SARVA SHIKSHA ABHIYAN - JEPC
SARVA SHIKSHA ABHIYAN - JEPC
SARVA SHIKSHA ABHIYAN - JEPC
You also want an ePaper? Increase the reach of your titles
YUMPU automatically turns print PDFs into web optimized ePapers that Google loves.
<strong>SARVA</strong> <strong>SHIKSHA</strong> <strong>ABHIYAN</strong><br />
INVITATION OF TECHNICAL AND FINANCIAL BIDS FOR<br />
PRINTING AND SUPPLY OF TEXTBOOKS (2012-13) FOR<br />
CLASS I-VIII.<br />
IMPLEMENTING AGENCY<br />
Jharkhand Education Project Council<br />
New Co-operative Building<br />
Shyamli Colony, Doranda, Ranchi-834024<br />
1 | P age
BID FOR THE PRINTING AND SUPPLY OF FREE TEXT BOOKS FOR CLASS I TO VIII<br />
FOR THE YEAR 2012-13<br />
IFB/BID REFERENCE No.<br />
02/TB/<strong>JEPC</strong>/2012-13<br />
DATE OF COMMENCEMENT OF SALE OF BID DOCUMENTS 14.01.2012 11.00A.M.<br />
DATE & TIME FOR PRE-BID MEETING 24.01.2012 3.00 P.M.<br />
CLOSING DATE & TIME FOR SALE OF BID DOCUMENTS<br />
FROM THE OFFICE OF <strong>JEPC</strong><br />
03.02.2012 5.00 P.M.<br />
CLOSING DATE AND TIME FOR RECEIPT OF BIDS 04.02.2012 2.00 P.M.<br />
DATE AND TIME OF OPENING OF TECHNICAL BIDS 04.02.2012 3.00 P.M.<br />
DATE AND TIME OF PRESENTATION<br />
PLACE OF OPENING OF BIDS<br />
To be announced after opening<br />
of Technical bids.<br />
Conference Hall,<br />
Jharkhand Education Project<br />
Council,<br />
New Co-operative Building,<br />
Shyamli Colony, Doranda,<br />
Ranchi-834024<br />
ADDRESS FOR COMMUNICATION<br />
STATE PROJECT DIRECTOR,<br />
Jharkhand Education Project<br />
Council, New Co-operative<br />
Building, Shyamli Colony,<br />
Doranda, Ranchi-834024<br />
Contact Number 0651-2412028<br />
Fax No: 0651-2410528<br />
E-mail ID<br />
Website<br />
jepcranchi@rediffmail.com<br />
www.jepc.nic.in<br />
www.jharkhand.gov.in<br />
2 | P age
INDEX<br />
Sl.No. Section Topic<br />
Page<br />
No.<br />
1 I Invitation for Bids (IFB) 4-7<br />
2 II Instructions to Bidders (ITB) 8-23<br />
3 III General Conditions of Contract (GCC) 24-36<br />
4 IV Special Conditions of Contract (SCC) 37-44<br />
5 V Schedule of Requirement 45-47<br />
6 VI Technical Specifications 48-54<br />
7 VI A Eligibility Criteria 55-58<br />
8 VII Bid Form and Price Schedule 59-62<br />
9 VIII Bid Security Form 63-64<br />
10 IX Contract Form 65-67<br />
11 X Performance Security Form 68-69<br />
12 XI Performance Statement 70-71<br />
13 XII Printing Authorization Form 72-73<br />
14 XIII Bank Guarantee for Advance Payment 74-76<br />
15 XIV<br />
Proforma for Equipment and Quality Control Employed by the<br />
Printer<br />
77-79<br />
16 XV Terms and Conditions for License Holder Publisher of NCERT 80-81<br />
17 XVI Affidavit 82-84<br />
18 XVII Proforma for technical information 85-89<br />
19 XVIII Proforma of Challans 90-91<br />
3 | P age
SECTION I:<br />
INVITATION FOR BIDS (IFB)<br />
4 | P age
SECTION I.: INVITATION FOR BIDS (IFB)<br />
State Project Director,<br />
Jharkhand Education Project Council<br />
Invites bids<br />
FOR THE PRINTING AND SUPPLY OF TEXT BOOKS FOR THE YEAR 2012 -13<br />
BID No. 02/TB/<strong>JEPC</strong>/2012-13<br />
1. The Government of Jharkhand has adopted the NCERT curriculum. The NCERT text books<br />
are being followed in the Government schools except the books of class I which have been<br />
prepared by JCERT, Jharkhand.<br />
2. The “Jharkhand Education Project Council (<strong>JEPC</strong>)” shall get the NCERT/State text books<br />
printed and supplied for the session 2012-2013 and supplied through open tender. The<br />
textbooks have to be supplied to the destination points viz. concerned Blocks/BRCs in the<br />
State. The terms and conditions for copyright permission of NCERT textbooks to the<br />
Council is the part of the Bid Documents.<br />
3. The Jharkhand Education Project Council invites sealed Bids from prospective Bidders for<br />
the printing and supply of textbooks for the year 2012-2013.<br />
4. Interested and prospective Bidders may obtain detailed information from the office of the<br />
Jharkhand Education Project Council, New Co-operative Building, Shyamli Colony,<br />
Doranda, Ranchi.<br />
5. The complete tender documents can be obtained on proper request to the State Project<br />
Director on the letter head of the concerned firm on payment of a non refundable<br />
amount of Rs. 10,000.00 (Ten thousand only) towards the cost of tender documents in<br />
the form of Demand Draft in favor of Jharkhand Education Project Council, Ranchi<br />
payable at any Nationalized/Scheduled Bank at Ranchi. Bid documents can also be<br />
seen on and downloaded from the websites www.jepc.nic.in/<br />
www.jharkhand.gov.in. The cost of tender documents downloaded from the above<br />
mentioned websites would also be Rs. 10,000.00 (Ten thousand only) and would have<br />
to be deposited to in the form of Demand Draft in favor of Jharkhand Education<br />
Project Council, Ranchi payable at any Nationalized/Scheduled Bank at Ranchi along<br />
with the filled tender bid. The money receipt of Rs. 10,000.00 only as availed against<br />
the purchase of documents from office of <strong>JEPC</strong> or the bank draft of Rs. 10,000.00 as<br />
5 | P age
mentioned above towards the fees of tender documents downloaded from the<br />
websites must be submitted along with the technical part of the filled bids. Any bid<br />
not containing either the money receipt or the bank draft towards purchase of tender<br />
documents would be out rightly rejected.<br />
6. The Bid document may be obtained from the office of Jharkhand Education Project<br />
Council, New Co-operative Building, Shyamli Colony, Doranda, Ranchi from 11.00 A.M.<br />
to 5.00 P.M. on any day from 14.01.2012 to 03.02.2012.<br />
7. Bids must be accompanied with Bid Security in the form of Bank Guarantee issued by a<br />
Nationalized/Scheduled Bank valid for 90 days from the date of Bid opening and must be<br />
submitted alongwith the technical bid by the date and time indicated.<br />
8. Failure to enclose bid security of prescribed amount would also be a sufficient cause to<br />
reject the bid.<br />
9. In the event of the date specified for Pre-Bid meeting or receipt or opening of the bids<br />
happens to be a holiday, the appointed time on the next working day will automatically<br />
fixed for the purpose.<br />
10. Bids will be opened in presence of the bidders or their authorized representatives attending<br />
the meeting.<br />
11. All the disputes related to the bid will be subject to Ranchi jurisdiction.<br />
12. Summary of Various schedules with regard to this Invitation for Bids are given below:<br />
DATE OF COMMENCEMENT OF SALE OF BID DOCUMENTS 14.01.2012 11.00A.M.<br />
DATE & TIME FOR PRE-BID MEETING 24.01.2012 3.00 P.M.<br />
CLOSING DATE & TIME FOR SALE OF BID DOCUMENTS<br />
FROM OFFICE OF <strong>JEPC</strong><br />
03.02.2012 5.00 P.M.<br />
CLOSING DATE AND TIME FOR RECEIPT OF BIDS 04.02.2012 2.00 P.M.<br />
DATE AND TIME OF OPENING OF TECHNICAL BIDS 04.02.2012 3.00 P.M.<br />
DATE AND TIME OF PRESENTATION<br />
DATE AND TIME OF OPENING OF FINANCIAL BIDS<br />
PLACE OF OPENING OF BIDS<br />
To be announced after opening<br />
of Technical bids.<br />
to be announced after<br />
presentation<br />
Conference hall:<br />
Jharkhand Education Project<br />
Council,<br />
New Co-operative Building,<br />
Shyamli Colony, Doranda,<br />
Ranchi-834024<br />
6 | P age
ADDRESS FOR COMMUNICATION<br />
Contact Number<br />
Fax No:<br />
E-mail ID<br />
STATE PROJECT DIRECTOR,<br />
Jharkhand Education Project<br />
Council, New Co-operative<br />
Building, Shyamli Colony,<br />
Doranda, Ranchi-834024<br />
0651-2412028<br />
0651-2410528<br />
jepcranchi@rediffmail.com<br />
Website<br />
www.jepc.nic.in<br />
www.jharkhand.gov.in<br />
Sd/-<br />
State Project Director<br />
Jharkhand Education Project Council,<br />
New Co-operative Building,<br />
Shyamali Colony, Doranda, Ranchi-834024<br />
7 | P age
SECTION II:<br />
INSTRUCTIONS TO BIDDERS (ITB)<br />
8 | P age
SECTION II: INSTRUCTIONS TO BIDDERS<br />
TABLE OF CLAUSES<br />
Clause Sl.No. Topic PageNo.<br />
1 Background<br />
A<br />
Introduction<br />
2 Eligible Bidders<br />
10-10<br />
3 Cost of Bids<br />
4 Contents of Bid Documents<br />
B<br />
The Bid Documents<br />
5 Clarification of Bid Documents<br />
11-12<br />
6 Amendment of Bid Documents<br />
7 Language of Bids<br />
8 Documents Constituting the Bid<br />
9 Bid Prices<br />
C<br />
Preparation of Bids<br />
10<br />
11<br />
Documents Establishing Bidder's<br />
Eligibility and Qualifications<br />
Documents Establishing Bidders Eligibility and Conformity to Bid s<br />
Documents<br />
12-17<br />
12 Bid Security<br />
13 Period of Validity of Bids<br />
14 Format and Signing of Bid s<br />
15 Sealing and Marking of Bids<br />
D<br />
Submission of Bids<br />
16 Deadline for submission of Bids<br />
17 Late Bids<br />
17-18<br />
18 Withdrawal of Bids<br />
19 Opening of Bids by the <strong>JEPC</strong><br />
E<br />
Opening and<br />
Evaluation of Bids<br />
20 Clarification of Bids<br />
21 Preliminary Examination and Technical Evaluation<br />
22 Financial Evaluation<br />
19-21<br />
23 Contacting the <strong>JEPC</strong><br />
24 Post qualification<br />
25 Award Criteria<br />
26 <strong>JEPC</strong> Right to Vary quantities at the time of Award<br />
F<br />
Award of Contract<br />
27 <strong>JEPC</strong> Right to accept any Bid and to reject any or all Bids<br />
28 Notification of Awards<br />
21-23<br />
29 Signing of Contract<br />
30 Performance Security<br />
31 Corrupt and Fraudulent Practices<br />
9 | P age
A. INTRODUCTION<br />
1. Background<br />
1.1 The Government of Jharkhand has adopted the NCERT curriculum. The NCERT text books<br />
are being followed for class II to class VIII in the Government schools of the State.<br />
1.2 <strong>JEPC</strong> are the license holder publisher of the NCERT text book form class II to class VIII in<br />
the State of Jharkhand.<br />
1.3 The terms and conditions, agreed upon between <strong>JEPC</strong> and NCERT and as enclosed in<br />
section XV is a part of bid document.<br />
1.4 State has its own text books prepared by JCERT for class I.<br />
1.5 In context to clause 1.1 to 1.4 <strong>JEPC</strong> shall get the text books printed and supplied to the<br />
destination points (concerned Blocks/Block Resource Centres) in the State.<br />
1.6 The Contract will be awarded from the date of issuance of workorder.<br />
(i)<br />
(ii)<br />
The textbooks are required to reach the destination points (Concerned<br />
Blocks/BRCs in the State) within 60 days from the date of signing of the<br />
work order.<br />
<strong>JEPC</strong> will provide number of textbooks from Class-I to VIII in the State. List<br />
of Blocks along with its location and address will be provided along with the<br />
bid documents in softcopy.<br />
2. Eligible Bidders<br />
2.1 This Invitation for Bid is open to all printers fulfilling Eligibility Criteria as mentioned in<br />
Section-VIA of Bid document.<br />
2.2 Government-owned enterprises may participate, if they are legally and financially<br />
autonomous bodies.<br />
2.3 Any Bidder found ineligible or declared blacklisted or involved in any corrupt and<br />
fraudulent practice in the past shall be debarred from the tender process.<br />
3. Cost of Bid<br />
The Bidder shall bear all costs associated with the preparation and submission of its Bid and<br />
Jharkhand Education Project Council will in no case be responsible or liable for these costs,<br />
irrespective of the conduct or outcome of the Bid process.<br />
10 | P age
B. THE BID DOCUMENTS<br />
4. Content of Bid Documents<br />
4.1 The details of printing and supply of Textbooks required, Bid procedures and contract terms<br />
are prescribed in the Bid documents. The Bid documents include:<br />
a. Invitation for Bids (IFB); Section-I<br />
b. Instruction to Bidders (ITB); Section –II<br />
c. General Conditions of Contract (GCC); Section –III<br />
d. Special Conditions of Contract (SCC); Section –IV<br />
e. Schedule of Requirement; Section –V<br />
f. Technical Specifications; Section –VI<br />
g. Eligibility Criteria; Section –VI-A<br />
h. Bid Form & Price Schedule; Section – VII<br />
i. Bid Security Form; Section – VIII<br />
j. Contract Form; Section –IX<br />
k. Performance Security Form; Section – X<br />
l. Performance Statement; Section-XI<br />
m. Printing Authorization Form; Section-XII<br />
n. Bank Guarantee for Advance Payment; Section-XIII<br />
o. Pro forma for Equipment & Quality Control Employed by the Printer; Section-XIV<br />
p. Terms & conditions for copyright license of NCERT; Section-XV<br />
q. Affidavit; Section-XVI<br />
r. Pro forma for technical information; Section-XVII<br />
S. Pro forma of Challans ; Section-XVIII<br />
4.2 The Bidder is expected to examine all instructions, forms, terms & conditions and<br />
specifications in the Bid documents. Failure to furnish any information required as per<br />
Bid documents or submission of a Bid not technically eligible in any respect will be at the<br />
Bidder's risk and may result in rejection of his Bid.<br />
5. Clarification of Bid Documents<br />
5.1 Pre-bid meeting:<br />
The Prospective Bidders or their duly authorized representatives are invited to attend a prebid<br />
meeting which will take place in the Conference Hall, Jharkhand Education Project<br />
11 | P age
Council, New Co-operative Building, Shyamli Colony, Doranda, Ranchi at 3.00 P.M. on<br />
24.01.2012. If this day happens to be a holiday or is declared a holiday subsequently, the prebid<br />
meeting will be held at the same time on the next working day.<br />
5.2 The purpose of the meeting will be to clarify issues terms & conditions related to the bid and to<br />
address queries.<br />
5.3 The Bidders would need to seek clarification, if any, by submitting the details in writing and<br />
the same should reach the <strong>JEPC</strong> two days before the meeting.<br />
5.4 Any modification of the Bid documents listed in Sub-clause 4.1 which may become necessary<br />
as a result of the pre-Bid meeting shall be made by the <strong>JEPC</strong> exclusively by the issuing a<br />
Corrigendum/Addendum pursuant to clause 6.<br />
5.5 Non-attendance at the pre-Bid meeting will not be a cause for disqualification of the Bid.<br />
6. Amendment of Bid Documents<br />
6.1 At any time prior to the deadline for submission of Bids, the <strong>JEPC</strong> may, for any reason<br />
whether at its own initiative or in response to a clarification requested by a prospective<br />
Bidder, modify the Bid documents by amendment.<br />
6.2 All prospective Bidders who have purchased the Bid documents will be notified the<br />
amendment in writing. Further, Amendment will also be uploaded on the website<br />
www.jepc.nic.in/www.jharkhand.gov.in. The amendments will be binding on all the bidders.<br />
6.3 In order to allow prospective Bidders reasonable time to take the amendment into account in<br />
preparing their Bids, the <strong>JEPC</strong>, at its discretion, may extend the deadline for the submission of<br />
Bids.<br />
7. Language of Bid<br />
C. PREPARATION OF BIDS<br />
The Bidder would prepare the Bid in English language. Besides, all the correspondence and<br />
documents pertaining to their bid process to be exchanged between the Bidder and the <strong>JEPC</strong><br />
would also be in English language. Supporting documents and printed literature furnished<br />
by the Bidder may be in another language provided they are accompanied by an accurate<br />
translation of the relevant passages in English language.<br />
8. Documents Constituting Bid<br />
The Bid prepared by the Bidder shall be in the following manner and comprise the<br />
following components:<br />
12 | P age
(i)<br />
Every bidder will have to quote for all titles of textbooks indicated in a package<br />
given in the Schedule of Requirement for which the bid is submitted. In case, any<br />
particular title of textbooks in a package is not quoted, such packages will not be<br />
considered for evaluation. Failure to quote price for all schedule (title) in a package<br />
will not be considered for comparison.<br />
(ii)<br />
Two separate sealed envelopes Envelop 'A' and Envelop 'B' have to be submitted<br />
in one bigger sealed envelope as below :-<br />
Envelope ‘A’ (Technical Bid): This would contain --<br />
• Bid Security as prescribed in clause 12 for the package(s) for which the Bid is<br />
being submitted;<br />
• Money receipt issued by <strong>JEPC</strong> as the proof of purchase of tender document OR<br />
the Demand Draft of Rs. 10,000.00 only as the cost of tender documents<br />
downloaded from the website.<br />
• Technical information in prescribed format as in Section XVII.<br />
• Proof of fulfillment of Technical eligibility, Commercial Tax Registration &<br />
Clearance Certificate, PAN/TAN No. with supporting documents regarding<br />
eligibility criteria pursuant to section VIA and section XIV that the Bidder is<br />
eligible to bid and is qualified to perform the contract if his Bid is accepted;<br />
• The Bidder must submit five full sheets of paper to be used as text paper and<br />
cover paper as sample, bearing seal, name and watermark of the paper<br />
manufacturing mill indicating GSM of paper samples submitted. A bidder may<br />
provide such samples of a maximum of three mills.<br />
Envelope ‘B’ (Financial Bid): This would contain --<br />
• Bid Form and Price Schedule in format as in section VII completed in<br />
accordance with the Bid Documents.<br />
• Price schedule would contain the price quote for the individual title (text book)<br />
or a package and for the whole package also. The bidder opting to quote for<br />
more than one package would have to title wise fill the price schedule<br />
separately for the different package. Hence all the price schedules would be<br />
contained in one Envelop 'B' together.<br />
• The name & address of the Bidder, type of Envelope (marked 'A' & ‘B’)<br />
indicating contents of envelope must be clearly written on each envelop.<br />
9. Bid Prices<br />
9.1 The Bidder shall indicate on the appropriate price schedule attached to this document<br />
(Section-VII) the unit price of each title (text books) for a package mentioned in the schedule of<br />
requirement which the Bidder proposes to print and supply under the contract. To this end,<br />
13 | P age
idders are allowed the option to submit bids for any one or more package(s) as specified in<br />
the "schedule of requirements". However, the bidders must submit a bid for the full quantity<br />
of all the titles in a package failing which, such bids will not be taken into account for<br />
evaluation and will not be considered for award.<br />
9.2 Unit Price quoted in the financial Bid as per Clause 9.1 shall include the cost of paper for text<br />
(70 GSM) and laminated cover (170 GSM) as per technical specification (Section-VI) for<br />
textbooks including all duties (Excise) and sales and other taxes (VAT) already paid or payable<br />
on components, printing/stitching/Hot melt glue binding, raw material used for printing,<br />
