0% found this document useful (0 votes)
82 views54 pages

Directorate of Public Instruction 2025 - DPI - 430220 - 1

The Directorate of Public Instructions, Madhya Pradesh, is inviting bids for the supply and installation of approximately 3000 interactive panels, with the bid issue date set for June 11, 2025. Bidders must submit their proposals electronically by July 2, 2025, and the technical bids will be opened on July 3, 2025. The document outlines the bidding process, requirements, and conditions for participation, including pre-bid meetings and necessary documentation.

Uploaded by

Manish Israni
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
82 views54 pages

Directorate of Public Instruction 2025 - DPI - 430220 - 1

The Directorate of Public Instructions, Madhya Pradesh, is inviting bids for the supply and installation of approximately 3000 interactive panels, with the bid issue date set for June 11, 2025. Bidders must submit their proposals electronically by July 2, 2025, and the technical bids will be opened on July 3, 2025. The document outlines the bidding process, requirements, and conditions for participation, including pre-bid meetings and necessary documentation.

Uploaded by

Manish Israni
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 54

Bid No.

: 1780 -A Bid Issue Date: 11-06-2025


Item: INTERACTIVE PANEL

THE DIRECTORATE OF PUBLIC INSTRUCTIONS


(MADHYA PRADESH)
GAUTAM NAGAR, BHOPAL 462023

BIDDING DOCUMENT

BID NO. 1780 Date 11-06-2025


FOR SUPPLY OF INTERACTIVE PANEL WITH INSTALLATION

DISCLAIMER

The adequate care has been taken in the preparation of this bid (Tender) document. The Bidder should
satisfy himself that the document is complete in all respects. Intimation of discrepancy, if any, should be
given to DIRECTORATE OF PUBLIC INSTRUCTIONS, M.P. before the opening of tender. If
DIRECTORATE OF PUBLIC INSTRUCTIONS, M.P. receives no intimation, it shall be
deemed that the Bidder is satisfied that the Bid Document is complete in all respects.

COMMISSIONER
DIRECTORATE OF PUBLIC INSTRUCTIONS,
MADHYA PRADESH

* 'A' stand for All India Bid/Tender

Page 1 of 54
Bid No.: 1780 -A Bid Issue Date: 11-06-2025
Item: INTERACTIVE PANEL

THE DIRECTORATE OF PUBLIC INSTRUCTIONS


(MADHYA PRADESH)
GAUTAM NAGAR, BHOPAL 462023

Telephone No.:- 0755- 2584360

Website: https://mptenders.gov.in/nicgep/app

Email: [email protected]

ALL INDIA COMPETITIVE BIDDING FOR THE SUPPLY OF INTERACTIVE PANEL TO


VARIOUS OFFICES UNDER THE DIRECTORATE OF PUBLIC INSTRUCTIONS, M.P.

NAME OF THE ISSUER Commissioner, Public Instruction, M.P.


CONTRACT TYPE Rate Contract
BID REFERENCE BID NO.:-1780 Date 11-06-2025 -A
BID START DATE 12/06/2025 (10:00 AM)
PRE- BID MEETING 17/06/2025 (11:30 AM)
LAST DATE AND TIME FOR BID SUBMISSION 02/07/2025 (05:30 PM)
DATE AND TIME OF OPENING OF TECHNICAL
03/07/2025 (05:30 PM)
BIDS
Bids will be opened on the specified date
OPENING OF PRICE BIDS
and time and can be viewed on portal.

Commissioner
Directorate of Public Instructions
ADDRESS FOR COMMUNICATION
Gautam Nagar, Bhopal 462023
((Madhya Pradesh)

WEBSITE: https://mptenders.gov.in/nicgep/app
EMAIL: [email protected]

Page 2 of 54
Bid No.: 1780 -A Bid Issue Date: 11-06-2025
Item: INTERACTIVE PANEL

INDEX

SECTION DESCRIPTION PAGE NO.

SECTION-I DEFINITIONS & ACRONYMS 4

SECTION-II INVITATION FOR BIDS 5-6

SECTION-III INFORMATION FOR BIDDERS 7-15

SECTION-IV GENERAL CONDITIONS OF BID 16-27

SECTION-V QUALIFICATION CRITERIA AND EVALUATION 28-32


METHODOLOGY
SECTION-VI SPECIAL CONDITIONS OF BID 33

SECTION-VII TECHNICAL SPECIFICATION OF BID ITEMS 34

SECTION-VIII INSTRUCTIONS FOR PRE /POST DELIVERY 35


INSPECTION OF ITEMS
SECTION-IX ANNEXURES 36-54

Page 3 of 54
Bid No.: 1780 -A Bid Issue Date: 11-06-2025
Item: INTERACTIVE PANEL

SECTION –I: DEFINITIONS & ACRONYMS

In this Bid Document and associated documentation, the following terms shall be interpreted as indicated
below:

GOVT. Government of Madhya Pradesh


MSE Micro & Small Enterprises as defined in MSMED act 2006 (As
Amended)
PURCHASER DIRECTORATE OF PUBLIC INSTRUCTIONS
((MADHYA PRADESH)
GAUTAM NAGAR, BHOPAL 462023
BIDDER Person/Company who participate in bid process
EMD Earnest Money Deposit
PBG Performance Bank Guarantee
GST Goods and Service Tax
PAN Permanent Account Number
SUPPLIER The Person/firm/Company supplying the Goods and Services under this
Rate Contract
PRICE The price payable to the Supplier for the full and proper performance of
its contractual obligations
GOODS All the items which the supplier is required to supply under the Rate
Contract
SERVICES Services ancillary to the supply of the Goods, such as transportation and
insurance, and any other incidental services, and other obligations of the
Supplier covered under the Contract
CONTRACT The agreement entered into between the Directorate of Public
Instructions, M.P. on behalf of Purchaser and the Supplier, as recorded in
the Contract Form signed by the parties, including all the attachments and
appendices thereto and all documents incorporated by reference therein
for supply of goods in stipulated time period
GCB General Conditions of Bid
SCB Special Conditions of Bid
FORCE MAJEURE An event beyond the control of the supplier and not involving the
Supplier‟s fault or negligence and not foreseeable. Such events may
include, but are not limited to acts of the Purchaser either in its sovereign
or contractual capacity, wars or revolutions, fires, floods, pandemic,
epidemics, quarantine restrictions and freight embargoes
PORTAL https://mptenders.gov.in/nicgep/app

Page 4 of 54
Bid No.: 1780 -A Bid Issue Date: 11-06-2025
Item: INTERACTIVE PANEL

SECTION- II: INVITATION FOR BIDS


1. DIRECTORATE OF PUBLIC INSTRUCTIONS, M.P. is a Department of Govt. of Madhya
Pradesh.

2. For the requirement of INTERACTIVE PANEL at various schools under, DIRECTORATE OF


PUBLIC INSTRUCTIONS M.P invites bid for the items mentioned in Section-VII of the tender
through e-Tendering from eligible bidders.

3. The manufacturer or their Authorized Dealers /Distributors may participate in the bid process as
per the stipulated terms and conditions of the bid.

4. Provisions of the MP store purchase and procurement rules 2015 (as amended 2022), will be
complied with by the concerned.

5. Bidding documents may be Downloaded free of cost by any interested bidder from the web site
https://mptenders.gov.in/nicgep/app. There are various search options built in the MP TENDERS
Portal, to facilitate bidders to search active tenders by several parameters. These parameters could
include Tender ID, Organization Name, Location, Date, Value, etc. There is also an option of
advanced search for tenders, wherein the bidders may combine a number of search parameters such
as Organization Name, Form of Contract, Location, Date, Other keywords etc. to search for a tender
published on the MP TENDERS Portal.

6. For e-tendering registration bidder will have to register their firm/company on M.P. e-tender portal
https://mptenders.gov.in/nicgep/app and required to pay registration fee as applicable on portal.

7. Pre Bid Meeting – 17/06/2025, at 11:30 AM Meeting Hall, Directorate of Public Instruction,
Gautam Nagar, Bhopal, M.P.

8. Bidders are advised to register their valid email address and mobile numbers as part of the registration
process. These would be used for any communication from the MP TENDERS Portal.

9. Bidders intending to participate in the bid are required to get themselves trained on the e-Procurement
System.

10. The bid is to be submitted electronically on the portal https://mptenders.gov.in/nicgep/app. Manual


submission of bid will not be accepted. No hard copy of any document will be accepted.

11. All documents uploaded on portal should be clear and readable.

12. During preparation of technical bid and price bid, bidder must give particular attention to the
following:-

12.1 The bidders are required to submit soft copies of their bids electronically on the MP Tenders Portal,
using valid Digital Signature Certificates.

12.2 Only one valid Class III DSC should be registered by a bidder. Please note that the bidders are
responsible to ensure that they do not lend their DSC‟s to others which may lead to misuse.

12.3 Under this system of bidding, the bidder has to qualify all the stages.

13. The Bidder must furnish requisite Bid Security (EMD) as mentioned in Bid document online through
Page 5 of 54
Bid No.: 1780 -A Bid Issue Date: 11-06-2025
Item: INTERACTIVE PANEL
(https://mptenders.gov.in/nicgep/app) portal. The Bidders are required to invariably upload the valid
documentary evidence of submission of online EMD.

14. Bids will be opened on the specified date and time and same can be viewed on portal. Bidders are
allowed to attend the opening of the bid.

15. Technical Bid will be opened first and will be evaluated as per specification and terms & conditions
of the Tender. Thereafter, Price Bid will be opened only for those bidders whose bid is found
technically qualified.

16. In the event of the date specified for opening of bid being declared as a closed/holiday for Directorate
of Public Instructions M.P. office, in such case the due date for opening of bid will be the following
next working day at the appointed times.

Page 6 of 54
Bid No.: 1780 -A Bid Issue Date: 11-06-2025
Item: INTERACTIVE PANEL

SECTION- III: INFORMATION FOR BIDDERS


1. Scope of work

1.1 The competent authority require INTERACTIVE PANEL (approximate 3000 nos) to be supplied
to Directorate of Public Instructions, M.P. Bid is issued, for contract of INTERACTIVE PANEL.
After finalization of the bid, the contract will be awarded to successful bidders for supply of the
above item. INTERACTIVE PANEL have to be supplied to various designated places as
specified in supply order.

1.2 The scope of work includes following:-

I. The Bidders are required to supply the desired goods/products as per the tender conditions in
prescribed manner to the purchaser within time limit as mentioned in the supply order.
II. Transportation, onsite installation, post sales services up to prescribed period, training, operations
and maintenance (as per requirement) and providing complaint redressal mechanism.

2. Cost of Bidding

2.1 The Bidder shall bear all costs associated with the preparation and submission of his/her bid, and
Directorate of Public Instructions will in no case be responsible or liable for these costs, regardless
of the conduct or outcome of the bidding process.

3. Contents of Bidding Document

3.1 The goods required, bidding procedures and bidding terms are prescribed in the Bidding
Document. The Bidding Document includes:

(a) Invitation for Bid


(b) Information for Bidders
(c) General Conditions of Bid (GCB)
(d) Qualification Criteria and evaluation methodology for Bidder (QC)
(e) Special Condition of Bid (SCB)
(f) Technical Specification of the Item
(g) Instruction for Pre/Post delivery Inspection of items
(h) Annexure:-
(i) Annexure-I (Bid Form)
(ii) Annexure-II (Declaration/ Undertaking format)
(iii) Annexure-III (Annual Turnover Statement format)
(iv) Annexure-IV (Performa for Bidders General Information)
(v) Annexure-V (Blank Performa {Details of Product)
(vi) Annexure-VI (Format for Specification Compliance/Deviation)
(vii) Annexure-VII (Proforma for Manufacturer's Authorization)
(viii) Annexure-VIII (Format for Price Schedule (Rate Performa)
(ix) Annexure-IX (Declaration Regarding Capacity)
(x) Annexure-X (Format for Contract Agreement)
(xi) Annexure-XI (Format for Performance Bank Guarantee (If required)
(xii) Annexure-XII (Format for Pre Bid Queries)
(xiii) Annexure-XIII (Calculation table of Liquidated Damages (Penalty)
(xiv) Annexure-XIV (Service Level Agreement (SLA)

3.2 The Bidder is expected to go through the tender document carefully to understand the documents
Page 7 of 54
Bid No.: 1780 -A Bid Issue Date: 11-06-2025
Item: INTERACTIVE PANEL
required to be examine all instructions, forms, terms, specifications and annexure in the Bidding
Documents. Failure to furnish all information required by the Bidding Documents or submission of a
bid not substantially responsive to the Bidding Documents in every respect will be at the Bidder's risk
and may result in rejection of bid.

