Nothing Special   »   [go: up one dir, main page]

CDAC-eLearning Courses

Download as pdf or txt
Download as pdf or txt
You are on page 1of 30

Centre for Development of Advanced Computing

A Scientific Society of Ministry of Electronics & Information Technology, Government of India

Innovation Park, PANCHAVATI, Pashan Road,

Pune - 411008

Tel: +91-20-25503671 to 676 / 25868086

Fax: +91-20-25694004

www.cdac.in / mmg@cdac.in

C-DAC invites ON-LINE bids through

Government e-Marketplace (GeM)

for e-Learning Content Development.


SECTION I: INVITATION FOR BIDS (IFB)

Centre for Development of Advanced Computing (C-DAC) - is a scientific society of Ministry of


Electronics & Information Technology, Government of India. C-DAC invites ‘ON-LINE’ bids through
GEM from eligible bidders for e-Learning Content Development as per schedule of requirements,
terms and conditions stipulated in this document.

1. Contact Information:
Materials Management Group
2ND Floor

Centre for Development of Advanced Computing (C-DAC)


Innovation Park, PANCHAVATI, Pashan Road, Pune 411009.
Tel No.: +91-20–2550 3671-676 Fax No.: +91-20–25694004
E-mail: mmg@cdac.in
2. Documents to be submitted along with bid:
a) Covering letter, as per Annexure A
b) Authority letter, as per Annexure B.
c) Scanned copy of Demand Draft /e-payment receipt towards tender fee of Rs. 2,000/-
(Rupees
Two Thousand Only) drawn in favour of C-DAC payable at Pune. If paid in the form of DD,
the original DD must be submitted physically at the place of Opening of the Tender on or
before the Due Date & Time of the Tender.
d) Un-priced commercials as per Section V (Note: Do not mention price in this document)
e) A copy of Certificate of Incorporation, Partnership Deed / Memorandum and Articles of
Association / any other equivalent document showing date and place of incorporation, as
applicable, in support of eligibility criteria of this document.
f) Copies of PAN and GST registration certificates, as applicable.
g) Copies of documents in support of eligibility requirements stipulated at para 3 Section – II.
h) The copies of balance sheets OR the certificate from a Chartered Accountant certifying
the annual sales turnover of the bidder for the last 3 financial years.
i) EMD to be submitted @3% of total estimated value. MSE and Startups are exempted from
submitting the EMD and instead they need to submit a declaration as per Annexure C.
j) Declaration as per Annexure D (restrictions on procurement from a bidder of a country
which shares a land border with India).
k) Declaration as per Annexure E (compliance to GoI OM regarding Make in India).
Note: C-DAC reserves the right to reject the bid if any of the above listed documents are
not submitted.
(END OF SECTION I)
SECTION II: INSTRUCTIONS TO BIDDERS (ITB)

TENDER SCHEDULE
Tender No: CDACP/ACTS/15689/23-24, date: 01/03/2024

Name of the Institute Centre for Development of Advanced Computing,


Innovation Park, Panchavati, Pashan Road, PUNE
411008.

Date of Release of Tender 01st March 2024

Date of pre-bid meeting ONLINE –08th March 2024 at 15.00 Hrs


Send the Queries at mmg@cdac.in in excel format
Last date of submission of bids 21st March 2024, 1800Hrs

Date of opening of Technical bids 21st March 2024, 1830 Hrs

Place of opening of technical bids C-DAC, CIP, Pune 411008.

Bank Details for submitting Branch Name: BANK OF INDIA


Tender Fee online
BRANCH ADDRESS: Pashan Road, Bhubaneswar
Co-op Hsg Soc, Pune – 411 008
IFSC CODE: BKID0000516
ACCOUNT NUMBER: 051610100009000
TENDER FEE CAN BE SUBMITTED ONLINE IN
ABOVE BANK OR THROUGH DD AS PER DETAILS
GIVEN BELOW

1. Duration :
This e-Learning Content Development should be provided within 90 days from the date of
contract/agreement.

2. Eligibility Criteria:

Bidder shall be assessed based on following pre-qualification criteria.

a. The bidder should hold valid and necessary license(s) issued by the statutory
authorities for providing the required services.
b. The bidder should have a minimum average annual turnover of Rs. 50,00,000/- (Rs.
Fifty Lakhs) over the last three financial years.
c. Bidder should be an Indian firm registered in India under appropriate laws of India.
d. The bidder must not be blacklisted by C-DAC or any other Educational / R&D / Govt.
Organizations, as on the date of Opening of the bids.

Note: The bidders must submit necessary and sufficient documentary evidence to support the
eligibility criteria. C-DAC reserves the right to reject any bid not fulfilling any of the above
mentioned eligibility criteria.
3. Pre-bid Meeting:
Pre-bid meeting shall be done online / offline and the details (viz. online link, date and time
/ venue etc.) shall be mentioned in the GeM inquiry/bid document. Pre Bid Queries to be sent
to mmg@cdac.in in Excel format.

4. Exemptions:
If in the view of bidder, any exemption / relaxation is applicable to them from any of the
eligibility requirements under any Rules, process, Guidelines, Directives of Government of
India, bidder may submit their claim for the applicable exemption /relaxation, quoting the
valid Rule, process, Guidelines or Directives. In this case the bidder must submit necessary
and sufficient valid documents along with the technical bid, in support of their claim. The
decision about granting the exemption/ relaxation will be taken by the bid evaluation
committee which is empowered to grant exemption/relaxation.

5. Amendment to Bidding Document


At any time prior to the deadline for submission of bids, C-DAC may, for any reason,
whether on its own initiative or in response to the clarification request by a prospective
bidder, modify the bid document. The amendments to the tender documents, if any, will
be notified by release of Corrigendum Notice against the tender id. The
amendments/modifications will be binding on the bidders.
C-DAC at its discretion may extend the deadline/Due Date for the uploading of e-bids if it
thinks necessary to do so or if the bid document undergoes changes during the bidding
period, in order to give prospective bidders time to take into consideration the
amendments while preparing their bids.

6. Bid Security / EMD:


The bidder should submit an EMD amount of 3% of the total estimated value, as per GeM bid
document. MSE and Start-ups may be exempted from submitting the EMD after submitted
declaration as per Annexure C towards Earnest Money Deposit (EMD)

7. Comparison of Bids:
The financial bids of only the technically qualified bids shall be opened & considered for
commercial comparison online on GeM.

8. Award of Contract:
C-DAC shall award the contract to the eligible bidder whose technical bid has been accepted
and determined as the lowest evaluated commercial bid based on the calculation of all items
inclusive of taxes and all other charges of the Commercial Bids through GeM.

