0% found this document useful (0 votes)
130 views37 pages

Bid Document

Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
130 views37 pages

Bid Document

Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 37

.

Tender

For
S
Selecting an OEM/SI
For
Supply, Distribution, 3 years Maintenance of Tablet
computers with Mobile
obile Device Management
for
Govt. Primary Teachers of Jharkhand

JHARKHAND EDUCATION PROJECT COUNCIL

DoSE&L, GOVERNMENT OF JHARKHAND

Old HEC High School, JSCA Stadium Roa


Road, Sector-III,
III, Dhurwa, Ranchi-834004
Ranchi

Phone No.- 0651-2444501, 2444502, Fax


Fax-0651-2444506, email: [email protected]
INDEX

Sl. Page
Section Topic
No. No.

1 I Invitation for Bids (IFB) 3

2 II Instructions to Bidders (ITB) 4-8

3 III Scope of Work 9-13

4 IV Basic Pre Qualification Eligibility Criteria of Bidders 14-16

5 V Selection Procedure - Evaluation of Bids 17-18

6 VI General Conditions of Work 19-22

7 VII ANNEXURE I -Bid Form 23


ANNEXURE II II- Bid Security (EMD) Form for
or Bank
8 VIII 24
Guarantee
ANNEXURE III III-Checklist
Checklist of Documents to be Uploaded /
9 IX 25-26
Submitted in Technical Bid
10 X ANNEXURE IV
IV-Performance Security Form 27

11 XI ANNEXURE V
V-Format for Financial Bid 28-29

12 XII ANNEXURE VI
VI-BOQ Format 30
ANNEXURE VI VI-List
List of Block offices where distribution of
13 XIII Tablets to the individual 28,945 teacher need to ensured by 31-37
the bidder

2
SECTION I: INVITATION FOR BIDS (IFB
(IFB)
State Project Director,
Jharkhand Education Project Council
Invites e-bids

BID No.MIS/06/2022/173
MIS/06/2022/173(Part-2)/1612 Date :16/05/2024
:
(a) In order to enable teachers to use the resources & contents available on various digital
portals & show them to students, DoSE&L, Government of India and DoSE&L,
Government of Jharkhand both have extended their financial support to provide tablet
computer to 28,945 Govt. Primary teachers of Jharkhand. This will assist them to
undertake various on-line
line trainings & to upload & monitor various data/records of
child/teachers/school etc.& provide academic support to students
students.
(b) Jharkhand Education Project Council (JEPC) will be selecting an OEM or OEM authorized
Vendor for Supply, Distribution
istribution and 3 years Maintenance of 28,945 Tablet computers with
Mobile Device Management (MDM) software to the teachers of Jharkhand.
Jharkhand
(c) The Jharkhand Education Project Council invites sealed Bids through ee-tender from
reputed OEMs of Tablet computers for the above mentioned work.
(d) The complete tender documents can be seen on and downloaded from the Jharkhand e-
procurement portal https://jharkhandtenders.gov.in
https://jharkhandtenders.gov.in.
(e) Bidders must submit the Bid Cost of Rs. 10,000.00 (Ten Thousand) and Bid Security
(EMD) of Rs.86,83,500.00
00.00 ((Eighty-six Lakhs, Eighty-three
three thousand & Five hundred only)
online on e-procurement portal https://jharkhandtenders.gov.in.
(f) Failure of submission of Bid Cost and/or Bid security (EMD) of prescribed amount would
be a sufficient cause to reject the bid
bid&& do not consider for technical evaluation.
evaluation
(g) In the event of the date specified for meeting or receipt or opening of the bids happens to
be a holiday, the appointed time on the next working day will automatically fixed for the
purpose.
(h) All the disputes related to the bid will be subject to Ranchi jurisdiction.
(i) The list of dates with regard to this Invitation for Bids are given below:
Sl. Details Start Date Time End Date Time
1 On line availability of bid documennt 16.05.2024 05:00PM 13.06.2024 03:00 PM
2 Document Download 16.05.2024 05:00PM 13.06.2024 03:00 PM
3 Pre-Bid Meeting 31.05.2024 11:30 AM -- --
4 Online Bid Submission 17.05.2024 11:00AM 13.06.2024 03:00 PM
Submission of proof of EMD,, Bid Cost & Financial
5
Bid as per annexure-V V in 2 separate envelopes 13.06.2024 10:00AM 14.06.2024 02:00 PM
6 Opening of Technical Bid 14.06.2024 03:00 PM -- --
Announced after the evaluation of technical
7 Opening of Financial Bid
bids

(j) The State Project Director, JEPC reserves the right to accept or reject (Fully/Partly) tender
without assigning any reason thereof.
Sd/
Sd/-
(Aditya
Aditya Ranjan,
Ranjan I.A.S)
State Project Director
Jharkhand
harkhand Education Project Council,
Ranchi

3
SECTION II:INSTRUCTIONS TO BIDDERS (ITB)
1.1. Clarification of BID Documents

Pre-bid meeting:

Pre-bid
bid meeting will be held at our State Project Office, Old HEC High School, JSCA
Stadium Road, Sector-III,
III, Dhurwa, Ranchi, Jh
Jharkhand on 31/05/2024 4 at 11:30 AM. All
prospective bidders seeking clarifications or offering suggestions are required to submit
the hard copies of their quarries/suggestions 24 hours before the scheduled pre pre-bid
meeting to our office at Ranchi.

1.2.. Purchaser’s Right to Terminate Bidding Process

a) The Purchaser reserves the right to accept or reject any proposal, and to annul the
bidding process and reject all proposals at any time prior to award of contract, without
incurring any liability to tthe
he affected bidder or bidders or any obligation to inform the
affected bidder or bidders of the grounds for Purchaser’s action. The Purchaser makes
no commitment, expressed or implied that this process will result in a business
transaction with anyone.

b) This bid does not constitute an offer by the Purchaser. The bidder's participation in
this process may result in Purchaser selecting the bidder to engage in further
discussions and negotiations
otiations toward execution of a contract. The commencement of
such negotiations does not, however, signify a commitment by the Purchaser to
execute a contract or to continue negotiations. The Purchaser may terminate
negotiations at any time without assigning any reason prior to award of contract.

c) Failure to execute the ccontract/agreement


greement with the selected bidder within the defined
period may result in award of the same work to another agency at the risk and cost of
the Bidder.

1.3.. Corrigendum / Amendment to the Bid Document

(a) At any time prior to the deadline for sub


submission
mission of Bids, the JEPC may, for any
reason whether at its own initiative or in response to a clarification requested by a
prospective Bidder, modify the Bid documents by amendment.
(b) All amendment will also be uploaded on the e-procurement procurement portal
https://jharkhandtenders.gov.in
https://jharkhandtenders.gov.in. The amendments will be binding on all the
bidders.
(c) In order to allow prospective Bidders reasonable time to take the amendment into
account in preparing their Bids, the JEPC, at its discretion, may extend the deadline
for the submission of Bids.

1.4. Language of Bid

The Bid proposal, all correspondence and documents shall be in English. All proposals
and accompanying documents received within the stipulated time will bbecome the
property of the Purchaser and will not be returned. The hardcopy version will be
considered as the official proposal.

4
2. Preparation of Bids

On behalf of Department of School Education and Literacy, Jharkhand Education Project


Council (JEPC) invites the two bid proposals from reputed Original Equipment
Manufacturers (OEMs) of Tablet computers for Supply, Distribution and 3 years
Maintenance of 28,945 Tablet computerss with Mobile Device Management (MDM)
software to the teachers of Jharkh
Jharkhand.

2.1 Procedures of bid submission using electronic payment of tender paper cost and bid
security/EMD by bidder:
a) Log on to e-Procurement
Procurement Portal: The bidders have to log on to the Jharkhand ee-
Procurement portal (https://jharkhandtenders.gov.in) using his/her digital signature
certificate and then search and then select the required active tender from the "Search
Active Tender" option. Now, submit button can be clicked against the selected
tender so that it comes to the "My Tenders" section.
b) Uploading of Pre-qualification
qualification / Technical / Financial bid: The bidders have to
upload the required pre pre-qualification
qualification / Technical / Financial bid, as mentioned in the
bidding document.
c) Electronic payment of tender paper cost / Tender Fee and EMD: Then the bidders
have
ve to select and submit the bank name as available in the payment options.
i) A bidder shall make electronic payment using his/her internet banking
enabled account with designated Banks or their aggregator banks.
ii) A bidder having account in other Banks can mak make payment using
NEFT/RTGS facility of designated Banks.
iii) Online NEFT/RTGS payment using internet banking of the bank in which
the bidder holds his account by adding the account number as mentioned
in the Challan as an inter bank beneficiary. Alternatively, Bidder can pay
the Challan through his Bank using NEFT/RTGS.
iv) Only those bidders who successfully remit their Cost of Tender Paper/
Tender Fee and Earnest Money Deposit while submission of bids would
be eligible to participate in the tender / bid process. T The bidders with
pending or failure payment status shall not be able to submit their bid.
Tender inviting authority, Nodal Agency, JAP JAP-IT,
IT, NIC, Jharkhand Unit
and the designated Banks shall not be held responsible for such pendency
or failure.
d) Bid submission: on: Only after receipt of intimation at the ee-procurement
procurement portal
regarding successful transaction by bidder the system will activate the 'Freeze Bid
Submission' button to conclude the bid submission process.
e) System generated acknowledgement receipt for suc successful
cessful bid submission: System
will generate an acknowledgement receipt for successful bid submission. The bidder
should make a note of 'Bid ID' generated in the acknowledgement receipt for
tracking their bid status.
f) Settlement and Refund of Cost of Tender Paper/Tender Fee:
i) Cost of Tender Paper: In respect of Government receipts on account of
Cost of Tender Paper, the ee-Procurement
Procurement portal shall generate a MIS for
Nodal Agency, JAP JAP-IT.
IT. The MIS will contain an abstract of the cost of
tender paper and referen
reference
ce to Bid Identification Number. The Nodal

5
department will advise SBI to generate Bank wise head wise challans
separately for Cost of Tender Paper from ee-GRAS
GRAS portal and instruct the
designated Bank to remit the money to the State Government account
under different receipt heads. In respect of the cost of tender paper
received through the e-procurement portal, the remittance to the Cyber
Treasury account will be made in the respective receipt head of the
Government Department.
ii) Similarly, in case of State PS
PSU/U/ Autonomous bodies and Local Bodies,
etc. of the State Government, the cost of Tender Paper, the ee-Procurement
portal shall generate a MIS for the Nodal Agency, JAPJAP-IT. The MIS shall
contain the abstract of the cost of Tender Paper collected with referen
reference to
the BID Id number. The Nodal Agency, JAP JAP-IT
IT shall advise bank to
generate Challan and instruct designated bank to remit the money to the
registered Bank Account of the concerned State PSU/ Autonomous bodies
and Local Bodies, etc. of the State Governm
Government.
iii) Bank will refund (in case the Tender Inviting Authority (TIA) issues such
instructions) the tender fee to the bidder, in case the tender is cancelled
before opening of Bid as per direction received from TIA through ee-
Procurement system.

g) Settlement and Refund of Earnest Money Deposit on submission of bids:


i) The Bank will remit the Earnest Money Deposit on cancellation of bids to
respective bidder's accounts as per direction received from TIA through ee-
procurement system.
ii) The Bank will remit the Earnes
Earnestt Money Deposit of unsuccessful bidders to
respective bidder's accounts as per direction received from TIA through ee-
procurement system.
iii) The Bank will remit the Earnest Money Deposit to the bank account of
successful bidders on submission of Performance Ba Bank
nk Guarantee by him
/ her as per direction received from TIA through e-procurement system.

h) Forfeiture of EMD:
Forfeiture of Earnest Money Deposit on submission of bid of defaulting bidder as per the
conditions mentioned in the respective tender.
i) In case the
he EMD on submission of Bid is forfeited, the e-Procurement
portal will direct the bank to transfer the EMD value from the Collection
Pooling account to the registered account of Tender Inviting Authority.
ii) In case of Government Departments, it will be cred credited
ited through the e-
e
GRAS portal to the authorized Government account.
iii) In case of the State PSU/ Autonomous bodies and Local Bodies etc. of the
State Government, it will be credited to respective bank account.

i) Bids cannot be submitted after due date and time. The Bidder should ensure
correctness of the bid prior to uploading and take print out of the system generated
summary of submission to confirm successful uploading of bid. The bids cannot be
opened before the due date and time of opening.
6
j) Each processs in the ee-procurement
procurement is time stamped and the system can detect the
time of log in of each user including the Bidder.
k) The Bidder should ensure clarity/legibility of the document uploaded by him to the
portal.
l) The bidder should check the system generated cconfirmation
onfirmation statement on the status
of the submission.
m) The Bidder should upload sufficiently ahead of the bid closure time to avoid traffic
rush and failure in the network.
n) For all purpose, the server time displayed in the ee-Procurement
Procurement portal shall be the
time to be followed by all the users.
o) Bid can be submitted during the ONLINE BID SUBMISSION stage only.
p) The Tender Inviting Officer is not responsible for any failure, malfunction or
breakdown of the electronic system used during the ee-procurement
procurement process.
process
q) The bidder shall sign on all statements, documents, certificates uploaded by
him, owning respon
responsibility for their correctness/authenticity
authenticity as per IT ACT
2000. If any of the information furnished by the bidder is found to be
false/fabricated/bogus, his EM
EMD/Bid Security
urity shall stand forfeited and the bidder is
liable to be blacklisted.