4. Clarification of Bidding Documents

4.1 A prospective Bidder requiring any clarification of the Bidding Documents shall submit
question/queries if any in writing at the mailing address indicated in the bid document, not later than
three days before their Bid Meeting. Decisions in this regard may be notified on portal
https://mptenders.gov.in/nicgep/app, if bidders query accepted.

5. Amendment of Bidding Documents

5.1 At any time the Directorate of Public Instructions may, for any reason, whether at its own initiative or
in response to a clarification requested by a prospective bidder, modify the bidding documents by
amendment/corrigendum. Bidder should take into account any corrigendum published on the tender
document before submitting their bids.

5.2 Any addendum/corrigendum issued shall be part of bidding documents. Addendum / corrigendum
will be notified on portal https://mptenders.gov.in/nicgep/app and will be binding on all the
prospective bidders. Prospective bidders are advised to regularly visit the websites Until the bid
opening. The Directorate of Public Instructions, M.P. shall not be responsible in any way
for any ignorance of the bidders about the corrigendum or addendum or change in the due date(s).

5.3 In order to allow prospective bidders reasonable time in which to take the amendment into account in
preparing their bids, The Directorate of Public Instructions, M.P., has full right to extend
the last date and time for the submission of bids.

6. Language of Bid

6.1 The bid prepared by the Bidder, as well as all correspondence and documents relating to the bid
exchanged by the Bidder and the Directorate of Public Instructions, M.P. shall be written in
English/Hindi language. Supporting documents and printed literature furnished by the Bidder may be
in another language provided they are accompanied by an accurate translation of the relevant
passages in the English language in which case, for purposes of interpretation of the Bids, the
translation shall govern.

6.2 The contract shall be written in English language. English language version of the Contract shall
govern its interpretation. All correspondence and other documents pertaining to the Contract which
are exchanged by the parties shall be written in the same language.

7. Documents Essential for the Bid

7.1 The bid prepared by the Bidder shall comprise the following components:

(a) Price Schedule (Rate Performa) completed in accordance with relevant terms and conditions of the
Bid. Bidders are requested to note that they must submit their financial bids in the format provided in
the tender and no other format is acceptable.

(b) Documentary evidence established in accordance with Qualification Criteria, that the Bidder is
eligible to bid and will be qualified to perform the contract if its bid is accepted;
Page 8 of 54
Bid No.: 1780 -A Bid Issue Date: 11-06-2025
Item: INTERACTIVE PANEL

(c) Documentary evidence established in accordance with Qualification Criteria and Specification, that
the goods and ancillary services to be supplied by the Bidder are suitable goods and services and
conforming to the Bidding Document; and

(d) Bid Security (EMD) has been furnished.

8. Bid Price (Rate)

8.1 Bid has been called for the INTERACTIVE PANEL given in the bid document under Technical
specification. The bidder should quote the price as per technical specification & terms of tender.

8.2 Price {Rate} inclusive of transportation, packing, insurance, installation (wherever applicable),
loading-unloading. Price {Rate} will be exclusive of GST chargeable on goods /products to be
supplied.

Bid for the supply of INTERACTIVE PANEL with cross conditions like “AT CURRENT
MARKET RATES” shall not be accepted.

8.3 Each bid must contain the unit price of each item or as mentioned in the tender/rate format.

8.4 To ensure regular and timely supply without any interruption, the purchaser reserves the right to split
orders for supplying the requirements among more than one bidder, provided the prices and other
conditions of supply are equal.

8.5 The price (Rate) quoted and accepted will be binding on the bidder for the stipulated period and any
increase in the price will not be entertained till the completion of this contract period. Cross
Conditions such as “SUBJECT TO AVAILABILITY” “SUPPLIES WILL BE MADE AS AND
WHEN SUPPLIES ARE RECEIVED” etc., will not be considered under any circumstances and the
bids of those who have given such conditions shall be treated as incomplete and bid will be
summarily rejected.

9. Documents for Bidder's Eligibility and Qualifications

9.1 The Bidder shall furnish, all required and necessary self-certified documents /papers/information's as
part of its bid, documents establishing the bidder's eligibility to bid and its qualification to perform the
Contract if its bid is accepted.

9.2 The documentary evidence of the Bidder's qualification to perform the Contract if its bid is accepted,
shall establish to the Directorate of Public Instructions, M.P. satisfactions. The bidder should
furnish the required documents compulsorily as indicated in Qualification Criteria and specification
failing which their bid shall not be accepted.

10. Bid Security/Earnest Money Deposit (EMD)

10.1 The Bidder shall furnish Rs. 50,00,000/- (Fifty Lakh Only) bid security online through
(https://mptenders.gov.in/nicgep/app) portal. No concession/exemption shall be allowed.

10.2 Micro & Small Enterprises of Madhya Pradesh (Manufacturing MSEs) can participate in bid by
depositing Rs. 25,000/- online on portal.

10.3 The bid security is required to protect the purchaser against risk of Bidder's conduct which would
Page 9 of 54
Bid No.: 1780 -A Bid Issue Date: 11-06-2025
Item: INTERACTIVE PANEL
warrant the security's forfeiture. No offer will be accepted without valid Earnest Money Deposit. The
Bidders are required to invariably upload the valid documentary evidence of submission of online
EMD.

10.4 Any bid not secured in accordance with Clauses 10.1 or 10.2 above will be rejected.

10.5 Unsuccessful Bidder's bid security will be discharged/returned immediately after requisite formalities.
No, interest shall be paid on EMD amount.

10.6 The successful Bidder's bid security may be discharged upon furnishing the performance Bank
Guarantee /expiry of Warranty/CMC as mentioned in Contract.

10.7 The bid security (EMD) may be forfeited:

(a) If a bidder;

(i) Withdraws its bid during the period of bid validity:

(b) In case of a successful Bidder, if the Bidder fails:

(i) to sign the Contract: or

(ii) to furnish performance Bank Guarantee within stipulated time limit.


10.8 Return of earnest money to bidders:-

a) EMD shall be returned to the unsuccessful bidders, as soon as possible, after the tender is decided.

11. Period of Validity of Bids

11.1 Bid shall remain valid for 120 (One hundred twenty) days after the date of bid opening prescribed by
the Directorate of Public Instructions, M.P.. A bid valid for a shorter period shall be rejected.

11.2 In exceptional circumstances, Directorate of Public Instructions, M.P. may solicit the Bidder's
consent to an extension of the period of validity. The request and the responses thereto shall be made
in writing. A Bidder may refuse the request without forfeiting its bid security. A bidder granting the
request will not be required nor permitted to modify his/her bid.

11.3 No Bid may be withdrawn in the interval between the last date and time for the submission of Bids
and expiration of the period of bid validity. Withdrawal of a bid during this interval may result in
forfeiture of bid security.

12. Bid Stages

12.1 Technical Bid

The bidder should upload the all-necessary documents, certifications as required in Qualification
Criteria & specifications compulsorily on portal, failing which their bid shall be rejected.

12.2 Price Bid

The bidder should furnish the followings:-


(i) Price {Rate} inclusive of transportation, packing, insurance, installation (wherever applicable),
Page 10 of 54
Bid No.: 1780 -A Bid Issue Date: 11-06-2025
Item: INTERACTIVE PANEL
loading-unloading. Price {Rate} will be exclusive of GST chargeable on goods /products to be
supplied.

(ii) The bidder's are instructed to fill the rates in prescribed price schedule (Rate Performa) available on
Portal. Price schedule (Rate Performa) should not be submitted in Technical Bid, otherwise bid may
be rejected.

13. Last Date and Time for Bid Submission

13.1 Bidder should log into the site well in advance for bid submission so that they can upload the bid in
time i.e. on or before the bid submission time. Bidder will be responsible for any delay due to other
issues.

13.2 Directorate of Public Instructions, M.P. may, at its discretion, extend the last date and time for
bid submission by amending the bid documents, in which case all right and obligations of the
purchaser and bidders previously subject to the last date and time will thereafter be subject to the last
date and time as extended.

13.3 Bid being submitted must be signed by a person holding a Power of Attorney authorizing him to do
so, certified copies of which shall be enclosed.

13.4 Bid submitted on behalf of companies registered with the Indian Companies Act, shall be signed by
persons duly authorized to submit the Bid on behalf of the Company and shall be accompanied by
certified true copies of the resolutions, Articles of Association, Power of Attorney etc. to show clearly
the title, authority and designation of persons signing the Bid on behalf of the Company.

14. Late Bids

14.1 No Bid shall be considered after the last date and time of submission of bid.

15. Modification and Withdrawal of Bids

15.1 The Bidder may modify or withdraw their bid before Last Date and time of submission of bids.

15.2 No bid may be modified subsequent to the Last Date and time for submission of bids.

16. Opening of Bids

16.1 Bids will be opened on the specified date and time and same can be viewed on portal.

16.2 Bidders who were found eligible in technically and financially qualified in evaluation of bid may be
informed about the date and time for opening of Price Bid.

17. Clarification of Bids

17.1 After bid submission any clarification submitted by a bidder in respect to his/her bid may be
considered.

18. Bids in open form

18.1 Open bids through Telegram/Fax will not be considered under any circumstances.

Page 11 of 54
Bid No.: 1780 -A Bid Issue Date: 11-06-2025
Item: INTERACTIVE PANEL
19. Mistakes in Bids

19.1 Rates should be quoted in both; figures and words. In case of ambiguity between rates in figures and
words, lower of the two/beneficial to the Purchaser shall be considered. Such offers can also be
rejected.

20. Alteration/Corrections in Bids

20.1 Any alteration/correction in the tender document should be counter-signed. Further, no post
tender alteration/correction shall be entertained.

21. Incomplete Bids

21.1 Tender which is incomplete or obscure is liable for rejection.

22. Ambiguities in conditions of Bids

22.1 In case of ambiguous or self-contradictory terms/conditions mentioned in the bid, interpretation as


may be advantageous to the Purchaser shall be taken without any reference to the tender.

23. Canvassing of Bids


23.1 Tenders shall be deemed to be under consideration, after opening of tender/ bid, till placement of
order. During this period, the bidders or their authorized representatives or other interested parties are
advised strongly, in their own interest, to refrain from contacting by any means any of the Purchaser‟s
personnel or Representative, on matters relating to tender under process.

24. Filling of annexure

24.1 All the Annexure along with specification are enclosed for technical/ commercial terms & conditions.
It is compulsory on the part of the bidder to furnish all details as sought in these. In case, these are not
filled in and enclosed with the offer, the Bid may be rejected. The format/Annexure provided with the
bid document should not be changed/modified. If annexure or format is changed, bid is liable to be
rejected.

25. Evaluation and Comparison of Bids

25.1 Directorate of Public Instructions, M.P. will evaluate and compare the bids with reference to
terms and conditions as specified in tender documents.

26. Post qualification

26.1 Based on the qualification criteria Directorate of Public Instructions, M.P. will determine to its
satisfaction whether the Bidder selected as having submitted the lowest evaluated rate and eligible bid
is qualified to satisfactorily perform the Contract.

26.2 The determination will take into account the Bidder's financial, technical and production capabilities
(As applicable). It will be based upon validation and cross verification of the documentary evidence
of the Bidder's qualifications submitted by the Bidder. Pursuant to qualification criteria as well as
such other information as Purchaser deems necessary and appropriate.

26.3 An affirmative determination will be prerequisite for award of the Contract to the Bidder. A negative

Page 12 of 54
Bid No.: 1780 -A Bid Issue Date: 11-06-2025
Item: INTERACTIVE PANEL
determination will result in rejection of the Bidder's bid in which event Purchaser will proceed to the
next bid to make a similar determination of that Bidder's capabilities to perform the contract
satisfactorily.

27. Disqualification of Bids

27.1 Directorate of Public Instructions, M.P. may in its sole discretion and at any time during the
processing of Bid, disqualify any bidder from the Bidding process at any stage, if the bidder:-

27.1.1 Submits Bid document, which is not accompanied by required documents and Earnest Money
Deposit (EMD).

27.1.2 Has not submitted the bid in accordance with the bid document.

27.1.3 Dose not meets the qualification criteria as mentioned in the bid document.

27.1.4 Mislead or made false representations in the forms, statements and attachments submitted in proof of
the qualification criteria requirements.

27.1.5 Has imposed conditions in his bid, during validity of the bid or its extended period.

27.1.6 Bidder who is found to canvass, influence or attempt to influence in any manner the qualification or
selection process, including without limitation, by offering bribes or other illegal gratification, shall
be disqualified from the process at any stage.

27.1.7 A Bid not valid for 120 days shall considered as non-responsive and would be disqualified.

27.1.8 Bidder(s) should submit documentary evidence in support of fulfillment of all criteria's, while
submitting its bid(s). The scanned and legible copy of these documents should be uploaded on the
portal. Failure to comply with these requirements may result in the bid being rejected. No hard copy
of the bid shall be accepted.

