133
Tender Document for Integrated Scheme for Computer Education (CE) and Information & Communication Technology (ICT) @ Schools (Phase-III) [Ref. No. Shivira-Sec/Secondary/CompCell/ICT-III/Tender/2013 Dtd. 03/07/2013] Mode of Bid Submission Online through e-Procurement/ e-Tendering system at http://eproc.rajasthan.gov.in Procuring entity/ Procuring entity Director, Secondary Education Department, Bikaner (Rajasthan) Date & Time of Pre-bid meeting 23/07/2013 at 3:00 PM Last Date & Time of Submission of Bid 22/08/2013 at 5:00 PM Date & Time of Opening of Technical Bid 23/08/2013 at 3:00 PM Cost of Tender Document: Rs. 10,000 (Rupees Ten Thousand only) e-Tender processing fee: Rs. 1,000/- (Rupees One Thousand Only) Name of the Bidding Company/ Firm: Contact Person (Authorised Bid Signatory): Correspondence Address: Mobile No. Telephone & Fax Nos.: Website & E-Mail: Other information: 1. Region: State of Rajasthan 2. Address for correspondence: Respective Dy. Director (Sec.), Education Department, Range HQs 3. The list of ranges with districts are as under: S. No. Range Name Name of the Districts Range Office Contact No. No.of schools 1. Jaipur Jaipur, Alwar, Dausa, Sikar DD(Sec.), Jaipur 0141-2706849 347 2. Ajmer Ajmer, Tonk, Bhilwara, Nagaur DD(Sec.), Ajmer 0145-2621991 280 3. Churu Bikaner, Churu, Jhunjhunu, Hanumangarh, SriGanganagar DD(Sec.), Churu 01562-250439 376 4. Udaipur Udaipur, Rajsamand, Banswara, Dungarpur, Chittorgarh, Pratapgarh DD(Sec.), Udaipur 0294-2421621 354 5. Kota Kota, Baran, Jhalawar, Bundi DD(Sec.), Kota 0744-2387225 120 6. Jodhpur Jodhpur, Sirohi, Jaisalmer, Barmer, Jalore, Pali DD(Sec.), Jodhpur 0291-2511091 374 7. Bharatpur Bharatpur, Dholpur, Karauli, Sawaimadhopur DD(Sec.),Bharatpur 05844-223556 149

Tender Document for Integrated Scheme for Computer Education

Embed Size (px)

Citation preview

Page 1: Tender Document for Integrated Scheme for Computer Education

Tender Document

for

Integrated Scheme for Computer Education (CE) and Information

& Communication Technology (ICT) @ Schools (Phase-III)

[Ref. No. Shivira-Sec/Secondary/CompCell/ICT-III/Tender/2013 Dtd. 03/07/2013]

Mode of Bid Submission Online through e-Procurement/ e-Tendering system at http://eproc.rajasthan.gov.in

Procuring entity/ Procuring entity Director, Secondary Education Department, Bikaner (Rajasthan)

Date & Time of Pre-bid meeting 23/07/2013 at 3:00 PM

Last Date & Time of Submission of Bid 22/08/2013 at 5:00 PM

Date & Time of Opening of Technical Bid

23/08/2013 at 3:00 PM

Cost of Tender Document: Rs. 10,000 (Rupees Ten Thousand only)

e-Tender processing fee: Rs. 1,000/- (Rupees One Thousand Only)

Name of the Bidding Company/ Firm:

Contact Person (Authorised Bid Signatory):

Correspondence Address:

Mobile No.

Telephone & Fax Nos.:

Website & E-Mail:

Other information: 1. Region: State of Rajasthan

2. Address for correspondence: Respective Dy. Director (Sec.), Education Department, Range HQs

3. The list of ranges with districts are as under:

S. No.

Range Name

Name of the Districts Range Office Contact No.

No.of schools

1. Jaipur Jaipur, Alwar, Dausa, Sikar DD(Sec.), Jaipur 0141-2706849 347

2. Ajmer Ajmer, Tonk, Bhilwara, Nagaur DD(Sec.), Ajmer 0145-2621991 280

3. Churu Bikaner, Churu, Jhunjhunu, Hanumangarh, SriGanganagar

DD(Sec.), Churu 01562-250439 376

4. Udaipur Udaipur, Rajsamand, Banswara, Dungarpur, Chittorgarh, Pratapgarh

DD(Sec.), Udaipur 0294-2421621 354

5. Kota Kota, Baran, Jhalawar, Bundi DD(Sec.), Kota 0744-2387225 120

6. Jodhpur Jodhpur, Sirohi, Jaisalmer, Barmer, Jalore, Pali

DD(Sec.), Jodhpur 0291-2511091 374

7. Bharatpur Bharatpur, Dholpur, Karauli, Sawaimadhopur

DD(Sec.),Bharatpur 05844-223556 149

Page 2: Tender Document for Integrated Scheme for Computer Education

Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III)

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #2 of #133

TABLE OF CONTENTS

SNo. Chapter Page No.

Abbreviations & Definitions 3

1. INVITATION FOR BIDS (IFB) & NOTICE INVITING TENDER (NIT) 5

2. Scheme Profile 7

3. Eligibility Criteria 8

4. Scope of Work 11

5. INSTRUCTION TO BIDDERS (ITB) AND BIDDING PROCESS 12

6. TERMS AND CONDITIONS OF TENDER & CONTRACT 28

Annexures

1. Bill of Material (BoM) required in each school 59

2. Technical Specifications 60

3. No. of Schools and Earnest Money 73

4. Pre-Bid Queries Format 75

5. Tender Form 76

6. Bidder’s Authorisation Certificate 79

7. Self-Declaration – No Blacklisting 80

8. Certificate of Conformity/ No Deviation 81

9. Manufacturer’s Authorisation Form (MAF) 82

10. Undertaking of Authenticity of Computer Equipments 83

11. Financial Bid Undertaking 84

12. Price bid (to be uploaded in BoQ on e-proc site) 85

13. Draft Performance Bank Guarantee (PBG) 86

14. Draft Agreement Format 88

15. Components Offered – BoM 90

16. Technical Bid Submission Sheet 91

17. Draft Bank Guarantee-Bid Security (EMD) 92

18. Bid Securing Declaration 95

Appendix-A: Procedure of Appeals 96

19. Memorandum of Appeal under the Rajasthan Transparency in Public Procurement Act, 2012

97

20. Tentative list of 2000 schools under ICT-III 98

Page 3: Tender Document for Integrated Scheme for Computer Education

Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III)

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #3 of #133

ABBREVIATIONS & DEFINITIONS

Authorised

Signatory

The bidder’s representative/ officer vested (explicitly, implicitly, or

through conduct) with the powers to commit the authorizing

organization to a binding agreement. Also called signing officer/

authority having the Power of Attorney (PoA) from the competent

authority of the respective Bidding firm.

BB Battery Backup

Bidder "Bidder" means any firm/ agency/ company/ contractor/ supplier/

vendor responding to Invitation for Bids and which is participating in

the Bid. Also called offeror or quoter.

BoD Board of Directors

BOOT Build-Own-Operate-Transfer

BSER Board of Secondary Education, Rajasthan, Ajmer

Business Day A working day except Rajasthan Government or school holidays.

CMC Contract Monitoring Committee

Contract “The Contract” means a legally enforceable agreement entered into

between DD(S) and the selected bidder(s) with mutual obligations.

Contract/ Project

Period

The Contract/ Project Period shall commence from the date of issue of

Work order till 5 Years of Operations & Maintenance Services after

commissioning of the project.

Day “Day” means a calendar day as per GoR

Department Secondary Education Department

DIT Department of Electronics & Information Technology, Govt. of India

DoIT&C Department of Information Technology and Communications,

Government of Rajasthan.

eGRAS Online Government Receipts Accounting System (e-GRAS) is an e-

Governance Initiative of Government of Rajasthan under Mission

Mode Project category and is part of Integrated Financial Management

System (IFMS). eGRAS facilitates collection of tax/ non-tax revenue in

both the modes: online as well as manual. All types of government

revenue may be deposited online using this website:

https://egras.raj.nic.in/

EMD Earnest Money Deposit.

ETDC Electronic Testing & Development Centre

FOR/ FOB Free on Board or Freight on Board

GoI/ GoR Govt. of India/ Govt. of Rajasthan

Goods

“Goods” means a tangible physical product that can be contrasted with

a service which is intangible i.e. all the products which the bidder is

required to supply to Procuring entity under the Contract.

ICT Information and Communication Technology.

INR Indian Rupee

ISI Indian Standards Institution

ISO International Organisation for Standardisation

IT Information Technology

ITB Instruction to Bidders

LoI Letter of Intent

NeGP National e-Governance Plan of Government of India, Department of

Page 4: Tender Document for Integrated Scheme for Computer Education

Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III)

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #4 of #133

Information Technology (DIT), Ministry of Communications and

Information Technology (MCIT), New Delhi.

NIT Notice Inviting Tender.

OEM Original Equipment Manufacturer. It is a company that purchases for

use in its own products a component made by a second company.

OEM Sale

If a company purchases any equipment from another company to put

in its desktop/ computers/ laptops/, the first company is the OEM, and

the second company (whose product is used by OEM) would classify

the transaction as an OEM sale.

PAN Permanent Account Number

PC Procurement Committee

PQ Pre-Qualification

Project Site “The Project Site”, wherever applicable, means the designated place

or places.

PSD Performance Security Deposit.

Tendering authority/

Purchaser/

Procuring Entity

Person or entity that is a recipient of a good or service provided by a

seller (bidder) under a purchase order or contract of sale. Also called

buyer. DD(S) in this RFP document.

RFP Request for Proposal (Bidding document), an early stage in

procurement process, issuing an invitation for suppliers, through a

bidding process, to submit a proposal on a specific commodity or

service.

RISL RajCOMP Info Services Limited (formerly RajCOMP)

RSDC Rajasthan State Data Centre located at Yojana Bhawan, Jaipur. (New

SDC)

School Day See Business Day

SDC State Data Centre located at Yojana Bhawan, Jaipur. (Old SDC)

SecLAN Secretariat Local Area Network

Services

“Services” means the services to be delivered by the successful bidder

and as required to run the project successfully as per the Contract. A

service is the intangible equivalent of an economic good.

SI Successful Bidder/ Vendor/ Supplier

SLA

Service Level Agreement is a negotiated agreement between two

parties wherein one is the customer and the other is the service

provider. It is a service contract where the level of service is formally

defined. In practice, the term SLA is sometimes used to refer to the

contracted delivery time (of the service) or performance.

State Government Government of Rajasthan.

STQC Standardisation Testing and Quality Certification, Govt. of India

TIN Tax Identification Number

TPA Third Party Auditors

VAT/ CenVAT Value Added Tax/ Central VAT

WO/ PO Work Order/ Purchase Order

Working Day See Business Day

Page 5: Tender Document for Integrated Scheme for Computer Education

Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III)

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #5 of #133

Chapter-1:

Page 6: Tender Document for Integrated Scheme for Computer Education

Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III)

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #6 of #133

Page 7: Tender Document for Integrated Scheme for Computer Education

Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III)

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #7 of #133

Chapter – 2: Scheme profile

The scheme of Educational Technology (ET) was started in 1972 during the IV Plan. Under

the scheme 100% assistance was given to 6 State Institutes of Educational Technology

(SIET) and the States/UTs were assisted for procurement of radio cum cassette players and

colour Display Units. Further, in recognition of the importance of role of ICT in education, the

Computer Literacy and Studies in Schools (CLASS) Project was introduced as a pilot project

in 1984-85 with the use of BBC micros. The project was adopted as a Centrally Sponsored

Scheme during the 8th Plan (1993-98) and its scope was widened to provide financial grants

to educational institutions and also to cover new Government and Government aided

secondary and higher secondary schools.

The National Task Force on Information Technology and Software Development (IT Task

Force), constituted by the Hon'ble Prime Minister in July, 1998 made specific

recommendations on introduction of IT in the education sector including schools for making

computers accessible through the Vidyarthi Computer Scheme, Shikshak Computer Scheme

and School Computer Schemes. Smart Schools were recommended on a pilot basis in each

State for demonstration purposes. It was also stipulated that 1 to 3% of the total budget was

to be spent on provision of computers to all educational Institutions up to Secondary and

Higher Secondary level during the next five years. Based on the experience gained so far, a

need for a revision of the scheme of ICT @ Schools was felt on the following grounds.

1. Expansion with emphasis on quality and equity: A need was felt to expand the outreach

of the scheme to cover all Government and Government aided secondary and higher

secondary schools in the country with emphasis on educationally backward blocks and

areas with concentration of SC, ST, minority and weaker sections. Along with that, there

is a need for ensuring dependable power supply where the electricity supply is erratic

and internet connectivity, including broadband connection.

2. Demonstration effect: There is a need to set up smart schools at the district level to

serve as demonstration models for neighbouring schools.

3. Teacher engagement and better in-service and pre-service training: There is a need for

pre service as well as in service training of all teachers in effective use of ICT in teaching

and learning process.

4. Development of e-content: There is also a need to develop and use appropriate e-

content to enhance the comprehension levels of children in various subjects.

5. A strong mechanism for monitoring and management needs to be set in place at all

levels for ensuring optimal delivery of set targets.

6. The Scheme envisages that the School Management Committee, Parents Teachers

Association and local bodies would be involved in the programme management along

with the setting up of an online web-based portal for real-time monitoring and

transparency. In addition, independent monitoring and evaluation is envisaged.

Accordingly, the Scheme has been revised, with the approval of Cabinet Committee on

Economic Affairs (CCEA) on 9th January 2010, for implementation during the remaining

period of 11th Plan.

Mode of implementation: States are encouraged to implement the programme through a

BOOT model under which the supplier would make available the ICT infrastructure for the

duration of the contract period (normally five years) on the basis of a service level agreement

and assurance of a periodic payment subject to satisfactory maintenance.

Page 8: Tender Document for Integrated Scheme for Computer Education

Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III)

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #8 of #133

Chapter – 3: ELIGIBILITY CRITERIA Basic pre-qualification criteria for the Tenderer for participation in the tender process are as

under:

Srl Basic Requirem

ent

Specific Requirements Documents Required

1 Legal Entity

The bidder should be a firm/ organization/ institute/ company/ corporation/ society/ trust registered/ incorporated in India and should be in existence prior to 01-04-2008. Consortium in any form is not allowed. The Bidder shall have the nationality of India.

In case bidder is a company – Certified copy of the Certificates of incorporations for companies & Memorandum and articles of association issued by Registrar of Companies. (or) In case the bidder is a registered society – Certified copy of registration deed with objects of constitution of society. (or) In case bidder is a corporation – Authenticated copy of the parent stature. (or) In case of Trust- Certified copy of the Trust Deed. (or) In case of Firm- Certified copy of Registration deed

2 Turnover from Education field

The tenderer should have a consolidated turnover during the last five financial years (2007-08 to 2011-12) as specified below depending upon the nos. of ranges they want to quote:

Rs. 30.00 Crores for any single range. Rs. 60.00 Crores for any two ranges. Rs. 90.00 Crores for any three ranges. Rs. 120.00 Crores for any four ranges. Rs. 150.00 Crores for any five ranges. Rs. 180.00 Crores for any six ranges. Rs. 220.00 Crores for all seven ranges

In order to calculate the turnover/ experience in education field, turnover/ experience of education field of the parent company shall be taken into consideration.

Audited Balance Sheets and CA Certificate with CA’s Registration Number/ Seal

3 Net Worth The net worth of the bidder as on 31/03/2012 should be positive.

CA Certificate with CA’s Registration Number/ Seal

4 Project Experience

The tenderer should have required experience in implementation of education projects as on 31/03/2013 on BOOT/ BOOM/ BOT/ turnkey basis in India for any Government/ Public Sector organization/ Govt. Institution involving supply, installation & maintenance of computer hardware and related accessories, supply of skilled service setup, computer training for at least: 250 schools within the last 5 years if they want to quote for any single range. 500 schools within the last 5 years if they want to quote for any two ranges.

{Work Completion Certificates from the client; OR Work Order + Self Certificate of Completion (Certified by the Statutory Auditor); OR Work Order + Phase Completion Certificate from the client)}

Page 9: Tender Document for Integrated Scheme for Computer Education

Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III)

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #9 of #133

Srl Basic Requirem

ent

Specific Requirements Documents Required

750 schools within the last 5 years if they want to quote for any three ranges. 1000 schools within the last 5 years if they want to quote for any four ranges. 1250 schools within the last 5 years if they want to quote for any five ranges. 1500 schools within the last 5 years if they want to quote for any six ranges. 2000 schools within the last 5 years if they want to quote for the all the seven ranges

5 Tax registration and clearance

The Bidder should have a registered number of i. VAT/Sales Tax where his business is located ii. Service Tax iii. Income Tax / Pan number. The bidder should have cleared his VAT dues to the State Government of Rajasthan

Copies of relevant registration certificates, and VAT clearance certificate from the CTO of the circle concerned

6 Financial resources

The tenderer should have adequate financial resources or should have sufficient reserves as per the audited financial statement to undertake the contract.

Letter from a financial institution (as unit or groups of same unit) that it is willing to fund this project/ scheme OR Declaration on tenderer’s letterhead (in case tenderer wish to use the internal sources for funds) shall be furnished along with sufficient proofs

7 Certification

i. The Bidder must possess a valid ISO 9001:2008 certification, as on date of submission of the bid and a copy of same should be enclosed with the Technical bid.

ii. The desktop hardware OEM must be the manufacturer of Desktops quoted by the tenderer and it should have Direct OEM account of Microsoft and should be authorized to preload PC Operating System of Microsoft along with Recovery CD.

iii. The hardware OEM’s must carry certifications as specified in the Technical Specifications. The Windows certification, TCO certification & DMI compliance, etc. should be listed on respective certification agencies websites like www.microsoft.com, and www.tcodevelopment.com etc. all the hardware equipment, mentioned in this RFP, should confirm to prevailing Central/ state Government/ Board rules & regulations along with latest environmental norms and conditions.

iv. The manufacturer of the product (OEM) should be ISO 9001:2000 processes certified for manufacturing. ISO certificates are must for items like desktops, Laser Printer, DMP and Solar PV System as mentioned in this RFP.

Copy of a valid certificate. The tenderer should enclose relevant photocopies of the certificates, catalogues, brochures, etc. in support of all the items quoted

Page 10: Tender Document for Integrated Scheme for Computer Education

Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III)

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #10 of #133

8 Mandatory Undertaking

1) Bidder should: - a) not be insolvent, in receivership, bankrupt or

being wound up, not have its affairs administered by a court or a judicial officer, not have its business activities suspended and must not be the subject of legal proceedings for any of the foregoing reasons;

b) not have, and their directors and officers not have, been convicted of any criminal offence related to their professional conduct or the making of false statements or misrepresentations as to their qualifications to enter into a procurement contract within a period of three years preceding the commencement of the procurement process, or not have been otherwise disqualified pursuant to debarment proceedings;

c) not have a conflict of interest in the procurement in question as specified in the bidding document.

d) comply with the code of integrity as specified in the bidding document

2) A firm is not eligible to participate in this project while under sanction by Education Department, GoR. Similarly, at the time of bidding, the firms black-listed/ debarred in participating in any procurement process undertaken by -

a) any Procuring Entity, if debarred by the State Government; and

b) Procuring Entity if debarred by such procuring Entity.

A Self Certified letter as given in the Annexure-7

Other requirement

9 Make & Model

The tenderer will indicate the exact make & model along with opted option in the technical bid so that their performance eligibility could be assured as per specifications mentioned in this tender. Tenderer would supply only those makes & models which have been accepted during technical evaluation. No other make & model will be supplied which is not quoted or not approved

A self declaration (on Bidder’s Letterhead), and Annexure-15

10 All schools The tenderer must bid for all the schools in the range(s) being quoted irrespective of their location within that range(s). Partial bidding in any given range will disqualify the tenderer.

Nil

11 POA General Power of attorney / Board of Directors resolution / Deed of Authority executed in favour of person(s) authorized to sign the Bid Document and the contract and all correspondences / document thereof

As required.

Note: A bidder can quote for any number of ranges as per eligibility criterion, but will only be awarded a maximum of 4 (Four) Ranges in normal conditions. If one bidder quotes for more than 4 (Four) ranges and becomes L1 in more than four ranges, then options shall be sought from the L1 bidder for choosing any of the four ranges the remaining range/ ranges shall be put in the panel but the work for the fifth or subsequent ranges will be awarded only if L2, L3 till H1 decline separately to accept the order on L1 rate for the given range/ ranges.

Page 11: Tender Document for Integrated Scheme for Computer Education

Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III)

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #11 of #133

CHAPTER 4: SCOPE OF WORK

The Secondary Education Department of Government of Rajasthan proposes to provide ICT

based Educational Services based on Board of Secondary Education, GoR syllabus for

which following scope of work is defined:-

1. To install and maintain Computer Labs and to provide technical support during computer

based education in specified Govt. Senior Secondary Schools/ Govt. Secondary Schools

affiliated to The Board of Secondary Education, Rajasthan, Ajmer, (BSER) on Build-

Own-Operate-Transfer (BOOT) basis for a period of 5 (Five) years from the date of

signing of agreement. The number of schools can be increased or decreased at the

discretion of the procuring entity. Additional schools may be added or deleted in

subsequent years. In case of addition average per school cost of the tender will be

provided and in case of deletion alternative school will be provided. However amount will

be deducted, if bidder will be reluctant to move the infrastructure.

2. To prepare and setup a computer lab (ICT Lab) at each school with proper electrical

works

3. To supply and install entire system (computer hardware, software, Internet, multimedia

based content and additional accessories/materials like UPS, electric cables, furniture

etc.) as per technical requirements prescribed in this tender document.

4. To maintain the supplied items (hardware, software and accessories) at the schools. If

required, provide support to the school subject teachers in the use of the multimedia

based content along with support in imparting of computer training to teachers and non-

teaching staff in each school as mentioned in the tender document without any extra

cost.

5. Since majority of these schools are located in backward and far-flung areas, the tenderer

will be responsible, to install, run and maintain multimedia based content/ satellite

education for hard spots as stipulated in this tender document during the contract period,

for providing computer education through satellite through any legal means to make use

of the display unit and the C-Band antennae with prior permission of the department. Any

content desired by the department shall be telecast without any additional cost.

6. To supply adequate stationery and consumables at each school.

7. To setup a Help Desk/ Call Centre Facility at Range HQ along with Monitoring setup.

8. To make provision for MIS s/w, satellite education, internet, electricity and Solar system,

etc. and meet running expenses there on.

9. The payment will be managed by the education department through concerned DEO

(Secondary I/II) and no fee or any amount shall be charged from the students or school

employees by the tenderer.

10. To install operating system & application software in hardware of computer lab without

any cost, to be provided by the Department.

11. Examination for the computer education will be conducted by the concerned school/

BSER along with their local examination schedules for other subjects. Computer

Education should be completed before starting of preparation leave for schools / BSER

examination in the academic year. Question papers will be designed and provided by the

Department / BSER.

Page 12: Tender Document for Integrated Scheme for Computer Education

Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III)

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #12 of #133

CHAPTER 5: INSTRUCTION TO BIDDERS (ITB) and BIDDING PROCESS

1) Sale of Tender/ Bidding Document- The complete bidding document would be

available on the websites for the period as specified in the NIT. The prospective

bidders are permitted to download the bidding document from any of the specified

websites but must pay the cost of tender/ bidding document while submitting the ebids.

The Procuring Entity is not responsible for the completeness of the Bidding Document

and its addenda, if they were not obtained directly from the Procuring Entity or not

downloaded correctly from the Procuring Entity’s website/ State Public Procurement

Portal.

2) Clarification of Bidding Document and Pre-Bid Conference-

a) The Bidder shall be deemed to have carefully examined the conditions,

specifications, size, make and drawings, etc., of the Goods and Related Services to

be supplied. If any Bidder has any doubts as to the meaning of any portion of the

conditions or of the specifications, drawings etc., it shall, before submitting the Bid,

refer the same to the Procuring Entity and get clarifications in the specified format

as per Annexure-4. A Bidder requiring any clarification of the Bidding Document

shall contact the Procuring Entity in writing at the Procuring Entity’s address

indicated in the NIT. The Procuring Entity will respond in writing to any request for

clarification, within seven days, provided that such request is received no later than

twenty-one (21) days prior to the deadline for submission of Bids. The Procuring

Entity shall forward copies of its response to all Bidders who have acquired/

procured the Bidding Document directly from it including a description of the inquiry

but without identifying its source. It shall also be placed on the websites of State

Public Procurement Portal and the Procuring Entity.

b) The purpose of the Pre-Bid Conference will be to clarify issues and to answer

questions on any matter related to this procurement that may be raised at that

stage.

c) The Bidder is requested, to submit questions in writing, to reach the Procuring

Entity not later than one week before the Pre-Bid Conference.

d) Minutes of the Pre-Bid Conference, including the text of the questions raised, and

the responses given, without identifying the source, will be transmitted promptly to

all Bidders who have acquired the Bidding Document and will also be placed on the

State Public Procurement Portal. Any modification to the Bidding Document that

may become necessary as a result of the Pre-Bid Conference shall be made by the

Procuring Entity exclusively through the issue of an addendum (part of Bid

document) and not through the minutes of the Pre-Bid Conference.

e) At any time prior to the deadline for submission of the Bids, the Procuring Entity,

suo motto, may also amend the Bidding Document if required by issuing an

addenda which will form part of the Bidding Document.

f) Non-attendance at the Pre-Bid Conference will not be a cause for disqualification of

a Bidder.

g) The procuring entity reserves the right not to respond to any/ all queries raised or

clarifications sought if, in their opinion and at their sole discretion, they consider

that it would be inappropriate to do so or do not find any merit in it.

3) Amendment of Bidding Document-

a) Any addendum issued shall be part of the Bidding Document and shall be

communicated in writing to all Bidders who have obtained the Bidding Document

Page 13: Tender Document for Integrated Scheme for Computer Education

Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III)

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #13 of #133

directly from the Procuring Entity. It shall also be uploaded on the websites of State

Public Procurement Portal and the Procuring Entity for prospective bidders to

download.

b) To give prospective Bidders reasonable time in which to take an addendum into

account in preparing their Bids, the Procuring Entity may, at its discretion, extend

the deadline for the submission of the Bids under due intimation to the Bidders who

have procured the Bidding Document from the Procuring Entity and also by

uploading it on the websites of State Public Procurement Portal and Procuring

Entity.

4) Documents comprising the Bid-

a) A Single stage-Two cover system shall be followed for the bid –

a. Technical bid b. Commercial bid

b) Technical bid shall include the following documents: -

SNo. Documents Type Document Format

1 Covering Letter – Technical Bid On bidder’s letter head duly signed by authorized signatory

Fee Details

1 Tender Fee Scanned copy of Fee Receipt / DD/ Banker’s Cheque.

2 RISL Processing Fee Scanned copy of DD/ Banker’s Cheque.

3 EMD Scanned copy of DD/ Banker’s Cheque/ BG. If quoting for more than one range than separate EMD's (in the name of respective DD(S) & payable at respective range HQ) are to be submitted for each quoted range.

Pre-Qualification Documents

1 Tender Form as per Annexure-5

2 Bidder’s Authorisation Certificate along with copy of PoA/ Board resolution stating that Auth. Signatory can sign the bid/ contract on behalf of the firm

as per Annexure-6

3 Self-Declaration – No Blacklisting as per Annexure-7

4 Certificate of Conformity/ No-Deviation as per Annexure-8

5 All the documents mentioned in the “Eligibility Criteria”, in support of the eligibility

As per the format mentioned against the respective eligibility criteria clause

Technical Documents

1 Manufacturer’s Authorisation Form (MAF) of hardware items as required

as per Annexure-9

2 Undertaking of Authenticity of Computer Equipments

On non-judicial stamp paper of Rs. 100 as per Annexure-10

3 Financial Bid Undertaking On bidder’s letter head duly signed by authorized signatory as per Annexure-11

4 Components Offered as per Annexure-15

5 Technical specifications + Compliance Sheet for all items only on OEM Letter Head

Compliance sheet as per Annexure 2 from OEM of the product and bidders both on their respective letterheads.

Please note the Financial bid undertaking needs to be submitted along with the technical bid. Price bid needs to be submitted only on e-procurement website as per the BoQ template.

c) Commercial bid shall include the following documents: -

SNo. Documents Type Document Format

1. Price Bid As per Annexure-12 (As per BoQ (.XLS) format available on e-Procurement portal)

Page 14: Tender Document for Integrated Scheme for Computer Education

Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III)

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #14 of #133

d) The bidder should ensure that all the required documents, as mentioned in this

bidding document, are submitted along with the bid and in the prescribed format

only. Non-submission of the required documents or submission of the documents in

a different format/ contents may lead to the rejections of the bid proposal submitted

by the bidder.

e) Post-bid clarifications, if any, will be sought only once. Hence, bidders are advised

to prepare and submit the bid accordingly and ensure that all the required

documents are in place. Also, clarifications shall be sought only for the bid/

documents submitted and no new documents shall be accepted.

5) Cost of Bidding: The Bidder shall bear all costs associated with the preparation and

submission of its Bid, and the procuring entity shall not be responsible or liable for

those costs, regardless of the conduct or outcome of the bidding process.

6) Language of Bid: The eBid, as well as all correspondence and documents relating to

the Bid exchanged by the Bidder and the procuring entity, shall be written only in

English Language. Supporting documents and printed literature that are part of the Bid

may be in another language provided they are accompanied by an accurate translation

of the relevant passages duly accepted by the Bidder in English/ Hindi language, in

which case, for purposes of interpretation of the Bid, such translation shall govern.

7) Bid Prices-

a. The price/ financial bid must be specified in the BoQ file available at e-proc and

without changing its form and type.

b. Prices quoted in the bid must be firm and final and shall not be subject to any

modifications, on any account whatsoever. The price quoted shall include all costs

and all taxes and duties applicable to the bidder as per law of the Central/ State

Government/ Local Authorities, unless specifically asked for separately or

excluded. Revision in taxes/ duties including VAT and Service Tax shall be on

account of the tenderer.

c. All the prices shall be quoted by the Bidder entirely in Indian Rupees (INR). All

payments shall be made in Indian Rupees only.

d. Prices/ Rates shall be written both in figures and words, as applicable.

e. All rates quoted must be FOR destination/ site where the IT/ Computer systems and

allied items are to be installed, and should include all incidental charges including

Central/ Rajasthan VAT and Entry Tax. In case of local supplies the rates should

include all taxes, etc., and procuring entity will not pay any cartage or transportation

charges.

f. Prices quoted by the Bidder shall be fixed during the Bidder’s Performance of the

Contract and not subject to variation on any account. A Bid submitted with an

adjustable price quotation shall be treated as non-responsive and shall be rejected.

g. The prices quoted by the Bidder in the Financial/ Commercial bid shall conform to

the requirements specified therein.

h. The price to be quoted in the financial bid shall be the total price of the bid.

Discount, if any, should be included in the quoted price.

i. The disaggregation of price components, if required, is solely for the purpose of

facilitating the comparison of bids by the procuring entity. This shall not in any way

limit the procuring entity’s right to contract on any of the terms offered: -

For Goods offered from within/ outside the country.

For Related Services whenever such Related Services are specified in the

bidding document.

8) Period of Validity of Bids-

Page 15: Tender Document for Integrated Scheme for Computer Education

Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III)

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #15 of #133

a. Bids shall remain valid for the period as specified in NIT, after the bid submission

deadline date prescribed by the procuring entity. A bid valid for a shorter period

shall be rejected by the procuring entity as nonresponsive bid.

b. In exceptional circumstances, prior to the expiration of the bid validity period, the

procuring entity may request bidders to extend the period of validity of their Bids.

The requests and the responses shall be made in writing. The Bid Security (EMD)

shall also be extended for a corresponding period. A Bidder may refuse the request

without forfeiting its Bid Security i.e. EMD. A Bidder granting the request shall not

be required or permitted to modify its Bid.

9) Bid Security or Earnest Money Deposit (EMD)-

a. Unless otherwise specified in this RFP, the Bidder shall furnish as part of its Bid, a

Bid Security in original form and in the amount and currency specified in this RFP.

b. Bid Security shall be 2% of the estimated value of subject matter of procurement

put to bid or as specified by the State Government. In case of Small Scale

Industries of Rajasthan it shall be 0.5% of the value of the quantity offered for

supply and in case of Sick Industries, other than Small Scale Industries, whose

cases are pending with Board of Industrial and Financial Reconstruction; it shall be

1% of the estimated value of Bid.

c. The Bid Security may be given in the form of cash, a banker’s cheque or bank

demand draft or bank guarantee, in specified format, of a Scheduled Bank in India

or deposit through eGRAS.

d. In lieu of Bid Security, a Bid Securing Declaration shall be taken from Departments

of the State Government and State Government Public Sector Enterprises,

Autonomous bodies, Registered Societies, Cooperative Societies which are

controlled or managed by the State Government and Public Sector Enterprises of

Central Government.

e. Bid Security instrument or cash receipt of Bid Security or a Bid securing declaration

shall necessarily accompany the sealed Bid. Any Bid not accompanied by Bid

Security or Bid Securing Declaration, if not exempted, shall be liable to be rejected.

f. Bid Security of a Bidder lying with the Procuring Entity in respect of other Bids

awaiting decision shall not be adjusted towards Bid Security for the this Bid. The

Bid Security originally deposited may, however, be taken into consideration in case

Bids are re-invited.

g. The issuer of the Bid Security and the confirmer, if any, of the Bid Security, as well

as the form and terms of the Bid Security, must be acceptable to the Procuring

Entity.

h. Prior to presenting a submission, a Bidder may request the Procuring Entity to

confirm the acceptability of proposed issuer of a Bid Security or of a proposed

confirmer, if it is in a different form than specified above. The Procuring Entity shall

respond promptly to such a request.

i. The bank guarantee presented as Bid Security shall be got confirmed from the

concerned issuing bank. However, the confirmation of the acceptability of a

proposed issuer or of any proposed confirmer does not preclude the Procuring

Entity from rejecting the Bid Security on the ground that the issuer or the confirmer,

as the case may be, has become insolvent or is under liquidation or has otherwise

ceased to be creditworthy.

j. The Bid Security of unsuccessful Bidders shall be refunded soon after final

acceptance of successful Bid and signing of Contract Agreement and submitting

Performance Security by successful Bidder

Page 16: Tender Document for Integrated Scheme for Computer Education

Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III)

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #16 of #133

k. The Bid Security taken from a Bidder shall be forfeited in the following cases,

namely:-

(i) when the Bidder withdraws or modifies his Bid after opening of Bids; or

(ii) when the Bidder does not execute the agreement in accordance with terms &

conditions laid down in this RFP within the specified time after issue of letter of

acceptance/ placement of supply order; or

(iii) when the Bidder fails to commence the supply of the Goods or Related

Services as per supply order within the time specified; or

(iv) when the Bidder does not deposit the Performance Security in the specified

time period after the supply / work order is placed;

(v) if the Bidder breaches any provision of the Code of Integrity prescribed for

Bidders specified in the Act, Chapter VI of the Rules; or

(vi) if the Bidder does not accept the correction of its Bid Price

l. In case of the successful Bidder, the amount of Bid Security may be adjusted in

arriving at the amount of the Performance Security, or refunded if the successful

Bidder furnishes the full amount of Performance Security. No interest will be paid

by the Procuring Entity on the amount of Bid Security.

10) Deadline for the submission of Bids- Bids shall be received, by the person

designated for the purpose by the Procuring Entity or directly dropped in the Bid Box,

or submitted electronically, where asked for at the place and up to the time and date

specified in the Notice Inviting Bids or an extension issued thereof.

11) Format and Signing of Bid-

a. The bid forms/templates/ annexures etc., wherever applicable, shall be typed or

written in indelible ink and shall be signed (all the pages) by a person duly

authorized to sign, in token of acceptance of all the terms and conditions of the

bidding document. This authorization shall consist of a written letter of

Authorization from the authorised person, accompanied with a board resolution, in

case of a company/power of attorney as per Annexure-6.

b. Any amendments such as interlineations, erasures, or overwriting shall be valid

only if they are signed by the person signing the bid.

c. The bid, duly signed (digitally) by authorised signatory, should be uploaded on the

e-proc portal in respective file/ format.

d. Bidders must submit their bids online at e-proc portal. Bids received by another

other means shall not be accepted.

e. If bids are not submitted as per the details mentioned in this bidding document and

e-proc website, the procuring entity shall reject the bid.

12) Withdrawal, Substitution and Modification of Bids-

a) A Bidder may withdraw, substitute or modify its Bid Proposal after it has been

submitted by sending a written Withdrawal/ substitutions/ modifications etc. Notice,

duly signed by the Bidder or its authorised representative, and shall include a copy of

the authorisation in accordance with ITB Sub-Clause 'Format and Signing of Bid'.

The corresponding Withdrawal, Substitution or Modification of the Bid must

accompany the respective written Notice. All Notices must be:

(i) submitted in accordance with ITB Clauses 'Format and Signing of Bid' and

'Sealing and Marking of Bids', the respective inner and outer envelopes shall be

clearly marked ”WITHDRAWAL”; “SUBSTITUTION”, or “MODIFICATION” and

(ii) received by the Procuring Entity prior to the deadline specified by the Procuring

Entity for submission of Bids in accordance with ITB Sub-Clause 'Deadline for

Submission of Bids'.

Page 17: Tender Document for Integrated Scheme for Computer Education

Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III)

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #17 of #133

b) Bid Proposals that are withdrawn in accordance with ITB Sub- Clause 'Withdrawal of

Bids' shall be returned unopened to the Bidders.

c) No Bid shall be withdrawn, substituted or modified in the interval between the

deadline for submission of the Bid and the expiration of the period of Bid validity

specified in ITB Clause 'Period of Validity of Bids' or any extension thereof.

d) instructions/ procedure are mentioned at e-Procurement website under the section

"Bidder's Manual Kit".

13) Bid Opening-

a) The designated Procurement Committee will perform the bid opening, which is a

critical event in the bidding process.

b) The procuring entity shall conduct the bid opening at the address, date and time

specified in the NIT.

c) All the bids received up to the specified time and date in response to all the bid

inquiries shall be opened by the members of the designated Procurement

Committee at the specified place, date and time in the presence of bidders or their

authorized representatives who may choose to be present. Alternatively, the

bidders may also view the bid opening status/ process online at e-Proc website.

d) All the documents comprising of technical bid/ cover shall be opened & downloaded

from the e-Proc website (only for the bidder’s who have submitted the prescribed

fee(s) to respective DD(S).

e) All the technical bid covers, except the Commercial/ Financial cover, shall be

opened one at a time, and the following read out and recorded: the name of the

bidder; the presence of the RISL processing fee, tender fee, EMD and any other

details as the procuring entity may consider appropriate. No Bid shall be rejected at

the time of opening of Technical Bids except the late Bids, Alternative Bids (if not

permitted) and Bids not accompanied with the proof of payment or instrument of

the required price of Bidding Document, processing fee or user charges (in case of

e-procurement) and Bid Security.

f) The Procuring entity shall prepare a record of the bid opening that shall include, at

a minimum: the name of the bidder and the presence or absence of processing fee,

Tender fee, and EMD. The bidder’s representatives who are present shall be

required to sign the attendance sheet.

g) The Financial cover will remain unopened and will be opened later on the date and

time intimated to the bidders who qualify in the evaluation of technical bids. The

date, time, and location of the opening of Financial Bids will be advised in writing by

the Procuring Entity.

h) The Bids opening committee shall prepare a list of the Bidders or their

representatives attending the opening of Bids and obtain their signatures on the

same. The list shall also contain the representative’s name and telephone number

and corresponding Bidders’ names and addresses. The authority letters brought by

the representatives shall be attached to the list. The list shall be signed by all the

members of Bids opening committee with date and time of opening of the Bids.

i) The Bids opening committee shall prepare a record of opening of Technical Bids

that shall include, as a minimum: the name of the Bidder and whether there is a

withdrawal, substitution, modification, or alternative offer (if they were permitted),

any conditions put by Bidder and the presence or absence of the price of Bidding

documents, processing fee or user charges and Bid Security. The Bidders or their

representatives, who are present, shall sign the record. The omission of a Bidder’s

signature on the record shall not invalidate the contents and effect of the record

The members of the Bids opening committee shall also sign the record with date.

Page 18: Tender Document for Integrated Scheme for Computer Education

Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III)

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #18 of #133

14) Selection method- The selection method is Least Cost Based Selection (LCBS or L1).

15) Guiding Principles for Evaluation of Bids-

a) The procuring entity shall strictly apply only and all of the evaluation and

qualification criteria specified in the bidding document.

b) The determination shall be based upon an examination of the documentary

evidence of the bidder’s qualifications and proposed solution submitted by the

bidder.

c) A bidder shall be considered to be eligible if it meets the eligibility criteria mentioned

in the RFP

d) Deviations, Reservations, or Omissions in Technical or Financial Bids: A

responsive bid would be the one that meets the requirements of the bidding

document including the technical evaluation criteria, if any, without material

deviation, reservation, or omission where: -

i. “Deviation” is a departure from the requirements specified in the bidding

document;

ii. “Reservation” is the setting of limiting conditions or withholding from complete

acceptance of the requirements specified in the bidding document; and

iii. “Omission” is the failure to submit part or all of the information or documentation

required in the bidding document.

e) Responsiveness of Technical or Financial Bids:

i. The Procuring Entity’s determination of the responsiveness of a Technical or

Financial Bid is to be based on the contents of the Bid itself, as defined in

Documents Comprising the Bid.

ii. A substantially responsive Technical or Financial Bid is one that meets without

material deviation, reservation, or omission to all the terms, conditions, and

specifications of the Bidding Document. A material deviation, reservation, or

omission is one that,

a. if accepted, would: -

(i) affect in any substantial way the scope, quality, or performance of the

Goods and Related Services specified in the bidding document; or

(ii) limits in any substantial way, inconsistent with the bidding document, the

procuring entity’s rights or the bidder’s obligations under the proposed

Contract; or

b. If rectified, would unfairly affect the competitive position of other bidders

presenting responsive bids.

iii. The Procuring Entity shall examine the technical aspects of the Bid in particular,

to confirm that requirements of this RFP have been met without any material

deviation or reservation.

iv. If a Technical or Financial Bid is not substantially responsive to the Bidding

Document, it shall be rejected by the Procuring Entity and may not

subsequently be made responsive by the Bidder by correction of the material

deviation, reservation, or omission.

f) Nonmaterial Non-conformities in Technical or Financial Bids: Provided that a

bid is substantially responsive, the procuring entity -

may waive any nonconformity (with recorded reasons) in the bid that does not

constitute a material deviation, reservation or omission.

may request that the bidder to submit the necessary information or

documentation, within a reasonable period of time, to rectify nonmaterial

nonconformities or omissions in the bid related to documentation requirements.

Page 19: Tender Document for Integrated Scheme for Computer Education

Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III)

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #19 of #133

Request for information or documentation on such nonconformities shall not be

related to any aspect of the Financial proposal of the bid. Failure of the bidder to

comply with the request may result in the rejection of its bid.

will rectify nonmaterial nonconformities or omissions (with recorded reasons). To

this effect, the bid price shall be adjusted during evaluation of financial proposals

for comparison purposes only, to reflect the price of the missing or non-

conforming item or component. The adjustment shall be made using the method

indicated in pre-qualification and Evaluation Criteria of this bidding document.

16) Evaluation of Technical Bids-

a) The technical evaluation shall be completed by the designated Procurement

Committee as early as possible after opening of technical bids. It shall examine the

technical bid including the pre-qualification documents as mentioned in this RFP.

b) Examination of Terms and Conditions of the Technical or Financial Bids:

i. The Procuring Entity shall examine the Bids to confirm that all terms and

conditions specified in the bidding document have been accepted by the Bidder

without any material deviation or reservation.

ii. The Procuring Entity shall evaluate the technical aspects of the Bid submitted in

accordance with 'Documents Comprising the Bid' and Documents Establishing

the Conformity of the Goods and Related Services to the Bidding Document, to

confirm that all requirements specified in this document and all amendments or

changes requested by the Procuring Entity in accordance with 'Amendment of

Bidding Document', have been met without any material deviation or reservation.

c) Technical Evaluation Criteria – Bid shall be evaluated technically based on the

documents submitted by the bidder as asked in the clause “Documents comprising

the bid”

d) The eligible bidders whose bid is determined to be substantially responsive shall be

considered to be qualified in the technical evaluation, unless disqualified pursuant

to clause “Conflict of Interest” or “Disqualification”, and shall be informed, either in

writing or by uploading the details on the websites mentioned in the NIT, about the

date, time and place of opening of their financial bids.

e) The Procuring Entity shall notify Bidders in writing whose Technical Bids have been

rejected on the grounds of being substantially nonresponsive and not qualified in

accordance with the requirements of the Bidding Document and return their

Financial Bids unopened.

f) The firms which could not qualify in technical evaluation will be informed about this

fact. Their financial bid will be returned unopened and EMD refunded after

completion of the bid process i.e. award of the contract to the best/ successful

bidder.

17) Evaluation of Financial Bids-

a) The Procuring Entity shall evaluate each Financial Bid, the corresponding Technical

Bid of which has been determined to be substantially responsive.

b) To evaluate a Financial Bid, the Procuring Entity shall only use all the criteria and

methodologies defined in this document. No other criteria or methodology shall be

permitted.

c) To evaluate a Financial Bid, the Procuring Entity shall consider the following:

i. the Bid Price quoted in the Financial Proposal;

ii. price adjustment for correction of arithmetical errors in accordance with Clause

'Correction of Arithmetical Errors';

iii. price adjustment due to discounts offered, if permitted, in accordance with

Clause 'Bid Prices'; and

Page 20: Tender Document for Integrated Scheme for Computer Education

Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III)

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #20 of #133

iv. price and/ or purchase preference in accordance with Clause 'Price and/ or

Purchase Preference'

v. price adjustment due to application of all the evaluation criteria specified in

Evaluation and Qualification Criteria. These criteria may include factors related

to the characteristics, performance, and terms and conditions of procurement of

the Goods and Related Services which shall be expressed to the extent

practicable in monetary terms to facilitate comparison of the Bids, unless

otherwise specified.

d) Unless otherwise specified, the evaluation of the total Price of a Bid shall be the

price of delivering the Goods and Related Services at the site(s) or place(s) of

delivery including all taxes and duties payable on them, insurance, transport,

loading, unloading, erecting, stacking, testing, commissioning, etc.

e) In comparing the rates quoted by firms from outside Rajasthan and those in

Rajasthan but not entitled to Price Preference, the element of Rajasthan VAT shall

be excluded whereas that of Central Sales Tax shall be included for comparison of

rates.

f) While comparing the rates in respect of firms within Rajasthan the element of

Rajasthan Sales Tax / VAT shall be included.

18) Clarification of Technical or Financial Bids-

a) To assist in the examination, evaluation, comparison and qualification of the

Technical or Financial Bids, the Bid evaluation committee may, at its discretion, ask

any Bidder for a clarification regarding its Bid. The committee’s request for

clarification and the response of the Bidder shall be in writing/ email or through the

e-Procurement portal.

b) Any clarification submitted by a Bidder with regard to his Bid that is not in response

to a request by the Bid evaluation committee shall not be considered.

c) No change in the prices or substance of the Bid shall be sought, offered, or

permitted, except to confirm the correction of arithmetical errors discovered by the

Bid evaluation committee in the evaluation of the financial Bids.

d) No substantive change to qualification information or to a submission, including

changes aimed at making an unqualified Bidder, qualified or an unresponsive

submission, responsive shall be sought, offered or permitted.

