Post on 09-Sep-2014
Request For Proposal (RFP)
For
Biometric Attendance & Computer Aided Learning
System for Ashramshalas, Adarsh Niwasi, Eklavya,
Primary & Upper Primary Schools
Tender Notice: VKY/2007/267/D-SAG
Dated: 25 August, 2008
Commissioner of Tribal Development Department
Government of Gujarat
Birsa Munda Bhavan
Gandhinagar
TDD/2008/BIOMETRICS/001
- 2 -
Table of Contents
List of Abbreviations....................................................................................................................... 7
IMPORTANT INFORMATION........................................................................................................... 8
SECTION I: PREFACE ................................................................................................................... 10
SECTION II: PROJECT PROFILE .................................................................................................. 14
1. About State ............................................................................................................................ 15
2. About Biometric Attendance & Computer Aided Learning System................................... 16
SECTION III: INSTRUCTIONS TO BIDDERS................................................................................. 19
1. Definitions.............................................................................................................................. 20
2. Eligibility Criteria ................................................................................................................... 23
3. Consortium ............................................................................................................................ 24
4. Cost of RFP............................................................................................................................ 25
5. Pre-bid Conference (PBC)..................................................................................................... 25
6. Amendment or Modification of RFP..................................................................................... 26
7. Proposal preparation............................................................................................................. 26
8. Cost of Bidding...................................................................................................................... 29
9. Bid Security (EMD) ................................................................................................................ 29
10. Proposal Submission ........................................................................................................ 30
11. Number of Proposals ........................................................................................................ 31
12. Proposal Prices ................................................................................................................. 31
13. Discounts, Taxes, Levies, etc. .......................................................................................... 32
14. Proposal Validity................................................................................................................ 32
15. Language ........................................................................................................................... 32
16. Late Proposals................................................................................................................... 32
TDD/2008/BIOMETRICS/001
- 3 -
17. Modification & Withdrawl of Proposals............................................................................ 33
18. Right to Accept Proposal .................................................................................................. 33
19. Proposal Forms ................................................................................................................. 33
20. Local Conditions................................................................................................................ 33
21. Contacting the Tenderer ................................................................................................... 34
22. Schedule of Events............................................................................................................ 34
23. Opening of Proposal ......................................................................................................... 35
24. Proposal Evaluation .......................................................................................................... 36
25. Award of Contract.............................................................................................................. 42
26. Confidentiality.................................................................................................................... 43
27. Publicity ............................................................................................................................. 44
28. Insurance ........................................................................................................................... 44
29. Arbitration .......................................................................................................................... 44
30. Buy Back Policy................................................................................................................. 45
31. Sub-Contracting................................................................................................................. 45
32. Termination of RFP............................................................................................................ 45
SECTION IV: PROJECT REQUIREMENTS ................................................................................... 47
1. Scope of Work ....................................................................................................................... 48
2. Application Software Modules.............................................................................................. 49
3. Education Software ............................................................................................................... 51
4. Help Desk............................................................................................................................... 52
5. Project Management Unit (PMU)........................................................................................... 53
SECTION V: SPECIAL CONDITIONS OF CONTRACT ................................................................. 54
1. Roles & Responsibilities of Stakeholders ........................................................................... 55
2. Third Party Monitoring Agency ............................................................................................ 57
3. Site Preparation..................................................................................................................... 57
TDD/2008/BIOMETRICS/001
- 4 -
4. Hardware, Power Backup, Etc. ............................................................................................. 58
5. Standards to be Followed ..................................................................................................... 59
6. Application Software............................................................................................................. 62
7. Acceptance Test .................................................................................................................... 62
8. Performance Guarantee ........................................................................................................ 63
9. Force Majeure ........................................................................................................................ 64
10. Implementation Schedule ................................................................................................. 65
11. SLA Requirement............................................................................................................... 68
12. Penalties............................................................................................................................. 72
13. Penalties for Misuse .......................................................................................................... 75
14. Payment Terms.................................................................................................................. 75
15. Quarterly Guaranteed Payment for System..................................................................... 76
16. Representation & Warranties............................................................................................ 77
17. No Title to Equipment........................................................................................................ 79
18. Approval/Clearances ......................................................................................................... 79
19. Exit Management ............................................................................................................... 79
20. Tenderer’s Event of Default .............................................................................................. 81
21. Maintenance of Equipment ............................................................................................... 81
22. Bankruptcy & Insolvency .................................................................................................. 82
23. IPR, CopyRights, etc. ........................................................................................................ 82
24. Data Rights......................................................................................................................... 83
25. Project Duration................................................................................................................. 84
SECTION VI: ANNEXURE - FORMATS ......................................................................................... 85
Annexure 1 – Covering Letter ...................................................................................................... 86
Annexure 2 – Bidder’s Profile....................................................................................................... 89
Annexure 2A – Consortium Member’s Profile............................................................................. 93
TDD/2008/BIOMETRICS/001
- 5 -
Annexure 3 - Financial Information Summary............................................................................. 97
Annexure 4 – Proposed Solution Architecture ........................................................................... 98
Annexure 4A -Data Collection, Transfer, Storage and Retrieval................................................ 99
Annexure 4B – Biometric Enrollment and Attendance............................................................. 100
Annexure 4C - Application Software Development................................................................... 101
Annexure 4D - Training............................................................................................................... 102
Annexure 4E -Operations and Maintenance.............................................................................. 103
Annexure 4F –Education Software Deployment and Training ................................................. 104
Annexure 4G - Any Other detail ................................................................................................. 105
Annexure 5 - Manufacturer’s Authorization Form..................................................................... 106
Annexure 6 - Firm Experience.................................................................................................... 107
Annexure 7- Composition and Task Assignments Summary .................................................. 108
Annexure 8 - Curriculum Vitae Of Proposed Staff .................................................................... 109
Annexure 9 - Statement of Deviation from Requirement Specification................................... 111
Annexure 10 - Statement of Deviation from Tender Terms and Conditions ........................... 113
Annexure 11 - Un-priced Bill Of Material ................................................................................... 115
Annexure 12 - Proposal letter – Commercial............................................................................. 117
Annexure 13 - Statement of Commercial Deviation .................................................................. 120
Annexure 14 - Commercial Proposal Details............................................................................. 122
Annexure 15 - Bill Of Material..................................................................................................... 124
Annexure 16 - Bank Guarantee Format for EMD....................................................................... 125
Annexure 17: Performance Bank Guarantee Format................................................................ 128
Annexure 18 - Format for Pre-bid Conference Queries / Clarifications................................... 131
SECTION VII: ANNEXURE – INDICATIVE STATISTICS & DATA............................................... 132
Annexure 19 – Details of Primary Ashramshalas (Std.1-7) ...................................................... 133
Annexure 20 – Details of Secondary Ashramshalas (Std. 8-12)............................................... 135
TDD/2008/BIOMETRICS/001
- 6 -
Annexure 21 – Details of Adarsh Niwasi Schools (Std. 8-12)................................................... 137
Annexure 22 – Details of Eklavya Schools (Std. 6-11) .............................................................. 139
Annexure 23 - Offices Of DPA .................................................................................................... 140
Annexure 24 – Offices of DPO.................................................................................................... 141
Annexure 25 – Sample Report.................................................................................................... 142
Annexure 26 – List of Education Software ................................................................................ 143
Annexure 27 – List of Primary & Upper Primary Schools ........................................................ 144
TDD/2008/BIOMETRICS/001
- 7 -
LIST OF ABBREVIATIONS
Abbreviation Detail
BG Bank Guarantee
BOM Bill of Material
BOO Build Own Operate
DHQ District Head Quarter
DPA District Project Administrator
DPO District Project Officer
EMD Earnest Money Deposit
FPS Finger Print Scanner
GoG Government of Gujarat
ICT Information and Communication Technology
O&M Operation and Maintenance
PG Performance Guarantee
PST Peak Service Time
QCBS Quality and Cost Based Selection
RFP Request for Proposal
SHQ State Head Quarter
TPA Third Party Agency
TDD Tribal Development Department
D-SAG Development Support Agency of Gujarat
TDD/2008/BIOMETRICS/001
- 8 -
IMPORTANT INFORMATION
Sale of RFP
document
The tender form can be downloaded from https://www.nprocure.com
between from 25-08-2008 till 30-09-2008 and the non-refundable
tender fees can be deposited at the time of pre-bid conference or on or
before 30-09-08 between 10.00 am to 4.00 pm on all working days.
Non-Refundable
Tender Fees
Rs. 10,000/- (Rupees Ten Thousand only) through Demand Draft from
a Scheduled Commercialized / Nationalized Bank (except Co-operative
Bank), drawn in favour of “Commissioner, Tribal Development
Department”, payable at Gandhinagar.
EMD
Rs. 50,00,000/- (Rupees Fifty Lakhs only) in the form of Demand Draft
/Bank Guarantee in favour of “Commissioner, Tribal Development
Department”, payable at Gandhinagar from a Scheduled
Commercialized / Nationalized Bank (except Co-operative Bank).
Last Date of
Submission of
written queries on
RFP
Bidders have to submit their written clarifications & queries (if any)
related to the RFP in writing before 2:00 P.M. 06-09-2008 in enclosed
format (Annexure 18) at the below mentioned address. The same can
also be sent by email to mehta.sanghmitra@gmail.com. Any
clarification or query received after the due time and date will not be
entertained.
Pre bid conference
At 12:30 P.M. on 09-09-2008
Venue: Secretary’s Chamber,
Tribal Development Department,
Block No. 8, 2nd Floor,
Sachivalaya,
Gandhinagar
TDD/2008/BIOMETRICS/001
- 9 -
Last date for
submission of
Proposal
4:00 P.M. on 30-09-2008
The commercial proposal is to be submitted online in electronic format only as mentioned in the RFP, 4:00 PM on 30-09-08 on the website https:/www.nprocure.com. The hard copies of the Pre-Qualification and Technical Proposal as specified in the RFP can be submitted on or before 4:00 PM, 30-09-08 between at the address mentioned below.
Opening of
Technical Proposal
5:00 P.M. 25-09-2008
Venue: Development Support Agency of Gujarat
Tribal Development Department
Block No. 8, 2nd Floor
Sachivalaya
Gandhinagar
Address for
Correspondence and
Clarifications
Development Support Agency of Gujarat
Tribal Development Department
Block No. 8, 2nd Floor
Sachivalaya
Gandhinagar Tel: +91-79-23257678/79
Fax: +91-79-23252081
Email: mehta.sanghmitra@gmail.com
TDD/2008/BIOMETRICS/001
- 10 -
SECTION I: PREFACE
TDD/2008/BIOMETRICS/001
- 11 -
1. Government of Gujarat (GoG) is committed to leveraging advances in Information and
Communication Technologies (ICT) to improve the quality of services being delivered to
citizens and enhance the pace of overall development of the State through improvement of
Intra-Government and Government – Citizen Interface.
2. Biometric Attendance & Computer Aided Learning System aims to capture the reach of
education services extended to targeted beneficiaries and also improve the learning process
through standard education software for schools. It further aims to ensure transparency and
accountability in processes, coupled with effective monitoring mechanism by generation of
MIS reports.
3. To achieve the above objectives, GoG has decided that it will engage a professional agency
that will supply, install, operate & maintain the envisaged system on an appropriate Public
Private Partnership (PPP) model. In line with the same, GoG through Commissioner, Tribal
Development Department (TDD) has come up with a Request for Proposal (RFP) for
Biometric Attendance & Computer Aided Learning System for Ashramshalas, Adharsh
Niwasi & Eklavya Schools under TDD and Primary and Upper Primary Schools under
Education Department. Bidder has to quote for the implementation and management of the
system on Build, Own, Operate (BOO) model for duration of 5 (five) years, in accordance
with the various provisions of this RFP document.
4. The Bidder(s) will be selected on Quality and Cost Based Selection (QCBS) basis. D-SAG,
TDD will select a minimum of 2 ( two) and a maximum of 3 (three) bidders based on the
hierarchy of the “Best Quote” obtained from different bidders. However, D-SAG, TDD
reserves the right to negotiate on the Quote given by the bidders. Subsequently, the Bidders
offering the “Best Quote” will be declared as Successful Bidders. The D-SAG, TDD also
reserves the right to decide on the number of vendors to be selected and the zones/districts
to be awarded to each vendor.
5. The Biometric Attendance & Computer Aided Learning System is to be implemented across
various schools in 11 (eleven) districts of Gujarat state. There are 486 (four hundred and
eighty six) Ashramshalas, 31 (thirty one) Adharsh Niwasi Schools & 10 (ten) Eklavya
Schools under TDD in 39 talukas of 11 (eleven) districts. Further, there are 8136 (eight
TDD/2008/BIOMETRICS/001
- 12 -
thousand one hundred thirty six) Primary & Upper Primary Schools under Education
Department in the same 39 (thirty nine) talukas of 11 (eleven) districts. It is to be emphasized
here that GoG is looking at this engagement as a set of complete services to be provided by
the selected agency and not as a supply of hardware & software. To that end the
specifications laid out in this RFP are indicated as the minimum requirement whereas the
bidders are expected to focus on the objectives of this project and formulate their solution
offerings in a manner that enables achieving those objectives both in letter as well as spirit.
6. D-SAG, TDD, GoG has been entrusted for selection of Service Provider and monitoring of
the Project. D-SAG, TDD, GoG now invites sealed technical and commercial proposals from
eligible Bidders for selection as bidder, to implement and operate the Biometric Attendance &
Computer Aided Learning System in 11 (eleven) districts of Gujarat. The bidder shall be
selected as per the procedures described in this Request for Proposal (RFP). The last date
for submitting the Technical and Commercial Proposal is 25-09-2008, latest by 4:00 PM.
7. Bidders who wish to participate in this selection process will have to register on
https://www.nprocure.com. Further participating Bidders will have to procure Digital
Certificate as per Information Technology Act 2000 using which they can sign their electronic
commercial proposals. Bidders can procure the same from (n) Code Solutions – a division of
GNFC Limited, or from any other agency licensed by Controller of Certifying Authority,
Government of India. Bidders who already have a Digital Certificate need not procure a new
digital certificate.
8. Bidder shall submit the commercial proposal online only. The Pre-Qualification Proposal and
the Technical Proposal and other documents as described in the RFP have to be submitted
physically before the last date of proposal submission as mentioned in the RFP.
9. A Pre-Bid Conference would be held on 09-09-2008 at 12:30 PM in the office of –
D-SAG
Tribal Development Department
Block No. 8, 2nd Floor,
Sachivalaya
Gandhinagar
TDD/2008/BIOMETRICS/001
- 13 -
10. Bidders are requested to submit their queries or clarifications regarding the RFP in the
format provided (Annexure 18) only, latest by 2:00 P.M. on 06-09-2008. Any queries
received after the specified date & time will not be entertained. Only those queries that are
submitted in writing and in the format provided will be taken up for discussion in the pre-bid
conference.
11. The authorized representative of the bidder should sign all the communication including a
copy of this RFP. The Bidder should submit the copy of RFP, duly signed on each page by
the authorized signatory, along with the Pre-Qualification Proposal. The commercial proposal
is to be signed electronically while submission. The pre-qualification and technical proposal
has to be signed on each page by the authorized signatory.
TDD/2008/BIOMETRICS/001
- 14 -
SECTION II: PROJECT PROFILE
TDD/2008/BIOMETRICS/001
- 15 -
ABOUT STATE
The State of Gujarat came into existence as a separate State on 1st May 1960. The State is situated
on the west coast of India between 20-6' N to 24-42' N North latitude and 68-10'E to 74-28'E East
longitude. It is bounded by the Arabian Sea in the West, by the States of Rajasthan in the North and
North-East, by Madhya Pradesh in the East and by Maharashtra in the South and South East.
The State has an international boundary and has a common border with the Pakistan at the north-
western fringe. The two deserts, one north of Kachchh and the other between Kachchh and the
mainland Gujarat are saline wastes.
The State has a long coast-line of about 1600 kms. which is the longest among the States of
country. For the purpose of administration, Gujarat State at present comprises of 25 districts, sub-
divided into 226 talukas, having 18618 villages and 242 towns. Gujarat has geographical area of
1.96 lakh sq.kms. and accounts for 6.19 percent of the total area of the country.
TDD/2008/BIOMETRICS/001
- 16 -
According to the provisional results of Population Census 2001, the population of Gujarat as on 1st
March 2001, stood at 5.06 Crores, including the estimated population of earthquake affected areas.
The decadal growth rate of the decade 1991-2001 has increased in comparison to 1981-1991 from
21.19 percent to 22.48 percent.
The density of Gujarat is 258 persons per sq.km. in 2001. The literacy rate in the State (excluding
children in the age group 0-6 years) has increased from 61.29 per cent in 1991 to 69.97 per cent in
2001. About 37.67 per cent population of Gujarat resides in urban areas (Excluding earthquake
affected areas). Out of the total population of 483.87 Lakhs in the state (excluding the earthquake
affected areas), 203.7 Lakhs (42.10 per cent) are workers and 280.2 Lakhs (57.90 per cent) are
non-workers. According to the provisional results of population census 2001, the total number of
households is 96.44 Lakhs.
The state has a substantial tribal population concentrated mainly in the eastern part of the state. The
State’s TDD looks after the welfare of the tribal population across the state. The department has
been focused on improving the education level of the people in tribal areas and has thereby
established several schools in tribal areas. The department also provides financial assistance to
different societies who run schools in the tribal areas. The financial assistance provided is based on
the number of students enrolled in schools. In its continuing effort to improve upon the conditions of
education system in tribal areas, the department has proposed the project of biometric attendance
and computer aided learning system.
ABOUT BIOMETRIC ATTENDANCE & COMPUTER AIDED LEARNING
SYSTEM
Biometric Attendance system seeks to use ICT in monitoring the attendance of teachers,
administrative staff and students at various schools being supported or run by Tribal Development &
Education Departments. It is aimed to create transparency and accountability so as to make
education in schools more efficient and effective.
Computer Aided Learning system aims to employ the same infrastructure to improve the learning
process of students by using standard education software relevant to different classes of school.
TDD/2008/BIOMETRICS/001
- 17 -
Objective of Project
• Use of biometrics technology to capture attendance of teachers, administrative staff and
students.
• Use of computerized application as primary mode of attendance recording and replacement
of manual records.
• Collect, record and generate a centralized database of all teachers, administrative staff and
students enrolled in various schools which can be organized on the basis of name, category,
class, gender, caste, etc.
• Creation of Biometrics based attendance capturing system.
• To generate MIS at district and state level.
• To create a standard education software library at district level for different classes
• Use of education software to improve the learning process of students by employing a
monthly rotational deployment of software at each school.
Requirement of TDD
The scope of work has been designed in consonance with the requirements of TDD & Education
Department. The scope of work has been finalized after several rounds of discussion between
various stakeholders of the project.
The biometric based attendance and computer aided learning project of Government of Gujarat
would have the following scope of work -
• Design, Development, Implementation and Maintenance of the application software.
• Supply of robust equipment, which are resistant to damages from heat, dust, moisture, rough
handling and poor storage conditions.
• Collection of information related to teachers, administrative staff & students like fingerprints,
photograph, name, gender, caste/category, etc. and entry of records.
• Installation, commissioning & maintenance of hardware including computers, fingerprint
reading devices, etc. at various locations for capturing attendance.
TDD/2008/BIOMETRICS/001
- 18 -
• Establishment and maintenance of network connectivity at all project locations.
• Collection & transfer of data from various locations to DPA/DPO Office (district level) and
further to state headquarters.
• Creation of education software library in each district.
• Monthly rotational deployment of education software at schools.
• MIS generation at District Head Quarter (DHQ) and State Head Quarter (SHQ) level.
• Updation of database as and when required.
• Training (including capacity building) of various stakeholders.
• Deployment of manpower for operations & maintenance for a period of 5 (five) years.
Broad Outcomes of Project and Deliverables
• Application Software and hardware for Biometric Attendance system for Schools in 11
(eleven) districts of Gujarat.
• Biometric enrollment (including collection, entry and validation of data) of all
teachers/administrative staff and students from individual schools and generation of a
centralized Database at SHQ.
• Education software library at each district.
• Training of users, trial runs and MIS customization as per the project requirements
Conclusion
GoG through D-SAG, TDD has come out with Request for Proposal for Biometric Attendance &
Computer Aided Learning System implementation in 11 (eleven) districts of the State. As the
magnitude of the project is enormous and the project time lines will be strict; hence, it is imperative
that only those who have previous experience of executing similar projects and have necessary
capacity (expertise, technical, and financial) should try to submit their proposal for the project.