printing inks, packing, handling, transportation etc, and all other sundry expenses (foreseen or<br />
unforeseen) in making available the textbooks at the destination points (concerned Blocks /<br />
BRCs in the State) .<br />
9.3 The price quoted by the Bidder shall be fixed for the entire period of contract and no price<br />
variation is allowed on any account.<br />
10. Documents Establishing Bidder's Eligibility and Qualifications<br />
10.1 The Bidder shall furnish, as part of its Bid, documents establishing the Bidder's eligibility to<br />
bid and its qualifications to perform the Contract if its Bid is accepted.<br />
10.2 (a) Bid by Consortium of printers / company will not be allowed. In case of a Bidder offering<br />
to print and supply textbooks under the contract with support of other<br />
recognized/registered printers (limited to maximum of one such printers), the Bidder<br />
shall be duly authorized as per authorization form in Section XII. However, the bidder<br />
must be a recognized/registered printer and must print the major portion of the work<br />
order on his own capacity.<br />
Any subletting/subcontracting other than without proper authorization or written prior<br />
permission of the <strong>JEPC</strong> found at any stage of the execution of contract, the<br />
performance security of the said bidder will be forfeited and the bidder may be Black<br />
listed.<br />
10.2 (b) The documentary evidence of the Bidder's qualifications to perform the Contract, if its<br />
Bid is accepted, shall establish to the <strong>JEPC</strong> satisfaction that, the Bidder has the financial,<br />
technical, and production capability necessary to perform the Contract and meet the<br />
criteria outlined in the eligibility requirements specified in Section VI-A. To this end, all<br />
Bids submitted shall include the following information / documents in Pro forma<br />
annexed in Section XVII.<br />
(i) The legal status, place of registration and principal place of business of the company<br />
or firm or partnership etc.;<br />
(ii) Details of experience and past performance of the Bidder on printing work within<br />
the preceding three years and details of current contracts in hand and other<br />
commitments (suggested Pro forma given in Section-XI);<br />
(iii) Alternative Bids will not be considered.<br />
(iv) Duly authenticated evidence (Copy of the Excise Clearance Certificate on the<br />
letterhead of Excise Department issued to the paper mill) in support of actual paper<br />
production capacity of the paper mill which should be at least three hundred (300)<br />
metric ton per day of white maplitho/ creame wove paper made from 100%<br />
bamboo/wood virgin pulp should be submitted.<br />
14 | P age
10.3 The following information shall be provided in support of each Bidder’s qualification as per<br />
section XVII:<br />
(a)<br />
(b)<br />
Period of operation as a printer/publisher;<br />
Previous experience of printing text books and average turn over;<br />
(c) Previous experience of printing, in the language mentioned in the Bid documents;<br />
(d) Statement of current capability and capacity to handle quantities required by<br />
contract. Evidence of installed capacity, per day or per year production capacity,<br />
Proof of capacity to produce the required quantity of books in the time<br />
offered/mentioned in the bid document.<br />
(e) Evidence of permanent premises and essential equipment;<br />
(f) Audited financial statements for the preceding three years (2008-09, 2009-10 & 2010-<br />
11).<br />
(g) The bidders would submit the willingness letter from the paper mill from where<br />
they intend to procure the paper for the printing of the books. A bidder may enclose<br />
the willingness letter from a maximum of three eligible paper mills of his choice.<br />
However, the bidder will have to use the paper from one mill only to print all the<br />
titles of a single package. If at any stage it is detected by or it comes to the notice of<br />
<strong>JEPC</strong> that a bidder has used paper from any mill other than as mentioned in the<br />
award of contract, the contract would be rejected and security would be forfeited.<br />
(h) The Willingness letter of the paper mill(s) should clearly confirm and certify to<br />
supply in time, the required amount of paper, of prescribed technical specifications,<br />
as specified in point-6 Printing Paper, under the Specifications for Printing, Binding,<br />
Packing and Text and Cover Paper required for printing of text books of Section VI<br />
of the bid documents, to the prospective bidder DIRECTLY FROM THE MILL in<br />
case the bidder places an order to the mill for the supply of the paper for the<br />
purpose of the instant tender.<br />
10.4 The following information shall also be provided in support of each Bidders<br />
qualification:<br />
(a) A bidder must quote rate for one or more package (s) for all titles of each package<br />
under the schedule of requirement.<br />
(b) The expected time flow chart of the job, i.e. from arrangement of all ingredients for<br />
Printing to making availability of books at the concerned blocks of the state.<br />
11. Documents Establishing Bidder's Eligibility and Conformity to Bid Documents<br />
11.1 The Bidder shall furnish, as part of its Bid, documents establishing the eligibility and<br />
conformity to the Bid documents relating to printing of text books which the Bidder<br />
proposes to supply under the contract.<br />
11.2 The documentary evidence of printing of textbooks and supply in conformity to the Bid<br />
documents may be in the form of literature, drawings and data, and shall consist of<br />
(a) A detailed description of the essential technical and performance characteristics of<br />
(b)<br />
the printing works and;<br />
An item-by-item commentary on the <strong>JEPC</strong> Technical Specifications demonstrating<br />
technical eligibility of the printing works should be furnished.<br />
15 | P age
12. Bid Security<br />
12.1 The Bidder shall furnish, as part of its bid, Bid Security equivalent to 2% of the total of the<br />
amount shown against each package separately for text books as specified in the Schedule of<br />
Requirements in Section-V.<br />
12.2 The Bid security is required to protect the <strong>JEPC</strong> against the risk of Bidder's conduct, which<br />
would warrant the forfeiture of Bid security.<br />
12.3 The Bid security shall be in Indian Rupees and shall be in one of the following forms:<br />
(a)<br />
A bank guarantee issued by a Nationalized/Scheduled bank located in India, in the<br />
format provided in the Bid documents (Section-VIII) having validity of 90 days from<br />
the date of Bid opening.<br />
12.4 Any Bid not secured in accordance with ITB Clauses 12.1 and 12.3 above will be rejected by<br />
the <strong>JEPC</strong> as not technically eligible.<br />
12.5 Bid security of the unsuccessful Bidders will be discharged/returned as promptly as<br />
possible.<br />
12.6 The successful Bidder's Bid security will be discharged upon the signing of the Contract,<br />
pursuant to ITB Clause 29, and furnishing the Performance Security, pursuant to ITB Clause<br />
30.<br />
12.7 The Bid security may be forfeited:<br />
(a)<br />
(b)<br />
If a Bidder<br />
(i) Withdraws its Bid during the period of Bid validity specified by the Bidder on the<br />
Bid Form;<br />
Or<br />
(ii) Does not accept correction of errors pursuant to ITB Clause 22.3 and 22.4 or<br />
In case of a successful Bidder, if the Bidder fails:<br />
(i) To sign the Contract in accordance with ITB Clause 29.2; or<br />
(ii) To furnish Performance Security in accordance with ITB Clause 30.<br />
13. Period of Validity of Bids<br />
13.1 Bids shall remain valid for 90 days after the date of Bid opening prescribed by the <strong>JEPC</strong>. A<br />
bid valid for a shorter period shall be rejected by the <strong>JEPC</strong> as not technically eligible.<br />
13.2 In exceptional circumstances, the <strong>JEPC</strong> may solicit the Bidder's consent to an extension of the<br />
period of validity. The request by the <strong>JEPC</strong> and the responses of Bidders thereto shall be<br />
made in writing. The Period of validity of the Bid security provided shall also be suitably<br />
extended. A Bidder may refuse the request without forfeiting its Bid security. A Bidder<br />
granting the request will neither be required nor permitted to modify its Bid.<br />
16 | P age
13.3 In the case of fixed price contracts, in the event that the <strong>JEPC</strong> requests and the bidder agrees<br />
to an extension of the validity period, the contract price, if the Bidder is selected for award<br />
shall be the same as the bid price.<br />
14. Format and Signing of Bid<br />
14.1 The Bidder shall prepare the Bid as typed or written in indelible ink, Page numbered and<br />
each page signed by the Bidder or persons duly authorized. The letter of authorization<br />
indicated by written power-of-attorney, accompanying the Bid must be submitted with<br />
the technical Bid.<br />
14.2 Any interlineations, erasure, overwriting or cutting shall be valid only if initialed by the<br />
persons or persons, authorized for signing the Bid.<br />
D. Submission of Bids<br />
15. Sealing and Marking of Bids<br />
15.1 (a) The Bidders shall submit bid in two envelops – One for “technical bid” and second<br />
for “financial bid”. If a Bidder opts for more than one package, he is not required to<br />
submit Technical Bids for each package separately. However, in such case the bidder<br />
would fill one price schedule for each package opted.<br />
(b) The first envelope shall be marked as Envelope 'A' (Technical bid) and shall contain:<br />
Bid Security, Money receipt of payment of cost of bid document as issued against<br />
purchase of Bid document from <strong>JEPC</strong> office, Technical Specification in prescribed<br />
format, Proofs/supporting documents regarding technical qualification.<br />
(c) The second Envelope shall be marked as Envelope 'B' (Financial bid) and shall contain<br />
Bid form and Price schedule(s). In case a bidder opts to quote for more than one<br />
package then he will fill one price schedule for each package. All such price schedules<br />
would be enclosed in the single envelop marked as Envelope 'B' containing the<br />
financial bid.<br />
(d) The bidder shall then place the two sealed envelopes (envelope ‘A’ & ‘B’) in a bigger<br />
envelope and seal again.<br />
15.2 The sealed Inner envelope and outer envelope shall:<br />
• be addressed to the <strong>JEPC</strong> at the following address:<br />
State Project Director,<br />
Jharkhand Education Project Council,<br />
New Co-operative Building, Shyamli Colony,<br />
17 | P age
Doranda, Ranchi-834024<br />
• have inscribed clearly in big letters :<br />
“BID FOR PRINTING & SUPPLY OF TEXTBOOKS FOR PACKAGE(S)<br />
NO………………..”<br />
15.3 The inner as well as outer envelops shall also indicate the name and address of the Bidder to<br />
enable the Bid to be returned unopened in case it is declared "late" or otherwise<br />
15.4 If the outer envelope is not sealed and marked as required by ITB Clause 15.2, the <strong>JEPC</strong> will<br />
assume no responsibility for the Bid's misplacement or premature opening.<br />
15.5 Telex, cable or facsimile Bids will be rejected.<br />
16. Deadline for Submission of Bids<br />
16.1 Bids must be received by the <strong>JEPC</strong> at the address specified under ITB Clause 15.2 (a) not<br />
later than the time and date as specified in the Invitation for Bids (Section-I). In the event of<br />
the specified due date for the submission of Bids being declared a holiday for the <strong>JEPC</strong>, the<br />
Bids will be received till the appointed time on the next working day.<br />
16.2 <strong>JEPC</strong> may, at its discretion, extend this deadline for submission of Bids by amending the Bid<br />
documents in accordance with ITB Clause 6, in which case all rights and obligations of the<br />
<strong>JEPC</strong> and Bidders previously subject to the deadline will thereafter be subject to the deadline<br />
as extended.<br />
17. Late Bids<br />
Any Bid received by the <strong>JEPC</strong> after the deadline for submission of Bids prescribed by the<br />
<strong>JEPC</strong>, pursuant to ITB Clause 16, will be rejected and/or returned unopened to the Bidder.<br />
18. Withdrawal of Bids<br />
18.1 The Bidder may withdraw its Bid after the Bid's submission, provided that written notice of<br />
withdrawal is received by the <strong>JEPC</strong> prior to the deadline prescribed for opening of Bids.<br />
18.2 The Bidder's withdrawal notice shall be prepared, sealed, marked and dispatched to <strong>JEPC</strong>,<br />
not later than the deadline for opening of Bids at the address specified in ITB Clause 15.2 (a).<br />
18.3 No Bid may be withdrawn in the interval between the deadline for opening of Bids and the<br />
expiration of the period of Bid validity specified by the Bidder on the Bid form. Withdrawal<br />
of a Bid during this interval may result in the Bidder's forfeiture of its Bid security,<br />
pursuant to ITB Clause 12.7.<br />
18 | P age
E. BID OPENING AND EVALUATION OF BIDS<br />
19. Opening of Bids by the <strong>JEPC</strong><br />
19.1 All the bids received within the specified time would be taken up to be opened by the<br />
purchase committee at on the prescribed time mentioned. No bid shall be rejected at the stage<br />
of bid opening except for late submission of bids, which shall be retuned unopened to the<br />
concerned bidder pursuant to ITB clause 17.<br />
19.2 In the event of the specified date of Bid opening being declared a holiday for the <strong>JEPC</strong>, the<br />
Bids shall be opened at the prescribed time and location on the next working day.<br />
19.3 Bidders or their authorized representatives, who choose to witness the opening of bids,<br />
would remain present during the opening of bids. The Bidders’ names, Bid withdrawals,<br />
and the information regarding Envelope ‘A’ and such other details will be announced by<br />
the <strong>JEPC</strong>, at his/her discretion, if he/she finds it appropriate, will be announced at the<br />
opening.<br />
19.4 The purchase committee would opened the bid envelope and take out the envelope marked<br />
'A' containing the technical bid. The envelope marked 'B' containing the financial bid kept<br />
together in a envelope sealed and signed by the all members of the purchase committee. All<br />
the envelope marked 'A' containing the technical bid will be opened by the purchase<br />
committee and evaluated against the eligibility criteria.<br />
19.5 <strong>JEPC</strong> reserves the right to disallow the opening of bid of all or any of the bidders without<br />
assigning any reason.<br />
20. Clarification of Bids<br />
During evaluation of Bids, the <strong>JEPC</strong> may, at its discretion, ask the Bidder for a clarification<br />
of its Bid. The request for clarification and the response there to shall be in writing and no<br />
change in substance of the Bid shall be sought, offered or permitted.<br />
21. Preliminary Examination (technical eligibility) and Technical Evaluation<br />
21.1 The <strong>JEPC</strong> will examine the Bids to determine whether they are complete, properly signed and<br />
each page numbered and arranged in order according to the sequence as mentioned in<br />
Section XVII.<br />
21.2 After the opening of technical bid envelope ‘A’ the purchase committee members and<br />
authorized officials of <strong>JEPC</strong> may go for site inspection of the setup at the Bidder's press.<br />
Only after the bidder qualifies in the preliminary examination (technical eligibility) and<br />
technical evaluation, he becomes technically qualified for the financial bid evaluation.<br />
19 | P age
The <strong>JEPC</strong> or his/her representative will have the right of site inspection of the bidder's<br />
setup, anytime during the entire process of printing work of Textbooks.<br />
21.3 If on site inspection it is found that the documents submitted by the bidder are not<br />
compatible with the actual situation at site, or if the documents submitted by the bidder are<br />
found to be fraudulent, the bidder's eligibility will be terminated and his security will be<br />
forfeited.<br />
21.4 The <strong>JEPC</strong> has discretion to waive any minor infirmity or non-conformity or irregularity in a<br />
Bid, which does not constitute a material deviation, provided such waiver does not prejudice<br />
or affect any other Bidder.<br />
21.5 Prior to the financial evaluation, pursuant to ITB Clause 22, the <strong>JEPC</strong> will determine the<br />
technical eligibility and technical qualification of each Bid with reference to the Bid<br />
documents and criteria laid down for technical qualification. For the purpose of these<br />
Clauses, a technically eligible bid is one, which conforms to all the terms and conditions<br />
of the Bid documents without material deviations.<br />
21.6 Tender Committee, if finds it necessary, may call one or more or all the bidders to make<br />
presentation of their technical bid so that to get absolute clarity on the point of technical<br />
eligibility of the bidders.<br />
21.7 Having evaluated the bids on the criteria of technical eligibility on the basis of the technical<br />
bids submitted by the bidders and the presentation of the technical bid, if any, made by<br />
them, the tender committee will decide on the bids which qualify the eligibility criteria.<br />
22. Financial Evaluation<br />
22.1 The Bids found technically qualified, after scrutiny and evaluation mentioned in Clause 21<br />
only shall be finally considered for Financial Evaluation.<br />
22.2 The Envelope “B” of the technically qualified bidder will be opened by the purchase<br />
committee.<br />
22.3 Bidders or their authorized representatives, who choose to witness the opening of financial<br />
bids, would remain present during the opening of bids.<br />
22.4 If there is a discrepancy between words and figures, the amount in words will prevail. If the<br />
Printer does not accept the correction of errors, its Bid will be rejected and Bid security may<br />
be forfeited.<br />
22.5 Arithmetical errors will be rectified on the following basis. If there is a discrepancy between<br />
the unit price and the total price that is obtained by multiplying the unit price and quantity,<br />
the unit price shall prevail and the total price shall be corrected. If there is a discrepancy<br />
between words and figures, the amount in words will prevail. If the Printer does not accept<br />
the correction of errors, its bid will be rejected and its bid security may be forfeited.<br />
20 | P age
22.6 The financial evaluation will be done for each package chosen by a bidder and the contract<br />
will be awarded on the basis of lowest value of a package.<br />
22.7 A bidder may be awarded the printing work of textbooks maximum one package on the<br />
