Tender Document for Integrated Scheme for Computer Education (CE) and Information & Communication Technology (ICT) @ Schools (Phase-III)

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

Mode of Bid Submission Online through e-Procurement/ e-Tendering system at http://eproc.rajasthan.gov.in Procuring entity/ Procuring entity Director, Secondary Education Department, Bikaner () Date & Time of Pre-bid meeting 23/07/2013 at 3:00 PM Last Date & Time of Submission of Bid 22/08/2013 at 5:00 PM Date & Time of Opening of Technical 23/08/2013 at 3:00 PM Bid Cost of Tender Document: Rs. 10,000 (Rupees Ten Thousand only) e-Tender processing fee: Rs. 1,000/- (Rupees One Thousand Only)

Name of the Bidding Company/ Firm:

Contact Person (Authorised Bid Signatory):

Correspondence Address:

Telephone & Mobile No. Fax Nos.:

Website &

E-Mail:

Other information: 1. Region: State of Rajasthan 2. Address for correspondence: Respective Dy. Director (Sec.), Education Department, Range HQs 3. The list of ranges with districts are as under: S. Range Name of the Districts Range Office Contact No.of No. Name No. schools 1. Jaipur, Alwar, Dausa, Sikar DD(Sec.), Jaipur 0141-2706849 347 2. Ajmer Ajmer, Tonk, Bhilwara, Nagaur DD(Sec.), Ajmer 0145-2621991 280 3. Churu Bikaner, Churu, Jhunjhunu, DD(Sec.), Churu 01562-250439 376 Hanumangarh, SriGanganagar 4. Udaipur Udaipur, Rajsamand, Banswara, DD(Sec.), Udaipur 0294-2421621 354 Dungarpur, Chittorgarh, Pratapgarh 5. Kota Kota, Baran, Jhalawar, Bundi DD(Sec.), Kota 0744-2387225 120 6. Jodhpur, Sirohi, Jaisalmer, DD(Sec.), Jodhpur 0291-2511091 374 Barmer, Jalore, Pali 7. Bharatpur Bharatpur, Dholpur, Karauli, DD(Sec.),Bharatpur 05844-223556 149 Sawaimadhopur Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III) TABLE OF CONTENTS

SNo. Chapter Page No. Abbreviations & Definitions 3 1. INVITATION FOR BIDS (IFB) & NOTICE INVITING TENDER (NIT) 5 2. Scheme Profile 7 3. Eligibility Criteria 8 4. Scope of Work 11 5. INSTRUCTION TO BIDDERS (ITB) AND BIDDING PROCESS 12 6. TERMS AND CONDITIONS OF TENDER & CONTRACT 28 Annexures 1. Bill of Material (BoM) required in each school 59 2. Technical Specifications 60 3. No. of Schools and Earnest Money 73 4. Pre-Bid Queries Format 75 5. Tender Form 76 6. Bidder’s Authorisation Certificate 79 7. Self-Declaration – No Blacklisting 80 8. Certificate of Conformity/ No Deviation 81 9. Manufacturer’s Authorisation Form (MAF) 82 10. Undertaking of Authenticity of Computer Equipments 83 11. Financial Bid Undertaking 84 12. Price bid (to be uploaded in BoQ on e-proc site) 85 13. Draft Performance Bank Guarantee (PBG) 86 14. Draft Agreement Format 88 15. Components Offered – BoM 90 16. Technical Bid Submission Sheet 91 17. Draft Bank Guarantee-Bid Security (EMD) 92 18. Bid Securing Declaration 95 Appendix-A: Procedure of Appeals 96 Memorandum of Appeal under the Rajasthan Transparency in Public 97 19. Procurement Act, 2012 20. Tentative list of 2000 schools under ICT-III 98

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #2 of #133 Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III) ABBREVIATIONS & DEFINITIONS

Authorised The bidder’s representative/ officer vested (explicitly, implicitly, or Signatory through conduct) with the powers to commit the authorizing organization to a binding agreement. Also called signing officer/ authority having the Power of Attorney (PoA) from the competent authority of the respective Bidding firm. BB Battery Backup Bidder "Bidder" means any firm/ agency/ company/ contractor/ supplier/ vendor responding to Invitation for Bids and which is participating in the Bid. Also called offeror or quoter. BoD Board of Directors BOOT Build-Own-Operate-Transfer BSER Board of Secondary Education, Rajasthan, Ajmer Business Day A working day except Rajasthan Government or school holidays. CMC Contract Monitoring Committee “The Contract” means a legally enforceable agreement entered into Contract between DD(S) and the selected bidder(s) with mutual obligations. The Contract/ Project Period shall commence from the date of issue of Contract/ Project Work order till 5 Years of Operations & Maintenance Services after Period commissioning of the project. Day “Day” means a calendar day as per GoR Department Secondary Education Department DIT Department of Electronics & Information Technology, Govt. of DoIT&C Department of Information Technology and Communications, Government of Rajasthan. eGRAS Online Government Receipts Accounting System (e-GRAS) is an e- Governance Initiative of Government of Rajasthan under Mission Mode Project category and is part of Integrated Financial Management System (IFMS). eGRAS facilitates collection of tax/ non-tax revenue in both the modes: online as well as manual. All types of government revenue may be deposited online using this website: https://egras.raj.nic.in/ EMD Earnest Money Deposit. ETDC Electronic Testing & Development Centre FOR/ FOB Free on Board or Freight on Board GoI/ GoR Govt. of India/ Govt. of Rajasthan “Goods” means a tangible physical product that can be contrasted with Goods a service which is intangible i.e. all the products which the bidder is required to supply to Procuring entity under the Contract. ICT Information and Communication Technology. INR Indian Rupee ISI Indian Standards Institution ISO International Organisation for Standardisation IT Information Technology ITB Instruction to Bidders LoI Letter of Intent NeGP National e-Governance Plan of Government of India, Department of

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #3 of #133 Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III)

Information Technology (DIT), Ministry of Communications and Information Technology (MCIT), New Delhi. NIT Notice Inviting Tender. Original Equipment Manufacturer. It is a company that purchases for OEM use in its own products a component made by a second company. If a company purchases any equipment from another company to put in its desktop/ computers/ laptops/, the first company is the OEM, and OEM Sale the second company (whose product is used by OEM) would classify the transaction as an OEM sale. PAN Permanent Account Number PC Procurement Committee PQ Pre-Qualification “The Project Site”, wherever applicable, means the designated place Project Site or places. PSD Performance Security Deposit. Tendering authority/ Person or entity that is a recipient of a good or service provided by a Purchaser/ seller (bidder) under a purchase order or contract of sale. Also called Procuring Entity buyer. DD(S) in this RFP document. RFP Request for Proposal (Bidding document), an early stage in procurement process, issuing an invitation for suppliers, through a bidding process, to submit a proposal on a specific commodity or service. RISL RajCOMP Info Services Limited (formerly RajCOMP) RSDC Rajasthan State Data Centre located at Yojana Bhawan, Jaipur. (New SDC) School Day See Business Day SDC State Data Centre located at Yojana Bhawan, Jaipur. (Old SDC) SecLAN Secretariat Local Area Network “Services” means the services to be delivered by the successful bidder Services and as required to run the project successfully as per the Contract. A service is the intangible equivalent of an economic good. SI Successful Bidder/ Vendor/ Supplier Service Level Agreement is a negotiated agreement between two parties wherein one is the customer and the other is the service SLA provider. It is a service contract where the level of service is formally defined. In practice, the term SLA is sometimes used to refer to the contracted delivery time (of the service) or performance. State Government Government of Rajasthan. STQC Standardisation Testing and Quality Certification, Govt. of India TIN Tax Identification Number TPA Third Party Auditors VAT/ CenVAT Value Added Tax/ Central VAT WO/ PO Work Order/ Purchase Order Working Day See Business Day

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #4 of #133 Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III)

Chapter-1:

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #5 of #133 Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III)

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #6 of #133 Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III) Chapter – 2: Scheme profile

The scheme of Educational Technology (ET) was started in 1972 during the IV Plan. Under the scheme 100% assistance was given to 6 State Institutes of Educational Technology (SIET) and the States/UTs were assisted for procurement of radio cum cassette players and colour Display Units. Further, in recognition of the importance of role of ICT in education, the Computer Literacy and Studies in Schools (CLASS) Project was introduced as a pilot project in 1984-85 with the use of BBC micros. The project was adopted as a Centrally Sponsored Scheme during the 8th Plan (1993-98) and its scope was widened to provide financial grants to educational institutions and also to cover new Government and Government aided secondary and higher secondary schools. The National Task Force on Information Technology and Software Development (IT Task Force), constituted by the Hon'ble Prime Minister in July, 1998 made specific recommendations on introduction of IT in the education sector including schools for making computers accessible through the Vidyarthi Computer Scheme, Shikshak Computer Scheme and School Computer Schemes. Smart Schools were recommended on a pilot basis in each State for demonstration purposes. It was also stipulated that 1 to 3% of the total budget was to be spent on provision of computers to all educational Institutions up to Secondary and Higher Secondary level during the next five years. Based on the experience gained so far, a need for a revision of the scheme of ICT @ Schools was felt on the following grounds. 1. Expansion with emphasis on quality and equity: A need was felt to expand the outreach of the scheme to cover all Government and Government aided secondary and higher secondary schools in the country with emphasis on educationally backward blocks and areas with concentration of SC, ST, minority and weaker sections. Along with that, there is a need for ensuring dependable power supply where the electricity supply is erratic and internet connectivity, including broadband connection. 2. Demonstration effect: There is a need to set up smart schools at the district level to serve as demonstration models for neighbouring schools. 3. Teacher engagement and better in-service and pre-service training: There is a need for pre service as well as in service training of all teachers in effective use of ICT in teaching and learning process. 4. Development of e-content: There is also a need to develop and use appropriate e- content to enhance the comprehension levels of children in various subjects. 5. A strong mechanism for monitoring and management needs to be set in place at all levels for ensuring optimal delivery of set targets. 6. The Scheme envisages that the School Management Committee, Parents Teachers Association and local bodies would be involved in the programme management along with the setting up of an online web-based portal for real-time monitoring and transparency. In addition, independent monitoring and evaluation is envisaged. Accordingly, the Scheme has been revised, with the approval of Cabinet Committee on Economic Affairs (CCEA) on 9th January 2010, for implementation during the remaining period of 11th Plan. Mode of implementation: States are encouraged to implement the programme through a BOOT model under which the supplier would make available the ICT infrastructure for the duration of the contract period (normally five years) on the basis of a service level agreement and assurance of a periodic payment subject to satisfactory maintenance.

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #7 of #133 Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III)

Chapter – 3: ELIGIBILITY CRITERIA Basic pre-qualification criteria for the Tenderer for participation in the tender process are as under: Srl Basic Specific Requirements Documents Required Requirem ent 1 Legal The bidder should be a firm/ organization/ In case bidder is a company – Entity institute/ company/ corporation/ society/ trust Certified copy of the Certificates registered/ incorporated in India and should be of incorporations for companies in existence prior to 01-04-2008. Consortium in & Memorandum and articles of any form is not allowed. The Bidder shall have association issued by Registrar the nationality of India. of Companies. (or) In case the bidder is a registered society – Certified copy of registration deed with objects of constitution of society. (or) In case bidder is a corporation – Authenticated copy of the parent stature. (or) In case of Trust- Certified copy of the Trust Deed. (or) In case of Firm- Certified copy of Registration deed 2 Turnover The tenderer should have a consolidated Audited Balance Sheets and CA from turnover during the last five financial years Certificate with CA’s Registration Education (2007-08 to 2011-12) as specified below Number/ Seal field depending upon the nos. of ranges they want to quote:

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

In order to calculate the turnover/ experience in education field, turnover/ experience of education field of the parent company shall be taken into consideration. 3 Net Worth The net worth of the bidder as on 31/03/2012 CA Certificate with CA’s should be positive. Registration Number/ Seal 4 Project The tenderer should have required experience {Work Completion Certificates Experience in implementation of education projects as on from the client; OR 31/03/2013 on BOOT/ BOOM/ BOT/ turnkey Work Order + Self Certificate of basis in India for any Government/ Public Completion (Certified by the Sector organization/ Govt. Institution involving Statutory Auditor); OR supply, installation & maintenance of computer Work Order + Phase Completion hardware and related accessories, supply of Certificate from the client)} skilled service setup, computer training for at least: 250 schools within the last 5 years if they want to quote for any single range. 500 schools within the last 5 years if they want to quote for any two ranges.

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #8 of #133 Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III) Srl Basic Specific Requirements Documents Required Requirem ent 750 schools within the last 5 years if they want to quote for any three ranges. 1000 schools within the last 5 years if they want to quote for any four ranges. 1250 schools within the last 5 years if they want to quote for any five ranges. 1500 schools within the last 5 years if they want to quote for any six ranges. 2000 schools within the last 5 years if they want to quote for the all the seven ranges 5 Tax The Bidder should have a registered number of Copies of relevant registration registration i. VAT/Sales Tax where his business is located certificates, and VAT clearance and ii. Service Tax certificate from the CTO of the clearance iii. Income Tax / Pan number. circle concerned The bidder should have cleared his VAT dues to the State Government of Rajasthan 6 Financial The tenderer should have adequate financial Letter from a financial institution resources resources or should have sufficient reserves as (as unit or groups of same unit) per the audited financial statement to that it is willing to fund this undertake the contract. project/ scheme OR Declaration on tenderer’s letterhead (in case tenderer wish to use the internal sources for funds) shall be furnished along with sufficient proofs 7 Certificatio i. The Bidder must possess a valid ISO Copy of a valid certificate. The n 9001:2008 certification, as on date of tenderer should enclose relevant submission of the bid and a copy of same photocopies of the certificates, should be enclosed with the Technical bid. catalogues, brochures, etc. in ii. The desktop hardware OEM must be the support of all the items quoted manufacturer of Desktops quoted by the tenderer and it should have Direct OEM account of Microsoft and should be authorized to preload PC Operating System of Microsoft along with Recovery CD. iii. The hardware OEM’s must carry certifications as specified in the Technical Specifications. The Windows certification, TCO certification & DMI compliance, etc. should be listed on respective certification agencies websites like www.microsoft.com, and www.tcodevelopment.com etc. all the hardware equipment, mentioned in this RFP, should confirm to prevailing Central/ state Government/ Board rules & regulations along with latest environmental norms and conditions. iv. The manufacturer of the product (OEM) should be ISO 9001:2000 processes certified for manufacturing. ISO certificates are must for items like desktops, Laser Printer, DMP and Solar PV System as mentioned in this RFP.

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #9 of #133 Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III)

8 Mandatory 1) Bidder should: - A Self Certified letter as Undertaking a) not be insolvent, in receivership, bankrupt or given in the Annexure-7 being wound up, not have its affairs administered by a court or a judicial officer, not have its business activities suspended and must not be the subject of legal proceedings for any of the foregoing reasons; b) not have, and their directors and officers not have, been convicted of any criminal offence related to their professional conduct or the making of false statements or misrepresentations as to their qualifications to enter into a procurement contract within a period of three years preceding the commencement of the procurement process, or not have been otherwise disqualified pursuant to debarment proceedings; c) not have a conflict of interest in the procurement in question as specified in the bidding document. d) comply with the code of integrity as specified in the bidding document 2) A firm is not eligible to participate in this project while under sanction by Education Department, GoR. Similarly, at the time of bidding, the firms black-listed/ debarred in participating in any procurement process undertaken by - a) any Procuring Entity, if debarred by the State Government; and b) Procuring Entity if debarred by such procuring Entity.

Other requirement 9 Make & The tenderer will indicate the exact make & model A self declaration (on Model along with opted option in the technical bid so that Bidder’s Letterhead), and their performance eligibility could be assured as Annexure-15 per specifications mentioned in this tender. Tenderer would supply only those makes & models which have been accepted during technical evaluation. No other make & model will be supplied which is not quoted or not approved 10 All schools The tenderer must bid for all the schools in the Nil range(s) being quoted irrespective of their location within that range(s). Partial bidding in any given range will disqualify the tenderer. 11 POA General Power of attorney / Board of Directors As required. resolution / Deed of Authority executed in favour of person(s) authorized to sign the Bid Document and the contract and all correspondences / document thereof Note: A bidder can quote for any number of ranges as per eligibility criterion, but will only be awarded a maximum of 4 (Four) Ranges in normal conditions. If one bidder quotes for more than 4 (Four) ranges and becomes L1 in more than four ranges, then options shall be sought from the L1 bidder for choosing any of the four ranges the remaining range/ ranges shall be put in the panel but the work for the fifth or subsequent ranges will be awarded only if L2, L3 till H1 decline separately to accept the order on L1 rate for the given range/ ranges.

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #10 of #133 Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III)

CHAPTER 4: SCOPE OF WORK

The Secondary Education Department of Government of Rajasthan proposes to provide ICT based Educational Services based on Board of Secondary Education, GoR syllabus for which following scope of work is defined:- 1. To install and maintain Computer Labs and to provide technical support during computer based education in specified Govt. Senior Secondary Schools/ Govt. Secondary Schools affiliated to The Board of Secondary Education, Rajasthan, Ajmer, (BSER) on Build- Own-Operate-Transfer (BOOT) basis for a period of 5 (Five) years from the date of signing of agreement. The number of schools can be increased or decreased at the discretion of the procuring entity. Additional schools may be added or deleted in subsequent years. In case of addition average per school cost of the tender will be provided and in case of deletion alternative school will be provided. However amount will be deducted, if bidder will be reluctant to move the infrastructure. 2. To prepare and setup a computer lab (ICT Lab) at each school with proper electrical works 3. To supply and install entire system (computer hardware, software, Internet, multimedia based content and additional accessories/materials like UPS, electric cables, furniture etc.) as per technical requirements prescribed in this tender document. 4. To maintain the supplied items (hardware, software and accessories) at the schools. If required, provide support to the school subject teachers in the use of the multimedia based content along with support in imparting of computer training to teachers and non- teaching staff in each school as mentioned in the tender document without any extra cost. 5. Since majority of these schools are located in backward and far-flung areas, the tenderer will be responsible, to install, run and maintain multimedia based content/ satellite education for hard spots as stipulated in this tender document during the contract period, for providing computer education through satellite through any legal means to make use of the display unit and the C-Band antennae with prior permission of the department. Any content desired by the department shall be telecast without any additional cost. 6. To supply adequate stationery and consumables at each school. 7. To setup a Help Desk/ Call Centre Facility at Range HQ along with Monitoring setup. 8. To make provision for MIS s/w, satellite education, internet, electricity and Solar system, etc. and meet running expenses there on. 9. The payment will be managed by the education department through concerned DEO (Secondary I/II) and no fee or any amount shall be charged from the students or school employees by the tenderer. 10. To install operating system & application software in hardware of computer lab without any cost, to be provided by the Department. 11. Examination for the computer education will be conducted by the concerned school/ BSER along with their local examination schedules for other subjects. Computer Education should be completed before starting of preparation leave for schools / BSER examination in the academic year. Question papers will be designed and provided by the Department / BSER.

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #11 of #133 Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III) CHAPTER 5: INSTRUCTION TO BIDDERS (ITB) and BIDDING PROCESS

1) Sale of Tender/ Bidding Document- The complete bidding document would be available on the websites for the period as specified in the NIT. The prospective bidders are permitted to download the bidding document from any of the specified websites but must pay the cost of tender/ bidding document while submitting the ebids. The Procuring Entity is not responsible for the completeness of the Bidding Document and its addenda, if they were not obtained directly from the Procuring Entity or not downloaded correctly from the Procuring Entity’s website/ State Public Procurement Portal. 2) Clarification of Bidding Document and Pre-Bid Conference- a) The Bidder shall be deemed to have carefully examined the conditions, specifications, size, make and drawings, etc., of the Goods and Related Services to be supplied. If any Bidder has any doubts as to the meaning of any portion of the conditions or of the specifications, drawings etc., it shall, before submitting the Bid, refer the same to the Procuring Entity and get clarifications in the specified format as per Annexure-4. A Bidder requiring any clarification of the Bidding Document shall contact the Procuring Entity in writing at the Procuring Entity’s address indicated in the NIT. The Procuring Entity will respond in writing to any request for clarification, within seven days, provided that such request is received no later than twenty-one (21) days prior to the deadline for submission of Bids. The Procuring Entity shall forward copies of its response to all Bidders who have acquired/ procured the Bidding Document directly from it including a description of the inquiry but without identifying its source. It shall also be placed on the websites of State Public Procurement Portal and the Procuring Entity. b) The purpose of the Pre-Bid Conference will be to clarify issues and to answer questions on any matter related to this procurement that may be raised at that stage. c) The Bidder is requested, to submit questions in writing, to reach the Procuring Entity not later than one week before the Pre-Bid Conference. d) Minutes of the Pre-Bid Conference, including the text of the questions raised, and the responses given, without identifying the source, will be transmitted promptly to all Bidders who have acquired the Bidding Document and will also be placed on the State Public Procurement Portal. Any modification to the Bidding Document that may become necessary as a result of the Pre-Bid Conference shall be made by the Procuring Entity exclusively through the issue of an addendum (part of Bid document) and not through the minutes of the Pre-Bid Conference. e) At any time prior to the deadline for submission of the Bids, the Procuring Entity, suo motto, may also amend the Bidding Document if required by issuing an addenda which will form part of the Bidding Document. f) Non-attendance at the Pre-Bid Conference will not be a cause for disqualification of a Bidder. g) The procuring entity reserves the right not to respond to any/ all queries raised or clarifications sought if, in their opinion and at their sole discretion, they consider that it would be inappropriate to do so or do not find any merit in it. 3) Amendment of Bidding Document- a) Any addendum issued shall be part of the Bidding Document and shall be communicated in writing to all Bidders who have obtained the Bidding Document

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #12 of #133 Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III) directly from the Procuring Entity. It shall also be uploaded on the websites of State Public Procurement Portal and the Procuring Entity for prospective bidders to download. b) To give prospective Bidders reasonable time in which to take an addendum into account in preparing their Bids, the Procuring Entity may, at its discretion, extend the deadline for the submission of the Bids under due intimation to the Bidders who have procured the Bidding Document from the Procuring Entity and also by uploading it on the websites of State Public Procurement Portal and Procuring Entity. 4) Documents comprising the Bid- a) A Single stage-Two cover system shall be followed for the bid – a. Technical bid b. Commercial bid b) Technical bid shall include the following documents: - SNo. Documents Type Document Format 1 Covering Letter – Technical Bid On bidder’s letter head duly signed by authorized signatory Fee Details 1 Tender Fee Scanned copy of Fee Receipt / DD/ Banker’s Cheque. 2 RISL Processing Fee Scanned copy of DD/ Banker’s Cheque. 3 EMD Scanned copy of DD/ Banker’s Cheque/ BG. If quoting for more than one range than separate EMD's (in the name of respective DD(S) & payable at respective range HQ) are to be submitted for each quoted range. Pre-Qualification Documents 1 Tender Form as per Annexure-5 2 Bidder’s Authorisation Certificate along with as per Annexure-6 copy of PoA/ Board resolution stating that Auth. Signatory can sign the bid/ contract on behalf of the firm 3 Self-Declaration – No Blacklisting as per Annexure-7 4 Certificate of Conformity/ No-Deviation as per Annexure-8 5 All the documents mentioned in the As per the format mentioned against “Eligibility Criteria”, in support of the the respective eligibility criteria clause eligibility Technical Documents 1 Manufacturer’s Authorisation Form (MAF) of as per Annexure-9 hardware items as required 2 Undertaking of Authenticity of Computer On non-judicial stamp paper of Rs. Equipments 100 as per Annexure-10 3 Financial Bid Undertaking On bidder’s letter head duly signed by authorized signatory as per Annexure- 11 4 Components Offered as per Annexure-15 5 Technical specifications + Compliance Compliance sheet as per Annexure 2 Sheet for all items only on OEM Letter Head from OEM of the product and bidders both on their respective letterheads. Please note the Financial bid undertaking needs to be submitted along with the technical bid. Price bid needs to be submitted only on e-procurement website as per the BoQ template. c) Commercial bid shall include the following documents: - SNo. Documents Type Document Format 1. Price Bid As per Annexure-12 (As per BoQ (.XLS) format available on e-Procurement portal)

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #13 of #133 Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III) d) The bidder should ensure that all the required documents, as mentioned in this bidding document, are submitted along with the bid and in the prescribed format only. Non-submission of the required documents or submission of the documents in a different format/ contents may lead to the rejections of the bid proposal submitted by the bidder. e) Post-bid clarifications, if any, will be sought only once. Hence, bidders are advised to prepare and submit the bid accordingly and ensure that all the required documents are in place. Also, clarifications shall be sought only for the bid/ documents submitted and no new documents shall be accepted. 5) Cost of Bidding: The Bidder shall bear all costs associated with the preparation and submission of its Bid, and the procuring entity shall not be responsible or liable for those costs, regardless of the conduct or outcome of the bidding process. 6) Language of Bid: The eBid, as well as all correspondence and documents relating to the Bid exchanged by the Bidder and the procuring entity, shall be written only in English Language. Supporting documents and printed literature that are part of the Bid may be in another language provided they are accompanied by an accurate translation of the relevant passages duly accepted by the Bidder in English/ language, in which case, for purposes of interpretation of the Bid, such translation shall govern. 7) Bid Prices- a. The price/ financial bid must be specified in the BoQ file available at e-proc and without changing its form and type. b. Prices quoted in the bid must be firm and final and shall not be subject to any modifications, on any account whatsoever. The price quoted shall include all costs and all taxes and duties applicable to the bidder as per law of the Central/ State Government/ Local Authorities, unless specifically asked for separately or excluded. Revision in taxes/ duties including VAT and Service Tax shall be on account of the tenderer. c. All the prices shall be quoted by the Bidder entirely in Indian Rupees (INR). All payments shall be made in Indian Rupees only. d. Prices/ Rates shall be written both in figures and words, as applicable. e. All rates quoted must be FOR destination/ site where the IT/ Computer systems and allied items are to be installed, and should include all incidental charges including Central/ Rajasthan VAT and Entry Tax. In case of local supplies the rates should include all taxes, etc., and procuring entity will not pay any cartage or transportation charges. f. Prices quoted by the Bidder shall be fixed during the Bidder’s Performance of the Contract and not subject to variation on any account. A Bid submitted with an adjustable price quotation shall be treated as non-responsive and shall be rejected. g. The prices quoted by the Bidder in the Financial/ Commercial bid shall conform to the requirements specified therein. h. The price to be quoted in the financial bid shall be the total price of the bid. Discount, if any, should be included in the quoted price. i. The disaggregation of price components, if required, is solely for the purpose of facilitating the comparison of bids by the procuring entity. This shall not in any way limit the procuring entity’s right to contract on any of the terms offered: -  For Goods offered from within/ outside the country.  For Related Services whenever such Related Services are specified in the bidding document. 8) Period of Validity of Bids-

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #14 of #133 Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III) a. Bids shall remain valid for the period as specified in NIT, after the bid submission deadline date prescribed by the procuring entity. A bid valid for a shorter period shall be rejected by the procuring entity as nonresponsive bid. b. In exceptional circumstances, prior to the expiration of the bid validity period, the procuring entity may request bidders to extend the period of validity of their Bids. The requests and the responses shall be made in writing. The Bid Security (EMD) shall also be extended for a corresponding period. A Bidder may refuse the request without forfeiting its Bid Security i.e. EMD. A Bidder granting the request shall not be required or permitted to modify its Bid. 9) Bid Security or Earnest Money Deposit (EMD)- a. Unless otherwise specified in this RFP, the Bidder shall furnish as part of its Bid, a Bid Security in original form and in the amount and currency specified in this RFP. b. Bid Security shall be 2% of the estimated value of subject matter of procurement put to bid or as specified by the State Government. In case of Small Scale Industries of Rajasthan it shall be 0.5% of the value of the quantity offered for supply and in case of Sick Industries, other than Small Scale Industries, whose cases are pending with Board of Industrial and Financial Reconstruction; it shall be 1% of the estimated value of Bid. c. The Bid Security may be given in the form of cash, a banker’s cheque or bank demand draft or bank guarantee, in specified format, of a Scheduled Bank in India or deposit through eGRAS. d. In lieu of Bid Security, a Bid Securing Declaration shall be taken from Departments of the State Government and State Government Public Sector Enterprises, Autonomous bodies, Registered Societies, Cooperative Societies which are controlled or managed by the State Government and Public Sector Enterprises of Central Government. e. Bid Security instrument or cash receipt of Bid Security or a Bid securing declaration shall necessarily accompany the sealed Bid. Any Bid not accompanied by Bid Security or Bid Securing Declaration, if not exempted, shall be liable to be rejected. f. Bid Security of a Bidder lying with the Procuring Entity in respect of other Bids awaiting decision shall not be adjusted towards Bid Security for the this Bid. The Bid Security originally deposited may, however, be taken into consideration in case Bids are re-invited. g. The issuer of the Bid Security and the confirmer, if any, of the Bid Security, as well as the form and terms of the Bid Security, must be acceptable to the Procuring Entity. h. Prior to presenting a submission, a Bidder may request the Procuring Entity to confirm the acceptability of proposed issuer of a Bid Security or of a proposed confirmer, if it is in a different form than specified above. The Procuring Entity shall respond promptly to such a request. i. The bank guarantee presented as Bid Security shall be got confirmed from the concerned issuing bank. However, the confirmation of the acceptability of a proposed issuer or of any proposed confirmer does not preclude the Procuring Entity from rejecting the Bid Security on the ground that the issuer or the confirmer, as the case may be, has become insolvent or is under liquidation or has otherwise ceased to be creditworthy. j. The Bid Security of unsuccessful Bidders shall be refunded soon after final acceptance of successful Bid and signing of Contract Agreement and submitting Performance Security by successful Bidder

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #15 of #133 Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III) k. The Bid Security taken from a Bidder shall be forfeited in the following cases, namely:- (i) when the Bidder withdraws or modifies his Bid after opening of Bids; or (ii) when the Bidder does not execute the agreement in accordance with terms & conditions laid down in this RFP within the specified time after issue of letter of acceptance/ placement of supply order; or (iii) when the Bidder fails to commence the supply of the Goods or Related Services as per supply order within the time specified; or (iv) when the Bidder does not deposit the Performance Security in the specified time period after the supply / work order is placed; (v) if the Bidder breaches any provision of the Code of Integrity prescribed for Bidders specified in the Act, Chapter VI of the Rules; or (vi) if the Bidder does not accept the correction of its Bid Price l. In case of the successful Bidder, the amount of Bid Security may be adjusted in arriving at the amount of the Performance Security, or refunded if the successful Bidder furnishes the full amount of Performance Security. No interest will be paid by the Procuring Entity on the amount of Bid Security. 10) Deadline for the submission of Bids- Bids shall be received, by the person designated for the purpose by the Procuring Entity or directly dropped in the Bid Box, or submitted electronically, where asked for at the place and up to the time and date specified in the Notice Inviting Bids or an extension issued thereof. 11) Format and Signing of Bid- a. The bid forms/templates/ annexures etc., wherever applicable, shall be typed or written in indelible ink and shall be signed (all the pages) by a person duly authorized to sign, in token of acceptance of all the terms and conditions of the bidding document. This authorization shall consist of a written letter of Authorization from the authorised person, accompanied with a board resolution, in case of a company/power of attorney as per Annexure-6. b. Any amendments such as interlineations, erasures, or overwriting shall be valid only if they are signed by the person signing the bid. c. The bid, duly signed (digitally) by authorised signatory, should be uploaded on the e-proc portal in respective file/ format. d. Bidders must submit their bids online at e-proc portal. Bids received by another other means shall not be accepted. e. If bids are not submitted as per the details mentioned in this bidding document and e-proc website, the procuring entity shall reject the bid. 12) Withdrawal, Substitution and Modification of Bids- a) A Bidder may withdraw, substitute or modify its Bid Proposal after it has been submitted by sending a written Withdrawal/ substitutions/ modifications etc. Notice, duly signed by the Bidder or its authorised representative, and shall include a copy of the authorisation in accordance with ITB Sub-Clause 'Format and Signing of Bid'. The corresponding Withdrawal, Substitution or Modification of the Bid must accompany the respective written Notice. All Notices must be: (i) submitted in accordance with ITB Clauses 'Format and Signing of Bid' and 'Sealing and Marking of Bids', the respective inner and outer envelopes shall be clearly marked ”WITHDRAWAL”; “SUBSTITUTION”, or “MODIFICATION” and (ii) received by the Procuring Entity prior to the deadline specified by the Procuring Entity for submission of Bids in accordance with ITB Sub-Clause 'Deadline for Submission of Bids'.

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #16 of #133 Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III) b) Bid Proposals that are withdrawn in accordance with ITB Sub- Clause 'Withdrawal of Bids' shall be returned unopened to the Bidders. c) No Bid shall be withdrawn, substituted or modified in the interval between the deadline for submission of the Bid and the expiration of the period of Bid validity specified in ITB Clause 'Period of Validity of Bids' or any extension thereof. d) instructions/ procedure are mentioned at e-Procurement website under the section "Bidder's Manual Kit". 13) Bid Opening- a) The designated Procurement Committee will perform the bid opening, which is a critical event in the bidding process. b) The procuring entity shall conduct the bid opening at the address, date and time specified in the NIT. c) All the bids received up to the specified time and date in response to all the bid inquiries shall be opened by the members of the designated Procurement Committee at the specified place, date and time in the presence of bidders or their authorized representatives who may choose to be present. Alternatively, the bidders may also view the bid opening status/ process online at e-Proc website. d) All the documents comprising of technical bid/ cover shall be opened & downloaded from the e-Proc website (only for the bidder’s who have submitted the prescribed fee(s) to respective DD(S). e) All the technical bid covers, except the Commercial/ Financial cover, shall be opened one at a time, and the following read out and recorded: the name of the bidder; the presence of the RISL processing fee, tender fee, EMD and any other details as the procuring entity may consider appropriate. No Bid shall be rejected at the time of opening of Technical Bids except the late Bids, Alternative Bids (if not permitted) and Bids not accompanied with the proof of payment or instrument of the required price of Bidding Document, processing fee or user charges (in case of e-procurement) and Bid Security. f) The Procuring entity shall prepare a record of the bid opening that shall include, at a minimum: the name of the bidder and the presence or absence of processing fee, Tender fee, and EMD. The bidder’s representatives who are present shall be required to sign the attendance sheet. g) The Financial cover will remain unopened and will be opened later on the date and time intimated to the bidders who qualify in the evaluation of technical bids. The date, time, and location of the opening of Financial Bids will be advised in writing by the Procuring Entity. h) The Bids opening committee shall prepare a list of the Bidders or their representatives attending the opening of Bids and obtain their signatures on the same. The list shall also contain the representative’s name and telephone number and corresponding Bidders’ names and addresses. The authority letters brought by the representatives shall be attached to the list. The list shall be signed by all the members of Bids opening committee with date and time of opening of the Bids. i) The Bids opening committee shall prepare a record of opening of Technical Bids that shall include, as a minimum: the name of the Bidder and whether there is a withdrawal, substitution, modification, or alternative offer (if they were permitted), any conditions put by Bidder and the presence or absence of the price of Bidding documents, processing fee or user charges and Bid Security. The Bidders or their representatives, who are present, shall sign the record. The omission of a Bidder’s signature on the record shall not invalidate the contents and effect of the record The members of the Bids opening committee shall also sign the record with date.

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #17 of #133 Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III) 14) Selection method- The selection method is Least Cost Based Selection (LCBS or L1). 15) Guiding Principles for Evaluation of Bids- a) The procuring entity shall strictly apply only and all of the evaluation and qualification criteria specified in the bidding document. b) The determination shall be based upon an examination of the documentary evidence of the bidder’s qualifications and proposed solution submitted by the bidder. c) A bidder shall be considered to be eligible if it meets the eligibility criteria mentioned in the RFP d) Deviations, Reservations, or Omissions in Technical or Financial Bids: A responsive bid would be the one that meets the requirements of the bidding document including the technical evaluation criteria, if any, without material deviation, reservation, or omission where: - i. “Deviation” is a departure from the requirements specified in the bidding document; ii. “Reservation” is the setting of limiting conditions or withholding from complete acceptance of the requirements specified in the bidding document; and iii. “Omission” is the failure to submit part or all of the information or documentation required in the bidding document. e) Responsiveness of Technical or Financial Bids: i. The Procuring Entity’s determination of the responsiveness of a Technical or Financial Bid is to be based on the contents of the Bid itself, as defined in Documents Comprising the Bid. ii. A substantially responsive Technical or Financial Bid is one that meets without material deviation, reservation, or omission to all the terms, conditions, and specifications of the Bidding Document. A material deviation, reservation, or omission is one that, a. if accepted, would: - (i) affect in any substantial way the scope, quality, or performance of the Goods and Related Services specified in the bidding document; or (ii) limits in any substantial way, inconsistent with the bidding document, the procuring entity’s rights or the bidder’s obligations under the proposed Contract; or b. If rectified, would unfairly affect the competitive position of other bidders presenting responsive bids. iii. The Procuring Entity shall examine the technical aspects of the Bid in particular, to confirm that requirements of this RFP have been met without any material deviation or reservation. iv. If a Technical or Financial Bid is not substantially responsive to the Bidding Document, it shall be rejected by the Procuring Entity and may not subsequently be made responsive by the Bidder by correction of the material deviation, reservation, or omission. f) Nonmaterial Non-conformities in Technical or Financial Bids: Provided that a bid is substantially responsive, the procuring entity -  may waive any nonconformity (with recorded reasons) in the bid that does not constitute a material deviation, reservation or omission.  may request that the bidder to submit the necessary information or documentation, within a reasonable period of time, to rectify nonmaterial nonconformities or omissions in the bid related to documentation requirements.

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #18 of #133 Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III) Request for information or documentation on such nonconformities shall not be related to any aspect of the Financial proposal of the bid. Failure of the bidder to comply with the request may result in the rejection of its bid.  will rectify nonmaterial nonconformities or omissions (with recorded reasons). To this effect, the bid price shall be adjusted during evaluation of financial proposals for comparison purposes only, to reflect the price of the missing or non- conforming item or component. The adjustment shall be made using the method indicated in pre-qualification and Evaluation Criteria of this bidding document. 16) Evaluation of Technical Bids- a) The technical evaluation shall be completed by the designated Procurement Committee as early as possible after opening of technical bids. It shall examine the technical bid including the pre-qualification documents as mentioned in this RFP. b) Examination of Terms and Conditions of the Technical or Financial Bids: i. The Procuring Entity shall examine the Bids to confirm that all terms and conditions specified in the bidding document have been accepted by the Bidder without any material deviation or reservation. ii. The Procuring Entity shall evaluate the technical aspects of the Bid submitted in accordance with 'Documents Comprising the Bid' and Documents Establishing the Conformity of the Goods and Related Services to the Bidding Document, to confirm that all requirements specified in this document and all amendments or changes requested by the Procuring Entity in accordance with 'Amendment of Bidding Document', have been met without any material deviation or reservation. c) Technical Evaluation Criteria – Bid shall be evaluated technically based on the documents submitted by the bidder as asked in the clause “Documents comprising the bid” d) The eligible bidders whose bid is determined to be substantially responsive shall be considered to be qualified in the technical evaluation, unless disqualified pursuant to clause “Conflict of Interest” or “Disqualification”, and shall be informed, either in writing or by uploading the details on the websites mentioned in the NIT, about the date, time and place of opening of their financial bids. e) The Procuring Entity shall notify Bidders in writing whose Technical Bids have been rejected on the grounds of being substantially nonresponsive and not qualified in accordance with the requirements of the Bidding Document and return their Financial Bids unopened. f) The firms which could not qualify in technical evaluation will be informed about this fact. Their financial bid will be returned unopened and EMD refunded after completion of the bid process i.e. award of the contract to the best/ successful bidder. 17) Evaluation of Financial Bids- a) The Procuring Entity shall evaluate each Financial Bid, the corresponding Technical Bid of which has been determined to be substantially responsive. b) To evaluate a Financial Bid, the Procuring Entity shall only use all the criteria and methodologies defined in this document. No other criteria or methodology shall be permitted. c) To evaluate a Financial Bid, the Procuring Entity shall consider the following: i. the Bid Price quoted in the Financial Proposal; ii. price adjustment for correction of arithmetical errors in accordance with Clause 'Correction of Arithmetical Errors'; iii. price adjustment due to discounts offered, if permitted, in accordance with Clause 'Bid Prices'; and NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #19 of #133 Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III) iv. price and/ or purchase preference in accordance with Clause 'Price and/ or Purchase Preference' v. price adjustment due to application of all the evaluation criteria specified in Evaluation and Qualification Criteria. These criteria may include factors related to the characteristics, performance, and terms and conditions of procurement of the Goods and Related Services which shall be expressed to the extent practicable in monetary terms to facilitate comparison of the Bids, unless otherwise specified. d) Unless otherwise specified, the evaluation of the total Price of a Bid shall be the price of delivering the Goods and Related Services at the site(s) or place(s) of delivery including all taxes and duties payable on them, insurance, transport, loading, unloading, erecting, stacking, testing, commissioning, etc. e) In comparing the rates quoted by firms from outside Rajasthan and those in Rajasthan but not entitled to Price Preference, the element of Rajasthan VAT shall be excluded whereas that of Central Sales Tax shall be included for comparison of rates. f) While comparing the rates in respect of firms within Rajasthan the element of Rajasthan Sales Tax / VAT shall be included. 18) Clarification of Technical or Financial Bids- a) To assist in the examination, evaluation, comparison and qualification of the Technical or Financial Bids, the Bid evaluation committee may, at its discretion, ask any Bidder for a clarification regarding its Bid. The committee’s request for clarification and the response of the Bidder shall be in writing/ email or through the e-Procurement portal. b) Any clarification submitted by a Bidder with regard to his Bid that is not in response to a request by the Bid evaluation committee shall not be considered. c) No change in the prices or substance of the Bid shall be sought, offered, or permitted, except to confirm the correction of arithmetical errors discovered by the Bid evaluation committee in the evaluation of the financial Bids. d) No substantive change to qualification information or to a submission, including changes aimed at making an unqualified Bidder, qualified or an unresponsive submission, responsive shall be sought, offered or permitted. 19) Correction of Arithmetical Errors in Financial Bid- Provided that the bid is substantially responsive, the Procuring Entity will correct arithmetical errors during evaluation of Financial Bids on the following basis:- i. if there is a discrepancy between the unit price and the total price that is obtained by multiplying the unit price and quantity, the unit price shall prevail and the total price shall be corrected, unless in the opinion of the procuring entity there is an obvious misplacement of the decimal point in the unit price, in which case the total price as quoted shall govern and the unit price shall be corrected; ii. if there is an error in a total corresponding to the addition or subtraction of subtotals, the subtotals shall prevail and the total shall be corrected; and iii. if there is a discrepancy between words and figures, the amount in words shall prevail, unless the amount expressed in words is related to an arithmetic error, in which case the amount in figures shall prevail subject to (i) and (ii) above. iv. If the Bidder that submitted the lowest evaluated Bid does not accept the correction of errors, its Bid shall be disqualified and its Bid Security shall be forfeited or its Bid Securing Declaration shall be executed. 20) Preliminary Examination of Technical or Financial Bids:

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #20 of #133 Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III) a) The Procuring Entity shall examine the Technical or Financial Bids to confirm that all documents and technical documentation requested in 'Documents Comprising the Bid' have been provided, and to determine the completeness of each document submitted. b) The Procuring Entity shall confirm, following the opening of the Technical or Financial Bids, that the following documents and information have been provided : (i) Bid is signed, as per the requirements listed in the Bidding documents; (ii) Bid has been sealed as per instructions provided in the Bidding documents; (iii) Bid is valid for the period, specified in the Bidding documents; (iv) Bid is accompanied by Bid Security or Bid securing declaration; (v) Bid is unconditional and the Bidder has agreed to give the required performance Security; and (vi) Price Schedules in the Financial Bids are in accordance with RFP Clauses; (vii) written confirmation of authorisation to commit the Bidder; (viii) Manufacturer’s Authorisation, if applicable; (ix) Declaration by the Bidder in compliance of Section 7 of the Act; (x) other conditions, as specified in the Bidding documents are fulfilled. 21) Price and/ or Purchase Preference: Price and/ or Purchase Preference, if applicable, shall be given in accordance with the policy of State Government notified / prevalent at the time of issue of NIT. 22) Comparison of bids: The procuring entity shall compare all substantially responsive bids to determine the lowest-evaluated bid in accordance with the evaluation criteria given in this RFP. 23) Post qualification of the Bidder: The Procuring Entity shall determine to its satisfaction that the Bidder that is selected as the lowest Bidder is qualified to perform the Contract satisfactorily. 24) Negotiations- a) Except in case of procurement by method of single source procurement, to the extent possible, no negotiations shall be conducted after the pre-Bid stage. All clarifications needed to be sought shall be sought in the pre-bid stage itself. b) Negotiations may, however, be undertaken only with the lowest or most advantageous bidder under the following circumstances- (i) when ring prices have been quoted by the Bidders for the subject matter of procurement; or (ii) when the rates quoted vary considerably and considered much higher than the prevailing market rates. c) The Bid evaluation committee shall have full powers to undertake negotiations. Detailed reasons and results of negotiations shall be recorded in the proceedings. d) The lowest Bidder shall be informed about negotiations in writing either through messenger or by registered letter and e-mail (if available). A minimum time of seven days shall be given for calling negotiations. In case of urgency the Bid evaluation committee, after recording reasons, may reduce the time, provided the lowest Bidder has received the intimation and consented to holding of negotiations. e) Negotiations shall not make the original offer made by the Bidder inoperative. The Bid evaluation committee shall have option to consider the original offer in case the Bidder decides to increase rates originally quoted or imposes any new terms or conditions f) In case of non-satisfactory achievement of rates from lowest Bidder, the Bid evaluation committee may choose to make a written counter offer to the lowest Bidder and if this is not accepted by him, the committee may decide to reject and

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #21 of #133 Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III) re-invite Bids or to make the same counter-offer first to the second lowest Bidder, then to the third lowest Bidder and so on in the order of their initial standing in the bid evaluation and supply order be awarded to the Bidder who accepts the counter- offer. g) In case the rates even after the negotiations are considered very high, fresh Bids shall be invited. 25) Disqualification: Procuring entity may at its sole discretion and at any time during the processing of bids, disqualify any bidder/ bid from the bid process if the bidder: - i. Has not submitted the bid in accordance with the bidding document. ii. Has submitted bid without submitting the prescribed Tender Fee, RISL Processing Fee, EMD or the Bidder's authorisation certificate/ Power of Attorney. iii. Has imposed other conditions in his bid. iv. During validity of the bid or its extended period, if any, increases his quoted prices. v. Has made misleading or false representations in the forms, statements and attachments submitted in proof of the eligibility requirements. vi. Has failed to provide clarifications related thereto, when sought. vii. Has submitted more than one bid. This will cause disqualification of all bids submitted by such bidders including forfeiture of the EMD. viii. Is found to canvass, influence or attempt to influence in any manner for the qualification or selection process, including without limitation, by offering bribes or other illegal gratification 26) Acceptance of the successful bid and award of contract- a) The Procuring Entity after considering the recommendations of the Bid Evaluation Committee and the conditions of Bid, if any, financial implications, samples, test reports, etc., shall accept or reject the successful Bid. b) Before award of the Contract, the Procuring Entity shall ensure that the price of successful Bid is reasonable and consistent with the required quality. c) A Bid shall be treated as successful only after the competent authority has approved the procurement in terms of that Bid. d) The Procuring Entity shall award the contract to the Bidder whose offer has been determined to be the lowest in accordance with the evaluation criteria, and if the Bidder has been determined to be qualified to perform the contract satisfactorily. e) Prior to the expiration of the period of validity of Bid, the Procuring Entity shall inform the successful Bidder in writing, by registered post or email, that its Bid has been accepted. f) If the issuance of formal letter of acceptance (LOA) is likely to take time, in the meanwhile a Letter of Intent (LOI) may be sent to the successful Bidder. The acceptance of an offer is complete as soon as the letter of acceptance or letter of intent is posted and/ or sent by email (if available) to the address of the successful Bidder given in its Bid. 27) Confidentiality- a) Information relating to the examination, evaluation, comparison, and post- qualification of Bids, and recommendation of contract award, shall not be disclosed to Bidders or any other persons not officially concerned with such process until information on Contract award is communicated to all Bidders. b) Any attempt by a Bidder to influence the Procuring Entity in the examination, evaluation, comparison, and post qualification of the Bids or Contract award decisions may result in the rejection of its Bid, in addition to the legal action which may be taken by the Procuring Entity under the Act and the Rules.

