Upload
others
View
13
Download
0
Embed Size (px)
Citation preview
1
Directorate of Education (Secondary and Higher
Secondary), Maharashtra State (D.E.S &H.S.)
(ICT Scheme)
(1st Floor, Central Building, Dr. Annie Besant Road, Pune -411001)
TENDER DOCUMENT
FOR
Implementation of Information, Communication
and Technology Scheme in Secondary & Higher
Secondary Schools in Maharashtra State
Name : ___________________________
Address & Contact : ___________________________
__________________________
___________________________
2
Directorate of Education (Secondary and Higher
Secondary), Maharashtra State (D.E.S &H.S.)
(ICT Scheme)
(1st Floor, Central Building, Dr. Annie Besant Road, Pune -411001)
NOTICE INVITING TENDERS
E - Tenders are invited by D.E.S.&H.S. from reputed and experienced
organization/ Institutes for the supply of Computer and connected accessories,
Education softwares,Online M.I.S., faculty and provision of IT Education Services
in 5000 Government Secondary and Higher Secondary schools in 10 group (i.e. 10
region) from district of the State of Maharashtra as specified in DTN on Build,
Own, Operate and Transfer (BOOT MODEL) for a period of five years. The bidding
unit would be 1 School and there would be a total of 5000 Schools in the state
which are distributed in 10 groups (i.e. 10 regions).
1 Name of Work: Implementation of ICT scheme in 5000 schools (ICT
phase III) in various regions of Maharashtra State.
2 Bid Security: Rs. 100 Lac. (Rs. One Crore only) for one group and
according to multiplicity of Rs. 100 lac as per the number of groups the
bidder is submitting his bid. Bid security should be in form of Demand
Draft / Bank guarantee of any nationalized bank in favor of “ Director of
Education (Secondary and higher Secondary )Maharashtra State, Pune”
payable at Pune. The bidder shall submit the bid security to DES&HS on
or before the time of opening of technical bid, failing this will cause a
rejection of bid as non responsive. The bid security /EMD of the
unsuccessful bidders will be returned after the award of the contract within
30 days time. Bidders, under any circumstances, will not be entitled to
claim or receive interest/penalty/damages from Director of Education
3
(Secondary & Higher Secondary) Maharashtra State, Pune Government on
account of the Tender Fee, EMD, Bank Guarantee required to be submitted
under this tender and the contract. No claim/dispute in this regard will be
received or accepted. The above EMD amount will be held by Director of
Education (Secondary & Higher Secondary) Maharashtra State, Pune 411
001 till it is returned and will not earn any interest thereof.
3 Validity of Bid: 120 days from the last date of submission.
4 Validity of the contract and Rate: Five year on BOOT basis. .
5 Issue of Blank Tender Forms: From 12/03/2012 to 26/03/2012. The
prospective bidders will be authorized to download the Tender forms from
the website maharashtra.etenders.in .
6 Cost of Blank Tender Form: Rs. 25,000/- (Non Refundable) in the form of
Demand Draft in favour of ‘Directorate of Education (Secondary & Higher
Secondary), Maharashtra State, Pune’ payable at Pune.
7 Pre-bid Conference: 17/03/2012 at 3.00 PM at SCERT, Kumathekar
Marg, Sadashiv Peth, Pune. The prospective bidder those participating in
the pre-bid conference has to submit the cost of Blank Tender Form at the
time of pre-bid conference.
8. Bid Preparation: 3/04/2012 up to 11:00 AM.
9. Tender Closing : On 3 /04/2012 from 12:01 PM to 01:00 PM
10 Submission of completed Bid: From 3/04/2012 13:01 to 06/04/2012
14:00 The Prospective Bidders shall finally upload the completed tenders
on the website as mentioned above before stipulated time.
11 Opening of Technical Bid: On 06/04/2012 at 14:01 to 07/04/2012 17:45
at the office of the Director of Education (Secondary and Higher Education),
Maharashtra State, Pune.
4
12 Opening of Commercial Bid: on 6/04/2012 to 07/04/2012 17:45 at the
office of the Director of Education (Secondary and Higher Education),
Maharashtra State, Pune.
13 Qualification Criteria: Qualification of the prospective bidders shall be to
ensure that the price bid for the work are open only for those bidders who shall
fulfill the qualification criteria mentioned below and also other details in the bid
documents.
i) The bidder must have a minimum total turnover during the last three
financial years as specified below related to computer education, computer
aided education, development and provide textbook based multimedia
content and teacher training business depending upon the nos. of
group/region they want to quote-
- Rs. 75 Crores total turnover during last three financial years if they want to quote for any single group.
- Rs 150 crores total turnover during last three financial years if they want to quote for any two groups.
- Rs 225 Crores total turnover during last three financial years if they want to quote for any three groups.
- Rs. 300 Crores total turnover during last three financial years if they want to quote for any four groups.
- Rs. 375 Crores total turnover during last three financial years if they want to quote for five groups.
- Rs. 450 Crores total turnover during last three financial years if they want to quote for six groups.
- Rs. 525 Crores total turnover during last three financial years if they want to quote for seven groups.
- Rs. 600 crores total turnover during last three financial years if they want to quote for eight groups.
- Rs. 675 crores total turnover during last three financial years if they want to quote for nine groups.
- Rs. 750 crores total turnover during last three financial years if they want to quote for ten groups.
ii) The bidder should have the experience in implementation of similar
projects on BOOT/BOOM/BOT/turnkey basis involving supply, installation
& maintenance of computer H/W and related accessories, Education
Software ,supply of skilled man power, computer training as on 31st march
2011 for at least;
5
- 700 schools within the last 3 years if want to quote for one group.
- 1400 schools within the last 3 years if want to quote for two groups.
- 2100 schools within the last 3 years if want to quote for three groups.
- 2800 schools within the last 3 years if want to quote for four groups
- 3500 schools within the last 3 years if want to quote for five groups.
- 4200 schools within the last 3 years if want to quote for six groups.
- 4900 schools within the last 3 years if want to quote for seven groups.
- 5600 schools within the last 3 years if want to quote for eight group.
- 6300 schools within the last 3 years if want to quote for nine groups.
- 7000 schools within the last 3 years if want to quote for ten groups.
iii) The bidder must have well established and proven methodology of
conducting computer training to teachers/trainers/users and should have
imparted computer training to at least
- 700 Teachers/Trainers/Users in the last three years if they want to
quote for single group.
- 1400 Teachers/Trainers/Users in the last three years if they want to
quote for two groups.
- 2100 Teachers/Trainers/Users in the last three years if they want to
quote for three groups.
- 2800 Teachers/Trainers/Users in the last three years if they want to
quote for four groups.
- 3500 Teachers/Trainers/Users in the last three years if they want to
quote for five groups.
- 4200 Teachers/Trainers/Users in the last three years if they want to
quote for six groups.
- 4900 Teachers/Trainers/Users in the last three years if they want to
quote for seven groups.
- 5600 Teachers/Trainers/Users in the last three years if they want to
quote for eight groups.
6
- 6300 Teachers/Trainers/Users in the last three years if they want to
quote for nine groups.
- 7000 Teachers/Trainers/Users in the last three years if they want to
quote for ten groups.
iv) The Bidder must be a company/Corporation /Society/Trust/Firm,
registered in India and should have been in existence prior to 01-04-
2008. Consortium is allowed and Only 2 parties will be allowed to form
a consortium and out of these 2 parties, one of the party must bid as
Prime bidder/Lead bidder and lead bidder shall meet the minimum
qualification criteria.
v) In case of consortium the bid shall contain a legally enforceable
Consortium Agreement entered amongst the Members in the Bidding
Consortium, designating one of the Members to be the Lead Bidder. In
absence of the Consortium Agreement, the bid will be rejected.
vi) Consortium Member / lead bidder for one group/region cannot:
a) Bid individually in any other group/region OR same
group/region.
b) Bid as member / lead bidder of another consortium in any other
OR same group/region.
vii) The Bid shall also contain signed letter of consent from each Member
in Consortium confirming that the Bid has been reviewed and each
element of the Bid is agreed to by them.
viii) All the consortium members shall give a Power of Attorney to the Lead
Bidder to submit the bid on their collective behalf.
ix) The individual bidder or any party of the consortium should not have
been barred from bidding/blacklisted in any project/contract by any of
state governments in India. If a bidder or any member of the
consortium has been barred or blacklisted in any contract with
government/state Governments, the bid of such bidder will be rejected
and such bidder will be disqualified from bidding in the state for next
7
3 years.
x) The bidder shall have to furnish Manufacturer’s Authorization Form
(MAF) from the Principal Manufacturer OEM for proposed computer
who has been supplied in minimum 5000 Govt./semi Govt. schools in
India in one year. The bidder is required to provide necessary
documents.
xi) The bidder has to provide Manufacturer’s Authorization Form (MAF)
from OEM for above proposed shared computing solution which is in
use for more than one year in minimum 5000 Govt. /semi Govt.
schools in India. The bidder is required to provide necessary
documents.
xii) Bidder shall have to furnish Manufacturer’s Authorization Form (MAF)
from OEM for proposed online UPS which is being used in more than
1000 installation in similar school project in Maharshtra. The bidder is
required to provide necessary documents.
xiii) Bidder shall have to furnish Manufacturer’s Authorization Form (MAF)
from OEM for proposed textbook based educational software and
computer education software for Marathi medium. Bidder has to
submit a demo set of proposed textbook based educational software
and computer education software for evaluation, at the time of
submission of bid security/EMD.
xiv) Bidder shall have to furnish Manufacturer’s Authorization form (MAF)
from OEM for proposed Online M.I.S software. The bidder is required
to submit a detail PowerPoint presentation as per proposed Online
M.I.S. software (which at later stage will be hosted on Govt. server) for
evaluation at the time of submission of bid security/EMD.
xv) Bidder shall have to furnish Manufacturer’s Authorization form (MAF)
from OEM for proposed additional educational software on improving
Spoken English communication skills, educational games, awareness
on cyber crime, safe usage of internet. Bidder has to submit a demo
8
set of all proposed additional educational software for evaluation at
time of submission of bid security / EMD
xvi) If the bidder itself is the OEM then MAF is not required.
xvii) In case of hardware, MAF should mention make and model which
propose to be installed.
xviii) Additional documents to be submitted for requirement of eligible
bidder.
A) In case bidder is a Company - Certified copy of the Certificates of
Incorporation for companies and Memorandum and article of
association. OR
In case the bidder is a registered society - Certified copy of
registration deed with objects of constitution of society. OR
In case bidder is a corporation - Authenticated copy of the parent
stature. OR
In case of Trust - Certified copy of the Trust Deed. OR
In case of Firm - Certified copy of Registration Deed.
Certified copies of documents submitted, as above, must be signed
in ink and carry the seal of the signatory.
B) List of present Directors / Owners / Executives Council members
/trustees / Board members as applicable.
C) Copy of last income tax return.
D) Copy of Service Tax Registration Certificate.
E) Copy of VAT Registration Certificate.
F) General Power of attorney / Board of Directors resolution / Deed of
Authority executed in favour of person(s) authorised to sign the Bid
Document and the contract and all correspondences / documents
thereof.
9
G) Audited Balance Sheet and Income statement for three years of
2008-09, 2009-10 and 2010-11 duly signed in ink by the
authorised signatory of the Bidder.
H) Any other documentary evidences (signed in ink by authorised
signatory) providing that bidder fulfills the eligibility criteria.
14 The districts covered in each Educational group/region are as mentioned
below.
Sr.
No.
Group name
(Region Name)
Approximate
Number of
Schools
Districts Cover
1 Mumbai
(MCGM)
500 Mumbai & Mumbai Suburban
(MCGM area)
2 Mumbai
(OMCGM)
394 Thane, Raigad
3 Pune 696 Pune, Ahmednagar, Solapur
4 Kolhapur
(Konkan belt)
314 Ratnagiri, Sindhudurg
5 Kolhapur
(Western belt)
536 Kolhapur, Sangli, Satara
6 Aurangabad 294 Aurangabad, Parbhani, Jalna,
Beed, Hingoli
7 Nasik 470 Nasik, Dhule, Jalgaon,
Nandurbag
8 Amravati 520 Amravati, Yeotmal, Akola,
Washim, Buldhana
9 Nagpur 674 Nagpur, Chandrapur, Wardha,
Bhandara, Gondiya, Gadchiroli
10 Latur 602 Latur, Osmanabad, Nanded
Note:
10
i ) Earnest Money Deposit (E.M.D.) exemption certificate shall not be
considered to anyone and every bidder shall have to submit EMD along
with the offer.
i i ) DES&HS reserves right to reject any or all tenders without assigning
any reason thereof.
i i i ) Number of schools shown in above table may have deviation of + 20%
Note: Any Queries regarding e-tendering please contact Helpdesk No.:
020-25315555 9167969601/04/14
11
Directorate of Education (Secondary and Higher
Secondary), Maharashtra State (D.E.S &H.S.)
(ICT Scheme)
(1st Floor, Central Building, Dr. Annie Besant Road, Pune -411001)
DETAIL TENDER NOTICE
I) E - Tenders are invited by D.E.S.&H.S. from reputed and experienced
organization/ Institutes for the supply of Computer and connected accessories,
Education softwares,Online M.I.S., faculty and provision of IT Education Services
in 5000 Government Secondary and Higher Secondary schools in 10 group (i.e. 10
region) from district of the State of Maharashtra as specified in DTN on Build,
Own, Operate and Transfer (BOOT MODEL) for a period of five years. The bidding
unit would be 1 School and there would be a total of 5000 Schools in the state
which are distributed in 10 groups (i.e. 10 regions).
7 Name of Work: Implementation of ICT scheme in 5000 schools (ICT
phase III) in various regions of Maharashtra State.
8 Bid Security: Rs. 100 Lac. (Rs. One Crore only) for one group and
according to multiplicity of Rs. 100 lac as per the number of groups the
bidder is submitting his bid. Bid security should be in form of Demand
Draft / Bank guarantee of any nationalized bank in favor of “ Director of
Education (Secondary and higher Secondary )Maharashtra State, Pune”
payable at Pune. The bidder shall submit the bid security to DES&HS on
or before the time of opening of technical bid, failing this will cause a
rejection of bid as non responsive. The bid security /EMD of the
unsuccessful bidders will be returned after the award of the contract within
12
30 days time. Bidders, under any circumstances, will not be entitled to
claim or receive interest/penalty/damages from Director of Education
(Secondary & Higher Secondary) Maharashtra State, Pune Government on
account of the Tender Fee, EMD, Bank Guarantee required to be submitted
under this tender and the contract. No claim/dispute in this regard will be
received or accepted. The above EMD amount will be held by Director of
Education (Secondary & Higher Secondary) Maharashtra State, Pune 411
001 till it is returned and will not earn any interest thereof.
9 Validity of Bid: 120 days from the last date of submission.
10 Validity of the contract and Rate: Five year on BOOT basis. .
11 Issue of Blank Tender Forms: From 12/03/2012 to 26 /03/2012. The
prospective bidders will be authorized to download the Tender forms from
the website maharashtra.etenders.in .
12 Cost of Blank Tender Form: Rs. 25,000/- (Non Refundable) in the form of
Demand Draft in favour of ‘Directorate of Education (Secondary & Higher
Secondary), Maharashtra State, Pune’ payable at Pune.
7 Pre-bid Conference: 17/03/2012 at 3.00 PM at SCERT, Kumathekar
Marg, Sadashiv Peth, Pune. The prospective bidder those participating in
the pre-bid conference has to submit the cost of Blank Tender Form at the
time of pre-bid conference.
10. Bid Preparation: 3/04/2012 up to 11:00 AM.
11. Tender Closing : On 03/04/2012 from 11:01 PM to 13:00 PM
10 Submission of completed Bid: From 03/04/2012 13:01 to 06/04/2012
14:00 PM. The Prospective Bidders shall finally upload the completed
tenders on the website as mentioned above before stipulated time.
13
11 Opening of Technical Bid: On 06/04/2012 14:01 to 07/04/2012 17:45 at
the office of the Director of Education (Secondary and Higher Education),
Maharashtra State, Pune.
