· web view2015-16 audited financial statements reflecting net worth/ca certificate. 5 in the case...

132
Request for proposal for procurement of Tablets and Single finger authentication device for enrolment of children between age group of 0 to 5 Years – Call 4 Centre for e-Governance, DPAR (e-Governance) M.S Building, Room No 146, Gate No 2 Bangalore, Karnataka – 560 001 Tel: +91 80 22353840/22230060 Fax: +91 80 22353841 Page | 1

Upload: buimien

Post on 11-Jun-2018

212 views

Category:

Documents


0 download

TRANSCRIPT

Request for proposal for procurement of

Tablets and Single finger authentication device

for enrolment of children between

age group of 0 to 5 Years – Call 4

Centre for e-Governance, DPAR

(e-Governance) M.S Building,

Room No 146, Gate No 2

Bangalore, Karnataka – 560 001

Tel: +91 80 22353840/22230060

Fax: +91 80 22353841

Page | 1

Contents:INVITATION FOR TENDER.......................................................................................................................6

1. INSTRUCTIONS TO BIDDERS...........................................................................................................8

1.1 DEFINITIONS..........................................................................................................................8

1.2 SUBMISSION OF TENDER:......................................................................................................9

1.3 COST OF BIDDING..................................................................................................................9

1.4 EARNEST MONEY DEPOSIT/ BID SECURITY DEPOSIT............................................................10

1.5 CONTRACT MANAGEMENT IN E-PROCUREMENT SYSTEM...................................................10

1.6 ERASURES OR ALTERATIONS AND SIGNING OF TENDER OFFERS.........................................11

1.7 COSTS AND CURRENCY........................................................................................................11

1.8 FIXED PRICE:.........................................................................................................................11

1.9 OFFER VALIDITY PERIOD:.....................................................................................................12

1.10 PRE-BID CONFERENCE:.........................................................................................................12

1.11 RIGHT TO ALTER ITEMS:.......................................................................................................12

1.12 CLARIFICATION ON OFFERS:.................................................................................................12

2. SCOPE OF WORK..........................................................................................................................13

2.1 SCOPE OF INCIDENTAL SERVICES:........................................................................................13

2.2 MAINTANANCE:...................................................................................................................13

2.3 SPECIFICATIONS OF EQUIPMENT:........................................................................................14

2.4 DELIVERY AND INSTALLATION PERIOD:................................................................................14

2.5 AREA OF OPERATIONS:........................................................................................................14

2.6 PERIOD OF CONTRACT:........................................................................................................15

3. BID EVALUATION..........................................................................................................................16

3.1 CRITERIA FOR EVALUATION OF BIDS....................................................................................16

3.2 PRE-QUALIFICATION CRITERIA FOR BIDDERS.......................................................................16

3.3 TECHNICAL - QUALIFICATION CRITERIA FOR BIDDERS.........................................................18

3.4 TECHNICAL PROPOSAL:........................................................................................................19

Page | 2

3.5 COMMERCIAL OFFER:..........................................................................................................19

3.6 PRICE COMPARISONS:..........................................................................................................19

3.7 AWARD OF CONTRACT.........................................................................................................19

3.8 NO COMMITMENT TO ACCEPT LOWEST OR ANY BIDS:........................................................19

4. TERMS AND CONDITIONS GOVERNING THE CONTRACT:.............................................................21

4.1 SIGNING OF CONTRACT.......................................................................................................21

4.2 SECURITY DEPOSIT / PERFORMANCE BANK GUARANTEE....................................................21

4.3 VALIDITY PERIOD OF THE CONTRACT...................................................................................21

4.4 TERMINATION FOR DEFAULT...............................................................................................21

4.5 FORCE MAJEURE..................................................................................................................22

4.6 RESPONSIBILITIES OF VENDORS AND OEM..........................................................................22

4.7 TRANSFER AND SUB-LETTING..............................................................................................23

4.8 COMPLETENESS OF THE CONTRACT.....................................................................................23

4.9 PROTECTION AGAINST RISK OF OBSOLESCENCE..................................................................23

4.10 SUSPENSION AND CANCELLATION OF CONTRACT...............................................................24

4.11 CORRUPT OR FRAUDULENT PRACTICES...............................................................................24

4.12 RESOLUTION OF DISPUTES...................................................................................................25

4.13 LEGAL JURISDICTION............................................................................................................26

4.14 INDEMNITY..........................................................................................................................26

4.15 PUBLICITY.............................................................................................................................26

4.16 PURCHASE ORDER & PAYMENT RESPONSIBILITY.................................................................27

4.17 INSTALLATION REPORT........................................................................................................27

4.18 TAXES AND DUTIES..............................................................................................................28

4.19 QUALITY OF GOODS & SERVICES..........................................................................................28

4.20 PACKING , INSURANCE, AND MARKING...............................................................................28

4.21 DESPATCH INSTRUCTIONS AND NOTIFICATION...................................................................29

4.22 THIRD PARTY VERIFICATION:................................................................................................29

Page | 3

4.23 ORDER CANCELLATION........................................................................................................29

4.24 RISK PURCHASE....................................................................................................................30

4.25 PERFORMANCE BANK GUARANTEE.....................................................................................30

4.26 INSTALLATION, COMMISSIONING & ACCEPTANCE................................................................30

4.27 INTEGRATION OF HARDWARE, SOFTWARE AND PERIPHERALS..............................................31

4.28 MANUALS.............................................................................................................................31

4.29 OPERATIONAL TRAINING......................................................................................................31

4.30 PAYMENT TERMS..................................................................................................................32

4.31 WARRANTY...........................................................................................................................32

4.32 REPLACEMENT DUE TO REPEATED FAILURE..........................................................................33

4.33 SLAs AND ASSOCIATED PENALTY...........................................................................................33

FOR DELAYED SUPPLY......................................................................................................................33

FOR DOWNTIME...............................................................................................................................33

ANNEXURE A: MINIMUM SPECIFICATIONS OF THE EQUIPMENTS.......................................................35

ANNEXURE B: GENERAL INFORMATION ABOUT THE BIDDER..............................................................37

ANNEXURE C: TURN OVER DETAILS.....................................................................................................38

ANNEXURE D: DETAILS OF SERVICE CENTRES IN KARNATAKA.............................................................39

ANNEXURE E: COVERING LETTER.........................................................................................................40

ANNEXURE F: PERFORMANCE BANK GUARANTEE FORM....................................................................41

ANNEXURE G: MANUFACTURER AUTHORIZATION FORM...................................................................44

ANNEXURE H: DRAFT CONTRACT FORM..............................................................................................45

ANNEXURE I: SELF DECLARATION FORM FOR NOT HAVING PENDING CASES IN COURT OF LAW.......70

ANNEXURE J: UNDERTAKING FOR NOT BLACK LISTED.........................................................................71

ANNEXURE K: COMMERCIAL BID FORMAT..........................................................................................72

ANNEXURE L: DELIVERY CERTIFICATE OR STOCK CERTIFICATE............................................................73

ANNEXURE M: INSTALLATION REPORT................................................................................................74

ANNEXURE N: CONFORMANCE TO THE MINIMUM TECHNICAL SPECIFICATION (ON LETTER HEAD). .75

Page | 4

ANNEXURE O: ANNEXURE O: TECHNICAL SPECIFICATIONS OF ALL INDIVIDUAL ITEMS (ON LETTER HEAD)..................................................................................................................................................76

ANNEXURE P: NUMBER OF TABLETS TO BE DELIVERED TO EACH OF THE CDPO’s OFFICE:..................77

Page | 5

INVITATION FOR TENDER

1. Centre for e-Governance, Government of Karnataka invites bids for supply tablets with

Child Enrolment Lite Client developed by UIDAI for enrolment of children between age

group of 0 to 5 Years.

2. The bidders are advised to study the RFP document carefully. Submission of bids shall be

deemed to have been done after careful study and examination of the RFP document with

full understanding of its implications.

3. Centre for e-Governance is seeking proposal for supply of 2000 tablets and 2000

single finger print authentication device. Tablet when switched on should activate

the finger print authentication device automatically and should not have any

separate settings to enable the finger print authentication device.

4. Bidders can download the RFP documents for free from the portal till the due date and

time for bid submission as specified in the e-Procurement portal.

( http://eproc.karnataka.gov.in )

5. The EMD for this proposal is Rs. 8,00,000 (Rupees Eight Lakhs) only. The payment of

EMD shall be done as per the e-Payment procedures laid out in e-Procurement platform.

Bidders are encouraged to contact the help desk of the State’s unified e-Procurement

system for details.

6. All interested bidders shall pay EMD and tender processing fee and submit their

Pre- qualification, Technical and Commercial responses electronically using the

unified e-Procurement platform of the Government of Karnataka well on time before the

bid submission date and time specified in the e-Procurement platform.

7. Bidders shall submit the proposals only through the unified e-Procurement system before

the scheduled date and time for bid submission as per the formats provided in this RFP.

Proposals submitted after the due date and time will not be considered and CeG will not

be liable or responsible for any delays due to unavailability of the portal and the internet

link. Manual submission of bids is strictly disallowed.

8. Interested bidders shall get registered in the State’s unified e-Procurement platform well

on time. Only bidders registered in e-Procurement platform will be able to submit their

proposals. The e-Procurement help desk at the following number 080-22485867 may be

contacted for details about registration.

9. Important dates & Events: Page | 6

a. Pre-Bid conference: 5th Jul 2016 at 3:00 PM b. Last Date for submission of pre-bid queries: 5th Jul 2016 c. Last date for submission of bids: 26th Jul 2016d. Opening of technical bid: 29th Jul 2016e. Opening of commercial bid: 2nd Aug 2016 f. Issue of Letter of Intent: 9th Aug 2016

Please note that the dates mentioned are tentative. CeG reserves the right to make any changes in the dates. Please refer to the e-Procurement portal regularly for any changes/updates in dates.

10. Center for e-Governance (CeG) reserves the right to reject any or all the Bids in whole or

part without assigning any reasons.

11. This “Invitation to Bid‟ is non-transferable under any circumstances.

12. Tender accepting Authority:

The Principal Secretary, DPAR (e-Governance)First Floor, Gate No. 2, M.S. Building, Bangalore – 560 001

13. Tender inviting Authority:

Chief Executive Officer,Center for E-Governance - KarnatakaRoom No. 146 A, First Floor, Gate No. 2, M.S. Building, Bangalore – 560 001Email: c e o c e g@ k arnat a k a . g ov .in & cc to: [email protected] , [email protected]: (+91) 080 - 22373840, Fax: (+91 080 - 22373841)

14. Address for Communication:

The Project Director,Center for E-Governance TTMC - BMTC, B Block, 2nd Floor,Shantinagar, Bangalore – 560 027Phone: (+91) 080 - 22230060Email: [email protected] , [email protected]

Page | 7

1. INSTRUCTIONS TO BIDDERS1.1 DEFINITIONS

In this tender document and associated documentation, the following terms shall be

interpreted as indicated below:

1. “OEM” means Original Equipment Manufacturer.

2. "The Bidder" means the authorized dealer of the OEM who bids or offers the

goods and services against this tender.

3. "The Purchaser" means Chief Executive Officer (CEO), Centre for e-Governance

(CeG), Government of Karnataka

4. “The Indenter/Buyer” means any officer authorized by the CEO, CeG to place an

order for supply of goods and services to the vendor.

5. “The Vendor” means the successful bidder or the dealer of the successful bidder with

whom the Purchaser enters into a Contract against this tender. The bidder is

expected to specifically state the details of the dealers in the bid.

6. "The Contract" means an agreement entered into by the Purchaser with the

vendor by signing a contract form in a given format by the parties, including all the

attachments and appendices thereto, and all documents incorporated by

reference therein;

7. "The Contract Price" means the price payable to the Vendor under the contract for

the full and proper Performance of its contractual obligations;

8. "The Goods" means the tablets with the specifications as defined in this RFP

9. "Services" means services ancillary to the supply of the Goods, such as

transportation and insurance for the entire period of contract including 3 years of

maintenance, and any other incidental services applicable etc, such as installation,

commissioning, provision of technical assistance, operations and maintenance

manual, training, on-site comprehensive warranty, testing, annual maintenance and

other obligations of the Vendor covered under the Contract.

10. "Consignee" means the officer authorized by the Government of Karnataka for

receiving goods/services at the place of receipt;

11. “Non compliance” means failure/refusal to comply with the terms and conditions of

the tender;

Page | 8

12. “Non responsive” means failure to furnish complete information in a given

format and manner required as per the tender documents or non-submission of

tender offer in given Forms / Pro forma or not following procedure mentioned

in this tender or any of required details or documents is missing or not clear or

not submitted in the prescribed format or non submission of tender fee or EMD.

13. “Testing” means testing of the equipment exclusively in STQC (Standardization

Testing and Quality Certification) approved laboratory- ww w . s tqc.n i c . i n under

specified environment;

1.2 SUBMISSION OF TENDER:

1. The Proposal (i.e Prequalification proposal, Technical Proposal and Financial Proposal)

shall be prepared and submitted in e-Procurement platform.

2. The bidder shall digitally sign and submit the proposal electronically through the

unified e-Procurement platform: www.eproc.karnataka.gov.in

3. The completed Prequalification, Technical and Financial Proposal must be submitted

electronically in the e-Procurement platform on or before the due date for bid

submission specified in the e-Procurement platform.

4. The required prequalification, technical and commercial documents/undertakings

should be uploaded in the relevant slots provided in the e-Procurement portal. In case

the bidder wishes to upload additional technical documents, the same may be uploaded

in additional document section of technical criteria.

5. Revelation of prices in any form or by any reason before opening the commercial bid

will straight away lead to rejection of bid.

6. No commercials shall be uploaded in any other section other than slot and space

provided for the purpose in the e-Procurement portal.

1.3 COST OF BIDDING

The Bidder shall bear all costs associated with the preparation and submission of its

tender, and the Purchaser will in no case be responsible or liable for these costs,

regardless of the conduct or outcome of the tendering process.

Page | 9

1.4 EARNEST MONEY DEPOSIT/ BID SECURITY DEPOSIT

The Bid shall contain EMD amount as defined in the e-Procurement portal and shall

be paid through any of the four e-payment options in the portal:

Credit Card

Direct Debit

National Electronic Funds Transfer (NEFT)

Over the Counter (OTC) – designated bank branches located across the

country as per e-Procurement cell, Government of Karnataka

Note: e-Procurement portal will deny submission of the bid without submitting the

EMD deposit and it will take min 2-3 days for confirmation from the bank regarding

the EMD realization.

Please note that payments submitted through cheque or demand draft shall not

be accepted. For further details regarding e-Payment, please refer to e-Procurement

portal.

The bidder shall be disqualified in the pre-qualification process if the prescribed EMD

is not submitted along with the bid. The EMD (bid security) of the unsuccessful

Bidder/s will be discharged / returned as promptly as possible, but not later than 60

days after the award of the contract to the successful bidder.

No interest will be payable by CeG on the amount of the Bid Security.

The bid security may be forfeited:

If a Bidder withdraws his/her bid or increases the quoted prices during the

period of bid validity, or its extended period, without the explicit consent of

the department, if any; or

In the case of a successful Bidder, if s/he fails within the specified time limit

to: Sign the Agreement or Furnish the required Performance Bank Guarantee.

1.5 CONTRACT MANAGEMENT IN E-PROCUREMENT SYSTEM

CEG has taken the decision to handle Post Tendering activities online using the

unified e-Procurement Platform of the State Government of Karnataka. Bidders shall

submit electronic copy of performance bank guarantee, project plan, invoices etc.

Page | 10

online in the e-Procurement platform. The bidders will have the provision to view the

status of invoices for all contracts handled online.  Selected bidder has to pay

transaction fees for using the e-Procurement platform to handle post tendering

activities. The charges for management of contracts vary from Rs. 500 to Rs. 7500 per

contract depending on the contract value and the charges for catalogue management

vary from Rs. 50 to Rs. 3000 per order, depending on order value.

1.6 ERASURES OR ALTERATIONS AND SIGNING OF TENDER OFFERS

The original Tender Offer shall be signed by an authorized signatory of the

Bidder/Vendor. Such authorization shall be indicated by power-of-attorney or Board

Resolution accompanying the tender offer. The person or persons signing the Tender

Offer shall sign/initial all pages of the Tender Offer, except for un amended printed

literature. All the pages of the tender offer/bid should also bear the seal of the

bidder/vendor except for unamended printed literature. The Tender Offer shall contain

no interlineations, erasures or overwriting except as necessary to correct errors made

by the Bidder, in that case such corrections shall be initialed by the person or persons

signing the offer and should also bear the seal of the bidder/vendor.

1.7 COSTS AND CURRENCY

The offer must be given in Indian Rupees ( ) only, inclusive of the following:

a. Cost of the equipment

b. Installation and commissioning charges

c. Required software installation to make kit ready for Aadhaar enrolment

d. Warranty charges

e. Transportation and Forwarding charges to the site

f. Insurance includes all risk electronic equipment insurance for portable items,

to cover for all equipment during entire period of contract which is inclusive

of the 3 years maintenance period of the contract.

g. All taxes both direct and indirect including service tax and levies

1.8 FIXED PRICE:

Page | 11

The Commercial Offer shall be on a fixed price basis, inclusive of all taxes and levies

(all direct and indirect taxes including local duties, levies etc). No price variation shall

be asked for relating to increase in customs duty, excise tax, dollar price variation, etc.