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #22 of #133 Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III) c) Notwithstanding above clause, from the time of opening the Bid to the time of Contract award, if any Bidder wishes to contact the Procuring Entity on any matter related to the Bidding process, it should do so in writing. d) In addition to the restrictions specified in section 49 of the Act, the Procuring Entity, while procuring a subject matter of such nature which requires the procuring Entity to maintain confidentiality, may impose condition for protecting confidentiality of such information. 28) Conflict of Interest- A conflict of interest is considered to be a situation in which a party has interests that could improperly influence that party’s performance of official duties or responsibilities, contractual obligations, or compliance with applicable laws and regulations: a) A Bidder may be considered to be in conflict of interest with one or more parties in this bidding process if, including but not limited to: i. have controlling partners/ shareholders in common; or ii. receive or have received any direct or indirect subsidy from any of them; or iii. have the same legal representative for purposes of this Bid; or iv. have a relationship with each other, directly or through common third parties, that puts them in a position to have access to information about or influence on the Bid of another Bidder, or influence the decisions of the Procuring Entity regarding this bidding process; or v. the Bidder participates in more than one Bid in this bidding process. Participation by a Bidder in more than one Bid will result in the disqualification of all Bids in which the Bidder is involved. However, this does not limit the inclusion of the same subcontractor, not otherwise participating as a Bidder, in more than one Bid; or vi. the Bidder or any of its affiliates participated as a consultant in the preparation of the design or technical specifications of the Goods and Services that are the subject of the Bid; or vii. Bidder or any of its affiliates has been hired (or is proposed to be hired) by the Procuring Entity as engineer-in-charge/ consultant for the contract. b) The Bidder shall have to give a declaration regarding compliance of the Code of Integrity prescribed in the Act, the Rules and stated above in this Clause along with its Bid, in the format specified in Section IV, Bidding Forms. c) Breach of Code of Integrity by the Bidder: Without prejudice to the provisions of Chapter IV of the Rajasthan Transparency in Public Procurement Act, in case of any breach of the Code of Integrity by a Bidder or prospective Bidder, as the case may be, the Procuring Entity may take appropriate action in accordance with the provisions of sub-section (3) of section 11 and section 46 of the Act. 29) Procuring entity’s Right to accept any bid, and to reject any or all of the Bids: The procuring entity reserves the right to accept or reject any bid, and to annul the bidding process and reject all bids at any time prior to contract award, without assigning any reasons thereof and without thereby incurring any liability to the bidders. 30) Procuring entity’s Right to Vary Quantities at the time of award- a) At the time of award of contract, the quantity of Goods, works or services originally specified in the Bidding Documents may be increased or decreased, but such increase or decrease shall not exceed twenty percent, of the quantity specified in the Bidding Document. It shall be without any change in the unit prices or other terms and conditions of the Bid and the conditions of contract. b) If the Procuring Entity does not procure any subject matter of procurement or procures less than the quantity specified in the Bidding Document due to change in

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #23 of #133 Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III) circumstances, the Bidder shall not be entitled for any claim or compensation except otherwise provided in the Conditions of Contract. 31) Dividing quantities among more than one Bidder at the time of award - As a general rule all the quantities of the subject matter of procurement shall be procured from the Bidder, whose Bid is accepted. However, when it is considered that the quantity of the subject matter of procurement to be procured is very large and it may not be in the capacity of the Bidder, whose Bid is accepted, to deliver the entire quantity or when it is considered that the subject matter of procurement to be procured is of critical and vital nature, in such cases, the quantity may be divided between the Bidder, whose Bid is accepted and the second lowest Bidder or even more Bidders in that order, in a fair, transparent and equitable manner at the rates of the Bidder, whose Bid is accepted. Counter offer to first lowest Bidder (L1), in order to arrive at an acceptable price, shall amount to negotiation. However, any counter offer thereafter to second lowest Bidder (L2), third lowest Bidder (L3) etc., (at the rates accepted by L1) in case of splitting of quantities shall not be deemed to be a negotiation. 32) Signing of Contract- a) In the written intimation of acceptance of its Bid sent to the successful Bidder, it shall also be asked to execute an agreement in the format given in the Bidding Document on a non judicial stamp of requisite value at his cost and deposit the amount of Performance Security or a Performance Security Declaration, as applicable, within a period of fifteen days from the date on which the LOA or LOI or Work Order is dispatched to the Bidder. Until a formal contract is executed, LOA or LOI or Work Order shall constitute a binding contract. b) If the Bidder, whose Bid has been accepted, fails to sign a written procurement contract or fails to furnish the required Performance Security or Performance Security Declaration, as the case may be, within the specified time period, the Procuring Entity shall take action against the successful Bidder as per the provisions of the Act and the Rules. The Procuring Entity may, in such case, cancel the procurement process or if it deems fit, offer for acceptance on the rates of lowest Bidder to the next lowest responsive Bidder. c) The Bid Security and samples, if any, of the Bidders whose Bids could not be accepted shall be refunded soon after the contract with the successful Bidder is signed and his Performance Security is obtained. 33) Performance Security Deposit (PSD)- a) Performance Security shall be solicited from all successful Bidders except Department of the State Government and undertakings, corporations, autonomous bodies, registered societies, cooperative societies which are owned, controlled or managed by the State Government and undertakings of Central Government. However, a Performance Security Declaration shall be taken from them. The State Government may relax the provision of Performance Security in particular procurement. b) The amount of Performance Security shall be five percent of the amount of the supply order. In case of Small Scale Industries of Rajasthan it shall be one percent of the amount of quantity ordered for supply of Goods and in case of sick industries, other than Small Scale Industries, whose cases are pending before the Board of Industrial and Financial Reconstruction (BIFR), it shall be two percent of the amount of supply order. The currency of Performance Security shall be Indian Rupees. c) Performance Security shall be furnished in one of the following forms- i. deposit through eGRAS; or

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #24 of #133 Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III) ii. Bank Draft or Banker's Cheque of a Scheduled Bank in India; or iii. National Savings Certificates and any other script/ instrument under National Savings Schemes for promotion of small savings issued by a Post Office in Rajasthan, if the same can be pledged under the relevant rules. They shall be accepted at their surrender value at the time of Bid and formally transferred in the name of the Procuring Entity with the approval of Head Post Master; or iv. Bank guarantee. It shall be got verified from the issuing bank. Other conditions regarding bank guarantee shall be same as specified in Clause 'Bid Security'; or v. Fixed Deposit Receipt (FDR) of a Scheduled Bank. It shall be in the name of the Procuring Entity on account of Bidder and discharged by the Bidder in advance. The Procuring Entity shall ensure before accepting the Fixed Deposit Receipt that the Bidder furnishes an undertaking from the bank to make payment/ premature payment of the Fixed Deposit Receipt on demand to the Procuring Entity without requirement of consent of the Bidder concerned. In the event of forfeiture of the Performance Security, the Fixed Deposit shall be forfeited along with interest earned on such Fixed Deposit. d) Performance Security furnished in the form of a document mentioned at options (ii) to (v) of Sub-Clause (c) above, shall remain valid for a period of sixty days beyond the date of completion of all contractual obligations of the Bidder, including warranty obligations and operation and / or maintenance and defect liability period, if any. e) Failure of the successful Bidder to submit the above-mentioned Performance Security or sign the Contract within the specified time period shall constitute sufficient grounds for the annulment of the award and forfeiture of the Bid Security. In that event the Procuring Entity may award the Contract to the next lowest evaluated Bidder at the rates of the lowest bidder whose offer is substantially responsive and is determined by the Procuring Entity to be qualified to perform the Contract satisfactorily f) Forfeiture of Performance Security: The amount of Performance Security in full or part may be forfeited in the following cases- i. when the Bidder does not execute the agreement in accordance with Clause 'Signing of Contract' within the specified time period; after issue of letter of acceptance/ placement of supply order; or ii. when the Bidder fails to commence the supply of the Goods or Related Services as per supply order within the time specified; or iii. when Bidder fails to commence or make complete supply of the Goods or Related Services satisfactorily within the time specified; or iv. when any terms and conditions of the contract is breached; or v. if the Bidder breaches any provision of the Code of Integrity prescribed for Bidders in the Act and Chapter VI of the Rules and specified in Clause 36. g) Notice of reasonable time will be given in case of forfeiture of Performance Security. The decision of the Procuring Entity in this regard shall be final. 34) Reservation of Rights: To take care of unexpected circumstances, procuring entity reserves the rights for the following: - a) Extend the closing date for submission of the bid proposals. b) Amend the bidding requirements at any time prior to the closing date, with the amendment being notified to prospective bidders and on the respective websites. c) Allow a bidder to change its technical proposal if the same opportunity is given to all bidders but before the opening of financial bids.

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #25 of #133 Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III) d) To accept any bid not necessarily the lowest, reject any bid without assigning any reasons and accept bid for all or anyone or more of the articles/ services for which bid has been invited or distribute items of stores/ services to more than one bidder. e) Terminate or abandon the bidding procedure or the entire project whether before or after the receipt of bid proposals. f) Seek the advice of external consultants to assist procuring entity in the evaluation or review of proposals. g) Make enquiries of any person, company or organization to ascertain information regarding the bidder and its proposal. h) Reproduce for the purposes of the procedure the whole or any portion of the proposal despite any copyright or other intellectual property right that may subsist in the proposal. 35) Monitoring of Contract- a) An officer or a committee of officers named Contract Monitoring Committee (CMC) may be nominated by procuring entity to monitor the progress of the contract during its delivery period. b) During the delivery period the CMC shall keep a watch on the progress of the contract and shall ensure that quantity of goods and service delivery is in proportion to the total delivery period given, if it is a severable contract, in which the delivery of the goods and service is to be obtained continuously or is batched. If the entire quantity of goods and service is to be delivered in the form of completed work or entire contract like fabrication work, the process of completion of work may be watched and inspections of the selected bidder’s premises where the work is being completed may be inspected. c) If delay in delivery of goods and service is observed a performance notice would be given to the selected bidder to speed up the delivery. d) Any change in the constitution of the firm, etc. shall be notified forth with by the contractor in writing to the procuring entity and such change shall not relieve any former member of the firm, etc., from any liability under the contract. e) No new partner/ partners shall be accepted in the firm by the selected bidder in respect of the contract unless he/ they agree to abide by all its terms, conditions and deposits with the procuring entity through a written agreement to this effect. The bidder’s receipt for acknowledgement or that of any partners subsequently accepted as above shall bind all of them and will be sufficient discharge for any of the purpose of the contract. f) The selected bidder shall not assign or sub-let his contract or any substantial part thereof to any other agency without the permission of procuring entity. g) The Bidder is expected to examine all instructions, forms, terms, and specifications in the Bidding Document. Failure to furnish all information or authentic documentation required by the Bidding Document may result in the rejection of the Bid. 36) Code of Integrity- Any person participating in the procurement process shall - a) not offer any bribe, reward or gift or any material benefit either directly or indirectly in exchange for an unfair advantage in procurement process or to otherwise influence the procurement process; b) not misrepresent or omit that misleads or attempts to mislead so as to obtain a financial or other benefit or avoid an obligation; c) not indulge in any collusion, Bid rigging or anti-competitive behaviour to impair the transparency, fairness and progress of the procurement process;

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #26 of #133 Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III) d) not misuse any information shared between the procuring Entity and the Bidders with an intent to gain unfair advantage in the procurement process; e) not indulge in any coercion including impairing or harming or threatening to do the same, directly or indirectly, to any party or to its property to influence the procurement process; f) not obstruct any investigation or audit of a procurement process; g) disclose conflict of interest, if any; and h) disclose any previous transgressions with any Entity in India or any other country during the last three years or any debarment by any other procuring entity. 37) Grievance handling during procurement process- Any grievance of a Bidder pertaining to the procurement process shall be by way of filing an appeal to the First or Second Appellate Authority, as the case may be, as specified in the BDS, in accordance with the provisions of chapter III of the Act and chapter VII of the Rules and as given in Appendix A to these ITB. 38) Samples- a) When notified by the Procuring entity to the supplier/ bidder/ selected bidder bids for specified articles, if any, shall be accompanied by two set of samples of the articles bid, where asked for, properly packed. Such samples if submitted personally will be received in the office. A receipt will be given for each sample by the officer receiving the samples. b) Each sample shall be marked suitably either by writing on the sample or on a slip of durable paper securely fastened to the sample, the name of the Bidder and serial number of the item, of which it is a sample in the Schedule of Supply c) Approved samples would be retained free of cost up to the period of six months after the expiry of the contract. The Procuring Entity shall not be responsible for any damage, wear and tear or loss during testing, examination, etc., during the period these samples are retained. The samples shall be collected by the Bidder on the expiry of stipulated period. The Procuring Entity shall in no way make arrangements to return the samples. The samples uncollected within 9 months after expiry of contract shall be forfeited by the Procuring Entity and no claim for their cost, etc., shall be entertained. d) Samples not approved shall be collected by the Bidders. The Procuring Entity will not be responsible for any damage, wear and tear, or loss during testing, examination, etc., during the period these samples are retained. The uncollected samples shall be forfeited and no claim for their cost, etc., shall be entertained. e) Supplies when received may be subject to inspection to ensure whether they conform to the specifications or with the approved samples. Where necessary or prescribed or practical, tests shall be carried out in Government laboratories, reputed testing house like STQC (ETDC) and the like and the supplies will be accepted only when the articles conform to the standard of prescribed specifications as a result of such tests. f) The selected bidder shall at its own expense and at no cost to the Procuring entity, carry out all such tests and/ or inspections of the Goods and Related Services as are specified in the bidding document. g) Drawl of Samples: In case of tests, wherever feasible, samples shall be drawn in four sets in the presence of selected bidder or his authorised representative and properly sealed in their presence. Once such set shall be given to them, one or two will be sent to the laboratories and/ or testing house and the third or fourth will be retained in the office for reference and record.

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #27 of #133 Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III)

CHAPTER 6: TERMS AND CONDITIONS OF TENDER & CONTRACT

A. GENERAL CONDITIONS OF CONTRACT (GCC):

1) Definitions- The following words and expressions shall have the meanings hereby assigned to them- a) ‘Act.’ Means the Rajasthan Transparency in Public Procurement Act., 2012 b) “Completion” means the fulfilment of the Related Services by the Supplier in accordance with the terms and conditions set forth in the Contract. c) “Contract” means the Agreement entered into between the Procuring Entity and the Supplier, together with the Contract Documents referred to therein, including all attachments, appendices, specifications and codes and all documents incorporated by reference therein. d) “Contract Documents” means the documents listed in the Agreement, including any amendments thereto. e) “Contract Price” means the price payable to the Supplier as specified in the Agreement, subject to such additions and adjustments thereto or deductions there from, as may be made pursuant to the Contract. f) “Day” means calendar day. g) “Delivery” means the transfer of the Goods from the Supplier to the Procuring Entity in accordance with the terms and conditions set forth in the Contract. h) “GCC” mean the General Conditions of Contract i) “Goods” means all of the commodities, raw material, machinery and equipment, documents, guarantees/warrantees and/or other materials that the Supplier is required to supply to the Procuring Entity under the Contract. j) “Procuring Entity” means the Entity purchasing the Goods and Related Services, as specified in the bidding document. k) “Related Services” means the services incidental to the supply of the Goods, such as insurance, installation, training and initial maintenance, commissioning of equipment or machinery and other similar obligations of the Supplier under the Contract. l) ‘Rules’ means the Rajasthan Transparency in Public Procurement Rules ,2012 m) “SCC” means the Special Conditions of Contract. n) “Subcontractor” means any natural person, private or government Entity, or a combination of the above, including its legal successors or permitted assigns, to whom any part of the Goods to be supplied or execution of any part of the Related Services is subcontracted by the Supplier. o) “Supplier” means the natural person, private or government Entity, or a combination of the above, whose Bid to perform the Contract has been accepted by the Procuring Entity and is named as such in the Agreement, and includes the legal successors or permitted assigns of the Supplier. p) “The Site,” where applicable, means the place of delivery, installation, testing/commissioning of the goods/equipment or machinery or any other place named in the bidding document 2) Interpretation- a) If the context so requires it, singular means plural and vice versa. b) Entire Agreement- The Contract constitutes the entire agreement between the Procuring Entity and the Supplier and supersedes all communications, negotiations and agreements (whether written or oral) of parties with respect thereto made prior to the date of Contract

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #28 of #133 Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III) c) Amendment- No amendment or other variation of the Contract shall be valid unless it is in writing, is dated, expressly refers to the Contract, and is signed by a duly authorised representative of each party thereto d) Non-waiver- i. Subject to GCC Sub-Clause (e) below, no relaxation, forbearance, delay, or indulgence by either party in enforcing any of the terms and conditions of the Contract or the granting of time by either party to the other shall prejudice, affect, or restrict the rights of that party under the Contract, neither shall any waiver by either party of any breach of Contract operate as waiver of any subsequent or continuing breach of Contract. ii. Any waiver of a party’s rights, powers, or remedies under the Contract must be in writing, dated, and signed by an authorised representative of the party granting such waiver, and must specify the right and the extent to which it is being waived. e) Severability- If any provision or condition of the Contract is prohibited or rendered invalid or unenforceable, such prohibition, invalidity or unenforceability shall not affect the validity or enforceability of any other provisions and conditions of the Contract. 3) Income Tax and VAT Registration and VAT Clearance Certificate - No Dealer who does not hold a valid Permanent Account Number (PAN)/ Tax Identification Number (TIN) from Income Tax department, GoI and who is not registered under the Sales Tax Act prevalent in the State where his business is located shall bid. The VAT Registration Number should be quoted and a VAT/ Sales Tax clearance certificate from the Commercial Taxes Officer of the Circle concerned shall be submitted without which the bid is liable to be rejected. The bidder quoting Rajasthan VAT should have valid VAT registration in the state of Rajasthan and he should mention the same VAT registration number in the bid document. 4) Contract Documents: Subject to the order of precedence set forth in the Agreement, all documents forming the Contract (and all parts thereof) are intended to be correlative, complementary, supplementary and mutually explanatory. 5) Code of Integrity- The Supplier is bound by the provisions of the Code of Integrity stipulated in the Act and the Rules and specified in ITB Clause 36 'Code of Integrity'. The corrupt, fraudulent, coercive and collusive practices are further defined as below: a) “corrupt practice” means the offering, giving, receiving, or soliciting, directly or indirectly, anything of value to influence improperly the actions of another party; b) “fraudulent practice” means any act or omission, including a misrepresentation, that knowingly or recklessly misleads, or attempts to mislead, a party to obtain a financial or other benefit or to avoid an obligation; c) “coercive practice” means impairing or harming, or threatening to impair or harm, directly or indirectly, any party or the property of the party to influence improperly the actions of a party; d) “collusive practice” means an arrangement between two or more parties designed to achieve an improper purpose, including influencing improperly the actions of another party. e) The Procuring Entity shall take legal action against the Supplier under Section 11(3), 46 and chapter IV of the Act, if it breaches any provisions of the Code of Integrity, or is determined to have engaged in corrupt, fraudulent, coercive or collusive practices in competing for the Contract or execution of the Contract. f) The Supplier shall permit the Procuring Entity to inspect the Supplier’s accounts and records relating to the performance of the Supplier and to have them audited by auditors appointed by the Procuring Entity, if so required by the Procuring Entity.

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #29 of #133 Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III) 6) Language- a) The Contract as well as all correspondence and documents relating to the Contract exchanged by the supplier and the Procuring entity, shall be written in English language only. Supporting documents and printed literature that are part of the Contract may be in another language provided they are accompanied by an accurate translation of the relevant passages in the language specified in the special conditions of the contract (SCC), in which case, for purposes of interpretation of the Contract, this translation shall govern. b) The supplier shall bear all costs of translation to the governing language and all risks of the accuracy of such translation. 7) Eligible Goods and Related Services- a) All Goods and Related Services to be supplied under the Contract shall have India as their country of origin or a country which has not been declared ineligible by Government of India. b) For purposes of this Clause, the term “Goods” includes commodities, raw material, machinery, equipment, and industrial plants; and “Related Services” includes services such as insurance, installation, transportation, testing, commissioning, training, and mandated operation and maintenance. c) The term “country of origin” means the country where the Goods have been mined, grown, cultivated, produced, manufactured, or processed; or through manufacture, processing, or assembly, another commercially recognized article results that differs substantially in its basic characteristics from its imported components. d) The nationality of the firm that produces, assembles, distributes, or sells the Goods shall not determine their origin. e) If so required, a Bidder that does not manufacture or produce the Goods it offers to supply shall submit the Manufacturer’s Authorisation using the form included in this document, Bidding Forms to demonstrate that it has been duly authorised by the manufacturer or producer of the Goods to supply these Goods in India. 8) Notices- a) Any notice given by one party to the other pursuant to the Contract shall be in writing to the address specified in the contract. The term “in writing” means communicated in written form with proof of receipt. b) A Notice shall be effective when delivered or on the Notice’s effective date, whichever is later. 9) Governing Law: The Contract shall be governed by and interpreted in accordance with the laws of India and the State of Rajasthan. 10) Scope of Supply- a) Subject to the provisions in the bidding document and contract, the goods and related services to be supplied shall be as specified in the bidding document. b) Unless otherwise stipulated in the Contract, the scope of supply shall include all such items not specifically mentioned in the Contract but that can be reasonably inferred from the Contract as being required for attaining delivery and completion of the goods and related services as if such items were expressly mentioned in the Contract. c) The bidder shall not quote and supply and hardware/ software that is likely to be declared as End of Sale and End of Service/ Support as mentioned in Annexure-1 (Bill of Material). OEMs are required to mention this in the MAF for all the quoted hardware/ software. If any of the hardware/ software is found to be declared as End of Sale/ Service/ Support, then the bidder shall replace all such hardware/ software

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #30 of #133 Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III) with the latest ones having equivalent or higher specifications without any financial obligation to the procuring entity. 11) Delivery & Installation- a) Subject to the conditions of the contract, the delivery of the goods and completion of the related services shall be in accordance with the delivery and completion schedule specified in the bidding document. The details of supply/ shipping and other documents to be furnished by the supplier are specified in the bidding document and/ or contract. b) The contract for the supply can be repudiated at any time by the purchase officer, if the supplies are not made to his satisfaction after giving an opportunity to the bidder of being heard and recording the reasons for repudiation. c) The Supplier/ selected Bidder shall arrange to supply, install and commission the ordered materials/ system as per specifications within the specified delivery/ completion period at various departments and/ or their offices/ locations mentioned in the bidding document and/ or contract. d) Shifting the place of Installation: The end-user will be free to shift the place of installation within the same city /town/ district/ division. The supplier shall re-install all the equipments and provide assistance, incl. transportation, in shifting of the equipment. However, in case of shifting, additional charges towards assistance in shifting and re-installation would be decided mutually. 12) Supplier’s/ Selected Bidder’s Responsibilities: The Supplier shall supply all the goods and related services included in the scope of supply in accordance with the provisions of bidding document and/ or contract. 13) Procuring entity’s Responsibilities - Whenever the supply of goods and related services requires that the Supplier obtain permits, approvals, and import and other licenses from local public authorities, the Procuring entity shall, if so required by the Supplier, shall make its best effort to support the Supplier in complying with such requirements in a timely and expeditious manner. 14) Contract Price- a) The Contract Price shall be paid as specified in the agreement subject to any additions and adjustments thereto, or deductions therefore, as may be made pursuant to the Contract. b) Prices charged by the Supplier for the Goods delivered and the Related Services performed under the Contract shall not vary from the prices quoted by the Supplier in its bid, with the exception of any price adjustments, if authorized in the special conditions of the contract. 15) Recoveries from Supplier/ Selected Bidder- a) Recovery of penalty, short supply, breakage, rejected articles shall be made ordinarily from bills. b) The Purchase Officer shall withhold amount to the extent of penalty, short supply/ installation /deployment, breakage and rejected articles unless these are replaced satisfactorily. In case of failure to withhold the amount, it shall be recovered from his dues and Security Deposit available with procuring entity. c) The balance, if any, shall be demanded from the Supplier/ Selected Bidder and when recovery is not possible, the Purchase Officer shall take recourse to Rajasthan Public Demand Recovery Act or any other law in force. 16) Taxes & Duties- a) The TDS, Raj-VAT, Service Tax etc., if applicable, shall be deducted at source/ paid by department as per prevailing rates

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #31 of #133 Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III) b) For Goods supplied from outside India, the Supplier shall be entirely responsible for all taxes, stamp duties, license fees, and other such levies imposed outside India. c) For Goods supplied from within India, the Supplier shall be entirely responsible for all taxes, duties, license fees, etc., incurred until delivery of the contracted Goods at site to the Procuring Entity. d) If any tax exemptions, reductions, allowances or privileges may be available to the Supplier in India, the Procuring Entity shall use its best efforts to enable the Supplier to benefit from any such tax savings to the maximum allowable extent. 17) Agreement and Security Deposit- a) A Letter of Intent (LOI) shall be issued to the successful tenderer to sign the agreement within 10 days from finalization of rates and supply, install & deploy entire hardware, software etc. within 90 days from the date of LOI. No. Particulars Event a. Date of LOI T = Date of issuance of LOI b. Signing of Agreement T + 10 Days = T1 c. Request for PDI T1 + xDays = T2 (x = No. of days taken by the tenderer for the PDI request after LOI). x should not be more than 10 days d. PDI T2 + 15 Days = T3 e. Total Delivery & T3 + 55 Days (approx.) = T4 Installation Period Days= Calendar Days (unless mentioned otherwise). MIS s/w within 90 days. b) The successful tenderer will be required to sign an agreement with respective DD(S) on behalf of Govt. of Rajasthan on a non-judicial stamp paper of prescribed value of this cost incorporating all the terms and conditions attached to tender form within 10 days from the date of LOI. The agreement will be a composite agreement for a period of 5 (Five) years from the date of signing of agreement. Violation of any term and condition of Agreement will entitle the DD(S) to fragment, terminate the contract and forfeit the security deposit after due approval from GoR. Further in case of violation of any term and condition, unsatisfactory work, failing in imparting proper education, work can be assigned to any other tenderer at the risk and cost of the original tenderer in the interest of the students and contract can be terminated at any time during the progress of the contract by the GoR. c) The expenses of completing and stamping the agreement shall be paid by the tenderer and the tenderer will furnish free of charge on executed stamped copy of the agreement to the respective DD(S) and DEO(S). d) The tenderer shall furnish the following documents at the time of execution of agreement: Attested copy of Partnership Deed in case of Partnership Firms, Registration Number and year of registration in case partnership firm is registered with Registrar of Firms, Address of residence and office, telephone numbers in case of sole Proprietorship & Registration issued by Registrar of Companies in case of Company. Relevant documents in case of organization/ institute/ company/ corporation/ society registered/ incorporated in India. 18) Performance Security Deposit (PSD)- a) The Supplier shall, within fifteen (15) days or a period specified in SCC, of the Notification of Award, sign the Contract Agreement and provide a Performance Security or, where applicable, a Performance Security Declaration for the due performance of the Contract for the amount specified in the SCC.

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #32 of #133 Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III) b) The Performance Security shall be denominated in the currency of the Contract and shall be in one of the following forms: (i) deposited through eGRAS; or (ii) Bank Draft or Banker's Cheque of a Scheduled Bank in India; or (iii) National Savings Certificates and any other script/ instrument under National Savings Schemes for promotion of small savings issued by a Post Office in Rajasthan, if the same can be pledged under the relevant rules. They shall be accepted at their surrender value at the time of Bid and formally transferred in the name of the Procuring Entity with the approval of Head Post Master; or (iv) Bank guarantee. It shall be of a scheduled Bank in India in prescribed or other acceptable format or from other Issuer acceptable to the Procuring Entity. The bank guarantee shall be got verified from the issuing bank and confirmer, if any; or (v) Fixed Deposit Receipt (FDR) of a Scheduled Bank. It shall be in the name of the Procuring Entity on account of Bidder and discharged by the Bidder in advance. The Procuring Entity shall ensure before accepting the Fixed Deposit Receipt that the Bidder furnishes an undertaking from the bank to make payment/ premature payment of the Fixed Deposit Receipt on demand to the Procuring Entity without requirement of consent of the Bidder concerned. In the event of forfeiture of the Performance Security, the Fixed Deposit shall be forfeited along with interest earned on such Fixed Deposit. c) The proceeds of the Performance Security shall be forfeited and shall be payable as compensation to the Procuring Entity on happening of any of the events mentioned below: (i) when the Supplier does not sign the Agreement in accordance with ITB Clause 'Signing of Contract' within the specified time; after issue of letter of acceptance/ placement of supply order within the specified period; or (ii) when the Supplier fails to commence the supply of the Goods or Related Services as per supply order within the time specified; or (iii) when Supplier fails to make complete supply of the Goods or Related Services satisfactorily within the time specified; or (iv) When any terms and conditions of the Contract is breached; or (v) if the Supplier breaches any provision of the Code of Integrity prescribed for Bidders in the Act and Chapter VI of the Rules and as specified in ITB. d) Notice of reasonable time will be given in case of forfeiture of Performance Security. The decision of the Procuring Entity in this regard shall be final. e) The Performance Security shall be discharged by the Procuring Entity and returned to the Supplier not later than sixty (60) days following the date of satisfactory completion of the Supplier’s performance obligations under the Contract, including any warranty and/ or maintenance obligations, unless specified otherwise in the SCC. 19) Liquidated Damages: a) Subject to provisions of GCC Clause 'Force Majeure' and 'Extensions of Time', if the Supplier fails to deliver any or all of the Goods or perform the Related Services within the period specified in the Contract , the Procuring Entity shall, without prejudice to all its other remedies under the Contract, deduct from the Contract Price, as liquidated damages on the basis of following percentages of value of Goods and/ or Related Service which the Supplier has failed to supply or complete:- No. Condition LD%*

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #33 of #133 Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III)

a. Delay up to one fourth period of the specified period of delivery, 2.5% successful installation and completion of subject matter of procurement b. Delay exceeding one fourth but not exceeding half of the specified 5.0% period of delivery, successful installation and completion of subject matter of procurement c. Delay exceeding half but not exceeding three fourth of the specified 7.5% period of delivery, successful installation and completion of subject matter of procurement d. Delay exceeding three fourth of the specified period of delivery, 10.0% successful installation and completion of subject matter of procurement b) Fraction of a day in reckoning period of delay in supplies, successful installation and completion of work shall be eliminated if it is less than half a day. The value of Goods and/ or Related Services not received in specified time should be calculated carefully. The method of calculation for contracts which include multiple items of supply/ service in case individual value of each item is not taken in the Bid should be generally given in the SCC. For turnkey projects in which cost of individual items is not known also, some apportionment formula should be given in the SCC. If not given, the total value of the turnkey project shall become the basis for imposing LD, if due. c) The maximum amount of liquidated damages shall be 10% of the contract value. Once the maximum is reached, the Procuring Entity may terminate the Contract pursuant to GCC Clause 'Termination & Disputes'. d) *The percentage refers to the payment due for the associated works/ goods/ service e) Recoveries of liquidated damages, short supply, breakage, rejected articles shall ordinarily be made from bills. Amount may also be withheld to the extent of short supply, breakages, rejected articles and in case of failure in satisfactory replacement by the Supplier along with amount of liquidated damages shall be recovered from his dues and Performance Security available with the Procuring Entity. In case balance of recovery is not possible, recourse will be taken under Rajasthan Public Demand Recovery Act or any other law in force. 20) Copyright: The copyright in all drawings, source code, design documents, and other materials containing data and information furnished to the Procuring Entity by the Supplier for this project herein shall remain vested jointly in the Procuring Entity and Supplier, or, if they are furnished to the Procuring Entity directly or through the Supplier by any third party, including suppliers of materials or Related Services, the copyright in such materials or related services shall remain vested in such third party. 21) Confidential Information- a) In addition to the requirements of the provisions of Section 49 of the Act and Rule 77 of the Rules regarding Confidentiality, the Procuring Entity and the Supplier shall keep confidential and shall not, without the written consent of the other party hereto, divulge to any third party any documents, data, or other information furnished directly or indirectly by the other party hereto in connection with the Contract, whether such information has been furnished prior to, during or following completion or termination of the Contract. Notwithstanding the above, the Supplier may furnish to its Subcontractor such documents, data, and other information it receives from the Procuring Entity to the extent required for the Subcontractor to perform its work under the Contract, in which event the Supplier shall obtain from such Subcontractor an

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #34 of #133 Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III) undertaking of confidentiality similar to that imposed on the Supplier under this clause. However, in case of electronic data or information, the Procuring Entity may not hold such responsibility for access to data on line by any third party. b) The Procuring Entity shall not use such documents, data, and other information received from the Supplier for any purposes unrelated to the Contract. Similarly, the Supplier shall not use such documents, data, and other information received from the Procuring Entity for any purpose other than the design, procurement, or other work and services required for the performance of the Contract. c) The obligation of a party under GCC Sub-Clauses (a) and (b) above, however, shall not apply to information that: i. the Procuring Entity or Supplier need to share with other institutions participating in the financing of the Contract; ii. now or hereafter enters the public domain through no fault of that party; iii. can be proven to have been possessed by that party at the time of disclosure and which was not previously obtained, directly or indirectly, from the other party; or iv. otherwise lawfully becomes available to that party from a third party that has no obligation of confidentiality. d) The above provisions of this clause shall not in any way modify any undertaking of confidentiality given by either of the parties hereto prior to the date of the Contract in respect of the Supply or any part thereof. e) The provisions of this clause shall survive completion or termination, for whatever reason, of the Contract. 22) Sub-contracting: a) The Supplier shall not sublet or assign the Contract or its any part to anyone without the prior written approval of the Procuring Entity. The Supplier shall notify the Procuring Entity in writing of all subcontracts to be awarded under the Contract if not already specified in the Bid. Subcontracting shall in no event relieve the Supplier from any of its obligations, duties, responsibilities, or liability under the Contract. The capability details of such subcontractors shall be provided to the Procuring Entity who shall evaluate and take a decision as to whether approve it or not, it if not initially approved during the evaluation of the bid. b) Subcontractors shall comply with the provisions of GCC Clauses 'Code of Integrity' and 'Confidential Information'. 23) Assignment- Neither the Procuring Entity nor the Supplier shall assign, in whole or in part, their obligations under this Contract, except with prior written consent of the other party with recorded reasons. Such assignment shall not relieve the Supplier or the Procurement Entity of their respective obligations under the Contract. 24) Specifications and Standards- a) Technical Specifications and Drawings- i. The Supplier/ Selected Bidder shall ensure that the goods and related services comply with the technical specifications and other provisions of the Contract. ii. The Supplier/ Selected Bidder shall be entitled to disclaim responsibility for any design, data, drawing, specification or other document, or any modification thereof provided or designed by or on behalf of the Procuring entity, by giving a notice of such disclaimer to the Procuring entity. iii. All Goods and Related Services to be supplied under the Contract shall have India as their country of origin or a country which has not been declared ineligible by Government of India.

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #35 of #133 Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III) iv. The goods and related services supplied under this Contract shall conform to the standards mentioned in bidding document and, when no applicable standard is mentioned, the standard shall be equivalent or superior to the official standards whose application is appropriate to the country of origin of the Goods. In no case such standards shall be inferior to the relevant updated BIS or international standards. v. To establish the conformity of the Goods and Related Services to the Bidding Document, the Bidder shall furnish as part of its Bid, the documentary evidence (specifications, designs and drawings and conformance to BIS or other acceptable codes) and where asked for, supply samples, demonstrates trials or carry out tests as specified in this document. vi. The documentary evidence may be in the form of literature, design/drawings or data etc., and shall consist of a detailed description of the essential technical and performance characteristics of the Goods and Related Services, demonstrating substantial responsiveness of the Goods and Related Services to those requirements, and if applicable, a duly signed statement of deviations and exceptions to the provisions mentioned in this document. vii. Standards for workmanship, process, material, operation and maintenance and equipment, as well as references to brand names or catalogue numbers specified by the Procuring Entity in the Schedule of Supply, are the minimum acceptable standards and are intended to be descriptive only and not restrictive. The Bidder may offer other standards of better quality, brand names, and /or catalogue numbers, provided that it demonstrates, to the Procuring Entity’s satisfaction, that the substitutions ensure substantial equivalence or are superior to those specified in the Schedule of Supply. b) Wherever references are made in the Contract to codes and standards in accordance with which it shall be executed, the edition or the revised version of such codes and standards shall be those specified in the bidding document. During Contract execution, any changes in any such codes and standards shall be applied only after approval by the Procuring entity and shall be treated in accordance with the general conditions of the contract. c) The supply of articles specified in the BoM conform strictly to the approved samples. The decision of the Procuring Entity whether the articles supplied conform to the specifications and are in accordance with the samples, if any, shall be final and binding on the Supplier. 25) Packing and Documents- a) The Supplier shall provide such packing of the Goods as is required to prevent their damage or deterioration during transit or transport by sea, rail and road or air to their final destination, as indicated in the Contract. During transit, the packing shall be sufficient to withstand, without limitation, rough handling and exposure to extreme temperatures, salt and precipitation, and open storage. Packing case size and weights shall take into consideration, where appropriate, the remoteness of the final destination of the Goods and the absence of heavy handling facilities at all points in transit. b) The packing, marking, and documentation within and outside the packages shall comply strictly with such special requirements as shall be expressly provided for in the Contract, including additional requirements, if any, specified in the contract, and in any other instructions ordered by the Procuring entity. 26) Insurance- Unless otherwise specified in the SCC, the Goods supplied under the Contract shall be fully insured against loss by theft, destruction or damage, by fire, flood,

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #36 of #133 Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III) under exposure to weather or otherwise including war, rebellion, riot, etc. The insurance charges will be borne by the supplier and the Procuring Entity will not be required to pay such charges, if incurred. 27) Transportation- a) Unless otherwise specified in the SCC, obligations for transportation of the Goods shall be in accordance with the conditions and Incoterms specified in this document b) In case of Supply from within India, the Goods shall be supplied FOR locations specified in this document. All transportation charges, local taxes, etc. shall be borne by the Supplier. 28) Samples, Inspections and Tests- a) The Procuring Entity or his authorised representative shall at all reasonable times have access to the Supplier’s premises and the power to inspect and examine the materials and workmanship of the goods/equipment/ machinery during manufacturing process or afterwards as may be decided. b) The Supplier shall at its own expense and at no cost to the Procuring Entity carry out all such tests, and/or trials and/or inspections of the Goods and Related Services as are specified in this document. c) The sampling, inspections, and/or tests and/or trials may be conducted on the premises of the Supplier or its Subcontractor, at point of delivery, and/or at the final destination of the Goods, or at another place in India as specified in this document. All such sampling, inspections and/ or testing shall be at the cost of the Supplier. Subject to Sub-Clause (d), if conducted on the premises of the Supplier or its Subcontractor, all reasonable facilities and assistance, including access to specification codes, designs, drawings and production data, shall be furnished to the inspectors at no charge to the Procuring Entity. d) The Procuring Entity or its designated representatives shall be entitled to attend the tests, and/or inspections and/or trials referred to in Sub-Clause (c), provided that the Procuring Entity bear all of its own costs and expenses incurred in connection with such attendance, like travelling and boarding and lodging expenses. e) Whenever the Supplier is ready to carry out any such test, and/or trials and/or inspection, it shall give a reasonable advance notice, including the place and time, to the Procuring Entity. The Supplier shall obtain from any relevant third party or manufacturer any necessary permission or consent to enable the Procuring Entity or its designated representative to attend the test and/or trials and/or inspection. The Supplier shall furnish complete address of the premises of his office, godown and workshop where inspection can be made together with name and address of the person who is to be contacted for the purpose. f) The Procuring Entity may require the Supplier to carry out any test and/or trials and/or inspection not required by the Contract but deemed necessary to verify that the characteristics and performance of the Goods comply with the technical specifications, codes and standards and samples supplied with the Bid under the Contract, provided that the Supplier’s reasonable costs and expenses incurred in the carrying out of such test and/or trials and/or inspection shall be added to the Contract Price. Further, if such test and/or trials and/or inspection impedes the progress of manufacturing and/or the Supplier’s performance of its other obligations under the Contract, due allowance will be made in respect of the Delivery Dates and Completion Dates and the other obligations so affected. g) The Supplier shall provide, the Procuring Entity with a report of the results of any

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #37 of #133 Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III) such tests and/or trials and/or inspection. h) Supplies when received shall be subject to tests and/or trials and/or inspection to ensure whether they conform to the specifications and with the approved samples and trials, if any. Where necessary or prescribed or practical, tests shall be carried out in Government laboratories, reputed testing house like Sri Ram Testing House, New Delhi and the like and the supplies will be accepted only when the articles conform to the standard of prescribed specifications as a result of such tests. i) In case of tests, samples shall be drawn in four sets in the presence of the Supplier or his authorised representative and properly sealed in his presence. One such set shall be given to him, one or two will be sent to the laboratories and/or testing house and the third or fourth will be retained in the office for reference and record. j) Testing charges shall be borne by the Procuring Entity in case urgent testing is desired to be arranged by the Supplier. In other cases and in case of test results showing that supplies are not up to the prescribed standards or specifications, the testing charges shall be payable by the Supplier. k) The Procuring Entity may reject any Goods or any part thereof that are received but fail to pass any test and/or trials and/or inspection or do not conform to the specifications and samples supplied with the Bid, if any. The Supplier shall either rectify or replace such rejected Goods or parts thereof or make alterations necessary to meet the specifications and samples supplied with the Bid if any, at no cost to the Procuring Entity, and shall repeat the test and/or trials and/or inspection, at no cost to the Procuring Entity, upon giving a notice pursuant to Sub-Clause (e).