14 Opening of Commercial Bid: on 06/04/2012 14:01 to 07/04/2012 17:45
PM at the office of the Director of Education (Secondary and Higher
Education), Maharashtra State, Pune.
15 Qualification Criteria: Qualification of the prospective bidders shall be to
ensure that the price bid for the work are open only for those bidders who shall
fulfill the qualification criteria mentioned below and also other details in the bid
documents.
i) The bidder must have a minimum total turnover during the last three
financial years as specified below related to computer education, computer
aided education, development and provide textbook based multimedia
content and teacher training business depending upon the nos. of
group/region they want to quote-
- Rs. 75 Crores total turnover during last three financial years if they want to quote for any single group.
- Rs 150 crores total turnover during last three financial years if they want to quote for any two groups.
- Rs 225 Crores total turnover during last three financial years if they want to quote for any three groups.
- Rs. 300 Crores total turnover during last three financial years if they want to quote for any four groups.
- Rs. 375 Crores total turnover during last three financial years if they want to quote for five groups.
- Rs. 450 Crores total turnover during last three financial years if they want to quote for six groups.
- Rs. 525 Crores total turnover during last three financial years if they want to quote for seven groups.
- Rs. 600 crores total turnover during last three financial years if they want to quote for eight groups.
- Rs. 675 crores total turnover during last three financial years if they want to quote for nine groups.
- Rs. 750 crores total turnover during last three financial years if they want to quote for ten groups.
ii) The bidder should have the experience in implementation of similar
projects on BOOT/BOOM/BOT/turnkey basis involving supply, installation
14
& maintenance of computer H/W and related accessories, Education
Software ,supply of skilled man power, computer training as on 31st march
2011 for at least;
- 700 schools within the last 3 years if want to quote for one group.
- 1400 schools within the last 3 years if want to quote for two groups.
- 2100 schools within the last 3 years if want to quote for three groups.
- 2800 schools within the last 3 years if want to quote for four groups
- 3500 schools within the last 3 years if want to quote for five groups.
- 4200 schools within the last 3 years if want to quote for six groups.
- 4900 schools within the last 3 years if want to quote for seven groups.
- 5600 schools within the last 3 years if want to quote for eight group.
- 6300 schools within the last 3 years if want to quote for nine groups.
- 7000 schools within the last 3 years if want to quote for ten groups.
iii) The bidder must have well established and proven methodology of
conducting computer training to teachers/trainers/users and should have
imparted computer training to at least
- 700 Teachers/Trainers/Users in the last three years if they want to
quote for single group.
- 1400 Teachers/Trainers/Users in the last three years if they want to
quote for two groups.
- 2100 Teachers/Trainers/Users in the last three years if they want to
quote for three groups.
- 2800 Teachers/Trainers/Users in the last three years if they want to
quote for four groups.
- 3500 Teachers/Trainers/Users in the last three years if they want to
quote for five groups.
- 4200 Teachers/Trainers/Users in the last three years if they want to
quote for six groups.
- 4900 Teachers/Trainers/Users in the last three years if they want to
quote for seven groups.
15
- 5600 Teachers/Trainers/Users in the last three years if they want to
quote for eight groups.
- 6300 Teachers/Trainers/Users in the last three years if they want to
quote for nine groups.
- 7000 Teachers/Trainers/Users in the last three years if they want to
quote for ten groups.
iv) The Bidder must be a company/Corporation /Society/Trust/Firm,
registered in India and should have been in existence prior to 01-04-
2008. Consortium is allowed and Only 2 parties will be allowed to form
a consortium and out of these 2 parties, one of the party must bid as
Prime bidder/Lead bidder and lead bidder shall meet the minimum
qualification criteria.
v) In case of consortium the bid shall contain a legally enforceable
Consortium Agreement entered amongst the Members in the Bidding
Consortium, designating one of the Members to be the Lead Bidder. In
absence of the Consortium Agreement, the bid will be rejected.
vi) Consortium Member / lead bidder for one group/region cannot:
a) Bid individually in any other group/region OR same
group/region.
b) Bid as member / lead bidder of another consortium in any other
OR same group/region.
vii) The Bid shall also contain signed letter of consent from each Member
in Consortium confirming that the Bid has been reviewed and each
element of the Bid is agreed to by them.
viii) All the consortium members shall give a Power of Attorney to the Lead
Bidder to submit the bid on their collective behalf.
ix) The individual bidder or any party of the consortium should not have
been barred from bidding/blacklisted in any project/contract by any of
state governments in India. If a bidder or any member of the
consortium has been barred or blacklisted in any contract with
16
government/state Governments, the bid of such bidder will be rejected
and such bidder will be disqualified from bidding in the state for next
3 years.
x) The bidder shall have to furnish Manufacturer’s Authorization Form
(MAF) from the Principal Manufacturer OEM for proposed computer
who has been supplied in minimum 5000 Govt./semi Govt. schools in
India in one year. The bidder is required to provide necessary
documents.
xi) The bidder has to provide Manufacturer’s Authorization Form (MAF)
from OEM for above proposed shared computing solution which is in
use for more than one year in minimum 5000 Govt./semi Govt.
schools in India. The bidder is required to provide necessary
documents.
xii) Bidder shall have to furnish Manufacturer’s Authorization Form (MAF)
from OEM for proposed online UPS which is being used in more than
1000 Installation in similar school project in Maharashtra. The bidder
is required to provide necessary documents.
xiii) Bidder shall have to furnish Manufacturer’s Authorization Form (MAF)
from OEM for proposed textbook based educational software and
computer education software for Marathi medium. Bidder has to
submit a demo set of proposed textbook based educational software
and computer education software for evaluation, at the time of
submission of bid security/EMD.
xiv) Bidder shall have to furnish Manufacturer’s Authorization form (MAF)
from OEM for proposed Online M.I.S software. The bidder is required
to submit a detail PowerPoint presentation as per proposed Online
M.I.S. software (which at later stage will be hosted on Govt. server) for
evaluation at the time of submission of bid security/EMD.
xv) Bidder shall have to furnish Manufacturer’s Authorization form (MAF)
from OEM for proposed additional educational software on improving
17
Spoken English communication skills, educational games, awareness
on cyber crime, safe usage of internet. Bidder has to submit a demo
set of all proposed additional educational software for evaluation at
time of submission of bid security / EMD.
xvi) If the bidder itself is the OEM then MAF is not required.
xvii) In case of hardware, MAF should mention make and model which
propose to be installed.
xviii) Additional documents to be submitted for requirement of eligible
bidder.
A) In case bidder is a Company - Certified copy of the Certificates of
Incorporation for companies and Memorandum and article of
association. OR
In case the bidder is a registered society - Certified copy of
registration deed with objects of constitution of society. OR
In case bidder is a corporation - Authenticated copy of the parent
stature. OR
In case of Trust - Certified copy of the Trust Deed. OR
In case of Firm - Certified copy of Registration Deed.
Certified copies of documents submitted, as above, must be signed
in ink and carry the seal of the signatory.
B) List of present Directors / Owners / Executives Council members
/trustees / Board members as applicable.
C) Copy of last income tax return.
D) Copy of Service Tax Registration Certificate.
E) Copy of VAT Registration Certificate.
F) General Power of attorney / Board of Directors resolution / Deed of
Authority executed in favour of person(s) authorised to sign the Bid
18
Document and the contract and all correspondences / documents
thereof.
G) Audited Balance Sheet and Income statement for three years of
2008-09, 2009-10 and 2010-11 duly signed in ink by the
authorised signatory of the Bidder.
H) Any other documentary evidences (signed in ink by authorised
signatory) providing that bidder fulfills the eligibility criteria.
14 The districts covered in each Educational group/region are as mentioned
below.
Sr.
No
.
Group name
(Region
Name)
Approximate
Number of
Schools
Districts Cover
1 Mumbai
(MCGM)
500 Mumbai & Mumbai
Suburban (MCGM area)
2 Mumbai
(OMCGM)
394 Thane, Raigad
3 Pune 696 Pune, Ahmednagar, Solapur
4 Kolhapur
(Konkan belt)
314 Ratnagiri, Sindhudurg
5 Kolhapur
(Western belt)
536 Kolhapur, Sangli, Satara
6 Aurangabad 294 Aurangabad, Parbhani,
Jalna, Beed, Hingoli
7 Nasik 470 Nasik, Dhule, Jalgaon,
Nandurbag
8 Amravati 520 Amravati, Yeotmal, Akola,
Washim, Buldhana
9 Nagpur 674 Nagpur, Chandrapur,
19
Wardha, Bhandara, Gondiya,
Gadchiroli
10 Latur 602 Latur, Osmanabad, Nanded
Note:
i ) Earnest Money Deposit (E.M.D.) exemption certificate shall not be
considered to anyone and every bidder shall have to submit EMD along
with the offer.
i i ) DES&HS reserves right to reject any or all tenders without assigning any
reason thereof.
i i i ) Number of schools shown in above table may have deviation of + 20%
Note: Any Queries regarding e-tendering please contact Helpdesk No.:
020-25315555 - 9167969601/04/14
II) Scope of the Tender / Scope of Work:
1. To Supply Computer Hardware and connected accessories (must be brand
new & as per minimum specifications given in this Tender Document) for 3
desktop computer with 4 shared computing nodes each, and provide
Textbook bases Educational software, Computer Education software,
additional educational software, Online M.I.S and computer education in
the specified Government Secondary and Higher Secondary Schools from Std
V to Std XII on BOOT Model as prescribed in the Tender Document for a
contract period of 5 years. To set up a computer lab in a Virtual
Environment with 3 host desktops connected with 12 virtual Desktop (4
virtual desktops connected to each host desktops). (Specification provided in
20
the Annexure).
2. To set up a computer lab with 10 computers (9:1) where 1 computer is of
higher configuration that can accommodate twenty students at any given time.
High End Desktop Computer: Specification provided in the tender document).
OR
3. To set up a computer lab in a Virtual Environment with 3 Desktop with 4
virtual nodes each that can accommodate thirty students at any given time.
Specification provided in the tender document.
4. To provide State board textbook based educational software for Std V to Std.
X of all subjects, for Std. XI & Std. XII hard-spots on P,C,M,B and provide,
software on computer education, as per the course outline mentioned in this
tender on all computer system/nodes .
5. To provide computer educational Software in each lab
6. To deploy and maintain at his own cost School Management Software
provided by the department in each desktop computer in the lab to automate
various aspects of a school.
7. To maintain the entire system in working condition during the contract
period of 5 years.
8. Soft copy of the syllabus and textbook will be provided by the Government.
9. To impart training to at least 5 (five) teachers per year per school for a period
of five days on usage of Textbook based Educational software, computer
education software and additional Educational Software, S.M.S software and
Online M.I.S.
10. To provide one full-time instructor at each school with the minimum
qualification of basic graduation with postgraduate diploma in computer
applications / DOEACC _A_ Level / BCA or higher from reputed institutions.
In case any relaxation is required due to non availability of qualified
candidates, a committee constituted by the Government for the purpose
may consider such request.
21
11. To make provision for Internet broadband of at least 512 kbps where ever
available. At other places, Internet should be provided at least through
dialup line. But the Bidder shall switch over to internet broad band of
minimum 512 kbps within 45 days of its availability in the school area.
Service provider will be responsible for meeting all the expenses on this
count.
12. To issue certificate in Computer Education to all the students at the end of
every academic year for a period of five years.
13. To maintain the hardware, software and connected accessories for a period
of five years and ensure systems are functional all the time on all computer
system.
14. To make provision for electricity by installing generator which will generate
electricity for a period of 4 hours per day and meet running expenses there
on.
15. Bidder will have to ensure safety & security in the school premises.
16. To maintain and Refill fire extinguishers year.
17. To supply adequate stationery and consumables at each computer lab. For
every student register, writing pad will be provided by department
18. To provide computer education as per the prescribed syllabus for each
standard.
19. To assist the school teachers to use computer aided technology for teaching
other subjects by using approved educational software.
20. The bidder has to provide an Online MIS hosted on a internet server to make
live information available on the Director of Education (Secondary & Higher
Secondary). The Online MIS will have the modular approach towards
workflow. The MIS at later stage will be hosted on Government server if
required.
21. To provide the school children an opportunity to get familiar with the use of
computer, internet & gain extracurricular knowledge by using various
additional educational software’s. Various Additional educational software on
improving Spoken English communication skills, educational games,
22
awareness on cyber crime, safe usage of internet. To allow the local
population to use the center as an internet kiosk by charging suitable user
charges, not more than Rs.20/- per hour. The user charges may be retained
by the operator. The operator may also use the facility to provide computer
education to the local population and run other courses on spoken English
communication or to carry out data entry and other activities, which can
provide employment to the local population.
22. To allow the computer lab to be used under the supervision of the computer
teacher for computer education of local population for 3-4 hours before/after
schools hours.
23. If the Government of India sanction additional number of schools for ICT
scheme, the same work may be allotted to bidder/operator with the
discretion of the State Government.
24. To Provide 1 District Coordinator for each district and 1 project Manager for
a region for project Management & Monitoring, This Project manager who
shall be coordinating with Govt. of Maharashtra.
25. The successful bidder shall put a “Name Board” of size 4”X3” on the outer
façade of computer lab as per the sample layout printed copy provided by the
D.E. (S &HS).
26. Help Desk Services: The bidder will provide help desk service which will
serve as a single point of contact for all ICT related incidents and service
requests. The service will provide a Single Point of Contact (SPOC) and also
resolution of incidents. The scope of work includes:
a. Help Desk facility for reporting issues / problems with the IT
infrastructure.
b. To provide a service desk facility and the set up all necessary channels
for reporting issues to help desk. The incident reporting channels will be
the following:
i. Specific E-Mail account
ii. Dedicated Phone Numbers / Fax
iii. Online MIS
23
c. To implement a Online MIS system as mentioned in the scope of this
tender.
d. The Help Desk shall undertake the following activities:
i. Log issues / complaints related to IT at the school under the
scope of work and issue an ID number against the issue /
complaint.
ii. Assign severity level to each issue / complaint.
iii. Track each issue / complaint to resolution
iv. Escalate the issues / complaints, to department if necessary as
per the escalation matrix defined in discussion with ‘D.E.S
&H.S’
v. Provide feedback to ‘D.E.S &H.S’
vi. Analyze the issue / complaint statistics
vii. Creation of knowledge base on frequently asked questions
(FAQs) to aid the users of the this IT infrastructure
27. Operations and Maintenance: The Bidder shall provide the following services
for Management of all computer training laboratories at designated schools.
The Successful Bidder shall ensure that appropriate System and Processes
are in place for delivering them.
a. Configuration Management
b. Problem Management
c. Performance Management
d. Change Management
e. Help Desk Management
f. Service Level Management
28. MIS Reports: The successful bidder shall provide the MIS reports for all the
devices installed in the computer laboratories in all designated schools in the
state in a prescribed format on a quarterly basis. Whenever required by
‘D.E.S &H.S’, bidder should be able to provide additional reports in a pre-
specified format.
24
SECTION (I): INSTRUCTIONS TO BIDDERS (ITB)
Name of Work: Implementation of ICT scheme in 5000 schools (ICT
phase III) in various regions of Maharashtra State.
In all the contents mentioned anywhere in this tender the owner/Employer is Director of Education (Secondary and Higher Secondary), Maharashtra State, Pune and the competent authority is also Director of Education (Secondary and Higher Secondary), The use of word DES&HS anywhere in the contents, to mean the owner of work shall have by similar and same meaning as in Director of Education (Secondary and Higher Secondary), Maharashtra State, Pune, unless otherwise so required.
1) SCOPE OF THE BID:
As per scope of work mentioned in Detailed Tender Notice.
2) ELIGIBLE BIDDERS:
As per Detail Tender Notice.
3) QUALIFICATION OF BIDDER
1) To be eligible for award of the contract, the bidder shall provide
satisfactory evidence to the Employer of their eligibility, capability and adequacy of
resources to carry out the work / contract effectively. For the purpose of this, all
bids submitted shall include the information in relevant formats as stated in ITB.