1.9 OFFER VALIDITY PERIOD:

The tender offer must be valid for 180 days from the date of opening of the tender,

which may be extendable based on mutual agreement.

1.10 PRE-BID QUERIES:

The bidders will have to submit their queries to [email protected],

[email protected] on or before 5th Jun 2016. Any modification shall be

uploaded in e-Procurement portal as corrigendum/addendum. This will form a part of

the bid document.

1.11 RIGHT TO ALTER ITEMS:

The Purchaser reserves the right to include or exclude any tender item/s as also the

number of items, and the purchaser reserves the right to make change in specifications

of any items.

1.12 CLARIFICATION ON OFFERS:

To assist in the scrutiny, evaluation and comparison of offers, the Purchaser may, at

its discretion, ask some or all the Bidders for clarification of their offers on any of the

points mentioned therein and the same may be sent through email, facsimile.

Page | 12

2. SCOPE OF WORKThe identified vendor is required to supply tablets installed with Child Enrolment Lite

Client developed by UIDAI for enrolment of children between age group of 0 to 5

Years. Only the tablets that are tested and approved by UIDAI for integration with the

Child Enrolment Lite Client and Single finger Authentication Device should be

proposed by the bidder. The tablets should be enrolment ready. The details of offices

where the tablets should be delivered is provided in Annexure P. The minimum

specifications of the tablet is provided in Annexure A.

Sl.No List devices are as follows Number of Devices

1 Tablet tested and approved by UIDAI and also installed with Child Enrolment Lite client developed by UIDAI 2000

2

Single finger print authentication device tested and approved by UIDAI (Single finger print capturing device should be STQC/UIDAI certified)

2000

Note:

1. Variation in quantity might be +/- 25%

2. Delivery location details are at Annexure – P

3. The exact number of any of the items required, mentioned above will be

finalized at the time of issue of purchase order. The above numbers are

indicative.

2.1 SCOPE OF INCIDENTAL SERVICES:

a. Making the tablet enrolment ready and deploy at the locations as per

Annexure - P.

b. Furnishing of a detailed operations and maintenance manual for each

appropriate unit of the supplied goods.

2.2 MAINTANANCE:

Page | 13

2.2.1 Successful bidder as stated above has to supply, install and maintain

tablets. Further, the successful bidder is responsible for a period of 3 years

for the following:

a. If the tablets or finger print authentication device are down and not

working, same need to be repaired and restored for normal functioning

with proper data backup mechanism as per agreed Service Level

Agreement, failing which penalty will be recovered from the payment

b. The bidder is responsible for reinstallation and up keeping of system

software such as Operating System, Firmware, Management Software

etc.

c. This period of maintenance is for 3 years and may be extended

d. After 3 years of maintenance, all the tablets should be handed over in

full working condition to Department of Women and Child

Development. At the end of maintenance period of 3 years, the tablet

should be in full working condition.

2.3 SPECIFICATIONS OF EQUIPMENT:

The minimum technical specifications of the equipment are provided in Annexure A

of the RFP. The Vendor undertakes that the tablets to be supplied by the Vendor

should meet these minimum technical specifications given or may even exceed the

stipulated technical specifications but shall not at any time be below the minimum

technical specifications.

2.4 DELIVERY AND INSTALLATION PERIOD:

Bidder shall deliver the tablets with the required enrolment client and the single finger

print capture device within Six (6) weeks from the date of issue of Purchase Order/

Letter Of Intent. (Delivery location details are at Annexure - P).

2.5 AREA OF OPERATIONS:

The tablet and the single print authentication device as specified in this tender

document should be supplied at location specified in the tender document (Annexure

Page | 14

P). The bidder would have to load all the required softwares and make the tablet ready

to carry out Aadhaar enrolments of children.

2.6 PERIOD OF CONTRACT:

The contract shall be for a period of 3 years from the commissioning date, before

handover to the concerned CDPO office, test enrolment needs to be done on each

tablet. The vendor is expected to service the tablets as and when required within the

contract period.

Page | 15

3. BID EVALUATION3.1 CRITERIA FOR EVALUATION OF BIDS

A committee will be formed to evaluate the bids. Three stage procedure will be

adopted for evaluation of proposals.

The prequalification evaluation of the bids will be done at stage one followed by

technical evaluation and subsequently financial proposals will be opened and

compared. Commercial bids of only those who have qualified in the technical

evaluation will be considered.

Bids that are not substantially responsive in any stage are liable to be disqualified.

Conditional bids are liable to be rejected.

Decision of the committee will be final.

3.2 PRE-QUALIFICATION CRITERIA FOR BIDDERS

Sl.

No.Criteria Evidence Required

1

The Bidder must be incorporated or registered in

India under the Indian Companies Act, 1956 or

should be partnership firm since last 3 years

Certificate of incorporation/ Company registration

certificate.

Valid VAT/ Sales tax registration certificate.

Valid Income tax registration certificate.

Valid Service tax registration certificate.

2

The Bidder should be an established IT hardware

supplier and should have been in the business in

India for a period exceeding 3 years as on date of

publishing of RFP.

Work orders confirming year and area of activity.

Memorandum and Articles of Associations,

partnership deed in case of partnership firm.

3

The Bidder should have had an average annual

turnover of at least Rs 10 Crore during the last 3

financial years from IT and IT related business. i.e

2013-14, 2014-15, 2015-16

Audited Financial statements (reflecting total

Annual Turnover as well as that through the IT and

IT related business) for the latest three (3)

Financial Years of i.e 2013-14, 2014-15, 2015-16

as per the format given in Annexure C.

4 The bidder should be a positive net worth firm for

each of the last three years i.e 2013-14, 2014-15,

Audited Financial Statements reflecting net

worth/CA certificate.

Page | 16

2015-16

5

In the case of a bidder offering to supply goods

under the contract which the bidder did not

manufacture or otherwise produce, the bidder

should be duly authorized by the good’s

manufacturer or producer to supply the goods in

India.

Manufacturer's Authorization Form document to be

submitted for both Tablets, Single finger print

capture device (Annexure G)

6

The OEM(s) whose tablets are being bid for in this

project should have an annual turnover of 100

crores or more in sales of tablets for each of last 3

years.

Annual reports and balance sheets for the last 3

years along with a certificate from Chartered

Accountant

7.

The combination of tablet and single finger print

auth device proposed by bidder should work

successfully with CEL application of UIDAI and

the application of WCD for successful

authentication.

Documentation from UIDAI and WCD confirming

the successful integration of the devices.

8.

The bidder should have presence PAN Karnataka.

There should be a minimum of one authorized

service and technical support center per district. If

the bidder has to sub let the service center then the

bidder should have the MoU with franchise valid

for 3 years from the date of bidding.

Details of the Authorized service centers on the

letter head of the bidder (Annexure D) and/or MoU

(if sub-let)

9.

Bidder participating in tender should supply Single

Finger Print Authentication device. Biometric

device is as per the specifications mentioned by

UIDAI and certified by STQC.

STQC/UIDAI certification should be submitted by

vendor and should be valid as on the date of bid

evaluation.

10.

The bidder/OEM should furnish the information on

major past supplies of tablets to any government

department/semi government

organisations/PSUs/private sector organisations in

the last three financial years.

Attach list of departments & at least 3 PO copies

for the last 3 yrs.

11

The bidder should not have been blacklisted by the

Central Government, State Governments or any

Government organisation/agency in India.

Notarized Affidavit (Rs 100) from Company

Secretary or the Authorized Signatory (Annexure J)

12. Neither the bidder nor the OEM should have any Undertaking from the Company Secretary or the

Page | 17

pending case with Central Government, State

Governments or any Government

organisation/agency pertaining to fraud or any other

corrupt practices in India.

Authorized Signatory on the Company letterhead

13.UIDAI tested tablets and single finger print

authentication devices compatible for CEL client.

Documentation from UIDAI confirming the

adherence of the devices.

14Drivers of the Single finger auth device to be

provided to UIDAI for integrated testing

Undertaking from OEM towards provision of

device drivers to UIDAI

Note: In the absence of any of the required documents, the bids are likely to be rejected. Please

contact Mr. Anumon Radhakrishna ([email protected], Ph:9844619091) from

UIDAI Tech Centre for testing purposes.

3.3 TECHNICAL - QUALIFICATION CRITERIA FOR BIDDERS

Confirmation that the items quoted by vendors, at the minimum, comply with

technical specifications given in the tender or exceed the technical specifications

given in the tender.

Bidder has to submit the Tablet and Single Finger Auth Device with UIDAI for

successful installation of the Child Enrolment Lite Client and integration with the

proposed Single Finger Auth Device. Only the devices that are tested for successful

functionality and approved by UIDAI are to be submitted towards the tender

Bidder has to provide detailed technical specification of the items they propose to

supply, install and maintain for this project.  Also it is mandatory for the bidders to

provide the datasheet of the tablet and the single finger print authentication device

they propose.

During the technical evaluation, the bidder will be called to demonstrate the working

of the tablet along with the finger print authentication device quoted for this tender

i.e. live enrolments need to be carried out. The bidder has to install the required client

as prescribed by UIDAI for the purpose and arrange for the required certified

operator.

Bidders are required to demonstrate enrollments on the day of the technical

evaluation before the committee members. Devices that meet this criteria will only

considered for the evaluation.

Page | 18

Note:  If during evaluation it is found that the technical specifications of any one

or all items are inferior / lesser than the minimum technical specifications asked

for in this tender document, then CeG shall technically disqualify the vendor.

Note: The Vendor should supply only the brand new equipments/items, the vendor

will be dealt with as per conditions of contract and RFP if any refurbished

items/equipment’s are supplied.

Sl.No Criterion

1Confirmation that the tablet and single finger authentication device quoted by vendors, at the minimum, comply with technical specifications given in the tender. Annexure A

2Bidder has to provide detailed technical specification and the data sheets of the tablet and single finger authentication device they will supply, install and maintain for this project. Annexure O

3.4 TECHNICAL PROPOSAL:

The Technical proposal shall be complete in all respect and must contain all

information and documents asked for. It must not contain any price information.

3.5 COMMERCIAL OFFER:

Bidder shall submit their prices only in the Commercial Bid format provided

(Annexure K). Price quoted elsewhere shall be liable for rejection. Rate quoted shall

be inclusive of Supply, Installation (required hardware, software and make the tablet

ready for enrolment), Warranty, taxes including VAT & Sales tax and duties etc. The

total cost shall also be directly specified in the eProcurement platform in the space

provided for the purpose in the commercial section only.

3.6 PRICE COMPARISONS:

The purchaser will evaluate Commercial Offers of only technically qualified

vendors. The unit price will be taken as the basis for price comparison, in case if

there is any discrepancy in the Numbers, Words and in case of any computational

errors. Further if CEG feels that the price of the tablet and is high in case of the L1

bidder, CEG reserves the right to negotiate the quotes as per the provisions of KTPP

act.

Page | 19

3.7 AWARD OF CONTRACT

The bidder who has quoted the lowest total cost L1 shall be awarded the contract.

3.8 NO COMMITMENT TO ACCEPT LOWEST OR ANY BIDS:

The Purchaser shall be under no obligation to accept the lowest or any other offer

received in response to this tender notice and shall be entitled to reject any or all

offers, without assigning any reason therefore. The Purchaser reserves the right to

make changes in terms and conditions of the tender. The Purchaser will not be

obliged to meet and have discussions with any of the Bidder and / or to give a

hearing on their representations.

The Purchaser reserves the right to reduce or increase the number of tablets from the

scope of this tender, at its own discretion at any point in time.

Page | 20

4. TERMS AND CONDITIONS GOVERNING THE CONTRACT:4.1 SIGNING OF CONTRACT

1. The vendor shall upon after selection of the successful bid execute an agreement of

contract in a given format (as in Annexure H) within 7 days from issue of the letter

of intent from CEG.

2. In addition to terms and conditions being mentioned hereunder, all terms and

conditions of this tender document/RFP and corrigendum and addendum if any

issued will also be applicable for the contract.

3. At the time of signing the agreement, the vendor shall submit a Performance Bank

Guarantee drawn on any Scheduled Nationalized Bank in favor of the Chief

Executive Officer, Centre for e-Governance, GoK in the format given in Annexure F.

Without PBG, the agreement will not be executed.

4. There shall be an agreement signed by the CEO, CeG and the Vendor.

5. On failure to execution of the agreement, EMD furnished will be forfeited.

6. Terms and conditions of the contract may vary from product to product and

so accordingly some changes may be done in the Terms and conditions of the

contract even at the time of signing the agreement. Draft terms and conditions for the

contract has been provided at the Annexure H.

4.2 SECURITY DEPOSIT / PERFORMANCE BANK GUARANTEE

The vendor shall submit the security deposit/Performance bank guarantee of 10% of

the total contract value. The BG should be valid for 36 months from the date of

signing the agreement. BG will be refunded after 3 months of the expiry of the aid

time period, after deducting the penal amount, if any, and on furnishing of indemnity

bond.

4.3 VALIDITY PERIOD OF THE CONTRACT

The contract shall remain in force for 36 months from the date of commissioning of

the project.

Page | 21

4.4 TERMINATION FOR DEFAULT

1. The CeG, without prejudice to any other remedy for breach of Contract, by

written notice of default sent to the Vendor, may terminate the Contract in whole

or in part:

a. if the Vendor fails to deliver any or all of the Goods/services within the time

period(s) specified in the contract, or within any extension thereof granted by the

CeG if any

b. if the Vendor fails to perform any other obligation(s) under the Contract or

c. if the Vendor, in the judgment of the CeG has engaged in corrupt or fraudulent

practices in competing for or in executing the Contract.

2. In the event the CeG terminating the contract in whole or in part, CeG may

procure, upon such terms and in such manner as it deems appropriate, goods or

services similar to those undelivered, and the Vendor shall be liable to the CeG

for any excess costs for such similar goods or services. However, the Vendor

shall continue performance of the contract to the extent not terminated.

4.5 FORCE MAJEURE

1. The Vendor shall not be liable for forfeiture of its performance security,

liquidated damages, or termination for default if and to the extent that its delay in

performance or other failure to perform its obligations under the Contract is the

result of an event of Force Majeure.

2. For purposes of this clause, “Force Majeure” means an event beyond the control

of the Vendor and not involving the Supplier’s fault or negligence and not

foreseeable. Such events may include, but are not restricted to, acts of the CeG in

its sovereign capacity, wars or revolutions, fires, floods, epidemics, quarantine

restrictions and freight embargoes.

3. If a Force Majeure situation arises, the Vendor shall promptly notify the CeG in

writing of such condition and the cause thereof. Unless otherwise directed by the

CeG in writing, the Vendor shall continue to perform its obligations under the

Contract as far as is reasonably practical, and shall seek all reasonable

alternative means for performance not prevented by the Force Majeure event.

4.6 RESPONSIBILITIES OF VENDORS AND OEM

Page | 22

1. The Vendor will be solely responsible for terms and conditions of the contract

2. The responsibility of the Vendor under the contract will be to supply quality

product and service support thereafter.

3. The responsibility of the vendor is to supply brand new and standard products

without any damage with its / their installation and commissioning of both

Hardware and Software. The vendor shall be responsible for delay in supply,

installation & commissioning.

4. The vendor shall also be responsible for installing only licensed softwares.

4.7 TRANSFER AND SUB-LETTING

The vendor has no right to give, bargain, sell, assign or sublet or otherwise dispose of

the Contract or any part thereof, as well as to give or to let a third party take benefit

or advantage of the present Contract or any part thereof.

4.8 COMPLETENESS OF THE CONTRACT

1. The contract will be deemed as incomplete if any component of the hardware,

software, etc., or any documentation / media relating thereto is not delivered, or

is delivered but not installed and /or not operational or not acceptable to the

indenter/buyer after acceptance testing /examination.

2. In such an event, the supply and installation will be termed as incomplete

and it will not be accepted and the warranty period will not commence. The

equipment will be accepted after complete commission and satisfactory

functioning of equipment for a minimum period of 5 days and a sign off need to

be obtained from the designated officer. The Warranty period will commence

only on acceptance (based on acceptance test) of equipment by the

indenter/buyer.

4.9 PROTECTION AGAINST RISK OF OBSOLESCENCE

Service Support partner/Vendor will make the spare parts for the systems available

for a minimum period of three years from the time of acceptance of the system.

Thereafter, Service Support partner will give at least twelve months notice prior to

discontinuation of support services, so that the Indenter/buyer may order its

requirements of the spares, if he so desires. If any of the components are not

Page | 23

available or difficult to procure, or the procurement is likely to be delayed for

replacement, if required, the replacement shall be carried out with state of the art

technology equipment of equivalent or higher capacity, at no additional charges to

the Indenter/buyer or Tendering authority.

During the validity period of the order, if any of the machines /chips /parts becomes

unavailable in the market, the vendor will be bound to supply the next higher

version/configuration /family of the machines /chips /parts at the same price at which

the rate contract is fixed.

4.10 SUSPENSION AND CANCELLATION OF CONTRACT

1. The Rate of the Vendor shall be suspended and the Vendor may be blacklisted

forthwith by the Centre for e-Governance without issuing notice on any of the

following circumstances/reasons:

a. On finding deviation in technical specification as given in Annexure – A, in

the supplied product, or

b. Violation of any condition of the tender/ contract or part of any condition of

the tender contract, or

c. Deviation found in quality and quantity of the product supplied, or

d. On finding software supplied with hardware as pirated, or

e. If it is found that during the process of award of contract, fraudulence was

made by the bidder or the vendor if found to resort to the fraudulent practice

in getting supply order like offering incentive in terms of free product or

money.