If, however, due to exigencies of Procuring Entity’s work, such replacement either in whole or in part, is not considered feasible, the Procuring Entity after giving an opportunity to the Bidder of being heard, shall for reasons to be recorded, deduct a suitable amount from the approved rates and accept the supply. The deduction so made shall be final. l) The rejected articles shall be removed by the Bidder within 15 days of intimation of rejection, after which the Procuring Entity shall not be responsible for any loss, shortage or damage and shall have the right to dispose of such articles as he thinks fit, at the Supplier’s risk and on his account. m) The Supplier agrees that neither the execution of a test and/or trials and/or inspection of the Goods or any part thereof, nor the attendance by the Procuring Entity or its representative, nor the issue of any report pursuant to Sub-Clause (g), shall release the Supplier from any warranties or other obligations under the Contract. n) In case of desktops and UPS the Pre-Dispatch Inspection (PDI) shall be made at the Hardware (OEM) Manufacturer’s Factory site (at tenderer cost) by the technical team/ inspection committee of GoR. In case of other hardware the inspection can be made at factory/ godown (at bidders cost). The inspection period would be inclusive in the duration provided for the complete delivery & installation under the project. o) The tenderer will not supply the hardware directly to the schools without PDI. The PDI will be completed within 15 days of receiving the request in writing from the tenderer, the time taken for PDI is inclusive in the delivery period. However if the time taken for PDI exceeds 15 days then the additional time taken by the department/ Government to complete PDI would be in addition to the total delivery & installation period under the project. Tenderer would supply and install only those makes & models of hardware/ software which have been accepted during technical

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #38 of #133 Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III) evaluations. No other hardware (makes & models)/ software will be supplied which is not quoted or not approved during the technical evaluation. The hardware/ software items not quoted or not technically approved shall be rejected during the PDI. p) These tests would be carried on the supplies of each items randomly selected by the inspection committee limited to 0.5% of the total quantity but minimum one for each category of equipment. 29) Testing charges: Testing and inspection charges shall be borne by the supplier. 30) Rejection- a) Articles not approved during inspection or testing shall be rejected and will have to be replaced by the selected bidder at his own cost within the time fixed by the Purchase Officer. b) If, however, due to exigencies, such replacement either in whole or in part, is not considered feasible, the Purchase Officer after giving an opportunity to the selected bidder of being heard shall for reasons to be recorded, deduct a suitable amount from the approved rates. The deduction so made shall be final. c) The rejected articles shall be removed by the selected bidder within 15 days of intimation of rejection, after which Purchase Officer shall not be responsible for any loss, shortage or damage and shall have the right to dispose of such articles as he thinks fit, at the supplier’s/ bidder’s/ selected bidder’s risk and on his account. 31) Extensions of Time- a) If at any time during performance of the Contract, the Supplier or its Subcontractors should encounter conditions impeding timely delivery of the Goods or completion of Related Services pursuant to GCC 'Delivery' Clause the Supplier shall promptly notify the Procuring Entity in writing of the delay, its likely duration, and its cause. As soon as practicable after receipt of the Supplier’s notice, the Procuring Entity shall evaluate the situation and may at its discretion extend the Supplier’s time for performance, with or without liquidated damages depending on the nature of causes of delay, by issuing an amendment of the Contract. b) Except in case of Force Majeure, as provided under GCC, or reasons beyond the control of the Supplier under GCC sub-clause (a) above, a delay by the Supplier in the performance of its Delivery and Completion obligations shall render the Supplier liable to the imposition of liquidated damages pursuant to GCC Clause 'Liquidated Damages'. 32) Authenticity of Equipments- a) The selected bidder shall certify (as per Annexure-10) that the supplied goods are brand new, genuine/ authentic, not refurbished, conform to the description and quality as specified in this bidding document and are free from defects in material, workmanship and service. b) If during the contract period, the said goods be discovered counterfeit/ unauthentic or not to conform to the description and quality aforesaid or have determined (and the decision of the Purchase Officer in that behalf will be final and conclusive), notwithstanding the fact that the procuring entity may have inspected and/ or approved the said goods, the procuring entity will be entitled to reject the said goods or such portion thereof as may be discovered not to conform to the said description and quality, on such rejection the goods will be at the selected bidder’s risk and all the provisions relating to rejection of goods etc., shall apply. The selected bidder shall, if so called upon to do, replace the goods etc., or such portion thereof as is rejected by Purchase Officer, otherwise the selected bidder shall pay such damage as may arise by the reason of the breach of the condition herein contained. Nothing

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #39 of #133 Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III) herein contained shall prejudice any other right of the Purchase Officer in that behalf under this contract or otherwise. c) Goods accepted by the procuring entity in terms of the contract shall in no way dilute procuring entity’s right to reject the same later, if found deficient in terms of the this clause of the contract. 33) Warranty- a) The bidder must supply all items with comprehensive on-site OEM warranty valid for contract period after the goods, or any portion thereof as the case may be, have been delivered to, installed and accepted at the final destination(s) indicated in the bidding document. However, if delay of installation is more than a month’s time due to the reasons ascribed to the bidder, the warranty shall start from the date of last successful installation of the items covered under the PO. b) The Supplier warrants that all the Goods are new, unused, and of the most recent or current models, and that they incorporate all recent improvements in design and materials, unless provided otherwise in the Contract. c) Subject to GCC Sub-Clause 'Specifications & Standards', the Supplier further warrants that the Goods shall be free from defects arising from any act or omission of the Supplier or arising from design, materials, and workmanship, under normal use. d) Unless otherwise specified in the SCC, the warranty shall remain valid for entire project period after supply of the Goods and completion the Related Services has been accepted (commencing from the date of acceptance). This warranty shall cover all items irrespective of the fact whether the tenderer has manufactured these or not. If the project extends for one more year than comprehensive on-site OEM warranty would also be extended without any financial liability of Department/ GoR. e) The Procuring Entity shall give Notice to the Supplier stating the nature of any such defects together with all available evidence thereof, promptly following the discovery thereof. The Procuring Entity shall afford all reasonable opportunity for the Supplier to inspect such defects. f) Upon receipt of such Notice, the Supplier shall, within the period specified in the SCC, expeditiously repair or replace the defective Goods or parts thereof, at no cost to the Procuring Entity. g) In case of machinery and equipment also, guarantee will be given as mentioned in clause (c) above and the Supplier shall during the guarantee period replace the parts / whole if any and remove any manufacturing defect if found during the above period so as to make machinery and equipment operative. The Supplier shall also replace machinery and equipment in case it is found defective which cannot be put to operation due to manufacturing defect, malfunctioning, etc. h) In case of machinery and equipment specified by the Procuring Entity the Supplier shall be responsible for carrying out annual maintenance and repairs on the terms and conditions as may be agreed at the time of entering in to the contract. The Supplier shall also be responsible to ensure adequate regular supply of spare parts needed for a specific type of machinery and equipment whether under their annual maintenance and repairs rate contract or otherwise. In case of change of model he will give sufficient notice to the Procuring Entity who may like to purchase spare parts from them to maintain the machinery and equipment in perfect condition. i) If having been notified, the Supplier fails to remedy the defect within the period specified in the SCC; the Procuring Entity may proceed to take within a reasonable period such remedial action as may be necessary, at the Supplier’s risk and expense and without prejudice to any other rights which the Procuring Entity may have against the Supplier under the Contract.

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #40 of #133 Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III) j) The bidder shall submit a undertaking (as per Annexure-9) from all the respective OEMs mentioning the fact that the goods supplied are covered under comprehensive warranty & support for the prescribed period, etc. k) At the time of goods delivery, the selected bidder shall submit a certificate/ undertaking from all the respective OEMs mentioning the fact that the goods supplied are covered under comprehensive warranty & support for the prescribed period. l) Maintenance: The tenderer shall provision for on-site maintenance services during the entire contract period and attend & resolve the complaint as per SLA. The user shall not make any payment towards this arrangement or towards transportation of faulty item being taken away from the user’s site. m) Bidder/ contractor has to set up and ensure complaint redressal mechanism so that within 4 business days, from the date of complaint, the user’s complaint get resolved. The school co-ordinator will lodge the complaints to range co-ordinator and related OEM & update in the complaint register maintained at the school. n) The removal of all types of Virus/ Malware/ Trojan/ Worm from the supplied desktops would be the responsibility of the successful Bidder/ Contractor. o) The warranty on supplied software media, if any, shall be of 90 days. 34) Patent Indemnity- a) The supplier shall, subject to the Procuring entity’s compliance with sub-clause (b) below, indemnify and hold harmless the Procuring entity and its employees and officers from and against any and all suits, actions or administrative proceedings, claims, demands, losses, damages, costs, and expenses of any nature, including attorney’s fees and expenses, which the Procuring entity may suffer as a result of any infringement or alleged infringement of any patent, utility model, registered design, trademark, copyright, or other intellectual property right registered or otherwise existing at the date of the Contract by reason of: i. the installation of the Goods by the supplier or the use of the Goods in the country where the Site is located; and ii. the sale in any country of the products produced by the Goods. Such indemnity shall not cover any use of the Goods or any part thereof other than for the purpose indicated by or to be reasonably inferred from the Contract, neither any infringement resulting from the use of the Goods or any part thereof, or any products produced thereby in association or combination with any other equipment, plant, or materials not supplied by the supplier, pursuant to the Contract. b) If any proceedings are brought or any claim is made against the Procuring entity arising out of the matters referred to above, the Procuring entity shall promptly give the supplier a notice thereof, and the supplier may at its own expense and in the Procuring entity’s name conduct such proceedings or claim and any negotiations for the settlement of any such proceedings or claim. c) If the supplier fails to notify the Procuring entity within twenty-eight (28) days after receipt of such notice that it intends to conduct any such proceedings or claim, then the Procuring entity shall be free to conduct the same on its own behalf and at the expenses of the supplier. d) The Procuring entity shall, at the supplier’s request, afford all available assistance to the supplier in conducting such proceedings or claim, and shall be reimbursed by the supplier for all reasonable expenses incurred in so doing. e) The Procuring entity shall indemnify and hold harmless the supplier and its employees, officers, and Subcontractors from and against any and all suits, actions or administrative proceedings, claims, demands, losses, damages, costs, and expenses of any nature, including attorney’s fees and expenses, which the supplier

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #41 of #133 Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III) may suffer as a result of any infringement or alleged infringement of any patent, utility model, registered design, trademark, copyright, or other intellectual property right registered or otherwise existing at the date of the Contract arising out of or in connection with any design, data, drawing, specification, or other documents or materials provided or designed by or on behalf of the Procuring entity. 35) Limitation of Liability: Except in cases of gross negligence or wilful misconduct:- a) neither party shall be liable to the other party for any indirect or consequential loss or damage, loss of use, loss of production, or loss of profits or interest costs, provided that this exclusion shall not apply to any obligation of the supplier to pay penalty to the Procuring entity; and b) the aggregate liability of the supplier to the Procuring entity, whether under the Contract, in tort, or otherwise, shall not exceed the amount specified in the Contract, provided that this limitation shall not apply to the cost of repairing or replacing defective equipment, or to any obligation of the supplier to indemnify the Procuring entity with respect to patent infringement. 36) Force Majeure- a) The supplier shall not be liable for forfeiture of its Performance Security, liquidated damages, or termination for default if and to the extent that it's delay in performance or other failure to perform its obligations under the Contract is the result of an event of Force Majeure. b) For purposes of this Clause, “Force Majeure” means an event or situation beyond the control of the supplier that is not foreseeable, is unavoidable, and its origin is not due to negligence or lack of care on the part of the supplier. Such events may include, but not be limited to, acts of the Procuring entity in its sovereign capacity, wars or revolutions, fires, theft, floods, epidemics, quarantine restrictions, and freight embargoes. c) If a Force Majeure situation arises, the supplier shall promptly notify the procuring entity in writing of such condition and cause thereof. Unless otherwise directed by procuring entity writing, the supplier shall continue to perform its obligations under the contract as far as reasonably practical, and shall seek all reasonable alternative means at his cost for performance not prevented by Force Majeure event. 37) Change Orders and Contract Amendments- a) The Procuring entity may at any time order the supplier/ selected bidder through Notice in accordance with clause 'Notices' above, to make changes within the general scope of the Contract in any one or more of the following: i. drawings, designs, or specifications, where Goods to be furnished under the Contract are to be specifically manufactured for the Procuring entity; ii. the method of shipment or packing; iii. the place of delivery; and iv. the related services to be provided by the supplier/ selected bidder. b) If any such change causes an increase or decrease in the cost of, or the time required for, the supplier’s performance of any provisions under the Contract, an equitable adjustment shall be made in the Contract Price or in the Delivery and Completion Schedule, or both, and the Contract shall accordingly should be amended. Any claims by the supplier/ selected bidder for adjustment under this clause must be asserted within twenty-eight (28) days from the date of the supplier’s receipt of the Procuring entity’s change order. c) Prices to be charged by the supplier for any related services that might be needed but which were not included in the Contract shall be agreed upon in advance by the

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #42 of #133 Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III) parties and shall not exceed the prevailing rates charged to other parties by the supplier for similar services. d) Additional quantity may be procured by placing a repeat order on the rates and conditions of the original order. However, the additional quantity shall not be more than 25% of the value of Goods of the original contract and shall be within one month from the date of expiry of last supply. If the Supplier fails to do so, the Procuring Entity shall be free to arrange for the balance supply by limited Bidding or otherwise and the extra cost incurred shall be recovered from the Supplier. 38) Termination- a) Termination for Default- i. The procuring entity without prejudice to any other remedy under the provisions of the Act, the Rules or the Contract for breach of contract, by written notice of default of at least 30 days sent to the supplier/ selected bidder, terminate the contract in whole or in part: a. If the supplier/ selected bidder fails to deliver any or all quantities of the Goods and/or related services within the period specified in the contract, or any extension thereof granted by procuring entity pursuant to GCC clause 'Extensions of Time'; or b. If the supplier/ selected bidder fails to perform any other obligation under the contract within the specified period of delivery of service or any extension granted thereof; or c. If the supplier/ selected bidder, in the judgement of the Procuring entity, has breached the Code of Integrity, as defined in GCC, in competing for or in executing the contract. d. If the supplier/ selected bidder commits breach of any condition of the contract ii. If procuring entity terminates the contract in whole or in part, amount of PSD may be forfeited. iii. In the event the Procuring Entity terminates the Contract in whole or in part, pursuant to GCC Clause (i) above, the Procuring Entity may procure, upon such terms and in such manner as it deems appropriate, Goods and/ or Related Services similar to those undelivered or not performed, and the Supplier shall be liable to the Procuring Entity for any additional costs for such similar Goods or Related Services. However, the Supplier shall continue performance of the Contract to the extent not terminated. b) Termination for Insolvency: Procuring entity may at any time terminate the Contract by giving a written notice of at least 30 days to the supplier if the supplier becomes bankrupt or otherwise declared insolvent. In such event, termination will be without compensation to the supplier, provided that such termination will not prejudice or affect any right of action or remedy that has accrued or will accrue thereafter to Procuring Entity. c) Termination for Convenience- i. The Procuring Entity, by Notice sent to the supplier/ selected bidder, may terminate the Contract, in whole or in part, at any time for its convenience. The Notice of termination shall specify that termination is for the Procuring Entity’s convenience, the extent to which performance of the Supplier under the Contract is terminated, and the date upon which such termination becomes effective. ii. Depending on merits of the case the supplier/ selected bidder may be appropriately compensated on mutually agreed terms for the loss incurred by the contract if any due to such termination.

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #43 of #133 Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III) iii. The Goods that are complete and ready for shipment at the time of Supplier’s receipt of the Notice of termination may, if required, be accepted by the Procuring Entity at the Contract terms and prices. For the remaining Goods, the Purchaser may elect: a. To have any portion completed and delivered at the Contract terms and prices; and/or b. To cancel the remainder and pay to the supplier/ selected bidder an agreed amount for partially completed Goods and Related Services and for materials and parts previously procured by the supplier/ selected bidder 39) Dispute Resolution Mechanism- Any dispute arising from the Contract shall be resolved amicably, as far as possible. The levels of the Dispute Resolution mechanism shall be as follows: a) Amicable resolution between representatives of Parties to the Contract b) If a question, difference or objection arises in connection with or out of the contract agreement or the meaning of operation of any part, thereof or the rights, duties or liabilities of either party have not been settled by amicable resolution through mutual discussions, it shall be referred to the appropriate Empowered Dispute Resolution Committee for decision, if the amount of the claim is more than Rs. 50,000/-. Dispute Resolution Mechanism will have the following Committees at the levels of Head of the Department and Administrative Secretary of the Department: 1. Head of the Department Level Committee: to address disputes in contracts of value upto Rs. 1 crore: The Head of the Department Level Committee shall comprise of Head of the Department, Financial Advisor/ Chief Accounts Officer of the Department, Concerned Procuring Entity or Additional Head of the Department (Member-Secretary) and Representative of Law Department not below the rank of Legal Assistant. 2. Administrative Secretary Level Committee: to address disputes in contracts of value of more than Rupees One Crore. The Administrative Department Level Committee shall comprise of Administrative Secretary of the Department, Representative of Finance Department not below the rank of Deputy Secretary, Law Secretary or his nominee, not below the rank of Joint Legal Remembrancer, Chief Engineer cum- Addl. Secretary of the concerned department and Chief Engineer concerned or Head of the Department, in case of other than a Works Department (Member- Secretary). NOTE:- In case the Procuring Entity is other than a Department of the State Government, the concerned Administrative Department will decide the levels of various members of the two Dispute Resolution Committees. c) All legal proceedings, if necessary arise to institute by any of the parties shall have to be lodged in courts situated in Rajasthan and not elsewhere. 40) Local Conditions- a) Each Bidder is expected to fully get acquainted with the local conditions and factors, which may have any effect on the performance of the contract and /or the cost. b) The Bidder is expected to know all conditions and factors, which may have any effect on the execution of the contract after issue of letter of Award as described in the bidding documents. The department shall not entertain any request for clarification from the Bidder regarding such local conditions. c) It is the Bidder’s responsibility that such factors have properly been investigated and considered while submitting the bid proposals and no claim whatsoever including those for financial adjustment to the contract awarded under the bidding documents

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #44 of #133 Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III) will be entertained by the department. Neither any change in the time schedule of the contract nor any financial adjustments arising thereof shall be permitted by the department, on account of failure of the bidder to know the local laws / conditions. d) The bidder is expected to obtain all information that may be necessary for preparing the bid at their own interest and cost 41) Accommodation for Computer Lab: The Head of Institution will provide sufficient and safe room for computer lab and the maintenance of this lab is the sole responsibility of the tenderer. The Head of Institution would provide the computer room having hardwearing floor finish, with a pucca roof, easily maintainable and should not produce dust. The room to be provided by Head of Institution must have sufficient space for placing 10 computers (including Server), one printer, UPS, Switch etc. with necessary locking arrangements. Standard size of Computer Lab/ Room: 200 Sq. feet ± 15%. It will be preferred that not more than two students should work on a single terminal or one PC i.e. the student to computer ratio would be 2:1. a) Fitting of Electricity/ Site Preparation (for details see technical requirements): (i) The Bidder should prepare the site (Computer Lab) as per the Technical Specifications for Lab Infrastructure mentioned in this Tender Document in the Schools (ii) The basic electric connection will be provided by the School. Other additional electric fitting materials within the computer lab shall have to be made by the tenderer. (iii) The electricity charges for running the computer centre lab shall be borne by the contractor as per the sub-meter fixed. The Contractor will fix the sub-meter. The contractor has to ensure that “Electrical wiring” includes standard earthing and “LAN Cabling” is inclusive of CAT6 cables, I/O boxes, PVC casing as per requirement and fitting, fixing and integration etc at each site. (iv) The Contractor shall keep the Computer Lab open during school vacations for the benefit of students & teachers (v) The electricity bill of the computer lab will be paid by the tenderer. (vi) Contractor shall carry out painting of Computer Lab whenever required to maintain good look and feel 42) Delivery, Installation & Commissioning of Contracted Hardware, Software and Accessories and Provision of CE & ICT Services- a) Subject to GCC Sub-Clause 'Change Orders and Contract Amendments' the Delivery of the Goods and Completion of the Related Services shall be in accordance with the Delivery and Completion Schedule specified in this document. The details of shipping and other documents to be furnished by the Supplier are specified in this document. b) All Goods must be sent freight paid through Railways or Goods transport. If Goods are sent freight to pay, the freight together with departmental charge of 5% of the freight will be recovered from the Supplier’s bill. R.R. should be sent under registered cover. In case advance payment is to be made, the RR shall be sent through Bank only. c) The tenderer whose tender is accepted shall arrange to supply the ordered material (computer hardware, software and accessories etc.), service setup and CE & ICT services strictly in accordance with specifications given in the technical bid within a period mentioned in this RFP. d) The installation and maintenance shall be done at the risk and cost of the tenderer.

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #45 of #133 Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III) e) All security arrangements for the equipment located in the each computer lab in the school shall be the responsibility of the head of the institution. However tenderer will ensure to use the lab with due care under the supervision of the head of the institution. It shall also be the responsibility of the tenderer to get all the equipments insured from an Insurance Company against calamities, theft, fire etc. and all such insurance charges will be borne by the tenderer. The department will not be required to pay such charges. All Head of Institutions shall take adequate measures to provide for security arrangements of equipments and provide assistance for insurance claim, if any. (i) Tenderer shall temporarily restore the affected items with spare/ standby items having similar or better technical specification within 15 school days from the date of event/ happening so that education is not hampered till the time the original item is procured & restored by the tenderer. During these 15 school days penalty shall not be applicable, however, if tenderer fails to comply with the condition then penalties as per clause 49 shall be imposed from the 16th day. (ii) Tenderer shall restore the lab in original condition within 45 schools days except in case of loss due to security lapse/ negligence, from the date of event/ happening or after Non-Traceable Report (NTR) by police, whichever is earlier. Computer education shall not be stopped in any case by the tenderer. f) Certificate/ Policy of Insurance Company for Computer Lab against calamities, theft, fire etc. (only with first bill). g) The tenderer shall only use licensed system software (to be provided by GOR) and shall be held liable for any consequent action arising out of patent/ intellectual property right violation and DD(S)/ DEO(S)/ Head of Institution shall not be liable for any liabilities or damages arising thereof. h) The tenderer will not be permitted to operate computer at any other premises other than the one provided in the school. i) The tenderer should maintain all the computer hardware, software and other equipment in proper working condition throughout the contract period. j) The tenderer shall provide all the other consumables such as stationery, CD-Rs etc. as per the requirements of school during the contract period without any extra cost. k) The Head of Institution shall have the right to use the computer lab along with hardware and software for school/ official purpose. l) The computer lab can be used in conducting examination of computer education in the School. m) If the tenderer fails even after providing adequate notice, the Head of Institution is empowered for alternative installation of contracted hardware/ software/ accessories with the accumulated amount by the deductions after obtaining written permission from DD(S). n) Any Hardware/Software etc. installed by the tenderer shall not be removed/ taken over out of the school/ from the place of installation without prior written permission of the head of the institution. o) Commissioning of the project: If the tenderer has fulfilled following conditions then the project is deemed to have been commissioned and payment can start as per payment conditions. (i) Has supplied and installed hardware, software and equipments in the computer lab as per the scope of work, specifications and term & conditions of this tender

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #46 of #133 Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III) document and all the services are available; and (ii) Has deputed the school co-ordinator as per the qualifications, experience and term & conditions of this tender document; and (iii) Has set up the Help Desk and Project Manager and Range/ District Coordinators have been appointed and have assumed duties and allocated range/ district respectively; and (iv) The delay in start of theory/ practical classes is not due to any shortage or delay in scope of work and supply & installation of any equipment by the supplier. 43) School co-ordinator: The tenderer shall engage school co-ordinators through any legal means to maintain the computer lab (hardware, software and accessories). If required, he/ she shall also provide technical support to the teachers in the use of the multimedia based content in a group of five schools. The tenderer shall be solely responsible for the school co-ordinators engaged and shall not pass any responsibility to the department/ school on this account.

a) Educational Qualification:  Graduate in any discipline from a UGC recognized university.  1 year Diploma in Computers or any other equivalent qualification in Computer Science/ Computer from a Govt./ISO recognized institute or “O” Level Certificate from DOEACC b) The school co-ordinator will produce attested photocopies of all the Degrees/ Diplomas/ Certificates and his/her bio-data along with photo attested by the tenderer at the time of joining. c) Female school co-ordinator will be preferred in a group of girls' schools. d) Each School coordinator is expected to visit a school at least once a week for full day. e) The tenderer shall replace the school co-ordinator if his/her performance is not found satisfactory consistently. f) The school co-ordinator will maintain the four registers in each school duly verifying each entry by the Head of Institution and the registers will be placed in the custody of the Head of Institution: (1) Dead Stock Register, (2) Consumables Register, (3) Dead Stock Down Time and Movement Register (also called as maintenance register) and (4) School co-ordinator's Attendance Register. These registers will be provided by the tenderer. g) Delay in execution of practical classes due to breakdown of equipment shall be treated as absence of school co-ordinator and penalty as per “the penalty for absence of school co-ordinator” will be imposed on tenderer. h) The school co-ordinator will bear identity card of the organization/ company of the supplier. i) No experience certificates will be given to school co-ordinators by the school/department. The school co-ordinator or any employee of the supplier will not claim any employment with GoR/ Department/ school during or after the contract period. j) The school co-ordinator will not indulge in any activity that disrupts harmony of the school environment.

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #47 of #133 Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III) k) The sole responsibility of compensating for damage caused (death/ disability etc.) to school co-ordinator(s) or damage caused to others or property due to acts of school co-ordinator(s), either inside or outside school campus will be of tenderer and school/ department will not be responsible for any such event. l) The department/ school will not be responsible for any dispute that arises between school co-ordinator(s) and tenderer due to non/under payment, service conditions, etc. In case the school/ department /Head of institution is made a party in any such court case the tenderer will bear any/all losses/ expenses on account of such cases. m) It will be responsibility of the tenderer to follow rules, regulations and Acts of State/ Central governments regarding welfare of employees and labour/ persons hired for services/ appointed by it and school/ Department will not be responsible if the tenderer violates the same. n) It will be responsibility of tenderer to verify past record of school co-ordinator(s). It will be binding on tenderer not to appoint/ hire school co-ordinator(s) with criminal background or those found guilty of indulging in anti-social and anti-national activities. o) The school co-ordinator should not involve in any other matter/ action repugnant to the spirit of ethical practices, including, behaviour to/ by students; unauthorized use of copyrighted software etc. p) School records, examination results etc. of the school/ office may also be computerized with the help of school co-ordinator. 44) Monitoring Setup: The tenderer shall designate the following staff with their own offices for management of the project during the entire project period for execution, co- ordination and implementation of the project and to provide periodic feedback and reporting to the respective Government authorities as demanded from time to time: a) Dedicated Project Manager at state level to be stationed at Department’s Bikaner HQ and In charge of the complete project management from the tenderer for the state. b) Dedicated District Coordinators to be stationed at each district headquarters of the range. The District coordinator posted at Range HQ will also work as the Range Coordinator for that Range. c) The detailed roles and responsibilities of the above staff are as under: Name of Education Roles and responsibilities position qualifications Project  Graduate in any State Interface: manager discipline (MBA  To ensure smooth implementation of the project (PM) preferred)  Monitoring of the performance of Range/ District  At least masters in Coordinator (R/DC) and school co-ordinators, computer science/  Infrastructure maintenance. electronics/ computer  Conduct Monthly Review meets with the District engineering or higher coordinators qualification in the  Vendor management to ensure the machines are field of information having high uptime technology  To visit school on regular basis to check the  3-4 year experience execution (project management  To get the desired data, reports always on time experience preferred)  To solve/ close all problems within 7 days by coordinating with R/DCs and vendor  To schedule school co-ordinator induction and technical trainings  Send monthly reports to commissioner, Secondary Education and participate in the monthly review

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #48 of #133 Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III)

School Interface:  To ensure the contractual obligations are met as per agreement  MIS requirements from the commissioner, Secondary Education are met on time  Interaction with the commissioner, Secondary Education on a regular basis to update the progress of the project  Attend all project Review meetings Range/  Graduate in any  To collect and verify all reports from schools District discipline  To coordinate maintenance work by vendors Coordinator  Diploma in computer  To Send periodic reports to regional office (RCs) application from any  To collect sign-off from school co-ordinators for the recognized institution school  With 2 year  To visit every school performance in consultation with experience (HW Head of Institution maintenance/  To participate in discussions with Head of Institution customer support about education delivery preferred)  To conduct education delivery reviews: 1. Adherence to session plan 2. Attendance of students  To find a replacement school co-ordinator within 3 days of a school co-ordinators resignation/leaving  To recruit school co-ordinator by conducting tech/non-tech tests and interviews  To conduct induction or any other training program for the school co-ordinator 45) Setting a Help Desk/ Call Centre Facility at Range HQ- The Help Desk would be operational on all working days from 8.00 AM to 5.00 PM. The purpose of Helpdesk is to log any call relating to the operations and management of the project in schools. At least two capable resources with adequate qualifications and experience should man the Help Desk. The bidder will have to arrange for suitable space arrangements for Help Desk on its own. The help desk service will serve as a single point of contact (SPOC) for all incidents and service requests for the Schools falling within that Range. The activities shall include: a) The following shall be clearly marked on the equipments using labels or indelible ink in the presence of school staff: (i) The date of installation, (ii) Period of warranty, (iii) The details of service person b) Supplier has to set up a web based portal along with a Help Desk facility to register, monitor and rectify all the calls from schools regarding hardware and software support arising after the supply. c) Provide necessary channels for reporting issues to the help desk. The incident reporting channels shall be the following: (i) Specific e-Mail account/ web portal (ii) Toll Free Phone Number which shall be provisioned by the bidder and cost to be paid by the bidder d) Implement a call logging system in line with the defined incident types as per the SLA. The Help desk shall log user calls and assign an incident/ call ID number. e) Creation of knowledge base on frequently asked questions to help in resolving basic issues themselves

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #49 of #133 Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III) f) Track each incident / call to resolution g) Provide feedback to callers. h) Analyze the call statistics i) Escalate the calls, to the appropriate levels, if necessary as per the escalation matrix agreed between the bidder and the department. The escalation matrix shall be developed by bidder in discussion with Department. j) Coordinate with respective OEMs for closure of calls. k) Analyze the incident / call statistics and provide monthly reports including but not limited to: (i) Type of incidents / calls logged (ii) Incidents / calls resolved (iii) Incidents / calls open 46) Other Conditions- a) Medium of instruction will be Hindi and English. b) The required premises or accommodation in a school building will be made available by the Head of Institution to the tenderer free of cost as per availability and requirement. c) District/ Range/ Directorate will monitor, assess and review the scheme from time to time. d) The progress of project and performance of the tenderer will be reviewed at least twice in a year by Departmental Level Committee and once in a year by the State Level Empowered Committee. e) The payment will be managed by the education department through the concerned DEO (Secondary) I/II. In case of any dispute, the matter will be referred to the Range Level Committee first. f) The tenderer and school co-ordinator will abide by the rules and discipline of the school for maintenance & teaching support and other related matters. g) The tenderer will ensure that at a single location (district) no multiple brands of items can be used and only single financial bid would be accepted in case of multiple branding. h) The final acceptance of the tender would be entirely vested with the procuring entity who reserves the right to accept or reject any tender, without assigning any reason whatsoever. There are no obligations on the part of the procuring entity to communicate in any way with the rejected tenderer. After acceptance of the tender by procuring entity the tenderer shall have no right to withdraw his tender or claim higher price. i) Tenders with incomplete information are liable for rejection. j) For each category of qualification criteria, the documentary evidence is to be produced duly attested by the tenderer, serial numbered and enclosed with the technical bids. If the documentary proof is not enclosed for any/ all criteria the tender is liable for rejection. k) If any information given by the tenderer is found to be false/fictitious, the action would be initiated against the tenderer as per Govt. rules. l) If GoR/ Department decide to appoint a third party agency for inspection and evaluation to measure the success of the project during the tenure of the project and

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #50 of #133 Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III) tenderer need to share all the information and co-operate with third party monitoring /technical agency during the period of contract. m) During the course of contract when the successful tenderer is maintaining the machines, complete record should be kept of all the changes made to the configuration for any system that undergoes part replacement. The specification of each replacement. The specification of each replacement part should be equivalent or better than that of the original. n) The Multimedia based Education Content has to be installed free of cost. 47) Terms of Payment- a) The Supplier’s request for payment shall be made to the Procuring Entity in writing, accompanied by invoices describing, as appropriate, the Goods delivered and Related Services performed, and by the documents submitted pursuant to GCC 'Delivery' Clause and upon fulfilment of all the obligations stipulated in the Contract. b) Payments should be made promptly by the Procuring Entity, as far as possible, within Thirty (30) days after submission of an invoice or request for payment by the Supplier, and the Procuring Entity has accepted it. All remittance charges shall be borne by the Supplier. c) The currency in which payments shall be made to the Supplier under this Contract shall be Indian Rupees. d) In case of disputed items, 10 to 25% of the amount of the price of such items may be withheld and will be paid on settlement of the dispute. e) Payment in case of those Goods which need trials or testing as specified in this document shall be made only when such trials or tests have been carried out and trials or test results received conforming to the prescribed specifications f) No advance payment shall be made. g) The payment for implementing this scheme will be made on submission of bills in proper form (along with performance report of each school issued by Head of Institution) by the tenderer to the concerned District Education Officer (Secondary- I/II) in accordance with the directions mentioned in the tender document. Part payment can also be made. All remittance charges will be borne by the tenderer. h) The tenderer will not be entitled for the start of first payment for the entire district unless the tenderer has delivered and installed the entire equipment including school co-ordinator as mentioned in this RFP and commissioned the scheme in at least 75% of the total no. of schools of that district. i) The tenderer will submit the bills quarterly with the following documents duly verified by him: (i) The photocopy of Daily Attendance Register of the school co-ordinator with each bill. (ii) Performance report (in the format prescribed by Directorate Bikaner) of each school with each bill. (iii) Certificate/ Policy of Insurance Company for Computer Lab against calamities, theft, fire etc (only with first bill). j) Payment will be started from the date of Commissioning and will be made as per Payment Schedule mentioned above in this tender document to the tenderer by the DEO(s) upon satisfaction and on submission of the certificates as mentioned above.

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #51 of #133 Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III) k) No Payment will be made to the tenderer if the infrastructure of computer lab is not as per prescribed norms and also if the school co-ordinator does not satisfy the desired qualification as specified. l) The computer lab will remain open during vacations (Mid Term/ Winter/ Summer vacations) and preparation leaves as per school working hours, the payment will be made against these vacations/leaves. The payment will also be made against Holidays. m) The DEO(s) would provide the Income tax deduction certificate and the reasons of other deductions in writing to the tenderer at the time of payment.

48) Payment schedule – Payments to the bidder, after successful completion of the target milestones (including specified project deliverables), would be made as under: Sr. % age of Condition/ Event No. payment 1. No Advance payment shall be made 2. Twenty a) The payment for imparting this scheme will be made on Equal submission of bills in proper form (along with performance Quarterly report of each school issued by Head of Institution) by the installments tenderer to the concerned District Education Officer (Secondary - I/II) in accordance with the directions mentioned in the tender document. Part payment can also be made. b) Centralized payment at Directorate/DD level could also be considered only by state level committee in case of any difficulty in payment at DEO level Note: (i) Remittance charge on payment made shall be borne by the tenderer. (ii) The rate should not be provided as a percentage figure; the tenderer is advised to quote charges in absolute Indian Rupees inclusive of all taxes & government levies. a) In case, if the site is not made available for installation of supplied items during the period of delivery and installation as given in the bidding document, then the bidder would request procuring entity in writing accompanied by "Site Not Ready" certificate duly sealed & signed from the School (Head of Institution) for extension of installation period without penalty. If the site is not made ready by the school even after one month of scheduled date/ actual date of delivery whichever is later, then proportionate payment due shall be made to the successful bidder. The payment will be made after the submission of invoice (in triplicate) and duly entered in the stock register, remaining payment will be released after successful installation & commission as per the bidding document. b) The supplier’s/ selected bidder’s request for payment shall be made to the procuring entity in writing, accompanied by invoices describing, as appropriate, the goods delivered and related services performed, and by the required documents submitted pursuant to general conditions of the contract and upon fulfilment of all the obligations stipulated in the Contract. c) Due Payments shall be made promptly by the procuring entity, generally within sixty (60) days after submission of an invoice or request for payment by the supplier/ selected bidder, and the procuring entity has accepted it. d) The currency or currencies in which payments shall be made to the supplier/ selected bidder under this Contract shall be Indian Rupees (INR) only. e) All remittance charges will be borne by the supplier/ selected bidder.

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #52 of #133 Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III) f) In case of disputed items, disputed amount shall be withheld and will be paid only after settlement of the dispute. g) Payment in case of those goods which need testing shall be made only when such tests have been carried out, test results received conforming to the prescribed specification. h) Advance Payments will not be made. i) Any penalties accumulated due to non-compliance of service level requirements shall be deducted from the Bank Guarantee provided by the supplier as well as from any payments due to the supplier for respective/ prospective quarters. j) Taxes (work contract tax, VAT, income tax, etc.), as applicable, will be deducted at source, from due payments, as per the prevalent rules and regulations.

B. Special Conditions of the Bid-

49) Service Level Agreement (SLA) with Penalties- a) SLA defines the terms of the bidders responsibility in ensuring the performance of the Project based on the Performance Indicators as detailed in this RFP. b) Measurement of SLA: The Measurement of SLA shall be performed either by the department or a Third Party Agency as designated by the Department for respective scope of work in schools. c) SLA Reporting: For reports of performance of the Project, the bidder is required to submit monthly MIS for availability of Service Setup/ Hardware/ Software and other equipments installed at schools site certified by the head of the school in the formats to be prescribed separately by the department. d) In case of failure to mitigate the material breach within the stipulated period, department may terminate the agreement. The table below summarizes the performance indicators for the services to be offered by the bidder: S. SLA Parameter Stipulated period of Material/ SLA Penalty per No. Mitigation Breach lab  Penalty for delay in If the installation and commissioning of the system is not execution of completed in full within the stipulated period as prescribed in the scheme implementation schedule the 'Liquidated Damages' clause shall be applicable on the value for hardware & infrastructure (i.e. Rs. 5.45 lacs per school) for only the un-commissioned number of schools.  Penalty for non If the installation and commissioning is not completed even after implementation of maximum installation and commissioning period or after any scheme extension provided thereof; the Contract may be terminated in part or whole at the discretion of Procuring Entity and at the risk and cost of the Tenderer. The Performance Security may be forfeited in part or whole as the case may be. The procuring entity will be authorised to engage the services of any other suitable BOOT vendor at the risk and cost of the tenderer.

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #53 of #133 Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III)

 Penalty for failure (i) No equipment shall be down for more than 4 school days of hardware (even if equipment is down during part of a school day, it will equipments be counted as one school day) over one month period. For declared as downtime beyond 4 school days in a month, Rs. 150/- per CRITICAL in school per ‘school day’ or part thereof shall be levied as Annexure-1 penalty on the executing agency. (ii) In the event of continuing non-functioning or defective functioning of any equipment provided under the Contract, the Tenderer(s) shall forthwith replace such equipment provided by the Tenderer to the School concerned by equivalent/ similar/ better equipment, failing which DD(S)/ DEO(S) shall be entitled to replace such equipment as found non- functioning or defective and charge the said cost(s) together with interest thereof to the account of the Tenderer(s)  Penalty for failure (i) No equipment shall be down for more than 6 school days of hardware (even if equipment is down during part of a school day, it will equipments be counted as one school day) over one month period. For declared as NON- downtime beyond 6 school days in a month, Rs. 100/- per CRITICAL in school per ‘school day’ or part thereof shall be levied as Annexure-1 penalty on the executing agency. (ii) In the event of continuing non-functioning or defective functioning of any equipment provided under the Contract, the Tenderer(s) shall forthwith replace such equipment provided by the Tenderer to the School concerned by equivalent/ similar/ better equipment, failing which DD(S)/ DEO(S) shall be entitled to replace such equipment as found non- functioning or defective and charge the said cost(s) together with interest thereof to the account of the Tenderer(s)  Non working of @ Rs. 50/- per day per school or actual cost of bandwidth Internet (The whichever is higher. The penalty will be computed from day one. clause is not to be invoked where Internet Service Provider (ISP) is not available)  Non working of the within 4 <=4 days @ Rs. 100/- per day per electrical working days school. The penalty will be equipment, from the computed from day one networking and lodging of the MIS software complaint >4 days @ Rs. 200/- per day per <=15 days school will be imposed on the bidder. >15 days @ Rs. 400/- per day per <=30 days school will be imposed on the bidder. >30 days Payments due in respect of that school for the remaining months shall stand dissolved.  Non provisioning of within 3 <=3 days @ Rs. 50/- per day per satellite education working days school. The penalty will be from the computed from day one lodging of the complaint >3 days @ Rs. 100/- per day per <=15 days school will be imposed on the bidder. >15 days @ Rs. 200/- per day per <=30 days school will be imposed on the bidder. >30 days Payments due in respect of that school for the remaining

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #54 of #133 Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III)

months shall stand dissolved.  Penalty for  The tenderer shall ensure that the school co-ordinator attend absence of the school in the group regularly for maintaining the computer monitoring staff or lab as needed. A substitute is to be provided in case of his/ her school co-ordinator absence. If the monitoring staff/ school co-ordinator is absent and no substitute is provided, the tenderer shall be liable to pay a fine Rs. 100/- per day for 1st week, Rs. 200/- per day for 2nd week and Rs. 400/- per day for further weeks.  If the monitoring staff/ school co-ordinator is regularly and frequently absent and if the agency does not depute school co- ordinator despite being notified in writing, the DD(S)/ DEO(S) is authorised to engage the services of a school co-ordinator at the risk and cost of the tenderer  Penalty for non- within 3 <=3 days @ Rs. 250/- per day per functioning of Help working days school. The penalty will be Desk/ Call Centre from the downing computed from day one Facility at Range of the Help Desk/ HQ Call Centre Facility >3 days @ Rs. 500/- per day per <=15 days school will be imposed on the bidder. >15 days @ Rs. 1000/- per day per <=30 days school will be imposed on the bidder. >30 days Payments due in respect of that school for the remaining months shall stand dissolved. (a) Notwithstanding any of the penalty clauses above and those listed elsewhere in the SLA, GoR/ Department shall be free to hold back or deduct entirely the quarterly costs and/ or invoke termination if after due intimations and/ or warning, improvements in service are not made to the satisfaction of GoR/ Department. (b) Fraction of a day in reckoning period in supplies, successful installation and completion of work shall be eliminated if it is less than half a day. In case of calculation for month wise penalties the month will be of 30 days and if duration is less than a month then penalty will be levied on pro-rata basis. 50) Acceptance Testing and Certification a) The primary goal of Acceptance Testing and Certification is to ensure that the Project (including all the project components as discussed in the scope of work) meets requirements, standards, specifications and performance, by ensuring that the following are associated with clear, quantifiable metrics for accountability: I. Infrastructure (Hardware and Network) Compliance Review II. Performance III. Project Documentation b) Infrastructure Compliance Review: Department/ Third party agency may perform the Infrastructure Compliance Review to verify the conformity of the Infrastructure (both IT, non IT) supplied by the selected Bidder against the requirements and specifications provided in the RFP and/or as proposed in the proposal submitted by the selected Bidder. Compliance review shall not absolve the vendor from ensuring that proposed infrastructure meets the SLA requirements. c) Performance: Performance is another key requirement for the project and the agency shall review the performance of the deployed solution against certain key parameters defined in SLA.

