You are on page 1of 12

FORM A: COMPLIANCE TO PRE-QUALIFICATION CRITERIA

Referenc
e Pg. No.
where
Sl. Criteri Proof to be submitted this proof
a can be
found in
the
documen
t
The Tenderer/ all Certificate of Incorporation
consortium members and Memorandum and
should be an entity Articles of Association/ LLP
registered in India under Agreement signed by the
1 the Companies Act or the authorized signatory.
LLP Act.
In case of a consortium, all
members should submit
the proof.
The Tenderer/ all consortium Valid Certificates to
members should have a be enclosed.
2 minimum of two of the
following certifications:
(i) ISO 9001 and (ii) either
ISO 27001 or ISO 20000.
The Tenderer/ Lead Tenderer Audited financial
(in case of a consortium) must statement from
3 have an average minimum Auditor.
annual audited turnover of Rs.
1,000 Cr. in the FY 18-19, 19-
20 and 20-21.
The Tenderer/ Lead Tenderer (in Audited financial statement
case of a consortium) must have from Auditor/ Letter from the
an average minimum positive net Auditor (signed and stamped
worth of Rs. 500 Cr. in the FY 18- by the Auditor) stating that the
4
19, 19-20 and 20-21. Tenderer has an average
minimum positive net worth of
Rs. 500 Cr. in the FY 18-19,
19-20 and 20-21
The Tenderer/ Lead Tenderer Work orders/ Purchase
must have experience in IT Order/ Contract
Hardware/ Network/ ICT Agreement to be attached
Infrastructure Business and clearly showing
5 should have commissioned highlighted with a
and completed during last five highlighter pen, the
years projects of the following:
following nature:
- Order Value:
- Year of Commencement
Should have carried out
and
projects worth at least Rs. 450
Crore.
Referenc
e Pg. No.
where
Sl. Criteri Proof to be submitted this proof
a can be
found in
the
documen
t
- Year of Completion

- Scope of Work.

and

Completion/ Go-Live
Certificate issued by End
User.Only projects
commenced after June
2017 and completed in the
last 5 years will be
considered.

Tenderer is required to fill


Annexure XIII to be
considered for this
criterion.
The Tenderer (Operational Work orders to be attached
Tenderer) must have the clearly showing highlighted
System Integration experience with a highlighter pen, the
in IT Hardware/ Network / ICT following:
6 Infrastructure Business and - Order Value:
should have commissioned - Year of Commencement and
minimum 3 projects during - Year of Completion
last five years projects of - Tenderer to fill template
value more than INR 50 Crores provided in Annexure XIV-
for each project B
The Tenderer/ Operational EPF deposit proof in the
Tenderer should have past 3 months for 500
minimum 500 full time employees.
employees across the country
7 Tenderer is required to
, working in the IT Hardware/
submit this proof as per
Network/ ICT Infrastructure
template provided in
business of the tenderer as on
Annexure XI to this
the date of issue of this
document.
tender.
The Tenderer/ Lead Tenderer The Original Certificate in
(in case of a consortium) shall prescribed Annexure VIII
have a minimum cash credit (a) issued by the Bank
facility of Rs. should be enclosed). If no
such credit facility is
8 exclusively for this work required for the Tenderer,
duly certified by the a declaration to the
Banker. above facts should be
enclosed in prescribed
Annexure – VIII (b).

Referenc
e Pg. No.
where
Sl. Criteri Proof to be submitted this proof
a can be
found in
the
documen
t
The Tenderer shall have to Manufacturer’s
furnish Manufacturer’s Authorization Form (MAF)
Authorization Form (MAF) from from the Principal
the Principal Manufacturer or Manufacturer or OEM with
9 OEM for the proposed Model & Make.
Interactive Display Panel &
Tenderer is required to
accessories.
submit this proof as per
If the Tenderer itself is the format provided in
Principal Manufacturer/ OEM Annexure II to this
then MAF is not required. document.
Proof from the OEM showing Proof of supply in India in
that that OEM has supplied IT past 3 years. (PO/ Letter
equipment/ hardware in India from OEM on letterhead of
over the past 3 years. OEM which proves supply
of IT equipment/ hardware
The proposed OEM for the
in India after June 2019).
Interactive Display Panel
should have a registered and
10
office in Tamil Nadu that
Proof of existence in Tamil
should have been in
Nadu. Electricity bill copy/
existence for the past three
lease agreement/ rental
years.
agreements (2 Nos). One
should be dated July 1,
2019 or earlier and one
should be dated June 30,
2022 or later.
Blacklisting: The tenderer/ all Self-declaration (As per
members of the consortium format provided in
and OEM should not have Annexure IV)
been blacklisted by the
Central/ any other States/
Union Territories Government/
11 Quasi Government/ Govt.
undertaking or its agencies for
indulging in corrupt or
fraudulent practices or for
indulging in unfair trade or for
any other reasons as on date
of issue of this tender.

