SARVA SHIKSHA ABHIYAN –

E-procurement TENDER NOTIFICATION FOR PRINTING AND SUPPLY OF ‘KISHORI’, ‘KELU KISHORI’, ‘BHAYA PADABARADU’ AND ‘CALENDARS’ UNDER SARVA SHIKSHANA ABHIYANA PROJECT FOR THE YEAR 2012-13

TENDER DOCUMENT (to be used for furnishing bids by the eligible firms)

Address for communication:

O/o the State Project Director, New Public Offices Annex Building, N.T. Road, Bangalore – 560 001, Telephones: 22483040 / 22483041 Fax: 22126718 Website: www.ssakarnataka.gov.in e-mail : [email protected]

1

CONTENTS OF BID DOCUMENT

SECTION DESCRIPTION PAGE NO l BID INVITATION 3

ll INSTRUCTIONS TO BIDDERS 4-11

lll DESCRIPTION AND SCOPE OF THE 12 CONTRACT lV TERMS AND CONDITIONS OF CONTRACT 12-25

V TECHNICAL SPECIFICATIONS 26-27

Vl PARTICULARS OF DESTINATIONS TO 38-41 WHICH MATERIALS TO BE TRANSPORTED

ll LIST OF DOCUMENTS TO BE SUBMITTED IN FIRST ENVELOPE (Except table II B and III)

TABLE DESCRIPTION PAGE NO l BID FORM 28

II Performance Security DEPOSIT BANK 29 GUARANTEE FORM lll CONTRACT FORM 30-31

lV STATEMENT OF PAST PERFORMANCE 32 DURING LAST 3YEARS V FORMAT OF ACCEPTANCE OF 33 IMPLEMENTATION SCHEDULE Vl UNDERTAKING 34

Vll PARTICULARS OF SUPPLIERS 35

Vlll CHECK LIST OF DOCUMENTS TO BE 36 SUBMITTED IN FIRST ENVELOPE

lll LIST OF DOCUMENTS TO BE SUBMITTED IN SECOND ENVELOPE

TABLE DESCRIPTION PAGE NO lX PRICE SCHEDULE 37

2

O/o the State Project Director, New Public Offices Annex Building, N.T. Road, Bangalore – 560 001 Telephones: 22483040 / 22483041 Fax: 22126718 Website: www.ssakarnataka.gov.in e-mail : [email protected]

SECTION -I

INVITATION FOR E-procurement Bid

For printing of hand books ‘Kishori’, ‘Kelu kishori’, ‘Bhaya padabaradu’ and ‘Calendars’ for the year 2012-13

Sarva Shiksha Abhiyan Samithi-Karnataka hereby invites Technical & Commercial bids from officially registered & eligible Printers / Suppliers in Karnataka for Printing and Supply of hand books ‘Kishori’, ‘Kelu kishori’, ‘Bhaya padabaradu’ and ‘calendars’ to 203 Block Educational Offices of the 33 districts and State Project Office, Bangalore.

1. Tender Reference No:SSA/G.E./KISHORI-1/2012-13 Dated: 10-08-2012

2. Date of commencement of issue Dt 15-08-2012 10.30 hrs IST of Tender documents

3. Date & time of Pre Bid Meeting Dt: 24-08-2012 15.00 hrs IST

4. Last date & Time for submission Dt :15-09-2012 13.00 hrs IST Technical & Commercial Bids

5. Date & Time of opening of first Dt: 17-09-2012 13.00 hrs IST Cover (Technical Bid)

6. Date & Time of opening of second Dt: 21-09-2012 11.00 hrs IST Cover (Financial Bid)

7. E.M.D. Rs 92,000/- (Rs. Ninety Two Thousand only)

Interested and eligible bidders can submit the application through E-Tendering process.

3

SECTION-ll

INSTRUCTIONS TO BIDDERS A. Introduction Sarva Shiksha Abhiyan proposes to print and supply of hand books ‘Kishori’, ‘Kelu Kishori’, ‘Bhaya padabaradu’ and Calendars to 202 Block Educational Offices and office of the State Project Office, Bangalore as per the details furnished in the Annexure. Technical & Commercial Bids are hereby invited from officially registered & eligible printers in Karnataka for printing and supply of hand books ‘Kishori’, ‘Kelu Kishori’, ‘Bhaya padabaradu’ and Calendars as per the particulars given in Section VI and F.O.R.(Free On Road) destination to the State Project Office, Bangalore.

1. Eligibility

1.1 Minimum eligibility criteria for participation in the bids:-

 Minimum of 3 years experience in printing of books, training modules, educational magazines and other educational materials.  The Bidder should have Technical capability /facilities for the printing/supplying work in respect of educational magazines, books and other educational materials of State / National standards. The bidder should have experience in the printing and supply of training modules, books, other educational materials.(single bill / order worth of not less than Rs. 20.00 lakhs)  The bidder should have average annual turn-over of Rs.60.00 lakhs during the last 2 years.  The bidder should not have violated any of the major conditions regarding printing/supplying and should not have been black listed.

1.2 Interested and eligible bidders may furnish the Technical and Commercial Bids for printing and supply of ‘Kishori’, ‘Kelu Kishori’, ‘Bhaya padabaradu’ and Calendars to F.O.R. destination through E-procurement. 1.3 All bids must be accompanied by Bid security as specified in section l and submitted on or before the prescribed date, at place and time given in section l of this document. Bids submitted without Bid security / EMD will be summarily rejected 1.4 The SSA Samithi intends to follow a single stage, electronic process developed and maintained by the Centre for e governance, DPAR (AR), Government of Karnataka, for selection of the Successful Bidder for the Project. Bidders would need to submit the following documents through the electronic mode as part of their Proposal: 1.5 The document is available on the internet in the website http://www.eproc.karnataka.gov.in. The same can be downloaded from the internet. 1.6 It may be noted that all subsequent notifications, changes and amendments on the project/document would be posted only on the following website: http://www.eproc.karnataka.gov.in. 1.7 The bidders will be required to register themselves with the centre for e governance to participate in the bidding process and also get necessary digital signature certificates. The details of the process of registration and obtaining the digital signature certificates are available on the website http://www.eproc.karnataka.gov.in. Necessary training and hands on experience in handling e-procurement system could be obtained from the centre for

4

e-governance. Necessary details could also be obtained over telephone at 08022485867. 1.8 Interested and eligible Bidders may obtain further information or clarification either in person or through phone during office hours from the Office of the State Project Director, Sarva Shiksha Abhiyan, New Public Offices Annex Building, N.T. Road, Bangalore – 560 001 . Phone: 22483040 / 22483041 fax : 22126718 upto 13.00 hours of 15..09.2012.

2. Cost of bidding

2.1 The bidder shall bear all costs associated with the preparation and submission of its bid, and the State Project Director, Sarva Shiksha Abhiyan, Bangalore, herein after referred to as “ the Purchaser” will in no case be responsible or liable for these costs, regardless of the conduct or outcome of the bidding process.

B. Tender Document :

3. Content of bidding documents

3.1 The Bidding documents for printing and supply & F.O.R. destination to the districts and State Project Office, Bangalore will contain the following particulars:- 1. Invitation for Bids – Section I 2. Instructions to Bidders– Section II 3. Description and scope of the contract – Section III 4. Terms and Conditions of Contract (General and Special) –Section IV 5. Technical Specifications as per - Section V 6. Particulars of destination for supply as per section VI 7. Bid Form. As per Table I 8. Performance security form. As per Table II 9. Contract form table III 10. Statement of past performance as per Table IV 11. Acceptance of Implementation schedule as per Table V 12. Undertaking as per Table VI 13. Details of the Organization as per Table VII 14. Check list of documents to be submitted in First Envelope (Technical Bid) as per Table VIII 15. Price schedule (Commercial Bid) to be submitted as per Table IX.

3..2 The Bidder is expected to examine all instructions, forms, terms and specifications in the Bidding Documents. Failure to furnish all information required by the Bidding Documents or submission of a Bid not substantially responsive to the Bidding Documents in every respect or incomplete bid document will be at the Bidder's risk and may result in rejection of its Bid.

4. Pre Bid Meeting

4.1 The Bidder or his official representative is invited to attend a pre Bid meeting which will take place at Conference Hall, Office of the State Project Director, Sarva Shiksha Abhiyan, New Public Offices Annex Building, N.T. Road, Bangalore-560001 on 24-08-2012 at.15:00.hrs IST 4.2 The purpose of the meeting will be to clarify issues and to answer questions on any matter that may be raised at this stage by the Bidder or his representative. 4.3 Minutes of the meeting including the text of the questions raised (without identifying the source of enquiry) and the responses given will be transmitted

5

without delay to all purchasers of the bidding documents. Any modification of the bidding documents listed in sub Clause 6.1 which may become necessary as a result of the pre bid meeting shall be made by the purchaser exclusively by issuing an Addendum pursuant to Clause 6 and not through the minutes of the pre bid meeting. 4.4 Non attendance at the pre bid meeting will not be a cause for disqualification of a bidder.

5. Amendment of Bidding Documents

5.1 At any time prior to the deadline for submission of Bids, the Purchaser may, for any reason, whether at its own initiative or in response to a clarification requested by a prospective Bidder, modify the Bidding Documents by amendment. 5.2 The amendment will be notified on the website http://www.eproc.karnataka.gov.in 5.3 In order to allow prospective Bidders reasonable time in which to take the amendment into account in preparing their bid, the Purchaser may, at its discretion, extend the deadline for the submission of bids.