19) Correction of Arithmetical Errors in Financial Bid- Provided that the bid is

substantially responsive, the Procuring Entity will correct arithmetical errors during

evaluation of Financial Bids on the following basis:-

i. if there is a discrepancy between the unit price and the total price that is obtained

by multiplying the unit price and quantity, the unit price shall prevail and the total

price shall be corrected, unless in the opinion of the procuring entity there is an

obvious misplacement of the decimal point in the unit price, in which case the total

price as quoted shall govern and the unit price shall be corrected;

ii. if there is an error in a total corresponding to the addition or subtraction of subtotals,

the subtotals shall prevail and the total shall be corrected; and

iii. if there is a discrepancy between words and figures, the amount in words shall

prevail, unless the amount expressed in words is related to an arithmetic error, in

which case the amount in figures shall prevail subject to (i) and (ii) above.

iv. If the Bidder that submitted the lowest evaluated Bid does not accept the correction

of errors, its Bid shall be disqualified and its Bid Security shall be forfeited or its Bid

Securing Declaration shall be executed.

20) Preliminary Examination of Technical or Financial Bids:

Page 21: Tender Document for Integrated Scheme for Computer Education

Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III)

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #21 of #133

a) The Procuring Entity shall examine the Technical or Financial Bids to confirm that all

documents and technical documentation requested in 'Documents Comprising the

Bid' have been provided, and to determine the completeness of each document

submitted.

b) The Procuring Entity shall confirm, following the opening of the Technical or Financial

Bids, that the following documents and information have been provided :

(i) Bid is signed, as per the requirements listed in the Bidding documents;

(ii) Bid has been sealed as per instructions provided in the Bidding documents;

(iii) Bid is valid for the period, specified in the Bidding documents;

(iv) Bid is accompanied by Bid Security or Bid securing declaration;

(v) Bid is unconditional and the Bidder has agreed to give the required

performance Security; and

(vi) Price Schedules in the Financial Bids are in accordance with RFP Clauses;

(vii) written confirmation of authorisation to commit the Bidder;

(viii) Manufacturer’s Authorisation, if applicable;

(ix) Declaration by the Bidder in compliance of Section 7 of the Act;

(x) other conditions, as specified in the Bidding documents are fulfilled.

21) Price and/ or Purchase Preference: Price and/ or Purchase Preference, if applicable,

shall be given in accordance with the policy of State Government notified / prevalent at

the time of issue of NIT.

22) Comparison of bids: The procuring entity shall compare all substantially responsive

bids to determine the lowest-evaluated bid in accordance with the evaluation criteria

given in this RFP.

23) Post qualification of the Bidder: The Procuring Entity shall determine to its

satisfaction that the Bidder that is selected as the lowest Bidder is qualified to perform

the Contract satisfactorily.

24) Negotiations-

a) Except in case of procurement by method of single source procurement, to the

extent possible, no negotiations shall be conducted after the pre-Bid stage. All

clarifications needed to be sought shall be sought in the pre-bid stage itself.

b) Negotiations may, however, be undertaken only with the lowest or most

advantageous bidder under the following circumstances-

(i) when ring prices have been quoted by the Bidders for the subject matter of

procurement; or

(ii) when the rates quoted vary considerably and considered much higher than the

prevailing market rates.

c) The Bid evaluation committee shall have full powers to undertake negotiations.

Detailed reasons and results of negotiations shall be recorded in the proceedings.

d) The lowest Bidder shall be informed about negotiations in writing either through

messenger or by registered letter and e-mail (if available). A minimum time of

seven days shall be given for calling negotiations. In case of urgency the Bid

evaluation committee, after recording reasons, may reduce the time, provided the

lowest Bidder has received the intimation and consented to holding of negotiations.

e) Negotiations shall not make the original offer made by the Bidder inoperative. The

Bid evaluation committee shall have option to consider the original offer in case the

Bidder decides to increase rates originally quoted or imposes any new terms or

conditions

f) In case of non-satisfactory achievement of rates from lowest Bidder, the Bid

evaluation committee may choose to make a written counter offer to the lowest

Bidder and if this is not accepted by him, the committee may decide to reject and

Page 22: Tender Document for Integrated Scheme for Computer Education

Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III)

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #22 of #133

re-invite Bids or to make the same counter-offer first to the second lowest Bidder,

then to the third lowest Bidder and so on in the order of their initial standing in the

bid evaluation and supply order be awarded to the Bidder who accepts the counter-

offer.

g) In case the rates even after the negotiations are considered very high, fresh Bids

shall be invited.

25) Disqualification: Procuring entity may at its sole discretion and at any time during the

processing of bids, disqualify any bidder/ bid from the bid process if the bidder: -

i. Has not submitted the bid in accordance with the bidding document.

ii. Has submitted bid without submitting the prescribed Tender Fee, RISL Processing

Fee, EMD or the Bidder's authorisation certificate/ Power of Attorney.

iii. Has imposed other conditions in his bid.

iv. During validity of the bid or its extended period, if any, increases his quoted prices.

v. Has made misleading or false representations in the forms, statements and

attachments submitted in proof of the eligibility requirements.

vi. Has failed to provide clarifications related thereto, when sought.

vii. Has submitted more than one bid. This will cause disqualification of all bids submitted

by such bidders including forfeiture of the EMD.

viii. Is found to canvass, influence or attempt to influence in any manner for the

qualification or selection process, including without limitation, by offering bribes or

other illegal gratification

26) Acceptance of the successful bid and award of contract-

a) The Procuring Entity after considering the recommendations of the Bid Evaluation

Committee and the conditions of Bid, if any, financial implications, samples, test

reports, etc., shall accept or reject the successful Bid.

b) Before award of the Contract, the Procuring Entity shall ensure that the price of

successful Bid is reasonable and consistent with the required quality.

c) A Bid shall be treated as successful only after the competent authority has

approved the procurement in terms of that Bid.

d) The Procuring Entity shall award the contract to the Bidder whose offer has been

determined to be the lowest in accordance with the evaluation criteria, and if the

Bidder has been determined to be qualified to perform the contract satisfactorily.

e) Prior to the expiration of the period of validity of Bid, the Procuring Entity shall

inform the successful Bidder in writing, by registered post or email, that its Bid has

been accepted.

f) If the issuance of formal letter of acceptance (LOA) is likely to take time, in the

meanwhile a Letter of Intent (LOI) may be sent to the successful Bidder. The

acceptance of an offer is complete as soon as the letter of acceptance or letter of

intent is posted and/ or sent by email (if available) to the address of the successful

Bidder given in its Bid.

27) Confidentiality-

a) Information relating to the examination, evaluation, comparison, and post-

qualification of Bids, and recommendation of contract award, shall not be disclosed

to Bidders or any other persons not officially concerned with such process until

information on Contract award is communicated to all Bidders.

b) Any attempt by a Bidder to influence the Procuring Entity in the examination,

evaluation, comparison, and post qualification of the Bids or Contract award

decisions may result in the rejection of its Bid, in addition to the legal action which

may be taken by the Procuring Entity under the Act and the Rules.

Page 23: Tender Document for Integrated Scheme for Computer Education

Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III)

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #23 of #133

c) Notwithstanding above clause, from the time of opening the Bid to the time of

Contract award, if any Bidder wishes to contact the Procuring Entity on any matter

related to the Bidding process, it should do so in writing.

d) In addition to the restrictions specified in section 49 of the Act, the Procuring Entity,

while procuring a subject matter of such nature which requires the procuring Entity

to maintain confidentiality, may impose condition for protecting confidentiality of

such information.

28) Conflict of Interest- A conflict of interest is considered to be a situation in which a party

has interests that could improperly influence that party’s performance of official duties

or responsibilities, contractual obligations, or compliance with applicable laws and

regulations:

a) A Bidder may be considered to be in conflict of interest with one or more parties in

this bidding process if, including but not limited to:

i. have controlling partners/ shareholders in common; or

ii. receive or have received any direct or indirect subsidy from any of them; or

iii. have the same legal representative for purposes of this Bid; or

iv. have a relationship with each other, directly or through common third parties,

that puts them in a position to have access to information about or influence on

the Bid of another Bidder, or influence the decisions of the Procuring Entity

regarding this bidding process; or

v. the Bidder participates in more than one Bid in this bidding process.

Participation by a Bidder in more than one Bid will result in the disqualification

of all Bids in which the Bidder is involved. However, this does not limit the

inclusion of the same subcontractor, not otherwise participating as a Bidder, in

more than one Bid; or

vi. the Bidder or any of its affiliates participated as a consultant in the preparation

of the design or technical specifications of the Goods and Services that are the

subject of the Bid; or

vii. Bidder or any of its affiliates has been hired (or is proposed to be hired) by the

Procuring Entity as engineer-in-charge/ consultant for the contract.

b) The Bidder shall have to give a declaration regarding compliance of the Code of

Integrity prescribed in the Act, the Rules and stated above in this Clause along with

its Bid, in the format specified in Section IV, Bidding Forms.

c) Breach of Code of Integrity by the Bidder: Without prejudice to the provisions of

Chapter IV of the Rajasthan Transparency in Public Procurement Act, in case of

any breach of the Code of Integrity by a Bidder or prospective Bidder, as the case

may be, the Procuring Entity may take appropriate action in accordance with the

provisions of sub-section (3) of section 11 and section 46 of the Act.

29) Procuring entity’s Right to accept any bid, and to reject any or all of the Bids: The

procuring entity reserves the right to accept or reject any bid, and to annul the bidding

process and reject all bids at any time prior to contract award, without assigning any

reasons thereof and without thereby incurring any liability to the bidders.

30) Procuring entity’s Right to Vary Quantities at the time of award-

a) At the time of award of contract, the quantity of Goods, works or services originally

specified in the Bidding Documents may be increased or decreased, but such

increase or decrease shall not exceed twenty percent, of the quantity specified in

the Bidding Document. It shall be without any change in the unit prices or other

terms and conditions of the Bid and the conditions of contract.

b) If the Procuring Entity does not procure any subject matter of procurement or

procures less than the quantity specified in the Bidding Document due to change in

Page 24: Tender Document for Integrated Scheme for Computer Education

Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III)

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #24 of #133

circumstances, the Bidder shall not be entitled for any claim or compensation

except otherwise provided in the Conditions of Contract.

31) Dividing quantities among more than one Bidder at the time of award - As a

general rule all the quantities of the subject matter of procurement shall be procured

from the Bidder, whose Bid is accepted. However, when it is considered that the

quantity of the subject matter of procurement to be procured is very large and it may

not be in the capacity of the Bidder, whose Bid is accepted, to deliver the entire

quantity or when it is considered that the subject matter of procurement to be procured

is of critical and vital nature, in such cases, the quantity may be divided between the

Bidder, whose Bid is accepted and the second lowest Bidder or even more Bidders in

that order, in a fair, transparent and equitable manner at the rates of the Bidder, whose

Bid is accepted. Counter offer to first lowest Bidder (L1), in order to arrive at an

acceptable price, shall amount to negotiation. However, any counter offer thereafter to

second lowest Bidder (L2), third lowest Bidder (L3) etc., (at the rates accepted by L1)

in case of splitting of quantities shall not be deemed to be a negotiation.

32) Signing of Contract-

a) In the written intimation of acceptance of its Bid sent to the successful Bidder, it

shall also be asked to execute an agreement in the format given in the Bidding

Document on a non judicial stamp of requisite value at his cost and deposit the

amount of Performance Security or a Performance Security Declaration, as

applicable, within a period of fifteen days from the date on which the LOA or LOI or

Work Order is dispatched to the Bidder. Until a formal contract is executed, LOA or

LOI or Work Order shall constitute a binding contract.

b) If the Bidder, whose Bid has been accepted, fails to sign a written procurement

contract or fails to furnish the required Performance Security or Performance

Security Declaration, as the case may be, within the specified time period, the

Procuring Entity shall take action against the successful Bidder as per the

provisions of the Act and the Rules. The Procuring Entity may, in such case, cancel

the procurement process or if it deems fit, offer for acceptance on the rates of

lowest Bidder to the next lowest responsive Bidder.

c) The Bid Security and samples, if any, of the Bidders whose Bids could not be

accepted shall be refunded soon after the contract with the successful Bidder is

signed and his Performance Security is obtained.

33) Performance Security Deposit (PSD)-

a) Performance Security shall be solicited from all successful Bidders except

Department of the State Government and undertakings, corporations, autonomous

bodies, registered societies, cooperative societies which are owned, controlled or

managed by the State Government and undertakings of Central Government.

However, a Performance Security Declaration shall be taken from them. The State

Government may relax the provision of Performance Security in particular

procurement.

b) The amount of Performance Security shall be five percent of the amount of the

supply order. In case of Small Scale Industries of Rajasthan it shall be one percent

of the amount of quantity ordered for supply of Goods and in case of sick

industries, other than Small Scale Industries, whose cases are pending before the

Board of Industrial and Financial Reconstruction (BIFR), it shall be two percent of

the amount of supply order. The currency of Performance Security shall be Indian

Rupees.

c) Performance Security shall be furnished in one of the following forms-

i. deposit through eGRAS; or

Page 25: Tender Document for Integrated Scheme for Computer Education

Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III)

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #25 of #133

ii. Bank Draft or Banker's Cheque of a Scheduled Bank in India; or

iii. National Savings Certificates and any other script/ instrument under National

Savings Schemes for promotion of small savings issued by a Post Office in

Rajasthan, if the same can be pledged under the relevant rules. They shall be

accepted at their surrender value at the time of Bid and formally transferred in

the name of the Procuring Entity with the approval of Head Post Master; or

iv. Bank guarantee. It shall be got verified from the issuing bank. Other conditions

regarding bank guarantee shall be same as specified in Clause 'Bid Security';

or

v. Fixed Deposit Receipt (FDR) of a Scheduled Bank. It shall be in the name of

the Procuring Entity on account of Bidder and discharged by the Bidder in

advance. The Procuring Entity shall ensure before accepting the Fixed Deposit

Receipt that the Bidder furnishes an undertaking from the bank to make

payment/ premature payment of the Fixed Deposit Receipt on demand to the

Procuring Entity without requirement of consent of the Bidder concerned. In the

event of forfeiture of the Performance Security, the Fixed Deposit shall be

forfeited along with interest earned on such Fixed Deposit.

d) Performance Security furnished in the form of a document mentioned at options (ii)

to (v) of Sub-Clause (c) above, shall remain valid for a period of sixty days beyond

the date of completion of all contractual obligations of the Bidder, including

warranty obligations and operation and / or maintenance and defect liability period,

if any.

e) Failure of the successful Bidder to submit the above-mentioned Performance

Security or sign the Contract within the specified time period shall constitute

sufficient grounds for the annulment of the award and forfeiture of the Bid Security.

In that event the Procuring Entity may award the Contract to the next lowest

evaluated Bidder at the rates of the lowest bidder whose offer is substantially

responsive and is determined by the Procuring Entity to be qualified to perform the

Contract satisfactorily

f) Forfeiture of Performance Security: The amount of Performance Security in full or

part may be forfeited in the following cases-

i. when the Bidder does not execute the agreement in accordance with Clause

'Signing of Contract' within the specified time period; after issue of letter of

acceptance/ placement of supply order; or

ii. when the Bidder fails to commence the supply of the Goods or Related

Services as per supply order within the time specified; or

iii. when Bidder fails to commence or make complete supply of the Goods or

Related Services satisfactorily within the time specified; or

iv. when any terms and conditions of the contract is breached; or

v. if the Bidder breaches any provision of the Code of Integrity prescribed for

Bidders in the Act and Chapter VI of the Rules and specified in Clause 36.

g) Notice of reasonable time will be given in case of forfeiture of Performance

Security. The decision of the Procuring Entity in this regard shall be final.

34) Reservation of Rights: To take care of unexpected circumstances, procuring entity

reserves the rights for the following: -

a) Extend the closing date for submission of the bid proposals.

b) Amend the bidding requirements at any time prior to the closing date, with the

amendment being notified to prospective bidders and on the respective websites.

c) Allow a bidder to change its technical proposal if the same opportunity is given to all

bidders but before the opening of financial bids.

Page 26: Tender Document for Integrated Scheme for Computer Education

Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III)

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #26 of #133

d) To accept any bid not necessarily the lowest, reject any bid without assigning any

reasons and accept bid for all or anyone or more of the articles/ services for which

bid has been invited or distribute items of stores/ services to more than one bidder.

e) Terminate or abandon the bidding procedure or the entire project whether before or

after the receipt of bid proposals.

f) Seek the advice of external consultants to assist procuring entity in the evaluation

or review of proposals.

g) Make enquiries of any person, company or organization to ascertain information

regarding the bidder and its proposal.

h) Reproduce for the purposes of the procedure the whole or any portion of the

proposal despite any copyright or other intellectual property right that may subsist

in the proposal.

35) Monitoring of Contract-

a) An officer or a committee of officers named Contract Monitoring Committee (CMC)

may be nominated by procuring entity to monitor the progress of the contract during

its delivery period.

b) During the delivery period the CMC shall keep a watch on the progress of the

contract and shall ensure that quantity of goods and service delivery is in

proportion to the total delivery period given, if it is a severable contract, in which the

delivery of the goods and service is to be obtained continuously or is batched. If the

entire quantity of goods and service is to be delivered in the form of completed

work or entire contract like fabrication work, the process of completion of work may

be watched and inspections of the selected bidder’s premises where the work is

being completed may be inspected.

c) If delay in delivery of goods and service is observed a performance notice would be

given to the selected bidder to speed up the delivery.

d) Any change in the constitution of the firm, etc. shall be notified forth with by the

contractor in writing to the procuring entity and such change shall not relieve any

former member of the firm, etc., from any liability under the contract.

e) No new partner/ partners shall be accepted in the firm by the selected bidder in

respect of the contract unless he/ they agree to abide by all its terms, conditions

and deposits with the procuring entity through a written agreement to this effect.

The bidder’s receipt for acknowledgement or that of any partners subsequently

accepted as above shall bind all of them and will be sufficient discharge for any of

the purpose of the contract.

f) The selected bidder shall not assign or sub-let his contract or any substantial part

thereof to any other agency without the permission of procuring entity.

g) The Bidder is expected to examine all instructions, forms, terms, and specifications

in the Bidding Document. Failure to furnish all information or authentic

documentation required by the Bidding Document may result in the rejection of the

Bid.

36) Code of Integrity- Any person participating in the procurement process shall -

a) not offer any bribe, reward or gift or any material benefit either directly or indirectly

in exchange for an unfair advantage in procurement process or to otherwise

influence the procurement process;

b) not misrepresent or omit that misleads or attempts to mislead so as to obtain a

financial or other benefit or avoid an obligation;

c) not indulge in any collusion, Bid rigging or anti-competitive behaviour to impair the

transparency, fairness and progress of the procurement process;

Page 27: Tender Document for Integrated Scheme for Computer Education

Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III)

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #27 of #133

d) not misuse any information shared between the procuring Entity and the Bidders

with an intent to gain unfair advantage in the procurement process;

e) not indulge in any coercion including impairing or harming or threatening to do the

same, directly or indirectly, to any party or to its property to influence the

procurement process;

f) not obstruct any investigation or audit of a procurement process;

g) disclose conflict of interest, if any; and

h) disclose any previous transgressions with any Entity in India or any other country

during the last three years or any debarment by any other procuring entity.

37) Grievance handling during procurement process- Any grievance of a Bidder

pertaining to the procurement process shall be by way of filing an appeal to the First or

Second Appellate Authority, as the case may be, as specified in the BDS, in

accordance with the provisions of chapter III of the Act and chapter VII of the Rules

and as given in Appendix A to these ITB.

38) Samples-

a) When notified by the Procuring entity to the supplier/ bidder/ selected bidder bids

for specified articles, if any, shall be accompanied by two set of samples of the

articles bid, where asked for, properly packed. Such samples if submitted

personally will be received in the office. A receipt will be given for each sample by

the officer receiving the samples.

b) Each sample shall be marked suitably either by writing on the sample or on a slip of

durable paper securely fastened to the sample, the name of the Bidder and serial

number of the item, of which it is a sample in the Schedule of Supply

c) Approved samples would be retained free of cost up to the period of six months

after the expiry of the contract. The Procuring Entity shall not be responsible for

any damage, wear and tear or loss during testing, examination, etc., during the

period these samples are retained. The samples shall be collected by the Bidder on

the expiry of stipulated period. The Procuring Entity shall in no way make

arrangements to return the samples. The samples uncollected within 9 months

after expiry of contract shall be forfeited by the Procuring Entity and no claim for

their cost, etc., shall be entertained.

d) Samples not approved shall be collected by the Bidders. The Procuring Entity will

not be responsible for any damage, wear and tear, or loss during testing,

examination, etc., during the period these samples are retained. The uncollected

samples shall be forfeited and no claim for their cost, etc., shall be entertained.

e) Supplies when received may be subject to inspection to ensure whether they

conform to the specifications or with the approved samples. Where necessary or

prescribed or practical, tests shall be carried out in Government laboratories,

reputed testing house like STQC (ETDC) and the like and the supplies will be

accepted only when the articles conform to the standard of prescribed

specifications as a result of such tests.

f) The selected bidder shall at its own expense and at no cost to the Procuring entity,

carry out all such tests and/ or inspections of the Goods and Related Services as

are specified in the bidding document.

g) Drawl of Samples: In case of tests, wherever feasible, samples shall be drawn in

four sets in the presence of selected bidder or his authorised representative and

properly sealed in their presence. Once such set shall be given to them, one or two

will be sent to the laboratories and/ or testing house and the third or fourth will be

retained in the office for reference and record.

Page 28: Tender Document for Integrated Scheme for Computer Education

Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III)

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #28 of #133

CHAPTER 6: TERMS AND CONDITIONS OF TENDER & CONTRACT

A. GENERAL CONDITIONS OF CONTRACT (GCC):

1) Definitions- The following words and expressions shall have the meanings hereby

assigned to them-

a) ‘Act.’ Means the Rajasthan Transparency in Public Procurement Act., 2012

b) “Completion” means the fulfilment of the Related Services by the Supplier in

accordance with the terms and conditions set forth in the Contract.

c) “Contract” means the Agreement entered into between the Procuring Entity and the

Supplier, together with the Contract Documents referred to therein, including all

attachments, appendices, specifications and codes and all documents incorporated

by reference therein.

d) “Contract Documents” means the documents listed in the Agreement, including any

amendments thereto.

e) “Contract Price” means the price payable to the Supplier as specified in the

Agreement, subject to such additions and adjustments thereto or deductions there

from, as may be made pursuant to the Contract.

f) “Day” means calendar day.

g) “Delivery” means the transfer of the Goods from the Supplier to the Procuring Entity

in accordance with the terms and conditions set forth in the Contract.

h) “GCC” mean the General Conditions of Contract

i) “Goods” means all of the commodities, raw material, machinery and equipment,

documents, guarantees/warrantees and/or other materials that the Supplier is

required to supply to the Procuring Entity under the Contract.

j) “Procuring Entity” means the Entity purchasing the Goods and Related Services, as

specified in the bidding document.

k) “Related Services” means the services incidental to the supply of the Goods, such as

insurance, installation, training and initial maintenance, commissioning of equipment

or machinery and other similar obligations of the Supplier under the Contract.

l) ‘Rules’ means the Rajasthan Transparency in Public Procurement Rules ,2012

m) “SCC” means the Special Conditions of Contract.

n) “Subcontractor” means any natural person, private or government Entity, or a

combination of the above, including its legal successors or permitted assigns, to

whom any part of the Goods to be supplied or execution of any part of the Related

Services is subcontracted by the Supplier.

o) “Supplier” means the natural person, private or government Entity, or a combination

of the above, whose Bid to perform the Contract has been accepted by the Procuring

Entity and is named as such in the Agreement, and includes the legal successors or

permitted assigns of the Supplier.

p) “The Site,” where applicable, means the place of delivery, installation,

testing/commissioning of the goods/equipment or machinery or any other place

named in the bidding document

2) Interpretation- a) If the context so requires it, singular means plural and vice versa.

b) Entire Agreement- The Contract constitutes the entire agreement between the

Procuring Entity and the Supplier and supersedes all communications, negotiations

and agreements (whether written or oral) of parties with respect thereto made prior to

the date of Contract

Page 29: Tender Document for Integrated Scheme for Computer Education

Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III)

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #29 of #133

c) Amendment- No amendment or other variation of the Contract shall be valid unless

it is in writing, is dated, expressly refers to the Contract, and is signed by a duly

authorised representative of each party thereto

d) Non-waiver-

i. Subject to GCC Sub-Clause (e) below, no relaxation, forbearance, delay, or

indulgence by either party in enforcing any of the terms and conditions of the

Contract or the granting of time by either party to the other shall prejudice, affect, or

restrict the rights of that party under the Contract, neither shall any waiver by either

party of any breach of Contract operate as waiver of any subsequent or continuing

breach of Contract.

ii. Any waiver of a party’s rights, powers, or remedies under the Contract must be in

writing, dated, and signed by an authorised representative of the party granting

such waiver, and must specify the right and the extent to which it is being waived.

e) Severability- If any provision or condition of the Contract is prohibited or rendered

invalid or unenforceable, such prohibition, invalidity or unenforceability shall not affect

the validity or enforceability of any other provisions and conditions of the Contract.

3) Income Tax and VAT Registration and VAT Clearance Certificate - No Dealer who

does not hold a valid Permanent Account Number (PAN)/ Tax Identification Number

(TIN) from Income Tax department, GoI and who is not registered under the Sales Tax

Act prevalent in the State where his business is located shall bid. The VAT Registration

Number should be quoted and a VAT/ Sales Tax clearance certificate from the

Commercial Taxes Officer of the Circle concerned shall be submitted without which the

bid is liable to be rejected. The bidder quoting Rajasthan VAT should have valid VAT

registration in the state of Rajasthan and he should mention the same VAT registration

number in the bid document.

4) Contract Documents: Subject to the order of precedence set forth in the Agreement, all

documents forming the Contract (and all parts thereof) are intended to be correlative,

complementary, supplementary and mutually explanatory.

5) Code of Integrity- The Supplier is bound by the provisions of the Code of Integrity

stipulated in the Act and the Rules and specified in ITB Clause 36 'Code of Integrity'. The

corrupt, fraudulent, coercive and collusive practices are further defined as below:

a) “corrupt practice” means the offering, giving, receiving, or soliciting, directly or

indirectly, anything of value to influence improperly the actions of another party;

b) “fraudulent practice” means any act or omission, including a misrepresentation, that

knowingly or recklessly misleads, or attempts to mislead, a party to obtain a financial

or other benefit or to avoid an obligation;

c) “coercive practice” means impairing or harming, or threatening to impair or harm,

directly or indirectly, any party or the property of the party to influence improperly the

actions of a party;

d) “collusive practice” means an arrangement between two or more parties designed to

achieve an improper purpose, including influencing improperly the actions of another

party.

e) The Procuring Entity shall take legal action against the Supplier under Section 11(3),

46 and chapter IV of the Act, if it breaches any provisions of the Code of Integrity, or

is determined to have engaged in corrupt, fraudulent, coercive or collusive practices

in competing for the Contract or execution of the Contract.

f) The Supplier shall permit the Procuring Entity to inspect the Supplier’s accounts and

records relating to the performance of the Supplier and to have them audited by

auditors appointed by the Procuring Entity, if so required by the Procuring Entity.

Page 30: Tender Document for Integrated Scheme for Computer Education

Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III)

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #30 of #133

6) Language-

a) The Contract as well as all correspondence and documents relating to the Contract

exchanged by the supplier and the Procuring entity, shall be written in English

language only. Supporting documents and printed literature that are part of the

Contract may be in another language provided they are accompanied by an accurate

translation of the relevant passages in the language specified in the special

conditions of the contract (SCC), in which case, for purposes of interpretation of the

Contract, this translation shall govern.

b) The supplier shall bear all costs of translation to the governing language and all risks

of the accuracy of such translation.

7) Eligible Goods and Related Services-

a) All Goods and Related Services to be supplied under the Contract shall have India as

their country of origin or a country which has not been declared ineligible by

Government of India.

b) For purposes of this Clause, the term “Goods” includes commodities, raw material,

machinery, equipment, and industrial plants; and “Related Services” includes

services such as insurance, installation, transportation, testing, commissioning,

training, and mandated operation and maintenance.

c) The term “country of origin” means the country where the Goods have been mined,

grown, cultivated, produced, manufactured, or processed; or through manufacture,

processing, or assembly, another commercially recognized article results that differs

substantially in its basic characteristics from its imported components.

d) The nationality of the firm that produces, assembles, distributes, or sells the Goods

shall not determine their origin.

e) If so required, a Bidder that does not manufacture or produce the Goods it offers to

supply shall submit the Manufacturer’s Authorisation using the form included in this

document, Bidding Forms to demonstrate that it has been duly authorised by the

manufacturer or producer of the Goods to supply these Goods in India.

8) Notices-

a) Any notice given by one party to the other pursuant to the Contract shall be in writing

to the address specified in the contract. The term “in writing” means communicated in

written form with proof of receipt.

b) A Notice shall be effective when delivered or on the Notice’s effective date,

whichever is later.

9) Governing Law: The Contract shall be governed by and interpreted in accordance with

the laws of India and the State of Rajasthan.

10) Scope of Supply-

a) Subject to the provisions in the bidding document and contract, the goods and

related services to be supplied shall be as specified in the bidding document.

b) Unless otherwise stipulated in the Contract, the scope of supply shall include all such

items not specifically mentioned in the Contract but that can be reasonably inferred

from the Contract as being required for attaining delivery and completion of the

goods and related services as if such items were expressly mentioned in the

Contract.

c) The bidder shall not quote and supply and hardware/ software that is likely to be

declared as End of Sale and End of Service/ Support as mentioned in Annexure-1

(Bill of Material). OEMs are required to mention this in the MAF for all the quoted

hardware/ software. If any of the hardware/ software is found to be declared as End

of Sale/ Service/ Support, then the bidder shall replace all such hardware/ software

Page 31: Tender Document for Integrated Scheme for Computer Education

Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III)

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #31 of #133

with the latest ones having equivalent or higher specifications without any financial

obligation to the procuring entity.

11) Delivery & Installation-

a) Subject to the conditions of the contract, the delivery of the goods and completion of

the related services shall be in accordance with the delivery and completion schedule

specified in the bidding document. The details of supply/ shipping and other

documents to be furnished by the supplier are specified in the bidding document and/

or contract.

b) The contract for the supply can be repudiated at any time by the purchase officer, if

the supplies are not made to his satisfaction after giving an opportunity to the bidder

of being heard and recording the reasons for repudiation.

c) The Supplier/ selected Bidder shall arrange to supply, install and commission the

ordered materials/ system as per specifications within the specified delivery/

completion period at various departments and/ or their offices/ locations mentioned in

the bidding document and/ or contract.

d) Shifting the place of Installation: The end-user will be free to shift the place of

installation within the same city /town/ district/ division. The supplier shall re-install all

the equipments and provide assistance, incl. transportation, in shifting of the

equipment. However, in case of shifting, additional charges towards assistance in

shifting and re-installation would be decided mutually.

12) Supplier’s/ Selected Bidder’s Responsibilities: The Supplier shall supply all the

goods and related services included in the scope of supply in accordance with the

provisions of bidding document and/ or contract.

13) Procuring entity’s Responsibilities - Whenever the supply of goods and related

services requires that the Supplier obtain permits, approvals, and import and other

licenses from local public authorities, the Procuring entity shall, if so required by the

Supplier, shall make its best effort to support the Supplier in complying with such

requirements in a timely and expeditious manner.

14) Contract Price-

a) The Contract Price shall be paid as specified in the agreement subject to any

additions and adjustments thereto, or deductions therefore, as may be made

pursuant to the Contract.

b) Prices charged by the Supplier for the Goods delivered and the Related Services

performed under the Contract shall not vary from the prices quoted by the Supplier in

its bid, with the exception of any price adjustments, if authorized in the special

conditions of the contract.

15) Recoveries from Supplier/ Selected Bidder-

a) Recovery of penalty, short supply, breakage, rejected articles shall be made

ordinarily from bills.

b) The Purchase Officer shall withhold amount to the extent of penalty, short supply/

installation /deployment, breakage and rejected articles unless these are replaced

satisfactorily. In case of failure to withhold the amount, it shall be recovered from his

dues and Security Deposit available with procuring entity.

c) The balance, if any, shall be demanded from the Supplier/ Selected Bidder and when

recovery is not possible, the Purchase Officer shall take recourse to Rajasthan Public

Demand Recovery Act or any other law in force.

16) Taxes & Duties-

a) The TDS, Raj-VAT, Service Tax etc., if applicable, shall be deducted at source/ paid

by department as per prevailing rates

Page 32: Tender Document for Integrated Scheme for Computer Education

Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III)

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #32 of #133

b) For Goods supplied from outside India, the Supplier shall be entirely responsible for

all taxes, stamp duties, license fees, and other such levies imposed outside India.

c) For Goods supplied from within India, the Supplier shall be entirely responsible for all

taxes, duties, license fees, etc., incurred until delivery of the contracted Goods at site

to the Procuring Entity.

d) If any tax exemptions, reductions, allowances or privileges may be available to the

Supplier in India, the Procuring Entity shall use its best efforts to enable the Supplier

to benefit from any such tax savings to the maximum allowable extent.

17) Agreement and Security Deposit-

a) A Letter of Intent (LOI) shall be issued to the successful tenderer to sign the

agreement within 10 days from finalization of rates and supply, install & deploy

entire hardware, software etc. within 90 days from the date of LOI.

No. Particulars Event

a. Date of LOI T = Date of issuance of LOI

b. Signing of Agreement T + 10 Days = T1

c. Request for PDI T1 + xDays = T2 (x = No. of days taken by the tenderer for the PDI request after LOI). x should not be more than 10

days

d. PDI T2 + 15 Days = T3

e. Total Delivery & Installation Period

T3 + 55 Days (approx.) = T4

Days= Calendar Days (unless mentioned otherwise). MIS s/w within 90 days.

b) The successful tenderer will be required to sign an agreement with respective DD(S)

on behalf of Govt. of Rajasthan on a non-judicial stamp paper of prescribed value of

this cost incorporating all the terms and conditions attached to tender form within 10

days from the date of LOI. The agreement will be a composite agreement for a period

of 5 (Five) years from the date of signing of agreement. Violation of any term and

condition of Agreement will entitle the DD(S) to fragment, terminate the contract and

forfeit the security deposit after due approval from GoR. Further in case of violation of

any term and condition, unsatisfactory work, failing in imparting proper education,

work can be assigned to any other tenderer at the risk and cost of the original

tenderer in the interest of the students and contract can be terminated at any time

during the progress of the contract by the GoR.

c) The expenses of completing and stamping the agreement shall be paid by the

tenderer and the tenderer will furnish free of charge on executed stamped copy of the

agreement to the respective DD(S) and DEO(S).

d) The tenderer shall furnish the following documents at the time of execution of

agreement: Attested copy of Partnership Deed in case of Partnership Firms,

Registration Number and year of registration in case partnership firm is registered

with Registrar of Firms, Address of residence and office, telephone numbers in case

of sole Proprietorship & Registration issued by Registrar of Companies in case of

Company. Relevant documents in case of organization/ institute/ company/

corporation/ society registered/ incorporated in India.

18) Performance Security Deposit (PSD)-

a) The Supplier shall, within fifteen (15) days or a period specified in SCC, of the

Notification of Award, sign the Contract Agreement and provide a Performance

Security or, where applicable, a Performance Security Declaration for the due

performance of the Contract for the amount specified in the SCC.

Page 33: Tender Document for Integrated Scheme for Computer Education

Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III)

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #33 of #133

b) The Performance Security shall be denominated in the currency of the Contract and

shall be in one of the following forms:

(i) deposited through eGRAS; or

(ii) Bank Draft or Banker's Cheque of a Scheduled Bank in India; or

(iii) National Savings Certificates and any other script/ instrument under National

Savings Schemes for promotion of small savings issued by a Post Office in

Rajasthan, if the same can be pledged under the relevant rules. They shall be

accepted at their surrender value at the time of Bid and formally transferred in

the name of the Procuring Entity with the approval of Head Post Master; or

(iv) Bank guarantee. It shall be of a scheduled Bank in India in prescribed or other

acceptable format or from other Issuer acceptable to the Procuring Entity. The

bank guarantee shall be got verified from the issuing bank and confirmer, if any;

or

(v) Fixed Deposit Receipt (FDR) of a Scheduled Bank. It shall be in the name of

the Procuring Entity on account of Bidder and discharged by the Bidder in

advance. The Procuring Entity shall ensure before accepting the Fixed Deposit

Receipt that the Bidder furnishes an undertaking from the bank to make

payment/ premature payment of the Fixed Deposit Receipt on demand to the

Procuring Entity without requirement of consent of the Bidder concerned. In the

event of forfeiture of the Performance Security, the Fixed Deposit shall be

forfeited along with interest earned on such Fixed Deposit.

c) The proceeds of the Performance Security shall be forfeited and shall be payable as

compensation to the Procuring Entity on happening of any of the events mentioned

below:

(i) when the Supplier does not sign the Agreement in accordance with ITB Clause

'Signing of Contract' within the specified time; after issue of letter of

acceptance/ placement of supply order within the specified period; or

(ii) when the Supplier fails to commence the supply of the Goods or Related

Services as per supply order within the time specified; or

(iii) when Supplier fails to make complete supply of the Goods or Related Services

satisfactorily within the time specified; or

(iv) When any terms and conditions of the Contract is breached; or

(v) if the Supplier breaches any provision of the Code of Integrity prescribed for

Bidders in the Act and Chapter VI of the Rules and as specified in ITB.

d) Notice of reasonable time will be given in case of forfeiture of Performance Security.

The decision of the Procuring Entity in this regard shall be final.

e) The Performance Security shall be discharged by the Procuring Entity and returned

to the Supplier not later than sixty (60) days following the date of satisfactory

completion of the Supplier’s performance obligations under the Contract, including

any warranty and/ or maintenance obligations, unless specified otherwise in the

SCC.

19) Liquidated Damages:

a) Subject to provisions of GCC Clause 'Force Majeure' and 'Extensions of Time', if the

Supplier fails to deliver any or all of the Goods or perform the Related Services within

the period specified in the Contract , the Procuring Entity shall, without prejudice to

all its other remedies under the Contract, deduct from the Contract Price, as

liquidated damages on the basis of following percentages of value of Goods and/ or

Related Service which the Supplier has failed to supply or complete:-

No. Condition LD%*

Page 34: Tender Document for Integrated Scheme for Computer Education

Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III)

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #34 of #133

a. Delay up to one fourth period of the specified period of delivery,

successful installation and completion of subject matter of

procurement

2.5%

b. Delay exceeding one fourth but not exceeding half of the specified

period of delivery, successful installation and completion of subject

matter of procurement

5.0%

c. Delay exceeding half but not exceeding three fourth of the specified

period of delivery, successful installation and completion of subject

matter of procurement

7.5%

d. Delay exceeding three fourth of the specified period of delivery,

successful installation and completion of subject matter of

procurement

10.0%

b) Fraction of a day in reckoning period of delay in supplies, successful installation and

completion of work shall be eliminated if it is less than half a day. The value of Goods

and/ or Related Services not received in specified time should be calculated

carefully. The method of calculation for contracts which include multiple items of

supply/ service in case individual value of each item is not taken in the Bid should be

generally given in the SCC. For turnkey projects in which cost of individual items is

not known also, some apportionment formula should be given in the SCC. If not

given, the total value of the turnkey project shall become the basis for imposing LD, if

due.

c) The maximum amount of liquidated damages shall be 10% of the contract value.

Once the maximum is reached, the Procuring Entity may terminate the Contract

pursuant to GCC Clause 'Termination & Disputes'.

d) *The percentage refers to the payment due for the associated works/ goods/ service

e) Recoveries of liquidated damages, short supply, breakage, rejected articles shall

ordinarily be made from bills. Amount may also be withheld to the extent of short

supply, breakages, rejected articles and in case of failure in satisfactory replacement

by the Supplier along with amount of liquidated damages shall be recovered from his

dues and Performance Security available with the Procuring Entity. In case balance

of recovery is not possible, recourse will be taken under Rajasthan Public Demand

Recovery Act or any other law in force.

20) Copyright: The copyright in all drawings, source code, design documents, and other

materials containing data and information furnished to the Procuring Entity by the

Supplier for this project herein shall remain vested jointly in the Procuring Entity and

Supplier, or, if they are furnished to the Procuring Entity directly or through the Supplier

by any third party, including suppliers of materials or Related Services, the copyright in

such materials or related services shall remain vested in such third party.

21) Confidential Information-

a) In addition to the requirements of the provisions of Section 49 of the Act and Rule 77

of the Rules regarding Confidentiality, the Procuring Entity and the Supplier shall

keep confidential and shall not, without the written consent of the other party hereto,

divulge to any third party any documents, data, or other information furnished directly

or indirectly by the other party hereto in connection with the Contract, whether such

information has been furnished prior to, during or following completion or termination

of the Contract. Notwithstanding the above, the Supplier may furnish to its

Subcontractor such documents, data, and other information it receives from the

Procuring Entity to the extent required for the Subcontractor to perform its work under

the Contract, in which event the Supplier shall obtain from such Subcontractor an

Page 35: Tender Document for Integrated Scheme for Computer Education

Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III)

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #35 of #133

undertaking of confidentiality similar to that imposed on the Supplier under this

clause. However, in case of electronic data or information, the Procuring Entity may

not hold such responsibility for access to data on line by any third party.

b) The Procuring Entity shall not use such documents, data, and other information

received from the Supplier for any purposes unrelated to the Contract. Similarly, the

Supplier shall not use such documents, data, and other information received from the

Procuring Entity for any purpose other than the design, procurement, or other work

and services required for the performance of the Contract.

c) The obligation of a party under GCC Sub-Clauses (a) and (b) above, however, shall

not apply to information that:

i. the Procuring Entity or Supplier need to share with other institutions

participating in the financing of the Contract;

ii. now or hereafter enters the public domain through no fault of that party;

iii. can be proven to have been possessed by that party at the time of disclosure

and which was not previously obtained, directly or indirectly, from the other

party;

or

iv. otherwise lawfully becomes available to that party from a third party that has no

obligation of confidentiality.

d) The above provisions of this clause shall not in any way modify any undertaking of

confidentiality given by either of the parties hereto prior to the date of the Contract in

respect of the Supply or any part thereof.

e) The provisions of this clause shall survive completion or termination, for whatever

reason, of the Contract.

22) Sub-contracting:

a) The Supplier shall not sublet or assign the Contract or its any part to anyone without

the prior written approval of the Procuring Entity. The Supplier shall notify the

Procuring Entity in writing of all subcontracts to be awarded under the Contract if not

already specified in the Bid. Subcontracting shall in no event relieve the Supplier

from any of its obligations, duties, responsibilities, or liability under the Contract. The

capability details of such subcontractors shall be provided to the Procuring Entity who

shall evaluate and take a decision as to whether approve it or not, it if not initially

approved during the evaluation of the bid.

b) Subcontractors shall comply with the provisions of GCC Clauses 'Code of Integrity'

and 'Confidential Information'.

23) Assignment- Neither the Procuring Entity nor the Supplier shall assign, in whole or in

part, their obligations under this Contract, except with prior written consent of the other

party with recorded reasons. Such assignment shall not relieve the Supplier or the

Procurement Entity of their respective obligations under the Contract.

24) Specifications and Standards-

a) Technical Specifications and Drawings-

i. The Supplier/ Selected Bidder shall ensure that the goods and related services

comply with the technical specifications and other provisions of the Contract.

ii. The Supplier/ Selected Bidder shall be entitled to disclaim responsibility for any

design, data, drawing, specification or other document, or any modification

thereof provided or designed by or on behalf of the Procuring entity, by giving a

notice of such disclaimer to the Procuring entity.

iii. All Goods and Related Services to be supplied under the Contract shall have

India as their country of origin or a country which has not been declared ineligible

by Government of India.

Page 36: Tender Document for Integrated Scheme for Computer Education

Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III)

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #36 of #133

iv. The goods and related services supplied under this Contract shall conform to the

standards mentioned in bidding document and, when no applicable standard is

mentioned, the standard shall be equivalent or superior to the official standards

whose application is appropriate to the country of origin of the Goods. In no case

such standards shall be inferior to the relevant updated BIS or international

standards.

v. To establish the conformity of the Goods and Related Services to the Bidding

Document, the Bidder shall furnish as part of its Bid, the documentary evidence

(specifications, designs and drawings and conformance to BIS or other

acceptable codes) and where asked for, supply samples, demonstrates trials or

carry out tests as specified in this document.

vi. The documentary evidence may be in the form of literature, design/drawings or

data etc., and shall consist of a detailed description of the essential technical and

performance characteristics of the Goods and Related Services, demonstrating

substantial responsiveness of the Goods and Related Services to those

requirements, and if applicable, a duly signed statement of deviations and

exceptions to the provisions mentioned in this document.

vii. Standards for workmanship, process, material, operation and maintenance and

equipment, as well as references to brand names or catalogue numbers specified

by the Procuring Entity in the Schedule of Supply, are the minimum acceptable

standards and are intended to be descriptive only and not restrictive. The Bidder

may offer other standards of better quality, brand names, and /or catalogue

numbers, provided that it demonstrates, to the Procuring Entity’s satisfaction, that

the substitutions ensure substantial equivalence or are superior to those specified

in the Schedule of Supply.

b) Wherever references are made in the Contract to codes and standards in

accordance with which it shall be executed, the edition or the revised version of such

codes and standards shall be those specified in the bidding document. During

Contract execution, any changes in any such codes and standards shall be applied

only after approval by the Procuring entity and shall be treated in accordance with the

general conditions of the contract.

c) The supply of articles specified in the BoM conform strictly to the approved samples.

The decision of the Procuring Entity whether the articles supplied conform to the

specifications and are in accordance with the samples, if any, shall be final and

binding on the Supplier.

25) Packing and Documents-

a) The Supplier shall provide such packing of the Goods as is required to prevent their

damage or deterioration during transit or transport by sea, rail and road or air to their

final destination, as indicated in the Contract. During transit, the packing shall be

sufficient to withstand, without limitation, rough handling and exposure to extreme

temperatures, salt and precipitation, and open storage. Packing case size and

weights shall take into consideration, where appropriate, the remoteness of the final

destination of the Goods and the absence of heavy handling facilities at all points in

transit.

b) The packing, marking, and documentation within and outside the packages shall

comply strictly with such special requirements as shall be expressly provided for in

the Contract, including additional requirements, if any, specified in the contract, and

in any other instructions ordered by the Procuring entity.

26) Insurance- Unless otherwise specified in the SCC, the Goods supplied under the

Contract shall be fully insured against loss by theft, destruction or damage, by fire, flood,

Page 37: Tender Document for Integrated Scheme for Computer Education

Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III)

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #37 of #133

under exposure to weather or otherwise including war, rebellion, riot, etc. The insurance

charges will be borne by the supplier and the Procuring Entity will not be required to pay

such charges, if incurred.