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #55 of #133 Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III) d) Project Documentation: The Agency shall review the project documents developed by the selected Bidder including deliverables given in the scope of work and other documents as required. 51) Exit Management- a) Purpose- This clause sets out the provisions which will apply on expiry or termination of the “Contract Agreement”. In the case of termination of the Contract Agreement due to any illegal activity performed by the bidder during/ as part of the activities related to the project, the procuring entity shall have the right to, at its sole discretion; apply this clause with or without seeking an appropriate remedy from the bidder. b) Transfer of Assets- i. The exit management period shall be last three months period before the date of expiry of the agreement. During this period the bidder will arrange for transfer all the assets in good working condition and as per the specifications of the bid document including the ones being upgraded to the department/ designated agency. The security deposit/ performance security submitted by bidder will only be returned after the successful transfer of the entire project including its infrastructure. ii. The bidder will transfer all the Software Licenses under the name of the department as desired by the procuring entity during the exit management period. iii. Procuring entity during the project implementation phase and the operation and management phase shall be entitled to serve notice in writing to the bidder at any time during the exit management period requiring the bidder to provide procuring entity or its nominated agencies with a complete and up-to-date list of the assets within 30 days of such notice. iv. Upon service of a notice, as mentioned above, the following provisions shall apply: a. In the event, if the assets which to be transferred to procuring entity mortgaged to any financial institutions by the bidder, the bidder shall ensure that all such liens and liabilities have been cleared beyond any doubt, prior to such transfer. All documents regarding the discharge of such lien and liabilities shall be furnished to procuring entity or its nominated agencies. b. All title of the assets to be transferred to procuring entity or its nominated agencies pursuant to clause(s) above shall be transferred on the last day of the exit management period. All expenses occurred during transfer of assets shall be borne by the bidder. c. That on the expiry of this clause, the bidder and any individual assigned for the performance of the services under this clause shall handover or cause to be handed over all confidential information and all other related material in its possession, including the entire established infrastructure supplied by bidder to Procuring entity. d. That the products and technology delivered to Procuring entity during the contract term or on expiry of the contract duration should not be sold or re- used or copied or transferred by bidder to other locations apart from the locations mentioned in the this bid document without prior written notice and approval of Procuring entity. Supplied hardware, software & documents etc., used by bidder for Procuring entity shall be the legal properties of Procuring entity. c) Cooperation and Provision of Information during the exit management period-

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #56 of #133 Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III) a. The bidder will allow Procuring entity or its nominated agencies access to the information reasonably required to define the current mode of operation associated with the provision of the services to enable Procuring entity or its nominated agencies to assess the existing services being delivered. b. The bidder shall provide access to copies of all information held or controlled by them which they have prepared or maintained in accordance with the Project Implementation, the Operation and Management SLA and SOWs relating to any material aspect of the services provided by the bidder. Procuring entity or its nominated agencies shall be entitled to copy all such information comprising of details pertaining to the services rendered and other performance data. The bidder shall permit Procuring entity or its nominated agencies and/ or any Replacement Operator to have reasonable access to its employees and facilities as reasonably required by Procuring entity or its nominated agencies to understand the methods of delivery of the services employed by the bidder and to assist appropriate knowledge transfer. d) Confidential Information, Security and Data- The bidder will promptly on the commencement of the exit management period supply to Procuring entity or its nominated agencies the following: a. Documentation relating to Intellectual Property Rights; b. Project related data and confidential information; c. All current and updated data as is reasonably required for purposes of Procuring entity or its nominated agencies transitioning the services to its replacement bidder in a readily available format nominated by Procuring entity or its nominated agencies; and d. All other information (including but not limited to documents, records and agreements) relating to the services reasonably necessary to enable Procuring entity or its nominated agencies, or its replacement operator to carry out due diligence in order to transition the provision of the services to Procuring entity or its nominated agencies, or its replacement operator (as the case may be). e. Before the expiry of the exit management period, the bidder shall deliver to Procuring entity or its nominated agencies all new or up-dated materials from the categories set out above and shall not retain any copies thereof, except that the bidder shall be permitted to retain one copy of such materials for archival purposes only. e) Transfer of certain agreements- i. On request by Procuring entity or its nominated agencies, the bidder shall effect such assignments, transfers, innovations, licenses and sub-licenses as Procuring entity or its nominated agencies may require in favour of procuring entity or its nominated agencies, or its Replacement Operator in relation to any equipment lease, maintenance or service provision agreement between bidder and third party leasers, operators, or Operator, and which are related to the services and reasonably necessary for carrying out of the replacement services by Procuring entity or its nominated agencies, or its replacement Operator. ii. Right of Access to Premises: At any time during the exit management period and for such period of time following termination or expiry of the SLA, where assets are located at the bidder’s premises, the bidder will be obliged to give reasonable rights of access to (or, in the case of assets located on a third party's premises,

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #57 of #133 Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III) procure reasonable rights of access to Procuring entity or its nominated agencies, and/ or any replacement operator in order to inventory the assets. f) General Obligations of the bidder- i. The bidder shall provide all such information as may reasonably be necessary to effect as seamless during handover as practicable in the circumstances to Procuring entity or its nominated agencies or its replacement operator and which the operator has in its possession or control at any time during the exit management period. ii. The bidder shall commit adequate resources to comply with its obligations under this Exit Management Clause. g) Exit Management Plan- i. The bidder shall provide Procuring entity or its nominated agencies with a recommended exit management plan ("Exit Management Plan") which shall deal with at least the following aspects of exit management in relation to the SLA as a whole and in relation to the Project Implementation, the Operation and Management SLA and SOWs. ii. A detailed program of the transfer process that could be used in conjunction with a replacement operator including details of the means to be used to ensure continuing provision of the services throughout the transfer process or until the cessation of the services and of the management structure to be used during the transfer; and iii. Plans for the communication with such of the bidder's, staff, suppliers, customers and any related third party as are necessary to avoid any material detrimental impact on Procuring entity operations as a result of undertaking the transfer; and iv. If applicable, proposed arrangements and Plans for provision of contingent support in terms of business continuance and hand holding during the transition period, to Procuring entity or its nominated agencies, and Replacement Operator for a reasonable period, so that the services provided continue and do not come to a halt. v. The Bidder shall re-draft the Exit Management Plan annually after signing of contract to ensure that it is kept relevant and up to date. vi. Each Exit Management Plan shall be presented by the bidder to and approved by Procuring entity or its nominated agencies. vii. In the event of termination or expiry of SLA, Project Implementation, Operation and Management SLA or SOWs each party shall comply with the Exit Management Plan. viii. During the exit management period, the bidder shall use its best efforts to deliver the services. ix. It would be the responsibility of the bidder to support new operator during the transition period.

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #58 of #133 Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III) ANNEXURE-1: BILL OF MATERIAL (BoM) required in each school

S. Item Name Estimated Qty. per School CRITICAL/ NON- MAF required No Option-1 Option-2 CRITICAL (Y/N) (Annexure-9) 1. Desktop Computer 1 1 CRITICAL Yes (High End) 2. Desktop Computer 1 9 CRITICAL Yes (Low End) 3. Hybrid Solar Inverter 1 (1 KVA) 1 (1.5 KVA) CRITICAL Yes with Solar System 4. Shared Computing 8 Nil CRITICAL Yes Access Device (AD) 5. Ethernet Switch 1 Nil CRITICAL Yes 4. Wireless Router Nil 1 CRITICAL No 5. Wireless LAN Adapter Nil 10 (1 each CRITICAL No (with each desktop) with Desktop - High & Low End) Common Hardware 6. Laser Printer 1 1 CRITICAL Yes 7. DMP 1 1 CRITICAL Yes 8. Scanner 1 1 NON-CRITICAL No 9. Display Unit along with 1 1 CRITICAL Yes suitable C-Band Antennae & Set Top Box 10. Computer Table 11 (1 for each 11 (1 for NON-CRITICAL No PC/ AD & 1 each PC & 1 for Printers & for Printers & Scanner) Scanner) 11. Computer Chair 20 (2 for each 20 (2 for NON-CRITICAL No PC) each PC) 12. Electrical Fittings As mentioned As NON-CRITICAL No mentioned 13. Internet connection As mentioned As CRITICAL No mentioned 14. Online MIS Interactive Web based Web based CRITICAL No Software as required as required 15. Consumables As mentioned As NON-CRITICAL No mentioned The tenderer may install additional equipment or depute additional service setup, over and above the quantities specified, as deemed fit by them, to meet out the time Schedule and Service Level Agreement requirements. GoR would not be liable to pay any additional cost for this. Detailed Technical Specification are given in the Annexure-2 Note: The tenderer shall not supply any item which is declared as end of sale by OEM before date of actual supply. In such case the tenderer shall supply next higher version at no extra cost.

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #59 of #133 Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III) ANNEXURE-2: TECHNICAL SPECIFICATIONS

Option-1 (Shared Computing)

1. Desktop (High End): Item Description of Requirement Compliance/ Deviations Model Offered Mention Make 

Make Offered Mention Model 

Mandatory Cert. OEM – ISO 9001 Manufacturer, Certified on supplied OS and UL Processor SPEC CPU 2006 base approach: The desktop should have latest generation single dual core or more core 64-bit x86 processor. The processor should be fully binary compatible to 32-bit applications. A dual core or more cores on a single die/socket will be treated as a single processor. The desktop should have Processor SPEC CPU2006 benchmarked with SPEC Rating in the range of at least 80-85 with 8GB RAM or higher. (60% of SPECint_rate_base2006 plus 40% of SPECfp_rate_base2006) OR SYSMark2007 based Approach: 64 bit Multi core x86 latest generation Processor supporting Hardware Assisted Virtualization feature & delivering Minimum 230 SYSMARK2007 points overall or higher. Bidder to provide Disclosure Report (FDR) to verify the qualifying parameter with technical bid. Chipset Compatible to the above qualifying processor Memory 8 GB DDR3 (1333 MHz) HDD 500 GB HDD or higher Monitor 18.5 inch Wide WXGA TCO’05 Certified Keyboard OEM Mechanical USB Keyboard with skin pad Mouse USB Optical Scroll with antistatic pad Optical Drive DVD Writer Multimedia Integrated Audio, Graphic Controller & web camera Cabinet Mini Tower / SFF/ ATX/ Mini ATX Cabinet with two SATA connectors (ISO Certified SMPS and connectors of industrial standard) OEM can use their own cabinet and power supply Dust Cover Quality dust cover for Monitor, CPU, Keyboard, Mouse 10/100/1000 Integrated. Ethernet Graphics & Audio Integrated Speakers Head Phone with mike Power ACPI (Advanced Configuration and Power Management Interface) Management Equipment Serial Product should have bar coded Serial Nos. on the equipment & packing No. carton for capturing the Serial Nos. at the time of delivery Linux OS Latest Open Source Freeware Linux Education/ Academic Edition compatible with quoted Shared Computing Technology Software Following software with appropriate academic licenses for the lab:  Adobe Acrobat Professional  Adobe Photoshop Elements and Premier Elements  Adobe Flash Professional Anti-Virus Preloaded Anti-Virus with 5 yr. updates Operating System Operating System (Server Edition) would be procured by Education Department separately and would be supplied to each school directly. The tenderer would be responsible to install and maintain this operating system on the desktops at no extra cost in all schools during the entire project period. Office Suite Office suite would be procured by Education Department separately and would be supplied to each school directly. The tenderer would be responsible to install and maintain this software on the desktops at no

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #60 of #133 Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III)

extra cost in all schools during the entire project period. Asset Logger Software should be both server & client based with auto update capability (application agent does not have any interface). Must be able to log hardware, software, resource uses and application uses along with changes in installed hardware & software. All the modules must be enabled, disabled, controlled or configured centrally. Application’s web portal should be pop enabled and should not require local username/password store. Must have Users self service portal and administration portal. Must generate category wise hardware and vendor/ version wise various software reports. The source code of the client /agent application must be available for audit as and when desired by department. The sole super user/ administrator rights will reside with the department. The server application must be able to maintain and integrate with multiple versions of the client /agent of asset logger. Must have multiple versions releasing capability. The web interface and reports of asset logger desired must be customizable during the service period. No open source or freeware software shall be provided against this offer. 2. Desktop (Low End): Item Description of Requirement Compliance/ Deviations Model Offered Mention Make 

Make Offered Mention Model 

Certification(s) OEM ISO 9001 series manufacturer, MS Windows certified, and UL Processor SPEC CPU 2006 base approach: The DT should have latest generation single dual core or more cores 64-bit x86 processor. The processor should be fully binary compatible to 32-bit applications. A dual core or more cores on a single die/socket will be treated as a single processor. The desktop should have Processor SPEC CPU2006 benchmarked with SPEC Rating in the range of at least 55-60 with 4GB RAM. (60% of SPECint_rate_base2006 plus 40% of SPECfp_rate_base2006) OR SYSMark2007 based Approach: 64 bit Multi core x86 latest generation Processor supporting Hardware Assisted Virtualization feature & delivering Minimum 210 SYSMARK2007 points overall. Bidder to provide Disclosure Report (FDR) to verify the qualifying parameter with technical bid. Chipset Compatible to the above qualifying processor Memory 4 GB 1333 DDR3 RAM HDD 500 GB 7200 Serial ATA HDD or higher Monitor 47 cm (18.5 inch) TFT Digital Colour Monitor TCO’05 Certified Keyboard OEM USB Keyboard with skin pad Mouse Two button Optical Scroll Mouse with antistatic pad Optical Drive DVD RW (Min. 16x) or higher Cabinet Mini Tower / SFF/ ATX/ Mini ATX Cabinet with two SATA connectors (ISO Certified SMPS and connectors of industrial standard) OEM can use their own cabinet and power supply Dust Cover Quality dust cover for Monitor, CPU, Keyboard, Mouse USB Min. 6 USB (min. 2 in front, 4 in rear) Network Features 10/100/1000 on board integrated network port Ports Minimum 1 Serial, 1 Parallel Multimedia Integrated Audio, Graphic Controller & web camera Speakers External 300 W or higher Power ACPI (Advanced Configuration and Power Management Interface) Management Linux OS Latest Open Source Freeware Linux Education/ Academic Edition compatible with quoted Shared Computing Technology Anti-Virus Preloaded Anti-Virus with 5 yr. updates Operating System Operating System would be procured by Education Department

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #61 of #133 Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III)

separately and would be supplied to each school directly. The tenderer would be responsible to install and maintain this operating system on the desktops at no extra cost in all schools during the entire project period. Office Suite Office suite would be procured by Education Department separately and would be supplied to each school directly. The tenderer would be responsible to install and maintain this software on the desktops at no extra cost in all schools during the entire project period. 3. Solar System (1 KVA): Item Description of Requirement Compliance/ Deviations Model Offered Mention Make 

Make Offered Mention Model 

Mandatory - ISO 9001 Series Manufacturer Certification  Solar PV: 200 Wattage PV-AC Hybrid Power Pack SPV with Hybrid Charge Controller cum invertors with 1 hour backup (150x1 AH Tubular Battery)  SPV Modules: 200 WP SPV Modules Mono/ Multi Crystalline Silicon PV cells fitted with bi pass diodes. The module should also be tested & confirms to IEC 61215 standards. (Certificate to be attached). The module should fulfill the requirement for the Safety Certification (‘s’ MARK) under standard IEC 61215:1993  Module Mounting: Suitable to accommodate 150 WP modules, made of MS angles, duly galvanized to avoid corrosion. The mounting structures for SPV modules should be without too many welding joints and fixed to the rooftop or pole mounting at roof in such a way to prevent from external damage and theft of modules.  Hybrid Charge Controller Cum Invertors: Hybrid charge controller shall be provided to charge the Battery Bank from PV array and grid  Capacity: 1000VA with 0.7 O/p power factor  Battery: 12V Low Maintenance Tubular Batteries  Battery: ISO 14000 and ISO 9001 certified  Junction Boxes: Dust and vermin proof to provide termination of cables along with tags.  Note: Suitable length of cable shall be provided for interconnection of modules, charge controller, battery bank, inverter etc. 4. Shared Computing Access Device: Item Description of Requirement Compliance/ Deviations Model Offered Mention Make 

Make Offered Mention Model 

Certifications ISO 9001, FCC Class B, MIC, RoHS Compliant. Access Device Allow Minimum 2+8 users to share a single Host PC/Server (should capable to support up to 20 users) through a Shared Computing PC- Sharing kit (This includes virtualization software, access devices with Audio In & Audio Out jack, USB Keyboard (mechanical with skin pad) and USB Mouse outputs. SVGA Monitor output, RJ-45 Connection Port). Each access device should be standalone equipment and not integrated with any peripheral like keyboard, mouse, monitor etc. Operating System Windows 7 32/64 Bit, Windows Server 2008 R2, Windows Multipoint Support Server 2011 standard/Premium – under 64 Bit O.S Architecture. Should also support supplied OS. Additional Feature Auto Failover and Load balancing between two shared PC/ Server, Remote management via management console, Message broadcast between HOST and Shared Users, Device Firmware updates and

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #62 of #133 Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III)

upgrade via management console, Device management from management console, licensing key to be provided along with device (no internet required for registration or key generation). Cat6 UTP Patch Direct UTP Cable, using Factory Crimped with RJ-45 jacks. cords External Speakers Pair of Head Phone for each device using standard audio jack pin. Lab Setup Refer Network diagram: Total number of user terminals will be minimum 2:8 (Two PC /Server & 8 Access Device) as per Schematic diagram shown in the RFP for a 10 user Lab scenario. OEM OEM of Shared computing technology must have an experience of supply & install of shared computing technology in minimum of 2000 Government schools in India for last 3 years. Bidder to provide valid reference document as a proof. 5. Ethernet Switch: Item Description of Requirement Compliance/ Deviations Model Offered Mention Make 

Make Offered Mention Model 

Ports 8 10/100 Fast Ethernet LAN ports with auto-sensing feature Switching Fabric: 1.6 Gbps or higher; Packet filtering/ forwarding rate: Ethernet: 14,880 pps or higher per port; Fast Ethernet: 148,800 pps or higher per port; Features/ MAC Address Table Size: 2K entries per device or higher; Performance Transmission methods: Store-and-forward; RAM buffer: 95 KB per device or higher; Protocol: CSMA/CD IEEE 802.3, IEEE 802.3u, ANSI/IEEE 802.3 NWay auto negotiation, Standards IEEE 802.3x flow control and Compliance with IEEE802.3az EEE power saving Certifications FCC, CE, RoHS compliant, cUL/UL Network Rack Wall mounting provision Rack should be of sufficient depth to house the equipment offered with all doors closed and shall have Top and bottom cover with cable entry Note: Manufactures should guarantee that the products being manufactured by them and/ or the components being used for the manufacture of such products and/or the facilities being used for the manufacturing of such products conform to the basic parameters which restrict and protect the environment and the living beings who use these products from any type of hazardous emission, touch, feel, contact of any type, that could cause any type of discomfort to the living beings of cause the depletion of the environments (atmospheres) protective layers. All the hardware equipments supplied/ installed have to be environmental friendly as these are to be used by students.

Network Diagram:

Desktop Desktop (High End) User-1 (Low End) User-2

Ethernet Switch

User-4 User-7

User-3 User-6 User-5 User-9 User-8

User-10

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #63 of #133 Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III) Option-2 (Client - Server)

1. Desktop (High End): Item Description of Requirement Compliance/ Deviations Model Offered Mention Make 

Make Offered Mention Model 

Mandatory Cert. OEM – ISO 9001 Manufacturer, Certified on supplied OS and UL Processor SPEC CPU 2006 base approach: The desktop should have latest generation single dual core or more core 64-bit x86 processor. The processor should be fully binary compatible to 32-bit applications. A dual core or more cores on a single die/socket will be treated as a single processor. The desktop should have Processor SPEC CPU2006 benchmarked with SPEC Rating in the range of at least 80-85 with 8GB RAM or higher. (60% of SPECint_rate_base2006 plus 40% of SPECfp_rate_base2006) OR SYSMark2007 based Approach: 64 bit Multi core x86 latest generation Processor supporting Hardware Assisted Virtualization feature & delivering Minimum 230 SYSMARK2007 points overall or higher. Bidder to provide Disclosure Report (FDR) to verify the qualifying parameter with technical bid. Chipset Compatible to the above qualifying processor Memory 8 GB DDR3 (1333 MHz) HDD 500 GB HDD or higher Monitor 18.5 inch Wide WXGA TCO’05 Certified Keyboard OEM Mechanical USB Keyboard with skin pad Mouse USB Optical Scroll with antistatic pad Optical Device DVD Writer Cabinet Mini Tower / SFF/ ATX/ Mini ATX Cabinet with two SATA connectors (ISO Certified SMPS and connectors of industrial standard) OEM can use their own cabinet and power supply) Dust Cover Quality dust cover for Monitor, CPU, Keyboard, Mouse 10/100/1000 Integrated. Wireless LAN adapter (USB /Integrated/PCI) Ethernet Graphics & Audio Integrated Speakers Head Phone with mike Power ACPI (Advanced Configuration and Power Management Interface) Management Equipment Serial Product should have bar coded Serial Nos. on the equipment & packing No. carton for capturing the Serial Nos. at the time of delivery Linux OS Latest Open Source Freeware Linux Education/ Academic Edition Software Following software with appropriate academic licenses for the lab:  Adobe Acrobat Professional  Adobe Photoshop Elements and Premier Elements  Adobe Flash Professional Anti-Virus Preloaded Anti-Virus with 5 yr. updates Operating System Operating System (Server Edition) would be procured by Education Department separately and would be supplied to each school directly. The tenderer would be responsible to install and maintain this operating system on the desktops at no extra cost in all schools during the entire project period. Office Suite Office suite would be procured by Education Department separately

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #64 of #133 Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III)

and would be supplied to each school directly. The tenderer would be responsible to install and maintain this software on the desktops at no extra cost in all schools during the entire project period. Asset Logger Software should be both server & client based with auto update capability (application agent does not have any interface). Must be able to log hardware, software, resource uses and application uses along with changes in installed hardware & software. All the modules must be enabled, disabled, controlled or configured centrally. Application’s web portal should be pop enabled and should not require local username/password store. Must have Users self service portal and administration portal. Must generate category wise hardware and vendor/ version wise various software reports. The source code of the client /agent application must be available for audit as and when desired by department. The sole super user/ administrator rights will reside with the department. The server application must be able to maintain and integrate with multiple versions of the client /agent of asset logger. Must have multiple versions releasing capability. The web interface and reports of asset logger desired must be customizable during the service period. No open source or freeware software shall be provided against this offer. 2. Desktop (Low End): Item Description of Requirement Compliance/ Deviations Model Offered Mention Make 

Make Offered Mention Model 

Certification(s) OEM ISO 9001 series manufacturer, MS Windows certified, and UL Processor Intel Atom Processor D2500 (1.86GHz, 2C, 1MB) or AMD E2-1800 (1.75GHz, 2C, 1MB) Motherboard Intel NM10 chipset based OEM Motherboard OR equivalent AMD chipset for AMD Processor Memory RAM 1GB DDR3 1066 MHZ upgradeable to 2GB HDD 500 GB Serial ATA HDD or higher Monitor 47 cm (18.5 inch) TFT Digital Colour Monitor TCO’05 Certified Keyboard OEM USB Keyboard with skin pad Mouse Two button Optical Scroll Mouse with antistatic pad Dust Cover Quality dust cover for Monitor, CPU, Keyboard, Mouse Network Features 10/100 on board integrated Network Port or higher Energy Efficiency Less than 50 watts power consumption for the desktop with TFT. Bays 1 X2.5 Inch internal Bay Ports 4 USB Ports, 1VGA, 1PS/2 port for Keyboard, 1PS/2 port for Mouse and audio output port Speakers External 300 W or higher Power ACPI (Advanced Configuration and Power Management Interface) Management Linux OS Latest Open Source Freeware Linux Education Edition Anti-Virus Preloaded Anti-Virus with 5 yr. updates Operating System Operating System would be procured by Education Department separately and would be supplied to each school directly. The tenderer would be responsible to install and maintain this operating system on the desktops at no extra cost in all schools during the entire project period.

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #65 of #133 Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III)

Office Suite Office suite would be procured by Education Department separately and would be supplied to each school directly. The tenderer would be responsible to install and maintain this software on the desktops at no extra cost in all schools during the entire project period. 3. Solar System: Item Description of Requirement Compliance/ Deviations Model Offered Mention Make 

Make Offered Mention Model 

Mandatory - ISO 9001 Series Manufacturer . Certification  Solar PV: 500 Wattage PV-AC Hybrid Power Pack SPV with Hybrid Charge Controller cum invertors with 1 hour backup (150x1 AH Tubular Battery)  SPV Modules: 500 WP SPV Modules Mono/ Multi Crystalline Silicon PV cells fitted with bi pass diodes. The module should also be tested & confirms to IEC 61215 standards. (Certificate to be attached). The module should fulfill the requirement for the Safety Certification (‘s’ MARK) under standard IEC 61215:1993  Module Mounting: Suitable to accommodate WP modules, made of MS angles, duly galvanized to avoid corrosion. The mounting structures for SPV modules should be without too many welding joints and fixed to the rooftop or pole mounting at roof in such a way to prevent from external damage and theft of modules.  Hybrid Charge Controller Cum Invertors: Hybrid charge controller shall be provided to charge the Battery Bank from PV array and grid  Capacity: 1000VA with 0.7 O/p power factor  Battery: 12V Low Maintenance Tubular Batteries  Battery: ISO 14000 and ISO 9001 certified  Junction Boxes: Dust and vermin proof to provide termination of cables along with tags.  Note: Suitable length of cable shall be provided for interconnection of modules, charge controller, battery bank, inverter etc. 4. WIRELESS ROUTER (for LAN): Item Description of Requirement Compliance/ Deviations Model Offered Mention Make  Make Offered Mention Model  Features STANDARDS : IEEE 802.11 b/g, IEEE 802.3/3u; WIRELESS SIGNAL RATES : Up to 54 Mbps ; SECURITY : WPA-Wi-Fi Protected Access(TKIP,MIC, IV EXPANSION, Shared Key Authentication), 802.1x, 64/128-bit WEP; MODULATION TECHNLOGY :OFDM; Receiver Sensitivity : 54Mbps OFDM, 10% PER,-68 dBm; VPN Pass Through : PPTP,L2TP, IPSec; Device Management : Web Based; Wireless Frequency Range : 2.4GHz to 2.462GHz; Wireless operating range : Indoor-up to 100mtrs, Outdoor- up to 400mtrs;Wireless Transmit Power : 15dBm±2dBm External Antenna Type : Single detachable reverse SMA 5. WIRELESS LAN ADAPTER (for LAN): Item Description of Requirement Compliance/

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #66 of #133 Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III) Deviations Model Offered Mention Make  Make Offered Mention Model  Features STANDARDS: IEEE 802.11 b/g ; Bus Type : USB 2.0, PCI, PCMCIA; Transmission Rate : 54,48,36,24,12,9,6 Mbps (auto sense) for 802.11g and 11,5.5,2,1 Mbps ( auto sense) for 802.11b Channel : 1-13 ; Security : 64/128- bits WEP En Note: Manufactures should guarantee that the products being manufactured by them and/ or the components being used for the manufacture of such products and/or the facilities being used for the manufacturing of such products conform to the basic parameters which restrict and protect the environment and the living beings who use these products from any type of hazardous emission, touch, feel, contact of any type, that could cause any type of discomfort to the living beings of cause the depletion of the environments (atmospheres) protective layers. All the hardware equipments supplied/ installed have to be environmental friendly as these are to be used by students.

Network Diagram:

Desktop (High End)

Desktop (Low End) - 1 Desktop (Low End) - 3 Desktop (Low End) - 5 Desktop (Low End) - 7

Desktop (Low End) - 2 Desktop (Low End) - 4 Desktop (Low End) - 6 Desktop (Low End) - 8

Desktop (Low End) - 9

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #67 of #133 Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III) COMMON HARDWARE (For both OPTION 1 & 2)

6. Laser Printer: Item Description of Requirement Compliance/ Deviations Model Offered Mention Make 

Make Offered Mention Model 

Functions Black and white (mono) Laser Printing Resolution 600 X 600 dpi or higher effective output Print Speed (A4) Min. 18 PPM (A4) Memory (RAM) 2 MB or higher Processor/ Integrated 266 Mhz or higher Processor Monthly Duty Cycle 5,000 pages or higher Interface High Speed USB 2.0 other All necessary power & data cables as per requirements and drivers on CD/DVD as per supplied OS, Dust cover 7. DMP: Item Description of Requirement Compliance/ Deviations Model Offered Mention Make 

Make Offered Mention Model 

No. of Pins 9 Pins, 80 Col. Print Speed (HSD) @ 10 CPI 400 CPS Print Speed (Draft) @ 10 CPI 300 CPS Copies 1 + 4 Interface Parallel & USB (Both USB and parallel cables along with accessories to be provided ) Input Buffer 64 Kb or higher Drivers Win OS and Linux Print head life Min. 200 million strokes per wire Ribbon (Million Characters) Min. 7.5 MTBF (POH) @ 25 % duty 10,000 or above cycle Cables All necessary power & data cables as per requirements and drivers on CD/DVD as per supplied OS, Dust cover 8. Scanner: Item Description of Requirement Compliance/ Deviations Model Offered Mention Make 

Make Offered Mention Model 

Type Flat bed Resolution in dpi Optical upto 1200 Hardware 1200x1200 Interface USB

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #68 of #133 Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III)

Max. Doc. Size A-4 Bit Depth 48 bit Cables All necessary power & data cables as per requirements and drivers on CD/DVD as per supplied OS, Dust cover 9. Display Unit along with suitable C-Band Antennae & Set Top Box: Item Description of Requirement Compliance/ Deviations Model Offered Mention Make 

Make Offered Mention Model 

Display Unit  40” or higher LED backlit display panel with plug & play feature through USB Port with capabilities to play Audio, Video and Image files;  Brightness: Min. 350 nit;  Native contrast ratio 4000:1 or higher;  Resolution: 1920x1080 (16:9);  Inbuilt speakers;  stereo sound;  PC input;  HDMI Interface;  Certification: cUL/UL, FCC, Energy Star 5.0 and BIS certified;  178:178 degree viewing angle;  This Display Unit should be capable to be directly connected to a Computer through VGA port for Audio-video use in school;  This Display Unit needs to be supplied with wall mount kit with VESA mount capable of horizontal or vertical mount; Set-top box  8 feet (2.4m) suitable ISO make C-Band Antennae of Heavy duty grade along with mounting on rooftop & suitable set-top box.  Antennae Stand: Heady duty (preferably pole mounted) painted with red oxide and then painted with non reflective paint (matt finish)  Antenna stand to be fixed in cement foundation to withstand high wind velocity 10. Computer Table: Item Description of Requirement Compliance/ Deviations Model Offered Mention Make 

Make Offered Mention Model 

Features 600mm (L) x 450mm (D) x 725mm (H) with Pre-laminated ISI board Top with Polyurethane (PU) Paper lamination having facility for keeping CPU/ Shared Computing device, Monitor and Keyboard (pull out) with 16 BG iron frame of 25mm x 25mm Note: Sample of Computer table shall be submitted to DD(S) office for approval before supply is made to the school by tenderer. 11. Computer Chair: Item Description of Requirement Compliance/ Deviations Model Offered Mention Make 

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #69 of #133 Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III) Make Offered Mention Model 

Features PVC/ Plastic moulded without arms rest with min. 2.25 kgs weight per chair Note: Sample of Computer chair shall be submitted to DD(S) office for approval before supply is made to the school by tenderer. 12. Electrical Fittings: Item Description of Requirement Compliance/ Deviations Model Offered Mention Make 

Make Offered Mention Model 

Certifications All equipment/appliances/ fitting should be ISI/ ISO certified Features  Through PVC casing with copper cable for mains feeder including distribution box and socket boxes (6Amp and 16Amp). Feeder provided with Isolators and MCBs Earthing  Copper plate earthing stations making earthing with copper earth plate 600 mm x 600 mm x 3 mm thick including funnel, charcoal/ coke, salt, after necessary excavation. The earthing should be 8 feet deep or more. Lighting  8X20 W CFL (Compact Fluorescent Light) and bulb holders Ceiling fans  2 nos.  48” blade with regulator  Indicative Brands: Philips/ Wipro/ Usha/ Crompton Greaves/ Khaitan / Bajaj Switches and  Two 6 A- 240 V switches sockets  Two 2 in 1 sockets with shutter  One 16 A – 240 V socket with shutter  Indicative Brands: Anchor/ Havells/ Crabtree/ Wipro/ Phillips/ North West  Switches and sockets is to be provided for all electronics/ IT equipments including printer, etc. Wiring  PVC casing including MS/GI boxes  All wires should be covered, insulated and properly clamped.  Wiring for 6/16 A power outlets with 4 mm2 PVC insulated stranded copper conductor wires  Earthing of 3rd pin with PVC insulated green colour 2.5 mm2 copper wire Others items  The conditioning of electrical power is the sole responsibility of the tenderer wherever required Wall Clock: Bidder will provide one wall clock of reputed brand (ISI mark) for each ICT lab. Replacement of cell/battery in the clock would be bidder’s responsibility during contract period. Lab Cleanliness Kit: Bidder will provide and maintain a Lab cleanliness kit at all times during the contract period. Cleanliness of the lab would be the responsibility of the bidder, School administration would facilitate for the basic cleaning of lab. Cleanliness kit would include dusting cloth, dust cloth covers for all the IT equipments and one Foot mat to be placed outside the lab. 13. Internet Connection: Item Description of Requirement Compliance/

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #70 of #133 Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III) Deviations Model Offered Mention Make 

Make Offered Mention Model 

Features To make provision for unlimited broadband Internet connection of at least 1 MBPS wherever telephone (landline) connection is available in the school. At all other places, internet should be provided at least through dialup line / WLL Phone / Data Card. But the Bidder shall switch over to unlimited internet broad band of minimum 1 MBPS within 45 days of its availability in the area where the school is located. Monitoring, management and all the expenses of internet will be in the scope of tenderer. The tenderer will ensure the provision of required modem/ router either by itself or through ISP as per his internal arrangements with IPS. This connection should be made available on all the computer systems through proxy/sharing by the tenderer by legal means throughout the contract period. This internet bandwidth would be used for following works among other usages: a) Training purpose for the student as part of curriculum. b) Utilized for data entry/ data uploading/ online MIS and reports to be sent at regular interval. c) The teachers may use internet available resources and standard software to develop lessons and to integrate ICT tools in the classroom 14. Online Monitoring & Management Information system (MIS) Interactive Software: Item Description of Requirement Compliance/ Deviations Model Offered Mention Make 

Make Offered Mention Model 

Features Tenderer is required to develop & deploy a multi-layered web based online MIS system to manage & monitor operations in all the schools and also at central level. The regular activities must be available in public domain. The Online MIS Software should be able to capture the following: a) Computer Instructor related information: Attendance, leave records, training details, lectures delivered etc. b) Training module feedback: To capture feedback from students, teachers, DEO(S) etc. c) Infrastructure module: To track uptime and downtime of the lab infrastructure (Desktop, Networking, Internet, UPS, Solar set, etc.) including fault logging mechanism and record of time taken for compliant redressal. d) Report generation: Software should be able to generate weekly and monthly reports as required by the Department/ GoR from time to time. e) The MIS should also capture the payments, checklist and issuance & usage of consumables. It should generate quarterly bills along with reports for payment purposes. f) The development of MIS software should be completed within 90 days from the date of LOI. After completion respective tenderers

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #71 of #133 Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III)

would make a presentation before the department / committee for approval /changes. The best software selected would then be replicated across the state at no extra cost by the tenderer. The IPR/ Source Code will be the sole property of Education Department, GoR. The final selected application would be hosted as per directions of Education Department/ GoR. The tenderer has to provide third party software (s) along with the application. g) The tenderer will also have to install, operate and maintain any additional software, in all the schools without any additional cost, to be provided by the Department/ GoR during the entire contract period at any given point of time 15. Consumables: Item Description of Requirement Compliance/ Deviations Model Offered Mention Make 

Make Offered Mention Model 

Features To supply following minimum stationary and consumables at each school in the first month of each contracted year to keep each centre up & running.  1000 Sheets of A4 size paper (Min. 70 GSM) per year.  1000 Sheets of Legal size paper (Min. 70 GSM) per year.  1 new cartridge and 2 refills per year per Lab for laser printer.  CD–RW for students – One per year per student  Paper – 4 reams of 80 Col. continuous stationary (min. 70 GSM) per year per school for DMP  DMP Printer Cartridge (New) - 3 per year per school  DMP Printer Ribbon (Refill) - 5 per year per school

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #72 of #133 Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III) ANNEXURE-3: NO. OF SCHOOLS AND EARNEST MONEY

(To be verified by the DD(S) at the time of issue of tender document)

RANGE Total no. of Govt. Sec/ Sr. Estimated Scheme Cost EARNEST MONEY NAME Sec. Schools in the Range RO (in Rs. lacs) RO (in Rs. lacs) (as per the annexured list) (Col 2 x Rs. 11.05 lacs) (2% of Col 3) (1) (2) (3) (4) Jaipur 347 3834 77 Udaipur 354 3912 78 Churu 376 4155 83 Ajmer 280 3094 62 Jodhpur 374 4133 83 Kota 120 1326 27 Bharatpur 149 1646 33 Total 2000 22100 443 Note: Tick ( ) the Ranges for which applying

1. Address for all correspondence: Dy. Director (Sec.), Educ. Dept., Range HQs 2. The list of ranges with districts are as under:

S Range Name Name of the Districts Range Office Contact No. No. 1. Ajmer Ajmer, Tonk, Bhilwara, Nagaur DD(Sec.), Ajmer 0145-2621991 2. Bharatpur Bharatpur, Dholpur, Karauli, DD(Sec.), Bharatpur 05844-223556 Sawaimadhopur 3. Churu Bikaner, Churu, Jhunjhunu, DD(Sec.), Churu 01562-250439 Hanumangarh, SriGanganagar 4. Jaipur Jaipur, Alwar, Dausa, Sikar DD(Sec.), Jaipur 0141-2706849 5. Jodhpur Jodhpur, Sirohi, Jaisalmer, Barmer, DD(Sec.), Jodhpur 0291-2511091 Jalore, Pali 6. Kota Kota, Baran, Jhalawar, Bundi DD(Sec.), Kota 0744-2387225 7. Udaipur Udaipur, Rajsamand, Banswara, DD(Sec.), Udaipur 0294-2421621 Dungarpur, Chittorgarh, Pratapgarh

vkbZ-lh-Vh- ¼r`rh; pj.k½ ;kstukUrxZr 2000 jktdh; ek/;fed@mPp ek/;fed fo|ky;ksa dh lwph (Detailed list of schools provided at Annexure-20) jktdh; ek/;fed@mPp ek/;fed fo|ky;ksa laLd`r f'k{kk ds jkekfo@jkmekfo dh dh la[;k la[;k ¼izosf'kd@ofj"B mik/;k;½ dqy dz-la- ftys dk uke mekfo ¼ofj"B mPp ek/;fed ek/;fed f'k{kk ek/;fed ¼izosf'kdk½ ;ksx mik/;k;½ B G T B G T B G T B G T 1 t;iqj e.My

t;iqj &izFke 1 6 1 7 32 8 40 5 0 5 7 0 7 59 t;iqj &f}rh; 2 0 0 0 28 2 30 10 0 10 17 2 19 59 vyoj&izFke 3 5 0 5 33 1 34 3 0 3 3 0 3 45 vyoj&f}rh; 4 2 1 3 29 5 34 6 0 6 1 0 1 44 lhdj&izFke 5 2 0 2 30 1 31 7 0 7 2 0 2 42 lhdj&f+}rh; 6 8 2 10 31 5 36 5 0 5 9 2 11 62 nkSlk 7 0 0 0 20 2 22 7 1 8 6 0 6 36 ;ksx 23 4 27 203 24 227 43 1 44 45 4 49 347 tks/kiqj e.My

2 tks/kiqj 8 2 1 3 77 0 77 4 0 4 3 1 4 88 tSlyesj 9 3 0 3 15 3 18 0 0 0 1 0 1 22 ckMesj 10 2 0 2 47 3 50 8 0 8 2 0 2 62

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #73 of #133 Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III) fljksgh 11 0 0 0 48 4 52 0 0 0 1 0 1 53 tkykSj 12 0 0 0 70 0 70 2 0 2 2 1 3 75 ikyh 13 1 0 1 62 9 71 1 0 1 1 0 1 74 ;ksx 8 1 9 319 19 338 15 0 15 10 2 12 374 mn;iqj e.My

3 mn;iqj&izFke 14 1 0 1 45 3 48 1 0 1 3 0 3 53 mn;iqj&f}rh; 15 1 0 1 48 1 49 2 0 2 1 0 1 53 jktleUn 16 0 1 1 53 0 53 0 0 0 2 2 56 Mwaxjiqj 17 3 2 5 53 3 56 5 0 5 3 0 3 69 ckalokM+k 18 2 0 2 58 5 63 0 0 0 4 0 4 69 fpRrksMx<+ 19 0 0 0 37 2 39 3 1 4 1 0 1 44 izrikx< 20 2 0 2 7 0 7 1 0 1 0 0 0 10 ;ksx 9 3 12 301 14 315 12 1 13 14 0 14 354 dksVk e.My

4 dksVk 21 2 0 2 26 6 32 0 0 0 4 0 4 38 cqUnh 22 0 0 0 20 3 23 2 0 2 2 0 2 27 ckajk 23 1 0 1 29 2 31 1 0 1 1 0 1 34 >kykokM+ 24 4 0 4 13 1 14 1 0 1 2 0 2 21 ;ksx 7 0 7 88 12 100 4 0 4 9 0 9 120 vtesj e.My

5 vtesj&izFke 25 1 1 2 3 0 3 0 0 0 0 0 0 5 vtesj&f}rh; 26 0 0 0 12 2 14 0 0 0 0 0 0 14 ukxkSj&izFke 27 0 0 0 35 2 37 1 0 1 2 0 2 40 ukxkSj&f}rh; 28 6 0 6 35 5 40 3 0 3 0 0 0 49 HkhyokMk&izFke 29 4 1 5 45 4 49 3 0 3 1 0 1 58 HkhyokMk&f}rh; 30 5 2 7 49 1 50 2 0 2 1 0 1 60 VkSad 31 6 0 6 40 5 45 2 0 2 1 0 1 54 ;ksx%& 22 4 26 219 19 238 11 0 11 5 0 5 280 pw: e.My

6 pw: 32 4 0 4 61 1 62 7 0 7 4 0 4 77 chdkusj 33 0 0 0 73 1 74 4 0 4 3 0 3 81 guqekux<+ 34 5 1 6 60 4 64 3 0 3 2 0 2 75 Jhxaxkuxj 35 2 0 2 55 6 61 2 0 2 0 0 0 65 >qa>quaw 36 8 0 8 39 15 54 12 0 12 4 0 4 78 ;ksx%& 19 1 20 288 27 315 28 0 28 13 0 13 376 Hkjriqj e.My

7 Hkjriqj&izFke 37 1 0 1 26 2 28 4 0 4 2 0 2 35 Hkjriqj&f}rh; 38 2 2 4 32 2 34 0 0 0 1 0 1 39 /kkSyiqj 39 2 0 2 15 2 17 4 0 4 2 0 2 25 djkSyh 40 1 0 1 7 0 7 2 0 2 1 0 1 11 lokbZ ek/kksiqj 41 3 0 3 23 4 27 3 1 4 3 2 5 39 ;ksx%& 9 2 11 103 10 113 13 1 14 9 2 11 149 egk;ksx%& 97 15 112 1521 125 1646 126 3 129 105 8 113 2000

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #74 of #133 Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III)

ANNEXURE-4: PRE-BID QUERIES FORMAT {to be filled by the bidder}

NIT No: Shivira-Sec/Secondary/CompCell/ ICT-III/Tender/12/____ dtd. ______

Name of the Company/Firm:

Tender Fee Receipt No. ______Dated______for Rs. ______/-

Name of Person(s) Representing the Company/ Firm: Name of Person Designation Email-ID(s) Tel. Nos. & Fax Nos.

Company/Firm Contacts: Contact Person(s) Address for Email-ID(s) Tel. Nos. & Fax Nos. Correspondence

Query / Clarification Sought: S.No. RFP RFP Rule Rule Details Query/ Suggestion/ Page No. No. Clarification

Note: - Queries must be strictly submitted only in the prescribed format (.XLS/ .XLSX/ .ODF). Queries not submitted in the prescribed format will not be considered/ responded at all by the procuring entity. Also, kindly attach the coloured scanned copy of the receipt towards the submission of the bidding/ tender document fee.

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #75 of #133 Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III)

ANNEXURE-5: TENDER FORM {to be filled by the bidder} I. Addressed to: a. Name of the procuring Director, entity Secondary Education Department, Bikaner b. Address As mentioned in ______c. Telephone As mentioned in ______d. Telephone/Fax As mentioned in ______e. e-Mail As mentioned in ______(clearly mention the NIT no. in the subject of the mail) II. NIT Reference: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/2013 Dated ______III. Other related details: - 1. Name of Tenderer

2. Name & Designation of Authorized Signatory

3. Registered Office Address

Telephone Nos. / Mobile Fax:

Website Email

4. Rajasthan Address center (if any) Phone Fax:

Contact Person 5. Jaipur Address center (if any) Phone Fax: Contact Person 6. Year of Establishment

7. Nature of the Firm Public Private Partnership Proprietary Ltd. Ltd. Put Tick () mark 8. No. of Years providing No. of Years providing computer education & computer education & training in Rajasthan Yrs. training in India Yrs. 9. Previous Experience in Computer Aided Learning 10. Any other details in support of your offer Note: Please attach list of offices & centers situated in Rajasthan along with address and phone & Fax numbers. Pls. attach proof in support of details stated above. IV. Annual Turnover during last five years (as stated in the eligibility criteria, attach proof at page no ______):

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #76 of #133 Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III)

Financial year Total Turnover Audited Accounts (Rs. In crores) submitted? (yes/ no) 2007-08 2008-09 2009-10 2010-11 2011-12 TOTAL TURNOVER V. Details of experience in involving supply, installation & maintenance of computer hardware and related accessories, supply of skilled service setup, computer training at Govt. run Education Institutions in India: Sl. Year No. of Govt. Name Skilled Start End Project Current No Schools/ of the Service Date of Date of Value (in Status Govt. run State Setup Project project Rs. Education Govt. Lacs) Institutes 1 2 3 4 5 6 7 8 9 1 2009-10

2 2010-11

3 2011-12

Total Note: Provide separate note on each project in detail with proof. Please attach a copy of the work order/ completion certificate/ purchase order/ letter from the customer for each project reference. VI. Information regarding desktop hardware Original Equipment Manufacturer (OEM) (attach proof) S Range Name for Name of Desktop ISO 9001 Service Centres in Rajasthan Direct OEM no which proposed Hardware OEM (Yes/ No) Own/ Authorized Location account of service provider Microsoft (Yes/No) 1 2 3 4 5 6 7 1.