TDD/2008/BIOMETRICS/001
- 19 -
SECTION III: INSTRUCTIONS TO
BIDDERS
TDD/2008/BIOMETRICS/001
- 20 -
1. DEFINITIONS
In this document, the following terms shall have following respective meanings-
“Acceptance Test Document” means a mutually agreed document, which defines procedures for
testing the “Biometric Attendance System Application” against requirements laid down in the RFP.
“Affiliate” shall mean any holding company or subsidiary company of a part to the Agreement or
any company, which is subsidiary of such a holding company. The expressions “holding company”
and “subsidiary company” shall have the meaning specified in section 4 of the Companies Act 1956
(as amended from time to time).
“Agreement” means the Agreement to be signed between the successful bidder and D-SAG, TDD,
GoG including all attachments, appendices, all documents incorporated by reference thereto
together with any subsequent modifications, the RFP, the bid offer, the acceptance and all related
correspondences, clarifications, presentations.
“Authorized Representative” shall mean any person authorized by either of the parties.
“Bidder” means any firm or group of firms (called consortium) offering the solution(s), service(s)
and /or materials required in the RFP. The word Bidder when used in the pre-award period shall be
synonymous with Bidder, and when used after award of the Contract shall mean the successful
Bidder with whom D-SAG, TDD, GoG signs the agreement for rendering of services for Biometric
Attendance and Computer Aided Learning System.
“BOO” model means Build, Own and Operate. It is a financial model for financing PPP Projects.
“D-SAG, TDD”” means the Nodal agency responsible for monitoring schools under tribal areas on
behalf of GoG.
TDD/2008/BIOMETRICS/001
- 21 -
“Contract” is used synonymously with Agreement.
“Corrupt Practice” means the offering, giving, receiving or soliciting of any thing of value to
influence the action of an official in the process of Contract execution.
“Default Notice” shall mean the written notice of default of the agreement issued by one party to
the other in terms hereof.
“DHQ” means District Head Quarter, an administrative unit of State.
“Director, Sarva Sikhsa Abhiyaan” means the Nodal agency responsible for monitoring schools
on behalf of GoG.
“Law” shall mean any Act, notification, bye law, rules and regulations, directive, ordinance, order or
instruction having the force of law enacted or issued by the Central Government and/ or by GoG or
any other Government or regulatory authority or political subdivision of government agency.
“LOI” means issuing of Letter of Intent, which shall constitute the intention of the Tenderer to place
the Purchase Order with the successful bidder.
“Partial Acceptance Test (PAT)” means In other words, Partial Acceptance test means a
provisional acceptance testing for completion of a complete section/module/ component of the
System.
“Party” means GoG or Bidder, individually and “Parties” mean GoG and Bidder, collectively.
“Period of Agreement” means 5 (five) years from the date of issue of LoI.
“PPP” means Public Private Partnership
TDD/2008/BIOMETRICS/001
- 22 -
“Proposal” means the Technical Proposal and Commercial Proposal, i.e., complete proposal for
the Biometric Attendance and Computer Aided Learning System.
“Project Location” means any of the schools, DPO/DPA office, DHQ, SHQ or any other location as
deemed necessary for installation and running of Biometric Attendance and Computer Aided
Learning System.
“Request for Proposal (RFP)” means the detailed notification seeking a set of solution(s),
services(s), materials and/or any combination of them.
“Requirements” shall mean and include schedules, details, description, statement of technical
data, performance characteristics and standards (Indian & International) as applicable and specified
in the RFP.
“Sub-Contracting” means any person to whom any part of work under the agreement is sub-
contracted by the Bidder
“Service” means provision of contracted service viz., operation, maintenance and associated
services for Biometric Attendance and Computer Aided Learning System as per this RFP.
“Service Down Time” (SDT) means the time period when specified services with specified
technical and operational requirements as mentioned in this document are not available to TDD. The
services shall be operational on all days of a year and 24-hours/ day with in the uptime specified in
the Service Level Agreement (SLA). The services and applications are considered as operational
when all equipments and software application at all tiers/ levels are working, providing all/ specified
services as mentioned in full capacity at all locations in Biometric Attendance and Computer Aided
Learning System framework.
“SHQ” means State Head Quarter, an administrative unit of State.
“Tenderer” means the authority who has issued the tender; in the present context Biometric
Attendance and Computer Aided Learning System Tender has been issued by Commissioner, TDD,
TDD/2008/BIOMETRICS/001
- 23 -
GoG.
“Termination Notice” means the written notice of termination of the Agreement issued by one
Party to the other in terms hereof.
“Third Party Agency” means any agency other than the successful bidder, appointed by D-SAG,
TDD for monitoring Biometric Attendance and Computer Aided Learning System during
commissioning and operation.
“Transaction Site” means the location where the attendance of teachers, administrative staff and
students will be captured.
“Uptime” means the time period when specified services with specified technical and service
standards as mentioned in this RFP are available to GoG. The uptime will be calculated as follows:
Total time in a quarter (in minutes) less total Service Down time (in minutes) in the quarter.
“%Uptime” means ratio of ‘up time’ (in minutes) of Biometric Attendance and Computer Aided
Learning System, in a quarter to Total time in the quarter (in minutes) multiplied by 100 (hundred).
“Unit” means 1 (one) PC/Desktop with a Finger Print Scanner attached to it on a USB/COM port.
2. ELIGIBILITY CRITERIA
The eligibility criteria for the bidding for the Project is as follows-
• Individual Companies registered in India under Companies Act 1956 for at least 5 (five)
years from the date of issuance of this RFP are eligible.
• Consortiums are allowed. The consortium should not comprise of more than 3 (three)
partners and at least 1 (one) of them should be registered in India under Companies Act
1956 for at least 5 (five) years from the date of issuance of this RFP. The consortium
conditions are further explained in Clause 3 of this Section.
TDD/2008/BIOMETRICS/001
- 24 -
• Company or one Consortium Partner should be an OEM or authorized agent or
channel/business partner in India for Biometrics based Solution/Products. In case of
authorized agent or channel/business partner, authorization and its period of validity as on
the date of tender submission should be duly certified by the principal. Authorized agents or
channel/business partners must enclose the authorization of the manufacturer to quote
against this specific tender.
• Company or Prime/Lead Consortium partner should have an average annual turnover of Rs.
50,00,00,000/- (Rupees Fifty Crores only) and should have positive net worth over the last
3 (three) financial years.
• Company or at least 1 (one) Consortium Partner should have implemented at least (one)
multi-location biometric based attendance/identification project of at least Rs. 50,00,000/-
(Rupees Fifty Lakhs only) value, in past 3 (three) years.
• Company or at least 1 (one) Consortium Partner should have an office in Gujarat or should
be ready to open up an office in Gujarat within 1 (one) month of the award of contract.
• Banned or Blacklisted Companies by Government Institutions in India will not be eligible to
participate. An undertaking to this effect, signed by authorized signatory, has to be submitted
3. CONSORTIUM
The following criteria has to be met by a consortium submitting proposal against this RFP –
1. A consortium can have a maximum of 3 (three) partners and one of the members will be
nominated as the Lead Partner and others will be referred as Operating Partners.
2. All the consortium members should enter into a Memorandum of Understanding (MoU) not prior
to the date of release of this RFP. The MoU should clearly define the roles and responsibilities of
each consortium member and state that the members of the consortium shall be liable jointly and
severally for the implementation of the project in accordance with the terms of the agreement. An
original copy of the MoU on Rs. 100/- (Rupees One Hundred Only) stamp paper has to be
submitted along with EMD and Tender fees.
TDD/2008/BIOMETRICS/001
- 25 -
3. The authorized signatories of the consortium members should execute a Power of Attorney to
nominate one person of the Lead Partner as an authorized signatory of the consortium. All
authorized signatories of consortium members should submit Board Resolutions by their
respective entities in order to support their authorization to sign the document.
4. The authorized signatory should sign all communications including the proposal and it shall be
binding on all the consortium members. For online submission the Digital Certificate of Lead
Partner shall be required to submit the bid.
5. Every consortium member shall furnish an undertaking on the letter head of their respective
companies stating that they have read and understood the entire tender document and agree
with all the terms and conditions stated in the RFP.
6. A consortium member cannot participate as a member of any other consortium or apply in its
individual capacity for this Project.
7. The composition of consortium shall not be changed during bidding or period of contract
including implementation and operation of this project. However, in exceptional cases, the bidder
can request D-SAG, TDD, in writing, with detailed explanation of change in consortium and only
after approval by Commissioner, TDD such changes will be effective.
4. COST OF RFP
The cost of RFP document is Rs. 10,000 (Ten Thousand only). The document can be downloaded
from https:\\www.nprocure.com between 25-08-2008 and 30-09-2008. The bidder has to submit the
non-refundable tender fees through a Demand Draft in favour of Chief Executive Officer,
Development Support Agency of Gujarat (D-SAG), payable at Gandhinagar, on or before 4:00
PM, 30-09-2008.
5. PRE-BID CONFERENCE (PBC)
Tenderer shall hold a pre-bid conference (PBC) after uploading the RFP document as per schedule
TDD/2008/BIOMETRICS/001
- 26 -
mentioned in this RFP. In this PBC, Tenderer would address the clarifications sought by the bidders
with reference to the RFP and the project. The bidders would be required to submit their queries to
the “D-SAG, TDD in writing (fax/post/e-mail) to be received on or before 2:00 PM, 06-09-2008.
Queries not submitted within this deadline may not be taken up at the PBC. Queries should be
submitted in the enclosed format only (Annexure18)
Bidders who have purchased the RFP document are welcome to attend the PBC, even if they do not
have any specific queries. Only a maximum of 2 (two) representatives of one organization will be
allowed to attend pre-bid conference.
Tenderer reserves the right to 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.
6. AMENDMENT OR MODIFICATION OF RFP
At any time prior to the deadline of submission of proposals, the Tenderer, for any reason, whether
its own initiative or in response to clarification request by a prospective bidder, modify the RFP. The
Tenderer also reserves the right to change any bid condition including technical specifications even
after inviting the proposals with/without prior notification.
The amendments in any of the terms and conditions including technical specifications of this RFP
document shall be published on website and will be binding on them.
The Tenderer, in order to allow prospective bidders reasonable time to take into consideration the
amendments in their bid preparation process, may extend the last date of bid submission at its
discretion.
7. PROPOSAL PREPARATION
Bidder is expected to examine all instructions, forms, terms and requirements in the RFP document
and prepare the proposal accordingly. Failure to furnish all information required by the RFP
TDD/2008/BIOMETRICS/001
- 27 -
document or submission of a Proposal not substantially responsive to the RFP document in every
respect may result in the rejection of Proposal. The proposals should be submitted/uploaded in 3
(three) parts as mentioned hereunder -
A. Pre-Qualification Proposal
a. A copy of RFP, duly signed on each page by the authorized signatory.
b. Covering letter on the bidder’s letter-head (Annexure 1)
• Certifying that the period of validity of bid is 180 (one hundred and eighty) days from
the last date of submission of proposal, and
• Asserting that the bidder is quoting for all the items (including services) mentioned in
the tender.
c. EMD in the form of a Bank Guarantee or demand draft issued by a Scheduled
Commercialised / Nationalized Bank (except Co-operative bank), in favour of Chief
Executive Officer, Development Support Agency of Gujarat, payable at
Gandhinagar. (Annexure 16)
d. Tender Fees in the form of demand draft or Proof of submission of tender fees.
e. A registered Power-of-Attorney granting the person signing the proposal the right to bind the
bidder as the ‘Constituted Attorney of the Directorate’.
f. In case of consortium, the relevant Agreement in original between consortium partners
g. Profile of bidder/consortium partners (Annexure 2 & 2A)
h. Certificate of Incorporation
i. Audited annual financial results (balance sheet and profit & loss statement) of the
bidder/consortium partners for the last three financial years. (Annexure 3)
j. Quality certification in delivery of services sought under this RFP, from an internationally
recognized/reputed agency, e.g. ISO 9001 : 2000
k. Manufacturer’s authorization form(s) (Annexure 5)
l. Solvency Certificate/ Letter of Comfort to fund the project from bank
m. Permanent Account Number (PAN) from Income Tax authorities of area of operation of the
bidder
n. Service Tax and Sales Tax Details
TDD/2008/BIOMETRICS/001
- 28 -
B. Technical Proposal
Proposal particulars
Client Reference list (using equipment/services similar to project requirement). (Annexure 6)
Proposed Solution Architecture, Technical & Functional Solution, details of equipment and
services offered (Annexure 4)
Un-priced Bill of Material (BOM) (Annexure 11)
Qualification and Deployment Schedule of the staff proposed for the project (Annexure 7 ) and
CVs of Key persons to be engaged in the Project (Annexure 8)
Statement of deviation from requirement specifications (Annexure 9)
Statement of deviation from tender terms and conditions (Annexure 10)
Schedule of delivery (along with Annexure 4)
Warranty
Any other document as required in the RFP
C. Commercial Proposal
Proposal letter (Annexure 12)
Bid particulars including priced Bill of Material (BOM) (Annexure 15)
Statement of commercial deviation (Annexure 13)
Quarterly Guaranteed Payment (Annexure 14)
The Documents related to Section A & B are to be submitted in hard copies only on or before 4:00
PM, 30-09-08. The section C is to be uploaded online on the website www.nprocure.com before
4:00 PM on 30-09-08 only.
Bidders should enclose with their offers details of all equipments (including make & model) and
services offered with full documentation and descriptive literature supplementing the description and
point out any special feature of the equipment and services. All documentation is required to be in
English. Any offer without complete details of equipments (including make & model) will not be
considered.
TDD/2008/BIOMETRICS/001
- 29 -
8. COST OF BIDDING
The Bidder shall bear all costs associated with the preparation and submission of its Proposal,
including the cost of presentation for the purposes of clarification of proposal, if so desired by the
Tenderer. The Tenderer will in no case be responsible or liable for those costs, regardless of the
conduct or outcome of the bid process.
9. BID SECURITY (EMD)
a. The bidder shall furnish a bid security (EMD) of Rs. 50,00,000/- (Rs. Fifty Lakhs only).
b. The Bid Security (EMD) shall be in Indian rupees (INR) and shall be in form of a Bank
Guarantee / Demand Draft, issued by a Scheduled Commercialised / Nationalized Bank
(except Co-operative bank) in India, in favour of “Chief Executive Officer,
Development Support Agency of Gujarat”. The template of bank guarantee is
provided in Annexure 16.
c. The EMD shall be valid for at least 180 (one hundred and eighty) days from the date of
submission of proposal. No interest shall be payable on Bid Security under any
circumstance.
d. Unsuccessful Bidder’s Bid security shall be discharged or returned within 60 (sixty) days
of expiration of the period of proposal validity prescribed by the Tenderer.
e. The successful Bidder’s EMD shall be discharged upon the signing of agreement by the
Bidder.
f. The Bid security will be forfeited at the discretion of Tenderer on account of one or more
of the following reasons-
i. The Bidder withdraws its Proposal during the period of proposal validity
ii. Bidder does not respond to requests for clarification of its proposal
iii. Bidder fails to co-operate in the Proposal evaluation process
iv. In case of a successful Bidder, the said Bidder fails-
TDD/2008/BIOMETRICS/001
- 30 -
to furnish Performance Guarantee in time; or
to sign the Agreement in time
10. PROPOSAL SUBMISSION
a. The proposals submitted should have all pages numbered. It should also have an index
giving page wise information of documents. Proposal that are incomplete or not in prescribed
format will be summarily rejected.
b. The Bidder shall prepare one commercial proposal in soft copy and upload the same on the
website https://www.nprocure.com after digitally signing the same.
c. The Commercial Proposal should be named as “Commercial Proposal from <<Company
Name>>”.
d. No Commercial Proposal will be considered unless it has been digitally signed.
e. Commercial offer submitted in physical form, will not be accepted.
f. The Bidder shall submit one hard copy and one soft copy of in CD (in Microsoft Word format)
of pre-qualification and technical proposals as described below-
Pre-qualification Proposal - hard copy separately, clearly marking “Pre-qualification
Proposal – Tender No: _____________” and soft copy on CD clearly marking
“Pre-qualification Proposal (Soft Copy) - Tender No: _____________”.
Technical Proposal - hard copy separately, clearly marking “Technical Proposal –
Tender No: _____________” and soft copy on CD clearly marking “Technical
Proposal (Soft Copy) – Tender No: _____________””.
g. Prices should not be indicated in the Technical Proposal.
h. All the columns of the quotation form shall be duly, properly and exhaustively filled in. The
rates and units shall not be overwritten. Rates shall always be both in the figures and words.
i. The proposals have to be submitted in four parts, viz.,
Envelope – 1: Containing EMD, Demand Draft for Tender Fees or proof of Tender
fees, power of attorney, consortium agreement in original (if any) and one
signed copy of RFP and one hard and one soft copy of Pre-Qualification
Proposal, superscribed as “Pre-Qualification Proposal - Tender No:
_____________”.
TDD/2008/BIOMETRICS/001
- 31 -
Envelope – 2: Containing Technical Proposal containing one hard copy and one
soft copy of detailed Technical Proposal superscribed as “Technical Proposal -
Tender No: _____________”.
Envelope – 3: Both of the above sealed envelopes should again be placed in a
single sealed envelope, superscribed as “Response to Biometric Attendance &
Computer Aided Learning System for Ashramshalas, Adarsh Niwasi, Eklavya,
Primary & Upper Primary Schools - Tender No: _____________ Bid from:
____________ NOT TO BE OPENED BEFORE <<date & time of bid opening>>”
Document - 1: Commercial Proposal Document containing Price Schedule
superscribed as “Commercial Proposal - Tender No: _____________from
<<Company Name>>”.
11. NUMBER OF PROPOSALS
Every entity, whether an individual company or a consortium, is allowed to submit only one proposal
against this RFP. Any individual company or a member of consortium who submits or participates in
more than one proposal will be disqualified and the consortium of which the participant is a member
shall also be disqualified.
12. PROPOSAL PRICES
The Commercial Proposal as prescribed should be filled up and converted into one single
document named as “Commercial Proposal – Tender No: _________ from <<Company
Name>>”. The commercial bid should be uploaded before the last date of proposal
submission.
The prices quoted by the bidder shall be in sufficient detail to enable the Tenderer to arrive at the
price of equipment/system offered.
The tenders not submitted as specified above will be summarily rejected.
If any or all of the information asked in the RFP are not available in the Commercial Proposal the
proposal is liable for rejection.
TDD/2008/BIOMETRICS/001
- 32 -
13. DISCOUNTS, TAXES, LEVIES, ETC.
The Bidders are informed that discount, if any, should be merged with the quoted prices. Discount of
any type, indicated separately, will not be taken into account for evaluation purposes.
The Bidders should also take into account all taxes, levies, etc. The price quoted should be inclusive
of all taxes, levies, etc. Taxes, levies, etc. of any type, indicated separately, will not be taken into
account for evaluation purposes.
14. PROPOSAL VALIDITY
The proposals shall remain valid for a period of 180 (one hundred and eighty) days from the last
date of submission of tender. If required, the Tenderer may ask the bidders to extend the proposal
validity in writing. Proposals of the bidders who do not agree to extend the validity of proposal will be
rejected and EMD will be forfeited. A bidder granting the request for extension of proposal validity
will not be allowed to modify its proposal or put any condition for extending the proposal validity.
15. LANGUAGE
All Proposals, correspondence and documents related to proposals, shall be written in the English
language. Supporting documents and printed literature furnished by the Bidder may be in another
language, provided they are accompanied by an accurate translation of the relevant passages in
English language.
16. LATE PROPOSALS
The bidder will not be able to submit the proposals online after final submission date and time. The
physical document of proposal, as described in RFP, received by the Tenderer after final submission
date and time of proposal prescribed in the RFP document will not be considered and the entire
proposal will be rejected. The EMD of such proposals will be returned to the Bidder.
TDD/2008/BIOMETRICS/001
- 33 -
17. MODIFICATION & WITHDRAWL OF PROPOSALS
The Bidder is not allowed to modify its proposal subsequent to the final submission of proposals.
The Bidders cannot withdraw the proposal during the period between the last date for receipt of
proposals and the expiry of proposal validity period specified in the RFP. A withdrawal of proposal
during proposal validity period may result in the forfeiture of its EMD from the Bidder.
18. RIGHT TO ACCEPT PROPOSAL
The Tenderer reserves the right to accept or reject any or all Proposals at any time prior to award of
contract, without thereby incurring any liability to the affected bidder(s) or any obligation to inform
the affected bidder(s) of the grounds of such decision.
19. PROPOSAL FORMS
Wherever a specific form is prescribed in the RFP document, the Bidder shall use the form to
provide relevant information. If the form does not provide space for any required information, space
at the end of the form or additional sheets shall be used to convey the said information.