27) Transportation-

a) Unless otherwise specified in the SCC, obligations for transportation of the Goods

shall be in accordance with the conditions and Incoterms specified in this document

b) In case of Supply from within India, the Goods shall be supplied FOR locations

specified in this document. All transportation charges, local taxes, etc. shall be borne

by the Supplier.

28) Samples, Inspections and Tests-

a) The Procuring Entity or his authorised representative shall at all reasonable times

have access to the Supplier’s premises and the power to inspect and examine the

materials and workmanship of the goods/equipment/ machinery during manufacturing

process or afterwards as may be decided.

b) The Supplier shall at its own expense and at no cost to the Procuring Entity carry out

all such tests, and/or trials and/or inspections of the Goods and Related Services as

are specified in this document.

c) The sampling, inspections, and/or tests and/or trials may be conducted on the

premises of the Supplier or its Subcontractor, at point of delivery, and/or at the final

destination of the Goods, or at another place in India as specified in this document.

All such sampling, inspections and/ or testing shall be at the cost of the Supplier.

Subject to Sub-Clause (d), if conducted on the premises of the Supplier or its

Subcontractor, all reasonable facilities and assistance, including access to

specification codes, designs, drawings and production data, shall be furnished to the

inspectors at no charge to the Procuring Entity.

d) The Procuring Entity or its designated representatives shall be entitled to attend the

tests, and/or inspections and/or trials referred to in Sub-Clause (c), provided that the

Procuring Entity bear all of its own costs and expenses incurred in connection with

such attendance, like travelling and boarding and lodging expenses.

e) Whenever the Supplier is ready to carry out any such test, and/or trials and/or

inspection, it shall give a reasonable advance notice, including the place and time, to

the Procuring Entity. The Supplier shall obtain from any relevant third party or

manufacturer any necessary permission or consent to enable the Procuring Entity or

its designated representative to attend the test and/or trials and/or inspection. The

Supplier shall furnish complete address of the premises of his office, godown and

workshop where inspection can be made together with name and address of the

person who is to be contacted for the purpose.

f) The Procuring Entity may require the Supplier to carry out any test and/or trials

and/or inspection not required by the Contract but deemed necessary to verify that

the characteristics and performance of the Goods comply with the technical

specifications, codes and standards and samples supplied with the Bid under the

Contract, provided that the Supplier’s reasonable costs and expenses incurred in the

carrying out of such test and/or trials and/or inspection shall be added to the Contract

Price. Further, if such test and/or trials and/or inspection impedes the progress of

manufacturing and/or the Supplier’s performance of its other obligations under the

Contract, due allowance will be made in respect of the Delivery Dates and

Completion Dates and the other obligations so affected.

g) The Supplier shall provide, the Procuring Entity with a report of the results of any

Page 38: Tender Document for Integrated Scheme for Computer Education

Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III)

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #38 of #133

such tests and/or trials and/or inspection.

h) Supplies when received shall be subject to tests and/or trials and/or inspection to

ensure whether they conform to the specifications and with the approved samples

and trials, if any. Where necessary or prescribed or practical, tests shall be carried

out in Government laboratories, reputed testing house like Sri Ram Testing House,

New Delhi and the like and the supplies will be accepted only when the articles

conform to the standard of prescribed specifications as a result of such tests.

i) In case of tests, samples shall be drawn in four sets in the presence of the Supplier

or his authorised representative and properly sealed in his presence. One such set

shall be given to him, one or two will be sent to the laboratories and/or testing house

and the third or fourth will be retained in the office for reference and record.

j) Testing charges shall be borne by the Procuring Entity in case urgent testing is

desired to be arranged by the Supplier. In other cases and in case of test results

showing that supplies are not up to the prescribed standards or specifications, the

testing charges shall be payable by the Supplier.

k) The Procuring Entity may reject any Goods or any part thereof that are received but

fail to pass any test and/or trials and/or inspection or do not conform to the

specifications and samples supplied with the Bid, if any. The Supplier shall either

rectify or replace such rejected Goods or parts thereof or make alterations necessary

to meet the specifications and samples supplied with the Bid if any, at no cost to the

Procuring Entity, and shall repeat the test and/or trials and/or inspection, at no cost to

the Procuring Entity, upon giving a notice pursuant to Sub-Clause (e).

If, however, due to exigencies of Procuring Entity’s work, such replacement either in

whole or in part, is not considered feasible, the Procuring Entity after giving an

opportunity to the Bidder of being heard, shall for reasons to be recorded, deduct a

suitable amount from the approved rates and accept the supply. The deduction so

made shall be final.

l) The rejected articles shall be removed by the Bidder within 15 days of intimation of

rejection, after which the Procuring Entity shall not be responsible for any loss,

shortage or damage and shall have the right to dispose of such articles as he thinks

fit, at the Supplier’s risk and on his account.

m) The Supplier agrees that neither the execution of a test and/or trials and/or inspection

of the Goods or any part thereof, nor the attendance by the Procuring Entity or its

representative, nor the issue of any report pursuant to Sub-Clause (g), shall release

the Supplier from any warranties or other obligations under the Contract.

n) In case of desktops and UPS the Pre-Dispatch Inspection (PDI) shall be made at the

Hardware (OEM) Manufacturer’s Factory site (at tenderer cost) by the technical

team/ inspection committee of GoR. In case of other hardware the inspection can be

made at factory/ godown (at bidders cost). The inspection period would be inclusive

in the duration provided for the complete delivery & installation under the project.

o) The tenderer will not supply the hardware directly to the schools without PDI. The

PDI will be completed within 15 days of receiving the request in writing from the

tenderer, the time taken for PDI is inclusive in the delivery period. However if the time

taken for PDI exceeds 15 days then the additional time taken by the department/

Government to complete PDI would be in addition to the total delivery & installation

period under the project. Tenderer would supply and install only those makes &

models of hardware/ software which have been accepted during technical

Page 39: Tender Document for Integrated Scheme for Computer Education

Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III)

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #39 of #133

evaluations. No other hardware (makes & models)/ software will be supplied which is

not quoted or not approved during the technical evaluation. The hardware/ software

items not quoted or not technically approved shall be rejected during the PDI.

p) These tests would be carried on the supplies of each items randomly selected by the

inspection committee limited to 0.5% of the total quantity but minimum one for each

category of equipment.

29) Testing charges: Testing and inspection charges shall be borne by the supplier.

30) Rejection-

a) Articles not approved during inspection or testing shall be rejected and will have to be

replaced by the selected bidder at his own cost within the time fixed by the Purchase

Officer.

b) If, however, due to exigencies, such replacement either in whole or in part, is not

considered feasible, the Purchase Officer after giving an opportunity to the selected

bidder of being heard shall for reasons to be recorded, deduct a suitable amount

from the approved rates. The deduction so made shall be final.

c) The rejected articles shall be removed by the selected bidder within 15 days of

intimation of rejection, after which Purchase Officer shall not be responsible for any

loss, shortage or damage and shall have the right to dispose of such articles as he

thinks fit, at the supplier’s/ bidder’s/ selected bidder’s risk and on his account.

31) Extensions of Time-

a) If at any time during performance of the Contract, the Supplier or its Subcontractors

should encounter conditions impeding timely delivery of the Goods or completion of

Related Services pursuant to GCC 'Delivery' Clause the Supplier shall promptly notify

the Procuring Entity in writing of the delay, its likely duration, and its cause. As soon

as practicable after receipt of the Supplier’s notice, the Procuring Entity shall

evaluate the situation and may at its discretion extend the Supplier’s time for

performance, with or without liquidated damages depending on the nature of causes

of delay, by issuing an amendment of the Contract.

b) Except in case of Force Majeure, as provided under GCC, or reasons beyond the

control of the Supplier under GCC sub-clause (a) above, a delay by the Supplier in

the performance of its Delivery and Completion obligations shall render the Supplier

liable to the imposition of liquidated damages pursuant to GCC Clause 'Liquidated

Damages'.

32) Authenticity of Equipments-

a) The selected bidder shall certify (as per Annexure-10) that the supplied goods are

brand new, genuine/ authentic, not refurbished, conform to the description and

quality as specified in this bidding document and are free from defects in material,

workmanship and service.

b) If during the contract period, the said goods be discovered counterfeit/ unauthentic or

not to conform to the description and quality aforesaid or have determined (and the

decision of the Purchase Officer in that behalf will be final and conclusive),

notwithstanding the fact that the procuring entity may have inspected and/ or

approved the said goods, the procuring entity will be entitled to reject the said goods

or such portion thereof as may be discovered not to conform to the said description

and quality, on such rejection the goods will be at the selected bidder’s risk and all

the provisions relating to rejection of goods etc., shall apply. The selected bidder

shall, if so called upon to do, replace the goods etc., or such portion thereof as is

rejected by Purchase Officer, otherwise the selected bidder shall pay such damage

as may arise by the reason of the breach of the condition herein contained. Nothing

Page 40: Tender Document for Integrated Scheme for Computer Education

Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III)

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #40 of #133

herein contained shall prejudice any other right of the Purchase Officer in that behalf

under this contract or otherwise.

c) Goods accepted by the procuring entity in terms of the contract shall in no way dilute

procuring entity’s right to reject the same later, if found deficient in terms of the this

clause of the contract.

33) Warranty-

a) The bidder must supply all items with comprehensive on-site OEM warranty valid for

contract period after the goods, or any portion thereof as the case may be, have

been delivered to, installed and accepted at the final destination(s) indicated in the

bidding document. However, if delay of installation is more than a month’s time due

to the reasons ascribed to the bidder, the warranty shall start from the date of last

successful installation of the items covered under the PO.

b) The Supplier warrants that all the Goods are new, unused, and of the most recent or

current models, and that they incorporate all recent improvements in design and

materials, unless provided otherwise in the Contract.

c) Subject to GCC Sub-Clause 'Specifications & Standards', the Supplier further

warrants that the Goods shall be free from defects arising from any act or omission of

the Supplier or arising from design, materials, and workmanship, under normal use.

d) Unless otherwise specified in the SCC, the warranty shall remain valid for entire

project period after supply of the Goods and completion the Related Services has

been accepted (commencing from the date of acceptance). This warranty shall cover

all items irrespective of the fact whether the tenderer has manufactured these or not.

If the project extends for one more year than comprehensive on-site OEM warranty

would also be extended without any financial liability of Department/ GoR.

e) The Procuring Entity shall give Notice to the Supplier stating the nature of any such

defects together with all available evidence thereof, promptly following the discovery

thereof. The Procuring Entity shall afford all reasonable opportunity for the Supplier

to inspect such defects.

f) Upon receipt of such Notice, the Supplier shall, within the period specified in the

SCC, expeditiously repair or replace the defective Goods or parts thereof, at no cost

to the Procuring Entity.

g) In case of machinery and equipment also, guarantee will be given as mentioned in

clause (c) above and the Supplier shall during the guarantee period replace the parts

/ whole if any and remove any manufacturing defect if found during the above period

so as to make machinery and equipment operative. The Supplier shall also replace

machinery and equipment in case it is found defective which cannot be put to

operation due to manufacturing defect, malfunctioning, etc.

h) In case of machinery and equipment specified by the Procuring Entity the Supplier

shall be responsible for carrying out annual maintenance and repairs on the terms

and conditions as may be agreed at the time of entering in to the contract. The

Supplier shall also be responsible to ensure adequate regular supply of spare parts

needed for a specific type of machinery and equipment whether under their annual

maintenance and repairs rate contract or otherwise. In case of change of model he

will give sufficient notice to the Procuring Entity who may like to purchase spare parts

from them to maintain the machinery and equipment in perfect condition.

i) If having been notified, the Supplier fails to remedy the defect within the period

specified in the SCC; the Procuring Entity may proceed to take within a reasonable

period such remedial action as may be necessary, at the Supplier’s risk and expense

and without prejudice to any other rights which the Procuring Entity may have against

the Supplier under the Contract.

Page 41: Tender Document for Integrated Scheme for Computer Education

Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III)

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #41 of #133

j) The bidder shall submit a undertaking (as per Annexure-9) from all the respective

OEMs mentioning the fact that the goods supplied are covered under comprehensive

warranty & support for the prescribed period, etc.

k) At the time of goods delivery, the selected bidder shall submit a certificate/

undertaking from all the respective OEMs mentioning the fact that the goods supplied

are covered under comprehensive warranty & support for the prescribed period.

l) Maintenance: The tenderer shall provision for on-site maintenance services during

the entire contract period and attend & resolve the complaint as per SLA. The user

shall not make any payment towards this arrangement or towards transportation of

faulty item being taken away from the user’s site.

m) Bidder/ contractor has to set up and ensure complaint redressal mechanism so that

within 4 business days, from the date of complaint, the user’s complaint get resolved.

The school co-ordinator will lodge the complaints to range co-ordinator and related

OEM & update in the complaint register maintained at the school.

n) The removal of all types of Virus/ Malware/ Trojan/ Worm from the supplied desktops

would be the responsibility of the successful Bidder/ Contractor.

o) The warranty on supplied software media, if any, shall be of 90 days.

34) Patent Indemnity-

a) The supplier shall, subject to the Procuring entity’s compliance with sub-clause (b)

below, indemnify and hold harmless the Procuring entity and its employees and

officers from and against any and all suits, actions or administrative proceedings,

claims, demands, losses, damages, costs, and expenses of any nature, including

attorney’s fees and expenses, which the Procuring entity may suffer as a result of

any infringement or alleged infringement of any patent, utility model, registered

design, trademark, copyright, or other intellectual property right registered or

otherwise existing at the date of the Contract by reason of:

i. the installation of the Goods by the supplier or the use of the Goods in the

country where the Site is located; and

ii. the sale in any country of the products produced by the Goods.

Such indemnity shall not cover any use of the Goods or any part thereof other than

for the purpose indicated by or to be reasonably inferred from the Contract, neither

any infringement resulting from the use of the Goods or any part thereof, or any

products produced thereby in association or combination with any other equipment,

plant, or materials not supplied by the supplier, pursuant to the Contract.

b) If any proceedings are brought or any claim is made against the Procuring entity

arising out of the matters referred to above, the Procuring entity shall promptly give

the supplier a notice thereof, and the supplier may at its own expense and in the

Procuring entity’s name conduct such proceedings or claim and any negotiations for

the settlement of any such proceedings or claim.

c) If the supplier fails to notify the Procuring entity within twenty-eight (28) days after

receipt of such notice that it intends to conduct any such proceedings or claim, then

the Procuring entity shall be free to conduct the same on its own behalf and at the

expenses of the supplier.

d) The Procuring entity shall, at the supplier’s request, afford all available assistance to

the supplier in conducting such proceedings or claim, and shall be reimbursed by the

supplier for all reasonable expenses incurred in so doing.

e) The Procuring entity shall indemnify and hold harmless the supplier and its

employees, officers, and Subcontractors from and against any and all suits, actions

or administrative proceedings, claims, demands, losses, damages, costs, and

expenses of any nature, including attorney’s fees and expenses, which the supplier

Page 42: Tender Document for Integrated Scheme for Computer Education

Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III)

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #42 of #133

may suffer as a result of any infringement or alleged infringement of any patent, utility

model, registered design, trademark, copyright, or other intellectual property right

registered or otherwise existing at the date of the Contract arising out of or in

connection with any design, data, drawing, specification, or other documents or

materials provided or designed by or on behalf of the Procuring entity.

35) Limitation of Liability: Except in cases of gross negligence or wilful misconduct:-

a) neither party shall be liable to the other party for any indirect or consequential loss 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 supplier to pay penalty to

the Procuring entity; and

b) the aggregate liability of the supplier to the Procuring entity, whether under the

Contract, in tort, or otherwise, shall not exceed the amount specified in the Contract,

provided that this limitation shall not apply to the cost of repairing or replacing

defective equipment, or to any obligation of the supplier to indemnify the Procuring

entity with respect to patent infringement.

36) Force Majeure-

a) The supplier shall not be liable for forfeiture of its Performance Security, liquidated

damages, or termination for default if and to the extent that it's delay in performance

or other failure to perform its obligations under the Contract is the result of an event

of Force Majeure.

b) For purposes of this Clause, “Force Majeure” means an event or situation beyond the

control of the supplier that is not foreseeable, is unavoidable, and its origin is not due

to negligence or lack of care on the part of the supplier. Such events may include, but

not be limited to, acts of the Procuring entity in its sovereign capacity, wars or

revolutions, fires, theft, floods, epidemics, quarantine restrictions, and freight

embargoes.

c) If a Force Majeure situation arises, the supplier shall promptly notify the procuring

entity in writing of such condition and cause thereof. Unless otherwise directed by

procuring entity writing, the supplier shall continue to perform its obligations under

the contract as far as reasonably practical, and shall seek all reasonable alternative

means at his cost for performance not prevented by Force Majeure event.

37) Change Orders and Contract Amendments-

a) The Procuring entity may at any time order the supplier/ selected bidder through

Notice in accordance with clause 'Notices' above, to make changes within the

general scope of the Contract in any one or more of the following:

i. drawings, designs, or specifications, where Goods to be furnished under the

Contract are to be specifically manufactured for the Procuring entity;

ii. the method of shipment or packing;

iii. the place of delivery; and

iv. the related services to be provided by the supplier/ selected bidder.

b) If any such change causes an increase or decrease in the cost of, or the time

required for, the supplier’s performance of any provisions under the Contract, an

equitable adjustment shall be made in the Contract Price or in the Delivery and

Completion Schedule, or both, and the Contract shall accordingly should be

amended. Any claims by the supplier/ selected bidder for adjustment under this

clause must be asserted within twenty-eight (28) days from the date of the supplier’s

receipt of the Procuring entity’s change order.

c) Prices to be charged by the supplier for any related services that might be needed

but which were not included in the Contract shall be agreed upon in advance by the

Page 43: Tender Document for Integrated Scheme for Computer Education

Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III)

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #43 of #133

parties and shall not exceed the prevailing rates charged to other parties by the

supplier for similar services.

d) Additional quantity may be procured by placing a repeat order on the rates and

conditions of the original order. However, the additional quantity shall not be more

than 25% of the value of Goods of the original contract and shall be within one month

from the date of expiry of last supply. If the Supplier fails to do so, the Procuring

Entity shall be free to arrange for the balance supply by limited Bidding or otherwise

and the extra cost incurred shall be recovered from the Supplier.

38) Termination-

a) Termination for Default-

i. The procuring entity without prejudice to any other remedy under the provisions

of the Act, the Rules or the Contract for breach of contract, by written notice of

default of at least 30 days sent to the supplier/ selected bidder, terminate the

contract in whole or in part:

a. If the supplier/ selected bidder fails to deliver any or all quantities of the

Goods and/or related services within the period specified in the contract, or

any extension thereof granted by procuring entity pursuant to GCC clause

'Extensions of Time'; or

b. If the supplier/ selected bidder fails to perform any other obligation under the

contract within the specified period of delivery of service or any extension

granted thereof; or

c. If the supplier/ selected bidder, in the judgement of the Procuring entity, has

breached the Code of Integrity, as defined in GCC, in competing for or in

executing the contract.

d. If the supplier/ selected bidder commits breach of any condition of the

contract

ii. If procuring entity terminates the contract in whole or in part, amount of PSD may

be forfeited.

iii. In the event the Procuring Entity terminates the Contract in whole or in part,

pursuant to GCC Clause (i) above, the Procuring Entity may procure, upon such

terms and in such manner as it deems appropriate, Goods and/ or Related

Services similar to those undelivered or not performed, and the Supplier shall be

liable to the Procuring Entity for any additional costs for such similar Goods or

Related Services. However, the Supplier shall continue performance of the

Contract to the extent not terminated.

b) Termination for Insolvency: Procuring entity may at any time terminate the

Contract by giving a written notice of at least 30 days to the supplier if the supplier

becomes bankrupt or otherwise declared insolvent. In such event, termination will be

without compensation to the supplier, provided that such termination will not

prejudice or affect any right of action or remedy that has accrued or will accrue

thereafter to Procuring Entity.

c) Termination for Convenience-

i. The Procuring Entity, by Notice sent to the supplier/ selected bidder, may

terminate the Contract, in whole or in part, at any time for its convenience. The

Notice of termination shall specify that termination is for the Procuring Entity’s

convenience, the extent to which performance of the Supplier under the Contract

is terminated, and the date upon which such termination becomes effective.

ii. Depending on merits of the case the supplier/ selected bidder may be

appropriately compensated on mutually agreed terms for the loss incurred by the

contract if any due to such termination.

Page 44: Tender Document for Integrated Scheme for Computer Education

Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III)

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #44 of #133

iii. The Goods that are complete and ready for shipment at the time of Supplier’s

receipt of the Notice of termination may, if required, be accepted by the Procuring

Entity at the Contract terms and prices. For the remaining Goods, the Purchaser

may elect:

a. To have any portion completed and delivered at the Contract terms and

prices; and/or

b. To cancel the remainder and pay to the supplier/ selected bidder an agreed

amount for partially completed Goods and Related Services and for materials

and parts previously procured by the supplier/ selected bidder

39) Dispute Resolution Mechanism- Any dispute arising from the Contract shall be

resolved amicably, as far as possible. The levels of the Dispute Resolution mechanism

shall be as follows:

a) Amicable resolution between representatives of Parties to the Contract

b) If a question, difference or objection arises in connection with or out of the contract

agreement or the meaning of operation of any part, thereof or the rights, duties or

liabilities of either party have not been settled by amicable resolution through mutual

discussions, it shall be referred to the appropriate Empowered Dispute Resolution

Committee for decision, if the amount of the claim is more than Rs. 50,000/-.

Dispute Resolution Mechanism will have the following Committees at the levels of Head

of the Department and Administrative Secretary of the Department:

1. Head of the Department Level Committee: to address disputes in contracts of value

upto Rs. 1 crore:

The Head of the Department Level Committee shall comprise of Head of the

Department, Financial Advisor/ Chief Accounts Officer of the Department, Concerned

Procuring Entity or Additional Head of the Department (Member-Secretary) and

Representative of Law Department not below the rank of Legal Assistant.

2. Administrative Secretary Level Committee: to address disputes in contracts of value

of more than Rupees One Crore.

The Administrative Department Level Committee shall comprise of Administrative

Secretary of the Department, Representative of Finance Department not below the

rank of Deputy Secretary, Law Secretary or his nominee, not below the rank of Joint

Legal Remembrancer, Chief Engineer cum- Addl. Secretary of the concerned

department and Chief Engineer concerned or Head of the Department, in case of

other than a Works Department (Member- Secretary).

NOTE:- In case the Procuring Entity is other than a Department of the State Government,

the concerned Administrative Department will decide the levels of various members

of the two Dispute Resolution Committees.

c) All legal proceedings, if necessary arise to institute by any of the parties shall have to

be lodged in courts situated in Rajasthan and not elsewhere.

40) Local Conditions-

a) Each Bidder is expected to fully get acquainted with the local conditions and factors,

which may have any effect on the performance of the contract and /or the cost.

b) The Bidder is expected to know all conditions and factors, which may have any effect

on the execution of the contract after issue of letter of Award as described in the

bidding documents. The department shall not entertain any request for clarification

from the Bidder regarding such local conditions.

c) It is the Bidder’s responsibility that such factors have properly been investigated and

considered while submitting the bid proposals and no claim whatsoever including

those for financial adjustment to the contract awarded under the bidding documents

Page 45: Tender Document for Integrated Scheme for Computer Education

Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III)

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #45 of #133

will be entertained by the department. Neither any change in the time schedule of the

contract nor any financial adjustments arising thereof shall be permitted by the

department, on account of failure of the bidder to know the local laws / conditions.

d) The bidder is expected to obtain all information that may be necessary for preparing

the bid at their own interest and cost

41) Accommodation for Computer Lab: The Head of Institution will provide sufficient and

safe room for computer lab and the maintenance of this lab is the sole responsibility of

the tenderer. The Head of Institution would provide the computer room having

hardwearing floor finish, with a pucca roof, easily maintainable and should not produce

dust. The room to be provided by Head of Institution must have sufficient space for

placing 10 computers (including Server), one printer, UPS, Switch etc. with necessary

locking arrangements. Standard size of Computer Lab/ Room: 200 Sq. feet ± 15%. It will

be preferred that not more than two students should work on a single terminal or one PC

i.e. the student to computer ratio would be 2:1.

a) Fitting of Electricity/ Site Preparation (for details see technical requirements):

(i) The Bidder should prepare the site (Computer Lab) as per the Technical

Specifications for Lab Infrastructure mentioned in this Tender Document in the

Schools

(ii) The basic electric connection will be provided by the School. Other additional

electric fitting materials within the computer lab shall have to be made by the

tenderer.

(iii) The electricity charges for running the computer centre lab shall be borne by

the contractor as per the sub-meter fixed. The Contractor will fix the sub-meter.

The contractor has to ensure that “Electrical wiring” includes standard earthing

and “LAN Cabling” is inclusive of CAT6 cables, I/O boxes, PVC casing as per

requirement and fitting, fixing and integration etc at each site.

(iv) The Contractor shall keep the Computer Lab open during school vacations for

the benefit of students & teachers

(v) The electricity bill of the computer lab will be paid by the tenderer.

(vi) Contractor shall carry out painting of Computer Lab whenever required to

maintain good look and feel

42) Delivery, Installation & Commissioning of Contracted Hardware, Software and

Accessories and Provision of CE & ICT Services-

a) Subject to GCC Sub-Clause 'Change Orders and Contract Amendments' the Delivery

of the Goods and Completion of the Related Services shall be in accordance with the

Delivery and Completion Schedule specified in this document. The details of shipping

and other documents to be furnished by the Supplier are specified in this document.

b) All Goods must be sent freight paid through Railways or Goods transport. If Goods

are sent freight to pay, the freight together with departmental charge of 5% of the

freight will be recovered from the Supplier’s bill. R.R. should be sent under registered

cover. In case advance payment is to be made, the RR shall be sent through Bank

only.

c) The tenderer whose tender is accepted shall arrange to supply the ordered material

(computer hardware, software and accessories etc.), service setup and CE & ICT

services strictly in accordance with specifications given in the technical bid within a

period mentioned in this RFP.

d) The installation and maintenance shall be done at the risk and cost of the tenderer.

Page 46: Tender Document for Integrated Scheme for Computer Education

Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III)

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #46 of #133

e) All security arrangements for the equipment located in the each computer lab in the

school shall be the responsibility of the head of the institution. However tenderer will

ensure to use the lab with due care under the supervision of the head of the

institution. It shall also be the responsibility of the tenderer to get all the equipments

insured from an Insurance Company against calamities, theft, fire etc. and all such

insurance charges will be borne by the tenderer. The department will not be required

to pay such charges. All Head of Institutions shall take adequate measures to provide

for security arrangements of equipments and provide assistance for insurance claim,

if any.

(i) Tenderer shall temporarily restore the affected items with spare/ standby items

having similar or better technical specification within 15 school days from the date

of event/ happening so that education is not hampered till the time the original

item is procured & restored by the tenderer. During these 15 school days penalty

shall not be applicable, however, if tenderer fails to comply with the condition

then penalties as per clause 49 shall be imposed from the 16th day.

(ii) Tenderer shall restore the lab in original condition within 45 schools days except

in case of loss due to security lapse/ negligence, from the date of event/

happening or after Non-Traceable Report (NTR) by police, whichever is earlier.

Computer education shall not be stopped in any case by the tenderer.

f) Certificate/ Policy of Insurance Company for Computer Lab against calamities, theft,

fire etc. (only with first bill).

g) The tenderer shall only use licensed system software (to be provided by GOR) and

shall be held liable for any consequent action arising out of patent/ intellectual

property right violation and DD(S)/ DEO(S)/ Head of Institution shall not be liable for

any liabilities or damages arising thereof.

h) The tenderer will not be permitted to operate computer at any other premises other

than the one provided in the school.

i) The tenderer should maintain all the computer hardware, software and other

equipment in proper working condition throughout the contract period.

j) The tenderer shall provide all the other consumables such as stationery, CD-Rs etc.

as per the requirements of school during the contract period without any extra cost.

k) The Head of Institution shall have the right to use the computer lab along with

hardware and software for school/ official purpose.

l) The computer lab can be used in conducting examination of computer education in

the School.

m) If the tenderer fails even after providing adequate notice, the Head of Institution is

empowered for alternative installation of contracted hardware/ software/ accessories

with the accumulated amount by the deductions after obtaining written permission

from DD(S).

n) Any Hardware/Software etc. installed by the tenderer shall not be removed/ taken

over out of the school/ from the place of installation without prior written permission of

the head of the institution.

o) Commissioning of the project: If the tenderer has fulfilled following conditions then

the project is deemed to have been commissioned and payment can start as per

payment conditions.

(i) Has supplied and installed hardware, software and equipments in the computer

lab as per the scope of work, specifications and term & conditions of this tender

Page 47: Tender Document for Integrated Scheme for Computer Education

Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III)

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #47 of #133

document and all the services are available; and

(ii) Has deputed the school co-ordinator as per the qualifications, experience and

term & conditions of this tender document; and

(iii) Has set up the Help Desk and Project Manager and Range/ District

Coordinators have been appointed and have assumed duties and allocated

range/ district respectively; and

(iv) The delay in start of theory/ practical classes is not due to any shortage or

delay in scope of work and supply & installation of any equipment by the

supplier.

43) School co-ordinator: The tenderer shall engage school co-ordinators through any legal

means to maintain the computer lab (hardware, software and accessories). If required,

he/ she shall also provide technical support to the teachers in the use of the multimedia

based content in a group of five schools. The tenderer shall be solely responsible for

the school co-ordinators engaged and shall not pass any responsibility to the

department/ school on this account.

a) Educational Qualification:

Graduate in any discipline from a UGC recognized university.

1 year Diploma in Computers or any other equivalent qualification in Computer

Science/ Computer from a Govt./ISO recognized institute or “O” Level Certificate

from DOEACC

b) The school co-ordinator will produce attested photocopies of all the Degrees/

Diplomas/ Certificates and his/her bio-data along with photo attested by the tenderer

at the time of joining.

c) Female school co-ordinator will be preferred in a group of girls' schools.

d) Each School coordinator is expected to visit a school at least once a week for full

day.

e) The tenderer shall replace the school co-ordinator if his/her performance is not found

satisfactory consistently.

f) The school co-ordinator will maintain the four registers in each school duly verifying

each entry by the Head of Institution and the registers will be placed in the custody of

the Head of Institution: (1) Dead Stock Register, (2) Consumables Register, (3) Dead

Stock Down Time and Movement Register (also called as maintenance register) and

(4) School co-ordinator's Attendance Register. These registers will be provided by

the tenderer.

g) Delay in execution of practical classes due to breakdown of equipment shall be

treated as absence of school co-ordinator and penalty as per “the penalty for

absence of school co-ordinator” will be imposed on tenderer.

h) The school co-ordinator will bear identity card of the organization/ company of the

supplier.

i) No experience certificates will be given to school co-ordinators by the

school/department. The school co-ordinator or any employee of the supplier will not

claim any employment with GoR/ Department/ school during or after the contract

period.

j) The school co-ordinator will not indulge in any activity that disrupts harmony of the

school environment.

Page 48: Tender Document for Integrated Scheme for Computer Education

Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III)

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #48 of #133

k) The sole responsibility of compensating for damage caused (death/ disability etc.) to

school co-ordinator(s) or damage caused to others or property due to acts of school

co-ordinator(s), either inside or outside school campus will be of tenderer and school/

department will not be responsible for any such event.

l) The department/ school will not be responsible for any dispute that arises between

school co-ordinator(s) and tenderer due to non/under payment, service conditions,

etc. In case the school/ department /Head of institution is made a party in any such

court case the tenderer will bear any/all losses/ expenses on account of such cases.

m) It will be responsibility of the tenderer to follow rules, regulations and Acts of State/

Central governments regarding welfare of employees and labour/ persons hired for

services/ appointed by it and school/ Department will not be responsible if the

tenderer violates the same.

n) It will be responsibility of tenderer to verify past record of school co-ordinator(s). It will

be binding on tenderer not to appoint/ hire school co-ordinator(s) with criminal

background or those found guilty of indulging in anti-social and anti-national

activities.

o) The school co-ordinator should not involve in any other matter/ action repugnant to

the spirit of ethical practices, including, behaviour to/ by students; unauthorized use

of copyrighted software etc.

p) School records, examination results etc. of the school/ office may also be

computerized with the help of school co-ordinator.

44) Monitoring Setup: The tenderer shall designate the following staff with their own offices

for management of the project during the entire project period for execution, co-

ordination and implementation of the project and to provide periodic feedback and

reporting to the respective Government authorities as demanded from time to time:

a) Dedicated Project Manager at state level to be stationed at Department’s Bikaner HQ

and In charge of the complete project management from the tenderer for the state.

b) Dedicated District Coordinators to be stationed at each district headquarters of the

range. The District coordinator posted at Range HQ will also work as the Range

Coordinator for that Range.

c) The detailed roles and responsibilities of the above staff are as under:

Name of position

Education qualifications

Roles and responsibilities

Project manager (PM)

Graduate in any discipline (MBA preferred)

At least masters in computer science/ electronics/ computer engineering or higher qualification in the field of information technology

3-4 year experience (project management experience preferred)

State Interface:

To ensure smooth implementation of the project

Monitoring of the performance of Range/ District Coordinator (R/DC) and school co-ordinators,

Infrastructure maintenance.

Conduct Monthly Review meets with the District coordinators

Vendor management to ensure the machines are having high uptime

To visit school on regular basis to check the execution

To get the desired data, reports always on time

To solve/ close all problems within 7 days by coordinating with R/DCs and vendor

To schedule school co-ordinator induction and technical trainings

Send monthly reports to commissioner, Secondary Education and participate in the monthly review

Page 49: Tender Document for Integrated Scheme for Computer Education

Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III)

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #49 of #133

School Interface:

To ensure the contractual obligations are met as per agreement

MIS requirements from the commissioner, Secondary Education are met on time

Interaction with the commissioner, Secondary Education on a regular basis to update the progress of the project

Attend all project Review meetings

Range/ District Coordinator

Graduate in any discipline

Diploma in computer application from any recognized institution

With 2 year experience (HW maintenance/ customer support preferred)

To collect and verify all reports from schools

To coordinate maintenance work by vendors

To Send periodic reports to regional office (RCs)

To collect sign-off from school co-ordinators for the school

To visit every school performance in consultation with Head of Institution

To participate in discussions with Head of Institution about education delivery

To conduct education delivery reviews: 1. Adherence to session plan 2. Attendance of students

To find a replacement school co-ordinator within 3 days of a school co-ordinators resignation/leaving

To recruit school co-ordinator by conducting tech/non-tech tests and interviews

To conduct induction or any other training program for the school co-ordinator

45) Setting a Help Desk/ Call Centre Facility at Range HQ- The Help Desk would be

operational on all working days from 8.00 AM to 5.00 PM. The purpose of Helpdesk is to

log any call relating to the operations and management of the project in schools. At least

two capable resources with adequate qualifications and experience should man the Help

Desk. The bidder will have to arrange for suitable space arrangements for Help Desk on

its own. The help desk service will serve as a single point of contact (SPOC) for all

incidents and service requests for the Schools falling within that Range. The activities

shall include:

a) The following shall be clearly marked on the equipments using labels or indelible ink

in the presence of school staff:

(i) The date of installation,

(ii) Period of warranty,

(iii) The details of service person

b) Supplier has to set up a web based portal along with a Help Desk facility to register,

monitor and rectify all the calls from schools regarding hardware and software

support arising after the supply.

c) Provide necessary channels for reporting issues to the help desk. The incident

reporting channels shall be the following:

(i) Specific e-Mail account/ web portal

(ii) Toll Free Phone Number which shall be provisioned by the bidder and cost to

be paid by the bidder

d) Implement a call logging system in line with the defined incident types as per the

SLA. The Help desk shall log user calls and assign an incident/ call ID number.

e) Creation of knowledge base on frequently asked questions to help in resolving basic

issues themselves

Page 50: Tender Document for Integrated Scheme for Computer Education

Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III)

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #50 of #133

f) Track each incident / call to resolution

g) Provide feedback to callers.

h) Analyze the call statistics

i) Escalate the calls, to the appropriate levels, if necessary as per the escalation matrix

agreed between the bidder and the department. The escalation matrix shall be

developed by bidder in discussion with Department.

j) Coordinate with respective OEMs for closure of calls.

k) Analyze the incident / call statistics and provide monthly reports including but not

limited to:

(i) Type of incidents / calls logged

(ii) Incidents / calls resolved

(iii) Incidents / calls open

46) Other Conditions-

a) Medium of instruction will be Hindi and English.

b) The required premises or accommodation in a school building will be made available

by the Head of Institution to the tenderer free of cost as per availability and

requirement.

c) District/ Range/ Directorate will monitor, assess and review the scheme from time to

time.

d) The progress of project and performance of the tenderer will be reviewed at least

twice in a year by Departmental Level Committee and once in a year by the State

Level Empowered Committee.

e) The payment will be managed by the education department through the concerned

DEO (Secondary) I/II. In case of any dispute, the matter will be referred to the Range

Level Committee first.

f) The tenderer and school co-ordinator will abide by the rules and discipline of the

school for maintenance & teaching support and other related matters.

g) The tenderer will ensure that at a single location (district) no multiple brands of items

can be used and only single financial bid would be accepted in case of multiple

branding.

h) The final acceptance of the tender would be entirely vested with the procuring entity

who reserves the right to accept or reject any tender, without assigning any reason

whatsoever. There are no obligations on the part of the procuring entity to

communicate in any way with the rejected tenderer. After acceptance of the tender

by procuring entity the tenderer shall have no right to withdraw his tender or claim

higher price.

i) Tenders with incomplete information are liable for rejection.

j) For each category of qualification criteria, the documentary evidence is to be

produced duly attested by the tenderer, serial numbered and enclosed with the

technical bids. If the documentary proof is not enclosed for any/ all criteria the tender

is liable for rejection.

k) If any information given by the tenderer is found to be false/fictitious, the action would

be initiated against the tenderer as per Govt. rules.

l) If GoR/ Department decide to appoint a third party agency for inspection and

evaluation to measure the success of the project during the tenure of the project and

Page 51: Tender Document for Integrated Scheme for Computer Education

Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III)

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #51 of #133

tenderer need to share all the information and co-operate with third party monitoring

/technical agency during the period of contract.

m) During the course of contract when the successful tenderer is maintaining the

machines, complete record should be kept of all the changes made to the

configuration for any system that undergoes part replacement. The specification of

each replacement. The specification of each replacement part should be equivalent

or better than that of the original.

n) The Multimedia based Education Content has to be installed free of cost.

47) Terms of Payment-

a) The Supplier’s request for payment shall be made to the Procuring Entity in writing,

accompanied by invoices describing, as appropriate, the Goods delivered and

Related Services performed, and by the documents submitted pursuant to GCC

'Delivery' Clause and upon fulfilment of all the obligations stipulated in the Contract.

b) Payments should be made promptly by the Procuring Entity, as far as possible, within

Thirty (30) days after submission of an invoice or request for payment by the

Supplier, and the Procuring Entity has accepted it. All remittance charges shall be

borne by the Supplier.

c) The currency in which payments shall be made to the Supplier under this Contract

shall be Indian Rupees.

d) In case of disputed items, 10 to 25% of the amount of the price of such items may be

withheld and will be paid on settlement of the dispute.

e) Payment in case of those Goods which need trials or testing as specified in this

document shall be made only when such trials or tests have been carried out and

trials or test results received conforming to the prescribed specifications

f) No advance payment shall be made.

g) The payment for implementing this scheme will be made on submission of bills in

proper form (along with performance report of each school issued by Head of

Institution) by the tenderer to the concerned District Education Officer (Secondary-

I/II) in accordance with the directions mentioned in the tender document. Part

payment can also be made. All remittance charges will be borne by the tenderer.

h) The tenderer will not be entitled for the start of first payment for the entire district

unless the tenderer has delivered and installed the entire equipment including school

co-ordinator as mentioned in this RFP and commissioned the scheme in at least 75%

of the total no. of schools of that district.

i) The tenderer will submit the bills quarterly with the following documents duly verified

by him:

(i) The photocopy of Daily Attendance Register of the school co-ordinator with

each bill.

(ii) Performance report (in the format prescribed by Directorate Bikaner) of each

school with each bill.

(iii) Certificate/ Policy of Insurance Company for Computer Lab against calamities,

theft, fire etc (only with first bill).

j) Payment will be started from the date of Commissioning and will be made as per

Payment Schedule mentioned above in this tender document to the tenderer by the

DEO(s) upon satisfaction and on submission of the certificates as mentioned above.

Page 52: Tender Document for Integrated Scheme for Computer Education

Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III)

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #52 of #133

k) No Payment will be made to the tenderer if the infrastructure of computer lab is not

as per prescribed norms and also if the school co-ordinator does not satisfy the

desired qualification as specified.

l) The computer lab will remain open during vacations (Mid Term/ Winter/ Summer

vacations) and preparation leaves as per school working hours, the payment will be

made against these vacations/leaves. The payment will also be made against

Holidays.

m) The DEO(s) would provide the Income tax deduction certificate and the reasons of

other deductions in writing to the tenderer at the time of payment.

48) Payment schedule – Payments to the bidder, after successful completion of the target

milestones (including specified project deliverables), would be made as under:

Sr.

No.

% age of

payment

Condition/ Event

1. No Advance payment shall be made

2. Twenty

Equal

Quarterly

installments

a) The payment for imparting this scheme will be made on

submission of bills in proper form (along with performance

report of each school issued by Head of Institution) by the

tenderer to the concerned District Education Officer

(Secondary - I/II) in accordance with the directions mentioned

in the tender document. Part payment can also be made.

b) Centralized payment at Directorate/DD level could also be

considered only by state level committee in case of any

difficulty in payment at DEO level

Note: (i) Remittance charge on payment made shall be borne by the tenderer.

(ii) The rate should not be provided as a percentage figure; the tenderer is advised to

quote charges in absolute Indian Rupees inclusive of all taxes & government levies.

a) In case, if the site is not made available for installation of supplied items during the

period of delivery and installation as given in the bidding document, then the bidder

would request procuring entity in writing accompanied by "Site Not Ready" certificate

duly sealed & signed from the School (Head of Institution) for extension of installation

period without penalty. If the site is not made ready by the school even after one

month of scheduled date/ actual date of delivery whichever is later, then

proportionate payment due shall be made to the successful bidder. The payment will

be made after the submission of invoice (in triplicate) and duly entered in the stock

register, remaining payment will be released after successful installation &

commission as per the bidding document.

b) The supplier’s/ selected bidder’s request for payment shall be made to the procuring

entity in writing, accompanied by invoices describing, as appropriate, the goods

delivered and related services performed, and by the required documents submitted

pursuant to general conditions of the contract and upon fulfilment of all the

obligations stipulated in the Contract.

c) Due Payments shall be made promptly by the procuring entity, generally within sixty

(60) days after submission of an invoice or request for payment by the supplier/

selected bidder, and the procuring entity has accepted it.

d) The currency or currencies in which payments shall be made to the supplier/ selected

bidder under this Contract shall be Indian Rupees (INR) only.

e) All remittance charges will be borne by the supplier/ selected bidder.

Page 53: Tender Document for Integrated Scheme for Computer Education

Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III)

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #53 of #133

f) In case of disputed items, disputed amount shall be withheld and will be paid only

after settlement of the dispute.

g) Payment in case of those goods which need testing shall be made only when such

tests have been carried out, test results received conforming to the prescribed

specification.

h) Advance Payments will not be made.

i) Any penalties accumulated due to non-compliance of service level requirements shall

be deducted from the Bank Guarantee provided by the supplier as well as from any

payments due to the supplier for respective/ prospective quarters.

j) Taxes (work contract tax, VAT, income tax, etc.), as applicable, will be deducted at

source, from due payments, as per the prevalent rules and regulations.

B. Special Conditions of the Bid-

49) Service Level Agreement (SLA) with Penalties-

a) SLA defines the terms of the bidders responsibility in ensuring the performance of the

Project based on the Performance Indicators as detailed in this RFP.

b) Measurement of SLA: The Measurement of SLA shall be performed either by the

department or a Third Party Agency as designated by the Department for respective

scope of work in schools.

c) SLA Reporting: For reports of performance of the Project, the bidder is required to

submit monthly MIS for availability of Service Setup/ Hardware/ Software and other

equipments installed at schools site certified by the head of the school in the formats

to be prescribed separately by the department.

d) In case of failure to mitigate the material breach within the stipulated period,

department may terminate the agreement. The table below summarizes the

performance indicators for the services to be offered by the bidder:

S. No.

SLA Parameter Stipulated period of Mitigation

Material/ SLA Breach

Penalty per lab

Penalty for delay in execution of scheme

If the installation and commissioning of the system is not completed in full within the stipulated period as prescribed in the implementation schedule the 'Liquidated Damages' clause shall be applicable on the value for hardware & infrastructure (i.e. Rs. 5.45 lacs per school) for only the un-commissioned number of schools.

Penalty for non implementation of scheme

If the installation and commissioning is not completed even after maximum installation and commissioning period or after any extension provided thereof; the Contract may be terminated in part or whole at the discretion of Procuring Entity and at the risk and cost of the Tenderer. The Performance Security may be forfeited in part or whole as the case may be. The procuring entity will be authorised to engage the services of any other suitable BOOT vendor at the risk and cost of the tenderer.

Page 54: Tender Document for Integrated Scheme for Computer Education

Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III)

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #54 of #133

Penalty for failure of hardware equipments declared as CRITICAL in Annexure-1

(i) No equipment shall be down for more than 4 school days (even if equipment is down during part of a school day, it will be counted as one school day) over one month period. For downtime beyond 4 school days in a month, Rs. 150/- per school per ‘school day’ or part thereof shall be levied as penalty on the executing agency.

(ii) In the event of continuing non-functioning or defective functioning of any equipment provided under the Contract, the Tenderer(s) shall forthwith replace such equipment provided by the Tenderer to the School concerned by equivalent/ similar/ better equipment, failing which DD(S)/ DEO(S) shall be entitled to replace such equipment as found non-functioning or defective and charge the said cost(s) together with interest thereof to the account of the Tenderer(s)

Penalty for failure of hardware equipments declared as NON-CRITICAL in Annexure-1

(i) No equipment shall be down for more than 6 school days (even if equipment is down during part of a school day, it will be counted as one school day) over one month period. For downtime beyond 6 school days in a month, Rs. 100/- per school per ‘school day’ or part thereof shall be levied as penalty on the executing agency.

(ii) In the event of continuing non-functioning or defective functioning of any equipment provided under the Contract, the Tenderer(s) shall forthwith replace such equipment provided by the Tenderer to the School concerned by equivalent/ similar/ better equipment, failing which DD(S)/ DEO(S) shall be entitled to replace such equipment as found non-functioning or defective and charge the said cost(s) together with interest thereof to the account of the Tenderer(s)

Non working of Internet (The clause is not to be invoked where Internet Service Provider (ISP) is not available)

@ Rs. 50/- per day per school or actual cost of bandwidth whichever is higher. The penalty will be computed from day one.

Non working of the electrical equipment, networking and MIS software

within 4 working days from the lodging of the complaint

<=4 days @ Rs. 100/- per day per school. The penalty will be computed from day one

>4 days <=15 days

@ Rs. 200/- per day per school will be imposed on the bidder.