2.

3.

4.

5.

6.

7.

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #77 of #133 Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III) VII. The Cost of Tender amounting to Rs. 10,000/- (Rupees Ten Thousand) has been deposited vide cash receipt / DD/ Banker's cheque no.______dated ______in favour of the Director, Secondary Education, payable at Bikaner. VIII. The processing fees amounting to Rs. 1,000/- (Rupees One Thousand) has been deposited vide DD/ Banker's cheque no.______dated ______in favour of Managing Director, RISL payable at Jaipur. IX. I/we have applied for more than one range and following documents are attached towards the proof of Earnest Money Deposited in favour of the respective DD(S), Education Department payable at respective Range HQs. I/we also fulfill the eligibility criteria with respect to multiple Ranges as mentioned in this tender document: SNo Range Name for EMD Amount DD/ Banker's No. with date which quoted (in Rs.) Cheque/ Bank Guarantee 1.

2.

3.

4.

5.

6.

7.

X. The rate for the complete work (quarterly per school per range) mentioned as prescribed has been mentioned separately in the financial bid. XI. The rates quoted are applicable up to 120 days from the date of opening of technical bid of tender document. This validity can be extended with mutual agreement. XII. The Permanent Income Tax No. (PAN) ______has been submitted. XIII. We agree to abide by all the terms and conditions mentioned in this form issued by the Procuring entity and also the further conditions of the said notice given in the attached sheets (all the pages of which have been signed by us in token of acceptance of the terms mentioned therein along with stamp of the firm).

Date: Name & Seal of the firm: ______Authorized Signatory: ______

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #78 of #133 Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III)

ANNEXURE-6: BIDDER’S AUTHORIZATION CERTIFICATE {to be filled by the bidder}

To, {Procuring entity}, ______, ______,

I/ We {Name/ Designation} hereby declare/ certify that {Name/ Designation} is hereby authorized to sign relevant documents on behalf of the company/ firm in dealing with Tender/ NIT No: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/2013 Dated ______.

He/ She is also authorized to attend meetings & submit technical & commercial information/ clarifications as may be required by you in the course of processing the Bid. For the purpose of validation, his/ her verified signatures are as under.

Thanking you,

Name of the Bidder: - Verified Signature: Authorised Signatory: - Seal of the Organization: - Date: Place:

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #79 of #133 Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III) ANNEXURE-7: DECLARATION by the Bidder –{to be filled by the bidder} To, {Procuring entity}, ______,

In response to the NIB Ref. No. ______dated ______for {Project Title}, as an Owner/ Partner/ Director/ Auth. Sign. of ______, I/ We hereby declare that presently our Company/ firm ______, at the time of bidding,: - a) possess the necessary professional, technical, financial and managerial resources and competence required by the Bidding Document issued by the Procuring Entity; b) have fulfilled my/ our obligation to pay such of the taxes payable to the Union and the State Government or any local authority as specified in the Bidding Document; c) is having unblemished record and is not declared ineligible for corrupt & fraudulent practices either indefinitely or for a particular period of time by any State/ Central government/ PSU/ UT. d) does not have any previous transgressions with any entity in India or any other country during the last three years e) does not have any debarment by any other procuring entity f) is not insolvent in receivership, bankrupt or being wound up, not have its affairs administered by a court or a judicial officer, not have its business activities suspended and is not the subject of legal proceedings for any of the foregoing reasons; g) does not have, and our directors and officers not have been convicted of any criminal offence related to their professional conduct or the making of false statements or misrepresentations as to their qualifications to enter into a procurement contract within a period of three years preceding the commencement of the procurement process, or not have been otherwise disqualified pursuant to debarment proceedings; h) does not have a conflict of interest as mentioned in the bidding document which materially affects the fair competition. i) will comply with the code of integrity as specified in the bidding document.

If this declaration is found to be incorrect then without prejudice to any other action that may be taken as per the provisions of the applicable Act and Rules thereto prescribed by GoR, my/ our security may be forfeited in full and our bid, to the extent accepted, may be cancelled.

Thanking you,

Name of the Bidder: - Authorised Signatory: - Seal of the Organization: - Date: Place:

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #80 of #133 Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III)

ANNEXURE-8: CERTIFICATE OF CONFORMITY/ NO DEVIATION {to be filled by the bidder}

To, {Procuring entity}, ______, ______,

NIT No: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/2013 Dated ______

CERTIFICATE

This is to certify that, the specifications of Hardware & Software which I/ We have mentioned in the Technical bid, and which I/ We shall supply if I/ We am/ are awarded with the work, are in conformity with the minimum specifications of the Tender/ bidding document and that there are no deviations of any kind from the requirement specifications.

Also, I/ we have thoroughly read the tender/ bidding document and by signing this certificate, we hereby submit our token of acceptance to all the tender terms & conditions without any deviations.

I/ We also certify that the price I/ we have quoted is inclusive of all the cost factors involved in the end-to-end implementation and execution of the project, to meet the desired Standards set out in the Tender/ bidding Document.

Thanking you,

Name of the Bidder: - Authorised Signatory: - Seal of the Organization: - Date: Place:

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #81 of #133 Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III)

ANNEXURE-9: MANUFACTURER’S AUTHORIZATION FORM (MAF) {to be filled by hardware OEMs as mentioned in BoQ} (Indicative Format of MAF) Date:

NIB No.:

Alternative No., if applicable:

To:

WHEREAS

We, who are official manufacturers of having factories at do hereby authorise to submit a Bid in relation to the Invitation for Bids indicated above, the purpose of which is to provide the following Goods, manufactured by us and to subsequently negotiate and sign the Contract.

We hereby extend our full guarantee and warranty in accordance with the General Conditions of Contract, with respect to the Goods offered by the above firm in reply to this Invitation for Bids.

Name In the capacity of: Signed Duly authorised to sign the Authorisation for and on behalf of Tel: Fax: e-mail Date

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #82 of #133 Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III)

ANNEXURE-10: UNDERTAKING ON AUTHENTICITY OF COMPUTER EQUIPMENTS {to be filled by the bidder (On Rs. 100/- Non-judicial stamp paper)}

To, {Procuring entity}, ______,

Reference: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/2013 Dated ______

This has reference to the items being supplied/ quoted to you vide our bid ref. no. ______dated ______.

We hereby undertake that all the components/ parts/ assembly/ software used in the equipment shall be genuine, original and new components /parts/ assembly/ software from respective OEMs of the products and that no refurbished/ duplicate/ second hand components/ parts/ assembly/ software are being used or shall be used. In respect of licensed operating system, we undertake that the same shall be supplied along with the authorized license certificate with our name/logo. Also, that it shall be sourced from the authorized source for use in India.

In case, we are found not complying with above at the time of delivery or during installation, for the equipment already billed, we agree to take back the equipment already supplied at our cost and return any amount paid to us by you in this regard and that you will have the right to forfeit our EMD/ SD for this bid or debar/ black list us or take suitable action against us.

Authorized Signatory Name: Designation:

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #83 of #133 Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III) ANNEXURE-11: FINANCIAL BID Submission Sheet

{on bidders letterhead in technical bid}

To, {Procuring Entity}, ______,

Reference: NIB No. :______Dated:______

Dear Sir,

We, the undersigned bidder, Having read & examined in detail, the Bidding Document, the receipt of which is hereby duly acknowledged, I/ we, the undersigned, offer to supply/ work as mentioned in the Scope of the work, Bill of Material, Technical specifications, Service Level Standards & in conformity with the said bidding document for the same.

I / We undertake that the prices are in conformity with the specifications prescribed. The quote/ price are inclusive of all cost likely to be incurred for executing this work. The prices are inclusive of all type of govt. taxes/duties as mentioned in the financial bid (BoQ).

I / We undertake, if our bid is accepted, to deliver the goods in accordance with the delivery schedule specified in the schedule of Requirements.

I/ We hereby declare that in case the contract is awarded to us, we shall submit the contract performance guarantee as prescribed in the bidding document.

I / We agree to abide by this bid for a period of _____ days after the last date fixed for bid submission and it shall remain binding upon us and may be accepted at any time before the expiry of that period.

Until a formal contract is prepared and executed, this bid, together with your written acceptance thereof and your notification of award shall constitute a binding Contract between us.

I/ We hereby declare that our bid is made in good faith, without collusion or fraud and the information contained in the bid is true and correct to the best of our knowledge and belief.

We understand that you are not bound to accept the lowest or any bid you may receive.

We agree to all the terms & conditions as mentioned in the bidding document and submit that we have not submitted any deviations in this regard.

Date: Authorized Signatory Name: Designation:

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #84 of #133 Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III)

ANNEXURE-12: PRICE BID (to be filled on e-Proc website)

Tender Inviting Authority: Director, Secondary Education Deptt., Bikaner Name of Work: Integrated Scheme for Computer Education (CE) and Information & Communication Technology (ICT) @ Schools (Phase-III) NIT No: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/2013 Dated ______Bidder Name: PRICE SCHEDULE Amount (in rupees) (including Sl. Name of Range Item Description all Govt. taxes, duties, levies & No. and any other charges) 1 2 3 4

1 Ajmer

2 Bharatpur

Range wise rates shall be filled 3 Churu Consolidated Quarterly Rate up separately in given format 4 Jaipur per School under BOOT (xls) on e-procurement portal Model with financial bid on following 5 Jodhpur IDs.

6 Kota

7 Udaipur

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #85 of #133 Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III) ANNEXURE-13: DRAFT PERFORMANCE BANK GUARANTEE {to be submitted by the bidder’s bank} (To be stamped in accordance with Stamp Act and on a Stamp Paper purchased from Rajasthan State only and to be issued by a Nationalised/ Scheduled bank having its branch in Rajasthan) (Payable at par at respective Range HQ) To, {Procuring entity}, ______,

1. In consideration of the Directorate of Secondary Education, Bikaner (hereinafter called "Department") having agreed to exempt M/s ...... (hereinafter called "the said Contractor(s)" from the demand, under the terms and conditions of an Agreement No...... dated ...... made between the Department through Dy. Director (Secondary) and ...... (Contractor) for the work ...... (hereinafter called "the said Agreement") of Security Deposit for the due fulfillment by the said Contractor (s) of the terms and conditions contained in the said Agreement, on production of a Bank Guarantee for Rs...... (rupees ...... only), we ...... (indicate the name of the Bank), (hereinafter referred to as "the Bank") at the request of ...... Contractor(s) do hereby undertake to pay to the Department an amount not exceeding Rs...... (Rupees...... only) on demand. 2. We...... (Indicate the name of Bank), do hereby undertake to pay Rs...... (Rupees...... only), the amounts due and payable under this guarantee without any demur or delay, merely on a demand from the Department. Any such demand made on the bank by the Department shall be conclusive as regards the amount due and payable by the Bank under this guarantee. The Bank Guarantee shall be completely at the disposal of the Department and We...... (Indicate the name of Bank), bound ourselves with all directions given by Department regarding this Bank Guarantee. However, our liability under this guarantee shall be restricted to an amount not exceeding Rs...... (Rupees...... only). 3. We...... (indicate the name of Bank), undertake to pay to the Department any money so demanded notwithstanding any dispute or disputes raised by the contractor(s) in any suit or proceeding pending before any Court or Tribunal or Arbitrator etc. relating thereto, our liability under these presents being absolute, unequivocal and unconditional. 4. We...... (indicate the name of Bank) further agree that the performance guarantee herein contained shall remain in full force and effective up to and that it shall continue to be enforceable for above specified period till all the dues of Department under or by virtue of the said Agreement have been fully paid and its claims satisfied or discharged or till the Department certifies that the terms and conditions of the said Agreement have been fully and properly carried out by the said Contractor(s) and accordingly discharges this guarantee. 5. We ...... (indicate the name of Bank) further agree with the Department that the Department shall have the fullest liberty without our consent and without affecting in any manner our obligations hereunder to vary any of the terms and conditions of the said Agreement or to extend time of performance by the said Contractor(s) from time to time or to postpone for any time or from time to time any of the powers exercisable by the

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #86 of #133 Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III) Department against the said Contractor(s) and to forbear or enforce any of the terms and conditions relating to the said Agreement and we shall not be relieved from our liability by reason of any such variation, or extension being granted to the said Contractor(s) or for any forbearance, act or omission on the part of the Department or any indulgence by the Department to the said Contractor(s) or by any such matter or thing whatsoever which would but for this provision, have effect of so relieving us. 6. The liability of us ...... (indicate the name of Bank), under this guarantee will not be discharged due to the change in the constitution of the Bank or the contractor(s). 7. We ...... (indicate the name of Bank), lastly undertake not to revoke this guarantee except with the previous consent of the Department in writing. 8. This performance Guarantee shall remain valid and in full effect, until it is decided to be discharged by the Department. Notwithstanding anything mentioned above, our liability against this guarantee is restricted to Rs...... (Rupees...... only). 9. It shall not be necessary for the Department to proceed against the contractor before proceeding against the Bank and the guarantee herein contained shall be enforceable against the Bank notwithstanding any security which the Department may have obtained or obtain from the contractor. 10. We ...... (indicate the name of Bank) verify that we have a branch at Jaipur. We undertake that this Bank Guarantee shall be payable at any of its branch at Jaipur. If the last day of expiry of Bank Guarantee happens to be a holiday of the Bank, the Bank Guarantee shall expire on the close of the next working day. 11. We hereby confirm that we have the power(s) to issue this guarantee in your favor under the memorandum and articles of Association/constitution of our bank and the undersigned is/are the recipient of authority by express delegation of power(s) and has/have full power(s) to execute this guarantee for the power of attorney issued by the bank. Dated...... day of...... For and on behalf of the (indicate the Bank)

Signature (Name & Designation) Bank's Seal

The above performance Guarantee is accepted by the RISL For and on behalf of the RISL

Signature (Name & Designation)

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #87 of #133 Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III) ANNEXURE-14: DRAFT AGREEMENT FORMAT {to be signed by selected bidder and procuring entity} 1. An agreement made this______(enter date of Agreement)__between__(enter your firm’s name & address)__(hereinafter called "the successful tenderer", which expression shall, where the context so admits, be deemed to include his heirs, successors, executors and administrators of the one part and the Government or the State of Rajasthan (hereinafter called "the Government" which expression shall, where the context so admits, be deemed to include his successors in office and assigns) of the other part. 2. Whereas the successful tenderer has agreed with the Government to impart Computer Education and Information & Communication Technology (Phase-III for 2000 schools) in _____(no. of schools)___ Govt. Secondary and Senior Secondary Schools of _____(name of the range)__ Range of Rajasthan in the manner set forth in the terms & conditions of the bidding document appended herewith and at the rates set forth in the said annexure-12. 3. And whereas the successful tenderer has deposited a sum of Rs.______(Rupees ______) through the Bank Guarantee no. ______dated ______(Name of bank with branch: ______). 4. Now these Presents witness: a. In consideration of the payment to be made by the District Education Officer (Secondary-I/II) through cheque/ DD at the rate set forth in the annexure hereto appended the successful tenderer will duly impart Computer Education and Information & Communication Technology in the schools set forth in effective way and thereof in the manner set forth in the condition of the tender and contract. b. The NIT, Tender Form, Scope of Work, General and Special Terms & Conditions of the open tender and Contract, Technical Bid and Financial Bid along with their enclosures enclosed with the Tender Notice NIT No: Shivira- Sec/Secondary/CompCell/ICT-III/Tender/2013 dated ______and also appended to this agreement will be deemed to be taken as part of this agreement and are binding on the parties executing this agreement. c. The Letter of Intent Nos.DD/Sec/______dated ______issued by the Government and appended to this agreement shall also form part of this agreement. d. In consideration of the payment to be made by the concerned District Education Officer (Secondary-I/II) in accordance with the directions mentioned in the tender document on submission of bills in proper form (along with performance report of each school issued by Head of Institution) by the tenderer. Part payment can also be made. e. The tenderer will not be entitled for the start of first payment for the entire district unless the tenderer has delivered and installed the entire equipment including school co-ordinator as mentioned in this RFP and commissioned the scheme in at least 75% of the total no. of schools of that district. 5. The installation of Computer Labs and provision of services under "Integrated Scheme for Computer Education and Information & Communication Technology in the schools (Phase-III)" shall be effected and completed as per tender document. 6. Penalties and termination due to non-fulfilment of contract and other, if any, shall be as per terms & conditions of the tender document.

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #88 of #133 Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III) 7. All disputes arising out of this agreement and all questions relating to the interpretation of this agreement shall be decided by the State Level High Empowered Committee and the decision of this committee shall be final. 8. The Education (Group-I) Department, Govt. of Rajasthan, Jaipur approved the rate as per BOOT model vide letter no. F4(9)/Shiksha-I/2013 dated ______. The rate for "Integrated Scheme for Computer Education and Information & Communication Technology in the schools (Phase-III)" is as under:

Consolidated Quarterly Rate per School under BOOT Model (in rupees) (including all taxes, duties, levies & and any other charges) Name of Range In Figures (INR) In Words

In witness whereof the parties hereto have set their hands on the _____ day of_____ (Year).

Signature of the successful Signature of DD (Secondary), tenderer Education Department

Designation: Designation: Date: Date:

Witness No.1 Witness No.1

Witness No.2 Witness No.2

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #89 of #133 Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III) ANNEXURE-15: COMPONENTS OFFERED – BoM {to be filled by the bidder} NIT No: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/2013 dated ______Please fill the following BoM for all the offered components. Hardware Option: Option-1/ Option-2 (tick the hardware option being quoted) S. Item name Product Details Detailed OEM Details No. (make and model) Technical (Name, Address, Specification E-Mail, etc.) Reference** 1. Desktop Computer {Item No. xx}

(High End) 2. Desktop Computer {Item No. xx}

(Low End) 3. Hybrid Solar Inverter {Item No. xx}

with Solar System 4. Shared Computing {Item No. xx}

Access Device (AD) 5. Ethernet Switch {Item No. xx} 4. Wireless Router 5. Wireless LAN Adapter

(with each desktop) 6. Laser Printer 7. DMP 8. Scanner 9. Display Unit along with suitable C-Band

Antennae & Set Top Box 10. Computer Table 11. Computer Chair 12. Electrical Fittings 13. Internet connection 14. Online MIS Interactive

Software 15. Consumables ** Please attach technical specifications (compliance sheet on OEM letter head only) and provide reference number in this column. (Deviations, if any, should be appropriately mentioned & highlighted in the compliance/ deviation column of the respective table as provided above in the Annexure “Technical Specifications”).

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #90 of #133 Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III) ANNEXURE-16: Technical Bid Submission Sheet NIB No.: Alternative No., if permitted:

To:

We, the undersigned, declare that: a) We have examined and have no reservations to the Bidding Document, including Addenda No.:

We offer to supply in conformity with the Bidding Document and in accordance with the delivery schedule specified in Section V, Schedule of Supply, the following Goods and Related Services: b) Our Bid shall be valid for a period of______days from the date fixed for the bid submission deadline in accordance with the Bidding Document, and it shall remain binding upon us and may be accepted at any time before the expiration of that period; c) If our Bid is accepted, we commit to obtain a Performance Security in the amount of______percent of the Contract Price or Performance Security Declaration for the due performance of the Contract; d) Our firm, including any subcontractors or suppliers for any part of the Contract, have nationalities from the eligible countries; e) We are not participating, as Bidders, in more than one Bid in this bidding process, other than alternative offers, if permitted, in the Bidding Document; f) Our firm, its affiliates or subsidiaries, including any subcontractors or suppliers has not been debarred by the State Government or the Procuring Entity; g) We understand that this Bid, together with your written acceptance thereof included in your notification of award, shall constitute a binding contract between us, until a formal Contract is prepared and executed; h) We understand that you are not bound to accept the lowest evaluated bid or any other bid that you may receive; i) We agree to permit the Procuring Entity or its representative to inspect our accounts and records and other documents relating to the bid submission and to have them audited by auditors appointed by the Procuring Entity; j) We declare that we have complied with and shall continue to comply with the provisions of the Code of Integrity for Bidders as specified in the Rajasthan Transparency in Public Procurement Act, 2012, the Rajasthan Transparency in Public Procurement Rules, 2012 and this Bidding Document in this procurement process and in execution of the Contract; k) Other comments, if any:

Name/ address: In the capacity of Signed Duly authorised to sign the Bid for and on behalf of Date Tel: Fax: e-mail:

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #91 of #133 Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III) ANNEXURE-17: BANK GUARANTEE FORMAT {to be submitted by the bidder’s bank}

BANK GUARANTEE FORMAT – BID SECURITY

(To be stamped in accordance with Stamp Act and to be issued by a Nationalized/ Scheduled bank having its branch in Rajasthan and payable at par at respective Range HQ)

To, {Procuring entity}, ______,

1. In accordance with your Notice Inviting Bid for vide NIB reference no. M/s. …………………………….. (Name & full address of the firm) (Hereinafter called the “Bidder”) hereby submits the Bank Guarantee to participate in the said procurement/ bidding process as mentioned in the bidding document.

It is a condition in the bidding documents that the Bidder has to deposit Bid Security amounting to )> in respect to the NIB Ref. No. ______dated ______issued by Secondary Education Department, Bikaner, Rajasthan (hereinafter referred to as “Department”) by a Bank Guarantee from a Nationalised Bank/ Scheduled Commercial Bank having its branch at irrevocable and operative till the bid validity date (i.e. days from the date of submission of bid). It may be extended if required in concurrence with the bid validity.

And whereas the Bidder desires to furnish a Bank Guarantee for a sum of )> to the Department as earnest money deposit. 2. Now, therefore, we the ……………………………….…… (Bank), a body corporate constituted under the Banking Companies (Acquisition and Transfer of Undertaking) Act. 1969 (delete, if not applicable) and branch Office at…………………... (Hereinafter referred to as the Guarantor) do hereby undertake and agree to pay forthwith on demand in writing by the Department of the said guaranteed amount without any demur, reservation or recourse. 3. We, the aforesaid bank, further agree that the Department shall be the sole judge of and as to whether the Bidder has committed any breach or breaches of any of the terms costs, charges and expenses caused to or suffered by or that may be caused to or suffered by the Department on account thereof to the extent of the Earnest Money required to be deposited by the Bidder in respect of the said bidding document and the decision of the Department that the Bidder has committed such breach or breaches and as to the amount or amounts of loss, damage, costs, charges and expenses caused to or suffered by or that may be caused to or suffered by the Department shall be final and binding on us. 4. We, the said Bank further agree that the Guarantee herein contained shall remain in full force and effect until it is released by the Department and it is further declared that it shall not be necessary for the Department to proceed against the Bidder before proceeding against the Bank and the Guarantee herein contained shall be invoked against the Bank, notwithstanding any security which the Department may have obtained or shall be obtained from the Bidder at any time when proceedings are taken against the Bank for whatever amount that may be outstanding or unrealized under the Guarantee.

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #92 of #133 Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III) 5. Any notice by way of demand or otherwise hereunder may be sent by special courier, telex, fax, registered post or other electronic media to our address, as aforesaid and if sent by post, it shall be deemed to have been given to us after the expiry of 48 hours when the same has been posted. 6. If it is necessary to extend this guarantee on account of any reason whatsoever, we undertake to extend the period of this guarantee on the request of our constituent under intimation to you. 7. The right of the Department to recover the said amount of )> from us in manner aforesaid will not be precluded/ affected, even if, disputes have been raised by the said M/s. ……….………………(Bidder) and/ or dispute or disputes are pending before any court, authority, officer, tribunal, arbitrator(s) etc.. 8. Notwithstanding anything stated above, our liability under this guarantee shall be restricted to )> and our guarantee shall remain in force till bid validity period i.e. days from the last date of bid submission and unless a demand or claim under the guarantee is made on us in writing within three months after the Bid validity date, all your rights under the guarantee shall be forfeited and we shall be relieved and discharged from all liability thereunder. 9. This guarantee shall be governed by and construed in accordance with the Indian Laws and we hereby submit to the exclusive jurisdiction of courts of Justice in India for the purpose of any suit or action or other proceedings arising out of this guarantee or the subject matter hereof brought by you may not be enforced in or by such count. 10. We hereby confirm that we have the power/s to issue this Guarantee in your favour under the Memorandum and Articles of Association/ Constitution of our bank and the undersigned is/are the recipient of authority by express delegation of power/s and has/have full power/s to execute this guarantee under the Power of Attorney issued by the bank in your favour.

Date ………………… (Signature) ………………………………………. Place ………………… (Printed Name) …………………………………. (Designation) …………………………………… (Bank’s common seal) ………………………….

In presence of: WTTNESS (with full name, designation, address & official seal, if any) (1) ……………………………………… ……………………………………… (2) ……………………………………… ………………………………………

Bank Details Name & address of Bank: Name of contact person of Bank: Contact telephone number:

GUIDELINES FOR SUBMISSION OF BANK GUARANTEE The Bank Guarantee shall fulfill the following conditions in the absence of which they cannot be considered valid: - 1. Bank Guarantee shall be executed on non- judicial stamp paper of applicable value purchased in the name of the bank.

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #93 of #133 Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III) 2. Two persons should sign as witnesses mentioning their full name, designation, address and office seal (if any). 3. The Executor (Bank Authorities) may mention the power of attorney No. and date of execution in his/ her favour authorizing him/ her to sign the document. The Power of Attorney to be witnessed by two persons mentioning their full name and address. 4. The Bank Guarantee should be executed by a Nationalised Bank/ Scheduled Commercial Bank only. 5. Non – Judicial stamp paper shall be used within 6 months from the date of Purchase of the same. Bank Guarantee executed on the non-judicial stamp paper after 6 (six) months of the purchase of such stamp paper shall be treated as non-valid. 6. The contents of Bank Guarantee shall be strictly as per format prescribed by Department 7. Each page of Bank Guarantee shall bear signature and seal of the Bank and B.G. number. 8. All corrections, deletions etc. in the Bank Guarantee should be authenticated by signature of Bank Officials signing the Bank Guarantee. 9. Bank should separately send through registered post/courier a certified copy of Bank Guarantee, mentioning Bid reference, Bid title and bidder name, directly to the Purchaser at the following address:

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #94 of #133 Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III) ANNEXURE-18: Bid Securing Declaration

Form of Bid-Securing Declaration

Date: [insert date (as day, month and year)]

Notice Inviting Bids No.: [insert number of bidding process]

To: [insert complete name of Procuring Entity]

We, the undersigned, declare that:

We understand that, according to your conditions, bids must be supported by a Bid-Securing Declaration.

We accept that we will automatically be suspended from being eligible for bidding in any contract with the Procuring Entity for the period of time of [Procuring Entity to indicate here the period of time for which the Procuring Entity will declare a Bidder ineligible to be awarded a Contract if the Bid Securing Declaration is to be executed.] starting on the date that we receive a notification from the Procuring Entity that our Bid Securing Declaration is executed, if we are in breach of our obligation(s) under the bid conditions, because we: a) have withdrawn our Bid during the period of bid validity specified in the Form of Bid; or b) having been notified of the acceptance of its Bid by the Procuring Entity during the period of bid validity, (i) fail or refuse to execute the Contract Form, if required, (ii) fail or refuses to furnish the performance security, in accordance with the Instructions to Bidders (hereinafter “the ITB”), c) have not accepted the correction of errors in accordance with the ITB, or d) have breached a provision of the Code of Integrity specified in ITB;

We understand this Bid-Securing Declaration shall expire if we are not the successful Bidder, upon the earlier of (i) our receipt of your notification to us of the name of the successful Bidder; or (ii) thirty days after the expiration of our Bid.

Signed: [insert signature of person whose name and capacity are shown] In the capacity of: [insert legal capacity of person signing the Bid-Securing Declaration] Name: [insert complete name of person signing the Bid-Securing Declaration] Duly authorized to sign the bid for and on behalf of: [insert complete name of Bidder] Dated on day of , [insert date of signing] Corporate Seal

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #95 of #133 Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III) Appendix A: Procedure of Appeals 1) Filing an appeal- If any Bidder or prospective bidder is aggrieved that any decision, action or omission of the Procuring Entity is in contravention to the provisions of the Act or the Rules or the Guidelines issued there under, he may file an appeal to First Appellate Authority, as specified in Clause 37 within a period of ten days from the date of such decision or action, omission, as the case may be, clearly giving the specific ground or grounds on which he feels aggrieved: Provided that after the declaration of a Bidder as successful the appeal may be filed only by a Bidder who has participated in procurement proceedings: Provided further that in case a Procuring Entity evaluates the Technical Bids before the opening of the Financial Bids, an appeal related to the matter of Financial Bids may be filed only by a Bidder whose Technical Bid is found to be acceptable. 2) The officer to whom an appeal is filed under para (1) shall deal with the appeal as expeditiously as possible and shall endeavour to dispose it of within thirty days from the date of the appeal. 3) If the officer designated under para (1) fails to dispose of the appeal filed within the period specified in para (2), or if the Bidder or prospective bidder or the Procuring Entity is aggrieved by the order passed by the First Appellate Authority, the Bidder or prospective bidder or the Procuring Entity, as the case may be, may file a second appeal to Second Appellate Authority in this behalf within fifteen days from the expiry of the period specified in para (2) or of the date of receipt of the order passed by the First Appellate Authority, as the case may be. 4) Appeal not to lie in certain cases- No appeal shall lie against any decision of the Procuring Entity relating to the following matters, namely:- a) determination of need of procurement; b) provisions limiting participation of Bidders in the Bid process; c) the decision of whether or not to enter into negotiations; d) cancellation of a procurement process; e) applicability of the provisions of confidentiality. 5) Form of Appeal- a) An appeal under para (1) or (3) above shall be in the annexed Form along with as many copies as there are respondents in the appeal. b) Every appeal shall be accompanied by an order appealed against, if any, affidavit verifying the facts stated in the appeal and proof of payment of fee. c) Every appeal may be presented to First Appellate Authority or Second Appellate Authority, as the case may be, in person or through registered post or authorised representative. 6) Fee for filing appeal- a) Fee for first appeal shall be rupees two thousand five hundred and for second appeal shall be rupees ten thousand, which shall be non-refundable. b) The fee shall be paid in the form of bank demand draft or banker’s cheque of a Scheduled Bank in India payable in the name of Appellate Authority concerned. 7) Procedure for disposal of appeal- a) The First Appellate Authority or Second Appellate Authority, as the case may be, upon filing of appeal, shall issue notice accompanied by copy of appeal, affidavit and documents, if any, to the respondents and fix date of hearing. b) On the date fixed for hearing, the First Appellate Authority or Second Appellate Authority, as the case may be, shall,- (i) hear all the parties to appeal present before him; and (ii) peruse or inspect documents, relevant records or copies thereof relating to the matter. c) After hearing the parties, perusal or inspection of documents and relevant records or copies thereof relating to the matter, the Appellate Authority concerned shall pass an order in writing and provide the copy of order to the parties to appeal free of cost. d) The order passed under sub-clause (c) above shall also be placed on the State Public Procurement Portal.

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #96 of #133 Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III) Annexure-19 FORM No. 1 [See rule 83] Memorandum of Appeal under the Rajasthan Transparency in Public Procurement Act, 2012 Appeal No ………of …………… Before the ………………………… (First / Second Appellate Authority) 1. Particulars of appellant: (i) Name of the appellant: (ii) Official address, if any: (iii) Residential address: 2. Name and address of the respondent(s): (i) (ii) (iii) 3. Number and date of the order appealed against and name and designation of the officer / authority who passed the order (enclose copy), or a statement of a decision, action or omission of the Procuring Entity in contravention to the provisions of the Act by which the appellant is aggrieved: ………………………………………………………………………… 4. If the Appellant proposes to be represented by a representative, the name and postal address of the representative: ………………………………………………………………… 5. Number of affidavits and documents enclosed with the appeal: …………………………… 6. Grounds of appeal: ……………………………………………………………………………… ……………………………...... ………………………………………………………… …………………………………………………………………... (Supported by an affidavit) Prayer: ....………………………………………………………………………………………… ……………...... ………………………………………………………………………… ……………….

Place …………………………………….

Date ……………………………………

Appellant's Signature

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #97 of #133 Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III) Annexure-20 Tentative list of school for ICT Phase-III Srl District Block School 1 AJMER G.U.P.SCHOOL THAL 2 AJMER G.G.SEC SCHOOL GUJARIYAWAS 3 AJMER G.SHARDUL GIRL SEC SCHOOL 4 AJMER G.SEC. S. GANDI NAGAR 5 AJMER G.SEC SCHOOL SADAPUR 6 AJMER G.SEC SCHOOL SUNPA 7 AJMER G.SEC SCHOOL JALAVDA 8 AJMER G.SEC SCHOOL KAYAD 9 AJMER G.SEC SCHOOL CHATDI 10 AJMER G.SEC.S. DELVADA 11 AJMER G.SEC.SCHOOL NUNDRI MEHENDRTAN 12 AJMER G.SEC.S. KABRA 13 AJMER G.SEC.SCHOOL. BANJARI 14 AJMER G. SEC SCH SHERGARH 15 AJMER G.SEC SCH KALEDA KRISHAN GOPAL 16 AJMER G.SECONDARY SCHOOL SAKARIYA 17 AJMER G.SEC SCHOOL KUSHAYATA 18 AJMER G.PAYLOT.SEC.SCHOOL.KEKRI 19 AJMER G.G.SEC.S. NAGRA AJMER 20 ALWAR BEHRORE GOVT. SS KARODA 21 ALWAR BEHRORE GOVT. SS DHIS 22 ALWAR BEHRORE GOVT. SS KANKAR DOPA 23 ALWAR BEHRORE GOVT. SS GUNTI 24 ALWAR NEEMRANA GOVT. SHSS DOSOD 25 ALWAR NEEMRANA GOVT.SS (SANS.) MAJRI KALAN 26 ALWAR NEEMRANA GOVT. SS RODWAL 27 ALWAR NEEMRANA GOVT. SS JONAYCHA KHURD 28 ALWAR NEEMRANA GOVT. SS SANTO 29 ALWAR NEEMRANA GOVT. SS VIJAY NAGAR 30 ALWAR MUNDAWAR GOVT. SS JALAWAS 31 ALWAR MUNDAWAR GOVT. PRVESIKA. SS PALAWA 32 ALWAR MUNDAWAR GOVT. SS (G) PADMADA KALAN 33 ALWAR MUNDAWAR GOVT. SS SIROD KALAN 34 ALWAR KISHANGARH BAS GOVT. SS LANGAD BAS 35 ALWAR KISHANGARH BAS GOVT. SEC SANSKRIT B K NAGAR 36 ALWAR KISHANGARH BAS GOVT. SS NOORNAGAR 37 ALWAR KISHANGARH BAS GOVT. SS BALLBH GRAM 38 ALWAR KISHANGARH BAS GOVT. SS KHANPUR MEWAN 39 ALWAR KISHANGARH BAS GOVT. SS BAGODA 40 ALWAR KISHANGARH BAS GOVT. SSS KAROLI 41 ALWAR KISHANGARH BAS GOVT.SSVARISTHUPADAYA KHAIRT 42 ALWAR KOTKASIM GOVT. VARISHTH UPADHYAY KOTKASIM 43 ALWAR KOTKASIM GOVT. SHSS BAGHANA 44 ALWAR KOTKASIM GOVT. SHSS KANHADKA 45 ALWAR KOTKASIM GOVT. PREVESHIKA SANSKRIT LADPUR 46 ALWAR KOTKASIM GOVT. SHSS BHOJRAJKA 47 ALWAR TIZARA GOVT. SHSS (G) BHIWARI 48 ALWAR TIZARA GOVT. SS SANTHALKA 49 ALWAR TIZARA GOVT. SS KHIJURI BAS 50 ALWAR TIZARA GOVT SHSS (G) TAPUKADA 51 ALWAR TIZARA GOVT. SS ASLEEMPUR 52 ALWAR TIZARA GOVT. SHSS JALALPUR 53 ALWAR TIZARA GOVT. SS HINGWA HEDA

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #98 of #133 Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III)

54 ALWAR TIZARA GOVT SS SHAHBAD 55 ALWAR TIZARA GOVT. SS BHINDUSI 56 ALWAR TIZARA GOVT. SHANTI DEVI SS. GOTHDA 57 ALWAR TIZARA GOVT. SS KHALEEPUR 58 ALWAR TIZARA GOVT. SS SALARPUR 59 ALWAR RAMGARH GOVT. SS NASHOOPUR 60 ALWAR RAMGARH GOVT. SS(G) NOAGANWA 61 ALWAR RAMGARH GOVT. SEC PRAVESHIKA NOGANWA 62 ALWAR RAMGARH GOVT. SS RAGHUNATH GARH 63 ALWAR RAMGARH GOVT. SHSS BHAZEET 64 ALWAR RAMGARH GOVT. SS KHERALI SAYAAD 65 ALWAR RAMGARH GOVT. SHSS KHANPUR JAAT jkex< 66 ALWAR GOVT. SS SAINTHALI BAS 67 ALWAR UMRAIN GOVT. SS (SANS.) PREV. CHAUMU 68 ALWAR UMRAIN GOVT. SS KALSADA 69 ALWAR UMRAIN GOVT. SHSS BURJA vyoj 70 ALWAR GOVT. SS RAILWAYS STATION vyoj 71 ALWAR GOVT. SS NAYABAS vyoj 72 ALWAR GOVT. SS GANDHI NATIONAL vyoj 73 ALWAR GOVT. SHSS (SANS.) VARISTH UPADHAYAY ALWAR 74 ALWAR BANSUR GOVT. SS (G) RAMPUR 75 ALWAR BANSUR GOVT. SS LEKRI 76 ALWAR THANAGAZI GOVT. SS (G) PRATAPGARH 77 ALWAR THANAGAZI GOVT. SS (SAN.) PRATAPGARH 78 ALWAR THANAGAZI GOVT. SS AGAR 79 ALWAR THANAGAZI GOVT. SS DUHAR CHOGAN 80 ALWAR THANAGAZI GOVT. SS DWARA PURA 81 ALWAR THANAGAZI GOVT. SS (SAN) NARAYANPUR 82 ALWAR THANAGAZI GOVT. SS BAMANWAS KANKAD 83 ALWAR THANAGAZI GOVT. SS CHANDPURI 84 ALWAR THANAGAZI GOVT. SS GARI 85 ALWAR RAJGARH GOVT. SHSS TALAB 86 ALWAR RAJGARH GOVT. SHSS DEVTI 87 ALWAR RAJGARH GOVT. SHSS RAJPUR BADA 88 ALWAR RAJGARH GOVT. SS. NEEMLA 89 ALWAR RAJGARH GOVT. SS SURERE 90 ALWAR RAJGARH GOVT. SS. BALLUPURA 91 ALWAR RAJGARH GOVT. SHSS DUBBI 92 ALWAR RAJGARH GOVT. SEC PRAVESIKA SANSKRIT GORAKHPURA 93 ALWAR RAINI GOVT. VARI. UPPA. SANS. SCHOOL RAINI 94 ALWAR RAINI GOVT. SHSS RAMPURA 95 ALWAR RAINI GOVT. SS INTOLI 96 ALWAR RAINI GOVT. SS BHOLERI 97 ALWAR RAINI GOVT. SHSS JAMDOLI jS.kh 98 ALWAR GOVT. SS DOROLI 99 ALWAR LAKSHMANGARH GOVT. SS RONIJA JAT 100 ALWAR LAKSHMANGARH GOVT. SS KHUDIANA 101 ALWAR LAKSHMANGARH GOVT. SS TILWAD 102 ALWAR LAKSHMANGARH GOVT. SS TALDA 103 ALWAR LAKSHMANGARH GOVT. SS NEMEDA 104 ALWAR KATHUMAR GOVT.SS SOKHARI 105 ALWAR KATHUMAR GOVT. SS HULYANA 106 ALWAR KATHUMAR GOVT.SS MASARI 107 ALWAR KATHUMAR GOVT. SS JATWADA 108 ALWAR KATHUMAR GOVT. SS JADLA 109 BANSWARA 0828 G.S.KUVANIA 110 BANSWARA 0828 G.SEC.SCHOOL GANORA

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #99 of #133 Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III)

111 BANSWARA 0828 G.VARISTHA UPADHYA S.S. GANORA 112 BANSWARA 0828 Govt. Varisth Upadhyay Sanskrit School 113 BANSWARA 0828 G.SEC.SCHOOL MOTATANDA 114 BANSWARA 0828 G.PRAVESHIKA SAN SCHOOL SILTIY 115 BANSWARA 0828 G.S.S. AMARSINGH KA GHADA 116 BANSWARA 0828 G.SEC. SCHOOL BICHHAWARA 117 BANSWARA 0828 G.SECONDERY SCHOOL BHUNGDA 118 BANSWARA 0828 G.S.KANTHAV 119 BANSWARA 0828 G.SEC. .NAPLA 120 BANSWARA 0828 G.SEC. KOTDA 121 BANSWARA 0828 G.S.S. JHAPURA 122 BANSWARA 0828 G.SEC.SCHOOL KUSHALPURA 123 BANSWARA 0828 G. SEC. SCHOOL MASOTIYA 124 BANSWARA 0828 G.SEC. SCHOOL SUNDANPUR 125 BANSWARA 0828 G.SEC. SCHOOL KOHALA 126 BANSWARA 0828 G.SEC.SCHOOL DEVLIYA 127 BANSWARA 0828 G.SEC. SCHOOL BADGAON 128 BANSWARA 0828 G.SEC.SCHOOL NICHLA GANTALA 129 BANSWARA 0828 G.SEC.SCHOOL TEJPUR 130 BANSWARA 0828 G.SEC. SCHOOL BORVAT 131 BANSWARA 0828 G.SEC. SCHOOL SAGROD 132 BANSWARA 0828 G.SEC.SCHOOL SIYAPUR 133 BANSWARA 0828 G.SEC. SCHOOL LIMTHAN 134 BANSWARA 0828 G.SEC. SCHOOL JHUPEL 135 BANSWARA 0828 G.SEC. SCHOOL NAVA GOAN 136 BANSWARA 0828 G.SEC.SCHOOL THIKIRIYA 137 BANSWARA 0828 G.G.S.S. NAI ABADI 138 BANSWARA 0828 G.SEC. SCHOOL RATHADIYA PARDA 139 BANSWARA 0828 G.SEC. SCHOOL MOR 140 BANSWARA 0828 G.SEC. SCHOOL SAREDI CHHOTI 141 BANSWARA 0828 G.SEC. SCHOOL CHOPASAG 142 BANSWARA 0828 G.SEC.SCHOOL KUMJI KA PARDA 143 BANSWARA 0828 G.SEC. SCHOOL AASODA 144 BANSWARA 0828 G.SEC. SCHOOL BHIMSOR 145 BANSWARA 0828 G.SEC.SCHOOL SALIYA 146 BANSWARA 0828 G.SEC.SCHOOL KHERA 147 BANSWARA 0828 G.SEC. SCHOOL BHAGORA 148 BANSWARA 0828 G.GIRLS SEN. SEC. SCH. BORI 149 BANSWARA 0828 G.GIRLS SEC. SCHOOL DADUKA 150 BANSWARA 0828 G.SEC. SCHOOL BHANO KA PARDA 151 BANSWARA 0828 G.SEC.SCHOOL ITAUVA 152 BANSWARA 0828 G.VARISHTH UPADDHYAY SANSKRIT SCH. ARTHUNA 153 BANSWARA 0828 G.SEC. SCHOOL FALABARA 154 BANSWARA 0828 G.SEC. SCHOOL NAVAGHARA 155 BANSWARA 0828 G.SEC.SCHOOL ODVADA 156 BANSWARA 0828 G.SEC. SCHOOL BHATAR 157 BANSWARA 0828 G.SEC.SCHOOL AMJA 158 BANSWARA 0828 G.SEC. SCHOOL MADALDA 159 BANSWARA 0828 G.SEC.SCHOOL CHIBADA TALAI 160 BANSWARA 0828 G.SEC SCHOOL BHALER BHODAR 161 BANSWARA 0828 G.SEC.SCHOOL TAMTIYA 162 BANSWARA 0828 G.SEC.SCHOOL. OBLA 163 BANSWARA 0828 G.SEC.NAHARPURA 164 BANSWARA 0828 G.S.SEC. BADLIYA 165 BANSWARA 0828 G .SEC. SUNDRAV 166 BANSWARA 0828 G. SEC. PART NAVAGHARA 167 BANSWARA 0828 G.S.S. UMMEDGARI

