Expression of Interest. For



Similar documents
Re-Tender. for. Supply and Installation of the. Student Biometric Attendance System. Indian Institute of Technology Jodhpur

For providing Facility Management Services of IT Infrastructure at College of Engineering Pune

SOFTWARE TECHNOLOGY PARKS OF INDIA

Notice for Inviting EOI from Chartered Accountants Firms for Conducting Statutory Audit of DRDA, Malkangiri. For the FINANCIAL YEAR

Expression of Interest. Scanning of Documents

TENDER DOCUMENTS FOR SUPPLY INSTALLATION AND COMMISSIONING OF BIOMETRIC DEVICE FOR FINGERPRINT ATTENDANCE SYSTEM

TEXTILES COMMITTEE GOVERNMENT OF INDIA MINISTRY OF TEXTILES P. BALU ROAD, PRABHADEVI MUMBAI REQUEST FOR PROPOSAL (RFP)

Following terms and conditions may be kept in view while submitting the bids :-

Tender for development, upgradation of web based software application for Student Information System (SIS) INVITATION OF THE BID

GOVERNMENT OF ASSAM DIRECTORATE OF TRAINING ASSAM ADMINISTRATIVE STAFF COLLEGE KHANAPARA: GUWAHATI NOTICE INVITING TENDER

RFP DOCUMENT FOR SUPPLY AND INSTALLATION OF BIOMETRIC FACIAL RECOGNITION TIME ATTENDANCE & ACCESS CONTROL SYSTEM FOR

Rajya Sabha Secretariat Rajya Sabha Television 12 A, Gurudwara Rakab Ganj Road, New Delhi TENDER NOTICE FOR INTERNET CONNECTIVITY

Government of Jharkhand Department of Science & Technology Nepal House, Doranda, Ranchi Ph , , Fax ,

LIMITED TENDER FOR DESIGN, DEVELOPMENT AND IMPLEMENTATION OF WEBSITE FOR NON TIMBER FOREST PRODUCE (NTFP)

Development of application Software for Election Commission

Document Control Sheet

BIHAR RURAL DEVELOPMENT SOCIETY (BRDS) RURAL DEVELOPMENT DEPARTMENT GOVERNMENT OF BIHAR MAIN SECRETARIAT PATNA BIHAR (INDIA)

TENDER DOCUMENT FOR EXPRESSION OF INTREST FOR STORE AND ASSET MANAGEMENT SOFTWARE AIIMS PATNA

TENDER FOR INSTALLATION OF TEA/COFFEE VENDING MACHINES AND SUPPLY OF MATERIALS/CONSUMABLES AT CORPORATE OFFICE, GURGAON

GOVT. WOMEN S POLYTECHNIC COLLEGE Shivaji Nagar, Bhopal, Madhya Pradesh

allowed. Request for inclusion and consideration of ISO 2008:9001 quality certification. CMMI Level 5 : 10 Marks CMMI Level 3 : 07 marks ISO: 05

ADMINSTRATION OF DAMAN AND DIU(U.T.)

Empanelment of Vendors for Load Testing

Ref. REC/Adm. (Estate)/ / Dated

REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF HEALTH CARE CONSULTANCY SERVICES FOR BIHAR MEDICAL SERVICES & INFRASTRUCTURE CORPORATION LTD.

Tender Notice. Biometric Attendance System Software with SMS service for NITT Hostels

SUPPLY AND INSTALLATION OF INTERNET BANDWIDTH SERVICES

INVITATION FOR LIMITED TENDER FOR SUPPLY OF TECHNICAL MANPOWER

CENTRAL INFORMATION COMMISSION BLOCK IV, 5 TH FLOOR, OLD JNU CAMPUS, NEW DELHI TENDER DOCUMENT

TENDER NOTIFICATION ENTRY OF DATA FROM I-R/II-R/I-U/II-U FORM INTO DATABASE

National Small Industries Corporation Ltd NSIC Bhawan, Okhla Industrial Estate, Phase III New Delhi-20 Telephone:

The Cotton Corporation of India Ltd. (भ रत सरक र क उपक रम) ( A Govt. of India Undertaking ) Veer Sawarkar Chowk, शह न रव ड र ड, सम र ट नगर,

REQUEST FOR PROPOSAL FOR GYM AND RECREATIONAL FACILITITY MANAGEMENT SERVICES

PUNJAB & HARYANA HIGH COURT CHANDIGARH DETAILED TENDER DOCUMENT FOR SUPPLY AND COMMISSIONING OF

Invitation of Expression of Interest (EOI) From Consultancy Organizations For Creating Master Database of Regular Employees

CENTRAL BOARD OF SECONDARY EDUCATION 2 COMMUNITY CENTRE, PREET VIHAR DELHI CBSE/CU/EXAMS/2009 Form No E... Price -Rs. 200/- Non-refundable

Contents: 1 General. 1 General. 2 Tenderer s obligations. 3 The Procuring Department s undertakings. Republic of Botswana. OF TENDER Feb 2006

Tender Document for Supply, Implementation & Maintenance of Human Resource (HR) Software

EOI - Empanelment of Vendors for Load Testing. Expression of Interest (EOI) Empanelment of Vendors for Load Testing

Bank of Baroda inviting tenders from Gujarat Based Reputed Printers for F.Y with BOB Zonal Stationery Cell, Baroda. Ph.