9. Purchaser’s Right to amend / cancel:


 C-DAC reserves the right to amend the eligibility criteria, commercial terms &
conditions, Scope of Supply, technical specifications etc.
 C-DAC reserves the right to cancel the entire tender without assigning any
reasons thereof.
10. Corrupt or Fraudulent Practices:
 It is expected that the bidders who wish to bid for this project have highest
standards of ethics.
 C-DAC will reject bid if it determines that the bidder recommended for award
has engaged in corrupt or fraudulent practices while competing for this
contract.
 C-DAC may declare a vendor ineligible, either indefinitely or for a stated
duration, to be awarded a contract if it at any time determines that the vendor
has engaged in corrupt and fraudulent practices during the award / execution
of contract.

11. Interpretation of the clauses in the Tender Document / Contract Document


In case of any ambiguity/ dispute in the interpretation of any of the clauses in this Tender
Document, the interpretation of the clauses by Director General, C-DAC shall be final and
binding on all parties.

13. Delivery of Project.


All Individuals deployed/associated/interacting with the buyer pertaining to this procurement
by the Seller will have to be Indian nationals. The individuals so associated would need to
abide by The Official Secrets Act, 1923 and have to individually sign a Non-Disclosure
Agreement (to be handed over to the buyer) at the time of delivery.

(END OF SECTION II)


SECTION III: SPECIAL CONDITIONS OF CONTRACT (SCC)

1. Prices
The price quoted shall be considered firm and no price escalation will be permitted (except
Govt. Statutory Levies).

Bidder must quote in INR only. The bidders must provide the details viz. name & address on
whom the Supply Order is to be placed.

The prices quoted must be on “all-inclusive” basis – F.O.R. C-DAC Pune. (Including
loading/unloading of components (if any), insurance cost, travelling of team, Installation,
Integration, Training, Warranty replacements, shipping/courier charges etc. as per the
schedule of requirement given in Section IV).

Prices should be as per inclusive of GST.

Bidder must provide the price including applicable GST for the complete work. The bidder
should exercise utmost care to quote the correct percentage of applicable GST (Tariff Rate)
on their own. Any change in prices for reason whatsoever shall not be entertained.

In case due to any error/ oversight, the GST rate quoted by the bidder is different than the
actual GST rate as per the tariff, the bidder will not be permitted to rectify the
error/oversight. The orders/ contract will be placed with the GST rate quoted by the bidder
or actual tariff rate (as on placement of order), whichever is LOWER. In case of lower GST
rate quoted by bidder, the difference amount payable towards GST, i.e. between the quoted
GST rate and actual tariff rate, if any, shall be borne by the bidder. The current procurement
is commercial in nature and hence the appropriate taxes should be quoted in the bids.

NOTE: C-DAC is not eligible for any GST concession for this work and C-DAC shall not
provide any GST Concessional Certificate against this work order which is commercial in
nature.

2. Completeness Responsibility:

Notwithstanding the scope of work, supply and or services stated in bid document, any
equipment or material, engineering or technical services which might not be even specifically
mentioned under the scope of supply of the bidder and which are not expressly excluded there
from but which – in view of the bidder - are necessary for the performance / execution of
work in accordance with the specifications are treated to be included in the bid and has to be
performed by bidder. The items which are over & above the scope of supply specified in the
Schedule of Requirements may be marked as “Optional Items”.
3. Performance Security:

Within 7 days of placement of order, the selected bidder should submit a Performance
Security, for an amount equivalent to 10% of the contract/order value. This performance
security can be in the form of a Demand Draft or a Bank Guarantee, in the name of C-DAC,
Pune for duration of 38 months. The performance security (if submitted in the form of a Bank
Guarantee) shall remain valid for a period of 60 days beyond the date of completion of
contractual obligations as specified in the order including warranty. The Performance Security
will be returned/refunded within two weeks of completion of contractual obligations.

4. Acceptance Criteria:

The bidder past record and past Purchase Order will be checked by nominated committee,
wherever possible personal visit will be done at the time of Technical Bid Evaluation to
check/verify the documents submitted by the bidder. Only Qualified Technical Bidders
Commercial bid will be opened and evaluated for awarding the service contract.

5. Payment Terms:

a. No advance payment will be made.


b. The payment will be made only after verification of Work done and acceptance by CDAC
within 10 days as per GEM terms on receipt of Invoice.
c. All payments are subject to statutory deductions, wherever applicable. TDS certificate will
be issued by C-DAC where tax is deducted at source.

6. Penalty for delayed Delivery /Services

As per GEM standard clause.

C-DAC reserves the right to cancel the order in case the delay is more than 90 Days.
The delay in delivery and/or execution, not attributed to supplier viz. delay in site allocation
/ availability, delay in submission of required documents (by C-DAC), approval etc. and the
conditions arising out of Force Majeure will not be considered for the purpose of calculating
penalties.

All delays occurring/envisaged by the vendor need to be intimated at least two weeks in
advance from the occurrence (including Force Majeure). The application of penalty wrests
with C-DAC. Penalty will be levied at the rate of 2% per week subject to a maximum of 10%.
7. Jurisdiction:
The disputes, legal matters, court matters, if any shall be subject to Pune jurisdiction only.

8. Force Majeure:
C-DAC may consider relaxing the penalty and delivery requirements, as specified in this
document, if and to the extent that, the delay in performance or other failure to perform its
obligations under the contract is the result of an Force Majeure. Force Majeure is defined as
an event of effect that cannot reasonably be anticipated such as acts of God (like earthquakes,
floods, storms etc.), acts of states / state agencies, the direct and indirect consequences of
wars (declared or undeclared), hostilities, national emergencies, civil commotion and strikes
at successful Bidder’s premises or any other act beyond control of the bidder.

9. Arbitration:
In case any dispute arises between the C-DAC and successful bidder with respect to this RFP,
including its interpretation, implementation or alleged material breach of any of its provisions
both the Parties hereto shall endeavour to settle such dispute amicably. If the Parties fail to
bring about an amicable settlement within a period of 30 (thirty) days, dispute shall be
referred to the sole arbitrator mutually appointed by both parties. If the sole arbitrator is not
appointed mutually by both the parties then the District Court Pune shall have exclusive
jurisdiction for appointment of sole arbitrator through court. Arbitration proceedings shall be
conducted in accordance with the provisions of the Arbitration and Conciliation Act, 1996 and
Rules made there under, or any legislative amendment or modification made thereto. The
venue of the arbitration shall be Pune. The award given by the arbitrator shall be final and
binding on the Parties. The language of arbitration shall be English. The common cost of the
arbitration proceedings shall initially be borne equally by the Parties and finally by the Party
against whom the award is passed. Any other costs or expenses incurred by a Party in relation
to the arbitration proceedings shall ultimately be borne by the Party as the arbitrator may
decide. Courts in Pune only shall have the exclusive jurisdiction to try, entertain and decide
the matters which are not covered under the Arbitration and conciliation Act.