For all other cases, the Bidder shall design a form to hold the required information. The Tenderer
shall not be bound by any printed conditions or provisions in the Proposal Forms designed by the
bidder.
20. LOCAL CONDITIONS
Each Bidder is expected to get fully acquainted with the local conditions and factors, Such as
historical, geographical, social, political, legal, administrative, and/or infrastructure etc., which would
have any effect on the performance of the contract and /or the cost.
TDD/2008/BIOMETRICS/001
- 34 -
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
Tenderer shall not entertain any request for clarification from the Bidder regarding such local
conditions.
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 Tenderer. Neither
any change in the time schedule of the contract nor any financial adjustments arising thereof shall
be permitted by the Tenderer on account of failure of the Bidder to know the local laws / conditions.
The Bidder is expected to visit and examine the location of State offices and its surroundings and
obtain all information that may be necessary for preparing the bid at their own interest and cost.
21. CONTACTING THE TENDERER
Any effort by a Bidder influencing the Tenderer’s bid evaluation, bid comparison or contract award
decisions may result in rejection of proposal.
Bidder shall not approach TDD officers or any concerned official after office hours and/ or out side
TDD office premises, from the time of proposal opening till the time of award of Contract.
22. SCHEDULE OF EVENTS
Sr. No. Events Date
1 Date of Uploading of RFP Document 25-08-2008
2 Availability of RFP Document for download From 25-08-08 to 24-09-2008
3 Last date for submission of queries 2:00 PM, 06-09-2008
TDD/2008/BIOMETRICS/001
- 35 -
4 Pre-bid Conference 12:30 PM, 09-09-2008
5 Last date and time of Uploading of Commercial Proposal
4:00 PM, 30-09-2008
6 Last date and time of Proposal Submission in hard copy
4:00 PM, 30-09-2008
7 Date and time of opening of Technical Proposal 4:00 PM, 30-09-2008
8 Declaration of Technical Evaluation Results To be announced later
9 Date of opening of the Commercial Proposal To be announced later
10 Date of Issuance of LOI To be announced later
11 Contract Agreement Signing And Commencement of Project
To be announced later
23. OPENING OF PROPOSAL
The Evaluation Committee or its authorized representative will open the tenders. Sequence of
opening shall be as follows-
Pre-Qualification Proposal
Technical Proposal
Commercial Proposal
The Proposals shall be opened as per the specified date and time in the RFP in the presence of
bidders representatives who intend to attend at their cost. The bidders’ representatives who are
present shall sign a register evidencing their attendance. In the absence of the bidder(s), the tender
committee may choose to open the proposals as per the prescribed schedule.
First, the envelope containing Pre-qualification Proposal will be opened and evaluated followed by
the technical proposal. The Proposals will be evaluated for being substantially responsive. The
proposals will be treated as “not substantially responsive” in case of following events-
TDD/2008/BIOMETRICS/001
- 36 -
� Envelopes / documents not submitted as prescribed and in time
� Proposal is not signed, sealed or page numbered as stipulated
� Tender Fees or proof of Tender fees not deposited
� No or Improper Bid Security (EMD)
� Is not accompanied by Power of Attorney
� Does not have MoU in original, in case of consortium
� Does not contain all the information as required and prescribed in RFP
� Does not meet the qualifying criterion
� Any other irregularity that disqualifies the bid
In all such cases, the proposals will be treated as not responsive and even the technical proposals
will not be evaluated. The technical proposals of the only substantially responsive proposals will be
evaluated. Following the evaluation of proposals for being “substantially responsive” the technical
evaluation of the proposal will be carried out. During the technical evaluation the responses provided
in pre-qualification proposal and technical proposal will be evaluated out of 100 (one hundred)
marks. The bidder should qualify during technical evaluation by scoring minimum 75 (seventy five)
marks for the criteria defined and should have furnished all the documents in the prescribed manner.
Once the technical evaluation is complete the commercial proposals of technically qualified bidders
would be opened using the buyer’s private digital key in presence of authorized representatives of
technically qualified bidders.
24. PROPOSAL EVALUATION
An evaluation committee so constituted by Commissioner, TDD, GoG, will evaluate the proposals.
The proposals will be evaluated on QCBS basis. The Proposals will be ranked according to their
combined technical (St) and commercial (Sf) scores using the weights (T = the weight given to the
Technical Proposal = 75%; P = the weight given to the Financial Proposal = 25%; T + P = 100%)
using the formula -
S = St x T% + Sf x P%
This evaluation procedure reflects the high importance attached to quality and competence. Please
TDD/2008/BIOMETRICS/001
- 37 -
note that the Client is not bound in any manner to select any of the firms submitting proposals or to
select the firm offering the lower price.
The firm achieving the highest combined technical and commercial score (S) will get the highest
rank, followed by others. The firm obtaining the highest number of points will be invited for contract
negotiations, with a view to clarify any outstanding points, to finalize technical and financial
arrangements and, in case of successful negotiations, to sign a Contract Agreement. Bidders
Submitting Proposals should clearly understand that any or all parts of their proposals are liable to
be part of the negotiation procedure and that key personnel to be employed on the assignment may
be called for interview.
Since the magnitude of work is high, TDD will invite other bidders also to match the prices with
lowest bidder so that more bidders could be deployed at various places.
First, the evaluation of technical proposal will be done. The technical proposal will be evaluated out
of 100 (One hundred) marks. The bidder will have to score at least 75 (Seventy Five) marks (St >=
75 marks) to be declared as technically qualified.
The Tenderer may conduct clarification meetings with each or any bidder to discuss any matters,
technical or otherwise. Further, the scope of the evaluation committee also covers taking of any
decision with regard to the RFP, execution/ implementation of the project including management
period. Proposals shall be evaluated as per the following steps.
Evaluation of Technical Proposal: A detailed evaluation of the proposals shall be carried out in
order to determine whether the bidders are competent enough and whether the bidder’s Proposal
technically qualifies to the requirements set forth in the RFP. Proposals received would be assigned
scores based on the parameters defined in the table below-
Criteria, Sub-criteria, and Point System for the Evaluation of Technical Proposals
S. No Criteria / Sub-
criteria Description – Aim / Response expected from
Bidder Maximum Marks
TDD/2008/BIOMETRICS/001
- 38 -
1.0 Organization Capability
Aim: To assess the capability to undertake the Project
52
1.1 Human Resources Strength
Aim: To examine the Bidder’s Resource Base and assess its quality. Points would be awarded based on the quality and size of the resource base
Criteria: Documents and Certificates showing experience and volume of manpower in different profiles like management level, software development team, hardware deployment team, data entry operators & data collection team profile
5
1.2 Number of years of experience
Aim: To assess the Experience base of the Organization
Criteria: The Certificate of first project executed by the organization as prime contractor in a joint venture/consortium or individual capacity. The organization can submit certificates of subsequent projects taken up on a joint venture/ consortium/individual basis as well
4
1.3
Quality Certification such as SEI –CMM / ISO 9000, certificates, etc.
Aim: To give credit to Bidder with quality certifications.
Criteria: the Number of internationally Accepted and renowned quality certifications with the organization/ all consortium partners (provided it corresponds to the scope of work defined for the respective partner in the MoU signed between the consortium partners) will be considered
4
1.4 Bank’s certificate of solvency/ Letter of Comfort
Aim: To assess the financial back up the organization has from the Institution Financial Market
Criteria: Submission of a Relevant Document
2
1.5 Organization’s
Financial Strength
Aim: To gauge the financial strength of the Bidder and its ability to raise funds for the project.
Bidders having Turnover (in Crores) from
50 >=Turnover<= 75 - 1 marks
75 >Turnover<= 100 – 2 marks
100 >Turnover<= 150 – 3 marks
150 >Turnover<= 200 – 4 marks
Above 200 – 5 marks
In case of consortium aggregate turnover will be
5
TDD/2008/BIOMETRICS/001
- 39 -
considered. All turnovers are to be expressed in INR.
1.6 Previous Experience Aim: To Assess the relevant experience base of the organization to execute the Project
25
1.6.1 Experience in Data Collection
Aim: To assess the data collection experience of the bidder by examining the volume and nature of data collected and experience of same for number of years
Criteria: Submission of Completion certificate for completed collection of citizen Data from the client
5
1.6.2 Software Application Development
Aim: To examine the experience of the Bidder in field of Software Development
Criteria: Submission of relevant copy of Purchase order/ completion or Successful Deployment Certificate
5
1.6.3 Project Management
Aim: To examine the experience of the Bidder in field of Project Management of PPP (BOOT/BOO/LMT/any other PPP model) projects
Criteria: Submission of relevant copy of Purchase order/ completion or Successful Deployment Certificate
5
1.6.4 Biometrics
Aim: To assess the experience of the Bidder in the area of Biometrics projects.
Criteria: Submission of relevant copy of Purchase order/ completion or Successful Deployment Certificate
5
1.6.5 MIS Software
Aim: To assess the experience of the Bidder in the Area of MIS software development
Criteria: Submission of relevant copy of Purchase order/ completion or Successful Deployment Certificate
5
1.7
Security Design & Deployment and Operations Capability
Aim: To gauge the capabilities of the Bidder with respect to security features in the various relevant products (software/hardware/other products)
Criteria: Submission of relevant copy of Purchase order/ completion or Successful Deployment Certificate
5
1.8 Capacity Building / Change
Aim: To assess the experience of the Bidder in capacity building/change management in
2
TDD/2008/BIOMETRICS/001
- 40 -
Management experience
government projects
Criteria: Submission of relevant copy of Purchase order/ Successful Completion Certificate
2 Proposed Technical Solution 48
2.1
Solution Description - Understanding of Design, Implementation, Operation, and Maintenance of various parameters
Aim: To Assess the technological and managerial understanding and capacity of the Bidder to successfully execute the Project
Criteria: Details of -
Technical Architecture
People Architecture
Resources Architecture
Implementation Strategy and Timelines
33
2.1.1 Data Collection, Data entry and Storage
Aim: To assess the Bidders’ understanding of the requirements and proposed solution for Data collection.
Criteria: Details of -
Technical Architecture
People Architecture
Resources Architecture
Deployment strategy
Implementation Methodology and Time lines
6
2.1.2 Application Software
Aim: To assess the Bidders’ understanding of the requirements and proposed solution on Biometrics Attendance Application Software and its different modules
Criteria: Complete technical Software solution Architecture. Time lines for development of the complete software application and each of the modules. Interoperability and Scalability Provision for each module as well as complete Package. International standards followed
7
2.1.3 Hardware
Aim: To assess the Bidder’s capability of provide and support quality hardware
Criteria:
Technical Specifications of Hardware
Make and Model of Hardware
4
TDD/2008/BIOMETRICS/001
- 41 -
Implementation Methodology and Time lines
2.1.4 Biometrics
Aim: To assess the Bidder’s capability of providing Biometric solution
Criteria:
Complete technical details of Biometrics
Security features & International Standards followed
Implementation Methodology and Time lines
6
2.1.5 Training & Operations
Aim: To assess the Bidders’ understanding of the requirements related to training and operations and proposed solution
Criteria: Methodology proposed and human resource deployment along with time lines
6
2.1.6 Education Software
Aim: To assess the Bidders’ understanding of the requirements related to education software deployment, training and operations.
Criteria:
Complete details of Education Software to be deployed along with number of licenses.
Implementation Methodology and Time lines.
4
2.2
Technical presentation before technical evaluation Team
Aim: To Assess the Complete solution proposed by the bidder in the RFP Bid through direct interaction and queries
Criteria: The answers given by the Solution provider to the Technical Evaluation Committee.
15
Note:
� Minimum Qualifying Mark to get selected for Opening of Commercial Bid is 75
(Seventy Five) Marks out of Total 100 (Hundred) Marks in the Technical Proposal
� Documentary Proof should be either P.O./ Agreement/Completion Certificates,
detailing Scope of Work, Timelines etc.
� Solution Proposed should have design, development and deployment details with
Technical aspects.
TDD/2008/BIOMETRICS/001
- 42 -
The technical scores of the bidder against each criteria would be totaled up, and thereafter the
technical scores of all the bidders would be listed in decreasing order.
Any proposal achieving a Total Technical Score (St) less than 75 (seventy five) Marks will be treated
as “Not Technically Qualifying the Requirements” and will not be considered further. Only the
technically qualified bidders will be informed for opening of the commercial proposal.
Evaluation of Commercial Proposal: The commercial proposals will be opened only for the
bidders with score of 75 (seventy five) marks and above on the parameter defined above. The
lowest evaluated Commercial Bid (Fm) will be given the maximum commercial score (Sf) of 100
(one hundred) points. The commercial scores (Sf) of the other Commercial Proposals will be
computed as per the formula – Sf = 100 x Fm/F, in which Sf is the commercial score, Fm is the
lowest commercial quote and F is the commercial quote under consideration.
Terms and Condition:
� Conditional proposals shall be summarily rejected.
� Evaluation committee will examine the proposals to determine whether they are complete
and in order and if there are any computational errors.
� Arithmetical errors will be rectified on the following basis: If there is a discrepancy between
the unit price and the total price that is obtained by multiplying the unit price and quantity, the
unit price shall prevail and the total price shall be corrected. If the Bidder does not accept the
correction of errors, its proposal will be rejected. If there is a discrepancy between words and
figures, the amount in words will prevail.
� If there is a missing quotation for any item then the price of that component/ equipment/
services shall be put from the quotations of other bidder who has quoted highest price for
that component/equipment/ services.
� The Bidder has to abide by the decisions of the committee and Commissioner, TDD, GoG.
25. AWARD OF CONTRACT
The Tenderer reserves the right to ask for a technical elaboration/clarification in any form from the
Bidder on the already submitted Technical Proposal at any point of time before opening of the
TDD/2008/BIOMETRICS/001
- 43 -
Commercial Proposal. The Bidder shall furnish the required information to the Tenderer and its
appointed representative on the date asked for, at no cost to the Tenderer. The Tenderer or its
representative or a party authorized on its behalf may at its discretion, visit the office / project site /
installation etc., of the Bidder for Services, any time before the issue of Letter of Award.
The Tenderer shall notify those Bidders who had qualified the Evaluation process as described in
this RFP, informing the date and time set for opening of Commercial Proposals. The notification may
be sent by mail or fax or published on official website.
Bidder's names, Bid Prices, total amount of each bid, and such other details as the Tendering
Authority may consider appropriate, will be announced and recorded by the Tenderer at the
opening.
The entire order shall be split into a maximum of three highest ranked vendors. All 11
(eleven) districts will be divided in to 3 (three) zones with at least 3 (three) districts in each
zone. A vendor will be awarded at least 1 (one) zone, if selected. The decision regarding the
number of vendors to be selected for implementation of project will lie with D-SAG, TDD.
26. CONFIDENTIALITY
As used herein, the term “Confidential Information” means any information, including information
created by or for the other party, whether written or oral, which relates to internal controls, computer
or data processing programs, algorithms, electronic data processing applications, routines,
subroutines, techniques or systems, or information concerning the business or financial affairs and
methods of operation or proposed methods of operation, accounts, transactions, proposed
transactions or security procedures of either party or any of its affiliates, or any client of either party,
except such information which is in the public domain at the time of its disclosure or thereafter
enters the public domain other than as a result of a breach of duty on the part of the party receiving
such information. It is the express intent of the parties that all the business process and methods
used by the Bidder in rendering the services hereunder are the Confidential Information of the
Bidder.
The Bidder shall keep confidential any information related to this tender with the same degree of
care as it would treat its own confidential information. The Bidders shall note that the confidential
TDD/2008/BIOMETRICS/001
- 44 -
information will be used only for the purposes of this tender and shall not be disclosed to any third
party for any reason whatsoever.
At all times during the performance of the Services, the Bidder shall abide by all applicable security
rules, policies, standards, guidelines and procedures. The Bidder should note that before any of its
employee or assignee is given access to the Confidential Information, each such employee and
assignees shall agree to be bound by the term of this tender and such rules, policies, standards,
guidelines and procedures by its employees or agents.
The Bidder should not disclose to any other party and keep confidential the terms and conditions of
this Contract agreement, any amendment hereof, and any Attachment or Annexure hereof. The
obligations of confidentiality under this section shall survive rejection of the contract.
27. PUBLICITY
Any publicity by the bidder in which the name of TDD, Education Department or schools is to be
used, should be done only with the explicit written permission from Commissioner, TDD.
Commissioner, TDD, on behalf of GoG, will hold all Copyrights and Intellectual Proprietary Rights
created out of this Project.
28. INSURANCE
The equipment and services supplied under the contract shall be fully insured by the bidder against
loss or damage incidental to manufacture or acquisition, transportation, storage, delivery and
installation. The period of insurance shall be for the entire project duration of 5 (five) years from the
date of acceptance of supplies by Commissioner, TDD.
The Insurance cover should take care of natural calamities like earth quake, floods, accidental fire
and also manmade calamities like riots, insurgency attacks etc.
29. ARBITRATION
TDD/2008/BIOMETRICS/001
- 45 -
No case shall be filed on the terms and conditions of the RFP Document. No case shall be filed on
the rights and prerogatives reserved by the GoG or Commissioner, TDD.
State and the selected bidder(s) shall make every effort to resolve amicably by direct informal
negotiation any disagreement or dispute arising between them under or in connection with the
Contract.
If, after 30 (thirty) days from the commencement of such informal negotiations, Commissioner, TDD,
GoG and the selected Bidder have been unable to amicably resolve dispute, either party may
require that the dispute be referred for resolution to the formal mechanisms, which may include, but
are not restricted to, conciliation mediated by a third party acceptable to both, or in accordance with
the Arbitration and Conciliation Act, 1996.
All Arbitration proceedings shall be held at Gandhinagar and the language of the arbitration
proceedings and that of all documents and communications between the parties shall be in English.
30. BUY BACK POLICY
In case of new services incorporation or termination of any existing services, any of the deployed
project components may have to be discarded or replaced. In such situation the vendor will take
away the project components. GoG shall not buy back any project component deployed by the
vendor.
31. SUB-CONTRACTING
Bidders are not allowed to give part of work on sub-contract to other persons/entities who are not a
part of the original bidding process.
32. TERMINATION OF RFP
TDD/2008/BIOMETRICS/001
- 46 -
Commissioner, TDD also reserves right to Terminate/Cancel RFP at any time or stage of Bid without
giving any reasons. In such case of termination, the EMD shall be returned to the bidder. However,
the RFP document fee shall remain non-refundable.
TDD/2008/BIOMETRICS/001
- 47 -
SECTION IV: PROJECT
REQUIREMENTS
TDD/2008/BIOMETRICS/001
- 48 -
1. SCOPE OF WORK
The scope of work has been designed in consonance with the requirements of TDD. The scope
work has been finalized after several rounds of discussion between various stakeholders of the
project.
The biometric attendance project of TDD of GoG would have the following scope of work –
• Design, Development, Implementation and Maintenance of the application software.
• Supply of robust equipment, which are resistant to damages from heat, dust, moisture, rough
handling and poor storage conditions.
• Collection of information related to teachers, administrative staff & students like fingerprints,
photograph, etc. and entry of records.
• Installation, Commissioning & Maintenance of hardware including computers, fingerprint
reading devices, etc. at various locations for capturing attendance.
• Establishment & Maintenance of network connectivity at all schools, DHQ and SHQ level.
• Collection & Transfer of data from various locations to DPA/DPO Office (district level) and
further to state headquarters.
• Creation of education software library in each district.
• Monthly Rotational Deployment of education software at schools.
• MIS generation at District Head Quarter and State Head Quarter level.
• Updation of database as and when required.
• Training (including capacity building) of various stakeholders.
• Deployment of manpower for operations & maintenance for a period of 5 (five) years.
TDD/2008/BIOMETRICS/001
- 49 -
2. APPLICATION SOFTWARE MODULES
The Application software to be implemented in this project should be a single, modular and multi-
user supporting application. It should be cost effective, scalable, secure and user friendly. The
Application Software should at least have the following modules –
A. Enrollment Module – This shall allow enrollment of users including teachers, admininstrative
staff and students. The enrollment module should also be able to capture fingerprints of the
users. The master data for all the teachers and students will be created at individual school
level and the correctness of the data entered will be the responsibility of vendor. Collection of
at least following data-
i. Name
ii. Father/ Husband’s name
iii. Address
iv. Age
v. Gender
vi. Caste/Category
vii. Identification Mark
viii. Photograph
ix. Educational qualification/ Class; as applicable
x. Fingerprint; as applicable (4 fingerprints to be captured)
xi. Any other information as required
The enrollment for students will be done in the beginning of school session every year. This
enrollment will be done for all the students, irrespective of being enrolled earlier in the
system. After that, students joining in mid-session shall be enrolled every month when the
vendor personnel visit the school for deployment of education software. The enrollment of
teachers/administrative staff will be done once. However, in case of any new joinee the
enrollment will be done as in the case of students.