2.2 Resubmission and withdrawal of Bids:

i. Resubmission of bid by the bidders for any number of times before re the final date and
time of submission is allo
allowed.
ii. Resubmission of bid shall require uploading of all documents including price bid
afresh.
iii. If the bidder fails to submit his modified bids within the prepre-defined
defined time of receipt,
the system shall consider only the last bid submitted.
iv. If the bidder wants to withdraw its bbid,id, it will only do before the closing date. Once
the bid is withdrawn, bidder cannot participate in the tender.
All Corrigendum/Amendments/ Changes, if any, will be iss issued
ued and made available only on e-e
procurement portal https://jharkhandtenders.gov.in
https://jharkhandtenders.gov.in. No Corrigendum/Amendments/Changes,
will be issued in newspapers. Hence prospective bidders are advised to keep visiting the e-
Procurement System on the portal https://jharkhandtenders.gov.in on regular basis.

2.3 Standard procedure for uploading bid:-

Firstt download the Tender document


document.. Read all Terms & conditions carefully. Fill up
Tender form & collect all required documents.

(a) For Technical Bid


Scan all documents required to prove the bidder’s eligibility as per Basic Pre
Qualification criteria
criteria. Few list of the documents is mentioned as per
ANNEXURE III (Bidder must ensure to upload all the relevant documents
required). Scan & Upload all documents mentioned in TECHNICAL FORM
in PDF in such a way that the same can be downloaded, printed on A4 size
paper & legible
legible.

(b) For Financial Bid


The bidders shall follow the below guidelines to fill the Financial Bid-
Bid
7
a) On the e-Procurement
Procurement Portal, the bidders have to fill all the prices T1, T3, T3
and Total Cost of the project (T=T1+T2+T3) including all taxes and duties in
figures and also in word and should not leave any cell blank in the BOQ
attached as per Section
Section-XII, ANNEXURE VI. This filled BOQ must be
uploaded on e--procurement portal online. This Total Cost should match the
Total Cost of the Project (T=T1+T2+T3) in Financial Bid Provided in Section
XI, Annexure V.
b) The Bidder must also fill the price breakup of each item in the format of
Financial Bid as provided in Se
Section-XI,
XI, Annexure V and the same must also be
uploaded on e-procurement
procurement portal as pdf file under Financial Bid.
Bid This must be
submitted in original to JEPC within the time specified in IFB. This price
breakup will be considered for increasing or decreasing any item(s) in the final
supply order or during the project period including maintenance phase.
The Bidder shall indicate on the appropriate price sch schedule
edule attached to this
document. The he Total Price of complete project as mentioned in the Scope of
Work including
ncluding all duties (Excise) and sales and other taxes ((GST, VAT)
already paid or payable on various components, raw material used,
used Manpower
etc, and all other sundry expenses (foreseen or unforeseen) in Supply,
Distribution and 3 years Maintenance of 28,928,945
45 Tablets with Mobile Device
Management (MDM) software to the teachers of Jharkhand
Jharkhand. The price quoted
by the Bidder shall be fixed for the entire period of contract and no price
variation is allowed on any aaccount.

2.4 Submission of Hard Copies of the Documents

After uploading the Technical and Financial bbids


ids the bidder must submit the following
documents to the office of JEPC within the time limit mentioned in the SECTION
SECTION-I in two
separate sealed envelopes-
Envelope-1 - Technical
1. Proof of submission off Bid Cost (Rs.10,000/
(Rs.10,000/-) online on e-portal
2. Proof of Submission of Bid Security(EMD) (Rs. 86,83,500/-) online on e-portal.
e
Envelope-2 - Financial
3. Original Signed Financial Bid as per SECTION XI: ANNEXURE V

8
SECTION III:
I: SCOPE OF WORK

3.1 Project Introduction and Objective


Department of School Education and Literacy, Ministry of Education Government of India
and DoSE&L, Government of Jharkhand both have extended their financial support to
provide tablet to 28,945 Govt. Primary teachers of Jharkhand. This will enable teachers to use
the resources & contents available on various digital portals & show them to students
students. It will
also assist teachers to undertake various onon-line
line trainings & to upload & monitor various
data/records of child/teachers/school etc. & provide
ovide academic support to students
JEPC intends to expand its digital mobility initiative and is preparing to enable mobile
applications and file sharing/control over these tablets. Other objective of this project is to
enable mobility. The Tablets will be used for monitoring & maintaining advance remote
control, data security through MDM Solution. A central control & monitoring MDM will
help the department for it's increased usage for the improvement of teachers & students.
The proposed work is to Suppl
Supply,
y, Distribution and 3 years Maintenance of 28,945 Tablet
computerss with Mobile Device Management (MDM) software to the teachers of Jharkhand
Jharkhand.

3.2 Technical Requirements

The proposed tablet computers should be latest and have following Minimum Technical
Specification:

Sr. Compliance
Component Specification
No (Yes/No)
Make offered –
Model offered –
1 Processor Octa Core Min 2.0GHz or Higher
2 Operating system Android 12.0 or Higher with latest updates
3 RAM Min. 3GB DDR3 or Higher
4 Flash Memory Min. 32GB or Higher
5 Extended micro SD Min. 256 GB Loaded (supported to Tablet) with 3 years warranty
6 Screen Panel Min. 10” IPS LCD / TFT LCD / AMOLED panel
7 Aspect Ratio 16:10 or 16:9 or 4:3
FHD Min. 1920*1200 (16:10) / FHD Min. 1920*1080 (16:9) pixels
8 Resolution
or higher
9 Touch Screen Multi touch capacitive Type
10 Camera Front x minimum 5 Megapixel + Rear x minimum 8 Megapixel
11 Connection Type Wi
Wi-Fi + Cellular (4G & 3G)
(4G, 3G, 2G), VoLTE & LTE-FDD FDD B3/B5/B8/B40/B41 (Default)
12 Networks supported WCDMA 900/2100MHZ (Default), GSM/GPRS/EDGE
850/900/1800/1900
13 Wireless LAN 802.11 a/b/g/n
14 Bluetooth BT
BT5.0 or higher
15 GPS Assistant/Non
Assistant/Non-Assistant
16 G-Sensor G--sensor / Accelerometer
17 Speakers Minimum 2 or more
morebuilt-in speakers/ Quad Speakers
18 Microphone Built in Microphone
1 Earphone 3.5mm
3.5mm, 1 C-Type / Micro port supporting fast
charging with 1 vice-versa converter, 2 SIM Slotss supporting 1
19 I/O interface& SIM
Micro SD Socket & 1 4G SIM or 1 4G SIM Slot+1 Micro SD
Socket
20 Supported Video Support MP4/AVI/FLV/3GP/MPEG/DAI/VOB
21 Supported Audio MP3/FLAC/OGG/AAC/WAV
22 Supported Image jpg, gif, bmp, png
23 Back housing Plastic or Metal, Black/Grey/White/Golden/Silver in colour

9
24 Battery Lithium Polymer / Lithium Ion 3.7V or higher,, 6000mAH or Higher
Fast Battery Charging adaptor included,, compatible for Indian
25 Charging adaptor
sockets
Testing/Benchmark/C
26 ISO 27001, ISO 9001, ISO 14001, BIS, FCC, RoHs, CB/CE,
CB SAR
ertifications
Logo/Print on back Embossed
mbossed/Laser etching as per specification provided by the
27
housing Department
epartment/JEPC.
Back Cover, Screen Plastic/Silicon Back cover for protecting edges
edges.
28
Protection, Carry case Screen guard and rexine/silicon/leather case cover
Warranty & 3 Year on all parts, including Battery & Charging adapter.
adapter
29
Maintenance Initially for 1 year and then extended for 2nd /3rd year.
Minimum 4 years (as per MoC&IT GoI letter No.8-11/2012
11/2012-13/IT-I
dated 26.12.2014) from the date of supply in which the bidder
30 End-of-Serviceable life (directly/through OEM) will have to ensure the availability of all
spare parts of the product being quoted.
This must be certified by the OEM through their certificate
certificate.

The proposed Mobile Device Management (MDM) should have following Minimum
Technical Specification&
& Features
Features:

Sr. Compliance
Specification
No (Yes/No)
Make offered –
Model offered –
The proposed Mobile Device Management (MDM) should have following Minimum Features- Features
 Support versions of Android and Windows desktop Operating Systems.
 Provide remote management,
anagement, remote troubleshoot and automatic updates and upgrades
for the provisioned devices from a centralized Web console.
 Solution should provide detailed MDM capabilities like password settings, restrictions
of the device, Total/ selective remote wipe and remote lock and encryption.
 Provide the real-time
time device inventory status like Battery, network, pass code present
on device or not, Location Information
Information.
 features to – Groupi
Grouping/Filtering
ng/Filtering (User based, location based), Remote locking, Login
time monitoring, Restricting usage of Applications/Network/Urls, Activity time
monitoring, Timing based usages monitoring etc.
1
 Should generate scheduled reports and real real-time dashboards..
 Platform should support to designate the devices District wise, Block wise, School
wise, Teachers wise rather IMEI/Sl. No. wise and the reports accordingly.
 Support
upport Kiosk mode & Agent mode to restrict device to run approved applications.
 Capability to support ort both on
on-premise and on cloud deployment model with same set
of features and functionality
 Solution should support data encryption, password protection for access the containers,
container
Remote wipe of containers, Application containerization (beyon
(beyondd email) Enabling
Ena with
email - O365, Exchange through MDM container
 MDM OEM should have 24*7 / 6:00 AM to 06:00 PM Toll Free Helpdesk support
system in India in two languages Hindi & English working on Monday-Saturday.
Saturday.
NOTE :-
Technical Specification Compliance Sheet with offered Make & Model (for both Tablet
& MDM) in the Table given above at 3.2 must be signed by the concerned OEM and the
same to be submitted by the bidder with the Technical Bid.

3.3 Project Period


The Overall project period is 3 years after completion of delivery & installation. Initially the
supply order will be given with 01 year of repair, maintenance & support services at thr price
T1.. Based on sanctions & availability of fund, the repair, maintenance
enance & support services can
be allotted/extended for Second and third year on same terms and conditions agreed through
this bid & initial agreement at price T2 & T3
T3.
10
3.4 Delivery & Distribution

The successful bidder will distribute


istribute all 28,945 tablets to selected Government teachers at
264/268 block level offices (BRCs) of the state under the supervision of concerned BEEOs. BEEOs
The block officials (BEEOs) will call individual school’s teachers and verify individuals
before handing over the tablets. The bidd
bidder
er will maintain the school wise and teacher wise
tablet IMEI number, serial numbers provided to individual teachers in the MDM system. The
Department will monitor the distribution & functioning of all the Tablets through MDM
console only. The vender will install all the necessary applications, updates,
update contents &
do the necessary settings (as instructed by the department) on the tablets before
handing over the tablets to individual teachers.
Teachers & designated block official(s) will check the tablet bebefore
fore giving the final receiving
to the bidder. In case they find any discrepancy or not as per the specification mentioned they
will return the product then & there & will not give any receiving to the bidder.
The block officials (BEEOs) will issue the rec receiving
eiving of tablets in four (4) copies. The
successful bidder will submit 1 copy to State Office and two copies to the District office.
District authority (DEO/DSE) will forward the same to State office to facilitate the payments.

3.5 Manpower

The successful bidder shall provide one qualified (BE/BTech


BE/BTech in Computer/IT or MCA),
MCA
minimum 1 year experienced
experienced, technically sound manpower namely Project Manager to
handle MDM,, distribution of tablets and Service related issues at ground level for the entire
project period
od at our state project office at Ranchi.. The deployed manpower will be assigned
multifarious jobs such as Managing Distribution, Maintaining MDM Central Console,
Monitoring & resolving day-to to-day operation & Maintenance at ground level and collecting
reports etc. He/she will provide reports as per department’s need and attend the meetings as
& when called.
The department shall provide a working space for this manpower to execute the
responsibilities from JEPC, Ranchi
Ranchi. All the other arrangement shall be arranged
anged by the bidder
itself.