basis of L1 (lowest) package value. After distribution of package to the L1 (Lowest) Bidders,<br />
if there is any package left it will be awarded to L2, L3, L4……… bidder(s) on L1 package<br />
value.<br />
22.8 In case of unavailability of printers for eight separate packages, <strong>JEPC</strong> have right to decide for<br />
distribution of one or more packages to the L1 (Lowest) Bidders.<br />
23. Contacting the <strong>JEPC</strong><br />
23.1 No Bidder shall contact the <strong>JEPC</strong> on any matter relating to its Bid, from the time of the Bid<br />
opening to the time the Contract is awarded. If the Bidder wishes to bring additional<br />
information to the notice of the <strong>JEPC</strong>, it should do so in writing.<br />
23.2 Any effort by a Bidder to influence the <strong>JEPC</strong> in its decisions on bid evaluation, bid comparison or<br />
contract award shall result in rejection of the Bidder's Bid.<br />
24. Post-qualification<br />
F. AWARD OF CONTRACT<br />
24.1 The <strong>JEPC</strong> will determine to its satisfaction whether the Bidder that is selected is qualified to<br />
perform the contract satisfactorily as well as technically qualified and have submitted the<br />
lowest Bid-price.<br />
24.2 The determination will take into account the Bidder's financial, technical and printing<br />
capabilities. It will be based upon an examination of the documentary evidence of the<br />
Bidder's qualifications submitted by the Bidder, pursuant to ITB Clause 11, as well as such<br />
other information as the <strong>JEPC</strong> deems necessary and appropriate.<br />
25. Award Criteria<br />
Subject to ITB Clause 27, the <strong>JEPC</strong> will award the Contract to the successful Bidder(s) whose<br />
Bid has been determined to be technically qualified, provided further that the Bidder is<br />
determined to be qualified to perform the Contract satisfactorily and has been determined as<br />
the lowest evaluated bidder for the package containing all the title for which bid is<br />
submitted and pursuant to clause 22.<br />
26. <strong>JEPC</strong> right to vary Quantities at the Time of Award<br />
The <strong>JEPC</strong> reserves the right at the time of Contract award to increase or decrease by up to<br />
fifteen (15) to twenty (20) percent the quantity of books and delivery thereof as originally<br />
specified in the Schedule of Requirements without any change in unit price or other terms<br />
and conditions. No time limits extensions would be allowed for supply if quantity will<br />
increase at the time of work order.<br />
21 | P age
27. <strong>JEPC</strong> Right to Accept Any Bid and to Reject Any or All Bids<br />
The <strong>JEPC</strong> reserves the right to accept or reject any Bid, and to annul the Bid process and<br />
reject all Bids at any time prior to award of Contract, without thereby incurring any liability<br />
to the affected Bidder or Bidders.<br />
28. Notification of Award<br />
28.1 Prior to the expiration of the period of Bid validity, the <strong>JEPC</strong> will notify the successful<br />
Bidder in writing that its Bid has been accepted.<br />
28.2 The notification of award will constitute the formation of the Contract.<br />
28.3 Upon the successful Bidder's furnishing of performance security pursuant to ITB Clause 30,<br />
the <strong>JEPC</strong> will promptly notify each successful Bidder and will discharge its Bid security after<br />
signing of contract agreement, pursuant to ITB Clause 12.<br />
28.4 If, after notification of award, a Bidder wishes to ascertain the grounds on which its Bid was<br />
not selected, it should address his request in writing to the <strong>JEPC</strong> and <strong>JEPC</strong> will promptly<br />
respond in writing to the unsuccessful Bidder.<br />
29. Signing of Contract<br />
29.1 At the time the <strong>JEPC</strong> notifies the successful Bidder that its Bid has been accepted, the <strong>JEPC</strong><br />
will send the Bidder the Contract Form (Section – IX) provided in the Bid documents,<br />
incorporating all the terms and conditions of agreement between the parties.<br />
29.2 Within 14 days of receipt of the Contract Form, the successful Bidder shall put his signature<br />
and date on the Contract and return it to the <strong>JEPC</strong>.<br />
30 Performance Security<br />
30.1 Within 14 days of the receipt of notification of award from the <strong>JEPC</strong>, the successful Bidder<br />
shall furnish the performance security in accordance with the General Conditions of<br />
Contract, in the Performance Security Form (Section-X) provided in the Bid documents or in<br />
another form acceptable to the <strong>JEPC</strong>.<br />
30.2 Failure of the successful Bidder to comply with the requirement of ITB Clause 29 or ITB<br />
Clause 30.1 shall constitute sufficient grounds for the annulment of the award and forfeiture<br />
of the Bid security, in which event the <strong>JEPC</strong> may make the award to the next lowest<br />
evaluated Bidder or call for new Bids.<br />
31. Corrupt or Fraudulent Practices<br />
31.1 The <strong>JEPC</strong> requires that the Bidders/ Printer(s) observe the highest standard of ethics during<br />
the execution of such contracts. In pursuance of this policy, the <strong>JEPC</strong>:<br />
(a)<br />
Defines, for the purposes of this provision, the terms set forth as follows:<br />
(i)<br />
“Corrupt practice” means the offering, giving, receiving or soliciting of<br />
anything of value to influence the action of a public official in the<br />
procurement process or in contract execution; and<br />
22 | P age
(ii) “Fraudulent practice” means misrepresentation of facts in order to influence<br />
a procurement process or the execution of a contract to the detriment of the<br />
<strong>JEPC</strong>, and includes collusive practice among Bidders (prior to or after Bid<br />
submission) designed to establish Bid prices at artificial non-competitive<br />
levels and to deprive the <strong>JEPC</strong> of the benefits of free and fair competition;<br />
(b) Will reject a proposal for award if it determines that the Bidder recommended for<br />
award has engaged in corrupt or fraudulent practices in competing for the contract<br />
in question;<br />
(c) Will declare a firm ineligible, either indefinitely or for a stated period of time, for<br />
being awarded Govt. contract, if it at any time determines that the bidder(s)/<br />
Printer(s)/ Firm has engaged in corrupt or fraudulent practices in competing for, or<br />
in executing, the contract.<br />
(d) All bidding documents and all contracts financed in whole or in part by the<br />
Association to inspect the bidders', suppliers' and contractors' accounts and records<br />
relating to the bid submission and contract performance of the bidders, suppliers<br />
and contractors, and to have these accounts and records audited by the auditors<br />
appointed by the Association.<br />
31.2 Furthermore, Bidders shall be aware of the provision stated in clause 4 and sub-clause 19.1<br />
of the General Conditions of Contract in section III.<br />
23 | P age
SECTION III:<br />
GENERAL CONDITIONS OF CONTRACT<br />
(GCC)<br />
24 | P age
SECTION III: GENERAL CONDITIONS OF CONTRACT<br />
TABLE OF CLAUSES<br />
Clause<br />
Topic<br />
Page<br />
No.<br />
1 Definitions 26<br />
2 Application 26<br />
3 Standards 26<br />
4 Use of Contract Documents and Information , Inspection and audit by the <strong>JEPC</strong> 27<br />
5 Patent Rights 27<br />
6 Performance Security 27-28<br />
7 Inspection and Tests 28-29<br />
8 Delivery and Documents 29-30<br />
9 Incidental Delivery 30<br />
10 Warranty 30<br />
11 Insurance 31<br />
12 Payment 31<br />
13 Prices 31<br />
14 Change Orders 31<br />
15 Contract Amendments 31<br />
16 Printer’s authorization 31-32<br />
17 Assignment 32<br />
18 Delays in Printer's Performance 32<br />
19 Liquidated Damages 32-33<br />
20 Termination for Default 33<br />
21 Force Majeure 33-34<br />
22 Termination for Insolvency 34<br />
23 Termination for Convenience 34<br />
24 Settlement of Disputes 34-35<br />
25 Governing Language 35<br />
26 Applicable Law 35<br />
27 Notices 35<br />
28 Taxes and Duties 35<br />
29 Packing 36<br />
25 | P age
GENERAL CONDITIONS OF CONTRACT (GCC)<br />
1. Definitions<br />
1.1 In this Contract, the following terms shall be interpreted as indicated:<br />
(a)<br />
(b)<br />
(c)<br />
(d)<br />
(e)<br />
(f)<br />
(g)<br />
(h)<br />
(i)<br />
(j)<br />
(k)<br />
(l)<br />
"Contract" means the agreement entered into between the <strong>JEPC</strong> and the Printer, as<br />
recorded in the Contract Form signed by the parties, including all the attachments<br />
and appendices thereto and all documents incorporated by reference therein;<br />
"Contract Price" means the price payable to Printer under the Contract, for the full<br />
and proper performance of its contractual obligations;<br />
“GCC” mean the General Conditions of Contract contained in this section.<br />
"SCC" means the Special Conditions of Contract.<br />
“License Holder Publisher” means Jharkhand Education Project Council (<strong>JEPC</strong>).<br />
" Books" means all the text books which the Printer is required to print and supply<br />
to the <strong>JEPC</strong> under the contract.<br />
“Printer” means the individual or firm printing and supplying the books and<br />
Delivery under this Contract.<br />
"Delivery" means delivery ancillary to the supply of Books such as transportation<br />
and insurance, and their obligations of the Printer covered under the contract.<br />
“Day” means calendar day.<br />
“Blocks” means blocks/groups of panchayats situated under 24 Districts of the<br />
Jharkhand State.<br />
"BRC" means Block Resource Centers situated in Block under 24 Districts of the<br />
Jharkhand State.<br />
“State” means Jharkhand State.<br />
2. Application<br />
These General Conditions shall apply to the extent that, they are not superseded by provisions<br />
in other parts of the Contract.<br />
3. Standards<br />
The Books printed under this Contract shall conform to the standards mentioned in the<br />
Technical Specifications mentioned in Section VI as well as standard prescribed by NCERT for<br />
their Printers. When no applicable standard is mentioned, the standard prescribed by NCERT<br />
shall be the latest issued by the concerned institution.<br />
26 | P age
4. Use of Contract Documents and Information, Inspection and Audit by the <strong>JEPC</strong><br />
4.1 The Printer shall not, without the <strong>JEPC</strong> prior written consent, disclose the Contract, or any<br />
provision thereof, or any specification, plan, drawing, pattern, sample or information<br />
furnished by or on behalf of the <strong>JEPC</strong> in connection therewith, to any person other than a<br />
person employed by the Printer in performance of the Contract. Disclosure to any such<br />
employed person shall be made in confidence and shall extend only as far as may be<br />
necessary for purposes of such performance.<br />
4.2 The Printer shall not, without the <strong>JEPC</strong> prior written consent, make use of any document or<br />
information except for purposes of performing the Contract.<br />
4.3 Any document, other than the Contract itself, shall remain the property of the <strong>JEPC</strong> and shall<br />
be returned (in all copies) to the <strong>JEPC</strong> on completion of the Printer's performance under the<br />
Contract if so required by the <strong>JEPC</strong>.<br />
4.4 The Printer shall permit the <strong>JEPC</strong> or its representative to inspect the Printer’s accounts and<br />
records relating to the past performance of the printer and to have them audited by auditors<br />
appointed by the <strong>JEPC</strong>, if so required by the <strong>JEPC</strong>.<br />
4.5 The Printer shall return to <strong>JEPC</strong>, all material such as press copies of Books, CDs, and Film<br />
Positives etc. as soon as the period of Contract is over.<br />
5. Patent Right<br />
The Printer shall indemnify the <strong>JEPC</strong> against all third-party claims of infringement of patent,<br />
trademark or industrial design rights from use of the Books or any part thereof in India.<br />
6. Performance Security<br />
6.1 Within 14 days of receipt of the notification of contract award, the Printer shall furnish<br />
Performance Security in the amount specified in the SCC Clause 2 of section IV.<br />
6.2 The proceeds of the performance security shall be payable to the <strong>JEPC</strong> as compensation for any<br />
loss resulting from the Printer's failure to complete its obligations under the Contract.<br />
6.3 The Performance Security shall be denominated in Indian Rupees and shall be in the form of:<br />
• A Bank guarantee, issued by a nationalized/scheduled bank located in India, in the form<br />
provided in the Bid documents or any other form acceptable to the <strong>JEPC</strong> valid for 14<br />
Months from the date of signing of contract agreement.<br />
27 | P age
6.4 The Performance Security will be discharged by the <strong>JEPC</strong> and returned to the Printer after<br />
successful completion of the period of Contract, including the warranty obligation, under the<br />
contract.<br />
6.5 In the event of any contract amendment, the Printer shall, within 21 days of receipt of such<br />
amendment, furnish the amendment to the Performance Security, rendering the same valid for<br />
period 60 days after the completion of period of the Contract including warranty obligations.<br />
6.6 In the event of any correction of defects or replacement of defective material during the<br />
warranty period, the warranty for the corrected/replaced material shall be extended to a<br />
further period of 12 months and the Performance Bank Guarantee for proportionate value<br />
shall be extended 60 days over and above the extended warranty period.<br />
7. Inspections and Tests<br />
7.1 The <strong>JEPC</strong> or its representative shall have the right to inspect and/or to test the Text Books to<br />
confirm their conformity to the Contract specifications at no extra cost to the <strong>JEPC</strong>. The <strong>JEPC</strong><br />
shall notify the Printer in writing of the identity of any materials used in manufacturing the<br />
textbooks to the testing centre identified and indicated in Technical Specification for the<br />
purpose of testing raw materials and binding processes to make certain that they meet the<br />
requirements of the Technical Specifications.<br />
7.2 The inspections and tests may be conducted on the premises of the Printer or at the point of<br />
delivery. If conducted on the premises of the Printer or its delivering point all reasonable<br />
facilities and assistance, including access to drawings and production data shall be furnished<br />
to the inspectors at no charge to the <strong>JEPC</strong>.<br />
7.3 If any inspected or tested Text Books fail to conform to the specifications, then the <strong>JEPC</strong> may<br />
reject the Text Books and the Printer shall either replace the rejected Text Books or make<br />
alterations necessary to meet specification requirements free of cost to the <strong>JEPC</strong>.<br />
7.4 The <strong>JEPC</strong> right to inspect, test and, where necessary, reject the Text Books shall in no way be<br />
limited or waived by reason of the Text Books having previously been inspected, tested and<br />
passed by the <strong>JEPC</strong> or its representative prior to the transportation.<br />
7.5 Nothing in GCC Clause 7 shall in any way relieve the Printer from any warranty or other<br />
obligations under this Contract.<br />
7.6 The following inspection procedures and tests are required by the <strong>JEPC</strong>:<br />
(i) Sample of paper –<br />
(a) For cover paper of text books, it should be 170 GSM MG (Machine Glazed) White pulp<br />
Board with Emblem of the paper Mill imprinted as water mark of paper mill conforming to<br />
IS 6956:2001.<br />
(b) For text paper of test books, it should be 70 GSM white maplitho paper manufactured<br />
only from 100% bamboo/wood virgin pulp with Emblem of the paper mill imprinted as<br />
water mark of paper mill conforming to IS 1848:1991 of a Grade-I paper mill.<br />
28 | P age
ii. 10 copies of Textbooks shall be presented to the <strong>JEPC</strong>, for approval before final dispatch<br />
to the destination-points without prejudice to any claim for extension of time for<br />
delivery.<br />
iii. All books may also be subject to spot checks on delivery to the destination-points.<br />
For this purpose where considered necessary, samples of papers may be drawn and sent to<br />
Government Laboratory for carrying out the tests to conform its adherence to the laid<br />
down specification.<br />
If the text books fail to meet the laid down specifications, the Printer shall take immediate<br />
steps to remedy that deficiency or replace the defective text books to ensure to conform it to<br />
the technical specifications to the satisfaction of the <strong>JEPC</strong>.<br />
8. Delivery and Documents<br />
8.1 Delivery of Textbooks at the destination points (concerned Blocks / BRCs in the State) should<br />
be strictly within 60 days (Sixty days) from the date of work order. The terms specified by the<br />
<strong>JEPC</strong> in the Award of Contract should be strictly adhered to by the printer.<br />
8.2 Before delivery/receipt of textbooks at the destination points (concerned Blocks/BRC in the<br />
State); the Printer shall inform at least one week in advance to the <strong>JEPC</strong> in writing, or by<br />
telex/fax, the Block-wise details of the quantity supplied with tentative dates of supply. The<br />
Printer shall make available the following documents to the <strong>JEPC</strong>:<br />
(i) Printer's warranty certificate;<br />
(ii) Inspection Certificate issued by the nominated inspection agency and the Printer's<br />
printing press inspection report, if inspection is conducted<br />
(iii) Name of the Delivery points<br />
8.3 The above documents shall be received by the <strong>JEPC</strong> before arrival of the Books to the<br />
Delivery points. (Block/BRC)<br />
8.4 Printer shall fortnightly intimate progress of supply, in writing, to the <strong>JEPC</strong> as under:<br />
- Quantity offered for inspection and date;<br />
-Quantity accepted/rejected by inspecting agency and date;<br />
- Quantity dispatched/delivered to destination and date (this shall also be intimated to<br />
concerned Block Education Extension officer (BEEO) and District Programme Officer<br />
(DPO);<br />
-Quantity where rectification/repair/replacement effected/completed on receipt of any<br />
communication from consignee/<strong>JEPC</strong> with date;<br />
Failing to comply with these provisions/instructions will cause delay in payment until<br />
satisfactory compliance.<br />
29 | P age
9. Incidental Delivery<br />
9.1 The Printer may be required to provide any or all of the following delivery, including<br />
additional delivery, if any<br />
(a) Modification and adoption of existing manuscripts.<br />