C. Preparation of Tender

6. Language of Bid

6.1 The Bid prepared by the Bidder and all correspondence and documents relating to the bid exchanged by the Bidder and the Purchaser, shall be written in the English language & Bid can be submitted in English. 7. Documents Comprising the Bid

The Bid prepared by the Bidder shall be submitted in ‘Two stages’ comprising the following components: 7.1 Technical Proposal shall contain:

i. Attested copies of documents along with photo copies of all particulars showing that the bidder has the Financial, Technical and Service capability necessary to perform the contract and meet the criteria outlined in the qualification requirements and to fulfill this all Bids submitted shall include the following information. ii. Attested photocopies showing the legal status, place of registration and principal place of business of the firm. iii. Attested photocopies of documents showing that the firm had an average turnover of Rs. 60.00 lakhs during the last 2 years in printing/ supplying of educational magazines, books, other educational materials during last 2 years i.e. 2010-11 and 2011-12 and at least one successful completion of work in single bill / order whose financial cost was not less than 20.00 lakhs. Photocopies of Audited financial statement issued by registered Chartered Accountant should be enclosed. If 2011-12 accounts are yet to be audited, the profit and loss A/c audited statements attested by the chartered accountants for the year 2009-10 to 2010-11 can be submitted.

6

iv. Attested Copies of Sales tax Registration and Sales tax returns filed during the last 2 years i.e.2010-11 and 2011-12. v. Attested copies of acknowledgement of Income tax returns filed in the last 2 Years Viz. 2010-11 and 2011-12 vi. Attested photocopies showing that the firm has been registered in State Govt. / Central Govt. / Related Authority. vii. Bid form as per Table I. viii. Particulars of the Firm as per Table – VII ix. Statement of past performance during the last 3 years as per Table IV x. Format of Acceptance of Implementation schedule as per Table V. xi. Undertaking as per Table VI. xii. Checklist of Documents to be submitted in First Envelope as per Table VIII. xiii. Sample paper to be used, for printing duly attested by the Bidder. 7.2 Commercial bid shall contain:

The rate quoted for printing & supply of 1. One Kelu Kishori book (4 colored pages and 48 black & white pages) and F.O.R. destination to the State Project Office, Bangalore and 33 districts as specified in the annexure. 2. One Bhaya Padabaradu book (4 colored pages and 16 black & white pages) and F.O.R. destination to the State Project Office, Bangalore and 33 districts as specified in the annexure. 3. One Kishori book (4 colored pages and 108 black & white pages) and F.O.R. destination to the State Project Office, Bangalore and 33 districts as specified in the annexure. 4. One calendar of 12 charts containing 6 sheets (back to back print) and F.O.R. destination to the 203 Block Educational Offices and the State Project Office, Bangalore as specified in the annexure as per the details provided in Annexure. The rate quoted should include all taxes levied by the State & Central Govt., Packing charges, transportation F.O.R. destination charges etc.

The rate quoted for printing and supply & F.O.R. destination of per book and per calendar should be mentioned clearly both in words & figures.

The sample papers that will be used for printing of books and calendar have to be submitted to this office before the last day of submission of the tender. The quality of the paper to be clearly mentioned and attested by the Bidder.

7.3 Price Schedule

The Bidder shall complete the price schedule as per table lX furnished in the Bidding Documents, indicating the cost towards printing & supply F.O.R. destination for per book and per calendar as per the Technical specifications mentioned in the section V. This office will not pay any extra charges over and above rate quoted by the Bidder.

7

7.4 Fixed price:

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 will be treated as non responsive and rejected

The Bidder must submit all the documents listed under clause 7.1 along with the Bid form, sample material used for manufacture and bid security as per Table l in the First Envelope, in order to qualify for consideration in the opening of the Second Envelope containing the PRICE SCHEDULE as per Table lX.

The Bidder must submit all the documents listed under clause 7.1 along with the Bid form, sample paper used for printing and supply ‘Kishori’, ‘Kelu Kishori’, ‘Bhaya padabaradu’ and Calendars and bid security as per Table I in the Technical bid, in order to qualify for consideration in the opening of the Commercial bid containing the PRICE SCHEDULE as per Table IX. Any Bid not in accordance with clause 10 and 11 will be rejected.

8. Bid Security (Earnest Money Deposit) 8.1 Proposals would need to be accompanied by an EMD for an amount equal to Rs 92,000/-. 8.2 The Bid Security shall be credited to the account of Centre for e governance.  through credit card  internet banking  National Electronic Fund Transfer  Remittance over the counter in the designated branches of Axis Bank; the details of the same can be obtained from the e-procurement portal. The supplier/contractor’s bid will be evaluated only on confirmation of receipt of the payment (EMD) in the GoK’s central pooling a/c held at Axis Bank

EMD amount will have to be submitted by the supplier/contractor taking into account the following conditions:

a. EMD will be accepted only in the form of electronic cash (and not through Demand Draft) and will be maintained in the Govt.’s central pooling account at Axis Bank until the contract is closed. b. The entire EMD amount for a particular tender has to be paid in a single transaction

8.3 The Bid Security shall be returned to the unsuccessful Bidders within a period of eight (8) weeks from the date of announcement of the Successful Bidder. The Bid Security submitted by the Successful Bidder shall be released upon furnishing of the Performance Security in the form and manner as stipulated in the Agreement.

8.4 Any Bid security not secured in accordance with Clause 11 above will be rejected by the Purchaser as non-responsive.

8.5 Unsuccessful Bidder’s bid security will be discharged/returned as promptly as possible but not later than 30 days after the expiration of the period of bid validity prescribed by the purchaser. 8.6 Any Interlineations, erasures or overwriting or cancellation shall be valid only if they are initialed by the person or persons signing the Bid.

8

8.7 The successful Bidder’s Bid security may be adjusted towards performance security to be furnished by the Bidder before signing the contract agreement 8.8 The Bid securities will be forfeited: (a) If a Bidder withdraws his Bid during the period of Bid validity specified by the Bidder on the Bid Form; or (b) In case of a successful Bidder, if the Bidder fails, (i) To sign the contract agreement with in the stipulated time or (ii) To furnish performance security.

9. Period of Validity of Bids

9.1 Bids shall remain valid for 90 days after the date of opening of Second Envelope. A Bid valid for a shorter period shall be rejected by the Purchaser as non-responsive. 9.2 In exceptional circumstances, the purchaser may solicit the Bidder’s consent to an extension of the period of validity. The bid security provided under clause 12 shall also be suitably extended. A Bidder may refuse the request without forfeiting its bid security. A Bidder granting the request will not be required nor permitted to modify its bid. The Bid security in respect of the Bidder who has refused to extend the validity of Bids can not be forfeited by the purchaser.

10. Format and Signing of Bid

10.1 The Bidder shall submit all the documents which are up-loaded through e procurement. 10.2 In the price schedule mentioned at Annexure lX the bidder should quote the rates per page for printing / supply and F.O.R. destination.

11. Mode of submission of bids.

11.1 The Bids could be submitted through E-Procurement process. 11.2 Bids sent by any other mode like in person, post, Telex or Fax or E-mail will be rejected.

12. Deadline for Submission of Bids

a. Bids must be received by the Purchaser through E-procurement process not later than the time and date specified in the invitation for Bids (section-l). b. The Purchaser may, at its discretion, extend this deadline for submission of bids by amending the Bid Documents in which case all rights and obligations of the Purchaser and Bidders previously subject to the deadline will thereafter be subject to the deadline as extended.

13. Late Bids

1. Any Bid received by the Purchaser after the deadline for submission of bids prescribed by the purchaser pursuant to clause 16, will be rejected.

9

D. Tender Opening and Evaluation of Tenders

14. Opening of Bids by the purchaser.

14.1 The purchaser will open the FIRST ENVELOPE of the Bidders, through e- Procurement process on 17-09-2012 at 11.00 hours IST

14.2 The purchaser will open the SECOND ENVELOPE of those bidders who are qualified in the technical evaluation, through the e-procurement process on 21-09- 2012 at 11.00 hours.

14.3 The Bidders Names, Bid Modifications, or Withdrawals, Bid prices, Discounts and the presence or absence of the requisite Bid security and such other details as the Purchaser, at its discretion, may consider appropriate will be announced at the time of opening. No Bid shall be rejected at bid opening.

14.4 Bids that are not opened and read out at bid opening shall not be considered further for evaluation, irrespective of the circumstances. Withdrawn bids will not be opened. 14.5 The Purchaser will prepare minutes of the Bid opening and will circulate them to all the bidders.

15. Clarification of Bids

During evaluation of bids, the purchaser may, at its discretion, ask the bidder for a clarification of its bid. The request for clarification and the response shall be in writing and no change in prices or substances of the Bid shall be sought, offered or permitted.

16. Preliminary Examination

The purchaser will examine the Bids to determine whether they are complete, whether any computational errors have been made, whether required sureties have been furnished, whether the documents have been properly signed, and whether the bids are generally in order. Arithmetical errors will be rectified on the following basis. If there is a discrepancy between words and figures, the amount in words will prevail and the bid shall stand corrected to that effect. If the supplier does not accept the correction of errors, its bid will be rejected. The purchaser may waive any minor infirmity or non-conformity or irregularity in a bid, which does not constitute a material deviation, provided such a waiver does not prejudice or affect the relative ranking of any bidder. If there is a discrepancy between words and figures, the lowest of the two shall prevail. Prior to the detailed evaluation, pursuant to Clause 23, the Purchaser will determine the substantial responsiveness of each bid to the Bidding Documents. For purposes of these Clauses, a substantially responsive bid is one, which conforms to all the terms and conditions of the Bidding Documents without material deviations. Deviations from or objections or

10

reservations to critical provisions such as those concerning Performance Security, Applicable Law and taxes and duties will be deemed to be a material deviation. The purchaser’s determination of a bid’s responsiveness is to be based on the contents of the bid itself without recourse to extrinsic evidence. If a bid is not substantially responsive, it will be rejected by the Purchaser and may not subsequently be made responsive by the Bidder by correction of the non-conformity.

17. Evaluation and Comparison of Bids

The Purchaser will evaluate and compare the bids previously determined to the substantially responsive, pursuant to clause 21.3.

18. ACCEPTANCE OR REJECTION OF BIDS:

The State Project Director, Sarva Shiksha Abhiyan, Bangalore reserves the right to accept or reject any bid and to annul the bidding process and reject all bids at any time prior to award of contract, without thereby incurring any liability or any obligation to inform the affected bidder or bidders of the grounds for the said action.