3.6 Repair, Maintenance & Support

The successful bidder will initially provide 1 year Maintenance & support on all the
Hardware and MDM supplied. Successful bidder will have to provide a central online
grievance/service redressal monitoring system through web portal & telephone. Login
credentials for State & district need to be provided for using this monitoring system.
The responsibility of collection/re
collection/re-distribution
distribution of faulty/repaired/replaced tablets from/to
schools/teachers willill lie on district authority of JEPC. All the faulty device/spare will be
collected at district office of JEPC and service/error call will be lodged on the central
monitoring system provided by the successful bidder by the district officials of JEPC.
The bidder shall collect (if required) all the faulty device for which service/error call is
lodged within 48 hours of service/error call lodging from district office and repair the
device/spare within 5 days of the service/error call logging and return the same at district
office of JEPC & update the monitoring system accordingly
accordingly.. In case the device is found not
repairable, the same must be replaced within 8 days of the service/error call logging with a
device of same or improved configuratio
configuration and update the monitoring system accordingly with
no extra cost. For this the successful bidder will have to maintain a buffer stock of tablets &
it’s accessories at state/district level.
In case of repair/replacement the device must be restored with all the applications, updates
instructed by the department and data recovered.
11
The fault/error caused due to physical damage/unauthorized repair will not be covered under
warranty. The physical damage/unauthorized repair will be determined/decided by the join joint
report of the Department authorized official & successful bidder
bidder's
's representative.
representative
In case the maintenance work is allotted for second and third year after fter one (01) year of
warranty based on availability of fund
fund, the same repair, maintenance & support services need
to be provided by the bidder as mentioned above.

3.7 Project schedule, activities, deliverables and timeline

The Deliverables of different phases of implementation are as follows


follows-

Sl. Phase Activities to be completed Deliverables


No.

1. Supply,  Co-ordination
ordination with district & block officials  Delivery Schedule in 3-day
3 advance
Delivery,  Supply
Supply& delivery at Block level  Supply & delivery of 28945 Tablets
functioning  Distribution Management at Block level  Installation, configuration, and
Phase I  Functioning of equipments commissioning
 Maintenance & support at District level  Receiving of all 28945 Tablets
 MDM Console Management & Reporting supplied
 School & Teachers wise Tablet
Management on MDM
 Login Credentials for State & District
level users for MDM console
management
anagement& reporting

2. Repair  Maintenance (Repair/Replace) of Tablets  100% grievance redressal within


&Maintenance including all parts and all accessories allotted time
Phase II supplied at district level during initial 1 year  Maintenance report on Central
of warranty & for next 2 years (as Monitoring system
applicable).

Activity Time Chart

S. Phase Activities to be performed Start End


No.

1. Supply,  Issue of Supply Orders to OEMs in case the bidder is


Date of issuing T + 15 days
Installation, other than OEM
Work Order(T)
Order (T1)
functioning  Manpower deployment at JEPC
Phase I
 Finalization of logos, pictures, videos to be embedded,
installed, printed, embossed in/on the tablets
 Finalization of delivery & distribution schedule
Date of issuing T + 90 days
 Supply & delivery of 2828,945 Tablets
Work Order(T)
Order (T2)
 Installation, configuration, and commissioning
 School & Teachers wise Tablet Distribution & it's
Management on MDM

2. Maintenance  Maintenance (Repair/Replace) of Tablets including all


Phase II parts and all accessories supplied at district level during T2+1 Years
T2
1 year of warranty
warranty. (T3)

 Maintenance (Repair/Replace) of Tablets including all


parts and all accessories supplied at district level during T2+1/2
2nd year of Service
Service. T3 Years
(In
In case the maintenance work is allotted after one (T3)
(01) year of warranty based on availability of fund fund).

12
3.8 Training

For smooth operation of the supplied tablet & MDM installed, the successful bidder shall
provide training and support to State & District level users/stakeholders at the state level as
and when planned by the Department. All the logistics and infrastructure for such trainings
training
shall be provided by the Department
Department. The bidder needs to provide only the trainers and
training materials to conduct effective & smooth training sessions for the relevant
stakeholders.

3.9 General guidelines

1. The norms defined/set /set by Government of India and/or /or by Jharkhand State
Government for IT Hardware
Hardware, Tablet & MDM shall be applicable and should be
followed by the bidder
bidder.
2. The language will be both English & Hindi languages (Unicode supported) wherever
necessary.
3. The design of MDM shall be user friendly,, easy to handle, robust, robust secure as per
Department's need.
4. MIS and analytical reports generation facilities shall be there for different levels of
monitoring like State, District & Block
Block. MIS to track the up & down devices,
applications installed / usages, geo-based reports etc. are mandatorily
atorily required.
5. The bidder should maintain buffer stock of the supplied equipment to ensure 99%
uptime in terms of hardware supplied.
6. User creation, management and their authentication process should be provisioned
into the MDM.
7. There should be provisi
provision to upgrade hardware as and when required.
required
8. There should be provision to upgrade software as an and when required.
required
9. The overall scope invol involves supply, delivery, installation, implementation,
maintenance & support throughout the project period.

13
SECTION IV: BASIC PRE
PRE-QUALIFICATIONELIGIBILITY
ELIGIBILITY CRITERIA
OF BIDDERS
In order to technically qualify the bidder must fulfill all the below mentioned basic pre-
qualification
ualification eligibility criteria as on 331.12.2023 and submit all relevant papers duly signed &
stamped to satisfy the below basic pre pre-qualification eligibility criteria.
The relaxation in the basic prepre-qualification
qualification eligibility criteria to the bidders will be given as
per provisions laid by Jharkhand State Government policies/directives/directives for MSME/Startups
organizations, for which copies of such policies/directives/circulars of Jharkhand State
government and individual's MSME/Startups certificate duly certified (not older than 6
months) by the concerned officer (GM, DIC) must be attached with the technical Bid. B

Bidder’s- Basic Pre-qualification


qualification eligibility criteria

Sl. Relevant Papers need to be


Basic Pre-qualification
qualification eligibility criteria for Bidder
No. submitted in Technical Bid
Proof of OEM and authorization for
The bidder can be-
signing the bid
An OEM of Tablet/Mobile
1. or
or
Bid specific Authorization letter from
A Bid specific authorized OEM partner/vendor/Supplier
the OEM of Tablet
A notarized Commitment letter on
bidder's letter head stating that
2. Consortium and Subletting is not allowed at any stage.
Consortium and Subletting will not be
done at any stage.
Company's / Organization's
Registration Details like
like-
Certification of Registration /
Registered Partnership Deed /
The bidder should be a registered company under Indian
Registration Certificate etc.
e
Companies Act,1956 or 2013 or
In case of change of name/merger etc.
a partnership firm or
3. details of all relating history must also
a Proprietorship firm for at least 3 years in the field of
be submitted.
manufacturing or Supply upply and installation or Sales &
and
Services of Mobile devices
devices/ IT-Hardware & MDM.
Proof of sales of related items in any
of the three financial years among
2018-19,
19, 2019-20,
2019 2020-21, 2021-22,
2022-233 or 2023-24.
2023
The bidder should have Certification of Registration with
Articles of Association (in case of registered firms) or
Certification of Registration with Memorandum of
Association (in case of registered cooperative societies) or
Copy of Company's / Organization's
Registered Partnership Deed (in case of Partnership Firms),
4. MoA specifying objectives and scope
Registration Certificate (In case of Proprietorship firm) and
of work of the firm.
the MoA which clearly specify the scope and work of the
firm as manufacturing or supply and installation or
Sales & Services of Mobile devices devices/IT-Hardware &
MDM.
Copy of GST Registration details
The bidder should be registered with GST authority in
along with the copy of form
5. India for manufacturing or supply and installation or Sales
3C(B)/3(B) submitted for March 2023
& Services of Mobile devices/
devices/IT-Hardware & MDM.
or December 2023.
2023
Copy of Company PAN registration
The bidder
dder should have a valid PAN number and should
6. details
regularly file the IT return.
and
14
Sl. Relevant Papers need to be
Basic Pre-qualification
qualification eligibility criteria for Bidder
No. submitted in Technical Bid
IT Return for any three Assessment
year among AY 2018-19, AY 2019-
20, AY 2020-21,
2020 AY 2021-22, AY
2022-23 or AY 2023-24
2023
Audited Balance Sheet for the
concerned
erned three financial years
among 2018-19,
2018 2019-20, 2020-21,
2021-22, 2022-23
202 or 2023-24 along
with all relevant schedules to know
The Bidder must have a minimum Annual Average
the turnover from different business
Financial Turnover of Rs. 17.00 (Seventeen) Crore) from
and
the business of manufacturing or supply and installation or
7. Turnover Certificate from the
Sales & Services of Mobile devices
devices/IT-Hardware & MDM
business of manufacturing or supply
in any of the three financial years among 2018
2018-19, 2019-
and installation or Sales & Services
20, 2020-21, 2021-22, 202
2022-23 or 2023-24.
of Mobile devices/IT-Hardware
devic &
MDM from a Registered Chartered
Accountant duly sealed and signed
mentioning his/her registration
number and UDIN.
The bidder must have successfully executed/executing
similar project of Supply, Installation and Maintenance or
Sales & Services of Tablets/Mobiles/IT Hardware/MDM
for any Indian Government Department / Ministry / State /
District / PSU during last five FY from 01.04.2017
onwards of following value
value-
a. Single (01) Work order of Value not less than Rs.34.00 Crore
or
b. Two (02) Work order of Value not less than Rs.21.00 Crore each
or
c. Three (03) Work order of Value not less than Rs.17.00 Crore each Copy of Work Order, Agreement
OR confirming the Value / Quantity of
The bidder must have successfully executed/executing order along with Satisfactory
8. similar project of Supply, Installation and Maintenance or Performance / Work Completion
Sales & Services of Tablets/Mobiles/IT Hardware/MDM Certificate from the client or proof
for any Indian Government Department / Ministry / State / of receipt of payment against work
District / PSU during last five FY from 01.04.20017 done or CRAC raised from GeM.
onwards of following quantity
quantity-
a. Single (01) Work order of quantity not less than 24,000 units of
Tablets
ts /Mobiles/Laptops/Desktops/MDM
or
b. Two (02) Work order of quantity not less than 15,000 units of
Tablets/Mobiles/ Laptops/Desktops/MDM
or
c. Three (03) Work order of quantity not less than 12,000 units of
Tablets/Mobiles/ Laptops/Desktops/MDM

A notarized affidavit certificate on


the bidder's letter head stating that
the bidder has not been blacklisted
The bidder should not have been blacklisted by any
by any State/Central Government /
State/Central Government / Government
Government Department / Ministry
9. Department/Ministry/State/District/PSU etc. in India for
/State/District/PSU etc. in India for
corrupt, fraudulent or any other unethical business
corrupt, fraudulent or any other
practices or for any other reason.
unethical business practices
pr or for
any other reason must be submitted
along with technical bid.
The bidder should have a minimum 5 employees Certificate from HR Head of the
10.
(excluding Support staff) in company’s payroll. Company certifying Consolidated
15
Sl. Relevant Papers need to be
Basic Pre-qualification
qualification eligibility criteria for Bidder
No. submitted in Technical Bid
details of these employees along with
their Name, Designation, Contact
details, Address, Qualifications,
Experience and Domain expertise.
and
The EPF summary Statements of
continuous 12 Month of 2021-22
2021 /
2022-23/2023
/2023-24 confirming the
number of employees or Certificate
from the HR Head of the Company
mentioning the EPF/PF numbers of
those employees and certifying that
the EPF/PF is being paid regularly
for the mentioned number of
employees.
Details of the bidder’s existing office
and Service Network to cover all 24
The bidder should have presence in Jharkhand state and districts in Jharkhand.
should have Service Network to cover all 24 districts of or
Jharkhand. A commitment letter on company’s
OEM Service Network within Jharkhand will be letter head regarding opening of their
considered only if OEM gives a written commitment that office&& Setting up their Service
their Service Network will be used by the bidder under this Network in Jharkhand to cover all
11. project for providing maintenance service as per scope of districts of Jharkhand within 30 days
work mentioned in the bid id document. of the work allotment.
or or
A commitment from the bidder that they will open their OEM written commitment that their
office & Set up their Service Network in Jharkhand to Service Network will be used by the
cover all districts of Jharkhand within 30 days of the work bidder under this project for
allotment. providing maintenance service as per
scope of work mentioned in the bid
document.