28. Directorate of Public Instructions, M.P. right to accept any Bid and to reject any or all Bids

28.1 The Directorate of Public Instructions reserves the right to accept the bid or to reject the bid for
the supply of all items or for any one or more of the items bided for in a bid without assigning any
reason, without thereby incurring any liability to the affected Bidder or Bidders or any obligation to
inform the affected Bidder or Bidders of the grounds for the Directorate of Public Instructions
action.

29. Execution of Rate Contract

29.1 Within 15 days of receipt of the offer to execute the contract, the successful Bidder shall execute the
Contract at Directorate of Public Instructions office at Bhopal on a non-judicial stamp paper of
value of Rs.500/- (stamp duty to be paid by the bidder) and return it to the Directorate of Public
Instructions, M.P.. Bidder shall also submit hard copy of documents as required by Directorate
of Public Instructions, M.P.

29.2 The bidder whose rates are accepted will have to execute the contract within time limit given in offer
letter, failing which the bid security/ performance security may be forfeited and disqualify the firm to
participate in the bid for maximum Five years.

Page 13 of 54
Bid No.: 1780 -A Bid Issue Date: 11-06-2025
Item: INTERACTIVE PANEL

30. Performance Bank Guarantee

30.1 Within 07 days of the receipt of intimation of Supply Order, the successful Bidder shall furnish the
Performance Bank Guarantee (If any) in accordance with the General Conditions of Bid. Bidder shall
furnish within stipulated time limit.

30.2 Failure of the successful Bidder to comply with the requirement of the bid shall constitute sufficient
grounds for the annulment of the award and forfeiture of the bid security/previously deposited
performance Bank Guarantee and disqualify the firm to participate in the bid for the next One Year.

31. Placement of Supply order

31.1 Purchaser reserves the right to modify the quantity of items as mentioned in Tender. The quantities
shown in the tender notice are approximate and can be increase/decreased as per requirement. The
supplies shall be made according to the requirements of the department.

32. Code of Integrity in Public Procurement:

32.1 Code of Integrity

Procuring authorities as well as bidders, suppliers, contractors. and consultants - should observe the highest
standard of ethics and should not indulge in following prohibited practices. either directly or indirectly. at any
stage during the Tender Process or during the execution of resultant contracts:
a) "Corrupt practice" - making offer, solicitation or acceptance of a bribe. Reward or gift or any material
benefit, in exchange for an unfair advantage in the Tender Process or to otherwise influence the Tender
Process;
b) "Fraudulent practice" - any omission or misrepresentation that may mislead or attempt to mislead so that
financial or other benefits may be obtained or an obligation avoided. Such practices include a false
declaration or false information for participation in a tender process or to secure a contract or in the
execution of the contract;
c) "Anti-competitive practice" - any collusion, bid-rigging or anti-competitive arrangement. or any other
practice coming under the purview of the Competition Act, 2002, between two or more bidders. with or
without the knowledge of the Procuring Entity, that may impair the transparency, fairness, and the progress of
the Tender Process or to establish bid prices at artificial, non-competitive levels;
d) "Coercive practice" - harming or threatening to harm persons or their property to influence their participation
in the Tender Process or affect the execution of a contract;
e) "Conflict of interest" - participation by a bidding firm or any of its affiliates who are either
involved in the Conेsultancy Contract to which this procurement is linked; or if they are part of more than one
bid in the procurement; or if their personnel have a relationship or financial or business transactions with
any official of procuring entity Procurement of GOODS Section IV: General Conditions of Contract
(GCC) [97] who are directly or indirectly related to tender or execution process of contract: or improper use of
information obtained by the (prospective) bidder from the Procuring Entity with an intent to gain unfair
advantage in the Tender Process or for personal gain;
f) "Obstructive practice" - materially impede proeuring entity's investigation into
allegations of one or more of the above mentioned prohibited practices either by deliberately
destroying. falsifying, altering; or by, concealing of evidence material to the investigation: or by
making false statements to investigators and/ or by coercive practices mentioned above, to prevent
it from disclosing its knowledge of matters relevant to the investigation or from pursuing the
investigation; or by, impeding the Procuring Entity's rights of audit or access to information;

Page 14 of 54
Bid No.: 1780 -A Bid Issue Date: 11-06-2025
Item: INTERACTIVE PANEL
32.2 Obligations for Proactive Disclosures:

a) Procuring authorities, bidders, suppliers, contractors. and consultants are obliged under this Code
of Integrity to suo-moto proactively declare any conflict of interest (coining under the definition
mentioned above - pre-existing or as and as soon as these arise at any stage) in any Tender
Process or execution of the contract. Failure to do so shall amount to a violation of this code of
integrity.

b) Any bidder must declare whether asked or not in a bid-document. any previous transgressions of such
code of integrity during the last three years or of being under any category of debarment by the Central
Government or by the Ministry/ Department of the Procuring Organisation from participation in
Tender Processes. Failure to do so shall amount to a violation of this code of integrity.

32.3 If any bidder/firm engaged in any of above said practice 32.1

a) The proposal of bidder will reject

b) The firm will declare in eligible either in indefinitely or for a stated period of time

c) The contract awarded may result in rejection of the bidder.

Page 15 of 54
Bid No.: 1780 -A Bid Issue Date: 11-06-2025
Item: INTERACTIVE PANEL
SECTION- IV: GENERAL CONDITIONS OF BID

1. Use of Bid Documents and Information

1.1 The supplier shall not, without Directorate of Public Instructions prior written consent, disclose the
Contract, or any provision thereof, or any specification, plan, drawing, pattern, sample or information
furnished by or on behalf of Directorate of Public Instructions in connection therewith, to any person
other than a person employed by the supplier in performance of the Contract. Disclosure to any such
employed person shall be made in confidence and shall extend only so far, as may be necessary for
purposes of such performance.

1.2 The Supplier shall not, without Directorate of Public Instructions prior written consent, make use of
any document or information except for purposes of performing the Contract.

1.3 Any document, other than the Contract itself, shall remain the property of Directorate of Public
Instructions and shall be returned (in all copies) to the Purchaser on completion of the Supplier's
performance under the Contract if so required by Directorate of Public Instructions

2. Patent Rights

2.1 The supplier shall indemnify Directorate of Public Instructions against all third-party claims of
infringement of patent, trademark or industrial design rights arising from use of the Goods or any part
thereof in India.

2.2 In the event of any claim asserted by a third party of infringement of copyright, patent, trademark or
industrial design rights arising from the use of the Goods or any part thereof in the Purchaser's
country, the supplier shall act expeditiously to extinguish such claim. If the supplier fails to comply
and the Purchaser is required to pay compensation to a third party resulting from such infringement,
the supplier shall be responsible for the compensation including all expenses, court costs and lawyer
fees. The purchaser will give notice to the supplier of such claim, if it is made, without delay.

3. Performance Security-

3.1 The supplier shall be required to pay (3%) Performance security of the supply order value within 10
days of the supply order.The Performance security should be paid upfront in respect of supply order
on or before the due date fixed by Purchaser, valid up to 60 days after the date of completion of
performance obligations.

3.2 The proceeds of the performance security shall be payable to the Purchaser as compensation for any
loss resulting from the supplier's failure to complete its obligations under the Contract.

3.3 The Performance Security shall be denominated in Indian Rupees and shall be in form of Bank
Guarantee of Nationalized Bank/Scheduled Bank in favor of Purchaser.

3.4 The Performance Security will be discharged and returned to the Supplier as early as possible,
following the date of completion of the Supplier's performance obligations, under the contract.

4. Inspections and Tests

4.1 The successful bidder should provide a clear and thorough mechanism to get the feedback and
grievance redressal system for post delivery and post sales complaints wherever required.

Page 16 of 54
Bid No.: 1780 -A Bid Issue Date: 11-06-2025
Item: INTERACTIVE PANEL
4.2 The Purchaser or its representative shall have the right any time to inspect and / or test the Goods to
confirm their conformity to the contract whenever required:-

(i) The Supplier shall notify the designated Inspection Agency at least 10 days prior to the time when
Goods are available for inspection along with in house test report (If any).

(ii) Inspection shall be carried out by the designated Inspection Agency at the premises of the Supplier/at
point of delivery. (If required)

(iii) The Supplier will provide to the designated Inspection Agency/Purchaser or its representative all
reasonable facilities for the conduct of such inspections and tests at no additional cost to the
Purchaser.

(iv) The inspection procedures are required to be followed by designated Inspection Agency as per
Instruction for Pre Delivery Inspection if desired by the department/mentioned in the supply order.

(v) Sample inspection, if required as per bid condition will be carried out by committee comprising of
third-party inspection agency, purchasing department.

(vi) To ensure supply of brand new, standard and quality goods, a random post delivery inspection will
also be carried out if desired by the purchaser department.

(vii) Nothing in Clause 4 shall in any way release the supplier from any guarantee or other obligations
under this Contract.

(viii) All such cases where firms after giving inspection call do not offer full quantity as per their offer
letter to the Inspecting Officer deputed by the Purchaser for any reason, shall be treated as „Fake
Inspection Call‟. The Purchaser will not be under any obligation to arrange inspection of such partial
lot and the firm will be required to remit a sum of Rs.20,000/- for such fake inspection call.

5. Packing and Marking

5.1 The packing for the goods to be provided by the supplier should be strong and durable enough to
withstand, without limitation, the entire journey during transit including transshipment (if any),rough
handling, open storage etc. without any damage, deterioration etc. As and if necessary, the size,
weights and volumes of the packing cases shall also take into consideration, the remoteness of the
final destination of the goods and availability or otherwise of transport and handling facilities at all
points during transit up to final destination as per the contract.

5.2 The quality of packing, the manner of marking within & outside the packages and provision of
accompanying documentation shall strictly comply with the requirements of product as per Technical
Specifications & conditions.

5.3 Packing instructions: Unless otherwise mentioned in the Technical Specification supplier shall make
separate packages for each indenter/consignee and mark each package on three sides with the
following with indelible paint/ink of proper quality:-

A. Brief description of good is including quantity

B. Country of origin of goods

C. Indenter/Consignee Name
Page 17 of 54
Bid No.: 1780 -A Bid Issue Date: 11-06-2025
Item: INTERACTIVE PANEL

D. Supplier‟s name and address including contact numbers

6. Delivery

6.1 The supply should be completed within 45 days for Department/Organization for specific
requirement, from the date of issue of supply order or as specified in the supply order. Normal
delivery period will be 45 days or as mentioned in the supply order. Purchaser Department/
Organization may select suitable delivery period as per their requirement considering the quantum of
supply order and capacity of the supplier.

6.2 It shall be the responsibility of the supplier for any shortages/damage at the time of receipt at
designated place.

6.3 Responsibility regarding covering of risk during transit of material shall entirely be on the supplier.
The Company shall, in no case, bear the transit risks/ transit insurance charges.

6.4 Transit damages/ shortages/ losses shall be reported by the consignees within 7 days from the receipt
of the consignments. Such damages / shortages/losses shall be repaired/ replaced by the supplier /
manufacturer, free of cost within one month from the date of intimation by the consignee without
waiting for his settlement from carrier or Insurance Company etc. If the supplier fails to do sothe
consignee (s) shall be free to get the repair work done from other sources and they shall be freeto
recover the cost of such material / expenses of repairs either from the supplier / balance bills or from
the security deposit as deemed fit.

6.5.1 While necessary assistance shall be rendered by the consignee in lodging and processing the claims
with carriers and the supplier‟s insurance underwriters, the responsibility shall rest with the supplier
to immediately make good the shortages/losses/ damages, without any extra cost and without waiting
for the settlement of the claim.

6.5.2 In the case of transport damages/ shortage, the payment shall be made only for the quantity received
in good and working condition.

6.6 The equipment/material shall be completed in every respect with all minor fittings and accessories,
even though these may not be specifically mentioned in the bid specifications. The supplier shall not
be eligible for any extra price in respect of such minor fitting and accessories which can be
considered as an essential part of the basic equipment/product even though not specifically mentioned
in the specification or in the tender.

7. Insurance

7.1 The Goods supplied under the contract may be insured in Indian Rupees against the loss or damage
incidental to manufacture or acquisition, transportation, storage and delivery.

8. Transportation

8.1 Supplier is required to transport the Goods to a specified place of destination within Madhya Pradesh
(Door delivery basis) defined in the supply order shall be arranged by the Supplier, and the related
cost shall be included in the quoted Price.