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #100 of #133 Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III)

168 BANSWARA 0828 G.G.S.S. BARODIYA 169 BANSWARA 0828 G.S.S. SUVALA 170 BANSWARA 0828 G.S.S. MOTI TEMBI 171 BANSWARA 0828 GOVT. SECONDARY SCHOOL LASODIA 172 BANSWARA 0828 GOVT. SECONDARY SCHOOL MAHUDI 173 BANSWARA 0828 GOVT. SECONDARY SCHOOL ANDESHWAR 174 BANSWARA 0828 G.SEC.SCHOOL UKALA 175 BANSWARA 0828 G.SEC.SCHOOL LOHARIYA KALAN 176 BANSWARA 0828 G.SEC. BADVAS KALAN 177 BANSWARA 0828 G,.SEC.SCHOOL NOHARA 178 BARAN G.S.SEC., SIMLI 179 BARAN G.SEC.S., EKLERA 180 BARAN G.SEC.S. MANDOLA 181 BARAN G.SR.SEC.SCHOOL BARANA 182 BARAN G.S.SEC.S., MATHANA 183 BARAN G.SEC.S., NARADA 184 BARAN G.S.SEC.S. MELKHERI 185 BARAN G.VARI.UPA.SAN.S.TALFACTORY BARAN 186 BARAN G.SEC.S. BHIMGANJ WARD 187 BARAN G.G.SEC.S., PURANA W- 17 188 BARAN G. SEC. S, BHATWARA 189 BARAN G. SEC. BADGAWN 190 BARAN G.SEC.S, SORSAN 191 BARAN G.GIRLS SEC.SCOOL PALAYTHA 192 BARAN G. SEC. BAMULIYAMATAJI 193 BARAN G. SEC. S. BHOJYAKHERI 194 BARAN G.SEC.SANSKRIT ANTA 195 BARAN G.SEC.S., ANTANA 196 BARAN G.SEC.S. DHOTI 197 BARAN G.SEC.S., KATAWAR 198 BARAN G.SEC.S. SAKATPUR 199 BARAN G.SEC.S., JAIPLA 200 BARAN G.SEC.S., BHOLOAN 201 BARAN G.SEC.S., BAPCHA 202 BARAN G. SEC.S. BILENDI 203 BARAN G.S.SEC.S., SCHOOL 204 BARAN G.S.SEC.S. BHANSTHUNI 205 BARAN G.S.SEC.S. CHINOD 206 BARAN G S. SEC.S. BARUNI 207 BARAN G.S.SEC.S. BAJRANG GARH 208 BARAN G.S.SEC.S. KANKARDA 209 BARAN G.SEC.S. BAMANGAVA 210 BARAN G. SEC. S.NAATAI 211 BARAN G.SEC.S. KHATKA 212 BARMER GSS BISU KALA 213 BARMER GSS AARANG 214 BARMER GSS BALEWA 215 BARMER GGSS GADARAROAD 216 BARMER GSS SAN.MAHA SINGH PUROHITO KI DHANI 217 BARMER GSSS SAN. BAITU CHIMAN JI 218 BARMER GSS HUDO KI DHANI 219 BARMER GSS BHIMADA 220 BARMER GSS CHOKHALA 221 BARMER GSS JAJWA 222 BARMER GSS AKHADARA 223 BARMER GSSS NIMBANIYO KI DHANI 224 BARMER GSS KANOD

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #101 of #133 Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III)

225 BARMER GSS SANS SHIVDAN SINGH KI DHANI 226 BARMER GSS BADKHA 227 BARMER GSS POONIYO KA TALA 228 BARMER GSS KALUDI 229 BARMER GSS SANSKRIT BORAVAS 230 BARMER GSS JAGSA 231 BARMER GSS SARANA 232 BARMER G S S MOOLJI KI DHANI 233 BARMER GSSS PARALOO 234 BARMER GSS GODAWAS KALLA 235 BARMER GSS CHANDESRA 236 BARMER GSS KARMAVAS 237 BARMER GSS JETHANTARI 238 BARMER GSS RANEEDESEEPURA 239 BARMER GSS LAKHETA 240 BARMER GSS INDRANA 241 BARMER GSS SINER 242 BARMER GGSSS PADRU 243 BARMER GSS KUNDAL 244 BARMER GSS PARVESIKA SANSKRIT KATHADI 245 BARMER GSS KANKHI 246 BARMER GSS CHADO KI DHANI 247 BARMER GSS SANSKRIT GOLIYA JETMAL 248 BARMER GSS MEHLU 249 BARMER GSS BAND 250 BARMER GSS CHHOTU 251 BARMER GSS JUNA MITHA KHEDA 252 BARMER GSS DAKHA 253 BARMER GSS SAVNIYALA 254 BARMER GSS KHARA RATHORAN 255 BARMER GSS BALERA 256 BARMER GSS BOLA 257 BARMER GSS LANGERA 258 BARMER GSS MAHABAR 259 BARMER GOVT V.U S.S INDRA NAGAR 260 BARMER GSS RAMU BAI 261 BARMER GSS SUTHARO KA TALLA 262 BARMER GSSS BACHHADAU 263 BARMER GSS PANANIYO KA TALLA 264 BARMER GSS JESSAR 265 BARMER GSS SAN. TILAK NAGAR (BMR GRAMIN) 266 BARMER GSSS BALIKA GUDA MALANI 267 BARMER GSS SANS. UDANIYO KI DHANI 268 BARMER GSS MANGATA 269 BARMER GSS CHALAKANA 270 BARMER GSS San . BAKALSAR BASTI 271 BARMER GSS BIJRAD 272 BARMER GSS BAKHASAR 273 BARMER GSS KONARA 274 BHARATPUR KAMAN GOVT.VAR. UPADHYAY SANSKRAT INDROLI 275 BHARATPUR KAMAN GOVT. SEC. SANSKRIT BAROLIDHAU 276 BHARATPUR KAMAN GOVT. SEC.. FATEHPUR 277 BHARATPUR NAGAR GOVT HR. SEC SCHOOL SUNDRAWALI 278 BHARATPUR NAGAR GOVT SEC. S. BOODLI 279 BHARATPUR NAGAR GOVT.SEC S BERRU 280 BHARATPUR NAGAR GOVT.SEC ALAMSHA 281 BHARATPUR NAGAR GOVT SANSKRIT SEC. SAMLI

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #102 of #133 Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III)

282 BHARATPUR NAGAR GOVT SHRI L.S. SEC KHAKHAVALI 283 BHARATPUR DEEG GOVT. SEC.SCH. BADANGARH 284 BHARATPUR DEEG GOVT. SEC. SCHOOL MAWAI 285 BHARATPUR KUMHER GOVT SEC SCHOOL TALFARA 286 BHARATPUR KUMHER GOVT SEC. SAIH 287 BHARATPUR KUMHER GOVT SEC SCH BORAI 288 BHARATPUR KUMHER GOVT.SEC.SCHOOL MAHARAWAR 289 BHARATPUR KUMHER GOVT SEC.SCHOOL USRANI 290 BHARATPUR KUMHER GOVT SEC. BARTAI 291 BHARATPUR KUMHER GOVT SEC SCHOOL TAMRER 292 BHARATPUR KUMHER GOVT SEC. SCHOOL SEEHEE 293 BHARATPUR KUMHER GOVT SEC. SAIT 294 BHARATPUR KUMHER GOVT SEC. BELARA KALAN 295 BHARATPUR KUMHER GOVT SEC. SCHOOL GUDRI,KUMHER 296 BHARATPUR SEWAR GOVT. SEC SCHOOL LUDHABAI 297 BHARATPUR SEWAR GOVT. SEC. SCHOOL EKTA 298 BHARATPUR SEWAR GOVT. SEC SCHOOL, MALAH 299 BHARATPUR SEWAR GOVT SEC. SCHOOL, SUNARI 300 BHARATPUR SEWAR GOVT (GIRLS) SEC. SCHOOL BAHNERA 301 BHARATPUR SEWAR GOVT. SEC. SCHOOL DHAURMUI 302 BHARATPUR SEWAR GOVT.PAVESHIKA SANSKRIT S.SAH. 303 BHARATPUR SEWAR GOVT.SEC. SCH. BACHHAMADI 304 BHARATPUR SEWAR GOVT. GIRLS SEC. SCHOOL BACHHAMADI 305 BHARATPUR SEWAR GOVT. SEC. SCHOOL BAJHERA 306 BHARATPUR SEWAR GOVT. SEC.D SANSCRIT SEWAR 307 BHARATPUR SEWAR GOVT SEC SCHOOL RAILWAY 308 BHARATPUR SEWAR GOVT. SR. UPADHYA SANSKRIT SCH 309 BHARATPUR NADWAI GOVT SEC. HANTRA 310 BHARATPUR NADWAI GOVT. SEC. KHATOTI 311 BHARATPUR NADWAI GOVT.M.S. AKHEGHAR 312 BHARATPUR NADWAI GOVT. SEC LALPUR 313 BHARATPUR NADWAI GOVT. SEC. DAHRA 314 BHARATPUR ROOPWAS GOVT. SEC. SCHOOL BARAULIRAND 315 BHARATPUR NADWAI GOVT. SEC. SCHOOL, GAGROLI 316 BHARATPUR NADWAI GOVT. SEC.NYOTHA 317 BHARATPUR WEIR GOVT SEC. SCH. BHASENA 318 BHARATPUR WEIR GOVT. SEC. SCH. NAIWADA 319 BHARATPUR WEIR GOVT. HR. SEC. SCH. RANDHIRGADH 320 BHARATPUR WEIR GOVT SEC SCHOOL MAINAPURA 321 BHARATPUR WEIR GOVT. S.A. GIRLS SEC BALLABH GAR 322 BHARATPUR WEIR GOVT. SEC. SCH. ALIPUR 323 BHARATPUR WEIR GOVT SEC SCHOOL BHUTOLI 324 BHARATPUR WEIR GOVT SEC SCHOOL DIVALI 325 BHARATPUR WEIR GOVT. SEC. SCH. CHAINTOLI 326 BHARATPUR WEIR GOVT.SEC.SCH. NYAMATPUR 327 BHARATPUR WEIR GOVT. SEC SCHOOL UNAPUR 328 BHARATPUR WEIR GOVT GIRLS SEC. BHUSAWAR 329 BHARATPUR BAYANA GOVT SEN SEC S BRAHMBAD 330 BHARATPUR BAYANA GOVT S SEC S VEERAMPURA 331 BHARATPUR BAYANA GOVT HR. SEC. SCH. MILAKPUR 332 BHARATPUR BAYANA GOVT SEC SCHOOL FARSO 333 BHARATPUR BAYANA GOVT SEC SCHOOL KHOHRA 334 BHARATPUR BAYANA GOVT SEC S NABLI 335 BHARATPUR BAYANA GOVT SEC S BIDYARI 336 BHARATPUR BAYANA GOVT SEC S KANAWAR 337 BHARATPUR ROOPWAS GOVT. SEC, SRINAGAR[RUND] 338 BHARATPUR ROOPWAS GOVT SEC. KAKROA [ROOP]

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #103 of #133 Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III)

339 BHARATPUR ROOPWAS GOVT. SEC., BHOT 340 BHARATPUR ROOPWAS GOVT.SEC. SCHOOL, BHAISA 341 BHARATPUR ROOPWAS GOVT.SANS. SEC. SAIDPURA 342 BHARATPUR ROOPWAS GOVT.SEC S JATMASI 343 BHARATPUR ROOPWAS GOVT. SEC. PICUNA 344 BHARATPUR ROOPWAS GOVT. SEC. SCHOOL . SAHANA 345 BHARATPUR ROOPWAS GOVT. SEC. CHAICORA [ROOP] 346 BHARATPUR ROOPWAS GOVT SEC. SCHOOL NAGLA TULA 347 BHARATPUR ROOPWAS GOVT. SEC. NAGLA TEHARIUA 348 BHILWARA AASIND G.S.S. PALADI 349 BHILWARA AASIND G.S.S. DANTADA BANDH 350 BHILWARA AASIND G.S.S. DHOLI 351 BHILWARA AASIND G.S.S. PARASOLI 352 BHILWARA AASIND G.G.S.S. DAULATGARH 353 BHILWARA AASIND G.S.S. PANDRU 354 BHILWARA AASIND G.S.S.S. LACHUDA 355 BHILWARA AASIND G.S.S. AAMESAR 356 BHILWARA AASIND G.G.S.S.S. BHARAMANO KI SARERI 357 BHILWARA AASIND G.S.S. MOGAR 358 BHILWARA AASIND G.S.S. ADARSH OJAINA 359 BHILWARA AASIND G.S.S. CHATARPURA 360 BHILWARA AASIND G.S.S. MOTRAS 361 BHILWARA AASIND G.S.S. RAMPURA 362 BHILWARA HURDA G.S.S. KHEJRI 363 BHILWARA HURDA G.S.S. TONKARWADA 364 BHILWARA HURDA G.S.S. SARERI BADARI KI 365 BHILWARA HURDA G.G.U.S.S. HURDA 366 BHILWARA HURDA G.S.S. BHADWO KI KOTARI 367 BHILWARA HURDA G.S.S. BHOJRANS 368 BHILWARA HURDA G.S.S. GADWALON KA KHEDA 369 BHILWARA HURDA G.S.S. UKHALIA 370 BHILWARA SHAHPURA G.S.S. DABLA KACHRA 371 BHILWARA SHAHPURA G.S.S. AARNIYA GHODA 372 BHILWARA SHAHPURA G.S.S. REHAD 373 BHILWARA SHAHPURA G.S.S. MATA JI KA KHEDA 374 BHILWARA SHAHPURA G.S.S. KADISAHENA 375 BHILWARA SHAHPURA G.S.S. MINDOLIYA 376 BHILWARA SHAHPURA G.S.S. DAULAT PURA 377 BHILWARA SHAHPURA G.S.S. ARWAD 378 BHILWARA SHAHPURA G.S.S.S. SANSKRIT V.U. SANGRIYA 379 BHILWARA SHAHPURA G.S.S. RAJYAS 380 BHILWARA SHAHPURA G.S.S. PANOTIYA 381 BHILWARA SHAHPURA G.S.S DHANOP 382 BHILWARA SHAHPURA G.S.S. RAMPURA 383 BHILWARA SHAHPURA G.S.S. BASERA 384 BHILWARA SHAHPURA G.G.S.S TAHANAL GATE SHAHPURA 385 BHILWARA BANERA G.S.S. RAMDUWARA BANERA 386 BHILWARA BANERA G.S.S. BAMNIYA 387 BHILWARA BANERA G.S.S. BALDARKHA 388 BHILWARA BANERA G.S.S. JHATAL 389 BHILWARA BANERA G.S.S. BERA 390 BHILWARA BANERA G.S.S. RUPAHELI KHURD 391 BHILWARA BANERA G.S.S. KASORIYA 392 BHILWARA BANERA G.S.S. MEGHRAS 393 BHILWARA MANDAL G.S.S. KIRIMAL 394 BHILWARA MANDAL G.S.S. THANA 395 BHILWARA MANDAL G.S.S. GOVERDHAN PURA

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #104 of #133 Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III)

396 BHILWARA MANDAL G.S.S. LESWA 397 BHILWARA MANDAL G.S.S. CHANKHED 398 BHILWARA MANDAL G.S.S. CHANDRAS 399 BHILWARA MANDAL G.S.S. NAI AMERGARH 400 BHILWARA MANDAL G.S.S. BADDU 401 BHILWARA MANDAL G.S.S.S. PEETHAS 402 BHILWARA MANDAL G.S.S. AMADALA 403 BHILWARA MANDAL G.S.S. BAAVLAS 404 BHILWARA MANDAL G.S.S. GORKHYA 405 BHILWARA MANDAL G.G.S.S. KARERA 406 BHILWARA MANDAL G.S.S. LADUVAAS 407 BHILWARA MANDAL G.S.S. [ADRASH] DAHIMATHA 408 BHILWARA MANDAL G.S.S. KABRADIYA 409 BHILWARA MANDAL G.S.S. MEZA 410 BHILWARA MANDAL G.S.S. KERIYA 411 BHILWARA MANDAL G.S.S. SANSKRIT CHHAJAVON KA KHEDA 412 BHILWARA MANDAL G.S.S.S. DHUWALA 413 BHILWARA MANDAL G.PRAV.SANS. S. MANDAL 414 BHILWARA MANDAL G.S.S. SANTOKPURA 415 BHILWARA RAIPUR G. PRAVESIKA SANS. S. RAIPUR 416 BHILWARA RAIPUR G.S.S. BORANA 417 BHILWARA RAIPUR G.S.S. ASHAHOLI 418 BHILWARA RAIPUR G.S.S. BAAGOLIA 419 BHILWARA RAIPUR G.S.S. THALA 420 BHILWARA RAIPUR G.S.S. BAAGAD 421 BHILWARA SAHARDA G.S.S. SANS. MEGRAS 422 BHILWARA SAHARDA G.S.S. MAHENDRAGARH 423 BHILWARA SAHARDA G.G.S.S. PONTLA 424 BHILWARA SAHARDA G.S.S. SARGAON 425 BHILWARA SAHARDA G.S.S. SHIVRATI 426 BHILWARA SAHARDA G.S.S. GANESHPURA 427 BHILWARA SAHARDA G.S.S. DHOSER 428 BHILWARA SAHARDA G.S.S. DELANA 429 BHILWARA SAHARDA G.S.S. GOVALIYA 430 BHILWARA SUWANA G.S.S. DARIBA 431 BHILWARA SUWANA G.S.S. SEEDARIYAS 432 BHILWARA SUWANA TEJ SINGH G.S.S. PIPALI 433 BHILWARA SUWANA G.S.S. SANS. VARISTH UPPADHYA 434 BHILWARA SUWANA G.S.S. PALRI 435 BHILWARA SUWANA G.S.S. BHIMGANJ 436 BHILWARA SUWANA G.G.S.S. GANDHINAGAR 437 BHILWARA SUWANA G.S.S. LABOUR COLONY 438 BHILWARA KOTDI G.S.S. KANKROLIYA GHATI 439 BHILWARA KOTDI G.S.S. BEERDHOL 440 BHILWARA KOTDI G.S.S. UDLIYAS 441 BHILWARA KOTDI G.S.S.S. GEGA KA KHERA 442 BHILWARA KOTDI G.S.S. GENDALIA 443 BHILWARA KOTDI G.S.S. BAN KA KHEDA 444 BHILWARA KOTDI G.S.S.S. SWAIPUR 445 BHILWARA KOTDI G.S.S. VISHNIA 446 BHILWARA KOTDI G.S.S. DANTRA BADA 447 BHILWARA JAHAJPUR G.S.S. BIHADA 448 BHILWARA JAHAJPUR G.U.P.S. SANSKRIT PANDER 449 BHILWARA JAHAJPUR G.U.P.S. KUCHALWADA KALA 450 BHILWARA JAHAJPUR G.S.S. GADOLI 451 BHILWARA JAHAJPUR G.S.S.S. ETUNDA 452 BHILWARA JAHAJPUR G.S.S. ULALA

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #105 of #133 Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III)

453 BHILWARA JAHAJPUR G.S.S. KURADIYA 454 BHILWARA JAHAJPUR G.S.S. THITHODAJAGIR 455 BHILWARA JAHAJPUR G.G.S.S. AMARWASI 456 BHILWARA JAHAJPUR G.S.S. JAMOLI 457 BHILWARA MANDALGARH G.S.S. THALKALAN 458 BHILWARA MANDALGARH G.S.S. KHACROL 459 BHILWARA MANDALGARH G.S.S.S. SINGOLI CHARBHUJA 460 BHILWARA MANDALGARH G.S.S. JOJWA 461 BHILWARA MANDALGARH G.S.S. RASADPURA AAROLI 462 BHILWARA MANDALGARH G.S.S. KASYA 463 BHILWARA MANDALGARH G.S.S. GENOLI 464 BHILWARA MANDALGARH G.S.S. HODA 465 BHILWARA MANDALGARH G.S.S. DHAKAD KHERI 466 BIKANER BIKANER G.SEC.SCHOOL, MALASAR 467 BIKANER BIKANER G.SEC.SCHOOL, KATRIASAR 468 BIKANER BIKANER G.SEC.SCHOOL, AMBASAR chdkusj xzkeh.k 469 BIKANER G.SEC. SCHOOL, SURDHAN CHUHAN 470 BIKANER BIKANER G.SEC. SCHOOL SANS. GADHWALA 471 BIKANER BIKANER G.SEC.SCHOOL, JALWALI 472 BIKANER BIKANER G.SEC.SCHOOL, KALASAR 473 BIKANER BIKANER G.SR.SEC. SCHOOL SANSKRIT RANI BZR 474 BIKANER BIKANER G.G.SEC.SCHOOL JASSUSAR GATE 475 BIKANER BIKANER G.SEC.SCH. MURLIDR VIYAS CLNY 476 BIKANER LUNKARANSAR G.S.S. MAHADEVVALI 477 BIKANER LUNKARANSAR G.SEC.SCHOOL, KHARBARA 478 BIKANER LUNKARANSAR G.S.S. TAKHATPURA 479 BIKANER LUNKARANSAR G.S.S. RAJASAR/KARNISAR yw.kdjulj 480 BIKANER G.SEC.SCHOOL SANSKRIT, UDANA (5CHM) 481 BIKANER LUNKARANSAR G.S.S., ROJA 482 BIKANER LUNKARANSAR G.SEC. SCHOOL, BALADESAR 483 BIKANER LUNKARANSAR G.SEC.SCHOOL, SUI 484 BIKANER LUNKARANSAR G.SEC.SCHOOL SANS. KHODALA 485 BIKANER LUNKARANSAR G.S.S. GARABDESAR 486 BIKANER LUNKARANSAR G.SEC. SCHOOL, RAVASAR 487 BIKANER LUNKARANSAR G.S.S. SAHAJRASAR 488 BIKANER LUNKARANSAR G.S.S., DHIRERA 489 BIKANER LUNKARANSAR G.SEC. SCHOOL SANSKRIT BAMANVALI 490 BIKANER LUNKARANSAR G.SEC.SCHOOL, RAMNAGAR 491 BIKANER LUNKARANSAR G.S.S., AJITMANA 492 BIKANER LUNKARANSAR G.S.S. CHAK JOD PURANI ABADI 493 BIKANER LUNKARANSAR G.S.S., BHIKHNERA 494 BIKANER KOLAYAT G.SEC. SCHOOL., BHOLASAR 495 BIKANER KOLAYAT G.SEC.SCHOOL, HADLA BHATIYAN 496 BIKANER KOLAYAT G.SEC.SCHOOL, DASHORI 497 BIKANER KOLAYAT G.SEC. SCHOOL, KHARIA BAS 498 BIKANER KOLAYAT G.S.S. MITHARIA 499 BIKANER KOLAYAT G.S.S. GRANDHI 500 BIKANER KOLAYAT G.S.S., RAVWALA 501 BIKANER KOLAYAT G.SEC.SCHOOL, GOKUL 502 BIKANER KOLAYAT G.SEC. SCHOOL GODU 503 BIKANER KOLAYAT G.SEC.SCHOOL, RANJITPURA 504 BIKANER KOLAYAT G.SEC. SCHOOL BHALURI 505 BIKANER KOLAYAT G.SEC.SCHOOL, 4.M.M., BHALURI 506 BIKANER KOLAYAT G.S.S. MODAYAT 507 BIKANER KOLAYAT G.SEC. SCHOOL, KHINDASAR 508 BIKANER KOLAYAT G.S.S., FULASAR BADA 509 BIKANER KOLAYAT G.S.S., CHANI

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #106 of #133 Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III)

510 BIKANER KOLAYAT G.S.S. MANDAL CHARNAN 511 BIKANER KOLAYAT G.SEC. SCHOOL, GUDHA 512 BIKANER KOLAYAT G.SEC.SCHOOL, SIYANA 513 BIKANER NOKHA G.S.S, SARNO KI DHANI, KAHIRA 514 BIKANER NOKHA G.S.S. SANS., NOKHA GAON 515 BIKANER NOKHA G.SEC. SCHOOL, GAJSUKHDESAR 516 BIKANER NOKHA G.S.S., BILNIYASAR 517 BIKANER NOKHA G.SEC.SCHOOL, SADHASAR 518 BIKANER BIKANER G.S.S., SINVRO KI DHANI SWARUPSAR 519 BIKANER NOKHA G.S.S., JEGLA PANNA DAROGA 520 BIKANER NOKHA G.S.S., DHARNOK 521 BIKANER NOKHA G.SEC.SCHOOL, NATHUSAR 522 BIKANER NOKHA G.S.S., SOMALSAR 523 BIKANER NOKHA G.SEC.SCHOOL, SINJGURU 524 BIKANER NOKHA G.S.S., GAJRUPDESAR 525 BIKANER NOKHA G.S.S. MAIYASAR 526 BIKANER NOKHA G.S.S., JAISALSAR 527 BIKANER NOKHA G.SEC.SCHOOL, SARUNDA 528 BIKANER DUNGARGARH G.SEC.SCHOOL SANSKRIT, DHIRDESAR PUROHITAN 529 BIKANER DUNGARGARH G.SEC.SCHOOL, THUKARIASAR 530 BIKANER DUNGARGARH G.SEC. SCHOOL, KALYANSAR NAYA 531 BIKANER DUNGARGARH G.SEC.SCHOOL, BEENJHASAR 532 BIKANER DUNGARGARH G.S.S., BADELLA 533 BIKANER KHAJUWALA G.S.S., ANANDGARH 534 BIKANER KHAJUWALA G.S.S., KUNDAL 535 BIKANER BIKANER G.S.S., NOSERA 536 BIKANER KHAJUWALA G.S.S., SIYASAR 537 BIKANER KHAJUWALA G.S.S., ADURI 538 BIKANER KHAJUWALA G.S.S., GANGAJALI 539 BIKANER KHAJUWALA G.SEC.S. MAKERI 540 BIKANER KHAJUWALA G.S.S., AMARPURA 541 BIKANER KHAJUWALA G.S.S., JODHASAR DELI 542 BIKANER KHAJUWALA G.S.S., SHIVNAGAR 543 BIKANER KHAJUWALA G.S.S., 3 ARM KHARVALI 544 BIKANER KHAJUWALA G.S.S., KARNISAR BHATIYAN 545 BIKANER KHAJUWALA G.S.S., MOTIGARH 546 BIKANER KHAJUWALA G.S.S., THARUSAR 547 BUNDI HINDOLI GOVT. SECONDARY PAGARA 548 BUNDI HINDOLI GOVT. SEC. OWAN 549 BUNDI HINDOLI GOVT. SEC. SCHOOL KHINIYA 550 BUNDI HINDOLI GOVT. SEC. BHAWANIPURA 551 BUNDI HINDOLI GOVT. SEC. MENDI 552 BUNDI K.PATAN GOVT. SEC BALIKA ARNETHA 553 BUNDI K.PATAN GOVT SEC SCHOOL, CHITAWA 554 BUNDI K.PATAN GOVT.SEC. BHIYA 555 BUNDI K.PATAN GOVT. SEC. SCHOOL BABAI 556 BUNDI K.PATAN GOVT. SEC SUNAGAR 557 BUNDI K.PATAN GOV. SEC.V. UPHADD.V. AAJANDHA 558 BUNDI K.PATAN GOVT. SEC. GARAMPURA(GRAMEEN) 559 BUNDI K.PATAN GOVT. SEC. STATION LAKHERI 560 BUNDI K.PATAN GOVT. SEC BALIKA ISHWAR NAGAR 561 BUNDI K.PATAN GOVT. SEC. S. KAPREN HAVELI 562 BUNDI K.PATAN GOVT. SEC. SANSKRIT KAPREN 563 BUNDI NAINWA GOVT. SEC DUGARI 564 BUNDI NAINWA GOVT. SEC BHAJNERI 565 BUNDI NAINWA GOVT. SEC JARKHODA 566 BUNDI TALERA GOVT. SEC SCH JAMITPURA

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #107 of #133 Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III)

567 BUNDI TALERA GOVT. SEC. KETHUDA 568 BUNDI BUNDI GOVT. SEC. RAMGANJ 569 BUNDI BUNDI GOVT. SEC. ONKARPURA 570 BUNDI BUNDI GOVT. SEC. MANDAWRA 571 BUNDI BUNDI GOVT. VAR.UPP.SR.SEC CHATRPURA 572 BUNDI BUNDI GOV. PRAVISHAK SANS. SCHOOL 573 BUNDI BUNDI GOVT. SEC. SC. BUNDI CITY 574 CHITTORGARH GOVT. SEC REWARA 575 CHITTORGARH GOVT.SEC UNCHA 576 CHITTORGARH GOVT.SEC SIHHANA 577 CHITTORGARH GOVT.T.J.S.SEC. SOMI 578 CHITTORGARH GOVT. SEC MUROLI 579 CHITTORGARH GOVT. SANS.SEC RASHMI 580 CHITTORGARH GOVT SEC SUWANIYA 581 CHITTORGARH GOVT.SEC. BOLO KA SANVTA 582 CHITTORGARH GOVT.PRAVESHIKA SANSKRIT GANGRAR 583 CHITTORGARH GOVT. SR. SEC. SCHOOL DUGAR 584 CHITTORGARH G.SEC.SCHOOL- SADI 585 CHITTORGARH G.SEC. SCH- ANWALHERA 586 CHITTORGARH G.SEC.SCHOOL- SAMRIYA KHURD 587 CHITTORGARH G.S.SEC. JARJANI 588 CHITTORGARH G.SEC.S. LADPURA 589 CHITTORGARH G.S.S AVALHEDA 590 CHITTORGARH G.S.S. SHAMBHUPURA 591 CHITTORGARH G.SECONDARY SCHOOL CHIKSI 592 CHITTORGARH GOVT. GIRLS SEC PAROVIKASHA BASSI 593 CHITTORGARH GOVT.S.S. MUNGANA 594 CHITTORGARH GOVT S.S. NIMBAHERA 595 CHITTORGARH GOVT.S.S. TURKIYAKURD 596 CHITTORGARH GOVT .S.S. DAMAKHEDA 597 CHITTORGARH GOVT .S.S HINGORIYA 598 CHITTORGARH GOVT S S BANAKIYA KALA 599 CHITTORGARH GOVT.G.SEC.SCHOOL JASMA 600 CHITTORGARH GOVT.SEC.SCHOOL NILODA 601 CHITTORGARH GOVT.SEC.S. PARI 602 CHITTORGARH GOVT.SEC.SCHOOL BABRANA 603 CHITTORGARH GOVT.SEC.S. CHORWARI 604 CHITTORGARH GOVT.SEC.S. MURLA 605 CHITTORGARH GOVT.SEC.SCHOOL PATOLIYA 606 CHITTORGARH GOVT. SEC.SCHOOL ARNED 607 CHITTORGARH GOVT. SEC.S.FALODRA 608 CHITTORGARH GOVT. SEC.SCHOOL DELVAS 609 CHITTORGARH GOVT. SEC.SCHOOL NAPANIYA 610 CHITTORGARH GOVT. G.SEC..SCHOOL MANDFIYA 611 CHITTORGARH GOVT. SEC.SCHOOL SUKHVARA 612 CHITTORGARH GOVT. SEC. AAKOLA KALA 613 CHITTORGARH G.SEC. SCHOOL TAI 614 CHITTORGARH G.SEC.SCHOOL SATKHANDA 615 CHITTORGARH G.SEC. SCHOOL BHAWLIYA 616 CHITTORGARH GOVT VARIST SENI. SCH. KARUNDA 617 CHITTORGARH G.SEC.SCHOOL MANDLACHARAN 618 CHURU Taranagar GSS RAAYA TUNDA 619 CHURU Taranagar GSS DHIRVAS CHHOTA 620 CHURU Taranagar GSSS BHALERI 621 CHURU Taranagar GSS NETHAVA 622 CHURU Taranagar GSS BHALAU TAL 623 CHURU Taranagar GSS BHANIN

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #108 of #133 Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III)

624 CHURU Taranagar GSS DHANI KUMHRAN 625 CHURU Taranagar GSS DHANI ASHA 626 CHURU Taranagar GSS HADIYAL 627 CHURU Taranagar GSS SANS.NP TRN_WARD NO.7 628 CHURU Taranagar GSS GAJUVAS 629 CHURU Rajgarh GSS NAYANGAL CHHOTI 630 CHURU Rajgarh GSSG PRAVE SANS. HANSIYA VAS(DHIGARALA) 631 CHURU Rajgarh GSS HANSIYA VAS(DHIGARALA) 632 CHURU Rajgarh GSS BIRAMI KHALSA(BIRMI KHALSA) 633 CHURU Rajgarh GVU SANSKRIT SCHOOL LUDI JHABAR(GULPURA) 634 CHURU Rajgarh GSS BERASAR CHOTA(BERASAR CHHOTA) 635 CHURU Rajgarh GVU SANSKRIT BEVAD(BEVAD) 636 CHURU Rajgarh GSS SULKHANIYA BADA(SULKH.CHOTA) 637 CHURU Sardarshahar G SEC S RAJASAR BIKAN 638 CHURU Sardarshahar SS BHADASAR DIKHNADA 639 CHURU Sardarshahar GSS BOGHERA 640 CHURU Sardarshahar GSS GAJUSAR 641 CHURU Sardarshahar GSS KAKLASAR 642 CHURU Sardarshahar GSS SAARSAR 643 CHURU Churu GSS CHALKOI BANIROTAN 644 CHURU Churu GSSS SCHOOL JHARIA 645 CHURU Churu GSS ASAL KHEDI 646 CHURU Churu G SC. SEC. RIDKHALA 647 CHURU Churu GSS KOTVAD TAL 648 CHURU Churu GSS SANSKRIT RAMPURA BAS JASRASAR 649 CHURU Churu GSS PITHISAR 650 CHURU Churu GSS KUNASISAR 651 CHURU Churu GSS NAKRASAR 652 CHURU Churu GSS DHADHARIA BANIROTAN 653 CHURU Churu GSS DHADHRIA CHARNANA 654 CHURU Churu GSS JASASAR 655 CHURU Churu GSS DHIRASAR CHARNAN 656 CHURU Churu GSS SAHJUSAR 657 CHURU Churu GSS KADVASAR 658 CHURU Churu G SEC S DHADHAR 659 CHURU Churu GSS RANASAR 660 CHURU Churu GSS INDRA PURA 661 CHURU Churu GSS KHANSOLI 662 CHURU Churu GSS DEPALSAR 663 CHURU Churu GSS SANSKRIT SYOPURA 664 CHURU Churu GSS SAHANALI CHHOTI 665 CHURU Churu GSS MOLISAR BADA 666 CHURU Churu GG SEC S GHANGHU 667 CHURU Churu PURANAND VARISTH SANSKRIT CHURU 668 CHURU Churu G PRVESHIKA SANSKRTI RATANNAGA 669 CHURU Sujangarh G VARISHATH UPDAYAY SALASAR 670 CHURU Sujangarh GSS KHUDI 671 CHURU Sujangarh GSS SANSKRIT MURADAKIYA 672 CHURU Sujangarh GSS CHARIA 673 CHURU Sujangarh GSSS CHAK RAJIYASAR 674 CHURU Sujangarh GSS JETASAR 675 CHURU Sujangarh GSS DUNKAR 676 CHURU Sujangarh GSS MUNDRA 677 CHURU Sujangarh GSS SADU BADI 678 CHURU Sujangarh GSS TEHANDESAR 679 CHURU Ratangarh GSS PARSANEU 680 CHURU Ratangarh GSS JEGANIA

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #109 of #133 Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III)

681 CHURU Ratangarh GSS NUA 682 CHURU Ratangarh GSS BHAVANDESAR 683 CHURU Ratangarh GSS BHOJASAR 684 CHURU Ratangarh GSS CHARANVASI 685 CHURU Ratangarh GSS SULKHANIA 686 CHURU Ratangarh GSS GOLSAR 687 CHURU Ratangarh GSS SANSKRIT HARDESAR 688 CHURU Ratangarh GSS KHUDERA BADA 689 CHURU Ratangarh GSS KHARIA 690 CHURU Ratangarh GSS JALEU 691 CHURU Ratangarh GSS NOSARIA 692 CHURU Ratangarh GSS BINADESAR 693 CHURU Ratangarh GSS STATE RATANGARH 694 CHURU Ratangarh GSS JYOTI 695 DAUSA BANDIKUI GOVT. SS SANSKRIT HARNATHPURA 696 DAUSA BANDIKUI GOVT. SS BHANWATA 697 DAUSA BANDIKUI GOVT. SS ARNIYA 698 DAUSA BANDIKUI GOVT. PRAVESHIKA SAN. MAHLUNI 699 DAUSA BANDIKUI SETH BANSIDHAR SEC. SCHOOL 700 DAUSA BANDIKUI GOVT. SS DHANAWAD 701 DAUSA BANDIKUI GOVT. SS BAIJUPADA 702 DAUSA BANDIKUI GOVT. SS HINGOTA 703 DAUSA BANDIKUI GOVT. SS SANSKRIT BADABAS 704 DAUSA DAUSA GOVT. SS SANS. BANIYANA 705 DAUSA DAUSA GOVT. PARVESIKA SANSKRIT MANPURIYA 706 DAUSA DAUSA GOVT. SSS SANSKRIT 707 DAUSA DAUSA GOVT. SS MAHESHWARA KHURD 708 DAUSA DAUSA GOVT. SS BHANKARI 709 DAUSA DAUSA GOVT. SS SANSKRIT DEWANWARA 710 DAUSA DAUSA GOVT. SS CHAREDA 711 DAUSA DAUSA GOVT. SS CHANDRANA 712 DAUSA DAUSA GOVT. SS PAPARDA 713 DAUSA DAUSA GOVT. SS KALI PAHADI 714 DAUSA DAUSA GOVT. VARISTH UPA.SANSKRIT 715 DAUSA LALSOT GOVT. SS V.U.SANSKRIT KHEMAWAS 716 DAUSA LALSOT GOVT. SS SANSKRIT BHAD SHRIMA 717 DAUSA LALSOT GOVT. SHRI KRISHAN SS TALAWGO 718 DAUSA LALSOT GOVT. SS KHEDLA KHURD 719 DAUSA LALSOT GOVT. SS NIRJHARNA 720 DAUSA LALSOT GOVT. SS SANSKRIT SUKLAWDHANI 721 DAUSA MAHUWA GOVT. SS SANSKRIT MANDAWAR 722 DAUSA MAHUWA GOVT. SS GIRLS BALAHEDI 723 DAUSA MAHUWA GOVT. SS HUDLA 724 DAUSA MAHUWA GOVT. SS SAYPUR PAKHAR 725 DAUSA SIKRAI GOVT. SS THEEKRIYA 726 DAUSA SIKRAI GOVT. SS. GANGADWADI 727 DAUSA SIKRAI GOVT. SS. GANDRAWA 728 DAUSA SIKRAI GOVT. SS SANSKRIT BAHRAWANDA 729 DAUSA SIKRAI GOVT. GIRLS SS GEEJGARH 730 DAUSA SIKRAI GOVT. SS BHANDARI 731 DHAULPUR 0808 GOVT. VARIST UPADAYA SAN. BASERI 732 DHAULPUR 0808 GOVT S.S. SALEMPUR 733 DHAULPUR 0808 GOVT S.S. MUDIK 734 DHAULPUR 0808 GOVT S.S. MAI 735 DHAULPUR 0808 GOVT.S.S. KHIDORA 736 DHAULPUR 0808 GOVT S.S. MAMODHAN 737 DHAULPUR 0808 GOVT.VARIST UPA.SAN.SARMATHURA

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #110 of #133 Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III)

738 DHAULPUR 0808 GOVT.S.S. CHILA CHOND 739 DHAULPUR 0808 GOVT .PRAVESHIKA SANSKIT SCHOOL, GADHI KHIRANA 740 DHAULPUR 0808 GOVT.PR. SAN. SCHOOL BUDHA KA PURA 741 DHAULPUR 0808 GOVT.SR.SEC. SCHOOL, KURENDA 742 DHAULPUR 0808 GOVT. SEC. SCHOOL. KUHAWANI 743 DHAULPUR 0808 GOVT .S.S. MAHUA KHERA 744 DHAULPUR 0808 GOVT.S.S.S. BASAI SAMANTA 745 DHAULPUR 0808 GOVT.S.S. BARETHA 746 DHAULPUR 0808 GOVT.GIRLS SEC.SCHOOL. BASAI NAWAB 747 DHAULPUR 0808 GOVT.S.S. MALONI PAWAAR 748 DHAULPUR 0808 GOVT.G.S. SAIPAU 749 DHAULPUR 0808 GOVT.S.S. PARAUA 750 DHAULPUR 0808 GOVT.S.S. KOLARI 751 DHAULPUR 0808 GOVT.S.S. KUMHERI 752 DHAULPUR 0808 GOVT.SANS. PRAVESIKA. RAC DHOLPUR 753 DHAULPUR 0808 GOVT.SANS. PRAVESIKA FOOTA DAJBAJA 754 DHAULPUR 0808 GOVT.S.S.S KANKOLI 755 DHAULPUR 0808 GOVT .S.S. MACHHRIYA 756 DUNGARPUR G.SEC.S.MARA 757 DUNGARPUR G.SEC.S.GALANDAR PAL 758 DUNGARPUR G.SEC.S.JALU KUVAN 759 DUNGARPUR G.SEC.S.BHENA 760 DUNGARPUR G.SEC.S.AMJHARA 761 DUNGARPUR G.SEC.S.SANCHIYA 762 DUNGARPUR G.SEC.S.SHISHOD 763 DUNGARPUR G.SEC.S.NAVALSHYAM 764 DUNGARPUR G.SEC.S.SABLI 765 DUNGARPUR G.SEC.S.CHHAPI 766 DUNGARPUR G.SEC.S.PAL PADAR 767 DUNGARPUR G.SEC.S.MODAR 768 DUNGARPUR G.S.SEC.S.TALAIYAN 769 DUNGARPUR G.SEC.S.MALMATHA 770 DUNGARPUR G.SEC.S.ROHAN WARA 771 DUNGARPUR G.SEC.S.SATI RAMPURA 772 DUNGARPUR G.SEC.S.GANDHVA PAL 773 DUNGARPUR G.SEC. DOJA 774 DUNGARPUR G.SEC.S. DAMRI 775 DUNGARPUR G.G.S.SECH SCH.PUNALI 776 DUNGARPUR G.SEC.S. GADAMORAIYA 777 DUNGARPUR G.SEC. PIPLADA 778 DUNGARPUR G.SEC. MATHUGAMRA KHAS 779 DUNGARPUR G.GIRLS SEC. MATHUGAMRA KHAS Mwaxjiqj 780 DUNGARPUR G.SEC.S. MATHU GAMRA PAL 781 DUNGARPUR G.SEC.S. MAITALI 782 DUNGARPUR G.PRAVE.SANSKRIT SEC.MALPUR 783 DUNGARPUR G.SEC.S BILRI 784 DUNGARPUR G.SEC.S. ASELA 785 DUNGARPUR G.SEC.S. .MANDVA KHAPARDA 786 DUNGARPUR G.SEC. HIRATA 787 DUNGARPUR G.SEC. LOLAKPUR 788 DUNGARPUR G.SEC.S. PADLI GURJARESHWAR 789 DUNGARPUR G.G.S.SEC.S. BANKODA 790 DUNGARPUR G.SEC.S. PARDATHOOR 791 DUNGARPUR G.SEC.S.GANESHPUR 792 DUNGARPUR G.SEC.S. KHALIL 793 DUNGARPUR G.SEC.S.BADOUDA 794 DUNGARPUR G.SEC.S. PACHALASA BADA

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #111 of #133 Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III)