OEM’s of Tablet -Basic Pre


Pre-qualification eligibility criteria

Sl. Basic Pre-qualification


qualification eligibility Relevant Papers need to be submitted in
No. criteria for OEM Technical Bid
The OEM must have a minimum Annual
Average Financial Turnover of Rs.87.00 Audited Balance Sheet of OEM for the concerned
Crore (Eighty-seven
seven Crore) from the business three financial years among 2018-19,
2018 2019-20,
1. of manufacturing, supply of Tablets, Mobile 2020-21, 2021-22 and 2022-23
202 along with all
devices in any of the three financial years relevant schedules to know the turnover from
among 2018-19, 2019-20,
20, 2020
2020-21, 2021-22 different businesses.
and 2022-23.
A notarized affidavit certificate on the OEM’s
The OEM should not have been blacklisted
letter head stating that the OEM has not been
by any State/Central Government /
blacklisted by any State/Central
State/ Government /
Government Department/Ministry/State/
2. Government Department/Ministry/State/District /
District/PSU etc. in India for corrupt,
PSU etc. in India for corrupt,
cor fraudulent or any
fraudulent or any other unethical business
other unethical business practices or for any other
practices or for any other reason.
reason must be submitted along with technical bid.

16
SECTION V: SELECTION PROCEDURE - EVALUATION OF BIDS
5.1 Bid Evaluation:

1. The Purchaser shall formulate a Selection Committee for evaluating technical bids
received. This committee(s) will undertake evaluation of technical bids, opening of
financial bids, final selection of the company, negotiations (if any) on various terms and
conditions, etc.
2. All
ll the proposals received will be scrutinized to assess the eligibility based on the basis
pre qualifying eligibility criteria. Those proposals which do not meet the basic pre-
qualifying eligibility criteria will be rejected at any stage of detection.
3. Pricee is an important factor to decide the lowest bidder. However the bidder will have to
first technically qualify in Technical Evaluation Process.

5.2.
2. Evaluation of Technical bids

The eligibility criteria will be first evaluated as defined in Section III: Basic Pre Qualification
Eligibility Criteria for Bidders for each bidder. Detailed technical evaluation will be taken up
in respect of only those bidders, who meet with the prescribed eligibility criteria. Scrutiny of
the tender document will be done by the Purchase Committee to determine whether the
documents have been properly signed, Stamped, page numbered, Bid Cost & Earnest Money
Deposit (EMD) deposited and all relevant papers submitted. Tenders not conforming to such
requirements will be summarily rejected.

A Technical Bid may not be considered for evaluation in any of the following cases:

1. Bidder has not submitted the Bid Cost and/or Earnest Money Deposit (EMD).
2. Each page of the Technical bid is not signed and stamped.
3. The Technical Bid was submi
submitted in the wrong format; or
4. The Technical Bid included details of financial bid; or
5. The Technical Bid reached the Purchaser after the last date and time of submission as
specified in the Data Sheet.
6. After the technical evaluation is completed, the Purchaser shall notify Bidders whose
Bids meet the minimum qualifying technical criteria.

5.3 Technical Evaluation

1. All the bids will be evaluated based on the Eligibility Criteria. The Selection
Committee will shortlist those companies which are satisfying the basic pre
qualification eligibility criteria in all respects and declare the companies which are
technically qualified
lified for further evaluation.
2. The Selection Committee would first thoroughly check the technical bid and
supporting documents on various parameters ters based on the papers produced in
technical bid. Then eligible agencies will be shortlisted based on the technical
eligibility criteria.
3. The above short-listed
listed companies may be asked to make a presentation on Proof of
Concept (POC) before the Purchase Committee ommittee on their capabilities, experiences,
proposed solution etc. Companies may be called on short notice for this presentation.
This presentation will include a strategy suggestion outlining the features of the
proposed project to the technical evaluati
evaluation / purchase committee or any assigned /
expert committee.

17
In case the Selection/Purchase Committee finds any of the bidder is not capable of
doing the allotted work, Selection/Purchase Committee has right to technically
disqualify the concerned bidder. Only technically qualified
ied bidders shall be further
considered for the evaluation of Financial Bid.

5.4 Evaluation of Financial Bids

1. Financial Proposals of only the Technically Qualified Bidders would be opened for
further evaluation.
2. The Financial bid will be evaluated on the Total cost of the Project (T=T1+T2+T3)
including all the components supply, repair,, maintenance and support for 3 years.
3. The selection committee will review the detailed content of each Financial Bid.
During the review
eview of Financial Bids, the Committee and any authority
uthority personnel and
others involved in the evaluation process, will not be permitted to seek clarification or
additional information from any Bidder, who has submitted a Financial Bid. The
detailed contentss of each Financial Bid will be subsequently reviewed by the
Purchaser. Financial Bids will be reviewed to ens
ensure these are:
a. Complete, to see if all items of the correspondin
correspondingg Technical Bid are priced;
b. Computational errors if there are errors these will be corrected.
4. The lowest evaluated Financial Proposal (L1) will be awarded the work. work Initially the
supply order will be given with 01 year of repair, maintenance & support services.
Based on sanctions & availability of fund and Quality of Service provided,
provided the repair,
maintenance & support services can be allotted/extended for 2 / 3rd year after one
nd

(01) year of initial warranty on same terms and conditions agreed through this bid &
initial agreement.
5. In case of a tie between bidders on price, the bidder with higher experience in terms
of supply of number of tablets would be selected.
6. The individual item wise Rate/Price quoted in Section-XI, annexure-Vannexure will be
considered for increasing or decreasing any item(s) in the final work or during the
project period.

5.5. General Rules for evaluation

1. All the proposals received will be scrutinized to assess the eligibility based on the
qualifying criteria. Those proposals which do not meet the qualifying criteria will be
rejected, forthwith, or at any stage of detection.
2. The companies will be evaluated based on the basic pre-qualifying
qualifying criteria.
3. The final selection will be done by the committee based on documents submitted and
the criteria mentioned in evaluation Process 5.2 to 5.4.
4. JEPC reserves the right to disqualify the incompetent bidders in terms of papers and
presentation on PoC.
5. At the public opening of Financial Bids, Bidder representatives who choose to attend
will sign an Attendance Sheet.
6. The Purchaser’s representative will open Financial Bid. Such representative will read
out aloud the name of the Bidder and the total price shown in the Bidder’s Financial
Bid. This information will be recorded in writing by the Purchaser’s ’s representative.
7. The Purchaser reserves the sole right for carrying out amendm
amendments
ents / modification /
changes including any addendum to this tender document. All ll such amendments shall
be binding on all bidders
bidders.
8. LOI will be issued to the technically qualified L1 bidder and they must submit the
Performance Bank Guarantee within 7 days ooff issue of LoI, failing which the work
will be awarded to the next qualified bidder
bidder&
& in such case EMD will be forfeited.
18
SECTION VI:: GENERAL CONDITIONS OF WORK
6.1 Bid Security or Earnest Money Deposit (EMD)

The Bidder shall furnish, as part of its bid security,, an Earnest Money Deposit (EMD) of Rs.
86,83,500.00 (Eighty-six
six Lakhs, Eighty
Eighty-three
three thousand & Five hundred only) online on e- e
procurement portal https://jharkhandtenders.gov.in
https://jharkhandtenders.gov.in. The proof of submission
submissio of Bid Cost &
EMD must be submitted in hard copy to our office before last date and time mentioned. Bids,
which are not accompanied with Bid Cost and/or EMD, will be summarily rejected.
The EMD of Unsuccessful Bidders will be discharged / refunded as promptly
omptly as possible.
The Bid security may be forfeited:
(a) If a Bidder :
(i) Withdraws its Bid during the period of Bid validity specified on the Bid Form;
Or
(ii) Does not accept correction of errors
Or
(b) In case of a successful Bidder, if the Bidder fails:
(i) To sign the Contract; or
(ii) To furnish Performance Security in accordance with Clause 7.10 mentioned in bid.
bid

6.2 Validity of Bids


The bid should be valid for a period of 180 days from the date of opening of the Bids.
Bids

6.3 Cost of Bidding


The Bidder shall furnish Rs. 10,000.00 (Ten thousand only) as bid cost online on e-
procurement portal https://jharkhandtenders.gov.in
https://jharkhandtenders.gov.in. The bidder shall bear all costs associated
with preparation and submission of its bid, including costt of technical presentation,
preparation
aration of the samples etc. JEPC will in no case be responsible or liable for those costs,
regardless of the outcome of the tendering process.

6.4 Award of Work


i. The finalization of the Proposals will be done by a committee constituted by the
Department/JEPC for this purpose.
ii. The contract will be awarded to the Successful bidder, whose bid has been determined as the
best technically and lowest commercially acceptable bid. LoI/Work
/Work Order will be issued in
this regard.

6.5 Interpretation of the clauses in the Proposal Document / Contract Document


In case of any ambiguity in the interpretation of any of the clauses in Proposal Document or
the Contract Document,
cument, interpretation of the State Project Director /Department shall be final
and binding on all parties.

6.6 Decision Taken


The decision taken by the State Project Director /Department/Committee in the process of
Proposal evaluation will be full and final and binding on all the bi
bidders.

6.7
.7 Monitoring and supervision of Work/Project

19
Apart from the JEPC, anyny other Central/State agency associated in the field of IT shall
monitor and supervise the task performed by the bidder and the bidder must comply their
recommendations

6.8 Payment Schedule:


Bidder must clearly specify in their proposals the payment terms being offered. The financial
bid breakup format is provided in annexure-V.
No payment will be made in advance. The payment will be made in a phase wise manner
through Real Time Gross Settlement (RTGS) or National Electronics Funds Transfer System
(NEFT) or Public Financial Management System (PFMS).. The phase wise percentage
breakup of the total project cost is provided below.
The bidders will submit an invoice after completing the tasks tasks/Milestones
/Milestones mentioned in
different phases inn order to facilitate payments
payments. Department will evaluate the task performed
by the bidder and payment will be made based on the Work done:

Sl.
Phase Milestone Payment
No.
Completion of Supply, D Delivery of 28,945
1. Tablets at Block level & re
receiving received 25%
% of the amount quoted as (T1)
Phase I from district to state.
Installation and functioning of all equipments,
2. 65% of the amount quoted as (T1)
Manpower, MDM console setup & Training
Completion of successful Repair, M Maintenance
3. 10%
% of the amount quoted as (T1)
and Support --End of Year 1
Completion of successful Repair, M Maintenance
4. Phase II 100 % of the amount quoted as (T2)
and Support --End of Year 2
Completion of successful Repair, M Maintenance
5. 100 % of the amount quoted as (T3)
and Support --End of Year 3
TOTAL 100%
100%(T=T1+T2+T3)
Payment of Phase I Sl. No.--1 & 2 may be processed in installments (Maximum 4) only
after completion of designated tasks and receiving reports from at least 6 districts at a
time.

6.9 Acceptance of Delivery


The Acceptance of Delivery shall involve:
a) 100% delivery report of the tablets to the state forwarded from Block & District.
District
b) STQC report from the ERTL lab for the specifications of the Tablets supplied
matching with the specification mentioned on the bid (Sample basis).
c) Visibility & Monitoring of District wise, Block wise School wise & teacher wise
tablets on MDM console at State.
d) Repair & maintenance report from service monitoring dashboard
dashboard.
e) Any other requirement as desired by the department
The JEPC may further appoint technical expert to examine the correctness and authenticity of
the work before acceptance.

6.10 Performance Security Dep


Deposit
Bidder is required to deposit 5% of the total contract value (T or T1, as per the LoI issued)
issued
towards the performance security within 7 days of issue of letter of intent or Work Order and
before signing the agreement valid for complete project period of 1/3 years+6
years months from
the date of signing. The Performance Security will be returned to the bidder not erlier than
the period of 90 days following the date of completion of implementation
implementation, maintenance and
20
meeting performancee obligations under the contract. In the event of any contract amendment,
the bidder shall, within the period of 21 days after receipt of such amendment, furnish the
amendment to the Performance security, rendering the same valid for the duration of the
Contract
ntract plus three months. Provisions laid by Jharkhand State Government related to
relaxation in performance security for Startups/MSE
tartups/MSE shall be considered in this regard.