2) For the purpose of this contract, the bidder shall meet the qualifying
criteria as mentioned in Detailed Tender Notice.
4) COST OF BIDDING: The Bidder shall bear all costs associated with the
preparation and submission of the Bid and the Employer will in no case be
responsible and liable for those costs.
25
5) CONTRACTORS TO GET ACQUAINTED THEMSELVES FULLY:
The Bidder is advised to ensure the information that may be necessary for
preparation of the bid. A declaration to this effect will have to be signed by the
bidder in the format prescribed.
6) BIDDING DOCUMENT:
CONTENTS OF BID DOCUMENT: The following documents shall be part of
Contract -
1) Any modification or amendment issued by Employer prior to Bid
submission date, along with documents submitted for prequalification.
2) Correspondence between the employer and bidder after opening the
bid and prior to letter of acceptance.
3) Agreement on Stamp paper.
4) Letter of Acceptance & Work Order.
5) Tender Notice & Detailed Tender Notice.
6) Instructions to Bidders.
7) General Conditions of Contract.
8) Amendments to the Conditions of Contracts
9) Declaration of Contractor and Tender Form ‘C’
10) Scope of Work.
26
11) Technical Specifications of the items.
7) CLARIFICATION OF BIDDING DOCUMENTS:
During the pre-Bid meeting, the prospective Bidders who had
purchased tender form shall have liberty to ask for any additional information
or clarification either in writing or orally and the reply to the same will be given
by the DES&HS and the same will be published on official web site. This
clarification referred to as Common Set of Deviations (CSD) and shall form part
of Bid documents which will also be common and applicable to all Bidders.
Common Set of Deviations issued if any by DES&HS will form Part and parcel of
the Bid Document. The prospective bidder those participating in the pre-bid
conference has to submit the cost of Blank Tender Form at the time of pre-bid
conference.
8) AMENDMENTS TO BIDDING DOCUMENTS:
At any time prior to the deadline of submission of bid, the Employer may for
any reason, whether at his own initiative or in response to the clarification
requested by a prospective bidder, modify the bid document by issuance of
addendum. The addendum will be uploaded on the web site. The bidder shall
download the same from website and incorporate the same in the bid and will be
binding on the bidders.
9) PREPERATION OF BID: LANGUAGE OF THE BID: The language of bid shall be
English.
10) DOCUMENTS COMPRISING BID:
The bid to be prepared by bidder shall comprise of the form of bid and
appendices thereto, the bid security, the information on eligibility and
27
qualification. Relevant information and any other material required to be
completed and submitted in accordance with the ITB embodied in bid document
and standard contract document. The forms and data provided in this document
shall be used without exception.
11) BID PRICES:
The bidder shall quote his offer as prescribed in Form of Bid, to be submitted
as per procedure set in ITB.
1) The financial bid/ commercial bid as prescribed should be filled group
wise on rate per school basis. There are total 10 groups. The bidder has choice to
submit bid for any number of group according to qualification criteria mentioned
in the tender document / DTN.
2) The price quoted by bidder shall include all the costs including all taxes,
duties and such charges.
3) The rates and prices quoted by bidder shall be valid for the original
contract period as well as during extensions for any increase in quantity if any.
4) The rate quoted by The Bidder shall be a Lump Sum rate per school for all
the schools in the group in which bidder is submitting his bids.
5) The rate quoted by the Bidder shall be same for all the schools in the
group for which it is submitted.
6) The bidder has to quote the rate for all the schools in the groups as
mentioned in the bid documents and partial bidding will rejected as non
responsive bid
12) CURRENCY OF BID AND PAYMENT:
28
All prices and rates quoted by the bidder shall be entirely in Indian Rupees
only. All the payments shall be made in Indian Rupees only.
13) BID VALIDITY:
Validity of the bid shall be 120 working days and shall be reckoned from the
last date of submission of bids and thereafter until it is withdrawn by notice in
writing duly addressed to the authority opening the bid. Such withdrawal before
120 working days shall effective from the date of receipt of notice by the Employer.
14) EARNEST MONEY DEPOSIT (BID SECURITY):
1) The Bidder shall furnish as a part of his bid an Earnest Money Deposit
(EMD) as mentioned in detailed tender notice. Bid security / EMD shall be Rs. 100
Lac per group. i.e. if bidder is submitting bid for 2 groups then EMD shall be of Rs.
200 Lac. & so on.
2) If EMD is not submitted within pre-scribed date, the bid will be rejected as
non responsive.
3) Original EMD shall be submitted to the DES&HS on or before submission
of bid & copy of EMD shall be uploaded with the bid document by the bidder.
4) If after submitting the bid, the bidder withdraws his offer or modifies the
same or if after acceptance of bid fails or neglects to furnish the performance
security within prescribed time, without prejudice to any rights or powers of the
Employer here under or in law, the Employer shall be entitled to forfeit the full
amount of Earnest Money deposited by the bidder.
5) The amount of earnest money will be refunded without any interest to the
unsuccessful bidders after the award of contract to the successful bidder.
29
15) FORMAT AND SIGNING OF BID:
1) All pages of the bid document in original shall be signed by a person duly
authorized to sign on behalf of the Bidder. All pages of the bid where entries or
amendments have been made shall be initialed by the person signing the bid.
2) The bid shall contain no alterations or additions, except those to comply
with instructions issued by the Employer, or as necessary to correct errors made
by the bidder in which case such corrections shall be initialed by the person
signing bid.
16) SUBMISSION OF BIDS:
MANNER OF SUBMISSION OF TENDER AND ITS ACCOMPANIMENTS:
“The tender shall be submitted online only.”
30
SECTION (II): BID OPENING AND TECHNICAL
EVALUATION
1) BID OPENING:
1) The bids will be opened on prescribed date and time as per DES&HS as
intimated. The bidder/authorized representatives may remain present at the date,
time and place stipulated in Detailed Tender Notice.
2) Following procedure will be adopted for opening of bids. Firstly
information about number of bids received will be announced.
3) The technical bid will be downloaded by the bid opening authority to
check their validity as per requirements. If any particular document of any bid is
either missing or does not meet the requirements specified, then a note to that
effect will be made by the bid opening authority. The Employer will carry out the
process of scrutiny and analysis of various documents/ data received in technical
bid.
4) The financial bids of bidders, who do not pass through technical bid
validity requirement shall not be opened and a note to that effect will be made.
5) After analysis and scrutiny of the documents with respect to the
requirements of the bidding is over, the Employer shall declare the outcome of the
scrutiny and will open financial bid of the bidders whose technical bid satisfies the
qualification criteria.
6) Preliminary scrutiny will be made to determine whether they are complete,
whether any computational errors have been made, whether required sureties have
been furnished, whether the documents have been properly signed, and whether
the bids are generally in order.
31
7) Director of Education (Secondary & Higher Secondary) Maharashtra State,
Pune 411 001 may waive any minor informality, nonconformity or irregularity in a
bid which does not constitute a material deviation, provided such waiver does not
prejudice or affect the relative ranking of any bidder.
8) Prior to the detailed evaluation, Director of Education (Secondary &
Higher Secondary) Maharashtra State, Pune 411 001 will determine the
substantial responsiveness of each bid to the bidding documents. For purposes of
these clauses, a substantially responsive bid is one which conforms to all the
terms and conditions of the bidding documents without material deviations.
9) If a bid is not substantially responsive, it will be rejected by the Director of
Education (Secondary & Higher Secondary) Maharashtra State, Pune 411 001 and
may not subsequently be made responsive by the bidder by correction of the
nonconformity.
2. Clarification of bids
During evaluation of the bids, Director of Education (Secondary & Higher
Secondary) Maharashtra State, Pune 411 001 may, at its discretion, ask the bidder
for clarification of its bid.
3. Evauation of Technical bids :
A) The technical qualification of the bid shall be evaluated in following
criteria and weight
Sr.
no
Criteria Maximum
Marks
Method of allotting marks
1 No. of Government Schools / Government run Educational institutions in which similar computer Education / Computer Aided Education program on BOOT is implemented by the bidder in India in last three years i.e. 2008-2009, 2009-2010, 2010-2011.
20 Sr No Bidders having
experience of
number of schools
Allotment of
Marks
1 More than 15000 20
2 10001 to 15000 15
3 9001 to 10000 10
4 7001 to 9000 8
5 5001 to 7000 6
6 3001 to 5000 4
32
7 1001 to 3000 2
8 700 to 1000 1
9 Below 700 NIL
2 Total turnover in computer education and / or Computer aided education (Proof to be attached) in last three years i.e. 2008-2009, 2009-2010 & 2010-2011.
10 Sr No Bidders having
turnover of Rs in
crore
Allotment of
Marks
1 More than 1000 10
2 751 to 1000 9
3 501 to 750 8
4 251 to 500 6
5 151 to 250 4
6 75 to 150 2
7 Below 75 NIL
3 The number of states the bidder is implementing CE / CAL / ICT projects in last three years i.e. 2008-2009, 2009-2010 & 2010-2011.
10 Sr No No of states Allotment of
Marks
1 Above 10 10
2 Above 8 8
3 Above 6 6
4 Above 4 4
5 Above 2 2
6 1 1
4 The number of CE / CAL / ICT projects completed by the bidder
10 Sr No No of Projects
completed
Allotment of
Marks
1 Above 10 10
2 Above 8 8
3 Above 6 6
4 Above 4 4
5 Above 2 2
6 1 1
Total 50
B) The bidder getting minimum 25 marks out of above 50 marks will be qualified
for the further evaluation of the bidders contents, software and methodology &
approach for the implementation of the projects.
4. EVALUATION OF CONTENT, SOFTWARE AND METHODOLOGY & APPROACH FOR THE PROJECT IMPLEMENTATION :-
A) The Committee with the help of experts will be set up to evaluate the
content, educational software and methodology and approach for implement of the
33
project. The bidder has to give presentation to the committee as per above
credential. The committee will evaluate by following procedure.
Sr.No Criteria Maximum Points
1. Text book based content (educational software) 5
2. Teaching methodology of computer education 2
3. Methodology & approach for project implementation 3
Total 10
B) Out of above 10 points the bidder getting more than 4 points will be qualified for
opening of commercial bid. The bidders who are qualified in technical bids will be
declared and their commercial bids will be opened.
5) BIDLIABLE FOR REJECTION:
The bid is likely to be rejected if on opening it is found that-
a) The bidder has not strictly followed the procedure laid down for submission of bid.
b) The bidder has proposed conditions, which are inconsistent with or contrary to the terms and conditions specified.
c) Additions, corrections or alterations made by the bidder on any page of the bid document, without affixing signature / initials.
d) Any page or pasted slips are missing.
34
e) The bidder has not signed each page of the bid.
f) The bidder has specified any additional condition.
g) The bidder has not attached all documents as stated in ITB.
6) OPENING OF COMMERCIAL BIDS:
a) The bidders who qualify in technical bid evaluation per clause 3 and 4 as
mentioned above, the commercial bids of only those bidders will be opened. The
Employer will compare the rate quoted by the bidder in particular group and the
Lowest one bidders will be declared. The bidder has to quote the rates for both
the options i.e. A) client server and B) Shared computing. The Lowest one (L1)
bidder shall be calculated for both the options separately for each region. The
Government / Employer reserves rights to select the option for award of contract,
however the option chosen by the Government / Employer shall be same for all
the regions. The Lowest one (L1) bidder will be declared group/region wise.
b) Financial/Commercial bids of only those bidders will be opened and
evaluated who are declared qualified in technical bid evaluation.
c) The prices quoted by the bidder for all the goods and services shall be firm for
the entire contract period of five years and shall be inclusive of all the taxes,
duties, levies and all other charges as applicable from time to time during
contract period. If there is a discrepancy between words and figures, the amount
in words will prevail.
d) Should the situation deem it necessary, Director of Education (Secondary &
Higher Secondary) Maharashtra State, Pune 411 001 may require the bidder to
extend the validity period of the bids and amend related time bound documents
like bank guarantees, etc. Director of Education (Secondary & Higher Secondary)
35
Maharashtra State, Pune 411 001 will request for such extensions in writing and
bidder shall give consent for the same in writing.
7) AWARD OF CONTRACT:
1) AWARD CRITERIA: Subject to Clause 6, the Employer will award the contract
to a bidder / bidders whose bid has been found to satisfy all the requirements of
bid document and who is lowest one in each region. Award of contract will be
based only on Commercial bid / financial bid. The 5000 schools are divided in 10
groups. The bidder has to submit the Commercial bid separately filled for each
group, according to number of groups he is willing to submit. The has also to
submit the commercial bids for both the options i.e. A) Client Server and b) Shared
computing. After the selection of option by the employer the group wise L1 will be
awarded the contract.
2) DECIDING AWARD OF CONTRACT: the process of decision and award of
contract shall be as under :-
a) Only bids that qualify the qualifying criteria as per detailed tender notice shall
be considered for further evaluation. The decision of employer regarding the pre
qualification and opening of bids shall be final and binding on all bidders.
b) The bidder with the Lowest one (L1 bidder) as per Clause 6 in particular
group will be considered for allotment of tender in that group.
d) The bidder shall get maximum 3 groups/ regions if his bid is found to be lowest
one (L1) in more than 3 groups/ regions. In such condition L2 bidder or L3 bidder
as case may be, will be considered for award of contract subject to matching of L1
rate. The Government also reserves right to award maximum 2 regions by
considering the difference of rates (i.e. minimum difference) between L1 and L2
bidder.
36
e) The Employer reserves the right to reject any or all offers received from the
bidders without assigning any reasons.
8) EMPLOYERS RIGHT TO REJECT:
The Employer reserves the right to accept or reject any bid, to cancel the bid
process and reject all the bids at any time prior to award of contract without
thereby incurring any liability to the affected bidders or any obligation to inform
affected bidders of the ground of Employer’s action.
9) NOTIFICATION OF AWARD:
Prior to the expiration of bid validity period or any such extended period,
Employer will notify the successful bidder in writing by a registered letter that his
bid has been accepted. This letter (herein after called as letter of acceptance) shall
name the sum, which the Employer will pay to bidder/operator as prescribed in
contract. The notification of award will constitute formation of contract. Upon
furnishing the performance security by the successful bidder & after signing the
contract agreement, the work order will be issued by the Director of Education
(Secondary and Higher Secondary), Maharashtra State, Pune.
10) PERFORMANCE SECURITY:
i) The successful bidder will be required to submit a performance Bank guarantee
equivalent to 5% of the total accepted order value for 5 years before signing of
agreement (SLA) in the form of a Bank Guarantee valid for 66 months.
Performance Guarantee must be submitted by successful bidder within 15 days of
Issue of Letter of Intent (LOI) to him.
ii) The performance security provided by the successful bidder in the form of a
bank guarantee shall be issued by nationalized bank in India and acceptable to the
Employer.
37
iii) The performance security shall be valid for period of 66 months , which shall be
released after successful completion of contract.
iv) Failure of the successful bidder to comply with the requirements of performance
security shall constitute sufficient ground for cancellation of the award and forfeit
of Earnest Money deposit.
v) EMD amount will be returned to the successful bidder only after receipt of
performance security.
11) CORRUPT OR FRAUDULENT PRACTICES:
DES&HS requires that the bidders shall observe the highest standards of ethics the execution of the contracts. In pursuant to this policy, DES&HS,
1) Defines, for the purpose of this provision, term set forth as below
i) “Corrupt Practice” means the offering, giving, receiving or soliciting of anything of value to influence the action of the public official in the procurement process or contract execution; and
ii) “Fraudulent Practice” means a misrepresentation of facts in order to influence a procurement process or execution of the contract to the detriment of the Employer.
2) Will reject a proposal for award, if it determines that the bidder recommended for award has engaged in corrupt or fraudulent practices in competing for the contract in question.
3) will declare a firm ineligible, either indefinitely or for a stated period of time, to be awarded any DES&HS contract, if it at any time determines that the firm has engaged in corrupt or fraudulent practices in competing for, or in executing DES&HS contracts.
38
SECTION (III): GENERAL CONDITIONS OF CONTRACT
1) DEFINITIONS:
Unless excluded by or repugnant to the context.