9. Warranty

Page 18 of 54
Bid No.: 1780 -A Bid Issue Date: 11-06-2025
Item: INTERACTIVE PANEL
9.1 The bidder must agree on providing one (1) year Warrantee/Guarantee or as desired for particular
item in the specification (as the case may be) against Manufacturing defect, faulty raw
material/design and poor workmanship from the date of supply or as mentioned in the
specification.

9.2 The Purchaser shall promptly notify the Supplier in writing of any claims arising under this
warranty.

9.3 Upon receipt of such notice, the Supplier shall, with all reasonable speed, replace/repair the
defective Goods without any cost to the Purchaser.

9.4 If the Supplier, having been notified, fails to remedy the defect(s) within seven days, the Purchaser
may proceed to take such remedial actions as may be necessary, at the Supplier's risk and expense
and without prejudice to any other rights which the Purchaser may have against the Supplier under
the Contract.

9.5 At any time during/after the supply of goods the same is not found as per specification/sub
standard the supplier shall replace the defective goods at his own cost, immediately, failing which
amount is recoverable from him and unit should debarred for next one to five years.

10. Payment

10.1 The Supplier's request(s) for payment shall be made to the Purchaser in writing accompanied by an
invoice describing, as appropriate, the Goods delivered and the service performed, and by documents,
submitted and upon fulfillment of other obligations stipulated in the contract/supply order.

10.2 Payments shall be made promptly by the purchaser Within forty five (45) (In case of MSE only)days
of submission of the invoice or claim by the Supplier.

10.3 Payment for Goods and services shall be made in Indian Rupees.

10.4 No advance payments towards cost of goods will be made to the supplier.

10.5 Payments for supply will be considered only after completion of supply of goods and services as per
supply order and terms and conditions.

10.6 The supplier shall raise bills directly in the name of indenting officer/purchasing officer against the
supplies made directly by them to the indenter's satisfaction in compliance with the conditions
contained in the supply order.

10.7 The supplier shall receive payment against its bills directly from the Indenting department/ Purchasing
Department. In case of Non-Payment for the supplies made by supplier, they will demand payment
directly from the Department/Indenter concerned.

11. Prices

11.1 Prices payable to the supplier as stated in the contract shall not be subject to adjustment
(Increase/Decrease) during performance of the contract.

12. Change Orders

12.1 The Purchaser may at any time, by written order given to the Supplier make changes within the
Page 19 of 54
Bid No.: 1780 -A Bid Issue Date: 11-06-2025
Item: INTERACTIVE PANEL
general scope of the Contract in any one or more of the following:

a) The method of shipping or packing;

b) The place of delivery; and

c) The services to be provided by the Supplier.

13. Assignment

13.1 The Supplier shall not assign, in whole or in part, its obligations to perform under the Contract,
except with the Purchaser's prior written consent.

14. Delays in the Supplier's Performance

14.1 Delivery of the Goods and performance of the Services shall be made by the Supplier in accordance
with the time schedule specified in the Supply order. The time would be the essence of the contract.

14.2 If at any time during execution of the Contract/Supply Order, the Supplier should encounter
conditions impeding timely delivery of the Goods and performance of the Service, the Supplier shall
promptly notify Purchaser in writing of the fact of the delay, it's likely duration and its cause(s). As
soon as practicable after receipt of the Supplier's notice, purchaser shall evaluate the situation and
may at its discretion extend the supplier's time for performance.

14.3 Except a delay by the Supplier in the performance of its delivery obligations shall render the Supplier
liable to the imposition of liquidated damages (Penalty) pursuant to GCB Clause 16, unless an
extension of time is agreed upon pursuant to GCB Clause 14.2 without the application of liquidated
damages (Penalty).

15. Cancellation of order

The Purchaser may upon written notice of default, terminate/cancel the purchase order/contract in
whole or for a part quantity with recovery of liquidate damages at the rate of 10% of ex-works
price(s) of stores not delivered by them or liability on account of risk and cost, whichever is higher in
the circumstances detailed hereunder:-

15.1 If in the opinion of the Purchaser, the supplier fails to deliver the material within the time specified
or during the period for which extension has been granted by the Purchaser.

15.2 If in the opinion of the Purchaser, the supplier fails to comply with any of the other provisions of this
Purchase order/contract or material is found not in accordance with prescribed specifications and or
the approved samples.

15.3 If in the opinion of the Purchaser, the supplier fails to take urgent steps towards corrective measures
as indicated/intimated to them as a result of stage inspection.

15.4 In pursuance to clause no. 15.1, 15.2 & 15.3 Above, Purchaser may debar the supplier/contractor for
further business with Purchaser for a declared period on breach of the Purchase Order.

15.5 Notwithstanding that the powers under clause 15.4 referred to above, are in addition to the rights and
remedy available to the Purchaser under the general law of India relating to Purchase Order.

Page 20 of 54
Bid No.: 1780 -A Bid Issue Date: 11-06-2025
Item: INTERACTIVE PANEL
15.6 In the event, Purchaser does not terminate the order, the supplier shall continue execution of this
order, in which case he shall be liable to the Purchaser for liquidated damages for the delay as per
applicable clause, until supplies are accepted.

16. Liquidated Damages (Penalty)

The supplier will be liable for penalties for delay (including phased delivery) and quality of goods
(violating the specifications of the goods).
If the Supplier fails to deliver any or all of the standard quality goods or execute the supply order
within time period(s) specified in supply order, the penalty may be imposed in following three
conditions:-

(A) Penalty for delay in supply:-In case where supplier fails to supply goods/products completely or
partially after the delivery period mentioned in the supply order Supplies made in extended delivery
period will be considered with penalty as percentage of the value of delivered goods, factoring into
the delay period, up to a maximum deduction of 05 percent of the value of delayed Goods or
Services. The extension in delivery period will be prerogative of the purchaser department. Once the
maximum penalty limit is reached, the purchaser department will consider the termination/ modifying
the supply order.

(B) Penalty for Non-Supply:-In case supplier has failed to supply any products/goods after expiry of
delivery period and is not allowed for extension, is liable for cancellation of supply order (completely
or partially), forfeiture of Service Commission and any other penalty as suspending the marketing
facility.

(C) Penalty for Supply of sub-standard goods/products:- In case if it is found by consignee feedback, post
delivery inspection or any other source that supplier has supplied the sub-standard goods/products, is
liable for replacement of the supplied goods/products with standard goods, without any additional
cost. The supplier may also attract the penalty of cancellation of supply order, forfeiture of service
commission and suspending the marketing facilities of the supplier.

(D) The purchaser shall, without prejudice to its other remedies under the Contract, deduct from amount
payable to the supplier, as liquidated damages (Penalty), of the delivered price of the delayed Goods
and unperformed Services for each week of delay or part thereof until actual delivery and
performance up to a maximum deduction of 5 percent of the delayed Goods or Services ordered price.

(E) Further, during the above mentioned delayed period of supply and performance, the supplier, shall not
be entitled to any increase in price, whatsoever, which take place during the period of delay. But,
nevertheless, the purchaser shall be entitled to the benefit any decrease in price and cost on any
ground during that period of delay.

All above clauses will be applicable for OEM also as the case may be.
17. Termination for Default

17.1 The Purchaser may, without prejudice to any other remedy for breach of contract, by written notice of
default, sent to the Supplier, terminate the supply order in whole or part:

a. If the Supplier fails to deliver any or all of the goods within period(s) specified in the Supply
Order, or within any extension thereof granted by the purchaser; or

b. If the supplier fails to perform any other obligation(s) under the Contract.

Page 21 of 54
Bid No.: 1780 -A Bid Issue Date: 11-06-2025
Item: INTERACTIVE PANEL

c. If the supplier, in the judgment of purchaser has engaged in corrupt or fraudulent practices in
competing for or in executing the rate contract.

17.2 In the event the Purchaser terminates the supply order in whole or in part, shall constitute sufficient
grounds for the annulment of the award and forfeiture of Performance guarantee and disqualify the
firm to participate in the bid for the next One to Five years.

17.3 Purchaser will be at liberty to terminate without assigning any reasons thereof the supply order either
wholly or in part on 15 days return notice. The supplier will not be entitled for any compensation
whatsoever in respect of such termination.

17.4 In all the above conditions, the decision of purchaser shall be final and binding.

18. Force Majeure

18.1 Notwithstanding the provision of GCB Clause 14, 15, 16, 17 the Supplier shall not be liable for
forfeiture of its performance security, liquidated damages, penalty or termination for default, if and to
the extent that, its delay in performance or other failure to perform its obligations under the Rate
Contract is the result of an event of Force Majeure.

18.2 For purpose of this Clause, "Force Majeure" means an event beyond the control of the supplier and
not involving the Supplier's fault or negligence and not foreseeable. Such events may include, but are
not limited to acts of the Purchaser either in its sovereign or contractual capacity, wars or revolutions,
fires, lockdown due to pandemic, floods, lockdown due to epidemics, quarantine restrictions and
freight embargoes.

18.3 If a Force Majeure situation arises, the Supplier shall notify Purchaser within 10 days, in writing of
such conditions and the cause thereof. The Purchaser shall verify the facts and grant such extension as
the facts justify. For extension of delivery period on account of force majeure conditions, the supplier
shall submit his representation with documentary evidence for scrutiny by the purchaser and decision
of the purchaser shall be binding on the supplier. Unless otherwise directed by Purchaser in writing
the Supplier continue to perform its obligations under the Rate Contract as far as is reasonably
practical, and shall seek all reasonable alternative means for performance not prevented by Force
Majeure event.

19. Termination for Insolvency

19.1 Purchaser may at any time terminate the contract/supply order by giving written notice to the
Supplier, if the Supplier becomes bankrupt or otherwise insolvent. In this event, termination will be
without compensation to the Supplier, provided that such termination will not prejudice or affect any
right of action or remedy which has accrued or will accrue thereafter to Purchaser.

20. Termination for Convenience

20.1 Purchaser, by written notice sent to the Supplier, may terminate the Contract/Supply Order, in whole
or in part, at any time for its convenience. The notice of termination shall specify that termination is
for the Purchaser's convenience, the extent to which performance of the Supplier under the
Contract/Supply Order is terminated, and the date upon which such termination become effective.

20.2 The Goods those are complete and ready for shipment within 15 days after the Supplier's receipt of
notice of termination shall be accepted by the Purchaser at the Rate Contract/Supply Order, terms and
prices.
Page 22 of 54
Bid No.: 1780 -A Bid Issue Date: 11-06-2025
Item: INTERACTIVE PANEL

21. Resolution of Disputes

21.1 The Purchaser and the supplier shall make every effort to resolve amicably by direct informal
negotiation any disagreement or dispute arising between them under or in connection with the Rate
Contract.

21.2 If, after thirty (30) days from the commencement of such informal negotiations, the Purchaser and the
Supplier have been unable to resolve, amicably, either party may require that the dispute be referred
for resolution to the formal mechanisms and arbitration.

21.3 Any dispute or difference in respect of which a notice of intention to commence arbitration has been
given accordance with this clause shall be finally settled by arbitration. Arbitration may be
commenced prior to or after delivery of the goods under the rate contract.

21.4 Notwithstanding any reference to arbitration herein:


the parties shall continue to perform their respective obligations under the rate contract unless
they otherwise agree.

21.5 The dispute resolution mechanism to be applied shall be as follows:-

In case of Dispute or difference arising between the Purchaser and a supplier relating to any matter
arising out of or connected with this agreement, such disputes or difference shall be settled in
accordance with the MP Madhyastham Adhikaran Adhiniyam 1983. The sole arbitrator can be
appointed with mutual consent.

21.6 The venue of arbitration shall be at Bhopal. The arbitration will be executed as the rules and
guidelines of MP Madhyastham Adhikaran Adhiniyam 1983.

22. Limitation of Liability

22.1 Except in cases of criminal negligence or willful misconduct, and in the case of infringement pursuant
to GCB Clause 2:-

(a) the supplier shall not be liable to the purchaser, whether in rate contract, tort, of otherwise, for
any indirect or consequential clause or damage, loss of use, loss of production, or loss of profits
or interest costs, provided that this exclusion shall not apply to any obligation of the suppliers to
pay liquidated damages to the purchaser; and

(b) the aggregate liability of the supplier to the purchaser, whether under the contract, in tort or
otherwise, shall not exceed the total ordered price, provided that this limitation shall not apply to the
cost of replacing defective goods.

23. Recoveries for liabilities against other contracts

23.1 All amounts recoverable from the successful bidder against earlier contracts / orders including
contracts / orders placed on sister concern by the Purchaser will be adjusted / recovered from any
type of payment due, including security deposit, against the contract(s)/ order(s) including those
placed on sister concern firms by the Purchaser against other tender specification for the same or
the other items.