TENDER FOR ANNUAL MAINTENANCE CONTRACT OF WEBSITEs OF O/O DIRECTORATE OF FILM FESTIVALS.

FINANCIAL INTELLIGENCE UNIT INDIA 6 th Floor, Hotel Samrat, Kautilaya Marg, Chanakya Puri, New Delhi

SCHOOL OF PLANNING AND ARCHITECTURE

TENDER NOTICE NO. 04/

Supplier prequalification Document

TERMS & CONDITIONS FOR THE REPAIR AND MAINTENANCE CONTRACT

Ref No: / /91/IT/Dir/ Date: 02/02/2012.

REQUEST FOR PROPOSAL (RFP) FOR SCANNING & DOCUMENT MANAGEMENT SOLUTION FOR THE COMMISSIONER OF INCOME TAX, DELHI-II NEW DELHI

Hostel Administration Committee National Institute of Technology, Tiruchirappalli-15, Tamil Nadu INVITATION FOR EXPRESSION OF INTEREST

TENDER DOCUMENT FOR RISK MANAGEMENT POLICY (ALM Policy and Hedging Policy)

TENDERS ARE INVITED FOR INFORMATION TECHNOLOGY CONSULTANCY SERVICES

Request For Proposal (RFP) for Empanelment of IT Consultants for Bank

Dy. General Manager (Information Technology)

Corrigendum Document. For. Selection of Agency

INDIAN INSTITUTE OF TECHNOLOGY GANDHINAGAR

Reference No. RFP/IT/CO/2016/2 Dated 29/02/2016. IMPORTANT DATE: Last date for submission of Quotes: 10 th March, 2016

GOVERNMENT OF INDIA. No: 06-ADM/23/PUR/NER/MMD/12 Dated: 27-MARCH-2012

- NOTICE INVITING TENDER

DETAILED OF TENDER PAPER FOR PRINTING & SUPPLY OF FLEXI BOARD UNDER FEEDING PROGRAMMES (SNP/EFP & MDM) FOR THE YEAR

ANNEXURE - I MPD/EPC/TIC/ NR logo web application development dated: Page 1

REC Power Distribution Company Limited. No. RECPDCL/CM/Tech(Vol-I)/6/EOI. Notice Inviting Expression of Interest (EoI) For

DIRECTORATE OF PUBLICITY & PUBLIC RELATIONS CUSTOMS & CENTRAL EXCISE C.R.BUILDING, NEW DELHI. ***************************

REQUEST FOR PROPOSAL TO SETTING UP A CALL CENTRE. No SIC/DPU/19/Call Centre/ Nov2008 Dated: 19th Jan, Document Fee: Rs.

Expression of Interest (EoI) Design, Development and Maintenance of New Website for National Institute of Solar Energy, Gurgaon

Annual Maintenance Contract (AMC) of Computer/Printer/Server/Scanner/ Laptop/UPS etc. in the Ministry of Women and Child Development

TENDER DOCUMENT FOR ESTABLISHMENT OF VIDEO CONFERENCING FACILITY TENDER ENQUIRY

How To Sell Cement In Jamshedpur

Terms and Conditions

Expression of Interest for Empanelment Of Film Producer/ Film Production Agency


(A K Chatterjee ) Sc. F & Head, BIS-DSBO

TENDER DOCUMENT FOR SUPPLY OF OMR SCANNER WITH BAR CODE READER

Application Form. Empanelment of Contractors for Electrical Maintenance Works at SEBI Bhavan. Name of the Applicant...

SUPPLY, INSTALLATION, TESTING & COMMISSIONING OF SPLIT AIR CONDITIONERS

period Cost of tender documents : Rs. 5000/- (Five thousand only) - (Non refundable )

SANITARY SECTION IIT Kharagpur

Expression of Interest (EOI) For. Enterprise Content Management Solution (ECM)

TENDER FOR TRAVEL SERVICES

KERALA STATE INDUSTRIAL DEVELOPMENT CORPORATION LTD

Tender for Procurement of -2- Nos of GeoTrust SSL Certificate (Secure Site with EV) Tender Ref. No. - BCC:IT:PROC:108:26 Tender Date - 10 th June 2016

Request for Techno-Commercial Proposal(TCP) for Design, Development, Implementation & Maintenance of ERP Solution for APMDC

Request for Techno-Commercial Proposal. Design, Development, Implementation & Maintenance of Portal Solution for Dr. MCR HRD IAP