1) The expression DES&HS as used in the tender papers shall mean Director
of Education (Secondary and Higher Secondary), Maharashtra State, Pune and the
competent authority shall be Director of Education (Secondary and Higher
Secondary), Maharashtra State, Pune
2) The expression Employer as used in the tender papers shall mean
Director of Education (Secondary and Higher Secondary), Maharashtra State, Pune
3) The expression "Bidder" or "Tenderer" as used in the tender papers shall
mean the agency/firm/organization who is interested to purchase the tender
document and then would like to submit the offers as prospective bidder.
4) The “Contract” shall mean the agreement entered into between the owner
and the contractor/operator as recorded in the contract form signed by the parties
include all attachment the notice of tender, the sealed quotation and the tender
documents including the tender and acceptance thereof together with the
documents referred to therein, & the accepted conditions with annexure mentioned
therein including any special conditions, specifications, designs, drawings, priced
schedule. All these documents taken together shall be deemed to form one contract
and shall be complementary to one another. Contract is deed of contract together
with its entire accompaniment and those later incorporated in it by internal
consent.
5) The “Contractor/Operator” shall mean the firm or company whether
incorporated, undertaking the work & shall include legal representative of such an
39
individual or persons comprising such firms or company as the case may be and
permitted, assigns of such individual or firm or company.
6) “Specification” shall be means the specifications referred in the Annexture
attached to the tender document.
7) The "Contract Sum"/"Contract Price" shall mean the sum for which the
tender is accepted.
8) The "Accepting Authority" shall mean Director of Education (S&HS),
Maharashtra State, Pune.
9) The "ICT" shall mean the Centrally Sponsored Scheme namely
Information, Communication and Technology Scheme
10) Where the context so requires, words importing the singular only also
include the plural and vice-versa.
12) Heading and marginal notes, if any, to the general conditions shall not
be deemed to form part thereof be taken into consideration in the interpretation of
the contract.
13) The “Contract Period” means period specified in the tender document for
entire execution of contracted works from the date of notification of award.
14) The Educational regions shall mean districts covered under the office of
deputy director of education. There are 8 educational regions namely Mumbai,
Pune, Kolhapur, Aurangabad, Nasik, Amravati, Nagpur and Latur.
15) The “ITB” shall mean Section (I): Instructions to Bidders
16) The “TPA” shall mean Third Party Agency appointed by the employer.
40
17) The "MAF" shall mean Manufacturer Authorization Form.
18) Award of contract will be based on both financial and technical
evaluation of those Bidders who are successful in pre qualification evaluation.
19) The 5000 schools are distributed in 10 groups (i.e. 10 regions). The
bidder has to submit the Commercial bid separately for both the options i.e. A)
Client Server and B) Shared computing for each group/region, according to the
number of groups/regions he is willing to submit. The group/region wise L1
will be awarded the contract.
2) COMMUNICATION
Written notice shall be deemed to have been duly served or delivered in
person to the individual or member of the firm or to an officer of the DES&HS for
whom it was intended, if delivered at or sent by registered or certified mail to the
last business address known to him who gives the notice. The notice on the Fax
Message/E-Mail shall be deemed to have been duly served. The address given in
the bidders tender on which all notices, letters & other communications to the
contractor shall be mailed or delivered, except that said address may be changed
by the Contractor by notifying the owner in writing. This shall not preclude the
service of any notice, letter or other communication upon the Contractor
personally.
3) E.M.D. / Bid Security:
The bidder shall submit a demand draft of bid security as mentioned in
detailed tender notice.
Bid security submitted as above will be refunded to unsuccessful bidders
after award of contract to successful bidder.
41
4) SECURITIES:
Performance Security: The successful bidder will be required to submit a
performance Bank guarantee equivalent to 5% of the total accepted order value for
5 years before signing of agreement in the form of a Bank Guarantee valid for 66
months. Performance Guarantee must be submitted by successful bidder within
15 days of Issue of Letter of Acceptance to him.
After successful completion of the contract and if there is no complaint
about the operator, the security deposit amount of the operator will be returned to
them after two months period by obtaining an Indemnity Bond.
5) LAWS AND REGULATIONS:
1) Governing Law: The contract shall be governed by and construed in
accordance with the laws and by-laws of India, the State of Maharashtra and the
local bodies in this region. All disputes arising under or in relation to this
Agreement shall be subject to jurisdiction of the Courts in Pune only to the
exclusion of other courts.
2) DISPUTES:
a) If a dispute of any kind whatsoever arises between the bidder/ Operator &
DES&HS, the matter shall be referred in writing to the Principal Secretary, School
Education & Sports Department Maharashtra State Mantralaya Mumbai within 14
days from the date of dispute.
b) The Principal Secretary School Education & Sports Dept. Maharashtra
State, Mantralaya Mumbai shall give his decision in writing within 28 days of
receipt of such representation. The decision of Principal Secretary School
Education & Sports Dept. Maharashtra State, Mantralaya Mumbai shall be final &
binding on both parties.
42
6. FEE FOR COMPUTER EDUCATION:
No fee shall be collected from the School Students or the School authorities
by the agencies selected through the Tender.
7. PAYMENT:
The terms of payment will be governed by terms of the Contract between the
Director of Education (Secondary & Higher Secondary) Maharashtra State,
Pune 411 001 and the Contractor. Payment to the contractor shall be made
strictly as per the terms of the Contract on a per school basis within 30 days
after the receipt of valid request for payment with the certificate on
satisfactory performance by the concerned School Head Master and third
party agency appointed by the employer. The payments will be made in the
following manner:
i) 10% payment will be made on satisfactory commissioning and installation of hardware and delivery and installation of education related software at each school within 90 days from the date of agreement and satisfactory report by concern school head master & TPA appointed by DES&HS.
ii) 3% payment will be made every quarter (Total of 60% payment) as per
the payment schedule after considering the SLAs, subject to recovery
of penalty or any other dues as per the payment schedule after
considering the SLAs with respect to delay in execution of project
failure of equipment(s) and absence of faculty. First installment being
paid 90 days from the date of certificate of successful completion
issued by Director of Education (Secondary & Higher Secondary)
Maharashtra State, Pune 411 001 for each School and satisfactory
report by concern school head master & TPA appointed by DES&HS.
iii) Balance 30% payment will be made based on the report of head
master & TPA for performance of the students in an annual
examination in computer subject to be conducted by Govt. of
Maharashtra, Director of Education (Secondary & Higher Secondary).
So every year the contractor will be eligible for 6% payment through
this mechanism. Also, the evaluation will be done for all classes within
the purview of this project, and not just classes 11th and 12th. The
payment towards performance will be made as per the table mentioned
below.
43
iv) Performance Based Payment:
The performance of the students must be gauged on yearly basis (per
school) by the Contractor. The students passing should score 60% marks.
The payment to the Contractor for the performance based payment (per
school) will be as per the table below:
Sr. No.
(%) of Students Passed Payment towards performance
1 70 to 100 % Students 100% Payment
2 60 to 70 % Students 75% Payment
3 50 to 60 % Students 50% Payment
4 40 to 50 % Students 25% Payment
5 (less than) < 40 % Students 0% Payment
v) All payments will be subjected to tax deduction at source as applicable at the
prevailing tax rates. The decision of Director of Education (Secondary & Higher
Secondary) Maharashtra State, Pune 411 001 in this regard will be final and
binding and no disputes in this regard will be entertain.
8. Assigning of Tender in Whole or Part:
contractor shall not assign or make over the contract, the benefit or burden
thereof to any other person or persons or body corporate. No under-letting or
subletting to any persons or body of corporate for the execution of contract or any
other part thereof is permitted, without the written consent of Government of
Maharashtra.
9. Penalty and Termination due to Non-Fulfillment of Contract:
a) Penalty for delay in execution of project:
If the installation and commissioning of the systems is not completed
in full within the stipulated period as prescribed in the implementation
44
schedule, a penalty of Rs.2500/- per day will be collected per School up to
30 days. Further, Rs.1000/- per day will be charged beyond 30 days up to
90 days. After 90 days penalty shall be 3500 per day per school subject to
condition that contractor has completed 75 % work in earlier 90 days. If the
installation and commissioning is not completed even within 90 days or 180
days as above, then contract will be liable for termination in part or whole at
the discretion of Director of Education (Secondary & Higher Secondary)
Maharashtra State, Pune 411 001 at the risk and cost of the contractor.
b) Penalty for failure of equipment(s):
No equipment(s) (like Desktop computers, access points/nodes,
generator, UPS, Printer, LCD Projector, Web Camera, Multimedia speakers,
internet modem, LAN equipments) should be down for more than 3 Calendar
days (Even if any equipment is down during part of a Calendar day, it will be
counted as one Calendar day) over one month period.
If any manufacturing or other technical defect is found during the
Contract Period, the same will have to be rectified or systems/parts replaced
free of cost by the Contractor with 3 working days.
During the Contract Period, if any equipment(s)/system(s) is down or
not restored in working condition within 3 working days, the Contractor
shall be liable for a penalty of Rs.100/- per equipment(s)/system(s) down per
day beyond 3 working days.
Generally, there will be 3 host desktops connected with 12 virtual
Desktop (4 virtual desktops connected to each host desktops). in each
school. It is clarified here that it is NOT the number of students who might
be using the computers
c) Penalty for absence of faculty:
During the Contract Period, if the Instructor is not available
continuously more than 3 working days without the prior intimation to the
45
Headmaster / principal. The bidder will have to provide a temporary
replacement in case of the Faculty in not available continuously more than 3
working days. If the bidder fails to do so he shall be liable for a penalty of
Rs.100/- per day for every additional working day beyond faculty absence of
3 working days. The decision of the Headmaster in this regard as to the
functioning of the center shall be final.
d) Termination of contract for default:
Without prejudice to any other remedy available for the department for
levying penalty or any other remedy, Contract will be liable for termination in
part or whole if contractor fails to fulfill its any of the obligations under the
contract.
10. Acceptance and Withdrawal:
a. The final acceptance of the tender would be entirely vested with the
Government of Maharashtra, who reserves the right to accept or reject
any tender, without assigning any reason whatsoever. There is no
obligation on the part of Government to communicate in any way with
rejected bidders. After acceptance of the tender by the Government,
the Bidder shall have no right to withdraw his tender or claim higher
price.
b. Tenders with incomplete information are liable for rejection.
c. For each category of qualification criteria, the documentary evidence
is to be produced duly signed & sealed by the contractor, serially
numbered and enclosed with respective bids. If the documentary proof
is not enclosed for any/all criteria the Tender is liable for rejection.
d. If any information given by the contractor is found to be false /
fictitious, the bidder will be liable for debarring for 3 years from
participating in any Maharashtra State Government tenders.
e. General:
The Bidder has to submit an undertaking in the prescribed format in
46
the technical bid that he accepts all the technical and
financial/commercial tender conditions and shall abide by the same
fully.
11. Terms and Conditions of the contract:
1. Bidders providing financial/commercial rates in the Pre qualification and
Technical Bid are liable for rejection.
2. The bidder should indicate a single rate applicable to all the schools
irrespective of their location.
3. The rate should be consolidated rate for 5 years contract period per school
based on the payment terms specified in the Tender document.
4. The electricity charges for running the centers during and after the school
hours shall be borne by the contractor as per the sub-meter fixed. The
Contractor will fix the sub-meter. The contractor is to ensure that Electrical
wiring is inclusive of providing standard earthing and also to ensure that
LAN Cabling is inclusive of providing CAT6 cables, I/O boxes, PVC casing as
per requirement and fitting, fixing and integration etc at each site.
5. The normal school hours will be between 8:30 A.M and 5.00 P.M subject to
any variation as may be notified from time to time.
6. The contract period shall be for 5 years from the date of signing of contract.
7. Bid Proposals with incomplete information or not in accordance with
instructions or without EMD are liable to be rejected.
8. Competent Authority will have the right to inspect the centers of the bidder
already in operation for verification purposes mentioned in the Technical
Proposal.
9. The implementation schedule specified in the Contract shall be strictly
adhered to.
10. No equipment shall be removed from the school premises by the contractor
without the concurrence of the school Head Master including for the purpose
of replacement, service etc.
11. The Computer centers must be available for inspection by the competent
47
authority at all times.
12. The Computer centre will be utilized by the department for IT enriched
training in other subjects and computer related work. However, the cost of
the same if any will be decided by the committee constituted by the
Government for the purpose.
13. The rate to be quoted must be including all the components mentioned in
the Tender.
14. To provide one full-time instructors at each school with the minimum
qualification of basic graduation with postgraduate diploma in computer
applications / DOEACC _A_ Level / BCA or higher from reputed institutions
who shall be available for the entire duration of the school hours.
15. The Director of Education (Secondary & Higher Secondary) Maharashtra
State will appoint Third Party Agency who would be doing the project
tracking and progress reporting to the Director.
16. The Electricity Bills will be borne by the successful bidder/contractor.
17. The Director of Education (Secondary & Higher Secondary) Maharashtra
State, Pune 411 001 will consider only those bidders who have quoted for all
the schools in a region.
18. Insurance should be made for full value against theft, burglary, fire and
natural calamity.
19. The bidder shall give compliance that no pirated software shall be installed
on the computer system in the labs
20. The Pre dispatch inspection and acceptance test shall be done by
Department or through third party identified by the department. If any goods
or its component fails to meet the specifications, bidder shall replace the
goods or its component with required specification or higher within 15 days
of such inspection. A School will be declared successfully commissioned only
when it successfully passes acceptance test. Last date of successful
acceptance test of all systems in a School will be the date of commissioning
of School for purpose of commence of period for payment.
21. The bidder must produce the commissioning schedule within 15 days of
48
signing of contract.
22. Bidder will have to procure all the licenses of the software’s on the name of
Director of Education (Secondary & Higher Secondary) Maharashtra State.
23. Bidder should produce a satisfactory installation certificate issued by the
third party agency appointed by DES&HS & Headmaster and counter signed
by the Education Officer to the Director of Education (Secondary & Higher
Secondary) Maharashtra State, Pune 411 001. Director of Education
(Secondary & Higher Secondary) Maharashtra State, Pune 411 001 will
consider for quarterly payments only after receipt of satisfactory report and
Acceptance Test report.
24. The Bidder shall provide & maintain software updates, security patches &
any other patches directly from the OEM / Principal manufacturer for
software like operating system, database, Antivirus security, productivity
suite software etc. for the entire period of contract (5 Years) from time to time
at no additional cost to the Government to meet the requirements of security
and quality of system software.
25. Bidder shall carry out painting of Computer Lab to maintain good look and
feel wherever felt necessary.
26. The Director of Education (Secondary & Higher Secondary) Maharashtra
State, Pune 411001, shall have the right to change / modify the school
location and to replace a school location with other school or a junior college
with same terms and conditions. Bidder shall not be eligible for any increase
in contract amount due to this change on what so ever reason. Director of
Education (Secondary & Higher Secondary) Maharashtra State, Pune 411
001 shall have right to increase/decrease the number of schools and
contract amount shall be increased or reduced accordingly.
27. The Director of Education (Secondary & Higher Secondary) Maharashtra
State, Pune 411001 may request for up gradation of systems if required.
However, the cost of up gradation if any will be decided by the committee
constituted by the Government for the purpose.
28. Bidder will have to provide the textbook based educational software,
49
computer education software and additional educational software on all
computer system.
29. To deploy and maintain at his own cost School Management Software
provided by the department in each desktop computer in the lab to automate
various aspects of a school.
30. Hardware mentioned in tender are mostly brand new, but the bidder will
indicate the exact make & model of it in the technical bid so that their
performance eligibility could be assured as per specifications mentioned in
this tender. Bidder would supply only those makes & models which have
been accepted during technical evaluation. No other make & model will be
supplied which is not quoted or not approved.
31. All the hardware such as Computer System/Nodes, DOT Matrix Printer,
UPS, Projector, Multimedia speakers and Generator will be inspected and
tested at the company site by the technical person/third party agency
appointed by the Director Education (Secondary & Higher Secondary).