>15 days <=30 days

@ Rs. 400/- per day per school will be imposed on the bidder.

>30 days Payments due in respect of that school for the remaining months shall stand dissolved.

Non provisioning of satellite education

within 3 working days from the lodging of the complaint

<=3 days @ Rs. 50/- per day per school. The penalty will be computed from day one

>3 days <=15 days

@ Rs. 100/- per day per school will be imposed on the bidder.

>15 days <=30 days

@ Rs. 200/- per day per school will be imposed on the bidder.

>30 days Payments due in respect of that school for the remaining

Page 55: Tender Document for Integrated Scheme for Computer Education

Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III)

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #55 of #133

months shall stand dissolved.

Penalty for absence of monitoring staff or school co-ordinator

The tenderer shall ensure that the school co-ordinator attend the school in the group regularly for maintaining the computer lab as needed. A substitute is to be provided in case of his/ her absence. If the monitoring staff/ school co-ordinator is absent and no substitute is provided, the tenderer shall be liable to pay a fine Rs. 100/- per day for 1st week, Rs. 200/- per day for 2nd week and Rs. 400/- per day for further weeks.

If the monitoring staff/ school co-ordinator is regularly and frequently absent and if the agency does not depute school co-ordinator despite being notified in writing, the DD(S)/ DEO(S) is authorised to engage the services of a school co-ordinator at the risk and cost of the tenderer

Penalty for non-functioning of Help Desk/ Call Centre Facility at Range HQ

within 3 working days from the downing of the Help Desk/ Call Centre Facility

<=3 days @ Rs. 250/- per day per school. The penalty will be computed from day one

>3 days <=15 days

@ Rs. 500/- per day per school will be imposed on the bidder.

>15 days <=30 days

@ Rs. 1000/- per day per school will be imposed on the bidder.

>30 days Payments due in respect of that school for the remaining months shall stand dissolved.

(a) Notwithstanding any of the penalty clauses above and those listed elsewhere in the

SLA, GoR/ Department shall be free to hold back or deduct entirely the quarterly

costs and/ or invoke termination if after due intimations and/ or warning,

improvements in service are not made to the satisfaction of GoR/ Department.

(b) Fraction of a day in reckoning period in supplies, successful installation and

completion of work shall be eliminated if it is less than half a day. In case of

calculation for month wise penalties the month will be of 30 days and if duration is

less than a month then penalty will be levied on pro-rata basis.

50) Acceptance Testing and Certification

a) The primary goal of Acceptance Testing and Certification is to ensure that the Project

(including all the project components as discussed in the scope of work) meets

requirements, standards, specifications and performance, by ensuring that the

following are associated with clear, quantifiable metrics for accountability:

I. Infrastructure (Hardware and Network) Compliance Review

II. Performance

III. Project Documentation

b) Infrastructure Compliance Review: Department/ Third party agency may perform

the Infrastructure Compliance Review to verify the conformity of the Infrastructure

(both IT, non IT) supplied by the selected Bidder against the requirements and

specifications provided in the RFP and/or as proposed in the proposal submitted by

the selected Bidder. Compliance review shall not absolve the vendor from ensuring

that proposed infrastructure meets the SLA requirements.

c) Performance: Performance is another key requirement for the project and the

agency shall review the performance of the deployed solution against certain key

parameters defined in SLA.

Page 56: Tender Document for Integrated Scheme for Computer Education

Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III)

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #56 of #133

d) Project Documentation: The Agency shall review the project documents developed

by the selected Bidder including deliverables given in the scope of work and other

documents as required.

51) Exit Management-

a) Purpose- This clause sets out the provisions which will apply on expiry or

termination of the “Contract Agreement”. In the case of termination of the Contract

Agreement due to any illegal activity performed by the bidder during/ as part of the

activities related to the project, the procuring entity shall have the right to, at its sole

discretion; apply this clause with or without seeking an appropriate remedy from the

bidder.

b) Transfer of Assets-

i. The exit management period shall be last three months period before the date of

expiry of the agreement. During this period the bidder will arrange for transfer all

the assets in good working condition and as per the specifications of the bid

document including the ones being upgraded to the department/ designated

agency. The security deposit/ performance security submitted by bidder will only

be returned after the successful transfer of the entire project including its

infrastructure.

ii. The bidder will transfer all the Software Licenses under the name of the

department as desired by the procuring entity during the exit management period.

iii. Procuring entity during the project implementation phase and the operation and

management phase shall be entitled to serve notice in writing to the bidder at any

time during the exit management period requiring the bidder to provide procuring

entity or its nominated agencies with a complete and up-to-date list of the assets

within 30 days of such notice.

iv. Upon service of a notice, as mentioned above, the following provisions shall

apply:

a. In the event, if the assets which to be transferred to procuring entity

mortgaged to any financial institutions by the bidder, the bidder shall ensure

that all such liens and liabilities have been cleared beyond any doubt, prior to

such transfer. All documents regarding the discharge of such lien and

liabilities shall be furnished to procuring entity or its nominated agencies.

b. All title of the assets to be transferred to procuring entity or its nominated

agencies pursuant to clause(s) above shall be transferred on the last day of

the exit management period. All expenses occurred during transfer of assets

shall be borne by the bidder.

c. That on the expiry of this clause, the bidder and any individual assigned for

the performance of the services under this clause shall handover or cause to

be handed over all confidential information and all other related material in its

possession, including the entire established infrastructure supplied by bidder

to Procuring entity.

d. That the products and technology delivered to Procuring entity during the

contract term or on expiry of the contract duration should not be sold or re-

used or copied or transferred by bidder to other locations apart from the

locations mentioned in the this bid document without prior written notice and

approval of Procuring entity. Supplied hardware, software & documents etc.,

used by bidder for Procuring entity shall be the legal properties of Procuring

entity.

c) Cooperation and Provision of Information during the exit management period-

Page 57: Tender Document for Integrated Scheme for Computer Education

Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III)

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #57 of #133

a. The bidder will allow Procuring entity or its nominated agencies access to the

information reasonably required to define the current mode of operation

associated with the provision of the services to enable Procuring entity or its

nominated agencies to assess the existing services being delivered.

b. The bidder shall provide access to copies of all information held or controlled

by them which they have prepared or maintained in accordance with the

Project Implementation, the Operation and Management SLA and SOWs

relating to any material aspect of the services provided by the bidder.

Procuring entity or its nominated agencies shall be entitled to copy all such

information comprising of details pertaining to the services rendered and

other performance data. The bidder shall permit Procuring entity or its

nominated agencies and/ or any Replacement Operator to have reasonable

access to its employees and facilities as reasonably required by Procuring

entity or its nominated agencies to understand the methods of delivery of the

services employed by the bidder and to assist appropriate knowledge

transfer.

d) Confidential Information, Security and Data- The bidder will promptly on the

commencement of the exit management period supply to Procuring entity or its

nominated agencies the following:

a. Documentation relating to Intellectual Property Rights;

b. Project related data and confidential information;

c. All current and updated data as is reasonably required for purposes of

Procuring entity or its nominated agencies transitioning the services to its

replacement bidder in a readily available format nominated by Procuring

entity or its nominated agencies; and

d. All other information (including but not limited to documents, records and

agreements) relating to the services reasonably necessary to enable

Procuring entity or its nominated agencies, or its replacement operator to

carry out due diligence in order to transition the provision of the services to

Procuring entity or its nominated agencies, or its replacement operator (as

the case may be).

e. Before the expiry of the exit management period, the bidder shall deliver to

Procuring entity or its nominated agencies all new or up-dated materials from

the categories set out above and shall not retain any copies thereof, except

that the bidder shall be permitted to retain one copy of such materials for

archival purposes only.

e) Transfer of certain agreements-

i. On request by Procuring entity or its nominated agencies, the bidder shall effect

such assignments, transfers, innovations, licenses and sub-licenses as Procuring

entity or its nominated agencies may require in favour of procuring entity or its

nominated agencies, or its Replacement Operator in relation to any equipment

lease, maintenance or service provision agreement between bidder and third

party leasers, operators, or Operator, and which are related to the services and

reasonably necessary for carrying out of the replacement services by Procuring

entity or its nominated agencies, or its replacement Operator.

ii. Right of Access to Premises: At any time during the exit management period and

for such period of time following termination or expiry of the SLA, where assets

are located at the bidder’s premises, the bidder will be obliged to give reasonable

rights of access to (or, in the case of assets located on a third party's premises,

Page 58: Tender Document for Integrated Scheme for Computer Education

Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III)

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #58 of #133

procure reasonable rights of access to Procuring entity or its nominated agencies,

and/ or any replacement operator in order to inventory the assets.

f) General Obligations of the bidder-

i. The bidder shall provide all such information as may reasonably be necessary to

effect as seamless during handover as practicable in the circumstances to

Procuring entity or its nominated agencies or its replacement operator and which

the operator has in its possession or control at any time during the exit

management period.

ii. The bidder shall commit adequate resources to comply with its obligations under

this Exit Management Clause.

g) Exit Management Plan-

i. The bidder shall provide Procuring entity or its nominated agencies with a

recommended exit management plan ("Exit Management Plan") which shall deal

with at least the following aspects of exit management in relation to the SLA as a

whole and in relation to the Project Implementation, the Operation and

Management SLA and SOWs.

ii. A detailed program of the transfer process that could be used in conjunction with

a replacement operator including details of the means to be used to ensure

continuing provision of the services throughout the transfer process or until the

cessation of the services and of the management structure to be used during the

transfer; and

iii. Plans for the communication with such of the bidder's, staff, suppliers, customers

and any related third party as are necessary to avoid any material detrimental

impact on Procuring entity operations as a result of undertaking the transfer; and

iv. If applicable, proposed arrangements and Plans for provision of contingent

support in terms of business continuance and hand holding during the transition

period, to Procuring entity or its nominated agencies, and Replacement Operator

for a reasonable period, so that the services provided continue and do not come

to a halt.

v. The Bidder shall re-draft the Exit Management Plan annually after signing of

contract to ensure that it is kept relevant and up to date.

vi. Each Exit Management Plan shall be presented by the bidder to and approved by

Procuring entity or its nominated agencies.

vii. In the event of termination or expiry of SLA, Project Implementation, Operation

and Management SLA or SOWs each party shall comply with the Exit

Management Plan.

viii. During the exit management period, the bidder shall use its best efforts to deliver

the services.

ix. It would be the responsibility of the bidder to support new operator during the

transition period.

Page 59: Tender Document for Integrated Scheme for Computer Education

Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III)

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #59 of #133

ANNEXURE-1: BILL OF MATERIAL (BoM) required in each school

S. No

Item Name Estimated Qty. per School CRITICAL/ NON-CRITICAL

MAF required (Y/N)

(Annexure-9) Option-1 Option-2

1. Desktop Computer (High End)

1 1 CRITICAL Yes

2. Desktop Computer (Low End)

1 9 CRITICAL Yes

3. Hybrid Solar Inverter with Solar System

1 (1 KVA) 1 (1.5 KVA) CRITICAL Yes

4. Shared Computing Access Device (AD)

8 Nil CRITICAL Yes

5. Ethernet Switch 1 Nil CRITICAL Yes

4. Wireless Router Nil 1 CRITICAL No

5. Wireless LAN Adapter (with each desktop)

Nil 10 (1 each with Desktop - High & Low End)

CRITICAL No

Common Hardware

6. Laser Printer 1 1 CRITICAL Yes

7. DMP 1 1 CRITICAL Yes

8. Scanner 1 1 NON-CRITICAL No

9. Display Unit along with suitable C-Band Antennae & Set Top Box

1 1 CRITICAL Yes

10. Computer Table 11 (1 for each PC/ AD & 1 for Printers & Scanner)

11 (1 for each PC & 1 for Printers & Scanner)

NON-CRITICAL No

11. Computer Chair 20 (2 for each PC)

20 (2 for each PC)

NON-CRITICAL No

12. Electrical Fittings As mentioned As mentioned

NON-CRITICAL No

13. Internet connection As mentioned As mentioned

CRITICAL No

14. Online MIS Interactive Software

Web based as required

Web based as required

CRITICAL No

15. Consumables As mentioned As mentioned

NON-CRITICAL No

The tenderer may install additional equipment or depute additional service setup, over and above the quantities specified, as deemed fit by them, to meet out the time Schedule and Service Level Agreement requirements. GoR would not be liable to pay any additional cost for this.

Detailed Technical Specification are given in the Annexure-2

Note: The tenderer shall not supply any item which is declared as end of sale by OEM before date of actual supply. In such case the tenderer shall supply next higher version at no extra cost.

Page 60: Tender Document for Integrated Scheme for Computer Education

Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III)

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #60 of #133

ANNEXURE-2: TECHNICAL SPECIFICATIONS

Option-1 (Shared Computing)

1. Desktop (High End):

Item Description of Requirement Compliance/ Deviations

Model Offered Mention Make

Make Offered Mention Model

Mandatory Cert. OEM – ISO 9001 Manufacturer, Certified on supplied OS and UL

Processor SPEC CPU 2006 base approach: The desktop should have latest generation single dual core or more core 64-bit x86 processor. The processor should be fully binary compatible to 32-bit applications. A dual core or more cores on a single die/socket will be treated as a single processor. The desktop should have Processor SPEC CPU2006 benchmarked with SPEC Rating in the range of at least 80-85 with 8GB RAM or higher. (60% of SPECint_rate_base2006 plus 40% of SPECfp_rate_base2006) OR SYSMark2007 based Approach: 64 bit Multi core x86 latest generation Processor supporting Hardware Assisted Virtualization feature & delivering Minimum 230 SYSMARK2007 points overall or higher. Bidder to provide Disclosure Report (FDR) to verify the qualifying parameter with technical bid.

Chipset Compatible to the above qualifying processor

Memory 8 GB DDR3 (1333 MHz)

HDD 500 GB HDD or higher

Monitor 18.5 inch Wide WXGA TCO’05 Certified

Keyboard OEM Mechanical USB Keyboard with skin pad

Mouse USB Optical Scroll with antistatic pad

Optical Drive DVD Writer

Multimedia Integrated Audio, Graphic Controller & web camera

Cabinet Mini Tower / SFF/ ATX/ Mini ATX Cabinet with two SATA connectors (ISO Certified SMPS and connectors of industrial standard) OEM can use their own cabinet and power supply

Dust Cover Quality dust cover for Monitor, CPU, Keyboard, Mouse

10/100/1000 Ethernet

Integrated.

Graphics & Audio Integrated

Speakers Head Phone with mike

Power Management

ACPI (Advanced Configuration and Power Management Interface)

Equipment Serial No.

Product should have bar coded Serial Nos. on the equipment & packing carton for capturing the Serial Nos. at the time of delivery

Linux OS Latest Open Source Freeware Linux Education/ Academic Edition compatible with quoted Shared Computing Technology

Software Following software with appropriate academic licenses for the lab:

Adobe Acrobat Professional

Adobe Photoshop Elements and Premier Elements

Adobe Flash Professional

Anti-Virus Preloaded Anti-Virus with 5 yr. updates

Operating System Operating System (Server Edition) would be procured by Education Department separately and would be supplied to each school directly. The tenderer would be responsible to install and maintain this operating system on the desktops at no extra cost in all schools during the entire project period.

Office Suite Office suite would be procured by Education Department separately and would be supplied to each school directly. The tenderer would be responsible to install and maintain this software on the desktops at no

Page 61: Tender Document for Integrated Scheme for Computer Education

Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III)

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #61 of #133

extra cost in all schools during the entire project period.

Asset Logger Software should be both server & client based with auto update capability (application agent does not have any interface). Must be able to log hardware, software, resource uses and application uses along with changes in installed hardware & software. All the modules must be enabled, disabled, controlled or configured centrally. Application’s web portal should be pop enabled and should not require local username/password store. Must have Users self service portal and administration portal. Must generate category wise hardware and vendor/ version wise various software reports. The source code of the client /agent application must be available for audit as and when desired by department. The sole super user/ administrator rights will reside with the department. The server application must be able to maintain and integrate with multiple versions of the client /agent of asset logger. Must have multiple versions releasing capability. The web interface and reports of asset logger desired must be customizable during the service period. No open source or freeware software shall be provided against this offer.

2. Desktop (Low End):

Item Description of Requirement Compliance/ Deviations

Model Offered Mention Make

Make Offered Mention Model

Certification(s) OEM ISO 9001 series manufacturer, MS Windows certified, and UL

Processor SPEC CPU 2006 base approach: The DT should have latest generation single dual core or more cores 64-bit x86 processor. The processor should be fully binary compatible to 32-bit applications. A dual core or more cores on a single die/socket will be treated as a single processor. The desktop should have Processor SPEC CPU2006 benchmarked with SPEC Rating in the range of at least 55-60 with 4GB RAM. (60% of SPECint_rate_base2006 plus 40% of SPECfp_rate_base2006) OR SYSMark2007 based Approach: 64 bit Multi core x86 latest generation Processor supporting Hardware Assisted Virtualization feature & delivering Minimum 210 SYSMARK2007 points overall. Bidder to provide Disclosure Report (FDR) to verify the qualifying parameter with technical bid.

Chipset Compatible to the above qualifying processor

Memory 4 GB 1333 DDR3 RAM

HDD 500 GB 7200 Serial ATA HDD or higher

Monitor 47 cm (18.5 inch) TFT Digital Colour Monitor TCO’05 Certified

Keyboard OEM USB Keyboard with skin pad

Mouse Two button Optical Scroll Mouse with antistatic pad

Optical Drive DVD RW (Min. 16x) or higher

Cabinet Mini Tower / SFF/ ATX/ Mini ATX Cabinet with two SATA connectors (ISO Certified SMPS and connectors of industrial standard) OEM can use their own cabinet and power supply

Dust Cover Quality dust cover for Monitor, CPU, Keyboard, Mouse

USB Min. 6 USB (min. 2 in front, 4 in rear)

Network Features 10/100/1000 on board integrated network port

Ports Minimum 1 Serial, 1 Parallel

Multimedia Integrated Audio, Graphic Controller & web camera

Speakers External 300 W or higher

Power Management

ACPI (Advanced Configuration and Power Management Interface)

Linux OS Latest Open Source Freeware Linux Education/ Academic Edition compatible with quoted Shared Computing Technology

Anti-Virus Preloaded Anti-Virus with 5 yr. updates

Operating System Operating System would be procured by Education Department

Page 62: Tender Document for Integrated Scheme for Computer Education

Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III)

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #62 of #133

separately and would be supplied to each school directly. The tenderer would be responsible to install and maintain this operating system on the desktops at no extra cost in all schools during the entire project period.

Office Suite Office suite would be procured by Education Department separately and would be supplied to each school directly. The tenderer would be responsible to install and maintain this software on the desktops at no extra cost in all schools during the entire project period.

3. Solar System (1 KVA):

Item Description of Requirement Compliance/ Deviations

Model Offered Mention Make

Make Offered Mention Model

Mandatory Certification

- ISO 9001 Series Manufacturer

Solar PV: 200 Wattage PV-AC Hybrid Power Pack SPV with Hybrid Charge Controller cum invertors with 1 hour backup (150x1 AH Tubular Battery)

SPV Modules: 200 WP SPV Modules Mono/ Multi Crystalline Silicon PV cells fitted with bi pass diodes. The module should also be tested & confirms to IEC 61215 standards. (Certificate to be attached). The module should fulfill the requirement for the Safety Certification (‘s’ MARK) under standard IEC 61215:1993

Module Mounting: Suitable to accommodate 150 WP modules, made of MS angles, duly galvanized to avoid corrosion. The mounting structures for SPV modules should be without too many welding joints and fixed to the rooftop or pole mounting at roof in such a way to prevent from external damage and theft of modules.

Hybrid Charge Controller Cum Invertors: Hybrid charge controller shall be provided to charge the Battery Bank from PV array and grid

Capacity: 1000VA with 0.7 O/p power factor

Battery: 12V Low Maintenance Tubular Batteries

Battery: ISO 14000 and ISO 9001 certified

Junction Boxes: Dust and vermin proof to provide termination of cables along with tags.

Note: Suitable length of cable shall be provided for interconnection of modules, charge controller, battery bank, inverter etc.

4. Shared Computing Access Device:

Item Description of Requirement Compliance/ Deviations

Model Offered Mention Make

Make Offered Mention Model

Certifications ISO 9001, FCC Class B, MIC, RoHS Compliant.

Access Device Allow Minimum 2+8 users to share a single Host PC/Server (should capable to support up to 20 users) through a Shared Computing PC-Sharing kit (This includes virtualization software, access devices with Audio In & Audio Out jack, USB Keyboard (mechanical with skin pad) and USB Mouse outputs. SVGA Monitor output, RJ-45 Connection Port). Each access device should be standalone equipment and not integrated with any peripheral like keyboard, mouse, monitor etc.

Operating System Support

Windows 7 32/64 Bit, Windows Server 2008 R2, Windows Multipoint Server 2011 standard/Premium – under 64 Bit O.S Architecture. Should also support supplied OS.

Additional Feature Auto Failover and Load balancing between two shared PC/ Server, Remote management via management console, Message broadcast between HOST and Shared Users, Device Firmware updates and

Page 63: Tender Document for Integrated Scheme for Computer Education

Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III)

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #63 of #133

upgrade via management console, Device management from management console, licensing key to be provided along with device (no internet required for registration or key generation).

Cat6 UTP Patch cords

Direct UTP Cable, using Factory Crimped with RJ-45 jacks.

External Speakers Pair of Head Phone for each device using standard audio jack pin.

Lab Setup Refer Network diagram: Total number of user terminals will be minimum 2:8 (Two PC /Server & 8 Access Device) as per Schematic diagram shown in the RFP for a 10 user Lab scenario.

OEM OEM of Shared computing technology must have an experience of supply & install of shared computing technology in minimum of 2000 Government schools in India for last 3 years. Bidder to provide valid reference document as a proof.

5. Ethernet Switch:

Item Description of Requirement Compliance/ Deviations

Model Offered Mention Make

Make Offered Mention Model

Ports 8 10/100 Fast Ethernet LAN ports with auto-sensing feature

Features/ Performance

Switching Fabric: 1.6 Gbps or higher; Packet filtering/ forwarding rate: Ethernet: 14,880 pps or higher per port; Fast Ethernet: 148,800 pps or higher per port; MAC Address Table Size: 2K entries per device or higher; Transmission methods: Store-and-forward; RAM buffer: 95 KB per device or higher; Protocol: CSMA/CD

Standards IEEE 802.3, IEEE 802.3u, ANSI/IEEE 802.3 NWay auto negotiation, IEEE 802.3x flow control and Compliance with IEEE802.3az EEE power saving

Certifications FCC, CE, RoHS compliant, cUL/UL

Network Rack Wall mounting provision Rack should be of sufficient depth to house the equipment offered with all doors closed and shall have Top and bottom cover with cable entry

Note: Manufactures should guarantee that the products being manufactured by them and/ or the

components being used for the manufacture of such products and/or the facilities being used for the

manufacturing of such products conform to the basic parameters which restrict and protect the

environment and the living beings who use these products from any type of hazardous emission,

touch, feel, contact of any type, that could cause any type of discomfort to the living beings of cause

the depletion of the environments (atmospheres) protective layers. All the hardware equipments

supplied/ installed have to be environmental friendly as these are to be used by students.

Network Diagram:

Ethernet Switch

Desktop (High End) User-1

Desktop (Low End) User-2

User-6

User-7

User-8

User-9

User-3

User-4

User-5

User-10

Page 64: Tender Document for Integrated Scheme for Computer Education

Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III)

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #64 of #133

Option-2 (Client - Server)

1. Desktop (High End):

Item Description of Requirement Compliance/

Deviations

Model Offered Mention Make

Make Offered Mention Model

Mandatory Cert. OEM – ISO 9001 Manufacturer, Certified on supplied OS and UL

Processor SPEC CPU 2006 base approach: The desktop should have latest generation single dual core or more core 64-bit x86 processor. The processor should be fully binary compatible to 32-bit applications. A dual core or more cores on a single die/socket will be treated as a single processor. The desktop should have Processor SPEC CPU2006 benchmarked with SPEC Rating in the range of at least 80-85 with 8GB RAM or higher. (60% of SPECint_rate_base2006 plus 40% of SPECfp_rate_base2006) OR SYSMark2007 based Approach: 64 bit Multi core x86 latest

generation Processor supporting Hardware Assisted Virtualization

feature & delivering Minimum 230 SYSMARK2007 points overall or

higher. Bidder to provide Disclosure Report (FDR) to verify the

qualifying parameter with technical bid.

Chipset Compatible to the above qualifying processor

Memory 8 GB DDR3 (1333 MHz)

HDD 500 GB HDD or higher

Monitor 18.5 inch Wide WXGA TCO’05 Certified

Keyboard OEM Mechanical USB Keyboard with skin pad

Mouse USB Optical Scroll with antistatic pad

Optical Device DVD Writer

Cabinet Mini Tower / SFF/ ATX/ Mini ATX Cabinet with two SATA connectors

(ISO Certified SMPS and connectors of industrial standard) OEM can

use their own cabinet and power supply)

Dust Cover Quality dust cover for Monitor, CPU, Keyboard, Mouse

10/100/1000

Ethernet

Integrated. Wireless LAN adapter (USB /Integrated/PCI)

Graphics & Audio Integrated

Speakers Head Phone with mike

Power

Management

ACPI (Advanced Configuration and Power Management Interface)

Equipment Serial

No.

Product should have bar coded Serial Nos. on the equipment & packing

carton for capturing the Serial Nos. at the time of delivery

Linux OS Latest Open Source Freeware Linux Education/ Academic Edition

Software Following software with appropriate academic licenses for the lab:

Adobe Acrobat Professional

Adobe Photoshop Elements and Premier Elements

Adobe Flash Professional

Anti-Virus Preloaded Anti-Virus with 5 yr. updates

Operating System Operating System (Server Edition) would be procured by Education

Department separately and would be supplied to each school directly.

The tenderer would be responsible to install and maintain this operating

system on the desktops at no extra cost in all schools during the entire

project period.

Office Suite Office suite would be procured by Education Department separately

Page 65: Tender Document for Integrated Scheme for Computer Education

Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III)

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #65 of #133

and would be supplied to each school directly. The tenderer would be

responsible to install and maintain this software on the desktops at no

extra cost in all schools during the entire project period.

Asset Logger Software should be both server & client based with auto update

capability (application agent does not have any interface). Must be able

to log hardware, software, resource uses and application uses along

with changes in installed hardware & software. All the modules must be

enabled, disabled, controlled or configured centrally. Application’s web

portal should be pop enabled and should not require local

username/password store. Must have Users self service portal and

administration portal. Must generate category wise hardware and

vendor/ version wise various software reports. The source code of the

client /agent application must be available for audit as and when

desired by department. The sole super user/ administrator rights will

reside with the department. The server application must be able to

maintain and integrate with multiple versions of the client /agent of

asset logger. Must have multiple versions releasing capability. The web

interface and reports of asset logger desired must be customizable

during the service period. No open source or freeware software shall be

provided against this offer.

2. Desktop (Low End):

Item Description of Requirement Compliance/

Deviations

Model Offered Mention Make

Make Offered Mention Model

Certification(s) OEM ISO 9001 series manufacturer, MS Windows certified, and UL

Processor Intel Atom Processor D2500 (1.86GHz, 2C, 1MB) or AMD E2-1800

(1.75GHz, 2C, 1MB)

Motherboard Intel NM10 chipset based OEM Motherboard OR equivalent AMD

chipset for AMD Processor

Memory RAM 1GB DDR3 1066 MHZ upgradeable to 2GB

HDD 500 GB Serial ATA HDD or higher

Monitor 47 cm (18.5 inch) TFT Digital Colour Monitor TCO’05 Certified

Keyboard OEM USB Keyboard with skin pad

Mouse Two button Optical Scroll Mouse with antistatic pad

Dust Cover Quality dust cover for Monitor, CPU, Keyboard, Mouse

Network Features 10/100 on board integrated Network Port or higher

Energy Efficiency Less than 50 watts power consumption for the desktop with TFT.

Bays 1 X2.5 Inch internal Bay

Ports 4 USB Ports, 1VGA, 1PS/2 port for Keyboard, 1PS/2 port for Mouse

and audio output port

Speakers External 300 W or higher

Power

Management

ACPI (Advanced Configuration and Power Management Interface)

Linux OS Latest Open Source Freeware Linux Education Edition

Anti-Virus Preloaded Anti-Virus with 5 yr. updates

Operating System Operating System would be procured by Education Department

separately and would be supplied to each school directly. The tenderer

would be responsible to install and maintain this operating system on

the desktops at no extra cost in all schools during the entire project

period.

Page 66: Tender Document for Integrated Scheme for Computer Education

Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III)

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #66 of #133

Office Suite Office suite would be procured by Education Department separately

and would be supplied to each school directly. The tenderer would be

responsible to install and maintain this software on the desktops at no

extra cost in all schools during the entire project period.

3. Solar System:

Item Description of Requirement Compliance/

Deviations

Model Offered Mention Make

Make Offered Mention Model

Mandatory

Certification

- ISO 9001 Series Manufacturer .

Solar PV: 500 Wattage PV-AC Hybrid Power Pack SPV with Hybrid

Charge Controller cum invertors with 1 hour backup (150x1 AH

Tubular Battery)

SPV Modules: 500 WP SPV Modules Mono/ Multi Crystalline Silicon

PV cells fitted with bi pass diodes. The module should also be tested

& confirms to IEC 61215 standards. (Certificate to be attached). The

module should fulfill the requirement for the Safety Certification (‘s’

MARK) under standard IEC 61215:1993

Module Mounting: Suitable to accommodate WP modules, made of

MS angles, duly galvanized to avoid corrosion. The mounting

structures for SPV modules should be without too many welding joints

and fixed to the rooftop or pole mounting at roof in such a way to

prevent from external damage and theft of modules.

Hybrid Charge Controller Cum Invertors: Hybrid charge controller

shall be provided to charge the Battery Bank from PV array and grid

Capacity: 1000VA with 0.7 O/p power factor

Battery: 12V Low Maintenance Tubular Batteries

Battery: ISO 14000 and ISO 9001 certified

Junction Boxes: Dust and vermin proof to provide termination of

cables along with tags.

Note: Suitable length of cable shall be provided for interconnection of

modules, charge controller, battery bank, inverter etc.

4. WIRELESS ROUTER (for LAN):

Item Description of Requirement Compliance/

Deviations

Model Offered Mention Make

Make Offered Mention Model

Features STANDARDS : IEEE 802.11 b/g, IEEE 802.3/3u; WIRELESS SIGNAL

RATES : Up to 54 Mbps ; SECURITY : WPA-Wi-Fi Protected

Access(TKIP,MIC, IV EXPANSION, Shared Key Authentication),

802.1x, 64/128-bit WEP; MODULATION TECHNLOGY :OFDM;

Receiver Sensitivity : 54Mbps OFDM, 10% PER,-68 dBm; VPN Pass

Through : PPTP,L2TP, IPSec; Device Management : Web Based;

Wireless Frequency Range : 2.4GHz to 2.462GHz; Wireless operating

range : Indoor-up to 100mtrs, Outdoor- up to 400mtrs;Wireless Transmit

Power : 15dBm±2dBm External Antenna Type : Single detachable

reverse SMA

5. WIRELESS LAN ADAPTER (for LAN):

Item Description of Requirement Compliance/

Page 67: Tender Document for Integrated Scheme for Computer Education

Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III)

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #67 of #133

Deviations

Model Offered Mention Make

Make Offered Mention Model

Features STANDARDS: IEEE 802.11 b/g ; Bus Type : USB 2.0, PCI, PCMCIA;

Transmission Rate : 54,48,36,24,12,9,6 Mbps (auto sense) for 802.11g

and 11,5.5,2,1 Mbps ( auto sense) for 802.11b Channel : 1-13 ;

Security : 64/128- bits WEP En

Note: Manufactures should guarantee that the products being manufactured by them and/ or

the components being used for the manufacture of such products and/or the facilities being

used for the manufacturing of such products conform to the basic parameters which restrict

and protect the environment and the living beings who use these products from any type of

hazardous emission, touch, feel, contact of any type, that could cause any type of discomfort

to the living beings of cause the depletion of the environments (atmospheres) protective

layers. All the hardware equipments supplied/ installed have to be environmental friendly as

these are to be used by students.

Network Diagram:

Desktop (High End)

Desktop (Low End) - 1

Desktop (Low End) - 2

Desktop (Low End) - 3

Desktop (Low End) - 4

Desktop (Low End) - 5

Desktop (Low End) - 6

Desktop (Low End) - 7

Desktop (Low End) - 8

Desktop (Low End) - 9

Page 68: Tender Document for Integrated Scheme for Computer Education

Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III)

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #68 of #133

COMMON HARDWARE (For both OPTION 1 & 2)

6. Laser Printer:

Item Description of Requirement Compliance/

Deviations

Model Offered Mention Make

Make Offered Mention Model

Functions Black and white (mono) Laser Printing

Resolution 600 X 600 dpi or higher effective output

Print Speed (A4) Min. 18 PPM (A4)

Memory (RAM) 2 MB or higher

Processor/ Integrated

Processor

266 Mhz or higher

Monthly Duty Cycle 5,000 pages or higher

Interface High Speed USB 2.0

other All necessary power & data cables as per requirements and

drivers on CD/DVD as per supplied OS, Dust cover

7. DMP:

Item Description of Requirement Compliance/

Deviations

Model Offered Mention Make

Make Offered Mention Model

No. of Pins 9 Pins, 80 Col.

Print Speed (HSD) @ 10 CPI 400 CPS

Print Speed (Draft) @ 10 CPI 300 CPS

Copies 1 + 4

Interface Parallel & USB (Both USB and parallel cables along with

accessories to be provided )

Input Buffer 64 Kb or higher

Drivers Win OS and Linux

Print head life Min. 200 million strokes per wire

Ribbon (Million Characters) Min. 7.5

MTBF (POH) @ 25 % duty

cycle

10,000 or above

Cables All necessary power & data cables as per requirements and

drivers on CD/DVD as per supplied OS, Dust cover

8. Scanner:

Item Description of Requirement Compliance/

Deviations

Model Offered Mention Make

Make Offered Mention Model

Type Flat bed

Resolution in dpi Optical upto 1200

Hardware 1200x1200

Interface USB

Page 69: Tender Document for Integrated Scheme for Computer Education

Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III)

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #69 of #133

Max. Doc. Size A-4

Bit Depth 48 bit

Cables All necessary power & data cables as per requirements and

drivers on CD/DVD as per supplied OS, Dust cover

9. Display Unit along with suitable C-Band Antennae & Set Top Box:

Item Description of Requirement Compliance/

Deviations

Model Offered Mention Make

Make Offered Mention Model

Display Unit 40” or higher LED backlit display panel with plug & play feature

through USB Port with capabilities to play Audio, Video and Image

files;

Brightness: Min. 350 nit;

Native contrast ratio 4000:1 or higher;

Resolution: 1920x1080 (16:9);

Inbuilt speakers;

stereo sound;

PC input;

HDMI Interface;

Certification: cUL/UL, FCC, Energy Star 5.0 and BIS certified;

178:178 degree viewing angle;

This Display Unit should be capable to be directly connected to a

Computer through VGA port for Audio-video use in school;

This Display Unit needs to be supplied with wall mount kit with VESA

mount capable of horizontal or vertical mount;

Set-top box 8 feet (2.4m) suitable ISO make C-Band Antennae of Heavy duty

grade along with mounting on rooftop & suitable set-top box.

Antennae Stand: Heady duty (preferably pole mounted) painted with

red oxide and then painted with non reflective paint (matt finish)

Antenna stand to be fixed in cement foundation to withstand high

wind velocity

10. Computer Table:

Item Description of Requirement Compliance/

Deviations

Model Offered Mention Make

Make Offered Mention Model

Features 600mm (L) x 450mm (D) x 725mm (H) with Pre-laminated ISI board

Top with Polyurethane (PU) Paper lamination having facility for keeping

CPU/ Shared Computing device, Monitor and Keyboard (pull out) with

16 BG iron frame of 25mm x 25mm

Note: Sample of Computer table shall be submitted to DD(S) office for approval before supply

is made to the school by tenderer.

11. Computer Chair:

Item Description of Requirement Compliance/

Deviations

Model Offered Mention Make

Page 70: Tender Document for Integrated Scheme for Computer Education

Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III)

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #70 of #133

Make Offered Mention Model

Features PVC/ Plastic moulded without arms rest with min. 2.25 kgs weight per

chair

Note: Sample of Computer chair shall be submitted to DD(S) office for approval before supply

is made to the school by tenderer.

12. Electrical Fittings:

Item Description of Requirement Compliance/

Deviations

Model Offered Mention Make

Make Offered Mention Model

Certifications All equipment/appliances/ fitting should be ISI/ ISO certified

Features Through PVC casing with copper cable for mains feeder including

distribution box and socket boxes (6Amp and 16Amp). Feeder

provided with Isolators and MCBs

Earthing Copper plate earthing stations making earthing with copper earth

plate 600 mm x 600 mm x 3 mm thick including funnel, charcoal/

coke, salt, after necessary excavation. The earthing should be 8 feet

deep or more.

Lighting 8X20 W CFL (Compact Fluorescent Light) and bulb holders

Ceiling fans 2 nos.

48” blade with regulator

Indicative Brands: Philips/ Wipro/ Usha/ Crompton Greaves/ Khaitan /

Bajaj

Switches and

sockets

Two 6 A- 240 V switches

Two 2 in 1 sockets with shutter

One 16 A – 240 V socket with shutter

Indicative Brands: Anchor/ Havells/ Crabtree/ Wipro/ Phillips/ North

West

Switches and sockets is to be provided for all electronics/ IT

equipments including printer, etc.

Wiring PVC casing including MS/GI boxes

All wires should be covered, insulated and properly clamped.

Wiring for 6/16 A power outlets with 4 mm2 PVC insulated stranded

copper conductor wires

Earthing of 3rd pin with PVC insulated green colour 2.5 mm2 copper

wire

Others items The conditioning of electrical power is the sole responsibility of the

tenderer wherever required

Wall Clock: Bidder will provide one wall clock of reputed brand (ISI

mark) for each ICT lab. Replacement of cell/battery in the clock would

be bidder’s responsibility during contract period.

Lab Cleanliness Kit: Bidder will provide and maintain a Lab

cleanliness kit at all times during the contract period. Cleanliness of the

lab would be the responsibility of the bidder, School administration

would facilitate for the basic cleaning of lab. Cleanliness kit would

include dusting cloth, dust cloth covers for all the IT equipments and

one Foot mat to be placed outside the lab.

13. Internet Connection:

Item Description of Requirement Compliance/

Page 71: Tender Document for Integrated Scheme for Computer Education

Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III)

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #71 of #133

Deviations

Model Offered Mention Make

Make Offered Mention Model

Features To make provision for unlimited broadband Internet connection of at

least 1 MBPS wherever telephone (landline) connection is available in

the school. At all other places, internet should be provided at least

through dialup line / WLL Phone / Data Card. But the Bidder shall

switch over to unlimited internet broad band of minimum 1 MBPS within

45 days of its availability in the area where the school is located.

Monitoring, management and all the expenses of internet will be in the

scope of tenderer. The tenderer will ensure the provision of required

modem/ router either by itself or through ISP as per his internal

arrangements with IPS. This connection should be made available on

all the computer systems through proxy/sharing by the tenderer by legal

means throughout the contract period. This internet bandwidth would

be used for following works among other usages:

a) Training purpose for the student as part of curriculum.

b) Utilized for data entry/ data uploading/ online MIS and reports to be

sent at regular interval.

c) The teachers may use internet available resources and standard

software to develop lessons and to integrate ICT tools in the

classroom

14. Online Monitoring & Management Information system (MIS) Interactive

Software:

Item Description of Requirement Compliance/

Deviations

Model Offered Mention Make

Make Offered Mention Model

Features Tenderer is required to develop & deploy a multi-layered web based

online MIS system to manage & monitor operations in all the schools

and also at central level. The regular activities must be available in

public domain. The Online MIS Software should be able to capture the

following:

a) Computer Instructor related information: Attendance, leave

records, training details, lectures delivered etc.

b) Training module feedback: To capture feedback from students,

teachers, DEO(S) etc.

c) Infrastructure module: To track uptime and downtime of the lab

infrastructure (Desktop, Networking, Internet, UPS, Solar set, etc.)

including fault logging mechanism and record of time taken for

compliant redressal.

d) Report generation: Software should be able to generate weekly

and monthly reports as required by the Department/ GoR from time

to time.

e) The MIS should also capture the payments, checklist and issuance

& usage of consumables. It should generate quarterly bills along

with reports for payment purposes.

f) The development of MIS software should be completed within 90

days from the date of LOI. After completion respective tenderers

Page 72: Tender Document for Integrated Scheme for Computer Education

Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III)

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #72 of #133

would make a presentation before the department / committee for

approval /changes. The best software selected would then be

replicated across the state at no extra cost by the tenderer. The

IPR/ Source Code will be the sole property of Education

Department, GoR. The final selected application would be hosted

as per directions of Education Department/ GoR. The tenderer has

to provide third party software (s) along with the application.

g) The tenderer will also have to install, operate and maintain any

additional software, in all the schools without any additional cost, to

be provided by the Department/ GoR during the entire contract

period at any given point of time

15. Consumables:

Item Description of Requirement Compliance/

Deviations

Model Offered Mention Make

Make Offered Mention Model

Features To supply following minimum stationary and consumables at each

school in the first month of each contracted year to keep each centre up

& running.

1000 Sheets of A4 size paper (Min. 70 GSM) per year.

1000 Sheets of Legal size paper (Min. 70 GSM) per year.

1 new cartridge and 2 refills per year per Lab for laser printer.

CD–RW for students – One per year per student

Paper – 4 reams of 80 Col. continuous stationary (min. 70 GSM) per

year per school for DMP

DMP Printer Cartridge (New) - 3 per year per school

DMP Printer Ribbon (Refill) - 5 per year per school

Page 73: Tender Document for Integrated Scheme for Computer Education

Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III)

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #73 of #133

ANNEXURE-3: NO. OF SCHOOLS AND EARNEST MONEY

(To be verified by the DD(S) at the time of issue of tender document)

RANGE

NAME

Total no. of Govt. Sec/ Sr.

Sec. Schools in the Range

(as per the annexured list)

Estimated Scheme Cost

RO (in Rs. lacs)

(Col 2 x Rs. 11.05 lacs)

EARNEST MONEY

RO (in Rs. lacs)

(2% of Col 3)

(1) (2) (3) (4)

Jaipur 347 3834 77

Udaipur 354 3912 78

Churu 376 4155 83

Ajmer 280 3094 62

Jodhpur 374 4133 83

Kota 120 1326 27

Bharatpur 149 1646 33

Total 2000 22100 443

Note: Tick ( ) the Ranges for which applying

1. Address for all correspondence: Dy. Director (Sec.), Educ. Dept., Range HQs 2. The list of ranges with districts are as under:

S No.

Range Name Name of the Districts Range Office Contact No.

1. Ajmer Ajmer, Tonk, Bhilwara, Nagaur DD(Sec.), Ajmer 0145-2621991

2. Bharatpur Bharatpur, Dholpur, Karauli, Sawaimadhopur

DD(Sec.), Bharatpur 05844-223556

3. Churu Bikaner, Churu, Jhunjhunu, Hanumangarh, SriGanganagar

DD(Sec.), Churu 01562-250439

4. Jaipur Jaipur, Alwar, Dausa, Sikar DD(Sec.), Jaipur 0141-2706849

5. Jodhpur Jodhpur, Sirohi, Jaisalmer, Barmer, Jalore, Pali

DD(Sec.), Jodhpur 0291-2511091

6. Kota Kota, Baran, Jhalawar, Bundi DD(Sec.), Kota 0744-2387225

7. Udaipur Udaipur, Rajsamand, Banswara, Dungarpur, Chittorgarh, Pratapgarh

DD(Sec.), Udaipur 0294-2421621

vkbZ-lh-Vh- ¼rr̀h; pj.k½ ;kstukUrxZr 2000 jktdh; ek/;fed@mPp ek/;fed fo|ky;ksa dh lwph

(Detailed list of schools provided at Annexure-20)

dz-la- ftys dk uke

jktdh; ek/;fed@mPp ek/;fed fo|ky;ksa

dh la[;k

laLd`r f'k{kk ds jkekfo@jkmekfo dh

la[;k ¼izosf'kd@ofj"B mik/;k;½ dqy

;ksx mPp ek/;fed ek/;fed f'k{kk ek/;fed ¼izosf'kdk½ mekfo ¼ofj"B mik/;k;½

B G T B G T B G T B G T

1 t;iqj e.My

1 t;iqj &izFke 6 1 7 32 8 40 5 0 5 7 0 7 59

2 t;iqj &f}rh; 0 0 0 28 2 30 10 0 10 17 2 19 59

3 vyoj&izFke 5 0 5 33 1 34 3 0 3 3 0 3 45

4 vyoj&f}rh; 2 1 3 29 5 34 6 0 6 1 0 1 44

5 lhdj&izFke 2 0 2 30 1 31 7 0 7 2 0 2 42

6 lhdj&f+}rh; 8 2 10 31 5 36 5 0 5 9 2 11 62

7 nkSlk 0 0 0 20 2 22 7 1 8 6 0 6 36

;ksx 23 4 27 203 24 227 43 1 44 45 4 49 347

2 tks/kiqj e.My

8 tks/kiqj 2 1 3 77 0 77 4 0 4 3 1 4 88

9 tSlyesj 3 0 3 15 3 18 0 0 0 1 0 1 22

10 ckMesj 2 0 2 47 3 50 8 0 8 2 0 2 62

Page 74: Tender Document for Integrated Scheme for Computer Education

Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III)

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #74 of #133

11 fljksgh 0 0 0 48 4 52 0 0 0 1 0 1 53

12 tkykSj 0 0 0 70 0 70 2 0 2 2 1 3 75

13 ikyh 1 0 1 62 9 71 1 0 1 1 0 1 74

;ksx 8 1 9 319 19 338 15 0 15 10 2 12 374

3 mn;iqj e.My

14 mn;iqj&izFke 1 0 1 45 3 48 1 0 1 3 0 3 53

15 mn;iqj&f}rh; 1 0 1 48 1 49 2 0 2 1 0 1 53

16 jktleUn 0 1 1 53 0 53 0 0 0 2 2 56

17 Mwaxjiqj 3 2 5 53 3 56 5 0 5 3 0 3 69

18 ckalokM+k 2 0 2 58 5 63 0 0 0 4 0 4 69

19 fpRrksMx<+ 0 0 0 37 2 39 3 1 4 1 0 1 44

20 izrikx< 2 0 2 7 0 7 1 0 1 0 0 0 10

;ksx 9 3 12 301 14 315 12 1 13 14 0 14 354

4 dksVk e.My

21 dksVk 2 0 2 26 6 32 0 0 0 4 0 4 38

22 cqUnh 0 0 0 20 3 23 2 0 2 2 0 2 27

23 ckajk 1 0 1 29 2 31 1 0 1 1 0 1 34

24 >kykokM+ 4 0 4 13 1 14 1 0 1 2 0 2 21

;ksx 7 0 7 88 12 100 4 0 4 9 0 9 120

5 vtesj e.My

25 vtesj&izFke 1 1 2 3 0 3 0 0 0 0 0 0 5

26 vtesj&f}rh; 0 0 0 12 2 14 0 0 0 0 0 0 14

27 ukxkSj&izFke 0 0 0 35 2 37 1 0 1 2 0 2 40

28 ukxkSj&f}rh; 6 0 6 35 5 40 3 0 3 0 0 0 49

29 HkhyokMk&izFke 4 1 5 45 4 49 3 0 3 1 0 1 58

30 HkhyokMk&f}rh; 5 2 7 49 1 50 2 0 2 1 0 1 60

31 VkSad 6 0 6 40 5 45 2 0 2 1 0 1 54

;ksx%& 22 4 26 219 19 238 11 0 11 5 0 5 280

6 pw: e.My

32 pw: 4 0 4 61 1 62 7 0 7 4 0 4 77

33 chdkusj 0 0 0 73 1 74 4 0 4 3 0 3 81

34 guqekux<+ 5 1 6 60 4 64 3 0 3 2 0 2 75

35 Jhxaxkuxj 2 0 2 55 6 61 2 0 2 0 0 0 65

36 >qa>quaw 8 0 8 39 15 54 12 0 12 4 0 4 78

;ksx%& 19 1 20 288 27 315 28 0 28 13 0 13 376

7 Hkjriqj e.My

37 Hkjriqj&izFke 1 0 1 26 2 28 4 0 4 2 0 2 35

38 Hkjriqj&f}rh; 2 2 4 32 2 34 0 0 0 1 0 1 39

39 /kkSyiqj 2 0 2 15 2 17 4 0 4 2 0 2 25

40 djkSyh 1 0 1 7 0 7 2 0 2 1 0 1 11

41 lokbZ ek/kksiqj 3 0 3 23 4 27 3 1 4 3 2 5 39

;ksx%& 9 2 11 103 10 113 13 1 14 9 2 11 149

egk;ksx%& 97 15 112 1521 125 1646 126 3 129 105 8 113 2000

Page 75: Tender Document for Integrated Scheme for Computer Education

Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III)

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #75 of #133

ANNEXURE-4: PRE-BID QUERIES FORMAT {to be filled by the bidder}

NIT No: Shivira-Sec/Secondary/CompCell/ ICT-III/Tender/12/____ dtd. ________

Name of the Company/Firm:

Tender Fee Receipt No. _____________Dated____________for Rs. ________________/-

Name of Person(s) Representing the Company/ Firm:

Name of Person Designation Email-ID(s) Tel. Nos. & Fax Nos.