Indian Institute of Technology, Kharagpur Kharagpur , WB, India

Request For Quotation from Service Providers. for. ISO/IEC 27001:2013 Certification for UTIITSL

WEST BENGAL STATE ELECTRICITY TRANSMISSION COMPANY LIMITED. (A Govt of West Bengal Enterprise)

REQUEST FOR QUOTATIONS

(RFP) PURCHASE OF BLADE SERVER

Empanelment of Private Security Agency (PSA) for Bhubaneswar Region

NATIONAL HOUSING BANK

District Education Office, Kanker. Detail Document. For the. Computer Training of Software and Hardware

SHORT TERM TENDER NOTICE

TENDER DOCUMENT FOR PURCHASE OF BIOMETRIC ATTENDANCE SYSTEM FOR VARIOUS NDCC BANK BRANCH & OFFICES

School of Open Learning University of Delhi

Expression of Interest (EoI) Design, Development and Maintenance of New Mobile Application for National Institute of Solar Energy, Gurgaon

TENDER DOCUMENT. Renewal of ORACLE-ATS ( Software Update-1 Year & Product Support-1 Year ) for Odisha State Data Centre, Bhubaneswar.

Wanted Plot at Bavla. Advertisement for purchase of plot at Bavla under Ahmedabad DO.

Office of the Competition Commission of India Hindustan Times House, K.G. Marg, New Delhi

Notice for appointment of Chartered Accountants firm for statutory audit

BANK OF UGANDA REPUBLIC OF UGANDA

DOCUMENT FOR EXPRESSION OF INTEREST FOR EMPANELMENT OF ADVERTISING AGENCIES

Transcription:

Page 1 of 21 EOI Number: Edn-1 (F)-35/2012 Expression of Interest For SUPPLY AND INSTALLATION OF BIOMETRIC ATTENDANCE DEVICE IN 100 SCHOOLS RUN UNDER ST&SC DEVELOPMENT DEPARTMENT IN KANDHAMAL AND RAYAGADA DISTRICT. ST&SC Development Department Block No-7, Odisha Secretariat, Bhubaneswar Phone: 0674-2322767 Fax:0674-2393249 E mail: stscdev@gmail.com and gajanandsag@gmail.com Website: www.odisha.gov.in/stsc/index.htm

Page 2 of 21 TABLE OF CONTENTS Sl No Particulars Page No A Schedule of Invitation of EOI 3 B General Instructions 3 C Background of the Project 4 D Objectives of the Project 4 E Broad Outcomes of the Project and Project Deliverables 4-5 F Project Coverage 5 G Expected Service Deliverables by the Agency 5-6 H Role of Project Management Agency 6 I Technical Specification of the Device 6-7 J Salient Features of the Device 7-8 K Architecture of the Biometric Attendance System 8-9 L Hardware Brands 10 M Operations and Maintenance 10 N Duration of the Assignment 10 O Eligibility criteria for the bidder 11 P Procedure of Application 11 Q. Packaging and Delivery of the Bid documents 12 R Evaluation of the Proposal 13 S Selection and Award of Work 14 T Bid Evaluation Committee 14 U Competent Authority 14-15 V Payment Mechanism 15 W Address for Communication 15 X Other Terms and Conditions 15-17 Annexure-I Format for submission of Technical Bid 18-19 Annexure-II Format for submission of Financial bid 20 Annexure-III Format for submission of details of similar projects executed by the agency. 21

Page 3 of 21 A. SCHEDULE OF INVITATION OF EOI: Date of Issuance of EOI 28 th July 2012 Last date and time of 21 st August 2012 up to 3:00 PM submission of EOI document Clarification Meeting at respective 8 th August 2012 at 3:30 PM at OMTES, offices at district level. Adivasi Exhibition Ground, Unit-1, Bhubaneswar. EOI document to be submitted to Secretary, OMTES Date and Time of Opening of EOI document NOTE: 21 st August 2012 at 4:00 PM at OMTES, Adivasi Exhibition Ground, Unit-1, Bhubaneswar. 1. Please address all queries and correspondence to Secretary, OMTES, Adivasi Exhibition Ground, Unit-1, Bhubaneswar. 2. If the Office of Authority happens to be closed on the day of receipt of the bids as specified, the bids will be received and opened on the next working day on opening of the Office at the same time and venue. 3. Please quote EOI Ref. Number in all your correspondence. B. General Instructions 1. Interested Agencies who wish to submit the proposal will have to submit the proposal document as per the prescribed guidelines of the EOI. 2. Technical document and financial document: Applicants shall submit physically their technical as well as the Financial documents in sealed envelopes super-scribed with due date, time, project and nature of document. 3. Once quoted, the bidder shall not make any subsequent price changes, whether resulting or arising out of any technical/commercial clarifications sought regarding the bid, even if any deviation or exclusion may be specifically stated in the bid. Such price changes shall render the bid liable for rejection. 4. The Price/ rates/ quotes by the bidder shall be valid for a period of 180 days and shall be applicable for the entire contract period. Yours faithfully,