(b) Origination, revision or replacement text, artwork or illustrations.<br />
(c) Design and lay-out.<br />
(d) Pre-press preparation work, printing, artwork or illustrations.<br />
(e) Distribution and delivery to destination-points (concerned Blocks/BRCs)<br />
(f) Artwork or film storage.<br />
10. Warranty<br />
10.1 The Printer warrants that the Textbooks made available under this Contract are new, unused,<br />
and are manufactured in strict conformity with the standards of the Technical Specifications.<br />
The Printer further warrants that the Textbooks shall have no defect arising from design,<br />
materials or workmanship or from any act or omission by the Printer. The Printer also<br />
warrants that the Textbooks and related materials will have one year life. In no case shall the<br />
quality of the Textbooks be less than that of the dummies/specimens and samples submitted<br />
for technical evaluation.<br />
10.2 The textbooks and related material covered by this contract shall have the minimum life of 1<br />
year from the arrival at destination-points.<br />
10.3 This warranty shall remain valid for 12 months after the Contract Period.<br />
10.4 The <strong>JEPC</strong> shall promptly notify the Printer in writing of any claims arising under this<br />
warranty.<br />
10.5 The warranty period for the contract shall be identical to the Textbooks life as specified<br />
above.<br />
10.6 Upon receipt of such notice, the Printer shall, within the period specified in SCC and with all<br />
reasonable speed, repair or replace the defective Textbooks, without cost to the <strong>JEPC</strong>.<br />
10.7 If the Printer, having been notified, fails to remove the defect(s) under the warranty period,<br />
the <strong>JEPC</strong> may proceed to take such remedial action as may be necessary, at the Printer's risk<br />
and expense and without prejudice to any other rights which the <strong>JEPC</strong> may have against the<br />
Printer under the Contract.<br />
11. Insurance<br />
The textbooks supplied under the Contract shall be fully insured in Indian Rupees against<br />
loss or damage incidental to manufacture or acquisition, transportation, storage and delivery<br />
in the manner SCC clause 5 of Section IV.<br />
30 | P age
12. Payment<br />
12.1 The method and conditions of payment to be made by the <strong>JEPC</strong> under this Contract shall<br />
be as specified in the SCC Clause 8 of section IV.<br />
12.2 The Printer's request(s) for payment shall be made to the <strong>JEPC</strong> in writing, accompanied by<br />
an invoice district wise describing, as appropriate, the Textbooks delivered and the Delivery<br />
performed F.O.R. at the concerned Blocks/BRCs i.e. receipted challans and documents,<br />
submitted pursuant to GCC Clause 10, and upon fulfillment of other obligations stipulated<br />
in the contract.<br />
12.3 Payments shall be processed after verification by the <strong>JEPC</strong> after submission of the invoice<br />
or claim by the Printer, if required.<br />
12.4 Payment shall be made in Indian Rupees<br />
.13. Prices<br />
Prices charged by the Printer for the Textbooks, under the Contract shall not vary from the<br />
prices quoted by the Printer in its Bid.<br />
14. Change Orders<br />
14.1 The <strong>JEPC</strong> may at any time, by written order given to the Printer pursuant to ITB Clause 26<br />
of section II, make changes within the general scope of the Contract.<br />
14.2 If any such change causes an increase or decrease in the cost of, or the time required for, the<br />
Printer's performance of any provisions under the Contract, an equitable adjustment shall<br />
be made in the Contract Price or delivery schedule, or both, and the Contract shall<br />
accordingly be amended. Any claims by the Printer for adjustment under this clause must<br />
be asserted within thirty (30) days from the date of the Printer's receipt of the <strong>JEPC</strong> change<br />
order.<br />
15. Contract Amendments<br />
Subject to GCC Clause 18, no variation in or modification of the terms of the Contract shall<br />
be made except by written amendment signed by the parties.<br />
16. Printer’s authorization<br />
16.1 Subject to Clause 10.2(a) of ITB in section II, the authorization will be limited to a maximum<br />
of one recognized/registered printer. However this authorization shall not relieve the<br />
Printer from any liability or obligation under the Contract.<br />
16.2 Printer’s authorization must comply with the provisions of GCC Clause 3 and technical<br />
specifications mentioned in Section VI.<br />
31 | P age
17. Assignment<br />
The Printer shall not assign, any part of its obligations to print text book under the Contract<br />
to any printer other than those whose authorization has been submitted along with the<br />
technical bid. In case part of its obligation to print text book is being assigned to above<br />
such printer then a prior written permission required from the <strong>JEPC</strong> will be essential.<br />
This shall not relieve the printer from any liability or obligation under the contract.<br />
18. Delays in the Printer's Performance<br />
18.1 Ensuring supply of the Textbooks at the destination-points shall be made by the Printer<br />
strictly in accordance with the time schedule specified by the <strong>JEPC</strong> in the Schedule of<br />
Requirements.<br />
18.2 If at any time during period of the Contract, the Printer should encounter conditions<br />
impeding timely delivery of the Textbooks to the destination-points, the Printer shall<br />
promptly notify the <strong>JEPC</strong> in writing of the fact of the delay, its likely duration and its<br />
cause(s). As soon as practicable after receipt of the Printer’s notice, the <strong>JEPC</strong> shall evaluate<br />
the situation and may, at its discretion, extend the Printer’s time for performance with or<br />
without liquidated damages, in which case the extension shall be ratified by the parties by<br />
amendment of the Contract.<br />
18.3 Except as provided under GCC Clause 21, a delay by the Printer in the performance of its<br />
contractual obligations shall render the Printer liable to the imposition of liquidated<br />
damages pursuant to GCC Clause 19, unless an extension of time is agreed upon<br />
pursuant to GCC Clause 18.2 without the application of liquidated damages.<br />
19 Liquidated Damages<br />
19.1 Subject to GCC Clause 20, if the Printer fails to perform the contractual obligations within<br />
the period(s) specified in the Contract, the <strong>JEPC</strong> shall, without prejudice to its other remedies<br />
under the Contract, forfeit the Performance Security in whole or part as liquidated damages.<br />
19.2 Penalty For delays:<br />
Timely distribution/availability of textbooks to children is of utmost importance. A heavy<br />
penalty would be imposed for delayed supply. In case of extension in the delivery period<br />
with Liquidated Damages, the recovery shall be made on the basis of following<br />
percentage of deduction from the value of textbooks which the bidder has failed to<br />
supply within scheduled delivery period,<br />
i Delay up to one week of the prescribed delivery period 3%<br />
ii Delay exceeding one week but not exceeding two weeks of the prescribed period. 5%<br />
iii Delay exceeding two weeks but not exceeding three weeks of the prescribed period. 7%<br />
32 | P age
iv Delay exceeding three weeks but not exceeding four weeks of the prescribed period. 10%<br />
v Delay exceeding four weeks will continue 5% penalty every week over and above 10%<br />
19.3 The Bidder's who failed to supply the books after four weeks (without valid reason) of the<br />
due date of delivery shall be debarred from participating in future tenders of <strong>JEPC</strong> and shall<br />
be blacklisted and this decision of <strong>JEPC</strong> shall be communicated to other such Governments<br />
Agencies as <strong>JEPC</strong> may deem fit.<br />
20. Termination for Default<br />
20.1 The <strong>JEPC</strong> may, without prejudice to any other remedy for breach of contract, by written<br />
notice of default sent to the Printer, terminate the Contract in whole or part terminate the<br />
contract of remaining work/ supply and may award the contract to any eligible<br />
printer/printers on that L1 rate minus proportionate deduction of transportation cost.<br />
or<br />
(a) If the Printer fails to perform any other obligation(s) under the Contract.<br />
(b) If the Printer, in the Judgment of the <strong>JEPC</strong> has engaged in corrupt or fraudulent practices<br />
as defined in clause 31 of ITB in competing for or in executing the Contract.<br />
20.2 In the event the <strong>JEPC</strong> terminates the Contract in whole or in part, pursuant to GCC Clause<br />
19, the <strong>JEPC</strong> may or may not release the performance security, wholly or partially, upon such<br />
terms and in such manner as it deems appropriate and the Printer shall be liable to the <strong>JEPC</strong><br />
for acceptance of any such decision of the <strong>JEPC</strong>.<br />
21. Force Majeure<br />
21.1 Notwithstanding the provisions of GCC Clauses 18, 19, 20 the Printer shall not be liable for<br />
forfeiture of its performance security, liquidated damages or termination for default, if and to<br />
the extent that, its delay in performance or other failure to perform its obligations under the<br />
Contract is the result of an event of Force Majeure.<br />
21.2 For purposes of this Clause, "Force Majeure" means an event beyond the control of the<br />
Printer and not involving the Printer's fault or negligence and not foreseeable. Such events<br />
may include, but are not limited to, the acts of the <strong>JEPC</strong> either in its sovereign or contractual<br />
33 | P age
capacity, wars or revolutions, fires, floods, epidemics, quarantine restrictions and freight<br />
embargoes.<br />
21.3 If a Force Majeure situation arises, the Printer shall promptly notify the <strong>JEPC</strong> in writing of<br />
such conditions and the cause thereof. Unless otherwise directed by the <strong>JEPC</strong> in writing, the<br />
Printer shall continue to perform its obligations under the Contract as far as is reasonably<br />
practical, and shall seek all reasonable alternative means for performance not prevented by<br />
the Force Majeure event.<br />
22. Termination for Insolvency<br />
The <strong>JEPC</strong> may at any time terminate the Contract by giving written notice to the Printer, if<br />
the Printer becomes bankrupt or otherwise insolvent. In this event, termination will be<br />
without compensation to the Printer, provided that such termination will not prejudice or<br />
affect any right of action or remedy which has accrued or will accrue thereafter to the <strong>JEPC</strong>.<br />
23. Termination for Convenience<br />
The <strong>JEPC</strong>, by written notice sent to the Printer, may terminate the Contract, in whole or in<br />
part, at any time for its convenience. The notice of termination shall specify that termination<br />
is for the <strong>JEPC</strong> convenience, the extent to which performance of the Printer under the<br />
Contract is terminated, and the date upon which such termination becomes effective.<br />
24. Settlement of Disputes<br />
24.1 The <strong>JEPC</strong> and the Printer shall make every effort to resolve amicably by direct informal<br />
negotiation for any disagreement or dispute arising between them under or in connection<br />
with the Contract.<br />
24.2 If, after thirty (30) days, the parties have failed to resolve the dispute or difference by such<br />
mutual consultation, then either the <strong>JEPC</strong> or the Printer may give notice to the other party of<br />
its intention to commence arbitration, as to the matter in dispute, and no arbitration in<br />
respect of this matter may be commenced unless such notice is given.<br />
24.2.1 Any dispute or difference, in respect of which a notice of intention to commence arbitration<br />
has been given in accordance with this clause, shall be finally settled by arbitration.<br />
Arbitration may be commenced prior to or after delivery of the Text Books under the<br />
Contract.<br />
24.2.2 Arbitration proceedings shall be conducted in accordance with the rules of procedure<br />
specified in the SCC clause 11 in section IV.<br />
24.3 Notwithstanding any reference to arbitration herein the parties shall continue to perform<br />
their responsive obligations under the contract unless they otherwise agree.<br />
34 | P age
24.4 All the disputes relating to the Bid will be subject to Ranchi jurisdiction.<br />
25. Governing Language<br />
The contract shall be written in English language. All correspondence and other documents<br />
pertaining to the Contract, which are exchanged between <strong>JEPC</strong> and the printer, shall also be<br />
written in the English language.<br />
26. Applicable Law<br />
The Contract shall be interpreted in accordance with the laws of the Union of India and local<br />
State laws.<br />
All the disputes relating to the bid will be subject to Ranchi jurisdiction.<br />
27. Notices<br />
27.1 Any notice given by one party to the other pursuant to this Contract shall be sent to other<br />
party in writing to the other Party’s address specified in Clause 27.3.<br />
27.2 A notice shall be effective when delivered or on the notice's effective date, whichever is later.<br />
27.3 For the purpose of all notices, the following shall be the address of the <strong>JEPC</strong> and Printer.<br />
License Holder Publisher:<br />
The State Project Director, Jharkhand Education Project Council, New Co-operative<br />
Building, Shyamli Colony, Doranda, Ranchi-834024<br />
Printer:<br />
(To be filled by the bidder)<br />
............................................. .............................................<br />
.........................................................................................<br />
28. Taxes and Duties<br />
Printer shall be entirely responsible for payment of all taxes, duties, license fees, octroi, road<br />
permits, insurance etc., incurred until delivery to the destination-points (Concerned Blocks/<br />
BRCs in the state)<br />
29. Packing<br />
29.1 The Printer shall provide such packing of the textbooks as is required to prevent their loss or<br />
pilferage or damage or deterioration during transit to their final destination as indicated in<br />
the Contract. The packing shall be sufficient to withstand, without limitation, rough handling<br />
35 | P age
during transit and exposure to extreme temperature, humidity, moisture and precipitation<br />
during transit and open storage. Packing size and weights shall take into consideration,<br />
where appropriate, the remoteness of the textbooks to final destination and the absence of<br />
heavy handling facilities at all points in transit.<br />
29.2 The packing, marking the name of package in different colours as mentioned in SCC<br />
clause 14 for each bundle of concerned Block/BRC and documentation within and outside<br />
the bundle containing class-wise complete set of textbooks in one packet, shall comply<br />
strictly with such special requirements as shall be provided for in the Contract including<br />
additional requirements, if any, specified in SCC and in any subsequent instructions<br />
issued by the <strong>JEPC</strong>.<br />
36 | P age
SECTION - IV<br />
SPECIAL CONDITIONS OF CONTRACT<br />
(SCC)<br />
37 | P age
SECTION IV: SPECIAL CONDITIONS OF CONTRACT<br />
TABLE OF CLAUSES<br />
Item No. Topic Page No.<br />
1 Definitions 39<br />
2 Performance Security 39<br />
3 Inspection and Tests 39-40<br />
4 Delivery and Documents 40-41<br />
5 Insurance 41<br />
6 Incidental Delivery 41<br />
7 Warranty 41<br />
8 Payment 42<br />
9 Prices 42<br />
10 Liquidated Damages 42<br />
11 Settlement of Disputes 42-43<br />
12 Notices 43<br />
13 Programme/Schedule of Supply 43<br />
14 Packing 43-44<br />
38 | P age
SPECIAL CONDITIONS OF CONTRACT (SCC)<br />
The following Special Conditions of Contract shall supplement the General Conditions of<br />
Contract. Whenever there is a conflict, the provisions herein shall prevail over those in the<br />
General Conditions of Contract. The corresponding clause number of the General Conditions is<br />
indicated in parentheses.<br />
1. Definitions<br />
The License Holder Publisher is:<br />
Jharkhand Education Project Council<br />
New Co-operative Building, Shyamli Colony, Doranda, Ranchi– 834024 (Jharkhand)<br />
Phone No.: 0651- 2410519, 2412028 Fax: 0651-2410528<br />
Web Site: www.jepc.nic.in/www.jharkhand.gov.in, E-Mail: jepcranchi@rediffmail.com<br />
2. Performance Security<br />
Within 14 days the Printer's receipt of Notification of Award, the Printer shall furnish<br />
Performance Security in the form of Bank Guarantee from a nationalized /scheduled bank to<br />
the <strong>JEPC</strong> for an amount of 5% (Five percent) of the contract value, valid up to 60 days after the<br />
date of completion of performance obligations including warranty obligations of one year i.e.<br />
for fourteen months from the date of signing of contract agreement.<br />
In the event of any correction of defects or replacement of defective material during the<br />
warranty period, the warranty for the corrected/replaced material shall be extended to a further<br />
period of 12 months and the Performance Bank Guarantee for proportionate value shall be<br />
extended 60 days over and above the extended warranty period.<br />
3. Inspection and Tests<br />
The following inspection procedures and test are required by the <strong>JEPC</strong>:<br />
i) Sample of paper – For text paper of text book it should be 70 GSM white maplitho<br />
printing paper with emblem of the paper mill imprinted as water mark conforming to IS<br />
1848:1991 of a Grade I paper mill.<br />
For cover paper of text book it should be 170 GSM MG (Machine Glazed) white pulp<br />
Board with emblem of the paper mill imprinted as water mark conforming to IS<br />
6956:2001.<br />
39 | P age
ii) 10 copies of printed textbooks should be got approved by the Printer from <strong>JEPC</strong> before final<br />
dispatch without any claim for extension of time for delivery.<br />
iii) All textbooks may also be subject to spot checks on delivery to the concerned Blocks/BRCs.<br />
For this purpose where considered necessary, samples of papers may be drawn and sent<br />
to Government Laboratory for carrying out the tests to confirm its adherence to the laid down<br />
specification.<br />
If the textbooks fail to meet the laid down specifications, the Printer shall take immediate<br />
steps to remedy that deficiency or replace the defective textbooks to ensure to confirm it to the<br />
technical specifications to the satisfaction of the <strong>JEPC</strong>.<br />
4. Delivery and Documents (GCC Clause 8)<br />
Upon delivery of the textbooks, the Printer shall notify the <strong>JEPC</strong> and the insurance<br />
company in writing the full details of the transportation, including contract number,<br />