TDD/2008/BIOMETRICS/001
- 50 -
B. Transaction Module – This module shall allow the users to mark their attendance at
individual locations using fingerprint scanner. There will be generally more than one PC with
an attached fingerprint scanner to mark the attendance. However, it will be the responsibility
of the vendor to ensure that no duplicate attendance is being captured. The attendance will
be captured twice a day, once in morning and once in evening or when the school ends.
C. Data Storage & Transfer Module – The attendance marked every day will be stored in the
system. The attendance will be transferred at the end of every day to DHQ and SHQ level.
This module shall enable the storage & transfer of data as desired. It should also enable
collation of data as required at each level. The master database will have to be maintained at
the SHQ level and each individual location will have the relevant set of database. Any
updation (addition/deletion/modification) should be immediately reflected at all levels. The
responsibility of data transfer and connectivity will be of the bidder.
D. Reporting/MIS Module – The DHQ & SHQ will be interested in having information related to
attendance of various users in different formats. This module shall enable generation of
various reports as required by TDD at various levels. It should be able to generate standard
as well as Ad-hoc reports. The bidders should specifically mention what all reports can be
provided by their application software.
E. Fingerprint Management Module – This will involve the following:
� Fingerprint Capturing
� Hot listing of fingerprints
� Fingerprints will be stored both in raw and template format and updation of
records will be done on as and when required basis
The bidders are free to offer any other module to make application software a Complete and
Comprehensive System.
Special Conditions Related to Application Software:
The Application software should lock the system clock. The system clock can only be changed
after biometric authentication of both principal/supervisor and vendor personnel.
TDD/2008/BIOMETRICS/001
- 51 -
The database of the application at each location should also be locked and should only be
editable after biometric authentication of both principal/supervisor and vendor personnel.
Any kind of above mentioned changes should also be recorded in the database and be
transferred to the higher levels for reporting purposes.
The system should allow manual entry of attendance in case of exceptions. However, the
manual entry should only be done by the vendor personnel. Any manual entry of attendance
will be recorded separately in the database and will have to be approved by the respective
DPO/DPA before being accepted and accounted for reporting purposes.
The vendor personnel visiting the site shall also mark their ‘in’ and ‘out’ attendance using
biometric system.
The system should also record the rejections during attendance marking process for reporting
purposes.
There should be a clear audio visual signal to denote the success and failure of attendance
marking process.
The centralized database will be hosted at the data centre of state or NIC. The raw images of
fingerprints will be maintained only at the central server.
The Bidder will be required to modify the software from time to time as per the requirements of
TDD.
The formats of reports will be finalized at the time of system study.
3. EDUCATION SOFTWARE
The vendor will have to provide licensed education software for all classes. An indicative list of
education software to be provided is given in Annexure 27. The license has to be taken in the name
of Commissioner, TDD, GoG.
The vendor will keep licensed copies of each software at district level. There should be 2 (two)
licensed software available at a given point in time at each school. The vendor should provide
comprehensive list of educational software that shall be provided along with the price and number of
licensed copies that will be purchased and provided to the Tenderer. The vendor will have to take a
formal approval of the list of education software that can be deployed from the Tenderer before
actually creating the library.
TDD/2008/BIOMETRICS/001
- 52 -
The vendor will deploy personnel who will install the software at each school on a rotational basis.
The software installed at one school will be run for a month and on the next visit of the vendor
personnel will be uninstalled. The vendor will install new software which will run for another month
and will install the previously installed software at some other school. The vendor will also train the
school official as to how to use the newly installed software, if there is any such requirement. The
vendor will also ensure that at single point of time there are not more than 2 (two) copies of the
same software running in any school.
Besides this, a number of education software are available with the education department which
shall be provided to the vendor for deployment in the schools. The vendor will not be charged
anything for the software. However, the list of software provided by the education department will
not be counted while calculating the number of licenses for education software.
4. HELP DESK
The vendor will have to setup a technical support unit (helpdesk) in each district. This helpdesk will
be established in either DPO or DPA office and shall become the part of DHQ. The role of the
technical support unit will be as follows-
• Install and Maintain the hardware at each location in the district
• Install and maintain software at each location including the education software
• Collect and transfer data from each location to the required offices
• Carry out monthly enrollments as and when required
• Provide support and troubleshoot any hardware/software problem at any location
• Maintain backup inventory of the required hardware deployed by the vendor
• Generate Reports as per the requirement
In order to carry out the above activities, a web based application software shall be designed,
developed and deployed by the vendor which can record and report the above the activities. This
software will at least have the following –
• Personnel Information Module
• Preventive Maintenance Module
TDD/2008/BIOMETRICS/001
- 53 -
• Inventory Management Module
• Repair & Troubleshooting Module
• Report Generation Module
The manpower deployed at every help desk centre will be as follows-
• One Project Leader (preferably MCA) who has at least 10 (ten) years of experience in
managing IT projects.
• One hardware engineer who has at least 5 (five) years of experience in hardware
maintenance.
• One software engineer who has at least 5 (five) years of experience working as a support
engineer for software projects.
• IT Support staff who has diploma in computers and will be responsible for field activities.
There should be at least one IT Support staff on every 25 (twenty- five) schools in each
district.
5. PROJECT MANAGEMENT UNIT (PMU)
The Project Management Unit (PMU) would be established at a centralized location in Gandhinagar
and will become part of SHQ. The PMU would be responsible for monitoring of the entire project and
will have representatives of DSAG, TDD, Education Department, Consultant, Vendor and Third
Party, if any. The PMU will be connected to all help desk and also to the central server. It will also
have the web base application interface which shall allow monitoring of help desks and the entire
system.
The space for the PMU will be provided by TDD. However, the necessary infrastructure including
power backup, air conditioning, furniture, hardware and software will be deployed by the vendor.
The application software for the PMU will be developed by the highest ranked vendor and the other
selected vendors will co-operate for the development of the software for PMU.
TDD/2008/BIOMETRICS/001
- 54 -
SECTION V: SPECIAL CONDITIONS
OF CONTRACT
TDD/2008/BIOMETRICS/001
- 55 -
The following clauses shall supplement the Instructions to Bidders.
1. ROLES & RESPONSIBILITIES OF STAKEHOLDERS
Responsibility Matrix
The following shall describe the roles & responsibilities of various stake holders in this project.
Tribal Development Department
• Finalization of RFP for the Selection of Service Provider for Project
• Tender Process for the Selection of Service Provider
• Approval for Appointment of Service Provider
• Providing space for Site Preparation and other necessary clearances
• Application Software (Acceptance)
• Acceptance Tests (Partial & Final)
• Field Inspection and Verification of Acceptance Tests
• Witness of Trial Run
• Monitoring & Supervision
• Verification of the Status Report
• Apex Committee Review of Project
• Periodical Auditing of Application
Education Department
• Finalization of RFP for the Selection of Service Provider for Project
• Providing space for Site Preparation and other necessary clearances
• Field Inspection and Verification of Acceptance Tests
• Acceptance Tests (Partial & Final)
• Witness of Trial Run
• Verification of the Status Report
• Apex Committee Review of Project
TDD/2008/BIOMETRICS/001
- 56 -
Consultant
• Preparation of RFP for the Selection of Service Provider for Project
• Assistance in Tender Process for the Selection of Service Provider
• Field Inspection and Verification of Acceptance Tests
• Witness of Trial Run
• Centralized Monitoring & Supervision of Operations
• Verification of the Status Report
• Apex Committee Review of Project
• Periodical Auditing of Application
• Submission of the Audited Report of Application
Bidder/Operator
• Design & Development of Application Software
• Data Collection, Entry & Validation
• Site Preparation
• Application Software (Testing & Acceptance)
• Installation & Commissioning of the system
• Training
• Trial Run
• Witness of Trial Run
• Operation, Management and Maintenance of the System
• Centralized Monitoring Station
• Periodical Generation of Project Status Reports & Field Visits
• Periodical Auditing of Application
• Submission of the Audited Report of Application as advised by Consultant
TDD/2008/BIOMETRICS/001
- 57 -
2. THIRD PARTY MONITORING AGENCY
Commissioner, TDD shall appoint a Third Party Agency, which shall monitor the Project during
implementation, commissioning and operation. The Third Party Agency shall also conduct the Partial
and Final Acceptance Test as per the technical requirement of the Agreement and shall issue the
Certificate of Completion. Third Party Agency shall verify the services as mentioned in Section IV
proposed by the bidder in Annexure 4 (Technical Proposal). The bidder shall cooperate with such
Third Party Agency. Third Party Agency will be responsible for verification, validation of all invoices
under the terms & conditions of the Agreement and will recommend on the eligible payment. Third
party agency will be responsible for performance audit and will recommend release of payments due
to service provider. The charges for Third Party Monitoring Agency will be borne by GoG.
3. SITE PREPARATION
As per implementation plan, Commissioner, TDD shall arrange the necessary minimum space for
installing computers and other hardware at schools, DPO/DPA offices and SHQ. It shall also provide
space for warehouse for stationing FPS and other backup hardware. The necessary site preparation
will be done by the vendor. The space cannot be used for any purpose other than for the intended
and assigned one, as mentioned in Section IV and as contracted under the Agreement.
Commissioner, TDD shall arrange for necessary clearances, which shall enable the Bidder to
undertake civil, electrical, and mechanical works including false ceiling, partitioning, installation of air
conditioning equipment, cable laying etc. It is suggested that vendor should take into account
placement of table, chair, etc. only at school level rather than considering establishment of complete
infrastructure.
The entry and exit to site for Bidder’s equipment and personnel shall be in accordance with Security
Rules and Regulations that may apply to the Government Campus where the site is located.
For undertaking Data Collection at each school, successful bidder/Consortium is advised to first visit
the school and make necessary arrangements to enable them to collect data related to users. It is
suggested that the successful bidder/Consortium can employ mobile vans for data collection.
TDD/2008/BIOMETRICS/001
- 58 -
4. HARDWARE, POWER BACKUP, ETC.
The vendor will arrange for all hardware and licensed software required for the execution of the
project. All the hardware to be provided should be of the brands of international repute.
The vendor will have to install at least two computers in each school along with FPS, i.e., 2 (two)
units at least. The vendor should make necessary arrangement of hardware such that the total time
taken for recording of attendance for the entire school should not be more than 15 (fifteen) minutes.
One PC with an attached FPS, i.e., one unit will be installed for every 60 (sixty) users in a school.
The minimum specifications for computers are - PIV Core Duo 2.4 GHz, 15” Colour Monitor, 512 MB
RAM, 120 GB hard disk, 4 USB ports, multimedia keyboard, optical mouse, built in speakers,
Windows XP and MS Office. The software licenses are to be purchased in the name of
Commissioner, Tribal Development Department.
The vendor will also have to provide for the following minimum hardware –
S. No. Location Server Computers FPS
1 DPO -- 2 1
2 DPA 1 5 2
3 PMU 1 10 2
Similarly, the vendor will also install the servers in the data centre of the state or NIC. The vendor
will also arrange for network connectivity between all the schools, DPO, DPA, SHQ and central
server.
The minimum specifications for servers is – Intel Dual Core X 5260 Proc, 4 GB RAM, 2X146 GB,
15K RPM SAS HDD, 2x HBA Card, DRAC, 8x DVD-R, with licensed Operating System.
The vendor will also make arrangements for power backup, etc. It is suggested that the vendor
should provide for UPS at each location such that it can provide at least 1 (one) hour backup for the
TDD/2008/BIOMETRICS/001
- 59 -
entire setup at that location.
TDD has computers installed in Ashramshalas, Adarsh Niwasi and Eklavya schools which will be
provided to the vendor for installation of systems. Similarly, education department has installed
computers in Upper Primary schools which shall also be provided to the vendor. In such locations,
the vendor will have to install other hardware and software as required for operating & maintaining
the system.
Commissioner, TDD can also purchase the computers and provide it to the vendor for operations
and maintenance, if the vendor desires so. In such case, the vendor will have to provide for detailed
specifications of the computers required. However, in every case TDD will consider the government
procurement prices as the benchmark for the computers being installed while calculating
depreciation of them. The maintenance of entire hardware involved in the system for a period of five
years will be the responsibility of the vendor.
5. STANDARDS TO BE FOLLOWED
Preference for Open standards
The system must be designed following open standards, to the extent feasible and in line with
overall system requirements set out in this RFP, in order to provide for good interoperability with
multiple platforms and avoid any technology or technology provider lock-in.
Compliance with Industry Standards
In addition to above, the proposed solution has to be based on and compliant with industry
standards (their latest versions as on date) wherever applicable. This will apply to all the aspects of
solution including but not limited to design, development, security, installation, and testing. There are
many standards that are indicated throughout this volume as well as summarized below. However
the list below is just for reference and is not to be treated as exhaustive-
Photograph JPEG (minimum resolution of 640 x 480 pixels)
Scanned documents TIFF (Resolution of 600 X 600 dpi)
TDD/2008/BIOMETRICS/001
- 60 -
Finger print � ANSI – 378
� ISO/IEC 19794-4:2005, Biometric Data Interchange Formats – Part 4: Finger Image Data.
Project Documentation IEEE/ISO specifications for documentation
Specifications for Biometric (Fingerprint) module
A biometric shall include Plain Impressions of the data collected from a minimum of 4 (four) fingers.
The left and right index fingers shall normally be designated as the primary and secondary finger,
respectively. However if those fingers cannot be imaged, the primary and secondary designations
shall be taken from the other fingers, in the decreasing order of priority.
Selection of fingers collected shall be in the following order-
1. Left Fore (Index)
2. Right Fore (Index)
3. Left Thumb
4. Right Thumb
5. Left Middle
6. Right Middle
7. Left Ring
8. Right Ring
9. Left Little
10. Right Little
If an individual is missing the selected finger or the fingerprint image quality is poor, the next finger
in this order shall be used. Where usable finger images are not available, this shall be noted in the
record describing the hand configuration.
Electronic images must be of sufficient quality to allow for-
� conclusive fingerprint comparisons (verification);
� automatic feature detection;
There are two factors in collecting quality finger images: the collection device performance and the
actual quality of each image collection in terms of repeatability and consistency needed for
successful matching processes.
TDD/2008/BIOMETRICS/001
- 61 -
Finger images of sufficiently good quality should generate records that are “sufficiently similar” for all
compliant equipment and algorithms. This is essential to the underlying goal of interoperability.
Testing for this requirement may consist of encoding and formatting of data from a test set of sample
images.
Finger Image Collection Device
Finger live-scan collection devices shall conform to the specification sets for performance standards
on finger image scanners for resolution, geometric image accuracy, modulation transfer function,
signal-to-noise ratio, Gray-scale range, Gray-scale linearity, and grey scale uniformity. The minimum
specifications are as follows –
� Finger Capture Device: Optical Sensor Based
� Resolution: Minimum 500 DPI Image
� Interface to Host: USB/Com Port
� Supported Operating System: Windows XP/ Linux
� Supported development tool: Active-X (VB), Java Beans for finger image capture &
Verification
� SDK: Development tool should give facility to store image in any industry standard neutral
format without any data loss.
The finger image collection device should not be susceptible to rural and/or school environment (like
water, dirt, chalk, etc.) as regards to image capturing performance. It should also take into account
the different ways (especially in case of children) of finger placement and its pressure on the image
collection device so that good quality of image is captured.
NOTE: The algorithm used should be made available to GoG through Commissioner, TDD. The
biometric standard used should have interoperability with respect to standard industry practices.
Digital Photograph
The data will also include photograph of students taken in digital form so as to be fed into Database.
The format for digital photograph should be any of industries open standard and the device &
application should be available at least with three manufacturers. The vendor will have to provide
proof for the same.
TDD/2008/BIOMETRICS/001
- 62 -
6. APPLICATION SOFTWARE
� The proprietary of the application software shall be transferred to GoG (including Source
Code, Design Documents etc.)
� The GoG through Commissioner, TDD will enter into agreement with the bidder to hand over
the proprietary of application software.
� The application software developed has to have interoperability with respect to various
standard operating systems.
7. ACCEPTANCE TEST
Partial Acceptance: The provisional acceptance of the system shall be given after testing by
Commissioner, TDD or a Third Party appointed by Tenderer. Before Acceptance testing is done by
Commissioner, TDD or a Third Party appointed by Commissioner, TDD, the Bidder shall submit the
status of Application software developed, data digitization, peripherals integration test cases, etc., in
terms of functionality in accordance with the requirements in Section IV. After successful testing by
the Third Party Agency a Partial Acceptance Test Certificate shall be issued by Commissioner, TDD
to the Bidder. The test shall include the following -
� All hardware and software items must be installed at particular site as per the specification.
� Availability of all the defined services shall be verified. The successful bidder shall be
required to demonstrate all the features/facilities/functionalities as mentioned in the RFP &
as per SLA.
� The bidder shall provide test cases to the Testing team.
� The third party monitoring agency in consultation with Commissioner, TDD & Bidder shall
define detailed test plan. Bidder is obligated to provide any information for facilitating the
testing process either to Commissioner, TDD or third party monitoring agency from time to
time. It shall be the responsibility of the bidder to arrange the test
� Successful bidder will arrange the test for equipment and software required for performance
verification. Successful bidder shall provide documented test results.
TDD/2008/BIOMETRICS/001
- 63 -
Final Acceptance Testing: After successful Field and Live run of System for at least 2 (two)
months an acceptance test in accordance with the requirements in Section IV shall be conducted.
After successful testing by TPA, a Final Acceptance Test Certificate shall be issued by
Commissioner, TDD to the Bidder. The date on which Final Acceptance certificate is issued shall be
deemed as the date of successful commissioning of the System. The test shall include the following
-
� All hardware and software items must be installed at particular site as per the specification.
� Availability of all the defined services shall be verified. The successful bidder shall be
required to demonstrate all the features/facilities/functionalities as mentioned in the RFP for
each site.
� The third party monitoring agency in consultation with Commissioner, TDD & Bidder shall
define detailed test plan. Bidder is obligated to provide any information for facilitating the
testing process either to Commissioner, TDD or TPA from time to time.
� Successful bidder will arrange the test equipment required for performance verification.
Successful bidder will also provide documented test results.
� The successful bidder shall be responsible for the security audit of the network to be carried
out by a certified agency other than the successful bidder.
� All documentation as defined should be completed before the final acceptance test.
� Training requirements as mentioned should be completed before the final acceptance test.
� Any delay by the Bidder in the Partial/ Final Acceptance Testing shall render the Bidder liable
to the imposition of appropriate Penalties.
8. PERFORMANCE GUARANTEE
Within 15 (fifteen) days of the issuance of Letter of Intent (LoI) the Bidder shall furnish revolving
Performance Guarantee, as provided, to “Commissioner, Tribal Development Department” for an
amount equal to 5% of the project value (Annexure 17). The Performance Guarantee shall be valid
initially for a period of 1 (one) year. The guarantee shall be renewed year by year, at least 30 (thirty)
days before expiry date, for a minimum period of 1 (one) year and thus cover the balance period of
the agreement. The guarantee amount for each year shall be calculated on the basis of Guaranteed
Revenue for the remaining years of operation under the agreement subject to minimum
TDD/2008/BIOMETRICS/001
- 64 -
Performance Guarantee based on sum of two years Guaranteed Revenue. The Commissioner, TDD
may forfeit the Performance Guarantee for any failure on part of Bidder to complete its obligations
under the Agreement. The Performance Guarantee shall be denominated in Indian Rupees and
shall be in the form of a Bank Guarantee issued by a Scheduled Commercial / Nationalized Bank
(except co-operative bank) located in India with at least one branch office in Gandhinagar in the
format provided by Commissioner, TDD (Annexure 17). The Performance Guarantee shall be
returned to the Bidder within 30 (thirty) days of the date of successful discharge of all contractual
obligations at the end of the period of the Agreement by Commissioner, TDD. In the event of any
amendments to Agreement, the Bidder shall within 15 (fifteen) days of receipt of such amendment
furnish the amendment to the Performance Guarantee as required.
Only and above this 5% value of work completed will be deducted from each bill as a retention
money which will be refunded after the completion of work.