6.11 Penalty Clause


If the service Provider is not executing the contract to the satisfaction of the bidder or delay
the supply, distribution and implementation then the purchaser may send warning notices.
After sending 2 warnings notices the purchaser has full rights to terminate
erminate the agreement and
forfeit their performance security
urity deposited and allot the work to next technically qualified
bidder.
A penalty at the following rate will be applicable and will be deducted from the payment
payment-

(a) Delay in time of implementation of Phase


Phase-I

Sl. Delay inn time of implementation in


Penalty to be Impose
No. Phase-I
1. Delay up to 1 weeks 0.01 % of the payment designated for Phase-Iof Implementation.
2. Delay beyond 1 weeks and up to 3 weeks 0.05 % of the payment designated for Phase-I
Phase of Implementation.
3. Delay beyond 3 weeks and up to 5 weeks 0.10 % of the payment designated for Phase-I
Phase of Implementation.
4. Delay beyond 5 weeks and up to 7 weeks 0.50 % of the payment designated for Phase-I
Phase of Implementation.
5. Delay beyond 7 weeks and up to 9 weeks 1.00 % of the payment designated for Phase-I
Phase of Implementation.
6. Delay beyond 9 weeks and up to 11 weeks 2.00 % of the payment designated for Phase-I
Phase of Implementation.
7. Delay beyond 11 weeks and up to 13 weeks 5.00 % of the payment designated for Phase-I
Phase of Implementation.
8. Delay beyond 13 weeks and up to 15 weeks 10.00 % of the payment designated for Phase-I
Phase of Implementation.
Termination of agreement and forfeit the performance security
9. Delay beyond 15 weeks
deposited by the bidder
Short Supply, Short delivery, Short installation will also be considered as delay and
accordingly above penalty will be imposed on payment.

(b) Delay inn case of unsatisfactory performance during 1st, 2nd or 3rdyear repair, maintenance
and delay in maintenance following penalty will be imposed on the payment -

Application Downtime after go live of


Sl. No. Penalty to be Impose
respective module
Upto 5 days of call lodging or 8 days in case
1. Nil
of Hardware replacement
After 5 days of call lodging but upto 10 days Rs.50/- per device per day of delay from date of
2. or After 8 days of call lodging but upto 15 call lodging till the the date of hardware/software
days (In case of Hardware replacement) repaired/replaced.
After
er 10 days of call lodging but upto 20 days Rs.100/- per device per day of delay from date of
3. or After 15 days of call lodging but upto 30 call lodging till the the date of hardware/software
days (In case of Hardware replacement) repaired/replaced.
After 20 days of call lodging or After 30 days Rs.200/- per device per day of delay from date of
4. of call lodging (In case of Hardware call lodging till the the date of hardware/software
replacement) repaired/replaced.

6.12 Patent Rights


In the event of any claim asserted by a third party of infringement of copyright, patent,
trademark, industrial design rights, etc., arising from the use of the Goods or aany part thereof
in India, the service provider will be responsible for the same and shall act expeditiously to
extinguish such claim.

6.13 Legal Jurisdiction


21
All legal disputes are subject to the jurisdiction of Jharkhand courts at Ranchi only.

6.14 Taxes and Duties

The rates quoted shall be in Indian Rupees and shall be inclusive of all taxes, duties and
levies as applicable up to the completion of job. Any increase in the rates will not be allowed.

6.15 Exit Management


In case the bidder exits the project, mutually or on termination, they shall transfer the
complete technical/functional knowledge of the system along with the all required documents
to the team/person designated by the department, otherwise legal action can be taken against
the successful bidder. Due payment shall not be a criteria for knowledge transfer / providing
required documents etc.

6.16 Agreement
This contract/agreement embodies the entire agreement and understanding between the
parties, the purchaser and the bidder and supersedes all prior negotiations, arrangements,
agreements
ements and understanding between the parties. Any changes in the terms of the document
can only be made in writing and by mutual agreement
agreement.

6.17 Arbitration
In the event of any dispute arising amongst the parties, the parties agree to use their best
efforts to attempt to resolve all disputes in prompt, equitable and good faith and in
accordance to the terms and conditions specified in bid document and agreement/MOU
agreement/MOU. In
the events the parties are unable to do so, then such dispute shall be finally reso
resolved by Sole
Arbitration. The Sole Arbitrator will be mutually decided and will be governed by the
Arbitration and Conciliation Act of India. The arbitration shall be conducted in the
English/Hindi language and the venue of the arbitration shall be in Ranc
Ranchi,
hi, Jharkhand.

6.18 Binding Clause


All decisions taken by the State Project Director/Department of School Education & Literacy
or any Committee constituted regarding the processing of this Proposal and award of contract
shall be final and binding on all concerned parties and bidders.

22
SECTION VII:ANNEXURE
NNEXURE I-BID FORM

(On Company’s Letter Head)

The
State Project Director
Jharkhand Education Project Council

I/We ………………………………….. ………………..…………………(hereinafter hereinafter called "the Bidder")


Bidder"
have read the various conditions of the Bid No. BID No.-MIS/06/202
MIS/06/2022/173(Part-2)/1612
dated 16/05/2024 attached here to and he hereby
reby agree to abide by various conditions and
document. I/We offer to do and complete the work of Supply,
clauses mentioned in the bid document
Distribution and 3 years Maintenance of 28,945 Tablet computers with Mobile
Device Management (MDM) software to the teachers of Jharkhand as per scope of
work mentioned in this bid documen
document.
At the rates quoted in the attached schedule and hereby bind myself/ourselves to complete the
work in all respects within the time limits shown in the Bid Document
Document.

2.I/We also hereby agree to abide by the General condition of Contract of the Project and to
carry out the work mentioned in the bid document.

Earnest money (EMD) of Rs. 86,83,500/= in the form of Bank Draft / Bank guarantee in
favourofJharkhand
Jharkhand Education Project Council, payable at Ranchi.. The full value of the
earnest money shall stand forfeited
orfeited without prejudice to any other rights or remedies if:
if:-

a). I/We do not execute the agreement/


agreement/contract/MOU within seven (07) days after the issue of
Letter of Intent (LoI) / Work Order
Order.

b) I/We do not commence the work within timeline mentioned in this bid. bid The work shall
deem to have commenced from the date of submission of project schedule.
Until a formal agreement is prepared and executed, acceptance of the tender shall constitute a
binding contract between us

Date:
Place:
Signature and stamp of the Authorized officer/representative of Bidder

Name:

23
SECTION VIII:ANNEXURE
ANNEXURE II
II-BID SECURITY (EMD) FORM FOR
BANK GUARANTEE

Whereas ………………………... ((hereinafter called "the Bidder")) has submitted its bid dated
………………………(Date Date of submission of bid) for the …………………………………
…………………..…………… (Description of the project)) (Hereinafter called "the Bid").
KNOW ALL PEOPLE by these presents that WE ……… …………..……… ……… (Name( of bank) of
...……… (Name of country), having our registered office at …………… ((Address of bank)
(Hereinafter called "the Bank"), are bound onto ………………
………………….………… ………… (Name( of Company)
(hereinafter called "the Bidder Company
Company") in the sum of Rs.…………………………………
………………………………… for
which payment well and truly to be made to the said JEPC, the Bank binds itself, its successors,
and
nd assigns by these presents. Sealed with the Common Seal of the said Bank this
…………………… day of ………………. 20 2024.
THE CONDITIONS of this obligation are:
1. If the Bidder withdraws its Bid during the period of bid validit
validityy specified by the Bidder on
the Bid Form; or
2. If the Bidder, having been notified of the acceptance of its bid by the JEPC during the
period of bid validity :
i. fails or refuses to execute the Contract Form if required; or
ii. fails or refuses to furnish the performance security, in accordance with the
Instruction to Bidders;
We undertake to pay the JEPC up to the above amount upon receipt of its first written demand,
without the JEPC having to substantiate its demand, provided that in its demand the JEPC will
note that the amount claimed is due to it, oowing
wing to the occurrence of one or both of the two
conditions, specifying the occurred condition or conditions.
This guarantee will remain valid for Ninety (90)) days from the date fixed for opening of tender,
and any demand in respect thereof should reach th
thee Bank not later than the above date.
Date:
Place:
Signature and stamp of the Authorized officer/representative of Bank
B

Name:
Signature and stamp of the Authorized officer/representative of Bidder

Name:

24
SECTION IX:ANNEXURE
ANNEXURE II
III-CHECKLIST OF DOCUMENTS TO BE
UPLOADED / SUBMITTED IN TECHNICAL BID
The bidder shall go through the Scope of Work and Basic Pre-Qualification
Qualification Eligibility
Criteria of Bidders (Section
(Section-IV) & other requirements mentioned in the bid documents &
it is the bidder's responsibility to provide all the information mentioned in the Performa
given below and any other information which is compulsory and required to be
completed by the bidder mentioned in any other section of the bid documents duly
signed,, stamped and page numbered and exactly scanned and uploaded in pdf file(s)file on
e-procurement portal:
Document Attached at Page
Criterion uploaded online No..........of Technical
(Yes/No) Bid

Full name & address of the Bidder (with Telephone/Mobile No., email
Attached at Page No............
Id etc.)

Legal status, Place and date of Registration and principal place of


Attached at Page No............
business of the company or firm or association.

Proof of Bid Cost submitted (Rs.10,000/) Attached at Page No............

Proof of EMD submitted (Rs.86,83


83,500/) Attached at Page No............

Authorization for bid Signing Authority Attached at Page No............

A notarized Commitment letter on bidder's letter head stating that


Attached at Page No............
Consortium and Subletting will not be done at any stage.

Self attested copies of -


Company's / Organization's Registration Details like
like- Certification of
Registration / Registered Partnership Deed / Registration Certificate
etc.
In case of change of name/merger etc. details of all relating history Attached at Page No............
must also be submitted.
and
Proof of sales of related items in any of the three financial years
among 2018-19, 2019-20, 2020-21,
21, 2021
2021-22, 2022-23 or 2023-24.

Self attested copies of -


Copy of Company's / Organization's MoA specifying objectives and Attached at Page No............
scope of work of the firm.

Self attested copies of -


 GST registration, Attached at Page No............
 GST form 3C(B)/3(B) for March 202
2023 or December 2023

Self attested copies of


 Company PAN registration details
Attached at Page No............
 IT Return for any three Assessment year among AY 2018
2018-19, AY
2019-20, AY 2020-21, 21, AY 2021
2021-22, AY 2022-23 or AY 2023-24

Audited Balance Sheet for the concerned three financial years among
2018-19, 2019-20, 2020-21,21, 2021
2021-22, 2022-23 or 2023-24 along with
all relevant schedules to know the turnover from different business
and
Attached at Page No............
Turnover Certificate from the business of manufacturing or supply
and installation or Sales & Services of Mobile devices/IT
devices/IT-Hardware
& MDM from a Registered Chartered Accountant duly sealed and
signed mentioning his/her registration number and UDIN.

Copy of Work Order, Agreement confirming the Value / Quantity of


order along with Satisfactory Performance / Work Completion Attached at Page No............
Certificate from the client or proof of receipt of payment against

25
work done or CRAC raised from GeM.

A notarized affidavit certificate on the bidder's letter head stating that


the bidder has not been blacklisted by any State/Central Government
/ Government Department / Ministry /State/District/PSU etc. in India Attached at Page No............
for corrupt, fraudulent or any other unethical business practices or for
any other reason must be submitted along with technical bid.

Certificate from HR Head of the Company certifying Consolidated


details of these employees along with their Name, Designation,
Contact details, Address, Qualifications, Experience and Domain
expertise.
and
Attached at Page No............
The EPF summary Statements of continuous 12 Month of 2021 2021-22 /
2022-23/2023-24 24 confirming the number of employees or Certificate
from the HR Head of the Company mentioning the EPF/PF numbers
of those employees and certifying that the EPF/PF is being paid
regularly for the mentioned number of employees.

Details of the bidder’s existing office and Service Network to cover


all 24 districts in Jharkhand.
or
A commitment letter on company’s letter head regarding opening of
their office& Setting up their Service Network in Jharkhand to cover
Attached at Page No............
all districts of Jharkhand within 30 days of the work allotment.
or
OEM written commitment that their Service Network will be used by
the bidder under this project for providing maintenance service as per
scope of work mentioned in the bid document.

Details of the Manpower whose service is proposed to be rendered in


Attached at Page No............
the project along with their experience and domain expertise.

Audited Balance Sheet of OEM for the concerned three financial


years among 2018-19, 2019-20,
20, 2020
2020-21, 2021-22 and 2022-23 along
Attached at Page No............
with all relevant schedules to know the turnover from different
businesses.

A notarized affidavit certificate on the OEM’s letter head stating that


the OEM has not been blacklisted by any State/Central Government /
Government Department/Ministry/State/District / PSU etc. in India
for corrupt, fraudulent or any other unethical business practices or for
any other reason must be submitted along with technical bid.

Attested copies of policies/directives/circulars of Jharkhand State


government and individual's MSME/Startups certificate duly certified Attached at Page No............
(not older than 6 months) by the concerned officer (GM, DIC)

Technical Specification Compliance Sheet with offered Make &


Model (for both Tablet & MDM) in the Table given at 3.2 must be Attached at Page No............
signed by the concerned OEM

ANNEXURE I -Bid Form Attached at Page No............