32. 100% Computer will undergo burn in test for minimum of 24 hours at the
company site.
33. The tendering authority or his duly authorized representative/committee
shall at all reasonable time have access to the Bidder premises and shall
have the power at all reasonable time to inspect and examine the materials
and workmanship of the goods/ equipment/ machineries during
manufacturing process or afterwards as may be decided. In case of desktops
and UPS the Pre-Dispatch Inspection (PDI) shall be made at the Hardware
(OEM) Manufacturer’s Factory site (at Bidder cost) by the technical
team/inspection committee appointed by Director, (Secondary & Higher
Secondary Education). In case of other hardware the inspection can be made
at factory/godown (at Bidders cost). The inspection period would be inclusive
in the duration provided for the complete delivery & installation under the
project. The Bidder will not supply the hardware directly to the schools
without PDI. The PDI will be completed within 15 days of receiving the
request in writing from the Bidder, the time taken for PDI is included in the
50
delivery period. Bidder would supply & install only those makes & models of
hardware/software which have been accepted during technical evaluation.
No other hardware (make & model)/software will be supplied which is not
quoted or not approved during the technical evaluation. The
hardware/software items not quoted or not technically approved shall be
rejected during the PDI.
34. UPS will be tested for all the specification given in the tender document.
35. The bidder will not be allowed to move, remove and change any of the
equipments installed under this Tender without prior written permission of
the Director of Education (Secondary & Higher Secondary).
36. The bidder has to provide an Online MIS to make live information available
on the Director of Education (Secondary & Higher Secondary). The Online
MIS System will have the modular approach towards workflow. The Online
MIS System Modules and its features would be as follows:
• School information
• Student related information
o Student name
o Roll No.
o Student schooling history
o Student Performance
o Student Marks
o Course or Training module enrolled
o Lab Attendance
• Staff (Teacher/Faculty/Lab Assistant) Information
o Staff personal information
o Teacher/ lab Assistant Attendance
o Teacher/ lab Assistant Leave Records
o Teacher Training Details
o Details of lectures delivered (Date, Subject of Training, Class
Attended, etc)
• Training module feedback
o Training module details
o Students Feedbacks
o Teachers Feedback
51
• Lab Infrastructure module
o Lab IT Infrastructure Details (Computers Hardware, Printers, Softwares, Networking Hardware, Back Up Devices, Projector, Modem, Generator etc) (Information should cover make, model, storage capacity, memory, warranty details, date of installation etc)
o Uptime and Downtime tracking for the lab IT Infrastructure (Computer, networking, internet, projector, UPS, Generator, etc)
o Generator Usage and its BOO operator payment o Acceptance test record of the Lab
• Help Desk Fault Logging module
o Fault logging (School Name, Date, Category of Issue, Issue
details, Fault Logged by, Level of Issue, etc)
o Complaint Redressal details
• Report generation: Software should be able to generate weekly and
monthly reports as per requirement.
• User Management: Should allow multi level users with access rights
role based.
29. The successful bidder shall put a “Name Board” of size 4”X3” on the outer
façade of computer lab as per the sample layout printed copy provided by the
D.E. (S &HS).
30. Help Desk Services: The bidder will provide help desk service which will
serve as a single point of contact for all ICT related incidents and service
requests. The service will provide a Single Point of Contact (SPOC) and also
resolution of incidents. The scope of work includes:
a. Help Desk facility for reporting issues / problems with the IT
infrastructure.
b. To provide a service desk facility and the set up all necessary channels
for reporting issues to help desk. The incident reporting channels will be
the following:
i. Specific E-Mail account
ii. Dedicated Phone Numbers / Fax
iii. Online MIS
c. To implement a Online MIS system as mentioned in the scope of this
tender.
d. The Help Desk shall undertake the following activities:
52
i. Log issues / complaints related to IT at the school under the
scope of work and issue an ID number against the issue /
complaint.
ii. Assign severity level to each issue / complaint.
iii. Track each issue / complaint to resolution
iv. Escalate the issues / complaints, to department if necessary as
per the escalation matrix defined in discussion with ‘D.E.S
&H.S’
v. Provide feedback to ‘D.E.S &H.S’
vi. Analyze the issue / complaint statistics
vii. Creation of knowledge base on frequently asked questions
(FAQs) to aid the users of the this IT infrastructure
31. Operations and Maintenance: The Bidder shall provide the following services
for Management of all computer training laboratories at designated schools.
The Successful Bidder shall ensure that appropriate System and Processes
are in place for delivering them.
g. Configuration Management
h. Problem Management
i. Performance Management
j. Change Management
k. Help Desk Management
l. Service Level Management
32. MIS Reports: The successful bidder shall provide the MIS reports for all the
devices installed in the computer laboratories in all designated schools in the
state in a prescribed format on a quarterly basis. Whenever required by
‘D.E.S &H.S’, bidder should be able to provide additional reports in a pre-
specified format.
37. Transfer of Assets to Director of Education (Secondary & Higher Secondary)
Maharashtra State, Pune 411 001 at the end of Contract period: The bidder
shall transfer all the assets created under the project to Director of
Education in working condition at a value of Re.1/- .
53
38. Tenders will be accepted only from those who have purchased tender
document of Rs. 25,000/- from the Director of Education (Secondary &
Higher Secondary) Maharashtra State, Pune 411 001. (Download facility
provided.)
39. All disputes will be subjected to Pune Jurisdiction.
40. Quantities required in 1 Computer lab:
A) Computer Hardware items :-
Sr. no. Item Name Estimated Qty. per School
Option-1
(Client-Server)
Option-2 (Shared
Computing)
1 Hardware:
A. Desktop
Computer (High
End)
1 3
B. Desktop
Computer (Low
End)
9 --
C. Access Point -- 12 (4 per desktop/
host PC)
D. Online UPS 1 - As mention in spec.
E. Generator Set 1 - As mention in spec.
F. Dot Matrix
Printer 24 pin 80
col.
1 - As mention in spec.
G. LCD TV 1 - As mention in spec.
H. Web Camera 1 each per node/desktop.
54
2 Local Area Networking
A. Switch 1
3 Internet 1 connection per lab
(B) Software:
Sr.
No.
Item Quantity
1. To provide Text book based Educational
Software.
On all
desktop/Node
2. To provide Computer Education
Software.
On all
desktop/Node
3. Additional educational Software as
mentioned in spec.
On all
desktop/Node
4. School Automation Software (will be
provided by the Government)
On all Host PC
5. Installation of Antivirus for 5 years
License.
1 License each
per desktop /
node
6. Windows 2008 server R2 Operating
system with 5 years online support.
1 License each
per desktop
7. User Client Access License (CAL) 1 License each
per desktop &
node
8. Microsoft Office 2010 Standard
(educational version will be provided by
the department)
1 License each
per
node/desktop
9. Open Office Software Libre supported
version 5 years online support.
1 License each
per
node/desktop
55
(C) Lab Infrastructure :
Sr. No. Item Quantity
1 Computer Tables 1 each per
node/desktop
2 Chairs 2 per
node/desktop
3 Printer Table 1
4 Ceiling Fan 2
5 Exhaust Fan 1
6 Tube light 2
7 Instructor Table 1
8 Instructor Chair 1
9 Electric Sub meter 1
10 Steel cupboard 1
(D) Detail Specifications for Hardware setup :
1. HARDWARE SETUP: Option A: INDEPENDENT DESKTOPS CONNECTED WITH SERVER (High End Computer) IN LOCAL AREA NETWORK as per the Network Diagram (N-I)
Desktop Computer (High End)
A. Key Specifications
Processor Intel® Core i7 2100 / AMD FX 8150 or better.
B. Memory and Storage
RAM 4 GB expandable to 8 GB
Hard Drive Capacity 500 GB
Controller Interface Type SATA
RAM Technology DDR3 RAM
56
C. Key Specifications
ON Board - LAN 10/100/1000 Mbps Gigabit Ethernet controller
I/O Ports 1 PS/2 Keyboard; 1 PS/2 Mouse ; 4 USB (with at least 2 in front); 1 LAN port; 1 VGA port; 1 DVD-D; 2PCI slot ; 1 PCI Express X16 slot ; 1 PCI express X1 slot; Audio ports for microphone and headphone in front
Key Board & Mouse PS/2 Multimedia Keyboard and Optical Mouse with antistatic pad
Color Monitor 15" TFT TCO5 certified
Optical Drive DVD RW (16x or Higher)
Chipset Intel® P67 Express Chipset or AMD 990FX
Operating System Windows 7 Starter Edition plus upgrade preloaded with Media, Windows Logo Certification and Linux
Pre loaded software Norton, McAfee, E-Trust, K-7 Antivirus (Latest Version) for 5 years License.
Cabinet Mini tower
Power Management Screen Blanking, Hard Disk and System Idle Mode in Power On, Set up Password, Power supply SMPS Surge protected.
Desktop Computer (Low End)
A. Key Specifications
Processor Intel® Core i5 / AMD Phenom II X6 1090T or better
B. Memory and Storage
RAM 2 GB
Hard Drive Capacity 320 GB
Controller Interface Type SATA
RAM Technology DDR3 RAM
C. Key Specifications
ON Board - LAN 10/100/1000 Mbps Gigabit Ethernet controller
I/O Ports 1 PS/2 Keyboard; 1 PS/2 Mouse ; 4 USB (with at least 2 in front); 1 LAN port; 1 VGA port; 1 DVD-D; 2PCI slot ; 1 PCI Express X16 slot ; 1 PCI express X1 slot; Audio ports for microphone and headphone in front
57
Key Board & Mouse PS/2 Multimedia Keyboard and Optical Mouse with antistatic pad
Color Monitor 15" TFT TCO5 certified
Optical Drive DVD RW (16x or Higher)
Chipset Intel Q 65 Chipset or better / AMD
Operating System Windows 7 Starter Edition plus upgrade preloaded with Media, Windows Logo Certification.
Pre loaded software Norton, McAfee, E-Trust, K-7 Antivirus (Latest Version) for 5 years License.
Cabinet Mini tower
Power Management Screen Blanking, Hard Disk and System Idle Mode in Power On, Set up Password, Power supply SMPS Surge protected.
LAN Diagram (N-I)
2. HARDWARE SETUP:
HOST DESKTOPS CONNECTED WITH SHARED NODES AS PER THE NETWORK DIAGRAM
(i) Detail Specifications for:
Desktop Computer (HOST Computer)
D. Key Specifications
58
Processor Intel® Core i7 2100 / AMD FX 8150 or better
E. Memory and Storage
RAM 8 GB expandable to 32 GB
Hard Drive Capacity 500 GB
Controller Interface Type SATA
RAM Technology DDR3 RAM
F. Key Specifications
ON Board – LAN 10/100/1000 Mbps Gigabit Ethernet controller
I/O Ports 1 PS/2 Keyboard; 1 PS/2 Mouse ; 4 USB (with at least 2 in front); 1 LAN port; 1 VGA port; 1 DVD-D; 2 PCI Slots ; 1 PCI Express X16 slot ; 1 PCI express X1 slot; Audio ports for microphone and headphone in front
Key Board & Mouse PS/2 Multimedia Keyboard and Optical Mouse with antistatic pad
Color Monitor 15" TFT TCO5 certified
Optical Drive DVD RW (16x or Higher)
Chipset Intel® P67 Express Chipset or AMD 990FX
Operating System Windows 2008 server R2 and Linux
Pre-loaded software Symantec, McAfee, E-Trust, K-7 Antivirus (Latest Version) for 5 years License.
Cabinet Should be able to support shared computing based on PCI technology (Full height PCI slot)
Power Management Screen Blanking, Hard Disk and System Idle Mode in Power On, Set up Password, Power supply SMPS Surge protected.
Shared Computing Access Point
Screen Resolution (Standard) 1280*1024 and above
Color Depth 16 bit and above
Mouse and Keyboard Ports PS/2
Speaker Ports Yes
i. Allow 4users to share a single host PC through a shared computing PC sharing kit (this includes 1 full height PCI Card, virtualization software, 4 Access points with speaker output, PS/2 mouse & PS/2 keyboard output, XVGA Monitor output and RJ45 connection port).
ii. Each Access point should be standalone equipment and not integrated with
any peripheral like keyboard, monitor or mouse.
iii. Each user should have his/her own display-15” monitor, PS/2 keyboard, PS/2 Mouse and audio output device (headphone).
59
iv. Each user should have its own desktop environment.
v. Solution should support Office suite, Internet and other educational
applications as mentioned in the Tender document.
vi. User experience on virtual terminals should be substantially the same as on host PC (boot time, login experience, responsiveness, mouse, keyboard, application start up and execution), graphics/multimedia, and logout.
vii. Power consumption of each access point should not exceed more than 1/2
watts.
viii. OS to be supported are Windows Server 2003, Windows Server 2008 R-2 and MS Multipoint Server.
ix. Bidder to provide the shared computing PC Sharing kit separately from the
Monitor, Keyboard, Mouse. Each access device should be capable to connect Monitor, Mouse & Keyboard independently.
x. Connectivity between host computer and Shared Computer should be
through CAT6 SFTP cables.
xi. A) The bidder shall have to furnish MAF from OEM for proposed monitor,
desktops, printers, mouse, keyboard who has been supplied in 5000
Govt. schools in India for more than one year. Bidder to provide
necessary document.
B) The bidder shall have to furnish a reference site of OEM of their
proposed shared computing solution being under use for more than
one year in minimum 5000 Govt. schools in India as on the bid
submission date. Bidders to provide necessary documents for this.
Bidder has to provide Manufacturer’s Authorization Form (MAF) from
OEM for above proposed shared computing solution which is in full
use for more than one year in minimum 5000 Govt. schools in India.
C) Bidder Shall have to furnish Manufacturer’s Authorization Form from
OEM for proposed online UPS which is being used in more than 1250
online Installation in similar school project in Maharashtra. Valid
60
documents evidence from school authorities or Govt. Dept. should be
submit.
A. Software
Operating System Windows 2008 server R2+CALS per node + Linux
Anti-Virus The Bidder is responsible to install and maintain this software on the desktops at no extra cost in all schools during the entire project period.
MS Office Suite The MS Office Suite would be procured by the Government separately under PIL program of Microsoft Corporation and would be provided to the Bidder. The Bidder would be responsible to install and maintain this software on the desktops in all schools during the entire project period.
School Management Software
In continuation to earlier Phase 2, School Management Software would be provided by the Directorate at no cost to the Bidder. The Bidder would be responsible to install, maintain and support the SMS on the High End Desktops in all schools during the entire project period at his own cost.
LAN Diagram (N-II)
61
2. Dot Matrix Printer 24 pin 136 Col.
i. Print Head : - 24 Pin ii. Print Mode : - Draft and LQ iii. Print Width : - 136 columns minimum iv. Print Speed : - 300 cps @ 10 cpi in high speed draft mode
250 cps @ 10 cpi in draft mode 80 cps @ 10 cpi in LQ mode
v. Print Method : - Impact dot matrix vi. Paper feed : - Both Friction and Tractor with push or pull
facility. vii. Paper Type : - Cut sheet & Fan-Fold continuous stationary viii. Print head life : - 200 million characters or more or equivalent
number of dots/pin ix. Ribbon life : - Minimum 3 million characters x. MTBF : - 6000 POH xi. Data buffer : - Minimum 64 KB xii. Print attributes : - Bold, Italics, Underline, Wide-font, super and
sub-scripting xiii. Emulation : - EPSON/IBM xiv. Interface : - Parallel & USB
3. LCD TV (colour)
i. Screen size : - Minimum 40 inch ii. Resolution : - 1080 p iii. HDMI ports : - Minimum 3 iv. Refresh Rate : - Min. 120 HZ v. Response time : - minimum 6 ms
4. Generator 3 KVA
Branded Generator Set of ISO 9001/9002 certified, relevant BS & IS standard, diesel driven over head valve engine, single phase 220-250v, 50Hz frequency, monthly fuel will be provided by Bidder. CAPACITY: Based on Shared Computing, Bidder to provide for desired power and backup to run the computer lab & charge the UPS.