Any Bid with incomplete information is liable for rejection.

For each category of pre qualification criteria, the documentary evidence is to be produced duly attested by the contractor, serially numbered and enclosed with the bids. If the documentary proof is not enclosed for any/all criteria the Bid is liable for rejection.

If any information given by the bidder is found to be false / fictitious, the bidder will be debarred for 3 years from participating in any other tenders of Government of Karnataka and will be black listed.

11

SECTION – lll

DESCRIPTION AND SCOPE OF THE CONTRACT

The Bidder, herein after called “the agency” are required to print and supply of ’Kishori’, ‘Kelu Kishori’, ‘Bhaya padabaradu’ and Calendars to the 203 Block Educational offices and the State Project Office, Bangalore as mentioned in the Annexure, herein after called “the Contract” for which Bids are invited.

The total quantity of hand books ’Kishori’, ‘Kelu Kishori’, ‘Bhaya padabaradu’ and ‘Calendars’ to be printed and supplied is enclosed in Annexure.

SECTION – IV

TERMS AND CONDITIONS OF CONTRACT

The following are the General Conditions of Contract for printing and supply ‘Kishori’, ‘Kelu Kishori’, ‘Bhaya padabaradu’ and Calendars to the district offices and the State Project Office, Bangalore as mentioned in the Annexure.

4.1 GENERAL CONDITIONS OF CONTRACT

1. Definitions

1.1 In this Contract, the following terms shall be interpreted as indicated:

a. “The Contract” means the agreement entered into between the purchaser and the supplier, as recorded in the contract form signed by the parties, including all the attachments and appendices thereto and all documents incorporated by reference therein:

b. “The Contact Price” means the price payable to the Supplier under the Contract for the full and proper performance of its contractual obligation;

c. “The Goods” means all the equipment, machinery, and / or other materials which the supplier is required to print and supply to the purchaser under the contract;.

d. “Services” means services ancillary to the supply of the goods, such as transportation and insurance, and any other incidental services. Such as installation, commissioning, provision of technical assistance, training and other obligations of the supplier covered under the contract;

e. “GCC” means the General Conditions of Contract contained in this section

f. “SCC” means the special Conditions of Contract

12

g. “The Supplier” means the individual or firm supplying the goods and services under this contract

h. “The Government” means the Government of Karnataka State

i. “The Project Site” ,where applicable, means the place or places manned in SCC

j. “Day” means calendar day

2. Application

These General Conditions shall apply to the extent that they are not superseded by provisions in other parts of the contract.

3. Standards

3.1 The goods supplied under this contract shall conform to the standards mentioned in the Technical specifications and, when no applicable standard is mentioned, to the authoritative standard appropriate to the Goods country of origin and such standards shall be the latest issued by the concerned institution.

4. Use of Contract Documents and Information; Inspection and Audit by the Government

The Supplier shall not, without the purchasers prior written consent, disclose the contract or any provision thereof, or any specification, plan, drawing, pattern, sample or information furnished by or on behalf of the purchaser in connection therewith, to any person other than a person employed by the supplier in performance of the contract. Disclosure to any such employed person shall be made in confidence and shall extend only, so far as may be necessary for purposes of such performance. The Supplier shall not, without the Purchasers prior written consent, make use of any document or information enumerate4d in GCC Clause 4.1 except for purpose of performing the Contract. Any document, other than the contract itself, enumerated in GCC Clause 4.1 shall remain the property of the purchaser and shall be returned (in all copies) to the purchaser on completion of the supplier performance under the contract if so required by the purchaser. The supplier shall permit the Government 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 Government, if so required by the Government.

5. Patent Rights

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

13

6. Performance Security

a) The successful Bidder will be required to furnish Performance Security / EMD equivalent to 5% of the entire accepted Bid value in respect of cost of manufacturing and supply & F.O.R. destination works, to be submitted in the form of irrevocable bank guarantee or crossed DD within 3 (Three) days from the date of intimation of award of contract, and sign the contract agreement.

b) If the Successful Bidder fails to furnish the Performance Security in the format specified in Table III within 3 (Three) days or sign the contract agreement, as specified in clause 8. The bid security furnished by such bidder will be forfeited.

c) The performance security furnished by the successful Bidder in respect of his bid will be returned from the date of satisfactory performance of the contract.

d) If the successful Bidder after signing the contract agreement fails to perform any contractual obligation, his Performance Security mentioned above will be forfeited.

7. Inspections and Tests

7.1 The Purchaser or its representative shall have the right to inspect and I or to test the goods to confirm their conformity to the contract specifications at no extra cost to the purchaser. See and the Technical Specifications shall specify what inspections and tests the purchaser requires and where they are to be conducted. The purchaser shall notify the supplier in writing in a timely manner of the identify of any representatives retained for these purposes. 7.2 The inspections and tests may be conducted on the premises of the Supplier or its subcontractor(s), at point of delivery and I or at the goods final destination. If conducted on the premises of the supplier or its subcontractor(s), all reasonable facilities and assistance, including access to drawings and production data - shall be furnished to the inspectors at no charge to the purchaser. 7.3 Should any inspected or tested goods fail to conform to the specifications, the purchaser may reject the goods and the supplier shall either replace the rejected goods or make alterations necessary to meet specifications requirements free of cost to the Purchaser. 7.4 The purchaser's right to inspect, test and, where necessary, reject the Goods after the Goods arrival at Project Site shall in no way be limited or waived by reason of the goods having previously been inspected, tested and passed by the purchaser or its representative prior to the goods shipment. 7.5 Nothing in GCC Clause 7 shall in any way release the supplier from any warranty or other obligations under this contract.

14

7.6 Manuals and Drawing

7.6.1 Before the goods and equipment are taken over by the purchaser, the supplier shall supply operation and maintenance manuals together with drawings of the goods and equipment. These shall be in such detail as will enable the purchaser to operate, maintain, adjust and repair all parts of the equipment as stated in the specifications. 7.6.2 The manuals and drawings shall be in the ruling language (English) and in such form and numbers as stated in the contract. 7.6.3 Unless and otherwise agreed, the goods and equipment shall not be considered to be completed for the purpose of taking over until such manuals and drawings have been supplied to the supplier. 8. Packing

8.1 The Supplier shall provide such packing of the goods as is required to prevent their damage or deterioration during transit to their final destination as indicated in the contract. The packing shall be sufficient to withstand, without limitation, rough handling during transit and exposure to extreme temperatures, salt and precipitation during transit and open storage. Packing case size and weights shall take into consideration, where appropriate, the remoteness of the goods final destination and the absence of heavy handlings facilities at all points in transit. 8.2 The packing, marking and documentation within and outside the packages shall comply strictly with such special requirements as shall be provided for in the contract including additional requirements, if any, specified in Special Conditions of the Contract and in any subsequent instructions ordered by the Purchaser. 8.3 Packing Instructions for books: The Supplier will be required to make separate packages for each Consignee of the block requirement as per annexure. 8.4 Packing Instructions for Calendars: The Supplier will be required to make separate packages for each Consignee of the block requirement as per annexure. 8.5 Each package will be marked on three sides with proper paint I indelible ink the following: 1. Project 2. Contract No. 3. Suppliers Name and 4. Packing List Reference number 9. Delivery and Documents 9.1 Delivery of the goods shall be made by the supplier in accordance with the terms specified by the purchaser in the notification of award. The details of shipping and I or other documents to be furnished by the supplier are specified in SCC.

10. Insurance

10.1 The goods supplied under the contract shall be fully insured in Indian Rupees against loss or damage incidental to manufacture or acquisition,

15

transportation,-storage and delivery. For delivery of goods at site, the insurance shall be obtained by the Supplier in an amount equal to 110% of the value of the goods from "Warehouse to Warehouse" (final destinations) on "All Risks" basis including War risks and Strikes

11. Transportation

11.1 Where the supplier is required under the contract to transport the goods to a specified place of destination within India defined as Project site, transport to such place of destination in India including insurance, as shall be specified in the contract, shall be arranged by the supplier, and the related cost shall be included in the contract price. 12. Payment

The terms of payment will be as follows:

After the successful implementation of the contract regarding Printing and supply of hand books ‘Kishori’, ‘Kelu Kishori’, ‘Bhaya padabaradu’ and ‘Calendars’ to the district offices & the State Project office, Bangalore as mentioned in the Annexure. Payment will only be made after the completion of the task of printing and supply of hand books and calendars as per SCC clause- 3

a) The Contractor to whom supply work is allotted should also under take F.O.R. destination of the same to the State Project Office Bangalore as per the particulars to be supplied by the Purchaser. Payment will be made to the contractor after the successful printing and supply & F.O.R. destination work. b) Payment will be made to the Contractor after ascertaining whether the contract has been executed satisfactorily and towards this the Purchaser should furnish the necessary certificate from the accepting authorities.

Payment will not be made to the contractor unless the work entrusted is executed satisfactorily. Further the purchaser will not make any advance payment or part payment.

13. Prices

13.1 Prices payable to the supplier as stated in the contract shall be firm during the performance of the contract.

14. Change of Orders

14.1 The purchaser may at any time, by written order given to the supplier' pursuant to GCC Clause 31, make changes within the general scope of the contract in anyone or more of the following: a) Drawings, designs or specifications, where goods to be furnished under the contract are to be specifically produced for the purchaser; b) The method of shipping or packing; c) The place of delivery; and l or

16

d) The services to be provided by the supplier

14.2 If any such change causes an increase or decrease in the cost of, or the time required for, the suppliers performance of any provisions under the contract, an equitable adjustment shall be made in the contract price or delivery schedule, or both, and the contract shall accordingly be amended. Any claims by the supplier for adjustment under this clause must be asserted within thirty (30) days from the date of the supplier's receipt of the purchasers change order.