795 DUNGARPUR G.S.SEC.S. RICCHA 796 DUNGARPUR G.SEC.S . LEMBATA 797 DUNGARPUR G.S.SEC.S.VALAI 798 DUNGARPUR G.SEC.S. MUNGED 799 DUNGARPUR G.SEC.S. TALOURA. 800 DUNGARPUR G.SEC.S. BODIGAMA CHOUTA 801 DUNGARPUR G.G.SEC.SCH. SABLA 802 DUNGARPUR G.SEC.S.PARDAIE ITIWAR 803 DUNGARPUR G.SEC.S.KARIYANA 804 DUNGARPUR G.PRAVESHIKA SAN.S.AHKEPUR 805 DUNGARPUR G.SEC.S.KOKAPUR 806 DUNGARPUR G.SEC.S.NOKANA 807 DUNGARPUR G.VARITH UPA. SAN.S.SEC. SURAJGANV 808 DUNGARPUR G.SEC..S.GOWARI. 809 DUNGARPUR G.SEC.S.NANDOUD 810 DUNGARPUR G.SEC.S. TAMTIYA 811 DUNGARPUR G.SEC.S.VARSINGPUR 812 DUNGARPUR G.SANSKRIT.SEC.VANDARVER 813 DUNGARPUR G.S.M.B.SAN.PRAVESHIKA AMBARA 814 DUNGARPUR G.SEC.S.DEYANA 815 DUNGARPUR G.SEC.S.NO.4, SAGWARA GAMTHWARA 816 DUNGARPUR G.SAN.VR UP.S.SEC.S.SAGWARA 817 DUNGARPUR G.SEC.S.BADGAMA 818 DUNGARPUR G.SEC.S.GHUVAD 819 DUNGARPUR G.S.SEC.S.SANSKRIT. PEETH VA.UP. 820 DUNGARPUR G.SEC.S.CHITRI PAR.SANSKRIT 821 DUNGARPUR G.SEC.S.GADAJASRAJPURA 822 DUNGARPUR G.SEC.S.JHOSAVA 823 DUNGARPUR G.SEC.S.BHEMAIE 824 DUNGARPUR G.SEC.S.KASARIYA 825 GANGANAGAR SRIGANGANAGAR GOVT.SEC.SCHOOL DUALTPURA 826 GANGANAGAR SRIGANGANAGAR G.S.S 3 Y 827 GANGANAGAR SRIGANGANAGAR G.S.S. 4Z 828 GANGANAGAR SRIGANGANAGAR GOVT.SEC.SCHOOL MATILI 829 GANGANAGAR SRIGANGANAGAR GOVT.SEC.SCHOOL 3 ML 830 GANGANAGAR SRIGANGANAGAR G.S.S. 5G CHOTI 831 GANGANAGAR SRIGANGANAGAR GOVT.SEC.SCHOOL 20 GG 832 GANGANAGAR SRIGANGANAGAR GOVT.SEC.SCHOOL GOVINDPURA (18 GG) 833 GANGANAGAR SRIGANGANAGAR GOVT.G.SEC.SCHOOL NATAWALA 834 GANGANAGAR SRIGANGANAGAR GOVT.SEC.SCHOOL DHINGAWALI (4 LL) 835 GANGANAGAR SRIGANGANAGAR GOVT.SEC.SCHOOL 12 LNP (SIHAGAWALI) 836 GANGANAGAR SRIGANGANAGAR G.SEC. AKKANWALI 837 GANGANAGAR SRIGANGANAGAR G.SEC.S JODHAWALA 838 GANGANAGAR SRIGANGANAGAR GOVT.SEC.SCHOOL KOTHA 839 GANGANAGAR SRIGANGANAGAR G.S.S. PAKKI 840 GANGANAGAR SRIGANGANAGAR GOVT.SEC.SCHOOL FATHUI 841 GANGANAGAR SRIGANGANAGAR G.SEC.S 4S, MALAKANA KHURD 842 GANGANAGAR SRIGANGANAGAR G.SEC.S., 7S(I), KIKARWALI 843 GANGANAGAR SRIGANGANAGAR G. SEC. S. 2 X 844 GANGANAGAR SRIGANGANAGAR G.SEC.S 9W 845 GANGANAGAR SRIGANGANAGAR G.SEC.S (G) ARAYAN 846 GANGANAGAR SRIGANGANAGAR GSECS, 9 FF 847 GANGANAGAR SRIGANGANAGAR G.SEC.S KHARLAN 848 GANGANAGAR SRIGANGANAGAR GOVT.SCE.SCHOOL 14 S 849 GANGANAGAR SRIGANGANAGAR GOVT SEC. 44 LLW 850 GANGANAGAR SRIGANGANAGAR GOVT SEC. SUNDERPURA 851 GANGANAGAR SRIGANGANAGAR GOVT SEC. MAMRKEHRA

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #112 of #133 Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III)

852 GANGANAGAR SRIGANGANAGAR GSEC. LADHU WALA 853 GANGANAGAR SRIGANGANAGAR GOVT SEC. (SANS.) 21 ML 854 GANGANAGAR SRIGANGANAGAR GOVT SEC. 8 HH 855 GANGANAGAR SRIGANGANAGAR G.SR.SEC 4 BB 856 GANGANAGAR SRIGANGANAGAR G SEC. S 5KK 857 GANGANAGAR SRIGANGANAGAR G.SR.SEC.S. 4 CC, CHADANA 858 GANGANAGAR SRIGANGANAGAR G SEC.S.DELWAN 859 GANGANAGAR SRIGANGANAGAR GOVT.SEC. (SANSKRIT) GIRL 23 BB 860 GANGANAGAR SRIGANGANAGAR G.SEC. FARSEWALA 861 GANGANAGAR SRIGANGANAGAR G.SEC.S BINJH BAYALA 862 GANGANAGAR SRIGANGANAGAR G.SR.SEC.S. FAQIRWALI 863 GANGANAGAR SRIGANGANAGAR G-SEC.S.(G) RIDMALSAR 864 GANGANAGAR SRIGANGANAGAR G.SEC.HARKHEWALA 865 GANGANAGAR SRIGANGANAGAR G. SEC.S 70 LNP 866 GANGANAGAR SRIGANGANAGAR G.SEC.SCL 4 BLD 867 GANGANAGAR SRIGANGANAGAR G.SEC. S 10 SARKARI 868 GANGANAGAR SRIGANGANAGAR GOVT SEC 6 DD 869 GANGANAGAR SRIGANGANAGAR G.SEC.S (BOY) KANWARPURA 870 GANGANAGAR SRIGANGANAGAR G.SEC.S LAKH HAKAM (84 RB(B) ) 871 GANGANAGAR SRIGANGANAGAR G.SEC.S. 16 PS 872 GANGANAGAR SRIGANGANAGAR G.SEC.S BARUWALA 873 GANGANAGAR SRIGANGANAGAR G.SEC.S. KARDWALI ( 8 NP ) 874 GANGANAGAR SRIGANGANAGAR G.SEC.S. 21/23 NP (THANDI) 875 GANGANAGAR SRIGANGANAGAR G.SEC.S. 22 PTD 876 GANGANAGAR SRIGANGANAGAR G.SEC.S. 25 NP 877 GANGANAGAR SRIGANGANAGAR G.SEC.S 66 NP 878 GANGANAGAR SRIGANGANAGAR GSS RAMPURA NOYALA 879 GANGANAGAR SRIGANGANAGAR GSS GIRLS DHABA 880 GANGANAGAR SRIGANGANAGAR GSS 8 SHPD 881 GANGANAGAR SRIGANGANAGAR GSS RAMSARA JAKHARANA 882 GANGANAGAR SRIGANGANAGAR GSS PALIWALA 883 GANGANAGAR SRIGANGANAGAR GSS SHYOPURA BAS(4 KSR) 884 GANGANAGAR SRIGANGANAGAR GSS GHAMANDIA 885 GANGANAGAR SRIGANGANAGAR G SS BHATAWARPURA 886 GANGANAGAR SRIGANGANAGAR GSS RAWAWALI 887 GANGANAGAR SRIGANGANAGAR GSS SANGITA 888 GANGANAGAR SRIGANGANAGAR GOVT SEC SCHOOL 27 A 889 GANGANAGAR SRIGANGANAGAR GOVT SEC 3 ND 890 HANUMANGARH GSS JODKIA 891 HANUMANGARH GSS MAKKASAR 892 HANUMANGARH GSS (G) FATEHGARH 893 HANUMANGARH GSS CHOHILAWALI 894 HANUMANGARH GSS ARAYIAWALI (MODEL) 895 HANUMANGARH GSS KOHLA 896 HANUMANGARH HANUMANGARH GSS (PRAVESHIKA SANSKRIT) MUNDA 897 HANUMANGARH GSS MATORIANWALI DHANI 898 HANUMANGARH GSSS KARNISAR 899 HANUMANGARH GSS BEHLOLNAGAR 900 HANUMANGARH GSS HIRNAWALI 901 HANUMANGARH GSS MEGHANA 902 HANUMANGARH GSS SONADI 903 HANUMANGARH GSS KIKRALI 904 HANUMANGARH GSSS RATANPURA 905 HANUMANGARH GSSS BIRKALI 906 HANUMANGARH GSS-6 BARANI 907 HANUMANGARH GSS 16-17 KNN 908 HANUMANGARH GSS BARWALI

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #113 of #133 Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III)

909 HANUMANGARH GSS BHOGRANA 910 HANUMANGARH GSS DALPATPURA 911 HANUMANGARH NOHAR GSSS RAISUNGHPURA(SANS) 912 HANUMANGARH GSS TIDIYASAR 913 HANUMANGARH GSS MEHARANA 914 HANUMANGARH GSS SURATPURA 915 HANUMANGARH GSS JANANA 916 HANUMANGARH GSS JATAN 917 HANUMANGARH GSS MALKHEDA 918 HANUMANGARH GSS-SHERPURA 919 HANUMANGARH GSS BHARWANA 920 HANUMANGARH GSS KACHWANA 921 HANUMANGARH GSS SARDARGARHIA 922 HANUMANGARH GSS KARANPURA 923 HANUMANGARH GSS GARICHANI 924 HANUMANGARH GSS MOTHSARA 925 HANUMANGARH GSS PACHARWALI 926 HANUMANGARH GSS KUNJI (MODEL) 927 HANUMANGARH GSS KANAU 928 HANUMANGARH GSS SCHOOL GHEW 929 HANUMANGARH GSS MUNDARIA BADA 930 HANUMANGARH GSS SHYORATADA 931 HANUMANGARH GSS CHAIYA 932 HANUMANGARH GSS HARDASWALI 933 HANUMANGARH GSS NEOLKHI 934 HANUMANGARH GSS RAMPURA MATORIA 935 HANUMANGARH GSS RAMPURA 936 HANUMANGARH GSS PREMPURA 937 HANUMANGARH GSS 4 UMW (UMEWALA) 938 HANUMANGARH GSS KANHEWALA 939 HANUMANGARH PILIBANGAN GSS (SANSKRIT) 35 MOD -PRAVESSHIKA 940 HANUMANGARH GSS LAKHASAR 941 HANUMANGARH PILIBANGAN GSS (PRAVESHIKA -SANS) BILOCHANWALA 942 HANUMANGARH GSS DULMANA 943 HANUMANGARH GGSS LIKHMISAR 944 HANUMANGARH GSS MANAKTHEDI BARANI 945 HANUMANGARH GSS BAWARIA WALI DHANI 946 HANUMANGARH GSSS DABLIBAS PEMA 14 JRK 947 HANUMANGARH GSS CHAK HIRASINGHWALA 948 HANUMANGARH GSS (G)DHABAN 949 HANUMANGARH GSS INDERGARH 950 HANUMANGARH GSS KISAN PURA UTTARADHA 951 HANUMANGARH GSS MORJANDSIKHAN 952 HANUMANGARH GSS NAGRANA 953 HANUMANGARH GSS RASUWALA 954 HANUMANGARH GSS RATANPURA 955 HANUMANGARH GSSS (G) SHAPINI 956 HANUMANGARH GSS BOLANWALI (17 BGP) 957 HANUMANGARH GSS NATHWANA 958 HANUMANGARH GSS BUGLAWALI (21 MJD) 959 HANUMANGARH GSSS DABLI KALAN 960 HANUMANGARH GSSS KULCHANDER 961 HANUMANGARH GSS MEHARWALA 962 HANUMANGARH GSS (G) MIRJAWALI MER 963 HANUMANGARH GSS PEERKAMADIA 964 HANUMANGARH TIBBI GSSS (SANS) SABUANA 965 JAIPUR KOTPUTLI GOVT SEC SCH KANWARPURA

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #114 of #133 Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III)

966 JAIPUR KOTPUTLI GOVT SEC SCHOOL TASKOLA 967 JAIPUR KOTPUTLI GOVT SEC.SCHOOL BHONAWAS 968 JAIPUR KOTPUTLI GOVT SEC SUNDER PURA 969 JAIPUR KOTPUTLI GOVT PRAVESHIKA SAN SCH KOTPUTLI 970 JAIPUR VIRATNAGAR GOVT SEC.S. CHHAPURA KHURD 971 JAIPUR VIRATNAGAR GOVT SEC SCHOOL JAJAIKALAN 972 JAIPUR VIRATNAGAR GOVT SEC SCH BAGA VAS CHORASE 973 JAIPUR VIRATNAGAR GOVT SEC.SCH BARODIYA 974 JAIPUR VIRATNAGAR GOVT GIRLS SEC.SCH MED 975 JAIPUR VIRATNAGAR GOVTSH. RAM SAN. SR.SEC.MED 976 JAIPUR VIRATNAGAR GOVT SAN. SER.SEC. SEH. PAVTA 977 JAIPUR VIRATNAGAR GOVT VARISTHA SAN.SER.SEC. VIRATNAGAR 978 JAIPUR SHAHPURA GOVT G VARISTH SAN NAWALPURA 979 JAIPUR SHAHPURA GOVT PRAVASHIKA SEC.SCH. BHEKHAWALA 980 JAIPUR SHAHPURA GOVT VARISTH UPADHYAY SHIVSING 981 JAIPUR SHAHPURA GOVT SEC.SCH CHARSA 982 JAIPUR SHAHPURA GOVT SEC. SCH KALYANPURA 983 JAIPUR SHAHPURA GOVT SAN. SEC.SCH. HANUTIYA 984 JAIPUR SHAHPURA GOVT VARISHTH UPADHYAY JASWANTPURA 985 JAIPUR SHAHPURA GOVT VARISTH UPADHYAY AMARSER 986 JAIPUR SHAHPURA GOVT BHAJAN DAS PRA SAN SCH NAYEN 987 JAIPUR SHAHPURA GOVT SAN. SEC.SCH. KHORI 988 JAIPUR SHAHPURA GOVT SEC. SCH HANUTPURA 989 JAIPUR SHAHPURA GOVT SEC.SCH MAHAR KHURD 990 JAIPUR SHAHPURA GOVT VAR UPADHYAY SAN SCH KALCHYA 991 JAIPUR SHAHPURA GOVT VAR UPADHYAY SAN SCH MANOHARPUR 992 JAIPUR SHAHPURA GOVT VARISTH UPADHYAY SHAHPURA 993 JAIPUR GOVINDGARH GOVT SEC.SCH HADOTA 994 JAIPUR GOVINDGARH GOVT SEC. SCH. MOREJA 995 JAIPUR GOVINDGARH GOVT SAN. SEN. SEC. MORIJA 996 JAIPUR GOVINDGARH GOVT V.U SAN.SCH CHEETHWADE 997 JAIPUR GOVINDGARH GOVT. SANS.SEN.SCN.SCH.SAMOD 998 JAIPUR GOVINDGARH GOVT SR SEC.SCH. TEEGRAYA 999 JAIPUR GOVINDGARH GOVT SEC. SAN MANGARAWALI DHANI 1000 JAIPUR GOVINDGARH GOVT SAN.SEN.SEC.SCH KALADARA pkSew 1001 JAIPUR GOVT SAN.SEC.SCH. VEER HANUMA CHOMU 1002 JAIPUR GOVINDGARH GOVT SEC.SCH RADHASWAMIBAGH 1003 JAIPUR GOVINDGARH GOVT MAHESWARI SEC.SCH. CHOMU 1004 JAIPUR SAMBHAR LAKE GOVT SEN SEC.SCH ETAVA 1005 JAIPUR SAMBHAR LAKE GOVT SEC.SCH DUNGARI KHURD 1006 JAIPUR SAMBHAR LAKE GOVT SEC SCH BHOJPURA KALA 1007 JAIPUR SAMBHAR LAKE GOVT SEC SCH PACHKODIYA 1008 JAIPUR SAMBHAR LAKE GOVT SANS SEN SEC SCH BASSI NAGA 1009 JAIPUR SAMBHAR LAKE GOVT VARISTHA UPADAYA SANS. V. 1010 JAIPUR AMER GOVT SEC. CHAPARADI 1011 JAIPUR AMER GOVT SEC.SCH KHORASHYAMDAS 1012 JAIPUR AMER GOVT SEC.SCH RAMPURA DABADI 1013 JAIPUR AMER GOVTMS SINGH SEN.SEC.SCH. BILOC 1014 JAIPUR AMER GOVT SEC.SCH. LABANA 1015 JAIPUR JAMVARAMGARH GOVT SAN SEC. RATAN PURA 1016 JAIPUR JAMVARAMGARH GOVT SAN GIRLS V.U SEN SEC JAICHANDPURA 1017 JAIPUR JAMVARAMGARH GOVT SEC RAJPUR VAS TALA 1018 JAIPUR JAMVARAMGARH GOVT SEC SCHOOL NATATA 1019 JAIPUR JAMVARAMGARH GOVT SEC.DHAUPURA 1020 JAIPUR JAMVARAMGARH GOVT SAN.SEC. GUWADA THALE 1021 JAIPUR JAMVARAMGARH GOVT SEC. SCH.THOLI 1022 JAIPUR JAMVARAMGARH GOVT SEC.SCH.NEWAR

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #115 of #133 Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III)

1023 JAIPUR JAMVARAMGARH GOVT SAN. PRAVISKIA SCH.NAGALBELA 1024 JAIPUR BASSI GOVT SEC. SCH. KUTHADA KALA 1025 JAIPUR BASSI GOVT SEC. KHOKHAWALA 1026 JAIPUR BASSI GOVT SEC. SCH. BUDTHAL 1027 JAIPUR BASSI GOVT SAN.SEC.SCHOOL RAJPURAUST 1028 JAIPUR BASSI GOVT SR.SEC. SCH.SAMBHARIYA 1029 JAIPUR BASSI GOVT.VAR.UPDH.SANS.SCH.NARADPURA 1030 JAIPUR BASSI GOVT SR. SCH. JHAR 1031 JAIPUR JHOTWARA GOVT SEC.SCH.BHAMBHORI 1032 JAIPUR JHOTWARA GOVT SEC. CHACK BASADI 1033 JAIPUR JHOTWARA GOVT SEC.SCH.NIWARU 1034 JAIPUR JHOTWARA GOVT SEC. SANS. MANSHA RAM PURA 1035 JAIPUR JHOTWARA GOVT VARISHTH SAN.SEN.SEC.SCH HATHOJ 1036 JAIPUR DUDU GOVT SEC.SCHOOL HATUPURA 1037 JAIPUR DUDU GOVT SEC SCH DANTRI 1038 JAIPUR DUDU GOVT SR SEC, SCH. ROJADI 1039 JAIPUR DUDU GOVT SEC.SCHOOL CHAPAR WADA 1040 JAIPUR DUDU GOVT SEC GIDANI 1041 JAIPUR DUDU GOVT SANSKRIT SEC. MAHESHPURA 1042 JAIPUR DUDU GOVT SEC.SCHOOL DAMANA 1043 JAIPUR DUDU GOVT SEN SEC SCH KACHRODA 1044 JAIPUR DUDU GOVT SEC.SCHOOL KORSEENA 1045 JAIPUR DUDU GOVT SEC SCH AKOD 1046 JAIPUR DUDU GOVT GIRLS SEC. NARAYANA 1047 JAIPUR PHAGI GOVT. SEC. SCH. GOHENDE 1048 JAIPUR PHAGI GOVT PRA.SANSKRAT SCH NAREDA 1049 JAIPUR PHAGI GOVT SEC. HARSULEYA 1050 JAIPUR PHAGI GOVT SEC. MOHHABATPURA 1051 JAIPUR PHAGI GOVTSEC.SCH DABLA BUJURG 1052 JAIPUR SANGANER GOVT SEC. BHAPURA 1053 JAIPUR SANGANER GOVT SAN.SEN.SEC.SCH. MAHPURA 1054 JAIPUR SANGANER GOVT SEC. SANJHAREYA 1055 JAIPUR SANGANER GOVT SEC.SCH. VIDHANI 1056 JAIPUR SANGANER GOVT GIRLS SEC.SCH.GONER 1057 JAIPUR SANGANER GOVT VAR UPADH SAN.SCH.SARANGPURA 1058 JAIPUR SANGANER GOVT SEN.SEC. VARIS.UPADHBAGRU 1059 JAIPUR CHKASU GOVTSAN SEC VR UP SCH TITARIYA 1060 JAIPUR CHKASU GOVT SEN SEC SCH BADA PADAMPURA 1061 JAIPUR CHKASU GOVT SEC SCH GARUD WASI 1062 JAIPUR CHKASU GOVT SEC RADOLI 1063 JAIPUR CHKASU GOVT SEC SCH MAHADEV PURA 1064 JAIPUR CHKASU GOVT SEC SCH RAM NAGAR 1065 JAIPUR CHKASU GOVT SEC SCH TEKRIYA GUJRAN 1066 JAIPUR CHKASU GOVT SEC SCH THIKRIYA MEENAN 1067 JAIPUR CHKASU GOVT SAN SEC SCH WARD 1 1068 JAIPUR CHKASU GOVT GIRLS SEC SCH SHETLA 1069 JAIPUR JAIPUR EAST GOVT SINDHI SR.SEC JAWAHAR NG 1070 JAIPUR JAIPUR EAST GOVT S.S. PALDI MEENA 1071 JAIPUR JAIPUR EAST GOVT S.S. MANDI KHATIKAN 1072 JAIPUR JAIPUR EAST GOVT. MAHARAJ VARISTH SANS SCHOOL 1073 JAIPUR JAIPUR WEST GOVT GIRLS SEC SCH LABOUR CO. 1074 JAIPUR JAIPUR WEST GOVT SEC SCHOOL HEERIPATH MANS 1075 JAIPUR JAIPUR WEST GOVT GIRLS SEC.SCH.DURGAPURA 1076 JAIPUR JAIPUR WEST GOVT GIRLS SEC. SCHOOL RAWAL 1077 JAIPUR JAIPUR WEST GOVT GIRLS SEN SEC.SCHOOL NAHARI KA NAKA 1078 JAIPUR SANGANER CITY GOVT SEC.SCH. GOLYAWAS 1079 JAIPUR SANGANER CITY GOVT SAN.SR.SEC.PRV. RAMSINGHPURA

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #116 of #133 Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III)

1080 JAIPUR JHOTWARA CITY GOVT SEC SCHOOL NIDAD 1081 JAIPUR JHOTWARA CITY GOVT SEC CHARANNADI -2 1082 JAIPUR JHOTWARA CITY GOVT SEC. SCHOOL GOKULPURA 1083 JAISALMER JAISALMER GOVT SEC _DABLA 1084 JAISALMER JAISALMER GOVT.GIRLS SS_MOHANGARH 1085 JAISALMER JAISALMER GOVT. SEC.SCH_KABIR BASTI 1086 JAISALMER JAISALMER GOVT. GIRLS SR.SEC.SCHOOL NACHANA 1087 JAISALMER JAISALMER GOVT. SS_DELASAR 1088 JAISALMER JAISALMER GOVT. SS_DEVA 1089 JAISALMER JAISALMER GOVT. SS_HAMEERA 1090 JAISALMER JAISALMER GOVT. SEC.SCH_AWAYE 1091 JAISALMER JAISALMER GOVT. SS_MADASAR 1092 JAISALMER JAISALMER GOVT.SS_RUPSI 1093 JAISALMER SANKRA GOVT.SEC.SCHOOL_ODHANIYA 1094 JAISALMER SANKRA GOVT. SEC.SCHOOL MANGAL PURA POKARAN 1095 JAISALMER SANKRA GOVT. SEC.SCHOOL_LUNAKHURDA 1096 JAISALMER SANKRA GOVT. V U SANSKRIT RAMDEVRA 1097 JAISALMER SANKRA GOVT. SEC.SCHOOL LAWA 1098 JAISALMER SANKRA GOVT. SS_GOMAT 1099 JAISALMER SANKRA GOVT. SR.SEC.SCHOOL LATHI 1100 JAISALMER SANKRA GOVT. SS BHADRIA 1101 JAISALMER SAM GOVT. SEC_KANOI 1102 JAISALMER SAM GOVT. GIRLS SEC._RAMGARH 1103 JAISALMER SAM GOVT. SR.SEC.SCHOOL KHUIYALA 1104 JAISALMER SAM GOVT. SEC.SCH_NARSINGHO KI DHANI 1105 JALORE JALORE G. SEC.SCHOOL BHAINSVARA 1106 JALORE JALORE G. SEC. SCHOOL DAYALPURA 1107 JALORE JALORE G.SEC. SCHOOL CHAVARCHA 1108 JALORE JALORE G.SEC.SCHOOL PAVTA 1109 JALORE JALORE G.SEC. SCHOOL RODLA 1110 JALORE JALORE G.SEC.SCHOOL.KHARA 1111 JALORE JALORE G.SEC.SCHOOL CHOTI BANKLI 1112 JALORE JALORE G.SEC.SCHOOL RAMA 1113 JALORE JALORE G.SEC. SCHOOL NEELKANT 1114 JALORE JALORE GOVT.SEC.SCHOOL.PANCHOTA 1115 JALORE JALORE GOVT. SEC. SCHOOL BAVDI 1116 JALORE JALORE GOVT.SEC. CHANDANA 1117 JALORE JALORE GOVT. SEC. MAYALAWAS 1118 JALORE JALORE GOVT.SEC.SIVANA 1119 JALORE JALORE GOVT.SEC. SCHOOL RAYPURIYA 1120 JALORE JALORE GOVT.S.SCH.NUN 1121 JALORE JALORE GOVT.SEC.SCHOOL AKOLI 1122 JALORE JALORE GOVT GUPS SANSKRIT SCH.SANTHU 1123 JALORE JALORE GOVT SEC. SECHOOL LETHA 1124 JALORE JALORE GOVT.U.P.SAN.S. LAL BHAKHARI 1125 JALORE JALORE GOVT SEC BHAGALI SINDHALAN 1126 JALORE JALORE GOVT.SEC. GODAN 1127 JALORE JALORE GOVT.U.P.S.SANKRIT ODAVADA. 1128 JALORE JALORE GOVT SEC. DECHU 1129 JALORE JALORE G.SEC.S. OTWALA 1130 JALORE JALORE GSEC SCH BAIRAT 1131 JALORE JALORE G.SEC.NIMBLANA 1132 JALORE JALORE GSEC..S.PANTHERI 1133 JALORE JALORE G.SEC.SCHOOL.TALIYANA 1134 JALORE JALORE G.SEC..S.BAVATARA 1135 JALORE JALORE G.SEC.S.BISHANGARH 1136 JALORE JALORE G.SEC..S.NARSANA

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #117 of #133 Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III)

1137 JALORE JALORE G.SEC.SCHOOL BALWADA 1138 JALORE JALORE G.SEC.SCHOOL.UNADI 1139 JALORE JALORE G.SEC.SCHOOL.TOORA 1140 JALORE JALORE G.SEC.BALERA 1141 JALORE JALORE GOVT.S.S. DHUMBADIA 1142 JALORE JALORE GSECS, BHAGAL BHEEM 1143 JALORE JALORE GSS. KAVTRA 1144 JALORE JALORE GOVTSEC JERAN 1145 JALORE JALORE GSECS FAGOTRA 1146 JALORE JALORE G.SEC.SCHOOL LAKHANI 1147 JALORE JALORE GVUSSANSKRIT, BHINMAL 1148 JALORE JALORE G.SEC.S. KHARA 1149 JALORE JALORE GOVT. SEC. SCH. SANKAR 1150 JALORE JALORE G.SEC.SCH. SURAVA 1151 JALORE JALORE G.SEC.SCH. DABHAL 1152 JALORE JALORE G.SEC.SCH. PALADI SOLNKIYA 1153 JALORE JALORE G.SEC.SCH. NAINOL 1154 JALORE JALORE G.SEC.SCH. DANTIA 1155 JALORE JALORE G.SEC.SCH. KILVA 1156 JALORE JALORE G.SEC.SCH. PAMANA 1157 JALORE JALORE GSEC.SCHOOL .DHAMSIN 1158 JALORE JALORE G.SEC.DANTVADA 1159 JALORE JALORE G.SEC.SCHOOL SILASAN 1160 JALORE JALORE G.SEC.S..B DANI KARVADA 1161 JALORE JALORE G. SR.SEC. JAKHARI 1162 JALORE JALORE G.SEC. SURAJVADA 1163 JALORE JALORE G.SEC.SCHOOL. JODVAS 1164 JALORE JALORE GOVT. SEC. SCHOOL GAJAPURA 1165 JALORE JALORE GOVT.SEC. SCHOOL KALAPURA 1166 JALORE JALORE GOVT SECONDARY SCHOOL SERNA 1167 JALORE JALORE GOVT. SEC. SCHOOL BHADRADA 1168 JALORE JALORE GOVT.SEC. SCHOOL SAVIDHAR 1169 JALORE JALORE GOVT.SECONDARY SCHOOL DORDA 1170 JALORE JALORE GOVT SEC SCHOOL BASDA DHANJI 1171 JALORE JALORE GOVT.SECONDARY SCHOOL SEEKWARA 1172 JALORE JALORE GOVT. SECONDARY SCHOOL BOOGAON 1173 JALORE JALORE G.SEC.SCH. KHEJRIYALI 1174 JALORE JALORE G.SEC.SCH. SURACHANDRA 1175 JALORE JALORE G.SEC.SCH. DUTHVA 1176 JALORE JALORE G.SEC.SCH. NIMBAU 1177 JALORE JALORE G.SEC.SCH. ITEDA 1178 JALORE JALORE G.SEC.S. SAN.SIVARA 1179 JALORE JALORE G.SEC. SCH. JODHAVAS 1180 JHALAWAR KHANPUR GSS AKAWAD KURDA 1181 JHALAWAR JHALARAPATAN GSSS, SANSKRAT KHEDLA 1182 JHALAWAR JHALARAPATAN GSS,PIPLOD(MANAKPUR) 1183 JHALAWAR JHALARAPATAN GSS, GOVINDPURA 1184 JHALAWAR JHALARAPATAN G.S.S.,KALAKOT 1185 JHALAWAR JHALARAPATAN GSSS, GURADIYA JOGA 1186 JHALAWAR JHALARAPATAN GSS, SANSKRIT,GURADIYA MANA 1187 JHALAWAR JHALARAPATAN GSS GIRLS BHOOT BHAWAN J.PATAN 1188 JHALAWAR JHALARAPATAN GOVT.SEC.SCHOOL JHALAWAR ROAD 1189 JHALAWAR MANOHARTHANA GSS THIKRIYA 1190 JHALAWAR MANOHARTHANA GSS BUDHAWADA 1191 JHALAWAR BAKANI G.SEC.S., NASIRABAD 1192 JHALAWAR BAKANI GSSS SARDA 1193 JHALAWAR BAKANI GOVT VAR. UPADH. SANS. SCH RATLAI

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #118 of #133 Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III)

1194 JHALAWAR PIRAWA(SUNEL) GSSS,SALOTIYA 1195 JHALAWAR PIRAWA(SUNEL) GSS,KHAIRANA 1196 JHALAWAR PIRAWA(SUNEL) GSSS, DHARONIYA 1197 JHALAWAR DUG G.SEC.S., CHADA 1198 JHALAWAR DUG G.S.S., DODI 1199 JHALAWAR DUG GSSS, PAGARIYA 1200 JHALAWAR DUG GSS,,KUMTHIYA 1201 JHUNJHUNU 0805 G SEC.S.PACKORI KI DHANI 1202 JHUNJHUNU 0805 G SEC.S. UPS PRATAPPURA 1203 JHUNJHUNU 0805 G SEC.S. KALI PAHARI 1204 JHUNJHUNU 0805 G SEC. S BHARUNDA KHURD 1205 JHUNJHUNU 0805 G SR.SEC. S INDALI 1206 JHUNJHUNU 0805 GOVT. SEC. S UDAWAS 1207 JHUNJHUNU 0805 G SEC SISYA 1208 JHUNJHUNU 0805 G SEC. S (G) NUA 1209 JHUNJHUNU 0805 GSEC.S.BHOJASAR >qa>quwa 1210 JHUNJHUNU G SEC (G) CHURI CHATERPURA 1211 JHUNJHUNU 0805 G. SEC. S VAHIDPURA 1212 JHUNJHUNU 0805 G SEC. S MEHARADASI 1213 JHUNJHUNU 0805 G SEC. SCH. HETAMSAR 1214 JHUNJHUNU 0805 SMT. N.B.J. G SEC. S (G) MANDA 1215 JHUNJHUNU 0805 GUPS SAN. MANDAWA 1216 JHUNJHUNU 0805 G SEC S (G) TAMKOR 1217 JHUNJHUNU 0805 GOVT. PRAV. SANS. MALSISAR 1218 JHUNJHUNU 0805 S.N.R. GOVT PRAVE. SANS. BISAU 1219 JHUNJHUNU 0805 G SEC. S JAKHORA 1220 JHUNJHUNU 0805 G SEC MALIGAUN 1221 JHUNJHUNU 0805 G SEC. S BUDANIA 1222 JHUNJHUNU 0805 G SEC. S NARHARD 1223 JHUNJHUNU 0805 G SEC LAMBA GOTHARA 1224 JHUNJHUNU 0805 G SEC. ARDAWTA 1225 JHUNJHUNU 0805 G SEC.S KYAMSAR 1226 JHUNJHUNU 0805 G SR.SEC. SANS. MAHARAMPUR 1227 JHUNJHUNU 0805 G SEC. S CHIRASAN 1228 JHUNJHUNU 0805 G SEC.S.ADUKIYA CHIRAWA 1229 JHUNJHUNU 0805 G SEC. SANS. CHIRAWA 1230 JHUNJHUNU 0805 G SEC. S JHERALI 1231 JHUNJHUNU 0805 G SEC. S BERI 1232 JHUNJHUNU 0805 G SEC BHAGEENA 1233 JHUNJHUNU 0805 G SEC (G) KAJARA 1234 JHUNJHUNU 0805 G SEC (G) JEENI 1235 JHUNJHUNU 0805 G SEC. (G) S BRAHMANO KI DHANI 1236 JHUNJHUNU 0805 G SR.SEC.S. PILOD 1237 JHUNJHUNU 0805 G SEC. S BHAWATHARI 1238 JHUNJHUNU 0805 G. SEC. SANS. S SUKHANA JOHAR 1239 JHUNJHUNU 0805 G SEC. (G) KULOTH KALAN 1240 JHUNJHUNU 0805 G SEC SANS. SURAJGARH 1241 JHUNJHUNU 0805 G SEC SCH. GOTH 1242 JHUNJHUNU 0805 G SEC. S.(G) KHANPUR MEHRANA 1243 JHUNJHUNU 0805 G.S.S. BHAISAWATA KHURD 1244 JHUNJHUNU 0805 GUPS SANS. BARBAR 1245 JHUNJHUNU 0805 GSEC.S. BARBAR cqgkuk 1246 JHUNJHUNU G SEC S GATHALI 1247 JHUNJHUNU 0805 G ESC S ISMAILPUR cqgkuk 1248 JHUNJHUNU G SEC. S. PACHERI KHURD 1249 JHUNJHUNU 0805 G SEC. S (G) PACHERI KALAN 1250 JHUNJHUNU 0805 GUPS GHASERA

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #119 of #133 Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III)

1251 JHUNJHUNU 0805 G SEC S CHURINA 1252 JHUNJHUNU 0805 G SEC. S BADAU 1253 JHUNJHUNU 0805 G SEC. S KANKARIA 1254 JHUNJHUNU 0805 G SEC. SANS. JAMADA KI JOHARI 1255 JHUNJHUNU 0805 G SEC. S HARDIA 1256 JHUNJHUNU 0805 G SEC. S DUDHAWA 1257 JHUNJHUNU 0805 G SR. SEC. SANS. DALOTA 1258 JHUNJHUNU 0805 G SEC. (G) S GOURIR 1259 JHUNJHUNU 0805 G SEC. S SANS. KHETRI 1260 JHUNJHUNU 0805 G SEC KASERU 1261 JHUNJHUNU 0805 G SEC. S DUMARA 1262 JHUNJHUNU 0805 G SEC. S SAINTHALI 1263 JHUNJHUNU 0805 GSEC. SCH. SANS. JHAJHAR 1264 JHUNJHUNU 0805 SH. G.R.G.SEC.S. (G) JHAJHAR 1265 JHUNJHUNU 0805 SITA R. KYAL GOVT.S.S.BASAWA 1266 JHUNJHUNU 0805 G SEC (G) KHIROD 1267 JHUNJHUNU 0805 GUPS SANS. KHESAWA KI DHANI 1268 JHUNJHUNU 0805 G SR.SEC.SANS.CHIRANA 1269 JHUNJHUNU 0805 G SEC. SCH. (G) NAWALGARH uoyx< 1270 JHUNJHUNU G SEC. S MUKUNDGARH MANDI 1271 JHUNJHUNU 0805 G SEC (G) BARAGAUN 1272 JHUNJHUNU 0805 G SEC. S BHATIWAD 1273 JHUNJHUNU 0805 G. PR. SANS.SCH.BAL. S.KHIWASA 1274 JHUNJHUNU 0805 G SEC. S KED 1275 JHUNJHUNU 0805 G SEC. S SINGNOUR 1276 JHUNJHUNU 0805 G SEC. S MANDAWARA 1277 JHUNJHUNU 0805 G SEC JAHAJ 1278 JHUNJHUNU 0805 G SR SEC PAPADA 1279 JODHPUR BAP GSS TEKRA 1280 JODHPUR BAP GSS SHEKHASAR 1281 JODHPUR BAP GSS KELANSAR 1282 JODHPUR BAP GSS BAVDI KALA 1283 JODHPUR BAP GSS KHITRAT 1284 JODHPUR BAP GSS (ADARSH) NOKHADA GODARA 1285 JODHPUR BAP GSS RANERI 1286 JODHPUR PHALODI GSS BHOJASAR QykSnh 1287 JODHPUR GSS RAIKA NATH SAMADI 1288 JODHPUR PHALODI GSS MANDLA KALA 1289 JODHPUR PHALODI GSS S.S. NAGAR 1290 JODHPUR PHALODI GSS RAD KA BERA 1291 JODHPUR PHALODI GSS HOPARDI 1292 JODHPUR PHALODI GSS UTTRI DHANI 1293 JODHPUR PHALODI GSS JAMBHAVESHVER NAGAR 1294 JODHPUR PHALODI GSS BHOJAKOR 1295 JODHPUR PHALODI GSS KOLU PABUJI 1296 JODHPUR PHALODI GSS PURVI DHANI QykSnh 1297 JODHPUR GSS SANSKRIT PHALODI 1298 JODHPUR SHERGRAH GSS SOETRA 1299 JODHPUR SHERGRAH GSS KALAU 1300 JODHPUR SHERGRAH GVHS SANSKRIT SHERGARH 1301 JODHPUR SHERGRAH GGSS SHERGARH 1302 JODHPUR SHERGRAH GSS DADE KI BERI 1303 JODHPUR SHERGRAH GSS GUMANPURA 1304 JODHPUR SHERGRAH GSS JATI BHANDU 1305 JODHPUR SHERGRAH GSS CHUTARPURA 1306 JODHPUR SHERGRAH GSS SOLANKIYA TALA 1307 JODHPUR BALESAR GSS KHUDIYALA

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #120 of #133 Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III)

1308 JODHPUR BALESAR GSS NIMBO KA GAW 1309 JODHPUR BALESAR GSS UTAAMBAR 1310 JODHPUR BALESAR GSS GILAKOR 1311 JODHPUR BALESAR GSS KHARI BERI, BALESAR 1312 JODHPUR BALESAR GSS JUDIYA 1313 JODHPUR BALESAR GSS LODTA ACHALAVATA 1314 JODHPUR BALESAR GSS KANODIYA PUROHITAN 1315 JODHPUR BALESAR GSS BAWRLI 1316 JODHPUR BALESAR GSS BARNAU 1317 JODHPUR OSIAN GSS THOB 1318 JODHPUR OSIAN GSS NEVRA GAV 1319 JODHPUR OSIAN GSS PANCHLA KHURD 1320 JODHPUR OSIAN GHSS JELU GAGADI ORIAN 1321 JODHPUR OSIAN GSS RAWAT BERA DABEDI 1322 JODHPUR OSIAN SGSS BARDLA BASNI 1323 JODHPUR OSIAN GSS GOPASARIA 1324 JODHPUR OSIAN GSS BHESER KOTWALI 1325 JODHPUR OSIAN GSS BINJWADIYA Hkksikyx< 1326 JODHPUR GGSS BHOPALGARH 1327 JODHPUR BHOPALGRAH GSS CHOKADI KALA 1328 JODHPUR BHOPALGRAH GSS SIYARA 1329 JODHPUR BHOPALGRAH GSS DEVATADA 1330 JODHPUR BHOPALGRAH GHSS SHKALURAM KHERI CHARAN Hkksikyx< 1331 JODHPUR GSS PREVESHIKA SNSKIRT BENDO KI DHANI 1332 JODHPUR MANDORE GSS NARVA 1333 JODHPUR MANDORE GSS DAIZER 1334 JODHPUR MANDORE GSS SURPURA e.Mksj 1335 JODHPUR GGSSS KERU SANSKRIT 1336 JODHPUR MANDORE GSS POPAVAS 1337 JODHPUR MANDORE GSS ROODKALI 1338 JODHPUR MANDORE GSS NANDRA KALA 1339 JODHPUR MANDORE GSS DANGIYAWAS 1340 JODHPUR MANDORE GSS LORDI DEJGARA 1341 JODHPUR MANDORE GSS NAHRO KI DHANI 1342 JODHPUR LUNI GSS PAL 1343 JODHPUR LUNI GSS NANDWAN 1344 JODHPUR LUNI GSS SAR 1345 JODHPUR LUNI GSS SUBDAND 1346 JODHPUR LUNI GSS LUNAWAS KALA 1347 JODHPUR LUNI GSS KHUDALA 1348 JODHPUR LUNI GSS (ADARSH) LUNAVAS KHARA 1349 JODHPUR LUNI GSS CHALI 1350 JODHPUR LUNI GSS BHANDU KALA 1351 JODHPUR BILARA GSS UADLIYAWAS fcykMk 1352 JODHPUR SPHS CHOODA (VARISHT UPA.) 1353 JODHPUR BILARA GSS HARIYARA (ADARSH) 1354 JODHPUR BILARA GSS BARNA 1355 JODHPUR BILARA GSS BINJAWADIYA 1356 JODHPUR BILARA GSS PATEL NAGAR 1357 JODHPUR BILARA GSS RAMASANI 1358 JODHPUR BILARA GSS GANAMGRA 1359 JODHPUR BAORI GSS DAWRA 1360 JODHPUR BAORI GSS JUD 1361 JODHPUR BAORI GSS UMED NAGAR 1362 JODHPUR JODHPUR CITY GSS KOTWALI tks/kiqj 1363 JODHPUR GOVT. VARISHTHA UPADHYAY SANSKRIT SSS JODHOUR 1364 JODHPUR JODHPUR CITY GHSS DIGARI

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #121 of #133 Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III)

1365 JODHPUR JODHPUR CITY GSS ANGANVA 1366 JODHPUR JODHPUR CITY GSS MANDOR NO. 2 1367 KARAULI KARAULI SANSKRIT GSS KARAULI 1368 KARAULI HINDAUN GSS JATBARA 1369 KARAULI HINDAUN GSS SANET 1370 KARAULI HINDAUN GSS NAI MANDI HINDON 1371 KARAULI KARAULI GSS SANS JATAV BASTI HINDON 1372 KARAULI TODABHIM GSS BHANAKPURA 1373 KARAULI SAPOTRA GSS BALOTI 1374 KARAULI SAPOTRA GSS SALAMPUR 1375 KARAULI SAPOTRA GSS KASED 1376 KARAULI SAPOTRA GSS LANGRA liksVjk 1377 KARAULI GSS PREVESIKA SANS. MANDRAYAL 1378 KOTA G. SEC. S. GANESH GANJ 1379 KOTA G. S.S. BORDA 1380 KOTA G.SEC.S. SANMANPURA 1381 KOTA G.G.SEC. S. PIPALDA KALAN 1382 KOTA G.SEC.S. NONARA 1383 KOTA G.SEC.S. KARWAD 1384 KOTA G.SEC.S. LUHAWAD 1385 KOTA G. SEC. S. BAGLI 1386 KOTA SULTANPUR G.VARIST UPPADHYAY SANSKRIT DUNGARJYA 1387 KOTA G.SEC.S. KOTSUNWA 1388 KOTA SULTANPUR G.VARISTHA UPPADHYA SANSKRIT VIDHYALAY MOTIKUA 1389 KOTA G.SEC.S. ARJUN PURA CITY 1390 KOTA G.SEC.S. MANAS GOAN 1391 KOTA G.SEC.S. KHADA RASULPUR 1392 KOTA G.G.SEC.S. KHADA RASULPUR 1393 KOTA G.SR.SEC.SCHOOL SOGRIYA 1394 KOTA G.SEC.S. RANGPUR 1395 KOTA G.SEC.S. BANIYANI 1396 KOTA G.SEC. S. GALANA 1397 KOTA KHERABAD VARIST UPADHAY SANSKRIT 1398 KOTA G. SEC.S. BADODIYA KALAN 1399 KOTA G.SEC.S. DEOLI KALAN 1400 KOTA G.SEC.S. KHADIYA 1401 KOTA G.S. SEC.S. MOIKALAN 1402 KOTA G.S.S. SHRINATHPURAM B 1403 KOTA G.S.S. AAVASAN MANDAL WARD NO 4 1404 KOTA G.G.S.S.RANGBARI 1405 KOTA G.S.S. ANANTPURA WARD NO 6 1406 KOTA G.G.S.S. BORKHEDA WARD NO 12 1407 KOTA G.S.S. POLICE LINE 1408 KOTA G.S.S. SAHID A. A. B.MANDI 1409 KOTA G.G.S.S. BHIMMANDI-2 1410 KOTA G.S.S. KHEDLI PUROHIT 1411 KOTA G.S.S. CIVIL LINES 1412 KOTA G.S.S. KUNAHADI, KOTA 1413 KOTA G.G.S.S. LADPURA WARD NO 28 1414 KOTA G.S.S. PATAN POL KOTA 1415 KOTA KOTA G.S.S.S.SANS. VAR.UPP. WARD NO 54 1416 NAGAUR 0814 GSS BHCHHWARI 1417 NAGAUR 0814 GSS CHAMPA KHERI 1418 NAGAUR 0814 GSS MEWRA 1419 NAGAUR 0814 GHSS(S) VARISTH UPADYAY MOGAS 1420 NAGAUR 0814 GSS NIMBARI KALAN 1421 NAGAUR 0814 GSS PALRI KALAN