2. As stopping the supply of faulty/substandard product and taking appropriate

action in this regard is of an urgent and emergent nature required to protect the

interest of the Government, the Contract of the concerned will be first suspended

without issuing any notice. However, before taking the final decision on the

matter, all concerned will be given reasonable opportunities to explain their

stand. After enquiry, if the vendor is found guilty, the Contract of the concerned

vendor for the product in question will be cancelled and other appropriate legal

action shall also be initiated against all concerned.

Page | 24

4.11 CORRUPT OR FRAUDULENT PRACTICES

The Purchaser requires that the Bidders under this tender should observe the highest

standards of ethics during the procurement and execution of such contracts. In

pursuance of this policy, the Purchaser defines the terms set forth as follows:

1. “Corrupt Practice” means the offering, giving, receiving or soliciting of anything of

value to influence the action of the public official in the award of the contract,

procurement process or in contract execution; In the event of corrupt practice and

fraudulence in addition to penal action as per the terms and conditions of the

contract, legal action shall also be initiated against the concerned.

2. “Fraudulent practice” means a misrepresentation of facts in order to influence award

of contract or a procurement process or a execution of a contract to the detriment of

the Purchaser, and includes collusive practice among Bidders (prior to or after bid

submission) designed to establish bid prices at artificial non-competitive levels and

to deprive the Purchaser of the benefits of the free and open competition;

3. “collusive practices” means a scheme or arrangement between two or more bidders,

with or without the knowledge of the Purchaser, designed to establish prices at

artificial, noncompetitive levels;

4. “coercive practices” means harming or threatening to harm, directly or indirectly,

persons or their property to influence their participation in a procurement process, or

affect the execution of a contract;

5. “unfair trade practices” means supply of services different from what is ordered on,

or change in the Scope of Work which was agreed to;

6. The Purchaser will suspend the award of contract if prima-facie it is established that

the vendor had engaged in corrupt or fraudulent practices in competing for the

contract in question.

7. The Purchaser will declare a Bidder ineligible after giving opportunity of being

heard, either indefinitely or for a stated period of time, to be awarded a contract if at

any time it is found that the Bidder has engaged in corrupt and fraudulent practices in

competing for, or in executing, a contract.

4.12 RESOLUTION OF DISPUTES

The Vendor shall indemnify the department against all third party claims arising out

of a court order or arbitration award for infringement of patent, trademark/ copy

Page | 25

right arising from the use of the supplied services or any part thereof. In the event of

any dispute or differences arising under these conditions or any special conditions of

the contract, the same shall be referred to a committee constituted by the

Government. The decision of the committee will be final and the same shall be

binding on all parties.

 

In case either party is not satisfied with the decision of the above committee, they

can institute arbitration proceedings as per Indian Arbitration and reconciliation Act,

1996, after a 30 day notice period.  Any dispute or difference or claim arising out of,

or in connection with, or relating to the present contract or the breach, termination

or invalidity thereof, shall be referred and settled under the Arbitration Center,

Karnataka (domestic and international) rules 2012, by one or more Arbitrators

appointed in accordance with its rules. Arbitration proceedings shall be held in

Bangalore and the language of the arbitration proceedings and that of all documents

and communications between the parties shall be English. The courts of India in

Karnataka will have exclusive jurisdiction to determine any proceeding in relation

to this Contract.

For complete details, please refer to the circular issued by the Principal Secretary

Law Department vide No LAW 273 LAC 2012 (p) dated 10/01/2014.

4.13 LEGAL JURISDICTION

All legal disputes are subject to the jurisdiction of Civil Courts Bangalore only.

4.14 INDEMNITY

Vendor shall indemnify, protect and save the Indenter/buyer against all claims, losses,

costs damages, expenses, action suits and other proceeding, resulting from infringement

of any patent, trademarks, copyrights etc. or such other statutory infringements in

respects of all the hardware and software supplied by him.

4.15 PUBLICITY

Any publicity by the vendor in which the name of CeG/Indenter/buyer is to be used

should be done only with the explicit written permission of the Indenter/buyer.

Page | 26

4.16 PURCHASE ORDER & PAYMENT RESPONSIBILITY

Selection of product included in the contract and placing purchase order shall be

discretion of the CeG/indenter/buyer, which cannot be challenged by the vendor.

Raising any objection by the vendor over the selection of the product by the buyer shall

amount to violation of the terms & conditions of the contract for which vendor shall be

liable for penal and other appropriate actions

1. The purchase order for the product shall be placed directly by the Chief Executive

Officer, Centre for e-Governance, Government of Karnataka.

2. The purchase order shall be issued exclusively in the name of the vendor and

payment shall also be made in the name of the vendor only.

3. The report submitted by the vendor to the Centre for e-Governance shall

include purchase order, corresponding number of equipment dispatched, and

license numbers of the software dispatched, manufacturer's unique ID number on

the equipment, packing list and other such documents.

4. Equipment dispatched without such reports to Centre for e-Governance shall be

considered as violation of the terms and conditions of the rate contracts and

necessary action shall be initiated against the vendor.

5. The vendor cannot delegate its rights to any institution to receive purchase order

or/and payment in its name. If it is found that they have appointed such institution to

receive order and payment in its name, strict action shall be taken against the

vendor, which may also include termination of contract.

6. The vendor cannot refuse to supply the items after signing the contract. Refusal

shall be violation of the term and condition of the contract and vendor shall be liable

for punishment to the extent of blacklisting of the vendor. The nature and quantum

of punishment shall be decided by the Chief Executive Officer, Centre for e-

Governance in accordance with the law.

7. On receipt of the equipment in good condition and the same is/are accepted by the

concerned officer from CeG/indenter/buyer, payment as per payment terms shall be

made.

4.17 INSTALLATION REPORT

Page | 27

The supply & installation report format is given in Annexure L and M . After

installation and commissioning, the concerned officer from the Department of Women

and Child Development will be required to provide the installation report for all the

Tablets with Single finger print authentication devices delivered to the concerned office

in prescribed format. The successful vendor will have the responsibility of getting such

supply and installation report and submit to the Chief Executive Officer, Centre for e-

Governance in originals.

4.18 TAXES AND DUTIES

Rate should be inclusive of Supply, Installation and 3 Years onsite warranty, all taxes

and duties etc including VAT and Sales tax and GST if any.

4.19 QUALITY OF GOODS & SERVICES

1. The equipment/product must conform to the specifications given and of desired

quality. The vendor shall guarantee that the item/s delivered to the purchaser is/are

brand new.

2. Consistency in delivery shall be maintained for the entire lot of products ordered.

All the required quantity of product/s in schedule of requirement shall be of the

same brand and model number. The dealer shall not substitute any internal

components or subsystems of the product by similar items of different

manufacturer/s.

3. All the equipment shall be supplied with the relevant interface cables and necessary

standard accessories. Also, all the equipment shall be provided with ISI standard

power plugs.

4. The vendor as well as the OEM shall be jointly and severally responsible for quality

of the supply.

4.20 PACKING , INSURANCE, AND MARKING

1. Unless specified otherwise, consignment shall be securely and properly packed, and

every precaution taken to avoid loss or damage during transit. The packing shall be

all-weather proof and sufficient to withstand, without limitation, rough handling

during transit and exposure to extreme temperatures, salt and precipitation during Page | 28

transit and open storage. Packing case size and weights shall take into consideration,

where appropriate, the remoteness of the goods' final destination and the absence of

heavy handling facilities at all points in transit.

2. Each package should be clearly marked to indicate Description and Quantity of

stores, Name and Address of the indenter/buyer, Gross weight of the Package, S.O.

No. and Date and the Name of the Vendor as provided in the General Conditions of

the Contract.

3. The packing, marking and documentation within and outside the packages shall

comply strictly with such special requirements as shall be provided for in the

purchase order and in any subsequent instructions ordered by the indenter/buyer.

4. Insurance includes all risk electronic equipment insurance for portable

items, to cover for all equipment during entire period of contract which is

inclusive of the 3 years maintenance period of the contract.

4.21 DESPATCH INSTRUCTIONS AND NOTIFICATION

1. It will be responsibility of vendor for safe arrival of stores in full and good

conditions at CeG’s, indenter’s/buyer’s specified destination and

CeG/indenter/buyer will not pay separately for transit insurance, if any.

2. Product shall confirm to standard guarantee/warranty effecting for a period of three

years from the date of installation and demonstration.

3. The timelines for delivery of enrolment ready tablets and Single Finger Print

Authentication device and making the tablet enrolment ready to carry out Aadhaar

enrolment is 6 weeks from date of issue of LOI/Purchase Order.

4.22 THIRD PARTY VERIFICATION:

Chief Executive Officer, Centre for e-Governance reserves the right to get the

verification of the specification, configuration of the tablet through authorised

officials or through a Third Party Audit agency. A pre delivery inspection of the

tablets will be carried out by CEG by adopting sampling methodology at the bidders

premise before dispatch of items to the specified delivery location. After the delivery

is made, CEG will carry out the Third Party Audit through authorised officials or

through Third Party Audit agency.

Page | 29

4.23 ORDER CANCELLATION

1. The indenter/buyer reserves the right to cancel the order in the event of one or more

of the following circumstances:

a. Serious discrepancy in hardware noticed during the pre-dispatch inspection, if

any.

b. Delay in delivery and installation beyond a period mentioned in the purchase

order.

c. Breach by the vendors of any of the terms and conditions of the tender.

d. If the Vendor/OEM goes into liquidation voluntarily or otherwise.

2. In addition to the cancellation of purchase order, the indenter/buyer reserves the

right to forfeit the Performance guarantee submitted to the CeG/indenter/buyer (in

form of Bank guarantee) by the Vendor.

4.24 RISK PURCHASE

In case the Vendor fails to deliver the quantity as stipulated in the delivery schedule, the

indenter/buyer reserves the right to procure the same or similar materials from alternate

sources at the risk, cost and responsibility of the Vendor.

4.25 PERFORMANCE BANK GUARANTEE

1. The vendor shall submit before installation of the equipment a Performance

Security Deposit for an amount equal to 10% of the value of the purchase in the

form of Bank Guarantee in the format given in Annexure F from any Scheduled

Bank in favour of the buyer valid for 36 months from the date of installation and

commissioning. Equipment will not be accepted and payment against delivery will

not be released without Performance Bank Guarantee.

2. The proceeds of the Performance guarantee shall be payable to the Indenter

as compensation for any loss / penalties / liquidated damages resulting from the

dealer's failure to complete its obligations under the contract.

3. The Performance guarantee shall be discharged by the buyer to the dealer within 90

days of the expiry of the warranty period. Date of warranty shall start from the date

of successful commissioning of the equipment.

Page | 30

4.26 INSTALLATION, COMMISSIONING & ACCEPTANCE

1. The vendor shall be responsible for delivery of enrolment ready tablet and single

finger authentication device at site of the order and for making them fully

operational within 6 weeks of placing orders. The period shall start from the date of

issue of the Purchase Order/LOI.

2. The Single finger authentication device must be activated as soon as it is plugged in

to the tablet. There should not be any other settings to activate the authentication

device.

3. The vendor shall be responsible for configuring the power management settings and

the regional settings in all the items supplied as part of the contract as per the

directives provided by the purchaser.

4. The dealer at the destination site, in the presence of indenter/buyer and/or its

representative, shall conduct acceptance test. The tests will involve trouble free

operation of the tablet apart from physical verification and testing. There shall not

be any additional charges payable by the indenter/buyer for carrying out this

acceptance test.

4.27 INTEGRATION OF HARDWARE, SOFTWARE AND PERIPHERALS

i. The dealer shall integrate the hardware and peripherals supplied by him to make

them fully operational. The dealer will be responsible for demonstrating various

parts to integrate peripherals. However, in case of problems with machines and / or

equipment, it will be the dealer’s responsibility to locate the exact nature of the

problem/s and rectify the same except for the problems in the application software

installed on the machine/s, if any.

ii. The dealer shall note that all the equipment and peripherals shall be supplied with

the relevant interface cables. Also, all the equipment shall be provided with ISI

standard Power Plugs.

4.28 MANUALS

All equipment will have to be supplied with all the detailed operational and

maintenance manuals free of cost.

4.29 OPERATIONAL TRAINING

Page | 31

The vendor will have to train users nominated by the CeG/indenter/buyer at his cost for

operation of all the tablet and finger print device supplied and installed. The training

will be as per the satisfaction of the client/end user.

4.30 PAYMENT TERMS

Payment shall be made after the satisfactory Supply, Installation and commissioning

of the locations (making the tablet enrolment ready) as specified by CeG.

The following table provides details about the payment schedule to the successful bidder.

Sl.No Work Description Payment details

1

Supply of tablets with single

finger print authentication device

which is ready for enrolment at all

the locations as defined in the RFP

80 % of the total final bid amount on

successful commissioning at all

locations

2Operation and Maintenance in the

First year

6 % of Total Final Bid Amount as 4

equal quarterly payments, after

completion of quarter from date of

satisfactory completion of

commissioning

3Operation and Maintenance in the

Second year

6 % of Total Final Bid Amount as 4

equal quarterly payments, after

completion of each quarter.

4Operation and Maintenance in the

Third year

8 % of Total Final Bid Amount as 4

equal quarterly payments, after

completion of each quarter.

4.31 WARRANTY

i. The OEM shall provide comprehensive onsite warranty for a period of three

years from the date of commissioning.

ii. The tablet, if necessary, will be opened only by the OEM Engineer for

repair/otherwise during the warranty period.

Note: The tablet should be repaired and made operational within 24 hours,

failing which a replacement should be given till the equipment is repaired.

Page | 32

4.32 REPLACEMENT DUE TO REPEATED FAILURE

If, during the warranty period, any tablet has any failure on two or more occasions, it

shall be replaced by equivalent new equipment / software by the Vendor at no

cost to the indenter/buyer.

4.33 SLAs AND ASSOCIATED PENALTY

FOR DELAYED SUPPLY

1. If the bidder fails to deliver the items or does not perform the Services within the time

period(s) specified in the Contract, the indenter/buyer shall, without prejudice to its

other remedies under the Contract, deduct from the Payable Amount, as liquidated

damages as below:

a. 1% of the late delivered or deemed late delivered/installed goods for One

week or part thereof, 1.5% for Two weeks or part thereof, 2% for Three

weeks or part thereof, 2.5% for 4 weeks or part thereof and so on.

2. Maximum LD for late deliveries/installations: 10% on the Total value of goods for that

location/site for late delivery/installation or deemed late delivered/installed goods.

3. Once the penalty reaches maximum, CeG shall take necessary action for terminating the

contract and initiating other appropriate action against the vendor.

FOR DOWNTIME

During the warranty period, Service level agreements will be applicable as specified

below:

Vendors shall repair/replace the tablets delivered to offices located in

o Bangalore within 24 Hrs

o District HQs and other places - Within 48 Hrs

The time taken for repair will be calculated from the time call is logged to the time

the issue is resolved; Sundays and general holidays will be excluded.

Penalty: For every day of delay:

o 1st seven days - Rs.100/day

o Next seven days (i.e. 8th day – 14th day) - Rs.200/day

Page | 33

o Next seven days (i.e. 15th day to 21st day) -Rs. 300/day

o Thereafter (i.e. 21st day and onwards), vendor has to replace the unit within

next 7 days.

The time schedule given above excludes Sundays and general holidays. At the end of

this period (i.e. 28 days after the compliant is logged), if the vendor fails to replace the

unit, an amount equivalent to two times the price of the equipment will be deducted from

the quarterly payments.

If any technical issue about the tablet is reported which involves sending the tablet to the

service centre, the vendor needs to collect the tablet from the respective location where

these tablets were delivered by the vendor i.e CDPOs office (i.e delivery point).

The penalties will be calculated on a quarterly basis, and penalty orders (if any) will be

raised to vendors at the end of every quarter. This amount will be deducted from the

quarterly payments.

Page | 34

ANNEXURE A: MINIMUM SPECIFICATIONS OF THE EQUIPMENTS

Sl No Description Specification1 Processor Minimum 1.2 Ghz Quad core2 SIM GSM SIM Card slot

3 Display Minimum 9 inches Minimum resolution 600 x 1024 pixels

4 Memory 8 GB or expandable through Micro SD - minimum 32 GB

5 RAM 1.5 GB or above

6 Connectivity - Mandatory EDGE/3G Mobile data support- Wifi IEEE 802.11b/g/n

7 CameraPrimary (Rear) - 5MP with Auto Focus Feature or higherSecondary camera – 1.2 MP or higher

8 Operating System Android, v4.x/v5.x

9 Location Technology GPS & AGPS facility for capturing the location coordinates

10 Micro USB port

USB port should provide power supply to biometric device and support USB OTG. Minimum one Micro USB port and an optional additional USB portMicro USB host cable

11 Battery Minimum 3000mAh

12 Power Power - Separate charging port with AC adapter 110-240 volt range is optional

13 Safety and Other Standard compliance BIS certification

14 SAR Values SAR Values within acceptable range

15 Network Support 2G: GSM 850 /900 /1800 /1900 MHz; 3G - Should support 2G and 3G of all service providers in India

16 Bluetooth Bluetooth v4.017 Warranty 3 Years warranty

18 Multimedia Video Playback : Full HD PlaybackAudio formats supported: MP3

19 Mail feature E-Mail;

20 Antivirus

Pre-Loaded with Latest version Licensed Antivirus Symantic/ Mcafee / NOD32/e-Trust/Kaspersky/Quick Heal/Trend Micro/e-Scan with following features like anti-virus, Anti Spyware, Intrusion Prevention, Browser with 3 years subscription with support patches

Single Fingerprint Scanner Device for use with Android Tablet

Page | 35

STQC certified Single Finger-print biometric device for Aadhaar Authentication with driver, in-built template extractor software/SDK (mandatorily with license, if required) (STQC Certificate for the device must be submitted)

API/SDK for Android (version 4.x/V5.x) platform.