15. Contract Amendments

15.1 Subject to GCC Clause 17. no variation in or modification of terms of the contract shall be made except by written amendment signed by the parties.

16. Assignment

16.1 The suppliers shall not assign, in whole or in part, its obligations to perform under the contract, except with the purchaser's prior written consent.

17. Subcontracts

17.1 Sub contracts in any form are strictly prohibited.

18. Delays in the Supplier's Performance

18.1 Delivery of the goods and performance of the services shall be made by the supplier in accordance with the time schedule specified by the purchaser in the Schedule of Requirements 18.2 If at any time during performance of the contract, the supplier or its sub- contract(s) should encounter conditions impeding timely delivery of the goods and performance of services, the supplier shall promptly notify the purchaser in writing of the fact of the delay, its likely duration and its cause(s). As soon as practicable after receipt of the suppliers notice, the purchaser shall evaluate the situation and may, as its discretion, extend the supplier's time for performance with or without liquidated damages, in which case the extension shall be ratified by the parties by amendment of the contract. 18.3 Except as provided under GCC Clause 24, a delay by the supplier in the performance of its delivery obligations shall render the supplier liable to the imposition of liquidated damages pursuant to GCC Clause 22, unless an extension of time is agreed upon pursuant to GCC Clause 21.2 without the application of liquidated damages.

19. Liquidated Damages

19.1 Subject to GCC Clause 24, if the supplier fails to deliver any or all of the goods or to perform the services within the period(s) specified in the contract, the purchaser shall, without prejudice to its other remedies under

17

the contract, deduct from the contract price, a sum equivalent to 0.5% of the delivered price of the delayed goods or unperformed services for each day or part thereof of delay until actual delivery or performance, up to a maximum deduction of 10% of the contract price. Once the maximum is reached, the purchaser may consider termination of the contract pursuant to GCC Clause 23.

20. Termination for Default

20.1 The purchaser may, without prejudice to any other remedy for breach of contract, by written notice of default sent to the supplier, terminate the contract in whole or part:

a) If the supplier fails to deliver any or all the goods within the period(s) specified in the contract, or within any extension thereof granted by the purchaser pursuant to GCC Clause 21; or b) If the supplier fails to perform any other obligation(s) under the contract. c) If the supplier, in the judgment of the purchaser has engaged in corrupt or fraudulent practices in competing for or in executing the contract.

For the purpose of this Clause:

"Corrupt Practice" means the offering, giving, receiving, or soliciting of any thing of value to influence the action of a public official in the procurement process or in contract execution. .

"fraudulent Practice" means a misrepresentation of facts in order to influence a procurement process or the execution of a contract to the detriment of the Borrower, and includes collusive practice among Bidders (prior to or after bid submission) designed to establish bid prices at artificial non-competitive levels and to deprive the Borrower of the benefits of free and open competition.

20.2 In the event the purchaser terminates the contract in whole or in part, pursuant to GCC Clause 23.1, 'the purchaser may procure, upon such terms and in such manner as it deems. Appropriate, goods or services similar to those undelivered, and the supplier shall be liable to the purchaser for any excess costs for such similar goods or services. However, the supplier shall continue the performance of the contract to the extent not terminated.

21. Force Majeure

21.1 Not withstanding the provisions of GCC Clause 21, 22, 23, the supplier shall not be liable for forfeiture of its performance security, liquidated damages or termination for default, if and to the extent that, its delay in performance or other failure to perform its obligations under the contract is the result of an event of Force Majeure. 21.2 For purposes of this Clause "Force Majeure" means an event beyond the

18

control of the supplier and not involving the suppliers fault or negligence and not foreseeable. Such event may include, but are not limited to, acts of the purchaser either in its sovereign or contractual capacity, wars or revolutions, fires, floods, epidemics, quarantine restrictions and freight embargoes. . 21.3 If a Force Majeure situation arises, the supplier shall promptly notify the purchaser in writing of such conditions and the cause thereof. Unless otherwise directed by the purchaser in writing, the supplier shall continue to perform its obligations under the contract as far as is reasonably practical, and shall seek all reasonable alternative means for performance not prevented by the Force Majeure.

22. Termination for Insolvency

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

23. Termination for Convenience

23.1 The purchaser by written notice sent to the supplier, 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 purchaser's convenience, the extent to which performance of the supplier under the contract is terminated, and the date upon which such termination becomes effective. 23.2 The goods that are complete and ready for shipment within 30 days after the supplier's receipt of notice of termination shall be accepted by the purchaser 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 I or b) To cancel the remainder and pay to the supplier an agreed amount for partially completed goods and for materials and parts previously procured by the supplier

24. Settlement of Disputes

24.1 The purchaser and the supplier shall make every effort to resolve amicably by direct informal negotiation any disagreement or dispute arising between them under or in connection with the contract. 24.2 If, after thirty (30) days, the parties have failed to resolve their dispute by such mutual consultation, then either the purchaser or the supplier may give notice to the other party of its intention to commence arbitration, as hereinafter provided, as to the matter in dispute, and no arbitration in respect of this matter may be commenced unless such notice is given. 24.2.1 Any dispute or difference in respect of which a notice of intention to

19

commence arbitration has been given in accordance with this Clause shall be finally settled by arbitration. Arbitration may be commenced prior to or after delivery of the goods under the contract. 24.2.2 Arbitration proceeding shall be conducted in accordance with the rules of procedure specified in the SCC.

24.3 Notwithstanding any reference to arbitration herein,

a) The parties shall continue to perform their respective obligations under the Contract unless they otherwise agree; and b) The purchaser shall pay the supplier any monies due the suppliers

25. Limitation of Liability

25.1 Except in cases of criminal negligence or willful misconduct, and in the case of infringement pursuant to Clause 5, a) The supplier shall not be liable to the purchaser, whether in contract, tort, or otherwise, 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 liquidated damages to the purchaser; and

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

26. Governing Language

26.1 The contract shall be written in English language. Subject to GCC Clause 30, English language version of the contract shall govern its interpretation. All correspondence and other documents pertaining to the contract which are exchanged by the parties shall be written in the same language.

27. Applicable Language

27.1 The contract shall be interpreted in accordance with the laws of the Union of India

28. Notices

28.1 Any notice given by one party to the other pursuant to this contract shall be sent to other party in writing or by cable, telex or facsimile and confirmed in writing to the other party's address specified in SCC. 28.2 A notice shall be effective when delivered or on the notice's effective date, whichever is later.

20

29. Taxes and Duties

29.1 Suppliers shall be entirely responsible for all taxes, duties, license fees, octroi, road permits, etc., incurred until delivery of the contracted goods to the purchaser.

30. AGREEMENT:

a) The successful Bidder(s) shall execute an agreement for the fulfillment of the contract on Rs. 100/- non-judicial stamp paper in the prescribed format provided, within three days from the date of acceptance of the Bid and intimation of the award of contract vide 1.a . b) The incidental expenses of execution of agreement shall be borne by the successful Bidder{s). Hereafter the successful Bidder shall be referred to as "Contractor". c) The conditions stipulated in the agreement should be strictly adhered to and violation of any of the conditions in full or in part will entail termination of the contract without prejudice to the rights of Government of Karnataka 1 Purchase and recovery of any consequential loss from the contractor.

4.2 SPECIAL CONDITIONS OF CONTRACT

Special Conditions of Contract The following Special Conditions of contract shall supplement the General of Contract. Whenever there is a conflict, the provisions herein shall prevail over those in the General Conditions of Contract. The corresponding clause number of the General Conditions is indicated in parentheses.

1. Definitions (GCC Clause 1)

a) The Purchaser is State Project Director, Sarva Shiksha Abhiyan, New Public Offices Annex Building, Nrupatunga Road, Bangalore-560001 b) The Supplier is .....

2. Delivery and Documents (GCC Clause 9)

Upon Delivery of the goods, the supplier shall notify the purchaser and the insurance company by cable/telex/fax the full details of the shipment including contract number, railway receipt number and date, description of goods, quantity, name of the consignee etc. The supplier shall mail the following documents to the purchaser with a copy to the insurance company: i) Four copies of the supplier invoice showing contract number, goods description, quantity, unit price, total amount; ii) Railway receipt / acknowledgement of receipt of goods from the consignee(s) i) Four copies of packing list identifying of each package; ii) Manufacturer's / supplier's warranty Certificate iii) Inspection certificate issued by the nominated inspection agency, and the suppliers factory inspection report; and

21

The above documents shall be received by the purchaser before arrival of the goods (except where the goods have been delivered directly to the consignee with all documents) and, if not received, the supplier will be responsible for any consequent expenses.

3. Payment (GCC Clause 12)

i) On Delivery: Eighty percent of the contract price shall be paid upon printing and supply of the materials and upon submission of the documents specified in SCC Clause 3 above; during contract period ; and ii) On Final Acceptance: the remaining twenty percent of the contract price shall be paid to the supplier within 30 days after the date of the acceptance certificate issued by the purchaser's representative for the respective delivery.

Note: (i) Where payments are to be effected through Letter of Credit (LC), the same shall be subject to the latest Uniform Customs and Practice for Documentary Credit, of the International Chamber of Commerce; (ii) The LC will be confirmed at Supplier's cost if requested specifically by the supplier; (iii) If LC is required to be extend / reinstated for reasons not attributable to the purchaser, the charges thereof shall to the supplier's account.

4. Settlement of Disputes (Clause 27)

The dispute settlement mechanism to be applied pursuant to GCC Clause 27.2.2 shall be as follows:

a) In case of Dispute or difference arising between the purchaser and a domestic supplier relating to any matter arising out of a or connected with this agreement, such disputes or difference shall be settled in accordance with the Arbitration and Conciliation Act,1996, by a Sole Arbitrator. The Sole Arbitrator shall be appointed by agreement between the parties; failing such agreement, by the appointing authority namely the Indian Council of Arbitration / President of the Institution of Engineers (India) / The International Centre for Alternative Dispute Resolution (India). A certified copy of the appointment Order shall be supplied to each of the parties. b) Arbitration proceedings shall be held at Bangalore, Karnataka, and the language of the arbitration proceedings and that of all documents and communications between the parties shall be English. c) The decision of the arbitrators shall be final and binding upon both parities. The cost and expenses of Arbitration proceedings will be paid as determined by the Arbitrator. However, the expenses incurred by each party in connection with the 'preparation, presentation etc. of its proceedings shall be borne by each party itself.

