers of each desktop being supplied along with the corresponding
unique identification numbers for the major internal components (like HDD, Optical Drive, SMPS, Motherboard and Memory
Module) used in each of the desktops along with full list of serial numbers for the monitors supplied along with TCO‟03/FCC-
B/CE/EPA/RoHS certified or equivalent from the OEM for monitors bearing these serial numbers.
(viii) We will provide web based online MIS system to manage operations in all the schools and also at central level and replicate the
same across the state at no extra cost, if selected.
If this declaration or the declaration by the OEM (as per Schedule VII) is found to be incorrect and we or our OEM is/are found not
complying with the above at any point of time that without prejudice to any other action that may be taken including the forfeiture of
EMD, security deposits and the tender if accepted/ order if given may be cancelled.
Authorized signatory
Name:
Designation:
Schedule – IX
Authorization Certificate to be issued by the manufacturer of the all hardware products in the favour of
Distributor / dealer / channel partner on the company letterhead
This is to certify that M/s ……………. (Name, complete address, city) are our authorized …………. (Distributor / Dealer / Channel partner) for the sale, support and services for the ………. (Name of the product(s) until date …………… (till min. to the contract period)
We also undertake that we would provide extended support for above product(s) for next 5 years i.e. life of this project, from the date of operationalization. We would also provide the support further for a period of minimum of 1 year after the warranty period, for all the spares and parts of the supplied product/products (Signature & seal of the tenderer) Name: Designation:
NIT: Shivira-Sec/Secondary/CompCell/ICT-II/Tender/09 dtd.18/12/09 Page 38 of 40 Signature & Seal of the Tenderer
Schedule – X
PART– B : FINANCIAL BID
(To be sealed in a separate envelope)
PRICE QUOTATION FOR RANGE: ______________________________
Name of the Tenderer : __________________________________________________ Address for Correspondence: __________________________________________________________ I/We hereby submit our Proposal for the supply, installation & deployment of computer hardware, software and connected accessories and provision of CE & ICT services as per the complete Scope of Work and Services (specified below) given in this tender document within the time specified and in accordance with the technical bid, terms & conditions and Scope of Work. The consolidated rate is quoted in the prescribed format given below. I/We declare that we accept the Terms and Conditions as mentioned in this Tender Document. I/We also declare that the Financial Proposal has been submitted without any conditions and strictly as per the conditions of the Tender document and we/I are aware that the Financial Proposal is liable to be rejected if it contains any other conditions or is filled incorrectly/wrongly.
Consolidated Quarterly Rate per School under BOOT Model (in rupees) (including all taxes, duties, levies & and any other charges)
In Figures (INR) In Words
Note: The successful tenderer will notify the Option (Shared Computing N1 or Shared Computing N2 or Client-Server)
opted within 7 days of LOI i.e. before the signing of the Agreement. The tenderer shall not be allowed to change the opted Option, at any point of time, after signing of Agreement.
The agreement will be a composite agreement up to February, 2014. In case, extension is given by GoI for one more year tenderer will have to provide his services for rest of the quarters on 50% cost of contract cost (i.e. finally ordered per school per quarter).
Note: 1. The rate should not be provided as a percentage figure. 2. All rates quoted must be FOR destination. 3. The consolidated rate should include all govt. and any other levies (e.g. Service Tax, VAT, CST etc.) 4. Goods to be purchased are for the purpose of Official/Government use hence octori will not be payable. 5. The tenderer is advised to quote rate in absolute Indian Rupees. 6. The rate quoted will be valid for 120 days from the date of opening of technical bid. The period can be extended
with mutual agreement. 7. No condition will be entertained and conditional tender will be liable to be rejected 8. The tenderer must bid for all the schools in the range(s) irrespective of their location within that range(s). Partial
bidding would disqualify the tenderer. 9. Tenderer may be further required to submit a detailed component wise breakup as and when required. 10. Successful tenderer would be decided based on the price quoted above irrespective of the option going to
be opted by the tenderer. 11. Some of the key services, among others, are as under:
(a) To provide educational services in Government Secondary and Senior Secondary Schools affiliated to The Board of Secondary Education, Rajasthan, Ajmer, (BSER) on Build-Own-Operate-Transfer (BOOT) basis and to impart Computer Education (CE and ICT) to students of classes IX to XII in accordance with the syllabi / curriculum prescribed by the
NIT: Shivira-Sec/Secondary/CompCell/ICT-II/Tender/09 dtd.18/12/09 Page 39 of 40 Signature & Seal of the Tenderer
BSER/Government (Schedule-IV A 1 & 4).