10. Risk and Ownership:


Upon 100% of payment and post successful acceptance testing, C-DAC shall become owners of
goods ordered.
However, all risks, responsibilities, liabilities thereof in all goods shall remain with selected
bidder till installation, commissioning, integration, training and knowledge transfer of all
goods to the end user. Part deliveries shall not be treated as deliveries. Only full deliveries of
all items ordered will be considered as delivery.

11. Indemnity:
The successful bidder shall indemnify, protect and save C-DAC from/against all claims, losses,
costs, damages, expenses, action suits and other proceeding, resulting from/arising out of:
a. infringement of any law pertaining to intellectual property, patent, trademarks,
copyrights, safety and security etc. by the bidder or
b. such other statutory infringements by the successful bidder pertaining to perform the
work, or
c. any act/omission/performance/under or non or part performance/failure of the bidder.
12. Termination
In case of the delay in providing the stipulated supplies / services, and /or defect/under or
non- performance pertaining to the services / products supplied by the bidder, C-DAC will
give written notice to the bidder requesting to rectify the needful within 15 days of notice.
If bidder fails to comply with the requirements, C-DAC shall have the right to terminate the
contract and / or cancel the order/s. The successful bidder agrees and accepts that he shall
be liable to pay damages claimed by C-DAC, in the event of termination of contract /
cancellation of order. The successful bidder may terminate the contract by at least 15 days’
written notice, only in the event of non-payment of undisputed invoices for 30 days from
the due date. Except this situation, the successful bidder shall have no right of termination.
a. C-DAC reserves the right to terminate the contract / cancel order with or without cause/
reason, by giving 30 days’ notice to the successful bidder.

13. Assignment:
Selected bidder/ Party shall not assign, delegate or otherwise deal with any of its rights or
obligation under this Contract without prior written permission of C-DAC.

14. Severability:
If any provision of this Contract is determined to be invalid or unenforceable, it will be deemed
to be modified to the minimum extent necessary to be valid and enforceable. If it cannot be
so modified, it will be deleted and the deletion will not affect the validity or enforceability
of any other provision.

(END OF SECTION III)


Section - V

Un Price Bid format


All in INR

Sr. No Description GST %

1 e-Learning Content Development.

## GST Extra as applicable. (Kindly quote GST % applicable as per GST Rules for
these Services)

Note: Please note that, Bidder need to submit the Price masked Commercial Bid (Un-
Priced Commercial Bid).
Scope of Services
Design and Development of Course Contents

Creation of e-learning contents for


“Specialized Programme in High-Performance Computing and Parallel Programming”

A. BRIEF DESCRIPTION

The Centre for Development of Advanced Computing (C-DAC) offers specialized courses in
the field of HPC technology. A training program focused on High-Performance Computing
and Parallel Programming has been crafted for Jordanian experts who are set to undergo
this comprehensive course. Following their classroom training, these experts will share their
knowledge by providing training sessions in their country. In order to reinforce and retain
the insights gained during the classroom sessions, C-DAC is actively working on creating
video-based e-learning content. This content will serve as a valuable future reference for
the experts, allowing them to revisit the course material at their convenience and enhance
their understanding anytime they need.

B. SCOPE

The development of e-learning content is contingent upon aligning with the modular
structure of the C-DAC course syllabus. Vendors are tasked with creating instructional videos
and accompanying Multiple-Choice Questions (MCQs) for each video, forming the core of the
e-learning course materials. It is imperative for vendors to disclose the reference materials
used in video development and the sources that contributed to the creation of these
materials.

To ensure the highest quality, the Vendor is obligated to furnish C-DAC with dependable and
efficient services. This entails deploying skilled personnel, appropriate tools, materials, and
supervision in strict adherence to the policies, standards, and procedures established by C-
DAC for e-content development. C-DAC will assess the Vendor's performance in delivering
these services, evaluating it against the specified standards and scope.

C. COURSE CONTENTS

The curriculum for the "Specialized Programme in High-Performance Computing and Parallel
Programming" has been meticulously crafted by C-DAC, and the detailed contents are
outlined in Annexure – I. This course syllabus serves as the blueprint for the development of
e-learning materials.

D. DETAILED REQUIRMENT: THE DELIVERABLES OF COURSE CONTENTS

The requisite e-content will need to be provided in the following formats: videos in mp4
format, srt files, PowerPoint slides (ppt), and Multiple-Choice Questions (MCQs) in document
files. The specific deliverables are outlined as follows:

1. Lesson Plan:
1.1. The expert or faculty member will develop distinct unit-wise lesson plans based
on the course contents outlined in Annexure – I. A reference sample lesson plan
is provided in Annexure – III.
1.2. The expert or faculty has the flexibility to create a lesson plan of their
preference to comprehensively cover the entire syllabus.
1.3. The lesson plan will serve as a guide for tracking video recordings, with the
specified number of videos and their durations detailed in Annexure – II.
1.4. The lesson plan will be instrumental in monitoring the recorded hours,
facilitating the calculation of the time required for each unit or module.