Device should be plug and play with any android (v 4.x/ v 5.x) tablet without need of any additional license to be deployed.

The device should have integrated USB 2.0 type connector.

Device must come with connector cables to allow connection of the device to Micro USB port

Sample application for Android platform to test sensor/extractor

Vendor has to provide all necessary technical support for integration of their device.

Vendor has to provide drivers for integration of their device.

Centre for e-Governance is seeking proposal for supply of tablets and single finger print authentication device. Tablet when switched on or when the authentication device is plugged in to the tablet, the finger print authentication device should automatically be activated and there should not be any separate settings to enable the finger print authentication device.

Page | 36

ANNEXURE B: GENERAL INFORMATION ABOUT THE BIDDER

Details of the Bidder (Company)1 Name of the bidder  2 Address of the Bidder  

3 Status of the Company Public Ltd / Pvt. Ltd

4Details of Incorporation of the Company Date:[Attach copy of Incorporation certificate] Ref. #

5 Details of Commencement of BusinessDate:Ref. #

6Valid Sales tax registration no.

 [Attach certificate]

7Valid Service tax registration no.

 [Attach certificate]

8Permanent Account Number (PAN)

 [Attach certificate]

8 Name & Designation of the authorised contact person to whom all references shall be made  

9Telephone No. (with STD Code)

 Mobile No.

10 E-Mail of the contact person:  

11 Fax No. (with STD Code)  

12 Staff Strength details – Number

13 Nature of Staff

Bengaluru Other than Bengaluru Other than

Karnataka(Karnataka) (Karnataka)14 Technical      

15 Others      

Page | 37

ANNEXURE C: TURN OVER DETAILS

TO WHOMSOEVER IT MAY CONCERN

This is to certify that the annual turnover furnished by << COMPANY NAME >> for last 3 years i.e. 2012-13, 2013-14, 2014-15 from IT and IT related business. This is as per the Statement of Accounts which has been duly verified by me and found correct.

Financial year

Total Turnover of the

Company (`in Lakhs)

Total Turnover from IT and IT related

business (`in Lakhs)

Networth

(in Lakhs)

2013 - 14

2014 – 15

2015 – 16

Place:

Date:

Seal & Signature of Chartered Accountant

Page | 38

ANNEXURE D: DETAILS OF SERVICE CENTRES IN KARNATAKADetails of service centres in Karnataka (Attach additional sheet if required)

Service center’s Location/ Full postal

Address

Districts Serviced

Number of engineers

Phone FaxContact person with

mobile nos

Place:

Date:

Seal & Signature of Authorised signatory

Page | 39

ANNEXURE E: COVERING LETTER

Tender Reference No.: Date: / /2016

To: (Name and address of purchaser):

Having examined the tender documents including all annexure the receipt of which is

hereby duly acknowledged, we, the undersigned, offer to provide, the items in

conformity with the said tender documents at the price stated in our proposal.

If selected, we agree to enter into necessary agreements with you for supply of the

products. We also give our acceptance of the tender terms and confirm our willingness

to supply at the quoted prices.

If our tender offer is accepted, we will submit the bank guarantee of a sum of Rupees ---

for the due Performance of the Contract within 15 days from the date of receipt of your

Notification of Award / Letter of Intent.

We agree to abide by this tender offer for a period of six months from the date of

submission of bids and shall remain binding upon us and may be accepted at any time

before the expiration of that period.

Until a formal contract is prepared and executed, this tender offer, together with

your written acceptance thereof and your notification of award shall constitute a

binding contract for us and the dealer to act upon.

We understand that you are not bound to accept the lowest or any offer you may

receive.

Dated this day of 2016

Signature:

(In the Capacity of: ) _

Duly authorized to sign the tender offer for and on behalf of

Page | 40

ANNEXURE F: PERFORMANCE BANK GUARANTEE FORM

Ref:

Bank Guarantee No:

Date:

To

The Chief Executive Officer,

Centre for e-Governance –Karnataka,

Room No.146/A, 1st Floor,

Gate No.2, M.S. Building,

BANGALORE-560 001.

1. Against contract vide Advance Acceptance of the Tender No. ……………… Dated

XX XXX 2016 pertaining to “…………………………” (hereinafter called the said

'contract') entered into between the Centre for e-Governance, Government of

Karnataka, (hereinafter called the Purchaser) and M/s._________________ , a

Company incorporated under the Companies Act, 1956 and having its Registered

Office at ..................................................(hereinafter called the Supplier) this is to

certify that at the request of the Supplier we (name of the Bank /

Branch .........................................................) a body corporate constituted under the

Banking Companies [Acquisition and Transfer of Undertakings] Act, 1970 and

having its, Registered Office at.....................................................................................

and a branch office at ................................................................................................

are holding in trust in favour of the Purchaser, an amount of Rs.......................

(Rupees ............................................................................................................................

....only)

to indemnify and keep indemnified the Purchaser against any loss or damage that

may be caused to or suffered by the Purchaser by reason of any breach by the Supplier

of any of the terms and conditions of the said contract and/or in the performance

thereof. We agree that the decision of the Purchaser, whether by any breach of any of

the terms and conditions of the said contract and/or in the performance thereof has

been committed by the Supplier and the amount of loss or damage that has been Page | 41

caused or suffered by the Purchaser shall be final and binding on us and the amount of

the said loss or damage shall be paid by us forthwith on demand and without demur to

the Purchaser.

2. We (Name of the Bank /Branch)........................................................ further agree

that the guarantee herein contained shall remain in full force and effect during the

period that would be taken for satisfactory performance and fulfillment in all respects

of the said contract by the Supplier i.e..till _**________________ hereinafter called

the said date and that if any claim accrues or arises against us ______(Name of the

Bank /Branch) by virtue of this guarantee before the said date, the same shall be

enforceable against us .........................(Name of the Bank/Branch) notwithstanding

the fact that the same is enforced within 3 months after the said date, provided that

notice of any such claim has been given to us .....................(Name of the

Bank/Branch) by the Purchaser before the said date. Payment under this letter of

guarantee shall be made promptly upon our receipt of notice to that effect from the

Purchaser.

** 36 months from the date of our LOI

3. It is fully understood that this guarantee is effective from the date of the said

contract and that we........................ (Name of the Bank /Branch) undertake not to

revoke this guarantee during its currency without the consent in writing of the

Purchaser.

4. We undertake to pay to the Purchaser any money so demanded notwithstanding any

dispute or disputes raised by the Supplier in any suit or proceeding pending before

any court or Tribunal relating thereto our liability under this present bond being

absolute and unequivocal.

5. The payment so made by us under this bond shall be a valid discharge of our

liability for payment there under and the Supplier shall have no claim against us for

making such payment.

6. We .....................(Name of the Bank / Branch) further agree that the Purchaser shall

have the fullest liberty, without affecting in any manner our obligations hereunder to

vary any of the terms and conditions of the said contract or to extend time of

performance by the Supplier from time to time or to postpone for any time or from

time to time any of the powers exercisable by the Purchaser against the said Supplier

and to forebear or enforce any of the terms and conditions relating to the said contract

Page | 42

and we, .....................................(Name of the Bank / Branch) shall not be released

from our liability under this guarantee by reason of any such variation or extension

being granted to the said Supplier or for any forbearance by the Purchaser to the said

Supplier or for any forbearance and or omission on the part of the Purchaser or any

other matter or thing whatsoever, which under the law relating to sureties, would, but

for this provision have the effect of so releasing us from our liability under this

guarantee.

7. This guarantee will not be discharged due to the change in the constitution of the

Bank or the Supplier Notwithstanding anything contained herein:

i) Our liability under this Bank Guarantee shall not exceed of Rs...............................

(Rupees in words only).

ii). The Bank Guarantee shall be valid up to ** ...........................; and;

iii) We........................................... (Name of the Bank / Branch) are liable to pay the

guaranteed amount or any part thereof under this Bank Guarantee only and only if you

serve upon us a written claim or demand on or before ##......................................

** 36 months from the date of our LOI

## 36 months from the date of our LOI + claim period of 3 months

Authorised Signatory of the Bank

Signature

Full name/designation/ Address of the official and

date

WITNESS NO. 1

Signature

Full name/designation/ Address

WITNESS NO. 2

Signature

Full name/designation/ Address

Page | 43

ANNEXURE G: MANUFACTURER AUTHORIZATION FORM

Date:

Ref Number:

Dear Sir/Madam

Sub: Authorization of partners for empanelment

We ……………………………………….who are established and reputed

manufacturers of Tablet/Finger print authentication device, having factories

at…………………do here by authorize the following partners for Empanelment.

<Partner details>

We hereby certify that the above said partner is with us for the last three years, and will

continue as a partner during the validity period of this tender.

We hereby extend our full guarantee and warranty as per terms and conditions of the

tender and or the contract for the equipment and services offered against this invitation

for any tender offer by the M/s . . . .. . . . . . . . . . . . . . . We hereby commit to the tender

terms and conditions and will not withdraw our commitments during the process and or

the period of contract.

Yours faithfully,

<Name of the person>

<Designation>

<for Company Name>

Authorized signatory of the manufacturer/Developer of the

proposed solution components (Seal, name & Signature)

Page | 44

ANNEXURE H: DRAFT CONTRACT FORM

THIS AGREEMENT made the day of 2016

BETWEEN

Centre for e-Governance, Government of Karnataka having its office at 1st floor, Gate No. 2, MS Building, Bangalore – 560 001. (herein after referred to as “Purchaser”) which expression shall unless repugnant to the context or meaning thereof mean and be deemed to include its authorized agents, representatives and assigns of the First Part.

AND

M/s …………………………….. having its corporate office at ………………………………… (hereinafter referred to as the “Vendor”) which expression shall unless repugnant to the context or meaning thereof mean and be deemed to include their successors and permitted assigns of the Second Part.

a) WHEREAS the Purchaser is intending to purchase tablets and single finger print authentication device as more particularly detailed in clause 2.1 below (hereinafter referred to as “Hardware”) for the purpose of enrolment of children in the age group of 0 to 5 years which will be deployed at the Anganwadis at all the districts [hereinafter referred to as various locations]

b) WHEREAS the Purchaser in order to select a suitable supplier through competitive bidding for supply and commissioning of tablets with finger print authentication device at various locations across the state of Karnataka published a Request for Proposal bearing No. XX Dt: XX through the e-Procurement portal of the Government of Karnataka inviting the bids from the intending bidders;

c) WHEREAS the Vendor in response to the said RFP, submitted their bid Dt: XX-XX-XXXX for supply of tablets and single finger print authentication device as per the terms and conditions mentioned in the RFP.

d) WHEREAS during the evaluation process of the RFP, the Vendor emerged as the successful L-1 bidder and the Purchaser has accepted the bid submitted by the Vendor.

e) WHEREAS the Vendor submitted a final offer vide their letter No. XX Dt: XX to the Purchaser for supply, installation, commissioning and maintenance of tablets and single finger print authentication device at various locations across the state of Karnataka as per the terms and conditions of RFP and the Purchaser has accepted the revised offer of the Vendor.

f) Whereas, pursuant to the Vendor emerging as successful L-1 bidder and Vendor having submitted its final offer which the Purchaser has accepted, the Purchaser has awarded the contract to the Vendor duly issuing a Letter of Intent bearing No. XX Dt: XX [hereinafter referred to as LoI] for supply, installation, commissioning and maintenance of tablets, at various locations across the state of Karnataka subject to compliance of various terms and conditions of RFP, LoI and this Agreement. It is agreed that the LOI

Page | 45

shall form an integral part of this Agreement and the terms and conditions of the LOI shall apply mutatis mutandis to the performance of the Vendor’s obligations under this Agreement.

g) Whereas in pursuance of Purchaser’s acceptance of Vendor’s bid /final offer and Vendor’s acceptance of the contract awarded by the Purchaser, both the Purchaser and the Vendor [hereinafter referred to as “Parties”] have agreed to enter into this Agreement on the terms and conditions set out herein.

NOW THIS AGREEMENT WITNESSETH AS FOLLOWS:

1. DEFINITIONS & INTERPRETATION

1.1 DEFINITIONS

a. In this Agreement, unless the context requires otherwise:

i. “Agreement" means this agreement including the RFP, addendum to RFP and

pre-bid clarifications on RFP published by the Purchaser , Commercial Bid,

Technical bid and all other documents submitted by the Vendor as part of the

RFP evaluation process, together with all Schedules, annexures, exhibits, attached

hereto or incorporated herein by reference, and the final revised offer of the

Vendor.

ii. ‘RFP’ means a written document bearing No. XX Dt:XX published by the

Purchaser on the e-procurement portal inviting the bids for supply of tablets and

Single finger print capture device including all Hardware and Software

components published on e-procurement portal subsequent to the RFP and

clarifications to pre-bid queries published on the e-procurement portal . RFP shall

form and integral part of this Agreement

iii. "The Purchaser" means Centre for e-Governance (CeG), Government of

Karnataka represented by Chief Executive Officer (CEO)

iv. “The Vendor” means the M/s XX – the successful L-1`bidder with whom the

Purchaser enters into a contract against the RFP on the terms and conditions of

this Agreement.

v. Enrolment ready Tablets means tablets and single finger print capture device,

installed with Child Enrolment Lite Client developed by UIDAI for enrolment of

children between age group of 0 to 5 Years. Please note that Tablet when Page | 46

switched on should activate the finger print authentication device

automatically and should not have any separate settings to enable the finger

print authentication device.

vi. “OEM” means Original Equipment Manufacturer.

vii. "The Contract Price" means The Commercial Offer/bid and the final revised

offer of the Vendor which is on a fixed price basis i.e., inclusive of all taxes(both

direct and indirect) local duties, and levies etc without any scope or provision for

price variation / escalation due to increase in customs duty, excise duty, dollar

price variation, or on account of any other levies, duties etc., for the full and

satisfactory performance of its contractual obligations of the contract awarded.

viii. "Services" means the various services ancillary to the supply of the

goods, required to be performed/provided by the Vendor to the Purchaser

hereunder, such as transportation and insurance, and any other incidental

services applicable etc, such as installation, commissioning, provision of

technical assistance, operations and maintenance manual, training, on-site

comprehensive warranty, testing, annual maintenance and other obligations of the

Vendor covered under the Agreements as agreed in the RFP and as required by the

Purchaser .

ix. “Insurance” means Insurance includes all risk electronic equipment insurance for

portable items, to cover for all equipment during entire period of contract which is

inclusive of the 3 years maintenance period of the contract.

x. "Consignee" means the officer authorized by the CEO, CeG Government of

Karnataka for receiving goods/services at the place of receipt;

xi. “Non- compliance” means failure/refusal to comply with the terms and

conditions of the RFP or this Agreement by the Vendor.

xii. “Testing” means testing of the Hardware and Software exclusively in STQC

(Standardization Testing and Quality Certification) approved laboratory-

ww w . s tqc.n i c . i n under specified environment,

xiii. “Performance Bank Guarantee” or “PBG” shall mean the unconditional

guarantee to be furnished by the Vendor issued by any scheduled commercial

bank in favor of the Purchaser as per the terms & conditions of the RFP and as

set out herein.

Page | 47

xiv. “Effective Date” means the date on which this Agreement is executed.

xv. “Operation and Maintenance Phase” shall mean period during which the the

tablets delivered at various locations across the state of Karnataka as per the RFP

is undertaken and completed by the Vendor, installing of the required Software as

per UIDAI specifications and making them enrolment ready in all respects and

maintenance of the tablets for a period of 3 years from the date of delivery.

xvi. “Service Level Agreement (SLA) or (SLAs)” means the SLAs/performance

criteria applicable to inter alia the performance of the Services by the Vendor

hereunder, executed by and between the Parties and forming part of this

Agreement and specified in detail in the RFP.

xvii. "Third Party Audit" means audit of all the Hardware and Software supplied by

the Vendor to ensure that the tablets comprising the Hardware and Software

components supplied are in conformity with the specifications envisaged in the

RFP and the provisions of this Agreement.

xviii. “Software” shall mean the underlying software component, as approved by the

unique identification authority of India (“UIDAI”), required for the operation and

effective functioning of the Hardware comprised in the tablets, and shall include any

updates, upgrades, new versions of such software (OS and Anti Virus) developed

during the Term and provided to the Purchaser at no additional cost.

xix. “Term” shall have the meaning ascribed to it under clause 2.7 below.