Page 4 of 21 C. Background of the Project: The ST&SC Development Department is the nodal Department for the welfare of the Scheduled Caste and Scheduled Tribes of the state. For providing better education facility and reduce the drop out of the students, the department has established and running 1600 educational institutions in the state. In addition to this, hostels for boys and girls are built to provide residential facility to students. In line with the development initiatives, the department is willing to introduce biometric based attendance in its schools and hostels. The project aims to capture the reach of education services extended to targeted beneficiaries. It further aims to ensure transparency and accountability in processes, coupled with effective monitoring mechanism by generation of Management Information System (MIS) reports. D. Objectives of the Programme: The main objective of the project is to allow online attendance monitoring for students, teachers, administrative staff, etc. Following are the key objectives of the project 1. Use of biometrics technology to capture attendance of teachers, administrative staff and students; 2. Use of computerized application as primary mode of attendance recording and replacement of manual records; 3. 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; 4. Creation of Biometrics based attendance capturing system; and 5. To generate Management Information System (MIS) at ITDA and district level. E. Broad Outcomes of Project and Deliverables 1. Application Software and hardware for Biometric Attendance system for Schools in Kandhamal district of Odisha;

Page 5 of 21 2. 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 State Head Quarter; 3. Training of users, trial runs and Management Information System (MIS) customization as per the project requirements. F. Project Coverage 1. This project will be implemented as a pilot project in Kandhamal and Rayagada district of Odisha and will be expanded to other districts of the state based its success. The project will cover 100 schools/ hostels/ institutions in Kandhamal district and 50 institutions in Rayagada district. The list of schools/ hostels/ Institutions to be covered under this project will be finalized by the respective Project Administrators of the ITDA, based on the site specific requirement. For Kandhamal District, the PA, ITDA Baliguda shall act as the nodal officer and for Rayagada, PA, ITDA, Rayagada shall act as the nodal officer. G. Expected Service Deliverables by the Selected Agency. The project defines following scope of work for the Selected Agency 1. To Supply and Installation of the Attendance Capturing Device and its related accessories; 2. Design & Development of Application Software as per the requirement and installation at the required project sites. 3. Registration and enrollment of individual users/ students at institution level. 4. Preparation of Student s Enrollment form, School Survey Format, etc. 5. Collection of data, entry & Validation of data and creation of users database. 6. Application Software Testing 7. Installation & Commissioning of the Hardware & Software at all project locations and also at the ITDA office, Baliguda. 8. Creation of User Manuals 9. Two number of trainings to users and also to the monitoring staff at ITDA baliguda. 10. Trial Run 11. Operation, Management and Maintenance of the Hardware & Software for the period of 1 year further extendable based on project requirement.

Page 6 of 21 12. Training and Handholding support for Periodical Generation of Project Status Reports attendance tracking. 13. Providing handholding support to the ITDA office for monitoring and evaluation of the programmee. 14. Providing handholding support to the teacher of schools for enrollment of new person. Etc. 15. In case of technical errors in the device or non functioning of the machines, the agency is to repair or replace or make it in to workable stage within 7 working days from the date of complaint registration. H. Project Management Agency s (ITDA Baliguda and Rayagada) Role: The Project Administrator of respective ITDAs will be responsible for the following aspects in the project. 1. Identify the project sites i.e schools, hostels and other institutions, wherein the project will be executed; 2. Issue necessary communication about the project and the process of implementation of the project to the project office at Baliguda. 3. Monitoring of the project on periodic basis and also review the progress of the project. 4. Coordinate with state level functionaries for approval of various documents and processes; 5. Identify and report any issues or risk associated with the project; 6. Conduct Partial Acceptance Test and Final Acceptance Test of the systems; 7. Field Inspection and Verification of Acceptance Tests; 8. Witness of Trial Run; I. Technical specification of the device The biometric device to be used in the project will be having the following technical specification. FINGERPRINT TIME ATTENDANCE SYSTEM Minimum TECHNICAL SPECIFICATIONS 1 User Capacity Not Less than 1000 2 Record/ Transaction Capacity Not Less than 1,00,000 with effective data back up mechanism through online and offline mode. 3 Display Type Mono/ Color LCD Screen