challans/receipt number and date, description of textbooks, quantity, name of the consignee<br />
etc. The Printer shall compulsorily submit the following documents to the <strong>JEPC</strong>:<br />
(i) Three Copies of the Printers invoice/bills compiled district wise showing contract<br />
number, name and address of Blocks/BRCs, textbooks description, quantity, unit<br />
price, total amount;<br />
(ii) Challans/receipt/acknowledgement of receipt of textbooks from the authorized<br />
person i.e. Block Education Extension officer (BEEO)/ Block Programme Officer<br />
(BPO) of concerned Blocks/BRC compiled district wise shall be submitted in hard<br />
copy as well as in softcopy (in form of CD); (Challans format as enclosed in Section<br />
XVIII)<br />
(iii) Insurance Certificate;<br />
(iv) Manufacturer's/Printer's warranty certificate;<br />
(v) Inspection Certificate issued by the nominated inspection agency and the Printer's<br />
printing press inspection report, if inspection is conducted.<br />
(vi) Certificate of Origin.<br />
(vii) Text Paper /Cover Paper purchase invoice from concerned mill concerned paper<br />
mill pursuant to ITB clause 10.3(h) ; and<br />
(viii) Certificate for "Sale of Text Paper /Cover Paper” from concerned mill whose paper<br />
was procured as per willingness letter of the paper mill.<br />
(ix) Bidder has to provide an agreement made with the transporter for the delivery of<br />
textbooks at the destination. <strong>JEPC</strong> has the right to inspect the transporting<br />
procedure at any point at the time of delivery of textbooks. Transporter is liable to<br />
provide such information asked by <strong>JEPC</strong>/ officials. Failing which <strong>JEPC</strong> has the<br />
right to ask the printers to terminate the contract with the transporter. For delay<br />
during the process no additional time provided to bidder/bidders for delivery of<br />
textbooks at the destination. Before agreement with the transporter/transporters,<br />
prior information has to be provided to <strong>JEPC</strong>.<br />
(x) Daily delivery report of the textbooks should be intimated by the bidder through<br />
e-mail and Fax to the <strong>JEPC</strong>.<br />
40 | P age
A copy of Challans/ acknowledgement of receipt by authorized recipients i.e.<br />
Block Education Extension officer (BEEO)/ Block Programme Officer (BPO) shall also<br />
be delivered to the office of concerned District Programme officer (DPO).<br />
Challans/acknowledgement of receipt not signed by authorized recipients i.e.<br />
Block Education Extension officer (BEEO) / Block Programme Officer (BPO) with date,<br />
full name and office stamp will not be entertained /accepted. Challans shall not be<br />
altered and the signature and date must be in the same ink. Bidder will not fill up the<br />
receipt column of the challan in their own writing or typing. It should be clearly filled<br />
by the receiver only. The received quantity of textbooks must be written in word and<br />
in figures.<br />
Physical verification of the textbooks will be done by the authorized recipients i.e.<br />
BEEO/BPO as well as at least 5 %( five percent) of the books received will be spot<br />
checked.<br />
All the textbooks received by the authorized recipients (BEEO/BPO) must be<br />
entered in the ‘Textbooks Stock Register’ and would be maintained by BEEO/BPO for<br />
further reference/inspection by higher authority.<br />
The above listed documents shall be received by the <strong>JEPC</strong> after delivery of the books (except<br />
where the Books have been delivered directly to the Consignee with all documents) and, if<br />
not received, the Printer will be responsible for any consequent delay in payment.<br />
5. Insurance<br />
For delivery of textbooks at destination, the insurance shall be obtained by the Printer in<br />
an amount equal to 110% of the value of the textbooks from "ware house to delivery point" (final<br />
destinations) on "All Risks" basis including War Risks and Strikes.<br />
6. Incidental Delivery<br />
The following delivery covered under GCC Clause 9 shall be furnished and the cost shall<br />
be included in the contract price:<br />
(1) Pre-press<br />
(2) Distribution and delivery of each package as specified in section-V schedule of<br />
requirements.<br />
7. Warranty<br />
(i) GCC Clause 10.2<br />
The textbooks and related material covered by this contract shall have the following book<br />
lives; textbooks -1 year from the arrival at destination point.<br />
(ii) GCC Clause 10.3<br />
The warranty period for the contract shall be identical to the textbooks lives as specified<br />
above.<br />
41 | P age
8. Payment<br />
Payment for textbooks delivered shall be made in Indian Rupees as follows:<br />
(i)Advance Payment: 30% (thirty percent) of the Contract Price shall be paid within 30<br />
days of signing of Contract against a Bank guarantee for the equivalent amount valid for<br />
six months from the date of signing of contract agreement and in the form (Section-XIII)<br />
provided in the bid document and the Bank guarantee must be submitted along with<br />
Indent letter/purchase order for paper procurement placed to concerned paper mill.<br />
(ii) On Delivery: To the extent of 50% (fifty percent) of the contract price shall be paid<br />
based on actual receipt of Books at destination point (concerned Blocks/BRCs in the<br />
State) and upon submission of the documents as provided in the bid document (GCC<br />
Clause 8 and SCC Clause 4). Payment will only be made when the full ordered quantity<br />
for a block will be supplied at the destination and after submission of the receipt of<br />
challans.<br />
(iii)On Final Acceptance: remaining 20% (Twenty percent) of the Contract Price shall be<br />
paid to the Printer after satisfactory delivery report duly certified by the authorised<br />
person obtained by the <strong>JEPC</strong>.<br />
9. Prices<br />
Prices payable to the Printer as stated in the Contract shall be firm during performance of the<br />
Contract.<br />
10. Liquidated Damages<br />
10.1 Penalty For delays: Timely delivery of text books to children is of utmost importance. A<br />
heavy penalty would be imposed for delayed supply. In case of extension in the delivery<br />
period with Liquidated Damages, the recovery shall be made on the basis of following<br />
percentage of value of text book which the bidder has failed to supply,<br />
i Delay up to one week of the prescribed delivery period 3%<br />
ii Delay exceeding one week but not exceeding two weeks of the prescribed period. 5%<br />
iii Delay exceeding two weeks but not exceeding three weeks of the prescribed period. 7%<br />
iv Delay exceeding three weeks but not exceeding four weeks of the prescribed period. 10%<br />
v Delay exceeding four weeks will continue 5% penalty every week over and above 10%<br />
10.2 The Bidder's who failed to supply the books after four weeks (without valid reason) of<br />
the due date of delivery shall be debarred from participating in future tenders of <strong>JEPC</strong><br />
and shall be blacklisted and this decision of <strong>JEPC</strong> shall be communicated to other such<br />
Governments/ Agencies as <strong>JEPC</strong> may deem fit.<br />
11. Settlement of Disputes<br />
The dispute resolution mechanism to be applied pursuant to GCC Clause 24 shall be as<br />
follows:<br />
(a) In case of Dispute or difference arising between the <strong>JEPC</strong> and Printer(s) relating to<br />
any matter arising out of or connected with this agreement or contract, such<br />
42 | P age
12. Notices<br />
disputes or difference shall be sorted out at the level of State Project Director, <strong>JEPC</strong><br />
and printer(s). If the dispute persists to remain unsolved then it will be entertained,<br />
heard and finalized as per the provision of the Arbitration and Conciliation Act,<br />
1996. The Arbitrator will be the Secretary, Human Resource Development<br />
Department, and Government of Jharkhand Ranchi.<br />
(b) The decision of the arbitrator shall be final and binding upon both the parties.<br />
For the purpose of all notices, the following shall be the address of the <strong>JEPC</strong> and Printer.<br />
License Holder Publisher:<br />
Jharkhand Education Project Council<br />
New Co-operative Building, Shyamli Colony, Doranda, Ranchi– 834024 (Jharkhand)<br />
Phone No.: 0651- 2410519, 2412028 Fax: 0651-2410528<br />
Web Site: www.jharkhand.gov.in, E-Mail: jepcranchi@rediffmail.com<br />
Printer:<br />
(To be filled in at the time of signing of Contract agreement)<br />
…………………………………………….<br />
…………………………………………….<br />
13. Programme/Schedule of Supply<br />
Printer shall daily intimate progress of supply, in writing, to the <strong>JEPC</strong> as under:<br />
- Quantity offered for inspection and date;<br />
- Quantity accepted/rejected by inspecting agency and date;<br />
- Quantity dispatched/delivered to concerned Blocks in the State and date (this shall also<br />
be intimated to concerned District Programme Officer (DPO) );<br />
- Quantity where incidental delivery have been satisfactorily completed with date;<br />
- Quantity where rectification/repair/replacement effected/completed on receipt of any<br />
communication from authorized persons on behalf of <strong>JEPC</strong> with date;<br />
- Date of completion of entire Contract including incidental delivery, if any<br />
14. Packing<br />
Add as Clause 29 of GCC the following:<br />
Packing Instructions: The printer would be required to make separate set of text books,<br />
wherein every set would consist of one piece each of all the title text-books of a package, and<br />
every set would be packed in a more than 40 micron plastic bag. Each packet should also<br />
43 | P age
have inscribed on it, the name and address of the printers, class and name of the books.<br />
Packets for each package (class) should have different colour in following ways:<br />
Package no.1 (Class – I) – Red<br />
Package no.2 (Class – II) – Green<br />
Package no.3 (Class – III) – Orange<br />
Package no.4 (Class – IV) – Blue<br />
Package no.5 (Class – V) – White<br />
Package no.6 (Class – VI) – Yellow<br />
Package no.7 (Class – VII) – Brown<br />
Package no.8 (Class – VIII) – Violet<br />
For transporting purposes to the destination points equal number of packets containing text<br />
books should be packed in a bundle. Every bundle will be marked with proper<br />
paint/indelible ink, with the following details:<br />
i) Printer's Name, and address<br />
ii) Number of packets in the bundle<br />
iii) Name of the text books per packets<br />
Note:-<br />
The eco-friendly packet shall be in conformity with the guidelines issued by the Ministry of<br />
Forest and Environment Govt. of India in this regard.<br />
44 | P age
SECTION - V<br />
SCHEDULE OF REQUIREMENT<br />
45 | P age
TENTATIVE SCHEDULE OF REQUIREMENTS OF TEXT BOOKS<br />
Package<br />
Class<br />
Schedule No.<br />
Name of the Books<br />
Quantity<br />
Required<br />
(Number of<br />
Books)<br />
Delivery<br />
Schedule<br />
Place of<br />
Delivery<br />
Amount of Bid<br />
Security (Rs.)<br />
1 fgUnh 680239 60 days Concerned Block HQ/BRC<br />
1<br />
Class-I<br />
2 bCrsnkbZ mnwZ 39218 60 days Concerned Block HQ/BRC<br />
3 English 719457 60 days Concerned Block HQ/BRC<br />
1295023<br />
4 xf.kr 719457 60 days Concerned Block HQ/BRC<br />
TOTAL 2158371<br />
5 fjef>e&II 629413 60 days Concerned Block HQ/BRC<br />
2<br />
Class-II<br />
6 bCrsnkbZ mnwZ 39899 60 days Concerned Block HQ/BRC<br />
7 Marigold Book - 2 669312 60 days Concerned Block HQ/BRC<br />
1204762<br />
8 xf.kr dk tknw Hkkx & II 669312 60 days Concerned Block HQ/BRC<br />
TOTAL 2007936<br />
9 fjef>e&III 588184 60 days Concerned Block HQ/BRC<br />
3<br />
Class-III<br />
10 bCrsnkbZ mnwZ 40030 60 days Concerned Block HQ/BRC<br />
11 Marigold Book - III 628214 60 days Concerned Block HQ/BRC<br />
12 xf.kr dk tknw Hkkx & III 628214 60 days Concerned Block HQ/BRC<br />
1507714<br />
13 vkl&ikl Hkkx & I 628214 60 days Concerned Block HQ/BRC<br />
TOTAL 2512856<br />
14 fjef>e Hkkx & IV 578938 60 days Concerned Block HQ/BRC<br />
4<br />
Class-IV<br />
15 bCrsnkbZ mnwZ 37093 60 days Concerned Block HQ/BRC<br />
16 Marigold Book - IV 616031 60 days Concerned Block HQ/BRC<br />
17 xf.kr dk tknw Hkkx & IV 616031 60 days Concerned Block HQ/BRC<br />
1478474<br />
18 vkl&ikl Hkkx & II 616031 60 days Concerned Block HQ/BRC<br />
TOTAL 2464124<br />
19 fjef>e Hkkx & V 561185 60 days Concerned Block HQ/BRC<br />
5<br />
Class-V<br />
20 bCrsnkbZ mnwZ 33818 60 days Concerned Block HQ/BRC<br />
21 Marigold Book - V 595003 60 days Concerned Block HQ/BRC<br />
22 vkl&ikl Hkkx & III 595003 60 days Concerned Block HQ/BRC<br />
1428007<br />
23 xf.kr dk tknw Hkkx & V 595003 60 days Concerned Block HQ/BRC<br />
TOTAL 2380012<br />
24 clar Hkkx& I 474116 60 days Concerned Block HQ/BRC<br />
25 viuh tcku 27017 60 days Concerned Block HQ/BRC<br />
26 nwokZ ¼f}rh; Hkk"kk½ 27017 60 days Concerned Block HQ/BRC<br />
27 Honeysuckle 501133 60 days Concerned Block HQ/BRC<br />
6<br />
Class-VI<br />
28 A Pact with the Sun 501133 60 days Concerned Block HQ/BRC<br />
29 :fpjk& izFkeks Hkkx 501133 60 days Concerned Block HQ/BRC<br />
30 xf.kr 501133 60 days Concerned Block HQ/BRC<br />
2722328<br />
31 foKku 501133 60 days Concerned Block HQ/BRC<br />
32 gekjs vrhr -I 501133 60 days Concerned Block HQ/BRC<br />
33 lkekftd vkSj jktuhfrd thou 501133 60 days Concerned Block HQ/BRC<br />
34 i`Foh % gekjk vkokl 501133 60 days Concerned Block HQ/BRC<br />
TOTAL 4537214<br />
46 | P age
35 clar Hkkx& II 387081 60 days Concerned Block HQ/BRC<br />
36 viuh tcku 22671 60 days Concerned Block HQ/BRC<br />
37 nwokZ Hkkx&2 ¼f}rh; Hkk"kk½ 22671 60 days Concerned Block HQ/BRC<br />
38 Honey Comb 409752 60 days Concerned Block HQ/BRC<br />
7<br />
Class-VII<br />
39 An Alien Hand 409752 60 days Concerned Block HQ/BRC<br />
40 :fpjk & f}rh; Hkkx 409752 60 days Concerned Block HQ/BRC<br />
41 xf.kr 409752 60 days Concerned Block HQ/BRC<br />
2226263<br />
42 foKku 409752 60 days Concerned Block HQ/BRC<br />
43 gekjk vrhr& II 409752 60 days Concerned Block HQ/BRC<br />
44 gekjk i;kZoj.k 409752 60 days Concerned Block HQ/BRC<br />
45 lekftd ,oa jktfufrd thou&II 409752 60 days Concerned Block HQ/BRC<br />
TOTAL 3710439<br />
46 clar Hkkx& III 345458 60 days Concerned Block HQ/BRC<br />
47 viuh tcku 14189 60 days Concerned Block HQ/BRC<br />
48 nwokZ Hkkx&3 ¼f}rh; Hkk"kk½ 14189 60 days Concerned Block HQ/BRC<br />
49 Hkkjr dh [kkst 359647 60 days Concerned Block HQ/BRC<br />
50 Honeydew 359647 60 days Concerned Block HQ/BRC<br />
8<br />
Class-VIII<br />
51 Its So Happened 359647 60 days Concerned Block HQ/BRC<br />
52 :fpjk & r`rh; Hkkx 359647 60 days Concerned Block HQ/BRC<br />
53 xf.kr 359647 60 days Concerned Block HQ/BRC<br />
2382184<br />
54 foKku 359647 60 days Concerned Block HQ/BRC<br />
55 gekjs vrhr -III Hkkx&1 359647 60 days Concerned Block HQ/BRC<br />
56 gekjs vrhr -III Hkkx&2 359647 60 days Concerned Block HQ/BRC<br />
57 lalk/ku ,oa fodkl 359647 60 days Concerned Block HQ/BRC<br />
58 lekftd ,oa jktuhfrd thou& III 359647 60 days Concerned Block HQ/BRC<br />
TOTAL 3970306<br />
GRAND TOTAL 23741258<br />
14244755<br />
• Details of Districtwise/Blockwise/Classwise requirement of books are enclosed<br />
with this Bid document.<br />
47 | P age
SECTION VI:<br />
TECHNICAL SPECIFICATIONS<br />
48 | P age
SECTION VI – TECHNICAL SPECIFICATION FOR TEXT BOOKS<br />
Package Sl.No. Name of the Text-books No. of Text pages Size in cm. No. of color<br />
1 fgUnh 104 21x27 Multicolor<br />
Class-VI<br />
Class-V<br />
Class-IV<br />
Class-III Class-II Class-I<br />
2 xf.kr 132 21x27 Multicolor<br />
3 My English Book 156 21x27 Multicolor<br />
4 bCrsnkbZ mnwZ 140 21x27 Multicolor<br />
5 fjef>e&II 120 21x27 Multicolor<br />
6 Marigold Book-2 184 21x27 Multicolor<br />
7 xf.kr dk tknw Hkkx&II 136 21x27 Multicolor<br />
8 bCrsnkbZ mnwZ 172 21x27 Multicolor<br />
9 fjef>e&III 148 21x27 Multicolor<br />
10 Marigold Book - III 116 21x27 Multicolor<br />
11 xf.kr dk tknw Hkkx&III 208 21x27 Multicolor<br />
12 vkl&ikl Hkkx &I 172 21x27 Multicolor<br />
13 bCrsnkbZ mnwZ 144 21x27 Multicolor<br />
14 fjef>e Hkkx & IV 140 21x27 Multicolor<br />
15 Marigold Book - IV 188 21x27 Multicolor<br />
16 xf.kr dk tknw Hkkx& IV 176 21x27 Multicolor<br />
17 vkl&ikl Hkkx&II 228 21x27 Multicolor<br />
18 bCrsnkbZ mnwZ 184 21x27 Multicolor<br />
19 fjef>e Hkkx& V 164 21x27 Multicolor<br />
20 Marigold Book- V 192 21x27 Multicolor<br />
21 Xkf.kr dk tknw Hkkx&V 208 21x27 Multicolor<br />
22 vkl&ikl Hkkx&III 216 21x27 Multicolor<br />
23 bCrsnkbZ mnZw 196 21x27 Multicolor<br />
24 clar Hkkx& I 144 18x24 Multicolor<br />
25 nwokZ ¼f}rh; Hkk"kk½ 156 21x27 Multicolor<br />
26 Honeysuckle 148 18x24 Bicolor<br />
27 A Pact with the Sun 64 18x24 Bicolor<br />
28 :fpjk&izFkeks Hkkx 112 18x24 Multicolor<br />
29 xf.kr 356 21x27 Bicolor<br />
30 foKku 176 21x27 Multicolor<br />
31 gekjs vrhr&I 152 21x27 Multicolor<br />
32 i`Foh gekjk vkokl 80 21x27 Multicolor<br />
33 lkekftd ,oa jktuhfrd thou 128 21x27 Multicolor<br />
34 viuh tcku 144 18x24 Multicolor<br />
49 | P age
35 calr Hkkx& II 156 18x24 Multicolor<br />
36 nwokZ Hkkx&2 ¼f}rh; Hkk"kk½ 112 21x27 Multicolor<br />
37 Honeycomb 160 18x24 Multicolor<br />
38 An Alien Hand 84 18x24 Bicolor<br />
Class-VII<br />
39 :fpjk & f}rh; Hkkx 120 18x24 Multicolor<br />
40 xf.kr 344 21x27 Multicolor<br />
41 foKku 260 21x27 Multicolor<br />
42 gekjs vrhr & II 168 21x27 Multicolor<br />
43 gekjk i;kZoj.k 88 21x27 Multicolor<br />
44 Lkkekftd ,oa jktuhfrd thou & II 154 21x27 Multicolor<br />
45 viuh tcku 164 18x24 Multicolor<br />
46 calr Hkkx& III 148 18x24 Multicolor<br />
47 Hkkjr dh [kkst 144 18x24 Multicolor<br />
48 nwokZ Hkkx& 3 ¼f}rh; Hkk"kk½ 132 21x27<br />
Multicolor<br />
49 Honeydew 148 18x24 Multicolor<br />
50 Its so happened 100 18x24 Multicolor<br />
Class-VIII<br />
51 :fpjk & r`rh; Hkkx 136 18x24 Multicolor<br />
52 xf.kr 304 21x27 Multicolor<br />
53 foKku 268 21x27 Multicolor<br />
54 gekjs vrhr –III Hkkx&1 88 21x27 Multicolor<br />
55 gekjs vrhr –III Hkkx&2 104 21x27 Multicolor<br />
56 lalk/ku ,oa fodkl 84 21x27 Multicolor<br />
57 Lkekftd ,oa jktuhfrd thou &III 156 21x27 Multicolor<br />
58 viuh tcku 176 18x24 Multicolor<br />
Note:<br />
(i)<br />
(ii)<br />
The final size of the text books has been shown against each Schedule/title.<br />
Cover pages of the textbooks are not included in the pages of books.<br />
50 | P age
Specifications for Printing, Binding, Packing and Text and Cover Paper<br />
Required for Printing of text books.<br />
1 Ink colour for text Black colour ink of good quality to be used for text<br />
matters.<br />
Multicolor/Bicolor for pictures & diagrams as per CD's<br />
of books provided to be printed.<br />
2 No. of colours for cover (i) For outer side – Multicolor.<br />
(ii) For inner side – Multicolor/White (Blank page).<br />
As per design prescribed by <strong>JEPC</strong>.<br />
3 Type size in which text As per CDs provided to be printed.<br />
to be printed<br />