Company/Firm Contacts:

Contact Person(s) Address for

Correspondence

Email-ID(s) Tel. Nos. & Fax Nos.

Query / Clarification Sought:

S.No. RFP

Page No.

RFP Rule

No.

Rule Details Query/ Suggestion/

Clarification

Note: - Queries must be strictly submitted only in the prescribed format (.XLS/ .XLSX/ .ODF).

Queries not submitted in the prescribed format will not be considered/ responded at all by

the procuring entity. Also, kindly attach the coloured scanned copy of the receipt towards the

submission of the bidding/ tender document fee.

Page 76: Tender Document for Integrated Scheme for Computer Education

Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III)

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #76 of #133

ANNEXURE-5: TENDER FORM {to be filled by the bidder}

I. Addressed to:

a. Name of the procuring

entity

Director,

Secondary Education Department, Bikaner

b. Address As mentioned in _______________

c. Telephone As mentioned in _______________

d. Telephone/Fax As mentioned in _______________

e. e-Mail As mentioned in _______________ (clearly mention the

NIT no. in the subject of the mail)

II. NIT Reference: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/2013 Dated ______

III. Other related details: -

1. Name of Tenderer

2. Name & Designation of Authorized Signatory

3. Registered Office Address

Telephone Nos. / Mobile Fax:

Website Email

4. Rajasthan center (if any)

Address

Phone Fax:

Contact Person

5. Jaipur center (if any)

Address

Phone Fax:

Contact Person

6. Year of Establishment

7. Nature of the Firm Public Ltd.

Private Ltd.

Partnership Proprietary

Put Tick () mark

8. No. of Years providing computer education & training in Rajasthan

Yrs.

No. of Years providing computer education & training in India

Yrs.

9. Previous Experience in Computer Aided Learning

10. Any other details in support of your offer

Note: Please attach list of offices & centers situated in Rajasthan along with address and phone & Fax numbers. Pls. attach proof in support of details stated above.

IV. Annual Turnover during last five years (as stated in the eligibility criteria, attach proof at

page no ________):

Page 77: Tender Document for Integrated Scheme for Computer Education

Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III)

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #77 of #133

Financial year Total Turnover

(Rs. In crores)

Audited Accounts

submitted? (yes/ no)

2007-08

2008-09

2009-10

2010-11

2011-12

TOTAL TURNOVER

V. Details of experience in involving supply, installation & maintenance of computer

hardware and related accessories, supply of skilled service setup, computer training at

Govt. run Education Institutions in India:

Sl.

No

Year No. of Govt.

Schools/

Govt. run

Education

Institutes

Name

of the

State

Govt.

Skilled

Service

Setup

Start

Date of

Project

End

Date of

project

Project

Value (in

Rs.

Lacs)

Current

Status

1 2 3 4 5 6 7 8 9

1 2009-10

2 2010-11

3 2011-12

Total

Note: Provide separate note on each project in detail with proof. Please attach a copy of the work order/

completion certificate/ purchase order/ letter from the customer for each project reference.

VI. Information regarding desktop hardware Original Equipment Manufacturer (OEM)

(attach proof)

S

no

Range Name for

which proposed

Name of Desktop

Hardware OEM

ISO 9001

(Yes/ No)

Service Centres in Rajasthan Direct OEM

account of

Microsoft

(Yes/No)

Own/ Authorized

service provider

Location

1 2 3 4 5 6 7

1.

2.

3.

4.

5.

6.

7.

Page 78: Tender Document for Integrated Scheme for Computer Education

Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III)

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #78 of #133

VII. The Cost of Tender amounting to Rs. 10,000/- (Rupees Ten Thousand) has been

deposited vide cash receipt / DD/ Banker's cheque no._____________________ dated

______________ in favour of the Director, Secondary Education, payable at Bikaner.

VIII. The processing fees amounting to Rs. 1,000/- (Rupees One Thousand) has been

deposited vide DD/ Banker's cheque no._____________________ dated

______________ in favour of Managing Director, RISL payable at Jaipur.

IX. I/we have applied for more than one range and following documents are attached

towards the proof of Earnest Money Deposited in favour of the respective DD(S),

Education Department payable at respective Range HQs. I/we also fulfill the eligibility

criteria with respect to multiple Ranges as mentioned in this tender document:

SNo Range Name for

which quoted

EMD Amount

(in Rs.)

DD/ Banker's

Cheque/ Bank

Guarantee

No. with date

1.

2.

3.

4.

5.

6.

7.

X. The rate for the complete work (quarterly per school per range) mentioned as prescribed

has been mentioned separately in the financial bid.

XI. The rates quoted are applicable up to 120 days from the date of opening of technical bid

of tender document. This validity can be extended with mutual agreement.

XII. The Permanent Income Tax No. (PAN) _________________ has been submitted.

XIII. We agree to abide by all the terms and conditions mentioned in this form issued by the

Procuring entity and also the further conditions of the said notice given in the attached

sheets (all the pages of which have been signed by us in token of acceptance of the

terms mentioned therein along with stamp of the firm).

Date:

Name & Seal of the firm: ________________________

Authorized Signatory: ___________________________

Page 79: Tender Document for Integrated Scheme for Computer Education

Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III)

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #79 of #133

ANNEXURE-6: BIDDER’S AUTHORIZATION CERTIFICATE {to be filled by the bidder}

To,

{Procuring entity},

______________________________,

______________________________,

I/ We {Name/ Designation} hereby declare/ certify that {Name/ Designation} is hereby

authorized to sign relevant documents on behalf of the company/ firm in dealing with Tender/

NIT No: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/2013 Dated ______.

He/ She is also authorized to attend meetings & submit technical & commercial information/

clarifications as may be required by you in the course of processing the Bid. For the purpose

of validation, his/ her verified signatures are as under.

Thanking you,

Name of the Bidder: - Verified Signature:

Authorised Signatory: -

Seal of the Organization: -

Date:

Place:

Page 80: Tender Document for Integrated Scheme for Computer Education

Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III)

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #80 of #133

ANNEXURE-7: DECLARATION by the Bidder –{to be filled by the bidder}

To,

{Procuring entity},

______________________________,

In response to the NIB Ref. No. _____________________________ dated ___________ for

{Project Title}, as an Owner/ Partner/ Director/ Auth. Sign. of

____________________________________, I/ We hereby declare that presently our

Company/ firm _________________, at the time of bidding,: -

a) possess the necessary professional, technical, financial and managerial resources

and competence required by the Bidding Document issued by the Procuring Entity;

b) have fulfilled my/ our obligation to pay such of the taxes payable to the Union and

the State Government or any local authority as specified in the Bidding Document;

c) is having unblemished record and is not declared ineligible for corrupt & fraudulent

practices either indefinitely or for a particular period of time by any State/ Central

government/ PSU/ UT.

d) does not have any previous transgressions with any entity in India or any other

country during the last three years

e) does not have any debarment by any other procuring entity

f) is not insolvent in receivership, bankrupt or being wound up, not have its affairs

administered by a court or a judicial officer, not have its business activities

suspended and is not the subject of legal proceedings for any of the foregoing

reasons;

g) does not have, and our directors and officers not have been convicted of any

criminal offence related to their professional conduct or the making of false

statements or misrepresentations as to their qualifications to enter into a

procurement contract within a period of three years preceding the commencement

of the procurement process, or not have been otherwise disqualified pursuant to

debarment proceedings;

h) does not have a conflict of interest as mentioned in the bidding document which

materially affects the fair competition.

i) will comply with the code of integrity as specified in the bidding document.

If this declaration is found to be incorrect then without prejudice to any other action that may

be taken as per the provisions of the applicable Act and Rules thereto prescribed by GoR,

my/ our security may be forfeited in full and our bid, to the extent accepted, may be

cancelled.

Thanking you,

Name of the Bidder: -

Authorised Signatory: -

Seal of the Organization: -

Date:

Place:

Page 81: Tender Document for Integrated Scheme for Computer Education

Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III)

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #81 of #133

ANNEXURE-8: CERTIFICATE OF CONFORMITY/ NO DEVIATION {to be filled by the

bidder}

To,

{Procuring entity},

______________________________,

______________________________,

NIT No: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/2013 Dated ______

CERTIFICATE

This is to certify that, the specifications of Hardware & Software which I/ We have mentioned

in the Technical bid, and which I/ We shall supply if I/ We am/ are awarded with the work,

are in conformity with the minimum specifications of the Tender/ bidding document and that

there are no deviations of any kind from the requirement specifications.

Also, I/ we have thoroughly read the tender/ bidding document and by signing this certificate,

we hereby submit our token of acceptance to all the tender terms & conditions without any

deviations.

I/ We also certify that the price I/ we have quoted is inclusive of all the cost factors involved

in the end-to-end implementation and execution of the project, to meet the desired

Standards set out in the Tender/ bidding Document.

Thanking you,

Name of the Bidder: -

Authorised Signatory: -

Seal of the Organization: -

Date:

Place:

Page 82: Tender Document for Integrated Scheme for Computer Education

Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III)

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #82 of #133

ANNEXURE-9: MANUFACTURER’S AUTHORIZATION FORM (MAF)

{to be filled by hardware OEMs as mentioned in BoQ}

(Indicative Format of MAF)

Date:

NIB No.:

Alternative No., if applicable:

To:

WHEREAS

We, who are official manufacturers of having factories at do hereby authorise to submit a Bid

in relation to the Invitation for Bids indicated above, the purpose of which is to provide the

following Goods, manufactured by us and to subsequently negotiate and sign the Contract.

We hereby extend our full guarantee and warranty in accordance with the General

Conditions of Contract, with respect to the Goods offered by the above firm in reply to this

Invitation for Bids.

Name

In the capacity of:

Signed

Duly authorised to sign the Authorisation for and on behalf of

Tel: Fax: e-mail

Date

Page 83: Tender Document for Integrated Scheme for Computer Education

Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III)

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #83 of #133

ANNEXURE-10: UNDERTAKING ON AUTHENTICITY OF COMPUTER EQUIPMENTS

{to be filled by the bidder (On Rs. 100/- Non-judicial stamp paper)}

To,

{Procuring entity},

______________________________,

Reference: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/2013 Dated ______

This has reference to the items being supplied/ quoted to you vide our bid ref. no.

__________ dated ___________.

We hereby undertake that all the components/ parts/ assembly/ software used in the

equipment shall be genuine, original and new components /parts/ assembly/ software from

respective OEMs of the products and that no refurbished/ duplicate/ second hand

components/ parts/ assembly/ software are being used or shall be used. In respect of

licensed operating system, we undertake that the same shall be supplied along with the

authorized license certificate with our name/logo. Also, that it shall be sourced from the

authorized source for use in India.

In case, we are found not complying with above at the time of delivery or during installation,

for the equipment already billed, we agree to take back the equipment already supplied at

our cost and return any amount paid to us by you in this regard and that you will have the

right to forfeit our EMD/ SD for this bid or debar/ black list us or take suitable action against

us.

Authorized Signatory

Name:

Designation:

Page 84: Tender Document for Integrated Scheme for Computer Education

Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III)

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #84 of #133

ANNEXURE-11: FINANCIAL BID Submission Sheet

{on bidders letterhead in technical bid}

To,

{Procuring Entity},

______________________________,

Reference: NIB No. :___________________________________ Dated:__________

Dear Sir,

We, the undersigned bidder, Having read & examined in detail, the Bidding Document, the

receipt of which is hereby duly acknowledged, I/ we, the undersigned, offer to supply/ work

as mentioned in the Scope of the work, Bill of Material, Technical specifications, Service

Level Standards & in conformity with the said bidding document for the same.

I / We undertake that the prices are in conformity with the specifications prescribed. The

quote/ price are inclusive of all cost likely to be incurred for executing this work. The prices

are inclusive of all type of govt. taxes/duties as mentioned in the financial bid (BoQ).

I / We undertake, if our bid is accepted, to deliver the goods in accordance with the delivery

schedule specified in the schedule of Requirements.

I/ We hereby declare that in case the contract is awarded to us, we shall submit the contract

performance guarantee as prescribed in the bidding document.

I / We agree to abide by this bid for a period of _____ days after the last date fixed for bid

submission and it shall remain binding upon us and may be accepted at any time before the

expiry of that period.

Until a formal contract is prepared and executed, this bid, together with your written

acceptance thereof and your notification of award shall constitute a binding Contract

between us.

I/ We hereby declare that our bid is made in good faith, without collusion or fraud and the

information contained in the bid is true and correct to the best of our knowledge and belief.

We understand that you are not bound to accept the lowest or any bid you may receive.

We agree to all the terms & conditions as mentioned in the bidding document and submit

that we have not submitted any deviations in this regard.

Date:

Authorized Signatory

Name:

Designation:

Page 85: Tender Document for Integrated Scheme for Computer Education

Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III)

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #85 of #133

ANNEXURE-12: PRICE BID (to be filled on e-Proc website)

Tender Inviting Authority: Director, Secondary Education Deptt., Bikaner

Name of Work: Integrated Scheme for Computer Education (CE) and Information &

Communication Technology (ICT) @ Schools (Phase-III)

NIT No: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/2013 Dated ______

Bidder Name:

PRICE SCHEDULE

Sl.

No. Name of Range Item Description

Amount (in rupees) (including

all Govt. taxes, duties, levies &

and any other charges)

1 2 3 4

1 Ajmer

Consolidated Quarterly Rate

per School under BOOT

Model

Range wise rates shall be filled

up separately in given format

(xls) on e-procurement portal

with financial bid on following

IDs.

2 Bharatpur

3 Churu

4 Jaipur

5 Jodhpur

6 Kota

7 Udaipur

Page 86: Tender Document for Integrated Scheme for Computer Education

Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III)

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #86 of #133

ANNEXURE-13: DRAFT PERFORMANCE BANK GUARANTEE

{to be submitted by the bidder’s bank}

(To be stamped in accordance with Stamp Act and on a Stamp Paper purchased from

Rajasthan State only and to be issued by a Nationalised/ Scheduled bank having its branch

in Rajasthan)

(Payable at par at respective Range HQ)

To,

{Procuring entity},

______________________________,

1. In consideration of the Directorate of Secondary Education, Bikaner (hereinafter called

"Department") having agreed to exempt M/s ....................................(hereinafter called

"the said Contractor(s)" from the demand, under the terms and conditions of an

Agreement No..................................dated .....................made between the Department

through Dy. Director (Secondary) and .......................(Contractor) for the work

.................(hereinafter called "the said Agreement") of Security Deposit for the due

fulfillment by the said Contractor (s) of the terms and conditions contained in the said

Agreement, on production of a Bank Guarantee for Rs...................(rupees

........................................only), we ...................(indicate the name of the Bank),

(hereinafter referred to as "the Bank") at the request of ..................Contractor(s) do

hereby undertake to pay to the Department an amount not exceeding

Rs...................(Rupees..................................only) on demand.

2. We................. (Indicate the name of Bank), do hereby undertake to pay Rs....................

(Rupees............................only), the amounts due and payable under this guarantee

without any demur or delay, merely on a demand from the Department. Any such

demand made on the bank by the Department shall be conclusive as regards the amount

due and payable by the Bank under this guarantee. The Bank Guarantee shall be

completely at the disposal of the Department and We....................... (Indicate the name

of Bank), bound ourselves with all directions given by Department regarding this Bank

Guarantee. However, our liability under this guarantee shall be restricted to an amount

not exceeding Rs...................... (Rupees....................only).

3. We.......................(indicate the name of Bank), undertake to pay to the Department any

money so demanded notwithstanding any dispute or disputes raised by the contractor(s)

in any suit or proceeding pending before any Court or Tribunal or Arbitrator etc. relating

thereto, our liability under these presents being absolute, unequivocal and unconditional.

4. We.....................(indicate the name of Bank) further agree that the performance

guarantee herein contained shall remain in full force and effective up to <DATE> and

that it shall continue to be enforceable for above specified period till all the dues of

Department under or by virtue of the said Agreement have been fully paid and its claims

satisfied or discharged or till the Department certifies that the terms and conditions of the

said Agreement have been fully and properly carried out by the said Contractor(s) and

accordingly discharges this guarantee.

5. We ...........................(indicate the name of Bank) further agree with the Department that

the Department shall have the fullest liberty without our consent and without affecting in

any manner our obligations hereunder to vary any of the terms and conditions of the said

Agreement or to extend time of performance by the said Contractor(s) from time to time

or to postpone for any time or from time to time any of the powers exercisable by the

Page 87: Tender Document for Integrated Scheme for Computer Education

Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III)

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #87 of #133

Department against the said Contractor(s) and to forbear or enforce any of the terms and

conditions relating to the said Agreement and we shall not be relieved from our liability

by reason of any such variation, or extension being granted to the said Contractor(s) or

for any forbearance, act or omission on the part of the Department or any indulgence by

the Department to the said Contractor(s) or by any such matter or thing whatsoever

which would but for this provision, have effect of so relieving us.

6. The liability of us ............................. (indicate the name of Bank), under this guarantee

will not be discharged due to the change in the constitution of the Bank or the

contractor(s).

7. We .............................. (indicate the name of Bank), lastly undertake not to revoke this

guarantee except with the previous consent of the Department in writing.

8. This performance Guarantee shall remain valid and in full effect, until it is decided to be

discharged by the Department. Notwithstanding anything mentioned above, our liability

against this guarantee is restricted to Rs...........................

(Rupees..............................only).

9. It shall not be necessary for the Department to proceed against the contractor before

proceeding against the Bank and the guarantee herein contained shall be enforceable

against the Bank notwithstanding any security which the Department may have obtained

or obtain from the contractor.

10. We .............................. (indicate the name of Bank) verify that we have a branch at

Jaipur. We undertake that this Bank Guarantee shall be payable at any of its branch at

Jaipur. If the last day of expiry of Bank Guarantee happens to be a holiday of the Bank,

the Bank Guarantee shall expire on the close of the next working day.

11. We hereby confirm that we have the power(s) to issue this guarantee in your favor under

the memorandum and articles of Association/constitution of our bank and the

undersigned is/are the recipient of authority by express delegation of power(s) and

has/have full power(s) to execute this guarantee for the power of attorney issued by the

bank.

Dated..........................day of....................For and on behalf of the <Bank> (indicate the

Bank)

Signature

(Name & Designation)

Bank's Seal

The above performance Guarantee is accepted by the RISL

For and on behalf of the RISL

Signature

(Name & Designation)

Page 88: Tender Document for Integrated Scheme for Computer Education

Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III)

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #88 of #133

ANNEXURE-14: DRAFT AGREEMENT FORMAT

{to be signed by selected bidder and procuring entity}

1. An agreement made this______ (enter date of Agreement)__between__(enter your

firm’s name & address)__(hereinafter called "the successful tenderer", which expression

shall, where the context so admits, be deemed to include his heirs, successors,

executors and administrators of the one part and the Government or the State of

Rajasthan (hereinafter called "the Government" which expression shall, where the

context so admits, be deemed to include his successors in office and assigns) of the

other part.

2. Whereas the successful tenderer has agreed with the Government to impart Computer

Education and Information & Communication Technology (Phase-III for 2000 schools) in

_____(no. of schools)___ Govt. Secondary and Senior Secondary Schools of

_____(name of the range)__ Range of Rajasthan in the manner set forth in the terms &

conditions of the bidding document appended herewith and at the rates set forth in the

said annexure-12.

3. And whereas the successful tenderer has deposited a sum of Rs.____________

(Rupees ________________________) through the Bank Guarantee no.

_________________ dated _________ (Name of bank with branch:

______________________).

4. Now these Presents witness:

a. In consideration of the payment to be made by the District Education Officer

(Secondary-I/II) through cheque/ DD at the rate set forth in the annexure hereto

appended the successful tenderer will duly impart Computer Education and

Information & Communication Technology in the schools set forth in effective way

and thereof in the manner set forth in the condition of the tender and contract.

b. The NIT, Tender Form, Scope of Work, General and Special Terms & Conditions of

the open tender and Contract, Technical Bid and Financial Bid along with their

enclosures enclosed with the Tender Notice NIT No: Shivira-

Sec/Secondary/CompCell/ICT-III/Tender/2013 dated ______ and also appended to

this agreement will be deemed to be taken as part of this agreement and are binding

on the parties executing this agreement.

c. The Letter of Intent Nos.DD/Sec/_______________ dated __________ issued by the

Government and appended to this agreement shall also form part of this agreement.

d. In consideration of the payment to be made by the concerned District Education

Officer (Secondary-I/II) in accordance with the directions mentioned in the tender

document on submission of bills in proper form (along with performance report of

each school issued by Head of Institution) by the tenderer. Part payment can also be

made.

e. The tenderer will not be entitled for the start of first payment for the entire district

unless the tenderer has delivered and installed the entire equipment including school

co-ordinator as mentioned in this RFP and commissioned the scheme in at least 75%

of the total no. of schools of that district.

5. The installation of Computer Labs and provision of services under "Integrated Scheme

for Computer Education and Information & Communication Technology in the schools

(Phase-III)" shall be effected and completed as per tender document.

6. Penalties and termination due to non-fulfilment of contract and other, if any, shall be as

per terms & conditions of the tender document.

Page 89: Tender Document for Integrated Scheme for Computer Education

Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III)

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #89 of #133

7. All disputes arising out of this agreement and all questions relating to the interpretation of

this agreement shall be decided by the State Level High Empowered Committee and the

decision of this committee shall be final.

8. The Education (Group-I) Department, Govt. of Rajasthan, Jaipur approved the rate as

per BOOT model vide letter no. F4(9)/Shiksha-I/2013 dated ________. The rate for

"Integrated Scheme for Computer Education and Information & Communication

Technology in the schools (Phase-III)" is as under:

Consolidated Quarterly Rate per School under BOOT Model (in rupees) (including all taxes, duties, levies & and any other charges)

Name of Range In Figures (INR) In Words

In witness whereof the parties hereto have set their hands on the _____ day of_____ (Year).

Signature of the successful

tenderer

Signature of DD (Secondary),

Education Department

Designation: Designation:

Date: Date:

Witness No.1 Witness No.1

Witness No.2

Witness No.2

Page 90: Tender Document for Integrated Scheme for Computer Education

Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III)

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #90 of #133

ANNEXURE-15: COMPONENTS OFFERED – BoM

{to be filled by the bidder}

NIT No: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/2013 dated ______

Please fill the following BoM for all the offered components.

Hardware Option: Option-1/ Option-2 (tick the hardware option being quoted)

S. No.

Item name Product Details (make and model)

Detailed Technical

Specification Reference**

OEM Details (Name, Address,

E-Mail, etc.)

1. Desktop Computer (High End)

{Item No. xx}

2. Desktop Computer (Low End)

{Item No. xx}

3. Hybrid Solar Inverter with Solar System

{Item No. xx}

4. Shared Computing Access Device (AD)

{Item No. xx}

5. Ethernet Switch {Item No. xx}

4. Wireless Router

5. Wireless LAN Adapter (with each desktop)

6. Laser Printer

7. DMP

8. Scanner

9. Display Unit along with suitable C-Band Antennae & Set Top Box

10. Computer Table

11. Computer Chair

12. Electrical Fittings

13. Internet connection

14. Online MIS Interactive Software

15. Consumables

** Please attach technical specifications (compliance sheet on OEM letter head only) and

provide reference number in this column. (Deviations, if any, should be appropriately

mentioned & highlighted in the compliance/ deviation column of the respective table as

provided above in the Annexure “Technical Specifications”).

Page 91: Tender Document for Integrated Scheme for Computer Education

Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III)

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #91 of #133

ANNEXURE-16: Technical Bid Submission Sheet

NIB No.:

Alternative No., if permitted:

To:

We, the undersigned, declare that:

a) We have examined and have no reservations to the Bidding Document, including

Addenda No.:

We offer to supply in conformity with the Bidding Document and in accordance with the

delivery schedule specified in Section V, Schedule of Supply, the following Goods and

Related Services:

b) Our Bid shall be valid for a period of________________ days from the date fixed for the

bid submission deadline in accordance with the Bidding Document, and it shall remain

binding upon us and may be accepted at any time before the expiration of that period;

c) If our Bid is accepted, we commit to obtain a Performance Security in the amount

of__________ percent of the Contract Price or Performance Security Declaration for the

due performance of the Contract;

d) Our firm, including any subcontractors or suppliers for any part of the Contract, have

nationalities from the eligible countries;

e) We are not participating, as Bidders, in more than one Bid in this bidding process, other

than alternative offers, if permitted, in the Bidding Document;

f) Our firm, its affiliates or subsidiaries, including any subcontractors or suppliers has not

been debarred by the State Government or the Procuring Entity;

g) We understand that this Bid, together with your written acceptance thereof included in

your notification of award, shall constitute a binding contract between us, until a formal

Contract is prepared and executed;

h) We understand that you are not bound to accept the lowest evaluated bid or any other

bid that you may receive;

i) We agree to permit the Procuring Entity or its representative to inspect our accounts and

records and other documents relating to the bid submission and to have them audited by

auditors appointed by the Procuring Entity;

j) We declare that we have complied with and shall continue to comply with the provisions

of the Code of Integrity for Bidders as specified in the Rajasthan Transparency in Public

Procurement Act, 2012, the Rajasthan Transparency in Public Procurement Rules, 2012

and this Bidding Document in this procurement process and in execution of the Contract;

k) Other comments, if any:

Name/ address:

In the capacity of

Signed

Duly authorised to sign the Bid for and on behalf of

Date

Tel: Fax: e-mail:

Page 92: Tender Document for Integrated Scheme for Computer Education

Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III)

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #92 of #133

ANNEXURE-17: BANK GUARANTEE FORMAT {to be submitted by the bidder’s bank}

BANK GUARANTEE FORMAT – BID SECURITY

(To be stamped in accordance with Stamp Act and to be issued by a Nationalized/

Scheduled bank having its branch in Rajasthan and payable at par at respective Range HQ)

To,

{Procuring entity},

______________________________,

1. In accordance with your Notice Inviting Bid for <please specify the project title> vide NIB

reference no. <please specify> M/s. …………………………….. (Name & full address of

the firm) (Hereinafter called the “Bidder”) hereby submits the Bank Guarantee to

participate in the said procurement/ bidding process as mentioned in the bidding

document.

It is a condition in the bidding documents that the Bidder has to deposit Bid Security

amounting to <Rs. ______________ (Rupees <in words>)> in respect to the NIB Ref.

No. _______________ dated _________ issued by Secondary Education Department,

Bikaner, Rajasthan (hereinafter referred to as “Department”) by a Bank Guarantee from

a Nationalised Bank/ Scheduled Commercial Bank having its branch at <please specify>

irrevocable and operative till the bid validity date (i.e. <please specify> days from the

date of submission of bid). It may be extended if required in concurrence with the bid

validity.

And whereas the Bidder desires to furnish a Bank Guarantee for a sum of <Rs.

______________ (Rupees <in words>)> to the Department as earnest money deposit.

2. Now, therefore, we the ……………………………….…… (Bank), a body corporate

constituted under the Banking Companies (Acquisition and Transfer of Undertaking) Act.

1969 (delete, if not applicable) and branch Office at…………………... (Hereinafter

referred to as the Guarantor) do hereby undertake and agree to pay forthwith on

demand in writing by the Department of the said guaranteed amount without any demur,

reservation or recourse.

3. We, the aforesaid bank, further agree that the Department shall be the sole judge of and

as to whether the Bidder has committed any breach or breaches of any of the terms

costs, charges and expenses caused to or suffered by or that may be caused to or

suffered by the Department on account thereof to the extent of the Earnest Money

required to be deposited by the Bidder in respect of the said bidding document and the

decision of the Department that the Bidder has committed such breach or breaches and

as to the amount or amounts of loss, damage, costs, charges and expenses caused to

or suffered by or that may be caused to or suffered by the Department shall be final and

binding on us.

4. We, the said Bank further agree that the Guarantee herein contained shall remain in full

force and effect until it is released by the Department and it is further declared that it

shall not be necessary for the Department to proceed against the Bidder before

proceeding against the Bank and the Guarantee herein contained shall be invoked

against the Bank, notwithstanding any security which the Department may have

obtained or shall be obtained from the Bidder at any time when proceedings are taken

against the Bank for whatever amount that may be outstanding or unrealized under the

Guarantee.

Page 93: Tender Document for Integrated Scheme for Computer Education

Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III)

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #93 of #133

5. Any notice by way of demand or otherwise hereunder may be sent by special courier,

telex, fax, registered post or other electronic media to our address, as aforesaid and if

sent by post, it shall be deemed to have been given to us after the expiry of 48 hours

when the same has been posted.

6. If it is necessary to extend this guarantee on account of any reason whatsoever, we

undertake to extend the period of this guarantee on the request of our constituent under

intimation to you.

7. The right of the Department to recover the said amount of <Rs. ______________

(Rupees <in words>)> from us in manner aforesaid will not be precluded/ affected, even

if, disputes have been raised by the said M/s. ……….………………(Bidder) and/ or

dispute or disputes are pending before any court, authority, officer, tribunal, arbitrator(s)

etc..

8. Notwithstanding anything stated above, our liability under this guarantee shall be

restricted to <Rs. ______________ (Rupees <in words>)> and our guarantee shall

remain in force till bid validity period i.e. <please specify> days from the last date of bid

submission and unless a demand or claim under the guarantee is made on us in writing

within three months after the Bid validity date, all your rights under the guarantee shall

be forfeited and we shall be relieved and discharged from all liability thereunder.

9. This guarantee shall be governed by and construed in accordance with the Indian Laws

and we hereby submit to the exclusive jurisdiction of courts of Justice in India for the

purpose of any suit or action or other proceedings arising out of this guarantee or the

subject matter hereof brought by you may not be enforced in or by such count.

10. We hereby confirm that we have the power/s to issue this Guarantee in your favour

under the Memorandum and Articles of Association/ Constitution of our bank and the

undersigned is/are the recipient of authority by express delegation of power/s and

has/have full power/s to execute this guarantee under the Power of Attorney issued by

the bank in your favour.

Date ………………… (Signature) ……………………………………….

Place ………………… (Printed Name) ………………………………….

(Designation) ……………………………………

(Bank’s common seal) ………………………….

In presence of:

WTTNESS (with full name, designation, address & official seal, if any)

(1) ………………………………………

………………………………………

(2) ………………………………………

………………………………………

Bank Details

Name & address of Bank:

Name of contact person of Bank:

Contact telephone number:

GUIDELINES FOR SUBMISSION OF BANK GUARANTEE

The Bank Guarantee shall fulfill the following conditions in the absence of which they cannot

be considered valid: -

1. Bank Guarantee shall be executed on non- judicial stamp paper of applicable value

purchased in the name of the bank.

Page 94: Tender Document for Integrated Scheme for Computer Education

Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III)

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #94 of #133

2. Two persons should sign as witnesses mentioning their full name, designation, address

and office seal (if any).

3. The Executor (Bank Authorities) may mention the power of attorney No. and date of

execution in his/ her favour authorizing him/ her to sign the document. The Power of

Attorney to be witnessed by two persons mentioning their full name and address.

4. The Bank Guarantee should be executed by a Nationalised Bank/ Scheduled

Commercial Bank only.

5. Non – Judicial stamp paper shall be used within 6 months from the date of Purchase of

the same. Bank Guarantee executed on the non-judicial stamp paper after 6 (six)

months of the purchase of such stamp paper shall be treated as non-valid.

6. The contents of Bank Guarantee shall be strictly as per format prescribed by

Department

7. Each page of Bank Guarantee shall bear signature and seal of the Bank and B.G.

number.

8. All corrections, deletions etc. in the Bank Guarantee should be authenticated by

signature of Bank Officials signing the Bank Guarantee.

9. Bank should separately send through registered post/courier a certified copy of Bank

Guarantee, mentioning Bid reference, Bid title and bidder name, directly to the

Purchaser at the following address:

Page 95: Tender Document for Integrated Scheme for Computer Education

Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III)

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #95 of #133

ANNEXURE-18: Bid Securing Declaration

Form of Bid-Securing Declaration

Date: [insert date (as day, month and year)]

Notice Inviting Bids No.: [insert number of bidding process]

To: [insert complete name of Procuring Entity]

We, the undersigned, declare that:

We understand that, according to your conditions, bids must be supported by a Bid-Securing

Declaration.

We accept that we will automatically be suspended from being eligible for bidding in any

contract with the Procuring Entity for the period of time of [Procuring Entity to indicate here

the period of time for which the Procuring Entity will declare a Bidder ineligible to be awarded

a Contract if the Bid Securing Declaration is to be executed.] starting on the date that we

receive a notification from the Procuring Entity that our Bid Securing Declaration is

executed, if we are in breach of our obligation(s) under the bid conditions, because we:

a) have withdrawn our Bid during the period of bid validity specified in the Form of Bid; or

b) having been notified of the acceptance of its Bid by the Procuring Entity during the period

of bid validity,

(i) fail or refuse to execute the Contract Form, if required,

(ii) fail or refuses to furnish the performance security, in accordance with the Instructions

to Bidders (hereinafter “the ITB”),

c) have not accepted the correction of errors in accordance with the ITB, or

d) have breached a provision of the Code of Integrity specified in ITB;

We understand this Bid-Securing Declaration shall expire if we are not the successful

Bidder, upon the earlier of (i) our receipt of your notification to us of the name of the

successful Bidder; or (ii) thirty days after the expiration of our Bid.

Signed: [insert signature of person whose name and capacity are shown]

In the capacity of:

[insert legal capacity of person signing the Bid-Securing Declaration]

Name:

[insert complete name of person signing the Bid-Securing Declaration]

Duly authorized to sign the bid for and on behalf of:

[insert complete name of Bidder]

Dated on day of , [insert date of signing]

Corporate Seal

Page 96: Tender Document for Integrated Scheme for Computer Education

Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III)

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #96 of #133

Appendix A: Procedure of Appeals 1) Filing an appeal-

If any Bidder or prospective bidder is aggrieved that any decision, action or omission of the Procuring Entity is in contravention to the provisions of the Act or the Rules or the Guidelines issued there under, he may file an appeal to First Appellate Authority, as specified in Clause 37 within a period of ten days from the date of such decision or action, omission, as the case may be, clearly giving the specific ground or grounds on which he feels aggrieved: Provided that after the declaration of a Bidder as successful the appeal may be filed only by a Bidder who has participated in procurement proceedings: Provided further that in case a Procuring Entity evaluates the Technical Bids before the opening of the Financial Bids, an appeal related to the matter of Financial Bids may be filed only by a Bidder whose Technical Bid is found to be acceptable.

2) The officer to whom an appeal is filed under para (1) shall deal with the appeal as expeditiously as possible and shall endeavour to dispose it of within thirty days from the date of the appeal.

3) If the officer designated under para (1) fails to dispose of the appeal filed within the period specified in para (2), or if the Bidder or prospective bidder or the Procuring Entity is aggrieved by the order passed by the First Appellate Authority, the Bidder or prospective bidder or the Procuring Entity, as the case may be, may file a second appeal to Second Appellate Authority in this behalf within fifteen days from the expiry of the period specified in para (2) or of the date of receipt of the order passed by the First Appellate Authority, as the case may be.

4) Appeal not to lie in certain cases- No appeal shall lie against any decision of the Procuring Entity relating to the following matters, namely:- a) determination of need of procurement; b) provisions limiting participation of Bidders in the Bid process; c) the decision of whether or not to enter into negotiations; d) cancellation of a procurement process; e) applicability of the provisions of confidentiality.

5) Form of Appeal- a) An appeal under para (1) or (3) above shall be in the annexed Form along with as

many copies as there are respondents in the appeal. b) Every appeal shall be accompanied by an order appealed against, if any, affidavit

verifying the facts stated in the appeal and proof of payment of fee. c) Every appeal may be presented to First Appellate Authority or Second Appellate

Authority, as the case may be, in person or through registered post or authorised representative.

6) Fee for filing appeal- a) Fee for first appeal shall be rupees two thousand five hundred and for second appeal

shall be rupees ten thousand, which shall be non-refundable. b) The fee shall be paid in the form of bank demand draft or banker’s cheque of a

Scheduled Bank in India payable in the name of Appellate Authority concerned. 7) Procedure for disposal of appeal-

a) The First Appellate Authority or Second Appellate Authority, as the case may be, upon filing of appeal, shall issue notice accompanied by copy of appeal, affidavit and documents, if any, to the respondents and fix date of hearing.

b) On the date fixed for hearing, the First Appellate Authority or Second Appellate Authority, as the case may be, shall,- (i) hear all the parties to appeal present before him; and (ii) peruse or inspect documents, relevant records or copies thereof relating to the

matter. c) After hearing the parties, perusal or inspection of documents and relevant records or

copies thereof relating to the matter, the Appellate Authority concerned shall pass an order in writing and provide the copy of order to the parties to appeal free of cost.

d) The order passed under sub-clause (c) above shall also be placed on the State Public Procurement Portal.

Page 97: Tender Document for Integrated Scheme for Computer Education

Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III)

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #97 of #133

Annexure-19

FORM No. 1

[See rule 83]

Memorandum of Appeal under the Rajasthan Transparency in Public

Procurement Act, 2012

Appeal No ………of ……………

Before the ………………………… (First / Second Appellate Authority)

1. Particulars of appellant:

(i) Name of the appellant:

(ii) Official address, if any:

(iii) Residential address:

2. Name and address of the respondent(s):

(i)

(ii)

(iii)

3. Number and date of the order appealed against and name and designation of the officer

/ authority who passed the order (enclose copy), or a statement of a decision, action or

omission of the Procuring Entity in contravention to the provisions of the Act by which the

appellant is aggrieved: …………………………………………………………………………

4. If the Appellant proposes to be represented by a representative, the name and postal

address of the representative: …………………………………………………………………

5. Number of affidavits and documents enclosed with the appeal: ……………………………

6. Grounds of appeal: ………………………………………………………………………………

……………………………................…………………………………………………………

…………………………………………………………………... (Supported by an affidavit)

Prayer: ....…………………………………………………………………………………………

……………................…………………………………………………………………………

……………….

Place …………………………………….

Date ……………………………………

Appellant's Signature

Page 98: Tender Document for Integrated Scheme for Computer Education

Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III)

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #98 of #133

Annexure-20

Tentative list of school for ICT Phase-III

Srl District Block School

1 AJMER G.U.P.SCHOOL THAL

2 AJMER G.G.SEC SCHOOL GUJARIYAWAS

3 AJMER G.SHARDUL GIRL SEC SCHOOL

4 AJMER G.SEC. S. GANDI NAGAR

5 AJMER G.SEC SCHOOL SADAPUR

6 AJMER G.SEC SCHOOL SUNPA

7 AJMER G.SEC SCHOOL JALAVDA

8 AJMER G.SEC SCHOOL KAYAD

9 AJMER G.SEC SCHOOL CHATDI

10 AJMER G.SEC.S. DELVADA

11 AJMER G.SEC.SCHOOL NUNDRI MEHENDRTAN

12 AJMER G.SEC.S. KABRA

13 AJMER G.SEC.SCHOOL. BANJARI

14 AJMER G. SEC SCH SHERGARH

15 AJMER G.SEC SCH KALEDA KRISHAN GOPAL

16 AJMER G.SECONDARY SCHOOL SAKARIYA

17 AJMER G.SEC SCHOOL KUSHAYATA

18 AJMER G.PAYLOT.SEC.SCHOOL.KEKRI

19 AJMER G.G.SEC.S. NAGRA AJMER

20 ALWAR BEHRORE GOVT. SS KARODA

21 ALWAR BEHRORE GOVT. SS DHIS

22 ALWAR BEHRORE GOVT. SS KANKAR DOPA

23 ALWAR BEHRORE GOVT. SS GUNTI

24 ALWAR NEEMRANA GOVT. SHSS DOSOD

25 ALWAR NEEMRANA GOVT.SS (SANS.) MAJRI KALAN

26 ALWAR NEEMRANA GOVT. SS RODWAL

27 ALWAR NEEMRANA GOVT. SS JONAYCHA KHURD

28 ALWAR NEEMRANA GOVT. SS SANTO

29 ALWAR NEEMRANA GOVT. SS VIJAY NAGAR

30 ALWAR MUNDAWAR GOVT. SS JALAWAS

31 ALWAR MUNDAWAR GOVT. PRVESIKA. SS PALAWA

32 ALWAR MUNDAWAR GOVT. SS (G) PADMADA KALAN

33 ALWAR MUNDAWAR GOVT. SS SIROD KALAN

34 ALWAR KISHANGARH BAS GOVT. SS LANGAD BAS

35 ALWAR KISHANGARH BAS GOVT. SEC SANSKRIT B K NAGAR

36 ALWAR KISHANGARH BAS GOVT. SS NOORNAGAR

37 ALWAR KISHANGARH BAS GOVT. SS BALLBH GRAM

38 ALWAR KISHANGARH BAS GOVT. SS KHANPUR MEWAN

39 ALWAR KISHANGARH BAS GOVT. SS BAGODA

40 ALWAR KISHANGARH BAS GOVT. SSS KAROLI

41 ALWAR KISHANGARH BAS GOVT.SSVARISTHUPADAYA KHAIRT

42 ALWAR KOTKASIM GOVT. VARISHTH UPADHYAY KOTKASIM

43 ALWAR KOTKASIM GOVT. SHSS BAGHANA

44 ALWAR KOTKASIM GOVT. SHSS KANHADKA

45 ALWAR KOTKASIM GOVT. PREVESHIKA SANSKRIT LADPUR

46 ALWAR KOTKASIM GOVT. SHSS BHOJRAJKA

47 ALWAR TIZARA GOVT. SHSS (G) BHIWARI

48 ALWAR TIZARA GOVT. SS SANTHALKA

49 ALWAR TIZARA GOVT. SS KHIJURI BAS

50 ALWAR TIZARA GOVT SHSS (G) TAPUKADA

51 ALWAR TIZARA GOVT. SS ASLEEMPUR

52 ALWAR TIZARA GOVT. SHSS JALALPUR

53 ALWAR TIZARA GOVT. SS HINGWA HEDA

Page 99: Tender Document for Integrated Scheme for Computer Education

Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III)

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #99 of #133

54 ALWAR TIZARA GOVT SS SHAHBAD

55 ALWAR TIZARA GOVT. SS BHINDUSI

56 ALWAR TIZARA GOVT. SHANTI DEVI SS. GOTHDA

57 ALWAR TIZARA GOVT. SS KHALEEPUR

58 ALWAR TIZARA GOVT. SS SALARPUR

59 ALWAR RAMGARH GOVT. SS NASHOOPUR

60 ALWAR RAMGARH GOVT. SS(G) NOAGANWA

61 ALWAR RAMGARH GOVT. SEC PRAVESHIKA NOGANWA

62 ALWAR RAMGARH GOVT. SS RAGHUNATH GARH

63 ALWAR RAMGARH GOVT. SHSS BHAZEET

64 ALWAR RAMGARH GOVT. SS KHERALI SAYAAD

65 ALWAR RAMGARH GOVT. SHSS KHANPUR JAAT

66 ALWAR jkex< GOVT. SS SAINTHALI BAS

67 ALWAR UMRAIN GOVT. SS (SANS.) PREV. CHAUMU

68 ALWAR UMRAIN GOVT. SS KALSADA

69 ALWAR UMRAIN GOVT. SHSS BURJA

70 ALWAR vyoj GOVT. SS RAILWAYS STATION

71 ALWAR vyoj GOVT. SS NAYABAS

72 ALWAR vyoj GOVT. SS GANDHI NATIONAL

73 ALWAR vyoj GOVT. SHSS (SANS.) VARISTH UPADHAYAY ALWAR

74 ALWAR BANSUR GOVT. SS (G) RAMPUR

75 ALWAR BANSUR GOVT. SS LEKRI

76 ALWAR THANAGAZI GOVT. SS (G) PRATAPGARH

77 ALWAR THANAGAZI GOVT. SS (SAN.) PRATAPGARH

78 ALWAR THANAGAZI GOVT. SS AGAR

79 ALWAR THANAGAZI GOVT. SS DUHAR CHOGAN

80 ALWAR THANAGAZI GOVT. SS DWARA PURA

81 ALWAR THANAGAZI GOVT. SS (SAN) NARAYANPUR

82 ALWAR THANAGAZI GOVT. SS BAMANWAS KANKAD

83 ALWAR THANAGAZI GOVT. SS CHANDPURI

84 ALWAR THANAGAZI GOVT. SS GARI

85 ALWAR RAJGARH GOVT. SHSS TALAB

86 ALWAR RAJGARH GOVT. SHSS DEVTI

87 ALWAR RAJGARH GOVT. SHSS RAJPUR BADA

88 ALWAR RAJGARH GOVT. SS. NEEMLA

89 ALWAR RAJGARH GOVT. SS SURERE

90 ALWAR RAJGARH GOVT. SS. BALLUPURA

91 ALWAR RAJGARH GOVT. SHSS DUBBI

92 ALWAR RAJGARH GOVT. SEC PRAVESIKA SANSKRIT GORAKHPURA

93 ALWAR RAINI GOVT. VARI. UPPA. SANS. SCHOOL RAINI

94 ALWAR RAINI GOVT. SHSS RAMPURA

95 ALWAR RAINI GOVT. SS INTOLI

96 ALWAR RAINI GOVT. SS BHOLERI

97 ALWAR RAINI GOVT. SHSS JAMDOLI

98 ALWAR jS.kh GOVT. SS DOROLI

99 ALWAR LAKSHMANGARH GOVT. SS RONIJA JAT

100 ALWAR LAKSHMANGARH GOVT. SS KHUDIANA

101 ALWAR LAKSHMANGARH GOVT. SS TILWAD

102 ALWAR LAKSHMANGARH GOVT. SS TALDA

103 ALWAR LAKSHMANGARH GOVT. SS NEMEDA

104 ALWAR KATHUMAR GOVT.SS SOKHARI

105 ALWAR KATHUMAR GOVT. SS HULYANA

106 ALWAR KATHUMAR GOVT.SS MASARI

107 ALWAR KATHUMAR GOVT. SS JATWADA

108 ALWAR KATHUMAR GOVT. SS JADLA

109 BANSWARA 0828 G.S.KUVANIA

110 BANSWARA 0828 G.SEC.SCHOOL GANORA

Page 100: Tender Document for Integrated Scheme for Computer Education

Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III)