FORM B: PROFILE OF THE TENDERER

The Tenderer shall furnish the following details and enclose documentary proof for the same
without fail.

Description Response Reference


Pg.
No.
where

this proof

can be
found in
the
document
a. Name of the Organization
b. Nature of the Organization: (i.e. Public Sector
Undertaking/ Public Ltd/ Private Ltd Company/
Society/ Trust/ Firm) (Copy of registration certificate of
GST attested by the Company Secretary or Managing
Director or Auditor shall be enclosed).
c. Number and Year of Registration/ Incorporation (copy of
Certificate of Incorporation shall be enclosed)
d. Address of the Registered Office of the Company/ Firm
with phone, Fax, and Email ID. (Copy of Certificate of
Incorporation/ GST registration certificate shall be
enclosed)
e. Address of the Factory and Phone No. (Copy of Certificate
of Incorporation/ GST registration certificate shall be
enclosed)
f. Audited annual report for the last three years: (copy of Yes/ No
the same along with Technical Bid shall be enclosed).
g. PAN No. of the Tenderer/ Lead Tenderer and
Operational Tenderer (Copy of PAN Card attested by
the Company Secretary or Managing Director or the
Auditor shall be enclosed).
h. GST Registration No. of the Tenderer/ Lead Tenderer
and Operational Tenderer. (Copy of registration
certificate of GST attested by the Company Secretary
or Managing Director or Auditor shall be enclosed).
i. In case Tenderer is a Company - Certified copy of the
Certificates of Incorporation for companies and
Memorandum and Articles of Association OR In case
the Tenderer is a registered Society - Certified copy of
registration deed with objects of constitution of
Society OR In case Tenderer 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 by the signatory.
j. List of present CoSEs/ Owners/ Executive Council
members/ trustees/ Board members as applicable.

FORM C: COMPLIANCE TO EVALUATION CRITERIA

Form C is to be filled and submitted along with relevant proof in the Technical Bid
submitted by Tenderer
S. Criteria Evaluation Criteria Max. Supporting Proof
No. Details Mark Documents include
s d in Pg.
No.
1 Turnover/ Average Annual 20 Copy of
Tenderers turnover from the Annual
Profile Tenderer over the last report/
three individual Certificate
financial years. from the CA
• More than Rs. on turnover
10,000 Cr.= 20 details over
marks the last three
(3) financial
• More than Rs.
5,000 Cr. but less years.
than or equal to If Tenderer is
10000 Cr. = 15 a
marks Consortium,
• More than Rs. this applies
2,000 Cr. but less to Lead
than or equal to Tenderer.
5000 Cr. = 10
marks
• More than Rs.
1,000 Cr. to but
less than or equal
to 2000 Cr. = 5
marks
2 Positive Average Positive 10 Copy of
Net net worth and Annual
Worth should be a profit- report/
making company Certificate
for the past three from the CA
years audited on Net-
financial year worth details
ending 31.03.2022. over the last
three (3)
• More than
financial
Rs. 1,000
years.
Cr.= 10
marks If Tenderer is
• More than Rs. a
700 Cr. to 1000 Consortium,
Cr. = 7 marks this applies
to Lead
• More than Rs. 500
Tenderer.
Form C is to be filled and submitted along with relevant proof in the Technical Bid
submitted by Tenderer
S. Criteria Evaluation Criteria Max. Supporting Proof
No. Details Mark Documents include
s d in Pg.
No.
Cr. to 700 Cr.
= 4 marks
3 Work The Tenderer (Lead 10 Work
Experienc Tenderer) must order/
e have the Purchase
experience in IT Order/
Hardware/ Network/ Contract
ICT Infrastructure Agreemen
Business and t
should have
and
commissioned and
completed project Completion/
of over Rs. 450 Cr Go-Live
cumulatively during Certificate
the last five years: issued by
End User.
• More than Rs.
750 Cr.= 10 If Tenderer is
marks a
• More than Rs. 600 Consortium,
Cr. to 750 Cr. this applies
= 7 marks to Lead
Tenderer.
• More than Rs. 450 Annexure XIV
Cr. to 600 Cr.
(A) to be
= 5 marks
mandatori
ly filled by
tenderer
for
evaluatio
n.
4 Number The Tenderer 10 Work
of (Operational order/
Projects - tenderer) must have Purchase
System the experience in IT Order/
Integrator Hardware/ Network/ Contract
Experienc ICT Infrastructure Agreemen
e Business and should t
have commissioned
and
during last five
years with the Completion/
project value of Go-Live
more than Rs. 50 Certificate
Crores for each project: issued by
End User
• 5 projects = If Tenderer is
10 marks a
• 4 projects = 7 Consortium,
this can
apply
to one of the
Form C is to be filled and submitted along with relevant proof in the Technical Bid
submitted by Tenderer
S. Criteria Evaluation Criteria Max. Supporting Proof
No. Details Mark Documents include
s d in Pg.
No.
marks firms who
• 3 projects plays an
= 4 marks operational
role in
Installation &
commissioni
ng or
Operations &
Maintenance