4 Type of printing process Offset printing process.<br />
5 Specification of binding Perfect Binding with Hot melt glue<br />
6 Printing Paper<br />
Printing paper would be procured by the bidder himself.<br />
The paper to be used for printing the books for the<br />
purpose of the instant tender must qualify the technical<br />
specifications as mentioned below. The paper of these<br />
prescribed technical specifications must be procured<br />
from a Grade-I paper mill having actual production<br />
capacity of at least 300 MT (three hundred metric tons)<br />
per day of white maplitho and cream wove paper<br />
(combined or separately) manufactured from 100%<br />
bamboo/wood virgin pulp.<br />
Each bidder must submit, in the technical bid, the<br />
samples of the paper to be used for printing. Separate<br />
samples must be given for text paper and cover paper.<br />
A bidder may submit a maximum of 3 samples for<br />
paper to be used for printing of text and a maximum of 3<br />
samples for the paper to be used for printing of cover<br />
paper. However, each of the samples submitted for text<br />
paper must be of a different paper mill of the desired<br />
production capacity. Likewise each of the samples<br />
submitted for cover paper must be of different paper<br />
mills of the desired production capacity. Thus a bidder<br />
51 | P age
can submit the samples of paper of upto three paper<br />
mills for text paper and upto three paper mills for cover<br />
paper. The paper mills, however, must be of the desired<br />
production capacity. Each sample must contain five full<br />
sheets of the paper carrying the watermark of the paper<br />
mill and inscribed clearly on every sheet of sample<br />
paper, the details of the paper mill viz. seal of the paper<br />
mill, the signature of the authorized official of the paper<br />
mill, grammage of paper along with the seal and<br />
signature of the bidder.<br />
Printing paper must be as per following specification:<br />
(a) For text – 70 GSM<br />
(b)<br />
(c)<br />
white Maplitho paper<br />
manufactured from 100% bamboo/wood virgin<br />
pulp with emblem of the paper mill & <strong>JEPC</strong>-<br />
70GSM imprinted as water mark, so, that each<br />
page of the textbooks must be imprinted by<br />
watermarks of paper mill & <strong>JEPC</strong>-70GSM<br />
conforming to IS 1848:1991.<br />
For cover – 170 GSM MG (Machine Glazed) White<br />
pulp Board with emblem of the paper mill<br />
imprinted as water mark, so, that each page of the<br />
cover must be imprinted by watermarks of the<br />
paper mill conforming to IS 6956:2001.<br />
Excise Clearance Certificate - Paper for the text<br />
should be of Grade-I paper mill producing White<br />
Maplitho/ Creame wove paper from 100%<br />
bamboo/wood virgin pulps. Documentary<br />
evidence of annual Excise Clearance Certificate<br />
indicating actual paper production capacity of the<br />
paper mill issued in favour of paper mill for the<br />
year 2010-11 duly signed by the excise authority<br />
should be submitted on letterhead of Excise<br />
Department along with the Technical Bid.<br />
(d) Test Report - Original test reports of paper samples<br />
from any Govt. laboratory in respect of following<br />
52 | P age
minimum specifications must be attached along<br />
with every sample of the paper. Test reports must<br />
be given under seal and signature of the concerned<br />
laboratory.<br />
Specifications :<br />
Sl.<br />
No.<br />
Specifications<br />
For<br />
70 GSM<br />
Lab Test Report<br />
For<br />
170 GSM<br />
1 Paper Grammage 70 GSM 170 GSM<br />
2 Tensile Index Nm/g(Min.) CD-20, MD-30 CD-17, MD-25<br />
3 Brightness percent (Min.) 77 72<br />
4 Opacity percent (Min.) 80 -<br />
5<br />
1 minute Cobb test (Max.)<br />
Average<br />
25 25<br />
6 Double Fold (Min) CD-10, MD-15 -<br />
7 Gloss Percent (Min) - 18 (Glazed side only)<br />
8 Wax Pick No pick on 10 A -<br />
9<br />
Smoothness (Bendtsen) ml/mm<br />
(Max.)<br />
280<br />
10 Tear Index mN. m 2 /g (Min.) CD-4.0, MD-3.5 CD-4.0, MD-3.5<br />
7 Packing & Labeling The printer would be required to make separate set of<br />
text books, wherein every set would consist of one piece<br />
each of all the title text-books of a package, and every set<br />
would be packed in a more than 40 micron plastic bag.<br />
Each packet should have the name and address of the<br />
printers, class and name of the books printed on it.<br />
Packet for each package (class) should have different<br />
colour in following ways:<br />
Package no. Class Colour<br />
1 I Red<br />
2 II Green<br />
3 III Orange<br />
4 IV Blue<br />
5 V White<br />
6 VI Yellow<br />
7 VII Brown<br />
8 VIII Voilet<br />
For the purpose of transportation to the destination points,<br />
equal number of packets containing text books should be<br />
packed in a bundle. Bundle will be marked with proper<br />
paint/indelible ink, with the following details:<br />
(1) Printer's Name, and address<br />
(2) Number of packets in the bundle<br />
(3) Name of the text books per packets<br />
8 Inspection Inspection procedure is indicated in special conditions<br />
of contract.<br />
9 Delivery The text books are to be delivered F.O.R at various<br />
destinations (concerned Blocks/BRCs) in Jharkhand<br />
State. List of blocks with address is enclosed in the form<br />
53 | P age
of Softcopy.<br />
Notes:<br />
1. Sample of paper may be drawn and sent by the <strong>JEPC</strong> to a Govt. Laboratory for carrying out<br />
the tests to confirm its adherence to the laid down specifications, if required.<br />
2. Jharkhand Education Project Council, Ranchi will provide to the Bidder<br />
CDs/positives/press copies of said Textbooks as provided by NCERT/JCERT. After<br />
completion of the job, the Bidders will have to return the CDs/positives/press copies to<br />
Jharkhand Education Project Council, Ranchi.<br />
3. All the Books should be super-scribed with "Jharkhand Shiksha Pariyojna Parishad dwara<br />
nihshulk vitaran hetu prakashit : Kraya-Vikray Apradh" in Hindi, prominently printed as<br />
^^>kj[k.M f'k{kk ifj;kstuk ifj"kn~ }kjk fu%'kqYd forj.k gsrq izdkf'kr% Ø;&foØ; vijk/kA** on<br />
the following places:<br />
(i) On the front side cover page of the book, (ii) inner side of the text page at the place where<br />
price is usually printed in other books, and (iii) back side of the cover page of each book.<br />
13. “<strong>JEPC</strong> TextBook-2012-13” will be printed in small type (9 pt.) on each pages of the book, at<br />
the bottom left of right pages and at the bottom right of left page.<br />
14. All the printed textbooks should carry SSA logo at the bottom of the first text page just below<br />
the front cover page as shown hereunder.<br />
>kj[k.M f'k{kk ifj;kstuk ifj"kn~] jk¡ph<br />
JHARKHAND EDUCATION PROJECT COUNCIL, RANCHI<br />
54 | P age
SECTION VI-A:<br />
ELIGIBILITY CRITERIA<br />
55 | P age
SECTION VI-A: ELIGIBILITY CRITERIA<br />
To be considered eligible for participating in the bid process, the Bidder must meet the<br />
following minimum requirements.<br />
(a) The printers must have been in operation for a minimum period of three years prior<br />
to the Bid submission date with an important part of its business being printing work<br />
of Textbooks for Central/State Government/Public Sector undertakings/Government<br />
Enterprises/Government aided Institutions.<br />
(b) Average annual turnover of the bidder in preceding three years (i.e. 2008-09, 2009-10<br />
(c)<br />
(d)<br />
(e)<br />
(f)<br />
(g)<br />
& 2010-11) as per the audited financial account must not be less than Rs. Seven (7)<br />
Crore.<br />
The Bidder must have successfully completed one contract of value not less than Rs.<br />
Five (5) Crore or aggregate of two contracts of value not less than Rs. Eight (8) Crore<br />
relating to printing of textbooks for Central/State Govt./ Public Sector<br />
undertakings/Government Enterprises/Government aided Institutions during<br />
preceding three years i.e. 2008-09, 2009-10 & 2010-11, OR Must have successfully<br />
completed the job of printing 5000000 (fifty lakhs) textbooks in preceding three years<br />
i.e. 2008-09, 2009-10 & 2010-11, for Central/State Govt. /Public Sector<br />
undertakings/Government Enterprises/Government aided Institutions. (Pro forma in<br />
section XI).<br />
The Bidder must submit financial audited accounts for the preceding three years<br />
(2008-09, 2009-10 & 2010-11) demonstrating the soundness of his financial position<br />
and that it has the financial resources to perform the proposed contract.<br />
The Bidder must furnish a certificate from nationalized/scheduled bank in support of<br />
his credit worthiness equal to Rs 12 Crores for undertaking the proposed contract.<br />
The actual paper production capacity of the mill from which paper is proposed to<br />
be procured by the bidder should be at least three hundred (300) metric ton per day<br />
of white Maplitho/ Creame Wove paper manufactured from 100% bamboo/wood<br />
virgin pulps. An Excise Clearance Certificate on the letterhead clearly indicating the<br />
quality of text paper as required issued by competent authority must be submitted for<br />
this purpose.<br />
The test report of sample paper for text books, text and cover with watermark must<br />
be in original from any Government Owned laboratory duly supported by a<br />
request letter of the bidder to the laboratory for carrying out test and money receipt<br />
as token of testing charges paid to the laboratory. The test report of paper<br />
specification must be as given below:<br />
56 | P age
Sl.<br />
No.<br />
Specifications<br />
For<br />
70 GSM<br />
Lab Test Report<br />
For<br />
170 GSM<br />
1 Paper Grammage 70 GSM 170 GSM<br />
2 Tensile Index Nm/g(Min.) CD-20, MD-30 CD-17, MD-25<br />
3 Brightness percent (Min.) 77 72<br />
4 Opacity percent (Min.) 80 -<br />
5 1 minute Cobb test (Max.) Average 25 25<br />
6 Double Fold (Min) CD-10, MD-15 -<br />
7 Gloss Percent (Min) - 18 (Glazed side only)<br />
8 Wax Pick No pick on 10 A -<br />
9 Smoothness (Bendtsen) ml/mm (Max.) 280 -<br />
10 Tear Index mN. m 2 /g (Min.) CD-4.0, MD-3.5 CD-4.0, MD-3.5<br />
(h)<br />
(i)<br />
(j)<br />
(k)<br />
If the bidder opts for the paper from more than one mill, then he is required to submit<br />
original test report for all the sample paper from any Govt. laboratory as well as<br />
samples of paper (pursuant to ITB clause 8(ii) Bullet 5 ) for paper from all the mill's.<br />
However in case of sample from more than one mill meet the required standards in<br />
paper test report, the bidder will have to use only one mills paper. If all the paper test<br />
report(s) fails to meet the required specification then the same bid will be rejected.<br />
(i)Bidder shall furnish the information of past supplies and satisfactory performance<br />
in the format given under section-XI.<br />
(ii) Bidders shall furnish documentary evidence (Purchase orders, invoices etc.) for the<br />
past supplies and Clients Certificate in support of the satisfactory performance<br />
specified above.<br />
The Bidder should furnish data to support the printing capacity per day or per year to<br />
perform the contract and complete the supplies within the stipulated delivery period.<br />
The Bidder must have premises equipped to acceptable standard, necessary to<br />
perform the functions required of it and must own the following facilities:<br />
57 | P age
(l)<br />
(m)<br />
(n)<br />
(1) Pre-Press unit<br />
(2) Plate making unit.<br />
(3) Sheet fed Offset Machines<br />
(4) Four color web offset machines(mention only 508 and 578 cut-off size<br />
machines)<br />
(5) Binding machines (Hot melt glue perfect binding machines)<br />
(6) Sufficient & safe space for storing paper and printed books.<br />
Evidence of owning the above facilities must be attached with the Bid with copies of<br />
procurement documents as well as proof of owning, hiring the necessary<br />
infrastructural facilities pursuant to section XIV.<br />
Commercial tax clearance & registration certificate and income tax registration<br />
certificate (PAN/TAN No.) must be submitted along with technical Bid. However, if<br />
any bidder is awarded the contract he will have to pay the payable taxes in the State.<br />
An affidavit as per specimen given in section XVI to this effect on stamp paper worth<br />
Rs 100/- (Rs. One hundred) must be submitted along with technical bid.<br />
<strong>JEPC</strong> shall have right to accept/reject a proposal/bid failing to meet any one of<br />
the above mentioned eligibility criteria.<br />
58 | P age
SECTION VII:<br />
BID FORM AND PRICE SCHEDULE<br />
59 | P age
SECTION VII: BID FORM<br />
Date: …………………………..<br />
Credit No:<br />
Bid Reference/Invitation for Bid (IFB) No: ……………………….<br />
TO<br />
The State Project Director, Jharkhand Education Project Council, Ranchi<br />
New Co-operative Building, Shyamli Colony, Doranda, Ranchi, Jharkhand – 834024<br />
Web Site: www.jharkhand.gov.in, www.jepc.nic.in<br />
Dear Sir,<br />
Having examined the Bid Documents including Corrigendum/Addenda Nos.(if any)<br />
……………… [Insert numbers], the receipt of which is hereby duly acknowledged, we, the<br />
undersigned, offer to supply and deliver …………………………………… (Description of books and<br />
delivery) in conformity with the said bid documents for the sum of ……………… (Total bid<br />
amount in words and figures) or such other sums as may be ascertained in accordance with the<br />
Schedule of Prices attached herewith and made part of this bid.<br />
We undertake, if our bid is accepted, to deliver the books in accordance with the delivery<br />
schedule specified in the Schedule of Requirements.<br />
If our bid is accepted, we will submit the bank guarantee of a nationalized/schedule bank of a<br />
sum equivalent to 5 percent of the Contract Price for the due performance of the Contract, in the<br />
form prescribed by the <strong>JEPC</strong>.<br />
We agree to abide by this bid for a period of 90 days after the date fixed for bid opening under<br />
Clause 19 of the Instruction to Bidders and it shall remain binding upon us and may be accepted<br />
at any time before the expiration of that period.<br />
Until a formal contract is prepared and executed, this bid, together with your written acceptance<br />
thereof and your notification of award shall constitute a binding Contract between us:<br />
60 | P age
We understand that you are not bound to accept the lowest or any bid you may receive. Dated<br />
this ……. Day of …………………. 20………<br />
(Signature) (In the capacity of)<br />
Duly authorized to sign Bid for and on behalf of<br />
61 | P age
PRICE – SCHEDULE<br />
(Separate price schedule for each package)<br />
1 2 3 4 5 6<br />
7<br />
(5 X 6)<br />
8<br />
*Package<br />
No.<br />
*Class<br />
*Sl. No.<br />
of title<br />
*Name of text<br />
book<br />
Unit Price (Rs.)<br />
(inclusive of all<br />
taxes/duties/<br />
insurance/<br />
transportation/<br />
Incidental charges<br />
etc.)<br />
Quantity<br />
Total Price<br />
(In Rupees)<br />
Amount of Bid<br />
security (In<br />
Rupees)<br />
TOTAL<br />
* As detailed in section VI- Technical specification for text books.<br />
Note: In case of discrepancy between unit price and total price, the unit price shall<br />
prevail.<br />
N.B. Nothing extra will be paid other than unit price.<br />
Total bid price for a package<br />
(In figures) Rs…………………………………………………<br />
(In words) Rs ……………………………………………………………………………...<br />
Signature of Bidder …………………………………………………….<br />
Name ……………………………………………………………………<br />
Business address ……………………………………………………<br />
Place:<br />
Date:<br />
62 | P ag e
SECTION VIII:<br />
BID SECURITY FORM<br />
63 | P ag e
SECTION VIII: BID SECURITY FORM<br />
Whereas ………………………... 1 (hereinafter called "the Bidder") has submitted its bid<br />
dated ……………………… (Date of submission of bid) for the supply of …………… (Name<br />
and/or description of the books) (Hereinafter called "the Bid").<br />
KNOW ALL PEOPLE by these presents that WE ……………… (Name of bank) of ...………<br />
(Name of country), having our registered office at …………… (Address of bank)<br />
(Hereinafter called "the Bank"), are bound onto ………………………… (Name of License<br />
Holder Publisher) (hereinafter called "the License Holder Publisher") in the sum of<br />
………………………………… for which payment well and truly to be made to the said<br />
<strong>JEPC</strong>, the Bank binds itself, its successors, and assigns by these presents. Sealed with the<br />
Common Seal of the said Bank this …………………… day of ………………. 20..…<br />
THE CONDITIONS of this obligation are:<br />
1. If the Bidder withdraws its Bid during the period of bid validity specified by the<br />
Bidder on the Bid Form; or<br />
2. If the Bidder, having been notified of the acceptance of its bid by the <strong>JEPC</strong> during<br />
the period of bid validity :<br />
(a) fails or refuses to execute the Contract Form if required; or<br />
(b) fails or refuses to furnish the performance security, in accordance with the<br />
Instruction to Bidders;<br />
We undertake to pay the <strong>JEPC</strong> up to the above amount upon receipt of its first written<br />
demand, without the <strong>JEPC</strong> having to substantiate its demand, provided that in its<br />
demand the <strong>JEPC</strong> will note that the amount claimed is due to it, owing to the occurrence<br />
of one or both of the two conditions, specifying the occurred condition or conditions.<br />
This guarantee will remain valid for ninety (90) days from the date fixed for opening of<br />
tender, and any demand in respect thereof should reach the Bank not later than the above<br />
date.<br />
………………………<br />
(Signature of the Bank)<br />
1 Name of Bidder<br />
64 | P ag e
SECTION IX:<br />
CONTRACT FORM<br />
65 | P ag e
SECTION IX: CONTRACT FORM<br />
THIS AGREEMENT made the …….. Day of ……………………………, 20…. Between<br />
…………. (Name of the License Holder Publisher) of ………… (Country of License Holder<br />
Publisher (herewith "the <strong>JEPC</strong>") on the one part and ……………… (Name of Printer) of<br />
…………… (City and Country of Printer) (Herewith called "the Printer") on the other part:<br />
WHEREAS the <strong>JEPC</strong> is desirous of certain books and ancillary delivery viz… (Brief<br />
Description of books and delivery) and has accepted a bid by the Printer for the supply of<br />
those books and delivery for the sum of ……………………….. (Contract Price in Words and<br />
Figures) (Hereinafter called “the Contract Price”).<br />
NOW THIS AGREEMENT WITNESSETH AS FOLLOWS:<br />
1. In this Agreement words and expressions shall have the same meanings as are<br />
respectively assigned to them in the Conditions of Contract referred to.<br />
2. The Bid documents and terms and conditions mentioned therein shall be deemed<br />
to form, be read and construed as part of this Agreement.<br />
3. In consideration of the payments to be made by the <strong>JEPC</strong> to the Printer as<br />
hereinafter mentioned, the printer hereby covenants to provide the books and<br />
delivery and to remedy defects therein in conformity in all respects with the<br />