2. Creation of PowerPoint slides


2.1. The expert or faculty member is required to develop a PowerPoint slide deck for
each unit, aligning with the planned content for video recordings. The
presentation deck's format should adhere to the provided ppt template, which
will be supplied by C-DAC. Both the PowerPoint (ppt) template and the course
contents specified in Annexure – I will be utilized for crafting slides for each
video.
2.2. The header of the PowerPoint (ppt) slides must feature the course name,
"Specialized Programme in High-Performance Computing and Parallel
Programming," consistently across all slides and video recordings.
2.3. The unit's name should be positioned under the corresponding unit number.
2.4. Prior to recording, the content of each slide should be appropriately animated
using MS PowerPoint default animations and effects. For instance, if the "fly"
animation is employed, the effect option should be set from left to right,
maintaining a professional presentation style.
2.5. The text font throughout the slides should be 'Cambria.'
2.6. The font color for the text should be blue (0,32,96) in the RGB palette.
2.7. Consistent bullet types must be used for all content throughout the presentation.
2.8. Ensure that the content is aligned as "justify" for all lines.
2.9. The heading texts should maintain a font size of 32 and remain consistent across
all slides.
2.10. Body text should be 24 font sizes, allowing variation only in exceptional cases
with substantial content. Faculty or experts may elaborate on such cases during
video recording.
2.11. Apply the "with previous" effect only to heading texts to ensure a seamless
transition between slides.
2.12. Diagrammatic representation is required for slides with multiple key points.
2.13. Develop 3-4 layouts with images and video footage for intermediate slide
transitions, enhancing the videos' attractiveness and engagement based on the
topic content.
2.14. Objects on slides, including bulleted lists, paragraphs, images, and/or
screenshots, should feature default transition effects synchronized with audio.
2.15. Use images/illustrations wherever necessary, ensuring they are not stretched
and are easily readable. Create 2D/3D character illustrations and 3D graphics as
needed.
2.16. Create specific screenshots, videos, or images for product or content-related
learning objectives. Include system and program output screenshots where
required, ensuring proper cropping and bordering of images.
2.17. Employ engaging animation effects, especially for flat rectangular images with
some text, such as the wipe effect with effect option from left as in English text
is read as from left to right.
2.18. Set the slide's aspect ratio to 16:9, as already established in the current theme
and ppt template.
2.19. Utilize grid lines effectively, ensuring that every slide's final content line and
copyright@2024 are separated by at least one grid line.
2.20. Thoroughly check the contents for grammatical or syntactical errors using the
Grammarly app.
3. Video Recording
3.1. The expert or faculty member will do video recordings in accordance with the
established lesson plan and slide deck. Also provide the lesson plan in Excel
format for indexation of content on portal.
3.2. The output of the video should be in mp4 format having the aspect ratio of 16:9
which is same as of slide size. The video should be in recorded in landscape
mode. The 16:9 aspect ratio having resolution of 1280X720.
3.3. The recording duration will be allocated based on the assigned contents (topic-
wise) for each module specified in Annexure – I. The development of e-contents
must align with the video hours outlined in the table of Annexure – II.
3.4. Each recorded video will be limited to a duration of up to 10 minutes.
3.5. Video duration for a specific topic should not surpass 10 minutes, concluding
logically within that timeframe. Subsequent videos, if needed, will be created
in 10-minute segments, with part numbers assigned accordingly. For example,
the first part becomes unit 1.1.1, and the second part becomes unit 1.1.2.
3.6. Audio will be professionally recorded using a human voice-over artist.
3.7. During recording, the content resolution should be captured in full-screen mode
(Slide show mode).
3.8. The faculty or expert's video presence is unnecessary during the recording of
slides/contents; only the audio component is required.
3.9. The expert's reading or speaking speed should maintain a fair pace and
continuous flow without interruptions in each video.
3.10. The voice-over should be seamlessly integrated into the slides, with mandatory
synchronization between the voiceover and the content on the slide.
3.11. The audio script (srt) must sync with the contents for each slide under the notes
section.
3.12. Once the video is finalized, a transcript should be created and provide as
mentioned in Annexure – III.
3.13. Provide transcripts of the videos in the desired formats (SRT, DOC/TEXT Files).
3.14. Subsequently, convert the transcript into a PDF format with a watermark
indicating "Copyrighted Content." The word "Copyrighted Content" should
follow the color code (239,246,255) in the RGB component.
3.15. No background music/disturbance will be permitted for the video.
3.16. While recording audio, the use of an AI-based text-to-speech recording tool,
generating an almost human voice-over, is acceptable. However, the costing of
the AI-based tool should be detailed separately, and C-DAC will determine the
approach for voice-over recording, limited to the Indian set of voices.

4. Making of MCQ for each video.


4.1. Each video will incorporate concluding activities such as quizzes, practice
questions, or exercises. Following each video, a quiz comprising 10 questions will
be included. Correspondingly, multiple-choice questions (MCQs) or true/false
type questions will be formulated for each video. These questions will be rooted
in the audio script developed for the video. In the case of MCQs, the answer
options should include explanations for the correct choice.
4.2. The questions will be submitted in the format outlined in the
questions_sample.docx, utilizing MS Word document format.
4.3. The required number of MCQs is specified in the table of Annexure – II.

5. General Guidelines for making contents


5.1. The expert or faculty is required to share documents and reference materials
utilized in the creation of slides, reports, and other related content.
5.2. The expert or faculty should provide links (URLs) used for gathering information,
ensuring they are accessible for future reference within the course and can be
incorporated into video recordings.
5.3. The expert or faculty is tasked with furnishing a list of at least 20-30 assignments,
with half of them having solutions and the other half without solutions. For the
course, both solved and unsolved questions must be included. Additionally, the
expert or faculty should supply solutions in PDF format for the unsolved
assignments separately.
5.4. Before creating PowerPoint, presentations and initiating recordings, the expert
or faculty will develop a lesson plan. A sample lesson plan is provided in Annexure
– II for reference.
5.5. All Intellectual Property Rights (IPRs) generated during this activity will be
owned by C-DAC, ACTS, Pune.
5.6. The vendor is prohibited from incorporating its company logo or any marketing
information in videos, PowerPoint presentations, documents, or any content
developed for C-DAC.
5.7. Detailed deliverables are outlined as guidelines in Annexures I, II, III & IV. Refer
to them for creating content.
5.8. A designated central point of contact from the vendor side is required for day-
to-day communication.
5.9. Regular status updates on e-content creation will be communicated through
conference calls and emails.
5.10. The source files of the e-contents will be provided upon sign-off.

E. QUALITY ASSURANCE REQUIREMENTS (Acceptance Criteria)

1. The quality assurance cycle must successfully navigate the testing phase and address
reported issues. The Vendor is then responsible for resolving these issues to ensure
their comprehensive resolution. To guarantee a high-quality product, the following
deliverables must be provided as mentioned in the requirements at various stages
before and during the e-content development process:
2. Lesson Plan
2.1. A comprehensive plan outlining the development process.
2.2. A detailed content outline for each video based on the lesson plan. The lesson
plan will undergo scrutiny by a C-DAC nominated expert to ensure correctness
in generating e-contents.
3. The PowerPoint slide deck
3.1. The slide deck or individual slides, presented as a video, can be shared with C-
DAC for review and feedback before the complete video recording.
3.2. The slide deck should adhere to the provided template and be utilized for each
video alongside the audio script.
3.3. Slides should feature on-screen text and images in accordance with specified
requirements.
3.4. The PowerPoint slide deck will provide a detailed description of included
images/screenshots.
3.5. Animation of content and images, appearing on screen in a specific sequence,
should be incorporated. Also, ensure that no image animation should overlap
text animation.
3.6. References for final images, including correct filenames or image codes, must
be included.
3.7. Detailed notes for developers to facilitate the creation of the slide deck, video,
image editing, etc.
3.8. Initially, one PowerPoint slide deck for each video, along with the published
video output, should be shared with C-DAC to obtain feedback and approval on
its design and functionality.
3.9. The slide deck for each video will be submitted to C-DAC for review and
feedback, after which video recording can commence.