22

5. Notices (Clause 31)

For the purpose of all notice, the following shall be the address of the purchase and supplier. Purchaser:

State Project Director, Sarva Shiksha Abhiyan, New Public Offices Annex Building, Nrupatunga Road, Bangalore-560001 Supplier: (To be filled in at the time of contract signature) ______

6. Right to use defective equipment:

If after delivery, acceptance and installation and within the guarantee and warranty period, the operation or use of the equipment proves to be unsatisfactory, the purchase shall have the right to continue to operate or use such equipment until rectifications of defects, errors or omission by repair or by partial or complete replacement is made without interfering with the purchaser's operation.

7. Supplier Integrity:

The supplier is responsible for and obliged to conduct all contracted activities in accordance with the contract using state-of-the-art methods and economic principles and exercising .all means available to achieve the performance specified in the contract.

8. Supplier's Obligations:

The Supplier is obliged to work closely with the purchaser's staff, act within its own authority and abide by directives issued by the purchaser and implementation activities. The supplier will abide by the job safety measures prevalent in India and will free the purchaser from all demands or responsibilities arising from accidents or loss of life the cause of which is the supplier's negligence. The supplier will pay all indemnities arising from such incidents and will not hold the purchaser responsible or obligated.

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

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

23

4.3 Additional Points to be noted in the contract relating to printing and supply on F.O.R. destination of hand books ‘Kishori’, ‘Kelu kishori’, ‘Bhaya padabaradu’ and ‘Calendars’.

a) The contractor should printing and supply of hand books ‘Kishori’, ‘Kelu Kishori’, ‘Bhaya Padabaradu’ and ‘Calendars’ as per the particulars to be printed and supplied by the Purchaser and F.O.R. destination to the State Project Office, Bangalore strictly in accordance with the Term & Conditions of the contract and without any defects. b) The work relating to printing and supply and F.O.R. destination of hand books ‘Kishori’, ‘Kelu Kishori’, ‘Bhaya Padabaradu’ and ‘Calendars, should be executed without any delay as per the implementation schedule mentioned in this document. c) The Purchaser reserves the right to depute officers from his office for the supervision and inspection at the time of implementation of the contract. The contractor should submit health report to the concerned officer regarding the implementation of the contract. d) The contractor should printing and supply of the hand books ’Kishori’, ‘Kelu Kishori’, ‘Bhaya Padabaradu’ and ‘Calendars’ using good quality material strictly in accordance with the sample supplied along with Technical Bid. e) All the printing and supply of the hand books ’Kishori’, ‘Kelu Kishori’, ‘Bhaya Padabaradu’ and ‘Calendars’ should be kept in bundles. f) If any printing error comes to the notice of the purchaser after the printing & supply to the State Project Office, Bangalore the same will have to be replaced by the Contractor at his own expense. g) If the contract is not executed with in the stipulated period as per implementation schedule the Purchaser namely The State Project Director, Sarva Shiksha Abhiyan, I Govt. of Karnataka reserves the right to cancel the contract and the Purchaser will not be liable for any pecuniary loss or damage incurred by the Contractor in this regard.

4.4 IMPLEMENTATION SCHEDULE:

The work relating to printing & F.O.R. destination of printing and supply of the hand books ’Kishori’, ‘Kelu Kishori’, ‘Bhaya Padabaradu’ and ‘Calendars’ should be implemented by the contractor as per the following implementation schedule :-

1. Signing of Contract Within 2 days – After the issue of work order 2. Printing and supply and F.O.R. destination of printing On or before 20 days from and supply of hand books ’Kishori’, ‘Kelu Kishori’, the date of approval of the ‘Bhaya Padabaradu’ and ‘Calendars’ to the material to be printed. respective Block Educational Offices of the 33 districts and the State Project Office, Bangalore.

4.5 PENALTY AND TERMINATION FOR NON-FULFIMENT OF CONTRACT:

1. If the contractor does not execute the work as per the implementation schedule, penalty will be imposed at the rate of 0.1% of the contract amount for each day of delay.

24

i. 2. The contractor entrusted with the work of printing & F.O.R. destination of printing and supply of the hand books ’Kishori’, ‘Kelu Kishori’, ‘Bhaya Padabaradu’ and ‘Calendars’ should execute the work in good condition as per the section V clause 4.5. Using the inferior material, error in printing is found before .The contractor will have to replace the rejected items at his own responsibility & expense.

3. Printing & F.O.R. destination of printing and supply of the hand books ’Kishori’, ‘Kelu Kishori’, ‘Bhaya Padabaradu’ and ‘Calendars’ will have to be supplied F.O.R. destination in good condition without causing any damage to the printed items, to the State Project Office, Bangalore. If any defect is found such defective materials will be rejected and the contractor will have to bear the cost of such defective materials. Penalty will also be imposed by the purchaser depending upon the extent of error/ defect noticed. The quantum of penalty will vary from a minimum of 1% and subject to a maximum of 10% of the contract amount. This penalty will be in addition to the liquidated damages as per clause 19 of GCC.

4.6 GENERAL POINTS TO BE OBSERVED:

The Bidder should execute under taking in the prescribed form stipulating that he has agreed to the Terms & Conditions mentioned in the tender for submission of Technical & Commercial Bids.

25

SECTION V

TECHNICAL SPECIFICATIONS for THE PRINTING & F.O.R. DESTINATION OF PRINTING AND SUPPLY OF THE HAND BOOKS ‘KISHORI’, ‘KELU KISHORI’, ‘BHAYA PADABARADU’ AND ‘CALENDARS’

Printing and supply of the hand books ’Kishori’, ‘Kelu Kishori’, ‘Bhaya Padabaradu’ and ‘Calendars’ as per the specifications given below to be printed and supplied F.O.R. destination to the State Project Office, Bangalore.

4.1 The Specifications of the hand books and calenders to be printed and supplied along with details of number of copies to be printed

Specifications of the hand books/calendars to be printed Sl ‘Kishori’ ‘Kelu Kishori’ ‘Baya Padabaradu’ Calendars No Particulars Hand Books Hand Books Hand Books Remarks 1 Title ‘Kishori’ ‘Kelu Kishori’ ‘Baya Padabaradu’ Each calendar of 12 Hand Books Hand Books Hand Books charts containing 6 Pages (back to back print) 2 Paper Inner Pages: 70 Inner Pages: 70 Inner Pages: 70 170 GSM Art Card GSM Map litho GSM Map litho GSM Map litho Glossy Lamination Cover Pages: Cover Pages: Cover Pages: 170 170 GSM Art 170 GSM Art GSM Art board board board 3 Size 1/4 Demy 1/8 Demy 1/16 Demy; 16.5 Inch * 23 Inch 10.8 * 14.0 CMs 4 Approximate 110-112 48 to 52 16+4 Calendars, each If number Number of calendar containing of pages Pages 6 Pages – back to are back printing changed, amount would be given based on prorate. 5 Colour Inner Pages: Inner Pages: Inner Pages: Single Colour Single Colour Single Colour Single Colour (Black and White) (Black and White) (Black and White) (Black and White) Cover Pages: Cover Pages: Cover Pages: Multi Multi Colour ( 4 Multi Colour ( 4 Colour ( 4 Colour) Colour) Colour) 6 Language Kannada Kannada Kannada Kannada 7 Binding Perfect Binding Centre Pinning Center Pinning Calendar has to be neatly wired at the top and it should have facility to hang on the wall and should have a hole which can easily help to change the calendars for when it is used as teaching aid. 8 Approximate 22880 3.31525 Lakh 3.31525 Lakh 22880 number of copies

26

9 Packing Should be packed Should be packed Should be packed Should be packed in separate in separate in separate bundles in separate bundles bundles each bundles each each bundle each bundle bundle containing bundle containing containing as per containing as per as per the block as per the block the block the block requirement as requirement as requirement as per requirement as per per annexure. per annexure. annexure. annexure.

10 Distribution Distributed to Distributed to Distributed to Distributed to All the districts and State districts and State districts and State districts and State materials Project Office (As Project Office (As Project Office (As Project Office (As have to per the details per the details per the details per the details be provided provided provided Annexure) provided Annexure) supplied Annexure) Annexure) in one time. 11 Data feeding Soft copy of the Soft copy of the Soft copy of the Soft copy of the and DTP module would be module would be module would be illustrations would work provided and any provided and any provided and any be provided changes in the changes in the changes in the text/page design text/page design text/page design and layout has to and layout has to and layout has to be made as per be made as per be made as per the the requirement. the requirement. requirement.

Note :

1. The rate should be mentioned for printing per book/calendar. 2. The Purchaser reserves the right either to increase or decrease the number of books to be printed and supplied. 3. The Purchaser reserves the right to withdraw or withhold or cancel the printing and supply order. 4. The Purchaser reserves the right to cancel the tender at any stage of the tender and it will be discretion of the purchaser to either disclose or withhold the reasons for cancellation. 5. The successful bidder should print and supply the hand books ‘Kishori’, ‘Kelu Kishori’, ‘Bhaya Padabaradu’ and ‘Calendars’ at the same approved rate within the stipulated time, if found necessary. 6. The rate quoted should include all rates & taxes and transportation costs.

27

SETION – Vl

HAND BOOKS ‘KISHORI’, ‘KELU KISHORI’, ‘BHAYA PADABARADU’ AND CALENDARS AS PER THE FOLLOWING PARTICULARS HAVE TO BE PRINTED AND SUPPLIED ON F.O.R. DESTINATION TO THE STATE PROJECT OFFICE.

