Annexure-lll

(Level -II Transport Contractor\

OFFICE OF THE DISTRICT MANAGER STATE CIVIL SUPPLIES CORPORATION LIMITED DISTRICT.

Tender No. 4 2 D tDate 20' 02, 2D/9 TENDER DOCUMENTS

Tender Documents comprising 55 pages (including annexure and appendix) are issued in duplicate, out of which one copy is to be retained by the tenderer & the other copy to be sent to District Manager, OSCSC Lld., b ft 10/0V€ strictly through Regd. PosU Speed PosU Courier Service only. Tender documents sent other than the above mode shall not be entertained in any circumstances.

Cost of Tender Paper - Rs. 10000/- (Rupees Ten Thousand only) inclusive of GST. Money receipt will be required in case of tender paper purchased from the District Office and Bank Draft / Bankers cheque will be required in case of tender paper downloaded from District website. The Draft or Bankers cheque shall be made in favour of the District Manager, OSCSC. ttO, be,(*ln.f< District payable at fu,4amf<

INVITATION TO TENDER & INSTRUCTION TO TENDERERS FOR TRANSPORTATION OF FOODGRAINS FROM RICE RECEIVING CENTRE.CUM- DEPARTMENTAL STORAGE CENTRE (RRC-CUM-DSC) TO RETAIL CENTRES YEAR- 2019-20 & 2020-21.

(i) Last date and time of receipt of Tender Papers Dt.1q.03.2019 up to 5.00 PM. (ii) Tender Papers to be opened on Dtl6.o3.zot9 at 11.00 AM. (iii) lf the date on which tender is scheduled to be opened falls on any holiday, next working day shall be treated as the date for opening of Tender Papers at same time, so also in case of receipt of tender papers. (iv) The tender document received after the last date and time of receipt of tender paper shall not be entertained. The Corporation shall not be responsible for any postal delay.

\r**.^^ 1. GENERAL INFORMATION: 1.1 Level-ll Transport Contractor shall be appointed for each Unit. The contractor shall be responsible for transportation of foodgrains from RRC-cum-DSC to all Retail Centres (FPS) of the Unit tagged. A list of RRC-cum-DSCs located in the district and Units tagged has been indicated at APPENDIX-I for reference of the tenderer. 1.2 The Unit shall mean: i. One Block or, ii. One Block and adjoining one NAC together or, iii. One Municipality. iv. The Bhubaneswar Municipal Corporation (BMC) & the Cuttack Municipal Corporation (CMC) shall be considered as 03 separate Units each for this tender. The FPS dealers working in BMC & CMC shall be demarcated into 3 units as per the geographical location for appointment of separate contractor for each Unit under this tender process. v. Considering the geographical location, some G.P. of a Unit can be tagged to other Unit for smooth transport operation. 1.3 Level-ll Transport Contractor shall be appointed in the following manner. i. One RRC-cum-DSC tagged with one or more Units: . Separate contractor shall be appointed for each Unit for transportation of foodgrains from RRC-cum-DSC to retail centres of the Unit tagged. Example: - o RRC-cum-DSC -'R' . Units tagged -'ul', 'U2', '[J3' . Same or different contractor(s) can be appointed for Unit'Ur', 'Uz' & 'Ug' at a same rate or ditferent rate(s) depending upon the lowest rate (%) quoted. ii. More than one RRC-cum-DSC located inside a Unit & are tagged to that Unit: . One contractor shall be appointed for that Unit to operate from all the RRC- cum-DSCs located inside the Unit & tagged to that Unit. Example: - o Unit -'U' . RRC-cum-DSCs tagged to Unit'U' -'R1' &'R2'

\.-qD-.^<\ $.n ntQTE,rarr n,t Att-,iaE,ar . One contractor shall be appointed at a single rate for transportatton of foodgrains to the retail centres of Unit'U'from both the RRC-cum-DSCs i.e. 'Rr' &'Rz'. The tenderer applying for Unit'U' shall quote a single rate (%) for both RRC-cum-DSCs'R1' &'R2'. iii. More than one RRC-cum-DSC located at different Units are tagged with one Unit and one commodity will be lifted from one RRC-cum-DSC and another commodity will be lifted from the other RRC-cum-DSC located at a different Unit: . One contractor shall be appointed for the Unit for transportation of foodgrains from more than one RRC-cum-DSC located at different Units to the retail centres of the Unit tagged depending upon the lowest rate (%) quoted. Example: - . RRC-cum-DSC located in different Units -'Rr' &'R2' RRC-cum-DSC 'Rr' located inside Unit'Ur' - Deals with rice RRC-cum-DSC 'Rz' located inside Unit'Uz' - Deals with wheat . Unit tagged -'Ur', . One contractor will be appointed for the RRC-cum-DSC 'Rr' for transportation of rice as well as for the RRC-cum-DSC 'Rz' for transportation of wheat to the retail centres of Unit'Ur' depending upon the lowest rate (%) quoted. 1.4 Tender Paper shall be submitted in the following manner: i. Separate tender paper shall be submitted for each Unit of a district. BMC & CMC shall be considered as 03 separate Units. ii, ln case one Unit is tagged to more than one RRC-cum-DSC located inside that Unit, then one tender paper shall be submitted quoting a single rate (%). iii. ln case one Unit is tagged to more than one RRC-cum-DSC dealing with different commodities (rice & wheat) located in different Units, then one tender paper shall be submitted but quoting a single rate (%) for each such RRC-cum-DSC, 1.5 Original documents as per the Checklist (APPENDIX-II) shall be produced by the tenderer on the date and time of opening of tender paper for verification by the District Tender Comm ittee. 1.6 The District Tender Committee may give reasonable time to a tenderer for production of original documents, as per his/her request on genuine grounds, and the tender paper may be considered on the basis of self-attested photocopies of the documents enclosed with the tender paper. ^$n--r\ 1.7 The tenderer has to sion each and everv paqe of the Tender Paper, Aopendices & Annexures and put his seal.

1.8 The tenderershall read all the instructions and guidelines carefully before filling up the tender papers and submitting the same so that there will be no ambiguity later on. 1.9 All the terms and conditions of the tender document along with its annexures & appendices shal! form part of the required Agreement. 1.10 Tender paper not accompanied with all the Schedules / Annexures, Documents as detailed at Checklist (APPENDIX-II) inlact and duly filled in & signed shall be liable for rejection. 1.11 Separate Agreement shall be executed for transport operation in each Unit. ln case a tenderer is selected for more than one Unit, separate Agreement shall be executed with him/her for each Unit selected, 2. BIDDING PROCESS: 2.1 Tenderers participating in the Tender process shall submit a Technical Bid & Price Bid in response to the Tender Call Notice.

2.2 Earnest Money Deposit (EMD), Technical Bid & Price Bid shall be contained in separate sealed envelopes clearly marked as "EMD", "TECHNICAL BlD,, & "PRICE BlD" as per norms specified below. 2.3 First sealed envelope will contain the EMD and the Cosf of Tender Paper. This envelope shall be marked as: "EMD". 2.4 Second sealed envelope willcontain the IIVSIRUCTIONS TO TENDERERS, pARf-

I TECHNICAL BID & ifs ANNEXURES. This envelope shall be marked as: ..TECHNICAL BID".

2.5 Third sealed envelope will contain the PARI-ll PRICE B/D. This envelope shall be marked as: "PRICE BlD". 2,6 Fourth sealed envelope will contain all the THREE envelopes sealed separately i.e. EMD, TECHNICAL BID & PRICE BID with superscription "TENDER FOR APPOINTMENT OF LEVEL.II TRANSPORT CONTRACTOR IN UNIT, Ol' icOl.e DlSTRlcT" 2.7 Envelope containing Technical Bid will be opened first and scrutinized on the day of opening of tender paper. The process may continue to the succeedrng working days if scrutiny is not over on the day of opening of Technical Bid.

S,\YL^" 2.8 Tenderers who qualify on the scrutiny of Technical Bid shall be intimated for opening of their Price Bid. Price Bid of tenderers who do not qualify in the Technical Bid shall not be opened & no correspondence shall be made with them. 3. INSTRUCTIONS TO TENDERERS: 3.1 The contract, if any, which may eventuate from this tender, shall be governed by the terms and conditions of contract as contained in the invitation/instructions to the tenderer and provisions contained in the Tender documents. 3.2 A tenderer can be appointed in any number of Units in a district. The tenderer selected for more than one Unit in a district or in other districts taken together shall have 02 (two) separate vehicles for each Unit selected. The successful tenderer shall be given 07 days' time in writing to produce documents in support of additional vehicles and he/she may be asked to submit a declaration as performat atAPPENDIX-V as to the name of Units he/she has been selected for appointment as Transport Contractor in the district and in other districts of the state. 3.2.1 ln case a tenderer selected for appointment in more than one Unit & fails to provide information on additional vehicles or does not own proportionate vehicles for the Units selected within 07 days, he/she shall be appointed in those Units only where he/she has quoted lowest rates according to the number of vehicles owned. ln case the tenderer has quoted same lowest rate in more Units compared to the number of vehicles owned, he/she shall be appointed in those number of Units, as per his/her choice, according to the number of vehicles owned.

3.2.2 ln the Units for which a tenderer has been selected but doesn't get appointed as detailed above, the District Tender Committee shall negotiate with the 2nd lowest tenderer qualified in Technical Bid for that Unit to operate at the lowest quoted rate. ln case the 2nd lowest tenderer disagrees to operate at the lowest quoted rate, similar exercise to be made with the 3'd lowest tenderer qualified in the Technical Bid and so on till all the tenderers qualified in the Technical Bid are negotiated to undertake the transport operation at the lowest quoted rate. 3.2.3 ln case no tenderer agrees to undertake the transport operation at the lowest quoted rate on exercising the options as detailed above, rates shall be invited from all the tenderers qualified in the Technical Bid in sealed covers. Then selection shall be

made at a negotiated rate keeping in view the prevailing rates in the district and in the financial interest of the Corporation.

q*n's-)-r,*l\ The instrucfions fo be followed for submitting the Tender papers are sef out below: 3.3 lnformation about Tenderer: The Tenderer must furnish full, precise, correct and accurate details of information asked for in the tender documents. 3.4 Signing of Tender Papers: Person or persons signing the tender papers shall state in what capacity, he / she is or they are signing the Tender, e.g. as Sole Proprietor

of a Firm or as a Secretary / Manager / Director etc. of a Limited Company or as a Partner of a Partnership Firm. The names of all the Partners and Directors should be disclosed and the tender paper shall be signed by all the partners or any partner duly authorized or their duly constituted attorney, having authority to bind all the partners in all matters pertaining to the contract. A copv of the reqistered partnership deed shall be furnished with the tender papers. ln case of a Limited Company, the names of the Directors shall be mentioned and it shall be certified that the person signing the tender paper is empowered to do so on behalf of the Limited Company. A copy of the Memorandum and Articles of Association of the Company along with copy of the Resolution of the Company authorizing the person who will sign the tender paper on behalf of company shall be attached to the tender document. 3.4.1 The person signing the tender paper or any document forming part of the tender, on behalf of another or on behalf of a firm or on behalf of a company, shall be responsible to produce a Reqistered Power of Attornev dulv executed in his/her favour, stating that he / she has authority to bind such other person or the firm or the company as the case may be, in all matters pertaining to the contract. lf the person so signing the tender fails to produce the said Registered Power of Attorney, his / her tender paper shall be liable for rejection, without prejudice to any other rights of the Corporation, under the Law. 3.4.2 Registered Power of Attorney shall be signed by all the partners in the case of partnership concern, by the proprietor in the case of a proprietary concern and by the person who by his / her signature can bind the company, in the case of a limited company.

3.4.3 However, a sole proprietor of a proprietorship firm signing the tender paper on own capacity need not furnish any Power of Attorney. 3.4,4 The successful tenderer shall ensure that the necessary documents authorizing the person who has signed the tender to bind his / her firm or the company have been filed and registered as per the provision of law.

**)*A 4. PREREQUISITES FOR TENDER (QUALIFICATION CONDIT!ONS): The tenderer shal! furnish following documents, affidavit and information for consideration of his tender paper during scrutiny of Technical Bid. 4.1 The tenderer shall furnish certificate from any Nationalised or Scheduled Bank indicating his/her financial capability for an amount not less than Rs.25.00 Lakhs. The tenderer is to furnish financial capability certificate issued not prior to 03 months from publication of tender as per the sample format enclosed al Annexure-2. 4.2 The tenderer shall have experience in Transportation/ Handling & Transportation of foodgrains in any State/Central Government PSU, State/Central Government Agencies or State GovernmenVCentral Government and they should have carried out, in any of the immediate preceding three financial years i.e. 2015-16,2016-17 or 2017-18, the work of value of at least: 12.5% of the estimated value of the contract, in one single contract OR 25o/o of the estimated value of the contract, in multiple contracts, as indicated at APPENDIX.IV. The tenderer shall furnish experience certificate in the sample format enclosed at Annexure-3 from the concerned orqanization. 4.3 ln lieu of the experience certificate, the successful tenderer will have to furnish an additional security deposit equivalent to 50% of the total security deposit due to the tenderer at the time of execution of agreement. ln such case, the tenderer shall submit an undertakinq along with the tender documents to the effect that "ln lieu of experience certificate he/she shall submit additional security deposit equivalent to 50% of the total security deposit due to him/her in shape of Demand DrafU Fixed DeposiU Bank Guarantee issued from any Nationalised/ Scheduled Bank in favour of the District Manager, OSCSC Lfd., / F '0q< at the time of execution of agreement for the entire agreement period". 4.4 The tenderer shall furnish an affidavit in the prescribed format (enclosed at Annexure-4) declaring that no criminal/vigilance case(s) pending in his /her name or in the name of his firm (sole proprietorship/ partnership/company) before any legal forum and his/her firm has/have never been black listed by any State/Central Government PSU, State/Central Government Agencies or by State Governm ent/Central Government. \F"-\:>=\\ 4.5 The tenderer shall furnish an affidavit in the prescribed format (enclosed at Annexure-5J declaring non-involvement in commercial interest of his/her family members or Partners along with their family members or Directors along with their family members, as the case may be, for consideration of her/his appointment under this tender. 4.6 ln case the tenderer is a firm/company, copy of Registration Certificate issued by the Competent Authorities as provided under the statute, is to be furnished. 4.7 The tenderer shall enclose statement from his banker for his financial transactions of last three months preceding to the publication of Tender Call Notice. 4.8 The tenderer shall furnish latest lncome tax return for the Assessment Year 2018- 19 (Financial Year 2017-18) and copy of PAN Card. 4.9 The tenderer shall furnish Registration Certificate in support of their transportation work under "The Carriage by Road Act' 2007" & "The Carriage by Road Rule' 2011" issued by the State Transport Authority (STA) or Regional Transport Authority (RrA). 4.10 The tenderer shall have minimum 2 (two) number of transport vehicles registered in his/her name/ in the name of the family members. The heavy vehicle like Tipper shall not be considered as a vehicle carrying foodgrains for the purpose of this tender. (Details may be referred at Clause-8). 4.11 The tenderer shall submit the copy of Registration Certificate from Competent Authority as required under following Laws at the time of execution of Agreement. The Registration Certificate under the provisions of: i. The Motor Transport Workers Act, 1961 ii. The Odisha Shops & Commercial Establishments Act, 1956 5. DISQUALIFICATION CONDITIONS: 5.1 No personltirmlcompany shall be appointed as Level-ll Transport Contractor under this tender process, if he/she or any of his/her family members / Partners along with their family members / Directors along with their family members has/have a commercial interest in a business relating to custom milling of rice for OSCSC under DCP scheme of Govt. of lndia in that district. 5.2 No personltirmlcompany shall be appointed as Level-llTransport Contractor in a district under this tender process, if he/she or any of his/her family members/ Partners along with their family members / Directors along with their family members has/have a commercial interest in a business relating to

5r..wln-^^ State Level and Level-l Transport Operation under Departmental Storage Operation in the same district. [The term 'Commercial lnterest" has been defined in detail at Clause-l (u) of the PART-I Technical Bidl 5.3 Any personl firml company blacklisted or othenruise debarred by Corporation or by State/Central Government PSU, State/ Central Government Agencies or State Government/Central Government will be ineligible during the period of such blacklisting or for a period of 5 years from the date of blacklisting/debarment, whichever is earlier. 5.4 Any tenderer whose contract with the Corporation or State/ Central Government PSU, State/Central Government Agencies or State GovernmenVCentral Government has been terminated before the expiry of contract period at any point of time during last 5 years, will be ineligible,

5.5 Tenderer whose Earnest Money Deposit and/or Security Deposit has been forfeited by the Corporation or any State/Central Government PSU, State/ Central Government Agencies during the last 5 years will be ineligible. 5.6 lf the Proprietor/ any of the Partners of the firm/ any of the Director of the company have been, at any time, convicted by a court of an offence and sentenced to imprisonment for a period of three years or more, such tenderer will be ineligible. 5.7 While considering ineligibility arising out of any of the above clause, incurring of any such disqualification in any capacity whatsoever (even as a Proprietor, Partner in another firm, or as Director of a company etc.) will render the tenderer disqualified. 5,8 Corporation reserves the right not to consider any person/firm/company having any dispute with OSCSC or whose operation is found unsuccessful by the Corporation during his previous assignment in order to protect its interest, 6. EARNEST MONEY DEPOSIT (EMD):

6.1 Each tender must be accompanied with an EMD of Rs.3,00,000/- (Rupees Three Lakhs) only in the form of crossed Demand Draft / Bankers cheque issued by any Nationalized / Scheduled Bank and drawn in favour of District Manager, OSCSC m Aafuistrict payable at Aa/a.r{,fc. ln case the Tender Paper submitted is not accompanied by EMD, the tender paper shall be summarily rejected. 6.2 The tenderer shall be permitted to bid on the express condition that in case he resiles or modifies his offer or terms and conditions thereof, after submitting his tender, for any reason whatsoever during the tender process or any of the information

\s*+qr--""' furnished by him/her is found to be incorrect or false, Earnest Money deposited by him shall stand forfeited, without prejudice to any other rights and remedies of the Corporation under the contract and the law & the tenderer will be liable for any loss suffered by the Corporation on account of its withdrawal/ modification etc. besides forfeiture of EMD. He will also be debarred from participating in any tender with the Corporation for a period of five years. 6.3 EMD shall be forfeited in case the successful tenderer fails to furnish the requisite security deposit by the date prescribed by the District Manager for execution of Agreement and to take up the work, without prejudice to any other rights and remedies of Corporation under the contract and law. 6.4 EMD shall be refunded to all unsuccessful tenderers after finalisation of tender process. No interest shall be payable on the amount of earnest money. 6.5 The EMD furnished by the successful tenderer can be adjusted towards Security Deposit if requested by successful tenderer in writing. 7. SECURITY DEPOSIT: 7.1 The successful tenderer shall furnish security deposit for a Unit in following manner. 7.1.1 A sum of Rs,1.75 Lakhs or a sum equivalent to 5% of the estimated value of the contract as indicated at APPENDIX-IV, whichever is higher, in form of Demand Draft issued from any Nationalised/ Scheduled Bank issued in favour of the District Manager, OSCSC Ltd., W. 7.1.2 Asumof Rs.3.25Lakhsorasumequivalenttol0%of theestimatedvalueof the contract as indicated at APPENDIX-IV, whichever is higher, in form of irrevocable and unconditional Bank Guarantee issued from any Nationalised/ Scheduled Bank issued in favour of the District Manager, OSCSC Lld., Br'r/AlOfe , which shall be enforceable till six months after the expiry of the contract period. 7.1.3 lf applicable, additional sum equivalent to 50% of the security deposit as required at Clause -7 .1.1 &7.1.2 in shape of Demand Draft & Bank Guarantee issued from any Nationalised/ Scheduled Bank in favour of the District Manager, OSCSC Ltd., fr I f< The bank guarantee shall be enforceable till six months after the expiry of the contract period. 7.2 Separate Security Deposit shall be furnished for each Unit in case the tenderer is selected for transport operation in more than one Unit. 7.3 Security Deposit furnished by the contractor shall be subject to the terms and conditions contained in this tender document and the Corporation shall not be liable

ft n-'o').t-+l for payment of any interest on the security deposit or any depreciation thereof, whatsoever, 7.4 lf the successful tenderer had previously held any contract and furnished security deposit with the Corporation, the same shall not be adjusted against this tender and a fresh security deposit shall be made to make the contract valid.

8. REQUIREMENT OF VEHICLES :

8.1 The tenderer shall have minimum 02 (Two) number of Transport Vehicles registered in his/her name/ in the name of the family members. Additional requirement of vehicles can be availed on hire basis. 8.2 For this purpose, the "Transport Vehicle" has been defined at Clause - I (s). The vehicles should be suitable for transportation of food grains. The vehicle "Tipper" shall not be considered a vehicle carrying food grains for the purpose of this tender. 8.3 ln case of sole proprietorship, the vehicles must have been registered in the name of the tenderer or his/her family members. ln case of partnership firm, the vehicles must have been registered in the name of the firm or any of the partners. An affidavit of the partner who is registered owner of the vehicle has to be furnished about use of such vehicles bv the firm for transportation operations of Corporation without anv obiection. ln case of company, the vehicles must have been registered in the name of the company or in the name of any of the Director. An affidavit of the Director who is reqistered owner of the vehicle has to be furnished about use of such vehicles bv the companv for transportation operations of Corporation without any obiection, 8.4 The vehicles should have National or State permit for transportation, The tenderer shall have Registration Certificate under "The Carriage by Road Act' 2007" & "The Carriage by Road Rule' 2011" issued by the State Transport Authority or Regional Transport Authority to operate in more than one region of the state. Copy of the said certificate to be enclosed as per the Checklist (Appendix-ll). 85 The vehicle has to be registered in the name of the tenderer till the end of the contract period. ln case the vehicle is required to be disposed of in between the contract period, the same shall be made on prior intimation to the District Manager with substitute of a suitable vehicle in the name of the tenderer along with its documentary evidence. 8.6 The tenderer has to assess the requirement to utilize small vehicles for transportation of stock in areas where heavy vehicles cannot operate and during the restriction time of movement of heavy vehicles inside the urban area.