ANNEXURE III-Filled
Filled Checklist form regarding Documents
Attached at Page No............
Uploaded / Submitted in Technical Bid

Any other relevant and required documents in support of the fulfilling


the basic pre-qualification
qualification criteria and to satisfy the other criteria of Attached at Page No............
evaluation.

Date:
Place:
Signature and stamp of the Authorized officer/representative of Bidder
Name:

26
SECTION X: ANNEXURE IV
IV-PERFORMANCE
PERFORMANCE SECURITY FORM

To: ……………………………………………………...(Name of the License Holder


Holder)

WHERE AS ……………………………………………………………....... (Name of


Bidder)) hereinafter called "the Vendor"" has undertaken, in pursuance of Contract No.
………………….……
…… dated……….20..…….………….. To
…………………………
…………… (Description of Work)) hereinafter called "the
Contract/Project".

AND WHEREAS it has been stipulated by you in the said Contract that the bidder
shall furnish you with a Bank Guarantee by a nationalized bank for the sum specified
therein as security for compliance with the bidder’s performance obligations in
accordance with the Con
Contract.

AND WHEREAS we have agreed to give the ………………..(bidder) a Guarantee.


THEREFORE WE hereby affirm that we ………………………(Name
(Name of the Bank,
place) are Guarantors and responsible to you, on behalf of the
………………..(bidder)
………………..(bidder), up to a total of Rs. (Rupees) ……………………
………………
(Amount of the Guarantee in Words and Figures) and we undertake to pay you, upon
your first written demand declaring the bidder to be in default under the Contract and
without argument, any sum or sums within the limit of ……………………………..
(Amount of Guarantee)
arantee) as aforesaid, without your needing to show grounds or
reasons for your demand or the sum specified therein.

This guarantee is valid until the …………….. Day of……………..20….

Signature and Seal of Guarantors


………………………………….
………………………………….
Date ………….20…..

Address: ……………………………………..

27
SECTION XI: ANNEXURE V V-FORMAT
FORMAT FOR FINANCIAL BID
To be uploaded as pdf online & to be submitted in Hardcopy in a
separate sealed envelope as Financial Bid

Bid Reference No. BID No.MIS/06/2022/17


No.MIS/06/2022/173(Part-2)/1612 Date :16/05/2024

Bidders Name:

Bidders Address:

Person to be contacted: Name:


Designation:
Phone/Mobile No: E-mail:
Telephone No(s): Fax No.:

Subject: “Financial Bid for Supply, Distribution and 3 years Maintenance of


28,945 Tablet computers with Mobile Device Management (MDM)
software to the teachers of Jharkhand
Jharkhand.”

Sir,
We, the undersigned Bidders, having read and examined in detail the Specifications and all
the bidding documents in respect of Services for the above mention
mentioned
ed subject do hereby
propose to provide the equipments &
&Services
Services as specified in the Bidding documents for
which the cost will be as under:

1. PRICE AND VALIDITY

Total Cost (T=T1+T2+T3)) of the project including all supply / works / services mentioned
in section IIII “Scope of Work” related to Supply, Distribution and 3 years Maintenance of 28,945
Tablet computers with Mobile Device Management (MDM) software to the teachers of Jharkhand is –

Rs. ………………………………………………………………(In numeric)

…………………………………………………
………………………………………………………………….(In
……………….(In words)

Details of Discount availed and included in above Cost through any other funding source:
……………………………………………………………………………………………….....
The Unit Rate and item wise price breakup is as follows, which shall be considered for
increasing or decreasing
asing any item(s) in the final work at the site
site-
Sl. Unit Rate Total Price (In Rs.)
Item Unit Qty.
No. (In Rs.)
Tablet with MDM application & 01 year
1 Nos. 28945
repair maintenance service (T
(T1)
nd
Cost of 2 Year of repair maintenance
2 Nos. 28945
service with MDM (T2)
Cost of 3rd Year of repair maintenance
3 Nos. 28945
service with MDM (T3)
Total Cost of the Project (T=T1+T2+T3
=T1+T2+T3) In numeric
Total Cost of the Project (T=T1+T2+T3) In words

All the prices (T1), (T2), (T3


T3) and (T) mentioned in our proposal are in accordance with the
28
terms as specified in bidding documents. All the prices and other terms and conditions of this
proposal are valid for a period of 180 calendar days from the date of opening of the Bids.

We hereby declare that I agree tthe Price break-up (Cost of 2nd& 3rd Years Repair, Maintenance &
Services including MDM) will be used to further extend the work & services beyond the initial
1st year of warranty based on sanctions, availability of fund & performance. The Work order
for the same will be issued after completion of initial 1 year of warrant, Service &
maintenance.

We are an Indian firm and do hereby confirm that our Bid prices include all ttaxes, duties and
levies.
We hereby declare that all taxes which are livable under law prevailing at that time will be
paid by us.
We hereby declare that I agree for all the payment, penalty and other clauses as mentioned in
the bid document

Note:
1. On e-procurement portal the Bidder will quote the Total Cost (T=T1+T2+T3) of the
project including all supply / works / services mentioned in section III “Scope of
Work” related to Supply, Distribution and 3 years Maintenance of 28,945 Tablet
computers with Mobile
obile Device Management (MDM) software to the teachers of
Jharkhand. Lowest bidder (L1) will be decided based on T price.
2. The bidders should quote the price in words also. In case of any discrepancy between
the prices quoted in words and figures, the price quoted in words shall prevail and will
be considered for comparison of bids.
3. The quantity (28,945) of tablet including MDM mentioned in the bid is tentative and
may vary or increase/decrease at the time of final work order or during the project
period.

This must also be submitted in a separate sealed envelope marked as "Financial Bid for
Tender Reference No.-MIS/06/2022
MIS/06/2022/173(Part-2)/1612, dated 16/05/2024"" in JEPC office as
per given schedule in IFB and will be opened only after the Technical Bid is found qualified..

Thanking you,

Date:
Place:
Signature and stamp of the Authorized officer/representative of Bidder

Name:

29
SECTION XII: ANNEXURE VI VI-BOQ Format
To be filled & uploaded online

Item Rate BoQ

Tender Inviting Authority: JHARKHAND EDUCATION PROJECT COUNCIL, RANCHI

Name of Work: Supply, Distribution and 3 years Maintenance of 28,945 Tablet computers with
Mobile Device Management (MDM) software to the teachers of Jharkhand

Contract No: MIS/06/2022/173(Part


MIS/06/2022/173(Part-2)/1612

Bidder Name :

PRICE SCHEDULE
(This BOQ template must not be modified/replaced by the bidder and the same should be
uploaded after filling the relevent columns, else the bidder is liable to be rejected for this
tender. Bidders are allowed to enter the Bidder Name and Values only )
NUMBER # TEXT # NUMBER NUMBER TEXT #
# #

Total
TOTAL
Sl. cost TOTAL
Item Description AMOUNT
No. Rs. P AMOUNT
In Words

1 2 3 4 5
1 Total Cost of the Project (T1+T2+T3) 0.0000 INR Zero
Only
Total in Figures 0.0000INR Zero
Only

Quoted Rate in Words INR Zero Only

30
SECTION XII:: ANNEXURE V VI-List
List of Block offices where distribution of
Tablets to the individual 28,945 teacher need to ensured by the bidder
District Name Block Name Address Designation of the Officer
Block Education Extension Officer
GARHWA RAMKANDA RAMKANDA, GARHWA
(BEEO)
Block Education Extension Officer
GARHWA MANJHIAON MANJHIAON, GARHWA
(BEEO)
Block Education Extension Officer
GARHWA BHANDARIA BHANDARIA, GARHWA
(BEEO)
Block Education Extension Officer
GARHWA GARHWA GARHWA, GARHWA
(BEEO)
Block Education Extension Officer
GARHWA MERAL MERAL, GARHWA
(BEEO)
Block Education Extension Officer
GARHWA BHAWANATHPUR BHAWANATHPUR, GARHWA
(BEEO)
Block Education Extension Officer
GARHWA KANDI KANDI, GARHWA
(BEEO)
Block Education Extension Officer
GARHWA NAGAR UNTARI NAGAR UNTARI, GARHWA
(BEEO)
Block Education Extension Officer
GARHWA DHURKI DHURKI, GARHWA
(BEEO)
Block Education Extension Officer
GARHWA KHARAUNDHI KHARAUNDHI, GARHWA
(BEEO)
Block Education Extension Officer
GARHWA RAMNA RAMNA, GARHWA
(BEEO)
Block Education Extension Officer
GARHWA DANDEY DANDEY, GARHWA
(BEEO)
Block Education Extension Officer
GARHWA CHINIA CHINIA, GARHWA
(BEEO)
Block Education Extension Officer
GARHWA RANKA RANKA, GARHWA
(BEEO)
Block Education Extension Officer
GARHWA BARDIHA BARDIHA, GARHWA
(BEEO)
Block Education Extension Officer
GARHWA BISHUNPURA BISHUNPURA, GARHWA
(BEEO)
Block Education Extension Officer
GARHWA DANDA DANDA, GARHWA
(BEEO)
Block Education Extension Officer
GARHWA KETAR KETAR, GARHWA
(BEEO)
Block Education Extension Officer
GARHWA SAGMA SAGMA, GARHWA
(BEEO)
Block Education Extension Officer
GARHWA BARGARH BARGARH, GARHWA
(BEEO)
Block Education Extension Officer
PALAMU DALTONGANJ DALTONGANJ, PALAMU
(BEEO)
Block Education Extension Officer
PALAMU HARIHARGANJ HARIHARGANJ, PALAMU
(BEEO)
Block Education Extension Officer
PALAMU PANKI PANKI, PALAMU
(BEEO)
Block Education Extension Officer
PALAMU HUSSAINABAD HUSSAINABAD, PALAMU
(BEEO)
Block Education Extension Officer
PALAMU PANDU PANDU, PALAMU
(BEEO)
Block Education Extension Officer
PALAMU CHHATARPUR CHHATARPUR, PALAMU
(BEEO)
Block Education Extension Officer
PALAMU NAWDIHA BAZAR NAWDIHA BAZAR, PALAMU
(BEEO)
Block Education Extension Officer
PALAMU MANATU MANATU, PALAMU
(BEEO)
Block Education Extension Officer
PALAMU BISHRAMPUR BISHRAMPUR, PALAMU
(BEEO)
Block Education Extension Officer
PALAMU CHAINPUR CHAINPUR, PALAMU
(BEEO)
Block Education Extension Officer
PALAMU LESLIGANJ LESLIGANJ, PALAMU
(BEEO)
Block Education Extension Officer
PALAMU PATAN PATAN, PALAMU
(BEEO)
Block Education Extension Officer
PALAMU SATBARWA SATBARWA, PALAMU
(BEEO)
Block Education Extension Officer
PALAMU PIPRA PIPRA, PALAMU
(BEEO)
Block Education Extension Officer
PALAMU HAIDARNAGAR HAIDARNAGAR, PALAMU
(BEEO)