4. Video Contents
4.1. Ensure that all videos are formatted in the specified mp4 format and undergo
thorough content review.
4.2. Verify that the video layout adheres to usability standards, with visual elements
correctly positioned, aligned, and spaced.
4.3. Meet the required duration for each video as per specified guidelines.
4.4. Align videos with the approved lesson plan.
4.5. Test videos on C-DAC's e-learning system for functionality and compatibility.
4.6. Ensure synchronization of videos with the contents in the PowerPoint
presentation/speech of the expert or faculty.
4.7. Submit an alpha version for initial feedback and approval, followed by the
submission of the final version of the video.
4.8. Provide transcript files for the videos in SRT format (SRT, DOC/TEXT, PDF), and
subsequently, deliver each script file in PDF format separately.
4.9. Implement necessary fixes to the videos/contents based on received feedback.
4.10. Deliver the final version of the e-contents, reflecting revisions made after
incorporating feedback fixes.

5. MCQ for each Video


5.1. Compose questions in a document file adhering to the template provided by C-
DAC.
5.2. Review and assess 10 questions for each video, maintaining the format of
Multiple-Choice Questions (MCQs) with four options, of which one is correct, or
True/False type questions, ensuring a consistent pattern and quantity of
questions for each video.
5.3. Provide explanations for both correct and incorrect options for each question.
5.4. Have the questions checked and verified by a C-DAC nominated expert.
5.5. Additional terms and conditions for parties contracted by CDAC-Pune can be
found in Annexure – IV.
6. General –
After the detailed verification of contents, and necessary modifications as reported,
the vendor has to carry out the demanded corrections in the contents for all the
components for Sr. No. 2 to 5 under Clause number E. No extra charges will be
provided for the corrections of the same.

F. TIMELINE FOR CONTENT CREATION (Delivery of Work to be completed)

Completion of the task is mandated within 90 days from the date of the issued order. To
ensure a seamless and error-free process, the consistent submission of video content for
feedback and error resolution is strongly recommended. Establishing a mutually
agreeable implementation plan at the outset of content creation, aligned with business
requirements, would facilitate the timely completion of the work.

G. COSTING OF THE CONTENT CREATION

The cost quotation should encompass the entire scope of work. However, a breakdown
of individual components, such as per-hour video content, including transcripts, SRT files
in the specified format, PowerPoint presentations, reference files and URLs, as well as
the cost estimation for MCQs, can be provided separately.

H. Compliance Report and BOQ: (Bidder Eligibility Criteria)

1. Vendors are required to submit a technical compliance report along with supporting
documents, as outlined in the table below, detailing their adherence to the specified
requirements.

Particulars Yes / No
Vendor must be a company registered in India as per GoI
rules
Name, complete address, contact number and email of
the Company
Detail of Contact Persons authorized by the company to
execute the development of e-contents
PAN Card of the Company
GST registration
Past engagement of developing e-learning contents for
any courses
Details of manpower for developing e-contents:
 Subject Matter Experts
 Instructional Design Knowledge (Doc, ppt, etc)
 Graphic Design Basics (images, animations, etc)
 Concise and Clear Storyboard writing skills
 Recording/Shooting facility for developing videos
 Should have an in-house quality assurance testing
team with proven and robust quality management
processes
 Use of AI based tools, if any
Annual Turnover of the company during last 3 FYs
The vendor should have minimum total Turnover of the
Company at-least INR 50 lacks in the last three FYs.
The Vendor should not have been debarred and / or
blacklisted by any Central / State Government
departments / Universities / Educational Institutions /
Organization etc.
List of Clients to whom services provided with details of
company, value of business.
Client feedbacks
The effective methodology used for the development of
e-learning content to meet the standards & scope
2 Vendors are requested to provide the financial details in INR corresponding to the
specified requirements. For a comprehensive overview of the entire project,
encompassing 60 hours of video-based content, consisting of a minimum of 360 videos
with a duration of 10 minutes each, and 3600 MCQs (10 questions per video), please
refer to Annexure – II & III. This Can be uploaded in separate Excel file with the
Commercial Bid,

Commercial part: BOQ


Particulars Quantity Rate as applicable Amount
Price for one Hour of Recorded Video
contents in mp4 format with the
following IDDs
 The lesson plans of the videos
 Transcript of the videos as per
desired formats (SRT files,
DOC/TEXT, PDF Files)
 The links (URLs) that have been
used to gather information
 The faculty will provide
assignments with a solution.
Numbers for solved questions
for the module.
 The ppt slides of Topics as per
provided format
 The documents / reference
materials used to create the
slides (Reports etc.)
Price for one Hour of Recorded Video
contents in mp4 format using AI based
tools with the following IDDs
 The lesson plans of the videos
 Transcripts of the videos as per
desired formats mentioned in
requirements
 The links (URLs) that have been
used to gather information
 The expert or faculty will
provide assignments with a
solution. Numbers for solved
questions for the module.
 The ppt slides of Topics as per
provided format
The documents / reference materials
used to create the slides (Reports etc.)
Each Video will include some activities
at the end like Quizzes, Practice
Questions or exercises, etc.

There will be 10 questions after one


video as a quiz, accordingly MCQ
questions will be prepared for each
video.
Each Vendor is allowed to submit only one bid. Any Vendor found submitting or
participating in more than one bid will be disqualified. The bidding process will follow
the submission of both the Technical Bid and the Commercial Bid.

C-DAC reserves the right to modify bid documents by issuing addenda (Corrigendum) at
any time before the deadline for bid submission. All issued addenda (Corrigendum) will
become integral parts of the bid documents and will be communicated in writing or via
email to all Vendors.