\. r-.,t).r--\\ 9, WORKABLE RATE: 9,1 The workable rate per qtl, for each Unit will be determined by the District Tender Committee keeping in view the following factors, Weighted average of shortest truckable distance 1. Distance covered from RRC to FPS point & quantity allotted to FPS dealer. Rate approved by Govt. for transportation of rice by custom millers for KMS 2018-19 i.e. Rs.18.75 PQ 2. Transportation charges for 1st10 Kms, Rs.0.60 PKm PQ for 11 Kms -40 Kms & Rs.0.40 PKm PQ for 41 Kms & above. 3. lnterest on investment For one month @1Yo on Sl. No,2 4, Sub Total sl. No. (2+31

5. lncidental Charges 5o/o of Sl. No.4 6. Unloading at FPS Prevailing unloadrng charges at FPS points 7. Weighment Charges Rs.40/- per truck load of 10 M.T. i.e. Rs.0.40 per qtl. Transportation through bullock cart, head load, ghat 8. Other factors road, ferry etc. relatinq to anV unit, if anv 9. Workable Rate per qtl. st. No. (4+5+6+7+$)

9.2 The workable rates for each Unit will be determined separately by the District Tender Committee. 9.3 Such workable rates shall be determined by the District Tender Committee before floating of tender and shall be indicated in required column of the ..PART.II PRICE BID". 9.4 The tenderer may quote rate below the workable rates (% BWR). However, the successful tenderer has to submit additional security deposit during execution of agreement for the differential cost as will be decided by the District Manager, which will be calculated as below. Differential Cost: (Workable Rate - Lowest Bid Rate) X Average Monthly Stock (ln qtl.) X 03 Months o Aversge monthly stock means average of actual stock (both rice & wheat) transported through Level-ll Contractor for any unit during the year 2017-18. 9.5 During the contract period, new RRC may come into operation in addition to or in place of the list of RRCs as indicated at "APPENDIX-!" and / or the existing tagging arrangement of a Unit to an RRC may be relocated to another RRC as per requirement. ln such case a new workable rate will be determined as per Clause-9.1 for that Unit and the contractor shall carryout transport

f-"--rl-.-n-Ct operation at the approved percentage of rate for the new RRC or new tagging arrangement as the case may be. However, if the weighted average distance of new RRC or new tagging arrangement is within an excess distance of 10 Kms from the weighted average distance of existing RRC then the workable rate need not be revised and the contractor shall transport the stock at the existing rate. 10. QUOTING OF RATES: 10.1 The tenderer shall quote rate for each Unit separately inclusive of all taxes, duties, cess etc. confirming that no other charges would be payable to him/her as follows: 10.1 .1 At the Workable Rate given in the Price Bid, or 10.1.2At a percent (%) above the Workable Rate given in the Price Bid (AWR), or

10.1 .3 At a percent (%) below the Workable Rate given in the Price Bid (BWR). 10.2 Price bid without mention of quoted rate as detailed above shall not be considered. 10.3 Quoting of lowest rate does not confer any right for selection of the tenderer at the rate quoted. The District Tender Committee reseryes the right to negotiate with the lowest tenderer, 10.4 The District Tender Committee reserves the right to have cross negotiation with all the qualified tenderers, if required, to finalize the rate for transport operation. 10.5 Quoting of same lowest rate (L-1) by more than one tenderer could be construed as an exceptional circumstance. ln such cases, all the tenderers who have quoted the same lowest rates shall be called for and decision will be taken through public lottery. 10.6 ln case no rate is quoted or all the rates quoted are found to be exorbitantly higher than the Workable Rate in any Unit, the district may go for retender for that Unit. Till finalisation of such retender process, the District Manager may engage the Level-ll Transport Contractor of any Unit of the district on negotiation. 10.7 The tenderer shall quote the rate for transport operation being acquainted with the prevailing conditions at the RRC-cum-DSCs of the district and Retail Centres tagged relating to matters such as Truck Owners' Association, additional requirement of vehicles (Heavy, Medium, Light), condition of roads, ghat roads, inaccessible pockets, natural barriers, transport operation within a specified time, number of RRC-cum-DSCs to be covered, quantity of stock to be transported, weighment charges etc. He/she shall consider all these factors & also all other factors as may be necessary viz. prevailing trend of inflation in fuel rates for quoting his/her effective

F. ii9-t-"' rate. The tenderer has to assess the requirement to utilize small vehicles for transportation of stock in areas where heavy vehicle cannot operate and during the restriction time of movement of heavy vehicles inside the urban area. 11. DELIVERY OF TENDER DOCUMENTS: 11.1 The tenderers shall submit tender documents duly filled in, complete and signed on each page in a sealed envelope being superscripted as "Tender for appointment of Level-llTransportContractorin-Unit,',addressedtotheDistrictManager, OSCSC Ua. $4!2/8qr.( district. Tenders, which do not comply with this instruction, shall be summarily rejected. 11.2 Tender paper shall be sent strictly through reoistered post/ speed posV courier service onlv to District Manager, OSCSC Ld AA&Ul@istrict. Tender paper sent other than the above mode shall not be entertained in any circumstances. 11.3 Tender paper shall be accompanied with EMD of the required amount. 11.4 The tenderer, who has downloaded the tender paper from the district website shall have to pay an amount of Rs,10000/- only (Rupees ten thousand only) along with the tender paper. The amount shall have to be in the form of a Crossed Demand Draft / Bankers ch eque issued by any Nationalised / Scheduled Bank in favour of District Manager, ge'sc Brlrflf"{#at payabte at A latofe 1 1 .5 All credentials, documents and copies of certificate / information called for shall be submitted along with the tender paper. '11.6 lf the last date for receipt of tender paper happens to be a holiday, tender paper will be received on the next working day following the holiday. 11.7 lt should be clearly understood by the tenderer that no opportunity shall be given to them to alter, modify or withdraw any offer at any stage after submission of the tender. 12. OPENING OF TENDER PAPER: 12.1 The Tender Paper shall be opened in the chamber of the District Manager or in such otherofficepremisesat@tB&ateandtimespecified. 12.2 The Tenderers shall be at liberty to be present either in person or through their authorized representative at the time of opening of Tender. The authorized representative shall furnish the authorization letter duly executed by the tenderer to the Chairman of the District Tender Committee before opening of Tender. 12.3 lf the date for opening of tender paper happens to be a holiday, tender paper will be opened at the same time on the next working day following the holiday.

\>uct \a ^ '\'\ 13. CLERICAL ERRORS OR OMISSION(S} COMMITTED BY THE TENDERER: ln case of any clerical error or minor omission(s) in the tender paper, the District Tender Committee may take a suitable decision keeping in view the intension of the tenderer, if he/she is otherwise qualified. 14. CORRUPT PRACTICES: Any bribe, commission, or advantage offered or promised by or on behalf, of the tenderer to any officer or servant of the Corporation shall (in addition to any criminal liability which the tenderer may incur) debar his tender from being considered. Canvassing, in any form, on the part or on behalf of the tenderer shall also make his tender liable for rejection. 15. INTERVIEWS AND ACCEPTANCE OF TENDER: 15.1 The tenderer is required to proceed to the office of the District Manager, OSCSC ttd?,aloNstrict at his / her own expenses and without any obligation, if called upon to do so, by the District Manager, OSCSC Ltd. or by an Officer authorized to act on his behalf, 15,2 The District Tender Committee reserves the right to reject any or all tenders without assigning any reason there of and does not bind itself to accept the lowest or any tender. 15.3 The successful tenderer shall be intimated about the acceptance of his / her tender by a letterl taxl e-mail/ phone and which shall be acted upon immediately, without waiting for the post copy in confirmation. 16. EXECUTION OF AGREEMENT:

16.1 The successful tenderershall enter into an Agreementwith the District Manager in the prescribed format. 16.2 Separate Agreement shall be executed for transport operation in each Unit. ln case a tenderer is selected for more than one Unit, separate Agreement shall be executed with him/her for each Unit.

1 6.3 The Agreement shall be typed on a Non-Judicial Stamp Paper worth Rs.1 00/- only. 16.4 Execution of Agreement shall be made on furnishing of required security deposit, additional security deposit (in lieu of Experience Certificate and / or quoting BWR & two-passport size photograph duly attested by Gazetted Officer. 16.5 The Agreement will be executed with the tenderer on production of following documents.

-\f- \+r.t-9.- . Registration under The Odisha Shops & Commercial Establishments Act, 1956 to operate in ULB.

. Registration under The Motor Transport workers Act, 1g61. Or

Declaration in prescribed format that he/ she is not required to possess licence under the Motor Transport Workers Act 1961 because of engagement of limited workers. However, in such case, the Transport Contractor to operate in ULB shall register his/ her establishment under "The Orissa Shops & Commercial Establishment Act, 1956" only,

16.6 The Agreement shall be executed within the time prescribed by the District Manager failing which the contract shall be liable to be rescinded solely at the discretion of District Manager. ln such case the Earnest Money Deposit of the tenderer shall stand forfeited at the discretion of District Manager.

16.7 ln genuine case, the Collector can allow more time to the successful tenderer to furnish any document / certificate wanting at the time of execution of agreement. 16.8 Atl the instructions to tenderers, terms and conditions governing contract along with its annexures & appendices shall form part of the Agreement and any violation of the provisions prescribed here under shat! be construed as violation of the agreement. 17. OTHERS:

17.1 ln case of any clear indication of cartelization, the District Tender Committee shall reject the tender(s) and forfeit the EMD. 17.2 lf the information given by the tenderer in the Tender Document and its Annexures and Appendices are found to be false/ incorrect at any stage, the Collector shall have the right to disqualify/ summarily terminate the contract, without prejudice to any other rights that the Corporation may have under the contract and law. 17 '3 District Manager, OSCSC Ltd. reserves the right to amend the tender conditions at any time during the currency of contract, which shall be binding on the contractors.

District Manager OSCSC Ltd., laPrz

\^,-"f:.\- -\s^ PART.I TERMS AND RNING CONTRA LEVEL.II TRANSPORT OPERATION TECHNICALBID

Odisha State Civil Supplies Corporation Ltd., intends to appoint Level-ll Transport Contractor for transportation of foodgrains from RRC-cum-DSCs to Retail Centres of frNrt.tAf€ district of the State of Odisha for the year 2019-20 & 2020-21. t. Definitions: a. The term 'Contract' shall mean and include the notice inviting tender, the invitation to tender incorporating the instruction to tender, the tender documents, its annexures and schedules, acceptance of tender, agreement and such general and special conditions as may be added to it as & when required. b. The term 'Tenderer' shall mean and include the person or persons, firm or company with whom the contract has been made for transport operation of food grains including their heirs, executors, administrators, successors and their authorized person, as the case may be. c. The terms'OSCSC Ltd.'/'Corporation', shall mean the Odisha State Civil Supplies Corporation Limited registered under the lndian Companies Act 1956 having its Head Office alCl2, Nayapalli, Bhubaneswar-12, Khordha, Odisha and shall include its District Manager and his/her successor or successors and any Authorized Person to act for the District Manager for any specified work. d. The term 'Managing Director' shall mean the Managing Director of the Corporation or any authorized officer to act on his behalf for a specific work. e. The term 'District' shall mean the revenue district of Odisha. f. The term 'District Tender Committee' shall mean the Committee formed as such by the Collector of the district for opening of tender and finalization of Level-ll Transport Contractor and to take decision on allthe related matters. g. The term 'District Manager' shall mean the District Manager of the Corporation, working in Revenue District or any authorized officer to act on his/her behalf for a specific work. h. The term 'Govt.' shall mean Government in Food Supplies & Consumer Welfare Department of Government of Odisha, Bhubaneswar.

t\-s'\-\O ..,\+' i. The term 'Family' shall mean husband/wife, unmarried sons/daughters, married sons living in the same mess (including adopted children) & dependent parents. The term 'Foodgrains' for this contract shall mean and include Rice, Wheat, Sugar, Dal, Edible Oil, Salt, Potato & Onion or any other packaged commodity as decided by the Corporation packed in 50 k.g./ 100 k.g. HDPP bag or jute gunny bag or in packet of any weight. k. The term 'Rice' shall mean and include the custom milled rice or rice packed by custom miller in 50 kg jute gunny bags after milling of the paddy received from the Corporation or rice lifted from the Food Corporation of lndia.

t. The term'Wheat'shall mean and include the wheat packed in 50 k,g./ 100 k.g. HDPP bag or jute gunny bags lifted from the Food Corporation of lndia. m. The terms 'Rice Receiving Centre-cum-Departmental Storage Centre (RRC- cum-DSC)', 'RRC' shall mean the storage centre run by the Corporation for receipt, storage and delivery of foodgrains with HDPP bag or jute gunny bag or any other package commodity. This shall include Corporation own godown, hired godown, hired godown managed through CWC/OSWC & godowns constructed under PEG scheme.

n. A'Unit'shall mean: One Block or, One Block and adjoining one NAC together or, One Municipality or, The Bhubaneswar Municipal Corporation (BMC) or the Cuttack Municipal Corporation (CMC) shall be considered as 03 separate Units each for this

tender. The FPS dealers working in BMC & CMC shall be demarcated into 3 Units as per the geographical location for appointment of separate Transport Contractor for each Unit under this tender process Considering the geographical location, some G.P. of a unit can be tagged to other Unit for smooth transportation operation. o. The term 'ULB' shall mean & include all the NACs, Municipalities & Municipal Corporations declared as such by Govt. of Odisha. p The term 'FPS Dealer/ Retailer / Retail Dealer' shall mean and include a Person / Firm / Society / Co-operative / Gram Panchayat / SHG etc. appointed by the competent authority to act as such for distribution of foodgrains under Public Distribution System to the consumers.

5-*.*i).>- '\r^ q. The term 'Fair Price Shop (FPS)' or 'Retail Centre' shall mean the place where FPS dealer, Retailer or Retatl Dealer distributes the commodities under Public Distribution System

r. The term 'Handling Contractor' shall mean & include a contractor appointed by the District Manager for handling of foodgrains at Base RRC & RRC-cum-DSC. c The term 'Level-l Transport Contractor' shall mean & include a contractor appointed by the District Manager for transportation of foodgrains from Food Storage Depot, FCI to RRC-cum-DSC. The term 'Level-ll Transport Contractor'/'Transport Contractor'/ 'Contractor' shall mean & include a contractor appointed by the District Manager for transportation of foodgrains from RRC-cum-DSC to retail centres. u. The term 'Transport Vehicle' shall mean a vehicle suitable for transportation of foodgrains. The vehicle 'Tipper' shall not be considered as transport vehicle for this tender purpose. The vehicle 'Tractor'shall be considered as a single transport vehicle along with a 'Trailer'. 'Tractor' and/or'Trailer' individually shalt not be considered as separate transport vehicles for this tender purpose. The term 'Weighment' shall mean the weighment of foodgrains in HDPP bag or jute gunny bag either at weighbridge or by using electronic / manualweighing scale.

W. The term 'Commercial lnterest'shall mean a business, partnership or company for the operation as State Level and/or Level-l Transport Contractor under Departmental Storage Operation of OSCSC Ltd. and/or Custom Miller for OSCSC Ltd. under DCP scheme of Govt. of lndia for the district for which he/she intends to apply under this tender. A Partner in a partnership firm and any of his/her family member or a Director in a company and any of his/her family member will be treated to have commercial

interest in the firm or company, as the case may be, if such firm or company is operating as State Level and/or Level-l Transport Contractor and/or Custom Miller for OSCSC Ltd. in the district for which he/she intends to apply under this tender. il. PARTIES TO THE CONTRACT:

a. The Parties to the contract are the Contractor and the OSCSC Ltd., represented by its District Manager of the concerned district or any other officer authorized and acting on his/her behalf, b. The person signing, the tender or any other documents forming part of the tender, on behalf of any other person or a firm shall be deemed to warrant that he/she has

\. 6r.-rt-L\- -r4' authority to bind such other person or the firm as the case may be in such matters pertaining to the contract. lf, at any stage, it is found that the person concerned has no such authority, the District Manager, OSCSC ttd /) 1O /0{e , may, without prejudice to other civil or criminal remedies, terminate the contract and hold the signatory liable for all costs and damages. Notice or any other action to be taken on behalf of the OSCSC Ltd. may be given/ taken by the District Manager, OSCSC Uta bela/0rl or any other officer so authorized and acting on his/her behalf, III. CONSTITUTION OF CONTRACTOR:

a. The contractor shall at the time of submission of tender, declare whether he/she/they is/are Sole Proprietary concern or Registered Partnership Firm or Private Limited Company or a Public Limited Company or Cooperative Society incorporated in lndia. The composition of the partnership or names of Directors of Companies as the case may be, shall also be indicated. Similarly, in case of Cooperative Society, the name of Secretary, by-laws and areas of operation shall be indicated. The contractor shall also nominate a person in whose hands the active management and control of the work relating to the contract during the tenure of contract would lay. The persons so nominated shall be deemed to have power of Attorney from the contractors in respect of the contract and whose acts shall be binding on the contractor. b. The contractor, during currency of the contract shall not make any change in the constitution of the firm without prior approval of Corporation in writing, failing which the Contract shall be forthwith liable for termination treating it as breach of contract by the Contractor with consequences following there from. c. The contractor shall notify to the Corporation the death / resignation of any of their partner / directors immediately on the occurrence of such an event. On receipt of such notice, the Corporation shall have the right to terminate the contract, if it deems so fit. IV. SUBLETTING: a. The contractor shall not sublet, transfer or assign the contract or any part thereof without previous written approval of the District Manager. b. ln the event of the contractor contravening this condition, the District Manager shall be entitled to place the contract elsewhere on the contractor account and at his / her risk and the contractor shall be liable for any loss or damage, which the Corporation may sustain in consequence or arising out of such replacing of the contract.

1- '.11-'\q V. RELATIONSHIP WITH THIRD PARTIES:

a. All transactions between the contractor and third parties shall be carried out as between two principals without reference in any event to the District Manager. b. The contractors shall also undertake to make the third parties fully aware of the aforesaid position. v!. LIABILITY FOR PERSONNEL:

a. All persons employed by the contractor shall be treated as his/her own employees / workers in all respects and the responsibility under the Workmen's Compensation Act' 1923; Employees Provident Fund Act' 1952', Maternity Benefit Act' 1961; The Motor Transport Workers Act' 1961; The Orissa Shops & Commercial Establishment Act' 1956; Payment of Gratuity Act' 1972; Equal Remuneration Act' 1976; ESI Act' 1948; Minimum Wages Act' 1948 or any other similar enactments and rules made there under with up to date amendments in respect of all such personnel shall be that of the contractor. The contractor shall be bound to indemnify the District Manager against all claims whatsoever, in respect of the said personnel under the Workmen's Compensation Act' 1923 or any statutory modification thereof, or othenruise for in respect of any damage or compensation payable inconsequence of any accident or injury sustained by any workman or other person whether in employment of the contractor or not.

b. The contractor shall be liable for making contributions in accordance with the provisions of the Employees Provident Funds Act' 1952, and the scheme framed there under in respect for the workers employed by him. The contractor shall recover the required amount payable by such employees and deposit the same with concerned PF authorities with employer share. lf, on account of the default of the contractor in making such payments or for any other reason, the District Manager makes such contributions on behalf of the contractor, the District Manager shall be entitled to set off against the amount due to the contractor for the contributions made by it including penalty, if any on account of his default in making payments or otheruvise in respect of the workers employed by the Contractor. The Contractor shall also maintain such records and also submit such returns as may be prescribed under the Act to the Authority designated in the EPF Act' 1952 and the scheme framed there-under, prescribed and / or when demanded for inspection to the Otficers of the Regional Provident Commissioner and to the District Manager or an Office authorized by him or acting on his behalf. ,\ .\n n-*:- \r.- c' ln complying with the said enactments or any statutory modifications thereof, the contractor shall also comply with or cause to be complied with, the labour regulations enactments made by the State Governments./ Central Govt. from time to time in regard to payment of wages to the workers, wage period, deduction from wages, recovery of wages not paid and deductions unauthorizedly made, maintenance of wage register, attendance register, muster roll registered, wage slip, publication of scale of wages and other terms of employment, inspection and submission of periodical returns and all other matters of like nature. d' Notwithstanding the fact, whether the said legislations, enactments or any statutory modifications thereof are applicable or not to the employees / workers employed by the contractor, he\she shall pay the following to them. i. Payment of Wages to Workers: - The contractor shall pay not less than minimum wages to the workers engaged by him/her on either time rate basis or piece rate basis on the work. Minimum wages both for the time rate and for the piece rate work shall mean the prevailing rates notified by the Government in Labour Department, Odisha, Bhubaneswar during the contract period for the work. The contractor shall maintain necessary records and registers like wage book and wage slip etc. Register of unpaid wages and Register of Fines and Deductions etc. as required for such purposes. ii. Weekly off:-

The contractor shall allow or cause to be allowed to the workers direcfly or indirectly employed in the work one-day rest for six days continuous work and pay wages at the same rate as for duty, iii. AttendanceAllowance:-

The contractor shall pay the required attendance allowance per day to the regular workers generally employed by him on piece rate or time rate basis when such worker report for duty on the day but is not booked or given work for the day shift. e. Aforesaid wage / benefits at Clause Vl (d) (i to iii) shall be deemed to be a part of this contract and any contravention thereof shall be deemed to be a breach of this contract. The District Manager shall have the right to deduct from money due to the contractor, any sum required for making good the loss suffered by a worker or workers by reasons of non-fulfilment of the conditions of the contract for the benefit of workers, non-payment of wages, or of deductions made from his/her or their

t\ \L\f.-'Ld( wages which are not justified or non-observations of the regulations/enactments mentioned in Clause Vl (a) and (b). f. Declaration in lieu of License & Registration of establishment: - ln case the contractor claims that he/ she is not required to possess any registration under the Motor Transport Workers Act' 1961 & the Orissa Shops & Commercial Establishment Act'1956 because of engagement of limited workers, he/ she shall give Declaration in prescribed format before execution of agreement & on every time while preferring bill for settlement of bills on transport operation. However, in such case, the contractor to operate in ULB shall register his/ her establishment under "The Orissa Shops & Commercial Establishment Act' 1956" only. VIt. BRIBES. COMMTSSION. CORRUPTION ETC:

Any bribe, commission, gift or advantage given, promised or offered by or on behalf of the contractor or any one of their partners / Directors / Agents or servant or any one-else on their behalf to any officer, servant, representative or agent of the Corporation or any person on his or their behalf for showing or for bearing favour or disfavour to any person in relation to the contract, shall be subject to the cancellation of this contract or any other contract with Corporation also to payment any loss or damage resulting from such cancellation by the contractor. VIII. PERIOD OF CONTRACT: a. The contract shall remain in force from the date of execution of agreement till 31st March'2021 or such later date as may be decided by the District Manager with the approval of the Collector. b. The District Manager with the approval of the Collector reserves the following rights. i. To extend the period of contact maximum for 06 months at a stretch beyond the original contract period as at Clause Vlll (a), on the same rates, terms and conditions. ii. To terminate the contact at any time during its currency without assigning any reason thereof by giving seven days' notice in writing to the contractor at his/her last known place of residence / business and the contractor shall not be entitled to any compensation by reason of such premature termination. iii. To award similar works on the basis of said contract on mutual agreement with another contractor.

tr*.r-\")-tA\ IX. SECURITY DEPOSIT:

a. On acceptance of the tender, the successful tenderer shall be required to furnish the

prescribed security deposit in the manner as mentioned at Clause-7,1 . b. The Corporation shall not be liable for payment of any interest on the Security Deposit or any depreciation thereof for the entire period as is held by the Corporation,

c. ln the event of premature termination of the contract as envisaged in Clause-Vll, Vlll, X & Xl, the District Manager, shall have the right to forfeit the entire or part of the amount of security deposit deposited by the contractor or to appropriate the security deposit or any part, thereof in or towards the satisfaction of any sum due to the claim for any damages, losses, charges, expenses or costs that may be suffered or incurred by the Corporation,

d. The decision of the District Manager in respect of such damage, losses, charges, costs or expenses shall be final and binding on the contractors. a ln the event of the security being insufficient or if the security has been wholly forfeited, the balance of the total sum recoverable as the case may be, shall be deducted from any sum due or which at any time thereafter may become due to the contractor under this or any other contract with the Corporation. ln the event of that any sum found not sufficient to cover up the full amount recoverable, the contractor shall pay to the Corporation on demand, the remaining balance due. x. LIABILITY OF CONTRACTORS FOR LOSSES ETC. SUFFERED BY CORPORATION:

a. The contractor shall be liable for all costs, damages, charges and expenses suffered or incurred by the Corporation for any service under this contract or breach of any term thereof or their failure to carry out the work within time and for all damages or losses occurred to the corporation due to any act whether negligence or othenrvise of the contractor himself / herself or his / her employees. The decision of the District Manager regarding such failure of the contractor and his / her liability for the losses, etc. suffered by Corporation shall be final and binding on the contractor. b. The District Manager shall be at liberty to reimburse himself of any damages, losses, charges, costs or expenses suffered or incurred by him due to contractor's negligence and un-workmanlike performance of service under the contract or breach of any term thereof. The total sum claimed shall be deducted from any sum due or which at any time hereafter may become due to the contractor under this or any

\.o-*r-*-l- ^\ other contract with the District Manager as aforesaid, the balance of the total sum claimed and recoverable from the contractor as aforesaid shall be deducted from the security deposit furnished by the contractor as specified in Clause-7. lf this sum is also found not to be sufficient to cover the full amount claimed by the District Manager, the contractor shall pay to the District Manager on demand, the remaining balance of the aforesaid sum claimed,

c' All the partners/ all the directors shall be liable jointly and separately for payment of dues of the corporation for transport operations and shall be liable for the working of any partnerl any director/ any family member or their employees as the case may be. During the currency of this contract there shall not make any change in the constitution of the firm/ company/ proprietorship /partnership without prior approval of the Corporation in writing. XI. SUMMARY TERMINATTON:

a. ln the event of the contractor having been adjudged insolvent or going into liquidation or winding up his / her business or making arrangements with his / her creditors or failing to observe any of the term and condition governing the contract, the District Manager with the approval of the Collector shall be at liberty to terminate the contract forthwith without prejudice to any other rights or remedies under the contract and to get the work done for the unexpired period of the contract at the risk and cost of the contractor and to claim from the contractor any resultant loss sustained or costs incurred. b. The non'performing / defaulting contractor may be suspended / banned for trade relation/black listed for a period up to 5 years based on the gravity of non-performance/default of the contractor, by the Collector whose decision in the matter shall be final and binding. c. Besides, a contractor, whose transport license is cancelled during the contract period, may be suspended/ banned for trade relation/ blacklisted for a period up to 5 years by the Collector whose decision in the matter shail be final and binding.

d' The District Manager with the approval of the Collector shall also have, without prejudice to other rights and remedies, the right to terminate the contract forthwith in the event of breach of any of the term and condition of the contract and to get the work done for the unexpired period of the contract, at the risk and cost of the contractor and/or forfeit the security deposit or any part thereof for the sum or sums

5."..1f* dA due for any damages, losses, charges, expenses or costs that may be suffered or incurred by the Corporation due to the contractor's negligence or un-workman like performance of any of the service under the contract. e. The contractor shall be responsible to supply adequate trucks/carts/any other transport vehicle for transportation & carrying out any other service under the contract in accordance with the instructions issued by the District Manager or an officer acting on his behalf within the time specified. lf the contractor fails to supply the requisite number of trucks etc. in due time, the District Manager shall, at his sole discretion without terminating the contract be at liberty to engage other trucks etc. at the risk and cost of the contractor, who shall be liable to make good to the Corporation all additional charges, expenses, cost or losses that the Corporation may incur or suffer thereby. The contractor shall not, however, be entitled to any gain resulting from entrustment of the work to another party. The decision of the District Manager shall be final and binding on the contractor. f. lf the contractor is found to be involved in any criminal case amounting to moral turpitude, vigilance case & is blacklisted by any State or Central Government, by State or Central Agency or Undertaking during contract period, the Agreement executed with the contractor as Level-l or Level-ll Transport Contractor or Handling Contractor in any district shall be terminated forthwith without prejudice to other rights & remedies.

XII. ENGAGEMENT OF NEW TRANSPORT CONTRACTOR ON FAILURE OF OPERATIONS BY THE EXISTING TRANSPORT CONTRACTOR: ln case the approved Level-ll Transport Contractor fails to provide transport services, the District Tender Committee shall negotiate in following manner to make alternative arran gements.

a. The District Tender Committee shall negotiate with the 2nd lowest tenderer qualified

in Technical Bid for that Unit to operate at the lowest approved rate. ln case 2nd lowest tenderer disagrees to operate at the lowest approved rate, similar exercise to be made with the 3rd lowest tenderer qualified in the Technical Bid and so on till all the Tenderers qualified in the Technical Bid for that Unit are negotiated to select an alternative Transport Contractor. b. ln case no Transport Contractor is selected on exercising the options as detailed above, selection shall be made from among all the Tenderers qualified in the Technical Bid for that Unit as well as for all Units of the district by inviting rates through sealed cover. Then selection shall be made at a negotiated rate as would be decided by the Collector keeping in view the prevailing market rates in the district and in the financial interest of the Corporation at the risk and cost of the defaulting contractor, Transport Contractor selected on the procedureg laid down above shall

operate fo,r thg balance contract perrod gf defaultilo Transport Contractor, c. ln case no Transport Contractor is selected on exercising the options detailed above, Collector can engage a Transport Contractor on negotiation from among the Transport Contractors operating under other Govt. schemes like SNP, MDM or similar schemes keeping in view the prevailing market rates in the district and in the financial interest of the Corporation at the risk and cost of the defaulting contractor. d. ln case no Transport Contractor is selected from among the Transport Contractors operating under other Govt. schemes like SNP, MDM or similar schemes, Collector can engage any person capable of transportation of foodgrains as Level-ll Transport Contractor on negotiation keeping in view the prevailing market rates in the district and in the financial interest of the Corporation at the risk and cost of the defaulting contractor. Such selection shall be for a period of one month or selection of new Transport Contractor through tender p[ocess. whichever is earlier. The rate neootiated shall not exceed the transport rate approved in the district for SNP, MDM or other similar schemes. XIII. SET OFF: Any sum of money due and payable to the contractor (including security deposit returnable) under this contract may be appropriated by the District Manager and set- otf against any claim of the District Manager for the payment of any sum of money arising out of or under any other contract made by the contractor with the District Manager. XIV. BOOK EXAMINATION: The contractor shall, whenever required, produce or cause to be produced, for examination by the District Manager or any other officer authorized by him on his behalf, any cost or other accounts, book of accounts, vouchers, receipts, letters, memorandum or writings or any copy of or extract from any such document and also furnish information and returns, verifled in such manner, as may be required relating to the execution of this contract or relevant for verifying or ascertaining the cost of execution of this contract. The decision of District Manager on the question of

\.^-*^'-r-\ relevancy of any documents information or return shall be final and binding on the contractor.

XV. VOLUME OF WORK:

a. The District Manager does not guarantee any definite volume of work or any particular pattern of service at any time or throughout the period of the contract. Mere mention of any item of work in this contract & execution of agreement does not by itself confirm a right on the contractor to demand that the work relating to all or any item thereof at the concerned Unit or RRC-cum-DSC should necessarily or exclusively be entrusted to him / her.

b' The District Manager with the approval of the Collector shall also have the exclusive right to appoint one or more contractors at any time viz. at the time of award of the contract and / or during the tenure of contract for any or all the services and to divide the work as between such contractors in any manner that the District Manager may decide and no claim shall lie against the District Manager by reason of such division of work.

c. During the period of agreement with the contractor, the District Manager reserves the right to deploy "Mobile Van" of the Corporation to make transport operations to retail centres for transportation of Rice & Wheat stock. The arrangement made by the District Manager is final & binding on the contractor. The contractor will have no claim for any work on this arrangement. XV!. REMUNERATION:

a. The contractor shall be paid with the remuneration in respect of the services described in the tender and performed by them at the contract rate. b. The payment shall be made for the transport operation only for net quantity of foodgrains. No payment shall be made for the weight of the containers/bags/packaging material.

c. The rate quoted by the tenderer for the transport operation shall include the cost of weighment of empty vehicle and loaded vehicle in a weighbridge located withln a radius of 5 Km of RRC-cum-DSC. Weighment cost if paid by the Corporation, shall be realised from the dues payable to the contractor.

d. The contractor shall be paid with additional charges for distance (to & fro) covered for weighment of stock in case weighbrldge is not available within a radius of 5 Km of RRC- cum-DSC at following rate.

i) Weighbridge at a distance beyond 5 Km but within 10 Km -

x -A-.r. [1. r-t-r^L-"> Rs.100 per vehicle (4 wheelers) Rs.200 per vehicle (6 wheelers) Rs.300 per vehicle (10 wheelers or more) ii) Weighbridge at a distance beyond 10 km but within 15 km - Rs.200 per vehicle (4 wheelers) Rs,400 per vehicle (6 wheelers) Rs.600 per vehicle (10 wheelers or more). e. lf the contractor is required to perform any service in addition to those specifically provided for in the contract, the contractor's remuneration for the same will be paid at the rates as negotiated and fixed on mutual agreement. f. The contractor will have the right to represent in writing to the District Manager that a particular service which he / she is being called upon to perform is not covered by any of the service specifically provided for in the contract or as the case may be, is not auxiliary or incidental to such services, provided that such representation in writing is made maximum within 30 days after the date of actual performance of such services. lf no such representation in writing is received within the said time, the contractor's right in this regard will be deemed to have been waived. g. The question whether a particular service is or is not covered by any of the service specifically described and provided for in the contract, or is not auxiliary or incidental to any of such seryice, shall be decided by the District Manager, whose decision shall be final and binding on the contractor. h. The contractor shall have no claim on detention of vehicle both at despatching and receiving point for any reason. i. Recovery of shortage/ damage/ diversion of foodgrains: No transit shortage shall be allowed to the contractor during transportation. ln case of any shortage of stock / damage of stock/ diversion of stock, in quantity and quality, during transit shall be recovered from the dues of the contractor. The value shall be recovered at the following rate. a. Rice - At one time economic cost of rice fixed by Govt. of lndia, b. Wheat - At ten times of purchase price of wheat from FCl. XVII. SUBMISSION OF BILLS AND PAYMENT: a. Payment will be made by the District Manager on submission of bills, in duplicate as per the format and procedure prescribed.

\.nxtry)^---lq b. The contractorwill submit bills on monthly basis by the 1Sth of succeeding month and not later than end of the succeeding month, failing which penalty shall be imposed at such rate and in such manner as will be decided by the Corporation, c. The payment shall normally be made by the District Manager within 30 days of submission of complete set of bills in the format and procedure prescribed.

d. Payment shall be made on realizing the cost of shortage at the rate as specified at Clause-XVl (i).

e. The payment shall be made through PFMS system for which the following details shall be provided by the contractor immediately after commencing of the contract: (1) Bank Account No, (2) Name of the Bank & Branch. (3) Bank RTGS code (IFSC Code). (a) PAN No. f, lncome Tax (TDS) & taxes under any other Act shall be recovered from the bills of the contractor at the applicable rate. XVIII. FORCE MAJEURE:

The contractor will not be responsible for delays which may arise on account of reasons beyond his control of which the Collector shall be the final judge. Strikes by contractor's workers on account of any dispute between the contractor and their workers as to wages or to otherwise shall not be deemed to be a reason beyond the contractor's control and the contractor shall be responsible for any loss or damage which the Corporation may suffer on this account. XIX. LAWS GOVERNING THE CONTRACT:

The contract shall be governed by the laws of lndia and Odisha for the time being in force, XX. SERVICES TO BE RENDERED BY THE CONTRACTOR: a. Transportation of foodgrains from RRC-cum-DSC to Retail centres, i, (Services at RRC-cum-DSC) - Transportation of stock from RRC-cum-DSC to retail centres as per the list provided by District Manager or any authorised Officer, ii. (Services at Retail Centre)- Unloading of stock from the vehicle, weighment of stock by electronic/ manual weighing scale and delivery to retail dealer. The contractor shall arrange required number of labours and weighing scale.

\ N*.i).'. '\ b. The contractor shall transport by trucks, to be arranged for such quantity of foodgrains as may be required from day to day by the District Manager or an Officer acting on his behalf, from RRC-cum-DSC to Retail Centres. c. The contractor shall take care not to mix bags of different kinds of foodgrains, bags containing different qualities of the same foodgrains and bags containing weUdamaged foodgrains sweepings, etc, with bags of sound grains.

d. New RRC may come into operation or new tagging arrangement may be made in addition to or in place of the list of RRCs and tagging arrangements indicated at "APPENDIX-1", as per the requirement and/or availability of suitable godowns. The Level-ll Transport Contractor shall transport the stock at the approved percentage of rate,

XXI. DUTIES AND RESPONSIBILITIES OF THE TRANSPORT CONTRACTOR:

a. The Transport Contractor is required to keep continuous & close liaison with the ln- charge of the RRC-cum-DSC, Handling Contractor, Retail Dealer, District Manager and other officials of OSCSC in respect of programme of transportation of stock. b. The Transport Contractor shall take complete care of the stocks from RRC-cum- DSC till it is delivery at Retail Centres. c. The Transport Contractor shall always be bound to act with reasonable diligence and in a business-like manner and to use such skill as expected of person of ordinary prudence in the conduct of his / her activities. d. The Transport Contractor shall engage competent and adequate staff to the satisfaction of Corporation for ensuring etficient transport operation in time. He / She shall furnish true, correct and up to date position/information/progress of work statement and accounts. e. The Transport Contractor shall be responsible for the good conduct of his / her employees and shall compensate the Corporation for losses arising from neglect, carelessness, want of skill or misconduct of himself / herself, his / her servants or agents or representatives. f. The District Manager/ ln-charge of the RRC-cum-DSC or any official acting on their behalf, shall have the right to ask for the removal of any employee of the contractor, who in his opinion, is hampering the smooth execution of the work and his / her decision regarding losses caused by neglect and misconduct etc; of the contractor, his / her servants or agents or representatives. Such decision shall be final and binding on the contractor.

A .\\ \-r.tt, * g. The Transport Contractor shall intimate the ln-charge of the RRC-cum-DSC, District Manager or other Officers authorized to act on his / her behalf, the name of one or more responsible representative(s) authorized to act on his / her behalf in day to day working of the contract. Such authorised person shallbe authorized by the contractor through a "Power of Attorney" in a stamp paper worth Rs.50/- duly registered before competent authority. The contractor shall be liable for all the activities of authorized person. lt shall be the duty of those representative(s) to call at the office of the Godown Manager / ln-charge of RRC-cum-DSC/ Lifting Officer or an officer acting on his behalf, every day and generally to remain in touch, with them, to obtatn information about transport operation and to report the progress of transport work etc.

h. The Transport Contractor shall issue ldentity Card with photograph to all his employees including driver & helper, manager, clerk etc.

i. The Transport Contractor shall take adequate steps and necessary precautions to avoid wastage or damage to the foodgrains during transportation. The contractor shall be liable for any loss which the Corporation may suffer from any loss in quantity and quality of stock transported by him / her. The decision of the District Manager on such loss shall be final and binding on the contractor. j The Transport Contractor shall have adequate vehicle arrangements for transport operation within the stipulated period as communicated by the District Manager. The contractor shall accordingly assess the requirement of vehicles for completion of the work within the stipulated period.

k. The Transport Contractor has to assess the requirement to utilize small vehicles for transportation of stock in areas where heavy vehicle cannot operate and during the restriction time of movement of heavy vehicles inside the urban area. The Transport Contractor shall carry adequate number of weighing scale for weighment of stock at retail centers during delivery of stock. m. The Transport Contractor shall provide sufficient number of tarpaulins for each truck to cover the foodgrains during transportation to protect those from rains and other natural calamities. He / She shall be responsible for any loss or damage that may arise due to his / her failure to supply adequate number of tarpaulins or to take reasonable precautions. The decision of the District Manager in this matter shall be final and binding on the contractor.

tsl*$+ -\\ The Transport Contractor shall ensure that workers do not use large hooks for unloading of foodgrains bags / packets at Retail Centres. The use of hooks other than those, if any, approved by the Corporation shall render the contract liable for cancellation. The Transport Contractor shall also be liable to make good to Corporation, if any losses caused by the use of unauthorized hooks. The decision of the District Manager on such losses shall be final & binding. o. The Transport Contractor shall strictly abide by all rules and regulations of Transport Department, Police, Municipal Authorities and other local bodies. The contractor shall not load more than permissible quantity of foodgrains in each truck before transportation as provided under M.V. Act. lf the contractor shall load the stock beyond permissible limit provided under the statute, he / she shall be responsible for such violation of statute & any consequential penalty thereof. The Corporation shall not be liable for such act of contractor. p The Transport Contractor shall be responsible for keeping a complete and accurate account of transport operation of foodgrains undertaken by him / her and shall render accounts and furnish returns and statements in such a manner as may be prescribed by the District Manager or the Officer acting on his behalf. q. The Transport Contractor shall obtain transit insurance coverage of the foodgrains stocks at economic cost & purchase price of rice & wheat respectively in the name of OSCSC Ltd. covering all type of risks from the point of loading to trucks at RRC- cum-DSC, transporting to specified Retail Centres & till the stock is delivered at the Retail Centres. No shortage of foodgrains will be admissible during transit that may happen due to theft/fire/accident/riot/ flood or any other natural and unforeseen happenings. r. The Transport Contractor shall be responsible for the safety of the foodgrains while transporting through trucks. he / she shall also exercise adequate care and take precautions to ensure that the foodgrains is not damaged while in transit in his / her trucks to specified Retail Centres. He / She shall deliver the equal quantity and quality of foodgrains at Retail Centres as received by them at RRC-cum-DSC before transportation. He/she shall be liable to make good the value of any shortage, wastage, losses or damage to the foodgrains in transit both for quantity & quality at the rate intimated at Clause- XVI (i).

S. The Transport Contractor shall be responsible for performing all or any of the service detailed in and arising out of this contract also at night without any additional o go *^-..1|'-' remuneration, whenever required by the District Manager or an Officer acting on his/ her behalf.

The Transport Contractor shall, whenever required, supply petromax lamps for carrying out work during night.

U. The Transport Contractor shall be liable for all costs, damages, charges and expenses sutfered or incurred by the Corporation due to the contractor's negligence and un-workman like performance of any service under this contract or breach of any terms thereof or their failure to carry out the work with a view to avoid incurrence of damage to foodgrains and for all damages or losses occurrecl to the Corporation or in particular to any property or plank belonging to the Corporation due to any act whether negligence or othenruise of the contractor himself / herself or his / her employees. The decision of the District Manager regarding such failure of the contractor and his / her liability for the losses etc, sutfered by Corporation shall be final and binding on the Transport Contractor, The Transport Contractor shall paint the vehicles in specified colour and write information or display prominently on their trucks in the 'FLEX BANNER" of specified size, as prescribed by the District Manager, No extra remuneration, whatsoever will be payable for painting, writing and displaying such banners. The District Manager or an officer acting on his/her behalf shall have the right to disallow loading of any vehicle if the Transport Contractor does not paint, write or display prominently the aforesaid banners. The Transport Contractor shall install "GPS TRACKING SYSTEM" in the vehicles used for transportation of foodgrains, whenever directed by the District Manager. The GPS devices shall be as per the specification of the Corporation & the cost of the same shall be borne by the contractor. lf GPS device will develop any defect, no loading in that vehicle will be entertained and the contractor has to get it repaired or replace with a new one within 24 hours of development of any defect. x. The Transport Contractor shall provide the information on day-to-day transport operation in the website in software developed by the Corporation. The contractor shall have computer, internet connectivity and trained computer personnel at his / her disposal for transmission of computerized data on day to day basis. v. The cost of installation of "GPS Tracking System" and reporting in website is deemed to be included in the rate quoted by the tenderer.

L*L\*N^ ^ z. The Transport Contractor shall guarantee the transportation of assigned quantity within the stipulated time, failing which the entire Security Deposit or part of it may be forfeited at the discretion of the District Manager. aa. lf required so, the Transport Contractor shall submit the stamped receipts of different check gates located en-route in proof of transportation of foodgrains for release of his bills.

bb. The contactor has to obtain a license from Licensing Authority as per the Odisha Public Distribution System (Control) Order, 2016 immediately after execution of agreement. XX!I. DISPUTE RESOLUTION & JURISDICTION OF THE COURT: a. ln the event of any dispute covering or arises out of this contracVagreement the jurisdiction of the court shall be at concerned revenue district & it is hereby expressly agreed that neither party shall bring any case/suit in regard to the matters covered by this agreement at any place outside concerned revenue district, b. lt is expressly agreed & declared by & between the parties hereto that all amount due to the Corporation under this contract, if not paid in time, shall be recovered under Odisha Public Demand Recovery Act-1962 (Odisha Act-1 of 1963) or through the competent civil court & shall bear interest @ 18Yo per annum from the date when such payment falls due up to the date of final recovery. Besides criminal action shall also be taken against the defaulting contractor in appropriate court of law by following the provisions of Law in force.