1.2 . The following documents shall be deemed to form and be read and construed as part of this Agreement viz.,

a. RFP bearing No. XX floated by the Purchaser in the e- Procurement Portal (www.eproc.karnataka.gov.in) b. Addendum to the tender as published on: XX in the e-Procurement Portal (www.eproc.karnataka.gov.in)

c. Purchaser’s clarifications to the pre-bid queries of the bidders as published on XX in the procurement Portal (www.eproc.karnataka.gov.in)

e. Letter of Intent [LoI] No. XX Dt: XX issued by the Purchaser to the Vendor

Page | 48

1.3 References to any statute or statutory provision include a reference to that statute or

statutory provision as from time to time amended, extended, reenacted or consolidated

and to all statutory instruments made pursuant to it.

1.4 Words denoting the singular shall include the plural and vice versa and words

denoting persons shall include firms, agencies, companies and corporations and vice

versa.

1.5 Unless otherwise expressly stated, the words "herein", "hereof", "hereunder" and

similar words refer to this Agreement as a whole and not to any particular Article,

Schedule. The term Articles, refers to Articles of this Agreement. The words

"include" and "including" shall not be construed as terms of limitation. The words

"day" and "month" mean "calendar day" and "calendar month" unless otherwise stated

specifically.

1.6.The headings and use of bold type in this Agreement are for convenience only and

shall not affect the interpretation of any provision of this Agreement.

1.7. Calendar month shall be deemed to be the calendar day or calendar month applicable

to India. The words "writing" and "written" mean "in documented form", whether

electronic or hard copy, unless otherwise stated.

2. SCOPE OF CONTRACT

2.1 The Vendor shall supply 2000 Nos of tablets and 2000 single finger print

authentication device installed with Child Enrolment Lite Client developed by UIDAI

for enrolment of children between age group of 0 to 5 Years. The tablets should be

enrolment ready. The minimum specifications of the tablet is provided in Annexure

A.

Sl.No

List devices are as follows Number of Devices

1 Tablet tested and approved by UIDAI and also installed with Child Enrolment Lite client developed by UIDAI 2000

2 Single finger authentication device (Single finger device should be STQC/UIDAI certified) 2000

Page | 49

The bidder should duly load the tablet with OS, Antivirus, Child Enrolment client and

other Software components as approved by UIDAI required for the effective

functioning of the Hardware etc) at various locations as detailed in Annexure “P” of

the RFP across the state of Karnataka. The minimum specifications of the

equipments is provided in Annexure A

Note:i. Variation in quantity might be +/- 25% as per the requirements of the

Purchaser and intimated to the Vendor.ii. Delivery location details are at Annexure – P

iii. List of approved GPS model numbers and vendors is available in the UIDAI website ( www.uidai.gov.in) and shall be complied with by the Vendor.

2.2 SCOPE OF INCIDENTAL SERVICES:

c. Making the tablet enrolment ready and deploy at the locations as per

Annexure - P.

d. Furnishing of a detailed operations and maintenance manual for each

appropriate unit of the supplied goods.

2.3MAINTANANCE:

4.33.1 Successful bidder as stated above has to supply & commission and

maintain tablets. Further, the successful bidder is responsible for a period

of 3 years for the following:

e. If the tablets or single finger authentication device are down and not

working, same need to be repaired and restored for normal functioning

with proper data backup mechanism as per agreed Service Level

Agreement, failing which penalty will be recovered from the payment

f. The bidder is responsible for reinstallation and up keeping of system

software such as Operating System, Firmware, Management Software

etc.

g. This period of maintenance is for 3 years and may be extended

i. After 3 years of maintenance, all the tablets should be handed over in full

working condition to Department of Women and Child Development.

Page | 50

2.4 SPECIFICATIONS OF EQUIPMENT:

The minimum technical specifications of the equipment are provided in Annexure N

of the RFP. The Vendor undertakes that the tablets to be supplied by the Vendor

should meet these minimum technical specifications given or may even exceed the

stipulated technical specifications but shall not at any time be below the minimum

technical specifications.

2.5 DELIVERY AND INSTALLATION PERIOD:

Bidder shall deliver the tablets and the single finger authentication devices with the

required enrolment client within Six (6) weeks from the date of issue of Purchase

Order/Letter Of Intent. (Delivery location details are at Annexure - P).

2.6 AREA OF OPERATIONS:

The tablets and single finger authentication devices as specified in this tender

document should be supplied at location specified in the tender document (Annexure

P). The bidder would have to load all the required softwares and make the tablet ready

to carry out Aadhaar enrolments of children. Center for e-Governance reserves the

right to alter/modify the number of items, and also to include or exclude any tender

item/s as per the project need.

2.7 PERIOD OF CONTRACT:

The contract shall be for a period of 3 years from the date of commissioning of the

tablets, within which the vendor is expected to service the tablets and authentication

devices as and when required.

2.8 UNIT COST / CONTRACT VALUE:

The cost of each tablet and the single finger authentication device is Rs.XXX/-

[Rupees XXXXX only] which is an all inclusive price (i.e., both direct and indirect

taxes, local duties and other levies etc.,) (“Unit Cost”). The Vendor agrees and

undertakes that the Unit Cost cannot be increased for any reason whatsoever unless

Page | 51

pre-approved in writing by the Purchaser, which approval may be withheld at the sole

discretion of the Purchaser.

The value of the contract awarded for supply of 2000 Nos of tablets therefore shall be

Rs XXXX /-[Rupees XXXX only], including applicable taxes (“Contract Value”).

The Contract Value constitutes the sole and complete payment to the Vendor for the

fulfilment of all the Vendor’s obligations hereunder, including but not limited to

supply, installation, maintenance, support, of the tablets and all parts thereof.

3. TERMS AND CONDITIONS GOVERNING THE CONTRACT:

3.1 SECURITY DEPOSIT / PERFORMANCE BANK GUARANTEE

The Vendor shall furnish a Bank Guarantee [as per the draft provided Annexure F of

the RFP] issued by any scheduled commercial bank to the extent of 10% of the

Contract Value i.e.,for Rs. XXX/- favouring the Chief Executive Officer, Center for

e-Governance, Room No 146, 1st Floor, 2nd Gate, M S Buildings, Ambedkar

Veedhi, Bangalore 560 001 towards due performance of the contract awarded to

the Vendor within 15 days from the date of issuance of LoI. The validity period of

the Bank Guarantee shall cover the validity period of contract (i.e., 3 years) and a

claim period of 90 days, in accordance with the provisions of clause 3.26 below.

3.2 TERMINATION FOR DEFAULT

The Purchaser, without prejudice to any other remedy for breach of this Agreement , by written notice of default sent to the Vendor, may terminate the Agreement immediately in whole or in part thereof.

a. if the Vendor fails to deliver any or all of the tablets or any parts thereof

within the time period(s) specified in this Agreement , or within any

extension thereof granted by the Purchaser if any;

b. if the Vendor fails to perform any other obligation(s) under the

Agreement or breaches any of its representations, warranties,

undertakings; or

c. in the judgment of the Purchaser, the Vendor has engaged in corrupt or

fraudulent practices in competing for or in executing the Agreement .

Page | 52

d. The Purchaser shall be entitled to immediately terminate this Agreement

in the event that the Vendor commits any act or omission which is

prejudicial to the goodwill or image of the Purchaser.

The Purchaser shall further be entitled to immediately terminate this Agreement

without assigning any reason, upon providing a written notice of thirty (30) days to

the Vendor.

In the event the Purchaser terminates the Agreement in whole or in part, the

Purchaser may procure, upon such terms and in such manner as it deems appropriate,

goods or services similar to those undelivered from any third party deemed fit by the

Purchaser, and the Vendor shall be liable to the Purchaser for any excess costs for

such similar goods or services. However, the Vendor shall continue performance of

the Agreement to the extent not terminated, in the event that the entire Agreement is

not terminated by the Purchaser in the sole discretion of the Purchaser.

In the event of the termination of this Agreement by the Purchaser, the Purchaser

shall be entitled to withhold any monies due to the Vendor for Services rendered till

the date of termination. The Vendor shall forthwith upon the expiration or early

termination of this Agreement, return to the Purchaser any and all materials of the

Purchaser which may be in the possession of the Vendor. Further, in the event of the

early termination or expiration of this Agreement, the Vendor shall assist the

Purchaser in transitioning the Services to a third party service provider appointed by

the Purchaser, at no additional cost to the Purchaser.

3.3 FORCE MAJEURE

a) The Vendor shall not be liable for forfeiture of its performance security,

liquidated damages, or termination for default if and to the extent that its delay in

performance or other failure to perform its obligations under the Agreement is

the result of an event of Force Majeure provided that the Vendor is not otherwise

in breach of this Agreement.

b) For purposes of this clause, “Force Majeure” means wars or revolutions, fires,

floods, act of God, riots .

Page | 53

c) If a Force Majeure situation arises, the Vendor shall promptly notify the

Purchaser in writing of such condition and the cause thereof. Unless otherwise

directed by the Purchaser in writing, the Vendor shall continue to perform its

obligations under the Agreement as far as is reasonably practical, and shall

seek all reasonable alternative means for performance not prevented by the

Force Majeure event.

d) In the event that the Force Majeure persists for a continuous period of more than

thirty (30) days, the Purchaser shall be entitled to immediately terminate this

Agreement, without prejudice to its other rights and remedies under this

Agreement

3.4RESPONSIBILITIES OF VENDORS AND OEM

a) The Vendor will be solely responsible for terms and conditions of the Agreement

including the performance of all its obligations hereunder

b) The responsibility of the Vendor under the Agreement will inter alia be to supply

quality product and service support thereafter.

c) The responsibility of the Vendor is to supply brand new and standard products

without any damage with its / their installation and commissioning of both

Hardware and Software. The Vendor shall be responsible and liable for delay in

supply, installation & commissioning and make the tablets enrolment ready.

d) The Vendor shall also be responsible for installing only licensed Softwares.

3.5 TRANSFER AND SUB-LETTING

The Vendor has no right to give, bargain, sell, assign or sublet or otherwise dispose

of the Agreement or any part thereof, as well as to give or to let a third party take

benefit or advantage of the present Agreement or any part thereof.

3.6COMPLETENESS OF THE CONTRACT

a) The Agreement will be deemed as incomplete if any component of the Hardware,

Software, etc., or any documentation / media relating thereto is not delivered, or

is delivered but not installed and /or not operational or not acceptable to the

Purchaser after acceptance testing /examination.

Page | 54

b) In such an event, the supply and installation will be termed as incomplete

and it will not be accepted and the warranty period will not commence. The

equipment will be accepted after complete commission and satisfactory

functioning of equipment for a minimum period of 2 days. The warranty period

will commence only on acceptance (based on acceptance test for a period of 5

days) of tablets by the Purchaser and certified in writing as accepted by the

Purchaser as provided in this Agreement.

3.7 PROTECTION AGAINST RISK OF OBSOLESCENCE

a) The Vendor will make the spare parts for the Hardware available for a

minimum period of three years from date of the Agreement .

b) During the Term of the Agreement , if any of the machines /chips /parts

becomes unavailable in the market, the Vendor will be bound to supply the

next higher version/configuration /family of the machines /chips /parts at the

same price at which the rate contract is fixed.

3.8 SUSPENSION AND CANCELLATION OF CONTRACT

The contract awarded to the Vendor and this Agreement may be suspended by

the Purchaser and the Vendor may be blacklisted forthwith by the Purchaser, in

the sole discretion of the Purchaser, and without any prejudice to the other rights

and remedies of the Purchaser under this Agreement, without issuing notice on

any of the following circumstances/reasons:

f. On finding deviation in technical specification as furnished vide Annexure –

A of the RFP in the supplied product, or

g. Violation of any condition of the RFP/ this Agreement or part of any

condition of the RFP/ this Agreement , or

h. Deviation found in quality and quantity of the product supplied, or

i. On finding Software supplied with Hardware as pirated, or

Page | 55

j. If it is found that during the process of award of contract, fraudulence was

made by the Vendor if found to resort to the fraudulent practice in getting

supply order like offering incentive in terms of free product or money.

3. As stopping the supply of faulty/substandard product and taking appropriate

action in this regard is of an urgent and emergent nature required to protect the

interest of the Government, the Agreement will be first suspended without

issuing any notice. However, before taking the final decision on the matter, the

Vendor will be given reasonable opportunities to explain their stand. After

enquiry, if the Vendor is found guilty, the Agreement of the vendor for the

product in question will be cancelled and other appropriate legal action shall also

be initiated against all concerned.

3. 9 CORRUPT OR FRAUDULENT PRACTICES

The Vendor shall and undertakes to observe the highest standards of ethics during

the procurement and execution of the contract. In pursuance of this policy, the

Purchaser defines the terms set forth as follows:

a) “Corrupt Practice” means the offering, giving, receiving or soliciting of anything of

value to influence the action of the public official in the award of the contract,

procurement process or in contract execution; In the event of corrupt practice and

fraudulence in addition to penal action as per the terms and conditions of the

contract, legal action shall also be initiated against the concerned.

b) “Fraudulent practice” means a misrepresentation of facts in order to influence award

of contract or a procurement process or a execution of a contract to the detriment of

the Purchaser, and includes collusive practice among bidders (prior to or after bid

submission) designed to establish bid prices at artificial non-competitive levels and

to deprive the Purchaser of the benefits of the free and open competition;

c) “collusive practices” means a scheme or arrangement between two or more bidders,

with or without the knowledge of the Purchaser, designed to establish prices at

artificial, noncompetitive levels;

d) “coercive practices” means harming or threatening to harm, directly or indirectly,

persons or their property to influence their participation in a procurement process, or

affect the execution of a contract;

Page | 56

e) “unfair trade practices” means supply of services different from what is ordered on,

or change in the scope of work which was agreed to;

f) The Purchaser will suspend or terminate the Agreement in its sole discretion without

prejudice to the other rights and remedies of the Purchaser under this Agreement, if

prima-facie it is established that the Vendor had engaged in corrupt or fraudulent

practices in competing for or executing the contract in question, or during the Term.

3.10 RESOLUTION OF DISPUTES

The Vendor shall indemnify the department against all third party claims arising out

of a court order or arbitration award for infringement of patent, trademark/ copy

right arising from the use of the supplied services or any part thereof. In the event of

any dispute or differences arising under these conditions or any special conditions of

the contract, the same shall be referred to a committee constituted by the

Government. The decision of the committee will be final and the same shall be

binding on all parties.

 

In case either party is not satisfied with the decision of the above committee, they

can institute arbitration proceedings as per Indian Arbitration and reconciliation Act,

1996, after a 30 day notice period.  Any dispute or difference or claim arising out of,

or in connection with, or relating to the present contract or the breach, termination

or invalidity thereof, shall be referred and settled under the Arbitration Center,

Karnataka (domestic and international) rules 2012, by one or more Arbitrators

appointed in accordance with its rules. Arbitration proceedings shall be held in

Bangalore and the language of the arbitration proceedings and that of all documents

and communications between the parties shall be English. The courts of India in

Karnataka will have exclusive jurisdiction to determine any proceeding in relation

to this Contract.

For complete details, please refer to the circular issued by the Principal Secretary

Law Department vide No LAW 273 LAC 2012 (p) dated 10/01/2014.

3.11 LEGAL JURISDICTION

Page | 57

All legal disputes arising out of this Agreement are subject to the exclusive jurisdiction

of Civil Courts located at Bangalore city [Karnataka] only, subject to the arbitration

proceedings contained above.

3.12 INDEMNITY

The Vendor shall indemnify, defend, hold harmless, protect and save the Purchaser, its

affiliates, licensees, assignees, officers, employees, from and against all claims, losses,

costs, damages, expenses, actions, suits and other proceeding, fees (including

reasonable attorneys’ fees), resulting from or pursuant to or arising on account of or

relating to: (i) infringement of any intellectual property rights including patent,

trademarks, copyrights etc. or such other statutory infringements in respects of any or

all the Hardware and Software supplied by the Vendor hereunder; (ii) breach of any of

its representations, warranties, undertakings, by the Vendor; (iii) negligent acts or

willful omissions of the Vendor; (iv) utilization of the tablets or any parts thereof by the

Purchaser.

3.13 PUBLICITY

Any publicity by the Vendor in which the name of Purchaser is to be used should be

done only with the explicit prior written permission of the Purchaser which may be

withheld by the Purchaser in its sole discretion.

3.14 REPRESENTATIONS, WARRANTIES, UNDERTAKINGS

The Vendor hereby represents, warrants, and undertakes, to the Purchaser as follows: (i)

the Vendor is duly organized and competent to enter into this Agreement and perform

all its obligations hereunder; (ii) the Vendor is not under any disability, whether legal,

contractual or otherwise, which may prevent the Vendor from entering into this

Agreement or performing any of its obligations hereunder; (iii) the Vendor shall not at

any time enter into any agreement or arrangement with any third party which conflicts

with the performance of the Vendor’s obligations hereunder; (iv) the Vendor shall

perform all its obligations hereunder in a professional and workmanlike manner and

shall exercise due care and diligence in the same; (v) the Vendor shall perform all the

obligations hereunder in a timely manner in accordance with the provisions of this

Agreement; (vi) the tablets and all Hardware and Software comprised therein shall be

Page | 58

updated, of the best quality, without any wear and tear, in accordance with the Service

Level Agreement; (vii) the Vendor shall ensure that any personnel appointed by it

comply with the provisions of this Agreement and shall at all times be solely liable and

responsible for the acts and omissions of its personnel; (viii) the Vendor has all the

requisite permissions, licenses, consents, authorisations, and is the authorized reseller of

the Hardware and Software comprised in the tablets, sold to the Purchaser hereunder;

(ix) nothing contained in the tablets shall infringe the rights of any third parties

including rights in any form of intellectual property; (x) the tablets, all parts thereof, the

Services of the Vendor hereunder and all obligations of the Vendor hereunder, shall be

in compliance with the applicable laws and shall not at any time expose the Purchaser

to any civil and/or criminal proceedings or prejudice the goodwill or image of the

Purchaser.