9. FORCE MAJEURE
Neither party shall be responsible to the other for any delay or failure in performance of its
obligations due to any occurrence commonly known as Force Majeure which is beyond the control
of any of the parties, including, but not limited to, fire, flood, explosion, acts of GoG or any
Governmental body, public disorder, riots, embargoes, or strikes, acts of military authority,
epidemics, strikes, lockouts or other labour disputes, insurrections, civil commotion, war, enemy
actions. If a Force Majeure arises, the Bidder shall promptly notify Tenderer in writing of such
condition and the cause thereof. Unless otherwise directed by Tenderer, the successful bidder shall
continue to perform his obligations under the contract as far as is reasonably practical, and shall
seek all reasonable alternative means for performance not prevented by the Force Majeure event.
The successful bidder shall be excused from performance of his obligations in whole or part as long
as such causes, circumstances or events shall continue to prevent or delay such performance.
10.
IMPLEM
EN
TA
TIO
N S
CHEDULE
The e
ntire
pro
ject
are
a h
as b
een d
ivid
ed into
thre
e z
ones.
The im
ple
menta
tion a
ctivitie
s in e
ach z
one w
ill b
e d
ivid
ed in 2
phases.
Phase A
has to
be s
uccessfu
lly c
om
ple
ted b
efo
re the c
om
mencem
ent of
Phase B
. T
he t
hre
e z
ones a
re c
ate
gorized a
s b
elo
w-
S. No.
Zone
Districts
Sabark
anth
a
Dahod
Panchm
ahal
1
Zone I
Vadodara
Bharu
ch
Sura
t
Tapi
2
Zone II
Navsari
Vals
ad
Ahw
a
3
Zone III
Banaskanth
a
TD
D/2
00
8/B
IOM
ET
RIC
S/0
01
- 66 -
Weeks
Phase
Steps
Deliverables
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
Agre
em
ent
Sig
nin
g/P
.O./
LoI
Agre
em
ent/P
.O./LoI
Syste
m
Stu
dy,
Desig
n
&
Deplo
ym
ent
Pla
n
Deta
iled P
roje
ct
Report
Mobili
sation
of
Resourc
es
Resourc
e
Mobili
sation R
eport
Applic
ation S
oft
ware
D
evelo
pm
ent
inclu
din
g t
esting a
nd
deliv
ery
Applic
ation S
oftw
are
Data
C
olle
ction
inclu
din
g
captu
ring
bio
metr
ics,
photo
gra
phs
and
data
entr
y
and
cre
ation
of
centr
alis
ed d
ata
base
Data
base c
reation
Site P
repara
tion
Hard
ware
&
S
oftw
are
In
sta
llation
& C
om
mis
sio
nin
g
Insta
llation R
eport
s
Tra
inin
g o
f U
sers
Feedback R
eport
s &
S
atisfa
ction
Cert
ific
ate
fro
m the
Depart
ment
Part
ial
Accepta
nce
Test
Accepta
nce T
est
Cert
ific
ate
Trial R
un
NA
Liv
e R
un
NA
A
Covering
Ashra
mshala
s,
Adars
h N
iwasi,
Ekla
vya, P
rim
ary
&
Upper
Prim
ary
S
chools
in O
ne
Dis
tric
t and
DP
O,/D
PA
offic
e &
S
HQ
in e
ach z
one
Fin
al
Accepta
nce
Test
Accepta
nce T
est
Cert
ific
ate
The
phase
B
will
com
mence
aft
er
successfu
l com
ple
tion
of
phase
A.
At
least
150
schools
in
each
dis
tric
t have
to
be
com
ple
ted
for
com
mencem
ent of
quart
erl
y g
uara
nte
ed p
aym
ent in
each d
istr
ict.
TD
D/2
00
8/B
IOM
ET
RIC
S/0
01
- 67 -
Weeks
Phase
Steps
Deliverables
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
Data
Colle
ction
inclu
din
g
captu
ring
bio
metr
ics,
photo
gra
phs
and data
entr
y
and
updation
of
centr
alis
ed
data
base
Data
base
cre
ation
Site
Pre
para
tion
Hard
ware
&
S
oft
ware
In
sta
llation
&
Com
mis
sio
nin
g
Insta
llation
Report
s
Tra
inin
g
of
Users
Feedback
Report
s &
S
atisfa
ction
Cert
ific
ate
fr
om
the
Depart
ment
Part
ial
Accepta
nce
Test
Accepta
nce
Test
Cert
ific
ate
Liv
e R
un
NA
B
Covering
Ashra
mshala
s,
Adars
h N
iwasi,
Ekla
vya, P
rim
ary
&
Upper
Prim
ary
S
chools
, D
PA
and
DP
O o
ffic
es in r
est
of
the D
istr
icts
in
each z
one
Fin
al
Accepta
nce
Test
Accepta
nce
Test
Cert
ific
ate
11. SLA REQUIREMENT
Service Level Agreement (SLA) is the contract between the Government of Gujarat and the
Implementation Agency. SLA defines the terms of the operator’s responsibility in ensuring the
performance of the Project based on the agreed Performance Indicators as detailed in the
Agreement. This section defines various Service Level Indicators for the System are Listed.
The Table below summarizes the Indicative Performance Indicators for the services to be offered by
the System Operator. The detailed description of the performance indicators, SLA Terms and their
definitions are discussed in the following sections.
NOTE: SLA Defined in this section is only INDICATIVE. D-SAG of TDD along with
Consultants and Bidder will decide SLA Parameters at time of Agreement signing.
S. No. Indicative SLA Parameter SLA
Measurement SLA Target
1 Availability of Application Software at School Level Time 99%
2 Availability of Application Software at DPO & DHQ Time 98%
3 Availability of Application Software at SHQ Time 95%
4 Mistakes in Database No of Records /
day NIL
5 FPS Defects rectification In Days 1 Day
6 Enrollment Failure Rate No. of enrollees 0.1%
7 Time for recording attendance of all users at one
location Time 15 mins.
TDD/2008/BIOMETRICS/001
- 69 -
7 Daily Data transfer In hours Within 12
hours
8 Uptime of Hardware (Servers & other hardware) Time 99%
Service Type: Availability of Production and Reporting Environments
SLA SLA
Definition SLA Metric
Measurement &
Reporting Comment/Assumption
97%
Quarterly
Average
Hours of
Availability
Unless otherwise
specified, the listed
hours of availability:
Mon – Sat
7:30 AM – 5:30 PM
PST
Availability: Sunday
7:30 AM – 5:30 P.M.
PST
Monitored daily,
reported monthly
All maintenance work to
be performed during
Maintenance Window
Backups will be
required both prior to
batch processing and
after batch processing
is completed.
“Business hours” to be
calculated based on
Hours of Availability
Service Type: Problem Management
At School Level
SLA Metric
SLA
Definition Problem Level
Response
Time Resolution Time
Measurement &
Reporting
Severity 1 Problem affecting
transaction processing 24 hours 4 - 8 hours max
Monitored daily,
reported monthly
TDD/2008/BIOMETRICS/001
- 70 -
Severity 2
Problem affecting
anything other than
transaction processing
36 hours 8 -12 hours max Monitored daily,
reported monthly
Severity 3 No impact to service 72 hours 12 - 24 hours max Monitored daily,
reported monthly
At DPO/DPA Level
SLA Metric
SLA
Definition Problem Level
Response
Time Resolution Time
Measurement &
Reporting
Severity 1 Problem affecting
transaction processing 12 hours 4 - 8 hours max
Monitored daily,
reported monthly
Severity 2
Problem affecting
anything other than
transaction processing
24 hours 8 -12 hours max Monitored daily,
reported monthly
Severity 3 No impact to service 48 hours 12 - 24 hours max Monitored daily,
reported monthly
At SHQ Level
SLA Metric
SLA
Definition Problem Level
Response
Time Resolution Time
Measurement &
Reporting
Severity 1 Problem affecting
transaction processing 30 minutes 2 - 4 hours max
Monitored daily,
reported monthly
TDD/2008/BIOMETRICS/001
- 71 -
Severity 2
Problem affecting
anything other than
transaction processing
2 hours 4 – 8 hours max Monitored daily,
reported monthly
Severity 3 No impact to service 6 hours 8 - 12 hours max Monitored daily,
reported monthly
SLA Terms & Definitions
S. No SLA Terms Description
1 Uptime
‘Uptime’ refers to application/system availability across various
segments i.e. schools, DPO/DPA office and SHQ. “%Uptime” means
ratio of ‘up time’ (in minutes) in a month to Total time in the month (in
minutes) multiplied by 100 (One hundred).
2 Prime Business
Hours (PBH)
PBH refers to the school, office operation period respectively, which
shall be typically starting from 07:30 hrs till 17:30 hrs Monday to
Saturday or any other period to be defined by the state.
3 Extended SLA
Hours (ESH)
ESH refers to the school, office operation period respectively, which
shall be typically starting from 17:30 hrs till 07:30 hrs on Monday to
Saturday and 08:00 hrs to 16:00 hrs on Sunday or any other period to
be defined by the state.
4 Planned
Outage
‘Planned Outage’ refers to unavailability of application/system due to
infrastructure maintenance activities such as configuration changes,
upgradation or changes to any supporting infrastructure. Details related
to such planned outage shall be agreed with the State government and
shall be notified to DPO, DPA at least 5 (five) working days in advance.
5 Unplanned
Outage
‘Unplanned Outage’ refers to an instance in which no transaction takes
place in the system for more than 30 (thirty) consecutive minutes.
TDD/2008/BIOMETRICS/001
- 72 -
Measurement of SLA
The Measurement of SLA shall be performed by a third party agency, independent of the Operator,
to be identified by the State Government.
Security Auditing
Upon completion of Installation and before the ‘go-live’ phase, it is mandatory for the operator to get
the Infrastructure audited by a reputed third party agency from a security and business continuity
perspective. Such Security audit shall include complete infrastructure established at the State Head
Quarter and the infrastructure at DPO/DPA and school on a sample basis. Such sampling rate shall
be agreed mutually between the state Project Management Unit (PMU), consultant and the
implementation partner.
12. PENALTIES
The Successful Bidder shall be paid QGR as per the services (i.e. availability) provided to the
Tenderer as per the matrix below-
Application Availability
during PBH (AP) Penalty
Availability
during ESH (AE) Penalty
AP>= 95% Nil AE>= 90% Nil
94%<= AP<95% 0.5% of QGR 89%<= AE<90% 0.25% of QGR
93%<= AP<94% Additional 1% of
QGR 88%<= AE<89%
Additional 0.5%
of QGR
SHQ Application
90%<= AP<93%
Additional 2% of
QGR for every
%age
85%<= AE<88%
Additional 1%
of QGR for
every %age
TDD/2008/BIOMETRICS/001
- 73 -
Application Availability
during PBH (AP) Penalty
Availability
during ESH (AE) Penalty
70%<= AP<90%
Additional 2.5%
of QGR for every
%age
65%<= AE<85%
Additional
1.25% of QGR
for every %age
AP < 70% No payment AE<65% No payment
AP>= 98% Nil AE>= 90% Nil
97%<= AP<98% 0.5% of QGR 89%<= AE<90% 0.25% of QGR
95%<= AP<97% Additional 1% of
QGR 88%<= AE<89%
Additional 0.5%
of QGR
90%<= AP<95%
Additional 2% of
QGR for every
%age
85%<= AE<88%
Additional 1%
of QGR for
every %age
70%<= AP<90%
Additional 2.5%
of QGR for every
%age
65%<= AE<85%
Additional
1.25% of QGR
for every %age
DPO, DHQ
Application
AP<70% No payment AE<65% No payment
AP>= 99% Nil AE>= 95% Nil
98%<= AP<99% 0.5% of QGR 94%<= AE<95% 0.25% of QGR
97%<= AP<98% Additional 1% of
QGR 93%<= AE<94%
Additional 0.5%
of QGR
School
95%<= AP<97%
Additional 2% of
QGR for every
%age
90%<= AE<93%
Additional 1%
of QGR for
every %age
TDD/2008/BIOMETRICS/001
- 74 -
Application Availability
during PBH (AP) Penalty
Availability
during ESH (AE) Penalty
75%<= AP<95%
Additional 2.5%
of QGR for every
%age
70%<= AE<90%
Additional
1.25% of QGR
for every %age
AP < 75% No payment AE<70% No payment
SLA for Fingerprint Scanner and data collection will be defined at time of Agreement signing in
consultation with Bidder.
Penalties for delay in implementation
If the Operator fails to complete the Partial Acceptance Test within the time period (s) specified in
the implementation plan, Commissioner, TDD, GoG may, without prejudice to its other remedies
under the Agreement, levy as Penalties, a sum equivalent to 0.25 % of the arithmetic sum of the
guaranteed revenue for five years payable under the Agreement, for each week or part thereof of
delay, until actual delivery of performance. The maximum penalty for delay shall not exceed 2% of
the arithmetic sum of five years Guaranteed Revenue for all districts awarded to the vendor. If the
delay continues beyond 12 (twelve) weeks, Commissioner, TDD may terminate the Agreement.
Failure to complete the Final Acceptance Test as specified in the implementation plan,
Commissioner, TDD may, without prejudice to its other remedies under the Agreement, levy as
Penalties, a sum equivalent to 0.25 % of the arithmetic sum of the guaranteed revenue of the all the
District awarded to the vendor, for five years payable under the Agreement, for each week or part
thereof of delay, until actual delivery of performance. The maximum penalty for delay shall not
exceed 10% of the arithmetic sum of five years Guaranteed Revenue for all districts. If the delay
continues beyond 20 (twenty) weeks, Commissioner, TDD may terminate the Agreement
It is to be noted that the implementation of both Biometric Attendance System and Education
Software Deployment and Training has to be completed. If only Biometric Attendance System is
implemented only 60% of the work will considered as completed and the penalties will be applicable
accordingly. If the Education Software Deployment and Training has only been completed and
TDD/2008/BIOMETRICS/001
- 75 -
Biometric Attendance System has not been implemented successfully then only 40% of the work will
be considered as completed and the penalties will be applicable accordingly.
Operational Penalties
It is to be noted that both Biometric Attendance System and Education Software Deployment and
Training System should be operational for the system to be considered as fully operational. If only
Biometric Attendance System is successfully operational then it will be considered that only 60% of
the system is operational and the penalties will be applicable accordingly. If the Education Software
Deployment and Training is only successfully operational then it will be considered that only 40% of
the system is operational and the penalties will be applicable accordingly.
In the event the operator is unable to meet any one of the SLA parameters defined in this RFP for
10% or more of the operational period during 2 (two) quarters in a year or (four) quarters during the
5 (five) years of the contract, Commissioner of TDD reserves the right to terminate the contract.
13. PENALTIES FOR MISUSE
In case of misuse of hardware/Internet/Data/Application etc., at the instance of Operator, the penalty
imposed on the Operator, without prejudice to Commissioner, TDD, other remedies under the
Agreement shall be 100% of the quarterly guaranteed revenue under the Agreement for all the
districts. If the misuse continues for two quarters, Commissioner, TDD may terminate the
Agreement. The operator shall realize returns on the costs incurred on creating the whole asset
(Capital Cost), the operations cost for operating these assets (Operations Cost), for maintaining
these assets (Maintenance Cost).
14. PAYMENT TERMS
No payment shall accrue until the performance guarantee bond has been furnished. The selected
operator engaged shall be responsible to invest in the project to implement and operate the facilities,
for a term of 5 (five) years and on expiry of 5 (five) years, the bidder will take back the system on
completion of agreement period. During this period of 5 (five) years, the operator shall have full
responsibility for the delivery of the services, including all operational, maintenance, and
TDD/2008/BIOMETRICS/001
- 76 -
management activities, etc.
The Operator shall be paid Minimum Guaranteed Revenue on quarterly basis in arrears at the end
of each quarter for the project which has been accepted in the Final Acceptance Test by
Commissioner, TDD based on the certificate provided by the Third Party Agency, at the rates
specified by the Operator.
Implementation and Commissioning of Biometric Attendance and Computer Aided Learning System
in minimum of 1 district have to be completed for payment to start.
The payment for Primary & Upper Primary Schools will be made by Director, Sarva Shiksha
Abhiyaan, The payment for Ashramshalas, Adarsh Niwasi & Eklavya Schools will be made by
Commissioner, TDD. The vendor will submit the invoice along with reports to concerned officials.
The payment will be made as per SLA met. In case of any dispute between Director, Sarva Shiksha
Abhiyaan & vendor, an adhoc payment equivalent to 50% of the claimed revenue will be released.
The balance payment shall be released after the resolution of dispute by the Commissioner, TDD.
15. QUARTERLY GUARANTEED PAYMENT FOR SYSTEM
The payment period will be through the contract period of 5 (five) years, which would start from the
date of issuance of Final Acceptance certificate after the Final Acceptance Test of each District as
defined in the RFP.
The selected operator shall be paid Guaranteed Revenue on quarterly basis at the end of each
quarter which has been accepted in the Final Acceptance Test by Commissioner, TDD based on the
certificate provided by the Third Party Agency, at the rates specified by the bidder.
Quarterly guaranteed payment shall include the procurement, implementation, operation and
maintenance of equipments as specified in the requirements section along with providing the
specified services for the entire service period.
Eligible quarterly payments, accepted in the Acceptance Test shall become due from the date of
TDD/2008/BIOMETRICS/001
- 77 -
issuance of final Acceptance Certificate. Prices indicated for QGR should include cost of all
equipments, cost of installation, configuring, erection, commissioning, making equipment and
services fully operational, maintaining and providing service for the next 5 (five) years thereafter.
The Selected operator shall make a payment request after the end of each quarter with the following
supporting document-
� Acceptance certificate
� SLA compliance report as prepared by the Third Party Monitoring Agency
16. REPRESENTATION & WARRANTIES
REPRESENTATIONS AND WARRANTIES BY THE BIDDER
It is a company duly organized and validly existing under the laws of India and has all requisite legal
power and authority and corporate authorizations to execute the Agreement and carry out the terms,
conditions and provisions hereof;
It has in full force and effect all requisite clearances, approvals and permits necessary to enter into
the Agreement and perform its obligations hereof;
It will have the legally valid and enforceable title to all Equipment as may be necessary for proper
functioning and it will be free from all encumbrances, liens, charges, any security interest and
adverse claims of any description;
The Agreement and the transactions and obligations hereof do not contravene its constitutional
documents or any law, regulation or government directive and will not contravene any provisions of,
or constitute a default under, any other Agreement or instrument to which it is a party or by which it
or its property may be bound or any of its obligations or undertakings by which it or any of its assets
are bound or cause a limitation on its powers or cause it to exceed its authorized powers;
There are no pending or threatened actions, suits or proceedings affecting the Bidder or its affiliates
or any of their respective assets before a court, governmental agency, commission or arbitrator or
TDD/2008/BIOMETRICS/001
- 78 -
administrative tribunal which affects the Bidder's ability to perform its obligations under the
Agreement; and neither Bidder nor any of its affiliates have immunity from the jurisdiction of a court
or from legal process (whether through service of notice, attachment prior to judgment, attachment
in aid of execution or otherwise);
The Bidder confirms that all representations and warranties of the Bidder set forth in the Agreement
are true, complete and correct in all respects;
No information given by the Bidder in relation to the Agreement, project documents or any document
comprising security contains any material understatement of fact or omits to state as fact which
would be materially adverse to the enforcement of the rights and remedies of Commissioner, TDD or
which would be necessary to make any statement, representation or warranty contained herein or
therein true and correct;
All equipment including material to be installed by the Bidder shall be new and the product should
not be de-supported or declared end of life within next 7 (seven) years. A certificate to that effect
should be furnished from OEM. All equipment shall conform to the codes, standards and regulations
applicable and benefit from the usual manufacturer’s guarantees.
REPRESENTATIONS AND WARRANTIES BY D-SAG, TDD
It has full legal right; power and authority to execute the project and to enter into and perform its
obligations under the Agreement and there are no proceedings pending.
The Agreement has been duly authorized, executed and delivered by Commissioner, TDD, GoG
and constitutes valid, legal and binding obligation of Commissioner, TDD, GoG.
The execution and delivery of the Agreement with the Bidder does not violate any statutory
judgment, order, decree, regulation, right, obligation or rule of any court, government authority or
arbitrator of competent jurisdiction applicable in relation to Commissioner, TDD, its assets or its
administration.
EACH DAY DURING THE AGREEMENT
The Parties agree that these representations and warranties are to be made on each day during the
term of the Agreement.
TDD/2008/BIOMETRICS/001
- 79 -
17. NO TITLE TO EQUIPMENT
The Bidder and GoG agree that Commissioner, TDD shall have no title to any of the hardware
equipment and software any other material made available for delivery of services by the Bidder
during the period of the Agreement. After 5 (five) years, the vendor will take back the infrastructure
and state government will not accept the same.