Vendors are required to electronically submit both the Technical Bid and the Commercial
Bid on GeM. The submission must be made separately for the technical and commercial
components.
Annexure – I

DETAILED COURSE CONTENTS

The detailed course contents for the “Specialized programme in high-performance


computing and parallel programming” is as follows:

Teaching Schema
Sl. No. Module Name Hours
1. Introduction of Linux Operating system 40
2. Fundamentals of Networking 40
3. Linux System Administration and Linux Programming 80
4. Fundamentals of cluster computing and HPC 80
5. MPI Programming & Open MPI 80
6. Accelerated Computing with GPU Using CUDA 80
7. Introduction to Open CL and Data Parallelism 80
8. HPC Technology and Best Practices & HPC Tools 80
9. HPC on public cloud 40

Detailed Course Contents to be used for recording videos

1. Introduction of Linux (40 hrs)


History of Linux, Architecture of Linux, Flavors of Linux, Features of Linux,
Introduction to Editors (vi/vim/nano/gedit), Working with Linux commands, Linux
Session, Standard Streams, Redirection, Pipes, Command execution, Command-line
editing, Job control, Aliases, Variables, Predefined, variables, Shell/Environment
Customization

2. Fundamentals of Networking (40 hrs)


Introduction to the communication system, Issues in Computer Networking, Overview
of Transmission Media, OSI Layers, TCP/IP Models, TCP, Three-way handshaking,
Discussion of Networking Protocols, IP Addressing and Routing, Hub, Switch, Router,
Interconnect networks, Overview of LAN (local area networks) and VLAN (virtual local
area network), Network monitoring & troubleshooting, NIC or Port Bonding

3. Linux System Administration and Linux Programing (80 hrs)


User administration of Linux, user administration, Network Configuring and
management, System Utility Commands (date, uptime, hostname, uname, which,
cal, bc), Processes and Jobs (systemctl, ps, kill, top, crontab, at), System
Maintenance Commands (shutdown, init, reboot, halt), Bash Scripting, Error
Handling, Debugging & Redirection of scripts, Control Structure, Loop, Variable &
String, Conditional Statement, Regular Expressions, Automate Task Using Bash Script,
Security patches, Logging & Monitoring using script, log files. Compiler architecture
(pre-processor, compiler, assembler, linker) and use of libraries, Configuring,
compiling, linking software packages (including use of make).

4. Fundamentals of cluster computing and HPC (80 hrs)


An overview of the latest Intel processor, Basic concepts of computer organization,
Classes of computer architecture, Processor vs. System architecture, Elements of
computer systems, CISC vs. RISC architectures, pipelining, Multi-core Processor
architecture, Memory Hierarchy, Cache memory, Cache coherency, Standard IO
interfaces, GPU elements, Compute GPU Architecture, an overview of the latest
Intel, AMD, ARM, POWER processors.
Computer architecture, Memory hierarchy, Modern multi-core CPU systems,
Overview Of massively parallel processors, Parallel, architectures for HPC and
further trends, Basic Principles of storage, Debugging and profiling of a serial
application, False sharing and Memory efficiency on Multicore systems, Practical
introduction to software optimization.

5. Parallel Programming using MPI and OpenMP (80 hours)


Introduction to parallel computing, Principles of parallel algorithm design and
multilevel parallelism, Message Passing parallelization (MPI), Shared memory
parallelization (OpenMP), Analysis of scalability and parallel performance metrics,
Why OpenMP, OpenMP Programming Model, OpenMP constructs, Case-Studies
(Algorithms and Parallelization Approaches), Matrix –Matrix-multiplication.
OpenMP4.0 Basic MPI, MPI Point – to Point, MPI Collective Communication: Data
Synchronization, Data Movement, Collective Computation. Advanced MPI: Derived
Data Types, Derived Types, Special type Constructors, Type Matching,
Packing/Unpacking Data, Groups, and Communicators: Virtual Topologies, MPI3
Standard, and MPI Threads, Case Studies (Algorithms and Parallelization Approaches)
Micro benchmarking macro benching. Application benchmarking and checking the
scalability of the application Practical introduction to parallel Math libraries, Further
trends of parallel programming in HPC.

6. Accelerated Computing with GPU Using CUDA (80 hrs)


Introduction to various accelerated computing architectures (GPU, TPU, SPUs),
Introduction to GPGPU, GPU Performance Vs CPU Performance, GPU Computing
Application Domain, nVIDIA’s GPGPU Hardware Model, GPU Computing with CUDA,
Thread Hierarchy, Memory Hierarchy, CUDA constructs, Case-Studies (Algorithms and
Parallelization Approaches): Matrix – Multiplication, Accelerated computing with
python: PyCUDA, Numba (High-Performance Python with CUDA Acceleration),

7. Introduction to Open CL and SYCL (80 hrs)


Introduction to OpenCL, OpenCL Architecture, OpenCL Platform Layer, OpenCL
Runtime, Introduction to SYCL, SYCL Buffers, SYCL Queues, SYCL Accessors, SYCL
Kernels, SYCL Unified Shared Memory, SYCL Error Handling

8. HPC Technology and Best Practices & HPC Tools (80 hrs)
Introduction to HPC Systems, HPC components, HPC system deployment, Software
Provisioning, managing hardware Diversity, Scheduling and resource management,
Usage accounting Data management (quotas, purging, archival), Sustainable HPC
Computing, Infrastructure, Green computing, Grid and Cloud Computing, Debug
versus Optimized mode, Multilanguage programming, Strategies for developing
Scientific codes, Collaborative ways of developing scientific and technical Packages.
HPC system deployment, Software Provisioning, managing hardware Diversity,
Scheduling and resource management, Usage accounting Data management (quotas,
purging, archival), Benchmarking, Cluster software, Sustainable HPC Computing,
Infrastructure and Datacenter management, Data Centre Metrics, Best Practices, Fire
Protection and Security Systems. Introduction to job resource manager and
scheduler, Writing the batch script, submission, monitoring. Application-level
checkpointing

9. HPC on public cloud (40 hrs)


Amazon EC2 in the AWS cloud, google HPC cloud. Nvidia hpc cloud, singularity HPC,
hkube HPC cluster, HPC using containers, pre-configured HPC VMs, using AMD CPUs,
NVIDIA GPUs, and high-throughput, low-latency object and file storage. Lustre file
system in Google Cloud using DDN EXAScale, job submission on Google HPC cloud.
Annexure – II
Number of hours to be recorded and MCQs to be generated

Sl. Video No. of No of


Module Name Hours
No. hours videos questions
1 Introduction of Linux Operating system 40 4 24 240
2 Fundamentals of Networking 40 4 24 240
Linux System Administration and Linux
3 80 8 48 480
Programming
4 Fundamentals of cluster computing and HPC 80 8 48 480
5 Parallel Programming using MPI and OpenMP 80 8 48 480
6 Accelerated Computing with GPU Using CUDA 80 8 48 480
7 Introduction to Open CL and Data Parallelism 80 8 48 480
HPC Technology and Best Practices & HPC
8 80 8 48 480
Tools
9 HPC on public cloud 40 4 24 240
Total 60 360 3600
Annexure – III
Lesson plan