\rpns-')^'""t'1 APPENDIX-I GENERAL TNFORMJI.TION

rtmental Storaqe Centre, Unit taqqed and name and location of the Retail Centres. District:-

Name and location of NAME OF THE RRC- Commodities Handled (Fig. RRC-cum-DSC cuM-Dsc * in Qtl. ) Unit tagged to RRC- Name and location of the retail centres of cum-DSC Unit ta99ed Narne Location (Block/ ULB) RICE WHEAT

1 2 3 4 5 6 1 OUPADA 3323.53 754.46 SIMULIA SIMULIA Name and location of retail centres are 2 SIMULIA 50L7.72 1154.62 displayed in a separate sheet ZONAL DEPOT, 1 8158.73 1925.66 ZONAL DEPOT -do- REMUNA 2 SADAR 9181.82 225t.Ot 1 KHAIRA 712s.29 1886.55 2 SORO 5532.91 L499.45 CWC, BANAPARIA BANAPARIA -do- 3 SORO NAC 1054.40 24a.O4 4 BAHANAGA 5318.03 1467.54 1 NILGIRI 6302.4s 638.41 NILGIRI NILGIRI -do- 2 NILGIRI NAC 562.33 77.O3 1 BALIAPAL 7588.25 t47L.L6 2 BASTA 7208.19 1612.96 JALESWAR -do- 3 JALESWAR 8516.75 1583.59 4 ]ALESWAR NAC 626.19 201.08 BHOGRAI BHOGRAI 1 BHOGRAI I1762.56 2LOt.t2 -do CWC,BAMPADA BAIV]PADA 2 BALASORE MPL 2207,86 1326.36 -do- Total:- N.B:- Eacl-r unit in lull is covered to each RItC-cum-DSC

+ \** ,n'^^ \Yn Signature of the Issuing Officer Signature of the Tenderer N.dhME AND LOCATION Of'THE, RETJTII CE]IT8LS OF BALASORf, MUNICIPAUTTUI{EES B AtASOft.E DISTBI gT

Sl No FPS Name FPS Code GP/Ward 1 ARUN KUMAR SETHY 0213P003 WARD.21 2 ABHIMANYU MAHAKUD 0213P00s WARD-26 3 NIRMAL KU MOHANry 0213P007 WARD-24 4 PANKA]INI DASH 0213P010 WARD.2O

5 RA]IB SARKAR 0213P01 1 WARD-19 6 S K UNIS 0213P013 WARD-18 7 RANJAN KUMAR BHOI 0213P014 WARD-22 B RANJAN KUMAR BHOI 0213P015 WARD-17 9 SK UNIS 0213P016 WARD-17 10 SASHIBHUSAN BARIK 0213P018 WARD.15 11 GHANSHYAM GUPTA 0213P020 WARD-13 T2 JADUNATI-J SENAPATI 0213P021 WARD-12 13 JATINDRA NATH DAS 0213P023 WARD-11 l4 AKHAYA KU ASHE 0213P024 WARD-10 15 RADHASHYAM GUPTA 0213P025 WARD-10 16 NIKHIL CH ASHE 0213P029 WARD-6

17 NIKHIL CH, ASHE 0213P03 1 WARD-5 1B JOGENDRA NATH TIWARI 0213P032 WARD-2 19 S K NURUDDIN 0213P034 WARD-3 20 SUSHANTA KUMAR SAHU 0213P168 WARD-14

L "\ - ^r [' ^*+-t' CSO-cu m-District Manager, OSCSC Ltd., Balasore NAME. AND LOCATION OT'TIIE, RET.A.IN- CENTRES OT'SORO NAC UNDER BALJI.SORE DISTRICT

Sr No FPS Name FPS Code GP/Ward

1 SECRETARY, UTTARESWAR S.C.S 0216C004 WARD NO -03

SECRETARY, SRi SRI DURGAMATTA CO 2 0276C022 WARD NO -09 OPERATIVE CONSUM ER STORE

3 GYANARANJAN PANDA 0216P003 WARD NO -02 4 NARESH KUMAR AGRAWAL 0216P005 WARD NO -06

5 SMI-. PADMABATI LENKA 0216P01 1 WARD NO -15 6 SK. JAPHARULLA 0216P012 WARD NO -12 7 SADANANDA PATTANAYAK 0216P013 WARD NO -12 B MANISH KUMAR GUPTA 0216P015 WARD NO -18 9 NIMAIN CHARAN DAS 0276P077 WARD NO -14 10 TAUKIRA BIBI 0216P019 WARD NO.06 11 SIBAPRASAD SAHU 0216P021 WARD NO -19 SECRETARY, MAA MANGALA SANCHAYA O RUNA l2 0216W045 WARD NO -07 SAI\4ITI

r!...t'^\ $*. CSO-cum-District Manager, OSCSC Ltd., Balasore

Page 1 of 1 NAMIi AND I^OCA'I'ION OT- TIIII {H,|AII. CE.N'I'RIIS OIi SOI(O I}I^OCK I]NDtiR t}AI^ASOIl[. DIS'|{TIC'I'

Sr No FPS Name FPS Code GP/Ward

1 GOPINATH PATRA 0212P008 MADHUSUDAN PUR 2 NIryANANDA PANDA 0212P009 MADHUSUDAN PUR

3 ABHAYA KUMAR MAJHI 0212P01 1 MADHUSUDAN PUR 4 PRAHALLAD BARiK 02t2P0L2 MADHUSUDAN PUR

5 BUDHIRAM DAS 0212P013 MADHUSUDAN PUR 6 BISHNU CH. BEHERA 0212P016 ATTAPUR 7 SUDARSAN ROUT 07L2P0t7 ATTAPUR a NIRANJAN ROUT 0212P018 NISCHINTAPUR 9 NABAKISHORE BEHERA 0212P019 NISCHINTAPUR l0 LABANYAMAI JENA o2t2PO20 NADIGAN 11 KAMALAKANTA PANIGRAHI 0712P021 NADIGAN L2 PARSURAM SAHU 0212P072 NADIGAN 13 GANGA DHAR ROUT 0212P023 SARASANKHA 74 PURNA CHANDRA MISHRA 0212P026 SARASANKHA 15 DIJENDRA PRASAD DAS 4212P027 MANIPUR 16 EKADASI BISWAL 0212P028 MANIPUR 17 SANJEEB KUMAR BISWAL 0272P029 GOPINATHPUR 1B GAJENDRA PANDA 0212P030 GOPINATHPUR 19 ]ATINDRA KUMAR DAS 0212P031 GOPINATHPUR )n SURESH KUMAR NAYAK 02r2P032 NATAPADA 21 MANORANJAN PANDA 0212P033 NATAPADA 22 RAMESH CHANDRA ROUL 0712P034 NATAPADA 23 MAHESWAR N4ALIK 0212P035 MAHUMUHAN

24 SRIDHAR MOHARANA 02 1 2P036 MAHUMUHAN 25 PADMALOCHAN PANDA 0212P037 MAHUI\4UHAN 76 KAMAL LOCHAN PANDA 0212P038 MANIPUR 27 KAMALA LOCHAN PANDA 0212P039 JADIDA 28 SURESH KUMAR NAYAK 02t2P040 JADIDA 29 PRADEEP KUIYAR BEHERA 0212P042 SINGA KHUNTA 30 SURENDRA JENA 0212P043 SINGA KHUNTA 31 UDAYA NARAYAN BARIK 0212P044 SINGA KHUNTA 32 SUMATI DIXIT 021.2P045 SINGA KHUNTA 33 BIJAY I(UMAR JENA 0212P046 IVIANATRI 34 BI]AY KUMAR ]ENA 02t2P047 MANATRI 35 BIJAY KUMAR ]ENA 02t2P048 MANATRI

Page 1 of 3 NAlvlli AND I-OCA'|ION Ot- Tflli [tElAll. Cfl.N'IRLS Ot'- SO((O Bl^oCK tJNDIitt I]AI^ASORH. DIS't't(lC'f

Sr No FPS Name FPS Code GP/Ward

36 MADHUSUDANN BEHERA 02tzP049 MANATRI 37 BA]IN BEHERA 02i2P051 MANATRI 3B BASANTILATA PRADHAN 02L2P052 MANATRI 39 BUDHIRAM BISWAL 0212P053 DAHISADA 40 SMT TULASILATA BHOLA 0212P054 DAHISADA 41 PRAMOD KUMAR SARANGI 02 12P055 DAHISADA 42 DAITARY MOHANTY 0212P056 SABIRA 1JA1 GOURANGA CH. JENA 02t2P057 SABIRA 44 CHAN DRA SEKHAR MOHAPATRA 0212P059 MULISING 45 SMT. KALPANA MOHAKUD 0212P060 MULISING 46 ACYUTANANDA SIAL 0212P061 MULISING 47 KAILASH CH. NAYAK 07t2P062 MULISING 4B YUDHiSTIR LENKA 0212P063 SAJANPUR 49 RABiNDRA KUMAR PANDA )ztzP064 SA]ANPUR 50 PRAMOD KUMAR BEHERA 0212P068 TALANAGAR 51 BASANTI LATA ROUT 02t2P069 TALANAGAR 52 MAHENDRA KUMAR DAS 0212P070 TALANAGAR 53 BiSHNUPRIYA BEHERA 0217P07L KEDARPUR 54 GOPAL- CHANDRA SAHOO 0212P073 KEDARPUR 55 DASARATHI ROUT 0212P074 KEDARPUR 56 BIDYADHAR MOHANTY 0212P075 KEDARPUR 57 UDHABA CH. PANI 0212P076 KEDARPUR 5B BIJAY KUMAR PANDA 02t2P077 GUD 59 DIBAKAR MOHANTY 0212P080 TENTEI 60 KAILASH CH. ROUT 0212P081 TENTEI 61 GOPINATH BARIK 0212P083 ANANTAPUR 62 SK. MUKLESH 0212P085 ANANTAPUR 63 PRAVAKAR BISWAL 0212P086 ANANTAPUR 64 NIRAN]AN PANDA 0212P089 ANANTAPUR

65 BHAGBAN PANIGRAHI 02 1 2P09 1 PAKHARA 66 SADASIBA PATRA 0212P092 PAKHARA

67 SAMSUDDIN SAHA 02 1 2P093 PAKHARA 6B BHAGBAN MOHAPATRA 02r2P094 PAKHARA 69 ARNAPURNA DASH 0212P095 PAKHARA 70 BHASKAR CH. ROUT 0212P096 PAKHARA

Page 2 of 3 NA[lli ANI) I^OcA'flON Ol..l'IIIi {ttr'l'All. cEN'r'ItLs Ot- S0)RO r}r^ocK uNDrilt BAr-ASO,Iili Drs'l'{ilc]'

Sr No FPS Name FPS Gode

t1 GAURAHARI MALLIKA 0212P097 PAKHARA 72 ANADI CH. BEHERA 0212P098 PAKHARA 73 JAYKRUSHNA PANDA 0272P099 TENTEI 74 CHAKRADHAR PALAi 0212P100 SARASANKHA 75 SECRETARY, MAA BASANTEI W.S.H.G 0212W101 KEDARPUR

N^^ n't -o-5'- CSO-cu m- District Manager, OSCSC Ltd., Balasore

Page 3 of 3 I.trAME AI.trD LOCATION Of'TUE RtrTA[t OLNTRE-S Of'SADAR BTOEK UNDER BATASORU DISTRIST

Sl No FPS Name FPS Code GP/Ward

1 SECRETARY, SECRETARY GUDUPAHI 0210c043 GUDU 2 SECRETARY, RANASAHI SERVICE 0210c107 RANASAHI 3 SECRETARY, SARAGAN SERVICE 0210c158 SARAGAN 4 SECRETARY, RANASAHI SERVICE 0210c165 SRIKONA 5 SECRETARY, SARAGAON SERVICE 02i0c169 GENGUTI 6 SECRETARY, SASANGA SERVICE 0210c194 SASANG 7 SUSHANTA PATRA 0210P038 CHHANUA a MANORANJAN BISWAL 0210P039 GENGUTI 9 GOPAL KRUSHNA BEHERA 0210P040 GENGUTI 10 GYANRANJAN BEHERA 0210P041 GOPiNATHPUR 11 TARULATA BEHERA 0210P042 RANASAHI t2 RATNAKAR BEHERA 0210P047 KORADIHA 13 GAJENDRA PRADHAN 0210P048 PATRAPADA t4 ABHAYA KUMAR MA]HI 0210P049 SINDHIA 15 SUCHITRA BHUYAN 0210P0s0 PARIKHI 16 SRIDHAR SINGH 0210P051 OLANDA SARAGAN t7 MADHUSUDAN PADHI 0210P053 SINDHIA 1B BHAGABAT DAS 0210P054 OLANDA SARAGAN 19 SUBODHA KUMARA RANA 0210P057 KASAFAL 20 GURUPADA MANDAL 0210P059 KASAFAL ZT AGHOR CHANDRA JENA 0210P061 KASAFAL 22 BASANTA KUMAR KHANDA 0210P062 KASAFAL 23 ]AYADEB BISWAL 0210P064 BUANLA 24 RABINARAYAN MOHANTY 0210P065 BUANLA 25 BAIDHAR SETHY 0210P066 BUANLA 26 RABINDRA KUMAR BEHERA 0210P067 BUANLA 27 SMT MALATI MOHANry 0210P071 KASAFAL 78 RAI\4ESH CHANDRA BEHERA 0210P072 HIDIGAN 29 NISHIKANTA BEHERA 0210P073 HIDIGAN 30 SANTILATA SAHANI 0210P076 GUDU ar J1 SUKUMAR MAITY 0210P077 GUDU 32 BANSiDHAR PARIDA 0210P078 KASIPADA 33 SMT RENUMANI JENA 02 10P079 KASIPADA 34 MANORANJAN PRADHAN 0210P082 KASIPADA 35 SMT.SNEHALATA PRADHAN 0210P084 KASIPADA 36 A]AY KUMAR BEHERA 0210P085 KASIPADA 37 SI\4T SATYABHAMA NAYAK 0210P086 KASiPADA 3B NAKULANANDA BEHERA 0210P087 KASIPADA 39 BIJAY KUMAR SAHU 0210P093 OLANDA SARAGAN 40 SARAT CHANDRA JENA 0210P095 OLANDA SARAGAN

Page 1 of 3 I\IAMfr. AND LOCATION Of'TUE RUTAIt CLNTITtrS Of'SADAR BTOCK UNDEE BATASOBE DISTRIST

Sl No FPS Name FPS Code GP/Ward

4t MANARANJANA NAYAK 0210P096 OLANDA SARAGAN 42 SI\4T.BASANTI DALAI 0270P097 CHHANUA +3 LAXMIDHAR DAS 0210P100 CHHANUA 44 UPENDRA NATH SATAPATHY 0210P101 JAYDEBKASABA 45 ANANTA KUMAR MIRDHA 0210P102 ]AYDEBKASABA 46 SMT NAMITA BEHERA 0210P103 JAYDEBKASABA 47 BAKU CHARAN MANDAL 0210P104 JAYDEBKASABA 4B DAYAMAYA MAITY 0210P106 JAYDEBKASABA 49 RAGHUNATH NAYAK 0210P108 RANASAHI 50 CHITTARANJAN DAS ADHIKARI 0210P109 BAHABALPUR

51 SRIHARI CHARAN PRADHAN 0210P1 1 1 BAHABALPUR 52 SUBHADEEP BERA 0210P1 12 BAHABALPUR 53 ASANUL ALI KHAN 0210P1 13 BAHABALPUR 54 PURNA CHANDRA BERA 0210P1 14 BAHABALPUR 55 GOPINATH MANNA 0210P1 i5 BAHABALPUR 56 ASWINI KUMAR DAS 0210P1 17 KORADIHA 57 SMT. MAMATA PRADHAN 0210P1 1B KORADlHA 5B PRATAP CHANDRA BARIK 0210P1 19 KORADIHA 59 BIRENDRA ROUT 0210Pt24 PADMAPUR 60 PARAMESWAR BISWAL 0210P125 PADI\4APUR o1 RADHAKANTA DAS 0210P126 PADMAPUR 62 BIJAY KUMAR SANTRA 0210Pt27 SARTHA 63 BARENDRA KUMAR BEHERA 0210P129 SARTHA 64 I(HAKAN JENA 0210P130 SARTHA 6s BIBHUPADA NANDA 0210Pt32 SARTHA 66 PARAMANANDA MOHANry 0210P133 SARTHA 67 PARAMANANDA JENA 0210P134 SARTHA 6B ACHYUTANANDA JENA 0210P135 SARTHA 69 ANKUR ]ENA 02t0Pt37 PATRAPADA 70 SHYAM SUNDAR HANSDA 0210P139 PATRAPADA 71 BIDYADHAR NAYAK 0210P141 SRIRAMPUR 72 TJLOTAMMA NAYAK 0210PL44 SRIRAMPUR 73 BALARAM PANI 0210P145 SRIRAMPUR 74 PRASANTA KUMAR BISWAL 0210P146 SRIRAMPUR 75 GAYADHAR MOHAPATRA 0210P147 SRIRAMPUR 76 SMT. MALATI SAHU 0210P150 HALDIPADA -a SANTOSH KUMAR JENA 0210P151 HALDIPADA 7B ASI-IOK KUN4AR TRIPATHY 0210P152 HALDIPADA 79 PRAFULLA KUMAR PRADHAN 0210P153 IlALDIPADA BO RABINDRA SAHU 0210P154 SARAGAN

Page 2 of 3 I{AMtr. AND LOCATNON Of'TTIE RUTAIt CUNTRflS Of'SADAB BTOCK UI.IDER BAIASOEE DISTTi"IST

Sl No FPS Name FFS Gode GPiWard

B1 A]AY KUMAR BISWAL 0210P155 SARAGAN 82 GANESH CHANDRA BEHERA 0210P156 SARAGAN B3 UMAKANTA MAJHI 0210P157 SARAGAN B4 GANGADHAR ROUT 0210P159 RASULPUR B5 MARKANDA MA]HI 0210P160 RASULPUR B6 DHIREN KUMAR MOHAPATRA 0210P162 RASULPUR 87 LAXMI NARAYAN SAMANTA 0210P163 SRIKONA BB SK.HASAN MAHAMMAD 0210P164 SRIKONA B9 ARUN KUMAR DAS 0210P166 SRiKONA 90 SK.FA]ULUDDIN 0210P167 SRIKONA 91 BABITA ]ENA 0210P168 SRIKONA 92 HARISH CHANDRA DAS 0210P174 NAGRAM 93 DIPAK KUMAR JENA 0210P175 NAGRAM 94 SUSANTA KUMAR JENA 0210P181 GOPINATHPUR 95 GAYADHARA MAJHI 0210P186 SINDHIA 96 BISNU CHARAN SAHU 0210P188 SINDHIA 97 PRAMOTH KUMAR MAJHI 0210P189 SINDHIA 9B PRADEEP KHUNTIA 0210P191 SINDHIA 99 GANESH CHANDRA PARIDA 0210P192 SINDHIA 100 MANAS RAN]AN PRADHAN 0210P193 SASANG 101 SK ISLAM UDDIN 0210P195 PARIKHI 102 KHELU MALLIK 0210P197 PARIKHI 103 AJIT KUMAR PRADHAN 0210P198 PARIKHI 104 NIRIYAL KUMAR PRADHAN 0210P199 PARIKHI 105 GANESH CI1ANDRA MOHANTY 0210P200 PARIKHI 106 SN4T SUPRAVA NAYAK 0210P208 NAGRAM 107 SMT SUMATI SETHI 0210P209 NAGRAM 108 SECRETARY, GAYATRI WSHGBIDEI 0210w075 GUDU 109 PRESIDENT, SUBHAM SHAKTI GROUP 0210w080 KASIPADA 110 SECRETARY, MAA CHANDI WSHG 0210w210 HALDIPADA 111 l-lanuma WSHG 0210w211 RASALPUR 112 Jay Sriram WSHG 02t0wztz RASALPUR 113 Maa Sitala WSHG 0210w214 HIDIGAN

"/\h 1.-ti"" CSO-cum-District Ma nager, OSCSC Ltd., Balasore

Page 3 of 3 NAME JhND TOCATION OF THfr. RUTAII. Cfi,NTRES OT'NILGIBI NAC UNDER

Sl No. FPS Name FPS Code GP/Ward 1 GOURANGA CH. MOHANry 0215P001 WARD-1 2 SMT.JAYANTI NANDA 0215P003 WARD-2 3 RABINDRA DALEI 0215P004 WARD-3 4 HAREKRUSHNA PRADHAN 0215P008 WARD-7

5 HEMANTA KU. SAHU 021sP009 WARD-B

6 TI1ILOCHAN PRADHAN 0215P014 WARD-12

_\* f6 'rw*"v'* CSO-cum- District Ma nager, OSCSC Ltd., Balasore

Page 1 of L NAMfi AND TOCATIOI{ Of"TTIE RtrTA[t CtrTITRES Of'NILGIRI BTOCK UNDER BAI^ASORE DISTRICT Sl No. FPS Name FPS Gode GP/Ward

1 LACHHMAN BINDHANI 0207P001 K.C.PUR 2 BIJAY KU. MOHAPATRA 0207P002 K.C.PUR ) J SMT. SUSILAMANI NAYAK 0207P003 K.C.PUR 4 MAHENDRA MADHEI 0207P004 K.C.PUR 5 BRAMHANANDA DEY 0207P00s DHOBASILA 6 A]AYA KUMAR BEHERA 0207P006 DHOBASILA 7 SURENDRA NATH SWAiN 0207P007 DHOBASILA B MAHESWAR MOHANry 0207P008 DHOBASILA 9 ]AYANTA KU. DIBADY 0207P010 MAH]SAPATA 10 RA]AT KU. NAYAK 0207P072 MAHISAPATA