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #100 of #133

111 BANSWARA 0828 G.VARISTHA UPADHYA S.S. GANORA

112 BANSWARA 0828 Govt. Varisth Upadhyay Sanskrit School

113 BANSWARA 0828 G.SEC.SCHOOL MOTATANDA

114 BANSWARA 0828 G.PRAVESHIKA SAN SCHOOL SILTIY

115 BANSWARA 0828 G.S.S. AMARSINGH KA GHADA

116 BANSWARA 0828 G.SEC. SCHOOL BICHHAWARA

117 BANSWARA 0828 G.SECONDERY SCHOOL BHUNGDA

118 BANSWARA 0828 G.S.KANTHAV

119 BANSWARA 0828 G.SEC. .NAPLA

120 BANSWARA 0828 G.SEC. KOTDA

121 BANSWARA 0828 G.S.S. JHAPURA

122 BANSWARA 0828 G.SEC.SCHOOL KUSHALPURA

123 BANSWARA 0828 G. SEC. SCHOOL MASOTIYA

124 BANSWARA 0828 G.SEC. SCHOOL SUNDANPUR

125 BANSWARA 0828 G.SEC. SCHOOL KOHALA

126 BANSWARA 0828 G.SEC.SCHOOL DEVLIYA

127 BANSWARA 0828 G.SEC. SCHOOL BADGAON

128 BANSWARA 0828 G.SEC.SCHOOL NICHLA GANTALA

129 BANSWARA 0828 G.SEC.SCHOOL TEJPUR

130 BANSWARA 0828 G.SEC. SCHOOL BORVAT

131 BANSWARA 0828 G.SEC. SCHOOL SAGROD

132 BANSWARA 0828 G.SEC.SCHOOL SIYAPUR

133 BANSWARA 0828 G.SEC. SCHOOL LIMTHAN

134 BANSWARA 0828 G.SEC. SCHOOL JHUPEL

135 BANSWARA 0828 G.SEC. SCHOOL NAVA GOAN

136 BANSWARA 0828 G.SEC.SCHOOL THIKIRIYA

137 BANSWARA 0828 G.G.S.S. NAI ABADI

138 BANSWARA 0828 G.SEC. SCHOOL RATHADIYA PARDA

139 BANSWARA 0828 G.SEC. SCHOOL MOR

140 BANSWARA 0828 G.SEC. SCHOOL SAREDI CHHOTI

141 BANSWARA 0828 G.SEC. SCHOOL CHOPASAG

142 BANSWARA 0828 G.SEC.SCHOOL KUMJI KA PARDA

143 BANSWARA 0828 G.SEC. SCHOOL AASODA

144 BANSWARA 0828 G.SEC. SCHOOL BHIMSOR

145 BANSWARA 0828 G.SEC.SCHOOL SALIYA

146 BANSWARA 0828 G.SEC.SCHOOL KHERA

147 BANSWARA 0828 G.SEC. SCHOOL BHAGORA

148 BANSWARA 0828 G.GIRLS SEN. SEC. SCH. BORI

149 BANSWARA 0828 G.GIRLS SEC. SCHOOL DADUKA

150 BANSWARA 0828 G.SEC. SCHOOL BHANO KA PARDA

151 BANSWARA 0828 G.SEC.SCHOOL ITAUVA

152 BANSWARA 0828 G.VARISHTH UPADDHYAY SANSKRIT SCH. ARTHUNA

153 BANSWARA 0828 G.SEC. SCHOOL FALABARA

154 BANSWARA 0828 G.SEC. SCHOOL NAVAGHARA

155 BANSWARA 0828 G.SEC.SCHOOL ODVADA

156 BANSWARA 0828 G.SEC. SCHOOL BHATAR

157 BANSWARA 0828 G.SEC.SCHOOL AMJA

158 BANSWARA 0828 G.SEC. SCHOOL MADALDA

159 BANSWARA 0828 G.SEC.SCHOOL CHIBADA TALAI

160 BANSWARA 0828 G.SEC SCHOOL BHALER BHODAR

161 BANSWARA 0828 G.SEC.SCHOOL TAMTIYA

162 BANSWARA 0828 G.SEC.SCHOOL. OBLA

163 BANSWARA 0828 G.SEC.NAHARPURA

164 BANSWARA 0828 G.S.SEC. BADLIYA

165 BANSWARA 0828 G .SEC. SUNDRAV

166 BANSWARA 0828 G. SEC. PART NAVAGHARA

167 BANSWARA 0828 G.S.S. UMMEDGARI

Page 101: Tender Document for Integrated Scheme for Computer Education

Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III)

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #101 of #133

168 BANSWARA 0828 G.G.S.S. BARODIYA

169 BANSWARA 0828 G.S.S. SUVALA

170 BANSWARA 0828 G.S.S. MOTI TEMBI

171 BANSWARA 0828 GOVT. SECONDARY SCHOOL LASODIA

172 BANSWARA 0828 GOVT. SECONDARY SCHOOL MAHUDI

173 BANSWARA 0828 GOVT. SECONDARY SCHOOL ANDESHWAR

174 BANSWARA 0828 G.SEC.SCHOOL UKALA

175 BANSWARA 0828 G.SEC.SCHOOL LOHARIYA KALAN

176 BANSWARA 0828 G.SEC. BADVAS KALAN

177 BANSWARA 0828 G,.SEC.SCHOOL NOHARA

178 BARAN G.S.SEC., SIMLI

179 BARAN G.SEC.S., EKLERA

180 BARAN G.SEC.S. MANDOLA

181 BARAN G.SR.SEC.SCHOOL BARANA

182 BARAN G.S.SEC.S., MATHANA

183 BARAN G.SEC.S., NARADA

184 BARAN G.S.SEC.S. MELKHERI

185 BARAN G.VARI.UPA.SAN.S.TALFACTORY BARAN

186 BARAN G.SEC.S. BHIMGANJ WARD

187 BARAN G.G.SEC.S., PURANA W- 17

188 BARAN G. SEC. S, BHATWARA

189 BARAN G. SEC. BADGAWN

190 BARAN G.SEC.S, SORSAN

191 BARAN G.GIRLS SEC.SCOOL PALAYTHA

192 BARAN G. SEC. BAMULIYAMATAJI

193 BARAN G. SEC. S. BHOJYAKHERI

194 BARAN G.SEC.SANSKRIT ANTA

195 BARAN G.SEC.S., ANTANA

196 BARAN G.SEC.S. DHOTI

197 BARAN G.SEC.S., KATAWAR

198 BARAN G.SEC.S. SAKATPUR

199 BARAN G.SEC.S., JAIPLA

200 BARAN G.SEC.S., BHOLOAN

201 BARAN G.SEC.S., BAPCHA

202 BARAN G. SEC.S. BILENDI

203 BARAN G.S.SEC.S., SCHOOL

204 BARAN G.S.SEC.S. BHANSTHUNI

205 BARAN G.S.SEC.S. CHINOD

206 BARAN G S. SEC.S. BARUNI

207 BARAN G.S.SEC.S. BAJRANG GARH

208 BARAN G.S.SEC.S. KANKARDA

209 BARAN G.SEC.S. BAMANGAVA

210 BARAN G. SEC. S.NAATAI

211 BARAN G.SEC.S. KHATKA

212 BARMER GSS BISU KALA

213 BARMER GSS AARANG

214 BARMER GSS BALEWA

215 BARMER GGSS GADARAROAD

216 BARMER GSS SAN.MAHA SINGH PUROHITO KI DHANI

217 BARMER GSSS SAN. BAITU CHIMAN JI

218 BARMER GSS HUDO KI DHANI

219 BARMER GSS BHIMADA

220 BARMER GSS CHOKHALA

221 BARMER GSS JAJWA

222 BARMER GSS AKHADARA

223 BARMER GSSS NIMBANIYO KI DHANI

224 BARMER GSS KANOD

Page 102: Tender Document for Integrated Scheme for Computer Education

Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III)

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #102 of #133

225 BARMER GSS SANS SHIVDAN SINGH KI DHANI

226 BARMER GSS BADKHA

227 BARMER GSS POONIYO KA TALA

228 BARMER GSS KALUDI

229 BARMER GSS SANSKRIT BORAVAS

230 BARMER GSS JAGSA

231 BARMER GSS SARANA

232 BARMER G S S MOOLJI KI DHANI

233 BARMER GSSS PARALOO

234 BARMER GSS GODAWAS KALLA

235 BARMER GSS CHANDESRA

236 BARMER GSS KARMAVAS

237 BARMER GSS JETHANTARI

238 BARMER GSS RANEEDESEEPURA

239 BARMER GSS LAKHETA

240 BARMER GSS INDRANA

241 BARMER GSS SINER

242 BARMER GGSSS PADRU

243 BARMER GSS KUNDAL

244 BARMER GSS PARVESIKA SANSKRIT KATHADI

245 BARMER GSS KANKHI

246 BARMER GSS CHADO KI DHANI

247 BARMER GSS SANSKRIT GOLIYA JETMAL

248 BARMER GSS MEHLU

249 BARMER GSS BAND

250 BARMER GSS CHHOTU

251 BARMER GSS JUNA MITHA KHEDA

252 BARMER GSS DAKHA

253 BARMER GSS SAVNIYALA

254 BARMER GSS KHARA RATHORAN

255 BARMER GSS BALERA

256 BARMER GSS BOLA

257 BARMER GSS LANGERA

258 BARMER GSS MAHABAR

259 BARMER GOVT V.U S.S INDRA NAGAR

260 BARMER GSS RAMU BAI

261 BARMER GSS SUTHARO KA TALLA

262 BARMER GSSS BACHHADAU

263 BARMER GSS PANANIYO KA TALLA

264 BARMER GSS JESSAR

265 BARMER GSS SAN. TILAK NAGAR (BMR GRAMIN)

266 BARMER GSSS BALIKA GUDA MALANI

267 BARMER GSS SANS. UDANIYO KI DHANI

268 BARMER GSS MANGATA

269 BARMER GSS CHALAKANA

270 BARMER GSS San . BAKALSAR BASTI

271 BARMER GSS BIJRAD

272 BARMER GSS BAKHASAR

273 BARMER GSS KONARA

274 BHARATPUR KAMAN GOVT.VAR. UPADHYAY SANSKRAT INDROLI

275 BHARATPUR KAMAN GOVT. SEC. SANSKRIT BAROLIDHAU

276 BHARATPUR KAMAN GOVT. SEC.. FATEHPUR

277 BHARATPUR NAGAR GOVT HR. SEC SCHOOL SUNDRAWALI

278 BHARATPUR NAGAR GOVT SEC. S. BOODLI

279 BHARATPUR NAGAR GOVT.SEC S BERRU

280 BHARATPUR NAGAR GOVT.SEC ALAMSHA

281 BHARATPUR NAGAR GOVT SANSKRIT SEC. SAMLI

Page 103: Tender Document for Integrated Scheme for Computer Education

Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III)

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #103 of #133

282 BHARATPUR NAGAR GOVT SHRI L.S. SEC KHAKHAVALI

283 BHARATPUR DEEG GOVT. SEC.SCH. BADANGARH

284 BHARATPUR DEEG GOVT. SEC. SCHOOL MAWAI

285 BHARATPUR KUMHER GOVT SEC SCHOOL TALFARA

286 BHARATPUR KUMHER GOVT SEC. SAIH

287 BHARATPUR KUMHER GOVT SEC SCH BORAI

288 BHARATPUR KUMHER GOVT.SEC.SCHOOL MAHARAWAR

289 BHARATPUR KUMHER GOVT SEC.SCHOOL USRANI

290 BHARATPUR KUMHER GOVT SEC. BARTAI

291 BHARATPUR KUMHER GOVT SEC SCHOOL TAMRER

292 BHARATPUR KUMHER GOVT SEC. SCHOOL SEEHEE

293 BHARATPUR KUMHER GOVT SEC. SAIT

294 BHARATPUR KUMHER GOVT SEC. BELARA KALAN

295 BHARATPUR KUMHER GOVT SEC. SCHOOL GUDRI,KUMHER

296 BHARATPUR SEWAR GOVT. SEC SCHOOL LUDHABAI

297 BHARATPUR SEWAR GOVT. SEC. SCHOOL EKTA

298 BHARATPUR SEWAR GOVT. SEC SCHOOL, MALAH

299 BHARATPUR SEWAR GOVT SEC. SCHOOL, SUNARI

300 BHARATPUR SEWAR GOVT (GIRLS) SEC. SCHOOL BAHNERA

301 BHARATPUR SEWAR GOVT. SEC. SCHOOL DHAURMUI

302 BHARATPUR SEWAR GOVT.PAVESHIKA SANSKRIT S.SAH.

303 BHARATPUR SEWAR GOVT.SEC. SCH. BACHHAMADI

304 BHARATPUR SEWAR GOVT. GIRLS SEC. SCHOOL BACHHAMADI

305 BHARATPUR SEWAR GOVT. SEC. SCHOOL BAJHERA

306 BHARATPUR SEWAR GOVT. SEC.D SANSCRIT SEWAR

307 BHARATPUR SEWAR GOVT SEC SCHOOL RAILWAY

308 BHARATPUR SEWAR GOVT. SR. UPADHYA SANSKRIT SCH

309 BHARATPUR NADWAI GOVT SEC. HANTRA

310 BHARATPUR NADWAI GOVT. SEC. KHATOTI

311 BHARATPUR NADWAI GOVT.M.S. AKHEGHAR

312 BHARATPUR NADWAI GOVT. SEC LALPUR

313 BHARATPUR NADWAI GOVT. SEC. DAHRA

314 BHARATPUR ROOPWAS GOVT. SEC. SCHOOL BARAULIRAND

315 BHARATPUR NADWAI GOVT. SEC. SCHOOL, GAGROLI

316 BHARATPUR NADWAI GOVT. SEC.NYOTHA

317 BHARATPUR WEIR GOVT SEC. SCH. BHASENA

318 BHARATPUR WEIR GOVT. SEC. SCH. NAIWADA

319 BHARATPUR WEIR GOVT. HR. SEC. SCH. RANDHIRGADH

320 BHARATPUR WEIR GOVT SEC SCHOOL MAINAPURA

321 BHARATPUR WEIR GOVT. S.A. GIRLS SEC BALLABH GAR

322 BHARATPUR WEIR GOVT. SEC. SCH. ALIPUR

323 BHARATPUR WEIR GOVT SEC SCHOOL BHUTOLI

324 BHARATPUR WEIR GOVT SEC SCHOOL DIVALI

325 BHARATPUR WEIR GOVT. SEC. SCH. CHAINTOLI

326 BHARATPUR WEIR GOVT.SEC.SCH. NYAMATPUR

327 BHARATPUR WEIR GOVT. SEC SCHOOL UNAPUR

328 BHARATPUR WEIR GOVT GIRLS SEC. BHUSAWAR

329 BHARATPUR BAYANA GOVT SEN SEC S BRAHMBAD

330 BHARATPUR BAYANA GOVT S SEC S VEERAMPURA

331 BHARATPUR BAYANA GOVT HR. SEC. SCH. MILAKPUR

332 BHARATPUR BAYANA GOVT SEC SCHOOL FARSO

333 BHARATPUR BAYANA GOVT SEC SCHOOL KHOHRA

334 BHARATPUR BAYANA GOVT SEC S NABLI

335 BHARATPUR BAYANA GOVT SEC S BIDYARI

336 BHARATPUR BAYANA GOVT SEC S KANAWAR

337 BHARATPUR ROOPWAS GOVT. SEC, SRINAGAR[RUND]

338 BHARATPUR ROOPWAS GOVT SEC. KAKROA [ROOP]

Page 104: Tender Document for Integrated Scheme for Computer Education

Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III)

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #104 of #133

339 BHARATPUR ROOPWAS GOVT. SEC., BHOT

340 BHARATPUR ROOPWAS GOVT.SEC. SCHOOL, BHAISA

341 BHARATPUR ROOPWAS GOVT.SANS. SEC. SAIDPURA

342 BHARATPUR ROOPWAS GOVT.SEC S JATMASI

343 BHARATPUR ROOPWAS GOVT. SEC. PICUNA

344 BHARATPUR ROOPWAS GOVT. SEC. SCHOOL . SAHANA

345 BHARATPUR ROOPWAS GOVT. SEC. CHAICORA [ROOP]

346 BHARATPUR ROOPWAS GOVT SEC. SCHOOL NAGLA TULA

347 BHARATPUR ROOPWAS GOVT. SEC. NAGLA TEHARIUA

348 BHILWARA AASIND G.S.S. PALADI

349 BHILWARA AASIND G.S.S. DANTADA BANDH

350 BHILWARA AASIND G.S.S. DHOLI

351 BHILWARA AASIND G.S.S. PARASOLI

352 BHILWARA AASIND G.G.S.S. DAULATGARH

353 BHILWARA AASIND G.S.S. PANDRU

354 BHILWARA AASIND G.S.S.S. LACHUDA

355 BHILWARA AASIND G.S.S. AAMESAR

356 BHILWARA AASIND G.G.S.S.S. BHARAMANO KI SARERI

357 BHILWARA AASIND G.S.S. MOGAR

358 BHILWARA AASIND G.S.S. ADARSH OJAINA

359 BHILWARA AASIND G.S.S. CHATARPURA

360 BHILWARA AASIND G.S.S. MOTRAS

361 BHILWARA AASIND G.S.S. RAMPURA

362 BHILWARA HURDA G.S.S. KHEJRI

363 BHILWARA HURDA G.S.S. TONKARWADA

364 BHILWARA HURDA G.S.S. SARERI BADARI KI

365 BHILWARA HURDA G.G.U.S.S. HURDA

366 BHILWARA HURDA G.S.S. BHADWO KI KOTARI

367 BHILWARA HURDA G.S.S. BHOJRANS

368 BHILWARA HURDA G.S.S. GADWALON KA KHEDA

369 BHILWARA HURDA G.S.S. UKHALIA

370 BHILWARA SHAHPURA G.S.S. DABLA KACHRA

371 BHILWARA SHAHPURA G.S.S. AARNIYA GHODA

372 BHILWARA SHAHPURA G.S.S. REHAD

373 BHILWARA SHAHPURA G.S.S. MATA JI KA KHEDA

374 BHILWARA SHAHPURA G.S.S. KADISAHENA

375 BHILWARA SHAHPURA G.S.S. MINDOLIYA

376 BHILWARA SHAHPURA G.S.S. DAULAT PURA

377 BHILWARA SHAHPURA G.S.S. ARWAD

378 BHILWARA SHAHPURA G.S.S.S. SANSKRIT V.U. SANGRIYA

379 BHILWARA SHAHPURA G.S.S. RAJYAS

380 BHILWARA SHAHPURA G.S.S. PANOTIYA

381 BHILWARA SHAHPURA G.S.S DHANOP

382 BHILWARA SHAHPURA G.S.S. RAMPURA

383 BHILWARA SHAHPURA G.S.S. BASERA

384 BHILWARA SHAHPURA G.G.S.S TAHANAL GATE SHAHPURA

385 BHILWARA BANERA G.S.S. RAMDUWARA BANERA

386 BHILWARA BANERA G.S.S. BAMNIYA

387 BHILWARA BANERA G.S.S. BALDARKHA

388 BHILWARA BANERA G.S.S. JHATAL

389 BHILWARA BANERA G.S.S. BERA

390 BHILWARA BANERA G.S.S. RUPAHELI KHURD

391 BHILWARA BANERA G.S.S. KASORIYA

392 BHILWARA BANERA G.S.S. MEGHRAS

393 BHILWARA MANDAL G.S.S. KIRIMAL

394 BHILWARA MANDAL G.S.S. THANA

395 BHILWARA MANDAL G.S.S. GOVERDHAN PURA

Page 105: Tender Document for Integrated Scheme for Computer Education

Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III)

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #105 of #133

396 BHILWARA MANDAL G.S.S. LESWA

397 BHILWARA MANDAL G.S.S. CHANKHED

398 BHILWARA MANDAL G.S.S. CHANDRAS

399 BHILWARA MANDAL G.S.S. NAI AMERGARH

400 BHILWARA MANDAL G.S.S. BADDU

401 BHILWARA MANDAL G.S.S.S. PEETHAS

402 BHILWARA MANDAL G.S.S. AMADALA

403 BHILWARA MANDAL G.S.S. BAAVLAS

404 BHILWARA MANDAL G.S.S. GORKHYA

405 BHILWARA MANDAL G.G.S.S. KARERA

406 BHILWARA MANDAL G.S.S. LADUVAAS

407 BHILWARA MANDAL G.S.S. [ADRASH] DAHIMATHA

408 BHILWARA MANDAL G.S.S. KABRADIYA

409 BHILWARA MANDAL G.S.S. MEZA

410 BHILWARA MANDAL G.S.S. KERIYA

411 BHILWARA MANDAL G.S.S. SANSKRIT CHHAJAVON KA KHEDA

412 BHILWARA MANDAL G.S.S.S. DHUWALA

413 BHILWARA MANDAL G.PRAV.SANS. S. MANDAL

414 BHILWARA MANDAL G.S.S. SANTOKPURA

415 BHILWARA RAIPUR G. PRAVESIKA SANS. S. RAIPUR

416 BHILWARA RAIPUR G.S.S. BORANA

417 BHILWARA RAIPUR G.S.S. ASHAHOLI

418 BHILWARA RAIPUR G.S.S. BAAGOLIA

419 BHILWARA RAIPUR G.S.S. THALA

420 BHILWARA RAIPUR G.S.S. BAAGAD

421 BHILWARA SAHARDA G.S.S. SANS. MEGRAS

422 BHILWARA SAHARDA G.S.S. MAHENDRAGARH

423 BHILWARA SAHARDA G.G.S.S. PONTLA

424 BHILWARA SAHARDA G.S.S. SARGAON

425 BHILWARA SAHARDA G.S.S. SHIVRATI

426 BHILWARA SAHARDA G.S.S. GANESHPURA

427 BHILWARA SAHARDA G.S.S. DHOSER

428 BHILWARA SAHARDA G.S.S. DELANA

429 BHILWARA SAHARDA G.S.S. GOVALIYA

430 BHILWARA SUWANA G.S.S. DARIBA

431 BHILWARA SUWANA G.S.S. SEEDARIYAS

432 BHILWARA SUWANA TEJ SINGH G.S.S. PIPALI

433 BHILWARA SUWANA G.S.S. SANS. VARISTH UPPADHYA

434 BHILWARA SUWANA G.S.S. PALRI

435 BHILWARA SUWANA G.S.S. BHIMGANJ

436 BHILWARA SUWANA G.G.S.S. GANDHINAGAR

437 BHILWARA SUWANA G.S.S. LABOUR COLONY

438 BHILWARA KOTDI G.S.S. KANKROLIYA GHATI

439 BHILWARA KOTDI G.S.S. BEERDHOL

440 BHILWARA KOTDI G.S.S. UDLIYAS

441 BHILWARA KOTDI G.S.S.S. GEGA KA KHERA

442 BHILWARA KOTDI G.S.S. GENDALIA

443 BHILWARA KOTDI G.S.S. BAN KA KHEDA

444 BHILWARA KOTDI G.S.S.S. SWAIPUR

445 BHILWARA KOTDI G.S.S. VISHNIA

446 BHILWARA KOTDI G.S.S. DANTRA BADA

447 BHILWARA JAHAJPUR G.S.S. BIHADA

448 BHILWARA JAHAJPUR G.U.P.S. SANSKRIT PANDER

449 BHILWARA JAHAJPUR G.U.P.S. KUCHALWADA KALA

450 BHILWARA JAHAJPUR G.S.S. GADOLI

451 BHILWARA JAHAJPUR G.S.S.S. ETUNDA

452 BHILWARA JAHAJPUR G.S.S. ULALA

Page 106: Tender Document for Integrated Scheme for Computer Education

Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III)

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #106 of #133

453 BHILWARA JAHAJPUR G.S.S. KURADIYA

454 BHILWARA JAHAJPUR G.S.S. THITHODAJAGIR

455 BHILWARA JAHAJPUR G.G.S.S. AMARWASI

456 BHILWARA JAHAJPUR G.S.S. JAMOLI

457 BHILWARA MANDALGARH G.S.S. THALKALAN

458 BHILWARA MANDALGARH G.S.S. KHACROL

459 BHILWARA MANDALGARH G.S.S.S. SINGOLI CHARBHUJA

460 BHILWARA MANDALGARH G.S.S. JOJWA

461 BHILWARA MANDALGARH G.S.S. RASADPURA AAROLI

462 BHILWARA MANDALGARH G.S.S. KASYA

463 BHILWARA MANDALGARH G.S.S. GENOLI

464 BHILWARA MANDALGARH G.S.S. HODA

465 BHILWARA MANDALGARH G.S.S. DHAKAD KHERI

466 BIKANER BIKANER G.SEC.SCHOOL, MALASAR

467 BIKANER BIKANER G.SEC.SCHOOL, KATRIASAR

468 BIKANER BIKANER G.SEC.SCHOOL, AMBASAR

469 BIKANER chdkusj xzkeh.k G.SEC. SCHOOL, SURDHAN CHUHAN

470 BIKANER BIKANER G.SEC. SCHOOL SANS. GADHWALA

471 BIKANER BIKANER G.SEC.SCHOOL, JALWALI

472 BIKANER BIKANER G.SEC.SCHOOL, KALASAR

473 BIKANER BIKANER G.SR.SEC. SCHOOL SANSKRIT RANI BZR

474 BIKANER BIKANER G.G.SEC.SCHOOL JASSUSAR GATE

475 BIKANER BIKANER G.SEC.SCH. MURLIDR VIYAS CLNY

476 BIKANER LUNKARANSAR G.S.S. MAHADEVVALI

477 BIKANER LUNKARANSAR G.SEC.SCHOOL, KHARBARA

478 BIKANER LUNKARANSAR G.S.S. TAKHATPURA

479 BIKANER LUNKARANSAR G.S.S. RAJASAR/KARNISAR

480 BIKANER yw.kdjulj G.SEC.SCHOOL SANSKRIT, UDANA (5CHM)

481 BIKANER LUNKARANSAR G.S.S., ROJA

482 BIKANER LUNKARANSAR G.SEC. SCHOOL, BALADESAR

483 BIKANER LUNKARANSAR G.SEC.SCHOOL, SUI

484 BIKANER LUNKARANSAR G.SEC.SCHOOL SANS. KHODALA

485 BIKANER LUNKARANSAR G.S.S. GARABDESAR

486 BIKANER LUNKARANSAR G.SEC. SCHOOL, RAVASAR

487 BIKANER LUNKARANSAR G.S.S. SAHAJRASAR

488 BIKANER LUNKARANSAR G.S.S., DHIRERA

489 BIKANER LUNKARANSAR G.SEC. SCHOOL SANSKRIT BAMANVALI

490 BIKANER LUNKARANSAR G.SEC.SCHOOL, RAMNAGAR

491 BIKANER LUNKARANSAR G.S.S., AJITMANA

492 BIKANER LUNKARANSAR G.S.S. CHAK JOD PURANI ABADI

493 BIKANER LUNKARANSAR G.S.S., BHIKHNERA

494 BIKANER KOLAYAT G.SEC. SCHOOL., BHOLASAR

495 BIKANER KOLAYAT G.SEC.SCHOOL, HADLA BHATIYAN

496 BIKANER KOLAYAT G.SEC.SCHOOL, DASHORI

497 BIKANER KOLAYAT G.SEC. SCHOOL, KHARIA BAS

498 BIKANER KOLAYAT G.S.S. MITHARIA

499 BIKANER KOLAYAT G.S.S. GRANDHI

500 BIKANER KOLAYAT G.S.S., RAVWALA

501 BIKANER KOLAYAT G.SEC.SCHOOL, GOKUL

502 BIKANER KOLAYAT G.SEC. SCHOOL GODU

503 BIKANER KOLAYAT G.SEC.SCHOOL, RANJITPURA

504 BIKANER KOLAYAT G.SEC. SCHOOL BHALURI

505 BIKANER KOLAYAT G.SEC.SCHOOL, 4.M.M., BHALURI

506 BIKANER KOLAYAT G.S.S. MODAYAT

507 BIKANER KOLAYAT G.SEC. SCHOOL, KHINDASAR

508 BIKANER KOLAYAT G.S.S., FULASAR BADA

509 BIKANER KOLAYAT G.S.S., CHANI

Page 107: Tender Document for Integrated Scheme for Computer Education

Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III)

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #107 of #133

510 BIKANER KOLAYAT G.S.S. MANDAL CHARNAN

511 BIKANER KOLAYAT G.SEC. SCHOOL, GUDHA

512 BIKANER KOLAYAT G.SEC.SCHOOL, SIYANA

513 BIKANER NOKHA G.S.S, SARNO KI DHANI, KAHIRA

514 BIKANER NOKHA G.S.S. SANS., NOKHA GAON

515 BIKANER NOKHA G.SEC. SCHOOL, GAJSUKHDESAR

516 BIKANER NOKHA G.S.S., BILNIYASAR

517 BIKANER NOKHA G.SEC.SCHOOL, SADHASAR

518 BIKANER BIKANER G.S.S., SINVRO KI DHANI SWARUPSAR

519 BIKANER NOKHA G.S.S., JEGLA PANNA DAROGA

520 BIKANER NOKHA G.S.S., DHARNOK

521 BIKANER NOKHA G.SEC.SCHOOL, NATHUSAR

522 BIKANER NOKHA G.S.S., SOMALSAR

523 BIKANER NOKHA G.SEC.SCHOOL, SINJGURU

524 BIKANER NOKHA G.S.S., GAJRUPDESAR

525 BIKANER NOKHA G.S.S. MAIYASAR

526 BIKANER NOKHA G.S.S., JAISALSAR

527 BIKANER NOKHA G.SEC.SCHOOL, SARUNDA

528 BIKANER DUNGARGARH G.SEC.SCHOOL SANSKRIT, DHIRDESAR PUROHITAN

529 BIKANER DUNGARGARH G.SEC.SCHOOL, THUKARIASAR

530 BIKANER DUNGARGARH G.SEC. SCHOOL, KALYANSAR NAYA

531 BIKANER DUNGARGARH G.SEC.SCHOOL, BEENJHASAR

532 BIKANER DUNGARGARH G.S.S., BADELLA

533 BIKANER KHAJUWALA G.S.S., ANANDGARH

534 BIKANER KHAJUWALA G.S.S., KUNDAL

535 BIKANER BIKANER G.S.S., NOSERA

536 BIKANER KHAJUWALA G.S.S., SIYASAR

537 BIKANER KHAJUWALA G.S.S., ADURI

538 BIKANER KHAJUWALA G.S.S., GANGAJALI

539 BIKANER KHAJUWALA G.SEC.S. MAKERI

540 BIKANER KHAJUWALA G.S.S., AMARPURA

541 BIKANER KHAJUWALA G.S.S., JODHASAR DELI

542 BIKANER KHAJUWALA G.S.S., SHIVNAGAR

543 BIKANER KHAJUWALA G.S.S., 3 ARM KHARVALI

544 BIKANER KHAJUWALA G.S.S., KARNISAR BHATIYAN

545 BIKANER KHAJUWALA G.S.S., MOTIGARH

546 BIKANER KHAJUWALA G.S.S., THARUSAR

547 BUNDI HINDOLI GOVT. SECONDARY PAGARA

548 BUNDI HINDOLI GOVT. SEC. OWAN

549 BUNDI HINDOLI GOVT. SEC. SCHOOL KHINIYA

550 BUNDI HINDOLI GOVT. SEC. BHAWANIPURA

551 BUNDI HINDOLI GOVT. SEC. MENDI

552 BUNDI K.PATAN GOVT. SEC BALIKA ARNETHA

553 BUNDI K.PATAN GOVT SEC SCHOOL, CHITAWA

554 BUNDI K.PATAN GOVT.SEC. BHIYA

555 BUNDI K.PATAN GOVT. SEC. SCHOOL BABAI

556 BUNDI K.PATAN GOVT. SEC SUNAGAR

557 BUNDI K.PATAN GOV. SEC.V. UPHADD.V. AAJANDHA

558 BUNDI K.PATAN GOVT. SEC. GARAMPURA(GRAMEEN)

559 BUNDI K.PATAN GOVT. SEC. STATION LAKHERI

560 BUNDI K.PATAN GOVT. SEC BALIKA ISHWAR NAGAR

561 BUNDI K.PATAN GOVT. SEC. S. KAPREN HAVELI

562 BUNDI K.PATAN GOVT. SEC. SANSKRIT KAPREN

563 BUNDI NAINWA GOVT. SEC DUGARI

564 BUNDI NAINWA GOVT. SEC BHAJNERI

565 BUNDI NAINWA GOVT. SEC JARKHODA

566 BUNDI TALERA GOVT. SEC SCH JAMITPURA

Page 108: Tender Document for Integrated Scheme for Computer Education

Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III)

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #108 of #133

567 BUNDI TALERA GOVT. SEC. KETHUDA

568 BUNDI BUNDI GOVT. SEC. RAMGANJ

569 BUNDI BUNDI GOVT. SEC. ONKARPURA

570 BUNDI BUNDI GOVT. SEC. MANDAWRA

571 BUNDI BUNDI GOVT. VAR.UPP.SR.SEC CHATRPURA

572 BUNDI BUNDI GOV. PRAVISHAK SANS. SCHOOL

573 BUNDI BUNDI GOVT. SEC. SC. BUNDI CITY

574 CHITTORGARH GOVT. SEC REWARA

575 CHITTORGARH GOVT.SEC UNCHA

576 CHITTORGARH GOVT.SEC SIHHANA

577 CHITTORGARH GOVT.T.J.S.SEC. SOMI

578 CHITTORGARH GOVT. SEC MUROLI

579 CHITTORGARH GOVT. SANS.SEC RASHMI

580 CHITTORGARH GOVT SEC SUWANIYA

581 CHITTORGARH GOVT.SEC. BOLO KA SANVTA

582 CHITTORGARH GOVT.PRAVESHIKA SANSKRIT GANGRAR

583 CHITTORGARH GOVT. SR. SEC. SCHOOL DUGAR

584 CHITTORGARH G.SEC.SCHOOL- SADI

585 CHITTORGARH G.SEC. SCH- ANWALHERA

586 CHITTORGARH G.SEC.SCHOOL- SAMRIYA KHURD

587 CHITTORGARH G.S.SEC. JARJANI

588 CHITTORGARH G.SEC.S. LADPURA

589 CHITTORGARH G.S.S AVALHEDA

590 CHITTORGARH G.S.S. SHAMBHUPURA

591 CHITTORGARH G.SECONDARY SCHOOL CHIKSI

592 CHITTORGARH GOVT. GIRLS SEC PAROVIKASHA BASSI

593 CHITTORGARH GOVT.S.S. MUNGANA

594 CHITTORGARH GOVT S.S. NIMBAHERA

595 CHITTORGARH GOVT.S.S. TURKIYAKURD

596 CHITTORGARH GOVT .S.S. DAMAKHEDA

597 CHITTORGARH GOVT .S.S HINGORIYA

598 CHITTORGARH GOVT S S BANAKIYA KALA

599 CHITTORGARH GOVT.G.SEC.SCHOOL JASMA

600 CHITTORGARH GOVT.SEC.SCHOOL NILODA

601 CHITTORGARH GOVT.SEC.S. PARI

602 CHITTORGARH GOVT.SEC.SCHOOL BABRANA

603 CHITTORGARH GOVT.SEC.S. CHORWARI

604 CHITTORGARH GOVT.SEC.S. MURLA

605 CHITTORGARH GOVT.SEC.SCHOOL PATOLIYA

606 CHITTORGARH GOVT. SEC.SCHOOL ARNED

607 CHITTORGARH GOVT. SEC.S.FALODRA

608 CHITTORGARH GOVT. SEC.SCHOOL DELVAS

609 CHITTORGARH GOVT. SEC.SCHOOL NAPANIYA

610 CHITTORGARH GOVT. G.SEC..SCHOOL MANDFIYA

611 CHITTORGARH GOVT. SEC.SCHOOL SUKHVARA

612 CHITTORGARH GOVT. SEC. AAKOLA KALA

613 CHITTORGARH G.SEC. SCHOOL TAI

614 CHITTORGARH G.SEC.SCHOOL SATKHANDA

615 CHITTORGARH G.SEC. SCHOOL BHAWLIYA

616 CHITTORGARH GOVT VARIST SENI. SCH. KARUNDA

617 CHITTORGARH G.SEC.SCHOOL MANDLACHARAN

618 CHURU Taranagar GSS RAAYA TUNDA

619 CHURU Taranagar GSS DHIRVAS CHHOTA

620 CHURU Taranagar GSSS BHALERI

621 CHURU Taranagar GSS NETHAVA

622 CHURU Taranagar GSS BHALAU TAL

623 CHURU Taranagar GSS BHANIN

Page 109: Tender Document for Integrated Scheme for Computer Education

Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III)

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #109 of #133

624 CHURU Taranagar GSS DHANI KUMHRAN

625 CHURU Taranagar GSS DHANI ASHA

626 CHURU Taranagar GSS HADIYAL

627 CHURU Taranagar GSS SANS.NP TRN_WARD NO.7

628 CHURU Taranagar GSS GAJUVAS

629 CHURU Rajgarh GSS NAYANGAL CHHOTI

630 CHURU Rajgarh GSSG PRAVE SANS. HANSIYA VAS(DHIGARALA)

631 CHURU Rajgarh GSS HANSIYA VAS(DHIGARALA)

632 CHURU Rajgarh GSS BIRAMI KHALSA(BIRMI KHALSA)

633 CHURU Rajgarh GVU SANSKRIT SCHOOL LUDI JHABAR(GULPURA)

634 CHURU Rajgarh GSS BERASAR CHOTA(BERASAR CHHOTA)

635 CHURU Rajgarh GVU SANSKRIT BEVAD(BEVAD)

636 CHURU Rajgarh GSS SULKHANIYA BADA(SULKH.CHOTA)

637 CHURU Sardarshahar G SEC S RAJASAR BIKAN

638 CHURU Sardarshahar SS BHADASAR DIKHNADA

639 CHURU Sardarshahar GSS BOGHERA

640 CHURU Sardarshahar GSS GAJUSAR

641 CHURU Sardarshahar GSS KAKLASAR

642 CHURU Sardarshahar GSS SAARSAR

643 CHURU Churu GSS CHALKOI BANIROTAN

644 CHURU Churu GSSS SCHOOL JHARIA

645 CHURU Churu GSS ASAL KHEDI

646 CHURU Churu G SC. SEC. RIDKHALA

647 CHURU Churu GSS KOTVAD TAL

648 CHURU Churu GSS SANSKRIT RAMPURA BAS JASRASAR

649 CHURU Churu GSS PITHISAR

650 CHURU Churu GSS KUNASISAR

651 CHURU Churu GSS NAKRASAR

652 CHURU Churu GSS DHADHARIA BANIROTAN

653 CHURU Churu GSS DHADHRIA CHARNANA

654 CHURU Churu GSS JASASAR

655 CHURU Churu GSS DHIRASAR CHARNAN

656 CHURU Churu GSS SAHJUSAR

657 CHURU Churu GSS KADVASAR

658 CHURU Churu G SEC S DHADHAR

659 CHURU Churu GSS RANASAR

660 CHURU Churu GSS INDRA PURA

661 CHURU Churu GSS KHANSOLI

662 CHURU Churu GSS DEPALSAR

663 CHURU Churu GSS SANSKRIT SYOPURA

664 CHURU Churu GSS SAHANALI CHHOTI

665 CHURU Churu GSS MOLISAR BADA

666 CHURU Churu GG SEC S GHANGHU

667 CHURU Churu PURANAND VARISTH SANSKRIT CHURU

668 CHURU Churu G PRVESHIKA SANSKRTI RATANNAGA

669 CHURU Sujangarh G VARISHATH UPDAYAY SALASAR

670 CHURU Sujangarh GSS KHUDI

671 CHURU Sujangarh GSS SANSKRIT MURADAKIYA

672 CHURU Sujangarh GSS CHARIA

673 CHURU Sujangarh GSSS CHAK RAJIYASAR

674 CHURU Sujangarh GSS JETASAR

675 CHURU Sujangarh GSS DUNKAR

676 CHURU Sujangarh GSS MUNDRA

677 CHURU Sujangarh GSS SADU BADI

678 CHURU Sujangarh GSS TEHANDESAR

679 CHURU Ratangarh GSS PARSANEU

680 CHURU Ratangarh GSS JEGANIA

Page 110: Tender Document for Integrated Scheme for Computer Education

Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III)

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #110 of #133

681 CHURU Ratangarh GSS NUA

682 CHURU Ratangarh GSS BHAVANDESAR

683 CHURU Ratangarh GSS BHOJASAR

684 CHURU Ratangarh GSS CHARANVASI

685 CHURU Ratangarh GSS SULKHANIA

686 CHURU Ratangarh GSS GOLSAR

687 CHURU Ratangarh GSS SANSKRIT HARDESAR

688 CHURU Ratangarh GSS KHUDERA BADA

689 CHURU Ratangarh GSS KHARIA

690 CHURU Ratangarh GSS JALEU

691 CHURU Ratangarh GSS NOSARIA

692 CHURU Ratangarh GSS BINADESAR

693 CHURU Ratangarh GSS STATE RATANGARH

694 CHURU Ratangarh GSS JYOTI

695 DAUSA BANDIKUI GOVT. SS SANSKRIT HARNATHPURA

696 DAUSA BANDIKUI GOVT. SS BHANWATA

697 DAUSA BANDIKUI GOVT. SS ARNIYA

698 DAUSA BANDIKUI GOVT. PRAVESHIKA SAN. MAHLUNI

699 DAUSA BANDIKUI SETH BANSIDHAR SEC. SCHOOL

700 DAUSA BANDIKUI GOVT. SS DHANAWAD

701 DAUSA BANDIKUI GOVT. SS BAIJUPADA

702 DAUSA BANDIKUI GOVT. SS HINGOTA

703 DAUSA BANDIKUI GOVT. SS SANSKRIT BADABAS

704 DAUSA DAUSA GOVT. SS SANS. BANIYANA

705 DAUSA DAUSA GOVT. PARVESIKA SANSKRIT MANPURIYA

706 DAUSA DAUSA GOVT. SSS SANSKRIT

707 DAUSA DAUSA GOVT. SS MAHESHWARA KHURD

708 DAUSA DAUSA GOVT. SS BHANKARI

709 DAUSA DAUSA GOVT. SS SANSKRIT DEWANWARA

710 DAUSA DAUSA GOVT. SS CHAREDA

711 DAUSA DAUSA GOVT. SS CHANDRANA

712 DAUSA DAUSA GOVT. SS PAPARDA

713 DAUSA DAUSA GOVT. SS KALI PAHADI

714 DAUSA DAUSA GOVT. VARISTH UPA.SANSKRIT

715 DAUSA LALSOT GOVT. SS V.U.SANSKRIT KHEMAWAS

716 DAUSA LALSOT GOVT. SS SANSKRIT BHAD SHRIMA

717 DAUSA LALSOT GOVT. SHRI KRISHAN SS TALAWGO

718 DAUSA LALSOT GOVT. SS KHEDLA KHURD

719 DAUSA LALSOT GOVT. SS NIRJHARNA

720 DAUSA LALSOT GOVT. SS SANSKRIT SUKLAWDHANI

721 DAUSA MAHUWA GOVT. SS SANSKRIT MANDAWAR

722 DAUSA MAHUWA GOVT. SS GIRLS BALAHEDI

723 DAUSA MAHUWA GOVT. SS HUDLA

724 DAUSA MAHUWA GOVT. SS SAYPUR PAKHAR

725 DAUSA SIKRAI GOVT. SS THEEKRIYA

726 DAUSA SIKRAI GOVT. SS. GANGADWADI

727 DAUSA SIKRAI GOVT. SS. GANDRAWA

728 DAUSA SIKRAI GOVT. SS SANSKRIT BAHRAWANDA

729 DAUSA SIKRAI GOVT. GIRLS SS GEEJGARH

730 DAUSA SIKRAI GOVT. SS BHANDARI

731 DHAULPUR 0808 GOVT. VARIST UPADAYA SAN. BASERI

732 DHAULPUR 0808 GOVT S.S. SALEMPUR

733 DHAULPUR 0808 GOVT S.S. MUDIK

734 DHAULPUR 0808 GOVT S.S. MAI

735 DHAULPUR 0808 GOVT.S.S. KHIDORA

736 DHAULPUR 0808 GOVT S.S. MAMODHAN

737 DHAULPUR 0808 GOVT.VARIST UPA.SAN.SARMATHURA

Page 111: Tender Document for Integrated Scheme for Computer Education

Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III)