NOTE : 1. The Purchaser reserves the right to either increase or decrease the no. of hand books ’Kishori’, ‘Kelu kishori’, ‘Bhaya Padabaradu’’, ‘calendars’ have to printed or supplied on F.O.R. destination to the State Project Office, Bangalore. TABLE-I Bid form

Ref No: Date: TO: State Project Director, Sarva Shiksha Abhiyan, New Public Offices Annex Building, Nrupatunga Road, Bangalore-560001

Sir/Madam,

Having examined the Bidding Documents including Addenda No.s______the receipt of which is hereby duly acknowledged, we, the undersigned, offer to Print and Supply ‘Kishori’, ‘Kelu Kishori’, ‘Bhaya Padabaradu’ ‘Calendars’ FOR destination to the State Project Office, Bangalore and districts has specified in the annexure, for which necessary Bid security amounting to Rupees 92,000/- (Ninety two thousand only) at the prescribed rate is paid to the Centre for e governance. Conditions :- 1. We undertake, if our Bid is accepted, to print and supply the ‘Kishori’, ‘Kelu Kishori’, ‘Bhaya Padabaradu’ ‘Calendars’ FOR destination to the State Project Office, Bangalore and districts as specified in the annexure, in the State in accordance with the terms and conditions in the Bidding document. 2. If our bid is accepted we will obtain the guarantee of a bank in a sum equivalent to 5 % of the Total Contract Price for the due performance of the Contract, in the form prescribed by the purchaser. 3. We agree to abide by this bid for a period of 90 days after the date fixed for bid opening of Second Envelope under Clause 19 of the Instruction to Bidders and shall remain binding upon us and may be accepted at any time before the expiration of that period. 4. We understand that in competing for (and if the award is made to us, in executing the above contract,) we will strictly observe the laws against fraud and corruption in force in India namely Prevention of Corruption Act 1988 ". 5. We understand that you are not bound to accept the lowest or any bid you may receive. 6. We confirm that we comply with the eligibility requirements as per ITT Clause-1 of the Tender document. Dated this ______day of ______2012

Signature:______(in the Capacity of ): ______

28

Duly Authorized to sign bid for and on behalf of Place: ______Address: TABLE-II PERFORMANCE SECURITY FORM (Bank guarantee to be executed on Rs. 100 Stamp paper)

To State Project Director, Sarva Shiksha Abhiyan, New Public Offices Annex Building, Nrupatunga Road, Bangalore-560001

Sir

WHEREAS (Name of the Contractor) hereinafter called "the Contractor" has undertaken, in pursuance of Contract No dated to printing and supply of ‘Kishori’, ‘Kelu kishori’, ‘Bhaya Padabaradu’ and a ‘calendars’ FOR destination to the State Project Office, Bangalore and districts as specified in the annexure and related services hereinafter called.” the Contract".

AND WHEREAS it has been stipulated by you in the said Contract that the Contractor shall furnish you with a Bank Guarantee equivalent to 5% of the total amount of the contract by a Nationalized Bank for the sum specified therein as security for compliance with the Contractors performance obligations in accordance with the Contract.

AND WHEREAS we have agreed to give the Contractor a Guarantee: THEREFORE WE hereby affirm that we are Guarantor and responsible to you, on behalf of the Contractor, up to a total of (Amount of the Guarantee in Words and (Figures) and we undertake to pay you, upon your first written demand declaring the Contractor to be in default under the Contract and without cavil or argument, any sum or sums within the limit of(Amount of Guarantee) as aforesaid, without your needing to prove or show grounds or reasons for your demand for the sum specified therein.

This guarantee is valid until the ...... day of......

Authorized signatory's Signature and Seal of Guarantors Bank

……………………. ……………………. Date …………….

Address…………….. Place ……………………….

29

TABLE-III CONTRACT FORM (To be typed on Rs. 100/- Stamp Paper)

THIS AGREEMENT made the ...... day of ...... 20 .. Between (Name of purchase) The State Project Director, Sarva Shiksha Abhiyan Samithi, Karnataka, Bangalore (Country of Purchaser) (hereinafter called "the Purchaser") of the one part and ...... (Name of the Supplier) of . (City and Country of Supplier) (hereinafter called "the Supplier") of the other part :

WHEREAS the Purchaser is desirous that certain Goods and ancillary services viz (Brief prescription of Goods and Services) and has accepted a tender by the Supplier for the supply of those goods and services in the sum of (Contract Price in Words and Figures) (hereinafter called "the Contract Price").

NOW THIS AGREEMENT WITNESSETH AS FOLLOWS:

1. In this Agreement words and expressions shall have the same meanings as are respectively assigned to them in the Conditions of Contract referred to. 2. The following documents shall be deemed to form and be read and construed as part of this Agreement, viz: a. the Tender Form and the Price Schedule submitted by the Tenderer; b. the Schedule of Requirements: c. the Technical Specifications; d. the General Conditions of Contract; e. the Special Condition of Contract; and f. the Purchaser's Notification of Award. 3. In consideration of the payments to be made by the Purchaser to the Supplier as hereinafter mentioned, the Supplier hereby covenants with the Purchaser to provide the goods and services and to remedy defects therein conformity in all respects with the provisions of the Contract. 4. The Purchasers hereby covenants to pay the Supplier in consideration of the provision of the goods and services and the remedying of defects therein, the Contract Price or such other sum as may become payable under the provisions of the Contract at the times and in the manner prescribed by the Contract.

Brief particulars of the magazines which shall be printed and supplied / provided by the Supplier are as under:

51. Brief Description of Quantity to Unit Price Total Price Delivery No magazines be supplied Terms

TOTAL VALUE: DELIVERY SCHEDULE

30

IN WITNESS whereof the parties hereto have caused this Agreement to be executed in accordance with their respective laws the day and the year first above written.

Signed, Sealed and Delivered by the said ...... (For the Purchaser) in the presence of ......

Signed, Sealed and Delivered by the said ...... (For the Supplier) in the presence of ...... ::......

Witnesses:

1.

2.

31

TABLE-IV

STATEMENT OF PAST PERFORMANCE (Pro forma for performance statement (for a period of last Two years from 2010-11 to 2011-12) relating to Printing / supply work of ‘Kishori’, ‘Kelu kishori’, ‘Bhaya padabaradu’ and Calendars.

Name of the Firm ______

Name of Contract Description Total Value Period of If there is Has the the No. & date of the of Contract contract delay, in work organisati of the contract (Mentioned performance entrusted on& agreement the date) reasons for completed address to t for said the same satisfactorily which organisati (Attach service on certificate was From an provided Officer who entrusted the work) 1 2 3 4 5 6 7

Signature and seal of the Bidder I Authorized Representative ______

Place: Date:

32

TABLE - V

IMPLEMENTATION SCHEDULE

To

State Project Director, Sarva Shiksha Abhiyan, New Public Offices Annex Building, Nrupatunga Road, Bangalore-560001

Sir,

We M/s…………………………………………..(Name of the bidder) here in after Called “the Contractor” have furnished the bid for Printing and Supply of ‘Kishori’, ‘Kelu kishori’, ‘Bhaya padabaradu’ and ‘Calendars’ FOR destination to the State Project Office, Bangalore and districts specified in the annexure, do here by agree to the implementation schedule of the said project. Failing which the state project Director, Sarva Shikshana Abhiyan will have discretion to either reject or cancel the contract agreement.

Yours faithfully, Place: Date: Signature of Printer/Publisher Seal:

33

TABLE-VI

UNDERTAKING

To

State Project Director, Sarva Shiksha Abhiyan, New Public Offices Annex Building, Nrupatunga Road, Bangalore-560001

Sir,

We M/s…………………………………………..(Name of the bidder) here in after Called “the Contractor” do hereby affirm and undertake to abide by all the terms, conditions and specifications given in the bidding document while performing the contractual obligations relating to Printing and Supply of ‘Kishori’, ‘Kelu kishori’, ‘Bhaya padabaradu’ and ‘Calendars’ FOR destination to the State Project Office, Bangalore and Blocks has specified in the annexure with in stipulated time.

Yours faithfully, Place: Date: Signature of Printer/Publisher Seal:

34

TABLE VII

PARICULARS OF PRINTERS /PUBLISHERS TOBE SUBMITTED IN THE TECHNICAL BID 1 Name of the printer/publisher

2 Year of starting the organization & registration number (photo copy of registration certificate to be enclosed 3 Address of the printer/ publisher (along with phone no.& pin code)

4 Status of printer/ publisher Own/ Partnership

5 a) C.S.T./K.S.T.No. b) Permanent PAN No. of Income Tax Dept.(Photocopy of I. T. returns for the last three years to be enclosed) 6 Audit reports for the last 2 years (Certified copy of Charted Account’ report in P&L account to be enclosed) 7 Particulars of Sales Tax returns for the last 2 years(photo copy of returns to be enclosed)

8 Experience of printer/ publisher relating to printing work (supporting certificates to be Enclosed)

9 Particulars of E.M.D. As per eproc portal

10 Particulars of Physical Infrastructure available in the organization relating to print/ supply

11 Remarks

35

Table:VIII

CHECK LIST OF DOCUMENT TO BE SUBMITTED IN THE FIRST ENVELOPE

Sl.No. Description Whether the Page Document is No. enclosed or From not and To 1 Bid form as per Table 1 YES/NO

2 BID SECURITY as per table IIA YES/NO

3 Statement of past performance as per table IV YES/NO

4 Format of acceptance of implementation YES/NO schedule as per Table V 5 UNDERTAKING as per Table VI YES/NO

6 Details of organization as per table VII YES/NO

7 Attested copies showing the legal status YES/NO ,places of registration and principal place of business of the firm 8 Attested copies of documents showing that the YES/NO firm had an average financial turnover of Rs.60.00lakhs during the last 2 years i.e, 2010-11 to 2011-12 8A Attested copies documents showing single billing of not less than Rs 20 lakhs for having executed the work during last 2 years 2010-11 to 2011-12 9 Attested copies of sales tax registration and YES/NO sales tax returns filled in the last 2 years i.e, 2010-11 to 2011-12 10 Attested copies of income tax registration and YES/NO income tax returns filled in the last 2 years i.e, 2010-11 to 2011-12 11 Attested copies of audited financial statements YES/NO for the last 2 years i.e, 2010-11 to 2011-12 12 Sample paper to be used for Printing of YES/NO ‘Kishori’, ‘Kelu Kishori’, ‘Bhaya Padabaradu’ and Calendars. The bidder should attest the same.

