Annexure A
Annexure A
Technical Specifications for 75” Interactive Panel with CPU and Buyers Added Terms
and Conditions (ATCs)
1. The Technical minimum specifications of (a) 75” Interactive panel with CPU, and (b) Fully
compatible Open Pluggable Specification (OPS) will be as under and evaluation will be carried out
accordingly.
Page 1 of 20
Android 13 or higher with EDLA
Certification for quoted model of
22 Pre-Install Software (OS)
panel that should be verifiable
online
Provision of Slot for Open pluggable
23 Yes
Specification (OPS)
24 HDMI Input/ Output 2 or higher
25 Number of USB 2.0/3.0 Ports / C Type Total 5 USB ports or more
26 RS232 1
27 Number of Audio Input Ports 1 or higher
28 Number of Audio Output Ports 1 or higher
29 RJ-45 1 or higher
30 In-built Speakers Yes, 15W x 2 or higher
31 Mounting Wall Mount
32 Bluetooth Yes Inbuilt 5.0 or higher
Yes Inbuilt ,802.11n (2.4 or 5
33 WIFI
GHz) or better
Number of Electronic Pen or Stylus
34 Touch pen 2 or more
Each Panel
35 Additional HDMI Cable Yes 2 or more
36 Additional Software No
Operating Temperature in Degree
37 0°C ~ 40°C
Celsius
38 Cover Glass 3T (Anti-Glare) or Higher
39 Protected glass hardness 7 Mohs or higher
40 Response Time < 8 ms or better
41 Processor Quad Core Processor or better
42 Google Play store YES
Screen Recording
43 YES
Availability of Test Reports from
Central Government / NABL
44 Accredited /ILAC Accredited Lab to YES
Prove Conformity to the Specification
Page 2 of 20
(b) Technical Specifications for fully compatible Open Pluggable Specification
(OPS) with the 75” Interactive Touch Panel, if included in scope of supply of
“Interactive Panel with CPU” (Optional Item)
1. Eligibility Criteria
1.1.2. Purchase preference and verification of local content shall be ensured as per the provisions
contained in para 3A and para 9, respectively, of OM dated 19.07.2024 (as amended by
time to time) issued by Ministry of Commerce and Industry, Public Procurement Section.
Other preferences related to Women/SC/ST entrepreneurs etc. will also be followed
as mandated.
1.1.3. The Bidder shall be a registered entity in India and shall have been in operation for at least
last five years as on last date of bid submission. Certificate to this effect will be submitted
by the bidder.
1.1.4. Financial Standing: The bidder should have average annual turnover of Rs.------ (as per
GeM mandated percentage of estimated bid value) or more in last preceding five financial
Page 3 of 20
years i.e. FY 2019-20, FY 2020-21, FY 2021-22, FY 2022-23 and FY 2023-24as per
audited Balance sheet and Profit & Loss Account, duly authenticated by a Chartered
Accountant/Cost Accountant. The copies of Audited Annual Accounts/CA Certificate with
UDI Number for last 05 years shall be uploaded along with the bid.
1.1.5. Experience and Past Performance: The bidder should have executed the following similar
nature projects (Panels/ICT related items) during last preceding 05 years i.e. 2019-20 to 2023-
24.
a) One project of similar nature costing not less than the amount equal to 80% of estimated bid
value, Or
b) Two projects of similar nature costing not less than the amount equal to 50% of estimated bid
value, Or
c) Three projects of similar nature costing not less than the amount equal to 40% of estimated bid
value
Supporting Document: Copy of work orders/Contract/Completion Certificate/other documents
should be submitted in this regard.
1.1.6. The Net Worth of the Bidder should be positive as on 31.3.2024. A certificate in this regard
from a practicing Chartered Accountant shall be uploaded by the Bidder with UDIN.
1.1.7. MAF: The bidder should be authorized by its OEM of Interactive Panel/ OPS to quote the bid.
The specific MAF should be submitted by bidder in Annexure-II. The bidder shall submit
notarized power of attorney (PoA- from OEM of Interactive panel/ OPS to authorize their
representative) to sign the MAF, undertaking asked in the bid need to be necessarily submitted.
1.1.8. The bidder must submit an undertaking (Annexure-V) that they have not been black listed/
debarred by any state government / central government / PSU in last five years as on last date of
bid submission. Undertaking on the Stamp paper duly Notarized that the firm has never been
blacklisted/barred (temporary or permanent) and disqualified by any state government / central
government / PSU undertaking in India needs to be furnished.