11 BALARAM MOHAPATRA 0207P074 AJODHYA t2 RAMESH CHANDRA BEHERA 0207P015 AJODHYA 13 PURNA CH. MISHRA 0207P018 AJODHYA

t4 RATNAKAR SAHU 0207P020 DHARAMPUR 15 BRAMHANANDA PATRA 0207P022 DHARAMPUR 16 BIJAYA BEHERA 0207P02s PiTHAHATA t7 ANIL KUMAR RAY 0207P028 PITHAHATA 1B DEBENDRA MADHEI 0207P032 JADIDA 19 ASHOK KUMAR DAS 0207P033 JADIDA

20 RATNAKARA BEHERA 0207P03s ARBANDHA

2t PRAFULLA MOHAPATRA 0207P037 ARBANDHA 22 SADASIBA MAJHI 0207P040 NARANPUR 23 GANESWAR PARIDA 0207P04t BEGUNIA 24 BHASKAR MA]HI 0207P043 BEGUNIA 25 SMT. SAROJINI BEHERA 0207P044 BERHAMPUR 26 MURALIDHAR BEHERA 0207P045 BERHAMPUR

27 MURALIDHAR SAHU 0207P046 BERHAMPUR

2B SMT, SUJATA NAYAK 0207P048 SAJANAGARH 29 SITARAM SING 0207P049 SAJANAGARH 30 BIJAY BEHERA 0207P050 SAJANAGARH

31 PRAKASH KU. BISWAL 0207P051 SAJANAGARH

32 BANCHHANIDHI BARIK 0207P052 SA]ANAGARH

33 GCBINDA CH, PUTHALA 0207P0s4 MACHHUA 34 GAURAHARI PATI 0207P055 MACHHUA

Page 1 of 3 NAM[. ANE LOCATION OF TIIE RETAIL CENI"I'RES OF NNLGIRI BTOCK UIVDtrR BALASOflfr. DISTRNST

Sl No. FPS Name FPS Gode GP/Ward 35 SURENDRA KU. DAS 0207P056 K.P. LAKHARA]

36 TANIB KU. BEHERA 0207P057 K.P. LAKHARA]

11 )/ SAPANESWAR MALLIK 0207P058 K.P. LAKHARA]

3B DAITARY ROUT 0207P059 K.P. LAKHARAJ 39 ]AYAKRUSH NA NAN DA DERAGASWAMI 0207P060 K,P. LAKHARAJ 40 BARENDRA MOHANry 0207P062 R.K.PUR 4l GANGADHARA BISWAL 0207P064 R.K,PUR AA AL BINOD BIHARI SHOW 0207P065 GARADIHI 43 PURNA CHANDRA PATRA 0207P066 GARADIHI 44 RAMAKANTA SHAW 0207P068 GARADIHI 45 SM-I-. NIRUPAMA BISWAL 0207P069 NARASINGPUR 46 SUBASH CH. MOHAPATRA 0207P072 NARASINGPUR 47 SMT, BHARATI PATRA 0207P074 BHAUNRIABAD

4B SASADHARA SENAPATI 0207P075 BHAUNRIABAD 49 BUDHIRAM SiNG 0207P076 BHAUNRIABAD 50 NARENDRA MOHANry 0207P077 BHAUNRIABAD 51 I1AGHUNATH BARIK 0207P078 CHHATRAPUR 52 BIDYADHAR DAS 0207P079 CHHATRAPUR

53 BAIKUNTHA PUTHALA 0207P080 CHHATRAPUR

54 RATNAKAR ACHARIYA 0207P081 CHHATRAPUR

55 SANTOSH KU. NAYAK 0207P082 TENTUL]A

56 SMT. RAHASAMANI PATRA 0207P083 TENTULIA 57 LAXMIDHAR SWAIN 0207P08s SIADIMAL

5B SMT. AMBIKA SETHI 0207P086 SIADIMAL

59 GIRIJA SANKAR NAYAK 0207P089 JAMUDIHA 60 PITAMBAR BISWAL 0207P090 JAMUDIHA

61 SMT. PUSHPALATA NAYAK 0207P093 TELIPAL 62 RABINDRA KU. JENA 0207P095 KANSA 63 NILAI\4BER BEHERA 0207P096 KANSA 64 DIBAKAR DAS 0207P098 MATIALI 65 SRIBATSA MANDAL 0207P099 MATIALI

66 SMT. LILIMA BEHERA 0207P101 MATIALI

67 KARTIK CHANDRA KAR 0207P112 ]ADiDA

6B SMT JYOTSHNARANI DAS 0207P1 1B AJODHYA

Page 2 of 3 NAMfr, AND LOCATION OF TUE &UTAIL StrNTRES OF NITAIRI BLOCK UNDE fl. EALASOBtr DISTB.IST

Sl No. FPS Name FPS Code GP/Ward 69 SECRETARY, MAHABALI PURUSA SHG 0207s1t7 TELIPAL 70 Secy. Maa Tarini Sakti WSHG 0207w021 DHARAMPUR 77 SECRETARY, SWARNA SAUNTA WSHG 0207w026 PITHAHATA

72 SECRETARY, MAA DURGA WSHG 0707w070 NARASINGPUR /J SECRETARY, MAA TARINI WSHG 0207w077 NARASINGPUR 74 Secy. Baba Sapneswar WSHG 0207w087 ]AMUDIHA 7r- SECRETARY, BABA BAIDYANATH WSHG 0207w092 TELIPAL 76 Secy. Maa Sinduragaura WSHG 0207w113 JADIDA 77 Secy. Maa Gayatri WSHG 0207w114 MAHISAPATA

7B SECRETARY, JAY HANUMAN WSHG 0207w115 AJODHYA 79 SECRETARY, MAA ADYASHAKTI WSHG 0207w116 GARADIHI BO Secy, Maa Gayatri WSHG 0207w119 NARANPUR B1 Secy. Maa Tara Tarini WSHG 0207w721 PITHAHATA

82 Secy. Saraswati WSHG 0207w122 BEGUNIA

n u*n v^*- CSO-cu m- District Manager, OSCSC Ltd., Balasore

Page 3 of 3 NAME IND LOCATION Of"TUE RETAIt CEIITRI,S Of'BAIIANAGA BTOCK UNDEfi BALASORE DTSTRIST

Sr No FPS Name FPS Code GP/Ward

1 SECRETARY, SECY. PANPANA S.C.S. 0201c045 PANPANA

2 SECRETARY, SECY CCS KASABAJAYPUR 0201c069 KASABAJOYPUR

3 JADUNATH JENA 0201P001 KASABA]OYPUR

4 HEMANTA KUMAR PANDA 0201P031 GOPALPUR

5 LAXMI NARAYAN MOHANry 0201P032 BARIPADA

6 SRINIBAS PARHI 0201P033 BARIPADA

7 PRADEEP KUMAR MOHANry 0201P036 DANDAHARIPUR

B PRITISANKAR MOHAPATRA 0201P037 KASABA]OYPUR

9 GANESH PRASAD BISWAL 0201P038 KASABAJOYPUR

10 RABINDRA KUMAR DAS 0201P039 GOPALPUR

11 PURNACHAN DRA MOHAPATRA 020 1 P04 1 KHARASAHAPUR

72 SAMBHUNATHA NAYAK 020LP042 KURUDA

13 KALANDRI MALIK 020lP044 BAR]PADA

14 PADI\4ABATI JENA 0201P046 KALYAN]

15 SATYABHAMA LAHA 020LP047 KHANTAPARA

16 GOPABANDHU JENA 0201 P050 CHITTOL

L7 SHANKARSAN SWAIN 0201P053 KHANTAPARA

1B SANHTILATA LENKA 0201P0s6 TALAKURUNIA

19 NARENDRA PRASAD MAJHI 0201P058 ARUHABAD

20 RAGHUNATHA PANIGRAHI 0201 P060 BISHNUPUR

2t SHIVANARAYAN BEHERA 0201P072 KHARASAHAPUR

22 KAHNU CN. PANDA 0207P077 AVANA

23 RA]ANI KANTA PANDA 0201 P07B SAHASPURA

24 SMT JAYANTI BEHERA 0201P084 GOPALPUR

25 SAMBUNATH I\4ALLIK 020 1 POB5 KALYANI

26 SAMARENDRA MALLIK 0201P086 KOCHIAKOILI

27 SUDARSHAN PANIGRAHi 0201P088 B]SHNUPUR

28 GAURI MANI BHOLA 0201P090 CHAKA-JAGANATHPUR

29 A]IT KUMAR MALLIK 0201P093 PATHARPENTHA

Page 1 of 2 NA}TE AND TOCATION Of.TTIE. RETANT CENTflES Of,,BAHANAGA BTOCK UNDER I}AtASORU DISI-RIST

Sr No FpS Name ode GP/Ward 30 KALINDRi PANIGRAHI 0201P096 ANJI 31 RAMESH CHANDRA NAYAK 0201P097 ANJI 32 MAKARANDA PATI 0201P098 SAHASPURA :)? JJ BALARAM SHIAL I 0201P100 KOCHIAKOILI 34 RABINDRA KUMAR SAHU 0201P101 TALAKURUNIA 35 RAJANI KANTA BEHERA 020 1 P102 SAUD 36 RA]ANI KANTA KAR 0201 P1 03 SAUD 37 MADHU SUDAN SHAW 0201P105 KASABA]OYPUR JO ANIL KUMAR MAHAPATRA 0201P107 SAUD 39 PURNA CHANDRA NAYAK 0201P1 10 ANJI 40 RABINDRA NATHA SAHU 0201 P1 15 BAHANAGA 4t UMAKANTA PANDA 0201P1 19 DANDAHARIPUR 42 SABITRI PANDA 0201PL20 BAHANAGA 43 SARBESWAR PANIGRAHI 0207P722 BISHNUPUR 44 TAPAN PANIGRAHI 0201 P123 BISHNUPUR 45 PRESIDENT, R.N.JEW WSHG MAHARUDRAPUR 0201w081 BARIPADA

cso-cum-rhilh;;;, OSCSC Ltd., Balasore

Page 2 of 2 NAMII AND I.OCATIOI{ OIT TTIII {Ttr'IAII^ CtrNTTTES OF SIIMUNA I]I^OCK UNDIIR I]AI.ASO8E DI.STRICT

Sr No FPS Name FPS Code GP/Ward SECRETARY, BARUNSINGH 1 0209c726 SERVICECO. OPERATIVE SOCIETY BARUNASING 2 PEO, MAHARAJPUR 0209G051 MAHARAJPUR 3 PEO, TALA PADA 0209G192 TALAPADA 4 PEO, INCH UDI 0209G193 INCHUDi 5 PEO, TUNDRA 02099195 TUNDRA 6 PEO,MANGALAPUR 0209G196 MANGALPUR 7 PEO,KIlARIDMUKHURA 0209G197 KHARID MUKHURA o o MAHESWAR BISWAL 0209P002 SARASWATIPUR 9 RABINDRA PRADHAN 0209P003 SARASWATIPUR 10 SUMANTA KU MOHANTY 0209P004 SARASWATiPUR 11 ANWAR KHAN 0209P005 GANIPUR t2 ASWINI KU PRADHAN 0209P007 KULIGAN 13 BHARAT MALLICK 0209P008 KULIGAN t4 SUDEB KU DAS 0209P009 KULIGAN 15 SK. DILZAN 0209P010 HARIPUR 16 BHAN]A PARAMANIK 0209P01 1 HARIPUR t7 CHANDRASEKHAR DEY 0209P013 HARIPUR 1B MANORANJAN DAS 0209P014 HARIPUR 19 NARENDRANATH PRADHAN 0209P01s HARIPUR 20 BISWAJYOTI BEHERA 0209P0 16 NARAHARIPUR 2t SMT SRILATA NANDA 0209P029 CHASAKHANDA 22 MALIK MAHIMUDIN 0209P030 CHASAKHANDA 23 SUBAS CH LENKA 0209P032 CHASAKHANDA 24 KARTIK CH. BISWAL 0209P034 CHASAKHANDA 25 SMT. MANJULATA MOHANry 0209P038 BARUNASING 26 PRASANTA KU DAS 0209P042 REMUNA 27 DILLIP KU POTHAL 0209P043 REMUNA 2B DEBENDRA DAS 0209P044 REMUNA 29 ]AGANNATH MOHARANA 0209P046 DURGADEVI 30 BISWAJIT DAS 0209P047 DURGADEVI 31 BISWANATH BEHERA 0209P048 KURUDA 32 KAILASH CH MOHAPATRA 0209P049 KURUDA 33 PARSURAM NANDA 0209P0s0 KURUDA

Page 1 of 3 ioono AND r.ocATro* oF TrnE RETATL CIr RI,M,NA BLocK ,NDI,R BALA''R[. Dlsr*Icr 'ENTRE'

Sr No FPS Name FPS Gode GP/Ward

34 SMT. SWARNALATA JENA 0209P055 TENTULDA 35 JALADHARA MOHAPATRA 0209P057 TENTULDA 36 GA]ENDRA DALEI 0209P059 SERAGARH 37 MADHUSUDAN BISWAL 0209P060 SERAGARH 3B BISWANATH SAHA 0209P062 HARIPUR 39 SMT. HEMALATA SAHU 0209P063 HARIPUR 40 ]AGABANDHU SAHU 0209P064 HARIPUR 4t SUKADEV SINGH 0209P065 NUAPADHi 42 DEBENDRA SAMAL 0209P066 GUDUDA 43 ASHOK KU SENAPATI 0209P067 PATRIPAL 44 GANESWARA PATRA 0209P068 NUAGAN 45 ASHOK KU PANDA 0209P070 NUAGAN 46 SRIHARI NAYAK 0209P072 NIZAMPUR 47 SANTOSH KU ]ENA 0209P074 NIZAMPUR 4B KARTIK CH BEHERA 0209P075 NIZAMPUR 49 AJII'KU PANDA 0209P100 SARASWATIPUR 50 GANGADHARA MANDAL 0209Pi01 KULIGAN 51 MANAS RANJAN LENKA 0209P104 HARIPUR 52 AJIT KU RAJ 0209P105 NARAHARIPUR 53 PURNA CHANDRA MOHAPATRA 0209P108 NARAHARIPUR 54 SAIYANARAYANA PAANDA 0209P109 NARAHARIPUR 55 SANTOSH KU BARIK 0209P1 16 CHASAKHANDA 56 RATNAKAR PARIDA 0209Pt17 KALYANPUR 57 ]ATINDRA MISHRA 0209P1 1B KALYANPUR 5B BASANTA KU PADHIARY 0209P1 19 KALYANPUR 59 UMAKANTA UPADHYAYA 0209P120 BADAPAL 60 MANORANJAN PANIGRAHY 0209P121 BADAPAL 61 RATIKANTA PANIGRAHY 0209P1,23 BARUNASING 62 JAGANNATH BEHERA 0209P124 BARUNASING 63 SURASEN PARIDA 0209P125 BARUNASING 64 PRAFULLA CH BARIK 0209P128 BARUNASING 6s RAM CH MOHANTY 0209P129 BARUNASING 66 HAREKRUSHNA DAS 0209P132 REMUNA 67 GORAHARI KAMILA 0209P133 DURGADEVI

Page 2 of 3 NAMIi ANI) I.OCATION OI;'I'HE {IETAII. CNTN'[{I.Es Of {TXIMUNA I}I.OCK. UNDITS I}ALASORII DIS'I'{IICT

Sr No FPS Name FPS Code GP/Ward

6B SIDHESWAR BEHERA 0209P134 DURGADEVI 69 GANGADHAR MAHALLICK 0209P135 KURUDA 70 MRYUTUNJAYA SENAPATI 0209P136 KURUDA 77 KAMALAKANTA PADHI 0209P137 MAHARA]PUR 72 GOLOK CH MOHANry 0209P139 B]RUAN l1 /J ACHYUTANANDA DAS 0209Pt4t BIRUAN 74 PRAFFULLA CH DAS 0209P742 MANDARPUR 75 DAMODAR SAMAL 0209P143 MANDARPUR 76 GADADHAR BHYUAN 0209P146 TENTULDA 77 RAMAKANTA NAYAK 0209P150 SERAGARH 7B BARUN KU DAS 0209P1s6 NUAPADHI 79 SASHIKANTA DAS 0209P159 GUDUDA BO LAXMIDHARA GOCHAYAT 0209P160 PATRIPAL B1 BIRENDRA KU DAS 0209P162 PATRIPAL B2 PURUSOTTAM BEHERA 0209P163 NUAGAN B3 MAHESWAR DAS 0209P165 NIZAMPUR B4 SIBANARAYANA NAYAK 0209P190 CHASAKHANDA B5 SECRETARY, MEERABAI SHG 0209s154 NUAPADHI B6 SECRETARY, MAA BANADURGA SHG 0209w028 MANGALPUR 87 SECRETARY, MAA JAGULEI SHG 0209w097 SRIJUNG BB PRESIDENT, MAA ADYASHAKTI SHG 0209w147 INCHUDI B9 SECRETARY, SRIMA SHG 0209w152 TUNDRA 90 PRESIDENT, MAA SARASWATI WSHG 0209w191 BIRUAN

'-Y-x Y '*-f^' CSO-cum-District Manager, OSCSC Ltd., Balasore

Page 3 of 3 NAME ANI) I.OCA'I'ION OT''I'IIII IIETAII. C[,N'ftUi.S O}'OUPADA I}I.OCK LINDIIII I]AI.ASO[IIi DISI.{USI

SL FPS Name [\In FPS Code GP/Ward 1 MADAN ROUL 0208P001 AGHIRAPADA 2 SULABHA CHARAN DAS 0208P002 FATEPUR J BI]AYA KUMAR MISHRA 0208P003 FATEPUR 4 KARUNAKARA GEDI 0208P007 KANDAGARADI 5 SMT.RAMBHAMANI BARIK 0208P009 KANDAGARADI 6 SANATAN NAYAK 0208P010 RAIRAMA CHANDRAPUR 7 SMT.SUMATI SAMAL 0208P0i4 DAKHINA-NARASINGHPUR B SMT.PADMABATI JENA 0208P016 TALAKIA 9 GAJENDRA PRASAD NAYAK 0208P017 TALAKIA 10 SMT.SANTILATA NAYAK 0208P024 GADASAHI 11 KALANDRI BISWAL 0208P02s GADASAHI l2 MAHENDRA DAS 0208P028 ISWARPUR 13 PURNA CHANDRA DAS 0208P030 ISWARPUR l4 AKSHAYA KUIVAR PANDA 0208P031 ISWARPUR 15 GOPAL CHANDRA PATRA 0208P032 BAUNSABANIA 16 BHARAT CHANDRA BEHERA 0208P033 BAUNSABANIA t7 SMT.SABITRI DAS 0208P034 BADAPOKHARI 1B BABAJI BARIK 0208P03s BADAPOKHARI 19 NIryANANDA MOHANTY 0208P036 BADAPOKHARI 20 AJAYA KUMAR DASHMOHAPATRA 0208P037 BADAPOKHARI 21 DHARANIDHARA BEHERA 0208P038 AGHIRAPADA )) BHAJAGOBINDA PARIDA 0208P039 AGHIRAPADA BHASKAR CHAN DRA MOHANTY 0208P040 AGHIRAPADA 24 Biswa Maa Basuli WSHG 0208w006 KANDAGARADI 25 SECRETARY, DFIOBALI CHHATRA WSHG 0208W008 KANDAGARADI 26 PRESIDENT, MAA AMBIKA WSHGBADAATTA 0208w013 DAKHINA-NARASINGHPUR 27 Maa Tarini WSHG 0208W015 TALAKIA 28 SECRETARY, TAARINI WSHG 0208W018 TALAKIA 29 SECRETARY, CHAN DRASREKHAR WSHG 0208w020 SHYAM SUNDARPUR 30 SECRETARY, BISWA MAA BASULI 0208W021 SHYAM SUNDARPUR 31 SECRETARY, MAA GHATA BASULI WSHG 0208W023 SHYAM SUNDARPUR 32 SECRETARY, BANADURGA WSHG 0208W026 GADASAHI 33 SECRETARY, SIDHESWAR WSHG 0208W027 GADASAHI

\ .)'\q F\L-+?' CSO-cum-District Ma nager, OSCSC Ltd., Balasore NAMIi ANI) I^orcAl'loN CIF'fII[ RIi'fAII. clrNt'I(rLS or stMUr^tA r]r"ocK uNDri* r]Ar-Aso*fl DIST{IICT

Sl No rpS Name I FPS Code GP/Ward 1 Kanheibindha IPEO, 0211G10s KANHEIBiNDHA 2 PEO,MAITAPUR 0211G107 MAITAPUR 3 I\ARAHARI DHALA 02 1 iP010 MARKONA 4 KAbI-IUI\A I H DAS 02 1 1 P020 MURUNA 5 IVIAHESWAR MOHAPATRA 021LP021 MURUNA UAbULAL MAHALIK Jo 0711P022 MURUNA 7 IYAHTSWAR MOHAPATRA br*f 021 1 P023 MURUNA B KAbII\IJKA PRASAD MOHANTY 021lP024 ADA 9 sUUKA KUMAR I MISHRA 021 1P025 ADA 10 K.K RAYAMOHAPATRA 021 1 P026 ADA 11 IJHAGIKA IHl ROUT 021tP027 ISWARPADA t7 RAMAMANi DAS 021 1P028 ISWARPADA 13 KAI\AKALA IA BARIK 021 1P029 ISWARPADA 14 I.JlNAtsANDHU BEHERA 021 1P030 ISWARPADA 15 CHAKRADHARA GAHANA 0211P031 ANDARAI 16 SUKANTA JENA 0211P032 I aTDARAI 17 SUKANTA JENA 02 1 1 P033 ANDARAI 1B RASMITARANI SAHOO 02 1 1 P035 MARKONA 19 RASMTTARANT SAHOO 14211P036 MARKONA 20 KAILASH CHANDRA MAHARANA 021 1P039 KANCHAPADA 2l SHIBA PRASAD PANDA 021LP042 KANCHAPADA LL RAMESH CHANDRA PADHI 021LP044 KANCHAPADA 23 GAJENDRA PRASHAD NAYAK 021 1P045 PURUSOTTAMPUR 24 MANAS KUMAR SAHOO 0211P047 PURUSOTTAMPUR 25 SURENDRA KUMAR BAL 021 1P050 ABJHUNA 26 BUAYA KUMAR PANDA 021 1POs1 ABJHUNA 27 BiRAKISHORE BARIK 021 1P052 ABJHUNA 2t) UPENDRA SAHOO 021 1P060 JAMUJHADI 29 SURENDRA PRASAD NAYAK 021 1P066 BARI 30 ANADI CHARAN DAS 0271P076 BATI 31 ANADI CHARAN DAS 021LP077 BATI 32 ANADI CHARAN DAS 02 1 1 P07B -)') BATI JJ KSHETRABASI TRIPATHY 02 1 1 P079 SABANGA J'i GOURANGA CH. UPADHAYA 021 iP0B0 SABANGA 1C JJ AMULYA KUMAR PADHI 02i 1 P0B2 SABANGA 36 GAJENDRA PRASAD BARIK 021 1P083 SABANGA 37 SANTOSH KUMAR MOHAKUD 021 1P084 SABANGA 3B NARAYAN CHANDRA BEHERA 021 1 POBs SABANGA 39 PRAFULLA KUMAR BEHERA 02 1 1 POBB KHIRKONA 40 PRAFULLA KUMAR BEHERA 021 1P089 KHIRKONA 4t PRAFULLA KUMAR BEHERA 021 1P091 KHIRKONA 42 ARATI DAS 021 1P092 CHALUNIGAN 43 KAILASH CHANDRA SETHY 021LP094 CHALUNIGAN