PLACE: DATE: SIGNATURE OF THE BIDDER

36

Table-IX Price Schedule

PARTICUILARS TOBE SUBMITED IN THE COMMERCIAL BID/SECOND COVER PRICE SCHEDULE FOR PRINTING AND SUPPLY OF ’KISHORI’, ‘KELU KISHORI’, ‘BHAYA PADABARADU’ AND CALENDARS, FOR DESTINATION TO THE STATE PROJECT OFFICE, BANGALORE AND DISTRICTS HAS SPECIFIED IN THE ANNEXURE,

Rates quoted by the bidder should be in the following pro forma : Sl Particulars of Total Unit Unit cost (in Total Amount No the number (Number) rupees) for (in rupees) for Grand total book/calendar of printing and printing of Price (in to be printed books supply of specified rupees) for to be each book number of printing of printed (Including all taxes copies all the four and transportation (Including all taxes items charges) and transportation charges) 1 ‘Kishori’ Hand 22880 No. book 2 ‘Kelu Kishori’ 331525 No. Hand book 3 ‘Bhaya 331525 No. Padabaradu’ Hand book 4 Calendars 22880 No. Total Price  The rates should be mentioned clearly both in words and figures

CONDITIONS

1. If our tender is accepted, we here by undertake to abide as per the stipulated Term and Conditions, Printing and Supply of ‘Kishori’, ‘Kelu Kishori’, ‘Bhaya Padabaradu’ and Calendars, F.O.R destination to the State Project Office, Bangalore and districts has specified in the annexure. 2. If our tender is accepted we will obtain the Guarantee or Demand Draft from a Nationalized Bank for sum of equivalent to 5 percent of the total cost of the contract entrusted to us. 3. We agree to abide by this Tender for bid validity of 90 days after the date fixed for opening of Second Envelope under clause 13.1 of this Tender document and shall remain binding upon us and may be accepted at any time before then expiry of the period. 4. We agree to abide by this tender for and if the award is made to us, in executing the above contract we will strictly observe the laws against fraud and corruption in force in India namely “Prevention of corruption act 1988”. 5. We understand that you are not bound to accept a lowest offer that you may receive after Tender validity. Dated this...... day of...... 2012

Signature

(Name and Address of the Tender with seal)

(In the capacity of . . … ...... Duly authorized to sign the Tender for and on behalf of)

37

Annexure Number of Kishori, Kelu Kishori, Bayapadabaradu hand books and Calendars-each calendars (containting 12 charts) of 6 pages to be printed and supplied to F.O.R destinations Bayapad Kishori Kelu Kishori abaradu Sl.no District name Block name Hand Calendars Hand books Hand books books 1 BAGALKOT 183 2,781 2,781 183 2 BAGALKOT BAGALKOT 127 2,213 2,213 127 3 BAGALKOT 72 1,570 1,570 72 4 BAGALKOT HUNAGUND 166 2,502 2,502 166 5 BAGALKOT JAMAKHANDI 164 3,657 3,657 164 6 BAGALKOT 122 2,712 2,712 122 BAGALKOT Total 834 15,435 15,435 834 7 BANGALORE RURAL DEVANAHALLI 94 890 890 94 8 BANGALORE RURAL DODDABALLAPURA 133 1,370 1,370 133 9 BANGALORE RURAL HOSAKOTE 119 1,269 1,269 119 10 BANGALORE RURAL NELAMANGALA 99 1,023 1,023 99 BANGALORE RURAL Total 445 4,552 4,552 445 11 BANGALORE U NORTH NORTH1 66 1,478 1,478 66 12 BANGALORE U NORTH NORTH2 36 515 515 36 13 BANGALORE U NORTH NORTH3 57 1,055 1,055 57 14 BANGALORE U NORTH NORTH4 109 2,045 2,045 109 BANGALORE U NORTH Total 268 5,093 5,093 268 15 BANGALORE U SOUTH ANEKAL 108 1,521 1,521 108 16 BANGALORE U SOUTH SOUTH1 109 1,768 1,768 109 17 BANGALORE U SOUTH SOUTH2 58 887 887 58 18 BANGALORE U SOUTH SOUTH3 89 1,683 1,683 89 19 BANGALORE U SOUTH SOUTH4 93 1,966 1,966 93 BANGALORE U SOUTH Total 457 7,825 7,825 457 20 BELGAUM BAILHONGAL 149 2,730 2,730 149 21 BELGAUM BELGAUM CITY 90 1,667 1,667 90 22 BELGAUM BELGAUM RURAL. 190 3,324 3,324 190 23 BELGAUM KHANAPUR 157 1,967 1,967 157 24 BELGAUM RAMDURG 106 2,106 2,106 106 25 BELGAUM SOUNDATTI 122 2,842 2,842 122 BELGAUM Total 814 14,636 14,636 814 26 BELGAUM CHIKKODI ATHANI 168 2,935 2,935 168 27 BELGAUM CHIKKODI CHIKODI 164 2,216 2,216 164 28 BELGAUM CHIKKODI GOKAK 99 1,861 1,861 99 29 BELGAUM CHIKKODI HUKKERI 181 2,801 2,801 181 30 BELGAUM CHIKKODI KAGWAD 57 932 932 57 31 BELGAUM CHIKKODI MUDALGI 139 2,878 2,878 139 32 BELGAUM CHIKKODI NIPPANI 120 1,505 1,505 120 33 BELGAUM CHIKKODI RAIBAG 137 2,856 2,856 137 BELGAUM CHIKKODI Total 1,065 17,984 17,984 1,065 34 BELLARY BELLARY EAST 106 2,625 2,625 106 35 BELLARY BELLARY WEST 81 1,983 1,983 81 36 BELLARY HADAGALI 86 1,559 1,559 86 37 BELLARY HAGARIBOMMANAHALLI 78 1,602 1,602 78 38 BELLARY HOSPET 130 3,034 3,034 130 39 BELLARY KUDLIGI 176 2,885 2,885 176 40 BELLARY SANDUR 103 2,010 2,010 103 41 BELLARY SIRUGUPPA 96 2,097 2,097 96 BELLARY Total 856 17,795 17,795 856 42 BIDAR AURAD 134 2,391 2,391 134 43 BIDAR BASAVAKALYAN 154 2,497 2,497 154 44 BIDAR BHALKI 139 2,162 2,162 139 45 BIDAR BIDAR 176 2,895 2,895 176 46 BIDAR HUMNABAD 137 2,441 2,441 137 BIDAR Total 740 12,386 12,386 740

38

47 BIJAPUR BASAVAN BAGEWADI 187 3,310 3,310 187 48 BIJAPUR BIJAPUR RURAL 207 3,445 3,445 207 49 BIJAPUR BIJAPUR CITY 100 1,788 1,788 100 50 BIJAPUR CHADACHAN 77 1,647 1,647 77 51 BIJAPUR INDI 121 2,583 2,583 121 52 BIJAPUR MUDDEBIHAL 166 3,248 3,248 166 53 BIJAPUR SINDAGI 216 4,183 4,183 216 BIJAPUR Total 1,074 20,204 20,204 1,074 54 CHAMARAJANAGARA CHAMARAJA NAGAR 143 1,823 1,823 143 55 CHAMARAJANAGARA GUNDULPET 97 1,261 1,261 97 56 CHAMARAJANAGARA HANUR 81 955 955 81 57 CHAMARAJANAGARA KOLLEGAL 56 697 697 56 58 CHAMARAJANAGARA YELANDUR 44 391 391 44 CHAMARAJANAGARA Total 421 5,127 5,127 421 59 CHIKKABALLAPURA BAGEPALLY 75 1,099 1,099 75 60 CHIKKABALLAPURA CHIKKABALLAPUR 82 955 955 82 61 CHIKKABALLAPURA CHINTAMANI 129 1,476 1,476 129 62 CHIKKABALLAPURA GOWRIBIDANUR 127 1,562 1,562 127 63 CHIKKABALLAPURA GUDIBANDA 33 481 481 33 64 CHIKKABALLAPURA SIDLAGHATTA 98 1,056 1,056 98 CHIKKABALLAPURA Total 544 6,629 6,629 544 65 CHIKKAMANGALORE BIRURU 75 655 655 75 66 CHIKKAMANGALORE CHIKMAGALUR 151 1,381 1,381 151 67 CHIKKAMANGALORE KADUR 114 962 962 114 68 CHIKKAMANGALORE KOPPA 72 410 410 72 69 CHIKKAMANGALORE MOODIGERE 79 616 616 79 70 CHIKKAMANGALORE NARASIMHARAJAPURA 48 393 393 48 71 CHIKKAMANGALORE SRINGERI 37 206 206 37 72 CHIKKAMANGALORE TARIKERE 117 991 991 117 CHIKKAMANGALORE Total 693 5,614 5,614 693 73 CHITRADURGA CHALLAKERE 175 2,528 2,528 175 74 CHITRADURGA CHITRADURGA 225 2,237 2,237 225 75 CHITRADURGA HIRIYUR 162 1,737 1,737 162 76 CHITRADURGA HOLALKERE 121 1,208 1,208 121 77 CHITRADURGA HOSADURGA 133 1,258 1,258 133 78 CHITRADURGA MOLAKALMUR 75 1,325 1,325 75 CHITRADURGA Total 891 10,293 10,293 891 79 DAKSHINA KANNADA BANTWAL 146 1,768 1,768 146 80 DAKSHINA KANNADA BELTHANGADY 114 1,457 1,457 114 81 DAKSHINA KANNADA MANGALORE CITY 27 281 281 27 82 DAKSHINA KANNADA MANGALORE TALUK 107 1,265 1,265 107 83 DAKSHINA KANNADA MOODABIDRE 43 384 384 43 84 DAKSHINA KANNADA PUTTUR 146 1,621 1,621 146 85 DAKSHINA KANNADA SULLIA 75 847 847 75 DAKSHINA KANNADA Total 658 7,623 7,623 658 86 DAVANAGERE CHANNAGIRI 141 1,776 1,776 141 87 DAVANAGERE DAVANAGERE(N) 79 1,445 1,445 79 88 DAVANAGERE DAVANAGERE(S) 88 1,139 1,139 88 89 DAVANAGERE HARAPANAHALLI 139 2,444 2,444 139 90 DAVANAGERE HARIHARA 77 1,335 1,335 77 91 DAVANAGERE HONNALI 106 1,406 1,406 106 92 DAVANAGERE JAGALUR 84 1,326 1,326 84 DAVANAGERE Total 714 10,871 10,871 714 93 DHARWAD DHARWAD 111 1,983 1,983 111 94 DHARWAD DHARWAD CITY 49 973 973 49 95 DHARWAD HDMC 72 2,013 2,013 72 96 DHARWAD HUBLI 79 1,602 1,602 79 97 DHARWAD KALGHATAGI 85 1,400 1,400 85 98 DHARWAD KUNDAGOL 71 1,198 1,198 71 99 DHARWAD NAVALGUND 84 1,347 1,347 84 DHARWAD Total 551 10,516 10,516 551