24. Applicable Law

Page 23 of 54
Bid No.: 1780 -A Bid Issue Date: 11-06-2025
Item: INTERACTIVE PANEL

24.1 The Contract shall be interpreted in accordance with the laws of the Union of India.

25. Notices

25.1 Any notice given by one party to the other pursuant to this Rate Contract shall be sent to other party
in writing.

25.2 A notice shall be effective when delivered or on the notice's effective date, whichever is later.

26. Taxes and Duties

26.1 Suppliers shall be entirely responsible for all taxes, duties, license fees, octroi, road permits, etc.
incurred until delivery of the contracted Goods to the Purchaser. However, GST in respect of the
transaction between the Purchaser and the Supplier shall be payable extra.

26.2 The payment of statutory levies such as CGST & SGST or IGST against the contract shall be made
on the basis of rates prevailing during the contractual delivery period only and on applicable quantity
due, to be actually delivered as per delivery schedule of contract. In case concessional rate of
statutory levies are quoted by the bidder, then the same shall be paid limited to the quoted rate. In that
case the payment of statutory levies against the contract to all concerned government departments or
to any other organization will be the sole responsibility of supplier on the basis of rates prevailing
during the contractual delivery period as per schedule of contract, as well as for any supplies made
after the contractual period. Any liability raised by the government authorities due to any difference
in the amount payable and consequences thereof the purchaser.

26.3 In case, supplies against the contract are affected late i.e. beyond contractual delivery period and rate
of GST undergoes upward revision, the payment will continue to be made only on the basis of rates
prevailing during the contractual delivery period. However, in case the rate of statutory levy (ies)
undergoes, downwards revision then the delayed supplies beyond contractual delivery period will
attract the reduced rate of statutory levy (ies).

26.4 In case of delay in supply, if the supplier is able to prove that the delay involved is due to force
majeure conditions, as detailed in the “Force Majeure” clause, supported with suitable documentary
proofs and in case the delay is condoned with specific approval for payment of statutory levies during
extended period, supplementary claim for GST shall be accepted and payment shall be released,
accordingly.

26.5 Pending decision on the request of the supplier, for condition of the delay in delivery, the supplier will
claim GST as per the rates prevailing during the contractual delivery period. In case, this is not done,
all financial losses will be to supplier‟s account.

26.6 GST registration number of Directorate of Public Instructions 23BPLD00429C1DV

27. Supplier's Obligations

27.1 The Supplier is obliged to work closely with Purchasers staff, act within its own authority and abide
by directives issued by Purchaser and implementation activities.

27.2 The supplier will abide by the job safety measures prevalent in India and will free Purchaser from all
demands or responsibilities arising from accidents or loss of life the cause of which is the Supplier's
negligence. The supplier will pay all indemnities arising from such incidents and will not hold
Page 24 of 54
Bid No.: 1780 -A Bid Issue Date: 11-06-2025
Item: INTERACTIVE PANEL
Purchaser responsible or obligated.

27.3 The supplier is responsible for managing the activities of its personnel or sub contracted personnel
and will hold itself responsible for any misdemeanors.

27.4 The supplier will treat as confidential all data and information about Purchaser, obtained in the
execution of his responsibilities, in strict confidence and will not reveal such information to any other
party without the prior written approval of purchaser.

27.5 The supplier will be required to execute Service Level Agreement (SLA) with Indenter/Purchaser as
and when required for specific product/goods as per bid condition

27.6 Supplier's printed terms and conditions will not be considered as forming part of the tender under any
circumstances whatsoever.

28. Fall Clause

28.1 Prices charged for supplies under rate contract by the supplier should in no event exceed the lowest
prices at which he offers to sell or sells the stores of identical description and similar terms and
condition to any other Government and Public Undertaking during the period of the rate contract.

28.2 If at any time during the period of rate contract, the price of bided item is reduced or brought down by
any law or Act of the Central or State Government, the supplier shall be bound to inform purchaser
immediately about such reduction in the contracted prices. Purchaser is empowered to unilaterally
effect such reduction as is necessary in rates in case the supplier fails to notify or fails to agree for
such reduction of rates.

28.3 If at any time during the said period, the supplier reduces the sale price of such item sells such item to
any other Govt. and Public Undertakings at a price lower than the price chargeable under the rate
contract he shall forthwith notify such reduction to Purchaser and the prices payable under the rate
contract for the items supplied from the date of coming into force of such price stand correspondingly
reduced. The above stipulation shall however for reduction shall not apply to:-

Export by the supplier

For all contracts entered into prior to the date of the bid or for any backlog of pending orders.

29 Country of Origin

29.1 All goods and services to be supplied and provided for the contract shall have the origin in India or in
the countries with which the Government of India has trade relations.

29.2 The word “origin” incorporated in this clause means the place from where the goods are mined,
cultivated, grown, manufactured, produced or processed or from where the services are arranged.

29.3 The country of origin may be specified in the Price Schedule.

30. Jurisdiction

30.1 In respect of all disputes or claims out of or under this rate contract, principal civil Court at Bhopal
alone shall have jurisdiction to entertain the same.

Page 25 of 54
Bid No.: 1780 -A Bid Issue Date: 11-06-2025
Item: INTERACTIVE PANEL
30.2 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 theMP Madhyastham
Adhikaran Adhiniyam 1983. Each party shall appoint an arbitration and jurisdiction of all such work
will be Bhopal.

31 Confidentiality

31.1 The bidder acknowledge that all material 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 whose disclosure to or use by the third parties may be
damaging or cause loss to the Department, will at all time be held by it in the strictest confidence and
it shall not make use thereof other than for the performance of its obligations described in this
document.

32. Sub Contracting

32.1 The bidder will not sub contract or permit anyone other than the OEM/COMPANY/Bidder personnel
to perform any of the work, services or other performance required from the bidder under this
AGREEMENT.

33 Declaration
33.1 All Information filled in the bid is correct and true and are filled by authorized signatory, having
lawful digital signature and access to use of e-bidding. For any fraudulent, incorrect, misleading, false
or fabricated information, the unauthorized user is liable to be prosecuted and punished under I.T. Act
2000 (As amended).

34. Snap Bidding


34.1 In case the Purchaser opts for snap bidding, then all the initial Price Bids shall be discarded by the
purchaser and shall invite all the bidders, who were technically qualified, to submit the new Price Bids
as per terms and conditions of the bidding document. The timeline for submission and price bid
opening of such price bids shall be intimated separately to all such Bidders by the Purchaser. Bidders
submitting new Price Bids electronically shall follow the electronic bid submission procedures
specified in the bid document for resubmission of Price Bids.
34.2 The quoted price in the Price bid shall not be allowed to be increased above the L-1 rates. If any
bidder bids above the lowest evaluated price during the initial bidding, his bid shall be treated as non-
responsive and bidder shall not be considered for award.
34.3 In case any of the invited technically qualified bidders does not submit new Price Bid during
the snap bidding then he shall not be considered for any further evaluation by the Purchaser.
34.4 Re-submitted new Price bids shall be again evaluated by the Purchaser as per terms and conditions of
the bidding document. The Purchaser shall evaluate the price bids and derive the lowest evaluated bid
(L1). However, in case, even after submission of new price bids by the bidders, the Purchaser has
right to reject the lowest Evaluated Bid Price. If the bid is rejected by the purchaser then the entire
bidding process shall be annulled.
35 Quantity variation-

35.1 The Purchaser reserves the right to increase or decrease 25% (twenty five percent only) of the total
quantities. Price(s) or other terms & conditions during the execution of the contract will remain
same.

Page 26 of 54
Bid No.: 1780 -A Bid Issue Date: 11-06-2025
Item: INTERACTIVE PANEL
36 Bank Guarantee-

36.1 The Party No. 02 should furnish an irrevocable Bank Guarantee in favor of Party No. 01 for 3% of
the total value of the supplied item/product valid for a period of warranty/Comprehensive
Maintenance Contract from the date of supply/successful installation (if applicable) of all ordered
item/product.

36.2 The Bank Guarantee will be released by the Party No. 01 to the Party No. 02 after successful
performance of the item/product supplied under the Warrantee period and OK report for complete
functionality of the item/product duly signed by the Party No. 01. In case the Party No. 02 fails to
provide proper services as per terms and conditions, the Party No. 01 will have the right to forfeit
the Bank Guarantees.

37.3 The Bank Guarantee should be of a Scheduled Bank situated in Madhya Pradesh.

37.4 If the Party No. 02 violates any of the conditions as above, the Party No. 01 may forfeit the Bank
Guarantee.

38. Certified copies of the instruments such as power of attorney, resolution of board etc., authorizing
an officer of the bidder should be submitted with the bid and such Authorized officer of the bidder
should sign the bidding documents.

Page 27 of 54
Bid No.: 1780 -A Bid Issue Date: 11-06-2025
Item: INTERACTIVE PANEL
SECTION-V

QUALIFICATION CRITERIA AND EVALUATION METHODOLOGY


The bidder should upload the all necessary documents compulsorily on portal,

1. Basic qualification of Bidders

i. Bidders should not be associated, or have been associated in the past, directly or indirectly with a
firm or any of its affiliates which have been engaged by the Purchaser to provide consulting
service for the preparation of the design, specifications and other documents to be used for the
procurement of the goods to the purchaser under this Invitation of bids.

ii. If bidder has been debarred or black listed or their marketing assistance has been stopped/withheld
by any Government Deptt. or Government Undertaking, such bidder will not participate in the bid
during the period of such penalty. In case, where no period of penalty has been mentioned, in such
cases, period of penalty will be treated as two years from the date of such penalty/debarment.

iii. Government owned enterprises are allowed to participate.

iv. The bidder is legally bound to disclose about any type of litigation pending against him before any
court or legal forum in respect of purchase and/or supply of this type of goods.

v. In this all-India Bid, either Indian Manufacturer (OEM) only MAKE IN INDIA CLASS -
I/CLASS-II local supplier or their sole Authorized Dealer/Distributor authorized to this tender can
participate in the bid process as per stipulated terms and conditions of the bid. The class-I and
class-II local supplier, shall be required to provide a certificate from the statutory auditor or cost
auditor of the company i.e (OEM) with regard to their eligibility for categorization as class-I/class-
II supplier. If a bidder submits bid on behalf of the OEM than the same bidder shall not submit a
bid on behalf of another OEM in the same tender for the same item/product. In a tender either the
Authorized Dealer/Distributor of OEM or OEM can submit bid, but both cannot submit bid
simultaneously for the same item/product in the same tender. If bidder is authorized
dealer/distributor of OEM/OEMs than authorization letter from manufacturer (OEM) for
respective items must be uploaded in prescribed proforma Annexure-XI along with list of items.

vi. Any bidder from a country which shares a land border with India will be eligible to bid in any
procurement whether of goods, services (including consultancy services and non consultancy
services) or work (including turnkey projects) only if the bidder is registered with the Registration
Committee constituted by the Department for Promotion of Industry and Internal Trade (DPIIT).

2. Technical Criteria
i. The Bidder shall furnish Rs. 50,00,000/- (Rs Fifty Lakhs Only) bid security online through
(https://mptenders.gov.in/nicgep/app) portal. No concession/exemption shall be allowed.
ii. Micro & Small Enterprises of Madhya Pradesh (Manufacturing MSEs) can participate in tender
depositing Rs. 25,000/- online on portal.
iii. If the bidder is a registered MSE in Madhya Pradesh. Bidder should upload Udyam
Registration/Registration issued and applicable as per MSME act along with copy of
Annexures for tendered item or similar item as mentioned in NIC 2008.
OR

Page 28 of 54
Bid No.: 1780 -A Bid Issue Date: 11-06-2025
Item: INTERACTIVE PANEL
In case of Large Units, Unit Registration by any other Statutory Competent Authority for
Manufacturing of the tendered item shall be submitted.
OR
In case the bidder is authorized dealer/distributor then authorization from manufacturer in the
format given in Annexure-VII shall be submitted.

iv. The bidder shall furnish Bid Form in the format given in Annexure-I.
v. The bidder shall furnish Declaration/Undertaking in the format given in Annexure-II declaring that
the bidder accept all the terms & conditions of the bid.
vi. The Bidders annual turnover in the any Three consecutive financial years (2021-22, 2022-23, 2023-24
& 2024-25) shall be submitted in the format given in Annexure-III certified by the Chartered
Accountant with UDIN No.
vii. The bidder shall submit Bidders General Information in the format given in Annexure-IV.
viii. The bidder shall submit details of participated Item in the tender in the format given in Annexure-
V.
ix. The bidder shall submit the specification's compliance/deviation report in the format given in
Annexure-VI duly filled & signed by bidder which clearly bring out the deviation from the
specification if any. Deviation in negative side will result in rejection of concerned item/ bid.
x. The bidder shall submit GST registration certificate.
xi. Declaration regarding Capacity must be submitted in the format given in Annexure-IX by the
manufacturer.
xii. Necessary certificates as required in the technical specification, must be uploaded.