31
Block Education Extension Officer
PALAMU MOHAMMADGANJ MOHAMMADGANJ, PALAMU
(BEEO)
Block Education Extension Officer
PALAMU UNTARI ROAD UNTARI ROAD, PALAMU
(BEEO)
Block Education Extension Officer
PALAMU TARHASI TARHASI, PALAMU
(BEEO)
Block Education Extension Officer
PALAMU NAWA BAZAR NAWA BAZAR, PALAMU
(BEEO)
Block Education Extension Officer
PALAMU PANDWA PANDWA, PALAMU
(BEEO)
Block Education Extension Officer
PALAMU RAMGARH RAMGARH, PALAMU
(BEEO)
Block Education Extension Officer
CHATRA ITKHORI ITKHORI, CHATRA
(BEEO)
Block Education Extension Officer
CHATRA CHATRA CHATRA, CHATRA
(BEEO)
Block Education Extension Officer
CHATRA HUNTERGANJ HUNTERGANJ, CHATRA
(BEEO)
Block Education Extension Officer
CHATRA PRATAPPUR PRATAPPUR, CHATRA
(BEEO)
Block Education Extension Officer
CHATRA SIMARIA SIMARIA, CHATRA
(BEEO)
Block Education Extension Officer
CHATRA TANDWA TANDWA, CHATRA
(BEEO)
Block Education Extension Officer
CHATRA PATHALGADA PATHALGADA, CHATRA
(BEEO)
Block Education Extension Officer
CHATRA GIDHOUR GIDHOUR, CHATRA
(BEEO)
Block Education Extension Officer
CHATRA KUNDA KUNDA, CHATRA
(BEEO)
Block Education Extension Officer
CHATRA LAWALONG LAWALONG, CHATRA
(BEEO)
Block Education Extension Officer
CHATRA MAYURHAND MAYURHAND, CHATRA
(BEEO)
Block Education Extension Officer
CHATRA KANHACHATTI KANHACHATTI, CHATRA
(BEEO)
Block Education Extension Officer
HAZARIBAG BARHI BARHI, HAZARIBAG
(BEEO)
Block Education Extension Officer
HAZARIBAG BARKATHA BARKATHA, HAZARIBAG
(BEEO)
Block Education Extension Officer
HAZARIBAG BARKAGAON BARKAGAON, HAZARIBAG
(BEEO)
Block Education Extension Officer
HAZARIBAG BISHNUGARH BISHNUGARH, HAZARIBAG
(BEEO)
Block Education Extension Officer
HAZARIBAG CHOUPARAN CHOUPARAN, HAZARIBAG
(BEEO)
Block Education Extension Officer
HAZARIBAG CHURCHU CHURCHU, HAZARIBAG
(BEEO)
Block Education Extension Officer
HAZARIBAG HAZARIBAGH HAZARIBAGH, HAZARIBAG
(BEEO)
Block Education Extension Officer
HAZARIBAG ICHAK ICHAK, HAZARIBAG
(BEEO)
Block Education Extension Officer
HAZARIBAG KATKAMSANDI KATKAMSANDI, HAZARIBAG
(BEEO)
Block Education Extension Officer
HAZARIBAG KEREDARI KEREDARI, HAZARIBAG
(BEEO)
Block Education Extension Officer
HAZARIBAG PADMA PADMA, HAZARIBAG
(BEEO)
Block Education Extension Officer
HAZARIBAG DARU DARU, HAZARIBAG
(BEEO)
Block Education Extension Officer
HAZARIBAG KATKAMDAG KATKAMDAG, HAZARIBAG
(BEEO)
Block Education Extension Officer
HAZARIBAG CHALKUSHA CHALKUSHA, HAZARIBAG
(BEEO)
Block Education Extension Officer
HAZARIBAG DARI DARI, HAZARIBAG
(BEEO)
Block Education Extension Officer
HAZARIBAG TATIJHARIYA TATIJHARIYA, HAZARIBAG
(BEEO)
Block Education Extension Officer
KODARMA KODERMA KODERMA, KODARMA
(BEEO)
Block Education Extension Officer
KODARMA MARKACHO MARKACHO, KODARMA
(BEEO)
Block Education Extension Officer
KODARMA JAINAGAR JAINAGAR, KODARMA
(BEEO)
Block Education Extension Officer
KODARMA SATGAWAN SATGAWAN, KODARMA
(BEEO)
KODARMA CHANDWARA CHANDWARA, KODARMA Block Education Extension Officer

32
(BEEO)
Block Education Extension Officer
KODARMA DOMCHANCH DOMCHANCH, KODARMA
(BEEO)
Block Education Extension Officer
GIRIDIH BENGABAD BENGABAD, GIRIDIH
(BEEO)
Block Education Extension Officer
GIRIDIH DEORI DEORI, GIRIDIH
(BEEO)
Block Education Extension Officer
GIRIDIH BIRANI BIRANI, GIRIDIH
(BEEO)
Block Education Extension Officer
GIRIDIH DUMRI DUMRI, GIRIDIH
(BEEO)
Block Education Extension Officer
GIRIDIH JAMUA JAMUA, GIRIDIH
(BEEO)
Block Education Extension Officer
GIRIDIH DHANWAR DHANWAR, GIRIDIH
(BEEO)
Block Education Extension Officer
GIRIDIH GIRIDIH GIRIDIH, GIRIDIH
(BEEO)
Block Education Extension Officer
GIRIDIH PIRTAND PIRTAND, GIRIDIH
(BEEO)
Block Education Extension Officer
GIRIDIH TISRI TISRI, GIRIDIH
(BEEO)
Block Education Extension Officer
GIRIDIH GAWAN GAWAN, GIRIDIH
(BEEO)
Block Education Extension Officer
GIRIDIH GANDEY GANDEY, GIRIDIH
(BEEO)
Block Education Extension Officer
GIRIDIH BAGODAR BAGODAR, GIRIDIH
(BEEO)
Block Education Extension Officer
GIRIDIH SURIYA SURIYA, GIRIDIH
(BEEO)
Block Education Extension Officer
DEOGHAR MOHANPUR MOHANPUR, DEOGHAR
(BEEO)
Block Education Extension Officer
DEOGHAR SARWAN SARWAN, DEOGHAR
(BEEO)
Block Education Extension Officer
DEOGHAR DEOGHAR DEOGHAR, DEOGHAR
(BEEO)
Block Education Extension Officer
DEOGHAR SARATH SARATH, DEOGHAR
(BEEO)
Block Education Extension Officer
DEOGHAR PALOJORI PALOJORI, DEOGHAR
(BEEO)
Block Education Extension Officer
DEOGHAR MADHUPUR MADHUPUR, DEOGHAR
(BEEO)
Block Education Extension Officer
DEOGHAR KAROWN KAROWN, DEOGHAR
(BEEO)
Block Education Extension Officer
DEOGHAR DEVIPUR DEVIPUR, DEOGHAR
(BEEO)
Block Education Extension Officer
DEOGHAR SONARAITHARI SONARAITHARI, DEOGHAR
(BEEO)
Block Education Extension Officer
DEOGHAR MARGOMUNDA MARGOMUNDA, DEOGHAR
(BEEO)
Block Education Extension Officer
GODDA MAHAGAMA MAHAGAMA, GODDA
(BEEO)
Block Education Extension Officer
GODDA MEHARMA MEHARMA, GODDA
(BEEO)
Block Education Extension Officer
GODDA SUNDERPAHARI SUNDERPAHARI, GODDA
(BEEO)
Block Education Extension Officer
GODDA BOARIJORE BOARIJORE, GODDA
(BEEO)
Block Education Extension Officer
GODDA PORAIYAHAT PORAIYAHAT, GODDA
(BEEO)
Block Education Extension Officer
GODDA THAKURGANGTI THAKURGANGTI, GODDA
(BEEO)
Block Education Extension Officer
GODDA PATHARGAMA PATHARGAMA, GODDA
(BEEO)
Block Education Extension Officer
GODDA GODDA GODDA, GODDA
(BEEO)
Block Education Extension Officer
GODDA BASANTRAI BASANTRAI, GODDA
(BEEO)
Block Education Extension Officer
SAHIBGANJ SAHIBGANJ SAHIBGANJ, SAHIBGANJ
(BEEO)
Block Education Extension Officer
SAHIBGANJ MANDRO MANDRO, SAHIBGANJ
(BEEO)
Block Education Extension Officer
SAHIBGANJ PATHNA PATHNA, SAHIBGANJ
(BEEO)
Block Education Extension Officer
SAHIBGANJ RAJMAHAL RAJMAHAL, SAHIBGANJ
(BEEO)
Block Education Extension Officer
SAHIBGANJ UDHWA UDHWA, SAHIBGANJ
(BEEO)

33
Block Education Extension Officer
SAHIBGANJ BORIO BORIO, SAHIBGANJ
(BEEO)
Block Education Extension Officer
SAHIBGANJ BERHAIT BERHAIT, SAHIBGANJ
(BEEO)
Block Education Extension Officer
SAHIBGANJ BARHARWA BARHARWA, SAHIBGANJ
(BEEO)
Block Education Extension Officer
SAHIBGANJ TALJHARI TALJHARI, SAHIBGANJ
(BEEO)
Block Education Extension Officer
PAKAUR MAHESHPUR MAHESHPUR, PAKAUR
(BEEO)
Block Education Extension Officer
PAKAUR PAKURIA PAKURIA, PAKAUR
(BEEO)
Block Education Extension Officer
PAKAUR HIRANPUR HIRANPUR, PAKAUR
(BEEO)
Block Education Extension Officer
PAKAUR LITTIPARA LITTIPARA, PAKAUR
(BEEO)
Block Education Extension Officer
PAKAUR PAKUR PAKUR, PAKAUR
(BEEO)
Block Education Extension Officer
PAKAUR AMRAPARA AMRAPARA, PAKAUR
(BEEO)
Block Education Extension Officer
DUMKA DUMKA DUMKA, DUMKA
(BEEO)
Block Education Extension Officer
DUMKA RANISHWAR RANISHWAR, DUMKA
(BEEO)
Block Education Extension Officer
DUMKA MASALIA MASALIA, DUMKA
(BEEO)
Block Education Extension Officer
DUMKA JAMA JAMA, DUMKA
(BEEO)
Block Education Extension Officer
DUMKA JARMUNDI JARMUNDI, DUMKA
(BEEO)
Block Education Extension Officer
DUMKA SARAIYAHAT SARAIYAHAT, DUMKA
(BEEO)
Block Education Extension Officer
DUMKA RAMGARH RAMGARH, DUMKA
(BEEO)
Block Education Extension Officer
DUMKA GOPIKANDAR GOPIKANDAR, DUMKA
(BEEO)
Block Education Extension Officer
DUMKA KATHIKUND KATHIKUND, DUMKA
(BEEO)
Block Education Extension Officer
DUMKA SHIKARIPARA SHIKARIPARA, DUMKA
(BEEO)
Block Education Extension Officer
DHANBAD TOPCHANCHI TOPCHANCHI, DHANBAD
(BEEO)
Block Education Extension Officer
DHANBAD JHARIA JHARIA, DHANBAD
(BEEO)
Block Education Extension Officer
DHANBAD DHANBAD DHANBAD, DHANBAD
(BEEO)
Block Education Extension Officer
DHANBAD TUNDI TUNDI, DHANBAD
(BEEO)
Block Education Extension Officer
DHANBAD BALIAPUR BALIAPUR, DHANBAD
(BEEO)
Block Education Extension Officer
DHANBAD BAGHMARA BAGHMARA, DHANBAD
(BEEO)
Block Education Extension Officer
DHANBAD EGARKUND EGARKUND, DHANBAD
(BEEO)
Block Education Extension Officer
DHANBAD KELIASOLE KELIASOLE, DHANBAD
(BEEO)
Block Education Extension Officer
DHANBAD NIRSA NIRSA, DHANBAD
(BEEO)
Block Education Extension Officer
DHANBAD PURVI TUNDI PURVI TUNDI, DHANBAD
(BEEO)
Block Education Extension Officer
DHANBAD GOVINDPUR GOVINDPUR, DHANBAD
(BEEO)
Block Education Extension Officer
BOKARO CHANDANKIYARI CHANDANKIYARI, BOKARO
(BEEO)
Block Education Extension Officer
BOKARO CHAS CHAS, BOKARO
(BEEO)
Block Education Extension Officer
BOKARO NAWADIH NAWADIH, BOKARO
(BEEO)
Block Education Extension Officer
BOKARO JARIDIH JARIDIH, BOKARO
(BEEO)
Block Education Extension Officer
BOKARO BERMO BERMO, BOKARO
(BEEO)
Block Education Extension Officer
BOKARO GOMIYA GOMIYA, BOKARO
(BEEO)
Block Education Extension Officer
BOKARO PETARWAR PETARWAR, BOKARO
(BEEO)
BOKARO KASMAR KASMAR, BOKARO Block Education Extension Officer