3.15 LICENSE

The Vendor hereby grants a non-exclusive, transferable, sublicensable, royalty free,

license to the Purchaser, to the Software and all parts thereof, during the Term and for

the territory of India, for use as part of the tablets. The provisions of section 19(4) of the

Indian Copyright Act, 1957, shall not apply to the license to the Purchaser herein. The

Vendor warrants that it has all the requisite licenses, authorisations, permissions,

consents, to grant the license under this clause 3.15 to the Purchaser, and shall maintain

the said licenses, authorisations, permissions, consents, throughout the duration of the

use of the tablets. The Vendor shall upon demand by the Purchaser, promptly furnish a

copy of the said licenses, permissions, authorisations, consents, to the Purchaser for the

Purchaser’s review and record.

Page | 59

3.16 PURCHASE ORDER & PAYMENT RESPONSIBILITY

Selection of product included in the contract/Agreement and placing purchase order

shall be discretion of the Purchaser, which cannot be challenged by Vendor. Raising

any objection by the Vendor over the selection of the product by the Purchaser shall

amount to violation of the terms & conditions of the Agreement for which Vendor shall

be liable for penal and other appropriate actions.

a) The purchase order for the product shall be placed directly by the Purchaser.

b) The purchase order shall be issued exclusively in the name of the Vendor and payment

shall also be made in the name of the Vendor only.

c) The report submitted by the vendor to the Centre for e-Governance shall include

purchase order, corresponding number of equipment commissioned, and license

numbers of the software commissioned, manufacturer's unique ID number on the

equipment, packing list and other such documents.

d) Equipment commissioned without such reports to Centre for e-Governance shall be

considered as violation of the terms and conditions of the rate contracts and necessary

action shall be initiated against the vendor.

e) The Vendor cannot delegate its rights to any institution to receive purchase order or/and

payment in its name. If it is found that the Vendor has appointed any such institution

to receive order and payment in its name, strict action shall be taken against the Vendor,

which may also include termination of the Agreement in the sole discretion of the

Purchaser .

f) The vendor cannot refuse to supply the items after signing the contract. Refusal shall be

violation of the term and condition of the contract and vendor shall be liable for

punishment to the extent of blacklisting of the vendor and forfeiture of Bank Guarantee.

The nature and quantum of punishment shall be decided by the Chief Executive Officer,

Centre for e-Governance in accordance with the law.

g) On receipt of the equipment in good condition and the same is/are accepted by the

concerned officer from CeG/indenter/buyer, payment as per payment terms shall be

made.

3.17 INSTALLATION REPORT

Page | 60

The supply & commissioning report format is given in Annexure L and M . After

supply and commissioning, the concerned officer from the Department of Women and

Child Development will be required to provide the installation report for all Tablets and

Single finger print authentication devices delivered to the concerned office in prescribed

format. The successful vendor will have the responsibility of getting such supply and

installation report and submit to the Chief Executive Officer, Centre for e-Governance

in originals.

3.18 TAXES AND DUTIES

Rate should be inclusive of supply and commissioning and 3 Years onsite warranty, all

taxes and duties etc including VAT and Sales tax and GST if any.

3.19 QUALITY OF GOODS & SERVICES

1. The equipment/product must conform to the specifications given and of desired

quality. The vendor shall guarantee that the item/s delivered to the purchaser is/are

brand new.

2. Consistency in delivery shall be maintained for the entire lot of products ordered.

All the required quantity of product/s in schedule of requirement shall be of the

same brand and model number. The dealer shall not substitute any internal

components or subsystems of the product by similar items of different

manufacturer/s.

3. All the equipment shall be supplied with the relevant interface cables and necessary

standard accessories. Also, all the equipment shall be provided with ISI standard

power plugs.

4. The vendor as well as the OEM shall be jointly and severally responsible for quality

of the supply.

3.20 PACKING , INSURANCE, AND MARKING

a) Unless specified otherwise, consignment shall be securely and properly packed, and

every precaution taken to avoid loss or damage during transit. The packing shall be

all-weather proof and sufficient to withstand, without limitation, rough handling

during transit and exposure to extreme temperatures, salt and precipitation during

transit and open storage. Packing case size and weights shall take into consideration, Page | 61

where appropriate, the remoteness of the goods' final destination and the absence of

heavy handling facilities at all points in transit.

b) Each package should be clearly marked to indicate Description and Quantity of

stores, Name and Address of the indenter/buyer, Gross weight of the Package, S.O.

No. and Date and the Name of the Vendor as provided in the General Conditions of

the Contract.

c) The packing, marking and documentation within and outside the packages shall

comply strictly with such special requirements as shall be provided for in the

purchase order and in any subsequent instructions ordered by the indenter/buyer.

3.21 DESPATCH INSTRUCTIONS AND NOTIFICATION

4. It will be responsibility of vendor for safe arrival of stores in full and good

conditions at CeG’s, indenter’s/buyer’s specified destination and

CeG/indenter/buyer will not pay separately for transit insurance, if any.

5. Product shall confirm to standard guarantee/warranty effecting for a period of three

years from the date of installation and demonstration.

6. The timelines for delivery of enrolment ready tablets and the Single Finger Print

Authentication device and making the tablet enrolment ready to carry out Aadhaar

enrolment is 6 weeks from date of issue of LOI/Purchase Order.

3.22 THIRD PARTY VERIFICATION:

Chief Executive Officer, Centre for e-Governance reserves the right to get the

verification of the specification, configuration of the tablet through authorised

officials or through a Third Party Audit agency. A pre delivery inspection of the

tablets will be carried out by CEG by adopting sampling methodology at the bidders

premise before dispatch of items to the specified delivery location. After the delivery

is made, CEG will carry out the Third Party Audit through authorised officials or

through Third Party Audit agency.

3.24 ORDER CANCELLATION

3. The indenter/buyer reserves the right to cancel the order in the event of one or more

of the following circumstances:

e. Serious discrepancy in hardware noticed during the pre-dispatch inspection, if

any.Page | 62

f. Delay in delivery and installation beyond a period mentioned in the purchase

order.

g. Breach by the vendors of any of the terms and conditions of the tender.

h. If the Vendor/OEM goes into liquidation voluntarily or otherwise.

4. In addition to the cancellation of purchase order, the indenter/buyer reserves the

right to forfeit the Performance guarantee submitted to the CeG/indenter/buyer (in

form of Bank guarantee) by the Vendor.

3.25 RISK PURCHASE

In case the Vendor fails to deliver the quantity as stipulated in the delivery schedule, the

indenter/buyer reserves the right to procure the same or similar materials from alternate

sources at the risk, cost and responsibility of the Vendor in addition to and without

prejudice to the other rights and remedies of the Purchaser under this Agreement.

3.26 PERFORMANCE BANK GUARANTEE

a) The vendor shall submit before installation of the equipment a Performance Security

Deposit for an amount equal to 10% of the value of the purchase in the form of Bank

Guarantee in the format given in Annexure F from any Scheduled Bank in favour of the

buyer valid for 36 months from the date of installation and commissioning. Equipment

will not be accepted and payment against delivery will not be released without

Performance Bank Guarantee.

b) The proceeds of the Performance guarantee shall be payable to the Indenter as

compensation for any loss / penalties / liquidated damages resulting from the dealer's

failure to complete its obligations under the contract.

c) The Performance guarantee shall be discharged by the buyer to the dealer within 90

days of the expiry of the warranty period. Date of warranty shall start from the date of

successful commissioning of the equipment.

3.27 INSTALLATION, COMMISSIONING & ACCEPTANCE

a) The vendor shall be responsible for delivery and commissioning of enrolment ready

tablet with single print capture device at site of the order and for making them fully

operational within 6 weeks of placing orders. The period shall start from the date of

issue of the Purchase Order/LOI.

Page | 63

b) The vendor shall be responsible for configuring the power management settings and

the regional settings in all the items supplied as part of the contract as per the

directives provided by the purchaser.

c) The dealer at the destination site, in the presence of indenter/buyer and/or its

representative, shall conduct acceptance test. The tests will involve trouble free

operation of the tablet apart from physical verification and testing. There shall not

be any additional charges payable by the indenter/buyer for carrying out this

acceptance test.

3.28 INTEGRATION OF HARDWARE, SOFTWARE AND PERIPHERALS

a. The dealer shall integrate the hardware and peripherals supplied by him to

make them fully operational. The dealer will be responsible for

demonstrating various parts to integrate peripherals. However, in case of

problems with machines and / or equipment, it will be the dealer’s

responsibility to locate the exact nature of the problem/s and rectify the

same except for the problems in the application software installed on the

machine/s, if any.

b. The dealer shall note that all the equipment and peripherals shall be supplied

with the relevant interface cables. Also, all the equipment shall be provided

with ISI standard Power Plugs.

3.29 MANUALS

All tablets will have to be supplied with all the detailed operational and maintenance

manuals free of cost.

3.30 OPERATIONAL TRAINING

The vendor will have to train users nominated by the CeG/indenter/buyer at his cost for

operation of all the tablet and finger print device supplied and installed. The training

will be as per the satisfaction of the client/end user.

3.31 PAYMENT TERMS

Payment shall be made after the satisfactory Supply, Installation and commissioning

of the locations (making the tablet enrolment ready) as specified by CeG.

Page | 64

The following table provides details about the payment schedule to the successful bidder.

Sl.No Work Description Payment details

1

Supply of tablets with single

finger print authentication device

which is ready for enrolment at all

the locations as defined in the RFP

80 % of the contract value on

successful commissioning of all

locations

2Operation and Maintenance in the

First year

6 % of contract value as 4 equal

quarterly payments, after completion of

quarter from date of satisfactory

completion of deployment

3Operation and Maintenance in the

Second year

6 % of contract value as 4 equal

quarterly payments, after completion of

each quarter.

4Operation and Maintenance in the

Third year

8 % of balance contract value as 4 equal

quarterly payments, after completion of

each quarter.

3.32 WARRANTY

i. The OEM shall provide comprehensive onsite warranty for a period of three years

from the date of delivery.

ii. Any defect observed within 6 months of the supply, the OEM shall be obliged

to change or repair the equipment without making any charge.

iii. The tablet, if necessary, will be opened only by the OEM Engineer for

repair/otherwise during the warranty period. Warranty shall become void if the

indenter/buyer buys any other supplemental hardware from a third party and

installs it with/in these machines not through the authorized OEM engineer.

iv. The warranty shall cover the following:

The tablet should be repaired and made operational within 24 hours, failing

which a replacement should be given till the equipment is repaired. In case of

software, it shall be replaced.

3. 33 REPLACEMENT DUE TO REPEATED FAILURE

Page | 65

If, during the warranty period, any tablet with finger print authentication device

has any failure on two or more occasions, it shall be replaced by equivalent new

equipment / software by the Vendor at no cost to the indenter/buyer.

4. CONFIDENTIALITY

a. The Vendor shall not, without prior written consent from the Purchaser, disclose the Agreement, RFP, or any provision thereof or any specification, application design, plan, drawing, pattern, sample or information furnished by or on behalf of this Agreement in connection therewith, to any person other than a person employed by the Vendor in the performance of the Agreement. Disclosure to any such employed person shall be made in confidence pursuant to an executed confidentiality agreement in writing which shall contain confidentiality obligations substantially similar to and no less stringent than the confidentiality obligations contained herein, and shall extend only so far, as may be necessary for purposes of such performance.

b. The Vendor shall not, without prior written consent of the Purchaser make use of any document or information, except for purposes of performing the Agreement . All related document issued by the Purchaser, other than the Agreement itself, shall remain the property of the Purchaser and shall be returned (in all copies) to the Purchaser on completion of the Agreement .

c. The Vendor shall notify the Purchaser promptly if it is aware of any disclosure of the information otherwise than as permitted by this Agreement or with the authority of the Purchaser

b) The obligations of confidentiality under this section shall be for life time i.e. even after the completion or termination of the Agreement .

c) The Vendor its agent or its employee shall not remove any information which might have come to its custody during the discharge of its obligation under the Agreement through any means like, but not limited to, email, floppy, CD, DVD, Pen Drive, Hard Disk or printed form without the specific written permission of the Purchaser

d) The Vendor shall be liable to fully recompense the Purchaser for any loss of revenue arising from breach of confidentiality contained herein. The Purchaser reserves the right to adopt legal proceedings, civil or criminal, against the Vendor in relation to a dispute arising out of breach of obligation by the Vendor under this clause.

e) The Vendor shall sign a Non Disclosure Agreement (NDA) with the Purchaser. The Vendor. its antecedents and the sub-contracted agency shall be bound by the NDA in addition to the confidentiality obligations contained herein. The Vendor will be held responsible for any breach of the NDA by its antecedents, delegates or sub-contracted

Page | 66

Agency.

f) This restriction does not limit the right to use information if it

i. Becomes generally known to the public without violation of this Agreement . ii. Is independently developed by the Vendor without the use of such information

and without the participation of individuals who have had access to such information, and the same can be evidenced through documentary evidence.

iii. Is required to be provided under any law, or process of law duly executed, provided that prompt prior written notice is given to the Purchaser of such disclosure and all measures are adopted by the Vendor to mitigate such disclosure.

5. NOTICES

a. Any notice or other document, which may be given by either party under this

Agreement, shall be given in writing in person or by pre-paid recorded delivery post

or by facsimile transmission.

b. In relation to a notice given under this Agreement, any such notice or other document

shall be addressed to the other party's principal or registered office address as set out

below:

Purchaser

The Chief Executive Officer,

Center for e-Governance,

Gate No.2, I Floor, Room No.146,

M S Buildings, Ambedkar Veedhi

BANGALOARE 560 001

Karnataka State.

Vendor

M/s________________________________________________________________

c. Any notice or other document shall be deemed to have been given to the other party

(or, if relevant, its relevant associated company) when delivered (if delivered in

person) between the hours of 10.00 am and 5.00 pm at the address of the other party

set forth above or if sent by fax, provided the copy fax is accompanied by a

Page | 67

confirmation of transmission, or on the next working day thereafter if delivered

outside such hours, and 7 days from the date of posting (if by letter).

d. If there is a change in the address, telephone number, facsimile number and

nominated contact for notification purposes, such change shall be communicated to

the respective parties by prior written notice of the new information and its effective

date.

6. MISCELLANEOUS

6.1 The provisions relating to representations, warranties, undertakings, warranty period

for the tablets or any parts thereof as set out in this Agreement, shall survive the

expiration or early termination of this Agreement.

6.2 This Agreement has been entered into on a principal to principal basis, and the

Vendor shall not at any time be construed to be a partner or agent of the Purchaser.

6.3 The Vendor shall not at any time be entitled to assign any of its rights or obligations

under this Agreement to any third party without the prior written consent of the

Purchaser. The Purchaser may at any time assign any of its rights or obligations

hereunder in its sole discretion.

6.4 If any provision of this Agreement or part thereof is rendered void, illegal or

unenforceable by any legislation to which it is subject, it shall be rendered void, illegal

or unenforceable to that extent and it shall in no way affect or prejudice the

enforceability of the remainder of such provision or the other provisions of this

Agreement. The invalidity, illegality or unenforceability of any provision in this

Agreement under the laws of any one jurisdiction shall not in itself affect the validity,

legality and enforceability of such provisions under the laws of any other jurisdiction.

6.5 Save for express and specified waiver given in writing, no failure or delay on the part

of any party in exercising any right hereunder shall operate as a waiver thereof.

6.6 The terms and conditions herein constitutes the entire arrangement of the Parties and

Page | 68

supersedes in all respects any and all prior or written agreements or understandings

pertaining to the subject matter hereof.

6.7 This Agreement may be executed in one or more counterparts, each of which shall be

deemed to be an original and all of which together shall constitute one and the same

instrument.

IN WITNESS WHEREOF the Parties have by duly authorized representatives set their

respective hands and seal on the date first above written in the presence of:

For and on behalf of the Purchaser

Dr Rathan Kelkar Chief Executive OfficerCenter for e-Governance, DPAR (e-Governance), MS Building, Gate -2 , Room No. 146,Bangalore - 560 001Karnataka

For and on behalf of Vendor

Signed by:

(Name)

(Date)

WITNESSES:

1.

2.

Page | 69

ANNEXURE I: SELF DECLARATION FORM FOR NOT

HAVING PENDING CASES IN COURT OF LAW

To

The Chief Executive Officer,

Center for e-Governance

Bangalore – 560001

Dear Sir,

I hereby declare that there are no pending cases against M/s --------------------------

(Name & Address of bidder) with the Government of Karnataka or any other court of

law for indulging in corrupt or fraudulent practices or for indulging in unfair trade

practices or for any reasons whatsoever.

Signature of the Bidder

Business Address

Place:

Date:

Page | 70

ANNEXURE J: UNDERTAKING FOR NOT BLACK LISTED

Affidavit on Being Not Black-Listed [Use `100.00 Stamp Paper]

[ OEM and Partner should submit separately]

This is to certify that << COMPANY NAME >> is not blacklisted by the Government

of Karnataka or any of its agencies/ Central / any other State/UT Government or its

agencies for indulging in corrupt or fraudulent practices or for indulging in unfair trade

practices or for any reasons whatsoever as on 1st Jan 2016.