Annexure XIV
(B) to be
mandatori
ly filled by
tenderer
for
evaluatio
n.
5 Technical Scoring method 50 Details of
Proposal for Technical technical
Solution Proposal Solution solution with
(50 Marks) specifications
and
1. Tie-up
implementati
between
on roadmap
OEM(s) &
Tenderer. along with
Remarks to timeline by
be furnished modularised
by OEM(s) in segments
the must be
Authorization provided in
letter for 7 the proposal.
Products i.e. Each of the
Interactive six
Display components
Panel, OPS, of this
SD-WAN criteria must
Device be
(School), UPS addressed in
(school), the proposal.
Private Cloud
(CCC),
SDWAN cum If Tenderer is
firewall a
(CCC), Video Consortium,
Wall Display this can
(Maximum 21 apply to one
Marks i.e.7 of the firms
Products x 3 which plays
operational

Form C is to be filled and submitted along with relevant proof in the Technical Bid
submitted by Tenderer
S. Criteria Evaluation Criteria Max. Supporting Proof
No. Details Mark Documents include
s d in Pg.
No.
Marks). role in
Installation &
a. Having tie-
commissioni
up with
ng or
the
Operations &
Tenderer
Maintenance
(3 Marks)
b. Having no tie-
up, however
executed
procurement
by the
bidder (2
Marks)

c. Having no
tie- up and
procureme
nt
proposed
by the
bidder for
current
project
alone (1
Mark)

2. Project
management
Solution
being
proposed for
Operations
and
Maintenance
(Maximum 12
Marks)

a. Existing
network of
Service
centre/
Franchise
set up at
least in 7
Districts in
the State
of Tamil
Nadu –
Documenta
ry Proof to
be
submitted for

Form C is to be filled and submitted along with relevant proof in the Technical Bid
submitted by Tenderer
S. Criteria Evaluation Criteria Max. Supporting Proof
No. Details Mark Documents include
s d in Pg.
No.
the existence
(3 Marks)
b. Method of
reporting
failures –
proof for
having
solution
through
Website,
Whatsapp
, Toll-free
no (3
Marks)
c. Proof for
having
atleast 500
employees
working
across the
country–
Proof of
EPF
deductions
for last 3
months
(3 Marks
d. Proof of
Documents
to be
submitted
for the
execution of
work like
our Scope of
work in a
single
project for
any
Government
/ Public
Sector
Department
s/ Education
Institutions
funded by
the
Central/ State

Form C is to be filled and submitted along with relevant proof in the Technical Bid
submitted by Tenderer
S. Criteria Evaluation Criteria Max. Supporting Proof
No. Details Mark Documents include
s d in Pg.
No.
Government
s. It should
be carried
out at
minimum
250
different
geographica
l locations
of the
country. (3
Marks).
3. Technical
Presentation
for SD-WAN
Network
Solution to
integrate
between CCC &
Schools and
Presentation of
CCC Enterprise
Solution Software
(Maximum 17
Marks)

a. Presentation
towards
proposed
model as
per the
scope of
work (5
Marks)

b. Demonstratio
n about
past
successful
work like
our scope
in a single
project for
any
Governmen
t/ Public
Sector
Department
s/
Education
Institutions
funded by
the
Central/ State

Form C is to be filled and submitted along with relevant proof in the Technical Bid
submitted by Tenderer
S. Criteria Evaluation Criteria Max. Supporting Proof
No. Details Mark Documents include
s d in Pg.
No.
Governments
(4 Marks)

c. Presentation
of CCC
Enterprise
Solution
towards
proposed
model as
per the
scope of
work (5
Mark)

Demonstration of
CCC Enterprise
Solution about past
successful work like
our scope in a single
project for any
Government/ Public
Sector Departments/
Education
Institutions funded
by the Central/ State
Governments (3
Marks)

You might also like