Exceptions are:
� Application Software IPR & Copyrights
� Data Created out of Biometric Attendance System
� Education Software
18. APPROVAL/CLEARANCES
Necessary approvals/ clearances from concerned authorities, as required, for fire protection,
government duties/ taxes/ octroi, shall be obtained by the short listed Bidder. Necessary approvals/
clearances from concerned authorities, as required, for providing Internet Service shall be obtained
by the short listed Bidder.
19. EXIT MANAGEMENT
1. Upon completion of the contract period or upon termination of the agreement for any
reasons, the Bidder shall comply with the following:
a. Notify to the Government of Gujarat forthwith the particulars of all Project Assets;
b. Deliver forthwith actual or constructive possession of the Project free and clear of all
Encumbrances and execute such deeds, writings and documents as may be required
by the GoG for fully and effectively divesting the Bidder of all of the rights, title and
interest of the Bidder in the Project and conveying the Project;
c. Comply with the Divestment Requirements set out in Section 2 except in case if
Termination of this Agreement is due to GoG Event of Default, Indirect Political Event
or Political Event the Bidder shall have implemented the maintenance schedule as
TDD/2008/BIOMETRICS/001
- 80 -
well as any repairs pointed out by the Independent Consultant in its Operations &
Maintenance Inspection Report prior to date of Termination Notice. In case of
Termination due to Non-Political Force Majeure Event, the Divestment Requirements
shall be agreed between GoG and the Bidder; and
d. Pay all transfer costs and stamp duty applicable on hand-back of project assets
except in case the Project is being transferred due to Government of Gujarat of
Default, Indirect Political Event, Political Event or expiry of Concession period, where
Government of Gujarat shall be responsible for transfer costs and stamp duty, if any.
For clarification of doubt, transfer costs in this Clause relate to taxes and duties
applicable at transfer of Project, if any.
2. Subject to clause 1 of exit management, upon completion of the contract period or upon
termination of the agreement, the Bidder shall comply and conform to the following
Divestment Requirements in respect of the Project:
a. All Project Assets including the hardware, software, documentation and any other
infrastructure shall have been renewed and cured of all defects and deficiencies as
necessary so that the Project is compliant with the Specifications and Standards set
forth in the RFP, Agreement and any other amendments made during the contract
period;
b. The Bidder delivers relevant records and reports pertaining to the Project and its
design, engineering, operation, and maintenance including all operation and
maintenance records and manuals pertaining thereto and complete as on the
Divestment Date;
c. The Bidder executes such deeds of conveyance, documents and other writings as
the Government of Gujarat may reasonably require to convey, divest and assign all
the rights, title and interest of the Bidder in the Project free from all Encumbrances
absolutely and free of any charge or tax unto the GoG or its Nominee; and
d. The Bidder complies with all other requirements as may be prescribed under
Applicable Laws to complete the divestment and assignment of all the rights, title and
interest of the Bidder in the Project free from all Encumbrances absolutely and free of
any charge or tax to Government of Gujarat or its nominee.
3. Not earlier than 3 (three) months before the expiry of the contract Period but not later than 30
(thirty) days before such expiry, or in the event of earlier Termination of the contract,
immediately upon but not later than 15 (fifteen) days from the date of issue of Termination
TDD/2008/BIOMETRICS/001
- 81 -
Notice, the Independent Consultant as nominated by the State Government shall verify, in
the presence of a representative of the Bidder, compliance by the Bidder with the Divestment
Requirements set forth in Section 2 in relation to the Project and, if required, cause
appropriate tests to be carried out at the Bidder’s cost for determining the compliance
therewith. If either Party finds any shortcomings in the Divestment Requirements, it shall
notify the other of the same and the Bidder shall rectify the same at its cost.
4. Upon the Bidder conforming to all Divestment Requirements and handing over actual or
constructive possession of the Project to GoG or a person nominated by Government of
Gujarat in this regard, GoG shall issue a certificate substantially in the form set forth in
Section 2, which will have the effect of constituting evidence of divestment of all rights, title
and lien in the Project by the Bidder and their vesting in Project pursuant hereto. State
Government shall not unreasonably withhold issue of such certificate. The divestment of all
rights, title and lien in the Project shall be deemed to be complete on the date when all the
Divestment Requirements have been fulfilled or the Certificate has been issued, whichever is
earlier, it being expressly agreed that any defect or deficiency in any Divestment
Requirement shall not in any manner be construed or interpreted as restricting the exercise
of any rights by State Government or its nominee on or in respect of the Project on the
footing as if all Divestment Requirements have been complied with by the Concessionaire
20. TENDERER’S EVENT OF DEFAULT
If the payment to the Operator is due for more than 3 (three) quarters consecutively - If the
termination occurs due to non payment by Commissioner, TDD to the Operator for three
consecutive quarters then the operator would be paid those three quarters revenue. No operational
charges would be paid to the operator for all those quarters for which Commissioner of Tribal
Development Department has not used his services. In the event of such termination, the Tenderer
will take over all equipment (without any liability) necessary for the proper and normal operation of
the system including but not limited to all constructed sites, laid cables, software, technical designs,
technical & operational manuals and also all electrical, civil and mechanical works at all locations of
the project.
21. MAINTENANCE OF EQUIPMENT
The selected vendor shall ensure that services of a professionally qualified person is available for
TDD/2008/BIOMETRICS/001
- 82 -
providing comprehensive on-site maintenance and administration of hardware and software for a
period of 5 years (hardware and system software) at SHQ, DPO, DPA and schools.
The selected Vendor shall ensure the SLA’s on 24X7X365 basis. Shutting down of equipment at
Tendering authority’s discretion and Planned outage will not be considered for calculation of uptime.
The list of critical spares, the vendor proposes to stock at the major sites should be furnished
separately along with the technical bid. The scope of the contract will include at least one scheduled
servicing (Preventive Maintenance) at quarterly intervals and any number of breakdown calls. The
comprehensive maintenance would be inclusive of all spares need to be replaced and excluding
consumables.
The vendor shall guarantee the availability of spares for a period of at least 7 (seven) years in
respect of all the hardware and software. An undertaking needs to be submitted from the respective
OEM in this regard.
22. BANKRUPTCY & INSOLVENCY
Commissioner, TDD can terminate the contract if the bidder becomes bankrupt and/or loses the
desired state of solvency with a notice of 15 (fifteen) days. Commissioner, TDD, in such cases of
termination, will not be responsible for any loss or financial damage to the service provider resulted
due to termination. Commissioner, TDD, GoG will also, in such cases have the right to recover any
pending dues by invoking the performance bank guarantee or any such instrument available with the
Government.
23. IPR, COPYRIGHTS, ETC.
� Government of Gujarat will be owner of IPR for Application Developed
� Source Code will be kept under escrow with bidder and a banker. Cost of escrow account to
be borne by the bidder.
� Biometrics algorithm to be disclosed to GoG and should be based on national and
international standards current or future.
TDD/2008/BIOMETRICS/001
- 83 -
Copyright Ownership of Biometric Attendance Application Software
Copyright ownership of all software developed and delivered to Tendering Authority Name for the
application lies with Government of Gujarat. Any use of the Application Software or it’s modules,
components or any part by the Service Providers shall be treated as violation of the Service Level
Agreement and hence liable to be executed under Contracts Act.
Any person or organization or anybody making use of the Application Software, or it’s modules,
components or any part shall be treated offender under Indian Copyright Act and hence liable to be
tried/punished/prosecuted under Contracts Act.
24. DATA RIGHTS
Government of Gujarat shall have complete and total ownership and control over all the data
generated, stored and processed during the Project.
The Department reserves the Data Rights in the following areas-
� The right to information of Data subject: The Department reserves the right of full knowledge
of the collected data, its nature and prior authorization by the department to collect, store and
process them.
� The right to prevent processing: The Department reserves all the rights to prevent the
processing or reprocessing of the data collected, stored and under process.
� The right to prevent collection, storage and processing for direct marketing and/or indirect
marketing: The Department reserves all the rights to prevent any or all data collected, stored
and processed for any sale, lease, rent or any other monetary or non-monetary transfer of
data without it’s written permission with explanation of grounds for such sale, lease, rent,
transfer for monetary or non-monetary basis. The Department, however can sale, lease or
rent the data for monetary or non-monetary gains
� The right to compensation: The Department reserves all the rights to extract compensation
for loss or damage, whether full or partial, of the data by the service provider or any person
authorized on behalf of the service provider.
� The right to rectification and other remedies for inaccuracy: The Department reserves
complete authority to ask the service provider to make up for the wrong or tempered or
manipulated or distorted or illegitimate data with or without any compensation on finding the
data bearing any evidence of deviation at any time, irrespective of the fact that department
TDD/2008/BIOMETRICS/001
- 84 -
has accepted the same data at any prior time from the date of issuing letter to service
provider to make any change or replacement in the data. The department also reserves
rights to take action through a court to rectify, block, erase or destroy inaccurate data.
The Department reserves all the rights to give order pertaining to manner and methodology for data
collection, storage and processing to the service provider at any time within the contract period,
which may not be a part of the Agreement.
The Principles for Data collection, storage and Processing -
� Fairly and lawfully processed
� Processed for limited purposes
� Adequate, relevant and not excessive
� Accurate and up-to-date
� Not kept longer than necessary
� Processed in accordance with the individual's rights
� Security
� Not transferred to any Third Party.
25. PROJECT DURATION
The project duration will be initially for 5 (five) years. However, the Tenderer and the successful
bidder, on a mutually acceptable basis, can extend the project for another 1 (one) year after the
completion of initial 5 (five) years.
The Education Department of GoG may award the contract for primary and upper primary schools
under the rest of the districts of Gujarat within 12 (twelve) months of satisfactory completion of
Phase A of the project. The vendor to be awarded the contract will be decided by the Education
Department and will be awarded the contract at the same prices at which this tender is finally
awarded.
TDD/2008/BIOMETRICS/001
- 85 -
SECTION VI: ANNEXURE - FORMATS
TDD/2008/BIOMETRICS/001
- 86 -
ANNEXURE 1 – COVERING LETTER
Date: dd/mm/yyyy
To
Chief Executive Officer,
Development Support Agency of Gujarat
Block No. 8, 2nd Floor,
Sachivalaya,
Gandhinagar (Gujarat)
.
Reference: Tender Number Dated ……
Sir,
We hereby declare that:
� We are the Manufacturers/ Authorized agents of manufacturers of the hardware equipments
and software proposed in our solution.
� We are equipped with adequate maintenance and service facilities within India for supporting
the offered equipment. Our maintenance and service facilities are open for inspection by
representatives of Government of Gujarat.
� We offer to supply the equipment and provide the services at the prices and rates mentioned
in the attached commercial bid.
� We are not banned or blacklisted by any government institution in India.
In the event of acceptance of our bid, we do hereby undertake:
� To supply the equipment and commence services as stipulated in the schedule of delivery
forming a part of the attached technical bid.
� To undertake the project on BOO basis for a period of 5 (five) years, for quarterly guaranteed
revenue as mentioned in the commercial bid.
TDD/2008/BIOMETRICS/001
- 87 -
� We affirm that the prices quoted are inclusive of delivery, installation, and commissioning
charges and inclusive of all taxes, levies, etc.
� We enclose herewith the complete Technical Proposal along with this bid letter as required
by you. This includes:
� Bid particulars
� Proposed solution architecture, detailed technical solution, details of equipment
and services offered
� Proposed Project Plan and Implementation Schedule
� Statement of deviation from requirement specifications
� Statement of deviation from tender terms and conditions
� Schedule of delivery
� Warranty
� Manufacturer’s authorization form(s)
We agree to abide by our offer for a period of 180 (one hundred and eighty) days from the last date
of submission of proposal prescribed by Government of Gujarat and that we shall remain bound by a
communication of acceptance within that time.
We have carefully read and understood the terms and conditions of the tender and the conditions of
the contract applicable to the tender. We do hereby undertake to provision as per these terms and
conditions.
The deviations from the requirement specifications of tendered items and schedule of requirements
are only those mentioned in section
OR (Strike out whatever is not applicable)
There are no deviations from the requirement specifications of tendered items and schedule of
requirements.
The deviations from the terms and conditions of the tender are only those mentioned in section
OR (Strike out whatever is not applicable)
There are no deviations from the terms and conditions of the tender.
TDD/2008/BIOMETRICS/001
- 88 -
We hereby certify that the Bidder is a Directorate and the person signing the tender is the
constituted attorney.
Bid Security in the form of a Bank Guarantee issued by ______________ (bank), valid till
___/___/_____ (dd/mm/yyyy), for an amount of Rupees 50,00,000/- (Rupees Fifty Lakhs only) is
enclosed in the cover containing pre-qualifying requirements.
We do hereby undertake, that, until a formal contract is prepared and executed, this bid, together
with your written acceptance thereof and notification of award of contract, shall constitute a binding
contract between us.
Signature of Bidder (with official seal)
Date
Name
Designation
Address
Telephone
Fax
E-mail address
Details of Enclosures:
1.
2.
3.
TDD/2008/BIOMETRICS/001
- 89 -
ANNEXURE 2 – BIDDER’S PROFILE
(For Prime Bidder or Individual Company)
Sr. No Particulars Details
1 Name of the Firm
2
Registered Office Address
Telephone Number
Fax Number
3 Correspondence Address
4
Details of Contact person
(Name, designation, address)
Telephone Number
Fax Number
5
Is the firm a registered company? If yes, submit documentary
proof.
Year and Place of the establishment of the Company
6 Former name of the company, if any.
7
Is the firm -
• Government/ Public Sector Undertaking
• Proprietary Firm
TDD/2008/BIOMETRICS/001
- 90 -
• Partnership firm (if yes, give partnership deed)
• Limited company or Limited Corporation
• Member of a group of companies (if yes, give name and
address, and description of other companies)
• Subsidiary of a large corporation (if yes give the name
and address of the parent organization) If the company is
subsidiary, state what involvement if any, will the parent
company have in the project.
• Joint venture consortia (if yes, give name and address of
each partner)
8 Is the firm registered with sales tax department? If yes, submit
valid sales tax registration certificate.
9
Is the firm registered for service tax with Central Excise
Department (Service Tax Cell)? If yes,
Submit valid service tax registration certificate.
10 Is the firm registered under Labour Laws Contract Act? If yes,
submit valid registration certificate.
11
Attach the organizational chart showing the structure of the
organization including the names of the directors and the
position of the officers.
Total number of employees
12 Number of years of experience as a prime contractor in a joint
venture/ Consortium
13 Are you registered with any Government/ Department/ Public
Sector Undertaking (if yes, give details)
14 How many years has your organization been in business under
your present name? What were your fields when you
TDD/2008/BIOMETRICS/001
- 91 -
established your organization?
When did you add new fields (if any)?
15
What type best describes your firm? (documentary proof to be
submitted)
· Manufacturer
· Supplier
· System Integrator
· Consultant
· Service Provider (pl. specify details)
· Software Development
· Total solution provider (Design, Supply, Integration, O&M)
· IT Company
16 Number of Offices / Project Locations
17
Do you have a local representation /office in Gujarat? If so,
please give the address and the details of staff, infrastructure
etc in the office and no. of years of operation of the local office
18
Do you intend to associate any other organization for the works
for which you are bidding? If so, please give full particulars of
that organization separately.
19
Please give details of Key Technical and Administrative staff
who will be involved in this project, their role in the project, their
Qualifications & experience and the certification obtained.
(documentary proof to be submitted)
20
Is your organization has SEI –CMM / ISO 9000 certificates? If
so, attach copies of the certificates. State details, if certified by
bodies, other than that stated.
TDD/2008/BIOMETRICS/001
- 92 -
21 List the major clients with whom your organization has been/ is
currently associated.
22
Were you ever required to suspend a project for a period of
more than three months continuously after you started? If so,
give the names of project and reasons for the same.
23
Have you in any capacity not completed any work awarded to
you? (If so, give the name of project and reason for not
completing the work)
24 In how many projects you were imposed penalties for delay?
Please give details.
25
The bidder/ prime member of the consortium shall disclose
details pertaining to all contingent liabilities, claims, disputes,
matters in appeal & in court and any pending litigation against
the bidder or any member of the Consortium. If nil, an
undertaking from the bidder/ prime member of the consortium
mentioning the same.
26 Whether your organization has Bank’s certificate of solvency. If
yes, submit documentary proof.
27
Have you ever been denied tendering facilities by any
Government/ Department/ Public sector Undertaking? (Give
details)
(In case of Consortium also fill in the Annexure 2A for each consortium member)
TDD/2008/BIOMETRICS/001
- 93 -
ANNEXURE 2A – CONSORTIUM MEMBER’S PROFILE
Sr. No Particulars Details
1 Name of the Firm
2
Registered Office Address
Telephone Number
Fax Number
3 Correspondence Address
4
Details of Contact person
(Name, designation, address)
Telephone Number
Fax Number
5
Is the firm a registered company? If yes, submit documentary
proof.
Year and Place of the establishment of the Company
6 Former name of the company, if any.
7
Is the firm -
• Government/ Public Sector Undertaking
• Proprietary Firm
• Partnership firm (if yes, give partnership deed)
TDD/2008/BIOMETRICS/001
- 94 -
• Limited company or Limited Corporation
• Member of a group of companies (if yes, give name and
address, and description of other companies)
• Subsidiary of a large corporation (if yes give the name
and address of the parent organization) If the company is
subsidiary, state what involvement if any, will the parent
company have in the project.
• Joint venture consortia (if yes, give name and address of
each partner)
8 Is the firm registered with sales tax department? If yes, submit
valid sales tax registration certificate.
9
Is the firm registered for service tax with Central Excise
Department (Service Tax Cell)? If yes,
Submit valid service tax registration certificate.
10 Is the firm registered under Labour Laws Contract Act? If yes,
submit valid registration certificate.
11
Attach the organizational chart showing the structure of the
organization including the names of the directors and the
position of the officers.
Total number of employees
12 Are you registered with any Government/ Department/ Public
Sector Undertaking (if yes, give details)
13
How many years has your organization been in business under
your present name? What were your fields when you
established your organization?
When did you add new fields (if any)?
TDD/2008/BIOMETRICS/001
- 95 -
14
What type best describes your firm? (documentary proof to be
submitted)
· Manufacturer
· Supplier
· System Integrator
· Consultant
· Service Provider (pl. specify details)
· Software Development
· Total solution provider (Design, Supply, Integration, O&M)
· IT Company
15 Number of Offices / Project Locations
16
Do you have a local representation /office in Gujarat? If so,
please give the address and the details of staff, infrastructure
etc in the office and no. of years of operation of the local office
17
Please give details of Key Technical and Administrative staff
who will be involved in this project, their role in the project, their
Qualifications & experience and the certification obtained.
(documentary proof to be submitted)
18
Is your organization has SEI –CMM / ISO 9000 certificates? If
so, attach copies of the certificates. State details, if certified by
bodies, other than that stated.
19 List the major clients with whom your organization has been/ is
currently associated.
20
Were you ever required to suspend a project for a period of
more than three months continuously after you started? If so,
give the names of project and reasons for the same.
TDD/2008/BIOMETRICS/001
- 96 -
21
Have you in any capacity not completed any work awarded to
you? (If so, give the name of project and reason for not
completing the work)
22 In how many projects you were imposed penalties for delay?
Please give details.
23
Have you ever been denied tendering facilities by any
Government/ Department/ Public sector Undertaking? (Give
details)
TDD/2008/BIOMETRICS/001
- 97 -
ANNEXURE 3 - FINANCIAL INFORMATION SUMMARY
(To be filled in separately for each consortium member)
S. No. Description
Financial Year
2007-2008
Financial Year
2006-2007
Financial Year
2005-2006
1
Turnover:
Note: All major
segments having
10% of total
turnover to be listed
2 Net Profit
3 Net Worth
Signature of Bidder (with official
seal)
Signature of Chartered
Accountant
Date Date
Name Name
Designation Membership No
Address Address
Telephone Telephone
Fax Fax
E-mail address E-mail address
Note: Please enclose audited balance sheet and Profit & Loss statement.
TDD/2008/BIOMETRICS/001
- 98 -
ANNEXURE 4 – PROPOSED SOLUTION ARCHITECTURE
The Bidder shall furnish definite Solution Proposal and give complete set of Architecture for the Data
Collection, Data Entry, Application Software Development, Training, Operation and Maintenance of
System etc.
The Architecture for execution of the above Project should contain the following:
� Functional Architecture
� Technology Architecture
� Process Architecture
� People Architecture
� Resource Architecture
For Data collection, Data Entry, Application Software Development, Biometric fingerprints, digital
photographs, fingerprint scanners, database management, establishment, operation and
maintenance of Project infrastructure, etc.
[Note: furnish different architecture on different pages, along with a sheet showing the integration of
the proposed architectures into one system.]