Page 7 of 21 4 Display Size Not Less than 3 TFT 5 Communications RS232/ RS485/ TCP/IP, USB 6 Identification time <= 2S 7 FAR <= 0.0001% 8 FRR <= 1% 9 Operating Temperature 0 C - 45 C 10 Operating Humidity 20% - 80% 11 Sensor OEM Optical Sensor 500 DPI 12 Optional EM RFID (Proximity/ Mifare) Card reader 13 OS Compatibility Windows XP/Vista/ Windows 7 14 Battery Backup Not less than 4 Hours 15 Language English 16 Regulatory Approvals & Certifications FCC, CE, R&TTE, RoHS 17 Power back up device Once recharged can supply power to the Biometric device up to a week day. The Device specified above may have the option to upgrade to its higher version. In addition to this the agency shall supply a Time attendance Monitoring software with customized report generation facility. J. The following will be the salient features of the Biometric attendance System. 1. A Finger Print Scanner device is termed as a "Unit". 2. One unit will be provided for each 250 students, so that the complete school attendance can be completed within 15-20 minutes. 3. The units shall be placed at a common room or in Activity hall cum hostel common room, where students have a easy access. 4. The Attendance shall be taken twice a day. The first attendance will be taken at the time of morning class hours (Between 11Am to 12 Noon) and second at the time of evening (6-7 PM). This will help in tracking the attendance of students and also the No. of day scholars and hostellers being covered under mid day meal schemes/ mess facilities. 5. The Units shall be powered through regular power supply. A Uninterrupted Power Supply shall be available to ensure uninterrupted supplies to the Units during the time of attendance and also in the prescribed time. 6. Initially, data of students, teachers and other staff shall be captured through a process of enrollment or registration in which (a) Master database creation shall be done using System Requirement Study. (b) Data shall be captured through survey forms

Page 8 of 21 (c) Collected data will be entered into a master database. (d) Based on the entered data biometrics (fingerprints) of all the students, teachers, staff, etc. in schools will be captured 7. The Attendance shall be carried through any Unit available in the Computer room. Every individual shall mark their attendance by placing the finger on Finger print scanner (FPS). The data stored earlier in the Unit, will be available for verification through any Unit while carrying out the attendance authentication. 8. The attendance information shall be transmitted to District Head Quarter at periodic intervals, for report generation. 9. Also the district office can at any point of time generate report by linking it to the device through a web enabled solution. So that the manual system of data transfer from school level to district level can be replaced. 10. The data from the district head quarter shall be transferred to state head quarter on demand. 11. Training will be provided to all stakeholders and on usage of the device. The following diagram represents the information transfer flow in the biometric attendance project from school level to the district HQ level. Dist. HQ Through GPRS/ TCP/IP/ USB School School School School School School K. Architecture of the Biometric Attendance System. The solution comprises of the following integral parts:- K.1 Equipment The equipments required to implement the solution consists of following- K.1.1 At Schools i. Biometric Attendance device ii. Uninterrupted Power Supplies (UPS) iii. Switch, Cables and Accessories/ Battery etc.

Page 9 of 21 K.1.2 At ITDA Office Headquarter i. Desktops (or) Personal Computers (PCs) ii. Finger Print Sensor (If required) iii. Uninterrupted Power Supplies (UPS) for the Computer iv. Network Connectivity/ web enabled system v. Switch, Cables and Accessories vi. Furniture for one computer including Computer table, and one chair. K.2 Software and Applications K.2.1 The System software required to implement the solution can be Windows XP or Vista Operating System for PCs. K.2.2 The Application Software shall consist of K.2.2.1 Attendance Capturing Software: The Attendance Monitoring System shall allow enrollment of users including teachers, admin staff and students and also mark their attendance at individual locations. It shall also ensure attendance captured is transferred at the end of every week to District Headquarter and State Headquarter level and reports are generated. The Special Features of the application software include - i. Application software shall lock the system clock. ii. Database of the application at each location shall also be locked iii. System shall also record the rejections during attendance marking process for reporting purposes. iv. Application shall provide a clear audio visual signal to denote the success and failure of attendance marking process. K.2.2.2 Support Services: The Agency will be providing the following services at the project locations. i. Install and Maintain the hardware at each location in the district ii. Carry out monthly enrollments as and when required iii. Provide support and troubleshoot of any hardware/software errors iv. Maintain backup inventory of the required hardware deployed v. Assist in generation of reports as per the requirement

Page 10 of 21 In order to carry out the above activities, a web based application software shall be designed, developed and deployed by the implementing agency which can record and report the above the activities. This software will have the following: 1. Personnel Information Module 2. Preventive Maintenance Module 3. Inventory Management Module 4. Repair & Troubleshooting Module 5. Report Generation Module L. Hardware Brands: The SSD is seeking for quality hardware with extended warranty period. It is therefore expected bidders to procure hardware for IT equipments from reputed brands. M. Operations & Maintenance Services related to maintenance of Finger print sensor, System software and application software is to be provided by the agency and any problem arising during the operation is to be addressed by the agency within a week s time. For problems arising at school level, the services are to be provided on call basis. N. Duration of Assignment: The duration of assignment will be for a period of one year and will be increased depending up on the requirement.