Page 1 of 2 Sl No FPS Name FPS Code GP/Ward 44 UlUYA UHARA GIRI 021 1P098 BAURIPADA 45 RASMITA RANI SAHOO 02 1 1 P099 BAURIPADA 46 PRFSIDLNT, PATITA PABANA SHG 021 1S037 MARKONA 47 KTSIIJbN T, MAHAMAYA WSHG 0211W014 IV]AITAPUR 4B ],KTSI[JTI\ PRIYADARSHINI I, WSHG 0211W017 MAITAPUR 49 PKESIIJENT, AMBIKA SHAKTI WSHG 0211W018 MAITAPUR 50 StLRt IARY, LAXMINARAYAN WSHG 0211W019 MAITAPUR 51 PRESII]ENT, UTKAL SHAKTI WSHG 0211W040 KANCHAPADA 52 PRLSII]ENT, KALI BASULI SHAKTI WSHG 021iW043 KANCHAPADA 53 rKTSitJbN I, SAJANBABA WSHG 0211W046 PURUSOTTAMPUR 54 KLS1IJEN I, MAA MANGALA WSHG 0211W048 PURUSOTTAMPUR 55 PRESIDENT, MAA RAMACHANDI SHAKiI 0211W049 PURUSOTTAMPUR 56 PKTSIDENT, MAA DANDA MANGALA WSHG 0211W053 ABJHUNA c-7 PRESIDENT, JAGANNATH WSHG 0211W054 JAMUJHADI 5B KTS]DLNT, MAA DANDA MANGALA WSHG 0211W05s JAMUJHADI 59 PKTSIIJLN I, LAXMINARAYAN GADI WSHG 0211W056 JAMUJHADI 60 PRESIDENT, JAGANNATHA WSHG 0211W057 JAMUJHADI 61 SECRETARY, RADHAGOVINDA SHAKTI 0211W059 BARI 62 SECRETARY, THAKUR ANUKULA CHANDRA 0211W061 BARI 63 PRESIDENT, MAA SARASWATI WSHG 0211W062 BARI o.f PRESIDENI MAA ANJANA WSHG 0211W063 BARI 65 PRESIDENT, DHULESWAR SHAKiI \A/SHG 0211W064 BARI 66 PRESIDENI, RANILAXMIBAI WSHG 0211W065 KANHEIBINDHA 67 PRESIDENT, BUDHI JAGULAI WSI.IG 0211W068 KANHEIBINDHA 6B PRESIDENT, NARAYAN SHAKTI WSHG 0211W070 BATI 69 PRESIDENT, MAA SANTOSHi SHAKTI 0211W075 CHALUNIGAN 70 PRESIDENT, RADHAMADABA WSHG 0211W095 CHALUNIGAN 7t PRESIDENT, SARBESWAR SAKTKI WSHG 0211W096 72 PRESIDENT, SRI GANESH WSHG 0211W097 BAURIPADA 73 PRESIDENT, MAA JAGULAI SHAKTI WSHG 0211W102 BARI

['5"*$--- CSO-cum-District Manager, OSCSC Ltd., Balasore

Page 2 of 2 NAMtr, AT{D LOCATION OIi THfl. RII'IAIL CEN'I'Rfl5 Ol' JALIISV(NR ruNq: TJND EIT I}ALASO ItE DISTRICI'

SL No FPS Name FPS Code GP/Ward

1 MANORANJAN KAR 0214P001 WARD NO-11 2 SUBAL CH. DAS 02t4P002 WARD NO-B 3 SISIR KU PANDA 02L4P004 WARD NO-5 4 KRUSHNA CH. PARiDA 0214P006 WARD NO-g 5 LAXMIDHAR GIRI 0214P009 WARD NO-13 6 s.K. FORUQUpDTN 0214P013 WARD NO-1 7 NAKULA SAHOO 0214P015 WARD NO-5 B RANJAN KU PATRA 02t4P016 WARD NO-12 9 UMESH CH. SAHOO 0214P017 WARD NO-5 10 YASIN KHAN 0274P022 WARD NO-3 11 NIryANANDA PRADHAN 02t4P024 WARD NO-17 t2 SAPAN KU. BERA 02L4P025 WARD NO.17 13 SMT, MALATI DEY 0214P026 WARD NO.17 74 BHASKAR MANDAL 02L4P079 WARD NO-16 15 PURNA CH. PARIDA 0214P030 WARD NO-15 16 LAXMINARAYAN CHAND 0214P031 WARD NO-15

--*),'"

CSO-cum-District Manager, OSCSC Ltd., Balasore

Page 1 of 1 NAMII ANI) I.OCA]]ON _ 0t- Tflrf RiiTAII. C{INTIITLS Ot, _IAr^ri.SWAR I}r.0]CK UNDIIR r]Ar-Aso{ttr DIST{IICT

Sr No FPS Name FPS Code GP/Ward

1 SECRETARY, NAMPO COOPERATIVE 0205c109 NAMPO 2 SECRETARY, KH UARD COOPERATIVE 020sc1 10 KHUARD 3 SECRETARY, IKADA SERVICE 0205c169 NAMPO 4 PEO, NAMPO 0205G152 NAMPO 5 PRABIR KU. DAS 0205P001 KHUARI) 6 DURGA HANSDA 0205P002 SHYAMNAGAR 7 SMT. SARMILA JENA 0205P003 BARADiHA o SMT. ARATI NAYAK 0205P009 KALIKA 9 SMT. LAXMIPRIYA DAS 0205P018 RAYAN RAMCHANDRAPUR 10 SMT. BHABANI DAS 0205P019 NETUA 11 BRA]A KUMAR KAR 020sP020 NETUA 12 ARUN KU. MOHAPATRA 0205P021 KHALINA 13 BRAJENDRA NATH DEY 0205P022 KHALINA t4 BIBHUTI BHUSAN DAS 020sP023 KHALINA 15 BANSHIDHAR GIRI 0205P027 KALIKA 16 SANTANU DAS 0205P029 RAYAN RAMCHANDRAPUR 17 BISHESWAR JENA 0205P030 RAYAN RAMCHANDRAPUR iB PRAVAKAR SAHOO 0205P032 RAYAN RAMCHANDRAPUR 19 KARTIK CH. PRADHAN 020sP034 RAJPUR 20 PRASANA SAMAL 0205P035 RAJPUR 2L PRASANNA KU SAMAL 020sP036 RAJPUR 22 JALADHAR PARIDA 0205P037 NAMPO 23 BINAY SUKLA 0205P038 RAIBANIA 24 NIRANJAN GHOSH 0205P039 RAIBANIA 25 SMT, TAPATI GHOSH 0205P040 RAIBANIA 26 SAMiR MOHAPATRA 0205P041 SARDAR BANDHA ?7 SI\4T. HEMANTI BEHERA 0205P042 SRIRAMPUR la RAMESH CH. GIRI 020sP043 SRIRAMPUR 29 GOURANGA GHOSH 0205P044 SRIRAMPUR 30 SYAMSUNDAR PRADHAN 020sP046 MAKIDIA 31 JHADESWAR PATRA 0205P047 KHUARD 32 SMT. SEFALI MISHRA 0205P049 KHUARD JJ BANABIHARI HATI 0205P0s0 KHUARD 34 BIJAY KU. JENA 0205P051 BARTTANA 35 MRUTUNJAY PANDIT 0205P052 BARTTANA 36 BRAJA KISHOR DINDA 0205P053 KHUDIA MAJHISAHI 37 SUBASH CH. GHOSH 0205P054 KHUDIA MAJHISAHI 3B NAGENDRA NATH MOHANry 020sP056 KHUDIA MAJHISAHI 39 SMT. USHA RANI GHOSH 0205P057 KHUDIA MAJHISAHI 40 RAMESH CH. CHAND 0205P059 SUGO 4t SUKUMAR KUANAR 0205P060 SUGO 42 RABINDRA KU SAHOO 0205P061 SUGO 43 MRUTUN]AY JENA 0205P064 BARADIHA 44 AVIRAM GIRI 0205P06s BARADIHA 45 KRUSHNA CH. SING 0205P066 BARADIHA 46 PARSURAM PATRA 0205P067 BARADIHA 47 HARIHAR SING 020sP068 BARADIHA

Page 1 of 3 NAMII ANI) I'o'CA'l'loN ol"-'fIIIi fiIiIAII. CIINTRI].S ot'" JAI^ILS\,{AR r}r.oCK UNDTIR r}Ar^Asottri DIS'|RICT

Sr No FPS Name FPS Code GP/Ward 4B PURNA CH. MOHANTA 0205P070 SARDAR BANDHA 49 KEDAR NATH BEHERA 0205P072 OLMARA 50 DAYAL CHANDRA ADHIKARI 0205P073 OLMARA 51 ABDUL HASIM KHAN 0205P074 OLMARA 52 SRIKANTA ROUT 0205P075 PASCHIMBAD 53 RABINDRA MAHALIK 0205P077 PASCHIMBAD 54 DILLIP KU GIRI 0205P080 NACHHIMPUR 55 HIMANSU SEKHAR ]ENA 0205P082 SHIKHARPUR 56 SMT. SUMATI GIRI 0205P083 SHIKHARPUR 57 DHIRENDRA PATRA 0205P086 GOPIMOHANPUR 5B PURNA CHANDRA GIRI 020sP087 IBAIGANBARTA 59 SMT, JAYANTI GiRi 0205P088 BAIGANBARIA 60 KALICHARAN PRADHAN 0205P089 BAIGANBARIA 61 IABHIMANYU GIRI 020sP090 BAIGANBARIA 62 PRADEEP KU. NATH 0205P101 RAYAN RAMCHANDRAPUR 63 NIGAMANANDA DEY 0205P102 CHAMARGAON 64 HARENDRA ]ENA 020sP103 BARTTANA 65 SUSHANTA KU. BEHERA 0205P105 LAXMANNATH 66 JANMEJAY SAMAL 0205P106 BARTTANA 67 NIKI]IL KU PRADHAN 0205P107 ARUHA 6B MADAN MOHAN PATRA 0205P108 PASCH]MBAD 69 PURNA CH. DAS MOHAPATRA 0205P172 RAYAN RAMCHANDRAPUR 70 SHYAN4SUNDAR SAHOO 0205P1 13 PAIKASIDA 7t MANORANJAN BEHERA 0205P1 14 PAIKASIDA 72 RADHAKANTA NAYAK 0205P1 15 SUGO 73 HITTARAN]AN BISWAL 0205P1 16 KALIKA 74 KUNJA BIHARI MOHANTY 0205P1 17 SUGO 75 SARBESWAR RA] 0205P1 1B SUGO 76 GANGADHAR GIRI 0205P1 19 BAIGANBARIA 77 KARTIK CH. JENA 0205P120 PASCHIMBAD 7B RAGHUNATH TUDU 0205P121 SARDAR BANDHA 79 SMT. LEKHARANI SENAPATI 0205P122 NACHHIMPUR BO RADI]ARANJAN DAS 0205Pt24 LAXMANNATH B1 BRAJENDRA DEY 0205P125 KHALINA 82 SYAMSUNDAR ]ENA 0205P726 PASCHIIV]BAD B3 TAPAN KU. GIRI 020sP128 BAIGANBARIA B4 RAGHUNATH ROUT 0205P129 BARTTANA B5 AHALYA GIRI 0205P130 PAIKASIDA uo PRATAP CHANDRA BEHERA 0205P131 LAXMANNATH 87 SMT. SUPRAVA PRAMANIK 020sP136 NAMPO BB ANADI CHARAN HUI 0205P138 BARTTANA B9 SAMIR KUMAR BERA 0205P140 BARADIHA 90 NIRA] KU. DAS 0205P141 BARI-|ANA 91 HARISH CH, MOHANTA 0205P742 SHYAMNAGAR 92 SAMARENDRA MOHANry 0205P143 D.P. PUR 93 RAJEEB LOCHN JENA 0205P144 GOPIMOHANPUR 94 HARENDRA NATH PATRA 0205P145 D.P. PUR

Page 2 of 3 NAMII ANI) I^OCA'I'ION OI'"'fIIIf RIi'I'AII^ CxiN'fRxis Ol'- JAI.{ls\dAtt TILOCK IJNI)rin BAr-Asor(,, DII}'I'ftICT

Sr No FPS Name FPS Code GP/l^Iard 95 RAM CHANDRA DEY 0205P146 GOPIMOHANPUR 96 DFIURBA CH. DAS 070sP747 GOPIMOHANPUR 97 PRABIR KU. TRIPATHY 0205P150 LAXMANNATH 9B MANORANJAN JENA 020sP153 NETUA 99 SUDHIR KU. BEHERA 0205P154 PAiKASIDA 100 AJAY KU. SINGH 0205P155 NAMPO 101 SMT MINARANI NATH 0205P156 RAYAN RAMCHANDRAPUR 102 MANAS KUMAR PRADHAN 0205P157 LAXMANNATH 103 SMT. SUBARNA JENA 020sP159 D.P. PUR 104 PRASANNA KU. DINDA 020sP160 D.P. PUR 105 ADITYA PRASAD DAS 0205P162 SHIKHARPUR 106 SMT. SAryABATI DEY 020sP163 RA]PUR 107 TRILOCHAN PRADHAN 0205P164 RAJPUR 108 RADHANATH GIRI 0205P165 CHAMARGAON 109 PRADEEP KU. PRADHAN 0205P172 NACHHIMPUR 110 SUSHANTA KU. DAS 0705P173 NACHHIMPUR 11i NIRANJAN DAS ADHIKARi 0205PI74 SHIKHARPUR t12 DAMODAR BEHERA 0205P175 SHIKHARPUR 113 HEI\4NAGSHU SETHI 020sP777 LAXMANNATH 114 RAJKISHORE BARIK 020sP179 PAIKASIDA 115 A]AY KU. GIRI 0205P180 PAIKASIDA 116 SUNIL KU. SEN 0205P182 NACHHIMPUR It7 JAYANTA KU. PATRA 0205P184 SHYAMNAGAR 118 DHANANJAY SINGH 0205Pi85 SHYAMNAGAR 119 KARTICK CH. BARIK 0205P186 CHAMARGAON 120 ANANTA KU. GHOSH 0205P187 CHAMARGAON 121 KAMALLOCHAN DAS 0205P207 BARTTANA 122 SMT SUKANTI BHUYAN 0205P210 ARUHA 723 PRIYA KANTA JENA 0205P21 1 BARADIHA 124 PRESIDENT, HARAGOURI WSHG 0205w024 ARUHA 125 PRESIDENT, WSHG BALARAMPUR 0205w166 RAJPUR

rn -\t/ cso-cum-D,h);;:, OSCSC Ltd., Balasore

Page 3 of 3 N.*ME AND TOCATION OF'IIIE RtrTAIL CflI]"I'&r.S OF BIIOG{TAI AL^OCK UNDtrB IJAI^ASOIIE DISTRICT

Sr No FPS Name FPS Code GP/Ward 1 )trLKE IAKY, SCS b MANdATUNi 0204C004 NAHARA 2 SECRETARy, ianta ccslu*ukhi 0204C007 SUL I ANPUR 3 SEcnrrnny, sE-rcpEJI- 0204C016 KHARIDPIPAL 4 SECRETARY, SCS SANKHARI qtraorr^ow 0204C035 SANKHARI nn7-ll^-Iil-nUbULl 5 LLLJ 0204C044 HOGOLI 6 )trUKtrIAKY,5L5 BAHARDA 0204c046 KAMARDA 7 STCRETRRY, scs biunsidta 0204C081 PU |INA g SECRETARY, SCS;NTURAI 0204C083 BALIM 9 JELKtr I AKY/ SCS oanunda 0204C085 IJAHUNDA 10 SECRETnRY, scs dahGda 0204C086 DAHUNDA 11 )trLKtr rAKY, scs t hazira 0204C100 UKURI HAZIRA 72 SECRETARY. SCS-CI]ARFAM 0204C108 BHOGARAI 13 r f{K Y, SCS rasalpur ?LLl\tr 0204C723 RASALPUR 74 SECRETARY, KAMARDA 0204c045 KAMARDA 15 rEU/ buPlt\A IHPUR 0204c152 IJOPINATHPUR 16 TKATULLA KUMAR JENA 0204P001 \AHAKA 77 ARUN KUMAR SUR 0204P002 AHARA 1B >IVI I SAI\DHYARANI PRADHAI\I 0204P003 NAHARA 19 H rAtvt t\sr-l u IYOHANTY 0204P005 JULTANPUR 20 JAbESWAR SAHU 0204P006 sULIANPUR 21 I'If1I\\JJ I"I\JNATA I KA 0204P008 SULTANPUR 22 )AI\JAY KUMAR BEEHRA 0204P009 5UL I ANPUR 23 )IBYASHANKAR NAYAK 0204P010 SULTANPUR 24 VI1HIK UAS 0204P012 KHARIDPIPAL 25 0204P014 KHARIIJPIPAL 26 HAGIRATHA DAS 0204P017 KHARIDPIPAL 27 I\1L^IN,/.1I\ I Nr\ Jf I\A 0204P018 KHARIDPIPAL 28 \S]SH KUMAR MOHANry 0204P019 DEULA 29 EMANTA KUMAR MOHANTY 0204P020 LJTULA 30 JlADlI\UKA I\A I I-I IJTY 0204P023 DEHURDA 31 AJAY KUMAR DAS 0204P024 DEHURDA JZ BiJAY DAS 0204P026 DEHURDA 33 DEBENDRA KUMAR PAL 0204P027 DFHIIRN^ 34 SURESH CHANDRA PRADHAN 0204P029 AKAYAI\ IVIUI-IAI\ 35 TNINI IR IY PADIA IY 0204P030 ANALIA 36 \ltvtAl LH. lvlAJl-11 0204P03 1 ANALIA 37 JUKtr)N LN. UEHTKA 0204P032 ANALIA 3B PRAMATHA KUMAR DAS 0?o4PO74 ANALIA 39 SUDAM- CHANDRA JENA 0204P036 SANKHARI 40 DNTUANAKI PAI RA 0204P037 SANKHARI 41 BABURAM JENA 0204P038 SANKHARI 42 )UDAL KUIVIAR GIRI 0204P039 SANKHARI 43 5IJAY KUIVIAR TYOHANry 0204P047 HOGOLI 44 UIVIAKAI\ IA PRADHAN 0204P042 HOGOLI 45 SHIBASANKAR DAS 0204P043 HOGOLI 46 AKUI\ KUIVIAK SUR 0204P047 KAMARDA -\-_->

Page 1 Of 3 NAM[' AND LOCATION OF TIIf, RtrTAIL Cf,II'TRIS OT BIIOGRAI BLOCK UNDf,fi, BALJTSORE DISTRICT

Sr No FPS Name FPS Code GP/Ward 47 JAYAI\ IA KUMAR GHOSH 0204P048 KAKHADA 4B DULAL CHANDRA ROUL 0204P050 KAKHADA 49 BIKASH MOHANry 0204P051 KAKHADA 50 )KTI\J,DA>H 5ANU 0204P052 KAKHADA 51 MADHUSUDAN BEHERA o204po5? KAKHADA 52 ANANTA KUMAR PARAMANIK 0204P054 MANDARSAH] 53 SUDHIR KUMAR BEHERA 0204P055 MANDARSAHI 54 KAlIVIUIJlI\ KI1AI\ 0204P0s6 MANDARSAHI 55 RADHASHYAM BEHERA 0204P057 MANDARSAHI 56 JI'I I )A5HIVIi IA IJTY 0204P059 KUSUDA 57 GiqGAN BIHARI CHARYA 0204P061 KUSUDA 5B KUIVTAR l4l,4t\ DAS 0204P062 KUSUDA 59 bAl\tr>t-t PA IKA 0204P063 NACHINDA 60 )A I YAI\AKAYAI\ IJHAL 0204P064 NACHINDA 61 AIVIII\IKAI\ IA UHAND 0204P065 NACHINDA 62 NAKTHAKA IVIUI-IAPATRA 0204P066 NACHINDA 63 NAIVIAL LULI.JAI\ DAS 0204P067 NACHINDA 64 I ozo+poos NACHINDA 65 IVI KAUI I IA JTNA 0204P070 BAJITPUR 66 )IVII KALHAI\A PRADHAN 0204P07r BAJITPUR 67 qll4Y KUtvtAK PA I tAYAI 0204P072 BAJITPUR 6B GAURAHARI JENA 0204P073 BAJITPUR 69 VIKU I YUI\JAY HATI 0204P075 BAUNSADIHA /U BIDYADHAR ROUL 0204P076 lOnurusnorHR 7t 5U5I1IL PRADHAN 0204P077 BAUNSADIHA 72 IANIsVVAK I\AYAK 0204P078 KANTHIBHAUNRI 73 AKUI\ KUIVIAK JTNA 0204P079 KANTHIBHAUNRI 74 b1K15H LHANDRA HAZIRA 0204P080 PUTINA 75 I\44NURMAY MOHAPATRA 0204P082 PUTINA 76 KANHU CH SUR 0204P084 DAHUNDA 77 \AI\IbUHAL IYOHANTY 0204P087 DAHUNDA 7B KAUI-IA5HYAM PRADHAN 0204P088 DAHUNDA 79 AI\1KUUI.1A LTNKA 0204P089 AHUNDA BO EKADOSI SAHU 0204P090 DAHUNDA B1 ANADI PARIDA 0204P091 NIMATPUR B2 bHUPAIITHUSAN PATRA 0204P092 NIMATPUR B3 MAHESWAR BEEHRA 0204P094 NIMATPUR B4 LAXMIKANTA PANDA 0204P09s NIMATPUR B5 JAYANTA KUMAR JENA 0204P096 GUNASARTHA B6 AKHAY PAI RA 0204P097 GUNASARTHA 87 RABINDRA NATH DAS 0204P098 GUNASARTHA BB JAYAI\ IA KUMAR JENA 0204P099 GUNASARTHA B9 blPlI\ UH. DhY 0204P101 TUKURI HAZIRA 90 KAI\AI\JAY SAMAL 0204P702 TUKURI HAZIRA 91 SANKAR KUMAR GIRI 0204P103 TUKURI HAZIRA 92 51JAY KUIYAR PRADHAN 0204P104 BHOGARAI