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #111 of #133

738 DHAULPUR 0808 GOVT.S.S. CHILA CHOND

739 DHAULPUR 0808 GOVT .PRAVESHIKA SANSKIT SCHOOL, GADHI KHIRANA

740 DHAULPUR 0808 GOVT.PR. SAN. SCHOOL BUDHA KA PURA

741 DHAULPUR 0808 GOVT.SR.SEC. SCHOOL, KURENDA

742 DHAULPUR 0808 GOVT. SEC. SCHOOL. KUHAWANI

743 DHAULPUR 0808 GOVT .S.S. MAHUA KHERA

744 DHAULPUR 0808 GOVT.S.S.S. BASAI SAMANTA

745 DHAULPUR 0808 GOVT.S.S. BARETHA

746 DHAULPUR 0808 GOVT.GIRLS SEC.SCHOOL. BASAI NAWAB

747 DHAULPUR 0808 GOVT.S.S. MALONI PAWAAR

748 DHAULPUR 0808 GOVT.G.S. SAIPAU

749 DHAULPUR 0808 GOVT.S.S. PARAUA

750 DHAULPUR 0808 GOVT.S.S. KOLARI

751 DHAULPUR 0808 GOVT.S.S. KUMHERI

752 DHAULPUR 0808 GOVT.SANS. PRAVESIKA. RAC DHOLPUR

753 DHAULPUR 0808 GOVT.SANS. PRAVESIKA FOOTA DAJBAJA

754 DHAULPUR 0808 GOVT.S.S.S KANKOLI

755 DHAULPUR 0808 GOVT .S.S. MACHHRIYA

756 DUNGARPUR G.SEC.S.MARA

757 DUNGARPUR G.SEC.S.GALANDAR PAL

758 DUNGARPUR G.SEC.S.JALU KUVAN

759 DUNGARPUR G.SEC.S.BHENA

760 DUNGARPUR G.SEC.S.AMJHARA

761 DUNGARPUR G.SEC.S.SANCHIYA

762 DUNGARPUR G.SEC.S.SHISHOD

763 DUNGARPUR G.SEC.S.NAVALSHYAM

764 DUNGARPUR G.SEC.S.SABLI

765 DUNGARPUR G.SEC.S.CHHAPI

766 DUNGARPUR G.SEC.S.PAL PADAR

767 DUNGARPUR G.SEC.S.MODAR

768 DUNGARPUR G.S.SEC.S.TALAIYAN

769 DUNGARPUR G.SEC.S.MALMATHA

770 DUNGARPUR G.SEC.S.ROHAN WARA

771 DUNGARPUR G.SEC.S.SATI RAMPURA

772 DUNGARPUR G.SEC.S.GANDHVA PAL

773 DUNGARPUR G.SEC. DOJA

774 DUNGARPUR G.SEC.S. DAMRI

775 DUNGARPUR G.G.S.SECH SCH.PUNALI

776 DUNGARPUR G.SEC.S. GADAMORAIYA

777 DUNGARPUR G.SEC. PIPLADA

778 DUNGARPUR G.SEC. MATHUGAMRA KHAS

779 DUNGARPUR G.GIRLS SEC. MATHUGAMRA KHAS

780 DUNGARPUR Mwaxjiqj G.SEC.S. MATHU GAMRA PAL

781 DUNGARPUR G.SEC.S. MAITALI

782 DUNGARPUR G.PRAVE.SANSKRIT SEC.MALPUR

783 DUNGARPUR G.SEC.S BILRI

784 DUNGARPUR G.SEC.S. ASELA

785 DUNGARPUR G.SEC.S. .MANDVA KHAPARDA

786 DUNGARPUR G.SEC. HIRATA

787 DUNGARPUR G.SEC. LOLAKPUR

788 DUNGARPUR G.SEC.S. PADLI GURJARESHWAR

789 DUNGARPUR G.G.S.SEC.S. BANKODA

790 DUNGARPUR G.SEC.S. PARDATHOOR

791 DUNGARPUR G.SEC.S.GANESHPUR

792 DUNGARPUR G.SEC.S. KHALIL

793 DUNGARPUR G.SEC.S.BADOUDA

794 DUNGARPUR G.SEC.S. PACHALASA BADA

Page 112: Tender Document for Integrated Scheme for Computer Education

Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III)

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #112 of #133

795 DUNGARPUR G.S.SEC.S. RICCHA

796 DUNGARPUR G.SEC.S . LEMBATA

797 DUNGARPUR G.S.SEC.S.VALAI

798 DUNGARPUR G.SEC.S. MUNGED

799 DUNGARPUR G.SEC.S. TALOURA.

800 DUNGARPUR G.SEC.S. BODIGAMA CHOUTA

801 DUNGARPUR G.G.SEC.SCH. SABLA

802 DUNGARPUR G.SEC.S.PARDAIE ITIWAR

803 DUNGARPUR G.SEC.S.KARIYANA

804 DUNGARPUR G.PRAVESHIKA SAN.S.AHKEPUR

805 DUNGARPUR G.SEC.S.KOKAPUR

806 DUNGARPUR G.SEC.S.NOKANA

807 DUNGARPUR G.VARITH UPA. SAN.S.SEC. SURAJGANV

808 DUNGARPUR G.SEC..S.GOWARI.

809 DUNGARPUR G.SEC.S.NANDOUD

810 DUNGARPUR G.SEC.S. TAMTIYA

811 DUNGARPUR G.SEC.S.VARSINGPUR

812 DUNGARPUR G.SANSKRIT.SEC.VANDARVER

813 DUNGARPUR G.S.M.B.SAN.PRAVESHIKA AMBARA

814 DUNGARPUR G.SEC.S.DEYANA

815 DUNGARPUR G.SEC.S.NO.4, SAGWARA GAMTHWARA

816 DUNGARPUR G.SAN.VR UP.S.SEC.S.SAGWARA

817 DUNGARPUR G.SEC.S.BADGAMA

818 DUNGARPUR G.SEC.S.GHUVAD

819 DUNGARPUR G.S.SEC.S.SANSKRIT. PEETH VA.UP.

820 DUNGARPUR G.SEC.S.CHITRI PAR.SANSKRIT

821 DUNGARPUR G.SEC.S.GADAJASRAJPURA

822 DUNGARPUR G.SEC.S.JHOSAVA

823 DUNGARPUR G.SEC.S.BHEMAIE

824 DUNGARPUR G.SEC.S.KASARIYA

825 GANGANAGAR SRIGANGANAGAR GOVT.SEC.SCHOOL DUALTPURA

826 GANGANAGAR SRIGANGANAGAR G.S.S 3 Y

827 GANGANAGAR SRIGANGANAGAR G.S.S. 4Z

828 GANGANAGAR SRIGANGANAGAR GOVT.SEC.SCHOOL MATILI

829 GANGANAGAR SRIGANGANAGAR GOVT.SEC.SCHOOL 3 ML

830 GANGANAGAR SRIGANGANAGAR G.S.S. 5G CHOTI

831 GANGANAGAR SRIGANGANAGAR GOVT.SEC.SCHOOL 20 GG

832 GANGANAGAR SRIGANGANAGAR GOVT.SEC.SCHOOL GOVINDPURA (18 GG)

833 GANGANAGAR SRIGANGANAGAR GOVT.G.SEC.SCHOOL NATAWALA

834 GANGANAGAR SRIGANGANAGAR GOVT.SEC.SCHOOL DHINGAWALI (4 LL)

835 GANGANAGAR SRIGANGANAGAR GOVT.SEC.SCHOOL 12 LNP (SIHAGAWALI)

836 GANGANAGAR SRIGANGANAGAR G.SEC. AKKANWALI

837 GANGANAGAR SRIGANGANAGAR G.SEC.S JODHAWALA

838 GANGANAGAR SRIGANGANAGAR GOVT.SEC.SCHOOL KOTHA

839 GANGANAGAR SRIGANGANAGAR G.S.S. PAKKI

840 GANGANAGAR SRIGANGANAGAR GOVT.SEC.SCHOOL FATHUI

841 GANGANAGAR SRIGANGANAGAR G.SEC.S 4S, MALAKANA KHURD

842 GANGANAGAR SRIGANGANAGAR G.SEC.S., 7S(I), KIKARWALI

843 GANGANAGAR SRIGANGANAGAR G. SEC. S. 2 X

844 GANGANAGAR SRIGANGANAGAR G.SEC.S 9W

845 GANGANAGAR SRIGANGANAGAR G.SEC.S (G) ARAYAN

846 GANGANAGAR SRIGANGANAGAR GSECS, 9 FF

847 GANGANAGAR SRIGANGANAGAR G.SEC.S KHARLAN

848 GANGANAGAR SRIGANGANAGAR GOVT.SCE.SCHOOL 14 S

849 GANGANAGAR SRIGANGANAGAR GOVT SEC. 44 LLW

850 GANGANAGAR SRIGANGANAGAR GOVT SEC. SUNDERPURA

851 GANGANAGAR SRIGANGANAGAR GOVT SEC. MAMRKEHRA

Page 113: Tender Document for Integrated Scheme for Computer Education

Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III)

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #113 of #133

852 GANGANAGAR SRIGANGANAGAR GSEC. LADHU WALA

853 GANGANAGAR SRIGANGANAGAR GOVT SEC. (SANS.) 21 ML

854 GANGANAGAR SRIGANGANAGAR GOVT SEC. 8 HH

855 GANGANAGAR SRIGANGANAGAR G.SR.SEC 4 BB

856 GANGANAGAR SRIGANGANAGAR G SEC. S 5KK

857 GANGANAGAR SRIGANGANAGAR G.SR.SEC.S. 4 CC, CHADANA

858 GANGANAGAR SRIGANGANAGAR G SEC.S.DELWAN

859 GANGANAGAR SRIGANGANAGAR GOVT.SEC. (SANSKRIT) GIRL 23 BB

860 GANGANAGAR SRIGANGANAGAR G.SEC. FARSEWALA

861 GANGANAGAR SRIGANGANAGAR G.SEC.S BINJH BAYALA

862 GANGANAGAR SRIGANGANAGAR G.SR.SEC.S. FAQIRWALI

863 GANGANAGAR SRIGANGANAGAR G-SEC.S.(G) RIDMALSAR

864 GANGANAGAR SRIGANGANAGAR G.SEC.HARKHEWALA

865 GANGANAGAR SRIGANGANAGAR G. SEC.S 70 LNP

866 GANGANAGAR SRIGANGANAGAR G.SEC.SCL 4 BLD

867 GANGANAGAR SRIGANGANAGAR G.SEC. S 10 SARKARI

868 GANGANAGAR SRIGANGANAGAR GOVT SEC 6 DD

869 GANGANAGAR SRIGANGANAGAR G.SEC.S (BOY) KANWARPURA

870 GANGANAGAR SRIGANGANAGAR G.SEC.S LAKH HAKAM (84 RB(B) )

871 GANGANAGAR SRIGANGANAGAR G.SEC.S. 16 PS

872 GANGANAGAR SRIGANGANAGAR G.SEC.S BARUWALA

873 GANGANAGAR SRIGANGANAGAR G.SEC.S. KARDWALI ( 8 NP )

874 GANGANAGAR SRIGANGANAGAR G.SEC.S. 21/23 NP (THANDI)

875 GANGANAGAR SRIGANGANAGAR G.SEC.S. 22 PTD

876 GANGANAGAR SRIGANGANAGAR G.SEC.S. 25 NP

877 GANGANAGAR SRIGANGANAGAR G.SEC.S 66 NP

878 GANGANAGAR SRIGANGANAGAR GSS RAMPURA NOYALA

879 GANGANAGAR SRIGANGANAGAR GSS GIRLS DHABA

880 GANGANAGAR SRIGANGANAGAR GSS 8 SHPD

881 GANGANAGAR SRIGANGANAGAR GSS RAMSARA JAKHARANA

882 GANGANAGAR SRIGANGANAGAR GSS PALIWALA

883 GANGANAGAR SRIGANGANAGAR GSS SHYOPURA BAS(4 KSR)

884 GANGANAGAR SRIGANGANAGAR GSS GHAMANDIA

885 GANGANAGAR SRIGANGANAGAR G SS BHATAWARPURA

886 GANGANAGAR SRIGANGANAGAR GSS RAWAWALI

887 GANGANAGAR SRIGANGANAGAR GSS SANGITA

888 GANGANAGAR SRIGANGANAGAR GOVT SEC SCHOOL 27 A

889 GANGANAGAR SRIGANGANAGAR GOVT SEC 3 ND

890 HANUMANGARH GSS JODKIA

891 HANUMANGARH GSS MAKKASAR

892 HANUMANGARH GSS (G) FATEHGARH

893 HANUMANGARH GSS CHOHILAWALI

894 HANUMANGARH GSS ARAYIAWALI (MODEL)

895 HANUMANGARH GSS KOHLA

896 HANUMANGARH HANUMANGARH GSS (PRAVESHIKA SANSKRIT) MUNDA

897 HANUMANGARH GSS MATORIANWALI DHANI

898 HANUMANGARH GSSS KARNISAR

899 HANUMANGARH GSS BEHLOLNAGAR

900 HANUMANGARH GSS HIRNAWALI

901 HANUMANGARH GSS MEGHANA

902 HANUMANGARH GSS SONADI

903 HANUMANGARH GSS KIKRALI

904 HANUMANGARH GSSS RATANPURA

905 HANUMANGARH GSSS BIRKALI

906 HANUMANGARH GSS-6 BARANI

907 HANUMANGARH GSS 16-17 KNN

908 HANUMANGARH GSS BARWALI

Page 114: Tender Document for Integrated Scheme for Computer Education

Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III)

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #114 of #133

909 HANUMANGARH GSS BHOGRANA

910 HANUMANGARH GSS DALPATPURA

911 HANUMANGARH NOHAR GSSS RAISUNGHPURA(SANS)

912 HANUMANGARH GSS TIDIYASAR

913 HANUMANGARH GSS MEHARANA

914 HANUMANGARH GSS SURATPURA

915 HANUMANGARH GSS JANANA

916 HANUMANGARH GSS JATAN

917 HANUMANGARH GSS MALKHEDA

918 HANUMANGARH GSS-SHERPURA

919 HANUMANGARH GSS BHARWANA

920 HANUMANGARH GSS KACHWANA

921 HANUMANGARH GSS SARDARGARHIA

922 HANUMANGARH GSS KARANPURA

923 HANUMANGARH GSS GARICHANI

924 HANUMANGARH GSS MOTHSARA

925 HANUMANGARH GSS PACHARWALI

926 HANUMANGARH GSS KUNJI (MODEL)

927 HANUMANGARH GSS KANAU

928 HANUMANGARH GSS SCHOOL GHEW

929 HANUMANGARH GSS MUNDARIA BADA

930 HANUMANGARH GSS SHYORATADA

931 HANUMANGARH GSS CHAIYA

932 HANUMANGARH GSS HARDASWALI

933 HANUMANGARH GSS NEOLKHI

934 HANUMANGARH GSS RAMPURA MATORIA

935 HANUMANGARH GSS RAMPURA

936 HANUMANGARH GSS PREMPURA

937 HANUMANGARH GSS 4 UMW (UMEWALA)

938 HANUMANGARH GSS KANHEWALA

939 HANUMANGARH PILIBANGAN GSS (SANSKRIT) 35 MOD -PRAVESSHIKA

940 HANUMANGARH GSS LAKHASAR

941 HANUMANGARH PILIBANGAN GSS (PRAVESHIKA -SANS) BILOCHANWALA

942 HANUMANGARH GSS DULMANA

943 HANUMANGARH GGSS LIKHMISAR

944 HANUMANGARH GSS MANAKTHEDI BARANI

945 HANUMANGARH GSS BAWARIA WALI DHANI

946 HANUMANGARH GSSS DABLIBAS PEMA 14 JRK

947 HANUMANGARH GSS CHAK HIRASINGHWALA

948 HANUMANGARH GSS (G)DHABAN

949 HANUMANGARH GSS INDERGARH

950 HANUMANGARH GSS KISAN PURA UTTARADHA

951 HANUMANGARH GSS MORJANDSIKHAN

952 HANUMANGARH GSS NAGRANA

953 HANUMANGARH GSS RASUWALA

954 HANUMANGARH GSS RATANPURA

955 HANUMANGARH GSSS (G) SHAPINI

956 HANUMANGARH GSS BOLANWALI (17 BGP)

957 HANUMANGARH GSS NATHWANA

958 HANUMANGARH GSS BUGLAWALI (21 MJD)

959 HANUMANGARH GSSS DABLI KALAN

960 HANUMANGARH GSSS KULCHANDER

961 HANUMANGARH GSS MEHARWALA

962 HANUMANGARH GSS (G) MIRJAWALI MER

963 HANUMANGARH GSS PEERKAMADIA

964 HANUMANGARH TIBBI GSSS (SANS) SABUANA

965 JAIPUR KOTPUTLI GOVT SEC SCH KANWARPURA

Page 115: Tender Document for Integrated Scheme for Computer Education

Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III)

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #115 of #133

966 JAIPUR KOTPUTLI GOVT SEC SCHOOL TASKOLA

967 JAIPUR KOTPUTLI GOVT SEC.SCHOOL BHONAWAS

968 JAIPUR KOTPUTLI GOVT SEC SUNDER PURA

969 JAIPUR KOTPUTLI GOVT PRAVESHIKA SAN SCH KOTPUTLI

970 JAIPUR VIRATNAGAR GOVT SEC.S. CHHAPURA KHURD

971 JAIPUR VIRATNAGAR GOVT SEC SCHOOL JAJAIKALAN

972 JAIPUR VIRATNAGAR GOVT SEC SCH BAGA VAS CHORASE

973 JAIPUR VIRATNAGAR GOVT SEC.SCH BARODIYA

974 JAIPUR VIRATNAGAR GOVT GIRLS SEC.SCH MED

975 JAIPUR VIRATNAGAR GOVTSH. RAM SAN. SR.SEC.MED

976 JAIPUR VIRATNAGAR GOVT SAN. SER.SEC. SEH. PAVTA

977 JAIPUR VIRATNAGAR GOVT VARISTHA SAN.SER.SEC. VIRATNAGAR

978 JAIPUR SHAHPURA GOVT G VARISTH SAN NAWALPURA

979 JAIPUR SHAHPURA GOVT PRAVASHIKA SEC.SCH. BHEKHAWALA

980 JAIPUR SHAHPURA GOVT VARISTH UPADHYAY SHIVSING

981 JAIPUR SHAHPURA GOVT SEC.SCH CHARSA

982 JAIPUR SHAHPURA GOVT SEC. SCH KALYANPURA

983 JAIPUR SHAHPURA GOVT SAN. SEC.SCH. HANUTIYA

984 JAIPUR SHAHPURA GOVT VARISHTH UPADHYAY JASWANTPURA

985 JAIPUR SHAHPURA GOVT VARISTH UPADHYAY AMARSER

986 JAIPUR SHAHPURA GOVT BHAJAN DAS PRA SAN SCH NAYEN

987 JAIPUR SHAHPURA GOVT SAN. SEC.SCH. KHORI

988 JAIPUR SHAHPURA GOVT SEC. SCH HANUTPURA

989 JAIPUR SHAHPURA GOVT SEC.SCH MAHAR KHURD

990 JAIPUR SHAHPURA GOVT VAR UPADHYAY SAN SCH KALCHYA

991 JAIPUR SHAHPURA GOVT VAR UPADHYAY SAN SCH MANOHARPUR

992 JAIPUR SHAHPURA GOVT VARISTH UPADHYAY SHAHPURA

993 JAIPUR GOVINDGARH GOVT SEC.SCH HADOTA

994 JAIPUR GOVINDGARH GOVT SEC. SCH. MOREJA

995 JAIPUR GOVINDGARH GOVT SAN. SEN. SEC. MORIJA

996 JAIPUR GOVINDGARH GOVT V.U SAN.SCH CHEETHWADE

997 JAIPUR GOVINDGARH GOVT. SANS.SEN.SCN.SCH.SAMOD

998 JAIPUR GOVINDGARH GOVT SR SEC.SCH. TEEGRAYA

999 JAIPUR GOVINDGARH GOVT SEC. SAN MANGARAWALI DHANI

1000 JAIPUR GOVINDGARH GOVT SAN.SEN.SEC.SCH KALADARA

1001 JAIPUR pkSew GOVT SAN.SEC.SCH. VEER HANUMA CHOMU

1002 JAIPUR GOVINDGARH GOVT SEC.SCH RADHASWAMIBAGH

1003 JAIPUR GOVINDGARH GOVT MAHESWARI SEC.SCH. CHOMU

1004 JAIPUR SAMBHAR LAKE GOVT SEN SEC.SCH ETAVA

1005 JAIPUR SAMBHAR LAKE GOVT SEC.SCH DUNGARI KHURD

1006 JAIPUR SAMBHAR LAKE GOVT SEC SCH BHOJPURA KALA

1007 JAIPUR SAMBHAR LAKE GOVT SEC SCH PACHKODIYA

1008 JAIPUR SAMBHAR LAKE GOVT SANS SEN SEC SCH BASSI NAGA

1009 JAIPUR SAMBHAR LAKE GOVT VARISTHA UPADAYA SANS. V.

1010 JAIPUR AMER GOVT SEC. CHAPARADI

1011 JAIPUR AMER GOVT SEC.SCH KHORASHYAMDAS

1012 JAIPUR AMER GOVT SEC.SCH RAMPURA DABADI

1013 JAIPUR AMER GOVTMS SINGH SEN.SEC.SCH. BILOC

1014 JAIPUR AMER GOVT SEC.SCH. LABANA

1015 JAIPUR JAMVARAMGARH GOVT SAN SEC. RATAN PURA

1016 JAIPUR JAMVARAMGARH GOVT SAN GIRLS V.U SEN SEC JAICHANDPURA

1017 JAIPUR JAMVARAMGARH GOVT SEC RAJPUR VAS TALA

1018 JAIPUR JAMVARAMGARH GOVT SEC SCHOOL NATATA

1019 JAIPUR JAMVARAMGARH GOVT SEC.DHAUPURA

1020 JAIPUR JAMVARAMGARH GOVT SAN.SEC. GUWADA THALE

1021 JAIPUR JAMVARAMGARH GOVT SEC. SCH.THOLI

1022 JAIPUR JAMVARAMGARH GOVT SEC.SCH.NEWAR

Page 116: Tender Document for Integrated Scheme for Computer Education

Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III)

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #116 of #133

1023 JAIPUR JAMVARAMGARH GOVT SAN. PRAVISKIA SCH.NAGALBELA

1024 JAIPUR BASSI GOVT SEC. SCH. KUTHADA KALA

1025 JAIPUR BASSI GOVT SEC. KHOKHAWALA

1026 JAIPUR BASSI GOVT SEC. SCH. BUDTHAL

1027 JAIPUR BASSI GOVT SAN.SEC.SCHOOL RAJPURAUST

1028 JAIPUR BASSI GOVT SR.SEC. SCH.SAMBHARIYA

1029 JAIPUR BASSI GOVT.VAR.UPDH.SANS.SCH.NARADPURA

1030 JAIPUR BASSI GOVT SR. SCH. JHAR

1031 JAIPUR JHOTWARA GOVT SEC.SCH.BHAMBHORI

1032 JAIPUR JHOTWARA GOVT SEC. CHACK BASADI

1033 JAIPUR JHOTWARA GOVT SEC.SCH.NIWARU

1034 JAIPUR JHOTWARA GOVT SEC. SANS. MANSHA RAM PURA

1035 JAIPUR JHOTWARA GOVT VARISHTH SAN.SEN.SEC.SCH HATHOJ

1036 JAIPUR DUDU GOVT SEC.SCHOOL HATUPURA

1037 JAIPUR DUDU GOVT SEC SCH DANTRI

1038 JAIPUR DUDU GOVT SR SEC, SCH. ROJADI

1039 JAIPUR DUDU GOVT SEC.SCHOOL CHAPAR WADA

1040 JAIPUR DUDU GOVT SEC GIDANI

1041 JAIPUR DUDU GOVT SANSKRIT SEC. MAHESHPURA

1042 JAIPUR DUDU GOVT SEC.SCHOOL DAMANA

1043 JAIPUR DUDU GOVT SEN SEC SCH KACHRODA

1044 JAIPUR DUDU GOVT SEC.SCHOOL KORSEENA

1045 JAIPUR DUDU GOVT SEC SCH AKOD

1046 JAIPUR DUDU GOVT GIRLS SEC. NARAYANA

1047 JAIPUR PHAGI GOVT. SEC. SCH. GOHENDE

1048 JAIPUR PHAGI GOVT PRA.SANSKRAT SCH NAREDA

1049 JAIPUR PHAGI GOVT SEC. HARSULEYA

1050 JAIPUR PHAGI GOVT SEC. MOHHABATPURA

1051 JAIPUR PHAGI GOVTSEC.SCH DABLA BUJURG

1052 JAIPUR SANGANER GOVT SEC. BHAPURA

1053 JAIPUR SANGANER GOVT SAN.SEN.SEC.SCH. MAHPURA

1054 JAIPUR SANGANER GOVT SEC. SANJHAREYA

1055 JAIPUR SANGANER GOVT SEC.SCH. VIDHANI

1056 JAIPUR SANGANER GOVT GIRLS SEC.SCH.GONER

1057 JAIPUR SANGANER GOVT VAR UPADH SAN.SCH.SARANGPURA

1058 JAIPUR SANGANER GOVT SEN.SEC. VARIS.UPADHBAGRU

1059 JAIPUR CHKASU GOVTSAN SEC VR UP SCH TITARIYA

1060 JAIPUR CHKASU GOVT SEN SEC SCH BADA PADAMPURA

1061 JAIPUR CHKASU GOVT SEC SCH GARUD WASI

1062 JAIPUR CHKASU GOVT SEC RADOLI

1063 JAIPUR CHKASU GOVT SEC SCH MAHADEV PURA

1064 JAIPUR CHKASU GOVT SEC SCH RAM NAGAR

1065 JAIPUR CHKASU GOVT SEC SCH TEKRIYA GUJRAN

1066 JAIPUR CHKASU GOVT SEC SCH THIKRIYA MEENAN

1067 JAIPUR CHKASU GOVT SAN SEC SCH WARD 1

1068 JAIPUR CHKASU GOVT GIRLS SEC SCH SHETLA

1069 JAIPUR JAIPUR EAST GOVT SINDHI SR.SEC JAWAHAR NG

1070 JAIPUR JAIPUR EAST GOVT S.S. PALDI MEENA

1071 JAIPUR JAIPUR EAST GOVT S.S. MANDI KHATIKAN

1072 JAIPUR JAIPUR EAST GOVT. MAHARAJ VARISTH SANS SCHOOL

1073 JAIPUR JAIPUR WEST GOVT GIRLS SEC SCH LABOUR CO.

1074 JAIPUR JAIPUR WEST GOVT SEC SCHOOL HEERIPATH MANS

1075 JAIPUR JAIPUR WEST GOVT GIRLS SEC.SCH.DURGAPURA

1076 JAIPUR JAIPUR WEST GOVT GIRLS SEC. SCHOOL RAWAL

1077 JAIPUR JAIPUR WEST GOVT GIRLS SEN SEC.SCHOOL NAHARI KA NAKA

1078 JAIPUR SANGANER CITY GOVT SEC.SCH. GOLYAWAS

1079 JAIPUR SANGANER CITY GOVT SAN.SR.SEC.PRV. RAMSINGHPURA

Page 117: Tender Document for Integrated Scheme for Computer Education

Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III)

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #117 of #133

1080 JAIPUR JHOTWARA CITY GOVT SEC SCHOOL NIDAD

1081 JAIPUR JHOTWARA CITY GOVT SEC CHARANNADI -2

1082 JAIPUR JHOTWARA CITY GOVT SEC. SCHOOL GOKULPURA

1083 JAISALMER JAISALMER GOVT SEC _DABLA

1084 JAISALMER JAISALMER GOVT.GIRLS SS_MOHANGARH

1085 JAISALMER JAISALMER GOVT. SEC.SCH_KABIR BASTI

1086 JAISALMER JAISALMER GOVT. GIRLS SR.SEC.SCHOOL NACHANA

1087 JAISALMER JAISALMER GOVT. SS_DELASAR

1088 JAISALMER JAISALMER GOVT. SS_DEVA

1089 JAISALMER JAISALMER GOVT. SS_HAMEERA

1090 JAISALMER JAISALMER GOVT. SEC.SCH_AWAYE

1091 JAISALMER JAISALMER GOVT. SS_MADASAR

1092 JAISALMER JAISALMER GOVT.SS_RUPSI

1093 JAISALMER SANKRA GOVT.SEC.SCHOOL_ODHANIYA

1094 JAISALMER SANKRA GOVT. SEC.SCHOOL MANGAL PURA POKARAN

1095 JAISALMER SANKRA GOVT. SEC.SCHOOL_LUNAKHURDA

1096 JAISALMER SANKRA GOVT. V U SANSKRIT RAMDEVRA

1097 JAISALMER SANKRA GOVT. SEC.SCHOOL LAWA

1098 JAISALMER SANKRA GOVT. SS_GOMAT

1099 JAISALMER SANKRA GOVT. SR.SEC.SCHOOL LATHI

1100 JAISALMER SANKRA GOVT. SS BHADRIA

1101 JAISALMER SAM GOVT. SEC_KANOI

1102 JAISALMER SAM GOVT. GIRLS SEC._RAMGARH

1103 JAISALMER SAM GOVT. SR.SEC.SCHOOL KHUIYALA

1104 JAISALMER SAM GOVT. SEC.SCH_NARSINGHO KI DHANI

1105 JALORE JALORE G. SEC.SCHOOL BHAINSVARA

1106 JALORE JALORE G. SEC. SCHOOL DAYALPURA

1107 JALORE JALORE G.SEC. SCHOOL CHAVARCHA

1108 JALORE JALORE G.SEC.SCHOOL PAVTA

1109 JALORE JALORE G.SEC. SCHOOL RODLA

1110 JALORE JALORE G.SEC.SCHOOL.KHARA

1111 JALORE JALORE G.SEC.SCHOOL CHOTI BANKLI

1112 JALORE JALORE G.SEC.SCHOOL RAMA

1113 JALORE JALORE G.SEC. SCHOOL NEELKANT

1114 JALORE JALORE GOVT.SEC.SCHOOL.PANCHOTA

1115 JALORE JALORE GOVT. SEC. SCHOOL BAVDI

1116 JALORE JALORE GOVT.SEC. CHANDANA

1117 JALORE JALORE GOVT. SEC. MAYALAWAS

1118 JALORE JALORE GOVT.SEC.SIVANA

1119 JALORE JALORE GOVT.SEC. SCHOOL RAYPURIYA

1120 JALORE JALORE GOVT.S.SCH.NUN

1121 JALORE JALORE GOVT.SEC.SCHOOL AKOLI

1122 JALORE JALORE GOVT GUPS SANSKRIT SCH.SANTHU

1123 JALORE JALORE GOVT SEC. SECHOOL LETHA

1124 JALORE JALORE GOVT.U.P.SAN.S. LAL BHAKHARI

1125 JALORE JALORE GOVT SEC BHAGALI SINDHALAN

1126 JALORE JALORE GOVT.SEC. GODAN

1127 JALORE JALORE GOVT.U.P.S.SANKRIT ODAVADA.

1128 JALORE JALORE GOVT SEC. DECHU

1129 JALORE JALORE G.SEC.S. OTWALA

1130 JALORE JALORE GSEC SCH BAIRAT

1131 JALORE JALORE G.SEC.NIMBLANA

1132 JALORE JALORE GSEC..S.PANTHERI

1133 JALORE JALORE G.SEC.SCHOOL.TALIYANA

1134 JALORE JALORE G.SEC..S.BAVATARA

1135 JALORE JALORE G.SEC.S.BISHANGARH

1136 JALORE JALORE G.SEC..S.NARSANA

Page 118: Tender Document for Integrated Scheme for Computer Education

Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III)

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #118 of #133

1137 JALORE JALORE G.SEC.SCHOOL BALWADA

1138 JALORE JALORE G.SEC.SCHOOL.UNADI

1139 JALORE JALORE G.SEC.SCHOOL.TOORA

1140 JALORE JALORE G.SEC.BALERA

1141 JALORE JALORE GOVT.S.S. DHUMBADIA

1142 JALORE JALORE GSECS, BHAGAL BHEEM

1143 JALORE JALORE GSS. KAVTRA

1144 JALORE JALORE GOVTSEC JERAN

1145 JALORE JALORE GSECS FAGOTRA

1146 JALORE JALORE G.SEC.SCHOOL LAKHANI

1147 JALORE JALORE GVUSSANSKRIT, BHINMAL

1148 JALORE JALORE G.SEC.S. KHARA

1149 JALORE JALORE GOVT. SEC. SCH. SANKAR

1150 JALORE JALORE G.SEC.SCH. SURAVA

1151 JALORE JALORE G.SEC.SCH. DABHAL

1152 JALORE JALORE G.SEC.SCH. PALADI SOLNKIYA

1153 JALORE JALORE G.SEC.SCH. NAINOL

1154 JALORE JALORE G.SEC.SCH. DANTIA

1155 JALORE JALORE G.SEC.SCH. KILVA

1156 JALORE JALORE G.SEC.SCH. PAMANA

1157 JALORE JALORE GSEC.SCHOOL .DHAMSIN

1158 JALORE JALORE G.SEC.DANTVADA

1159 JALORE JALORE G.SEC.SCHOOL SILASAN

1160 JALORE JALORE G.SEC.S..B DANI KARVADA

1161 JALORE JALORE G. SR.SEC. JAKHARI

1162 JALORE JALORE G.SEC. SURAJVADA

1163 JALORE JALORE G.SEC.SCHOOL. JODVAS

1164 JALORE JALORE GOVT. SEC. SCHOOL GAJAPURA

1165 JALORE JALORE GOVT.SEC. SCHOOL KALAPURA

1166 JALORE JALORE GOVT SECONDARY SCHOOL SERNA

1167 JALORE JALORE GOVT. SEC. SCHOOL BHADRADA

1168 JALORE JALORE GOVT.SEC. SCHOOL SAVIDHAR

1169 JALORE JALORE GOVT.SECONDARY SCHOOL DORDA

1170 JALORE JALORE GOVT SEC SCHOOL BASDA DHANJI

1171 JALORE JALORE GOVT.SECONDARY SCHOOL SEEKWARA

1172 JALORE JALORE GOVT. SECONDARY SCHOOL BOOGAON

1173 JALORE JALORE G.SEC.SCH. KHEJRIYALI

1174 JALORE JALORE G.SEC.SCH. SURACHANDRA

1175 JALORE JALORE G.SEC.SCH. DUTHVA

1176 JALORE JALORE G.SEC.SCH. NIMBAU

1177 JALORE JALORE G.SEC.SCH. ITEDA

1178 JALORE JALORE G.SEC.S. SAN.SIVARA

1179 JALORE JALORE G.SEC. SCH. JODHAVAS

1180 JHALAWAR KHANPUR GSS AKAWAD KURDA

1181 JHALAWAR JHALARAPATAN GSSS, SANSKRAT KHEDLA

1182 JHALAWAR JHALARAPATAN GSS,PIPLOD(MANAKPUR)

1183 JHALAWAR JHALARAPATAN GSS, GOVINDPURA

1184 JHALAWAR JHALARAPATAN G.S.S.,KALAKOT

1185 JHALAWAR JHALARAPATAN GSSS, GURADIYA JOGA

1186 JHALAWAR JHALARAPATAN GSS, SANSKRIT,GURADIYA MANA

1187 JHALAWAR JHALARAPATAN GSS GIRLS BHOOT BHAWAN J.PATAN

1188 JHALAWAR JHALARAPATAN GOVT.SEC.SCHOOL JHALAWAR ROAD

1189 JHALAWAR MANOHARTHANA GSS THIKRIYA

1190 JHALAWAR MANOHARTHANA GSS BUDHAWADA

1191 JHALAWAR BAKANI G.SEC.S., NASIRABAD

1192 JHALAWAR BAKANI GSSS SARDA

1193 JHALAWAR BAKANI GOVT VAR. UPADH. SANS. SCH RATLAI

Page 119: Tender Document for Integrated Scheme for Computer Education

Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III)

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #119 of #133

1194 JHALAWAR PIRAWA(SUNEL) GSSS,SALOTIYA

1195 JHALAWAR PIRAWA(SUNEL) GSS,KHAIRANA

1196 JHALAWAR PIRAWA(SUNEL) GSSS, DHARONIYA

1197 JHALAWAR DUG G.SEC.S., CHADA

1198 JHALAWAR DUG G.S.S., DODI

1199 JHALAWAR DUG GSSS, PAGARIYA

1200 JHALAWAR DUG GSS,,KUMTHIYA

1201 JHUNJHUNU 0805 G SEC.S.PACKORI KI DHANI

1202 JHUNJHUNU 0805 G SEC.S. UPS PRATAPPURA

1203 JHUNJHUNU 0805 G SEC.S. KALI PAHARI

1204 JHUNJHUNU 0805 G SEC. S BHARUNDA KHURD

1205 JHUNJHUNU 0805 G SR.SEC. S INDALI

1206 JHUNJHUNU 0805 GOVT. SEC. S UDAWAS

1207 JHUNJHUNU 0805 G SEC SISYA

1208 JHUNJHUNU 0805 G SEC. S (G) NUA

1209 JHUNJHUNU 0805 GSEC.S.BHOJASAR

1210 JHUNJHUNU >qa>quwa G SEC (G) CHURI CHATERPURA

1211 JHUNJHUNU 0805 G. SEC. S VAHIDPURA

1212 JHUNJHUNU 0805 G SEC. S MEHARADASI

1213 JHUNJHUNU 0805 G SEC. SCH. HETAMSAR

1214 JHUNJHUNU 0805 SMT. N.B.J. G SEC. S (G) MANDA

1215 JHUNJHUNU 0805 GUPS SAN. MANDAWA

1216 JHUNJHUNU 0805 G SEC S (G) TAMKOR

1217 JHUNJHUNU 0805 GOVT. PRAV. SANS. MALSISAR

1218 JHUNJHUNU 0805 S.N.R. GOVT PRAVE. SANS. BISAU

1219 JHUNJHUNU 0805 G SEC. S JAKHORA

1220 JHUNJHUNU 0805 G SEC MALIGAUN

1221 JHUNJHUNU 0805 G SEC. S BUDANIA

1222 JHUNJHUNU 0805 G SEC. S NARHARD

1223 JHUNJHUNU 0805 G SEC LAMBA GOTHARA

1224 JHUNJHUNU 0805 G SEC. ARDAWTA

1225 JHUNJHUNU 0805 G SEC.S KYAMSAR

1226 JHUNJHUNU 0805 G SR.SEC. SANS. MAHARAMPUR

1227 JHUNJHUNU 0805 G SEC. S CHIRASAN

1228 JHUNJHUNU 0805 G SEC.S.ADUKIYA CHIRAWA

1229 JHUNJHUNU 0805 G SEC. SANS. CHIRAWA

1230 JHUNJHUNU 0805 G SEC. S JHERALI

1231 JHUNJHUNU 0805 G SEC. S BERI

1232 JHUNJHUNU 0805 G SEC BHAGEENA

1233 JHUNJHUNU 0805 G SEC (G) KAJARA

1234 JHUNJHUNU 0805 G SEC (G) JEENI

1235 JHUNJHUNU 0805 G SEC. (G) S BRAHMANO KI DHANI

1236 JHUNJHUNU 0805 G SR.SEC.S. PILOD

1237 JHUNJHUNU 0805 G SEC. S BHAWATHARI

1238 JHUNJHUNU 0805 G. SEC. SANS. S SUKHANA JOHAR

1239 JHUNJHUNU 0805 G SEC. (G) KULOTH KALAN

1240 JHUNJHUNU 0805 G SEC SANS. SURAJGARH

1241 JHUNJHUNU 0805 G SEC SCH. GOTH

1242 JHUNJHUNU 0805 G SEC. S.(G) KHANPUR MEHRANA

1243 JHUNJHUNU 0805 G.S.S. BHAISAWATA KHURD

1244 JHUNJHUNU 0805 GUPS SANS. BARBAR

1245 JHUNJHUNU 0805 GSEC.S. BARBAR

1246 JHUNJHUNU cqgkuk G SEC S GATHALI

1247 JHUNJHUNU 0805 G ESC S ISMAILPUR

1248 JHUNJHUNU cqgkuk G SEC. S. PACHERI KHURD

1249 JHUNJHUNU 0805 G SEC. S (G) PACHERI KALAN

1250 JHUNJHUNU 0805 GUPS GHASERA

Page 120: Tender Document for Integrated Scheme for Computer Education

Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III)

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #120 of #133

1251 JHUNJHUNU 0805 G SEC S CHURINA

1252 JHUNJHUNU 0805 G SEC. S BADAU

1253 JHUNJHUNU 0805 G SEC. S KANKARIA

1254 JHUNJHUNU 0805 G SEC. SANS. JAMADA KI JOHARI

1255 JHUNJHUNU 0805 G SEC. S HARDIA

1256 JHUNJHUNU 0805 G SEC. S DUDHAWA

1257 JHUNJHUNU 0805 G SR. SEC. SANS. DALOTA

1258 JHUNJHUNU 0805 G SEC. (G) S GOURIR

1259 JHUNJHUNU 0805 G SEC. S SANS. KHETRI

1260 JHUNJHUNU 0805 G SEC KASERU

1261 JHUNJHUNU 0805 G SEC. S DUMARA

1262 JHUNJHUNU 0805 G SEC. S SAINTHALI

1263 JHUNJHUNU 0805 GSEC. SCH. SANS. JHAJHAR

1264 JHUNJHUNU 0805 SH. G.R.G.SEC.S. (G) JHAJHAR

1265 JHUNJHUNU 0805 SITA R. KYAL GOVT.S.S.BASAWA

1266 JHUNJHUNU 0805 G SEC (G) KHIROD

1267 JHUNJHUNU 0805 GUPS SANS. KHESAWA KI DHANI

1268 JHUNJHUNU 0805 G SR.SEC.SANS.CHIRANA

1269 JHUNJHUNU 0805 G SEC. SCH. (G) NAWALGARH

1270 JHUNJHUNU uoyx< G SEC. S MUKUNDGARH MANDI

1271 JHUNJHUNU 0805 G SEC (G) BARAGAUN

1272 JHUNJHUNU 0805 G SEC. S BHATIWAD

1273 JHUNJHUNU 0805 G. PR. SANS.SCH.BAL. S.KHIWASA

1274 JHUNJHUNU 0805 G SEC. S KED

1275 JHUNJHUNU 0805 G SEC. S SINGNOUR

1276 JHUNJHUNU 0805 G SEC. S MANDAWARA

1277 JHUNJHUNU 0805 G SEC JAHAJ

1278 JHUNJHUNU 0805 G SR SEC PAPADA

1279 JODHPUR BAP GSS TEKRA

1280 JODHPUR BAP GSS SHEKHASAR

1281 JODHPUR BAP GSS KELANSAR

1282 JODHPUR BAP GSS BAVDI KALA

1283 JODHPUR BAP GSS KHITRAT

1284 JODHPUR BAP GSS (ADARSH) NOKHADA GODARA

1285 JODHPUR BAP GSS RANERI

1286 JODHPUR PHALODI GSS BHOJASAR

1287 JODHPUR QykSnh GSS RAIKA NATH SAMADI

1288 JODHPUR PHALODI GSS MANDLA KALA

1289 JODHPUR PHALODI GSS S.S. NAGAR

1290 JODHPUR PHALODI GSS RAD KA BERA

1291 JODHPUR PHALODI GSS HOPARDI

1292 JODHPUR PHALODI GSS UTTRI DHANI

1293 JODHPUR PHALODI GSS JAMBHAVESHVER NAGAR

1294 JODHPUR PHALODI GSS BHOJAKOR

1295 JODHPUR PHALODI GSS KOLU PABUJI

1296 JODHPUR PHALODI GSS PURVI DHANI

1297 JODHPUR QykSnh GSS SANSKRIT PHALODI

1298 JODHPUR SHERGRAH GSS SOETRA

1299 JODHPUR SHERGRAH GSS KALAU

1300 JODHPUR SHERGRAH GVHS SANSKRIT SHERGARH

1301 JODHPUR SHERGRAH GGSS SHERGARH

1302 JODHPUR SHERGRAH GSS DADE KI BERI

1303 JODHPUR SHERGRAH GSS GUMANPURA

1304 JODHPUR SHERGRAH GSS JATI BHANDU

1305 JODHPUR SHERGRAH GSS CHUTARPURA

1306 JODHPUR SHERGRAH GSS SOLANKIYA TALA

1307 JODHPUR BALESAR GSS KHUDIYALA

Page 121: Tender Document for Integrated Scheme for Computer Education

Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III)

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #121 of #133

1308 JODHPUR BALESAR GSS NIMBO KA GAW

1309 JODHPUR BALESAR GSS UTAAMBAR

1310 JODHPUR BALESAR GSS GILAKOR

1311 JODHPUR BALESAR GSS KHARI BERI, BALESAR

1312 JODHPUR BALESAR GSS JUDIYA

1313 JODHPUR BALESAR GSS LODTA ACHALAVATA

1314 JODHPUR BALESAR GSS KANODIYA PUROHITAN

1315 JODHPUR BALESAR GSS BAWRLI

1316 JODHPUR BALESAR GSS BARNAU

1317 JODHPUR OSIAN GSS THOB

1318 JODHPUR OSIAN GSS NEVRA GAV

1319 JODHPUR OSIAN GSS PANCHLA KHURD

1320 JODHPUR OSIAN GHSS JELU GAGADI ORIAN

1321 JODHPUR OSIAN GSS RAWAT BERA DABEDI

1322 JODHPUR OSIAN SGSS BARDLA BASNI

1323 JODHPUR OSIAN GSS GOPASARIA

1324 JODHPUR OSIAN GSS BHESER KOTWALI

1325 JODHPUR OSIAN GSS BINJWADIYA

1326 JODHPUR Hkksikyx< GGSS BHOPALGARH

1327 JODHPUR BHOPALGRAH GSS CHOKADI KALA

1328 JODHPUR BHOPALGRAH GSS SIYARA

1329 JODHPUR BHOPALGRAH GSS DEVATADA

1330 JODHPUR BHOPALGRAH GHSS SHKALURAM KHERI CHARAN

1331 JODHPUR Hkksikyx< GSS PREVESHIKA SNSKIRT BENDO KI DHANI

1332 JODHPUR MANDORE GSS NARVA

1333 JODHPUR MANDORE GSS DAIZER

1334 JODHPUR MANDORE GSS SURPURA

1335 JODHPUR e.Mksj GGSSS KERU SANSKRIT

1336 JODHPUR MANDORE GSS POPAVAS

1337 JODHPUR MANDORE GSS ROODKALI

1338 JODHPUR MANDORE GSS NANDRA KALA

1339 JODHPUR MANDORE GSS DANGIYAWAS

1340 JODHPUR MANDORE GSS LORDI DEJGARA

1341 JODHPUR MANDORE GSS NAHRO KI DHANI

1342 JODHPUR LUNI GSS PAL

1343 JODHPUR LUNI GSS NANDWAN

1344 JODHPUR LUNI GSS SAR

1345 JODHPUR LUNI GSS SUBDAND

1346 JODHPUR LUNI GSS LUNAWAS KALA

1347 JODHPUR LUNI GSS KHUDALA

1348 JODHPUR LUNI GSS (ADARSH) LUNAVAS KHARA

1349 JODHPUR LUNI GSS CHALI

1350 JODHPUR LUNI GSS BHANDU KALA

1351 JODHPUR BILARA GSS UADLIYAWAS

1352 JODHPUR fcykMk SPHS CHOODA (VARISHT UPA.)

1353 JODHPUR BILARA GSS HARIYARA (ADARSH)

1354 JODHPUR BILARA GSS BARNA

1355 JODHPUR BILARA GSS BINJAWADIYA

1356 JODHPUR BILARA GSS PATEL NAGAR

1357 JODHPUR BILARA GSS RAMASANI

1358 JODHPUR BILARA GSS GANAMGRA

1359 JODHPUR BAORI GSS DAWRA

1360 JODHPUR BAORI GSS JUD

1361 JODHPUR BAORI GSS UMED NAGAR

1362 JODHPUR JODHPUR CITY GSS KOTWALI

1363 JODHPUR tks/kiqj GOVT. VARISHTHA UPADHYAY SANSKRIT SSS JODHOUR

1364 JODHPUR JODHPUR CITY GHSS DIGARI

Page 122: Tender Document for Integrated Scheme for Computer Education

Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III)