5. Online UPS
MANDATORY CERTIFICATION Valid Test certificate obtained from
62
any Govt. approved test/certifying agency. ISO 9001 Series Manufacturer
i. TECHNOLOGY: Microcontroller based IGBT High Frequency Technology. PWM Rectifier with inbuilt APFC & IGBT Charger;
ii. INPUT RANGE: 160-270V iii. OUTPUT VOLTAGE & WAVEFORM: 220/230 +/- 1% PURE SINE WAVE;
I/P & O/P POWER FACTOR: ≥0.98, 0.8; iv. MAINS & BATTERY: Sealed Maintenance Free Battery, v. MAINS & BATTERY ISOLATION With necessary indicators, alarms and
protection; vi. BATTERY MAKE: Exide, Panasonic, Amar Raja, Global Yuasa. vii. I/P & O/P Freq.: 50 Hz +/- 10%, 50Hz +/- 0.1Hz; viii. CREST FACTOR - min. 3:1; ix. TOTAL HARMONIC DISTORTION: < 3%; x. INPUT HARMONIC LEVEL: < 15%; xi. Overall EFFICIENCY: Min. 90% on Full Load; xii. NOISE LEVEL: < 55 db; Cables: With all necessary cables & plug; xiii. Over Load Capacity: 105% to130% for 1 min. above 130% for 10 sec.
with over voltage cut device; xiv. Display type: LCD for input & output parameter; xv. Rack: Suitable metallic rack for housing of SMF batteries
BATTERY BACKUP: Min. 30 minutes on full lab load depending upon shared computing requirement. Bidder Shall have to furnish Manufacturer’s Authorization Form from OEM for proposed online UPS which is being used in more than 1250 online Installation in similar school project in Maharashtra. Valid documents evidence from school authorities or Govt. Dept. should be submit.
6. Web Camera
i. Type: VGA CMOS webcam; ii. Video capture: Up to 1024 x 768 pixels; iii. Still image capture: Up to 1024 x 768 pixels; iv. Frame rate: Up to 30 frames per second; 55° diagonal field of view ; 2
MP video memory ; Imaging Feature: Automatic image adjustment with manual overwrite ;
v. Built-in: Microphone; Omni directional microphone; vi. Misc.: USB 2.0 certified, Windows Hardware Quality Labs (WHQL);
should comply with part 15 of the FCC rules, It may not cause harmful interference; USB Cable, Universal monitor Clip for LCD, CRT, or notebooks; Integrated Software (Complete/ Full with Latest version): One-click video e-mail software, Video broadcasting software, Web album creator software, Dashboard provides access to animated video special effect features and webcam controls; Web camera software etc with guide, Desktop and CRT universal attachment base/ Notebook and
63
LCD universal attachment base.
7. SWITCH
i. 16 Port 10/100/1000 Switch for Networking of 3 Host Computers thru CAT6 cable.
(B) Software:
1) Text Book based Educational Software :
Text Book based Educational Software for Std. V to X on all subject.
i. Software should run on Windows Desktop/Server OS or higher
version.
ii. Software should be on a learning approach and thus can be learned in
observe of teachers by a peer group.
iii. Lessons are interactive, with proper animations and illustrations.
iv. Voice over text/accentuation is with local accent i.e. Marathi.
v. Exploration of concept/tools is there using audio/video/graphics/with
complete streaming.
vi. The software incorporates assessment scheme/exercise on self
evaluation for every chapter of the subject.
vii. The lessons based on modular approach with at least 3 levels.
viii. Educational software should be based on Textbook & Syllabus for Std.
V to Std. X.
ix. Should be able to have a single interface to select a particular class.
x. Should be able to have a simple Icon based navigation for ease of use.
xi. Should be able to have ease of medium of language selection for a
particular module.
xii. The package must be operational in a virtual/shared computing lab
environment.
xiii. Should have a proved install base in Marathi medium government
schools in Maharashtra state.
2) Computer Education Software:
Complete package should have at least 40 hours sitting time.
64
i. Package should be 100% interactive with appropriate animations.
Package
ii. The Package must be in Marathi/English languages separately.
iii. The product should cover educational contents on:
a) Computer Fundamentals,
b) Windows 7 Operating System,
c) MS Word 2010 Processing,
d) MS Excel 2010 Spreadsheet,
e) MS PowerPoint 2010 Presentation,
f) MS Outlook
g) Internet & Browsing.
iv. The narration and interaction should be in the same language the
package is offered and should have inbuilt transcript support apart
from audio in the language it is offered.
v. Package should cover the topics in extensive details for all possible
options under each head.
vi. Package should have self assessment quiz for each lesson covered in
the modules.
vii. The package must be operational on Windows Desktop/Server or
higher versions and it should not require a live Internet connection to
use it.
viii. The package must be operational in a virtual/shared computing lab
environment.
ix. Package should have hands-on exercises with real time scenario and
real time environment experience through out to explain the concepts.
x. Package should allow user specific bookmarks to be saved.
xi. Package should be allow creating multiple users on a single PC
xii. Package should have an inbuilt feature to track the total usage of the
learner and generate report accordingly.
xiii. Should be able to have a single interface to select a particular class.
xiv. Should be able to have a simple Icon based navigation for ease of use.
65
xv. Should be able to have ease of medium of language selection for a
particular module.
xvi. Should have a proved install base in Marathi medium government
schools in Maharashtra state.
3) Antivirus : - Nortorn, McAfee, E-Trust, K7 Antivirus
(LatestVersion) for 5 years License.
4) Office Automation :- Open Office Software
(C) Lab Infrastructure:
1. Furniture & Civil Work: The Bidder shall provide Computer Tables,
Computer Chairs, 1 Printer Table, 1 Instructor Table, 1 Instructor Chair, 2
Ceiling Fan with regulators each, 1 Exhaust Fan, 2 Tube Lights, Vinyl
flooring, painting to each school lab covering room size of 400 sq. ft. area as
per specification mentioned below:
A. Computer Table
600mm x 450mm x 725mm with Sunmica Top having facility for keeping CPU, Monitor and Keyboard (pull out). Monitor should be fixed under the glass tabletop to facilitate the students with good classroom environment as well as to avoid damage.
B. Computer Chair
PVC/Plastic molded without arms rest
C. Printer Table
600mm x 450mm x 725mm with Sunmica Top
D. Instructor Table
600mm x 450mm x 725mm with Sunmica Top
E. Instructor Chair
PVC / Plastic molded with Arm rest
F. Ceiling Fan
ISI & Branded with 48” blades with regulator
G. Tube Lights
ISI & Branded 4ft open type/bracket with electronic choke
66
H. Exhaust Fan
ISI & Branded Standard size
I. Vinyl Flooring
Vinyl Flooring 1.5mm thick 400 sq. ft. area.
J. Painting
Painting with Distemper (5’ X 4' area of wall adjacent to black board should be very smooth and painted with white paint that will be used as projection screen) approximate 1100 sq. ft. area. K. Steel cupboard – minimum size 4 ft X 3 Ft X 1.5 Ft
2. Electrical Fitting:
Electrical Fittings:
As per specs and actual for connecting 3 nos. of PCs and 15 nos of , monitors, printers, projectors, UPS and generator and other electrical fittings to run the 15 computer lab as mention in tender document. Through PVC conduit with copper cable for mains feeder including distribution box and socket boxes (6Amp and 16Amp). Feeder provided with Isolators and MCBs. Electric Sub-meter-10/20 amps, 1 phase/3phase electronic/Analog Approved by Power Dept, Govt. of Maharashtra. Electrical wiring with 1 main MCB before or after Energy meter.
Earthing: Earthing provided with copper plate, and electrode with
copper wire with main switch. The copper plate has been buried at a
depth of 8 ft. in the soil, along with required quantity of salt, sand,
and charcoal filling, after necessary excavation.
The conditioning of electrical power is the sole responsibility of the
Bidder wherever required.
All equipment/appliances/fittings should be ISI/ISO certified.
67
SECTION – IV
Annexure I
(GENERAL INFORMATION - Pre Qualification & Technical Bid)
The company should furnished the following details
1. Name of the Organization :
2. Name of the Owner :
3. Year of Establishment / Incorporation :
4. Nature of the Organization :
{Govt./Public/Private/Partnership/Proprietorship}
5. Registered office Address with phone No., Fax No. and e-mail
6. Website Address
7. Details of EMD furnished Name of the Bank
(Enclose EMD) Amount in Rs. Lakhs
B.P.O./DD/Bank Guarantee
With No. and date
Date upto which valid
(Incase of bank Guarantee)
8. Annual Turn over during the financial years
2008-09, 2009-10 and 2010-11 :
(Rupees in Crores)
9. Previous experience in Computer education
(No.of Govt. High Schools / Govt. run Educational Institutions)
10. Previous Experience in Computer Aided Learning :
(No.of Govt High Schools / Govt. run Educational Institutions)
11. The number of states the bidder has
worked / is working for similar projects:
68
12. Number of projects completed by the bidder :
13. Technical Compliance Text Book based Educational Software:
Sr. No.
SPECIFICATION REQUIRED COMPLIANCE (YES/NO)
Comments
i. Software should run on Windows Desktop/Server OS or
higher version.
ii. Software should be on a learning approach and thus
can be learned in observe of teachers by a peer group.
iii. Lessons are interactive, with proper animations and
illustrations.
iv. Voice over text/accentuation is with local accent i.e.
Marathi.
v. Exploration of concept/tools is there using
audio/video/graphics/with complete streaming.
vi. The software incorporates assessment scheme/exercise
on self evaluation for every chapter of the subject.
vii. The lessons based on modular approach with at least 3
levels.
viii. Educational software should be based on Textbook &
Syllabus for Std. V to Std. X.
ix. Should be able to have a single interface to select a
particular class.
x. Should be able to have a simple Icon based navigation
for ease of use.
xi. Should be able to have ease of medium of language
selection for a particular module.
xii. Software should run on Windows Desktop/Server OS or
higher version.
xiii. The package must be operational in a virtual/shared
computing lab environment.
xiv. Should have a proved install base in Marathi medium
government schools in Maharashtra state.
69
14. Technical Compliance Computer Education Software:
Sr. No.
SPECIFICATION REQUIRED COMPLIANCE (YES/NO)
Comments
i. The Package must be in Marathi/English
languages separately.
ii. The product should cover educational
contents on:
a. Computer Fundamentals,
b. Windows 7 Operating System,
c. MS Word 2010 Processing,
d. MS Excel 2010 Spreadsheet,
e. MS PowerPoint 2010
Presentation,
f. MS Outlook 2010 Emailing
g. Internet & Browsing.
iii. The narration and interaction should be in
the same language the package is offered and
should have inbuilt transcript support apart
from audio in the language it is offered.
iv. Package should cover the topics in extensive
details for all possible options under each
head.
v. Package should have self assessment quiz for
each lesson covered in the modules.
vi. The software package should run on
Windows Desktop/Server OS or higher
version and it should not require a live
Internet connection to use it.
vii. The package must be operational in a
virtual/shared computing lab environment.
70
viii. Complete package should have at least 40
hours sitting time.
ix. Package should be 100% interactive with
appropriate animations.
x. Package should have hands-on exercises with
real time scenario and real time environment
experience through out to explain the
concepts.
xi. Package should allow user specific
bookmarks to be saved.
xii. Package should be allow creating multiple
users
xiii. Package should have an inbuilt feature to
track the total usage of the learner and
generate report accordingly.
xiv. Should be able to have a single interface to
select a particular class.
xv. Should be able to have a simple Icon based
navigation for ease of use.
xvi. Should be able to have ease of medium of
language selection for a particular module.
xvii. Should have a proved install base in Marathi
medium government schools in Maharashtra
state.
B. Any other details in support of your offer :
(Supporting proof to your claim must be submitted)
71
Annexure-II (FORMS AND FORMATS IN TECHNICAL PROPOSAL)
(To be typed on office letter head, signed and submitted in original along with Bid)
Notice No :
To
Director of Education
(Secondary & Higher Secondary)
Central Building, Maharashtra State,
Pune 411 001 Date:
Sir,
I/We hereby submit our bid proposal for the supply of computer hardware,
software and connected accessories and provision of Computer Education services as per
the specifications given in this Tender document of Director of Education (Secondary &
Higher Secondary) Maharashtra State, Pune 411 001 within the time specified and in
accordance with the specification, design and instructions as per Special Terms and
Information as well as Scope of work. We understand and agree that-
Director of Education (Secondary & Higher Secondary) Maharashtra State,
Pune 411 001/Government of Maharashtra, while awarding the contract has the right to
alter, add or delete the number of schools under the project without giving any notice or
assigning any reason thereof.
Director of Education (Secondary & Higher Secondary) Maharashtra State,
Pune 411 001/Government of Maharashtra will award the contract to only one bidder.
Director of Education (Secondary & Higher Secondary) Maharashtra State, Pune 411
001/Government of Maharashtra may enhance the number of schools under the project at
the same terms and conditions subsequently. Decision of Director of Education
(Secondary & Higher Secondary) Maharashtra State, Pune 411 001/Government of
Maharashtra shall be final and binding.
I/We hereby declare that in the event of award of contract to us, we shall abide by
the above and other terms and conditions of the contract.
Signature of the bidder with seal
72
SECTION – V
FINANCIAL BID FORM Annexure III - FORMS AND FORMATS OF FINANCIAL PROPOSAL
PRICE FORM
(To be returned in original along with the Bid Proposals)
Document No.
I / We declare that we accept the general Terms and Conditions and Special
Terms and Conditions as mentioned in the Tender Document.
I / We declare that the Financial Proposal has been submitted without any
conditions and strictly as per the conditions of the Tender document and I / We
are aware that the Financial Proposal is liable to be rejected if it contains any other
conditions.
Signature of the bidder with seal
73
DECLARATION OF FINANCIAL PROPOSAL (A) Annexure III -A
The following formats needs to be filled and signed in ink along with the financial proposal
Declaration of Financial Proposal – Client Server
(Option 1)
To
Director of Education
(Secondary & Higher Secondary)
Central Building, Maharashtra State,
Pune - 411 001.
NOTE: Price Quotation for BOOT Option (one for each region)
Sir,
I/We hereby submit our Proposal for _______________ region (write the name of the
region) for the supply of Computer Hardware, Educational Software’s, School Automation
Software and connected accessories and provision of computer education services as per
the Scope of Work given in this Tender document within the time specified and in
accordance with the special Terms and Conditions as well as Scope of work. The rates are
quoted in the prescribed format given below:-
Rate per school valid for the total 5 years (Contract Period)
Signature of the bidder with seal
Details Rate per school for Computer Hardware, Educational Software’s,
School Automation Software and connected accessories and provision
of computer education services as per the Scope of Work for Client
Server (Option 1)
In Figures
(in Rs.)
In Words
74
DECLARATION OF FINANCIAL PROPOSAL (B)
Annexure III -B
The following formats needs to be filled and signed in ink along with the financial proposal
Declaration of Financial Proposal – Shared Computing
(Option 2)
To
Director of Education
(Secondary & Higher Secondary)
Central Building, Maharashtra State,
Pune - 411 001.
NOTE: Price Quotation for BOOT Option (one for each region)
Sir,
I/We hereby submit our Proposal for _______________ region(write the name of the
region) for the supply of Computer Hardware, Educational Software’s, School Automation
Software and connected accessories and provision of computer education services as per
the Scope of Work given in this Tender document within the time specified and in
accordance with the special Terms and Conditions as well as Scope of work. The rates are
quoted in the prescribed format given below:-
Rate per school valid for the total 5 years (Contract Period)
Signature of the bidder with seal
Details Rate per school for Computer Hardware, Educational Software’s,
School Automation Software and connected accessories and provision
of computer education services as per the Scope of Work for Shared
Computing (Option 2)
In Figures
(in Rs.)
In Words
75
SECTION - VI Annexure-IV
(Bid Security (EMD) Form)
Director of Education (Secondary & Higher Secondary) Maharashtra State, Pune 1.
Ref. No.....