Page 11 of 21 BIDDING Process O. Eligibility Criteria for Empanelment of Agencies: The Bidder should be fulfilling the following preconditions and must also submit documentary evidence in support of fulfillment of these conditions while submitting the technical bid. Claims without documentary evidence will not be considered. Sl. No Eligibility Criteria 1. The Agency / Firm should be registered as Firm / Society / Trust / Company under the concerned Indian Laws / Acts. The Agency / Firm should have an experience of more than 3 years in implementation of similar kind of project. 2. The agency should have experience of supply and installation of biometric attendance device in schools/ educational institutions/ Offices etc. 3 The agency/ firm should have experience of working in similar kind of project in rural areas of Odisha or any other state. 4. The Agency / Firm should have minimum turnover of Rupees 100 lakh during the last three financial years i.e. during FY 2009-10,, 2010-11 and 2011-12. Documents to be submitted for verification. Registration certificate of the agency under concerned Indian Laws. Detail list of similar projects executed alongwith the copy of Work order/ Agreement. Detail list of similar projects executed alongwith the copy of Work order/ Agreement. Charted Accountant certificate indicating the turnover, and Net worth of the organization during the last three financial years. The Annual audited report for the last three financial years will also to be enclosed. P. Procedure of Application: Eligible organization/ agency has to submit their technical proposals under sealed covers to the office of OMTES, Adivasi Exhibition Ground, Bhubaneswar in prescribed format. Technical proposal should be accompanied with proof of annual turnover, detailed experience in conducting similar assignments and other documents as described in the eligibility criteria above. The proposal must be accompanied by a letter on the organization s letter head showing the full registered office address of the organization. It should be signed by a person of suitable authority

Page 12 of 21 to commit the organization with relevant experience to a binding contract. The organization must quote the work Title and include the following declarations: 1. We have examined the information provided in your terms of reference and offer to undertake the work described in accordance with requirements as set out in the TOR. 2. This proposal is valid for acceptance within 6 months and we confirm that this proposal will remain binding upon us and may be accepted by you at any time before this expiry date. 3. The proposal (Technical & Financial) has been arrived at independently and without consultation, communication, agreement or understanding (for the purpose of restricting competition) with any other organization/ firm invited to submit proposal for this contract. 4. We confirm that all personnel named in the proposal will be available to undertake the services. 5. We confirm that there are no personal, financial and business activities that will, or might, give rise to a conflict of interest, if we were awarded this assignment. ST&SC Development Department/ Nodal offices, reserves the right to reject any Proposal which, in it s opinion, gives rise, or could potentially give rise to, a conflict of interest. 6. We confirm that the organization Are not or have not been the subject of any proceedings or other arrangements relating to bankruptcy, insolvency or financial standing. Have not been convicted of any offence concerning professional misconduct Have not been convicted of corruption including the offence of bribery We agree to bear all costs incurred by us in connection with the preparation and submission of this proposal and to bear any further pre-contract costs. I confirm that, I have the authority of [name of organization] to submit proposal and to clarify any details on its behalf. Q. Packaging and Submission of Proposals: The proposal is to be submitted with all necessary details in sealed envelope, which will include the followings. 1. EOI Document fee of Rs. 1000/- and EMD of Rs. 20000/- is to be submitted with the proposal in a separate envelope superscripted with the EOI name and number. The EOI document fee and EMD is to be drawn in favour of Secretary, OMTES. 2. Original and one copy of Technical Bid complete with all technical and commercial details as prescribed in the EOI document. Original printed document shall be considered as authentic. Such copy has to be submitted in physical form at the office of the Authority on or before the due date of submission of technical proposal. All pages of the offer must be signed.

Page 13 of 21 The proposal must be submitted in the format attached at Annexure-I and Annexure-II to the EOI stating all necessary details as mentioned above. R. Evaluation of the Proposal: Technical Bids will be evaluated first and if shortlisted, the competence of the financial bid will be evaluated subsequently. Bids shall be evaluated on a Quality and Cost Based Selection (QCBS) basis. Bids shall be ranked according to their combined technical (St) and financial (Sf) scores using the weights (T = the weight given to the Technical Proposal = 50%; P = the weight given to the Financial Proposal = 50%; T + P = 100%) using the formula: S = St x T% + Sf x P% Authority is not bound in any manner to select any of the bidders submitting bids or to select the bidder offering the lower price. The bidder achieving highest combined technical and financial score (S) will get the highest rank, followed by others. Bidder obtaining highest number of points shall 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 the bids should clearly understand that any or all parts of their bids are liable to be part of the negotiation procedure. Q.1 Technical Evaluation Only those bidders who have fulfilled the eligibility criteria will be evaluated further. The technical evaluation and comparison of the bids of such eligible bidders shall be done on the following parameters: Sl. No Parameter for Evaluation (Technical) Documents to submit Maximum Score 01 Governance and Management of the A brief note describing the 10 agency Organisation profile, its Years of experience of the agency in implementation of areas of functioning, core activities etc. similar kind of project. The Database form at Organization s core area of Annexure-I to be filled up. functioning. 02 Agency s Infrastructure: Number of The Presence of the 20 offices/ project villages at different locations (State/ District/ Block wise) in Odisha and the district under coverage. organization in Odisha. The detailed list of functional offices in Odisha may be 03 Agency s prior experience of working in rural areas/ Tribal belt areas on similar kind of project. Also the clint base and out reach of the agency on similar kind provided. A complete list of similar kind of projects under taken by the organization supported with the copy of 30