1.1.9. No Deviation Certificate: As per General Financial Rules (GFR) 173(xii), the bidder shall
not deviate from the terms and conditions of the bid, except as provided in the bid document or
agreed upon in writing by the Purchaser.
Bidder should submit the undertaking of No deviation for the Technical Specifications asked in
bid.
Terms:
1. The bidder shall perform the contract as per the scope, specifications, and terms.
2. No changes, modifications, or deviations shall be made without written approval.
3. Any unauthorized deviations shall be liable for rejection or termination
Consequences of Deviation:1. Rejection of supply/services. 2. Termination of contract.3.
Forfeiture of Security Bank Guarantee (SBG) and Earnest Money Deposit (EMD).4.
Blacklisting.
Page 4 of 20
Bidder's Undertaking:
By submitting this bid, the bidder undertakes to comply with the terms and conditions in
Annexure-VII, and not to deviate from the bid, except as provided.
Note: This clause shall be binding on the successful bidder and form part of the contract.
1.1.10. The Bidder must submit their valid PAN, GST Registration Certificate.
1.1.11. Consortium in any form will not be permitted.
1.1.12. The Bidder shall submit a certificate (Annexure-III) regarding restrictions on procurement from a
OEM/bidder of a country which shares a land border with India.
1.1.13. The bidder will submit a „No Conflict of Interest‟ declaration in Annexure-VI.
1.1.14. In case, the selected bidder does not supply the ordered items for any reason, the bidder will be liable
for debarred/blacklisted and the performance guarantee will be forfeited.
Page 5 of 20
by any state government / central government / PSU in last five years as on last date of bid
submission. Undertaking on the Stamp paper duly Notarized that the firm has never been
blacklisted/barred (temporary or permanent) and disqualified by any state government / central
government / PSU needs to be furnished.
1.2.7. OEM compliance letter showing line by line compliance for the quoted product specification
should be submitted on OEM letterhead, GeM bid number should be mentioned along with
Compliance letter.
1.2.8. OEM should have working service support mechanism to support the services under warranty
period. Service setup details on OEM letter head/ OEM Undertaking duly notarized on stamped
paper should be submitted by bidder in technical bid.
1.2.9. CAPABILITY- Equipment and Manufacturing Facilities: OEM should have manufactured
and supplied (Direct/In Direct Channel) Interactive Panels in State/ Central Govt./PSUs/ABs
etc.in last 5 years. Supply orders with project completion certificate and the bid should be
submitted along with Annexure-X.
1.2.10. OEM should have manufacturing facility in India with valid own manufacturing
license(verifiable) and BIS certification of quoted product for the last 5 years. BIS of the
offered/quoted product model should be verifiable online from BIS website. The manufacturing
facility may be subjected to physical inspection by the representatives of the buyer on demand.
All necessary documents to be submitted.
1.2.11. OEM should have the defined/authorized process of disposing off E-waste as per GOI
guidelines. A valid approval letter from respective department (CPCB) under Govt. of India
should be attached in this regard.
1.2.12. OEM has to ensure timely availability of Spare parts/ part replacement/defective non
repairable part or equipment during the warranty period. Separate undertaking on OEM letter
head is to be submitted adhering to the after sales support parameters from the OEM side.
1.2.13. Change request of new make &model: No “End of Life” product should be quoted in the
bid. Make & Model quoted by the bidder should be available till the contract period (duly
supported for spares/OEM support for contract period) in any case, change of make & model of
quoted item will not be allowed.
1.2.14. However, during the contract period, if the OEM stops manufacturing the quoted model and
the bidder offers to supply new make & model in place of quoted make & model, then the buyer
shall compulsorily deduct minimum 2 percent of that item total value from the payment of that
particular quantity of item. If, such a change is proposed by the bidder, prior permission of
Kendriya Vidyalaya concerned shall be required.
1.2.15. The bidder has to ensure that the offered new make & model is having comparatively equal or
higher technical specification against the quoted make & model in the bid in all aspects.
Kendriya Vidyalaya team will re-evaluate the product as per the technical comparison chart
Page 6 of 20
submitted by bidder in such case.
1.2.16. Copies of the valid licenses/certificates are to be submitted along with the certificate of Local
Content (Annexure-IV). KVS follows and abide with the Public Procurement (Preference to
Make in India), Order 2017- Revision dated 19.07.2024 and DIPP, MoCI Order No.
P-45021/2/2017-B.E.II dated 15th June 2017 and subsequent amendments to the order.