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #122 of #133 Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III)

1422 NAGAUR 0814 GSS RAJLOTA 1423 NAGAUR 0814 GSS RAJOD 1424 NAGAUR 0814 GSS ANKELI 1425 NAGAUR 0814 GGSS BHERUNDA 1426 NAGAUR 0814 GSS DHANIPURA 1427 NAGAUR 0814 GSS DODIYANA 1428 NAGAUR 0814 GSS KOD 1429 NAGAUR 0814 GSS LEELIYA 1430 NAGAUR 0814 GSS MORARA 1431 NAGAUR 0814 GSS MORI KALAN 1432 NAGAUR 0814 GSS NIMBOLA BISWA 1433 NAGAUR 0814 GSS PADU KHURD 1434 NAGAUR 0814 GSS ROHISA 1435 NAGAUR 0814 GHSS (S) VARIST UPDYAY SENSRA 1436 NAGAUR 0814 GSS TEHLA 1437 NAGAUR 0814 GGSS THANWLA 1438 NAGAUR 0814 GSS BASSI 1439 NAGAUR 0814 GHSS BHAKRI 1440 NAGAUR 0814 GHSS JANJEELA 1441 NAGAUR 0814 GSS KHOKHAR 1442 NAGAUR 0814 GSS KURADA 1443 NAGAUR 0814 GSS AKORA 1444 NAGAUR 0814 GHSS KHINYALA 1445 NAGAUR 0814 GSS MANGLOD 1446 NAGAUR 0814 GSS SURPALIYA ykMuw 1447 NAGAUR GSS TANWARA 1448 NAGAUR 0814 GHSS TARNAU 1449 NAGAUR 0814 GSS BAKLIYA 1450 NAGAUR 0814 GSS DHYAWA 1451 NAGAUR 0814 GSS DUJAR 1452 NAGAUR 0814 GHSS GHEERDODA MEETHA 1453 NAGAUR 0814 GSS HUDAS 1454 NAGAUR 0814 GSS (S) JASWANT GARH 1455 NAGAUR 0814 GSS JESLAN 1456 NAGAUR 0814 GSS LEDI 1457 NAGAUR 0814 GGSS NIMBI JODHA 1458 NAGAUR 0814 GSS SUNARI 1459 NAGAUR 0814 GSS TANAWARA 1460 NAGAUR 0814 GSS BEMOTH 1461 NAGAUR 0814 GSS BHADLIYA MhMokuk 1462 NAGAUR GSS CHHAPRI KALAN (CHHOTI) 1463 NAGAUR 0814 GSS DABRA 1464 NAGAUR 0814 GHSS DAULATPURA 1465 NAGAUR 0814 GSS KALWANI 1466 NAGAUR 0814 GHSS MANDUKARA 1467 NAGAUR 0814 GSS PALOT 1468 NAGAUR 0814 GSS RASHIDPURA 1469 NAGAUR 0814 GSS (S) SHRI OM RAJ PRAVESIKA DEEDWANA 1470 NAGAUR 0814 GSS BHER 1471 NAGAUR 0814 GSS CHAU 1472 NAGAUR 0814 GSS DEU 1473 NAGAUR 0814 GSS JHADISARA 1474 NAGAUR 0814 GSS KAHRI KARAMSOTA 1475 NAGAUR 0814 GSS NIMBOLA BUNDEL 1476 NAGAUR 0814 GSS RAYDHANU 1477 NAGAUR 0814 GSS BHAKROD 1478 NAGAUR 0814 GSS DHUNDHINALO KI DHANI

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #123 of #133 Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III)

1479 NAGAUR 0814 GSS ANANDPURA 1480 NAGAUR 0814 GSS (S) PRAVESIKHA BHANWARPURA 1481 NAGAUR 0814 GGSS MAROTH 1482 NAGAUR 0814 GSS PANCHOTA 1483 NAGAUR 0814 GSS SABALPURA 1484 NAGAUR 0814 GSS SAGAR MAL BANUDA NO2 KUCHAMAN 1485 NAGAUR 0814 GSS SM KUCHAMAN 1486 NAGAUR 0814 GSS BERATHAL KALAN 1487 NAGAUR 0814 GSS DHUNDHIYARI 1488 NAGAUR 0814 GSS GWALOO 1489 NAGAUR 0814 GSS ASARWA 1490 NAGAUR 0814 GSS BILOO 1491 NAGAUR 0814 GGSS BUDSOO 1492 NAGAUR 0814 GSS CHAWNDIYA 1493 NAGAUR 0814 GSS HURIYA 1494 NAGAUR 0814 GSS INDOKHA 1495 NAGAUR 0814 GSS JOOSARI 1496 NAGAUR 0814 GGSS JOOSARI 1497 NAGAUR 0814 GHSS KALWA 1498 NAGAUR 0814 GSS MORER 1499 NAGAUR 0814 GSS NIMBARI 1500 NAGAUR 0814 GSS SAFER BARI 1501 NAGAUR 0814 GSS SARNAWARS 1502 NAGAUR 0814 GSS GUNAWATI 1503 NAGAUR 0814 GGSS RAJORA BAS RAILWAY STATION 1504 NAGAUR 0814 GSS MAKRANA NO 1 1505 PALI 0820 G.SEC.S., BANJA KUDI 1506 PALI 0820 G.G.SEC.S., LAMBIYA 1507 PALI 0820 G.U.P.S., KUMAWAT TRUS 1508 PALI 0820 G.SER.S., AGEWA 1509 PALI 0820 G.SEC.S., DEGARNA 1510 PALI 0820 G.SEC.S., FALKA 1511 PALI 0820 G.SEC.S., AASARLAI 1512 PALI 0820 G.SEC.S., BEEROL 1513 PALI 0820 G.SEC.S., LOTOUTI 1514 PALI 0820 G.G.SEC.SR, BALUNDA 1515 PALI 0820 G.SEC.S., RAMPURA KALA 1516 PALI 0820 G.SEC.S., NIMBERA KALA 1517 PALI 0820 G.SEC.S., PCHANPURA 1518 PALI 0820 G.SEC.S., RATADIYA 1519 PALI 0820 G.SEC.S., SUMEL 1520 PALI 0820 G.SEC.S., REPDAWAS 1521 PALI 0820 G.SEC.S., DHEENAVS 1522 PALI 0820 G.SEC.S., KHARIYA SODHA 1523 PALI 0820 G.G.SEC.S., BAGARI NAGAR 1524 PALI 0820 G.SEC.S., HARIYAMALI 1525 PALI 0820 G.SEC.S., KELWAD 1526 PALI 0820 G.SEC.S., GUDA BIJA 1527 PALI 0820 G.SEC.S., RAIRA KALAN 1528 PALI 0820 G.SEC.S., KARMAWAS PATA 1529 PALI 0820 G.SEC.S., KHARIYA NEEV 1530 PALI 0820 G.SEC.S., NO. 1SOJAT CITY 1531 PALI 0820 G.SEC.S., CHOTILA 1532 PALI 0820 G.SEC.S., KHARDA 1533 PALI 0820 G.SEC.S., RANA 1534 PALI 0820 G.SEC.S., SANWALTA KHURD 1535 PALI 0820 G.S.S., KULTHANA

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #124 of #133 Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III)

1536 PALI 0820 G.SEC.S., DHARAMADHARI 1537 PALI 0820 G.SEC.S., DHAMALI 1538 PALI 0820 G.SEC.S., BITHORA KALA 1539 PALI 0820 G.SEC.S., SEKHAWAS 1540 PALI 0820 G.SEC.S., NIMBALI 1541 PALI 0820 G.G.S.SEC.S., DHANLA 1542 PALI 0820 G.SR.SEC.S.ISALI 1543 PALI 0820 G.SR.SEC.SANSKARIT.S. BASHNI 1544 PALI 0820 G.SEC.S., BHAGODA 1545 PALI 0820 G.G.SEC.S., CHANOD 1546 PALI 0820 G.SEC.S., DHOLA SHASAN 1547 PALI 0820 G.SEC.S., KHIMARA 1548 PALI 0820 G.G.SEC.S., SANDERAO 1549 PALI 0820 G.SEC.S., BALUPURA 1550 PALI 0820 G.SEC.S., SALODARIYA 1551 PALI 0820 G.SEC.S., BALVNA 1552 PALI 0820 G.SEC.SCHOOL PERWA 1553 PALI 0820 G.SEC.S. DHANI PUL 1554 PALI 0820 G.SEC.SCHOOL BOYA 1555 PALI 0820 G.SEC.S. DUDANI 1556 PALI 0820 G.SEC.SCHOOL SHIVTALAV 1557 PALI 0820 G.SEC.SCHOOL. BEDAL 1558 PALI 0820 G.SEC.S., KOLAR 1559 PALI 0820 G.G.SEC.S., NADOL 1560 PALI 0820 G.SEC.S., BAROD 1561 PALI 0820 G.SEC.S., DHALOP 1562 PALI 0820 G.SEC.S., MORKHA 1563 PALI 0820 G.SEC.S. SANSKRIT SADRI 1564 PALI 0820 G.SEC.S., ITENDRA MEDTIYAN 1565 PALI 0820 G.S.SEC.SCH. KISHANPURA 1566 PALI 0820 G.SEC.S., DHARIA 1567 PALI 0820 G.SEC.S., GUDA JAITSINGH 1568 PALI 0820 G.SEC.S., JEEWAND KALLAN 1569 PALI 0820 G.G.SEC.S., KHOD 1570 PALI 0820 G.SEC.S., NIMBARA 1571 PALI 0820 G.SEC.S., MANDAL 1572 PALI 0820 G.SEC.S., BALRAI 1573 PALI 0820 G.G.SEC.S., GUNDOJ 1574 PALI 0820 G.SEC.S., DINGAI 1575 PALI 0820 G.SEC.S., SODAWAS 1576 PALI 0820 G.SEC.S., LAMBIYA 1577 PALI 0820 G.SEC.S., BOMADRA 1578 PALI 0820 G.SEC.S., PUNAYATA PALI 1579 PRATAPGARH ihiy[kq¡V GPRAVESHIKA SAN. TAMTIYA 1580 PRATAPGARH /kfj;kon G. Sr.Sec.School,JHADOLI 1581 PRATAPGARH /kfj;kon G SEC GOTHADA 1582 PRATAPGARH /kfj;kon G.SEC.SCHOOL PIPALIYA 1583 PRATAPGARH NksVhlknMh G.SEC.SCHOOL CHANDOLI 1584 PRATAPGARH NksVhlknMh G.SEC.S. SUBI 1585 PRATAPGARH NksVhlknMh G.S.S.SATOLA 1586 PRATAPGARH PRATAPGARH G.SR.SEC.SCHOOH KUNI 1587 PRATAPGARH vjuksn G.SEC. MOVAI 1588 PRATAPGARH vjuksn G.SEC. NINOR 1589 RAJSAMAND 0825 GOVT.SEC.SCH.JAITGARH 1590 RAJSAMAND 0825 GOVT.SEC.SCH.THANETA 1591 RAJSAMAND GOVT.GIRLS. SR. SEC.SCHOOL, CHARBHUJA 1592 RAJSAMAND 0825 GOVT.SEC.SCH.LAKHAGUDHA

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #125 of #133 Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III)

1593 RAJSAMAND 0825 GOVT. SEC. SCHOOL MIYALA 1594 RAJSAMAND 0825 GOVT. SEC. SCHOOL KAKRODA 1595 RAJSAMAND 0825 GOVT. SEC. SCHOOL ISHARMAND 1596 RAJSAMAND 0825 GOVT. SEC. SCHOOL DOLPURA 1597 RAJSAMAND 0825 GOVT. SEC. SCHOOL VIJAYPURA 1598 RAJSAMAND 0825 GOVT. SEC. SCHOOL TOKRA 1599 RAJSAMAND 0825 GOVT. SEC. SCHOOL SWADRI 1600 RAJSAMAND 0825 GOVT. SEC. SCHOOL PARDI 1601 RAJSAMAND 0825 GOVT. SEC. SCHOOL DEVRIYA 1602 RAJSAMAND 0825 GOVT. SEC. SCH. GHOSUNDI 1603 RAJSAMAND 0825 GOVT. SEC. SCH. DOWADA 1604 RAJSAMAND 0825 GOVT. SEC. SCH. SARNIYA KHERA 1605 RAJSAMAND 0825 GOVT. SEC. SCH. LODHIYANA 1606 RAJSAMAND 0825 GOVT. SEC. SCH. PANOTIYA 1607 RAJSAMAND 0825 GOVT. SEC. SCH. SAKARDA 1608 RAJSAMAND 0825 GOVT. SEC. SCH. SELAGUDHA 1609 RAJSAMAND 0825 GOVT. SEC. SCH. DHELANA 1610 RAJSAMAND 0825 GOVT. SEC. SCH. TIKAR 1611 RAJSAMAND 0825 GOVT.SEC.SCHOOL, TALADRI 1612 RAJSAMAND 0825 GOVT.SEC.SCHOOL, KHANOTA 1613 RAJSAMAND 0825 GOVT.SEC.SCHOOL, ANTALIYA 1614 RAJSAMAND 0825 GOVT.SEC.SCHOOL, SUNKHAR 1615 RAJSAMAND 0825 GOVT.SEC.SCHOOL, GAJPUR 1616 RAJSAMAND 0825 GOVT.VAR UP SANSARIT SR SEC THORIYA 1617 RAJSAMAND 0825 GOVT. SEC. SCH, UTHRDA 1618 RAJSAMAND 0825 GOVT. SEC. S, KUNTHVA 1619 RAJSAMAND 0825 GOVT. SEC. S, SAGRUN 1620 RAJSAMAND 0825 GOVT. SEC. S, TANTOL 1621 RAJSAMAND 0825 GOVT. SEC. S, FATEHPUR 1622 RAJSAMAND 0825 GOVT. SEC. S, BILOTA 1623 RAJSAMAND 0825 GOVT. SEC. S, KESULI 1624 RAJSAMAND 0825 GOVT. SEC. S, LALMADRI 1625 RAJSAMAND 0825 GOVT. SR.SEC, SANSKRAT NATHDWARA 1626 RAJSAMAND 0825 GOVT. SEC. S, NEW HAVELI 1627 RAJSAMAND 0825 G.U.P.S.KHATAMLA 1628 RAJSAMAND 0825 G.U.P.S.DHANYLA 1629 RAJSAMAND 0825 G.H.SEC.S.DEVPURA 1630 RAJSAMAND 0825 GOVT. SEC.S., AATMA 1631 RAJSAMAND 0825 G.U.P.S.BADARDA 1632 RAJSAMAND 0825 GOVT. SEC., DEVDHARI 1633 RAJSAMAND 0825 GOVT.SEC.S., MUNDOL 1634 RAJSAMAND 0825 G.U.P.S.BHAVA 1635 RAJSAMAND 0825 GOVT. SEC, .BHATOLI 1636 RAJSAMAND 0825 GOVT. SEC. SANWAD 1637 RAJSAMAND 0825 GOVT. SEC. SCH. GOGATHALA 1638 RAJSAMAND 0825 GVOT.SEC.S., SAKRAWAS 1639 RAJSAMAND 0825 GOVT. SEC. S., JEETAWAS 1640 RAJSAMAND 0825 GOVT.SEC.S., KABRA 1641 RAJSAMAND 0825 GOVT. SEC. SCH. KHAD BAMANIYA 1642 RAJSAMAND 0825 GOVT. SEC.SCH. PNOTIYA 1643 RAJSAMAND 0825 GOVT. SEC.SCH. KUNDIYA 1644 RAJSAMAND 0825 GOVT.SEC.S., JWASIYA 1645 SAWAI MADHOPUR 0810 G. SEC AMAWARA 1646 SAWAI MADHOPUR 0810 GGSSSS UPADDYA SANSKRIT NAI BASTI SUKAR 1647 SAWAI MADHOPUR 0810 GSSS SANSKRIT SUKAR 1648 SAWAI MADHOPUR 0810 G. SR SEC BATODA 1649 SAWAI MADHOPUR 0810 G. SEC SAFIPURA

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #126 of #133 Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III)

1650 SAWAI MADHOPUR 0810 G. SEC. SANSKRIT BHANWARA 1651 SAWAI MADHOPUR 0810 G. SEC PATTI PATTI KALAN 1652 SAWAI MADHOPUR 0810 G. SR SEC SANSKRIT V.U. BONL 1653 SAWAI MADHOPUR 0810 G. SEC PIPALDA 1654 SAWAI MADHOPUR 0810 G. SEC JASTANA 1655 SAWAI MADHOPUR 0810 G. PRAVESHIKA SANSKRIT JASTA 1656 SAWAI MADHOPUR 0810 G. SEC SANSKRIT GALANDKALAN 1657 SAWAI MADHOPUR 0810 G. SR. SEC MEENA BARODA 1658 SAWAI MADHOPUR 0810 G.SEC.SANSKART PILODA 1659 SAWAI MADHOPUR 0810 G. SEC MEDI 1660 SAWAI MADHOPUR 0810 G. SEC TOKASI 1661 SAWAI MADHOPUR 0810 G. SEC MAHU KALAN 1662 SAWAI MADHOPUR 0810 G. SR SEC CHOTI UDAI 1663 SAWAI MADHOPUR 0810 G. SEC KHUTLA 1664 SAWAI MADHOPUR 0810 G. SEC BAMANBARODA 1665 SAWAI MADHOPUR 0810 G. SEC MACCHIPURA 1666 SAWAI MADHOPUR 0810 G. G. SEC GANGAPUR CITY 1667 SAWAI MADHOPUR 0810 G. SR.SEC BHURIPAHARI 1668 SAWAI MADHOPUR 0810 G. G. SEC SANSKRIT BALER 1669 SAWAI MADHOPUR 0810 G. G. SEC. BAHRAWANDA. KHURD 1670 SAWAI MADHOPUR 0810 G. SR SEC CHAAN 1671 SAWAI MADHOPUR 0810 G. SEC PANCHAULAS 1672 SAWAI MADHOPUR 0810 G. SEC LEHASODA 1673 SAWAI MADHOPUR 0810 G. SEC JATWARA KALAN 1674 SAWAI MADHOPUR 0810 G. SEC PADHANA 1675 SAWAI MADHOPUR 0810 G. SEC RAWAL 1676 SAWAI MADHOPUR 0810 G. G. SEC KHILCHIPUR 1677 SAWAI MADHOPUR 0810 G. SEC SARSOP 1678 SAWAI MADHOPUR 0810 G. SEC DIDAYACH 1679 SAWAI MADHOPUR 0810 G. SEC PAODERA 1680 SAWAI MADHOPUR 0810 G. SR SEC V.U. SANSKRIT CHAUTHKABARWARA 1681 SAWAI MADHOPUR 0810 G. SEC BHEDOLA 1682 SAWAI MADHOPUR 0810 G. G. SEC BGAGWATGARH 1683 SAWAI MADHOPUR 0810 G. SEC OLWADA 1684 SIKAR 0813 GOVT.SEC.SCH., RUKANSAR 1685 SIKAR 0813 GOVT.SEC.SCH., GODIYA BADA 1686 SIKAR 0813 GOVT.SEC,SCH., TTAJSAR 1687 SIKAR 0813 GOVT.SEC.SCH., JALEU 1688 SIKAR 0813 GOVT.PRAVESHIKA SANSKRIT SCH. SHEKH 1689 SIKAR 0813 GOVT.SEC.SCH., THITHAWATA PIRAN 1690 SIKAR 0813 GOVT SEC.SCH., BATHOD 1691 SIKAR 0813 GOVT SEC.SCH., CHUWAS 1692 SIKAR 0813 GOVT.SEC.SCH., UDANSAR 1693 SIKAR 0813 GOVT SEC.SCH., BHUMA CHOTA 1694 SIKAR 0813 GOVT SEC.SCH., CHOODIMIYAN 1695 SIKAR 0813 GOVT.SEC.SCH., SANKHU 1696 SIKAR 0813 GOVT.SUB.SEC.SCH., FATEHPUR 1697 SIKAR 0813 GOVT.U.P.SCH., SANSKRIT RAMGARH 1698 SIKAR 0813 GOVT.SEC.SCH., BHADECH NECHHAWA 1699 SIKAR 0813 GOVT. PR. SANSKRIT GHIRNIYA BADA 1700 SIKAR 0813 GOVT.SEC.SCH., MANGLUNA 1701 SIKAR 0813 GOVT.SEC.SCH., DANTUJALA 1702 SIKAR 0813 GOVT.SEC.SCH., BAGDI 1703 SIKAR 0813 GOVT.SEC.SCH., GHASSU MADHOPURA 1704 SIKAR 0813 GOVT.S. S.B.R.A.,SEC.SCH., BASANI 1705 SIKAR 0813 GOVT.SCE.SCH., BIDSAR 1706 SIKAR 0813 GOVT. KALURAM SANSKRIT U.P.S., LXM

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #127 of #133 Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III)

1707 SIKAR 0813 GOVT.SEC.SCH., SINGRAWAT 1708 SIKAR 0813 GOVT. SEC.SCH., SAR.SINGH ATRI 1709 SIKAR 0813 GOVT.SEC.SCH., NAGWA 1710 SIKAR 0813 GOVT.SEC.SCH. DUGOLI 1711 SIKAR 0813 GOVT.SEC.SCH., SIHOT BADI 1712 SIKAR 0813 GOVT.SEC.SCH., KIRDOLI 1713 SIKAR 0813 GOVT.SEC,SCH, JHIGAR CHHOTI 1714 SIKAR 0813 GOVT.SEC.SCH., JERTHI 1715 SIKAR 0813 GOVT.SEC.SCH., BHIMA 1716 SIKAR 0813 GOVT.SEC.SCH., BHIRANA 1717 SIKAR 0813 GOVT.SANSKRIT V.U. BANUDA 1718 SIKAR 0813 GOVT.GIRLS SEC.SCH., RAMGARH 1719 SIKAR 0813 GOVT. SANS. V.U. RAMGARH 1720 SIKAR 0813 GOVT.SEC.SCH., SURERA 1721 SIKAR 0813 GOVT.SR.SEC.SCH., MANDA SURERA 1722 SIKAR 0813 GOVT.SR.SEC.SCH., DANSROLI 1723 SIKAR 0813 GOVT.VRI.UPA., SANSKRIT CHACK 1724 SIKAR 0813 GOVT.SEC.SCH., UMADA 1725 SIKAR 0813 GOVT.G.SR.SEC.SCH., KHACHARIYAWAS 1726 SIKAR 0813 GOVT.SEC.SCH., MOTLAWAS 1727 SIKAR 0813 GOVT.SR.SEC.SCH., DHINGPUR 1728 SIKAR 0813 GOVT.V.U., SANSKRIT KHATU 1729 SIKAR 0813 GOVT.GIRLS V. UP., SANS. DUKIYA 1730 SIKAR 0813 GOVT.SEC.SCH., GORDHANPURA 1731 SIKAR 0813 GOVT.PRAVESIKA. SCH., GORUMEELKIDH. 1732 SIKAR 0813 GOVT.SEC.SCH., LAXMAN KA BAS 1733 SIKAR 0813 GOVT.SEC.SCH. GOKULPURA 1734 SIKAR 0813 GOVT.SEC.SCH. HARDYALPURA 1735 SIKAR 0813 GOVT.PRAVESIKA. SCH., SANS. PALASIYA 1736 SIKAR 0813 GOVT.SEC.SCH. PUROHIT KA BAS 1737 SIKAR 0813 GOVT.SEC.SCH., RAJPURA 1738 SIKAR 0813 GOVT.SEC.SANSKRIT SCH., SAKRAY 1739 SIKAR 0813 GOVT.GIRLS SEC.SCH., RANOLI 1740 SIKAR 0813 GOVT. VA.UP. SAN. SCH., SIKAR 1741 SIKAR 0813 GOVT.PRAVESHIKA, BALL.KI DHANI 1742 SIKAR 0813 GOVT.G.SR.SEC.SCH., HOD 1743 SIKAR 0813 GOVT.SEC.SCH., KERPURA 1744 SIKAR 0813 GOVT.SEC.SCH., DAYARA 1745 SIKAR 0813 GOVT.SEC.SCH., SAWAIPURA 1746 SIKAR 0813 GOVT. SR.SEC.SCH., JAJOD 1747 SIKAR 0813 GOVT.SEC.SCH., KANSARDA 1748 SIKAR 0813 GOVT.SEC.SCH., BHADWADI 1749 SIKAR 0813 GOVT.SEC.SCH., KALIYAWAS 1750 SIKAR 0813 GOVT.G.SR. SEC., THOI 1751 SIKAR 0813 GOVT.SEC.SCH., KALYANPURA 1752 SIKAR 0813 GOVT.SEC.SCH., HARIPURA 1753 SIKAR 0813 GOVT.SEC.SCH., HATHIDEH 1754 SIKAR 0813 GOVT.SEC.SCH., HARIDAS KA BAS 1755 SIKAR 0813 GOVT.SANSKRIT SR.SEC.SCH., KHANDELA 1756 SIKAR 0813 GOVT.GIRLS SEC.SCH., GUHALA 1757 SIKAR 0813 GOVT.SEC.SCH., NARSINGH PURI 1758 SIKAR 0813 GOVT.SER.SEC.SCH., SIROHI 1759 SIKAR 0813 GOVT.SEC.SCH., BHAGEGA 1760 SIKAR 0813 GOVT.SEC.SCH., BASRI KHURD 1761 SIKAR 0813 GOVT.SR.SEC.SCH., BHUDOLI 1762 SIKAR 0813 S.N.M. SAINI GOVT.SEC.SCH., KHADARA 1763 SIKAR 0813 GOVT.SR. SEC.SCH., GANWADI

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #128 of #133 Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III)

1764 SIKAR 0813 GOVT.SEC.SCH., GANESHWAR 1765 SIKAR 0813 GOVT. V. U. SANSKRIT GANESHWAR 1766 SIKAR 0813 GOVT.V.U. SANSKRIT KHATKAR 1767 SIKAR 0813 GOVT.SR.SEC.SCH., TATERA 1768 SIKAR 0813 GOVT.GIRLS SEC.SCH., DABLA 1769 SIKAR 0813 D.KUMAR GOVT. SEC.SCH, JHALARA 1770 SIKAR 0813 GOVT.SEC.SCH., NATHA KI NANGAL 1771 SIKAR 0813 GOVT.V.U.SANSKRIT, BOPIYA 1772 SIKAR 0813 GOVT.SEC.SCH., DARIBA 1773 SIKAR 0813 GOVT.V.U.SANS.SCH., NEEM KA THANA 1774 SIKAR 0813 GOVT.SR SEC.SCH., AABHAWAS 1775 SIKAR 0813 GOVT.SEC.SCH., MAHAROLI 1776 SIKAR 0813 GOVT.U.P.SCH., SANS.DABAR KA BALAJI 1777 SIKAR 0813 GOVT.U.P.SCH., SANSKRIT MAU 1778 SIKAR 0813 GOVT.GIRLS SEC.SCH., MUNDARU 1779 SIKAR 0813 GOVT.SAH. BHURURAM SEC.SCH., MDR 1780 SIKAR 0813 GOVT.V.U.,SANSKRIT MUNDRU 1781 SIKAR 0813 GOVT.G.V. UPP.SAN.SCH., DEEVRALA 1782 SIKAR 0813 GOVT. PR. SANS.SCH., AJITGARH 1783 SIKAR 0813 GOVT.SEC.SCH., AASPURA 1784 SIKAR 0813 GOVT.SEC.SCH., GARH TAKNET 1785 SIKAR 0813 GOVT.SEC.SCH., KOTARI SIMARLA 1786 SIKAR 0813 GOVT.SR.SEC.SCH., JORAWAR NAGAR 1787 SIKAR 0813 GOVT.M.V.U.SANS. SRIMADOPUR 1788 SIROHI Pindwara G.SEC.S., SCHOOL UNDRA 1789 SIROHI Pindwara SHS SANSKRIT_JHADOLI 1790 SIROHI Pindwara SS_BHIMANA 1791 SIROHI Pindwara SS_SANWARA_R 1792 SIROHI Pindwara S.S. PESUA 1793 SIROHI Pindwara SS_VASA 1794 SIROHI Pindwara SS_VATERA 1795 SIROHI Abu Road G.SEC.S., AKRA_BHATTA 1796 SIROHI Abu Road G.U.P.S., MORTHALA 1797 SIROHI Abu Road G.SEC.S., TARTOLI 1798 SIROHI Abu Road G.SEC.S., DELDER 1799 SIROHI Abu Road G.SEC.S., MAWAL 1800 SIROHI Abu Road G.G.S.S., ABU PARVAT 1801 SIROHI Sirohi GSS_KHAMBAL 1802 SIROHI Sirohi GSEC._MADIA 1803 SIROHI Sirohi GSS_SANPUR fljksgh 1804 SIROHI GSS_SHANTI_NATH (UDD) 1805 SIROHI Sirohi GSS_GIRLS_JAWAL 1806 SIROHI Sirohi GSS_DODUA 1807 SIROHI Sirohi GSS_BHUT_GAON 1808 SIROHI Sirohi G.SEC._MANORA 1809 SIROHI Sirohi GSS_MANDWARIYA 1810 SIROHI Sirohi GSS_DELDAR 1811 SIROHI Sirohi GSS_FUGANI 1812 SIROHI Sirohi GSS_AMALARI 1813 SIROHI Sirohi GSS_SINDRATH 1814 SIROHI Sirohi GSS_HALIWARA 1815 SIROHI Sirohi GSS_VIVEEKANAND 1816 SIROHI Sirohi GSS_BATAKARA 1817 SIROHI Shivganj SS_JHADOLI_VEER 1818 SIROHI Shivganj SS_ANDOR 1819 SIROHI Shivganj SS_NARADARA 1820 SIROHI Shivganj SEC_BAGSIN

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #129 of #133 Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III)

1821 SIROHI Shivganj SS_KESAR_PURA_BADGAON 1822 SIROHI Shivganj GSS_SCH_KHAJADIYA 1823 SIROHI Shivganj SS_DADA_WADI_SHEOGANJ 1824 SIROHI Shivganj SS LAKHMAVA CHOTA 1825 SIROHI Shivganj SS_ALPA 1826 SIROHI Shivganj SS_CHIBA_GAON 1827 SIROHI Shivganj SS_UTHAMAN 1828 SIROHI Shivganj SS RUKHADA 1829 SIROHI Shivganj SS_PURANA_JOGAPURA 1830 SIROHI Ravdar G.SEC.S., MAGARI_WARA 1831 SIROHI Ravdar G.SEC.S., SORADA 1832 SIROHI Ravdar G.SEC.S., MAKAWAL 1833 SIROHI Ravdar G.SEC.S., LUNOL 1834 SIROHI Ravdar G.SEC.S., MAROL 1835 SIROHI Ravdar G.SEC.S., SANWARA_ 1836 SIROHI Ravdar G.SEC.S., PAMERA 1837 SIROHI Ravdar G.G.SEC.S., MANDAR_GIRLS 1838 SIROHI Ravdar G.SEC.S.,DANTRAI_GIRLS 1839 SIROHI Ravdar G.SEC.S., JIRAVAL 1840 SIROHI Ravdar G.SEC.S., GULAB_GANJ 1841 TONK 0822 GOVT. SEC. SCH. CHAWANDIYA 1842 TONK 0822 GOVT. SEC. SCH. AVIKA NAGER 1843 TONK 0822 GOVT. SR. SEC. SCH. LAWA 1844 TONK 0822 GOVT. SEC. SCH. GIRLS PACHEWAR 1845 TONK 0822 GOVT. SEC. SCH. SITARAMPURA 1846 TONK 0822 GOVT. SEC. SCH. MALIKPUR 1847 TONK 0822 GOVT. SEC. SCH. AHMED PURA CHOKI 1848 TONK 0822 GOVT. SEC. SCH. BARONI 1849 TONK 0822 GOVT. SEC. SCH. CHANDLAI 1850 TONK 0822 GOVT. SEC.SCH. DARDATURKI 1851 TONK 0822 GOVT. SEC.SCH. DHAKIYA 1852 TONK 0822 GOVT. SR.SEC.SCH.SANSKRIT GALOD 1853 TONK 0822 GOVT. SEC.SCH. KHAJURIYA 1854 TONK 0822 GOVT. SEC.SCH. KUREDA 1855 TONK 0822 GOVT. SEC. SCH. LOHAR WADA 1856 TONK 0822 GOVT. SEC. SCH. MALIPURA 1857 TONK 0822 GOVT. SEC. SCH. SANDERA 1858 TONK 0822 GOVT. SEC.SCH.UOOM 1859 TONK 0822 GOVT. SEC.SCH. MOLAIPURA TONK 1860 TONK 0822 GOVT. SEC.SCH. GIRLS NEW TONK 1861 TONK 0822 GOVT. SEC.SCH. CITY NO 12 CHAWANI WARD 33 TONK 1862 TONK 0822 GOVT. SEC.SCH. BAHEER TONK 1863 TONK 0822 GOVT. SEC. SCH. BAHAD 1864 TONK 0822 GOVT. SEC. SCH. BASSI 1865 TONK 0822 GOVT. SEC. SCH. CHAINPURA 1866 TONK 0822 GOVT. SR. SEC. SCH. JAMDOLI 1867 TONK 0822 GOVT. SEC. SCH. JODHPURIYA 1868 TONK 0822 GOVT. PRAVEASHIKA SANSKRIT SCH. KARIRIYA 1869 TONK 0822 GOVT. SR. SEC. SCH. KAREDA BUJURG 1870 TONK 0822 GOVT. SEC. SCH. NALA 1871 TONK 0822 GOVT. SEC. SCH. SHAHID RATAN LAL PAHADI 1872 TONK 0822 GOVT. SEC. SCH. PALAI 1873 TONK 0822 GOVT. SEC. SCH. RAJWAS 1874 TONK 0822 GOVT. SR. SEC. SCH. SIRAS 1875 TONK 0822 GOVT. SEC. SCH. SIDRA 1876 TONK 0822 GOVT. SEC. SCH. BADAGAON 1877 TONK 0822 GOVT. SEC. SCH. ALIYARI

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #130 of #133 Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III)

1878 TONK 0822 GOVT. SEC. SCH. BASEDA 1879 TONK 0822 GOVT. SR. SEC. SCH. GANETI 1880 TONK 0822 GOVT. SEC. SCH. LAMBHA KALA 1881 TONK 0822 GOVT. SEC. SCH. BEEJWAD 1882 TONK 0822 GOVT. SEC. SCH. CHARNET 1883 TONK 0822 GOVT. SEC. SCH. KANWARA 1884 TONK 0822 GOVT. SEC. SCH. PANWAD 1885 TONK 0822 GOVT. SEC. SCH. RAJKOT 1886 TONK 0822 GOVT. SEC. SCH. SANWATGADH 1887 TONK 0822 GOVT. SEC. SCH. SATWARA (RAJMAHAL) 1888 TONK 0822 GOVT. SR. SEC. SCH. SATWARA 1889 TONK 0822 GOVT. SEC. SCH. SANTHLI 1890 TONK 0822 GOVT. SEC. SCH. CHORU 1891 TONK 0822 GOVT. SEC. SCH. DHIKOLIYA 1892 TONK 0822 GOVT. SEC. SCH. GOTHDA 1893 TONK 0822 GOVT. SEC. SCH. MOHAMMADGADH 1894 TONK 0822 GOVT. SEC. SCH. SANSKRIT UNIYARA 1895 UDAIPUR 0826 G.SEC.S.BHANPURA 1896 UDAIPUR 0826 G.G.SEC.S.SAIRA 1897 UDAIPUR 0826 G.S.SEC.S.CHIRTAWAS 1898 UDAIPUR 0826 G.PRAVESHIKA SANSKRIT S. SAKAYARA 1899 UDAIPUR 0826 G.SEC.S.DHOL 1900 UDAIPUR G.G.SEC.S.GOGUNDA 1901 UDAIPUR 0826 G.SEC.S.RAWLIYA KALAN 1902 UDAIPUR 0826 G.SEC.S.RAWLIYA KHURD 1903 UDAIPUR 0826 G.SEC.S.CHALI 1904 UDAIPUR 0826 G.SEC.S.SAMIJA 1905 UDAIPUR 0826 G.SEC.S.PADAVALI KALA 1906 UDAIPUR 0826 G.SEC.S.ISWAL 1907 UDAIPUR 0826 G.SEC.S.SUKHER 1908 UDAIPUR 0826 G.SEC.S.MEHRO KA GUDA 1909 UDAIPUR 0826 G.VARISHT UPADHAYAY SANSKRIT AMBERI 1910 UDAIPUR 0826 G.SEC.S.RAMA 1911 UDAIPUR 0826 G.G.SEC.S.BADGAON 1912 UDAIPUR 0826 G.SEC.S.CHIKALWAS 1913 UDAIPUR 0826 G.SEC.S.BADI 1914 UDAIPUR 0826 G.SEC.S.KATHAR 1915 UDAIPUR 0826 G.SEC.S.WATI 1916 UDAIPUR 0826 G.SEC.S.KADAMAL 1917 UDAIPUR 0826 G.S.SEC.S.SALERA KALA 1918 UDAIPUR 0826 G.SEC.S.SAKRODA 1919 UDAIPUR 0826 G.SEC.S.FALICHADA 1920 UDAIPUR 0826 G.SEC.S.VASNI KALA 1921 UDAIPUR 0826 G.SEC.S.PALANA KHURD 1922 UDAIPUR 0826 G.SEC.S.MAHUDA 1923 UDAIPUR 0826 G.SEC.S.RAKHYAVAL 1924 UDAIPUR 0826 G.SEC.S.VIRDOLIYA 1925 UDAIPUR 0826 G.SEC.S.BADGAOV 1926 UDAIPUR 0826 G.SEC.S.DHONDIYA 1927 UDAIPUR 0826 G.SEC.S.BHIMAL STATION 1928 UDAIPUR 0826 G.SEC.S.SAKHRIYA KHEDI 1929 UDAIPUR 0826 G.SEC.S.NANDWEL 1930 UDAIPUR 0826 G.SEC.S.VIJAN VAS 1931 UDAIPUR 0826 G.SEC.S.AASNA 1932 UDAIPUR 0826 G.SEC.S.SALEDA 1933 UDAIPUR 0826 G.SEC.S.KEDARIA 1934 UDAIPUR 0826 G.SEC.S.RAJPURA

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #131 of #133 Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III)

1935 UDAIPUR 0826 G.SEC.S.AMARPURA KHALSA 1936 UDAIPUR 0826 G.SEC.S.BADGAUNV 1937 UDAIPUR 0826 G.SEC.S.KUNDAI 1938 UDAIPUR 0826 G.SEC.S.SINHAD 1939 UDAIPUR 0826 G.SEC.S.GUNPADI 1940 UDAIPUR 0826 G.SEC.S.BATHARDA KHURD 1941 UDAIPUR 0826 G.PRAVESHIKA VALLABHNAGAR 1942 UDAIPUR 0826 G.SEC.S.BALATHAL 1943 UDAIPUR 0826 G.SEC.S.TARAWAT 1944 UDAIPUR 0826 G.SEC.S.KIKAWAS 1945 UDAIPUR 0826 G.SEC.S.MATUN 1946 UDAIPUR 0826 G.S.SEC.S.DEBARI 1947 UDAIPUR 0826 G.SEC.S.BICHADI 1948 UDAIPUR 0826 G.SEC.S.BHESDA KALA 1949 UDAIPUR 0826 G.SEC.S.ALASI GHAD 1950 UDAIPUR 0826 G.S.SEC.S.BACHAR 1951 UDAIPUR 0826 G.SEC.S.BUJHDA 1952 UDAIPUR 0826 G.SEC.S.GUDALI 1953 UDAIPUR 0826 G.SEC.S.SHISAHVI 1954 UDAIPUR 0826 G.SEC.S.SULA VAS 1955 UDAIPUR 0826 G.SEC.S.MODAL CHAMAN PURA 1956 UDAIPUR 0826 G.SEC.S.PUROHITAN MADADI 1957 UDAIPUR 0826 G.VARISHT UPADHAYAY SANSKRIT SAVINA 1958 UDAIPUR 0826 G.S.SEC.S.SANSKRIT VARISHT CHNPOL 1959 UDAIPUR 0826 G.S.SEC.S.DEWALI 1960 UDAIPUR 0826 G.SEC.S.MAHADI 1961 UDAIPUR 0826 G.SEC.S.NICHLI SIGRI 1962 UDAIPUR 0826 G.SEC.S.BRAHMNO KA KHERVADA 1963 UDAIPUR 0826 G.SEC.S.SULTAN JI KHERVADA 1964 UDAIPUR 0826 G.SEC.S.MANPUR 1965 UDAIPUR 0826 G.VARISHT UPADHAYAY SANSKRIT BADLA 1966 UDAIPUR 0826 G.SEC.S.MRP KATEVADI 1967 UDAIPUR 0826 G.SEC.S.KARCHA KALAN 1968 UDAIPUR 0826 G.SEC.S.BAROTHI BHILAN 1969 UDAIPUR 0826 G.SEC.S.BAYDI 1970 UDAIPUR 0826 G.SEC.S.SEPUR 1971 UDAIPUR 0826 G.G.SEC.S.CHAWAND 1972 UDAIPUR 0826 G.SEC.S.SASEI 1973 UDAIPUR 0826 G.SEC.S.SEMAL 1974 UDAIPUR 0826 G.SEC.S.NAI JAR 1975 UDAIPUR 0826 G.SEC.S.AMARPURA 1976 UDAIPUR 0826 G.PRAVESHIKA SANSKRIT S. JAISAMAND 1977 UDAIPUR 0826 G.SEC.S.SHYAMPURA JA 1978 UDAIPUR 0826 G.SEC.S.RATORA 1979 UDAIPUR 0826 G.SEC.S.MALLADA 1980 UDAIPUR 0826 G.SEC.S.SALLADA 1981 UDAIPUR 0826 G.SEC.S.ENTALI 1982 UDAIPUR 0826 G.SEC.S.IDANA 1983 UDAIPUR 0826 G.SEC.S.SARADI 1984 UDAIPUR 0826 G.SEC.S.ORWADIYA 1985 UDAIPUR 0826 G.SEC.S.ISARWAS 1986 UDAIPUR 0826 G.SEC.S.BORAJ MAJAWAT 1987 UDAIPUR 0826 G.SEC.S.LAKAPA 1988 UDAIPUR 0826 G.SEC.S.DHAROD 1989 UDAIPUR 0826 G.SEC.S.DEVGAON 1990 UDAIPUR 0826 G.SEC.S.AMLODA 1991 UDAIPUR 0826 G.SEC.S.SAMODA

NIT: Shivira-Sec/Secondary/CompCell/ICT-III/Tender/13 dtd. 03/07/13 Page #132 of #133 Secondary Education Department, Rajasthan FINAL RFP (ICT Phase-III)

1992 UDAIPUR 0826 G.SEC.S.KARAKALA 1993 UDAIPUR 0826 G.SEC.S.BARODA 1994 UDAIPUR 0826 G.SEC.S.DHOLAGIR KHERA 1995 UDAIPUR 0826 G.SEC.S.MATASULA 1996 UDAIPUR 0826 G.SEC.S.AMALAVA 1997 UDAIPUR 0826 G.SEC.S.BUDEL 1998 UDAIPUR 0826 G.SEC.S.GANDHI CHOCK SALUMBER 1999 UDAIPUR 0826 G.S.SEC.S.SAGVADA 2000 UDAIPUR 0826 G.SEC.S.MASARO KI OOBRI

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