of project. 04 Technical presentation on the architecture of the device, The system and monitoring software, the Project module, Project implementation approach etc. Agreement/ Work order etc, as prescribed in Annexure- III. Presentation to be made by the organization. Page 14 of 21 Total Score 100 Evaluation shall be carried out based on the above criteria, the data and documents provided by bidders in support of their claims. The cut-off marks for short-listing based on the Technical Evaluation is 60% of total marks. Evaluation Committee shall have the right to verify the claims made by the Bidder, in whichever way it deems fit. Based on the Bid Evaluation, only technically qualified Bidders scoring more than cut-off marks shall be shortlisted. Q.2 Financial Evaluation Financial bids of only the short-listed Bidders shall be opened. The lowest evaluated financial bid (Fm) will be given the maximum financial score (Sf) of 100 (one hundred) points. The financial scores (Sf) of the other Financial Proposals will be computed as per the formula Sf = 100 x Fm/F, in which Sf is the financial score, Fm is the lowest financial quote and F is the financial quote under consideration. S. Selection and award of Work: 40 The selection will be done at a two stage process. Firstly the agencies scoring more than 60 marks in the technical bid will be qualified for further opening of financial bid. Bidder obtaining highest number of points shall 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. T. Bid Evaluation Committee: Bid evaluation shall be done by Evaluation Committee appointed by Authority. The Committee shall determine the approach and methodologies for the issues, which may arise during the evaluation exercise and have not been addressed in this Tender Document. The decision of the Committee shall be final and binding on all the Bidders. U. Competent Authority

Page 15 of 21 The Nodal Officers at the district level will be the competent authority for this project. The powers of the Competent Authority will be as under: 1. Amend EOI documents during the proposal evaluation process. Any amendments will be conveyed to the short-listed organization / Agency; 2. Modify scope of work at the time of the award of the contract. Such modifications will be discussed and agreed with the preferred organization/ Agency. 3. At discretion during evaluation of bids, request an organization/ Agency for clarification on its proposal. This request will be in writing and the organization/ Agency should respond in writing. No change in price or substance of the bid shall be sought, offered or permitted at this stage. 4. The Nodal Office exercises the right to accept or reject any proposal without assigning any reason thereof. V. Payment Mechanism: The total project cost is to be finalized on the basis of the final quoted amount in the financial bid and subsequent price negotiation. The following will be the payment mechanism to the agency. Payment Mechanism Sr. No Deliverables Payment Mechanism 1 2 3 a) On Submission of Project Report stating the Project Implementation Plan, Project Schedule indicating the plan for installation of the Biometric device and software. Completion of Installation of biometric device and the soft ware. The statutory requirements viz. OEM certification from the Supplier, certification on quality standards of the hard ware and soft ware is to be provided along with the bill/ invoice. On Completion of Contract Period of 1 year and Handing over of all the assets to school in Good Condition. 10% of the accepted cost for component 1,2 and 3 (i.e cost of Hardware, Software and installation fee). This will be paid as Mobilization Advance on submission of Bank Guarantee against the said advance. The Bank guarantee shall be returned back to the agency after successful installation and commissioning of the device. 80% of the cost of component 1,2 and 3 of Financial bid (i.e cost of Hardware, Software and installation fee cost) 10% of the accepted cost for component 1,2 and 3 of financial bid. (i.e cost of Hardware, Software and installation fee) Note: The Annual Maintenance fee will be considered if the project is continued after one year.

Page 16 of 21 W. Address for communication: Any queries or communications may please be sent to the office of OMTES, Adivasi Exhibition ground, Unit-1, Bhubaneswar. X. Other Terms and Conditions: 1. AUTH ORITY S RIGHT TO VARY SCOPE AT TIME OF AWARD If any change in Scope of the Contract causes an increase or decrease in the cost of, or the time required for, the Bidder performance of any part of the work under the Contract, an equitable adjustment shall be made in the Contract Price or schedule of implementation, or both, and the Contract, shall, accordingly be amended. Any claims by the Bidder for adjustment under this Para must be asserted within thirty (30) days from the date of the Bidder receipt of the Authority changed order. 2. AUTHORITY S RIGHT TO ACCEPT AND TO REJECT ANY/ ALL BIDS Authority reserves the right to reject any Bid and to annul the bidding process and reject all bids 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 for such decision. 3. NOTIFICATION OF AWARD & SIGNING OF CONTRACT Prior to expiry of the period of Bid validity, the Authority will notify the successful Bidder in writing that its Bid has been accepted and send the successful Bidder the Contract Form. Within 10 days of receipt of the Contract Form, the successful Bidder shall sign and date the contract and return it to the Authority. If the successful Bidder thus selected fails to sign the contract as stipulated, the Authority reserves the right to offer the contract to the next lowest Bidder. However, the authority reserves the right to award the work to more than one agency subject to the condition that the bid prices of all the shortlisted agencies are same. 4. PENALTY Authority will levy penalty in case the Bidder fails to provide the services specified by the Authority in the ToR of this EOI document. The amount of penalty shall be commensurate with the nature of the breach/ defect/ deviation/ fault and as decided by Authority. Such an amount payable by the Service Provider shall be final and binding and shall not exceed 10% of the Total Accepted Contract Value of the bidder for the Contract Period. On the Service Provider repeatedly failing to rectify the faults within the time period as stated by the Authority, the Authority is free to cancel / terminate the Contract by giving one month notice.