1.2.17. As per General Financial Rules (GFR) 175(1)(i)(h), the OEM/Bidder has to declare that:
1. The information furnished in the bid is true and correct.
2. No relevant information has been suppressed or concealed.
3. They have read and understood the bid document.
4. They have complied with all applicable laws and regulations.
5. They have not been blacklisted/debarred by any government agency.
Page 7 of 20
2. Service Level Agreement (SLAs):
SLA as per Annexure-A is to be signed between Principal, Kendriya Vidyalaya
………………………….and successful bidder on notarized Stamp paper of Rs. 500 as per format
annexed as Annexure-I.
Page 8 of 20
4.6 The bidder needs to submit the successful completion of training along with the attendance
sheet and acknowledgment of the teachers.
4.7 The proposed solution should have latest technology features and standards.
4.8 Overall operation and management of the entire system is for a period of 3 years
4.9 Deployment of requisite manpower with requisite qualification & experience for proper
installation, Commissioning, Training and warranty period.
4.10 The Bidder will be required to operate and maintain the entire IT Infrastructure Equipment
with its associated software and is responsible for Support of the project during the contract
period for 3 year. However, the schools premises upkeep, safety and the electrical
maintenance will be the responsibility of the school authorities.
4.11 The Bidder must ensure that the IT equipment and accessories supplied and delivered by
them to school are in good condition. Each IT equipment and accessories shall be packed in
a non- hazardous packing of appropriate size. If any defect is found pursuant to the post-
supply test in respect of the supplied quantity of the IT equipment and accessories, the
Bidder shall replace the rejected equipment and accessories with the new ones.
4.12 Training for teachers/Principal on how to use the smart classroom.
4.13 Helpdesk and onsite support for repair and maintenance of smart class hardware and
software.
5 Training & Handholding:
Key training requirements of the Bidder are listed below: -
5.1 Conduct training need assessment and prepare a detailed training strategy. Such strategy shall
provide training set-up details, training approach and methodology, training plan etc.
5.2 Training Materials, Applications, User Manual and Completion Reports.
5.3 Bear the expenses towards training, quoted as part of the Financial Proposal submitted.
5.4 Provide hands-on training on the hardware, software application such that users are conversant
with the functionalities, features and processes built in the solution.
5.5 Deploy adequate training resources.
5.6 Deployed trainers should be fluent in speaking Hindi, English.
5.7 The Bidder shall responsible for training, orientation, and handholding of the school principal
so they can further train the teachers accordingly.
6 Helpdesk:
The helpdesk service will serve as a single point of contact for all the support related to smart
classes. The Helpdesk shall undertake the following activities: -
6.1 Log issues /Complaints / Grievances related to smart class components including Application,
Hardware, Connectivity, etc. at each location identified by the School
6.2 Track each issue / complaint / Grievance to resolution. Track each issue / complaint to
resolution.
6.3 Escalate the issues / complaints / Grievances, as per the escalation matrix defined in discussion
with the department.
6.4 Provide feedback and resolution to the callers.
6.5 Helpdesk Phone Numbers to be provided and Specific e-mail account for day to day support to
be set up.
Page 9 of 20
Annexure I: Service Level Agreement (SLAs)
Whereas the successful bidder has agreed with the Principal, <<KV NAME>> to supply of 75”
Interactive Touch Panel for …… (In words) Kendriya Vidyayala in the manner set forth in the
terms & conditions of the bidding document appended herewith and at the rates set forth in the
said Annexure-I under Warranty services during the warranty period of the three years, on the
following TERMS CONDITIONS.
1.1. The successful bidder has to supply 75” Interactive Panel and connected accessories
and keep in working condition.
1.2. The supplied hardware and connected accessories must be brand new and unused.
1.3. For providing after sales services during Warranty period, the Successful bidder shall
intimate name, address, e-mail ID and contact number of qualified service engineers
who shall responsible for service support and report to the School level Committee
and School Principal of the respective KV. The Successful bidder shall intimate
online portal, toll free number (Escalation matrix).
1.4. Bidder should have service call logging mechanism through telephone number / Toll
free Number/ Email ID/ Ticketing Tool /online portal.
1.5. The Successful bidder must attend the complaint within 2 working days.
1.6. The Service Engineer shall submit sealed & signed Service call report by the School
Principal hardcopy to school.
1.7. Bidder shall take care of complaints received from end client in a well time bound
manner as follows:
Measurement Response time Resolution time
Non Critical Within 02 working days of call Within 04 working days of
Page 10 of 20
Faults being logged call being logged
Critical Within 02 working days of call Within 07 working days of
Faults being logged call being logged
1.8. In case of major fault due to unavoidable circumstances, Principal will give
relaxation under cure period maximum up to 10 working days.