TDD/2008/BIOMETRICS/001
- 99 -
ANNEXURE 4A -DATA COLLECTION, TRANSFER, STORAGE AND RETRIEVAL
The Bidder is expected to furnish definite Solution Proposal and give complete set of Architecture for
Data collection, transfer and storage, and retrieval. This shall include: -
� Functional Architecture
� Technology Architecture with details of all hardware equipments their numbers, technical
specifications; Software details etc.
� Process Architecture
� People Architecture
� Resource Architecture
� Strategy for complete coverage and Zero error
The Bidder is further expected to give complete and detailed implementation strategy and time lines
for covering all locations.
TDD/2008/BIOMETRICS/001
- 100 -
ANNEXURE 4B – BIOMETRIC ENROLLMENT AND ATTENDANCE
The Bidder is expected to furnish definite Solution Proposal and give complete set of Architecture for
Biometric Enrollment and Attendance. This shall include: -
� Functional Architecture
� Technology Architecture
� The Standards used, IPR, copyright etc. has to be also mentioned
� Process Architecture
� People Architecture
� Resource Architecture
� Strategy for complete coverage and Zero error
The Bidder is further expected to give complete and detailed implementation strategy and time lines
for covering all locations.
TDD/2008/BIOMETRICS/001
- 101 -
ANNEXURE 4C - APPLICATION SOFTWARE DEVELOPMENT
The Bidder is expected to furnish definite Solution Proposal and give complete set of Architecture for
Application Software Development for all the modules specified. This shall include: -
� Functional Architecture
� Technology Architecture
� Interpretability and Scalability Design and Parameters
� Process Architecture
� People Architecture
� Resource Architecture
� Testing Methodology and Strategy
The Bidder is further expected to give complete and detailed implementation strategy and time lines
for covering all locations.
Note: The IPR of the Software Application so developed and /or employed for Project shall lie
with TDD.
TDD/2008/BIOMETRICS/001
- 102 -
ANNEXURE 4D - TRAINING
The Bidder is expected to furnish definite Solution Proposal and give complete set of Architecture for
capacity building, change management and training of users. This shall include:-
� Functional Architecture
� Technology Architecture
� Process Architecture
� People Architecture
� Resource Architecture
The Bidder is further expected to give complete and detailed implementation strategy and time lines
for covering all locations.
TDD/2008/BIOMETRICS/001
- 103 -
ANNEXURE 4E -OPERATIONS AND MAINTENANCE
The Bidder is expected to furnish definite Solution Proposal and give complete set of Architecture for
Operation & Maintenance including helpdesk & PMU. This shall include: -
� Functional Architecture
� Technology Architecture
� Process Architecture
� People Architecture
� Resource Architecture
The Bidder is further expected to give complete implementation strategy and time lines.
TDD/2008/BIOMETRICS/001
- 104 -
ANNEXURE 4F –EDUCATION SOFTWARE DEPLOYMENT AND TRAINING
The Bidder is expected to furnish detail list of education software and the number of licenses/copies
of each software to be provided. It should clearly define Solution for deployment and training related
to education software and the process of library management.
S. No. Description Details No. of Licences
The Bidder is further expected to give complete implementation strategy and time lines.
TDD/2008/BIOMETRICS/001
- 105 -
ANNEXURE 4G - ANY OTHER DETAIL
Any Other Items required for solution.
S. No. Description Details
Note: Please Provide Tables for All mentioned type (Functional, Technology, Process,
People, and Resource) architecture on a separate sheet.
TDD/2008/BIOMETRICS/001
- 106 -
ANNEXURE 5 - MANUFACTURER’S AUTHORIZATION FORM
To Date: dd/mm/yyyy
Chief Executive Officer,
Development Support Agency of Gujarat
Block No. 8, 2nd Floor,
Sachivalaya,
Gandhinagar (Gujarat)
Reference:
Sir
We _______________________, (name and address of the manufacturer) who are established and
reputed manufacturers of __________________ having factories at __________________
(addresses of manufacturing locations) do hereby authorize M/s _______________________ (name
and address of the bidder) to bid, negotiate and conclude the contract with you against the above
mentioned tender for the above equipment manufactured by us.
Yours faithfully
For and on behalf of M/s __________________________(Name of the manufacturer)
Signature
Name
Designation
Address
Date
Directorate Seal
Note: This letter of authority should be on the letterhead of the concerned manufacturer and
should be signed by a person competent and having the power of attorney to bind the
manufacturer.
TDD/2008/BIOMETRICS/001
- 107 -
ANNEXURE 6 - FIRM EXPERIENCE
(Relevant to the nature of Project)
Assignment Name:
Location within Country: Professional Staff Provided by Your Firm
Name of Client: No. of Staff:
Address: No. of Staff-Months; duration of
assignment
Start Date (Month/Year): Completion Date
(Month/Year):
Approx. Value of Services :
Name of Associated Consultants, if any:
No. of Months of Professional Staff,
provided by Associated Consultants:
Name of Senior Staff (Project Director/Coordinator, Team Leader) involved and functions performed:
Narrative Description of Project:
Description of Actual Services Provided by You :
TDD/2008/BIOMETRICS/001
- 108 -
ANNEXURE 7- COMPOSITION AND TASK ASSIGNMENTS SUMMARY
Name Qualifications Years of Experience Area of
Expertise
Task &
Position
Assigned
TDD/2008/BIOMETRICS/001
- 109 -
ANNEXURE 8 - CURRICULUM VITAE OF PROPOSED STAFF
(CVs of Key Persons)
Proposed Position [only one candidate shall be nominated for each position]:
Name of Firm [Insert name of firm proposing the staff]:
Name of Staff [Insert full name]:
Date of Birth: Nationality:
Education [Indicate college/university and other specialized education of staff member, giving
names of institutions, degrees obtained, and dates of obtainment]:
Membership of Professional Associations:
Other Training [Indicate significant training since degrees under 5 - Education were obtained]:
Countries of Work Experience: [List countries where staff has worked in the last 10 (ten) years]:
Languages [For each language indicate proficiency: good, fair, or poor in speaking, reading, and
writing]:
Employment Record [Starting with present position, list in reverse order every employment held by
staff member since graduation, giving for each employment (see format here below): dates of
employment, name of employing organization, positions held.]:
From [Year]: To [Year]:
Employer:
Positions held:
TDD/2008/BIOMETRICS/001
- 110 -
Detailed Tasks Assigned
[List all tasks to be performed under this
assignment]
Work Undertaken that Best Illustrates
Capability to Handle the Tasks Assigned
[Among the assignments in which the staff
has been involved, indicate the following
information for those assignments that best
illustrate staff capability to handle the tasks
listed under point 11.]
Name of assignment or project:
Year:
Location:
Client:
Main project features:
Positions held:
Activities performed:
Certification:
I, the undersigned, certify that to the best of my knowledge and belief, this CV correctly describes
myself, my qualifications and my experience. I understand that any willful misstatement described
herein may lead to my disqualification or dismissal, if engaged.
Date:
[Signature of staff member or authorized representative of the staff] Day/Month/Year
Full name of authorized representative:
TDD/2008/BIOMETRICS/001
- 111 -
ANNEXURE 9 - STATEMENT OF DEVIATION FROM REQUIREMENT
SPECIFICATION
Date: dd/mm/yyyy
To
Chief Executive Officer,
Development Support Agency of Gujarat
Block No. 8, 2nd Floor,
Sachivalaya,
Gandhinagar (Gujarat)
Reference:
Sir,
There are no technical deviations (null deviations) from the requirement specifications of tendered
items and schedule of requirements. The entire work shall be performed as per your specifications
and documents.
OR (Strike out whatever is not applicable)
Following is the exhaustive list of technical deviations and variations from the requirement
specifications of tendered items and schedule of requirements. Except for these deviations and
variations, the entire work shall be performed as per your specifications and documents.
S. No. Section No. REQ No. Page No. Statement of deviations and variations
Witness Bidder
Signature Signature
TDD/2008/BIOMETRICS/001
- 112 -
Name Name
Designation Designation
Address Address
Directorate Directorate
Date Date
Directorate Seal
TDD/2008/BIOMETRICS/001
- 113 -
ANNEXURE 10 - STATEMENT OF DEVIATION FROM TENDER TERMS AND
CONDITIONS
Date: dd/mm/yyyy
To
Chief Executive Officer,
Development Support Agency of Gujarat
Block No. 8, 2nd Floor,
Sachivalaya,
Gandhinagar (Gujarat)
Reference:
Sir,
There are no deviations (null deviations) from the terms and conditions of the tender. All the terms
and conditions of the tender are acceptable to us.
OR (Strike out whatever is not applicable)
Following are the deviations from the terms and conditions of the tender. These deviations and
variations are exhaustive. Except these deviations and variations, all other terms and conditions of
the tender are acceptable to us.
S. No. Section No. Page No. Para Statement of deviations and variations
Witness Bidder
Signature Signature
Name Name
TDD/2008/BIOMETRICS/001
- 114 -
Designation Designation
Address Address
Directorate Directorate
Date Date
Directorate Seal
TDD/2008/BIOMETRICS/001
- 115 -
ANNEXURE 11 - UN-PRICED BILL OF MATERIAL
Component wise Specifications
Brief particulars of the goods and services, which shall be supplied/ provided by the Bidder, are as
under:
Item No. Description of the
Item
Detailed
Specification of
the Item
Quantity
Phase A
Quantity
Phase B
Note: This has to be specified for each zone separately. This format will not be used for commercial
evaluation.
Witness Bidder
Signature Signature
Name Name
Designation Designation
Address Address
Directorate Directorate
Date Date
Directorate Seal
TDD/2008/BIOMETRICS/001
- 116 -
TDD/2008/BIOMETRICS/001
- 117 -
ANNEXURE 12 - PROPOSAL LETTER – COMMERCIAL
Date: dd/mm/yyyy
To
Chief Executive Officer,
Development Support Agency of Gujarat
Block No. 8, 2nd Floor,
Sachivalaya,
Gandhinagar (Gujarat)
Reference:
Sir,
We hereby declare that:
� We are the manufacturers/ authorized agents of the manufacturers of the all hardware
equipment proposed in our solution.
� We / our principals (manufacturer) are equipped with adequate maintenance and service
facilities within India for supporting the offered equipment. Our maintenance and service
facilities are open for inspection by representatives of TDD.
� We do hereby undertake that, in the event of acceptance of our bid, the supply of equipment
and commencement of services shall be made as stipulated in the schedule of delivery
forming a part of the attached technical bid.
In the event of acceptance of our bid, we do hereby undertake that:
� To supply the equipment and commence services as stipulated in the schedule of delivery
forming a part of the attached technical bid.
� To undertake the project on BOO basis for a period of 5 (five) years, for quarterly guaranteed
revenue as mentioned in the financial bid.
We affirm that the prices quoted are inclusive of delivery, installation, and commissioning charges
and inclusive of all taxes, levies, etc.
TDD/2008/BIOMETRICS/001
- 118 -
We enclose herewith the complete Commercial Bid as required by you. This includes:
� This bid letter
� Bid particulars
� Statement of commercial deviation
� Quarterly Guaranteed Payment
We agree to abide by our offer for a period of 180 (one hundred and eighty) days from the last date
of submission of commercial bid prescribed by GoG and that we shall remain bound by a
communication of acceptance within that time.
We have carefully read and understood the terms and conditions of the tender and the conditions of
the contract applicable to the tender. We do hereby undertake to provision as per these terms and
conditions.
The deviations from the requirement specifications of tendered items and schedule of requirements
are only those mentioned in Annexure 9
OR (Strike out whatever is not applicable)
There are no deviations from the requirement specifications of tendered items and schedule of
requirements.
The commercial deviations of tendered items are only those mentioned in Annexure 13
OR (Strike out whatever is not applicable)
There are no commercial deviations.
The deviations from the terms and conditions of the tender are only those mentioned in Annexure 10
OR (Strike out whatever is not applicable)
There are no deviations from the terms and conditions of the tender.
We hereby certify that the Bidder is a Directorate and the person signing the tender is the
constituted attorney.
TDD/2008/BIOMETRICS/001
- 119 -
Bid Security in the form of a Bank Guarantee issued by ______________ (bank), valid till
___/___/_____ (dd/mm/yyyy), for an amount of Rs. 50,00,000/- (Rupees Fifty Lakhs only) is
enclosed in the cover containing pre-qualifying requirements.
We do hereby undertake, that, until a formal contract is prepared and executed, this bid, together
with your written acceptance thereof and notification of award of contract, shall constitute a binding
contract between us.
Signature of Bidder (with official seal)
Date
Name
Designation
Address
Telephone
Fax
E-mail address
Details of Enclosures:
1.
2.
3.
TDD/2008/BIOMETRICS/001
- 120 -
ANNEXURE 13 - STATEMENT OF COMMERCIAL DEVIATION
Date: dd/mm/yyyy
To
Chief Executive Officer,
Development Support Agency of Gujarat
Block No. 8, 2nd Floor,
Sachivalaya,
Gandhinagar (Gujarat)
Reference:
Sir,
There are no deviations (null deviations) from the requirement specifications of tendered items and
schedule of requirements and hence there are no commercial deviations. The entire work shall be
performed as per your specifications and documents.
OR (Strike out whatever is not applicable)
Following is the exhaustive list of commercial deviations and variations from the exceptions to the
specifications and documents for the above mentioned tender. Except for these deviations and
variations, the entire work shall be performed as per your specifications and documents.
S. No. Section
No.
REQ No. Page No. Statement of deviations and
variations
Witness
Bidder
Signature Signature
TDD/2008/BIOMETRICS/001
- 121 -
Name Name
Designation Designation
Address Address
Directorate Directorate
Date Date
Directorate Seal
TDD/2008/BIOMETRICS/001
- 122 -
ANNEXURE 14 - COMMERCIAL PROPOSAL DETAILS
Terms and Condition:
� The financial model will be on a Quarterly Guaranteed Payment Mechanism.
� The Vendor will quote for monthly payment per location per unit. One PC with a FPS will be
treated as one unit.
� The payment will be made to the vendor on a quarterly basis and as per the Service level
agreement at the end of every quarter.
� The first quarterly payment will be made only after the vendor has installed system in all the
locations of at least one district and SHQ as per the timeline and the installation has been
approved by the department and have functioned as per SLA for 2 (two) months
� The subsequent quarterly payments will be made as per SLA and on a continuum basis.
� The quarterly payment will be made only the basis of the number of places the system has
been installed and is operational. No payment will be made for the nodes that have not been
installed or made operational.
� The cost for SHQ, DPA and DPO has to be taken into consideration while proposing
commercial quote.
� Places where government will provide the computer, the vendor will be paid only 50% of the
quoted price for the services offered.
� The rates should be quoted inclusive of all the taxes and duties prevailing at the time of
submission of tenders. However, statutory variation if any will be on account of GoG.
� The bid price quoted in consolidated commercial proposal format will only be considered for
financial evaluation
� The present tender is on BOO i.e. Build, Operate and Own mode and as such at the time of
completion , the ownership of equipment will be of bidder
TDD/2008/BIOMETRICS/001
- 123 -
Consolidated Commercial Bid
(For 20 Quarters/5years) (Figure in Rupees)
S. No.
A
Item
B
Approximate
Quantity*
C
Unit Price
D
Proposal Price
E = D x C
1
Implementation of
Biometric Attendance &
Computer Aided
Learning System with
necessary hardware &
software including
supply, installation,
testing and O&M for 5
years
10829
Amount in Words: __________________________________________________________
Commercial Proposal = E1
* Approximate quantity is an arbitrary number of units taken for bid evaluation.
Witness Bidder
Signature Signature
Name Name
Designation Designation
Address Address
Directorate Directorate
Date Date
Directorate Seal
TDD/2008/BIOMETRICS/001
- 124 -
ANNEXURE 15 - BILL OF MATERIAL
Brief particulars of the goods and services, which shall be supplied/ provided by the Bidder
Item
No.
Description of
the Item
Specification
of the Item Quantity
Price
per Unit*
Operation and
maintenance
charges*
Total
Price
* Price is inclusive of all taxes and duties
Witness Bidder
Signature Signature
Name Name
Designation Designation
Address Address
Directorate Directorate
Date Date
Directorate Seal
TDD/2008/BIOMETRICS/001
- 125 -
ANNEXURE 16 - BANK GUARANTEE FORMAT FOR EMD
To
Chief Executive Officer,
Development Support Agency of Gujarat
Block No. 8, 2nd Floor,
Sachivalaya,
Gandhinagar (Gujarat)
Whereas ...........................(hereinafter called “the Bidder”) has submitted its Bid dated ......................
(date of submission of Bid) for execution of Turnkey Information Technology project on BOO Model
for the Project in terms of the Tender notice no. <__________> issued by the Chief Executive
Officer, Development Support Agency of Gujarat, (hereinafter called “the Bid”).
Whereas as per Clause of Section III of the Bid, the Bidder is required to furnish a bank guarantee
as Earnest Money Deposit from a scheduled commercial bank (Bank Guarantee) having at least one
branch at Gandhinagar.
In consideration of the fact that the Bidder is our valued customer and the fact that he has submitted
the Bid, we, (name and address of the bank), (hereinafter called “the Guarantor Bank”), has agreed
to bind ourselves, our successors, and assigns to irrevocably issue this Bank Guarantee and
guarantee as under
NOW THIS GUARANTEE WITNESSETH: -
a) If the Bidder
i) withdraws its Bid proposal during the period of Bid validity specified by the Bidder on the
Technical Proposal Cover Letter; or having been notified of the acceptance of its Bid by
the Chief Executive Officer, Development Support Agency of Gujarat
ii) during the period of Bid Proposal validity; or
iii) fails or refuses to enter into the Contract; or
TDD/2008/BIOMETRICS/001
- 126 -
iv) fails or refuses to furnish the performance guarantee, in accordance with the Terms of
Reference of the Tender document issued to the Bidders.
b) The Guarantor Bank shall immediately on demand pay the Commissioner, Tribal
Development Department, Government of Gujarat without any demur and without the
Commissioner, Tribal Development Department, Government of Gujarat having to
substantiate such demand a sum of Rs 50,00,000/- (Rupees Fifty Lakhs only) (Guaranteed
Amount).
c) The Guarantor Bank will make the payment of the Guaranteed Amount forthwith on the
demand made by the Commissioner, Tribal Development Department, Government of
Gujarat, notwithstanding any objection or dispute that may exist or arise between the
Commissioner, Tribal Development Department, Government of Gujarat and the Bidder or
any other person.
d) The demand of the Commissioner, Tribal Development Department, Government of Gujarat
on the Guarantor Bank for the payment of the Guaranteed Amount, shall be deemed as the
final proof of fulfillment of the conditions stipulated in (1) above.
e) This Guarantee shall be irrevocable and shall not be discharged except by payment of the
above amount by us to the Commissioner, Tribal Development Department, Government of
Gujarat and our liability under this Guarantee shall be restricted to the Guaranteed Amount
being Rs 50,00,000/- ( Rupees Fifty Lakhs Only).
f) 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 the Bidder under
intimation to the Commissioner, Tribal Development Department, Government of Gujarat.
g) To give full effect to the Guarantee contained herein, the Commissioner, Tribal Development
Department, Government of Gujarat shall be entitled to act as if the Guarantor Bank is the
principal debtor in respect of claims against the Bidder and the Guarantor Bank hereby
expressly waives all its rights of surety-ship and other rights, if any, which are in any way
inconsistent with any of the provisions of this Guarantee.
TDD/2008/BIOMETRICS/001
- 127 -
h) Any notice by way of demand or otherwise may be sent by special courier, telex, fax,
registered post or other electronic media to our address as afore-said and if sent by post,
shall be deemed to have been given to us after expiry of 48 hours when the same has been
posted.
i) Our liability under this Guarantee will continue to exist until a demand is made by the
Commissioner, Tribal Development Department, Government of Gujarat in writing or up to
and including 180 (one hundred and eighty) days after the period of the Bid Proposal validity,
i.e. up to ________2008, and any demand in respect thereof should reach the Bank not later
than the above date.
Dated ……………………. this ……………….. day …………..2008….
Yours faithfully,
For and on behalf of the …………. Guarantor Bank,
(Signature)
Designation
(Address and Common Seal of the bank)
TDD/2008/BIOMETRICS/001
- 128 -
ANNEXURE 17: PERFORMANCE BANK GUARANTEE FORMAT
To
Chief Executive Officer,
Development Support Agency of Gujarat
Block No. 8, 2nd Floor,
Sachivalaya,
Gandhinagar (Gujarat)
Whereas ...........................(hereinafter called “the Bidder”) has submitted its Bid dated ......................