Company Secretary / Authorized Signatory

Name of Signatory:

Bidder Name:

Date

Place

Page | 71

ANNEXURE K: COMMERCIAL BID FORMAT

Sl. No.

Line Item No. of items

Unit Price (inclusive

of all taxes, levies etc)

(in Rs.)

Total Price (Rs.)

1Tablet tested and approved by UIDAI and also installed with Child Enrolment Lite client developed by UIDAI

2000    

2Single finger print authentication device tested and approved by UIDAI (Single finger print capturing device should be STQC/UIDAI

2000

Authorized Signatory

(Seal and Signature)

Place:

Date:

Note: The above unit price/total shall be used for L1 calculation

Page | 72

ANNEXURE L: DELIVERY CERTIFICATE OR STOCK

CERTIFICATE

Name of the Office:. . . . . . . .. . .. . . . . . .. . . . . . . .. . .

Address: . . . . . . . . . . . .. . . . . . . . . . .

Details of the Hardware/Software supplied:

Sl. No. Item Serial Number/ Product Key

Is the equipment in good condition and working

(Yes/No)

1 Tablet installed with Child Enrolment Lite Client    

2 STQC certified single finger authentication device for Aadhaar

All the above equipment are in good condition & taken to office stock book page No..

. . . . . . ..

Signature Signature:

Name of the representative of the supplier Name of the :

Designation & Address Designation:

Date: Date:

Seal: Seal:

Page | 73

ANNEXURE M: INSTALLATION REPORT

Name of the Office. . . . . . . . . . .

Address: . . . . .. .

Details of the hardware/software supplied and installed:

Sl. No. Item

Serial number of the product

Installation StatusDate of

installation

Working

Not workin

g1 Tablet installed with Child

Enrolment Lite Client 2 STQC certified single finger

authentication device for Aadhaar

Remarks (if any) of the CDPO

Signature of the Engineer

from vendor

Signature of

CDPO

(Rubber stamp seal)

Page | 74

ANNEXURE N: CONFORMANCE TO THE MINIMUM

TECHNICAL SPECIFICATION (ON LETTER HEAD)

Sl.No Item Conformance to the minimum specification (Yes/No)

1    2    3    4    5    

Page | 75

ANNEXURE O: TECHNICAL SPECIFICATIONS OF ALL

INDIVIDUAL ITEMS (ON LETTER HEAD)

Item

Make

Model

S.NoSpecification required as per

tender document and amendments issued if any

Specification of proposed Tablet/Single finger

authentication device

Specification (Same/Higher/Lower)

1 2 3 4 5 6 7 8 9

10 11 12

Page | 76

ANNEXURE P: NUMBER OF TABLETS TO BE DELIVERED TO EACH OF THE CDPO’s OFFICE:

SL NO DISTRICT ICDS Projects CDPO office address

No of Tablets to be

distributed to Supervisors

No of Tablets to

be distributed to CDPO

Total No of

Tablets to be

supplied

1 BAGALKOT BADAMI CDPO Office,Acpattanad Building, Near State Bank,Ananda Nagar, Badami,Bagalkot - 587201 15 1 16

2 BAGALKOT BAGALKOT CDPO Office,Mr. Naganagoudar, Near Agriculture Office,Roopland Vidyagiri,Bagalkot - 587102 14 1 15

3 BAGALKOT BILAGI CDPO Office,Pathan Building, Gandhinagar,Bilagi, Bagalkot - 587116 7 1 8

4 BAGALKOT HUNGUND CDPO Office,Near Water Tank, Ilakal Road,Hungund, Bagalkot - 587118 14 1 15

5 BAGALKOT JAMKHANDI CDPO Office,APMC Yard, Jamkhandi Bagalkot - 587302 20 1 21

6 BAGALKOT MUDHOLCDPO Office,Taluk Panchayath Office Premises,Opp Polise Station, Mudhol,Bagalkot - 587313 13 1 14

7 BANGALORE RURAL DEVANAHALLI CDPO Office,197/2864/26,Akshaya Bhavan, B B Road,Devanahalli,Bangalore (Rural) - 562110 8 1 9

8 BANGALORE RURAL HOSAKOTE CDPO Office,Chikkegowda Building,Hosakote,Bangalore (Rural) - 572144 11 1 12

9 BANGALORE RURAL NELAMANGALACDPO Office,Sapthagiri Nilaya,Subhashanagar,Nelamangala,Bangalore (Rural) - 562123 9 1 10

10 BANGALORE RURAL DODDABALLAPUR CDPO Office,No 3758, Taluk Office Road, Vishwanath Building, Doddaballapur - 561203 7 1 8

11 BANGALORE URBAN ANEKAL Child Development Project Office,Anekal, Bangalore Urban - 562106. 12 1 13

13 BANGALORE URBAN BANGALORE STATEChild Development Project Office, # 51, 2nd Floor, J.C. Road, Corporation Bldg,Bangalore Urban - 560002 9 1 10

14 BANGALORE URBAN BANGALORE NORTH (YLK)

Child Development Project Office,# 2023, HIG 3rd Stage, Yelahanka New Town, B-64 25 1 26

15 BANGALORE URBAN BANGALORE CENTRAL CDPO Office, Bangalore Central - 01,Corporation Bldg, 2nd Floor,Bangalore Urban - 560002 10 1 11

Page | 77

SL NO DISTRICT ICDS Projects CDPO office address

No of Tablets to be

distributed to Supervisors

No of Tablets to

be distributed to CDPO

Total No of

Tablets to be

supplied

16 BANGALORE URBAN BANGALORE SOUTH (BSK)

CDPO Office,# 19, 2nd Floor, Vivekananda Colony,Kanakapura Road,Bangalore - 560078 15 1 16

17 BELGAUM ATHANI CDPO Office, APMC Yard Athani Athani, Belgaum - 591304 12 1 13

18 BELGAUM KAGAWADA CDPO Office,Shiddeswar Nagar Kagawad, S R Pawar Building, Kagawad Belgaum-591223 10 1 11

19 BELGAUM BELGAUM URBANCDPO Office, Shivaji Nagar Remand Home Buliding , Shivaji Nagar,Belgaum - 590016 15 1 16

20 BELGAUM BELGAUM RURAL CDPO Office,Malaj Building, Shivabasava Nagar, Belgaum - 590016 27 1 28

21 BELGAUM BAILHONGAL CDPO office Mini Vidhanasoudha, 1st floor Bailhongal Belgam-591102 17 1 18

22 BELGAUM CHIKKODI CDPO Office PLD Bank Building, Chikkodi Belgqam-591201 10 1 11

23 BELGAUM NIPPANICDPO Office, C/o Sadashiv Patade Kattada, Sai Nagar, Ramangara Road, Nippani, Chikkodi Taluk, Belgaum Dist. 18 1 19

24 BELGAUM GOKAK CDPO office M S Kotwal Building, Lakshmi temple Road Gokak, Belgam-591307 8 1 9

25 BELGAUM ARBHAVI CDPO Office,Jadav Jinning Compound, Near Valmiki Stadium, Gokak, Belgaum. 16 1 17

26 BELGAUM HUKKERI CDPO Office,Gokak Road Near police station,Hukkeri belgam-591309 19 1 20

27 BELGAUM KHANAPUR CDPO Office,Ambika Nivasa Halkarni, Khanpur Road Belgam-591307 14 1 15

28 BELGAUM RAIBAG CDPO Office,1st floor Picard Bank Building, Raibag Belagam-591317 18 1 19

29 BELGAUM RAMADURGA CDPO office Mini Vidhanasoudha Ramduraga Belgam-591123 12 1 13

30 BELGAUM SAVADATTI CDPO office TAPCMS, Savadatti Belagam-591126 13 1 14

31 BELLARY BELLARY URBAN CDPO Office,Stree Seva Nikethan Compound, Devinagar Club Road, Bellary Urban-583102 4 1 5

32 BELLARY BELLARY RURAL CDPO Office,Stree Seva Nikethan Compound, Devi nagar club Road, Bellary Rural-583102 13 1 14

Page | 78

SL NO DISTRICT ICDS Projects CDPO office address

No of Tablets to be

distributed to Supervisors

No of Tablets to

be distributed to CDPO

Total No of

Tablets to be

supplied

33 BELLARY HAGARAIBOMMANAHALLI CDPO Office,Agricultural Product Marketing Compound Hagribommanalli, Bellary-583212 4 1 5

34 BELLARY HOOVI NA HADAGALI CDPO Office,Honnappa Complex, Hoovina Hadagali, Bellary-583219 9 1 10

35 BELLARY HOSPET CDPO Office,Patel Nager Behind Venkateshwara, Kalyana Mantapa Hospet Bellary-583201 16 1 17

36 BELLARY KUDLIGI CDPO Office,No 5188 CDPO, Behind KSRTC Bapujinagar Kudligi , Bellary-583135 8 1 9

37 BELLARY SANDUR CDPO Office,Stree Shakthi Bhavan L B Colony, Sandur Bellary-583113 8 1 9

38 BELLARY SIRUGUPPA CDPO Office,Taluk Office Premises, Adhoni Road Siruguppa , Bellary-583121 6 1 7

39 BIDAR BASAVAKALYAN CDPO Office,Behind Sadanand Matha,Basavakalyan bidar - 585327 10 1 11

40 BIDAR BHALKI CDPO Office,Bhalki Bidar - 585328 10 1 1141 BIDAR BIDAR CDPO Office,Mailoor Road, BIDAR - 585401 13 1 14

42 BIDAR HUMNABAD CDPO Office,NH-9 Road Humnabad, Bidar - 585330 7 1 8

43 BIDAR SANTHPURA/AURAD CDPO Office,Santhpur Aurad, Bidar - 585421 7 1 8

44 BIJAPUR BASAVANA BAGEWADI CDPO Office,Momin Building, Basavan Bagewadi,Bijapur - 586203 15 1 16

45 BIJAPUR BIJAPUR RURAL (OLD) CDPO Office, Balbhavan Building, Z P Cross, Bijapur Rural, Bijapur-586101 13 1 14

46 BIJAPUR BIJAPUR URBAN CDPO Office, opp Grameena bank, Bagewadi Road, Bijapur 586101 6 1 7

47 BIJAPUR INDI CDPO Office,Indi Block,Kacheri Road, Indi, Bijapur - 586209 12 1 13

48 BIJAPUR BALLOLLI (CHADACHANA) CDPO Office, Chadachan, Indi Taluk, Bijapur 5 1 6

49 BIJAPUR MUDDEBIHAL CDPO Office,Muddebihal Block, Kharaddi Building, Vidyanagar, Muddebihal, Bijapur - 586212 16 1 17

50 BIJAPUR SINDAGI CDPO Office,Singgi Block, Bijapur Road,Sindagi - 586128 15 1 16

51 CHAMARAJANAGARA GUNDLUPET CDPO Office,Mini Vidhana Soudha,Gundlupet, Chamarajanagara - 571111 2 1 3

Page | 79

SL NO DISTRICT ICDS Projects CDPO office address

No of Tablets to be

distributed to Supervisors

No of Tablets to

be distributed to CDPO

Total No of

Tablets to be

supplied

52 CHAMARAJANAGARA CHAMARAJANAGARA CDPO Office,Vinaya Nilaya,Chamarajanagara - 571313 5 1 6

53 CHAMARAJANAGARA SANTEMARA HALLI CDPO Office, Gram Panchyat premises, near post office, Santhemarhalli, Chamarajnagar Taluk 3 1 4

54 CHAMARAJANAGARA KOLLEGAL CDPO Office,No. 7-407J, 1st floor,Paramahamsa Road, Kollegal, Chamrajanagar - 571440 2 1 3

55 CHAMARAJANAGARA YELANDUR CDPO Office,No 3/103, Siriranga Complex,Yelandur, Chamarajanagar - 571441 1 1 2

56 CHIKKABALLAPURA BAGEPALLICDPO Office,T Swarna, Amarnath Building, Opposite Ganesh Medicals, Bagepalli, Chikkabalapur - 561207 3 1 4

57 CHIKKABALLAPURA CHIKKABALLAPURA CDPO office, No. 337, Nagarth Pete Chikkabalapura-562101 8 1 9

58 CHIKKABALLAPURA CHINTAMANI CDPO office, Chelur Road,Chintamani, Chikkabalapur-563125 10 1 11

59 CHIKKABALLAPURA GOWRIBIDANUR CDPO office, No 10, Bindu Nilaya,Gowribidanur Taluk, Chikkaballapura - 561208 5 1 6

60 CHIKKABALLAPURA GUDIBANDE CDPO office, Chikkabalapura Road,Gudibande, Chikkabalapur-561209 0 1 1

61 CHIKKABALLAPURA SIDLAGHATTA CDPO office, Halle godina marukate Shidlaghata Chikabalapur-52105 2 1 3

62 CHICKMAGALUR CHICKMAGALUR CDPO office, B E O Office Premises, Belur road Chickmagalur-577101 12 1 13

63 CHICKMAGALUR KADUR CDPO office, State Bank of Mysore Opp Kadur town, Chickmagalur-577543 11 1 12

64 CHICKMAGALUR KOPPA CDPO office, Taluk Panchayath Building koppa Chikamagalur-577120 3 1 4

65 CHICKMAGALUR MUDIGERI CDPO office, Mudigere Chikamagalur-577132 2 1 3

66 CHICKMAGALUR N R PURA CDPO office, Narasimharajapura Chickmagalur-577134 2 1 3

67 CHICKMAGALUR SRINGERI CDPO office, Govt Staff Building, Near Kali Kamba Temple,Sringeri Post, Chickmagalur-577139 3 1 4

68 CHICKMAGALUR TARIKERE CDPO office, Gowsiya Mohalla Sri rama Extention Tarekere Chikamagalur-577228 6 1 7

69 CHITRADURGA CHALLAKERE CDPO office, Thyagraj Nagar,Challakere, 10 1 11

Page | 80

SL NO DISTRICT ICDS Projects CDPO office address

No of Tablets to be

distributed to Supervisors

No of Tablets to

be distributed to CDPO

Total No of

Tablets to be

supplied

Chitradurga-577522

70 CHITRADURGA CHITRADURGA CDPO office, Vedhavathi Nagar, Hiriyur, Chitradurga-572143 8 1 9

71 CHITRADURGA BARAMASAGARA CDPO office, Bharamsagara Project, Dist Bal Bhawan, Stadium Road, Chitra Durga. 12 1 13

72 CHITRADURGA HIRIYUR CDPO office, Sri Krishna Nilay, 1st Cross, V D Extension, Chitradurga-577501 6 1 7

73 CHITRADURGA HOLALKERE CDPO office, Harikrupa main road,Holalkere,Chitradurga - 577526 6 1 7

74 CHITRADURGA HOSADURGA CDPO office, Gori Himbhaga Village, Hosadurga, Chitradurga, -577527 6 1 7

75 CHITRADURGA MOLAKALMURU CDPO office, S B M Road, Molakalmuru,Chitradurga-577535 2 1 3

76 DAKSHIN KANNADA BELTHANGADY CDPO office, Near Inspection Building,Belthangady, D Kannada - 574214 10 1 11

77 DAKSHIN KANNADA SULLIA CDPO Office,Sullia, Dakshina Kannada - 574239 4 1 5

78 DAKSHIN KANNADA MANGALORE URBAN CDPO office, Silva Cross Road,Velencia Kankanady,Mangalore - 575001 9 1 10

79 DAKSHIN KANNADA MANGALORE RURALCDPO office, Reception Center Moodshedde,Namgalore Taluk,Dakshina Kannada - 575028 18 1 19

80 DAKSHIN KANNADA BUNTWAL CDPO office, Old Taluk Panchayat Building,B C Road, Bantwal,Dakshina Kannada - 574219 12 1 13

81 DAKSHIN KANNADA VITLA CDPO office, Riya complex, Puttur Road, Vittala, Bantwala Taluk 9 1 10

82 DAKSHIN KANNADA PUTTUR CDPO office, Near Taluk Panchayat,Puttur, Dakshina Kannada - 574201 14 1 15

83 DAVANAGERE CHANNAGIRI CDPO office, Khaji Mohalla, Channagiri-577 213 3 1 4

84 DAVANAGERE DAVANGERE CDPO Office,Deja-3, Door No-2257c/1st Floor 2nd Main Road, Vidya Nagar, Davanagere-577005 20 1 21

85 DAVANAGERE HARAPANAHALLICDPO office, Ward No-5, Banagarpete, Siddarudaswamy, Harapanahalli, Davanagere- 583131 12 1 13

86 DAVANAGERE HARIHARA CDPO office,PLD Bank Bldg, Shimoga Road,Harihara, Davanagere - 577601 10 1 11

Page | 81

SL NO DISTRICT ICDS Projects CDPO office address

No of Tablets to be

distributed to Supervisors

No of Tablets to

be distributed to CDPO

Total No of

Tablets to be

supplied

87 DAVANAGERE JAGLURCDPO office,Gurubhavan, Near Door No. 1987, Onkareshwara Extn., Jagalur, Davanagere - 577528 6 1 7

88 DAVANAGERE HONNALICDPO office, No. 1973 kote Road, Kanaka Nilaya 1st Floor,Near Shantha Talkies,Honnali, Davanagere - 577217 11 1 12