1.9. During Warranty period any defective part shall be repaired/replaced free of cost.
1.10. The successful bidder has to
Maintain the equipments and connected accessories in proper working
condition throughout the contractual period.
To maintain necessary systems and processes to track the project progress
Report the progress periodically as required by Department.
1.11. School Principal will maintain a Complaint Log register in the format as per Annexure-
VIII.
1.12. Annual call details for complaint which is not resolved within 7 days will be
maintained in Annexure-IX, the Principal shall have the right to recover the penalty
amount from the annual amount to be paid to successful bidder.
1.13. Bidder needs to maintain log of service call report along with signed hard copy of
service call report which are to be submitted to the Principal to claim yearly retention
money.
1.14. The service support of the Successful bidder will be reviewed every quarter. If, the
Successful bidder fails to provide service support as above, the Successful bidder
shall have to pay penalty of Rs. 200/- per Panel per working day from PBG. On the
recommendation of the school level committee, the Principal shall have the right to
recover the penalty amount to be paid to successful bidder from PBG apart from other
action.
1.15. If any equipment gives continuous trouble, say three times in one month during the
warranty period, the bidder shall replace the same with new equipment without any
additional cost to the department.
1.16. During service support, in case of any dispute, the decision of the Principal will be
final and binding on the successful bidder.
1.17. Before end of the contract period, the user department reserves a right to do a random
check of minimum 5% of systems and the serial number of the systems should match
the original serial numbers of the sub-assemblies with the exception of the parts or
system that have been changed in the course of repairs and replaced during the
contract period.
2. Bank Guarantee
2.1. The successful bidder shall furnish an irrevocable Bank Guarantee in favour of Principal
KV ___________ equal to 3% of the value of the purchase order valid for a period of
36 months from the date of contract.
2.2. The Bank Guarantee will be released by the Principal KV ......................... to the successful
bidder after successful performance of the supplied equipment under the warranty period
(48 Months) and OK report for complete functionality of the equipment duly signed by the
teacher/Principal is received. In case the service provider fails to provide proper services as
per terms and conditions, the Principal will have the right to recover penalty as mentioned
Page 11 of 20
in the contract/forfeit the Bank Guarantee.
2.3. The Bank Guarantee should be of a Nationalized Bank/Scheduled Bank situated in India.
3. Force Majeure: neither party shall be liable for any delay in performing obligations or for failure
to perform obligation if the delay or failure results from any of the following (whether happening in
India of elsewhere) FORCE MAJEURE shall mean Act of God or fire, earthquake, Explosion,
accident, strikes or lockouts, riots, civil commotion, civil disobedience or anything beyond the
control of either party, so as to lead to a complete inability to a party to perform its obligations.
4. Sub-Contracting: The Successful bidder shall not subcontract or permit anyone other than the
Successful bidder personnel to perform any of the work, services or other performance required
from the Successful bidder under the AGREEMENT.
5. Confidentiality: The Successful bidder acknowledge that all materials and information which has
or will come into its possession or knowledge in connection with this AGREEMENT or the
performance hereof, whether consisting of confidential and proprietary data or not disclosure of
which or use by the third parties may be damaging or is capable of causing loss to the Principal,
will at all time be held by in the strictest confidence breach of confidentiality shall amount to a
breach of this contract.
6. Arbitration: All disputes and differences of any kind arising out of or in connection with the
AGREEMENT shall be resolved by ARBITRATION only in accordance with and subject to
Arbitration and conciliation Act1996. The dispute shall be decided by a sole Arbitrator at Bhopal, if
the dispute is not resolved as per clause 1.8.
7. Each party warrants and guarantees that it has full power and authority to enter into and performing
this AGREEMENT and the person signing the AGREEMENT on behalf of each party has been
properly authorized and empowered to enter into this AGREEMENT. Each party acknowledges
that it has read this AGREEMENT. Understands it and agrees to be bound by it.
In witness where of the parties here to have executed this AGREEMENT on the above-mentioned date.
Page 12 of 20
Annexure – II
Date: _____________
GeM Bid No: _______________________________
To
The Principal,
------------------------------------
We hereby extend our full guarantee, warranty, availability of spare parts in accordance
with the Terms and Conditions of Contract with respect to the Goods offered by the
above firm.