(date of submission of Bid) for execution of Turnkey Information Technology project on BOO Basis
for the Project in terms of the Tender dated …………. issued by the Commissioner, Tribal
Development Department, (hereinafter called “the Bid”).
Whereas as per Section V of the Bid, the Bidder is required to furnish a bank guarantee as
Performance Guarantee from a Scheduled Commercial /Nationalized Bank (Bank Guarantee)
In consideration of the fact that the Bidder is our valued customer and the fact that he has submitted
the Bid, we, (name and address of the bank), (hereinafter called “the Guarantor Bank”), has agreed
to bind ourselves, our successors, and assigns to irrevocably issue this Bank Guarantee and
guarantee as under
NOW THIS GUARANTEE WITNESSETH: -
1) If the Bidder -
a) Having been notified of the acceptance of its Bid by the Commissioner, Tribal Development
Department, Government of Gujarat, during the period of Bid Proposal validity:
b) Fails to perform as per the contract obligations.
c) On invoking of Section III Clause 28 or Section IV “Termination for Default”; and /or on
invoking of Section IV Clause on “Exit Management Schedule”.
TDD/2008/BIOMETRICS/001
- 129 -
2) The Guarantor Bank shall immediately on demand pay the Commissioner, Tribal Development
Department, Government of Gujarat without any demur and without the Commissioner, Tribal
Development Department, Government of Gujarat having to substantiate such demand a sum of
Rs ____ Lakhs (________ Lakhs) (Guaranteed Amount).
3) The Guarantor Bank will make the payment of the Guaranteed Amount forthwith on the demand
made by the Commissioner, Tribal Development Department, Government of Gujarat,
notwithstanding any objection or dispute that may exist or arise between the Commissioner,
Tribal Development Department, Government of Gujarat and the Bidder or any other person.
4) The demand of the Commissioner, Tribal Development Department, Government of Gujarat, on
the Guarantor Bank for the payment of the Guaranteed Amount, shall be deemed as the final
proof of fulfillment of the conditions stipulated in (1) above.
5) This Guarantee shall be irrevocable and shall not be discharged except by payment of the above
amount by us to the Commissioner, Tribal Development Department, Government of Gujarat
and our liability under this Guarantee shall be restricted to the Guaranteed Amount being Rs ___
Lakhs (_in words_______ Lakhs).
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 the Bidder under intimation to the
Commissioner, Tribal Development Department, Government of Gujarat.
7) To give full effect to the Guarantee contained herein, the Commissioner, Tribal Development
Department, Government of Gujarat shall be entitled to act as if the Guarantor Bank is the
principal debtor in respect of claims against the Bidder and the Guarantor Bank hereby expressly
waives all its rights of surety-ship and other rights, if any, which are in any way inconsistent with
any of the provisions of this Guarantee.
8) Any notice by way of demand or otherwise may be sent by special courier, telex, fax, registered
post or other electronic media to our address as afore-said and if sent by post, shall be deemed
to have been given to us after expiry of 48 hours when the same has been posted.
TDD/2008/BIOMETRICS/001
- 130 -
9) Our liability under this Guarantee will continue to exist until a demand is made by the
Commissioner, Tribal Development Department, Government of Gujarat, in writing or up to and
including 5 year from the date of signing of contract, i.e. up to ________2008, and any demand
in respect thereof should reach the Bank not later than the above date.
Dated ……………………. this ……………….. day …………..2008….
Yours faithfully,
For and on behalf of the …………. Guarantor Bank,
(Signature)
Designation
(Address and Common Seal of the bank
Note: To be executed at the time of Signing of Contract by the Selected Vendor
TDD/2008/BIOMETRICS/001
- 131 -
ANNEXURE 18 - FORMAT FOR PRE-BID CONFERENCE QUERIES /
CLARIFICATIONS
RFP purchase no:
Date:
Name of the Bidder:
Address:
Telephone Nos:
Fax No:
Mobile No:
Email ID:
S.
No.
Section No. –
Clause No. –
Paragraph/Bullet No. -
Corresponding
page no in the
RFP Document
Particulars of the query /
clarification Remarks of GoG
1
2
3
4
Authorized Signatory
Designation
(If the queries / clarifications are submitted through e-mail, the bidder should send the queries /
clarifications through official e-mail IDs only.)
TDD/2008/BIOMETRICS/001
- 132 -
SECTION VII: ANNEXURE –
INDICATIVE STATISTICS & DATA
ANNEXURE 19 – DETAILS OF PRIMARY ASHRAMSHALAS (STD.1-7)
S. No. Taluka District No. of Schools
No. of Students
No. of Teachers
No. of Admin. & Other staff
1 Amirgadh 7 1,035 26 50
2 Danta Banaskantha
14 2,122 52 99
Subtotal 21 3,157 78 149
3 Khedbramha 16 2,227 67 57
4 Vijaynagar 11 1,700 46 37
5 Bhiloda 11 1,517 45 37
6 Meghraj
Sabarkantha
7 944 29 22
Subtotal 45 6,388 187 153
7 Dahod 13 1637 56 46
8 Garbada 6 798 25 21
9 Limkheda 12 1582 52 43
10 Dhanpur 12 1,527 53 42
11 Fatehpura 9 1,124 39 32
12 Jhalod 13 1696 56 46
13 Devgadh-
Baria
Dahod
5 628 22 18
Subtotal 70 8992 303 248
14 Ghoghamba 23 2990 99 81
15 Kadana 3 432 13 10
16 Santrampur
Panchmahal
10 1231 42 34
Subtotal 36 4653 154 125
17 Chhota Udepur
15 1928 63 55
18 Naswadi 6 744 25 22
19 Kavaant 4 517 17 14
20 Jetpur Pavi
Vadodara
13 1644 54 47
38 4833 159 138
TDD/2008/BIOMETRICS/001
- 134 -
21 Valia 9 1196 36 17
22 Jhagadia Bharuch
0 0 0 0
Subtotal 9 1196 36 17
23 Songadh 17 1983 73 64
24 Uchhal 5 701 22 19
25 Vyara 29 3552 125 110
26 Valod 5 767 21 19
27 Nizar
Tapi
3 455 13 18
Subtotal 59 7458 254 230
28 Mandvi 9 1094 39 34
29 Mahuva 5 710 22 19
30 Bardoli 5 699 21 20
31 Mangrol 7 949 30 26
32 Umrapada
Surat
10 1572 43 31
Subtotal 36 5024 155 130
33 Vansda 15 2044 64 53
34 Chikhli Navsari
7 960 30 25
Subtotal 22 3004 94 78
35 Dharampur 27 3749 116 96
36 Umargam 9 1177 38 32
37 Pardi 0 0 0 0
38 Kaprada
Valsad
14 1818 60 51
Subtotal 50 6744 214 179
39 Ahwa Dang 12 1638 52 42
Total 398 53087 1686 1489
TDD/2008/BIOMETRICS/001
- 135 -
ANNEXURE 20 – DETAILS OF SECONDARY ASHRAMSHALAS (STD. 8-12)
S. No. Taluka District No. of Schools
No. of Students
No. of Teachers
No. of Admin. & Other staff
1 Amirgadh 3 254 9 10
2 Danta Banaskantha
2 340 12 14
Subtotal 5 594 21 24
3 Khedbramha 4 361 16 17
4 Vijaynagar 3 425 17 19
5 Bhiloda 4 592 23 24
6 Meghraj
Sabarkantha
2 246 8 12
Subtotal 13 1624 64 72
7 Dahod 6 833 36 28
8 Garbada -- -- -- --
9 Limkheda 3 414 17 17
10 Dhanpur -- -- -- --
11 Fatehpura 1 133 4 6
12 Jhalod 5 481 22 20
13 Devgadh-Baria
Dahod
3 386 17 13
Subtotal 18 2247 96 84
14 Ghoghamba 3 368 15 13
15 Kadana -- -- -- --
16 Santrampur
Panchmahal
3 320 16 12
Subtotal 6 688 31 25
17 Chhota Udepur 5 612 27 23
18 Naswadi 2 293 9 13
19 Kavaant -- -- -- --
20 Jetpur Pavi
Vadodara
3 415 12 15
Subtotal 10 1320 48 51
21 Valia Bharuch 1 0 0 0
TDD/2008/BIOMETRICS/001
- 136 -
22 Jhagadia 1 0 0 0
Subtotal 2 0 0 0
23 Songadh 4 479 20 20
24 Uchhal -- -- -- --
25 Vyara 4 471 21 22
26 Valod 1 120 4 5
27 Nizar
Tapi
3 360 15 12
Subtotal 12 1430 60 59
28 Mandvi 3 352 15 13
29 Mahuva 2 240 10 10
30 Bardoli 2 227 11 12
31 Mangrol 2 240 10 10
32 Umrapada
Surat
2 231 11 11
Subtotal 11 1290 57 56
33 Vansda 5 633 27 23
34 Chikhli Navsari
1 126 5 6
Subtotal 6 759 32 29
35 Dharampur 4 495 20 18
36 Umargam -- -- -- --
37 Pardi 1 124 5 5
38 Kaprada
Valsad
-- -- -- --
Subtotal 5 619 25 23
39 Ahwa Dang -- -- -- --
Total 88 10571 434 423
TDD/2008/BIOMETRICS/001
- 137 -
ANNEXURE 21 – DETAILS OF ADARSH NIWASI SCHOOLS (STD. 8-12)
BOYS SCHOOLS
S. No. Taluka District No. of Schools
No. of Students
No. of Teachers
No. of Admin. & Other staff
1 Danta Banaskantha 1 116 9 9
2 Bhiloda Sabarkantha 1 85 11 10
3 Dahod 1 206 13 16
4 Devgadh-Baria Dahod
1 120 6 5
5 Santrampur Panchmahal 1 130 8 10
6 Chhota Udepur 1 125 6 6
7 Naswadi 1 243 6 3
8 Kavaant 1 103 3 6
9 Jetpur Pavi
Vadodara
1 169 11 12
10 Jhagadia Bharuch 2 319 21 11
11 Mahuva Surat 1 143 5 2
12 Vansda Navsari 1 260 12 9
13 Dharampur Valsad 1 237 9 10
14 Ahwa Dang 2 215 9 6
Total 16 2471 129 115
GIRLS SCHOOLS
S. No. Taluka District No. of Schools
No. of Students
No. of Teachers
No. of Admin. & Other staff
1 Amirgadh 1 101 4 1
2 Danta Banaskantha
1 146 9 8
3 Khedbramha Sabarkantha 1 116 9 9
4 Limkheda 1 118 9 11
5 Jhalod Dahod
1 111 4 2
6 Chhota Udepur Vadodara 1 157 10 17
TDD/2008/BIOMETRICS/001
- 138 -
7 Jhagadia Bharuch 1 92 3 5
8 Songadh 1 253 8 8
9 Vyara Tapi
1 300 13 12
10 Vansda 1 116 2 1
11 Chikhli Navsari
1 230 12 6
12 Dharampur 1 120 3 2
13 Umargam Valsad
1 101 2 1
14 Ahwa Dang 2 180 2 2
Total 15 2141 90 85
TDD/2008/BIOMETRICS/001
- 139 -
ANNEXURE 22 – DETAILS OF EKLAVYA SCHOOLS (STD. 6-11)
S. No. Taluka District No. of Schools
No. of Students
No. of Teachers
No. of Admin. & Other staff
1 Danta Banaskantha 1 35 1 0
2 Bhiloda Sabarkantha 1 130 6 10
3 Dahod Dahod 1 51 1 0
4 Ghoghamba Panchmahal 1 48 4 0
5 Nizar Tapi 1 190 7 10
6 Bardoli Surat 1 186 7 10
7 Vansda Navsari 1 195 7 7
8 Pardi 1 190 6 10
9 Kaprada Valsad
1 195 6 7
10 Ahwa Dang 1 212 4 10
Total 10 1432 49 64
TDD/2008/BIOMETRICS/001
- 140 -
ANNEXURE 23 - OFFICES OF DPA
S. No. Taluka District Name of P.A. Tel No
1 Dang Dang Mr.Anupam 02631-220201
2 Valsad Valsad Mr. A.S.Patel 02632-250601/250602
3 Vansda Navsari Mr.K.K.Parmar 02630-222265/222747
4 Mandvi Surat Mr.B.S.Dave 02623-221086
5 Songadh Tapi Mr.S.M.Modi 02624-222148/221126
6 Rajpipla Narmada Mr.K.B.Thanki 02640-220093/222436
7 Bharuch Bharuch Mr.T.A.Gami 02642-222331
8 Chhota-Udepur Vadodara Mr.S.M.Patel 02669-232006/233006
9 Dahod Dahod Mr.K.D.Chandnani 02673-220102/221450
10 Godhra Panchmahal Mrs.P.K.Jadeja 02672-252545
11 Khedbramha Sabarkantha Mr.C.B.Parmar 02775-220159
12 Palanpur Banaskantha Mr.B.C.Patani 02742-260391
13 Palanpur Banaskantha M.D.V.Rehvar 02742-257188
14 Kaprada Valsad Mr.H.M.Rathwa 02633-220002
ANNEXURE 24 – OFFICES OF DPO
S. No. District Name of DPO Lanline
1 Ahmedabad Mr.S.P.Chaudhary 079-25507126
2 Vadodara Mr.M.C.Bhusara 02625-2436411
3 Rajkot Mr.S.K.Chhaya 0281-2444437
4 Surat Mr.P.N.Dave 0261-2425751
5 Kheda Mr.K.N.Bamania 0268-2557452
6 Anand Mr.B.K.Trivedi 02692-258105
7 Panchmahal Mr.R.D.Vankar 02672-253375
8 Dahod Mr.B.K.Patel 02673-220105
9 Sabarkantha Mr.G.M.Rabari 02772-240694
10 Junagadh Mr.B.P.Ghamecha 0285-2627136
11 Porbandar Mr.G.K.Parmar 0286-2252808
12 Mehsana Mr.M.I.Joshi 02762-222320
13 Patan Mr.M.K.Patel 02766-234239
14 Bhavnagar Mr.K.M.Tabiyad 0278-2523582
15 Jamnagar Mr.R.M.Amaliyad 0288-2550286
16 Amreli Mr.P.K.trivedi 02792-222109
17 Kachch Mr.P.A.Jalu 02832-221103
18 Bharuch Mr.K.B.Patel 02642-244210
19 Narmada Mr.Kalpesh Patel 02640-222084/85
20 Valsad Mr.B.R.Gosai 02632-253210
21 Navsari Mr.J.K.Vinchhia 02637-258467
22 Banaskantha Mr.C.K.Varmora 02742-257063
23 Surendranagar Mr.C.G.Patel 02752-282973
24 Gandhinagar Ms.Darshana Joshi 079-23256955
25 Dang Mr.S.J.Patel 02631-220337
TDD/2008/BIOMETRICS/001
- 142 -
ANNEXURE 25 – SAMPLE REPORT
Monthly Attendance Report
Standard Class Month Year
Name of Class Teacher
No Of Students
New Admission
Type Of Student
No o
f stu
de
nts
on
fir
st
da
y o
f M
on
th
New
failu
re w
ith f
ee
failu
re w
ith
out
fee
Pa
ss w
ith
Fe
e
Pa
ss W
ith
ou
t F
ee
To
tal A
dm
issio
n
With F
ee
With
ou
t F
ee
Fa
ilure
with
ou
t fe
e
Fee
pro
mo
ted
to
n
ext
cla
ss
With
ou
t F
ee f
or
pro
mo
ted t
o
next
cla
ss
To
tal D
rop
Out
No o
f stu
de
nt
at
en
d o
f m
on
th
Boy Fee Payer Girl
Boy Relief for backward Girl
Total
No Of Student School Fee
Term Fee Admission Fee
Extra Fee Total Fee
Remaining Amount
Amount in starting of month
Amount of New Admission
Total Amount
Received Amount
Total Cancelled Amount
Remaining Amount
Clarification of Students According to Caste , Language and Study at Last day of month
Hindu
Higher Medium Backward
No Of Optional Subject
type
Of
Stu
de
nt
Bra
hm
in
Oth
er
Ka
nb
i F
arm
er
Work
er
S.C
S.T
N.T
D.N
.T
Tota
l H
ind
u
Ja
in
Mu
slim
Pars
i
Sh
ikh
Oth
er
Tota
l N
o.
Vill
eg
ers
ou
t th
em
Ave
rag
e A
tte
nd
ce
Avera
ge A
ge
Boy
Girl
Total
TDD/2008/BIOMETRICS/001
- 143 -
ANNEXURE 26 – LIST OF EDUCATION SOFTWARE
The following is an indicative list and the vendor is free to provide any number of education software
including the one mentioned below
S. No. Description S. No. Description
1 Computer Sikho 31 I Love Spelling
2 Mathmetica 32 Atlas of the Solar System
3 Bhasha Bharati 33 Encyclopedia of History
4 Lipi 34 I Love Maths
5 Math Type 35 I Love Science
6 3D World Atlas 36 Interactive Atlas of Human Anatomy
7 Maths for Std. 1-12 37 Gujarati Mulaxaro
8 Biology for Std. 5-12 38 Primary English (all volumes)
9 Physics for Std. 5-12 39 Secondary Grammar English (all volumes)
10 English for Std. 1-12 40 Nursery Park (all volumes)
11 Hindi for Std. 1-12 41 Jump Start Grade 1 (all volumes)
12 Chemistry for Std.5-12 42 Explore Space (all volumes)
13 Computers for Std. 5-12 43 Kid Science (all volumes)
14 Science for Std. 1-8 44 Toffel Test
15 Social Science for Std. 1-10 45 Hindi, Marathi, Gujarati, English Dictionary
16 Sanskrit for Std. 1-10 46 Panchtantra – Education Stories
17 Type Tutor 47 Bird Rhymes
18 Encyclopedia of Animal & Nature 48 World Book (all volumes)
19 Children Encyclopedia 49 Nature
20 Encyclopedia of Science 50 Universe
21 Encarta Encyclopedia (latest version) 51 Structure of Atom
22 Interactive First Aid 52 Structure of Chromosomes
23 Learn to Speak English 53 Learning Elementary Science & Technology
24 Mahatma Gandhi 54 Organic Evolution
25 Student Writing Center 55 Animated Nursery Rhymes
26 Teacher’s Companion 56 Early Learning Advantage
27 Children’s Dictionary 57 Vandana
28 The Human Body 58 Birds of the World
29 History of World 59 Jump Start for all grades
30 Yoga for you 60 Ultimate 3D Skeleton
TDD/2008/BIOMETRICS/001
- 144 -
ANNEXURE 27 – LIST OF PRIMARY & UPPER PRIMARY SCHOOLS
S. No. Taluka District No. of Schools No. of Students No. of Teachers
1 Amirgadh 101 20347 505
2 Danta Banaskantha
208 34777 968
Subtotal 309 55124 1473
3 Khedbramha 283 43813 1215
4 Vijaynagar 137 16374 583
5 Bhiloda 275 33297 1141
6 Meghraj
Sabarkantha
258 26661 923
Subtotal 953 120145 3862
7 Dahod 263 65070 1414
8 Garbada 133 29356 642
9 Limkheda 286 52394 1336
10 Dhanpur 188 28626 706
11 Fatehpura 249 37774 994
12 Jhalod 349 79339 1870
13 Devgadh-Baria
Dahod
218 41767 1068
Subtotal 1686 334326 8030
14 Ghoghamba 236 36387 996
15 Kadana 190 20744 723
16 Santrampur
Panchmahal
312 42234 1367
Subtotal 738 99365 3086
17 Chhota Udepur 202 17953 794
18 Naswadi 235 17350 695
19 Kavaant 130 18844 530
20 Jetpur Pavi
Vadodara
275 29906 1094
Subtotal 842 84053 3113
21 Valia 159 19544 684
22 Jhagadia Bharuch
222 24350 848
Subtotal 381 43894 1532
23 Songadh Tapi 267 29187 1010
TDD/2008/BIOMETRICS/001
- 145 -
24 Uchhal 88 13361 402
25 Vyara 297 34074 1261
26 Valod 87 9390 328
27 Nizar 114 17211 508
Subtotal 853 103223 3509
28 Mandvi 212 22314 848
29 Mahuva 146 15127 553
30 Bardoli 112 17868 536
31 Mangrol 125 22350 660
32 Umrapada
Surat
108 13307 425
Subtotal 703 90966 3022
33 Vansda 196 30732 1011
34 Chikhli Navsari
242 33415 1215
Subtotal 438 64147 2226
35 Dharampur 214 29461 930
36 Umargam 158 32096 915
37 Pardi 189 31626 935
38 Kaprada
Valsad
272 42692 1220
Subtotal 833 135875 4000
39 Ahwa Dang 400 45548 1441
Total 8136 1176666 35294