Prepared by: <Expert/Faculty Name> Date: <


>

Module5:
Parallel Programming using MPI and OpenMP (80 hrs)

Introduction to parallel computing, Principles of parallel algorithm design and multilevel


parallelism, Message Passing parallelization (MPI), Shared memory parallelization (OpenMP),
Analysis of scalability and parallel performance metrics, Why OpenMP, OpenMP
Programming Model, OpenMP constructs, Case-Studies (Algorithms and Parallelization
Approaches), Matrix –Matrix-multiplication. OpenMP4.0 Basic MPI, MPI Point – to Point, MPI
Collective Communication: Data Synchronization, Data Movement, Collective Computation.
Advanced MPI: Derived Data Types, Derived Types, Special type Constructors, Type
Matching, Packing/Unpacking Data, Groups, and Communicators: Virtual Topologies, MPI3
Standard, and MPI Threads, Case Studies (Algorithms and Parallelization Approaches) Micro
benchmarking macro benching. Application benchmarking and checking the scalability of
the application Practical introduction to parallel Math libraries, Further trends of parallel
programming in HPC.

Module overview: This module covers Parallel Programming using Shared Memory
Programming (OpenMP) and Distributed Memory Programming (MPI). We will begin our
discussion with Parallel Computing concepts to set the stage for detailed discussion on MPI
and OpenMP. Then we will discuss the core OpenMP concepts to understand the working of
Shared Memory programming. In advanced OpenMP, we will cover GPU programming with
OpenMP along with new features available with latest OpenMP specifications. For MPI, we
will discuss point-to-point and collective communication before we get into more advanced
topics. We will conclude this module by discussing about some specific topics such as
benchmarking, math libraries and future trends in parallel programming.

Prerequisite: C programming.

Outline of the contents


Unit Title Unit contents
Unit 1: Introduction to parallel computing, Principles of parallel
Introduction to Parallel algorithm design and multilevel parallelism, Message Passing
Computing parallelization (MPI), Shared memory parallelization
(OpenMP), Analysis of scalability and parallel performance
metrics
Unit 2: Why OpenMP, OpenMP Programming Model, OpenMP
Introduction to OpenMP constructs, Matrix –Matrix-multiplication
Unit 3: Case-Studies (Algorithms and Parallelization Approaches),
Advanced OpenMP and OpenMP4.0, OpenMP4.5, OpenMP 5.0
new features
Unit 4: Basic MPI, MPI Point – to Point, MPI Collective Communication:
Introduction to MPI Data Synchronization, Data Movement, Collective
Computation.
Unit 5: Derived Data Types, Derived Types, Special type Constructors,
Advanced MPI Type Matching, Packing/Unpacking Data, Groups, and
Communicators: Virtual Topologies, MPI3 Standard, and MPI
Threads, Case Studies (Algorithms and Parallelization
Approaches)
Unit 6: Micro benchmarking macro benching. Application
Other topics benchmarking and checking the scalability of the applications,
Practical introduction to parallel Math libraries, Further
trends of parallel programming in HPC

1. Total 8 Hours of recorded Video contents of the course.


I. The minutes/hour will be divided as per the assigned module and the time allotted
to respective module-topic wise (Annexure-I).
II. Each recorded video will be upto 10 minutes.
III. Duration of video should not exceed 10 minutes on a topic. It should end with a
logical end within 10 minutes. Then from that point another 10 minutes video will
be created.
IV. Like this, total 48 videos will be recorded for 8 hours of video contents.
V. Each Video will include some activities at the end like Quizzes, Practice Questions
or exercises, etc.
VI. There will be 10 questions after one video as a quiz, accordingly MCQ questions will
be prepared for each video.

2. Transcript of the videos must be provided: audio in srt file and textural content in
docx file and formatted pdf format with watermark as “Copyrighted Content” without
inverted commas written by using (239,246,255) color in color palette.
3. The PPT slides of Topics as per provided format.
4. The documents/reference material used to create the slides (Reports etc.).
5. The links (URLs) that have been used to gather information.
6. All the IPR created under this activity will belong to C-DAC, ACTS, Pune.
7. The expert/faculty will provide list of assignments with a solution and without a
solution and solved and unsolved questions for the module.
8. 480 questions (10 MCQs for each video having 4 options out of which one is correct) or
True/False type questions with explanation on correct and wrong options.
Annexure – IV

Terms and Condition for Outsourced Contracting Parties with CDAC-Pune

By virtue of accepting the offer letter by you these Terms and Conditions set forth herein
with shall be obligated and followed with strict compliance by you and shall have legally
binding on your agreement with C-DAC, Pune (both ongoing and in the future).

The Outsourcing Guidelines hereby mandate that agencies/entities entering into such a
relationship at the behest of CDAC-Pune shall ensure and comply with the following:

I. Confidentiality Clause:
You shall undertake all necessary steps to ensure confidentiality of the terms of
outsourcing and protect the data so exchanged or shared as a part of executing
outsourced obligations with C-DAC, Pune.

II. Data Protection and Security:


You shall undertake all requisite measures to ensure Data Protection and Data Security
in terms of the data so shared or exchanged as a part of the outsourced obligation. This
obligation may be further addressed through the signing of explicit Non-Disclosure
Agreement, at the discretion of the C-DAC Pune.

III. Ownership of Intellectual Property (IP) rights:


i. All existing IP of C-DAC shall be owned by C-DAC, and existing IP of your shall be
owned by you.
ii. It is expressly stated by C-DAC, and agreed and acknowledged by you, that all the
intellectual property rights, to and in the course content, course name, syllabus,
methodology, assignments, question papers, website content, design / development
work entrusted to C-DAC Pune for conducting CDAC ACTS Training Program or its
assignee are the exclusive intellectual property of C-DAC. Any changes /
improvement / customization in design / development / delivery of course content
done jointly by CDAC and you, shall be the exclusive intellectual property of C-DAC
Pune.
iii. The intellectual property that you create in order to fulfil the requirements of this
assignment shall be exclusively owned by C-DAC, and you agree to execute any
document to this effect at the discretion of C-DAC Pune.
iv. While you shall have the required access to the efforts of C-DAC referred to above,
you shall not allow any other party any access to the training packages developed
and delivered by/ for C-DAC Pune.