Page 2 Of 3 NAMf, AND LOCATION OF THf, Rf,,TAIL Cf,.NTRf,.S OII BHOGRAI BLOCK UNDER BALASOfitr DISTRJCT

Sr No FPS Name FPS Code GP/Ward 93 >IVI AKA I II JENA 0204P10s BHOGARAI 94 bHUPAIIBHUSAN SUR 0204Pr07 BHOGARAI 95 MANAS PATRA 0204P109 SRADDHAPUR 96 sUKUIYAR PRADHAN 0204P1 10 SRADDHAPUR 97 SURENDRA NATH DAS 0204P171 SRADDHAPUR 9B SMT MAMATA RANI SAHU 0204PI72 MAHAGAB 99 ]ANMEJAY BHANJA 0204P1 13 MAHAGAB 100 SMT ABHINETRI BEHERA 0204P114 MAHAGAB 101 ASHOK KUMAR SINGH 0204P1 15 MAHAGAB 102 SUDHANSHU SEKHAR JENA 0204P1 16 MAHAGAB 103 qYANENDRA NATH PRADHAN 0204P777 MAHAGAB 104 SMT LILIRANI SAMAL 0204P1 1B MAHAGAB 105 MADHUSDAN JENA 0204P1 19 JAYRAMPUR 106 GOLOK CHANDRA GHOSH 0204P121 JAYRAMPUR 107 D]LLiPKUMAR SAMAL 0204P122 JAYRAMPUR 108 SAILENDRA NATH SAHU 0204P724 RASALPUR 109 SARAT CHANDRA GHADAi 0204P725 RASALPUR 110 ANANTA KUMAR PRADHAN 0204P126 RASALPUR 111 SMT BINAPANI BAG 0204P727 RASALPUR t72 UPENDRA BARIK 0204P128 RASALPUR 113 GAURISHANKAR MOHANTY 0204P130 SOHORIA tr4 SMT JALPANA PATRA 0204P132 SOHORIA 115 JANMEJAY PATRA 0204P133 BARBATIA 116 PUSPANJALI NAYAK 0204P134 BARBATIA 717 BIBHUTIBHUSAN MOHANTY 0204P135 BARBATiA 118 SUDHIR KUMAR BID 0204P136 BARBATIA 119 GANESH CHANDRA PRADHAN 0204P137 GUNAIBASAN 120 VIKARI BEHERA 0204P138 GUNAIBASAN t2t GADADHAR PATRA 0204P139 GUNAIBASAN 722 RAMANATH PANDA 0204P140 GUNAIBASAN t23 AJAY KUMAR PATRA 0204P141 GUNAIBASAN 724 RAJENDRA NARAYAN GHOSH 0204Pr42 GOPINATHPUR t25 SUSANTA MANDAL 0204P147 RASALPUR 126 MAHMED KHURSHED 0204P148 BHOGARAI t27 BARENDRA KUMAR SAHOO 0204P149 GUNASARTHA 128 RAMESH CH. DAS 0204P154 KAMARDA

-N(, ^N- -* \-^*; CSO-cum-District Manager, OSCSC Ltd., Balasore

Page 3 Of 3 l^ru AND LocJtrIoN o. TIIf,, RETAIL cENTBes oF BAUA'AL BLocK UNDf,,R BAIJT.SOBE DISTRIST SL FPS Name No FPS Code GPMlard 1 SLCREIARY, SECY SCS DEVOG 0202c019 DEVOG 2 SECRETARY, SECY SCS DAGARA 0202c040 DAGARA 3 SECRETARY, SECY SCS NEPURA 0202c070 SHRIRAMPUR 4 SECRETARY, GOBINDAPUR SCS 0202c165 BOLANGA 5 SECRETARY, SECY SCS PRATAPUR 0202c172 PRATAPPUR 6 SMT. DURGA MANI ROUL 0202P003 MADHUPURA 7 BHARAT PRASAD NAYAK 0202P005 MADHUPURA B SANJAY KUMAR JENA 0202P006 MADHUPURA 9 BARENDRA NAYAK 0202P008 MADHUPURA 10 BIJAYA BEHERA 0202P009 DEULA 11 CHAITANYA MAJHI 0202P0t2 DEULA 72 AMULYA KUMAR PATRA 0202P014 PANCHUPALI 13 BENUDHARA GIRI 0202P015 PANCHUPALI 74 SMT. SURYA MANI PATi 0202P016 PANCHUPALI 15 HARISH CH. MOHAPATRA 0202P018 PANCHUPALI 16 SMT. LAXMI MANI SAHU 0202P020 DEVOG 17 CHAKRADHARA SAHU 0202P022 DEVOG 1B KAHNU CHARAN SAHU 0202P024 DEVOG 19 NABAKANTA JENA 0202P027 PRATAPPUR 20 GAJENDRA PRASAD DAS 0202P028 PRATAPPUR 2t GAJENDRA PRASAD DAS 0202P079 PRATAPPUR 22 PADMA LOCHAN MOHANTY 0202P03 1 PRATAPPUR 1a LJ JAGNESWAR PARAMANIK 0202P037 RATAi 24 BANKIM CH. PANiGRAHI 0202P038 DAGARA 25 BARENDRA BARIK 0202P039 DAGARA 26 SMT. DRAUPADI JENA 0202P041 DAGARA 27 SMT GEETARANI JENA 0202P042 DAGARA 28 SIVA CN. DEY 0202P044 KUMBHARI 29 BENUDHARA SAHU 0202P045 KUMBHARI 30 BASANTA KUMAR MOHANry 0202P046 KUMBHARI 31 ANIL KUMAR DEY 0202P048 KUMBHARI 32 BARENDRA BISWAL 0202P050 NUAGAN JJ MRUTYUN]AYA BISWAL 0202P051 NUAGAN 34 SHYAM SUNDER BEHERA 0202P053 NUAGAN 35 BADAL SREKHAR MAHAPATRA 0202P058 BALIAPAL 36 RA]ENDRA PR, BARIK 0202P061 BALIAPAL 3/ JATINDRA NATH CHANDA 0202P064 BALARAMPUR ?a DEBEBRATA PANDA 0202P066 BALARAI\4PUR

Page 1 of 3 NAM[' AND LOCATION OF TUf,, B.trTAIL CENTRES Of'BALIAPAL BLOCK UNDf,,B BJILJI.SORE, DISTRI T SL FPS Name No FPS Code GP/Vllard 39 BESRA IRAMCHANDRA 0202P067 BALARAMPUR 40 RABINDRA NATH PATTANAYAK 0202P068 BALARAMPUR 41 PRASANfA KUMAR DEY 0202P069 SHRIRAMPUR 42 IBIRENDRA DEY 0202P072 SHRIRAMPUR "tJ ARJUN CN BEHERA 0202P074 JAGATIPUR 44 HARI PATRA IRAM 0202P076 JAGATIPUR 45 IKAMALAKANTA BARIK 0202P077 JAGATIPUR 46 KUMAR IPRASANTA DAS 0202P078 JAGATIPUR 47 DAKUA ISRIDHARA 0202P080 JAGATIPUR 48 CHARAN IKUSA NAYAK 0202P083 GHANTUA 49 AJAY KUMAR JENA 0202P087 NIKHIRA 50 SMT, ]AMUNA MANI DAS 0202P088 NIKHIRA 51 GUNAKAR NADI 0202P089 NiKHIRA s2 AJAY KUMAR GIRI 0202P090 NIKH]RA 53 PRANA KRUSHNA DAS 0202P092 NIKHIRA 54 HIMANSU SREKHAR BHUYAN 0202P098 ASTI 55 PURUSOTTAM BEHERA 0202P099 ASTI 56 BHASKAR CH. SAHU 0202P104 JAMAKUNDA 57 MURALI DHARA BEHERA 0202P105 JAMAKUNDA 5B GOVIND SAHU 0202P106 JAMAKUNDA 59 SMT. GEETANJALI NAYAK 0202P107 JAMAKUNDA 60 GAURANGA BEHERA 0z0zPtl4 BADAS 61 DURJAY BISWAL 0202P 1 1 5 BADAS 62 SRIKANTA DEY 0202P116 BADAS 63 HEMANTA KUMAR BEBARTA 0202P117 BADAS 64 GANGADHARA DEY 0202P1 19 BADAS 65 BANAMALI JENA 0202P123 KUNDULI 66 DINABANDHU BEHERA 0202P124 KUNDULI 67 LAXMIDHARA BEHERA 0202Pt25 KUNDULI 6B BACHASPATI MALLIK 0202P127 KUNDULI 69 BINOD BIHARI KHAMARI 0202P128 KUNDULI 70 MAHESWAR PADHIARI 0202P130 BETAGADIA 77 MURARI MOHAN RAY 0202P131 BETAGADIA 72 RABINDRA BISWAL 0202P132 BETAGADIA 73 SMT, NIYATI PRADHAN 0202P133 BETAGADIA 74 BHIMA CN PADIARY 0202P136 ALADIHA 75 RATNAKARA PATRA 0202P140 ALADIHA 76 SAN]AYA KUMAR BISWAL 0202P141 ALADIHA

Page 2 of 3 NAME AND LOCIhTIOI{ Of"TUE RflTAIL CENTI(E,S Of,BALI^&P.&L BTOCK UNDtr{t B JLKASORU D[ST[{[ gT SL FPS Nn Name FPS Code 77 GOPAL r GANGEI 0202P142 BISHNUPUR 7B 5M I KABITARANI DAS 0202P743 BISHNUPUR 79 SRINIBAS PATRA 0202Pr44 BISHNUPUR BO MRUryUNJAYA PATRA 0202P145 BISHNUPUR B1 JA IINDRA NATH KHILAR 0202P147 BISHNUPUR 82 RADHA GOVIND JENA 0202P151 CHAUMUKH B3 ARUN KUMAR PATRA 0202P152 CHAUMUKH B4 KAMALA KANTA JENA 0202P1 53 CHAUMUKH B5 SMT KAMALINI GIRI 0202P754 BALIKUTI B6 NARUTTAM PAL 0202P156 BALIKUTI 87 SI\4T MAMATA JENA 0202P157 BALIKUTI BB SMT KALYANI BEHERA 0202P158 BOLANGA B9 GOVIND DWARI 0202P159 BOLANGA 90 JAGABANDHU BEHERA 0202P161 BOLANGA 91 GA]ENDRA PATTAYAT 0202P766 BANIADIHA 92 RAN]IT PATRA 0202P167 BANIADIHA 93 PURANJAN BAR 0202P170 ]AMBHIRA] 94 NARENDRA NATH RAUT 0202P17L JAMBHIRAI 95 SATYANANDA DAS 0202P174 BISHNUPUR 96 PRESIDENT, ]AHARIA WSHGKACH HU PADA 0202w063 BALIAPAL

-c - cso u m o i rt.S ;;r?;;'- OSCSC Ltd., Balasore

Page 3 of 3 i**u AND LocATroN oF Trrtr Bf,TATL oF BHocR.*r BLocK UNDER BALJISORtr, 'ENTBE'DISTBIST

Sr No FPS Name FPS Code GP/Ward

1 sLLKt I ARY, SCS AMARDA RD 0203c061 NATAKATA 2 SILRtIARY, MATHANI SCS MATHANI 0203c067 MATHANI 3 5ELKL I ARY, SANTOSHPUR SCS 0203c070 SANTOSHPUR 4 5bLRT I ARY, NAIKUDI COOPERATIVE 0203c074 NAIKUDI 5 SECRETARY, PAUNSKOLI SCS 0203c099 PAUNSAKULI 6 ShLRtIARY, SECY SCS SAHADA 0203c101 SAHADA 1 SECRETARY, NAIKUQi SCS 0203c106 SINGLA B SECRETARY, BASTA COOPERATIVE SOCIEry 0203c107 SADANANDAPUR 9 SECRETARY, NAIKUDI SCS 0203c1 1s PUTURA 10 SUDARSANA MAHAPATRA 0203P004 MUKULISI 11 SM I- ARATI PUAHANA 0203P006 BRAHMANDA t2 ADHAR CHARAN SAHU 0203P008 CHORAMARA 13 SAMBHUNATH SAMAL 0203P009 NABARA l4 PITAMBARA PANI 0203P013 NATAKATA 15 MURALIDHARA BEHERA 0203P014 BAHARDA 16 JOGESWAR DAS 0203P017 MATHANI 1a JAYAKI1ISHNA SAHU 0203P019 DARADA 1B BALARAM PATRA 0203P023 NAIKUDI 19 I3RUNDABANA SAHU 0203P024 IRDA 20 SADHU CHARAN JENA 0203P034 KULIDA 2L MANMATHA KUMAR PARIDA 0203P035 MATHANI 22 BHANU CHARAN PANDA 0203P036 NATAKATA Z5 SHYAMSUNDAR BISWAL 0203P038 GADAPADA 24 GIRIJA SHANKAR SAHU 0203P040 RAGHUNATHPUR 25 CHAKRADHAR BEHERA 0203P04 1 BRAHMANDA 26 HARENDRA NATH SAHU 0203P042 CHORAMARA 27 LAXMAN GHOSH 0203P045 RAGHUNATHPUR 28 PRATAP CHANDRA GIRI 0203P046 SANTOSHPUR 29 JOGENDRA ]ENA 0203P047 PAUNSAKULI 30 ADITYA GANA 0203P048 PURUSOTTAMPUR 31 BAiDYANATHA BADI 0203P050 PURUSOTTAMPUR 32 SK. ISMILE 0203P0s1 RAGHUNATHPUR JJ MANMATHA BEHERA 0203P052 RAGHUNATHPUR 34 PRASANTA KUMAR BEHERA 0203P0s6 MUKULISI 35 KAMALA KANTA PARIDA 0203P0s7 MATHANI 36 MADHUSUDAN DAS 0203P058 KULIDA 37 GOVINDA CHANDRA NAYAK 0203P0s9 MATHANI JO RIAHANA BIBI 0203P060 SADANANDAPUR 39 DAITARi SAHU 0203P062 ROUTPADA 40 SAIRUN BiBI 0203P063 SADANANDAPUR 4l SMT SUKANTI MANI JENA 0203P064 BAHARDA 42 SITARAM NAYAK 0203P066 BAHARDA 43 BRAJENDRA JENA 0203P068 MATHANI 44 ANIRUDDHA SAHU 0203P069 RAGHUNATHPUR

Page 1 of I NAMfr. AND LOCATXON Of"TTItr f(trTAIt Ctr.IUITITf,S OF BHOGITAN BLOCK UNDER BALASORE DISTRIET

Sr No FPS Name FPS Code GP/Ward 45 RADHAKRISHNA BEHERA 0203P071 GADAPADA 46 UEULI\UKA I\AIH SAHU 0203P073 NATAKATA 47 AKsHYA KUMAR BISWAL 070?PO7E MUKULISI 4B KALICHARAN DAS 0203P077 ROUTPADA 49 urlLIH KUtvtAK uAS MAHAPATRA 0203P07q SANTOSHPUR 50 ANIL KUMAR SENAPATI 0203P080 KULIDA 51 >IVI I IVIII\AKHI BTHLRA 0203P081 BAHARDA 52 tJlJAYA KUMAR MOHANry 0203P082 PURUSOTTAMPUR 53 N. C. DALAI 0203P083 SADANANDAPUR 54 \I I I YAI\AI\IJA SANt]HA 0203P084 PAUNSAKULI 55 UHAKANlDHARA PARIDA 0203P08s DARADA 56 5AUI-IU LHARAN MOHANry 0203P086 SAHADA 57 5UUARSANA MANDALA 0203P087 DARADA 5B UKI\A LHANDRA SAHU 0203P089 TADADA 59 TRILOCHANA SAHU 0203P090 DARADA 60 ACHUTA KUMAR PAL 0203P093 RAGHUNATHPUR 61 HAI

'* Ah \.."$- Page 2 of 7 CSO-cum-District Manager l^l h-l-^--- ^^ NAMfr. I[.ND TOCATION OF THfl, RIT.EIL CENTRES OT' KTIAIRA BLOCK UNDER BALASORtr DISTRIOT

Sr No FPS Name FPS Code GP/Ward

1 SECRETARY, KURUNTA SCS 0206c076 KURUNTA 2 PEO, KUPARI 0206G074 KUPARI 3 KAMALAKANTA BEHERA 0206P001 ACHYUTAPUR 4 SAryABHAMA TRIPATHY 0206P002 ACHYUTAPUR 5 BUDDHADEV SAHOO 0206P003 ANTARA 6 BHAGABAT NAYAK 0206P006 ANTARA 7 SUKADEV MUDULI 0206P007 BADAJAYAPUR

B GOPINATH SETHY 0206P008 BADAJAYAPUR

9 DINABANDHU DASH 0206P009 BADAJAYAPUR 10 SMT.KUMUDALATA ROUT 0206P0 10 BARTTANA 11 JAGANATHA KHILAR 0206P01 1 BARTTANA

1.2 P.C.JENA 0206P012 BARTTANA

13 NARAHARI NAYAK 0206P014 BARTTANA

t4 ARJUN CHARAN SAHOO 0206P021 BAUNSAGADIA

15 BHAGABAN PANDA 0206P024 BARADA

16 RAMESH KUMAR MOHANry 0206P026 BARADA

L7 ABHIMANYU SAHOO 0206P027 BARADA 10 IU SUDHANSU SEKHAR SAMAL 0206P028 DUNGURA

19 SASHIKANTA MUDULI 0206P030 DUNGURA 20 AMAYA KUMAR ROUT 0206P03 1 DUNGURA

21. RABINDRA KU, BEHERA 0206P032 DUNGURA -) ') LL GAJALAXMI KHATUA 0206P033 DUNGURA

23 BHARATA CH. MOHAPATRA 0206P036 DUNGURA

24 KAILASH GHADEI 0206P037 DUNGURA

25 JAYANTI LATA PRADHAN 0206P038 DAGARAPADA

26 LAXMIDHAR PARIDA 0206P039 DAGARAPADA

27 GANESH PRASAD DAS 0206P041 GARSANGA

ZB BABAJI NATH 0206P042 GARSANGA

Page 7 of 4 NAME AND TOCATION OF TTIE RUTAIt CENTBES Of'KUAIBA BTOOK UNDER BAI.ASOII.E DNSTRN0T

Sr l,Io FPS Name FPS Code GP/Ward

29 DINABANDHU BARIK 0206P043 GAGANDHULI

30 RAKESH KUMAR KHANDELWAL 0206P044 GAGANDHULI

31 GAJENDRA PRASAD PATI 0206P045 GAGANDHULI

5Z LAXMAN CHANDRA GUPTA 0206P046 GAGANDHULi

33 SURYANARAYAN KHANDELWAL 0206P047 GAGANDHULI

34 PRAVAT KUMAR KHANDA 0206P049 GOBINDAPUR

35 MANARANJAN PANDA 0206P052 GOBINDAPUR

36 SANKARSAN PATRA 0206P0s4 GOBINDAPUR

37 RABINDRA I(U. SA 0206P055 GADAPOKHARI

3B LAXMIDHAR BEHERA 0206P056 GADAPOKHARI

39 SUKADEV PANDA 0206P057 GADAPOKHARI

40 NIRANJAN TRIPATHY 0206P058 GADAPOKHARI

4t HIMANSU SEKHAR BINDHANI 0206P060 HARIPUR

42 ALEKHA KUMAR PANIGRAHI 0206P062 JALADA 43 BABURI DAS 0206P066 JHINKIRIA

44 SIV]T. KANCHANBALA PANDA 0206P068 KHAIRA

45 PARBATI BARIK 0206P070 KHAIRA

46 AMANA CHARAN JENA 0706P072 KAITHAGADIA

47 CHANDRAKANTA SINGH 0206P073 GADAPOKHARI

4B BASANTA KU. NAYAK 0206P07s KURUNTA

49 RA]KISHOR NAYAK 0206P077 KURUNTA

s0 SHASI KANTA JENA 0206P079 MAKHANPUR

51 DINABANDHU MALIK 0206P080 MAKHANPUR

52 MAMATA RANI SAHOO 0206P081 MAHATIPUR 53 PARSURAM BEHERA 0206P083 MAHATIPUR

54 UPENDRA PRASAD LENKA 0206P084 MAHATIPUR

55 SRIKANTA ROUT 0206P08s MAHATIPUR

Page 2 of 4 NAI{E AND LOCATNOII Of,TUE RtrTAIL CENTRES OF KTIAIBA BTOCK UNDER BALihSORE DNSTR.IST

Sr No FPS Name FPS Gode GP/Ward 56 KAILASH DAS 0206P086 MAHATIPUR 57 BHARATI SAHOO 0206P087 MAHATIPUR 5B NRUSINGH CHARAN NAYAK 0206P088 MANITRI 59 NARAYAN CH. TIADI 0206P090 MANITRI 60 SANATAN BAHALA 0206P093 MANITRI 61 DAITARI PRASAD BEHERA 0206P09s NAYAKHANDI