3. Manufacturer Registration

(i) If tenderer is Micro, Small & Medium Enterprises, then self-certified copy of valid
Udyam registration for Manufacturing of Tendered item must be uploaded with the bid.
In case of Large-Scale Units and outside state Units Manufacturer Registration
certification issued by any Statutory Competent Authority with a mention for
Manufacturing of tendered item.

(ii) Bidder should upload copy of OEM's Registration/Certificate of Incorporation as per


Companies act / Manufacturer Registration certification issued by any Statutory
Competent Authority respectively, power of attorney to issue MAF and resolution of
board.

4. Past Performance: (As per tender Condition)

i. The OEM (Original Equipment Manufacturer) should have experience of Supply of Interactive
Panels. The OEM should have supplied minimum quantity of 2000 Interactive Panels to Central
Govt/State Govt/PSUs in any one of the preceding Four financial years, (2021-22, 2022-23, 2023-
24 & 2024-25). To document it purchase orders and completion certificate/ CRAC must be
uploaded.

ii. If tenderer is MICRO AND SMALL ENTERPRISES (Manufacturing) of M.P. must have
experience of supply of Interactive Panel He should have supplied minimum quantity of 500
Interactive Panels to Central Govt/State Govt/PSUs in any one of the preceding Four financial
Page 29 of 54
Bid No.: 1780 -A Bid Issue Date: 11-06-2025
Item: INTERACTIVE PANEL
years, (2021-22, 2022-23, 2023-24 & 2024-25). To document it purchase orders and completion
certificate/ CRAC must be uploaded.

iii. In case the bidder is authorized Dealer/Distributer, he should have experience of supply of
Interactive Panels to Central Govt/State Govt/PSUs the preceding Four financial years, (2021-22,
2022-23, 2023-24 & 2024-25).

iv. The OEM/Brand should have experience of manufacturing interactive panel in India for the last
Five Years i.e OEM/Brand‟ should not have started their commercial production after 01 April
2020. Documentary proof in this regard must be submitted. In case of MSE of the state they
should have started commercial production not later than 01 April 2022.

v. The offered/quoted Models should have a valid BIS license. Manufacturing facility should be in
India. The quoted BIS License should be available on BIS website for validation purpose.

vi. OEM/Brand must have registered/authorized Service Centre in M.P. along with trained technicians
and executives for operating after sales services promptly. The bidder should provide agreement
between OEM/Brand and authorized partner for undertaking post sales service as a proof in case
of authorization.

5. Financial Criteria
i. Average Annual Turnover of the OEM entity (Average of any 3 consecutive financial years) i.e.
2021-22, 2022-23, 2023-24 & 2024-25 should not be less than Rs 200 Crores (Rs Two Hundred
Crores).
ii. For M.P. State MSEs annual turnover of the bidder entity (Average of any 3 consecutive financial
years) i.e. 2021-22, 2022-23, 2023-24 & 2024-25 should not be less than 20.00 Crores.
iii. Average Annual Turnover of the bidder (authorized dealer/distributor) (Average of any 3
consecutive financial years) i.e. 2021-22, 2022-23, 2023-24 & 2024-25 should not be less than Rs
25 Crores (Rs Twenty Five Crores).

NOTE:-

1. The original tender document is not required to be submitted, bidders are requested to submit only required
documents and annexures as per tender conditions.

2. Documents required with respect to Qualification Criteria (Technical) shall be submitted in sequence and
the index must be given for the required documents with proper page numbering in the beginning of the bid
submitted, as below.

Sr. Required Document as per Q.C. Page No. of attached document Remark if any
No. (Tender)

6. Warranty & Comprehensive Maintenance Contract-

i. On Site comprehensive warranty must be provided for a period of Three Years from
the date of installation at site.

ii. The bidder has to provide training along with operational manual in hard copy on
operation and safe handling of INTERACTIVE PANEL across all the location within
M.P wherein item has been supplied/installed

Page 30 of 54
Bid No.: 1780 -A Bid Issue Date: 11-06-2025
Item: INTERACTIVE PANEL
iii. The bidder has to ensure that only genuine/OEM certified parts are provided during
warranty.

iv. The bidder has to ensure that only company trained engineers/authorized person are
allowed to attend/repair the INTERACTIVE PANEL supplied under the contract.

7. Certifications:-

i. The bidder should provide valid BIS License for the offered/quoted models along with the
BID.

ii. The OEM should comply to E-Waste Management Rules 2022 and must be registered with
CPCB (Central Pollution Control Board). A valid certificate issued by CPCB/State
Pollution Control Board must be attached with the bid.

8. Evaluation of offers
(i) Bid will be opened on the specified date and time and same can be viewed on the portal.

(ii) Bidders who were found eligible in technical evaluation may be informed about the date
and time for opening of Price Bid.

(iii) Purchaser Department will evaluate and compare the bids with reference to terms and
conditions as specified in tender documents.

9. Computation of lowest acceptable rate (L1)


(i) Price bids of technically (Qualification Criteria) qualified bidders shall be opened and evaluated to
find lowest rate.

10. Pool Rates

(i) The bidders are advised to quote their own individual rates. It may please be noted that if more
than one bidder quotes the same rate, suggestive of a cartel, then such offers may not be
considered by the Purchaser. It may also please be noted that the competitive rate quoted by each
bidder may be one of the main criteria for quantity to be ordered on each successful bidder.

11 Post Qualification

(i) Based on the qualification criteria Department will determine to its satisfaction whether the Bidder
selected as having submitted the lowest evaluated rate and eligible bid is qualified to satisfactorily
perform the Rate Contract.

(ii) The determination will take into account the Bidder's financial, technical and production
capabilities. It will be based upon the re verification and validation of the documentary evidence of
the Bidder's qualifications submitted by the Bidder. Pursuant to qualification criteria as well as
such other information as Purchaser deems necessary and appropriate.

(iii) An affirmative determination will be prerequisite for award of the Rate Contract to the Bidder. A
negative determination will result in rejection of the Bidder's bid in which event Purchaser will
proceed to the next bid to make a similar determination of that Bidder's capabilities to perform the
Rate Contract satisfactorily.

Page 31 of 54
Bid No.: 1780 -A Bid Issue Date: 11-06-2025
Item: INTERACTIVE PANEL

12. Award Criteria

(i) Purchasing authority will award contract to the successful qualified bidders on lowest evaluated
prices or the price approved by the Bid Selection Committee. The Purchaser at its discretion may
allow execution of contract at approved rates with any other successful bidder. All the bidders
whose rates are within the rate (L1 + 15%) would be allowed to enter in to contract at L1 rate
subject to their approval to provide items at L1 rate. The approved rates would be valid for a
period of 90 days from the date of award of contract. The validity of the contract may further be
extended for a period of 90 days at the discretion of competent authority. The quantity of supply
may be split among successful bidders as per the under mentioned ratio.

IN CASE OF 2 BIDDERS
L1 L2
60% 40%

IN CASE OF 3 BIDDERS
L1 L2 L3
50% 30% 20%

Page 32 of 54
Bid No.: 1780 -A Bid Issue Date: 11-06-2025
Item: INTERACTIVE PANEL

SECTION- VI: SPECIAL CONDITIONS OF BID

The following Special Conditions of Bid shall supplement the General Conditions of Bid. Whenever there is
a conflict, the provisions herein shall prevail over those in the General Conditions of Bid.

1. The price (Rate) quoted and accepted will be binding on the bidder for the stipulated period and any
increase in the price will not be entertained till the completion of this rate contract period.

2. Various declarations uploaded by the bidder should be true and verifiable.

3. If purchasing department require the demonstration, demonstration may be carried out any time,
preferably before opening of price bid.

4. The specifications given in this tender are minimum and the bidder may quote higher
specifications. No weightage for higher specification shall be applicable.
5. The quoted Make & Model of Interactive Panel should not have been discontinued and it's
production must be continued for a minimum period of One Year from the last date of submission
of bid. The spare parts for the quoted model should be available for a minimum period of Five
Years from the last date of submission of bid.
6. The change in quoted Model of the Interactive Panel may be accepted by purchaser subject to
model proven of higher technical specification than of the quoted model. Documentary proof
including Test Report and BIS Certification must be submitted.
7. The Interactive Panel supplied must have insurance from a reputed insurance company to
indemnify against any loss & damage during warranty period of Three Years.

Page 33 of 54
Bid No.: 1780 -A Bid Issue Date: 11-06-2025
Item: INTERACTIVE PANEL

SECTION- VII: TECHNICAL SPECIFICATION


INTERACTIVE PANEL

65 INCHES INTERACTIVE PANEL


Display Size 65 Inches

Native Resolution Min 3840 x 2160 (UHD) or higher

Brightness Minimum 400 cd/m2 with interactive and protection glass

Contrast Ratio Min 1100 : 1 or Higher


Viewing Angle
Min 178 x 178 or Higher
(H X V)
Surface Treatment With Min Anti-glare treatment
HDMI (2 or more ports), USB (v3.0 – 3 ports or higher), OPS Slot-1, LAN-1,
Min Input / Output
SPDIF-1 or Higher, Audio -1 (Audio out to connect additional Speakers as
ports
and when required)
Built In Touch Type IR Spread/ P Cap/ In-cell/ In-glass
Protection Glass
3T (Anti glare) or higher
Thickness
Operating System Built-in OS Android 13.0 or better

Multi Touch Point Min 20 Points or Higher


White Board & Standard interactive features, Writing Pen, Screen Capture,
Min Interactive Inbuilt Storage, Tool Bar, Feature like Air Class for Online test/Quiz or
Features similar, USB Block feature for safety, Dual Pen support, Bluetooth
connectivity
Panel System on Minimum Quad Core Processor with 8 GB RAM and internal Memory 64 GB
Chip or Higher
Media Share Screen Share/Cast to connect TAB/Mobile, Web Browser
Connectivity Wi Fi (built-in), Ethernet
Built In Audio
Speakers with Min 24 W (12W x 2) or Higher
Power
Power Supply 100-240 Volt, 50/60 Hz
Product Quality
BIS Certified and offered product should be Make in India Product
Certifications
All accessories like Remote, Wall Mounting Kit, all required cables including
Accessories Power Cable suitable with adaptor and installation in Classroom with Touch
Pen min 2.
BIS, ISO 45001, ISO 9001 certificates to be submitted from NABCB
OEM Certifications
accredited body.
Warranty on Panel 3 Years onsite

Page 34 of 54
Bid No.: 1780 -A Bid Issue Date: 11-06-2025
Item: INTERACTIVE PANEL

SECTION-VIII: INSTRUCTION FOR PRE/POST-DELIVERY INSPECTION OF ITEMS

(i) PRE/ POST DELIVERY INSPECTION

The Pre/Post delivery inspection of products/goods confirmation to the specification will be


carried out at the discretion of purchasing department. The necessary inspection charges shall be
borne by the purchaser department.

Page 35 of 54
Bid No.: 1780 -A Bid Issue Date: 11-06-2025
Item: INTERACTIVE PANEL

SECTION- IX: LIST OF PROFORMA (ANNEXURE)

Item No. Topic Page No.

1 Annexure-I (Bid Form) 37

2 Annexure-II (Declaration/ Undertaking format) 38

3 Annexure-III (Annual Turnover Statement format) 39

4 Annexure-IV (Proforma for Bidders General Information) 40

5 Annexure-V (Blank Proforma {Details of Product} 41

6 Annexure-VI (Format for Specification Compliance/Deviation) 42

7 Annexure-VII (Proforma for Manufacturer's Authorization) 43

8 Annexure-VIII (Format for Price Schedule {Rate Proforma}) 44

9 Annexure-IX (Declaration Regarding Capacity) 45

10 Annexure-X (Format for Rate Contract Agreement) 46-48

11 Annexure-XI (Format for Performance Bank Guarantee) 49

12 Annexure-XII (Format Pre Bid queries) 50

13 Annexure-XIII (Calculation Table of Liquidated Damages {Penalty}) 51

14 Annexure-XIV (Service Level Agreement (SLA) 52-54

Page 36 of 54
Bid No.: 1780 -A Bid Issue Date: 11-06-2025
Item: INTERACTIVE PANEL

ANNEXURE-I
BID FORM

Date :......................... 2025


To,
Commissioner,
Directorate of Public Instructions,
Gautam Nagar, Bhopal 462023

I/We, the undersigned, declare that:


We have examined the Bidding Documents including corrigendum/Addendum, the receipt of
which is hereby duly acknowledged.

We offer to supply and deliver ...............................(Brief description of Goods and Services) in


conformity with the bidding document in accordance with the Schedule of Prices uploaded on portal
herewith and made part of this bid.