Bid security (EMD) form
(To be issued by a bank scheduled in India and having at least one branch in Pune)
Whereas...................................... (here in after called "the Bidder") has submitted its bid
dated ......(Date) for the execution of ........................ (here in after called "the Bid")
KNOW ALL MEN by these presents that WE ................... of ........................ having
our registered office at ........................ (herein after called the "Bank") are bound unto the
Director of Education (Secondary & Higher Secondary) Maharashtra State, Pune 411 001 in
the sum of ................ for which payment well and truly to be made to the said Director of
Education (Secondary & Higher Secondary) Maharashtra State, Pune 411 001 itself, its
successors and assignees by these presents.
The conditions of these obligations are:
1. If the bidder withdraws its bid during the period of bid validity or
2. If the bidder, having been notified of the acceptance of its bid by the Director of Education
(Secondary & Higher Secondary) Maharashtra State, Pune 411 001 during the period of bid
validity:
a. fails or refuses to execute the contract form if required; or
b. fails or refuses to furnish the performance security, in accordance with the bid
requirement;
We undertake to pay the Director of Education (Secondary & Higher Secondary) Maharashtra
State, Pune 411 001 up to the above amount upon receipt of its first written demand, without the
Director of Education (Secondary & Higher Secondary) Maharashtra State, Pune 411 001 having to
substantiate its demand, provided that in its demand the Director of Education (Secondary &
Higher Secondary) Maharashtra State, Pune 411 001 will note that the amount claimed by it is due
to it, owing to the occurrence of one or all of the conditions, specifying the occurred condition or
conditions.
This guarantee will remain in force up to and including 45 days after the period of the
bid validity, and any demand in respect thereof should reach the Bank not later than the
above date.
Place:
Date:
76
Annexure-V (Performance Security Form)
Director of Education (Secondary & Higher Secondary) Maharashtra State, Pune 1.
Ref. No......
Performance security form
(To be issued by a Bank scheduled in India and having at least one branch in Pune )
To: ..................... (Address of Director of Education (Secondary & Higher Secondary)
Maharashtra State, Pune 411 001)
WHEREAS............................. (Name of Bidder) hereinafter called _the Bidder" has
undertaken, in pursuance of Contract No......... dated, ........ (Date), to supply .............
called "the Contract".
AND WHEREAS it has been stipulated by you in the said Contract that the Bidder shall
furnish you with a Bank Guarantee by a recognized bank for the sum specified therein as security
for compliance with the Supplier's performance obligations in accordance with the Contract.
WHEREAS we have agreed to give the Bidder a Guarantee:
THEREFORE WE hereby affirm that we are Guarantors and responsible to you, on behalf of
the Bidder, up to a total of Rs................... (Rupees..........) and we undertake to pay you, upon your
first written demand declaring the Bidder to be in default under the Contract and without cavil or
argument, any sum or sums within the limit of Rs............... (Amount of
Guarantee) as aforesaid, without your needing to prove or to show grounds or reasons for your
demand or the sum specified therein.
This guarantee is valid until the ......... day of........ (Date)
Place:
Date: Signature of the Bank
and Seal
77
Annexure-VI
(Syllabus )
Syllabus – V to X Textbook based Syllabus
Class V Topic List
V Mathematics
Chapter-1 Numbers
Chapter-2 Operations on Numbers : Addition and Subtraction
Chapter-3 Operations on Numbers : Multiplication and Division
Chapter-4 Unitary Method
Chapter-5 Divisibility
Chapter-6 Profit and Loss
Chapter-7 Measurement of Time
Chapter-8 Equivalent Fractions
Chapter-9 Addition and Subtraction of Fractions
Chapter-10 Multiplication and Division of Fractions
Chapter-11 Geometry : Basic Concepts
Chapter-12 Angel and Triangle
Chapter-13 Roman Numerals
Chapter-14 Decimal Fractions : Introduction
Chapter-15 Decimal Fractions : Addition, Subtraction, Multiplication
Chapter-16 Measurement
Chapter-17 Segment : Measurement and Construction
Chapter-18 Properties and Rectangles and Squares
Chapter-19 Circle
Chapter-20 Perimeter
Chapter-21 Area
Chapter-22 Statistical Data
V Science
Chapter-1 The Human Body - Some Internal Organs
Chapter-2 Digestion of Food
Chapter-3 Food and Diet
Chapter-4 Germs and the Spread of Disease
Chapter-5 Prevention of Disease
Chapter-6 First Aid
Chapter-7 Natural Resources
Chapter-8 Soil Erosion
78
Chapter-9 The Particle Form of Substances
Chapter-10 Some Properties of Substances
Chapter-11 Type of Changes
Chapter-12 Physical Changes
Chapter-13 Chemical Changes
V History and Civics
Chapter-1 Cultural Diversity in India
Chapter-2 Science and Human Life
Chapter-3 The Age of Renaissance in Europe
Chapter-4 The Age of Revolutions
Chapter-5 Advent of the British and Establishment of their Rule
Chapter-6 The National Uprising of 1857
Chapter-7 The Impact of British Rule
Chapter-8 New Ideas : New Vision
Chapter-9 Establishment of the Indian National Congress
Chapter-10 The National Movement Spreads
Chapter-11 The Non-Co-Operations Movement
Chapter-12 Civil Disobedience
Chapter-13 Armed Revolutions
Chapter-14 Quit India'
Chapter-15 Indian National Army
Chapter-16 Indian Wins Freedom
V Civics
Chapter-17 Our Country
Chapter-18 Our Democracy
Chapter-19 Our Constitution
Chapter-20 Our Governance
Chapter-21 Our Duties
V Geography
Chapter-1 Shape of the Earth
Chapter-2 Locating a Place on the Earth
Chapter-3 Local Time and Standard Time
Chapter-4 Map Reading and Field Visits
Chapter-5 The Atmosphere
Chapter-6 Climate
Chapter-7 The Biosphere
Chapter-8 India : Location and Extent
Chapter-9 India : Physical Divisions
Chapter-10 India : Rivers
79
Chapter-11 India : Climate
Chapter-12 India : Water Resources and Marine Wealth
Chapter-13 India : Forest Wealth and Wildlife
Chapter-14 India : Mineral Wealth and Energy Resources
Chapter-15 India : Population and Life of the People
Chapter-16 India : Occupations of the People
Chapter-17 India : Industries
Chapter-18 India : Transport, Communication and Trade
Chapter-19 India : Cities and their Development
Chapter-20 India : Tourism
Chapter-21 India : The Problem of Pollution
V English
Chapter-1 Alphabetical Order
Chapter-2 Prepositions
Chapter-3 Noun
Chapter-4 Conjunction
Chapter-5 Nouns and Gender
Chapter-6 Tense
Chapter-7 Use of A, An, The
Chapter-8 Countable and Uncountable Nouns
Chapter-9 Clock and the Time
Chapter-10 Pronoun
Chapter-11 Day - Week - Month -Year
Chapter-12 Adjectives
Chapter-13 Question Words
Chapter-14 Punctuation
Chapter-15 Verbs
Chapter-16 Commands
Class VI Topic List
VIth Mathematics
Part – I
Chapter-1 Divisibility
Chapter-2 Order of Operations and the Use of Brackets
Chapter-3 The Use of Letters in Place of Numbers
Chapter-4 Points, Line, Plane
Chapter-5 Angle
Chapter-6 Pairs of Angles
Chapter-7 Natural Numbers and Whole Numbers
Chapter-8 Indices
80
Chapter-9 Squares and Square Roots
Chapter-10 Decimal Fractions - Divisions
Chapter-11 Ratio and Proportion
Chapter-12 Profit and Loss
Chapter-13 Perimeter
Part - II
Chapter-14 Integers
Chapter-15 Algebraic Expressions
Chapter-16 Addition and Subtraction of Algebraic Expressions
Chapter-17 Equations with One Variable
Chapter-18 Percentage
Chapter-19 Simple Interest
Chapter-20 Triangles and Types of Triangles
Chapter-21 Properties of Triangles
Chapter-22 Geometric Constructions
Chapter-23 Bar Graphs
Chapter-24 Area
Chapter-25 Volume
Chapter-26 Circle
VI Science
Chapter-1 Characteristics of Living Things
Chapter-2 Classification of Living Things
Chapter-3 Parts of Plants and their Structure
Chapter-4 Measurement
Chapter-5 Estimates of Measurements
Chapter-6 Force
Chapter-7 Motion and Types of Motion
Chapter-8 Simple Machines
Chapter-9 Work and Energy
Chapter-10 Methods of Separating Substances
Chapter-11 Organ Systems
Chapter-12 Our Earth and its Special Features
Chapter-13 Our Environment
Chapter-14 Social Environment
VI History
Chapter-1 The Need of History
Chapter-2 Source of History
Chapter-3 The Life of the Ancient Man
Chapter-4 The Harappa Civilization
Chapter-5 Life in the Harappa Period
Chapter-6 The Vedic Civilization
81
Chapter-7 Life in the Vedic Period
Chapter-8 New Religious Trends
Chapter-9 Mahajanapadas
Chapter-10 India during the Maurya Period
Chapter-11 Ancient Kingdoms of the North
Chapter-12 Ancient Kingdoms of the South
Chapter-13 India : Cultural
Chapter-14 Ancient India and the World
VI Civics
Chapter-1 Our Social Life
Chapter-2 The Gram Panchayat
Chapter-3 The Panchayat Samiti
Chapter-4 The Zilla Parishad
Chapter-5 The Municipal Council
Chapter-6 The Municipal Corporation
Chapter-7 Importance of Local Government Bodies
Chapter-8 Our Participation
VI Geography
Chapter-1 The Solar System
Chapter-2 Motions of the Earth and their Effects
Chapter-3 Seasons
Chapter-4 Local Time and International Date Line
Chapter-5 Scale of a Map and Field Visit
Chapter-6 Air Temperature
Chapter-7 Air Pressure
Chapter-8 Winds
Chapter-9 Rain
Chapter-10 Biosphere
Chapter-11 Natural Regions
Chapter-12 The World - An Introduction
Chapter-13 Asia : Physical
Chapter-14 Asia : Resources
Chapter-15 Israel
Chapter-16 Saudi Arabia
Chapter-17 Malaysia
Chapter-18 Japan
Chapter-19 Sri Lanka
VI English
Chapter-1 Noun
Chapter-2 Simple Present Tense
Chapter-3 Pronouns
82
Chapter-4 Simple Past Tense
Chapter-5 Use of A, An, The
Chapter-6 Synonyms
Chapter-7 Question Words
Chapter-8 Use of Commas
Chapter-9 Adjectives
Chapter-10 Use of Between / Among
Chapter-11 Adverbs
Chapter-12 Prepositions
Chapter-13 The Use of Am/Is/Are
Chapter-14 Use of Have/Has
Chapter-15 Conjunctions
Chapter-16 Homonyms
Class VII Topic List
VII Mathematics
PART - ONE
Chapter-1 Properties of Triangles
Chapter-2 Squares and Square Roots
Chapter-3 Indices
Chapter-4 Averages
Chapter-5 Variation
Chapter-6 Theorem of Pythagoras
Chapter-7 Product of Algebraic Expressions
Chapter-8 Construction of Triangles
Chapter-9 Quadrilaterals
Chapter-10 Equations in One Variable
Chapter-11 Simple Interest
Chapter-12 Rational Numbers (Miscellaneous Problems : Set 1)
PART - TWO
Chapter-13 Operations on Rational Numbers
Chapter-14 Profit and Loss
Chapter-15 Congruence
Chapter-16 Types of Quadrilaterals
Chapter-17 Area
Chapter-18 Identity
Chapter-19 Factors of Algebraic Expressions
Chapter-20 Joint Bar Graphs
Chapter-21 Volume and Surface Area
Chapter-22 Circle
83
Chapter-23 Construction of Quadrilaterals (Miscellaneous Problems : Set 2)
VII Science
Chapter-1 Natural Resources
Chapter-2 Water - A Natural Resources
Chapter-3 Propagation of Light
Chapter-4 Transmission of Heat
Chapter-5 Effects of Heat
Chapter-6 The Organization of Living Things
Chapter-7 Reproduction in Living Things
Chapter-8 Circulation of Blood
Chapter-9 Classification of Substances
Chapter-10 Sound - Production of Sound
Chapter-11 Propagation of Sound
Chapter-12 Electric Charge
Chapter-13 Food and Nutrition
Chapter-14 Food and Protection of Food
Chapter-15 Health and Disease
Chapter-16 Control and Co-ordination
Chapter-17 Acids, Bases and Salts
Chapter-18 Properties of Water
VII History
Chapter-1 India and the World
Chapter-2 The Rise of Regional Powers
Chapter-3 Economics, Social and Cultural Life
Chapter-4 The Sultanate of Delhi
Chapter-5 The Vijaynagar and Bahamani Kingdoms
Chapter-6 Religious Synthesis
Chapter-7 The Foundations and Expansion of the Mughal Power
Chapter-8 The Expansion of the Mughal Power
Chapter-9 The Creation of the New Centres of Power
Chapter-10 Social Life during the Mughal Period
Chapter-11 Maharashtra before the Times of Shivaji Maharaj
Chapter-12 The Foundation of the Swaraj
Chapter-13 Conflict with the Mughals
Chapter-14 The Administration of the Swaraj
Chapter-15 A People's King
Chapter-16 The Maratha War of Independence
Chapter-17 The Expansion of the Maratha Power
Chapter-18 The Third Battle of Power
Chapter-19 The Pillars of the Maratha Power
84
VII Civics
Chapter-1 The Constitution of India
Chapter-2 Preamble to the Constitution
Chapter-3 Fundamental Rights and Duties of Citizens
Chapter-4 Directive Principles of the Constitution
Chapter-5 Indian Democracy
Chapter-6 Union Government - The Legislature
Chapter-7 Union Government - The Executive and The Judiciary
Chapter-8 The State Government
VII Geography
Chapter-1 The Universe
Chapter-2 The Sun, the Earth and the Moon
Chapter-3 The Map
Chapter-4 Field Visit
Chapter-5 Hydrosphere
Chapter-6 Ocean Floor Relief and Oceanic Oozes
Chapter-7 Temperature and Salinity of Ocean Waters
Chapter-8 Movements of Ocean Water
Chapter-9 Human Occupations
Chapter-10 Population
Chapter-11 The Continent of Africa
Chapter-12 The Continent of North America
Chapter-13 The Continent of South America (Lesson for Self-Study)
Chapter-14 United States of America
Chapter-15 Brazil
Chapter-16 Egypt
Chapter-17 Tanzania
Chapter-18 South Africa (Lesson for Self-Study)
VII English
Chapter-1 Nouns
Chapter-2 Present Perfect Tense
Chapter-3 Pronouns
Chapter-4 Simple Past Tense
Chapter-5 Can
Chapter-6 Synonyms
Chapter-7 How Much - How Many
Chapter-8 Time
Chapter-9 Adjectives and Adverbs
Chapter-10 Adverbs
Chapter-11 Opposites
Chapter-12 Prepositions
85
Chapter-13 Exclamation
Chapter-14 May and Might
Chapter-15 There is - There are
Chapter-16 Should
Class VIII Topic List
VIII Mathematics
Part - I
Chapter-1 Squares and Square Roots
Chapter-2 Irrational and Real Numbers
Chapter-3 Parallel Lines
Chapter-4 Quadrilaterals
Chapter-5 The Circle
Chapter-6 Area
Chapter-7 The Circumference And Area of a Circle
Chapter-8 Statistics
Chapter-9 Variation and Proportion
Chapter-10 Identities
Chapter-11 Equations in One Variable (Miscellaneous Exercise 1)
Part - II
Chapter-12 Cubes and Cube Roots