provisions of the Contract.<br />
4. The <strong>JEPC</strong> hereby covenants to pay the Printer in consideration of the provision of<br />
the books and delivery and the remedying of defects therein, the Contract Price as<br />
may become payable under the provisions of the Contract at the times and in the<br />
manner prescribed by the Contract.<br />
Brief particulars of the books and delivery which shall be supplied/provided by the<br />
Printer are as under:<br />
Pkg.No.<br />
Brief Description of<br />
Books and Delivery<br />
Quantity to<br />
be supplied<br />
Unit Price<br />
Total Price<br />
Delivery<br />
Terms<br />
66 | P ag e
TOTAL VALUE: (contract amount to be filled)<br />
DELIVERY SCHEDULE<br />
Delivery of textbooks of package(s) No…………. to the destination point i.e. Blocks in the<br />
Jharkhand State will be done on or before …………… failing which delay penalty will be<br />
applicable as per the tender condition.<br />
IN WITNESS whereof the parties hereto have caused this Agreement to be executed in<br />
accordance with laws on the day and year written above.<br />
Signed, Sealed and Delivered by the<br />
Said ………………………………………… (For the <strong>JEPC</strong>)<br />
In the presence of:……………………..<br />
1. Witness 1<br />
2. Witness 2<br />
Signed, Sealed and Delivered by the<br />
Said ………………………………………… (For the Printer)<br />
In the presence of:……………………<br />
1. Witness 1<br />
2. Witness 2<br />
67 | P ag e
SECTION X:<br />
PERFORMANCE SECURITY FORM<br />
68 | P ag e
SECTION X: PERFORMANCE SECURITY FORM<br />
To: ________________________________ (Name of the License Holder Publisher)<br />
WHERE AS ……………………………………………………………....... (Name of Printer)<br />
hereinafter called "the Printer" has undertaken, in pursuance of Contract No.<br />
……………… dated……….20..…….………….. To supply …………… (Description of<br />
Books and Delivery) hereinafter called "the Contract".<br />
AND WHEREAS it has been stipulated by you in the said Contract that the Printer shall<br />
furnish you with a Bank Guarantee by a nationalized bank for the sum specified therein<br />
as security for compliance with the Printer's performance obligations in accordance with<br />
the Contract.<br />
AND WHEREAS we have agreed to give the Printer a Guarantee.<br />
THEREFORE WE hereby affirm that we (Name of the Bank, place) are Guarantors and<br />
responsible to you, on behalf of the Printer, up to a total of Rs. (Rupees) ……………<br />
(Amount of the Guarantee in Words and Figures) and we undertake to pay you, upon<br />
your first written demand declaring the Printer to be in default under the Contract and<br />
without argument, any sum or sums within the limit of ……………………………..<br />
(Amount of Guarantee) as aforesaid, without your needing to show grounds or reasons<br />
for your demand or the sum specified therein.<br />
This guarantee is valid until the …………….. Day of……………..20….<br />
Signature and Seal of Guarantors<br />
………………………………….<br />
………………………………….<br />
………………………………….<br />
Date ………….20…..<br />
Address: ……………………………………..<br />
………………………………………………..<br />
………………………………………………..<br />
69 | P ag e
SECTION XI:<br />
PERFORMANCE STATEMENT<br />
70 | P ag e
SECTION – XI<br />
Performa for Performance Statement (for a period of preceding three years)<br />
Please see clause – 10.2 (b) (ii) of Instructions to Bidders<br />
Bid No……………………………… Date of Opening ………………<br />
Name of the Firm ……………………………………<br />
Financial Year ……………………………………..<br />
Order<br />
placed by<br />
(Full<br />
address of<br />
Purchaser)<br />
Order<br />
No. &<br />
Date<br />
Description<br />
& quantity<br />
of ordered<br />
books<br />
Value<br />
of<br />
order<br />
Date of completion<br />
of delivery<br />
Remarks<br />
indicating<br />
Has the supply<br />
been satisfactory?<br />
As per<br />
contract<br />
Actual reasons for<br />
late<br />
delivery, if<br />
any<br />
(Attach a certificate<br />
from the Purchaser<br />
/consignee)<br />
1 2 3 4 5 6 7 8<br />
Signature and seal of the bidder<br />
71 | P ag e
SECTION – XII:<br />
PRINTING AUTHORIZATION FORM<br />
72 | P ag e
SECTION – XII<br />
(Please see Clause 10.2(a) of Instructions to Bidders)<br />
PRINTING AUTHORIZATION FORM*<br />
No. _________________________ dated<br />
To,<br />
Dear Sir,<br />
Invitation for Bid (IFB) No……………………<br />
We _______________________________ who are established and reputed printer of<br />
(name and description of work offered) having factories at ____________ (address of factory)<br />
do hereby authorize M/s ____________________ (Name and address of Agency) to<br />
submit a bid, and sign the contract with you for the printing work proposed by us against<br />
the above IFB.<br />
No company or firm or individual other than M/s _________________________ are<br />
authorized to bid, and conclude the contract in regard to this business against this<br />
specific IFB. (This Para should be deleted in simple items where manufacturers sell the product<br />
through different stockiest.)<br />
We hereby extend our full guarantee and warranty as per Clause 10 of the General<br />
Conditions of Contract and Clause 7 of the Special Conditions of Contract for the work<br />
and delivery offered for printing and supply of text books by the above firm against this<br />
IFB.<br />
Yours faithfully,<br />
(Name of printer)<br />
Address:<br />
Note: This letter of authority should be on the letterhead of the printer and should be<br />
signed by a person competent and having the power of attorney to bind the printer. It<br />
should be included by the Bidder in its bid.<br />
* Modify this format suitably in case where printer's warranty and guarantee are not<br />
applicable for the items for which bids are invited.<br />
73 | P ag e
SECTION – XIII:<br />
BANK GUARANTEE FOR ADVANCE PAYMENT<br />
74 | P ag e
SECTION – XIII<br />
SAMPLE FORM<br />
BANK GUARANTEE FOR ADVANCE PAYMENT<br />
To:<br />
________________________________ (name of License Holder Publisher)<br />
________________________________ (address of License Holder Publisher)<br />
________________________________ (name of Contract)<br />
Gentlemen and/or Ladies:<br />
In accordance with the provisions of the Special Conditions of Contract Clause 8.1<br />
_________________________ (name and address of Printer) (hereinafter called "the Printer")<br />
shall deposit with (name of License Holder Publisher) a bank guarantee to guarantee his<br />
proper and faithful performance under the said Clause of the Contract in an amount of<br />
_____________________________ (amount of guarantee)* _______________________ (in<br />
words).<br />
We, the _________________________ (bank or financial institution), as instructed by<br />
the Printer, agree unconditionally and irrevocably to guarantee as primary obligator and<br />
not merely as Surety, the payments to ____________________________ (name of License<br />
Holder Publisher) on his first demand without whatsoever right of objection on our part<br />
and without his first claim to the Printer, in the amount not exceeding _________________<br />
(amount of guarantee)* _______________________ (in words).<br />
We further agree that no change or addition to or other modification of the terms of the<br />
Contract to be performed there under or of any of the Contract documents which may be<br />
made between (name of License Holder Publisher) and the Printer, shall in any way<br />
release us from any liability under this guarantee and we hereby waive notice of any such<br />
change, addition or modification.<br />
75 | P ag e
This guarantee shall remain valid and in full effect from the date of the advance payment<br />
received by the Printer under the contract until -----------------<br />
Yours truly,<br />
Signature and seal : ____________________________<br />
Name of bank/<br />
Financial institution:<br />
Address :<br />
Date :<br />
* An amount is to be inserted by the bank or financial institution representing the<br />
amount of the Advance Payment.<br />
76 | P ag e
SECTION – XIV:<br />
PROFORMA FOR EQUIPMENT AND QUALITY CONTROL<br />
EMPLOYED BY THE PRINTER<br />
77 | P ag e
SECTION – XIV:<br />
PROFORMA FOR EQUIPMENT AND QUALITY CONTROL EMPLOYED BY THE<br />
PRINTER<br />
BID NO. …………………………………DATE OF OPENING : ……………………...<br />
NAME OF THE BIDDER………………………………………………………………..<br />
(Note: All details should relate to the Printer for the items offered for supply)<br />
1. Name & full address of the Printer<br />
2. (a) Telephone & Fax No. Office/Factory/Works<br />
(b) Telex No. Office/Factory/Works<br />
(c) Telegraphic address:<br />
3. Location of the Printing Press<br />
4. Details of Industrial License, where ever required as per statutory regulations<br />
5. Details of important Plant & Machinery functioning in each department<br />
(Monographs & description pamphlets be supplied if available)<br />
6. Details of the process of Printing in the Press<br />
7. Details & stocks of raw materials held<br />
8. Production capacity of item(s) quoted for, with the existing Plant & Machinery<br />
8.1 Normal<br />
8.2 Maximum<br />
78 | P ag e
9. Details of arrangement for quality control of products such as laboratory, testing<br />
equipment etc.<br />
10. Details of staff<br />
10.1 Details of technical supervisory staff in charge of production & quality control<br />
10.2 Skilled labour employed<br />
10.3 Unskilled labour employed<br />
10.4 Maximum No. of workers (skilled & unskilled) employed on any day during the<br />
18 months preceding the date of Tender.<br />
11. Whether Books are tested to any standard specification? If so, copies of original test<br />
certificates should be submitted in triplicate.<br />
12. Is the printer registered with the Directorate General of Supplies and Disposals, New<br />
Delhi 110 001, India? If so, furnish full particulars of registration, period of currency etc.<br />
with a copy of the certificate of registration.<br />
..……….………………………………<br />
Signature and seal of the Printer<br />
79 | P ag e
SECTION – XV:<br />
TERMS & CONDITIONS FOR LICENCE HOLDER PUBLISHERS<br />
OF NCERT<br />
80 | P ag e
SECTION XV: Terms and Conditions for Copyright License for<br />
adoption/adaptation/translation of NCERT textbooks to States/UTs<br />
1. The permission of the Council shall be granted for adoption of each book each year<br />
separately for the latest curriculum/syllabi.<br />
2. In case of adoption, there should be no change/modification in the content of the<br />
book.<br />
3. The distribution of the adopted edition of the NCERT books should be confined to<br />
the respective State/UT only.<br />
4. The State/UT or its agency will be the License holder of adopted edition of<br />
NCERT books. In no circumstances will the publishing rights be transferred to any<br />
other agency.<br />
5. The covers of the State edition/UT edition will be distinctly different from the<br />
cover of NCERT editions. The State/UT agency will not allow any other party to<br />
reproduce any portion from their edition of NCERT books.<br />
6. Due acknowledgement should be given to the authors of the books(s) and the<br />
NCERT at a prominent place in the State Government editions/UT Agency<br />
edition, preferably on the inner title page/imprint page.<br />
7. The production quality of printing, illustrations, layout, size etc. should be<br />
reasonably good. Only good quality of printing paper similar to NCERT including<br />
cover paper should be used.<br />
8. The NCERT shall be informed by the State/UT, the number of copied proposed to<br />
be printed by them for each edition. Five complimentary copies of each edition of<br />
the books are to be sent to the Head, Publication Department, and NCERT for<br />
reference and record.<br />
81 | P ag e
SECTION – XVI:<br />
AFFIDAVIT<br />
82 | P ag e
SECTION – XVI: AFFIDAVIT<br />
In response to bid reference no. ……… dated ………. I/We do hereby declare that I<br />
am/we are owner/partner/company having own printing press and;<br />
1. "That we have read and understood all the terms & conditions given in the bid<br />
documents and that our firm fulfils the eligibility criteria for executing the job.<br />
2. That the information furnished in the bidding documents is correct to the best of our<br />
knowledge and our firm strictly act in accordance with terms &<br />
conditions/instructions of the tender;<br />
3. The firm possesses sufficient godown space for safe storage of paper required for the<br />
printing of the books and storage of a printed material;<br />
4. That we have never been blacklisted by any State/Central Govt.<br />
Department/Education Board/University/any other Board/Corporation etc. and<br />
have never been caught doing any Govt. work unauthorized;<br />
5. That our firm has never been disqualified for the Printing & Supply of Text Books/<br />
Work Books by Jharkhand Education Project Council or any Text Book printing<br />
Board/Agency/Any Semi Govt./Govt. Department in India etc. nor any such action<br />
is in process against the firm;<br />
6. That we shall supply the quantity of text books /work books as shown in workorder;<br />
7. That I/We do hereby also ensure that the job of printing/supplying textbooks as per<br />
the schedules (title) of one or more of the packages for which I am/we are bidding the<br />
rates and, if found successful, contract awarded to us, shall be completed as per<br />
specifications within the stipulated time;<br />
8. That our bid shall remain valid for 90 days as specified in the bidding data sheet from<br />
the last date of submission of bid;<br />
9. That our firm has submitted a solvency certificate on letterhead of the Bank<br />
from…………………………………………………………….(Name of the Bank),<br />
assuring financial assistance up to Rs. ……………………….. for purchasing paper and<br />
executing the job smoothly and successfully without any financial hurdle, (mention<br />
the amount of assistance);<br />
10. That our firm will execute all jobs such as printing, binding, cutting, packing, storage<br />
etc. and all infrastructure required can be arranged by or are available with the firm;<br />
83 | P ag e
11. That our firm shall not be entitled to make any claim whatsoever against the <strong>JEPC</strong><br />
arising out of the contract nor we shall be entitled for getting entertained for any claim<br />
for consideration before Jharkhand Education Project Council. we shall honor the<br />
decision of the <strong>JEPC</strong>;<br />
12. That our firm has attached a self attested photocopies of Press Registration Certificate,<br />
Declaration U/S 4 of the Press & Registration of the books as per Act-1867, certificate<br />
regarding Registration and License to work as factory, and self attested photocopy<br />
regarding ISO Certification of the Firm (if firm is ISO certified)"<br />
In case at any stage, any of the information is found to be incorrect/false or concealed<br />
or our firm does not act according to the requirements of the tender, Jharkhand<br />
Education Project Council will have every right to take any action against me/us and/or<br />
my/our firm including registration of a criminal case against the firm or proprietors.<br />
Deponent<br />
VERIFICATION<br />
That the information given by me/us about the…………………………(name of firm) is<br />
true and correct to the best of my knowledge and belief and nothing has been concealed<br />
therein.<br />
Deponent<br />
84 | P ag e
SECTION – XVII:<br />
PROFORMA FOR TECHNICAL INFORMATION<br />
85 | P ag e
Section – XVII: Proforma for technical information<br />
(To be submitted in technical bid envelope-'A')<br />
The bidder has to go through the Eligibility Criteria (Section-VI A) and other<br />
requirements mentioned in the bid documents and it is the bidder's responsibility to<br />
provide all the information mentioned in the Proforma given below and any other<br />
information which is compulsory and required to be completed by the bidder mentioned<br />
in any other section of the bid documents duly arranged/indexed/flagged/highlighted<br />
exactly in the following seriatim :<br />
S. N. Particulars Information to be furnished by the bidder Page No.<br />
1<br />
2<br />
3<br />
4<br />
Full name & address of the Bidder (with<br />
Telephone/fax no. etc)<br />
Legal status, Place and date of Registration<br />
and principal place of business of the<br />
company or firm or association.<br />
Whether the Bid Security submitted.<br />
(a) Bid Security Amount<br />
(b) Bank Guarantee No.<br />
(c) Date of issue<br />
(d) Validity Period<br />
(e) Name of the Bank<br />
(f) Name & address of branch with branch<br />
code no.<br />
5<br />
6<br />
(g) Telephone/Fax No. of the Bank<br />
Whether the Press is in-operation for a<br />
minimum period of last 3 years.<br />
Year of establishment of the Press<br />
7 Whether the bidder has successfully<br />
completed minimum one contract of Rs. 5<br />
crore or aggregate of two contract of Rs. 8<br />
crore for the printing of textbooks OR has<br />
successfully completed the job of printing<br />
5000000 (fifty lakhs) textbooks in preceding<br />
three years i.e2008-09, 2009-10 & 2010-<br />
11.<br />
8 Whether the prescribed Proforma (Vide<br />
Section-XI) and documents on past supplies<br />
and client certificate on satisfactory<br />
performance attached?<br />
Value of work completed<br />
(i) Rs. …………………<br />
(ii) Rs. ………………<br />
(iii) Rs. …………….<br />
Quantity of work completed<br />
(i)……………….<br />
(ii)……………..<br />
(iii)……………….<br />
86 | P ag e
S. N. Particulars Information to be furnished by the bidder Page No.<br />
9 Year wise turnover for the last three years<br />
Please refer to Clause (b) of Section VI-A :<br />
Eligibility criteria.<br />
(2008-09) Rs. ………………………..<br />
(2009-10) Rs. ……………………….<br />
(2010-11) Rs. …………………….....<br />
10 Whether audited financial accounts for the<br />
last three years attached.<br />
Please refer to Clause (d) of Section VI-A:<br />
Eligibility criteria.<br />
11 Whether certificate of credit worthiness<br />
certified by a Nationalized/scheduled Bank<br />
submitted, Please refer to Clause (c) of<br />
Section VI-A: Eligibility Criteria.<br />
12<br />
Particulars of having the premises equipped to<br />
acceptable standards necessary to function to<br />
be given.<br />
13 Particulars of owning/hiring or authorization<br />
of the following facilities.<br />
(a) No. of P.S. Plate making Units<br />
(b) No. Of Offset machines<br />
1. Sheet offset machine<br />
2. Web Offset Machine<br />
(d) Space for safe storage of paper and printed<br />
books (specify space/area in Sq.Mtr.)<br />
3. Perfect Binding Machine (Hot melt glue binding)<br />
(e) Total value of Buildings/Premises/<br />
Machines etc. owned. (i) Building Rs………………<br />
(ii) Premises<br />
Rs……………….<br />
(f) Details of Manpower (Give numbers)<br />
(iii) Machines Rs…………………<br />
(i) Skilled<br />
(ii) Semi skilled<br />
(iii) Unskilled<br />
(iv) Managerial & other staff<br />
87 | P ag e
S. N. Particulars Information to be furnished by the bidder Page No.<br />
14 Whether samples of text and cover paper with<br />
name of the manufacturing paper mill<br />