IV. Liability:
The aggregate liability of the C-DAC to you, whether under the Contract, in tort or
Otherwise, shall not exceed the total honorarium offered.

V. Indemnification:
You should ensure that all material provided by you is free of any licensing encumbrance
upon C-DAC Pune. You agree to indemnify C-DAC Pune and its affiliates, shareholders,
officers, directors, employees, agents, representatives, and customers against any and
all costs, liabilities, losses, and expenses (including, but not limited to, reasonable fees
of attorneys) arising out of any claim, suit, action or proceeding (each, an "Action"), for
any act(s) and omissions or any resulting activity(s) there from or any incidental matter
in any way arising there from against all claims of copyright, patent, licensing, and such
on work created in order to fulfil the requirements of this assignment.
VI. Confidentiality:
i. Any confidential information received by you, under and by virtue of this agreement,
shall be maintained in the strictest confidence and trust.
ii. Any information, software / hardware material, training programme specifications,
designs, financial, technical information, documents, study material, course
syllabus, presentations etc.; which is not in public domain shall be deemed to have
been in private domain and it shall not be made public or shared with any other party
without the prior written consent of C-DAC.
ANNEXURE – A: COVERING LETTER
Date:
To:
The Executive Director,
Centre for Development of Advanced Computing (C-DAC)
Innovation Park, Panchavati, Pashan Road,
Pune - 411008 Maharashtra, INDIA

Subject: Submission of bid for Design and Development e-Learning content Development.

Dear Sir,
We, the undersigned, offer for Design and Development e-Learning content Development in
response to your GEM Bid no. -------. We hereby submit our proposal for same, comprising
of Technical bid and the Financial Bid, through www.gem.gov.in
We hereby declare that all the information and statements made in this bid are true and we
accept that any misinterpretation contained in it, may lead to our disqualification.
We undertake to supply and install the said items as stipulated in said tender document.
We hereby certify that my/ our firm has not been disqualified and / or blacklisted by any
Office/ Department/ Undertaking of the State Government / Central Govt. of India, PSU/
Autonomous Body of Government of India, at the time of submission of this bid.

We agree to abide by all the terms and conditions of the tender document, including
corrigenda. We would hold the terms of our bid valid for 90 days as stipulated in the tender
document.
We understand you are not bound to accept any Proposal you receive.

The undersigned is authorized to sign this bid document. The authority letter to this effect
is enclosed.
Yours sincerely,

Authorized Signatory:
Name and Title of Signatory:
e-mail:
Mobile No:
ANNEXURE – B: AUTHORITY LETTER

Date:
To:
The Executive Director,
Centre for Development of Advanced Computing (C-DAC)
Innovation Park, Panchavati, Pashan Road,
Pune - 411008 Maharashtra, INDIA

Subject: Authority Letter


Reference: Tender for Design and Development e-Learning content Development.
Dear Sir,
We, M/s ______________ (Name of the bidder) having registered office at
________________ (address of the bidder) herewith submit our bid against the said tender
document for Design and Development e-Learning content Development.

Mr./Ms. _________ (Name and designation of the signatory), whose signature is appended
below, is authorized to sign and submit the bid documents on our behalf against said Tender,

Specimen Signature:

The undersigned is authorised to issue such authorization on behalf of us.


For M/s _________ (Name of the bidder)

Signature and company seal


Name
Designation
Email
Mobile No.
Annexure – C: Undertaking for EMD

Date:
To:
The Director General,
Centre for Development of Advanced Computing (C-DAC)
Innovation Park, Panchavati, Pashan Road,
Pune - 411008 Maharashtra, INDIA

Subject: Undertaking as per GFR – 2017, Rule 170(iii)


Dear Sir,
We, the undersigned, offer to provide the translation services as per tender at C-DAC Pune,
in response to your Tender for Design and Development e-Learning content Development.
We are hereby submitting our proposal for same, which includes Technical bid and the
Financial Bid. As a part of eligibility requirement stipulated in said tender document, we
hereby submit a declaration in lieu of Earnest Money Deposit (EMD), as given below:
1. Our bid shall remain valid for 90-days from the date of submission and that we will not
withdraw or modify our bid during the validity period,
2. In case, we are declared as successful bidder and an order is placed on us, we will submit
the acceptance in writing within 7 days of placement of order on us.
3. In case, we are declared as successful bidder and an order is placed on us, we undertake,
to submit a Performance Security of 3 % of the order value, as per terms stipulated in
the tender.
4. In case of failure on our part to comply with any of the above said requirements, we are
aware that we shall be declared as un-eligible for said tender and /or debarred from
any future bidding process of C-DAC or Government entity for a period of minimum
one year.
5. The undersigned is authorized to sign this undertaking.

Yours sincerely,

Authorized Signatory:
Name and Title of Signatory:
e-mail:
Mobile No:
Annexure D

CERTIFICATE/UNDERTAKING FROM SUPPLIER

To: Executive Director,


C-DAC, Pune – 411008

Ref: Tender / Enquiry No xx dt xx

We have read the clause mentioned in Office Memorandum No. F.No.6/18/2019-PPD of


Public Procurement Division, Department of Expenditure, Ministry of Finance dated 23rd
July 2020 and Order (Public Procurement No. 1) No. F.No.6/18/2019-PPD of Public
Procurement Division, Department of Expenditure, Ministry of Finance dated 23rd July 2020
and further Order/OMs regarding restrictions on procurement from a bidder of a country
which shares a land border with India.

In view of this, We certify that,

a. We are not from a country sharing land border with India and any registration as
mentioned in said OM is not applicable to us.

OR

b. We are registered with the competent authority as mentioned in said OM. The copy of
registration No.xxx dt. xxx is enclosed.

For (Name of Bidder)

Authorized Signatory
(Name & Signature)
(Company’s Seal)
Annexure E

(ON COMPANY’S LETTERHEAD)

Name of Bidder:
Detailed Address: (for release of INR order):
Contact Person:
Mobile No:

DETAILS OF DEVICES / ITEMS / COMPONENTS / SOFTWARES

Declaration as per
6/18/2019-PPD & No.P-
45021/112/2020- (%) Make in
PP(BE-II)(E-43780) India contents
Sr. Make/ (Of OEM +Bidder)
Description / Item (F. No. W-
No. Model No
Country Country of 43/4/2019-
of Manufacture IPHW- MeitY)
Origin
of OEM

Bidder may add rows for the items required to cover the entire scope as per the Schedule
of Requirements.

(End of Document)

You might also like