Page 13 of 20
Annexure - III
Date:_________
GeM bid no:________________________________________
I have read the clause regarding restrictions on procurement from a bidder of a country which
shares a land border with India. I certify that this bidder is not from such a country or / if from
such a country, has been registered with the Competent Authority (copy of the Registration
Certificate enclosed) . I hereby certify that the bidder fulfills all requirements in this regard and
is eligible to be considered.
Page 14 of 20
Annexure –IV
DECLARATION FOR LOCAL CONTENT
(On OEM Letter Head)
(To be given by Statutory Auditor/Cost Auditor/Cost Accountant/CA)
Date
To
The Principal,
------------------------------------------
We hereby declare that items offered has % local content (Please provide exact %).
Details of location at which local value addition will be made / has been made: (Complete
address to be mentioned)
“Local Content” means the amount of value added in India which shall, be the total value of
the item being offered minus the value of the imported content in the item (including all
customs duties) as a proportion of the total value, in percent.
“*False declaration will be in breach of Code of Integrity under Rule 175(1)(i)(h) of the
General Financial Rules for which a bidder or its successors can be debarred for up to two
years as per Rule 151 (iii) of the General Financial Rules along with such other actions as
may be permissible under law.”
Signature with Date and Stamp of the Statutory Auditor/Cost Auditor/Cost Accountant/CA
(With UDIN)
Page 15 of 20
Annexure - V
UNDERTAKING – NOT BACKLISTED BY GOVERNMENT ORGANIZATIONS
[On Non-Judicial Stamp Paper]
Date: ______________
To
The Principal,
--------------------------------
Sub: Undertaking
I hereby certify that the firm/OEM is not in the active debarred list by any Central/State
Government/Public Undertaking/Institute nor is any criminal case registered / pending against
the firm or its owner / partners anywhere in India.
I also certify that the above information is true and correct in every respect and in any case at a
later date it is found that any details provided above are incorrect, any contract given to the
above firm may be summarily terminated and the firm may be blacklisted.
Duly Notarized
Page 16 of 20
Annexure: VI
Sir,
With reference to your Tender No.________________ dated _____________ I/We hereby
declare that we shall abide by the Code of Integrity for Public Procurement as mentioned under
Para of your Tender document and have no conflict of interest as mentioned under Para of
Tender. The details of any previous transgressions of the code of integrity with any entity in
any country during the last three years or of being debarred by any other Procuring Entity are as
under:
(a)
(b)
(c)
We undertake that we shall be liable for any punitive action in case of transgression/
contravention of this code.
Thanking you,
Yours sincerely,
Signature
(Name of the Authorized Signatory)
Company /Firm etc.
Page 17 of 20
Annexure - VII
UNDERTAKING - ACCEPTANCE OF TERMS& CONDITIONS OF TENDER
(ON Bidder Letter Head)
Date: ______________
To
The Principal,
KV ________________
Sub: Acceptance of Terms & Conditions of Tender.
Dear Sir,
1. I/ We have downloaded / obtained the tender document(s) for the above mentioned
„Tender‟ from the web site(s) namely ______ as per your advertisement, given in the
above mentioned website(s).
2. I/ We hereby certify that I/ we have read the entire terms and conditions of the tender
documents (including all documents like annexure(s), schedule(s), etc.,), which form part
of the contract agreement and I/ we shall abide hereby by the terms/ conditions/ clauses
contained therein.
3. The corrigendum(s) issued from time to time by your department/ Organization too have
also been taken into consideration, while submitting this acceptance letter.
5. I/ We certify that all information furnished by our Firm is true & correct and in the event
that the information is found to be incorrect/ untrue or found violated, then your
department/ Organization shall without giving any notice or reason therefore or
summarily reject the bid or terminate the contract, without prejudice to any other rights or
remedy including that we can be debarred for a period up to two years as, per Rule
151(iii) of GFR 2017, in case of false declaration.
Yours Faithfully,
Page 18 of 20
Annexure-VIII
Complaint Log Register
S Call Complaint Service Resoluti If Resolution If Resolved Sign
r. on Status / of
N Report Details Engineer Status Pend Resolved Pendi Pending Servi
o ing Resolve in / n ce
. Date Hardware/Sof ‟s Visit d Gt Pending gtha Engi
tware Date ha n3rd ne
/ n Er
Pending
2n
d
Visit Visit
Date Date
Annexure-IX
Format of Annual call details for complaint which is not resolved with in 7days.
Sr.No.of Call Reporting Call resolution No. of Days No. of days beyond 7
Annexure-VIII Date date Taken Working days
Grand Total
Page 19 of 20
Annexure - X
2020-21
2021-22
2022-23
2023-24
Page 20 of 20