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #122 of #133

1365 JODHPUR JODHPUR CITY GSS ANGANVA

1366 JODHPUR JODHPUR CITY GSS MANDOR NO. 2

1367 KARAULI KARAULI SANSKRIT GSS KARAULI

1368 KARAULI HINDAUN GSS JATBARA

1369 KARAULI HINDAUN GSS SANET

1370 KARAULI HINDAUN GSS NAI MANDI HINDON

1371 KARAULI KARAULI GSS SANS JATAV BASTI HINDON

1372 KARAULI TODABHIM GSS BHANAKPURA

1373 KARAULI SAPOTRA GSS BALOTI

1374 KARAULI SAPOTRA GSS SALAMPUR

1375 KARAULI SAPOTRA GSS KASED

1376 KARAULI SAPOTRA GSS LANGRA

1377 KARAULI liksVjk GSS PREVESIKA SANS. MANDRAYAL

1378 KOTA G. SEC. S. GANESH GANJ

1379 KOTA G. S.S. BORDA

1380 KOTA G.SEC.S. SANMANPURA

1381 KOTA G.G.SEC. S. PIPALDA KALAN

1382 KOTA G.SEC.S. NONARA

1383 KOTA G.SEC.S. KARWAD

1384 KOTA G.SEC.S. LUHAWAD

1385 KOTA G. SEC. S. BAGLI

1386 KOTA SULTANPUR G.VARIST UPPADHYAY SANSKRIT DUNGARJYA

1387 KOTA G.SEC.S. KOTSUNWA

1388 KOTA SULTANPUR G.VARISTHA UPPADHYA SANSKRIT VIDHYALAY MOTIKUA

1389 KOTA G.SEC.S. ARJUN PURA CITY

1390 KOTA G.SEC.S. MANAS GOAN

1391 KOTA G.SEC.S. KHADA RASULPUR

1392 KOTA G.G.SEC.S. KHADA RASULPUR

1393 KOTA G.SR.SEC.SCHOOL SOGRIYA

1394 KOTA G.SEC.S. RANGPUR

1395 KOTA G.SEC.S. BANIYANI

1396 KOTA G.SEC. S. GALANA

1397 KOTA KHERABAD VARIST UPADHAY SANSKRIT

1398 KOTA G. SEC.S. BADODIYA KALAN

1399 KOTA G.SEC.S. DEOLI KALAN

1400 KOTA G.SEC.S. KHADIYA

1401 KOTA G.S. SEC.S. MOIKALAN

1402 KOTA G.S.S. SHRINATHPURAM B

1403 KOTA G.S.S. AAVASAN MANDAL WARD NO 4

1404 KOTA G.G.S.S.RANGBARI

1405 KOTA G.S.S. ANANTPURA WARD NO 6

1406 KOTA G.G.S.S. BORKHEDA WARD NO 12

1407 KOTA G.S.S. POLICE LINE

1408 KOTA G.S.S. SAHID A. A. B.MANDI

1409 KOTA G.G.S.S. BHIMMANDI-2

1410 KOTA G.S.S. KHEDLI PUROHIT

1411 KOTA G.S.S. CIVIL LINES

1412 KOTA G.S.S. KUNAHADI, KOTA

1413 KOTA G.G.S.S. LADPURA WARD NO 28

1414 KOTA G.S.S. PATAN POL KOTA

1415 KOTA KOTA G.S.S.S.SANS. VAR.UPP. WARD NO 54

1416 NAGAUR 0814 GSS BHCHHWARI

1417 NAGAUR 0814 GSS CHAMPA KHERI

1418 NAGAUR 0814 GSS MEWRA

1419 NAGAUR 0814 GHSS(S) VARISTH UPADYAY MOGAS

1420 NAGAUR 0814 GSS NIMBARI KALAN

1421 NAGAUR 0814 GSS PALRI KALAN

Page 123: Tender Document for Integrated Scheme for Computer Education

Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III)

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #123 of #133

1422 NAGAUR 0814 GSS RAJLOTA

1423 NAGAUR 0814 GSS RAJOD

1424 NAGAUR 0814 GSS ANKELI

1425 NAGAUR 0814 GGSS BHERUNDA

1426 NAGAUR 0814 GSS DHANIPURA

1427 NAGAUR 0814 GSS DODIYANA

1428 NAGAUR 0814 GSS KOD

1429 NAGAUR 0814 GSS LEELIYA

1430 NAGAUR 0814 GSS MORARA

1431 NAGAUR 0814 GSS MORI KALAN

1432 NAGAUR 0814 GSS NIMBOLA BISWA

1433 NAGAUR 0814 GSS PADU KHURD

1434 NAGAUR 0814 GSS ROHISA

1435 NAGAUR 0814 GHSS (S) VARIST UPDYAY SENSRA

1436 NAGAUR 0814 GSS TEHLA

1437 NAGAUR 0814 GGSS THANWLA

1438 NAGAUR 0814 GSS BASSI

1439 NAGAUR 0814 GHSS BHAKRI

1440 NAGAUR 0814 GHSS JANJEELA

1441 NAGAUR 0814 GSS KHOKHAR

1442 NAGAUR 0814 GSS KURADA

1443 NAGAUR 0814 GSS AKORA

1444 NAGAUR 0814 GHSS KHINYALA

1445 NAGAUR 0814 GSS MANGLOD

1446 NAGAUR 0814 GSS SURPALIYA

1447 NAGAUR ykMuw GSS TANWARA

1448 NAGAUR 0814 GHSS TARNAU

1449 NAGAUR 0814 GSS BAKLIYA

1450 NAGAUR 0814 GSS DHYAWA

1451 NAGAUR 0814 GSS DUJAR

1452 NAGAUR 0814 GHSS GHEERDODA MEETHA

1453 NAGAUR 0814 GSS HUDAS

1454 NAGAUR 0814 GSS (S) JASWANT GARH

1455 NAGAUR 0814 GSS JESLAN

1456 NAGAUR 0814 GSS LEDI

1457 NAGAUR 0814 GGSS NIMBI JODHA

1458 NAGAUR 0814 GSS SUNARI

1459 NAGAUR 0814 GSS TANAWARA

1460 NAGAUR 0814 GSS BEMOTH

1461 NAGAUR 0814 GSS BHADLIYA

1462 NAGAUR MhMokuk GSS CHHAPRI KALAN (CHHOTI)

1463 NAGAUR 0814 GSS DABRA

1464 NAGAUR 0814 GHSS DAULATPURA

1465 NAGAUR 0814 GSS KALWANI

1466 NAGAUR 0814 GHSS MANDUKARA

1467 NAGAUR 0814 GSS PALOT

1468 NAGAUR 0814 GSS RASHIDPURA

1469 NAGAUR 0814 GSS (S) SHRI OM RAJ PRAVESIKA DEEDWANA

1470 NAGAUR 0814 GSS BHER

1471 NAGAUR 0814 GSS CHAU

1472 NAGAUR 0814 GSS DEU

1473 NAGAUR 0814 GSS JHADISARA

1474 NAGAUR 0814 GSS KAHRI KARAMSOTA

1475 NAGAUR 0814 GSS NIMBOLA BUNDEL

1476 NAGAUR 0814 GSS RAYDHANU

1477 NAGAUR 0814 GSS BHAKROD

1478 NAGAUR 0814 GSS DHUNDHINALO KI DHANI

Page 124: Tender Document for Integrated Scheme for Computer Education

Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III)

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #124 of #133

1479 NAGAUR 0814 GSS ANANDPURA

1480 NAGAUR 0814 GSS (S) PRAVESIKHA BHANWARPURA

1481 NAGAUR 0814 GGSS MAROTH

1482 NAGAUR 0814 GSS PANCHOTA

1483 NAGAUR 0814 GSS SABALPURA

1484 NAGAUR 0814 GSS SAGAR MAL BANUDA NO2 KUCHAMAN

1485 NAGAUR 0814 GSS SM KUCHAMAN

1486 NAGAUR 0814 GSS BERATHAL KALAN

1487 NAGAUR 0814 GSS DHUNDHIYARI

1488 NAGAUR 0814 GSS GWALOO

1489 NAGAUR 0814 GSS ASARWA

1490 NAGAUR 0814 GSS BILOO

1491 NAGAUR 0814 GGSS BUDSOO

1492 NAGAUR 0814 GSS CHAWNDIYA

1493 NAGAUR 0814 GSS HURIYA

1494 NAGAUR 0814 GSS INDOKHA

1495 NAGAUR 0814 GSS JOOSARI

1496 NAGAUR 0814 GGSS JOOSARI

1497 NAGAUR 0814 GHSS KALWA

1498 NAGAUR 0814 GSS MORER

1499 NAGAUR 0814 GSS NIMBARI

1500 NAGAUR 0814 GSS SAFER BARI

1501 NAGAUR 0814 GSS SARNAWARS

1502 NAGAUR 0814 GSS GUNAWATI

1503 NAGAUR 0814 GGSS RAJORA BAS RAILWAY STATION

1504 NAGAUR 0814 GSS MAKRANA NO 1

1505 PALI 0820 G.SEC.S., BANJA KUDI

1506 PALI 0820 G.G.SEC.S., LAMBIYA

1507 PALI 0820 G.U.P.S., KUMAWAT TRUS

1508 PALI 0820 G.SER.S., AGEWA

1509 PALI 0820 G.SEC.S., DEGARNA

1510 PALI 0820 G.SEC.S., FALKA

1511 PALI 0820 G.SEC.S., AASARLAI

1512 PALI 0820 G.SEC.S., BEEROL

1513 PALI 0820 G.SEC.S., LOTOUTI

1514 PALI 0820 G.G.SEC.SR, BALUNDA

1515 PALI 0820 G.SEC.S., RAMPURA KALA

1516 PALI 0820 G.SEC.S., NIMBERA KALA

1517 PALI 0820 G.SEC.S., PCHANPURA

1518 PALI 0820 G.SEC.S., RATADIYA

1519 PALI 0820 G.SEC.S., SUMEL

1520 PALI 0820 G.SEC.S., REPDAWAS

1521 PALI 0820 G.SEC.S., DHEENAVS

1522 PALI 0820 G.SEC.S., KHARIYA SODHA

1523 PALI 0820 G.G.SEC.S., BAGARI NAGAR

1524 PALI 0820 G.SEC.S., HARIYAMALI

1525 PALI 0820 G.SEC.S., KELWAD

1526 PALI 0820 G.SEC.S., GUDA BIJA

1527 PALI 0820 G.SEC.S., RAIRA KALAN

1528 PALI 0820 G.SEC.S., KARMAWAS PATA

1529 PALI 0820 G.SEC.S., KHARIYA NEEV

1530 PALI 0820 G.SEC.S., NO. 1SOJAT CITY

1531 PALI 0820 G.SEC.S., CHOTILA

1532 PALI 0820 G.SEC.S., KHARDA

1533 PALI 0820 G.SEC.S., RANA

1534 PALI 0820 G.SEC.S., SANWALTA KHURD

1535 PALI 0820 G.S.S., KULTHANA

Page 125: Tender Document for Integrated Scheme for Computer Education

Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III)

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #125 of #133

1536 PALI 0820 G.SEC.S., DHARAMADHARI

1537 PALI 0820 G.SEC.S., DHAMALI

1538 PALI 0820 G.SEC.S., BITHORA KALA

1539 PALI 0820 G.SEC.S., SEKHAWAS

1540 PALI 0820 G.SEC.S., NIMBALI

1541 PALI 0820 G.G.S.SEC.S., DHANLA

1542 PALI 0820 G.SR.SEC.S.ISALI

1543 PALI 0820 G.SR.SEC.SANSKARIT.S. BASHNI

1544 PALI 0820 G.SEC.S., BHAGODA

1545 PALI 0820 G.G.SEC.S., CHANOD

1546 PALI 0820 G.SEC.S., DHOLA SHASAN

1547 PALI 0820 G.SEC.S., KHIMARA

1548 PALI 0820 G.G.SEC.S., SANDERAO

1549 PALI 0820 G.SEC.S., BALUPURA

1550 PALI 0820 G.SEC.S., SALODARIYA

1551 PALI 0820 G.SEC.S., BALVNA

1552 PALI 0820 G.SEC.SCHOOL PERWA

1553 PALI 0820 G.SEC.S. DHANI PUL

1554 PALI 0820 G.SEC.SCHOOL BOYA

1555 PALI 0820 G.SEC.S. DUDANI

1556 PALI 0820 G.SEC.SCHOOL SHIVTALAV

1557 PALI 0820 G.SEC.SCHOOL. BEDAL

1558 PALI 0820 G.SEC.S., KOLAR

1559 PALI 0820 G.G.SEC.S., NADOL

1560 PALI 0820 G.SEC.S., BAROD

1561 PALI 0820 G.SEC.S., DHALOP

1562 PALI 0820 G.SEC.S., MORKHA

1563 PALI 0820 G.SEC.S. SANSKRIT SADRI

1564 PALI 0820 G.SEC.S., ITENDRA MEDTIYAN

1565 PALI 0820 G.S.SEC.SCH. KISHANPURA

1566 PALI 0820 G.SEC.S., DHARIA

1567 PALI 0820 G.SEC.S., GUDA JAITSINGH

1568 PALI 0820 G.SEC.S., JEEWAND KALLAN

1569 PALI 0820 G.G.SEC.S., KHOD

1570 PALI 0820 G.SEC.S., NIMBARA

1571 PALI 0820 G.SEC.S., MANDAL

1572 PALI 0820 G.SEC.S., BALRAI

1573 PALI 0820 G.G.SEC.S., GUNDOJ

1574 PALI 0820 G.SEC.S., DINGAI

1575 PALI 0820 G.SEC.S., SODAWAS

1576 PALI 0820 G.SEC.S., LAMBIYA

1577 PALI 0820 G.SEC.S., BOMADRA

1578 PALI 0820 G.SEC.S., PUNAYATA PALI

1579 PRATAPGARH ihiy[kq¡V GPRAVESHIKA SAN. TAMTIYA

1580 PRATAPGARH /kfj;kon G. Sr.Sec.School,JHADOLI

1581 PRATAPGARH /kfj;kon G SEC GOTHADA

1582 PRATAPGARH /kfj;kon G.SEC.SCHOOL PIPALIYA

1583 PRATAPGARH NksVhlknMh G.SEC.SCHOOL CHANDOLI

1584 PRATAPGARH NksVhlknMh G.SEC.S. SUBI

1585 PRATAPGARH NksVhlknMh G.S.S.SATOLA

1586 PRATAPGARH PRATAPGARH G.SR.SEC.SCHOOH KUNI

1587 PRATAPGARH vjuksn G.SEC. MOVAI

1588 PRATAPGARH vjuksn G.SEC. NINOR

1589 RAJSAMAND 0825 GOVT.SEC.SCH.JAITGARH

1590 RAJSAMAND 0825 GOVT.SEC.SCH.THANETA

1591 RAJSAMAND GOVT.GIRLS. SR. SEC.SCHOOL, CHARBHUJA

1592 RAJSAMAND 0825 GOVT.SEC.SCH.LAKHAGUDHA

Page 126: Tender Document for Integrated Scheme for Computer Education

Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III)

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #126 of #133

1593 RAJSAMAND 0825 GOVT. SEC. SCHOOL MIYALA

1594 RAJSAMAND 0825 GOVT. SEC. SCHOOL KAKRODA

1595 RAJSAMAND 0825 GOVT. SEC. SCHOOL ISHARMAND

1596 RAJSAMAND 0825 GOVT. SEC. SCHOOL DOLPURA

1597 RAJSAMAND 0825 GOVT. SEC. SCHOOL VIJAYPURA

1598 RAJSAMAND 0825 GOVT. SEC. SCHOOL TOKRA

1599 RAJSAMAND 0825 GOVT. SEC. SCHOOL SWADRI

1600 RAJSAMAND 0825 GOVT. SEC. SCHOOL PARDI

1601 RAJSAMAND 0825 GOVT. SEC. SCHOOL DEVRIYA

1602 RAJSAMAND 0825 GOVT. SEC. SCH. GHOSUNDI

1603 RAJSAMAND 0825 GOVT. SEC. SCH. DOWADA

1604 RAJSAMAND 0825 GOVT. SEC. SCH. SARNIYA KHERA

1605 RAJSAMAND 0825 GOVT. SEC. SCH. LODHIYANA

1606 RAJSAMAND 0825 GOVT. SEC. SCH. PANOTIYA

1607 RAJSAMAND 0825 GOVT. SEC. SCH. SAKARDA

1608 RAJSAMAND 0825 GOVT. SEC. SCH. SELAGUDHA

1609 RAJSAMAND 0825 GOVT. SEC. SCH. DHELANA

1610 RAJSAMAND 0825 GOVT. SEC. SCH. TIKAR

1611 RAJSAMAND 0825 GOVT.SEC.SCHOOL, TALADRI

1612 RAJSAMAND 0825 GOVT.SEC.SCHOOL, KHANOTA

1613 RAJSAMAND 0825 GOVT.SEC.SCHOOL, ANTALIYA

1614 RAJSAMAND 0825 GOVT.SEC.SCHOOL, SUNKHAR

1615 RAJSAMAND 0825 GOVT.SEC.SCHOOL, GAJPUR

1616 RAJSAMAND 0825 GOVT.VAR UP SANSARIT SR SEC THORIYA

1617 RAJSAMAND 0825 GOVT. SEC. SCH, UTHRDA

1618 RAJSAMAND 0825 GOVT. SEC. S, KUNTHVA

1619 RAJSAMAND 0825 GOVT. SEC. S, SAGRUN

1620 RAJSAMAND 0825 GOVT. SEC. S, TANTOL

1621 RAJSAMAND 0825 GOVT. SEC. S, FATEHPUR

1622 RAJSAMAND 0825 GOVT. SEC. S, BILOTA

1623 RAJSAMAND 0825 GOVT. SEC. S, KESULI

1624 RAJSAMAND 0825 GOVT. SEC. S, LALMADRI

1625 RAJSAMAND 0825 GOVT. SR.SEC, SANSKRAT NATHDWARA

1626 RAJSAMAND 0825 GOVT. SEC. S, NEW HAVELI

1627 RAJSAMAND 0825 G.U.P.S.KHATAMLA

1628 RAJSAMAND 0825 G.U.P.S.DHANYLA

1629 RAJSAMAND 0825 G.H.SEC.S.DEVPURA

1630 RAJSAMAND 0825 GOVT. SEC.S., AATMA

1631 RAJSAMAND 0825 G.U.P.S.BADARDA

1632 RAJSAMAND 0825 GOVT. SEC., DEVDHARI

1633 RAJSAMAND 0825 GOVT.SEC.S., MUNDOL

1634 RAJSAMAND 0825 G.U.P.S.BHAVA

1635 RAJSAMAND 0825 GOVT. SEC, .BHATOLI

1636 RAJSAMAND 0825 GOVT. SEC. SANWAD

1637 RAJSAMAND 0825 GOVT. SEC. SCH. GOGATHALA

1638 RAJSAMAND 0825 GVOT.SEC.S., SAKRAWAS

1639 RAJSAMAND 0825 GOVT. SEC. S., JEETAWAS

1640 RAJSAMAND 0825 GOVT.SEC.S., KABRA

1641 RAJSAMAND 0825 GOVT. SEC. SCH. KHAD BAMANIYA

1642 RAJSAMAND 0825 GOVT. SEC.SCH. PNOTIYA

1643 RAJSAMAND 0825 GOVT. SEC.SCH. KUNDIYA

1644 RAJSAMAND 0825 GOVT.SEC.S., JWASIYA

1645 SAWAI MADHOPUR 0810 G. SEC AMAWARA

1646 SAWAI MADHOPUR 0810 GGSSSS UPADDYA SANSKRIT NAI BASTI SUKAR

1647 SAWAI MADHOPUR 0810 GSSS SANSKRIT SUKAR

1648 SAWAI MADHOPUR 0810 G. SR SEC BATODA

1649 SAWAI MADHOPUR 0810 G. SEC SAFIPURA

Page 127: Tender Document for Integrated Scheme for Computer Education

Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III)

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #127 of #133

1650 SAWAI MADHOPUR 0810 G. SEC. SANSKRIT BHANWARA

1651 SAWAI MADHOPUR 0810 G. SEC PATTI PATTI KALAN

1652 SAWAI MADHOPUR 0810 G. SR SEC SANSKRIT V.U. BONL

1653 SAWAI MADHOPUR 0810 G. SEC PIPALDA

1654 SAWAI MADHOPUR 0810 G. SEC JASTANA

1655 SAWAI MADHOPUR 0810 G. PRAVESHIKA SANSKRIT JASTA

1656 SAWAI MADHOPUR 0810 G. SEC SANSKRIT GALANDKALAN

1657 SAWAI MADHOPUR 0810 G. SR. SEC MEENA BARODA

1658 SAWAI MADHOPUR 0810 G.SEC.SANSKART PILODA

1659 SAWAI MADHOPUR 0810 G. SEC MEDI

1660 SAWAI MADHOPUR 0810 G. SEC TOKASI

1661 SAWAI MADHOPUR 0810 G. SEC MAHU KALAN

1662 SAWAI MADHOPUR 0810 G. SR SEC CHOTI UDAI

1663 SAWAI MADHOPUR 0810 G. SEC KHUTLA

1664 SAWAI MADHOPUR 0810 G. SEC BAMANBARODA

1665 SAWAI MADHOPUR 0810 G. SEC MACCHIPURA

1666 SAWAI MADHOPUR 0810 G. G. SEC GANGAPUR CITY

1667 SAWAI MADHOPUR 0810 G. SR.SEC BHURIPAHARI

1668 SAWAI MADHOPUR 0810 G. G. SEC SANSKRIT BALER

1669 SAWAI MADHOPUR 0810 G. G. SEC. BAHRAWANDA. KHURD

1670 SAWAI MADHOPUR 0810 G. SR SEC CHAAN

1671 SAWAI MADHOPUR 0810 G. SEC PANCHAULAS

1672 SAWAI MADHOPUR 0810 G. SEC LEHASODA

1673 SAWAI MADHOPUR 0810 G. SEC JATWARA KALAN

1674 SAWAI MADHOPUR 0810 G. SEC PADHANA

1675 SAWAI MADHOPUR 0810 G. SEC RAWAL

1676 SAWAI MADHOPUR 0810 G. G. SEC KHILCHIPUR

1677 SAWAI MADHOPUR 0810 G. SEC SARSOP

1678 SAWAI MADHOPUR 0810 G. SEC DIDAYACH

1679 SAWAI MADHOPUR 0810 G. SEC PAODERA

1680 SAWAI MADHOPUR 0810 G. SR SEC V.U. SANSKRIT CHAUTHKABARWARA

1681 SAWAI MADHOPUR 0810 G. SEC BHEDOLA

1682 SAWAI MADHOPUR 0810 G. G. SEC BGAGWATGARH

1683 SAWAI MADHOPUR 0810 G. SEC OLWADA

1684 SIKAR 0813 GOVT.SEC.SCH., RUKANSAR

1685 SIKAR 0813 GOVT.SEC.SCH., GODIYA BADA

1686 SIKAR 0813 GOVT.SEC,SCH., TTAJSAR

1687 SIKAR 0813 GOVT.SEC.SCH., JALEU

1688 SIKAR 0813 GOVT.PRAVESHIKA SANSKRIT SCH. SHEKH

1689 SIKAR 0813 GOVT.SEC.SCH., THITHAWATA PIRAN

1690 SIKAR 0813 GOVT SEC.SCH., BATHOD

1691 SIKAR 0813 GOVT SEC.SCH., CHUWAS

1692 SIKAR 0813 GOVT.SEC.SCH., UDANSAR

1693 SIKAR 0813 GOVT SEC.SCH., BHUMA CHOTA

1694 SIKAR 0813 GOVT SEC.SCH., CHOODIMIYAN

1695 SIKAR 0813 GOVT.SEC.SCH., SANKHU

1696 SIKAR 0813 GOVT.SUB.SEC.SCH., FATEHPUR

1697 SIKAR 0813 GOVT.U.P.SCH., SANSKRIT RAMGARH

1698 SIKAR 0813 GOVT.SEC.SCH., BHADECH NECHHAWA

1699 SIKAR 0813 GOVT. PR. SANSKRIT GHIRNIYA BADA

1700 SIKAR 0813 GOVT.SEC.SCH., MANGLUNA

1701 SIKAR 0813 GOVT.SEC.SCH., DANTUJALA

1702 SIKAR 0813 GOVT.SEC.SCH., BAGDI

1703 SIKAR 0813 GOVT.SEC.SCH., GHASSU MADHOPURA

1704 SIKAR 0813 GOVT.S. S.B.R.A.,SEC.SCH., BASANI

1705 SIKAR 0813 GOVT.SCE.SCH., BIDSAR

1706 SIKAR 0813 GOVT. KALURAM SANSKRIT U.P.S., LXM

Page 128: Tender Document for Integrated Scheme for Computer Education

Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III)

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #128 of #133

1707 SIKAR 0813 GOVT.SEC.SCH., SINGRAWAT

1708 SIKAR 0813 GOVT. SEC.SCH., SAR.SINGH ATRI

1709 SIKAR 0813 GOVT.SEC.SCH., NAGWA

1710 SIKAR 0813 GOVT.SEC.SCH. DUGOLI

1711 SIKAR 0813 GOVT.SEC.SCH., SIHOT BADI

1712 SIKAR 0813 GOVT.SEC.SCH., KIRDOLI

1713 SIKAR 0813 GOVT.SEC,SCH, JHIGAR CHHOTI

1714 SIKAR 0813 GOVT.SEC.SCH., JERTHI

1715 SIKAR 0813 GOVT.SEC.SCH., BHIMA

1716 SIKAR 0813 GOVT.SEC.SCH., BHIRANA

1717 SIKAR 0813 GOVT.SANSKRIT V.U. BANUDA

1718 SIKAR 0813 GOVT.GIRLS SEC.SCH., RAMGARH

1719 SIKAR 0813 GOVT. SANS. V.U. RAMGARH

1720 SIKAR 0813 GOVT.SEC.SCH., SURERA

1721 SIKAR 0813 GOVT.SR.SEC.SCH., MANDA SURERA

1722 SIKAR 0813 GOVT.SR.SEC.SCH., DANSROLI

1723 SIKAR 0813 GOVT.VRI.UPA., SANSKRIT CHACK

1724 SIKAR 0813 GOVT.SEC.SCH., UMADA

1725 SIKAR 0813 GOVT.G.SR.SEC.SCH., KHACHARIYAWAS

1726 SIKAR 0813 GOVT.SEC.SCH., MOTLAWAS

1727 SIKAR 0813 GOVT.SR.SEC.SCH., DHINGPUR

1728 SIKAR 0813 GOVT.V.U., SANSKRIT KHATU

1729 SIKAR 0813 GOVT.GIRLS V. UP., SANS. DUKIYA

1730 SIKAR 0813 GOVT.SEC.SCH., GORDHANPURA

1731 SIKAR 0813 GOVT.PRAVESIKA. SCH., GORUMEELKIDH.

1732 SIKAR 0813 GOVT.SEC.SCH., LAXMAN KA BAS

1733 SIKAR 0813 GOVT.SEC.SCH. GOKULPURA

1734 SIKAR 0813 GOVT.SEC.SCH. HARDYALPURA

1735 SIKAR 0813 GOVT.PRAVESIKA. SCH., SANS. PALASIYA

1736 SIKAR 0813 GOVT.SEC.SCH. PUROHIT KA BAS

1737 SIKAR 0813 GOVT.SEC.SCH., RAJPURA

1738 SIKAR 0813 GOVT.SEC.SANSKRIT SCH., SAKRAY

1739 SIKAR 0813 GOVT.GIRLS SEC.SCH., RANOLI

1740 SIKAR 0813 GOVT. VA.UP. SAN. SCH., SIKAR

1741 SIKAR 0813 GOVT.PRAVESHIKA, BALL.KI DHANI

1742 SIKAR 0813 GOVT.G.SR.SEC.SCH., HOD

1743 SIKAR 0813 GOVT.SEC.SCH., KERPURA

1744 SIKAR 0813 GOVT.SEC.SCH., DAYARA

1745 SIKAR 0813 GOVT.SEC.SCH., SAWAIPURA

1746 SIKAR 0813 GOVT. SR.SEC.SCH., JAJOD

1747 SIKAR 0813 GOVT.SEC.SCH., KANSARDA

1748 SIKAR 0813 GOVT.SEC.SCH., BHADWADI

1749 SIKAR 0813 GOVT.SEC.SCH., KALIYAWAS

1750 SIKAR 0813 GOVT.G.SR. SEC., THOI

1751 SIKAR 0813 GOVT.SEC.SCH., KALYANPURA

1752 SIKAR 0813 GOVT.SEC.SCH., HARIPURA

1753 SIKAR 0813 GOVT.SEC.SCH., HATHIDEH

1754 SIKAR 0813 GOVT.SEC.SCH., HARIDAS KA BAS

1755 SIKAR 0813 GOVT.SANSKRIT SR.SEC.SCH., KHANDELA

1756 SIKAR 0813 GOVT.GIRLS SEC.SCH., GUHALA

1757 SIKAR 0813 GOVT.SEC.SCH., NARSINGH PURI

1758 SIKAR 0813 GOVT.SER.SEC.SCH., SIROHI

1759 SIKAR 0813 GOVT.SEC.SCH., BHAGEGA

1760 SIKAR 0813 GOVT.SEC.SCH., BASRI KHURD

1761 SIKAR 0813 GOVT.SR.SEC.SCH., BHUDOLI

1762 SIKAR 0813 S.N.M. SAINI GOVT.SEC.SCH., KHADARA

1763 SIKAR 0813 GOVT.SR. SEC.SCH., GANWADI

Page 129: Tender Document for Integrated Scheme for Computer Education

Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III)

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #129 of #133

1764 SIKAR 0813 GOVT.SEC.SCH., GANESHWAR

1765 SIKAR 0813 GOVT. V. U. SANSKRIT GANESHWAR

1766 SIKAR 0813 GOVT.V.U. SANSKRIT KHATKAR

1767 SIKAR 0813 GOVT.SR.SEC.SCH., TATERA

1768 SIKAR 0813 GOVT.GIRLS SEC.SCH., DABLA

1769 SIKAR 0813 D.KUMAR GOVT. SEC.SCH, JHALARA

1770 SIKAR 0813 GOVT.SEC.SCH., NATHA KI NANGAL

1771 SIKAR 0813 GOVT.V.U.SANSKRIT, BOPIYA

1772 SIKAR 0813 GOVT.SEC.SCH., DARIBA

1773 SIKAR 0813 GOVT.V.U.SANS.SCH., NEEM KA THANA

1774 SIKAR 0813 GOVT.SR SEC.SCH., AABHAWAS

1775 SIKAR 0813 GOVT.SEC.SCH., MAHAROLI

1776 SIKAR 0813 GOVT.U.P.SCH., SANS.DABAR KA BALAJI

1777 SIKAR 0813 GOVT.U.P.SCH., SANSKRIT MAU

1778 SIKAR 0813 GOVT.GIRLS SEC.SCH., MUNDARU

1779 SIKAR 0813 GOVT.SAH. BHURURAM SEC.SCH., MDR

1780 SIKAR 0813 GOVT.V.U.,SANSKRIT MUNDRU

1781 SIKAR 0813 GOVT.G.V. UPP.SAN.SCH., DEEVRALA

1782 SIKAR 0813 GOVT. PR. SANS.SCH., AJITGARH

1783 SIKAR 0813 GOVT.SEC.SCH., AASPURA

1784 SIKAR 0813 GOVT.SEC.SCH., GARH TAKNET

1785 SIKAR 0813 GOVT.SEC.SCH., KOTARI SIMARLA

1786 SIKAR 0813 GOVT.SR.SEC.SCH., JORAWAR NAGAR

1787 SIKAR 0813 GOVT.M.V.U.SANS. SRIMADOPUR

1788 SIROHI Pindwara G.SEC.S., SCHOOL UNDRA

1789 SIROHI Pindwara SHS SANSKRIT_JHADOLI

1790 SIROHI Pindwara SS_BHIMANA

1791 SIROHI Pindwara SS_SANWARA_R

1792 SIROHI Pindwara S.S. PESUA

1793 SIROHI Pindwara SS_VASA

1794 SIROHI Pindwara SS_VATERA

1795 SIROHI Abu Road G.SEC.S., AKRA_BHATTA

1796 SIROHI Abu Road G.U.P.S., MORTHALA

1797 SIROHI Abu Road G.SEC.S., TARTOLI

1798 SIROHI Abu Road G.SEC.S., DELDER

1799 SIROHI Abu Road G.SEC.S., MAWAL

1800 SIROHI Abu Road G.G.S.S., ABU PARVAT

1801 SIROHI Sirohi GSS_KHAMBAL

1802 SIROHI Sirohi GSEC._MADIA

1803 SIROHI Sirohi GSS_SANPUR

1804 SIROHI fljksgh GSS_SHANTI_NATH (UDD)

1805 SIROHI Sirohi GSS_GIRLS_JAWAL

1806 SIROHI Sirohi GSS_DODUA

1807 SIROHI Sirohi GSS_BHUT_GAON

1808 SIROHI Sirohi G.SEC._MANORA

1809 SIROHI Sirohi GSS_MANDWARIYA

1810 SIROHI Sirohi GSS_DELDAR

1811 SIROHI Sirohi GSS_FUGANI

1812 SIROHI Sirohi GSS_AMALARI

1813 SIROHI Sirohi GSS_SINDRATH

1814 SIROHI Sirohi GSS_HALIWARA

1815 SIROHI Sirohi GSS_VIVEEKANAND

1816 SIROHI Sirohi GSS_BATAKARA

1817 SIROHI Shivganj SS_JHADOLI_VEER

1818 SIROHI Shivganj SS_ANDOR

1819 SIROHI Shivganj SS_NARADARA

1820 SIROHI Shivganj SEC_BAGSIN

Page 130: Tender Document for Integrated Scheme for Computer Education

Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III)

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #130 of #133

1821 SIROHI Shivganj SS_KESAR_PURA_BADGAON

1822 SIROHI Shivganj GSS_SCH_KHAJADIYA

1823 SIROHI Shivganj SS_DADA_WADI_SHEOGANJ

1824 SIROHI Shivganj SS LAKHMAVA CHOTA

1825 SIROHI Shivganj SS_ALPA

1826 SIROHI Shivganj SS_CHIBA_GAON

1827 SIROHI Shivganj SS_UTHAMAN

1828 SIROHI Shivganj SS RUKHADA

1829 SIROHI Shivganj SS_PURANA_JOGAPURA

1830 SIROHI Ravdar G.SEC.S., MAGARI_WARA

1831 SIROHI Ravdar G.SEC.S., SORADA

1832 SIROHI Ravdar G.SEC.S., MAKAWAL

1833 SIROHI Ravdar G.SEC.S., LUNOL

1834 SIROHI Ravdar G.SEC.S., MAROL

1835 SIROHI Ravdar G.SEC.S., SANWARA_

1836 SIROHI Ravdar G.SEC.S., PAMERA

1837 SIROHI Ravdar G.G.SEC.S., MANDAR_GIRLS

1838 SIROHI Ravdar G.SEC.S.,DANTRAI_GIRLS

1839 SIROHI Ravdar G.SEC.S., JIRAVAL

1840 SIROHI Ravdar G.SEC.S., GULAB_GANJ

1841 TONK 0822 GOVT. SEC. SCH. CHAWANDIYA

1842 TONK 0822 GOVT. SEC. SCH. AVIKA NAGER

1843 TONK 0822 GOVT. SR. SEC. SCH. LAWA

1844 TONK 0822 GOVT. SEC. SCH. GIRLS PACHEWAR

1845 TONK 0822 GOVT. SEC. SCH. SITARAMPURA

1846 TONK 0822 GOVT. SEC. SCH. MALIKPUR

1847 TONK 0822 GOVT. SEC. SCH. AHMED PURA CHOKI

1848 TONK 0822 GOVT. SEC. SCH. BARONI

1849 TONK 0822 GOVT. SEC. SCH. CHANDLAI

1850 TONK 0822 GOVT. SEC.SCH. DARDATURKI

1851 TONK 0822 GOVT. SEC.SCH. DHAKIYA

1852 TONK 0822 GOVT. SR.SEC.SCH.SANSKRIT GALOD

1853 TONK 0822 GOVT. SEC.SCH. KHAJURIYA

1854 TONK 0822 GOVT. SEC.SCH. KUREDA

1855 TONK 0822 GOVT. SEC. SCH. LOHAR WADA

1856 TONK 0822 GOVT. SEC. SCH. MALIPURA

1857 TONK 0822 GOVT. SEC. SCH. SANDERA

1858 TONK 0822 GOVT. SEC.SCH.UOOM

1859 TONK 0822 GOVT. SEC.SCH. MOLAIPURA TONK

1860 TONK 0822 GOVT. SEC.SCH. GIRLS NEW TONK

1861 TONK 0822 GOVT. SEC.SCH. CITY NO 12 CHAWANI WARD 33 TONK

1862 TONK 0822 GOVT. SEC.SCH. BAHEER TONK

1863 TONK 0822 GOVT. SEC. SCH. BAHAD

1864 TONK 0822 GOVT. SEC. SCH. BASSI

1865 TONK 0822 GOVT. SEC. SCH. CHAINPURA

1866 TONK 0822 GOVT. SR. SEC. SCH. JAMDOLI

1867 TONK 0822 GOVT. SEC. SCH. JODHPURIYA

1868 TONK 0822 GOVT. PRAVEASHIKA SANSKRIT SCH. KARIRIYA

1869 TONK 0822 GOVT. SR. SEC. SCH. KAREDA BUJURG

1870 TONK 0822 GOVT. SEC. SCH. NALA

1871 TONK 0822 GOVT. SEC. SCH. SHAHID RATAN LAL PAHADI

1872 TONK 0822 GOVT. SEC. SCH. PALAI

1873 TONK 0822 GOVT. SEC. SCH. RAJWAS

1874 TONK 0822 GOVT. SR. SEC. SCH. SIRAS

1875 TONK 0822 GOVT. SEC. SCH. SIDRA

1876 TONK 0822 GOVT. SEC. SCH. BADAGAON

1877 TONK 0822 GOVT. SEC. SCH. ALIYARI

Page 131: Tender Document for Integrated Scheme for Computer Education

Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III)

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #131 of #133

1878 TONK 0822 GOVT. SEC. SCH. BASEDA

1879 TONK 0822 GOVT. SR. SEC. SCH. GANETI

1880 TONK 0822 GOVT. SEC. SCH. LAMBHA KALA

1881 TONK 0822 GOVT. SEC. SCH. BEEJWAD

1882 TONK 0822 GOVT. SEC. SCH. CHARNET

1883 TONK 0822 GOVT. SEC. SCH. KANWARA

1884 TONK 0822 GOVT. SEC. SCH. PANWAD

1885 TONK 0822 GOVT. SEC. SCH. RAJKOT

1886 TONK 0822 GOVT. SEC. SCH. SANWATGADH

1887 TONK 0822 GOVT. SEC. SCH. SATWARA (RAJMAHAL)

1888 TONK 0822 GOVT. SR. SEC. SCH. SATWARA

1889 TONK 0822 GOVT. SEC. SCH. SANTHLI

1890 TONK 0822 GOVT. SEC. SCH. CHORU

1891 TONK 0822 GOVT. SEC. SCH. DHIKOLIYA

1892 TONK 0822 GOVT. SEC. SCH. GOTHDA

1893 TONK 0822 GOVT. SEC. SCH. MOHAMMADGADH

1894 TONK 0822 GOVT. SEC. SCH. SANSKRIT UNIYARA

1895 UDAIPUR 0826 G.SEC.S.BHANPURA

1896 UDAIPUR 0826 G.G.SEC.S.SAIRA

1897 UDAIPUR 0826 G.S.SEC.S.CHIRTAWAS

1898 UDAIPUR 0826 G.PRAVESHIKA SANSKRIT S. SAKAYARA

1899 UDAIPUR 0826 G.SEC.S.DHOL

1900 UDAIPUR G.G.SEC.S.GOGUNDA

1901 UDAIPUR 0826 G.SEC.S.RAWLIYA KALAN

1902 UDAIPUR 0826 G.SEC.S.RAWLIYA KHURD

1903 UDAIPUR 0826 G.SEC.S.CHALI

1904 UDAIPUR 0826 G.SEC.S.SAMIJA

1905 UDAIPUR 0826 G.SEC.S.PADAVALI KALA

1906 UDAIPUR 0826 G.SEC.S.ISWAL

1907 UDAIPUR 0826 G.SEC.S.SUKHER

1908 UDAIPUR 0826 G.SEC.S.MEHRO KA GUDA

1909 UDAIPUR 0826 G.VARISHT UPADHAYAY SANSKRIT AMBERI

1910 UDAIPUR 0826 G.SEC.S.RAMA

1911 UDAIPUR 0826 G.G.SEC.S.BADGAON

1912 UDAIPUR 0826 G.SEC.S.CHIKALWAS

1913 UDAIPUR 0826 G.SEC.S.BADI

1914 UDAIPUR 0826 G.SEC.S.KATHAR

1915 UDAIPUR 0826 G.SEC.S.WATI

1916 UDAIPUR 0826 G.SEC.S.KADAMAL

1917 UDAIPUR 0826 G.S.SEC.S.SALERA KALA

1918 UDAIPUR 0826 G.SEC.S.SAKRODA

1919 UDAIPUR 0826 G.SEC.S.FALICHADA

1920 UDAIPUR 0826 G.SEC.S.VASNI KALA

1921 UDAIPUR 0826 G.SEC.S.PALANA KHURD

1922 UDAIPUR 0826 G.SEC.S.MAHUDA

1923 UDAIPUR 0826 G.SEC.S.RAKHYAVAL

1924 UDAIPUR 0826 G.SEC.S.VIRDOLIYA

1925 UDAIPUR 0826 G.SEC.S.BADGAOV

1926 UDAIPUR 0826 G.SEC.S.DHONDIYA

1927 UDAIPUR 0826 G.SEC.S.BHIMAL STATION

1928 UDAIPUR 0826 G.SEC.S.SAKHRIYA KHEDI

1929 UDAIPUR 0826 G.SEC.S.NANDWEL

1930 UDAIPUR 0826 G.SEC.S.VIJAN VAS

1931 UDAIPUR 0826 G.SEC.S.AASNA

1932 UDAIPUR 0826 G.SEC.S.SALEDA

1933 UDAIPUR 0826 G.SEC.S.KEDARIA

1934 UDAIPUR 0826 G.SEC.S.RAJPURA

Page 132: Tender Document for Integrated Scheme for Computer Education

Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III)

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #132 of #133

1935 UDAIPUR 0826 G.SEC.S.AMARPURA KHALSA

1936 UDAIPUR 0826 G.SEC.S.BADGAUNV

1937 UDAIPUR 0826 G.SEC.S.KUNDAI

1938 UDAIPUR 0826 G.SEC.S.SINHAD

1939 UDAIPUR 0826 G.SEC.S.GUNPADI

1940 UDAIPUR 0826 G.SEC.S.BATHARDA KHURD

1941 UDAIPUR 0826 G.PRAVESHIKA VALLABHNAGAR

1942 UDAIPUR 0826 G.SEC.S.BALATHAL

1943 UDAIPUR 0826 G.SEC.S.TARAWAT

1944 UDAIPUR 0826 G.SEC.S.KIKAWAS

1945 UDAIPUR 0826 G.SEC.S.MATUN

1946 UDAIPUR 0826 G.S.SEC.S.DEBARI

1947 UDAIPUR 0826 G.SEC.S.BICHADI

1948 UDAIPUR 0826 G.SEC.S.BHESDA KALA

1949 UDAIPUR 0826 G.SEC.S.ALASI GHAD

1950 UDAIPUR 0826 G.S.SEC.S.BACHAR

1951 UDAIPUR 0826 G.SEC.S.BUJHDA

1952 UDAIPUR 0826 G.SEC.S.GUDALI

1953 UDAIPUR 0826 G.SEC.S.SHISAHVI

1954 UDAIPUR 0826 G.SEC.S.SULA VAS

1955 UDAIPUR 0826 G.SEC.S.MODAL CHAMAN PURA

1956 UDAIPUR 0826 G.SEC.S.PUROHITAN MADADI

1957 UDAIPUR 0826 G.VARISHT UPADHAYAY SANSKRIT SAVINA

1958 UDAIPUR 0826 G.S.SEC.S.SANSKRIT VARISHT CHNPOL

1959 UDAIPUR 0826 G.S.SEC.S.DEWALI

1960 UDAIPUR 0826 G.SEC.S.MAHADI

1961 UDAIPUR 0826 G.SEC.S.NICHLI SIGRI

1962 UDAIPUR 0826 G.SEC.S.BRAHMNO KA KHERVADA

1963 UDAIPUR 0826 G.SEC.S.SULTAN JI KHERVADA

1964 UDAIPUR 0826 G.SEC.S.MANPUR

1965 UDAIPUR 0826 G.VARISHT UPADHAYAY SANSKRIT BADLA

1966 UDAIPUR 0826 G.SEC.S.MRP KATEVADI

1967 UDAIPUR 0826 G.SEC.S.KARCHA KALAN

1968 UDAIPUR 0826 G.SEC.S.BAROTHI BHILAN

1969 UDAIPUR 0826 G.SEC.S.BAYDI

1970 UDAIPUR 0826 G.SEC.S.SEPUR

1971 UDAIPUR 0826 G.G.SEC.S.CHAWAND

1972 UDAIPUR 0826 G.SEC.S.SASEI

1973 UDAIPUR 0826 G.SEC.S.SEMAL

1974 UDAIPUR 0826 G.SEC.S.NAI JAR

1975 UDAIPUR 0826 G.SEC.S.AMARPURA

1976 UDAIPUR 0826 G.PRAVESHIKA SANSKRIT S. JAISAMAND

1977 UDAIPUR 0826 G.SEC.S.SHYAMPURA JA

1978 UDAIPUR 0826 G.SEC.S.RATORA

1979 UDAIPUR 0826 G.SEC.S.MALLADA

1980 UDAIPUR 0826 G.SEC.S.SALLADA

1981 UDAIPUR 0826 G.SEC.S.ENTALI

1982 UDAIPUR 0826 G.SEC.S.IDANA

1983 UDAIPUR 0826 G.SEC.S.SARADI

1984 UDAIPUR 0826 G.SEC.S.ORWADIYA

1985 UDAIPUR 0826 G.SEC.S.ISARWAS

1986 UDAIPUR 0826 G.SEC.S.BORAJ MAJAWAT

1987 UDAIPUR 0826 G.SEC.S.LAKAPA

1988 UDAIPUR 0826 G.SEC.S.DHAROD

1989 UDAIPUR 0826 G.SEC.S.DEVGAON

1990 UDAIPUR 0826 G.SEC.S.AMLODA

1991 UDAIPUR 0826 G.SEC.S.SAMODA

Page 133: Tender Document for Integrated Scheme for Computer Education

Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III)

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #133 of #133

1992 UDAIPUR 0826 G.SEC.S.KARAKALA

1993 UDAIPUR 0826 G.SEC.S.BARODA

1994 UDAIPUR 0826 G.SEC.S.DHOLAGIR KHERA

1995 UDAIPUR 0826 G.SEC.S.MATASULA

1996 UDAIPUR 0826 G.SEC.S.AMALAVA

1997 UDAIPUR 0826 G.SEC.S.BUDEL

1998 UDAIPUR 0826 G.SEC.S.GANDHI CHOCK SALUMBER

1999 UDAIPUR 0826 G.S.SEC.S.SAGVADA

2000 UDAIPUR 0826 G.SEC.S.MASARO KI OOBRI