We undertake, if our bid is accepted, to deliver the goods in accordance with delivery period
specified in the Supply order.

We agree to abide by this bid for a period of 120 (Number) days after the date fixed for bid
opening and it shall remain binding upon us and may be accepted at any time before the expiration of that
period.
If our bid is accepted, we commit to submit a performance bank guarantee, if required in
accordance with GCB for the due performance of the Contract.
Until a formal contract is prepared and executed, this bid together with your written acceptance
thereof and your offerfor rate contract shall constitute a binding Rate Contract between us.

We hereby declare, that we have not been debarred/black listedby any Govt. Deptt./Public
Undertaking nor our marketing assistance has been stopped/withdrawn in the last three years.
We undertake if at any time, it is found that any information furnished by us to Directorate of
Public Instructions, either in our bid or otherwise, is false, Directorate of Public Instruction reserves the
right to terminate the contract without assigning any reasons, forfeiting the bid security/ performance
bank guarantee and debarred us for a period of 1 to 3 years.
We understand that you are not bound to accept the lowest or any bid you may receive.

Dated this .........................day of .......................2025

(Signature) ........................
(in the capacity of: ......................

Duly authorized to sign Bid for and on behalf of -----------------------

Page 37 of 54
Bid No.: 1780 -A Bid Issue Date: 11-06-2025
Item: INTERACTIVE PANEL
ANNEXURE-II

DECLARATION/UNDERTAKING FORMAT

I _______________________________Proprietor / Managing Partner / Managing Director/Director


of M/s._______________________________________(Name of firm/company) having its Registered
Office at ________________________________________________ do declare that I have carefully read all
the conditions of bid in Ref.No..................A of .............................................., floated by the Directorate of
Public Instructions, Bhopal and accept all conditions of bid.

All Information filled in the bid is correct and true and are filled by authorized signatory, having
lawful digital signature and access to use of e-bidding. For any fraudulent, incorrect, misleading, false of
fabricated information, the unauthorized user is liable to be prosecuted and punished under I.T. Act 2000.

I agree that purchaser may forfeit Bid security/ Performance Security Deposit and debarr our
firm/company for a period of 1 to 3 years, if our quoted item not found as per compliance sheet submitted
in the bid, any information furnished by us proved to be false at any time, not complying the bid conditions
and breach of contract.

Seal and Signature:

Name & Address :

Page 38 of 54
Bid No.: 1780 -A Bid Issue Date: 11-06-2025
Item: INTERACTIVE PANEL

ANNEXURE-III

ANNUAL TURNOVER STATEMENT FORMAT

The Annual Turnover of bidding entity M/s....................................for the Three consecutive


financial years given below and certified that the statement is true and correct:-

S.No. Year Turnover in Crore (Rs.)


----------------------------------------------------------------------------------------------------------------
1. 2021-22
2. 2022-23
3. 2023-24
4. 2024-25
---------------------------------------------------------------------------------------------------------------

Date:
Seal and Signature of
Chartered Accountant
(Name and Address)
UDIN…………………

Note:- As UDIN (Unique Document Identification Number) is mandatory for all certificates issued by
Chartered accountant in practice w.e.f. February 1, 2019, 18 Digit UDIN needs to be mentioned on the
certificate.

Page 39 of 54
Bid No.: 1780 -A Bid Issue Date: 11-06-2025
Item: INTERACTIVE PANEL

ANNEXURE-IV

PROFORMA FOR BIDDERS GENERAL INFORMATION

Bidder Name

Factory Address:

Office Address:

Office Phone No

Official email ID

Name and Designation of Authorized


Person

Address of Authorized Person

Mobile No. of Authorized Person

E-Mail ID of Authorized Person

Help desk no.

Seal and Sign of Bidder

Page 40 of 54
Bid No.: 1780 -A Bid Issue Date: 11-06-2025
Item: INTERACTIVE PANEL

ANNEXURE-V

BLANK PROFORMA {DETAILS OF PRODUCTS}


(TO BE SUBMITTED BY THE BIDDER)

DETAILS OF THE SUBITEM

Sr. Name of Item & Description Make &


No. Model if any
1 Interactive panel 65 inches (As per specification)

Seal and Sign of Bidder

Page 41 of 54
Bid No.: 1780 -A Bid Issue Date: 11-06-2025
Item: INTERACTIVE PANEL

ANNEXURE-VI
FORMAT FOR SPECIFICATION COMPLIANCE/DEVIATIONS

The bid required to be submitted as per specified specifications, but if bidder is submitting higher/better
specification of products/goods, in such case deviations are to be mentioned in following:-

Compliance/
Display Size 65 Inches
Deviation
Native Resolution Min 3840 x 2160 (UHD) or higher
Brightness Minimum 400 cd/m2 with interactive and protection glass
Contrast Ratio Min 1100 : 1 or Higher
Viewing Angle
Min 178 x 178 or Higher
(H X V)
Surface
With Min Anti-glare treatment
Treatment
HDMI (2 or more ports), USB (v3.0 – 3 ports or higher), OPS
Min Input /
Slot-1, LAN-1, SPDIF-1 or Higher, Audio -1 (Audio out to
Output ports
connect additional Speakers as and when required)
Built In Touch
IR Spread/ P Cap/ In-cell/ In-glass
Type
Protection Glass
3T (Anti glare) or higher
Thickness
Operating System Built-in OS Android 13.0 or better
Multi Touch
Min 20 Points or Higher
Point
White Board & Standard interactive features, Writing Pen, Screen
Min Interactive Capture, Inbuilt Storage, Tool Bar, Feature like Air Class for
Features Online test/Quiz or similar, USB Block feature for safety, Dual
Pen support, Bluetooth connectivity
Panel System on Minimum Quad Core Processor with 8 GB RAM and internal
Chip Memory 64 GB or Higher
Media Share Screen Share/Cast to connect TAB/Mobile, Web Browser
Connectivity Wi Fi (built-in), Ethernet
Built In Audio
Speakers with Min 24 W (12W x 2) or Higher
Power
Power Supply 100-240 Volt, 50/60 Hz
Product Quality BIS Certified and offered product should be Make in India
Certifications Product
All accessories like Remote, Wall Mounting Kit, all required
Accessories cables including Power Cable suitable with adaptor and
installation in Classroom with Touch Pen min 2.
OEM BIS, ISO 45001, ISO 9001 certificates to be submitted from
Certifications NABCB accredited body.
Warranty on
3 Years onsite
Panel

Seal and Sign of Bidder

Page 42 of 54
Bid No.: 1780 -A Bid Issue Date: 11-06-2025
Item: INTERACTIVE PANEL

ANNEXURE-VII

PROFORMA FOR MANUFACTURER'S AUTHORISATION


No................................................ Dated.....................................

To,

Commissioner,
Directorate of Public Instructions
Gautam Nagar, Bhopal 462023
Ref.:-Bid No. ..................-A of .............................................

Dear Sir,

I/We ................................................. an established and reputable Manufacturers of


................................................... having factories at .................. and ..................... do here by agree to
supply (Name of item) ............................................. confirming to the required specification and required
quantity to M/s. ............................................................................... (Bidder) as offered by them to supply
against the above stated Bid.

This is also certified that M/s. .................................................................. is our sole authorized


distributor/Importer since………….. (Month and Year filled) and his performance is satisfactory.

We hereby declare that we will be held responsible for Non Supply or Supply of Sub
Standard items / product by our authorized dealer /distributer. We assure that goods
ordered to the above firm shall be supplied in due time. The quoted Make & Model of
Interactive Panel will not be discontinued for commercial production for a period of One Year
from the last date of submission of bid. The spare parts for the quoted model should be available
for a minimum period of Five Years. In the event of failure on the part of said Authorized
dealer/distributor, we agree to the terms of the tender.

The Self certified copy of Power of Attorney to issue such authorization certificate is also enclosed
herewith along with list of items for which authorization is given.

Encl.:- 1. List of Items for which authorization is given.

Yours faithfully,

(Name)
for and on behalf of M/s ........................................................................(Name of manufacturers)

Page 43 of 54
Bid No.: 1780 -A Bid Issue Date: 11-06-2025
Item: INTERACTIVE PANEL
ANNEXURE-VIII

FORMAT FOR PRICE SCHEDULE (RATE PROFORMA)

The Quoted Price {Rate} inclusive of transportation, packing, insurance, installation (wherever
applicable), loading-unloading. Price {Rate} will be exclusive of GST chargeable on goods /products to be
supplied.

Sr. ITEM CODE Name of Item & Description Unit FOR RATE
No.
1 -- Interactive panel 65 inches (As per specification) Each

NOTE: -

i. This format of Price Schedule is a sample for the bidders. The bidder's are instructed to fill
the rates in prescribed price schedule (Rate Proforma) available on Portal. Price schedule
(Rate Proforma) should not be submitted in Technical Bid, otherwise bid may be rejected.

Seal and Sign of Bidder

Page 44 of 54
Bid No.: 1780 -A Bid Issue Date: 11-06-2025
Item: INTERACTIVE PANEL

ANNEXURE-IX
DECLARATION REGARDING CAPACITY (Manufacturer Only)

Name
Factory Address:
Office Address:
Phone No
Mobile. No:
Udyam Registration/ NSIC Registration
Details of Relevant Machines:
List of Testing Equipments:
Details of quality Testing Facility:
Electric power connected in the unit :
Maintenance of Record:
List of Man power :
a. Managerial Capacity:
b. Production :
Detail of Land/Building/Shed :
Equipped office
(Phone/computer /Systematic filing)
Production Capacity of each tendered item
(In Nos./ Metric Ton/ Ltr. etc. per
day/month/year)*
Financial Status (Last 3 year Turnover)
* Please use separate sheet, for large no. of items

This is to certified that we are capable to manufacture the tendered item as per specification and
our capacity is as above are true and correct as per our record and information. If any information is found
incorrect, wrong or false we would take the responsibility for the same.

Seal and signature of the owner/authorized person.

Page 45 of 54
Bid No.: 1780 -A Bid Issue Date: 11-06-2025
Item: INTERACTIVE PANEL
ANNEXURE-X

FORMAT FOR CONTRACT AGREEMENT


(BID (TENDER) NO. …………………..)
THIS CONTRACT AGREEMENT made the ------ day of -------- 2025 Between Directorate of
Public Instructions, Bhopal a Government of M.P. having office at Gautam Nagar, Bhopal (hereinafter
referred to as “Party No. 1” which expression shall, unless precluded or repugnant to the context include
its successors and of its assigns) on behalf of Directorate of Public Instructions (Purchaser)
and

M/s. ……………………………………carrying on business at………………………………..


(hereinafter referred to as “Party No. 2” which expression shall, unless precluded or repugnant to the
context include its successors and of its assigns)

WHEREAS the Party No. 1 Directorate of Public Instructions invited bids for certain Goods and
ancillary services viz --------------------------------------- (Brief Description of Goods" and Services) and has
accepted a bid by the Party No. 2 for the supply of those Goods and Services.

NOW THIS AGREEMENT WITNESSETH AS FOLLOWS:


1. In this Agreement words and expression shall have the same meanings as are respectively assigned
to them in the Conditions of Contract referred to:

2. The following documents shall constitute the Contract between the Party No. 1 and the Party No.
2, and each shall be read and construed as an integral part of the Contract:

(a) This Contract Agreement;


(b) Invitation for Bid
(c) Information for Bidders
(d) General Conditions of Bid (GCB)
(e) Qualification Criteria and Evaluation Methodology
(f) Special Condition of Bid (SCB)
(g) Technical Specification of Bid Item
(h) Instruction for Pre Delivery/Post Delivery Inspection of Items
(i) The Party No. 2‟s Bid and original Price Schedules
(j) The Party No. 1'soffer for Rate Contract.
(k) Any other documents as specified by party No. 1

3. This Contract shall prevail over all other Contract documents. In the event of any discrepancy or
inconsistency within the Contract documents, then the documents shall prevail in the order listed
above.

4. In consideration of the payments to be made by the Purchaser to the Party No. 2 (Supplier) as
hereinafter mentioned, the Supplier hereby covenants with the Purchaser to provide the Goods and
Services and to remedy defects therein in conformity in all respects with the provisions of the
Contract.

Page 46 of 54
Bid No.: 1780 -A Bid Issue Date: 11-06-2025
Item: INTERACTIVE PANEL

5. The purchaser (Directorate of Public Instructions) hereby covenants to pay the supplier (Party No.
2) in consideration of the provision of the goods and services and the remedying of defects therein,
the contract price or such other sum as may become payable under the provisions of the contract at
the times and in the manner prescribed by the contract.