34
(BEEO)
Block Education Extension Officer
BOKARO CHANDRAPURA CHANDRAPURA, BOKARO
(BEEO)
Block Education Extension Officer
RANCHI KANKE KANKE, RANCHI
(BEEO)
Block Education Extension Officer
RANCHI RATU RATU, RANCHI
(BEEO)
Block Education Extension Officer
RANCHI CHANHO CHANHO, RANCHI
(BEEO)
Block Education Extension Officer
RANCHI MANDAR MANDAR, RANCHI
(BEEO)
Block Education Extension Officer
RANCHI LAPUNG LAPUNG, RANCHI
(BEEO)
Block Education Extension Officer
RANCHI BURMU BURMU, RANCHI
(BEEO)
Block Education Extension Officer
RANCHI BERO BERO, RANCHI
(BEEO)
Block Education Extension Officer
RANCHI NAMKUM NAMKUM, RANCHI
(BEEO)
Block Education Extension Officer
RANCHI ORMANJHI ORMANJHI, RANCHI
(BEEO)
Block Education Extension Officer
RANCHI ANGARA ANGARA, RANCHI
(BEEO)
Block Education Extension Officer
RANCHI SILLI SILLI, RANCHI
(BEEO)
Block Education Extension Officer
RANCHI BUNDU BUNDU, RANCHI
(BEEO)
Block Education Extension Officer
RANCHI SONAHATU SONAHATU, RANCHI
(BEEO)
Block Education Extension Officer
RANCHI TAMAR TAMAR, RANCHI
(BEEO)
Block Education Extension Officer
RANCHI NAGRI NAGRI, RANCHI
(BEEO)
Block Education Extension Officer
RANCHI ITKI ITKI, RANCHI
(BEEO)
Block Education Extension Officer
RANCHI KHELARI KHELARI, RANCHI
(BEEO)
Block Education Extension Officer
RANCHI RAHE RAHE, RANCHI
(BEEO)
Block Education Extension Officer
LOHARDAGA LOHARDAGA LOHARDAGA, LOHARDAGA
(BEEO)
Block Education Extension Officer
LOHARDAGA KISKO KISKO, LOHARDAGA
(BEEO)
Block Education Extension Officer
LOHARDAGA SENHA SENHA, LOHARDAGA
(BEEO)
Block Education Extension Officer
LOHARDAGA BHANDRA BHANDRA, LOHARDAGA
(BEEO)
Block Education Extension Officer
LOHARDAGA KURU KURU, LOHARDAGA
(BEEO)
Block Education Extension Officer
LOHARDAGA KAIRO KAIRO, LOHARDAGA
(BEEO)
Block Education Extension Officer
LOHARDAGA PESHRAR PESHRAR, LOHARDAGA
(BEEO)
Block Education Extension Officer
GUMLA BISHUNPUR BISHUNPUR, GUMLA
(BEEO)
Block Education Extension Officer
GUMLA GHAGHRA GHAGHRA, GUMLA
(BEEO)
Block Education Extension Officer
GUMLA CHAINPUR CHAINPUR, GUMLA
(BEEO)
Block Education Extension Officer
GUMLA DUMRI DUMRI, GUMLA
(BEEO)
Block Education Extension Officer
GUMLA RAIDIH RAIDIH, GUMLA
(BEEO)
Block Education Extension Officer
GUMLA GUMLA GUMLA, GUMLA
(BEEO)
Block Education Extension Officer
GUMLA SISAI SISAI, GUMLA
(BEEO)
Block Education Extension Officer
GUMLA BHARNO BHARNO, GUMLA
(BEEO)
Block Education Extension Officer
GUMLA BASIA BASIA, GUMLA
(BEEO)
Block Education Extension Officer
GUMLA KAMDARA KAMDARA, GUMLA
(BEEO)
Block Education Extension Officer
GUMLA PALKOT PALKOT, GUMLA
(BEEO)
Block Education Extension Officer
GUMLA ALBERT EKKA ALBERT EKKA, GUMLA
(BEEO)

35
PASHCHIMI BANDGAON, PASHCHIMI Block Education Extension Officer
BANDGAON
SINGHBHUM SINGHBHUM (BEEO)
PASHCHIMI CHAKRADHARPUR, PASHCHIMI Block Education Extension Officer
CHAKRADHARPUR
SINGHBHUM SINGHBHUM (BEEO)
PASHCHIMI GOELKERA, PASHCHIMI Block Education Extension Officer
GOELKERA
SINGHBHUM SINGHBHUM (BEEO)
PASHCHIMI HATGAMAHARIA, PASHCHIMI Block Education Extension Officer
HATGAMAHARIA
SINGHBHUM SINGHBHUM (BEEO)
PASHCHIMI JAGANNATHPUR, PASHCHIMI Block Education Extension Officer
JAGANNATHPUR
SINGHBHUM SINGHBHUM (BEEO)
PASHCHIMI Block Education Extension Officer
JHINKPANI JHINKPANI, PASHCHIMI SINGHBHUM
SINGHBHUM (BEEO)
PASHCHIMI KHUNTPANI, PASHCHIMI Block Education Extension Officer
KHUNTPANI
SINGHBHUM SINGHBHUM (BEEO)
PASHCHIMI SADAR CHAIBASA, PASHCHIMI Block Education Extension Officer
SADAR CHAIBASA
SINGHBHUM SINGHBHUM (BEEO)
PASHCHIMI KUMARDUNGI, PASHCHIMI Block Education Extension Officer
KUMARDUNGI
SINGHBHUM SINGHBHUM (BEEO)
PASHCHIMI MAJHGAON, PASHCHIMI Block Education Extension Officer
MAJHGAON
SINGHBHUM SINGHBHUM (BEEO)
PASHCHIMI Block Education Extension Officer
MANJHARI MANJHARI, PASHCHIMI SINGHBHUM
SINGHBHUM (BEEO)
PASHCHIMI MANOHARPUR, PASHCHIMI Block Education Extension Officer
MANOHARPUR
SINGHBHUM SINGHBHUM (BEEO)
PASHCHIMI NOAMUNDI, PASHCHIMI Block Education Extension Officer
NOAMUNDI
SINGHBHUM SINGHBHUM (BEEO)
PASHCHIMI Block Education Extension Officer
SONUA SONUA, PASHCHIMI SINGHBHUM
SINGHBHUM (BEEO)
PASHCHIMI Block Education Extension Officer
GUDRI GUDRI, PASHCHIMI SINGHBHUM
SINGHBHUM (BEEO)
PASHCHIMI TANTNAGAR, PASHCHIMI Block Education Extension Officer
TANTNAGAR
SINGHBHUM SINGHBHUM (BEEO)
PASHCHIMI Block Education Extension Officer
TONTO TONTO, PASHCHIMI SINGHBHUM
SINGHBHUM (BEEO)
PASHCHIMI ANANDPUR, PASHCHIMI Block Education Extension Officer
ANANDPUR
SINGHBHUM SINGHBHUM (BEEO)
PURBI Block Education Extension Officer
PATAMDA PATAMDA, PURBI SINGHBHUM
SINGHBHUM (BEEO)
PURBI Block Education Extension Officer
POTKA POTKA, PURBI SINGHBHUM
SINGHBHUM (BEEO)
PURBI GOLMURI-CUM-- GOLMURI-CUM-JUGSALAI, PURBI Block Education Extension Officer
SINGHBHUM JUGSALAI SINGHBHUM (BEEO)
PURBI Block Education Extension Officer
DUMARIA DUMARIA, PURBI SINGHBHUM
SINGHBHUM (BEEO)
PURBI DHALBHUMGARH, PURBI Block Education Extension Officer
DHALBHUMGARH
SINGHBHUM SINGHBHUM (BEEO)
PURBI Block Education Extension Officer
GHATSHILA GHATSHILA, PURBI SINGHBHUM
SINGHBHUM (BEEO)
PURBI Block Education Extension Officer
BAHARAGORA BAHARAGORA, PURBI SINGHBHUM
SINGHBHUM (BEEO)
PURBI Block Education Extension Officer
CHAKULIA CHAKULIA, PURBI SINGHBHUM
SINGHBHUM (BEEO)
PURBI Block Education Extension Officer
MUSABANI MUSABANI, PURBI SINGHBHUM
SINGHBHUM (BEEO)
PURBI Block Education Extension Officer
BORAM BORAM, PURBI SINGHBHUM
SINGHBHUM (BEEO)
PURBI Block Education Extension Officer
GURABANDHA GURABANDHA, PURBI SINGHBHUM
SINGHBHUM (BEEO)
Block Education Extension Officer
JAMTARA JAMTARA JAMTARA, JAMTARA
(BEEO)
Block Education Extension Officer
JAMTARA NARAYANPUR NARAYANPUR, JAMTARA
(BEEO)
Block Education Extension Officer
JAMTARA NALA NALA, JAMTARA
(BEEO)
Block Education Extension Officer
JAMTARA KUNDAHIT KUNDAHIT, JAMTARA
(BEEO)
KARMATANR KARMATANR VIDYASAGAR, Block Education Extension Officer
JAMTARA
VIDYASAGAR JAMTARA (BEEO)
Block Education Extension Officer
JAMTARA FATEHPUR FATEHPUR, JAMTARA
(BEEO)
SARAIKELA- Block Education Extension Officer
CHANDIL CHANDIL, SARAIKELA-KHARSAWAN
KHARSAWAN (BEEO)
SARAIKELA- GAMHARIA, SARAIKELA- Block Education Extension Officer
GAMHARIA
KHARSAWAN KHARSAWAN (BEEO)
SARAIKELA- ICHAGARH, SARAIKELA- Block Education Extension Officer
ICHAGARH
KHARSAWAN KHARSAWAN (BEEO)
SARAIKELA- KHARSAWAN KHARSAWAN, SARAIKELA- Block Education Extension Officer

36
KHARSAWAN KHARSAWAN (BEEO)
SARAIKELA- Block Education Extension Officer
KUCHAI KUCHAI, SARAIKELA-KHARSAWAN
KHARSAWAN (BEEO)
SARAIKELA- Block Education Extension Officer
NIMDIH NIMDIH, SARAIKELA-KHARSAWAN
KHARSAWAN (BEEO)
SARAIKELA- RAJNAGAR, SARAIKELA- Block Education Extension Officer
RAJNAGAR
KHARSAWAN KHARSAWAN (BEEO)
SARAIKELA- SERAIKELLA, SARAIKELA- Block Education Extension Officer
SERAIKELLA
KHARSAWAN KHARSAWAN (BEEO)
SARAIKELA- Block Education Extension Officer
KUKRU KUKRU, SARAIKELA-KHARSAWAN
KHARSAWAN (BEEO)
Block Education Extension Officer
SIMDEGA KURDEG KURDEG, SIMDEGA
(BEEO)
Block Education Extension Officer
SIMDEGA KOLEBIRA KOLEBIRA, SIMDEGA
(BEEO)
Block Education Extension Officer
SIMDEGA BOLBA BOLBA, SIMDEGA
(BEEO)
Block Education Extension Officer
SIMDEGA SIMDEGA SIMDEGA, SIMDEGA
(BEEO)
Block Education Extension Officer
SIMDEGA THETHAITANGAR THETHAITANGAR, SIMDEGA
(BEEO)
Block Education Extension Officer
SIMDEGA BANO BANO, SIMDEGA
(BEEO)
Block Education Extension Officer
SIMDEGA JALDEGA JALDEGA, SIMDEGA
(BEEO)
Block Education Extension Officer
SIMDEGA PAKARTANR PAKARTANR, SIMDEGA
(BEEO)
Block Education Extension Officer
SIMDEGA BANSJOR BANSJOR, SIMDEGA
(BEEO)
Block Education Extension Officer
SIMDEGA KERSAI KERSAI, SIMDEGA
(BEEO)
Block Education Extension Officer
LATEHAR LATEHAR LATEHAR, LATEHAR
(BEEO)
Block Education Extension Officer
LATEHAR CHANDWA CHANDWA, LATEHAR
(BEEO)
Block Education Extension Officer
LATEHAR MANIKA MANIKA, LATEHAR
(BEEO)
Block Education Extension Officer
LATEHAR GARU GARU, LATEHAR
(BEEO)
Block Education Extension Officer
LATEHAR BARWADIH BARWADIH, LATEHAR
(BEEO)
Block Education Extension Officer
LATEHAR MAHUADANR MAHUADANR, LATEHAR
(BEEO)
Block Education Extension Officer
LATEHAR BALUMATH BALUMATH, LATEHAR
(BEEO)
Block Education Extension Officer
LATEHAR HERHANJ HERHANJ, LATEHAR
(BEEO)
Block Education Extension Officer
LATEHAR BARIYATU BARIYATU, LATEHAR
(BEEO)
Block Education Extension Officer
KHUNTI RANIA RANIA, KHUNTI
(BEEO)
Block Education Extension Officer
KHUNTI MURHU MURHU, KHUNTI
(BEEO)
Block Education Extension Officer
KHUNTI TORPA TORPA, KHUNTI
(BEEO)
Block Education Extension Officer
KHUNTI KARRA KARRA, KHUNTI
(BEEO)
Block Education Extension Officer
KHUNTI ARKI ARKI, KHUNTI
(BEEO)
Block Education Extension Officer
KHUNTI KHUNTI KHUNTI, KHUNTI
(BEEO)
Block Education Extension Officer
RAMGARH GOLA GOLA, RAMGARH
(BEEO)
Block Education Extension Officer
RAMGARH MANDU MANDU, RAMGARH
(BEEO)
Block Education Extension Officer
RAMGARH PATRATU PATRATU, RAMGARH
(BEEO)
Block Education Extension Officer
RAMGARH RAMGARH RAMGARH, RAMGARH
(BEEO)
Block Education Extension Officer
RAMGARH CHITARPUR CHITARPUR, RAMGARH
(BEEO)
Block Education Extension Officer
RAMGARH DULMI DULMI, RAMGARH
(BEEO)

37

You might also like