39

100 GADAG GADAG CITY 39 718 718 39 101 GADAG GADAG RURAL 78 1,386 1,386 78 102 GADAG MUNDARAGI 78 1,123 1,123 78 103 GADAG NARAGUND 45 706 706 45 104 GADAG RON 129 2,207 2,207 129 105 GADAG SHIRHATTI 71 1,570 1,570 71 GADAG Total 440 7,710 7,710 440 106 GULBARGA AFZALPUR 97 2,194 2,194 97 107 GULBARGA ALAND 172 2,908 2,908 172 108 GULBARGA CHINCHOLI 126 2,413 2,413 126 109 GULBARGA CHITTAPUR 164 3,124 3,124 164 110 GULBARGA GULBARGA NORTH 114 1,849 1,849 114 111 GULBARGA GULBARGA SOUTH 100 1,667 1,667 100 112 GULBARGA JEWARGI 127 3,278 3,278 127 113 GULBARGA SEDAM 122 1,800 1,800 122 GULBARGA Total 1,022 19,233 19,233 1,022 114 HASSAN ALUR 62 441 441 62 115 HASSAN ARAKALAGUDU 121 1,224 1,224 121 116 HASSAN ARASIKERE 194 1,487 1,487 194 117 HASSAN BELUR 119 914 914 119 118 HASSAN CHANNARAYAPATNA 163 1,266 1,266 163 119 HASSAN HASSAN 163 1,349 1,349 163 120 HASSAN HOLENARASIPURA 114 1,060 1,060 114 121 HASSAN SAKALESHAPURA 86 656 656 86 HASSAN Total 1,022 8,397 8,397 1,022 122 HAVERI BYADAGI 66 1,017 1,017 66 123 HAVERI HANAGAL 132 2,043 2,043 132 124 HAVERI HAVERI 111 1,963 1,963 111 125 HAVERI HIREKERUR 118 1,688 1,688 118 126 HAVERI RANNEBENNUR 127 2,010 2,010 127 127 HAVERI SAVANUR 70 1,291 1,291 70 128 HAVERI SHIGGOAN 84 1,422 1,422 84 HAVERI Total 708 11,434 11,434 708 129 KODAGU MADIKERI 79 722 722 79 130 KODAGU SOMAVARPET 102 932 932 102 131 KODAGU VIRAJPET 85 905 905 85 KODAGU Total 266 2,559 2,559 266 132 KOLAR BANGARAPETE 92 1,345 1,345 92 133 KOLAR K G F 54 598 598 54 134 KOLAR KOLAR 161 1,803 1,803 161 135 KOLAR MALUR 100 1,341 1,341 100 136 KOLAR MULBAGAL 117 1,721 1,721 117 137 KOLAR SRINIVASAPUR 115 1,219 1,219 115 KOLAR Total 639 8,027 8,027 639 138 KOPPAL GANGAVATHI 160 3,829 3,829 160 139 KOPPAL KOPPAL 155 3,275 3,275 155 140 KOPPAL KUSTAGI 136 2,771 2,771 136 141 KOPPAL YELBURGA 129 2,469 2,469 129 KOPPAL Total 580 12,344 12,344 580 142 MANDYA KRISHNARAJA PET 137 1,481 1,481 137 143 MANDYA MADDUR 132 1,254 1,254 132 144 MANDYA MALAVALLY 143 1,372 1,372 143 145 MANDYA MANDYA NORTH 76 737 737 76 146 MANDYA MANDYA SOUTH 72 790 790 72 147 MANDYA NAGAMANGALA 128 1,041 1,041 128 148 MANDYA PANDAVAPURA 85 898 898 85 149 MANDYA SRIRANGA PATNA 63 798 798 63 MANDYA Total 836 8,371 8,371 836

40

150 MYSORE H.D.KOTE 137 1,755 1,755 137 151 MYSORE HUNSUR 129 1,772 1,772 129 152 MYSORE K.R.NAGARA 109 1,289 1,289 109 153 MYSORE MYSORE NORTH 54 998 998 54 154 MYSORE MYSORE RURAL 123 1,954 1,954 123 155 MYSORE MYSORE SOUTH 30 289 289 30 156 MYSORE NANJANAGUD 157 2,402 2,402 157 157 MYSORE PERIYA PATNA 116 1,538 1,538 116 158 MYSORE T.N.PURA 115 1,600 1,600 115 MYSORE Total 970 13,597 13,597 970 159 RAICHUR DEVADURGA 139 2,622 2,622 139 160 RAICHUR LINGASUGUR 161 3,485 3,485 161 161 RAICHUR MANVI 138 3,122 3,122 138 162 RAICHUR RAICHUR 166 3,271 3,271 166 163 RAICHUR SINDHANUR 188 3,428 3,428 188 RAICHUR Total 792 15,928 15,928 792 164 RAMANAGARA CHANNAPATNA 101 1,221 1,221 101 165 RAMANAGARA KANAKAPURA 140 1,631 1,631 140 166 RAMANAGARA MAGADI 114 1,079 1,079 114 167 RAMANAGARA RAMANAGARA 101 1,179 1,179 101 RAMANAGARA Total 456 5,110 5,110 456 168 SHIMOGA BHADRAVATI 148 1,668 1,668 148 169 SHIMOGA HOSANAGAR 105 761 761 105 170 SHIMOGA SAGAR 127 1,132 1,132 127 171 SHIMOGA SHIKARIPUR 125 1,493 1,493 125 172 SHIMOGA SHIMOGA 189 1,977 1,977 189 173 SHIMOGA SORAB 132 1,340 1,340 132 174 SHIMOGA THIRTHAHALLI 118 672 672 118 SHIMOGA Total 944 9,043 9,043 944 175 TUMKUR CHIKNAYAKANHALLI 115 1,102 1,102 115 176 TUMKUR GUBBI 150 1,447 1,447 150 177 TUMKUR KUNIGAL 127 1,206 1,206 127 178 TUMKUR TIPTUR 101 982 982 101 179 TUMKUR TUMKUR 203 2,372 2,372 203 180 TUMKUR TURUVEKERE 94 838 838 94 TUMKUR Total 790 7,947 7,947 790 181 TUMKUR MADHUGIRI KORATAGERE 93 992 992 93 182 TUMKUR MADHUGIRI MADHUGIRI 150 1,690 1,690 150 183 TUMKUR MADHUGIRI PAVAGADA 122 1,721 1,721 122 184 TUMKUR MADHUGIRI SIRA 175 1,983 1,983 175 TUMKUR MADHUGIRI Total 540 6,386 6,386 540 185 UDUPI BRAHAMAVARA 65 615 615 65 186 UDUPI BYNDOOR 93 1,036 1,036 93 187 UDUPI KARKALA 88 831 831 88 188 UDUPI KUNDAPURA 75 800 800 75 189 UDUPI UDUPI 48 450 450 48 UDUPI Total 369 3,732 3,732 369 190 UTTARA KANNADA ANKOLA 75 684 684 75 191 UTTARA KANNADA BHATKAL 82 753 753 82 192 UTTARA KANNADA HONNAVAR 144 953 953 144 193 UTTARA KANNADA KARWAR 80 625 625 80 194 UTTARA KANNADA KUMTA 107 908 908 107 UTTARA KANNADA Total 488 3,923 3,923 488 195 UTTARA KANNADA SIRSI HALIYAL 66 1,153 1,153 66 196 UTTARA KANNADA SIRSI JOIDA 46 408 408 46 197 UTTARA KANNADA SIRSI MUNDAGOD 60 888 888 60 198 UTTARA KANNADA SIRSI SIDDAPUR 103 683 683 103 199 UTTARA KANNADA SIRSI SIRSI 145 1,255 1,255 145 200 UTTARA KANNADA SIRSI YELLAPUR 96 585 585 96 UTTARA KANNADA SIRSI Total 516 4,972 4,972 516 201 YADAGIRI SHAHAPUR 137 3,336 3,336 137 202 YADAGIRI SHORAPUR 166 3,670 3,670 166 203 YADAGIRI YADGIR 169 3,221 3,221 169 YADAGIRI Total 472 10,227 10,227 472 Grand Total 22,875 3,31,523 3,31,523 22,875 State Project Office 5 2 2 5 Grand Total 22,880 3,31,525 3,31,525 22,880 41