Brief particulars of the goods and services which shall be supplied/provided by the Party No. 2 are as
under:-

S. Sub Item Brief Description of Sub Item F.O.R. Rate Unit


No. Code
1 Each

* The rate quoted for each item on portal shall be inclusive of transportation, packing, insurance,
loading-unloading, testing and any incidental charges. Price {Rate} will be exclusive of GST
chargeable on goods /products to be supplied. In such case purchaser will pay the amount of GST
extra (other than supply order value) to the supplier. Rate should be quoted for each of the required
product on door delivery at consignee place basis.

6. The prices shall be valid for three months from the date of issue of rate list, unless revoked and
thereafter for a further extended period if any as agreed upon mutually.

7. The Party No. 2 shall agree to deposit (3%) Performance Security (If required as per tender), in
advance by Demand Draft/FDR/Bank Guarantee, against the value of particular supply order for a
period of ………..year.

8. The Party No. 2 is not authorized to supply material directly to any State Government/ Semi
Government organization on the rate contract rate, directly.

10. The Party No. 2 shall supply the goods of standard quality directly to the Indentor/Purchase deptt.at
the address given in the supply order.

11. The supplier shall raise bills directly in the name of Indenting /purchasing deptt.against the supplies
made directly by them to the indenter's/purchaser‟s satisfaction in compliance with the conditions
contained in the supply order.

12. The Party No. 2 shall receive payment against its bills directly from the Indenting department/
Purchasing Department or as directed by Indenter/purchasing department.

13. Each Party warrants and guarantees that it has full power and authority to ensure 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 whereof the parties hereto have caused this Agreement to be executed in accordance with
their respective laws the day and year first above written.

That, in token of this agreement, both parties have today affixed their signatures at Bhopal.

Signed, Sealed and delivered by the


Page 47 of 54
Bid No.: 1780 -A Bid Issue Date: 11-06-2025
Item: INTERACTIVE PANEL
said ....................................(For the Party No. 1)

in the presence of :......................................

Signed, Sealed and Delivered by the

said ...........................................(For the Party No. 2)

in the presence of: ..........................................

(To be executed manually)

Page 48 of 54
Bid No.: 1780 -A Bid Issue Date: 11-06-2025
Item: INTERACTIVE PANEL
ANNEXURE-XI

FORMAT FOR PERFORMANCE BANK GUARANTEE

[The bank, as requested by the successful Bidder, shall fill in this form in accordance with the instructions
indicated]
________________________________
[Bank‟s Name, and Address of Issuing Branch or Office]
PERFORMANCE GUARANTEE No.:______________ Date: ________________
To: ---------------------------------------------------------------------------
(Name of Purchaser/ Beneficiary)

We have been informed that ………………………………….[insert complete name of Supplier]


(hereinafter called "the Supplier") has entered into Rate Contract with you, for the supply of
…………………………….[Brief description of Goods and related Services] (hereinafter called "the
Contract").

Furthermore, we understand that, according to the conditions of the Rate Contract, a Performance
Guarantee is required.

At the request of the Supplier, we hereby irrevocably undertake to pay you any sum(s) not
exceeding ………………………[insert amount(s) in figures and words] upon receipt by us of your first
demand in writing declaring the Supplier to be in default under the Rate Contract, without cavil or
argument, or 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 .................2025.

Signature and Seal of Guarantors


......................................................
......................................................
......................................................
Date ......................... 2025
Full Address of the Bank: ........................................................

Page 49 of 54
Bid No.: 1780 -A Bid Issue Date: 11-06-2025
Item: INTERACTIVE PANEL

ANNEXURE-XII
FORMAT FOR PRE BID QUERIES

Pre bid queries strictly be submitted in the office of Directorate of Public Instructions, Gautam
Nagar,Bhopal 462023 or emailed at Email ID- [email protected] in the prescribed format
three days before the Pre Bid meeting. Queries not submitted in the prescribed format within stipulated
time limit will not be considered/responded at all by Directorate of Public Instructions.

Bid No.:-

Name of Item:-

Name of the Company/Firm


Name of Contact Designation Address for Email ID Telephone Nos.
Person Correspondence

Query/Clarification Sought

S. No. Bid Document Bid Document Clause Details Query/Suggestion/Clarification


Page No. Clause No.

Note: For different bids please submit separate pre bid query form preferably in word file.

Page 50 of 54
Bid No.: 1780 -A Bid Issue Date: 11-06-2025
Item: INTERACTIVE PANEL

ANNEXURE-XIII

CALCULATION TABLE OF LIQUIDATED DAMAGES (PENALTY)

S. No. Week Rate of Penalty


1 1'st and 2'nd week 0.25% Per Week
2 3'rd and 4'th week 0.5% Per Week
3 5'th and 6'th week 0.75% Per Week
4 7'th and 8'th week 1% Per Week
5 9'th and 10'th week 1.25% Per Week And / OR Bidder will be
debarred and contract will be cancelled as per
clause no. 16 of Section IV GCB.
6 11'th and 12'th week 1.50% Per Week And / OR Bidder will be
debarred and contract will be cancelled as per
clause no. 16 of Section IV GCB.

Page 51 of 54
Bid No.: 1780 -A Bid Issue Date: 11-06-2025
Item: INTERACTIVE PANEL
ANNEXURE-XIV
SERVICE LEVEL AGREEMENT (SLA)
Objective of the agreement

The objectives of the Service Levels are to:


1. Ensure that the Services are of a consistently high quality and meet the requirements of the
Customer;
2. Provide a mechanism whereby the Customer can attain meaningful recognition of the Supplier‟s
failure to deliver the level of service for which it has contracted to deliver; and
3. Incentivize the Supplier to comply with and to expeditiously remedy any failure to comply with
the Service Levels.

The purpose of this Support Service Level Agreement (SLA) is to formalize an arrangement between
Purchaser (hereinafter, the Organization) and ……..(NAME OF VENDOR) (hereinafter, the Vendor) to
deliver equipment and support services, at specific levels of support, and at an agreed-upon cost.
A) COMMENCEMENT: The AGREEMENT is effective after successful installation of all the
equipment purchased and will remain valid for a period of 03 years (Warranty period) thereafter.

B) Upon Completion of this AGREEMENT PARTY NO. 2 will return all the paper, materials and
other properties of the AGREEMENT to the PARTY NO.1 (Department) along with a certificate of fully
functional status of the supplied equipment.

C) No charges will be payable by the party No.1 to the party no.2 for the replacement of any item
which is under warranty.

1. Terms of Service
1.1 for providing after sale services during warranty period, party no. 2 will intimate name, address,
email Id and contact no. of qualified service engineer who will be responsible for service support at the
district/ Block head quarter and report to party no. 1

1.2 Services and Requests Covered Under This Agreement


The following services are provided by the Vendor to the Organization:

1. NAME AND DESCRIPTION OF PRIMARY SERVICE.: This is all-inclusive of equipment,


maintenance, parts, travel, and all consumable supplies.
2. STATEMENT OF VENDOR RESPONSE TIME. The guaranteed in-person response time following
any service call shall be normal business hours (10.00 a.m. - 5:30 p.m., Monday – Saturday) excluding
state holidays. The response time begins when the request is logged with the Vendor‟s problem-ticketing
system and is stopped when the technician logs the arrival at the equipment site and meets with the Key
Operator.]
3. STATEMENT OF SERVICE AVAILABILITY. [Example: Device Uptime Levels: The guaranteed in-
person response time following any service call is four (6) business hours or less.
The Vendor will respond1 to any service call within four (6) hours from the time the call was placed to
maintain that 95% calls are responded in time with a clear timeline. The calculation will be done on
quarterly basis.

4. The Vendor will provide quarterly report to the purchaser with complete details of tickets raised and
their resolution time to facilitate calculation of in-time response/penalty.

1
If the call can be satisfactorily resolved via telephone support, it shall be deemed an acceptable vendor response.
Page 52 of 54
Bid No.: 1780 -A Bid Issue Date: 11-06-2025
Item: INTERACTIVE PANEL
In-Time Response Percentage = (Number of Total tickets raised- Number of Tickets responded in
prescribed time)/Number of Total tickets raised x 100%

 Response Percentage <80% - Penalty of Rs. 2000 for every 1% lower than the benchmark
 80%<Response Percentage <90% - Penalty of Rs. 1000 for every 1% lower than the benchmark
 90%<Response Percentage <95%- Penalty of Rs. 500 for every 1% lower than the benchmark
 The vendor shall satisfactorily repair or replace the defected goods within one working week.

5. SUBSTANCE AND FREQUENCY OF VENDOR REPORTS TO ORGANIZATION. [Example:


Status Reporting: Reporting shall be presented quarterly to encompass all service activity. Reporting
content shall be responsive to the Organization‟s requirements.]
6. REPLACEMENT POLICY. [Example: Machine Replacement: If an item cannot be repaired on-site,
a replacement of equal capability may be introduced. Regular reporting will be provided quarterly by the
Vendor to the Organization on available metrics as related to target performance. These reports are
expected to be produced by the Vendor‟s problem-ticket system, which will detail ticket management
performance against SLA targets in the Vendor‟s case management process.
7. For service during warranty period party no.2 must rectify all complaints related to equipment within
three working days after the complaints is being registered through telephone no as provided by the party
no. 2 or on the online portal. For each complaint received either by telephone or online portal will be
given a complaint reference no. which will include the date of complaints and this will be taken as start of
three days time for fault rectification. The party no. 2 will update the call/complain status on the portal or
manually within three days of rectifying the problem stated in complaint.

1.3 During the warranty period any defective part/s should be repaired/ replace free of cost.

1.4 During the installation the Party No. 2 shall provide on site operational training to at least two
persons of the Party No. 1 in order to educate user, the Party No. 2 may provide a flex poster regarding
major do's and don'ts of the equipment. This will minimize elementary complaints.

1.5 The Party No. 2 must provide at least one preventive maintenance service at all locations every
three month and submit details of all the visit at the end of each quarter to Party No.1.
1.6 The service support of the Party No. 2 will be reviewed at every quarter, if Party No. 2 fails to
provide service support/preventive maintenance service to the Party No. 1.

1.7 During service support in case of any dispute the decision of Party No. 1 will be final and binding
on Party No. 2.

Support Request
For the purposes of this agreement, a Support Request is generally defined as a request for support to fix a
defect in existing device or a request for support that involves functionality of the stated device.

Term of Agreement
This agreement is in effect upon the date of acceptance of this agreement and ends on the latest date
specified in any terms of the Statement(s) of Work submitted by the Vendor and agreed to by the
Organization.

Termination of Agreement
The Organization may terminate this agreement without penalty if the Vendor repeatedly violates the
terms of this agreement. In such an event the Organization shall give the Vendor 30 days written notice of
intent to terminate, delivered to the Vendor.

Call Management Process


Page 53 of 54
Bid No.: 1780 -A Bid Issue Date: 11-06-2025
Item: INTERACTIVE PANEL
The Vendor‟s problem-ticket system will be used by all support team levels (where approval and technical
access has been granted) to record and track all problem reports, inquiries, or other types of calls received
by support. This provides the Vendor with the ability to provide metrics with regard to this SLA.

Key Contacts and escalation matrix


1. Key contacts of the vendor and purchaser
2. Escalation Matrix

Role and Responsibilities of The Vendor


The Vendor has the following general responsibilities under this agreement:
 The Vendor will conduct business in a courteous and professional manner with the Organization.
 The Vendor will use its own appropriate help desk to provide Level-1 support, including creating
problem tickets and work orders and assigning responsibility to the appropriate Level-2 Vendor resource.
 The Vendor will use its own appropriate internal group, and infrastructure support services.
 The Vendor will obtain the Organization‟s approval before ticket closure.
 Once a support request has been submitted, the Vendor will make itself available to work with the
Organization support resource assigned to the support request.
 The Vendor will attempt to resolve problems over the phone on first call.
 The Organization‟s end-users will not contact the Vendor‟s support resources directly to report a
problem. All problem calls must be logged through the appropriate help desk.
 The Vendor will provide all necessary and requested documentation, information, and knowledge
capital to the Organization prior to the start of support of a new device or functionality.

Role and Responsibilities of The Organization


The Organization has the following general responsibilities under this agreement:
 The Organization will conduct business in a courteous and professional manner with the Vendor.
 The Organization will provide all information required to open a support request.
 The Organization will log all information from the Vendor required to establish contact information,
document the nature of the problem and the Vendor‟s hardware/network environment (as applicable).

(PARTY NO. 2) (PARTY NO. 1)

Witness:

1. _________________
_________________
_________________

2. _________________
_________________
_________________

Signature Not Verified


Digitally signed by Nishikant Joshi
Date: 2025.06.11 20:03:08 IST
Location: Madhya Pradesh-MP
Page 54 of 54

You might also like