89 DHARWAD DHARWAD-HUBLI URBAN CDPO office,A R Nadgouda Bldg, Near K C Park, Opp. Post Office, Dharwad - 580008 14 1 15

90 DHARWAD DHARWAD RURAL Child Development Project Officer, APMC Bldg, Soundatti Road,Dharwad Grameen - 580008 11 1 12

91 DHARWAD KALAGHATAGI CDPO office,Stree Shakti Bhavan, Court Road,Kalaghatagi, Dharwad - 581204 8 1 9

92 DHARWAD KUNDGOL CDPO office,APCMS Main Road, Near Murngadi Cross,Kundgol, Dharwad - 581113 9 1 10

93 DHARWAD NAVALGUND Child Development Project Officer,Near Rotary School, Navalgund,Dharwad - 582208 9 1 10

94 DHARWAD HUBLI Child Development Project Officer Dharwadkar Bldg, Hosur, Hubli - 580024 6 1 7

95 GADAG GADAG Child Development Project Officer,Cotton Sales Society, Gadag - 582101 12 1 13

96 GADAG MUNDERGI CDPO office,B S Mati Bldg, Behind Syndicate Bank,Mundergi, Gadag - 582118 6 1 7

97 GADAG RON Child Development Project Officer,Near Bus Stand, Ron, Gadag - 582209 11 1 12

98 GADAG SHIRAHATTICDPO office, Women & Child Development Dept.,Kappattanavar Bldg, Valamiki Circle,Shirahatti, Gadag - 582120 9 1 10

99 GADAG NARGUND CDPO office, Old APMC Yard, Somaphur,Gadag - 582207 5 1 6

100 GULBARGA GULBARGA URBAN CDPO office, State Home Bldg,Near PF Office,Gulbarga -585101 18 1 19

101 GULBARGA GULBARGA RURAL CDPO office, Opp. Chandrashekar Patil Stadium, Gulbarga (Rural) - 585102 16 1 17

102 GULBARGA JEWARGI CDPO office, Old Gunj Area, Jewargi, Gulbarga - 585310 12 1 13

103 GULBARGA AFZALPUR CDPO office, Basaveshwar Chowk, Afzalpur, 10 1 11

Page | 82

SL NO DISTRICT ICDS Projects CDPO office address

No of Tablets to be

distributed to Supervisors

No of Tablets to

be distributed to CDPO

Total No of

Tablets to be

supplied

Gulbarga - 585301104 GULBARGA ALAND CDPO, Aland,Gulbarga - 585302 14 1 15

105 GULBARGA CHINCHOLI Child Development Project Officer, Chincholi- 585 307, Gulbarga Dist 9 1 10

106 GULBARGA CHITAPUR CDPO office, behind Tashildar office, Chittapura-585 211, Gulbarga Dist 7 1 8

107 GULBARGA SHAHABAD CDPO office, near Hanuman nagar police station, Ranibai nagar, Shahabad- 585228 10 1 11

108 GULBARGA SEDAM CDPO office, NEW APMC AREA SEDAM- 585 222, Gulbarga Dist 7 1 8

109 YADAGIR SHAHAPUR CDPO office Shahapur Yadgiri-585223 12 1 13

110 YADAGIR SHORAPURCDPO office Rangapete, Shorapura-585 220, Yadagiri Dist

14 1 15111 YADAGIR YADAGIR CDPO office Yadgiri-585201 8 1 9

112 YADAGIR ATTIKUNI/GURUMATKAL CDPO offcie, opp Gandhi Maiden, Narayanpet road, Gurmitkal, Yadgir Taluk 585214 9 1 10

113 HASSAN ALUR CDPO office,B M Road Honnamma Complex, SBM 1st Floor Alur Hassan - 1 1 2

114 HASSAN ARASIKERE Cdpo Office PLD Bank Building,Arasikere Hassan - 573103 11 1 12

115 HASSAN ARKALGUDU Cdpo Office Behind Taluk Panchayat, Arkalgudu Hassan - 573102 3 1 4

116 HASSAN BELURU CDPO office,Mallur Complex Ambedkar circle, Beluru Hassan - 573115 2 1 3

117 HASSAN CHANNARAYAPATNA CDPO office,Tejaswini Complex Mysore road, Chennarayapatna Hassan - 573116 8 1 9

118 HASSAN HOLENARASIPURA CDPO office,River bank Road Hemavathi extension Holenarasipura Hassan - 573211 3 1 4

119 HASSAN HASSAN Cdpo Office 1st Cross,1st main Kuvempu nagar Hassan - 573101 6 1 7

120 HASSAN SAKALESHAPURA CDPO office, Hilal Coffee Works Building,Ashoka Road Sakaleshapura Hassan - 573134 5 1 6

121 HAVERI HAVERI Child Development Project Officer, Shree Kotakola Building, West of Vidyanagar, Infront of PWD Dept 12 1 13

Page | 83

SL NO DISTRICT ICDS Projects CDPO office address

No of Tablets to be

distributed to Supervisors

No of Tablets to

be distributed to CDPO

Total No of

Tablets to be

supplied

Quartress, P.B Road, Haveri

122 HAVERI BYADGI Child Development Project Officer, Byadagi-581 106, Haveri Dist 6 1 7

123 HAVERI HIREKERURChild Development Project Officer, Hirekerur, haveri Dist 13 1 14

124 HAVERI SAVANUR CDPO office, Employees Association Building Gadag road, Haveri - 581118 9 1 10

125 HAVERI HANGAL CDPO office, Taluk Panchayath Kataada Hangal,Haveri - 581104 10 1 11

126 HAVERI SHIGGAON CDPO office, Near Post Office Shejawadkar buliding , Shiggaon - 581205 Haveri Dist 9 1 10

127 HAVERI RANNEBENUR CDPO office, 2nd Main, 2nd Cross BIDARI Buliding , Umashankar nagar - 581115 Haveri Dist 15 1 16

128 KODAGU MADIKERI CDPO office,Old Race Course Road, New Extension, Madikeri-571 201, Kodagu-571201 6 1 7

129 KODAGU PONNAMPET CDPO office,village panchayat premises, ponnampet kodagu-571216 3 1 4

130 KODAGU SOMVARPET CDPO office,C K Subhaya Road Somavarpet Kodagu-571236 6 1 7

131 KOLAR BANGARPETE CDPO office, No 2230,2nd Main Road Vivekananda nagar Bangarpet Kolar - 563114 2 1 3

132 KOLAR BETHAMANGALA CDPO office,KGF Main Road, Fishiery Office Backside, Bethamangala-563116. 1 1 2

133 KOLAR KOLAR CDPO office, New kolar Nursing Home Kuvempu nagar Kolar - 563101 5 1 6

134 KOLAR MALUR CDPO office,Railway Feeder Road , Malur Kolar - 563130 1 1 2

135 KOLAR MULBAGAL CDPO office,Sri Venkateshwara Complex , muthyalpet Mulbagal Kolar - 563131 6 1 7

136 KOLAR SRINIVASPUR CDPO office,SBS Building Neharu Road srinivaspur Kolar - 563135 2 1 3

137 MYSORE H D KOTE CDPO office Mattikuppe Road H D Kote Mysore-571125 5 1 6

138 MYSORE HUNSUR CDPO old BM Road Hunsur,Mysore-571105 5 1 6

139 MYSORE K R NAGAR CDPO office 7th Cross Old LIC Building Near 6 1 7Page | 84

SL NO DISTRICT ICDS Projects CDPO office address

No of Tablets to be

distributed to Supervisors

No of Tablets to

be distributed to CDPO

Total No of

Tablets to be

supplied

Gowri Shankara talkies K R nagarMysore-571602

140 MYSORE MYSORE RURAL CDPO office sahukar Channaiah Road Saraswathi Puram Mysore-570014 13 1 14

141 MYSORE MYSORE URBANCDPO office Bhala Bhavan Premises BannimantapaMysore-570015 7 1 8

142 MYSORE NANJANGUD CDPO office Near LIC office Hullalli Road Nanjungud, Mysore-571301 8 1 9

143 MYSORE BELIKERE CDPO office Near LIC office Hullalli Road Nanjungud, Mysore-571301 9 1 10

144 MYSORE PERIAPATNA CDPO office TAPCMS Building Periyapatna Mysore-571107 2 1 3

145 MYSORE T NARASIPUR CDPO OFFICE, Old post office Road Halle KurubageriT Narsipura Mysore-571124 0 1 1

146 MANDYA MANDYA CDPO office,Ashok nagar 3rd Cross Near Ballbhavan Mandya - 571401 7 1 8

147 MANDYA DUDDA CDPO office, #2083/5, 1st Cross, Subhasnagar, Mandya. 3 1 4

148 MANDYA K R PET CDPO office,Gokula Nilaya,Subhash Nagar, Krishnarajapet, Mandya - 571426 3 1 4

149 MANDYA MADDUR CDPO office,Maruthi Complex, Maddur, Mandya - 571428 9 1 10

150 MANDYA MALAVALLI CDPO office,No 37, Bhairaveshwara Complex,Malavalli Taluk,Mandya - 571430 5 1 6

151 MANDYA NAGAMANGALA CDPO office,2nd floor, Mini Vidhana Sowdha,Nagamangala Town,Mandya - 571432 3 1 4

152 MANDYA PANDAVAPURA CDPO office,Prakash Building Mysore Road Pandavpura Mandya-571434 1 1 2

153 MANDYA SRIRANGPATNA CDPO office,No 35, Mini Vidhana Sowdha, Srirangapattna, Mandya - 571438 5 1 6

154 RAMANAGARA CHANNAPATNA CDPO office,1584 - B, Mohammad Mangil, B.M.Road, Channapatana, Ramanagara - 562160 10 1 11

155 RAMANAGARA KANAKAPURA CDPO office, Basavaraja Nilaya, Rajarao Road, Extn. Kanakapura, Ramanagara - 562117 3 1 4

156 RAMANAGARA MARALAWADI/HAROHALLI CDPO office, GuruMurthy Complex, 1st Floor, Kote 4 1 5

Page | 85

SL NO DISTRICT ICDS Projects CDPO office address

No of Tablets to be

distributed to Supervisors

No of Tablets to

be distributed to CDPO

Total No of

Tablets to be

supplied

Bidi, Opp Masjid, Harohalli-562112

157 RAMANAGARA MAGADI CDPO office, Kacheri Sankirna, Old IB Road, Magadi, Ramanagara - 562120 6 1 7

158 RAMANAGARA RAMANAGARA CDPO office,Opposite to Water Tank, Ijoor Extension, Ramanagara - 571511 6 1 7

159 RAICHUR LINGASUGUR Opposite to Water Tank, Near SBI Bank, Bypass Road,Lingasugur, Raichur - 584122 20 1 21

160 RAICHUR DEODURGA CDPO office,Streeshakthi Bhavan,Deodurga, Raichur - 584111 10 1 11

161 RAICHUR MANVI CDPO office, Basha shukar Building sindanoor road,Manvi-584123 8 1 9

162 RAICHUR SIRIWARA CDPO office, Basha shukar Building sindanoor road,Manvi-584123 7 1 8

163 RAICHUR RAICHUR CDPO office,papareddy building, near purnima theatre, gunj area Raichur -584140 11 1 12

164 RAICHUR GILLESUGURCDPO office, beside poornima cinema, ganj road, Raichur 6 1 7

165 RAICHUR SINDHANUR CDPO OFFICE, Muddapur Pampanna Bldg, PWD Camp, Raichur Road, Sindhanur,- 584128 13 1 14

166 RAICHUR THURVIHAL (KANNATAGI)CDPO OFFICE, Kustagi Road, Shankrappa Shetty Complex, APMC Yard, Raita Samparka Kendra Road, Thurvihala, Sindanur. 8 1 9

167 KOPPAL GANGAVATHI CDPO office,Opposite to LIC office Gangavathi koppal-583227 12 1 13

168 KOPPAL KANAKAGIRI CDPO Office, Laxmi complex, navli road, Kanakagiri, Gangavathi Taluk, Koppal 11 1 12

169 KOPPAL KOPPALA CDPO office,Taluk office Compound Koppal-583231 17 1 18

170 KOPPAL KUSTIGI CDPO office, Putti Basaveshwara nagar Kushagi Koppal-583277 15 1 16

171 KOPPAL YELABURGA CDPO office,Behind Bus stop Yelburga Koppal-583236 15 1 16

172 SHIMOGA BHADRAVATHI CDPO office,Tarekere Road Bhadravathi Shimoga-577301 7 1 8

173 SHIMOGA HOSANAGAR CDPO office,hosnagar tps building, Hosanagar-577418 4 1 5

Page | 86

SL NO DISTRICT ICDS Projects CDPO office address

No of Tablets to be

distributed to Supervisors

No of Tablets to

be distributed to CDPO

Total No of

Tablets to be

supplied

174 SHIMOGA SAGARChild Development Project Officer, Sorabha Road, Arya Ediga samaja Building, Sagara, Shimogga Dist 7 1 8

175 SHIMOGA SHIKARIPUR CDPO office,Taluk office road, shikaripur-577427 9 1 10176 SHIMOGA SHIMOGA CDPO office,halkola road, Shimoga-577204 15 1 16177 SHIMOGA SORABA CDPO office,near college sorab, Sorab-577429 8 1 9178 SHIMOGA THIRTHAHALLI CDPO office,soppugudda Thirthahalli-577432 5 1 6

179 TUMKUR TUMKUR URBAN CDPO office,Vigneshwara Nilaya, Ashoka Nagara, Tumkur - 572102 7 1 8

180 TUMKUR C N HALLICDPO office,Up Stair, Das Hospital, Opp. Canara Bank, Near Bus Stop,Chikkanayakanahally, Tumkur - 572214 5 1 6

181 TUMKUR GUBBI CDPO office,Railway Station Road, Old Inspection Banglow, Gubbi, Tumkur - 572216 8 1 9

182 TUMKUR KORATAGERE CDPO office,NGO Building, Taluk Office Compound, Koratagere, Tumkur - 572124 7 1 8

183 TUMKUR KUNIGAL CDPO office,Sharief Mansion, Near Akash Chitramandira Kote,Kunigal, Tumkur - 572130 3 1 4

184 TUMKUR MADHUGIRI CDPO Office, Vakkaligara Bhavana, Opp KSRTC Bus Stand,Madhugiri, Tumkur - 572132 7 1 8

185 TUMKUR PAVAGADA CDPO office,Srinivasa Nagar, Pavagada, Tumkur - 561202 3 1 4

186 TUMKUR SIRA CDPO office, Old Hospital Building, Madhugiri Road, Sira, Tumkur - 572137 5 1 6

187 TUMKUR THURUVEKERECDPO office,Channegowda Building, V T Road, Thuruvekere,Tumkur - 572220 3 1 4

188 TUMKUR TUMKUR RURAL CDPO office,No 09 - 10, Industrial Area, B H Road, Tumkur - 572102 15 1 16

189 TUMKUR TIPTUR CDPOoffice, Taluk Stree Shakti Bhavan, Near Hassan Circle , Tiptur-572202. 9 1 10

190 UDUPI UDUPI CDPO office,Vadiraja Complex, Opp Mitra Hospital, Udupi - 576101 10 1 11

191 UDUPI BRAHMAWARA CDPO office,Abhinaya Building, Near Nirmala High School, Indiranagar, Varamballi, Brahmavara, 11 1 12

Page | 87

SL NO DISTRICT ICDS Projects CDPO office address

No of Tablets to be

distributed to Supervisors

No of Tablets to

be distributed to CDPO

Total No of

Tablets to be

supplied

Udupi-576213

192 UDUPI KUNDAPUR CDPO office,Kanchan Tower Kundapur,udupi-576201 15 1 16

193 UDUPI KARKAL CDPO office, Near Taluk Panchayat Office, Karkala, Udupi - 574104 9 1 10

194 UTTAR KANNADA ANKOLA CDPO office,Ankolla - 581314 Uttar Kannada 8 1 9

195 UTTAR KANNADA HONNAVAR CDPO office,Mahalaya Complex Honnavara - 541334 Uttar Kannada 8 1 9

196 UTTAR KANNADA JOIDA CDPO office,Joida - 581121 Uttar Kannada 6 1 7

197 UTTAR KANNADA KARWAR CDPO office,Janatha Bazar Building, Karwar - 581301 8 1 9

198 UTTAR KANNADA YELLAPUR CDPO office,Yellapur, Uttar Kannada - 581359 7 1 8

199 UTTAR KANNADA BHATKAL CDPO office,Shekhar Nilay, Bhatkal, U.Kannada - 581320 8 1 9

200 UTTAR KANNADA HALIYAL CDPO office,Gramdevi Sankeerna Yallapur, Haliyal, U.Kannada-581329 8 1 9

201 UTTAR KANNADA SIDDAPUR CDPO office,APMC Road, Siddapur, U.Kannada - 581355 6 1 7

202 UTTAR KANNADA SIRSI CDPO office, Old Taluk Office, Sirsi, U.Kannada - 581401 13 1 14

203 UTTAR KANNADA KUMTA CDPO office,Y K Shanbhag Compund Ranagar, N H 17, Kumata, Uttar Kannada-581343 10 1 11

204 UTTAR KANNADA MUNDGOD CDPO office , Mundgod, Uttar Kannada - 581349 6 1 7

205 Head Office Bangalore Directorate of Women and Child Development, ICDS Section, MS Building, Bangalore 10 10

Grand Total 1797 203 2000

Page | 88