submitted.<br />
15 Whether latest test report from a Govt.<br />
laboratory of the paper as required in<br />
Specification of Text and Cover Paper<br />
confirming the clause (g) of Section VI-A:<br />
Eligibility Criteria required for printing of text<br />
books, attached.<br />
Text Paper<br />
Cover Paper<br />
1. (Mills name) 1. (Mills name)<br />
2. 2.<br />
3. 3.<br />
Details Text Paper Cover Paper<br />
Name of Testing<br />
Laboratory<br />
Request letter<br />
No. & Date<br />
Money Receipt<br />
no. & date<br />
Lab Test Report<br />
Specification 70 GSM 170 GSM<br />
Paper Grammage<br />
Tensile Index<br />
Nm/g(Min.)<br />
Brightness percent<br />
(Min.)<br />
Opacity percent<br />
(Min.)<br />
1 minute Cobb test<br />
(Max.) Average<br />
Double Fold (Min)<br />
Gloss Percent (Min)<br />
Wax Pick<br />
Smoothness<br />
(Bendtsen) ml/mm<br />
(Max.)<br />
Tear Index mN. m 2 /g<br />
(Min.)<br />
88 | P ag e
16 Whether Annual Excise Clearance Certificate<br />
from Excise authority on the actual<br />
production capacity of producing paper from<br />
100% bamboo/wood virgin pulp of the<br />
manufacturing mill confirming the clause (f)<br />
of Section VI-A:Elegibility Criteria, attached.<br />
17 Whether the undertaking from the paper mill<br />
(not from the distributor/authorized agent) on<br />
the availability of required quantity of paper<br />
to the bidder in time, attached.<br />
18 Whether stamped affidavit duly completed &<br />
certified by Notary Public, submitted.<br />
19 Whether all pages of the bid has been initialed<br />
by the person or persons signing the bid and<br />
all pages duly numbered.<br />
20 Whether the cost of Bid Document submitted<br />
or not (if yes, give details)<br />
21 Whether the commercial tax registration &<br />
clearance certificate submitted.<br />
22 Whether the income tax registration certificate<br />
submitted<br />
Money Receipt No: ………………….<br />
Date: …………………….<br />
Amount: …………………<br />
OR<br />
Demand Draft No: …………………...<br />
Date: …………………….<br />
Amount: ………………………………<br />
Name of the Bank: ……………………<br />
Place: ……………………<br />
Note:<br />
Any other relevant/required information should be submitted in this Performa<br />
along with Softcopy.<br />
Signature of the authorized signatory<br />
Full name & address of the bidder with seal<br />
89 | P ag e
SECTION – XVIII:<br />
PROFORMA OF CHALLAN<br />
90 | P ag e
Challans no:<br />
Date:<br />
PROFORMA OF CHALLAN<br />
(Name and address of the bidder)<br />
Name of the Districts………………………..<br />
Name of Block……………………………..<br />
Form-01/<strong>JEPC</strong>/Books<br />
Sl.<br />
no.<br />
Class<br />
Name of the<br />
books ordered in<br />
a set<br />
No. of<br />
sets<br />
ordered<br />
No. of sets<br />
received<br />
Date of<br />
Receiving<br />
Remarks<br />
Note:<br />
1. Challans will be printed in A4 Size only for maintaining the uniformity.<br />
2. Receiving column will be filled up by the BEEO/BPO only. Number of text books and work books received by the<br />
BEEO/BPO has to written in words & Figure in their own handwriting.<br />
Signature of:<br />
Representative of Supplier<br />
Full Name………………………………<br />
Date…………………………………….<br />
Mobile No:……………………………..<br />
Signature & stamp of:<br />
Block education extension officer (BEEO) /<br />
Block Programme Officer (BPO)<br />
Full Name…………………………………..<br />
Date…………………………………………<br />
Mobile No:…………………………………<br />
91 | P ag e
Dumka<br />
Dhanbad<br />
Deoghar<br />
Chatra<br />
Bokaro District<br />
TENTATIVE DISTRICTWISE/BLOCKWISE/CLASSWISE REQUIREMENT OF BOOK<br />
(in number of sets) FOR 2012-13<br />
Class wise Total No. of Sets<br />
S.N Block<br />
I to<br />
I II III IV V VI VII VIII<br />
VIII<br />
1 BERMO 2485 2414 2416 2716 2946 2981 1942 2600 20500<br />
2 CHANDANKIYARI 4905 4764 5064 4867 4819 4807 3006 3236 35468<br />
3 CHAS 9472 9201 9345 8103 8517 8422 5551 6839 65450<br />
4 GOMIYA 6140 5964 5805 4472 4770 4840 2931 3462 38384<br />
5 JARIDIH 1862 1809 1838 1903 2002 1844 1792 2061 15111<br />
6 KASMAR 2342 2275 2219 2341 2400 2578 2215 1946 18316<br />
7 NAWADIH 4261 4140 3891 4260 4126 4151 3739 2834 31402<br />
8 PETARWAR 2917 2834 2937 2840 2963 2861 1978 2158 21488<br />
BOKARO TOTAL 34384 33401 33515 31502 32543 32484 23154 25136 246119<br />
9 CHATRA 6606 5608 6092 5621 5069 3495 2824 2619 37934<br />
10 GIDHAUR 1448 1090 1036 1040 985 860 781 732 7972<br />
11 HUNTERGANJ 4200 3668 3919 3929 4583 4185 4008 2916 31408<br />
12 ITKHORI 3167 2521 2581 2839 2751 2376 2388 1979 20602<br />
13 KUNDA 1329 1228 1284 1139 988 390 239 237 6834<br />
14 LAWALONG 1726 1457 1693 1265 1537 852 662 470 9662<br />
15 PATHALGADA 918 609 627 652 672 681 455 470 5084<br />
16 PRATAPPUR 4781 3573 3624 3424 3174 1811 1398 1041 22826<br />
17 SIMARIA 2464 2536 2460 2644 1990 1878 1541 2295 17808<br />
18 TANDWA 3509 3229 3336 3138 2995 2089 1607 1365 21268<br />
CHATRA TOTAL 30148 25519 26652 25691 24744 18617 15903 14124 181398<br />
19 DEOGHAR 3622 3622 3723 3935 4321 3560 3731 3583 30097<br />
20 DEVI PUR 2996 2996 2472 2653 2667 1564 1874 1497 18719<br />
21 KAROWN 2932 2921 3252 3348 3148 2359 2017 1655 21632<br />
22 MADHU PUR 4497 4522 3848 4023 4128 2636 2102 1702 27458<br />
23 MOHAN PUR 4215 4205 3729 3947 3810 2513 2556 2356 27331<br />
24 PALOJORI 3771 3758 3197 3268 3097 1684 1920 1987 22682<br />
25 SARATH 3322 3322 3498 3789 3985 2777 2222 1969 24884<br />
26 SARWAN 3360 3335 3467 3621 3456 2307 1797 1455 22798<br />
DEOGHAR TOTAL 28715 28681 27186 28584 28612 19400 18219 16204 195601<br />
27 BAGHMARA 5602 5394 5303 6201 5539 4396 3940 3400 39775<br />
28 BALIAPUR 4652 3511 2664 1362 1263 746 1006 969 16173<br />
29 DHANBAD 4946 4233 4634 4767 4661 3766 3028 3362 33397<br />
30 GOVINDPUR 4858 5009 5152 5547 4536 3808 4055 2786 35751<br />
31 JHARIA 4200 4800 4928 5238 4659 3585 3690 3474 34574<br />
32 NIRSA 3079 5696 5724 5825 4764 3922 3078 2909 34997<br />
33 TOPCHANCHI 3007 3026 3109 3332 2729 2485 2466 2113 22267<br />
34 TUNDI 6249 6321 6280 6556 5246 4510 2973 2395 40530<br />
DHANBAD TOTAL 36593 37990 37794 38828 33397 27218 24236 21408 257464<br />
35 DUMKA 3340 3712 3048 3016 2779 2726 2285 2102 23008<br />
36 GOPIKANDAR 1304 1448 1061 1141 902 710 360 278 7204<br />
37 JAMA 3195 3550 2902 2799 2735 2547 1720 1405 20853<br />
38 JARMUNDI 4263 4737 4210 4015 3636 3334 2221 1867 28283<br />
39 KATHIKUND 1911 2123 1787 1696 1575 1455 932 745 12224<br />
40 MASALIA 2321 2579 2606 2724 2706 2649 1764 1639 18988<br />
41 RAMGARH 3834 4259 3598 3698 3359 3028 1865 1445 25086<br />
42 RANISHWAR 2023 2258 2144 2237 2048 1907 1228 1010 14855<br />
43 SARAIYAHAT 3229 3588 3444 3355 3156 2783 2068 1642 23265<br />
44 SHIKARIPARA 3442 3824 3053 3029 2795 2590 1557 1484 21774<br />
DUMKA TOTAL 28862 32078 27853 27710 25691 23729 16000 13617 195540<br />
92 | P ag e
Gumla<br />
Godda<br />
Giridih<br />
Garhwa<br />
45 BHANDRIYA 1975 2059 2017 1851 1933 1288 1055 862 13040<br />
46 BHAWANATHPUR 4623 3426 3202 2899 3073 2071 1643 1657 22594<br />
47 CHINIA 1582 1725 1475 1287 1300 645 462 460 8936<br />
48 DANDEY 1901 2254 2300 2160 2201 1534 1266 1208 14824<br />
49 DHURKI 3902 2410 2325 2024 2163 1542 1158 1229 16753<br />
50 GARHWA 4923 4929 5376 4985 5782 4122 3373 2918 36408<br />
51 KANDI 1836 2157 2383 2159 2579 1771 1644 1649 16178<br />
52 KHARAUNDHI 1722 1361 1301 1245 1454 1046 625 878 9632<br />
53 MAJHIGAOWN 2269 3098 3344 3041 3449 2402 2060 1972 21635<br />
54 MERAL 4131 3731 3928 3889 4112 2702 2084 2052 26629<br />
55 NAGARUTARI 2851 2625 2721 2436 2511 1904 1678 1689 18415<br />
56 RAMKANDA 1783 1653 1621 1246 1121 583 481 399 8887<br />
57 RAMNA 2670 2674 2825 2451 2895 2059 1557 1418 18549<br />
58 RANKA 3134 3389 3231 2775 3003 1833 1409 1362 20136<br />
GARHWA TOTAL 39302 37491 38049 34448 37576 25502 20495 19753 252616<br />
59 BAGODAR 7481 4713 4418 5232 4105 3619 2918 2635 35121<br />
60 BENGABAD 3579 4043 3347 3089 2966 2712 2439 2031 24206<br />
61 BIRANI 4752 4310 3451 3251 3230 2348 2173 1683 25198<br />
62 DEORI 4708 4638 4625 4274 4068 3769 2593 2370 31045<br />
63 DHANWAR 5864 5697 4642 4327 4390 4065 3021 2580 34586<br />
64 DUMARI 5722 4755 4426 4326 3889 3751 3134 2226 32229<br />
65 GANDEY 4510 4538 4561 4375 4221 3995 2349 2150 30699<br />
66 GAWAN 4421 4508 3675 3466 2999 2684 1706 1089 24548<br />
67 GIRIDIH 7027 5318 5542 5395 4435 4297 4310 3551 39875<br />
68 JAMUA 7881 5374 4755 4318 4002 3529 2884 1952 34695<br />
69 PIRTAND 3519 3517 2874 2641 2588 2448 1595 1222 20404<br />
70 TISRI 2863 2198 2613 2340 2187 1848 1278 988 16315<br />
GIRIDIH TOTAL 62327 53609 48929 47034 43080 39065 30400 24477 348921<br />
71 BOYARI JOR 3427 3354 2864 2762 2353 2074 1065 944 18843<br />
72 GODDA 6268 6133 5176 5182 4868 4612 3297 3839 39375<br />
73 MAHAGAMA 4552 4454 4808 5184 4587 4478 3309 2682 34054<br />
74 MEHARMA 3291 3221 3393 3367 3023 2877 2168 1895 23235<br />
75 PATHARGAMA 4990 4882 4482 4375 4079 4089 2869 2374 32140<br />
76 PORAIYAHAT 4932 4826 4264 4419 4009 3452 2254 1863 30019<br />
77 SUNDERPAHARI 1686 1650 1591 1672 1510 1467 586 507 10669<br />
78 THAKURGANGATI 2346 2295 2348 2508 2217 2141 1451 1214 16520<br />
GODDA TOTAL 31492 30815 28926 29469 26646 25190 16999 15318 204855<br />
79 BASIA 2853 1643 1540 1575 1290 1078 1041 950 11970<br />
80 BHARNO 2514 1887 1863 1882 1721 1375 1411 1259 13912<br />
81 BISHUNPUR 2443 1132 915 808 891 562 364 416 7531<br />
82 CHAINPUR 2172 1378 1269 1327 1223 1009 1055 1110 10543<br />
83 DUMRI 4430 1572 1491 1431 1275 950 599 304 12052<br />
84 GHAGHRA 3602 2399 2303 2000 1995 1557 1269 1132 16257<br />
85 GUMLA 4133 2938 3488 3654 3792 3347 3773 3066 28191<br />
86 KAMDARA 2312 1219 1337 1364 1262 846 653 635 9628<br />
87 PALKOT 1683 1604 1536 1524 1560 1238 1294 1040 11479<br />
88 RAIDIH 1851 1218 1219 1265 1291 987 1022 823 9676<br />
89 SISAI 3030 1671 1647 1725 1791 1399 1252 1111 13626<br />
GUMLA TOTAL 31023 18661 18608 18555 18091 14348 13733 11846 144865<br />
93 | P ag e
Hazaribagh<br />
Ramgarh<br />
Jamtara<br />
Koderma<br />
Latehar<br />
Lohardaga<br />
Pakur<br />
90 BARHI 3589 3004 3118 2994 3252 2381 2117 1833 22288<br />
91 BARKAGAON 4064 3007 3189 3303 3386 2685 2363 1899 23896<br />
92 BARKATHA 5909 3664 3786 3554 3746 3007 2192 1994 27852<br />
93 BISHNUGARH 5635 4043 4026 3862 3641 2886 2286 1852 28231<br />
94 CHOUPARAN 4821 3582 3513 3214 3142 2593 2544 2562 25971<br />
95 CHURCHU 3269 2292 2359 2412 2663 2445 2035 1832 19307<br />
96 HAZARIBAGH 4747 4109 4317 4271 4384 3799 4115 3926 33668<br />
97 ICHAK 2469 2380 2310 2428 2473 1720 2144 2061 17985<br />
98 KATKAMSANDI 1139 1245 1195 1287 1310 993 1136 1196 9501<br />
99 KEREDARI 5920 3950 3898 3837 3873 3188 2833 2201 29700<br />
100 PADMA 2811 2216 2353 2400 2445 1910 1569 1314 17018<br />
HAZARIBAGH TOTAL 44373 33492 34064 33562 34315 27607 25334 22670 255417<br />
101 GOLA 2516 2349 2656 2827 2828 2537 2734 2250 20697<br />
102 MANDU 4454 3642 3741 3604 3398 2725 2437 2248 26249<br />
103 PATRATU 3742 3311 3310 3511 3452 3605 2905 2756 26592<br />
104 RAMGARH 3830 3713 3765 3916 4130 3340 3592 3463 29749<br />
RAMGARH TOTAL 14542 13015 13472 13858 13808 12207 11668 10717 103287<br />
105 JAMTARA 2608 5819 848 6214 5437 5138 3224 3023 32311<br />
106 KUNDAHIT 1466 1580 1570 1628 1736 1653 1244 1127 12004<br />
107 NALA 2048 2666 2766 2769 2542 2144 1343 1241 17519<br />
108 NARAYANPUR 2451 6668 1216 6109 4729 3599 2248 1644 28664<br />
JAMTARA TOTAL 8573 16733 6400 16720 14444 12534 8059 7035 90498<br />
109 CHANDWARA 2006 2113 2230 2093 2084 2161 1655 1534 15876<br />
110 JAINAGAR 2826 2880 3564 2742 2626 2360 1607 1846 20451<br />
111 KODERMA 5933 5822 6481 5792 5471 5273 4372 4443 43587<br />
112 MARKACHHO 4103 4322 3035 2681 2687 2364 1748 1388 22328<br />
113 SATGAWAN 2196 2286 2318 2123 2120 1853 1073 871 14840<br />
KODERMA TOTAL 17064 17423 17628 15431 14988 14011 10455 10082 117082<br />
114 BALUMATH 6947 6315 5006 5092 4777 4079 1424 1220 34860<br />
115 BARWADIH 3892 3539 2847 2804 2486 1880 1068 1014 19530<br />
116 CHANDWA 4483 4076 3038 2944 2817 2351 1204 1042 21955<br />
117 GARU 1105 1005 785 702 674 642 449 395 5757<br />
118 LATEHAR 4449 4044 3525 3260 3667 3238 1779 1529 25491<br />
119 MAHUADANR 2172 1975 1257 1183 1112 1173 920 682 10474<br />
120 MANIKA 2970 2701 2771 2766 2596 1989 1063 775 17631<br />
LATEHAR TOTAL 26018 23655 19229 18751 18129 15352 7907 6657 135698<br />
121 BHANDRA 3228 2328 2431 2239 2143 1674 1366 837 16246<br />
122 KISKO 3478 2650 2830 2806 2555 2047 1685 815 18866<br />
123 KURU 3420 2847 3214 3227 3058 2704 2109 914 21493<br />
124 LOHARDAGA 3417 3030 2858 2866 2774 2282 1459 1121 19807<br />
125 SENHA 3359 2560 2761 2881 2685 2221 1649 1018 19134<br />
LOHARDAGA TOTAL 16902 13415 14094 14019 13215 10928 8268 4705 95546<br />
126 AMARA PARA 1023 1335 1345 1170 873 433 429 508 7116<br />
127 HIRAN PUR 1302 1603 1696 1510 1429 1167 969 816 10492<br />
128 LITTI PARA 2390 2405 2384 2073 1839 782 604 543 13020<br />
129 MAHESH PUR 4641 4660 4071 3670 3811 2632 2244 1760 27489<br />
130 PAKUR 8343 6492 6081 5229 4647 3773 2590 1920 39075<br />
131 PAKURIYA 2948 2508 2218 2300 2131 1339 1164 926 15534<br />
PAKUR TOTAL 20647 19003 17795 15952 14730 10126 8000 6473 112726<br />
94 | P ag e
132 BISHRAMPUR 3542 2915 3258 3208 2926 2183 1870 1660 21562<br />
133 CHAINPUR 6928 5639 5860 5359 5341 2852 2153 1568 35700<br />
134 CHHATARPUR 10938 7776 7332 6626 5955 3494 2778 1870 46769<br />
135 DALTONGANJ 2788 2855 3008 3224 2857 1949 1575 919 19175<br />
136 HARIHARGANJ 3555 2946 3190 3024 2740 2024 1892 1668 21039<br />
137 HUSAINABAD 8187 8750 7923 7905 8726 8197 7160 5742 62590<br />
138 LESLIGANJ 3365 3375 3547 3785 3291 2003 1671 1273 22310<br />
139 MANATU 3775 3231 3693 3608 3064 2047 1847 1398 22663<br />
140 PANDU 3909 3166 2856 2854 2713 1552 1376 1045 19471<br />
141 PANKI 5003 4834 4792 4324 4216 2411 2339 1385 29304<br />
142 PATAN 5162 4292 4651 4729 4424 2808 2488 2011 30565<br />
143 SATBARWA 2062 2034 2031 2213 2101 1045 962 414 12862<br />
PALAMU TOTAl 59214 51813 52141 50859 48354 32565 28111 20953 344010<br />
144 BANDGAON 3414 4233 2623 1879 1749 1780 941 788 17407<br />
145 CHAKRADHARPUR 3772 4078 4299 3493 3690 3365 3238 2598 28533<br />
146 GOELKERA 3602 4344 4432 2343 2087 1814 1516 980 21118<br />
147 JAGANNATHPUR 3479 3766 2977 2488 2193 1927 2114 833 19777<br />
148 JHINKPANI 3348 3833 2332 1820 1786 1612 2746 755 18232<br />
149 KHUNTPANI 2013 2387 2261 1718 1722 1642 1033 724 13500<br />
150 KUMARDUNGI 2181 2376 1437 1436 1245 1310 967 743 11695<br />
151 MAJHGAON 3382 3907 2177 1364 1354 1173 721 777 14855<br />
152 MANJHARI 2133 2322 1937 1400 1202 1068 936 669 11667<br />
153 MANOHARPUR 2884 3143 2407 2252 2224 2053 1660 1159 17782<br />
154 NOAMUNDI 2283 2461 2559 2975 2493 2125 1746 960 17602<br />
155 SADAR CHAIBASA 3406 3587 3824 3721 3871 3823 3001 2289 27522<br />
156 SONUA 2350 2508 2648 2471 2209 1831 1291 866 16174<br />
157 TANTNAGAR 1863 2014 2095 1468 1382 1243 1052 585 11702<br />
158 TONTO 1647 1785 1835 1693 1602 1347 889 485 11283<br />
WEST SINGHBHUM TOTAL 41757 46744 39843 32521 30809 28113 23851 15211 258849<br />
159 BAHRAGORA 2275 2275 2399 2457 2609 2663 2647 2717 20042<br />
160 CHAKULIA 1173 1173 1594 1619 1789 1793 1665 1819 12625<br />
161 DHALBHUMGARH 1513 1406 1343 1427 1512 1699 1397 1295 11592<br />
162 DUMARIA 1207 1005 1192 1169 1217 1334 1237 1259 9620<br />
163 GHATSHILA 1470 1418 1457 1524 1591 1664 1582 1730 12436<br />
164 JAMSHEDPUR 9352 8337 8855 9290 9690 8719 10106 9043 73392<br />
165 MUSABANI 978 893 975 1188 1269 1514 1385 1431 9633<br />
166 PATAMDA 2262 2182 2226 2189 2213 2080 1888 1751 16791<br />
167 POTKA 3006 2976 3012 3293 3410 2930 2673 2914 24214<br />
EAST SINGHBHUM TOTAL 23236 21665 23053 24156 25300 24396 24580 23959 190345<br />
168 ANGARA 2591 1856 1949 2150 2404 1885 1776 1540 16151<br />
169 BERO 3812 2955 2882 2257 3137 2061 2269 1965 21338<br />
170 BUNDU 995 1125 1231 1436 1403 1195 1166 1170 9721<br />
171 BURMU 3182 3111 2356 2370 2585 1896 1968 1934 19402<br />
172 CHANHO 2113 1571 1598 1598 1535 1123 1307 1109 11954<br />
173 KANKE 2275 3311 2760 2256 1969 1720 1804 1790 17885<br />
174 LAPUNG 2413 1446 1465 1439 931 1038 926 771 10429<br />
175 MANDAR 2821 1967 2067 2181 2196 1838 1723 1373 16166<br />
176 NAMKUM 2065 1645 1767 1821 1873 1479 1528 1639 13817<br />
177 ORMANJHI 1703 1304 1403 1524 1501 1472 1440 1872 12219<br />
178 RATU 2521 1979 2196 2293 2310 1871 1890 1549 16609<br />
179 SILLI 1543 1513 1721 1744 1881 1587 1558 1523 13070<br />
180 SONAHATU 1580 1480 1607 1709 1720 1220 1152 1167 11635<br />
181 TAMAR 2422 2034 2172 2277 2451 1736 1789 1487 16368<br />
182 RANCHI SADAR 4718 3281 2764 3210 2902 5089 5047 5966 32977<br />
Palamu<br />
West Singhbhum<br />
East Singhbhum<br />
Ranchi<br />
95 | P ag e
Simdega<br />
Saraikela<br />
Sahibganj<br />
Khunti<br />
RANCHI TOTAL 36754 30578 29938 30265 30798 27210 27343 26855 239741<br />
183 ARKI 2102 2002 1927 1950 1818 1836 1849 995 14479<br />
184 KARRA 4202 4002 2403 2291 2117 1905 1363 1223 19506<br />
185 KHUNTI 2953 2812 2722 2170 2185 2125 1509 1725 18201<br />
186 MURHU 2477 2359 2196 1805 1689 1597 1063 1265 14451<br />
187 RANIA 1356 1292 763 769 766 818 699 617 7080<br />
188 TORPA 3454 3289 2460 1878 1838 1946 1861 1778 18504<br />
KHUNTI TOTAL 16544 15756 12471 10863 10413 10227 8344 7603 92221<br />
189 BARHARWA 5568 4974 6493 6122 5728 5118 4361 3611 41975<br />
190 BERHAIT 2319 2495 2617 2811 2708 2438 1108 692 17188<br />
191 BORIO 2141 2538 2673 2760 2672 2595 1500 1184 18063<br />
192 MANDRO 2401 2319 2541 2653 2744 1456 1321 1044 16479<br />
193 PATHNA 1931 1799 1824 1920 1892 1523 1042 923 12854<br />
194 RAJMAHAL 4749 4137 3248 2855 2723 2376 2156 1940 24184<br />
195 SAHIBGANJ 2824 2614 2747 2663 2670 2447 2221 2044 20230<br />
196 TALJHARI 2016 1672 1711 1657 1483 947 679 543 10708<br />
197 UDHWA 4490 4348 3924 3165 2679 1701 1298 1044 22649<br />
SAHIBGANJ TOTAL 28439 26896 27778 26606 25299 20601 15686 13025 184330<br />
198 CHANDIL 2414 2414 2514 2563 1965 1910 2593 1711 18084<br />
199 GAMHARIA 3509 3214 3876 3555 3321 2998 2197 2015 24685<br />
200 ICHAGARH 2115 2115 2357 2418 2393 2115 1545 1901 16959<br />
201 KHARSAWAN 2798 2440 2386 1914 1872 1890 1455 1591 16346<br />
202 KUCHAI 1671 1671 1457 1384 1274 1320 822 872 10471<br />
203 NIMDIH 1988 1988 1972 2006 1836 1847 1819 1773 15229<br />
204 RAJNAGAR 3301 3046 3235 2415 2623 2594 1043 2020 20277<br />
205 SARAIKELA 1885 1667 1720 1787 1867 2047 1569 1673 14215<br />
SARAIKELA TOTAL 19681 18555 19517 18042 17151 16721 13043 13556 136266<br />
206 BANO 3538 3412 2034 1890 1921 2037 1647 1348 17827<br />
207 BOLBA 1760 1711 780 699 691 564 475 400 7080<br />
208 JALDEGA 3762 3658 2014 2068 2143 2093 1572 1315 18625<br />
209 KOLEBIRA 2495 2452 1565 1442 1661 1768 1320 1087 13790<br />
210 KURDEG 3363 3309 1727 1687 1795 1703 1266 895 15745<br />
211 SIMDEGA 4389 4247 3414 2957 2650 2777 2492 2105 25031<br />
212 THETHAITANGER 3560 3535 1745 1862 2009 2040 1192 1113 17056<br />
SIMDEGA TOTAL 22867 22324 13279 12605 12870 12982 9964 8263 115154<br />
GRAND TOTAL 719457 669312 628214 616031 595003 501133 409752 359647 4498549<br />
96 | P ag e