(b) To assist in conduct of examination by the concerned school/ BSER along with their local examination schedules for other subjects. Completing the Computer Education before start of preparation leave for schools / BSER examination in the academic year (Schedule-IV A 5).
(c) To impart computer training to teachers and non-teaching staff in each school as mentioned in the tender document (Schedule-IV A 6).
(d) Class wise periodical tests (both theory & practical) as per syllabus would be conducted every six months by the school staff with the tenderer to check the efficacy of teaching by the instructor appointed by the tenderer. If the pass percentage is less than 50% (in total school) then the instructor would have to be replaced by the tenderer. The paper for said tests would be framed by RajCOMP/Rajasthan Knowledge Corporation Limited (RKCL)/BSER/third party designated by the department (Schedule-IV A 8).
(e) To establish a computer lab at the school with site preparation, electric fittings, earthing and sub meter etc. (Schedule-IV B 18 and Schedule-V Common Hardware 8). The computer lab must have sufficient space for placing 10 computers (including Server), one printer, UPS, Switch etc. and to seat 20 students at a time. Not more than two students should work on a single terminal or one PC i.e. the student to computer ratio would be 2:1. The instructor to student ratio per lab would be 1:20 i.e. on every 20 student‟s one instructor would take the practical. The instructor would take batch wise practical classes as per the time table set by the Head of Institution/School and syllabus prescribed by BSER, Ajmer.
(f) Incidental to above services, equip school with the equipment (Hardware, software, furniture, accessories/materials etc.) as per the minimum technical specifications and quantities prescribed in Schedule-V (either for Option-I or Option-II or Option-III) of this tender document and maintain the same for contract period on Build-Own-Operate-Transfer (BOOT) basis. (Schedule-IV A 2 and Schedule-V).
Allow students/users to operate/share a single PC/Host PC through a Direct PC/Shared Computing PC-Sharing kit (which includes one Full Height PCI Card, Virtualization software, access devices with Speaker Output, PS/2 Mouse and PS/2 Keyboard output. SVGA Monitor output and RJ 45 Connection Port. (All the equipment shall be in accordance with the Technical Specifications, Terms & Conditions and Bill of Material mentioned in various schedules of this tender document).
Each student/user should have 15” wide TFT or higher (TCO‟03/FCC-B/CE/EPA/RoHS certified or equivalent), USB or PS/2 keyboard, USB or PS/2 mouse and CPU/Access Device.
(g) To provide internet facility in each school as prescribed in the tender document (Schedule-V Common Hardware 3).
(h) Provide one computer instructor per school as per qualifications and experience defined in the tender document. The tenderer shall follow rules, regulations and Acts of State/Central governments regarding welfare of employees and labour/persons hired for services/appointed by it and School/Department will not be responsible if the tenderer violates the same. (Schedule-IV B 21). Tenderer has to provide an additional instructor in a school where total strength of classes 9 to 12 is more than 840 students.
(i) Pay electricity bills, fuel for generator and provide other consumables as defined in the tender document (Schedule-IV B 19 and Schedule-V Common Hardware E).
(j) Latest Licensed copies of software required as per the BSER syllabus (Schedule-V Common Hardware 4).
(k) To develop web based online MIS interactive Software having Student related information with a web based tool to monitor student‟s performance, Computer Instructor related information, Training module feedback, Infrastructure module and Report generation. (Schedule-V Common Hardware 5).
(l) The tenderer will have to install, operate and maintain any additional software (in all the schools without any additional cost) to be provided by the Department/GoR/RajCOMP (like Assets Reporting System, any Education Software etc.) during the entire contract period at any given point of time (Schedule-V Common Hardware 5h).
(m) The tenderer shall provide consumables like computer stationery, CD-Rs, printer ribbons or cartridge tapes etc. free of cost as mentioned in the tender document (Schedule-V Common Hardware 6).
(n) To provide monitoring staff at range and district level as per the qualification and experience defined in tender document and set up their working offices at respective locations. (Schedule-IV B 22).
(o) To provide attendance in prescribed format as per prescribed guidelines in tender document.
(p) Any other services defined in tender document/ technical bid, not covered above, shall also be a part of the services for which financial bid is being quoted.