Page 17 of 21 If there is any delay in submitting any report as demanded by the Authority whether monthly or quarterly or yearly, and if the delay continues for a period of more than 1 week, then penalty shall be charged as deemed appropriate by the Authority subject to maximum of 10% upper limit. Also, the Authority may, at its discretion, get the deviations, faults attended/ rectified by any other agency at the risk and cost of the Service Provider and the same will be recovered from the Service Provider. 5. AUTHORITY S RIGHT TO AWARD CONTRACT TO ONE OR MORE BIDDERS Authority reserves the right to award the Contract to one or more Service Provider/s and split the order for different schools among different Service Providers. 6. Ownership of the Hardware, soft ware, furniture and any other items supplied: The hard ware, software, furniture and all other accessories created out of the project will be the sole property of the schools and the selected agency will not have any right to claim the ownership of such property.

Page 18 of 21 Format for submission of Technical Proposal Annexure-I A. General Details of the Organization/ Institution: Sr. No Particulars Remarks/ Documents to be attached 01 Name of the Agency As mentioned in the Registration Certificate. 02 Address of Head office: Telephone: E mail: Fax number(if any): Name(s) of the contact person(s):18 03 Corresponding Office address (If different from the above address: Telephone number : Name(s) of the contact person(s) along with mobile number and e mail id. 04 Year of establishment of the Organization Mention the date of Registration and enclose the Certificate of Registration. 05 Years of work experience in executing projects/ programmes as mentioned in eligibility criteria of the EOI document 06 Annual Turnover of the Organization for the year 2009 10: 2010 11: 2011 12: Please mention the amount and attach the CA certified P&L and balance sheet for the last three years. 07 Income Tax PAN No. PAN No. to be mentioned and photo copy of PAN to be attached. 08 Tax Payer Identification Number(TIN) TIN No. to be mentioned and photo copy of TIN to be attached. 09 Service Tax Registration No. Please attach documentary evidence 10 The firm is a proprietary/partnership/limited Co./Society (Please attach documentary evidence) 11 If the firm is a partnership Co. the name of the partners and authorized signatory for Partnership deed/ MOA/ Proprietary deed etc. A copy of Organizational profile and latest Annual Report should be

Page 19 of 21 submission of Bid/Tender. 12 Details of clients for whom similar projects are under taken, along with value of orders executed. 13 Details of EOI Document fee: DD No. attached (Please attach documentary evidencename of the party with value of orders as per (Annexure III with photo copy of the work orders) Please enclose the original DD along with the technical documents. Date Amount :1000/- Drawn on Details of EMD: DD No. Date Amount :20000/- Drawn on (Attach the original copy of DD in favour of Secretary, OMTES).

Page 20 of 21 Annexure-II: Financial Bid Sl. No. The Financial Bid amount quoted includes all applicable costs for carrying out the activities outlined as scope of work for the agency. The... (Full name of Agency) will not claim any cost over and above the bid amount quoted. The bid amount quoted for is calculated on village basis and the (Full name of Agency) is agreed to the stages of payment mentioned in the EOI document. I/We hereby submit the financial quote as mentioned in the following table. Particulars Unit Cost No. of Units Financial Quote (INR) A. Cost of Device 1 Cost of Finger Print Time Attendance Machine as per the specification. 2 School Attendance Software for the Project 250 Whole Project 3 Installation and Implementation charges. 250 devices Sub Total (A) B. Maintenance Charge 4 Annual Maintenance Charge for the Device and Software. Sub Total (B) Applicable Taxes (C) Grand Total (A+B+C) Total (Amount in Figure) Grand Total (A+B+C) Total (Amount in Words) 250 device and for the software Authorized Signatory Office Seal

Page 21 of 21 Annexure-III Details of similar kind of Projects undertaken by the Organisation Sr. No Name of Project Name of Client/ Organisation 1 2 3 4 5 6 7 8 9 10 Value of the order in INR Documentary Evidence (Authorized Signatory)