Chapter-13 Indices
Chapter-14 Construction of Quadrilaterals
Chapter-15 The Arc of a Circle
Chapter-16 Joint Bar Graphs
Chapter-17 Compound Interest
Chapter-18 Polynomials
Chapter-19 Discount and Commission
Chapter-20 Volume and Surface Area
Chapter-21 Division of Polynomials
Chapter-22 Factors of Polynomials (Miscellaneous Exercise 2)
VIII Science
Chapter-1 Stars and Our Solar System
Chapter-2 Biological Diversity
Chapter-3 Atmospheric Pressure
Chapter-4 Magnetism
Chapter-5 The structure of an atom
Chapter-6 Chemical reactions and their types
Chapter-7 The structure of a cell and microorganism
Chapter-8 Diseases
86
Chapter-9 Reflection of light
Chapter-10 Sources of Energy
Chapter-11 Electric Current
Chapter-12 Properties of substances
Chapter-13 Metals and Non Metals
Chapter-14 Carbon and Carbon compounds
Chapter-15 Air
Chapter-16 Soil
Chapter-17 Agriculture
Chapter-18 Animal Husbandry
VIII History
Chapter-1 The Age of Renaissance
Chapter-2 The Age of revolutions
Chapter-3 The foundation and expansion of the British rule in India
Chapter-4 The effects of the British rule in India
Chapter-5 The National uprising of 1857
Chapter-6 Renaissance in India
Chapter-7 Laying the foundation of the freedom Struggle
Chapter-8 The Struggle for Swaraj
Chapter-9 The Non Co-operation phase
Chapter-10 The civil Disobedience Movement
Chapter-11 The quit India Movement
Chapter-12 The revolutionary movement
Chapter-13 Indian national army
Chapter-14 The struggle for social equality
Chapter-15 India wins Independence
Chapter-16 Fulfillment of the freedom struggle
VIII Civics
Chapter-1 Foreign Policy
Chapter-2 India`s Foreign Policy
Chapter-3 India`s Defense System
Chapter-4 United Nations
Chapter-5 The Functions of United Nations
Chapter-6 International co-operation and Development
Chapter-7 Human Rights
VIII Geography
Chapter-1 Soaring into Space
Chapter-2 Practical Geography
Chapter-3 Field Visit and Report Writing
Chapter-4 Interior of the Earth
Chapter-5 Slow Earth Movements
87
Chapter-6 Rapid Earth Movements
Chapter-7 Rocks and Rocks Types
Chapter-8 Weathering and Soils
Chapter-9 Agents of Erosion - 1
Chapter-10 Agents of Erosion - 2
Chapter-11 Man and Natural Environment
Chapter-12 Human Settlements
Chapter-13 Primary Occupations
Chapter-14 Secondary and Tertiary Occupations
Chapter-15 The Continent of Antarctica
Chapter-16 The Continent of Australia
Chapter-17 The Continent of Europe (A Lesson for Self-Study)
Chapter-18 Germany
Chapter-19 Italy
VIII English
Chapter-1 Nouns
Chapter-2 Adverbs
Chapter-3 Collective Nouns
Chapter-4 Conjunctions
Chapter-5 Verbs
Chapter-6 Pronouns
Chapter-7 Simple Present Tense
Chapter-8 Infinitive and Gerund
Chapter-9 Simple Past Tense
Chapter-10 Articles
Chapter-11 Question Words
Chapter-12 Active - Passive Voice
Chapter-13 Adjectives
Chapter-14 Degree of Comparison
Chapter-15 Comparison of Adjectives
Chapter-16 Remove Too
Chapter-17 Prepositions
Class IX Topic List
IX Algebra
Chapter-1 Seats
Chapter-2 Real Numbers
Chapter-3 Algebraic Expressions
Chapter-4 Linear Equations in Two Variables
Chapter-5 Graphs
88
Chapter-6 Ratio, Preposition and variation
Chapter-7 Statistics
IX Geometry
Chapter-1 Line & Angles
Chapter-2 Triangles
Chapter-3 Congruence of Triangles
Chapter-4 Circle
Chapter-5 Quadrilaterals
Chapter-6 Co--ordinate Geometry
Chapter-7 Geometric Construction
Chapter-8 Trigonometry
Chapter-9 Mensuration
IX Science
Chapter-1 World of Matter
Chapter-2 Understanding Matter
Chapter-3 Inside the Atom
Chapter-4 Counting Matter
Chapter-5 Cell: The unit of life
Chapter-6 Life : Simplex & Complex
Chapter-7 Life around you
Chapter-8 Highway to health
Chapter-9 Quality food, Quality Life
Chapter-10 Moving Objects
Chapter-11 The law of motions
Chapter-12 The pull of the earth
Chapter-13 Why Bodies Float
Chapter-14 Energy: The Driving Force
Chapter-15 The Music Of Sound
IX History
Chapter-1 Pre-historic Period
Chapter-2 Egyptian Civilization
Chapter-3 Ancient Indian Civilization
Chapter-4 Greek Civilization
Chapter-5 Contribution of Arabs
Chapter-6 Feudalism in Medieval Europe
Chapter-7 Europe During the Medieval Age
Chapter-8 The Geographical Discoveries
Chapter-9 The Reformation
Chapter-10 The Renaissance
IX Civics
Chapter-1 Civics
89
Chapter-2 Citizenship
Chapter-3 Fundamental rights and duties
Chapter-4 Directive principles of state policy
Chapter-5 Democracy
IX Geography
Chapter-1 India : Location and Extent
Chapter-2 Physiographic Divisions
Chapter-3 River Systems
Chapter-4 Ocean and Lakes
Chapter-5 Climate
Chapter-6 Soils
Chapter-7 Natural Vegetation, Wild Animals and Birds
Chapter-8 Elements of Map
Chapter-9 Field Study
IX Environment Science
Chapter-1 Understanding Ecosystem
Chapter-2 Degradation and Destruction of ecosystem
Chapter-3 Depletion of Natural Resources
Chapter-4 Conservation of Natural Resources
Chapter-5 Generation of waste
Chapter-6 Management of Waste
Chapter-7 Environmental values and human rights
Chapter-8 Health of women and children and the environment
IX Economics
Chapter-1 Understanding an Economy
Chapter-2 Main characteristics of Economy
Chapter-3 Basic problem of an Economy
Chapter-4 Solutions to basic Economics Problem
Chapter-5 Mixed Economy in India
Chapter-6 Sect oral Distribution of Indian Economy
Chapter-7 Disaster and Disaster Management
Chapter-8 The effects of Disasters
Chapter-9 Role of Government and Non-Government organizations in Disaster Management
IX English
Chapter-1 Modal Auxiliaries
Chapter-2 Question Tag
Chapter-3 Word Formation
Chapter-4 Degrees of comparison
Chapter-5 The Sentence - Types
Chapter-6 Passive Voice
90
Chapter-7 Punctuation
Chapter-8 Reported Speech
Chapter-9 Tenses
Chapter-10 Non Finites
Chapter-11 Articles
Chapter-12 Preposition
Class X Topic List
X Algebra
Chapter 1 Arithmetic Progression and Geometric Progression
Chapter 2 Quadratic Equation
Chapter 3 Linear Equations in two variables
Chapter 4 Probability
Chapter 5 Statistics – I
Chapter 6 Statistics – II
X Geometry
Chapter 1 Similarity
Chapter 2 Circle
Chapter 3 Geometric Constructions
Chapter 4 Trigonometry
Chapter 5 Co-ordinate Geometry
Chapter 6 Mensuration
X Science
Chapter 1 School of Elements
Chapter 2 The magic of Chemical Reactions
Chapter 3 The Acid Base Chemistry
Chapter 4 The Electric Spark
Chapter 5 All about Electromagnetism
Chapter 6 Wonders of Light - Part I
Chapter 7 Wonders of Light – Part II
Chapter 8 Understanding Metals and Non-metals
Chapter 9 Amazing World of Carbon Compounds
Chapter 10 Life’s Internal Secrets
Chapter 11 The Regulators of Life
Chapter 12 The Life Cycle
Chapter 13 Mapping our Genes
X History
Chapter 1 American war of independence
Chapter 2 French Revolution
Chapter 3 Industrial Revolution
91
Chapter 4 Western Imperialism
Chapter 5 World War I
Chapter 6 Russian Revolution
Chapter 7 Rise of Dictatorship in Europe
Chapter 8 World War II
Chapter 9 Emancipation of Asia and Africa
Chapter 10 International Organizations
Chapter 11 World after World War II
X Civics
Chapter 1 Union Legislature
Chapter 2 Union Executive
Chapter 3 Judiciary
Chapter 4 Urban Local Government
Chapter 5 Rural Local Government : Panchayati Raj
X Geography
Chapter 1 India : Resources
Chapter 2 Human Resources
Chapter 3 Water Resources
Chapter 4 Forest Resources
Chapter 5 Land Resources : Land Use
Chapter 6 Characteristics of Agriculture
Chapter 7 Animal Resources
Chapter 8 Mineral Resources
Chapter 9 Energy Resources
Chapter 10 Industries
Chapter 11 (A) Transport Routes
Chapter 11 (B) Communication and Trade
Chapter 12 Practical Geography
X Environmental Science
Chapter 1 Pollution : Sources and Types
Chapter 2 Effects of Pollution
Chapter 3 Abatement and Control of Pollution
Chapter 4 Resettlement and Rehabilitation
Chapter 5 Natural Resources : Productivity, its Decline and Impacts
Chapter 6 Energy : Sources and Crisis
Chapter 7 Conservation : Water and Soil
Chapter 8 Grasslands, Forests and Wildlife
Chapter 9 Conservation : Ocean Resources
Chapter 10 Technology, Sustainable Use of Resources and Conservation
Chapter 11 Communities and Conservation
X Economics
92
Chapter 1 Economic Development
Chapter 2 Meaning and Cause of Inflation
Chapter 3 Effects, Trends and Control of Inflation
Chapter 4 Consumer Protection
Chapter 5 Public Distribution System
Chapter 6 New Economic Policy
Chapter 7 World Trade Organization
X English
Chapter 1 The Sentence - Questions
Chapter 2 Prepositions
Chapter 3 The Sentence - Imperatives
Chapter 4 Reported Speech
Chapter 5 The Sentence — Exclamations
Chapter 6 Passive Voice
Chapter 7 Present Perfect Tense
Chapter 8 Modal Auxiliaries
Chapter 9 Present Perfect Continuous Tense
Chapter 10 Non-finities
Chapter 11 Simple Future Tense
Chapter 12 Degrees of Comparison
Chapter 13 Future Continuous Tense
Chapter 14 Word Formation
Chapter 15 Articles
Chapter 16 Punctuation
93
Syllabus – Computer Education & Additional Educational Softwares
Computer Basics Tutor
Chapter 1 Introduction to Computer
Topic 1: What is a Computer? Topic 2: History of Computer Topic 3: Classification of Computers Topic 4: Human brain vs. Computer
Chapter 2 Basic parts of a Computer
Topic 1: Computer Hardware Topic 2: Computer Software Topic 3: Central Processing Unit Topic 4: RAM Topic 5: ROM Topic 6: Input Devices Topic 7: Output Devices
Chapter 3 Computer Memory
Topic 1: What is a Memory? Topic 2: Memory Measurement Topic 3: Storage Devices
Chapter 4 Types of Software
Topic 1: Booting Process Topic 2: System Software Topic 3: Application Software Topic 4: Operating System Topic 5: Program & Programming Topic 6: Programming Languages Topic 7: Various Application Software
MS Word
Chapter 1 Introduction to MS-Word 2010
Topic 1: Understanding Word Processor Basics Topic 2: About Office Genuine Advantage (OGA) Topic 3: Getting Started with MS-Word 2010 Topic 4: What is new in Word 2010? Topic 5: Components of Work Area Topic 6: Using help
Chapter 2 Working with Documents
Topic 1: Opening a blank and existing document
Topic 2: Entering and editing text
Topic 3: Saving and closing a document
Topic 4: Using the Clipboard
Topic 5: Working with Fonts
Topic 6: Using the mini tool bar
Topic 7: Paragraph Alignment and Line Spacing
Topic 8: Paragraph Borders and Shading
Topic 9: Working with Hyperlinks
Topic 10: Finding and Replacing Text
94
Topic 11: Printing a document
Chapter 3 Formatting a Document
Topic 1: Styling a Document Topic 2: Bullets and Numbering Topic 3: Inserting Headers and Footers Topic 4: Adding Graphics to a Document Topic 5: Working with Tables Topic 6: Defining Document Setting Topic 7: Document Views
Chapter 4 Advanced Formatting Techniques
Topic 1: Using the Font Dialog Box Topic 2: Creating New Styles Topic 3: Object Grouping and Rotation Topic 4: Creating Multilevel Lists Topic 5: Setting Tab Stops Topic 6: Applying Water Mark Topic 7: Page Colors and Borders Topic 8: Header and Footer Toolbar
Chapter 5 Publishing Documents
Topic 1: Creating Table of Contents Topic 2: Setting up Notes Topic 3: Creating Citation and Bibliography Topic 4: Adding Captions and Table of Figures Topic 5: Cross References and Index Topic 6: Adding Table of Authorities Topic 7: Reviewing Documents Topic 8: Protecting Documents
Chapter 6 Advanced Features
Topic 1: Creating a Blog Page Topic 2: Mail Merge Topic 3: Working with Forms Topic 4: Working with Macros
Safe Use of Internet
Chapter 1 Basic of Internet
Topic 1: Introduction to Internet Topic 2: How Internet works? Topic 3: Benefits of internet
Chapter 2 Uses of Internets
Topic 1: Information Search Topic 2: Net Banking Topic 3: Email Topic 4: Paying Bills Topic 5: Online booking
Chapter 3: Hacking and Internet Crimes
Topic 1: Introduction. Topic 2: Cyber-safety Threats Topic 3: What is hacking? Topic 4: Types of Hackers Topic 5: Misuse of internet Topic 6: How Virus/ hackers attacks your system
Chapter 4 Topic 1: Antivirus
95
Safe uses Topic 2: Firewall security Topic 3: E-mail, Bank account password protection Topic 4: Staying Safe while Browsing
Spoken English Tutor Syllabus
Chapter 1 Very Easy Talk & Very Easy Vocabulary
Topic 1: Meeting People Topic 2: Getting to Know People Topic 3: Daily Routine Topic 4: Invitation & Request Topic 5: Going to Town Topic 6: Making a Journey Topic 7: Describing a Place Topic 8: Describing People Topic 9: How People Feel
Chapter 2 Easy Talk
Topic 1: Saying Hello Topic 2: Going to the City Topic 3: Bare Necessities Topic 4: Telephoning Topic 5: But’s and If’s Topic 6: Making Plans Topic 7: Being Sorry Topic 8: Inquiring & Complaining
Chapter 3 Extempore Questions
Topic 1: Hatch, Match & Detach Topic 2: What Makes a House, a Home? Topic 3: Education and Culture Topic 4: Friends, Mobile, and Canteen Topic 5: Taking a Break Topic 6: Goals and Dreams Topic 7: We Are What We Think Topic 8: The Rich, The Poor, and The Ugly Topic 9: Driving Home a Point Topic 10: Annoy/ Scare the Hell Out of Me
Chapter 4 Business Communication
Topic 1: Formal and Social Introduction Topic 2: Group Discussion Topic 3: Interview Skills Topic 4: Presentation Skills Topic 5: BPO and Call Centre Topic 6: Body Language Topic 7: Gentleman
Chapter 5
Mastering
Grammar
Topic 1: Word Order and Sentences Topic 2: Parts of Speech Topic 3: Noun Topic 4: Adjective Topic 5: Pronoun Topic 6: Verb
96
Topic 7: Active and Passive Voice Topic 8: Adverb Topic9: Preposition Topic 10: Conjunction Topic 11: Interjection Topic 12: Question Tag
Cyberlaws Tutor Syllabus
Chapter 1 Introduction to Cyber Crime
Topic 1: What is a Cyber Crime? Topic 2: Types of Cyber Crimes Topic 3: General Tips while using the Internet
Chapter 2 Introduction to Cyber Laws
Topic 1: Emergence of Cyber Space Topic 2: What are Cyber Laws Topic 3: Importance of cyber law Topic 4: Advantages of Cyber Laws
Chapter 3 Legal Aspects of Cyber Laws
Topic 1: Models for Jurisdictional Analysis Topic 2: Cyber Ethics Topic 3: Digital Signatures Topic 4: Electronic Governance Topic 5: Penalties and Adjudication Topic 6: Piracy
Signature of the bidder with seal