62 BISWANATH MOHAPATRA 0206P097 NAYAKHANDI

63 ADIKANDA SAHU 0206P098 NAYAKHANDI

64 SITIKANTHA PANDA 0206P099 NAYAKHANDI 65 SANDIP KU. JENA 0206P102 PALASA

66 MAYADHAR CHOUDHURY 0206P104 PALASA

67 PRASHANTA KU. DAS MOHAPATRA 0206P10s PALASA

6B MAHENDRA PR. BEHERA 0206P106 PALASA

69 RAMAKANTA BEJA 0206P107 PALASA

70 UTKAL KESHARI PANDA 0206P109 RAPEYA

77 PADMALOCHAN NATH 0206P1 10 RAPEYA 72 RAMESH CHANDRA NAYAK 0206P1 1 1 RAPEYA

73 KARUNAKAR MOHAPATRA 0206P1 13 RATINA

74 BISWANNATH DUTTA 0206P1 14 SARUGAN

75 CHAKRADHAR LENKA 0206P1 16 SARUGAN

76 BHARAT CHANDRA NAYAK 0206P117 SARUGAN

77 JAYANTA KUMAR GAHAN 0206P1 1B SARUGAN

7B SMT. SABITRI PANDA 0206P120 SARADANG

79 I]UDHIRAM SWAIN 0206P121 SARADANG

BO DURYODHAN BAISAKH 0206P122 SARADANG

B1 NILAMBAR NAYAK 0206P724 SARADANG

82 RABINDRA DASH 0206P12s SHYAM SUNDARPUR

B3 SARAT KUMAR GIRI 0206P126 SHYAM SUNDARPUR

Page 3 of 4 NAMfr AND TOCATION Of" TIIE ftETAIt CENTITES Of'KUAIfl.A BTOCK UIVDER BAtASORtr D[STfilCI'

Sr No FPS Name FPS Code GP/Ward B4 GAYADHAR BEHERA 0206P127 SHYAM SUNDARPUR

B5 KARUNAKAR PARAMANIK 0206P128 SHYAM SUNDARPUR

B6 BISWNATH JENA 0206P130 BARADA 87 IBRAHIM KHAN 0206P 1 3 1 ]HINKIRiA

BB RABINDRA KUMAR DASH 0206P144 SHYAM SUNDARPUR

B9 SAryABHAMA TRIPATHY 0206P145 JALADA

90 KARUNAKAR PARAMANIK 0206P146 SHYAM SUNDARPUR PRESIDENT, MAA S,H.G 91 CHANDANPUR 0206s092 MANITRI

92 SECRETARY, MAA SARALA WSHG 0206wr42 MANITRI

93 MAA MANGALA WSHG 0206w147 GOBINDAPUR

94 SHREE ANANTA JEW WSHG 0206w148 MAKHANPUR

95 MAA GRAMADEBATI WSHG 0206w149 BAUNSAGADIA

**"">'\r'- N ^ CSO-cum-District Manager, OSCSC Ltd., Balasore

Page 4 of 4 APPENDIX - II CHECKLlST

DOCUMENTS TO BE ATTACHED WITH THE TECHNICAL BID

1 Cost of Tender Paper & Earnest Money Deposit (EMD) 2 lnvitation to Tender & lnstruction to Tendereri tenoer suomlssion Undertakin g - Annexure-l 3 capability certificate from the Bank (ln ttre mooet rormat as at Annexure-2) 4 certificate of experience on transportation of rooo gialns 1tn tl.re model format as at Annexure-3) Or Undertaking in lieu of the experience certificate 5* Affidavit mentioning that s/he lfim lcompany is neither blacklisted nor any criminal or vigilance case is pending against the Tenderer (ln the model format as at Annexure-4) 6* Affidavit declaring non-involvement in commerciar interesaof family members or partners along with their family members or directors along with their family members (ln the model format as at Annexure-5) 7 certified copy of Partnership Deed/ Articffi Memorandum of Association/ Bye-laws/ certificate of Registration, as applicable

8 Registered Power of Attorney in submitting tne fender paper on lehalf of the Partnership Firm/ Company I Statement of Bank account for the last 03 months 10 Copy of the lncome Tax Return for the assessment year 2O1B-19 (Financial year 2017-18) and 11 Copy of PAN Card 12 Copy of the Registration Certificate issued by the State Transport Authority or Regional Transport Authority under "The Carriage by Road Act'2007" & "The Carriaqe by Road Rule'2011" 13 List of two owned transport vehicles with attested copies of R.C. Books & Fitness Certificate

14* Affidavit on use of vehicle of Partner or Director I

*N. B:

All documents mentioned above except at Sl. No.S, 6 & 14 are only to be self-attested by the tenderer. Sl. No. 5, 6 & 14 shall be submitted in original.

Place: Signature of tenderer/ authorized person Date: Name:

Seal:

\-rtt--'\r,;!\ APPENDIX-ItI (Reference Clause Vl (d) (i) of the terms and conditions governing the contract)

The contractor shall maintain a Wage Book of each worker in such form as may be convenient' at the place of work, but the same shall include the following particulars: a) Name of the Worker;

b) Rate of Daily or Monthly wages. c) Nature of work on which employed. d) Total number of days worked during each wage period. e) Dates and periods for which worked overtime. 0 Gross wages payable for the work during each wage period. g) AH deductions made from the wages with an indication in each case, of the ground for which the deduction is made. h) Wages actually paid, for each wage period. i) Signature or thumb impression of the worker. ii) The Contractor shall also issue a wage slip containing the aforesaid particulars to each worker employed by him on the work at least a day prior to the day of disbursement of wages. iii) The Contractor shall issue an Employment Card in the prescribed Form at Appendix lll (a) to each worker on the day of work or entry into his employment. lf the worker has already any such card with him from the previous employer, the contractor shall merely endorse that Employment Card with relevant entries. On termination of employment, the Employment Card shall again be so endorsed by the contractor and returned to the worker. REGISTER OF UNPAID WAGES:

The contractor shall maintain a Register of unpaid wages in such form, as may be convenient, at the place of work but the same shall include the following particulars: -

a) Full particulars of the work whose wages have not been paid. b) Reference number of the Muster Roll with wage Register. c) Rate of wages. d) Wage period. e) Total amount not paid. 0 Reasons for not making payment g) How the amount of unpaid wages was utilized. h) Acquaintance with dates.

5*. ^{-^\ ilt

The wages of a worker shall be paid to him without any deductions of any kind except the following: - a) Fines

b) Deductions for absence from duty i,e. from the place or the places where by the terms of his/ her employment, s/he is required to work. The amount of deduction shall be in proportion to the period for which s/he was absent. c) Deduction for damage to or loss of goods expressly entrusted to the employed person for custody, or for loss of money or any other deduction which s/he is required to account, where such damage or loss is directly attributable to his/her neglect or default. d) Deduction for recovery of advances or for adjustment of over payment of wages, advances granted shall be entered in a register. e) Any other deduction which the central Govt. may from time to time allow. IV REGISTERS OF FINES ETC: i) The contractor shall maintain a register of fines and a register of unpaid wages of deductions for damage or loss in form No, I and 2 as per Appendix -lll(b) and lll(c) respectively which should be kept at the place work. ii) The contractor shall maintain both in English and the local Language, a list approved by the Chief Regional Labour Commissioner (Central) clearly stating the acts and

omissions for which penalty or fine may be imposed on a workman and display it in a good condition in a conspicuous place of the work. V PRESERVATION OF REGTSTERS:

The wage book, wage slips, the register of unpaid wages, the register of accidents, the register of fines, deductions required to be maintained under these regulations shall be preserved for 12 months after the date of last entry made in them shall be made available for inspection by the Labour Enforcement Officer or any other Officer authorized by the Ministry of Labour in this behalf,

A-l-. $^ *..f,'t ' APPENDIX - ilt (a)

1. Name of the Worker

2. Father's / Husband's Name

3. Date of Birth

4.i) Address (Locat)

ii) Permanent

5. Name & Address of OSCSC Contractor

6. Valid.

(. Period of the Contractor) Form to

Signature of the Contractor /

Authorized Representative

r -\-\ Or-r'si.n Back Side of the Card

Countersigned by

General Manager (PDS), OSCSC Ltd., Valid from -.- to (Ref. No. )

General Manager (pDS)

OSCSC Ltd., Bhubaneswar

Place :

Date .

Ar4 ", t\^ R.\J". -ry APPENDTX - il (b) FORM -I

Whether workmen of the offence show caused for which fine against fine or not, imposed if so, enter date

5s. H^':|* APPENDIX - lil (c)

FORM -II

REGISTER OF DEDUCTION FOR DAMA ORL CA D TO THE EMPL or rnr woRKERS Whether worker show Date and Date on Father's / Damage of Number caused of which H usband's Department amount of loss caused insta lment, total name against deduction with date if any deduction, imposed amount if so, ent rea lized date

\t"|1'-^* .A.PPtrNDIX-IV

Information on Unit-wise Requirement of Work Experience & Secur Deposi basinq on the Estimated Value Contract

District:. BALASORE

Figures in Rupees

Work Value Experience Certificate Security Deposit

Sl No. Name of the Unit 125% of Estimated 25% ot Estimated 5o/o of Estimated 100/o ot Estimated Value of Contract in a Value of Contract in Value of contract Value of Contract in Single Contract Multiple Contract in DD BG

L OUPADA 621,936.32 1,243,872.63 249,774.53 497,549.05

2 SIMULIA 621,619,29 1,243,239.57 248,647,71 497,295.43

3 REMUNA 1,099,551.74 2,179,103.47 435,820.69 871,641.39

4 SADAR 1,665,460,17 3,330,920.33 666,194.07 1,332,369,13

5 KHAIRA 1,997,020.99 3,994,041.97 798,808.39 1,597,616.79

6 SORO BLOCK & NAC 1,168,705.66 2,337 ,411.31 467,492.26 934,964.52

7 BAHANAGA 801,443.67 1,602,897.35 320,577.47 641,154.94

B NILGIRI BLOCK & NAC 722,243.36 1,444,496.72 288,897.34 577,794.69

9 BALIAPAL 1,460,559.09 2,921,116.16 584,223.23 1,168,446.46

10 BASTA 1,287,446.94 2,574,993.69 514,978.74 1,029,957 .47

LL JALESWAR BLOCK & NAC 1,248,370.17 2,496,740,33 499,349.07 998,696.13

L2 BHOGRAI 1,231,510.69 2,463,021.39 492,604.29 985,208.56

13 BALASORE MPL 299,843.22 599,686.45 119,937.29 239,874.59

.\ ,*P- r"!N?^' \* Signature of the Issuing Officer Signature of the Tenderer APPENDIX . V DECLARATION

I Sri Aged about , Son/ Daughter/ Wife of Sri Proprietor/ partner Director/ of do hereby declare that I have been selected as the Level-ll Transport Contractor in the following Units. I have mentioned the number of 02 (two) vehicles against each Unit as indicated below. SL. Name & Location of the District name Vehicle No.

No. Unit

1.

2.

1.

2.

1.

2.

1.

2.

I am aware of the fact that separate tender is required for each Unit, which requires separate 02 (two) vehicles for that tender.

I do hereby declare that I have not been selected for any other Units in any districts besides the Units mentioned above.

lf the above declaration is found false / not true, I shall be liable for punishment for breach of the contract and my agreement shall also be terminated as detailed in tender paper.

Place: Signature of the Tenderer

Date: Name of the Tenderer

h**^^$ - Annexure-1 TENDER SUBMISSION UNDERTAKING

FOR APPOINTMENT OF LEVEL-II TMNSPORT CONTRACTORS FOR TRANSPORTATION OF FOODGMINS FROM RICE RECEIVING CENTRE.CUM-DEPARTMENTAL STOMGE CENTRE (RRC- CUM.DSC) TO RETAIL CENTRES.

1. Name of the tenderer.

2. Details of Earnest Money Deposit: BD/ Bankers Cheque No. date of Rs. Bank payable at

3. Name of Proprietor/ Partner/ Director.

(Names of all Directors/ partners shall be mentioned) 4. Full Address of Registered Office (with pin Code) & Police Station Telephone No.

Mobile No:

FAX No.: E-Mail Address:

5 Full address of Operating/ Branch Office (with Pin Code):

& Police Station Telephone No: Mobile No. FAX No: E-Mail Address: b. Name, Telephone no./ Mobile No./ Email address of Authorized officer/person to Coordinate with the office of the District Manager:

- - \-!^ $o *Y)* 7. Banker of the Tenderer. (Attach certified copy of statement of A/c for the last three months)

8. Address & Telephone Number of Banker.

9. Details of Transport Vehicles Registration Type of Heavy vehicle number of vehicles Number, if any

10. PAN No. & year of filing the latest return: 11. Registration No. in the case of Company 12. Additional information, if any

(Attach separate sheet, if required)

To:

The Chairman, District Tender Committee, Odisha State Civil Supplies Corporation Ltd.

Sir, lAffe submit the sealed tender for appointment as Level-ll Transport Contractor for transportation of foodgrains from RRC-cum-DSC to Retail centres of _unit. lANe have 2. thoroughly examined and understood instructions to tenderers, terms and conditions governing contract given in the notice inviting tender, invitation to tender titled as General lnformation, lnstructions to Tenderers and those contarned in general conditions of contract and its appendixes, and schedules and agree to abide by them.

3' lANe would like to commit that in case of any difference/ variation in the rates quoted, between figures and in words, only the lower of the two rates quoted either in figures or in words shall be construed as correct and valid. lf any correction/ overwriting has

.\A hr- r.-'-r)!-- not been authenticated by me by my full signatures, my tender be declared null and void.

4. lA&e agree to keep the offer open for acceptance up to a period so decided by the District Manager. lANe shall be bound by communication of acceptance of the offer dispatched within the time and lA/Ve also agree that, if the date up to which the offer would remain open be declared a holiday for the Corporation, the offer will remain open for acceptance till the next working day. 5. ln the event of my/ our tender being accepted, lANe agree to furnish a security deposit as per terms of the tender,

6. lA/Ve do hereby declare that the entries made in the tender and annexures/ schedules attached therein are true and also that lANe shall be bound by the act of my/our duly constituted attorney Shri whose signature is appended hereto in the space specified for the purpose and of any other person who in future may be appointed by me/us instead to carry on the business of the concerned, whether any intimation of such change is given to the District Manager, OSCSC Ltd. or not.

7. I hereby declare that no contract entered into by me, my Firm/Company with the Corporation or State/Central Government PSU, State/ Central Government Agencies or State GovernmenUCentral Government, has been terminated before the expiry of the contract period at any point of time during the last five years, 8 I hereby declare that the Earnest Money Deposit and/or Security Deposit has not been forfeited or adjusted against any compensation payable, in the case of any contract entered into by meimy firm/company/us with Corporation or State/Central Government PSU state/ central Government Agencies or state GovernmenVCentral Government during last 5 years.

9. I hereby declare that I have not been convicted at any time by a Court of Law of an offence and sentenced to imprisonment for a period of three years or more. 10. Required documents as per Appendix-tl (Checktist) are enclosed with this tender duly filled and signed,

l/we certify that all information furnished by me/us is correct and true and in the event that the information is found to be incorrecVuntrue, Corporation shall have the right to disqualify me/us without giving any notice or reason with forfeiture of EMD or summarily terminate the contract with forfeiture of security Deposit, as the case may be, without prejudice to any other rights that the Corporation may have under the Contract and Law.

Yours faithfully,

Signature of tenderer Capacity in which signing Signature of constituted attorney

Name :

Address :

Date .

Name, date of birth

And address of attorney :

Name and address of witness :

\5r..^'i)T.e Axnexure-2

Bank: Branch:

Phone No. E Mail Letter No. Date

To District Manager,

Odisha State Civil Supplies Corporation Ltd.

This is to certify that to the best of our knowledge and information, Mr./Mrs. . residing at (Full address), a customer of our bank, in our opinion and based on the records produced, can be considered good/worth up to a sum of Rs . (Rupees . . Lakhs only) and has financial ability to meet the expenses up to the amount indicated above, It is clarified that this information is furnished without any responsibility on our part in any respect whatsoever more particularly either as guarantor or otherwise. This certificate is issued at the specific request of the customer for furnishing the same to you.

Branch Manager/Authorised Sig natory (Seal & Signature)

(The above Certificate tc, be issued in Letter Head of the concerned Bank)

.\ .\k \o ^*i - Annexure-3

This is to certify that as per information available on record, M/s of (full address), is a transport contractor of this organization for transportation / handling & transportation of food grains by road for the period & work value as indicated below.

Product AgreemenU Total period Place Volume of Value of Performa st. Nature transported / ContracU of of contract Financi work work nce of the No. of work handled & Work Order (from....to Rema rks work al Year handled executed contracto transported No. & Dt ,.....) (in MT) (in Rs.) r

Office Seal Seal & Signature of Authorised Officer

*Note: - a. Total transportation/ handling & transportation charges whether paid or payable is to be mentioned. b. Strike out whichever is not applicable.

(The above Certificate to be issued in Letter Head of the concerned organization)

$r^r-..--1 .r. '\L Annexure-4

AFFIDAVIT l, Sri/ Smt. aged about S/o./ Dlo.l Wo. Proprietor/ Partner/ Director M/s. of At: Po: , P.S: Dist: do hereby solemnly affirm and state as follows:

1) That pursuant to the Tender call Notice dt._ of oscsc Ltd. for appointment of Level-ll Transport Contractor for transportation of foodgrains , llmy firm/company am/is an intended bidder to participate in the said tender process. That as per 2) terms & conditions of the tender documents, I am to declare that, l/my firm/company have not been blacklisted by any Central/State Govt. organisation or by any Public sector undertakings of the state/central Govt. 3) That neither any criminal case nor any vigilance case is pending against me/my firm/company before any forum.

4) That this affidavit is required to be produced with tender paper before the District Manager, OSCSC Ltd,_ District.

5) That the facts stated above are true to the best of my knowledge and belief. ldentified by me Deponents Advocate

The above deponent being present before me & duly identified by Sri Advocate states on oath that the facts stated above are true to the best of his/her knowledge. Deponent *Strike out whichever is not applicable. Executive Magistrate/ Notary Public.

r :t- tX- *"t)L Annexure-S (DECLAMTION OF FAMILY MEMBERS/ PARTNERS/ DIRECTORS) Before the Executive Magistrate/ Notarv public Sri

AFFIDAVIT I Sri Aged about , Son/ Daughter/ Wife of Sri Proprietor/ Partner/ Director of do hereby solemnly affirm and declare as follows. I am aware of the fact that the term 'Family' shall mean husband / wife, un-married sons / daughters, married son leaving in the same mess (including adopted children) and dependant parents. No person shall be appointed as Level-ll Transport Contractor under this tender process, if s/he or any of her/ his family members has a commercial interest in a business relating to State Level and/or Level-l Transport operation under Departmental Storage operation of oscsc Ltd. and/or custom milling of rice for oSCSC Ltd. under DCp scheme of Govt. of lndia for the district for which I intend to apply under this tender. I am also aware that commercial interest shall include a business, partnership or company for the operation as State Level and/or Level-l Transport Contractor under Departmental Storage Operation of OSCSC Ltd. and/or Custom Miller for OSCSC Ltd. under DCP scheme of Govt. of lndia for the district for which I intend to apply under this tender.

I declare that l/ any my family member/ Partner(s) along with his/her/their family members/ Director(s) along with his/her/their family members have no commercial interest with any State Level and/or Level-l Transport Contractor under Departmental Storage operation of oscsc Ltd. and/or custom Miller for oscsc Ltd. under Dcp scheme of Govt. of lndia of the district for which I intend to apply this tender. lf the above declaration is found false / not true during the scrutiny of tender or the currency of the contract, I shall be liable for punishment for such breach of the contract and my agreement shall also be liable for termination. Apart from above, my EMD / Security Deposit may also be forfeited.

N n.n*tt-t.p:\h ldentified by me Deponents Advocate The above deponent present being before me & dury identified by Advocate states on oath that the facts stated above are true to the best of his/her knowledge.

Deponent Executive Magistrate/public Notary

(The above Affidavit shall be made in a Non-Judicial Stamp paper worth Rs.10/-)

\'j',.'a)---\\ ^ODISHA STiTTf, CMN SUPPLIf,S CORPORATION LIMITf,D, BALASOBtr

CONTRACT VALUE FOR APPOINTMENT OF TRANSPORT CONTRACTOR,LEVEL.TI FOR THE YEAR 2019-21

Sl No NAME OF Unit Tagged to THE RRC-CUM.DSC xWorkabte RRC-cum-DSC Rate per quintat for the Unit (in Rs.)

1 Name Location 3 Fig u re Words

OUPADA 42.90 1 SIMULIA SIMULIA xupees Forty Two and paisa Ninety Only SIMULIA 28.28 Rrtnpps Twonfv, ..v,i!, ci^r+ .;;;;:;l::- r____ E,y,,r q,,u r orJq I wBiltv trtqnI unlv zoNAL DEPOI REMUNA 3 REMUNA 30.24 rnrnv and rffi REMUNA ^upees SADAR 40.57 Ruoees Fortv and Filtv KHAIRA 61.08 Rupees Sixty One and prita Ei.ht Onl, CWC, 50Ro 4 BANAPARIA BANAPARIA 46.74 Rupees Forty paisa SORO NAC Six and Seventy Four Only BAHANAGA 39.37 Rupees Thirtv Nine and Thirtv Sovpn onl,, NILGIRI 5 NILGIRI NILGIRI 3t.76 Rupees Thirty One paisa \ILGIRI NAC and Seventy Six Only BALIAPAL 53.74 Rupees Fifty Three and Seventy Six Only BASTA 48.65 6 JALESWAR JALESWAR Rupees Forty eisht unr3ttv Fir; o;tr- JALESWAR 38.O8 Rupees Thirty Eight and paisa JALESWAR NAC Eight Only 7 BHOGRA] 8I-IOGRAI BHOGRAI 29.61 Ruoees Twpntv Nino v v B CWC,BAMPADA BAMPADA BALASORE MPL 28.28 Rupees Twenty Eiqht and paisa Twentv Fioht ontv Total:-

I/We offer to carry out transport operation for unit on following rate which includes all taxes, duties, cess etc.

in words) below

N.B:- 1 Indicate the name of Unit at the appropriate place above for which tender is applied. 2 Choose any one option only from ,V,,mark the above 03 otions and put a against the desired option in the check box- In case of opting for option (ii) or (iii), mention the dlsired percentage along with putting a 'V'mark)

Date: Signature of tenderer/ Authorized person Place: Name: Sea l:

-^( \ .(a' n.s|-' (Signature \. of the Issurng Officer) (Signature of the Tenderer)